Top Banner
UTTAR HARYANA BIJLI VITRAN NIGAM BIDDING DOCUMENT (NIT No. 34/P&D/2013-2014 BID No. B-334, B-335 & B-336) FOR Supply, Erection, Testing & commissioning of new 11 kV lines/feeders with 80 mm 2 ACSR Conductor, augmentation of existing 11 kV line with 80 mm 2 ACSR Conductor after Dismantling of existing conductor, installation of new VCBs, dismantling / replacing of the existing 11 kV lines with AERIAL BUNCHED Cables under OP circle JIND & KURUKSHETRA on turnkey basis VOLUME-I CONDITIONS OF CONTRACT Chief Engineer/PD&C, UHBVN, Vidyut Sadan, C-16, Ground Floor, Sector 6, Panchkula – 134109. Ph-0172 – 3019135 General Manager/P&D, UHBVN, Vidyut Sadan, C-16, Ground Floor, Sector 6, Panchkula – 134109 Ph-0172 – 3019138 C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 1
280

UTTAR HARYANA BIJLI VITRAN NIGAM

Mar 17, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: UTTAR HARYANA BIJLI VITRAN NIGAM

UTTAR HARYANA BIJLI VITRAN NIGAM

BIDDING DOCUMENT

(NIT No. 34/P&D/2013-2014 BID No. B-334, B-335 & B-336)

FOR

Supply, Erection, Testing & commissioning of new 11 kV lines/feeders with 80 mm2 ACSR Conductor, augmentation of existing 11 kV line with 80 mm2 ACSR Conductor after Dismantling of existing conductor, installation of new VCBs, dismantling / replacing of the existing 11 kV lines with AERIAL BUNCHED Cables under OP circle JIND & KURUKSHETRA on turnkey basis

VOLUME-I

CONDITIONS OF CONTRACT

Chief Engineer/PD&C, UHBVN, Vidyut Sadan, C-16, Ground Floor, Sector 6, Panchkula – 134109. Ph-0172 – 3019135

General Manager/P&D, UHBVN, Vidyut Sadan, C-16, Ground Floor, Sector 6, Panchkula – 134109 Ph-0172 – 3019138

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 1

Page 2: UTTAR HARYANA BIJLI VITRAN NIGAM

INDEX

VOL-I

SECTION DESCRIPTION PAGE NO.

I INVITATION FOR BID

II INSTRUCTIONS TO BIDDERS

III CONDITIONS OF CONTRACT

IV CONTRACT DATA

V SAMPLE FORMS & PROCEDURES

VI SCHEDULE OF PRICES

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 2

Page 3: UTTAR HARYANA BIJLI VITRAN NIGAM

SECTION – I

INVITATION FOR BID

(IFB)

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 3

Page 4: UTTAR HARYANA BIJLI VITRAN NIGAM

UTTAR HARYANA BIJLI VITRAN NIGAM LIMITED INVITATION FOR BIDS

(NIT No. 34P&D/2013-2014 BID No. B-334, B-335& B-336)

NAME OF WORK Supply, Erection, Testing & commissioning of new

11 kV lines/feeders with 80/100 mm2 ACSR

Conductor, augmentation of existing 11 kV line

with 80 mm2 ACSR Conductor after Dismantling of

existing conductor, installation of new VCBs,

dismantling / replacing of the existing 11 kV lines

with AERIAL BUNCHED Cables under OP circle

JIND & KURUKSHETRA on turnkey basis

PERIOD OF SALE OF BIDDING DOCUMENTS

Up to 20.6.2013

CLOSING DATE OPENING DATE

21.6.2013 (Up to 13.00 Hrs.) 21.6.2013(Up to 15.00 Hrs.)

PLACE OF SUBMISSION OF BID OFFICE OF THE General Manager/P&D, UHBVN, Vidyut Sadan, C-16, Ground Floor, Sector 6, Panchkula – 134109

PLACE OF OPENING OF BIDS OFFICE OF THE General Manager/P&D, UHBVN, Vidyut Sadan, C-16, Ground Floor, Sector 6, Panchkula – 134109

OFFICE INVITING BIDS OFFICE of THE General Manager/P&D, UHBVN, Vidyut Sadan, C-16, Ground Floor, Sector 6, Panchkula – 134109

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 4

Page 5: UTTAR HARYANA BIJLI VITRAN NIGAM

UTTAR HARYANA BIJLI VITRAN NIGAM (NIT No. 34/P&D/2013-14)

(BID No. B-334, B-335 & B-336) Last Date of Sale of Bid documents: 20.06.2013 up to 5.00 PM Last date of receipt of tenders up to 1300 hours on dated 21.06.2013 Date of opening of tenders at 1500 hours on dated 21.06.2013

Sealed tenders in two parts (Technical, Commercial & Financial qualification Criteria (Part-I) and Price Bid (Part-

II, separately sealed) are invited by the Chief General Manager/ PD&C, UHBVN, Panchkula on behalf of Uttar

Haryana Bijli Vitran Nigam (UHBVN), from the approved & experienced contractors / firms on the prescribed

forms for supply, erection , testing, installation & commissioning of new 11 kV lines, augmentation of conductor

of existing 11 kv lines, new 11 kV VCBs, dismantling / replacing of the existing 11 kV lines with AB Cables,

Railway Crossings etc., from the experienced contractors who either himself or his erection contractor has

worked in the recent past on similar works i.e, supply & erection of 11 kV lines / augmentation of conductor,

installation & commissioning of VCBs of Government, Semi Government, Nigam’s or big private electrical

construction firms.

The detailed scope of works is detailed as follows:- Description of work under NIT No.

Bid No.B-334 Bid No. B-335 Bid No. B-336 OP Circle JIND OP Circle Kurukshetra OP Circle Kurukshetra

Quantum of work under OP Division Safidon

Quantum of work under OP Division Shahbad

Quantum of work under OP Division Kurukshetra

Length of new 11 kV line with 80/100 mm2 ACSR (Km)

45.65 (With 80 mm2 ACSR)

76.62 (with 80 mm2 ACSR)

30.26

(with 80 mm2 ACSR) Length of under-ground XLPE cable for VCBs (Km) along-with termination kits

1.06 (3C x 185 mm²)

1.36 (3C x 185 mm²)

0.96 KM

(3C x 300 mm²)

Nos. of 11 kV out-going type new VCBs 10 17

4 Augmentation of 11 kV existing lines from 20/30/50 mm2 to 80 mm2

(Km) 170.96 62.55

2.70

No. of GO switches at intersection of 11 kV feeders

10 17 8

11 kV XLPE Aerial-Bunched (AB) cable (Km) NIL NIL

2.60 Km (3Cx185 mm2 + 1x240

mm2) Nos., of Railway Crossings Nil 2

Nil EMD/Bid Security (Rs. Lacs) 2.15 1.80 0.66

Estimated Cost (Rs. lacs) 422.21 358.40 132.50

1. Before the issue of tender / bid documents the bidder shall furnish adequate documentary evidence in support of the qualifying requirements stipulated as under: -

(I) Financial: - For the purpose of this particular Bid, bidder shall fulfill the following minimum criteria.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 5

Page 6: UTTAR HARYANA BIJLI VITRAN NIGAM

a) The total turnover in last best 2 years out of last 3 financial years should be 1.5 times the cost of Bid and the total turnover in last 3 years should be 2 times the cost of the Bid / Package. The approximate estimated cost of the entire works for supply, erection installation/dismantling of existing conductor, commissioning of VCBs, AB cable, underground cables etc., is about Rs. 422.21 Lacs for Bid No. B-334, Rs. 358.40 Lacs for Bid no. B-335 & Rs. 132.50 lacs for Bid No. B-336.

(II) Technical: - 11 kV Lines

The Bidder should have erected on turnkey basis and commissioned transmission lines / feeders (overhead with conductor) of aggregate route length of 500 kMs of 11 kV OR equal to the length in the bid. However if the length in the bid is less than 500 kMs during the last 05 years as on the date of Bid opening for which certificate of satisfactory completion be submitted Construction / Commissioning of HT lines can be considered against LT line but not vice versa.

(II) Joint Venture Criteria: - a) For Financial Pre-Qualification – JV Partner / Consortium ((Maximum three

partners can form a consortium) Each Partner Lead Partner All partners combined Average Annual Financial turnover during the last 3 years, ending 31st March of the previous financial year 15% + 15% of Average Annual turnover

Average Annual Financial turnover during the last 3 years, ending 31st March of the previous financial year 70% of Average Annual turnover

Average Annual Financial turnover during the last 3 years, ending 31st March of the previous financial year 30% of Average estimated cost

b) For Technical Pre-Qualification- – JV Partner / Consortium (Maximum three partners can form a consortium)

The bidder OR its Joint Venture Partner(s) should have carried out either individually OR collectively similar nature of works i.e, erection on turnkey basis and commissioned transmission lines / feeders (overhead with conductor) of aggregate route length of 500 kMs of 11 kV OR equal to the length in the bid in any Central / State Govt., / Private Power Distribution Utility in India in last five financial years

2. Bid documents can be obtained from the office of General Manager/ P&D, UHBVN, C-16, Vidyut Sadan, Sector-6, Panchkula up to 20.06.2013 (till 5:00 PM) against payment of Rs. 5,000/- (Rs. Five thousand per Bid only) through Bank Demand Draft in favour of Accounts Officer/ Cash, UHBVNL or may be had through cash payment which can be deposited with the Cashier/ HQ o/o AO/ Cash, UHBVN, Shakti Bhawan, Panchkula.

3. The Bidder shall have the valid license for carrying out 11 kV and above voltage works issued from the Chief Electrical Inspector of any State in India. However before starting the work he shall obtain license for 11 kV and above voltage works, from Chief Electrical Inspector, Haryana also.

4. The bids shall be opened in two parts i.e., Part-I comprising the technical / financial qualification criteria of the bid & Part-II the price bids. The bidders who shall be considered technically / financially qualified (Part-I) by the Nigam, only their price bid(s) shall be opened (Part-II) on a pre-fixed date which shall be intimated to all those bidders who qualifies the Part-I qualifying criteria of the bid documents.

5. The Bid security (i.e. 0.5% of the estimated Cost OR Rs. 10.00 Lacs whichever is less) as mentioned in the table shall be deposited in the shape of Demand Draft payable at Panchkula in favour of Accounts Officer/ Cash, UHBVN, Panchkula from a reputed Nationalized/ Commercial Bank OR the Bid Security / EMD may be deposited in the shape of equivalent amount of irrevocable Bank Guarantee in favour of General Manager / P&D, UHBVN, Panchkula from a Nationalized / Scheduled Bank valid for a period of 28 days beyond the validity of the Bid i.e. Six Months and 28 days from the date of opening of Part-I of the NIT

6. Employer may reject out-rightly the Tenders with / without requisite Bid security.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 6

Page 7: UTTAR HARYANA BIJLI VITRAN NIGAM

7. Bids must be delivered in the office of General Manager/ Planning & Design O/o CGM/ PD&C, UHBVN, C- 16, Vidyut Sadan, Sector-6, Panchkula on or before 13:00 hours on dated 21.06.2013 and Bids will be opened on the same day at 15:00 hours. If the office happens to be closed on the date of receipt / opening of Bids as specified, the Bids will be received / opened on the next working day at the same time and venue.

8. No deviations shall be permitted and any deviation from any clause of the bidding documents shall lead to rejection of the Bid / offer.

9. The Nigam reserves the right to refuse to issue the tender documents to any applicant and also to reject any or all tenders without assigning any reason and no claim on this account shall be acceptable.

10. Performance of the contractor in UHBVN shall be considered ‘POOR’ if he fails to comply with his contractual obligations upto 60% within scheduled completion period for the works carried out either in UHBVN or DHBVN.

11. The bidder should not be “Blacklisted” nor should have any litigation proceedings with any Government Department or Utility in Haryana/ any State of India. An affidavit duly attested by Notary to this effect shall be submitted.

12. Other information/ details required in this regard may be read / downloaded from Nigam’s website i.e. www.uhbvn.com. The bidders who download the bid documents from the Nigam’s web-site would be required to submit DD of Rs. 5000/- towards the cost of the bid documents. If the said DD is not found enclosed the bids (Part-I & II) shall not be considered / opened.

Any other information/ details required in this regard can be obtained from the office of General Manager/ Planning & Design, C-16, Vidyut Sadan, UHBVN, Sector-6, Panchkula.

General Manager/ P&D, for Chief General Manager / PD&C,

UHBVN, Panchkula.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 7

Page 8: UTTAR HARYANA BIJLI VITRAN NIGAM

SECTION – II

INSTRUCTION TO BIDDERS

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 8

Page 9: UTTAR HARYANA BIJLI VITRAN NIGAM

INSTRUCTION TO BIDDERS

CONTENTS

Sr. No.

Description Page No.

1. Scope of Bid 11-15

2 Qualification of the Bidder 15-17

3 Cost of Bidding 17

4 One Bid per Bidder 17

5 Contents of Bid Documents 17-18

6 Clarifications of Bid documents 18

7 Amendments to Bidding Documents 18

8 Language of Bid 18

9 Local Conditions 18

10 Documents comprising the Bid 18-19

11 Bid Price 19

12 Bid Validity 19

13 Taxes and Duties 19-20

14 Bid Security 20

15 Format of Bid 20-21

16 Signature of Bids 21-22

17 Sealing and Marking of Bid 22

18 Deadline for submission of Bids 22

19 Late Bids 22

20 Modification and withdrawal of Bids 22-23

21 Information required with the proposal 23

22 Opening of Bids by Owner 23

23 Clarification of Bids 23

24 Examination of Bids 23

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 9

Page 10: UTTAR HARYANA BIJLI VITRAN NIGAM

25 Definition and Meanings 23-24

26 Comparison of Bids 24

27 Contacting the Owner 24

28 Negotiations 24

29 Award Criteria 24

30 Owner’s right to accept any Bid and to reject any or all Bids 24

31 Notification of Award 24-25

32 Signing of Contract 25

33 Contract Performance Guarantee 25

34 Quantity variation 25

35 Site visit 25-26

36 Storage of Material 26

37 Warranty Period 26

38 Empanelled Supplier / Firms 26

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 10

Page 11: UTTAR HARYANA BIJLI VITRAN NIGAM

INSTRUCTIONS TO BIDDERS

1. SCOPE OF BID: - 1.1 Sealed tenders in two parts (Technical, Commercial & Financial qualification Criteria (Part-I) and Price Bid

(Part-II, separately sealed) are invited by the Chief General Manager/ PD&C, UHBVN, Panchkula on behalf of Uttar Haryana Bijli Vitran Nigam Limited (UHBVNL), from the approved & experienced contractors / firms on the prescribed forms for supply, erection , testing, installation & commissioning of new 11 kV lines, augmentation of conductor of existing 11 kv lines, new 11 kV VCBs dismantling / replacing of the existing 11 kV lines with AB Cables, Railway Crossings etc., from the experienced contractors who either himself or his erection contractor has worked in the recent past on similar works i.e, supply & erection of 11 kV lines / augmentation of conductor, installation & commissioning of VCBs of Government, Semi Government, Nigam’s or big private electrical construction firms. The detailed scope of works is detailed as follows:-:

Description of work under NIT No.

Bid No.B-334 Bid No. B-335 Bid No. B-336 OP Circle JIND OP Circle Kurukshetra OP Circle Kurukshetra

Quantum of work under OP Division Safidon

Quantum of work under OP Division Shahbad

Quantum of work under OP Division Kurukshetra

Length of new 11 kV line with 80/100 mm2 ACSR (Km)

45.65 (With 80 mm2 ACSR)

76.62 (with 80 mm2 ACSR)

30.26

(with 80 mm2 ACSR) Length of under-ground XLPE cable for VCBs (Km) along-with termination kits

1.06 (3C x 185 mm²)

1.36 (3C x 185 mm²)

0.96 KM

(3C x 300 mm²)

Nos. of 11 kV out-going type new VCBs

10 17 4

Augmentation of 11 kV existing lines from 20/30/50 mm2 to 80 mm2 (Km)

170.96 62.55

2.70

No. of GO switches at intersection of 11 kV feeders

10 17 8

11 kV XLPE Aerial-Bunched (AB) cable

(Km) NIL NIL

2.60 Km (3Cx185 mm2 + 1x240

mm2) Nos., of Railway Crossings Nil 2

Nil EMD/Bid Security (Rs. Lacs) 2.15 1.80 0.66

Estimated Cost (Rs. lacs) 422.21 358.40 132.50

1.2 The successful Bidder will have to complete the Works by the intended Completion date specified in the Contract data.

1.2.1 The scope of Work shall include complete design, engineering of the overhead line as per design given

in the tender documents, manufacture, testing and supply of all the required material on FOR

destination/site basis including transportation, insurance, storage, erection, augmentation, testing and

commissioning of 11 kV lines with ACSR Conductor, HT XLPE Cables, GO Switches, V-shape X-arms,

Disc / Pin Insulators with fittings along with all other accessory items/job not specifically mentioned but

required to complete the Work. The scope of work shall also include the dismantling / up-rooting the

existing 11 kv / LT lines, GO Switches, damaged Disc / Pin Insulators their fittings, feeder PCC / tubular

/ iron poles/conductor, pipes etc., & re-placing them with new 9.0 PCC poles. The material if found

worthy of re-use shall be reviewed & decided in consultation with the Construction/Operation wing of the C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 11

Page 12: UTTAR HARYANA BIJLI VITRAN NIGAM

Nigam. Furthermore the material up-rooted & declared un-worthy of usage by the

Construction/Operation wing of the Nigam shall be returned / transported to Nigam’s Stores after proper

accounting of the same under the supervision of concerned JE(F) /OP / Construction.

The information regarding exact / actual site locations for erecting /augmenting & uprooting the existing

material shall be carried out in consultation, consent & approval/decision of SE / OP Jind / Kurukshetra

& SE/Construction, Panchkula.

The details of works & other details of bifurcation / trifurcation of 11 kV feeders is as follows:

Bid No. 334 – OP Circle Jind (OP’ Division Safidon)

Sr. No.

Name of Op. Divn.

Name of existing feeding S/Stn

Name of existing 11KV feeder

Present Load (in amps)

Names of proposed 11KV feeder after bifurcation

Name of proposed feeding S/Stn

Length of 3C 185mm2 U.G. Cable (XLPE)

Length of new 11KV line 80mm2 (ACSR)

Augmentation of conductor From20/30/50mm2 to 80 mm2

New VCB required or not (Nos.)

Space for new VCB's

1 2 3 4 5 7 8 9 10 11 12 13

1

S A F I D O N

33 KV S/S Hatt

Rozala AP 280

Rozala AP

33 KV S/S Hatt - - 8.960 - -

Hosiyarpura AP

33 KV S/S Hatt 120 4.100 9.940 1 Yes

2 33 KV S/S Hatt Hatt AP 260

Hatt AP 33 KV S/S Hatt - - 6.230 - -

Ramnagar AP

33 KV S/S Hatt 120 2.700 5.180 1 Yes

3 220 KV S/S Hatt

Kurar AP 300

Kurar AP 220 KV S/S Hatt - - 6.020 - -

Kalar Khera AP

33 KV S/S Hatt 120 1.800

6.650

1 Yes

4 33 KV Didwara

Didwara No-2 (AP)

270

Didwara No-2 (AP)

33 KV Didwara - - 6.790 - -

Nimanabad AP

33 KV Didwara 100 1.050 5.600 1 Yes

5 33 KV Didwara

Malikpur No.-2 (AP)

270

Malikpur No.-2 (AP)

33 KV Didwara - - 7.770 - -

Dera Vadhawa singh AP

33 KV Didwara 100 5.200 5.320 1 Yes

6 220 KV

S/S Safidon

Malikpur (AP) 300

Malikpur (AP)

220 KV Safidon - - 10.290 - -

Sacha Sauda AP

33 KV Didwara 100 4.700 7.350 1 Yes

7 220 KV

S/S Safidon

Paju AP 320

Paju AP 220 KV Safidon - - 13.950 - -

Paju Khurd AP

33 KV Singhana

100 6.200 4.000 1 No

8 220 KV

S/S Safidon

Rodh AP 300 Rodh AP 220 KV

Safidon - - 11.200 - -

Aftabgarh AP

220 KV Safidon 100 9.900 4.100 1 Yes

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 12

Page 13: UTTAR HARYANA BIJLI VITRAN NIGAM

9 33 KV S/S

Singhana

Chhaper AP 300

Chhaper AP

33 KV Singhana

- - 11.680 - -

Jaipur AP 33 KV Singhan

100 4.200 10.510 1 No

10 33 KV S/S

Singhana

Muwana AP 310

Muwana AP

33 KV Singhana

- - 19.500 - -

Beri Khera Road AP

33 KV Singhana

100 5.800 9.920 1 No

Total 1060 45.65 170.960 10

Bid No. 335 – OP Circle Kurukshetra (OP’ Division Shahbad)

Sr. No.

Name of Op. Divn.

Name of existing feeding S/Stn

Name of existing 11KV feeder

Present Load (in amps)

Names of proposed 11KV feeder after bifurcation / trifurcation

Name of proposed feeding S/Stn

Length of 3C 185mm2 U.G. Cable (XLPE) (Mtr.)

Length of new 11KV line 80mm2 (ACSR) (KM)

Augmentation of conductor From20/30 /50mm2 to 80 mm2 (Kms)

New VCB required (Nos.)

R-way X-ing

1 2 3 4 5 7 8 9 10 11 12 13

1

S H A H B A D

66 Kv Yara Buhawa 260 

Buhawi 66 KV Yara 0.80 2.40 3.90 1 No

Buhawa 66 KV Yara 0 0 4.52 0 No

2 66KV Adhoya

New Lakhmari 240 

Barthali 66 KV Yara 0.80 3.90 5.42 1 No

New lakhmari 66 KV Adhoya 0 0 5.99 0 No

3 66KV Shahbad Kalyana 310 

Sambhalakh 66 KV Mohra 0.80 4.90 2.00 1 yes

Kalyana-2 66 KV Mohra 0.80 6.50 1.90 1 yes

Kalyana 66 KV Shahbad 0 0 5.00 0 No

4 66KV Gangori Chakchanpur 260 

Nakhrojpur 66 KV Gangori 0.80 4.34 0 1 No

Chakchanpur 66 KV Gangori 0 0 0 0 No

5 66KV Adhoya Bir Mangoli 220 

Mangoli Majra 66 KV Gangori 0.80 4.20 0 1 No

Bir Mangoli 66 KV Adhoya 0 0 0 0 No

6 66 Kv Yara Dhangali 300 

Jogi Majra 66 KV Yara 0.80 3.60 3.00 1 No

Dhangali 66 KV Yara 0 0 3.80 0 No

7 220KV Shahbad Dholla Majra 290 

Khanpur 220 KV Shahbad 0.80 3.00 0.80 1 No

Dholla Majra 220 KV Shahbad 0 0 3.80 0 No

8 220KV Shahbad Bakana 210 

Sarif Garh 220 KV Shahbad 0.80 3.20 1.72 1 No

Bakana 220 KV Shahbad 0 0 3.85 0 No

9 66KV Babain Isherari 260 

Kahan Garh 66 KV Babain 0.80 4.40 2.00 1 No

Isherani 66 KV Babain 0 0 0 0 No

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 13

Page 14: UTTAR HARYANA BIJLI VITRAN NIGAM

10 66KV Babain Suraj Garh 220 

Suraj Garh-1 66 KV Yara 0.80 4.00 0 1 No

Suraj Garh 66 KV Babain 0 0 0 0 No

11

66KV Gangori

Mahuwa Kheri 230 

Bukhari 66 KV Gangori 0.80 5.60 0 1 No

Mahuwa Kheri

66 KV Gangori 0 0 0 0 No

12 66KV Gangori Gajiana 230 

Bartoli 66 KV Gangori 0.80 6.00 2.00 1 No

Gajlana 66 KV Gangori 0 0 5.60 0 No

13 66KV Babain Kharindwa 250 

Sujra 66 KV Jalkheri 0.80 4.00 0 1 No

Kharindwa 66 KV Babain 0 0 0 0 No

14 220KV Shahbad Ram Nagar 290 

Charthal 220 KV Shahbad 0.80 4.18 0.42 1 No

Ram Nagar 220 KV Shahbad 0 0 0 0 No

15 66KV Shahbad Mohanpur 220 

Sukhpur 66 KV kalsana 0.80 3.20 2.34 1 No

Mohanpur 66 KV Shahbad 0 0 0 0 No

16 66KV Kalsana Kalsana 230 

Jharouli 66 KV kalsana 0.80 5.20 2.28 1 No

11 KV 66 KV kalsana 0 0 2.21 0 No

TOTAL 1.36 72.62 62.55 17 2

Bid No. 336 – OP Circle Kurukshetra (OP’ Division Kurukshetra)

Sr. No.

Name of OP Division

Name of existing feeding Sub station

Name of Existing 11KV feeder

load (in Amps)

Name of Proposed 11KV feeder after Bifurcation

Name of Proposed feeding S/stn.

Length of new 11KV line 80mm2 (KM)

11Kv XLPE cable 3cx300mm2 (KM)

Augmentation of 11KV line from 20mm2 to 80mm2 (KM)

New 11KV VCB (Nos.)

11KV XLPE AB Cable 3Cx185mm2 + 1x240mm2 (KM)

1

KU

RU

KSH

ETR

A

33 KV Kirmach

Sanhri

220

Remaining Sanhri

33 KV Kirmach

_ _ _ _ _

Prop. New Sanhri

33 KV Kirmach

7.500 0.120 0 1 _

2

33 KV Kirmach

Sahni Farm

230

Remaining Sahni Farm

33 KV Kirmach

_ _ _ _ _

Prop. New Sahni Farm

33 KV Kirmach

3.000 0.120 0 1 _

3

33 KV Kirmach

Kanwar Kheri

220

Remaining Kanwar Kheri

33 KV Kirmach

_ _ _ _ _

Prop. New Kanwar Kheri

33 KV Kirmach

2.000 0.120 0 1 _

4

33 KV Jyotiser

RDS Banganga

125

Remaining RDS Banganga

33 KV Jyotiser

_ _ _ _ _

Prop. RDS Ghamur Kheri

33 KV Adhone

0 0.120 0 _ 2.200

5

132 KV Umri

Bodhi

200

Remaining Bodhi

132 KV Umri _ _ _ _ _

Prop. Kheri Gadian

132 KV Umri 4.760 0.120 0 1 0.400

6

132 KV Umri

Karami

200

Remaining Karami

132 KV Umri _ _ _ _ _

Prop. New Karami

66 KV Mathana

5.000 0.120 0 _ _

7

66 KV Lohara

Niwarsi

260

Remaining Niwarsi

66 KV Lohara _ _

Prop. New Niwarsi

66 KV Lohara 4.500 0.120 1.500 _ _

8

66 KV Lohara

Sonti

250

Remaining Sonti

66 KV Lohara _ _

Prop. Bid Sontio

66 KV Mathana

3.500 0.120 1.200 _ _

Total

30.26 0.960 2.700 4 2.600

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 14

Page 15: UTTAR HARYANA BIJLI VITRAN NIGAM

1.2.2 The scope shall also include the raising / lowering of existing electricity lines, if any, to provide proper clearances/crossings and guarding. The insurance & transportation of poles/ACSR conductor etc., and other material dismantled from the lines after augmentation from the Site till its return to the Employer’s store shall also be covered in the scope of Contractor. The Employer’s representative i.e., concerned JE(F) OP / Construction shall be responsible to get this material returned to Nigam’s nearest store after proper accounting.

1.2.3 The Bidder shall inform the UHBVN / Employer about the source of supply of material. The material/equipment shall be dispatched from this source only after inspection and approval by authorized representative of the Employer. Installation of material will be as per the approved drawings and specification. The supplier of material will also supply the type test certificates at the time of inspection-call of items, which will be further examined by the inspecting authority, Any material not specifically mentioned in the contract but required to complete the job is deemed to be

included in the scope of the work of the contract.

1.3 Penalty of Rs. 20000/- on the contractor shall be levied in case inspection call is given and material is not found ready at works.

1.4 Final Checking, Testing and commissioning

After completion of Works, final checking of lines shall be done by the Contractor to ensure that all the Foundation Works, Pole Erection and Stringing has been done according to specifications and as approved by the Employer. All the Works shall be thoroughly inspected keeping in view the following main points. a) Sufficient back filled earth is lying over each pit and it is adequately compacted. b) All bolts are properly tightened and punched/tack welded. c) The stringing of the conductors and earth wire has been done as per the approved sag and tension

charts and desired clearances are clearly available. d) All conductor and earth wire accessories are properly installed. e) All other requirement to complete Work like fixing of danger plate, phase plate, number-plate, anti-

climbing device etc. are properly installed. f) The insulation of line as a whole is tested by the Contractor by providing his own equipment, labour

etc. to the satisfaction of Employer. g) The Poles are properly grounded. h) The lines are tested satisfactorily, for inspection, by the Chief Electrical Inspector, Haryana, before

commissioning. i) All the works shall be thoroughly inspected by the concerned SDO/ Const. It is also added that after

completion of the work the third party quality of work surveillance may also be done. If so desired by the Owner.

2. QUALIFICATION OF THE BIDDER

2.1 General Requirements:

a) Bidders are required to ensure before submitting the duly filled tenders are checked / read carefully for the documents required to be attached i.e. EMD, Complete Pre-qualification documents, Experience Certificates, relevant affidavits, Income Tax clearances and related balance sheet documents etc..

b) The Bidder shall be financially sound and must not be anticipating any Ownership change during the period from the time of Bid submission to the two (2) years after the Commercial operation, defined as successful completion of Supply of material, erection, testing and commissioning of 11 kV lines and acceptance of the same by the Employer. However, in case, the firm is anticipating any such ownership change / takeover at any stage of the entire bid process and during the execution of contract they shall seek prior approval from the Employer well in time. It shall be the sole discretion of the Employer to grant permission for such change in ownership/ takeover and if allowed by the Nigam for ownership change, the new company shall own all responsibilities and liabilities under the contract and the old firm should not be blacklisted by any State / Center Government or any of its agencies.

c) The Bidder shall have adequate design, infrastructure and erection facilities, capacities and procedure including quality control.

a) The Bidder or his Erection Sub Contractor shall have the valid license issued from Chief Electrical Inspector, of any State of India, for carrying out 11 kV works and submit a copy of the valid license

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 15

Page 16: UTTAR HARYANA BIJLI VITRAN NIGAM

alongwith the Bid. However, before starting the work he shall obtain the License for 11 kV and above voltage works, from Chief Electrical Inspector, Haryana also.

2.2 Qualifying requirement

a) The total turnover in last best 2 years out of last 3 financial years should be 1.5 times the cost of Bid and the total turnover in last 3 years should be 2 times the cost of the Bid / Package. The approximate estimated cost of the entire works for supply, erection installation/dismantling of existing conductor, commissioning, new VCBs, AB cable etc., charges is about Rs. 422.21 Lacs for Bid No. B- 334, Rs. 358.40 lacs for Bid No.335 & Rs. 132.50 Lacs for Bid no. B-336.

b) Technical: - 11 kV Lines

The Bidder should have erected on turnkey basis and commissioned transmission lines / feeders (overhead with conductor) of aggregate route length of 500 kMs of 11 kV OR equal to the length in the bid. However if the length in the bid is less than 500 kMs during the last 05 years as on the date of Bid opening for which certificate of satisfactory completion be submitted Construction / Commissioning of HT lines can be considered against LT line but not vice versa.

2.3 Bids may be submitted by individual firms or joint ventures/ consortium of firms as under: -

(I) Joint Venture Criteria: - a) For Financial Pre-Qualification – JV Partner / Consortium ((Maximum three partners can

form a consortium) Each Partner Lead Partner All partners combined Average Annual Financial turnover during the last 3 years, ending 31st March of the previous financial year 15% + 15% of Average Annual turnover

Average Annual Financial turnover during the last 3 years, ending 31st March of the previous financial year 70% of Average Annual turnover

Average Annual Financial turnover during the last 3 years, ending 31st March of the previous financial year 30% of Average estimated cost

b) For Technical Pre-Qualification- – JV Partner / Consortium (Maximum three partners can form a consortium)

The bidder OR its Joint Venture Partner(s) should have carried out either individually OR collectively similar nature of works i.e, erection on turnkey basis and commissioned transmission lines / feeders (overhead with conductor) of aggregate route length of 500 kMs of 11 kV OR equal to the length in the bid in any Central / State Govt., / Private Power Distribution Utility in India in last five financial years

2.4 To be qualified for award, Bidders shall provide evidence, satisfactory to the Employer of their capability and adequacy of resources to carry out the Contract, effectively. Bids shall include the following information:

a) Copies of original documents, defining the constitution or legal status, place of registration and principal place of business, written power of attorney duly attested from Notary on NJSP of the signatory alongwith copy of resolution of the Bidder to commit the Bid.

b) Total annual turnover of erection and supply of material and equipment over the last 3 years duly attested by CA.

c) Performance as Prime Contractor for the erection & supply of material and equipment over the last 05 years and details of other works and contractual commitments, presently in hand. The Work Order along with quantified details of the works carried out is supplied for proper assessment. The Bidder shall allow assessment of his ongoing works to the authorized representative of the Employer at any time.

d) The Qualification and Experience of key personnel, proposed for carrying out the Work.

e) Reports on the financial standing of the Bidder including profit and loss statements, balance sheets and auditors reports of the past five years and an estimated financial projection for the next two years.

f) Evidence of access to lines of credit and availability of other financial resources.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 16

Page 17: UTTAR HARYANA BIJLI VITRAN NIGAM

g) Information regarding any litigation, current or during the last two years, in which the Bidder is involved, the parties concerned and disputed amount shall be submitted on NJSP duly attested by Notary.

h) The declaration by the firm that it is not blacklisted by any State/ Central Govt. or any other agency for the preceding 3 years and shall be liable for the consequences of wrong declaration. An affidavit duly attested by Notary to this effect shall be submitted.

i) The proposed methodology and program of construction including PERT Chart backed with equipment planning and deployment, quality control procedure to demonstrate the adequacy of Bidder’s proposal to meet the technical specification and completion schedule as per milestones. It would be preferable to give this information in a self-contained write-up.

j) Performance of the contractor in UHBVN shall be considered ‘POOR’ if he fails to comply with his contractual obligations upto 60% within scheduled completion period for the works carried out either in UHBVN or DHBVN.

k) The contractors whose performance have been rated as POOR shall not be eligible to participate in any future tender enquires for turnkey works for a period of one (1) year.

2.5 Bids submitted by the joint venture/ consortium of firms as partner shall comply with following requirements:

a) The Bid shall include all the information listed in sub-clause (a) to (k) of above for each joint venture/ consortium partner and 2.4 (i) for the joint venture / consortium.

b) The Bid and in case of successful Bid, the form of agreement shall be signed so as to be legally binding on all partners.

c) One of the partners shall be nominated as lead partner, and this authorization shall be evidenced by submitting a power of attorney duly signed by legally authorized signatories of all the partners.

d) The lead partner shall be authorized to incur liabilities and receive instructions for & on behalf of any and all partners of the joint venture and the entire execution of the Contract including payment shall be done exclusively with the lead partner as per proforma enclosed in Section-V.

e) All partners of the joint venture/ consortium shall be liable jointly and severally for the execution of the Contract in accordance with the Contract terms and a statement to this effect shall be included in the Bid Form and in the Contract Form (in case of successful Bid).

f) A copy of the agreement entered into by the joint venture/ consortium partners shall be submitted along with the Bid. Failure to comply with this requirement may result in rejection of joint ventures/ consortium Bid.

2.6 Joint Venture bidders shall however be required to submit a fresh Joint Venture agreement & Turnover statements for the last 3 years shall be required to be submitted by both the partners.

2.7 The above stated requirements are minimum and the Owner reserves the right to ask for any additional information and also reserves the right to reject the proposal of any Bidder, if, in the opinion of the Owner, the qualification data is incomplete or the Bidder is found not qualified to satisfactorily perform the Contract.

2.8 Notwithstanding anything stated above, UHBVN reserves the right to assess the bidder’s ability and

capacity to perform the work, should the circumstances warrant such assessment in the overall interest of

the owner.

3. Cost of Bidding

The Bidder shall bear all the cost and expenses associated with preparation and submission of its Bid including post Bid discussions, technical and other presentation etc. and Owner will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Bidding process.

4. One Bid per Bidder

Each Bidder shall submit only one Bid by himself, or as a partner in a firm in a tender. A Bidder, who submits or participates, in more than one NIT / tender, will be disqualified unless he possesses / owns credentials to match the requirement of pre-qualification criteria as applicable for each NIT.

5. Contents of Bid Documents

The Bidding Documents are those as stated below and should be read in conjunction with any Addenda issued in accordance with Clause 7. The Bidding Documents include:

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 17

Page 18: UTTAR HARYANA BIJLI VITRAN NIGAM

Volume-I

Section-I - Invitation for Bids (IFB)

Section-II - Instruction to Bidders (ITB)

Section-III - Conditions of Contract (COC)

Section-IV - Contract Data

Section-V - Schedule of Prices, BOQ Section-VI - Sample forms and procedure Volume-II

Section-VIII - Technical Specifications Section-IX - Drawings

6. Clarifications on Bid documents

6.1 If the prospective Bidder finds discrepancies or omission in the specifications and document or is in doubt as to the true meaning of any part, he shall at once make a request, in writing, for any interpretations/ clarifications to the Owner. The Owner then will issue interpretations and clarifications as he may think fit in writing. After receipt of such interpretations and clarifications, the Bidder may submit his Bid but within the time and date as specified in the invitation to Bid. All such interpretations and clarifications shall form a part of the Bidding document and shall accompany the Bidder’s proposal. A prospective Bidder requiring any clarification on Bidding Document may notify the Owner in writing.

6.2 Verbal clarifications and information given by the Owner or his employee(s) shall not in any way be binding on the Owner.

7. Amendment for Bidding Documents. 7.1. At any time prior to the deadline for submission of Bids, the Owner may, for any reason, whether at its

own initiative or in response to a clarification required by a prospective Bidder, modify the Bidding Documents by amendment(s).

7.2. The amendment will be notified in writing or by fax or e-mail to all prospective Bidders, which have received the Bidding Document at the address contained in the letter of request for issue of Bidding Document from the Bidders. Owner will bear no responsibility or liability arising out of non-receipt of the same in time or otherwise.

7.3. In order to afford prospective Bidder reasonable time in which to take the amendment into account in preparing their Bids, the Owner may, at its discretion, extend the deadline for the submission of Bids.

7.4. Such amendments, clarifications etc. shall be binding on Bidders and will be given due consideration by the Bidder while they submit their Bids and invariably enclose such documents as a part of the Bid.

8. Language of Bid

The Bid prepared by the Bidder and all correspondence and documents relating to the Bid, exchanged by the Bidder and the Owner, shall be written in the English language.

9. Local Conditions

9.1. It will be imperative on each Bidder to fully inform himself of all local conditions and factors, which may

have any effect on the execution of the Contract covered under these documents and specifications. The

Owner shall not entertain any request for clarifications from the Bidders, regarding such local conditions.

9.2. It must be understood and agreed that such factors have properly been investigated and considered

while/ before submitting the proposals. No claim for financial adjustment to the Contract awarded under

these specifications and documents will be entertained by the Owner. Neither any change in the time

schedule of the Contract nor any financial adjustments arising thereof shall be permitted by the Owner,

which are based on the lack of such clear information or its effect on the cost of the Works, to the Bidder.

10. Documents Comprising the Bid

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 18

Page 19: UTTAR HARYANA BIJLI VITRAN NIGAM

10.1. The Bidder shall complete the Bid Form inclusive of Price Schedules; Technical Data Requirements etc. furnished in the Bidding Documents, indicating, for the goods to be supplied and services to be rendered, a brief description of goods and services, quantity and prices.

10.2. The Bidder shall also submit documentary evidence to establish that the Bidder meets the Qualification Requirements as detailed in Clause-2 above.

10.3. The Bidder must enclose attested photocopy of PAN Card held by the Proprietor/ Directors/ Partners or as the case may be.

10.4. The Bid Security shall be furnished in a separate cover in accordance with Clause - 14.

11. Bid Price

11.1 The tenderer while quoting bid for turnkey works shall quote the total price for the equipment/ material plus erection charges through Schedule-1 to the bid document. The estimated unit rates and erection charges as ascertained by the employer (Nigam) shall be mentioned in the price schedule to the documents. The rates as admissible to the contract shall be the proportionate to the estimated rate and shall be calculated as under:

a) Unit Rate of Supply allowable = Estimated unit rate of Supply X (Total Quoted Price / Total Estimated Price).

b) Unit Rate of Erection allowable = Estimated unit rate of Erection X (Total Quoted Price / Total Estimated Price).

11.2 In case any additional equipment/ material not incorporated in the original BOM is required for completion of the woks as per site conditions payment of the same shall be regulated as per above formula and the estimated unit rates/ erection shall be taken as per the rate list applicable / applied while preparing the original BOM after having approval of WTDs.

11.3 The Bidder shall complete the Bid form and shall appropriate the price and other schedules furnished in the Bidding Documents, indicating the supplies and the services to be provided.

11.4 All prices quoted by the Bidder shall be ‘FIRM’ during the performance of the Contract and shall not be subject to variation on any account, for all intents and purposes. Statutory variation (such as Sale Tax, Excise duty, Service Tax etc.), if any, may be taken into account while quoting the price.

11.5 The prices shall be quoted in Indian Rupees.

11.6 No mobilization advance shall be paid to the successful Bidder, as such the same will not be considered in the Bid.

12 Bid Validity

12.1 Bids shall remain valid for 120 days from the date of opening of Part-II (Price Bid).

12.2 In exceptional circumstances, prior to expiry of the original Bid validity period, the Employer may request the L-1 Bidder to extend the period of validity for a specified additional period. The request and the responses thereto shall be made in writing or by e-mail/fax. The bidder may refuse the request without forfeiting its bid security. The Bidder agreeing to the request will not be required or permitted to modify his Bid, but will be required to extend the validity of his Bid for the period of the extension. Further, in case of refusal or no response by L-1 bidder till the expiry of bid validity period, the tender shall be dropped. In any case, the EMD of bidder other than L-I shall invariably be refunded, preferably, within 14 days after expiry of bid validity.

13 Taxes and Duties

13.1 All custom duties, excise duties, sales taxes and other taxes and duties, levies payable by the Bidders in respect of the transaction between the bidders and their vendors/sub-suppliers while procuring any components, sub assemblies, raw-materials and equipment shall be included in the Bid price and no claim on this behalf will be entertained by the UHBVN. The excise duty and sales tax / VAT will be included in quoted price as per present applicable Excise / Sale Tax / VAT rule. No ED & ST / VAT in any case shall be payable to the supplier/ Bidder, if became applicable in respect of bought out items directly dispatched from works of sub-suppliers as well as on erection works etc. The successful bidder after completion of supply will give a certificate that ED & Sales Tax / VAT charged from UHBVN has been paid to the concerned authorities including his self-manufactured items. Wherever Excise duty is applicable, the due credit under the MODVAT (Modified Value Added Tax) policies wherever applicable, shall be taken into account by the Bidder while quoting Bid price. The compliance of this Clause shall be confirmed by the Bidder along with his Bid. “The sale to Owner shall be made on Sales-in-Transit basis wherever possible”.

13.2 In addition to above, all the bidders are also required to include/ make the provision for Worker’s Welfare Cess (Payable on erection part only) under the provisions of the Building and other Construction Worker’s

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 19

Page 20: UTTAR HARYANA BIJLI VITRAN NIGAM

Welfare Cess Act 1996, in the Bid price or any kind of taxes and duties as mandatory as per statutory Law or instruction of Government. However the bidder shall submit the compliance/ deposit receipts (Proof) of the above provisions on monthly basis.

13.3 As regard the Income Tax, surcharge on Income Tax, Workers Welfare Cess and other taxes including tax deduction at source, the Bidder shall be responsible for such payment to the concerned authorities with in prescribed period.

13.4 The Income Tax, surcharge on Income Tax and cesses shall be deducted at source, from the payments

made to the Bidder. All such deductions shall be effected by concerned payment/ disbursing authority.

13.5 Deduction of Works Sales Tax at source as per provisions of Sales Tax Act shall be made from the Bills of

the Contractor.

13.6 Work Contract Tax In case of separate work order(s) issued for Supply & Erection part of the contract WCT shall be payable by the contractor on the erection part of the contract only. However, in case of single part contract i.e. composite contract for Supply & Erection WCT shall be payable on the total value of the contract.

14 Bid Security

14.1 The bidder shall furnish EMD as specified in the NIT.

14.2 The Bid Security, 0.5% of estimated cost OR Rs 10 Lacs whichever is less, shall be deposited in the shape of Demand Draft payable at Panchkula in favor of AO/ Cash, UHBVN, Panchkula from a reputed Nationalized/ Commercial Bank OR the Bid Security / EMD may be deposited in the shape of equivalent amount of irrevocable Bank Guarantee in favour of General Manager / P&D, UHBVN, Panchkula from a Nationalized / Scheduled Bank valid for a period of 28 days beyond the validity of the Bid i.e. Six Months and 28 days from the date of opening of Part-I of the NIT

14.3 Any bid not secured in accordance with para 14.1 and 14.2 above will be rejected by UHBVN as non-responsive.

14.4 EMD of Unsuccessful Bidders will be refunded within 2 weeks after the award of the contract.

14.5 EMD furnished by the Successful bidders will be refunded within 7 days from the receipt of Performance Guarantee as per contract by the Accounts wing/ DDO on intimation to the GM/P&D, UHBVN for making necessary entry in the EMD register.

14.6 The EMD may be forfeited: a) If the bidder withdraws / modifies its bid during the period of bid validity specified by the bidder in the

tender; or b) If the bidder does not accept the corrections to arithmetical errors or identified during preliminary

evaluation of his bid; or c) If as per the qualifying requirements the bidder has to submit a Deed of Joint Under taking and he

fails to submit the same, duly attested by Notary Public of the place(s) of the respective executant(s) or registered with the Indian Embassy/ High commission in that country, within ten days from the date of intimation of bid discussion; or

d) In case of a successful bidder, if the Bidder fails to sign the contract; or e) In case of a successful bidder, if the Bidder fails to furnish the performance guarantee.

14.7 The EMD shall be submitted along with the bid in separate sealed envelope and also photocopy thereof to be attached with the bids. Any bid not accompanied by the required in accordance with provisions of this clause will be rejected and shall not be opened.

14.8 No interest shall be payable by UHBVN on the above EMD. 15 Format of BID 15.1 The Bidder shall prepare the BID in duplicate clearly, marking each “Original BID” and “copy of BID”, as

appropriate. In the event of any discrepancy between them, the original shall govern. The BIDs must be submitted with required Bid security & other documents that may form the BID. The Bidder’s BID and the documents attached there to shall be considered as forming part of the contract documents.

15.2 BID must be submitted in a sealed envelope in two parts and each part in separate sealed envelop complete in all respects, which will be received up to 13.00 Hrs. on the due date at the following address.

General Manager/ P&D, C-16, Vidyut Sadan, Sector- 6, Panchkula- 134 109.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 20

Page 21: UTTAR HARYANA BIJLI VITRAN NIGAM

Part I – It will comprise of terms and conditions of the NIT, technical specifications, qualifying criteria documents (Technical & Financial) and all other relevant information except the price schedule.

Part II – Price schedule

Each part and envelope containing bid security should be sealed in separate / individual covers clearly marked on the outside so as to identify each envelope, without opening the covers. All the sealed envelopes should be properly tagged and placed in one common sealed cover bearing on the top “NIT No. 34 for Bid No. B- 334, 335 & 336 due on 21.6.2013, Name of the work, Name of bidder with address, Validity Period ___________ and particulars of bid security” against each work for establishment of Sub-stations and lines on turn-key basis.

First the BID SECURITY ENVELOPE will be opened and in case bid security is not found for the required amount or not in acceptable mode, the offer envelope will be not opened and same shall be returnable to the bidder on next working day of due date of opening.

Part - I of tender will be opened on the same day at 15.00 hrs in the office of General Manager/ P&D, UHBVN, Panchkula for those bidders who meet / fulfill the requirement of bid security deposit.

Part - II of tender will be opened on a prefixed date which will be intimated to all those bidders who qualifies the Technical, commercial & financial qualifications criteria.

NITs which are opened before the due date by mistake, in case no indication having been given in the outside of the envelope or container to indicate that it is NIT, will be disqualified.

15.3 The original and copy of the NIT shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The letter of authorization shall be indicated by the written power of attorney accompanying the NIT. All pages of the NIT, except for un-amended printed literature, shall be initialed by the person or persons signing the NIT.

15.4 The NIT shall contain no interpolation, erasure or overwriting except as necessary to correct errors made by the Bidder, in that case, each such correction shall be initialed by the person or persons signing the NIT.

15.5 NITs shall be fully in accordance with the requirements of these documents and the specifications attached herewith etc. Appropriate forms furnished with the bidding documents shall be used in quoting NIT prices.

15.6 Conditional NITs shall not be accepted. Consistent with the intent of bidding documents, bidders may offer alternatives to their base NIT. Such alternatives will be given careful consideration provided that: a) They are described in the applicable bidding schedule and sufficient supplementary information is

furnished in the form of specifications, drawings and literature, to permit a complete evaluation of the NIT.

b) The reasons for the desired alternatives and their relative advantages shall be clearly stated. UHBVN reserves the right to accept or reject such alternatives.

15.7 Time being the essence of the contract, the Bidders should indicate in the NIT the time of completion of work in the attached form. The desired completion period of UHBVN as indicated in the specifications attached, should be strictly adhered to. The quality of work shall also form an essence of the contract.

15.8 Queries relevant to the Bidding Documents prior to opening of NITs shall be addressed to: -

By mail: General Manager/ P&D, C-16, Vidyut Sadan, Sector- 6, Panchkula - 134109.

15.9 The bidder shall inspect the site of works before bidding and include in his NIT the cost of compensation payable for the standing crops, trees cutting etc. involved, if any, and any damage to third person during execution of works. The employer shall not be liable for any payment to the bidder on this account.

16 Signature of Bid

16.1 The Bid must contain the name, residence and place of business of the person or persons making the Bid and must be signed and sealed by the Bidder with his usual signature. The names of all persons signing the Bid should also be typed or printed below the signature.

16.2 Bid by a partnership must be furnished with full names of the all partners and be signed with the partnership name, followed by the signature(s) and designation(s) of the authorised partner(s) or other authorised representative(s). Copy of the Partnership deed will be supplied alongwith the Bid.

16.3 Bid by Corporation/ Company must be signed with the legal name of the Corporation/ Company by the President, Managing Director or by the Secretary/ other person/ or persons authorised to Bid on behalf of such Corporation/ Company in the matter.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 21

Page 22: UTTAR HARYANA BIJLI VITRAN NIGAM

16.4 A Bid by a person who affixes to his signature the word ‘President’ ‘Managing Director’, ‘Secretary’, ‘Agent’ or other designation without disclosing his Principal will be rejected.

16.5 Satisfactory evidence of authority of the person signing on behalf of the Bidder shall be furnished with the Bid.

16.6 The Bidder’s name stated on the proposal shall be the exact legal name of the firm.

16.7 Bids not conforming to the above requirements of signing may be disqualified.

17 Sealing and Marking of Bid

17.1 The Bidder shall seal the original and each copy of the Bid in an inner and an outer envelope, duly marking the envelopes as “Original” and “Copy”.

17.2 The inner and outer envelopes shall be: -

17.2.1 Addressed to the Owner at the following address. General Manager/ P&D, C-16, Vidyut Sadan, Sector- 6, Panchkula- 134109.

AND

17.2.2 Bear the name of bid, the specification number and Words “DO NOT OPEN BEFORE_______________”.

17.3 The inner envelope shall also indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared “late” or “rejected”.

17.4 If the outer envelope is not sealed and marked as required by Clause 17.2, the Owner will assume no responsibility for the Bid’s misplacement or premature opening. The Bid Security (in the shape of drafts) must be submitted in a separate sealed envelope super-scribed Bid Security – Bid No. B-334, B-335 & B-336.

18 Deadline for submission of Bid.

18.1 The Bidders have the option of sending the Bid by registered post or submitting the Bid in person. Bids submitted by telex/ telegram will not be accepted. No request from any Bidder to the Owner to collect the proposal from airlines, cargo agents etc. shall be entertained by the Owner.

18.2 Bids must be received by the Owner at the address specified under Clause 17.2, not later than the time and date mentioned in the invitation to Bid.

18.3 The Owner may, at its discretion, extend this deadline for the submission of Bids by amending the Bidding document, in which case all rights and obligation of the Owner and Bidder previously subject to the deadline will thereafter be subject to the deadline as extended.

19 Late Bids

Any Bid received by the Owner after the time and date fixed or extended for submission of Bids prescribed by the Owner, will be rejected and /or returned unopened to the Bidder.

20 Modification and withdrawal of Bids

20.1 The Bidder may modify or withdraw its Bid after the Bid’s submission provided that written notice of the modification or withdrawal is received by the UHBVN prior to the deadline prescribed for submission of Bids.

20.2 The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the procedure given in Clause 17.

20.3 No Bid may be modified subsequent to the deadline for submission of Bids.

20.4 No Bid may be withdrawn in the interval between the deadline for submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Bid form. Withdrawal / modification of a Bid during this interval may result in the forfeiture of Bidder’s bid security.

20.5 The tenderer, after submitting its tenders, it is permitted to submit alterations/ modifications to its tender so long such alterations / modifications are received duly sealed and marked like original tender up to the date and time of receipt of tender. Any amendment / modification received after the prescribed date & time of receipt of tender are not to be considered and any withdrawal of offer shall not be permitted.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 22

Page 23: UTTAR HARYANA BIJLI VITRAN NIGAM

20.6 The bidder shall quote price bid as per Schedule-l (Section – V) of this volume. No letter of discount whatsoever shall be entertained at any stage. If the bidder intends to exercise the option to revise/modify his price bid, the revised/ modified price bid complete in all respect is to be submitted in pursuant to clause 20.5.

21 Information required with the proposal

21.1 The Bids must clearly indicate the name of the manufacturer, the type/model of each principal item of equipment/material proposed to be furnished and erected. The Bid should also contain drawings and descriptive materials indicating general dimensions, materials from which the parts are manufactured, principles of operation, the extent of pre-assembly involved, major construction equipment proposed to be deployed, method of erection and the proposed erection organizational structure. It would be in the interest of the Bidder to supply the equipment /material from only reputed manufacturers.

21.2 The above information shall be provided by the Bidder in the form of separate sheet drawing, catalogue etc. in two copies.

21.3 The Bid not containing sufficient descriptive materials to describe accurately the equipment/material proposed may be treated as incomplete and hence rejected. Such descriptive materials and drawings submitted by the Bidder will be retained by the Owner. Any major departure from these drawings and descriptive material submitted will not be permitted during the execution of the Contract without specific written permission of the Owner.

21.4 Oral statements made by the Bidder at any time regarding quality, quantity or arrangement of the equipment or any other matter will not be considered.

21.5 Standard catalogue pages and other documents of the Bidder may be used in the Bid to provide additional information and data as deemed necessary by the Bidder.

21.6 The Bidder, alongwith his proposals, shall submit a list of recommended erection equipment and materials which will be required for the purpose of erection of equipment and materials supplied under the Contract.

21.7 In case the ‘Proposal’ information contradicts specification requirements, the specification requirements will govern, unless otherwise, brought out clearly in the technical commercial deviation schedule.

22 Opening of Bids by Owner

22.1 The Owner will open Bids in the presence of Bidder’s representatives (upto 2 persons) who choose to attend, on the date and time for opening of Bids in the invitation to Bids or in case any extension has been given thereto, on the extended Bid opening date and time notified to all the Bidders who have purchased the Bidding Documents. The Bidder’s representatives who are present shall sign a register evidencing their attendance.

22.2 ‘The Bidders’ names, Bid prices, modifications, Bid withdrawals and the presence or absence of the requisite Bid security and such other details as the Owner, at its discretion, may consider appropriate will be announced at the opening.

22.3 No electronic recording devices will be permitted during Bid opening.

23 Clarification of Bids.

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

24 Examination of Bids.

24.1 The Owner will examine the Bids to determine whether these 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.

24.2 The price furnished for various price schedules should be consistent with each other, so the Bidder should ensure that the price furnished in the various price schedules are consistent with each other. In the case of any inconsistency in the price furnished in the specified price schedules, the Owner shall be entitled to consider the lowest price for the purpose of evaluation and award of Contract. All arithmetical errors will be rectified on the basis of the unit price or total price (in figures or in words) which ever is more beneficial to the Owner.

25 Definitions and Meanings:

For the purpose of evaluation and comparison of Bids, the following meanings and definitions will apply:-

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 23

Page 24: UTTAR HARYANA BIJLI VITRAN NIGAM

‘Bid Price’ shall mean the base price per Bid/ Package quoted by each Bidder in his proposal for the complete scope of Works including Workers Welfare Cess, Excise Duty, Sales Tax payable to the Bidder for complete job including Freight, Insurance, Erection, Testing and Commission charges.

26 Comparison of Bids.

26.1 The Bids shall be compared Bid wise/ Package-wise on the basis of lump sum prices (i.e. for supply portion and price for service to be rendered as quoted by the Bidder) for the entire scope of the proposal as defined in the Bidding document.

26.2 All evaluated Bid prices of all the Bidders shall be compared Bid/ Package wise among themselves to determine the lowest evaluated Bid. In case of any Bidder quoting for more than one Bid/ Package, these may also be evaluated together by the Employer in order to avail any discount or price benefit quoted by the Bidder.

27 Contacting the Owner

Bids shall be deemed to be under consideration immediately after they are opened and until such time official intimation of award / rejection is made by the Owner to the Bidders. While the Bids are under consideration, Bidder and/or his representatives or the interested parties are advised to refrain from contacting by any means, the Owner and/or his employees/representative on matter related to the Bids under consideration. The Owner, if necessary, will obtain clarifications on the Bids by requesting for such information from any or all the Bidders, in writing. Bidders will not be permitted to change the substance of the Bids after the Bids have been opened. Any effort by a Bidder to influence the purchaser in any way may result in rejection of the Bidder’s Bid.

28 Negotiations

28.1 The Nigam will decide the Tenders on the basis of rates quoted by the Bidding firms. Wherever the indenting department and the DS & D are of the considered view that the rates quoted by the bidders, including those quoted by the L1 are not reasonable, the negotiations would be held only with the L1 and a counter-offer shall be made by the L1. In case the L1 counter offer is not accepted, the tender would be dropped and recourse taken to invite fresh tenders.

28.2 Tenders shall be decided as per the prevailing instructions of Government of Haryana at the time of floating of NIT.

29. Award Criteria

29.1 Notwithstanding to the fact that the Contract is termed as Supplies cum erection contract or divisive contract for supply and erection or indicates the breakup of the contract consideration, for conveyance of operation and payment of Sale Tax on supply portion, it is in-fact supply and erection, testing & commissioning contract on single source responsibility basis and Contractor is bound to perform the total contract in it’s entirety and non performance of any part or portion of the Contracts shall be deemed to be breach of the entire Contract.

30. Owner’s right to accept any NIT and to reject any or all NITs

30.1 The UHBVN reserves the right to accept or reject any or all NITs, and to annul the Bidding process and reject all NITs at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders on the grounds for the UHBVN’s action.

30.2 Pooling by the bidders is strictly prohibited. If it is found at any stage that pooling has been done by the various bidders, then their bids / tender may be cancelled and action against the defaulting bidders will be taken such as blacklisting / debarring them from Nigam tenders for two years.

31 Notification of Award

31.1 Prior to the expiration of the period of Bid validity and extended validity period, if any, the Owner will notify the successful Bidder in writing by registered letter or by e-mail or fax, to be confirmed in writing by registered letter, that its Bid has been accepted.

31.2 The notification of award will constitute the formation of the Contract.

31.3 Upon the successful Bidder’s furnishing of performance guarantee pursuant to Clause - 33, the Owner will promptly notify each unsuccessful Bidder and will discharge his Bid security, pursuant to Clause - 14.

31.4 The firms failing to honour LOIs shall be Blacklisted / Debarred from doing business with Nigam besides the other action as per terms & conditions of the contract. The period of blacklisting of the defaulting supplier / contractor will be upto 3 years. The blacklisting of the contractor / supplier should be notified to

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 24

Page 25: UTTAR HARYANA BIJLI VITRAN NIGAM

all Power Utilities in the country and the names of such blacklisted supplier / contractor would also be put on the website of the Nigam.

32 Signing of Contract

32.1 At the same time as the Owner notifies the successful Bidder that its Bid has been accepted the Owner will send the Bidder the Contract Form incorporating all agreements between the parties.

32.2 Within fifteen (15) days of the Notification of the Award the successful Bidder shall sign and date the Contract and return it to the Owner. In case the successful bidder fails to submit the Contract Agreements duly signed within 15 days from the date of issue of detailed contract, the payment will not be released till the bidder submits the Contract agreements and penalty @ 0.25% per week or a part thereof shall be deducted from their bill subject to maximum 1% of Contract value.

32.3 The final contract agreements shall be signed within 15 days from the date, the firm submits the final Contract Agreements in all respect.

33. Contract Performance Guarantee

33.1 Within 15 days of receipt of detailed contract from the Owner, the successful Bidder, to whom the Work is awarded, shall be required to furnish a performance Bank Guarantee from a Scheduled/ Nationalized Bank, in the form attached in Section-VI to the Vol-I in favour of the Owner. The guarantee amount shall be equal to ten percent (10%) of the total Contract Price and it shall guarantee the faithful performance of the Contract in accordance with the terms and conditions specified in these documents and specifications. Performance guarantee shall be valid upto 90 days after the end of warranty period i.e. defects liability period as per Clause - 30.1 of COC Section – III for all equipments except power transformer, distribution transformer and VCBs. In case of power transformer, distribution transformer and VCBs the performance bank guarantee is to be submitted for the period of warranty i.e. defects liability period as per clause 30.1 of COC Section – III plus 90 days.

33.2 In case successful bidder fails to submit Performance BG within 15 days from the date of issue of detailed contract, 10% amount of the contract value shall be deducted from their bill/ bills. This amount shall be released after submission of BG.

33.3 Further penalty @ 0.35% per week or part thereof of the value of the Bank Guarantee would be charged from due date of submission till the amount is deducted or the BG submitted.

33.4 The Performance Guarantee shall cover additionally the following guarantees to the Owner:

a) The Successful Bidder guarantees the successful and satisfactory operation of the material/equipment furnished and erected under the Contract, as per the specifications and documents.

b) The successful Bidder guarantees that the material and equipment provided and installed by him shall be free from all defects in design, material and Workmanship and shall upon written notice from the Owner fully remedy free of expenses to the Owner such defects as developed under the normal use of the said material and equipment within the period of guarantee specified in the relevant Clause of the Conditions of Contract.

33.5 The Contract Performance Guarantee is intended to secure the execution/ performance of the entire Contract.

33.6 The Performance guarantee will be returned to the Contractor without any interest at the end of the Warranty period with the approval of CGM/ PD&C, UHBVN, Panchkula.

34. Quantity Variation

The employer reserves the right to increase or decrease the contract value or the quantity of Bid & Services specified without any change in unit price or other terms and conditions during the execution of contract depending upon the final route plan/actual execution required. The quantity of individual items may, therefore, vary as per final route plan and route profile of the line. The payment shall be made on actual basis for the material supplied and the services rendered. The Purchaser reserves the right to increase / decrease the quantity / value of works by 25% before signing of contract and / or during the currency of the contract at the same rate terms and conditions. The Quantity variation allowed shall be within + 25% of contract value/works as a whole and not for each individual items.

35. Site Visit

35.1 The Bidder is advised to visit and examine the Site of Works and its surroundings and obtain, for itself on its own responsibility all the information that may be necessary for preparing the Bid and entering into a Contract for construction of the Works. The cost of visiting the Site shall be at the Bidder’s own expense.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 25

Page 26: UTTAR HARYANA BIJLI VITRAN NIGAM

35.2 The Bidder shall inspect the site of Works before Bidding and include in his Bid the cost of compensations payable for the standing crops or tree cuttings etc. involved therein, if any. The Employer shall not be liable for any payment to the Bidder on this account.

35.3 The Bidder and any of its personnel or agents will be granted permission by the Employer to enter upon its premises and lands for the purpose of such visit.

35.4 Railway Crossing: The bidder shall inspect at his own expenses the route of 33 kV & 11 kV Lines for any Railway Crossing

for preparing the bid. The bidder shall depute their Liasioning Officer to obtain the approval of Railway Crossing from Railway Authorities. Any delay in execution of work on account of Railway Crossing vis-à-vis approval of Railway Authority shall be to bidder’s account. “All charges as payable to railways shall be borne by the bidder.” However, the responsibility of owner shall be limited to extending support to contractor for expediting the approval form the Railways department.

36. Storage of Material

The Bidder shall store all the Material / Equipment in the well-maintained Store at his cost. All the services required for maintaining the Stores shall also be at the cost of the Bidder.

37. Warranty Period

The warranty of equipments shall be for the period as per provisions made in the Technical Specifications of the Nigam from date of commissioning and where the warranty period has not been specified the same shall be 12 months. The manufacturers of these materials should not be blacklisted by any SEB / Utility of any State of India In case, it is found that the material supplied is from any blacklisting firm the same shall be out rightly rejected and the firm shall be liable to arrange the same at shortest period of time without any relaxation of extension in completion time.

38. Empanelled Supplier The material shall be supplied form the approved list of empanelled firms..

*******

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 26

Page 27: UTTAR HARYANA BIJLI VITRAN NIGAM

SECTION-III

CONDITIONS OF CONTRACT

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 27

Page 28: UTTAR HARYANA BIJLI VITRAN NIGAM

CONDITIONS OF CONTRACT CONTENTS

Clause No.

Description Page

1 Definitions and interpretations 30-31

2 Employer’s Decisions and Instructions 31-32

3 Assignment 32

4 Sub Contracting 32

5 Contract Documents 32

6 Drawings 32-33

7 Error in Drawings 33

8 Obligations of the Contractor 33-34

9 Contract Agreement 34

10 Performance Guarantee 34

11 Contract Price 34-35

12 Programme 35

13 Contractor’s Representative 35

14 Contractor’s Construction Management 35

15 Compliance with Laws 35-36

16 Patents 36

17 Obligations of the Employer 36

18 Labour 36

19 Workmanship and Materials 36

20 Inspection and Testing 37

21 Rejection 37

22 Permission to deliver 37

23 Suspension of Works, Delivery or Erection 39-38

24 Effects of suspension 38

25 Completion 38

26 Extension of Time for Completion 39

27 Penalty for delay in Work 39

28 Tests on completion 39

29 Taking Over 39-40

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 28

Page 29: UTTAR HARYANA BIJLI VITRAN NIGAM

30 Defects after Taking-over 40-41

31 Variations 41-42

32 Ownership of Plant 42

33 Certificates and Payment 42-44

34 Claims 44

35 Currency and Rate of Exchange 44

36 Set-off & Risk Procedure 44

37 Risks and Responsibility 45

38 Care of the Works 45

39 Passing of Risk 45-46

40 Damage of Property and Injury to Persons 46

41 Accidents 46

42 Limitation of Liability 46-47

43 Insurance 47-48

44 Force Majeure 48-49

45 Contractor’s Default 49

46 Employer’s Default 49

47 Changes in cost and Legislation 49-50

48 Customs 50

49 Notices 50

50 Settlement of Disputes 50

51 Arbitration 50-51

52 Taxation 51

53 Advertising 51

54 Material Account 51

55 Industrial & Labour Laws 51

56 Corrupt or fraudulent practices 51-52

57 Blacklisting of the Firms 52

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 29

Page 30: UTTAR HARYANA BIJLI VITRAN NIGAM

1. Definition and Interpretations:

1.1. Definition

In the Contract (as hereinafter defined) the following words and expressions shall have the meanings hereby assigned to them:-

a) “Contract” means the agreement between the Employer and the Contractor for the execution of the complete Works incorporating the Conditions, Specifications, Employer’s Drawings and Contractor’s Drawings, price and other completed Schedules, Bid, Letter of Award and such further documents as may be expressly incorporated in the Letter of Award.

b) “Conditions” means conditions of Contract.

c) “Commencement Date” means the date of signing of Contract.

d) “Contract Agreement” means the documents recording the terms of the Contract between the Employer and the Contractor.

e) “Contract Price” means the sum stated in the Letter of Award as payable to the Contractor for execution and commissioning of the Works and adjusted, after optimization, on the basis provided in the Contract. It shall be the sum total of all the amounts entered by the Contractor in the Schedule of Prices.

f) “Contractor” means the person whose Bid has been accepted by the Employer and the legal successors in title to the Contractor but not (except with the consent of the Employer) any assignee of the Contractor.

g) “Contractor’s Drawings” means all drawings, samples, patterns, models and operation and maintenance manuals to be submitted by the Contractor in accordance with Clause-6 under the Contract.

h) “Contractor’s Equipment” means all appliances or things of whatsoever nature required for the purposes of the Works but does not include Plant.

i) “Contractor’s Risk” means the risk defined in Sub-Clause-37.4.

j) “Defects Liability Certificate” means the certificate to be issued by the Employer to the Contractor in accordance with sub Clause-30.10.

k) “Defect Liability Period” means one year following commissioning of line on load and Taking Over during which the Contractor is responsible for making good defects and damage in accordance with Clause-30.

l) “Employer/Owner” means the UTTAR HARYANA BIJLI VITRAN NIGAM and the legal successors in title to the Employer/Owner but not (Except with the consent of the Contractor) any assignees of the Employer / Owner.

m) “Employer’s Drawings” means all the Drawings and information provided by the Employer to the Contractor under the Contract.

n) “Force Majeure” has the meaning assigned to it under Sub Clause 44.1.

o) “Gross Misconduct” means any act or omission of the Contractor in violation of the most elementary rules of diligence, which a conscientious Contractor in the same position and under the same circumstance would have followed.

p) “Notification of Award/Letter of Award” means the formal award by the Employer of the Bid incorporating any adjustments or variation to the Bid agreed between the Employer and the Contractor.

q) “Performance Guarantee” means the security to be provided by the Contractor in accordance with Sub Clause 10.1 for the due performance of the Contract.

r) “Plant” means Poles, Lines materials and all things to be provided under the Contract for incorporation in the Works.

s) “Program” means the Program to be submitted by the Contractor in accordance with Sub Clause 12.1 and any approved revision thereto.

t) “Provisional Sum” means a sum, described as such for the execution of Works or for the supply of goods or services to be used in accordance with sub Clause 36.1.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 30

Page 31: UTTAR HARYANA BIJLI VITRAN NIGAM

u) “Risk Transfer Date” means the date when the risk of loss or damage to the Works passes from the Contractor to the Employer in accordance with sub Clauses 38.2 and 39.1.

v) “Schedule of Prices” means the completed price schedule or any part or individual schedule thereof, submitted by the Contractor with his Bid and forming a part of the Contract documents.

w) “Site” means the place or places, where Work is to be done by the Contractor or to which Plant is to be delivered, together with so much of the area surrounding the same as the Contractor shall with the consent of the Employer use in connection with the Works otherwise that merely for the purposes of access.

x) “Specification” means the specification of the Works included in Bidding Documents and includes the Contract and any modification thereof made under Clause 31.

y) “Taking-over Certificate” means the Certificate to be given by the Employer to the Contractor in accordance with Clause-29.

z) “Bid” means the Contractor’s priced offer to the Employer for the execution of the Works.

aa) “Tests on Completion” means the test specified in the Contract or otherwise agreed by the Employer and the Contractor to be performed before the Works are taken over by the Employer.

bb) “Time for Completion” means the time stated in the conditions of Contract for completing the Works or any Part thereof and passing the tests on completion calculated from the commencement date unless extended in accordance with Clause-26.

cc) “Variation Order” means any written order, identified as such issued to the Contractor by the Employer under Sub Clause 31.1.

dd) “Works” means all Plant to be provided and Work to be done by the Contractor under the Contract.

ee) “Government” means the Government of India / Government of Haryana.

ff) “Other Contractor” means any party or parties having a direct Contract with the Employer for Work outside the scope of this Contract and shall include any Sub-Contractor of this “Other Contractor”

gg) “Engineer” means Assistant Engineer, Assistant Executive Engineer, Executive Engineer, Superintending Engineer, UHBVN appointed by the Employer for this Work.

hh) “Sub Contractor”: The Sub-Contractor used herein refers to a party or parties having a direct Contract with the Contractor, whom any part of the Contract has been sublet by the Contractor with the consent in writing of the Engineer-in-charge.

ii) “Engineer-in-charge” i.e. Superintending Engineer/Construction Panchkula, is the person under whose supervision the Works shall be executed. He will identify the Engineer/Executive Engineer who will be directly responsible for the execution of Works, measurement and payments.

1.2. Written Communication Wherever in the Contract provision is made for communication to be “Written” or “in Writing” this means any hand-written, type written or printed communication including telex, cable and facsimile transmission addressed to the Engineer-in-Charge, Engineer or other agencies of the Owner, involved in execution of the Contract.

1.3. Notice, Consent and approvals. Wherever in the Contract provision is made for the giving of notice, consent or approval by any person, such consent or approval shall not be unreasonably withheld. Unless otherwise specified, such notice, consent or approval shall be in writing and the word “notify” shall be construed accordingly. Engineer-in-charge shall be Nodal Officer in this respect. He may delegate his powers to the subordinate officer wherever required. All such letter and notices shall be addressed by the Contractor to the Engineer-in-charge as required with a copy to Chief General Manager/PD&C. However, routine correspondence may be exchanged by him with the Engineer with a copy to Engineer-in -charge.

1.4. Period In these conditions “day” means calendar day, however, “Working day” as used therein means all calendars day excluding Sundays and all Gazetted holidays as admissible to field staff within India. “Month” and “Year” and all dates shall be reckoned according to the Gregorian calendar.

2. Employer’s Decisions and Instructions 2.1. The Contractor shall proceed with the decisions and instructions given by the Employer or its

representative in accordance with these conditions.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 31

Page 32: UTTAR HARYANA BIJLI VITRAN NIGAM

2.2. Confirmation in Writing The Contractor may require the Employer to confirm in writing any decision or instruction of the Employer, which is not in writing. The Contractor shall notify the Employer of such requirement without undue delay. Such a decision or instruction shall not be effective until written confirmation thereof has been received by the Contractor from Superintending Engineer/Construction, UHBVN, Panchkula or the Engineer identified by him/provided in the Contract.

3. Assignment The Contractor shall not assign the Contract or any part of his obligations under the Contract without the prior written consent of the Employer (Which shall not be unreasonably withheld). A charge in favour of the Contractor’s bankers of any monies due under the Contract shall not be considered an assignment.

4. Sub-Contracting 4.1. The Contractor shall not subcontract the whole of the Works and shall himself execute at least 20% value

of Contract in respect of supplies/erection. Except where, otherwise, provided by the Contract, the Contractor shall not sub-Contract any part of the Works without the prior written consent of the Employer (which shall not be unreasonably withheld). Any such consent, if given, shall not relieve the Contractor from any liability or obligation under the Contract and he shall be responsible for the acts defaults and neglects of any sub-Contractor, his agents, servants or Workmen as fully as if they were the acts, defaults or neglect of the Contractor, his agents or employees.

4.2. If any Sub-Contractor, engaged upon the Work either executes any Work which, in the opinion of the Employer, is not in accordance with the Contract or in the opinion of the Employer, for any other reason is undesirable, the Employer may require the Contractor by written notice to terminate the subcontract and the Contractor shall immediately dismiss the Sub Contractor and latter shall forthwith leave the Site.

4.3. All correspondence from any Sub-Contractor to the Employer shall be submitted only through the Contractor. Correspondence by the Sub-Contractor sent directly to the Employer will not be acknowledged or take cognizance of.

5. Contract documents 5.1. Ruling Language

Where versions of the Contract are prepared in different languages, the English version shall prevail.

5.2. Day to Day Communications

The day-to-day communications shall be in English Language only.

5.3. Priority of Contract Document

Unless otherwise provided in the Contract, the Contract documents shall be as follows in order of priority:-

a) The letter of Award. b) The Technical Specifications. c) Conditions of Contract. d) Bidder’s Priced Offer. e) Any other documents forming part of the Contract.

5.4. Documents Mutually Explanatory

Subject to Sub Clause-5.3, the Contract documents shall be taken as mutually explanatory. The Employer shall clarify any ambiguities or discrepancies.

Anything mentioned in the specifications and not shown on the drawings, or shown on the drawings and not mentioned in the Specifications, shall be of like effect as if shown or mentioned in both. In case of any difference between scaled dimensions and figures on the drawings, the figure shall prevail. In case of any difference between drawings and the Specifications, the specifications shall prevail.

6. Drawings 6.1. Contractor’s Drawings

The Contractor shall submit to the Employer for approval:-

a) Within the time given in the Contract or in the Programme such drawings, samples, models or information as may be called for therein and in the numbers therein required, and

b) During the progress of the Works, such drawings of the general arrangement and details of the Works as specified in the Contract.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 32

Page 33: UTTAR HARYANA BIJLI VITRAN NIGAM

The Employer shall signify his approval or disapproval thereof. If he fails to do so within the given time frame or time given in the Contract or the Programme or if no time limit is specified, within 21 days of receipt the Contractor’s drawings shall be deemed to be approved.

Approved drawings, samples, models shall be signed or otherwise identified by the Employer.

The Contractor shall supply additional copies of approved drawings in the form and numbers stated in the Contract.

6.2. Consequences of Disapproval of Contractor’s Drawings.

Any Contractor’s Drawings, which the Employer disapproves, shall be forthwith modified to meet the requirements and shall be re-submitted with in seven days.

6.3. Approved Contractor’s Drawings

Approved Contractor’s Drawings shall not be departed from except as provided in Clause-31.

6.4. Inspection of Contractor’s Drawings

The Employer shall have the right at all reasonable times to inspect, at the Contractor’s premises, all Contractor’s Drawings of any part of the Works. The Employer shall have the liberty to assign this job to any Engineer/Agency at his discretion.

6.5. Employer’s Use of Contractor’s Drawings.

Contractor’s Drawings may be used by the Employer for no other purpose than completing, operating, maintaining, adjusting and repairing the Works.

6.6. Contractor’s use of Employer’s Drawings.

The Employer’s Drawings, Specification and other information submitted by the Employer to the Contractor shall remain the property of the Employer. They shall not, without the consent of the Employer, be used, copied or communicated to a third party by the Contractor unless necessary for the purposes of this Contract.

6.7. Manufacturing Drawings.

Unless otherwise specified in the Technical Specifications (Section-VII) the Contractor shall not be required to disclose to the Employer, the Contractor’s confidential manufacturing drawings, designs, know-how or manufacturing practices, processes or operations.

7. Error in Drawings

7.1. Error in Contractor’s Drawings

The Contractor shall be responsible for any errors or omissions in the Contractor’s Drawings unless they are due to incorrect Employer’s Drawings or other written information supplied by the Employer. Approval by the Employer of the Contractor’s Drawings shall not relieve the Contractor from any responsibilities under this Sub-Clause.

The Contractor shall bear any cost he may incur as a result of delay in providing Contractor’s Drawings and other information or as a result of errors or omissions therein, for which the Contractor is responsible.

The Contractor shall at his own cost carry out any alterations or remedial Work necessitated by such errors or omissions for which he is responsible and modify the Contractor’s Drawings and such other information accordingly.

The performance of Contractor’s obligations under this Clause shall be in full satisfaction of his liability under this Clause but shall not relieve him of his liability under Sub-Clause 27.1.

8. Obligation of the Contractor

8.1. General Obligations

The Contractor shall, in accordance with the Contract, with due care and diligence, carry out the Works as per the scope of Work defined in the Technical specifications within the Time for Completion. The Contractor shall also provide all necessary Contractor’s equipment, superintendence, labour and all necessary facilities thereof. The Contractor shall be deemed to have carefully examined the Bidding Documents, the Site and the existing installations, as applicable, and to have satisfied himself as to the nature and character of the Work to be executed, the prevailing meteorological conditions as well as the local uses and conditions and any other relevant matters and details before submitting his offer. Any information received from the Employer shall not in any way relieve the Contractor from his responsibility for supplying the equipment

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 33

Page 34: UTTAR HARYANA BIJLI VITRAN NIGAM

and material and executing his Work in terms of the Contract, including all details and incidental Work and supply of all accessories or apparatus which may not have been specifically mentioned in the Contract but are necessary for ensuring the complete installation and a safe and efficient operation of the Plant.

8.2. Setting Out

The Contractor shall set out the Works in relation to original points, lines and levels of reference given by the Employer in writing and provide all necessary instruments, appliances and labour for such purposes. If at any time during the execution of Works, any error appears in the positions, levels, dimensions or alignment of the Work, the Contractor shall rectify the error. The Contractor shall bear the cost of rectifying the error, unless the error results from incorrect information supplied in writing by the Employer, or from default by another Contractor of the Employer, in which case the cost together with profit shall be borne by the Employer. The checking of any setting-out by the Employer shall not relieve the Contractor of his responsibility for the accuracy thereof.

9. Contract Agreement

The Contractor shall prepare and complete as per Contract Agreement signed as provided in Section-V at his cost and shall execute a Contract Agreement regarding all the terms of the Contract.

10. Performance Guarantee

10.1. The Contractor shall execute/furnish Performance Guarantee as per details given under Clause - 33 of Section-II (Instruction to Bidders). The form of the Performance Guarantee shall be as provided in Section-VI (Form-V) of this Bidding Document or in some other format that is acceptable to the Employer. In the event of any change in the Contract price the Performance Guarantee shall be adjusted, provided that such adjustment shall be subject to the approval of Employer. The Performance Guarantee shall be paid to the Employer on first demand without conditions or proof.

10.2. Period of validity

The Performance Guarantee shall be valid until the Contractor has executed, completed and remedied defect in the Works in accordance with the Contract. No claim shall be made against the Performance Guarantee after the issue of the Defects Liability Certificate and Performance Guarantee shall be returned to the Contractor with the approval of CGM/ PD&C, UHBVN, Panchkula within 14 days of the issue of the Defects Liability Certificate as per Clause 30 of CoC.

10.3 Non-compliance of Performance Guarantee Clause

In case successful bidder fails to submit Performance BG within 15 days from the date of issue of detailed contract. 10% amount of the contract value shall be deducted from their bill/bills. This amount shall be released after submission of BG.

11. Contract Price

11.1 Sufficiency of Contract Price

The Contractor shall be deemed to have satisfied himself of and taken account of in his Bid:-

a) All the conditions and circumstances affecting the Contract price b) The possibility of carrying out the Works as described in the Contract. c) The general circumstances at the Site. d) The general labour position at the Site and e) With respect to the above provision, the Contractor shall be deemed to have also satisfied himself,

before Bidding with.

Existing conditions, nature of existing roads and bridges and other means of access to the Site Presence of artificial obstructions on ground or underground or in air, boulders, or released water

from and structures constructed for the existing sub-station or the like. Stability of existing slopes in the Site Nature of the surface and subsurface on or in which the Works are to be executed in or in the

immediate vicinity of the Works, and the nature and extent of surface water or water contained in the subsoil by which the Works may be affected under all possible climatic conditions.

If the Specifications do not contain particulars of materials and Works, which are obviously necessary for the proper completion of the Works, and the intention to include, which is nevertheless to be inferred, all such materials and Works shall be supplied and executed by the Contractor without extra charge. If the Contractor requires additional information, he shall so request in writing to the Employer who will provide such detailed information as necessary within a reasonable time.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 34

Page 35: UTTAR HARYANA BIJLI VITRAN NIGAM

The Contractor shall be responsible for checking the information given in writing by the Employer for obvious omissions or inconsistencies, and for his interpretation of information received from whatever source.

11.2 Physical Obstructions and Conditions

If during the execution of the Works on Site, the Contractor encounters physical obstructions or conditions, which could not reasonably have been foreseen by the Contractor, the Employer shall certify, and these shall be added to the Contract Price, the additional cost of complying with any instruction which the Employer, after due consultation with the Contractor, issues to the Contractor in connection therewith.

12. Programme 12.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer for approval a

Programme showing the general methods, arrangement, order and timing for all the activities in the Works alongwith monthly cash flow forecast.

12.2 An update of the Programme shall be a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining Work including any changes to the sequence of the activities.

12.3 The Contractor shall submit to the Engineer, for approval, an updated Programme at intervals not longer than the period stated in the Contract Data. If the Contractor does not submit an updated Programme within this period, the Engineer may withhold the amount stated in the Contract Data from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Programme has been submitted.

12.4 The Engineer’s approval of the Programme shall not alter the Contractor’s obligations. The Contractor may revise the Programme and submit it to the Engineer again at any time. A revised Programme is to show the effect of Variations and Compensation Events.

13. Contractor’s Representative. 13.1. The Contractor shall, in addition to a project coordinator, employ one or more competent representatives

to superintend the carrying out the Works on Site. They shall be fluent in the language for day-to-day communications. Their names shall be communicated in writing to the Employer before Work on Site begins.

Any instruction or notice, which the Employer gives to the Contractor’s representative, shall be deemed to have been given to the Contractor.

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

13.2. Objection to Contractor’s Employee

The Contractor shall, upon the Employer’s written instruction remove from the Works any person employed by him in the execution of Works, who mis-conducts himself or is incompetent or negligent.

14. Contractor’s Construction Management 14.1. Contractor’s Equipment

All Contractor’s Equipment shall, when brought on to the Site, be, deemed to be exclusively intended for the execution of the Works. The Employer shall have lien on all such equipment brought to Site for the purpose of erection, testing and commissioning of the 11 KV Lines & other related works. The Contractor shall not remove from the Site any such equipment, except:-

a) When it is no longer required for the completion of the Works, or b) When the Employer has given his consent.

14.2. Authority for Access

No persons other than the employees of the Contractor and his Sub-Contractors shall be allowed on the Site except with the written consent of the Employer. Facilities to inspect the Works shall at all times be afforded by the Contractor to the Employer and his representatives, authorities and officials.

15. Compliance with Laws

15.1. Compliance with Statutes, Regulations

The Contractor shall, in all matters arising in the performance of the Contract, comply in all respects with, give all notices and pay all fees required by the provisions of any national or state statute, ordinance or other law or any regulation or by-law of any duly constituted authority.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 35

Page 36: UTTAR HARYANA BIJLI VITRAN NIGAM

The Contract shall in all respects be prepared and interpreted in accordance with the laws in force in India, including any such laws passed or made or coming into force during the period of the Contract.

The Contractor shall be fully responsible for deducting the P.F. of the employees/labour Working under him as per statutory regulations and depositing the same with the concerned authorities.

15.2. Compliance with Laws

The Contractor shall comply with the laws of India for manufacturing of equipment and erection of the lines.

16. Patents

Patent Rights

The Supplier shall indemnify the Purchaser against all claims of infringement of patent, trademark or industrial design arising from use of goods or any part thereof in India. In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or industrial design rights arising from the use of the goods or any part thereof in the Purchaser’s country, the supplier shall act expeditiously to extinguish such claim. If the supplier fails to comply and the Purchaser is required to pay compensation to a third party resulting from such infringement, the supplier shall be responsible for the compensation including all the expenses, court costs and lawyer fees. The purchaser will give notice to the supplier of such claim, if it is made, without delay.

17. Obligations of the Employer

Access to and Possession of the Site The Employer shall in reasonable time, grant the Contractor access to and possession of the Site, which may, however, not be exclusive to the Contractor. The Contractor shall provide at his own cost any access, foot path structures, bridges and approach to the Work Sites from public roads in accordance with the requirement stipulated in the Technical Specification.

18. Labour

18.1. Engagement of Labour

The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the engagement of all labour and for their payment, housing, feeding and transport. The Contractor shall pay rates of wages and allowances according to the nature of the Works and observe hours and Working conditions of his employees, so as to be no less favourable to the employees than those generally prevailing in the region where the Works are to be carried out. At the same time the Contractor shall observe all regulations prescribed by the law of the Government and shall strictly comply with any agreement, custom, practice or award relating to the wages. The Contractor is encouraged, to the extent practicable and reasonable, to employ staff and labour with the required qualifications and experience from sources within the region of Work.

18.2. The Contractor will be expected to employ on the Work only his regular skilled employees with experience of the particular type of Work. No female labour shall be employed after darkness. No person below the age of eighteen years shall be employed.

18.3. In case, the Employer becomes liable to pay any wages or dues to the labour or any Government agency under any of the provisions of the Minimum Wages Act, Workmen Compensation Act, Contract Labour Regulation Abolition Act or any other law due to act of omission and commission of the Contractor, the Employer may make such payments and shall recover the same from the Contractor’s bills.

19. Workmanship and Materials

19.1. Manner of Execution

All Plant to be supplied shall be manufactured and all Work to be done shall be executed in the manner set out in the Contract. Where the manner of manufacture and execution is not set out in the Contract, the Work shall be executed in a proper and Work-man-like manner in accordance with recognized good practice.

19.2. Covering up Work

The Contractor shall give the Employer full opportunity to examine, measure and test any Work on Site, which is about to be covered up or put out of view. The Contractor shall give due notice to the Employer whenever such Work is ready for examination, measurement or testing. The Employer shall then, unless he notifies the Contractor that he consider it unnecessary, without unreasonable delay carry out the examination, measurement or testing.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 36

Page 37: UTTAR HARYANA BIJLI VITRAN NIGAM

20. Inspection & Testing

20.1. Independent Inspection

The Employer may at his discretion delegate inspection and testing of material to an independent inspector.

20.2. Dates for Inspection and Testing

The Contractor shall give the Employer reasonable notice in writing of the date and the place at which any material will be ready for testing as provided in the Contract and Employer shall attend at the place so named within fifteen (15) days of the date, which the Contractor has stated in his notice. The Employer shall give the Contractor twenty four (24) hours notice in writing of his intention to attend the tests. The above notices shall be given at first by the quickest possible means and confirmed later in writing.

The Contractor shall forthwith forward to the Employer duly certified copies of the test results. If the Employer has not attended the test, he shall accept the validity of the test readings. If on receipt of the Contractor’s notice of testing, the Employer’s representative does not find the material to be ready for testing, the costs incurred by the Employer for re-deputation of his representative shall be deducted from the Contract Prices.

The material after receipt in the Stores of the Nigam is liable to be inspected for its conformity to the specifications by a representative of the Contractor/supplier firm after giving one week’s registered notice to the supplier / contractor. In case the firm fails to depute a representative on the specified date the Utility would be free to get material checked on the absence of the firm’s representative for which the firm would have no reason to protest at any stage and would be fully responsible of the outcome

20.3. Facilities for Testing

Where the Contract provides for tests on the premises of the Contractor or of any Sub-Contractor, the Contractor shall provide such assistance, labour, materials, electricity, fuel, stores, apparatus and instruments as may be necessary to carry out the tests efficiently. However, the Nigam’s authorized Inspecting Officer/ Inspecting agency shall use own testing instruments/equipment for testing.

21. Rejection

21.1 If as-a-result of the inspection, examination or testing referred to in Clause-20, the Employer decides that any Plant is defective or otherwise not in accordance with the Contract, he may reject such Plant and shall notify the Contractor there-of, immediately. The notice shall state the Employer’s objections with reasons. The Contractor shall then with all speed make good the defect or ensure that any rejected Plant complies with the Contract. If the Employer requires such Plant to be re-tested, the tests shall be repeated under same terms and conditions. All cost incurred by the Employer in the repetition of the tests shall be deducted from the Contract Price.

21.2 The contractor shall be responsible to pay penalty of Rs 20,000/- for each occasion at which the fake inspection call has been made or the material is rejected during testing / inspection by the authorized agency / representative of the Nigam. This penalty would be in addition to the expenses incurred by the Nigam in deputing the Inspecting Officer, carrying out such inspection.

22. Permission to Deliver

The Contractor shall apply in writing to the Employer for permission to deliver any Plant or Contractor’s equipment to the Site. No Plant or Contractor’s equipment may be delivered to the Site without the Employer’s written permission in the form of Material Inspection & Clearance Certificate (MICC) for despatch.

The Contractor shall be responsible for the receipt at Site of all Plant and Contractor’s equipment delivered for the purposes of the Contract and shall, upon arrival at Site, give a notice to the Employer when and where it has arrived and/or been stored.

23. Suspension of Works, Delivery or Erection

23.1. Order to Suspend

The Employer may at any time instruct the Contractor to: -

a) Suspend progress of the Works, or b) Suspend delivery of Plant or Contractor’s Equipment which is ready for delivery to the Site at the time

for delivery specified in the Programme or if no time is specified, at the time appropriate for it to be delivered or

c) Suspend the erection of Plant, which has been delivered, to the Site.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 37

Page 38: UTTAR HARYANA BIJLI VITRAN NIGAM

When the Contractor is prevented from delivering or erecting Plant in accordance with the Programme by reason of any delay or failure on the part of the Employer, or of failure by the Employer to give permission to deliver or by any cause for which the Employer is responsible, the Employer shall be deemed to have instructed a suspension provided the Contractor has given the notice of the same within fifteen (15) days of such occurrence and the Employer does not respond to such a notice by the Contractor.

The Contractor shall during suspension protect and secure the Works or Plant affected at the Contractor’s

Works or elsewhere or at the Site, as the case may be against any deterioration, loss or damage.

24. Effects of Suspension.

24.1. Cost of Suspension

The additional cost incurred by the Contractor in protecting, securing and insuring the Works or Plant and in following the Employer’s instructions under Sub Clause-23.1 and in resumption of the work, shall be added to the Contract Price except that no such addition to the Contract Price shall be made if the suspension or deemed suspension is for a period less than 10 days.

The Contractor shall not be entitled to be paid any additional cost if such suspension is necessary, by reason of a default on the part of the Contractor or for the proper execution, or for the safety of the Works or Plant, unless such necessity results from any act or default of the Employer or in consequence of any of the Employer’s Risks. The Contractor shall not be entitled to additional cost unless he notifies the Employer of his intention to make such claim, within 10 days after receipt of the order to suspend progress or delivery of the date of deemed suspension under Sub Clause-23.1.

24.2. Prolonged Suspension.

If suspension under Clause 23.1 has continued for more than 180 days and the suspension is not due to the Contractor’s default, the Contractor may give notice to the Employer requiring permission to proceed with the Works within 30 days.

If permission is not granted within that time, the Contractor may treat the suspension as an omission under Clause-31 of the portion it affects, or if the suspension affects the whole of the Works, terminate the Contract and the provisions of Clause-46 shall apply.

24.3. Resumption of Work

If the Contractor chooses not to treat prolonged suspension an omission or termination under Sub Clause 24.3, the Employer shall upon the request of the Contractor, take over the responsibility for protection, storage, security and insurance of the suspended Works and of the Plant which has been delivered to the Site and which is affected by suspension and the risk of loss or damage thereto, shall thereupon, pass to the Employer. After receipt of permission or an order to proceed, the Contractor shall after due notice to the Employer, examine the Works and the Plant affected by the suspension. The Contractor shall make good any deterioration or defect in or loss of the Works or Plant that may occur during the suspension. Cost properly incurred by the Contractor, which would not have been incurred but for the suspension shall be added to the Contract Price together with profit. The Contractor shall not be entitled to payment for costs incurred in making good any deterioration, defect or loss caused by faulty Workmanship or materials or by the Contractor’s failure to take measures specified in Sub Clause-23.1. If the Employer has taken over risk and responsibility for the suspended Works under this Sub Clause,

risk and responsibility shall revert to the Contractor-15 days after receipt of the permission or order to

proceed.

25. Completion.

Time for Completion:

The works shall be completed in all respects for each bid including supply of material, erection, testing

and commissioning of 11 kV lines including complete material / allied material for VCBs as per detail in the

technical specifications, within 09 (Nine) months from the date of issue of detailed work order.

Date of inspection & clearance by Chief Electrical Inspector will be considered as date of completion of

work.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 38

Page 39: UTTAR HARYANA BIJLI VITRAN NIGAM

26. Extension of Time for Completion.

26.1. Causes for Extension of Time for Completion.

The Contractor may claim an extension of the Time for Completion if he is or will be delayed in completing the Works by any of the following causes: -

a) Extra or additional Work ordered in writing under Clause-31, other than those quantity variations arising out of soil conditions or route alignment.

b) Physical obstructions or conditions other than those, which could reasonably have been foreseen by the Contractor.

c) Employer’s instructions, otherwise than by reason of the Contractor’s default. d) The failure of the Employer to fulfill any of his obligations under the Contract. e) Delay by any Other Contractor engaged by the Employer, affecting this Contract. f) Any suspension of the Works under Clause-23, except when due to the Contractor’s default. g) The Employer’s risk, if and when they constitute the sole reason for the delay in completion of Works. h) Force Majeure.

The Contractor shall give to the Employer, notice of his intention to make a claim for an extension of time within 15 days of the occurrence of any of the above cause(s) for such a claim becoming known to the Contractor. The notice shall be followed as-soon-as possible by the claim with full supporting details.

The Employer shall, after due consultation with the Contractor grant the Contractor from time to time, either prospectively or retrospectively, such extension of Time for Completion as may be justified and notify the Contractor accordingly.

The Contractor shall be entitled to such extension whether the delay occurs before or after Time for Completion.

26.2. Delays by Sub-Contractors.

The Contractor shall be entitled to claim an extension of time if delay on the part of a Sub-Contractor is due to a cause mentioned in Clause-26.1 and such delay prevents the Contractor from meeting the Time for Completion.

26.3. The power to decide the extension in completion period of turnkey contracts shall vest with the Board of Directors, in case awarding authority is HPPC (of State Govt.) or utility’s High Power Purchase Committee. In rest of the turnkey cases (SE’s Operation contracts), the power to decide the extension in completion period of turnkey contracts shall vest with the Whole Time Directors.

27. Penalty for Delay in Work

27.1 0.5% per week or part thereof subject to maximum of 2% of value of left over work up to 1st 4 weeks and @ one percent per week or part thereof in case the delay is beyond 4 weeks subject to maximum up to 10% of value of left over works / project. The Employer may without prejudice to any other method of recovery, deduct the amount of such penalty from any amount due or to become due to the Contractor. The payment or deduction of such penalty shall not relieve the Contractor from his obligation to complete the Works or from any other of his obligation and liabilities under the Contract.

27.2 Incentives:

An incentive for early completion of all the works of the NIT as a whole from the completion period as per Clause 25 and in accordance with Clause 29.2 will be given to the Contractor @ 1/2% (half percent) per fortnight subject to a maximum of 10% (ten percent) of total contract amount.

28 Tests on Completion.

The Contractor, except where otherwise specified, shall arrange such labour, materials, fuel, water, stores

and apparatus as may be reasonably required to carry out such tests efficiently.

29. Taking Over.

29.1 The Works shall be taken over by the Employer when they have been completed in accordance with the

Contract, except in minor respects that do not affect the use of the Works for their intended purpose, have

passed the Tests on Completion and Taking-over Certificate has been issued or deemed to have been

issued in accordance with Sub Clause-29.2.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 39

Page 40: UTTAR HARYANA BIJLI VITRAN NIGAM

29.2. Taking Over Certificate.

The Contractor may apply by notice to the Employer for a Taking- Over- Certificate not earlier than 15 days before the Works will in the Contractor’s opinion be complete and ready for Taking Over under Sub Clause-29.1.

The Employer shall within 45 days after the receipt of the Contractor’s application either:- a) Issue the Taking Over Certificate to the Contractor stating the date on which the Works were

completed and ready for Taking Over, or b) Reject the application giving his reasons and specifying the Work required to be done by the

Contractor to enable the Taking- Over- Certificate to be issued.

If the Employer fails either to issue the Taking Over Certificate or to reject the Contractor’s application within the period of 45 days he shall be deemed to have issued the Taking Over Certificate on the last day of that period.

29.3. Use before Taking Over.

The Employer shall not use any part of the Works unless a Taking Over Certificate has been issued in respect thereof.

If nevertheless the Employer uses any part of the Works, that part which is used shall be deemed to have been taken over on the date of such use. The Employer shall on request of the Contractor issue a Taking –Over-Certificate accordingly. If the Employer uses any part of the Works before Taking Over the Contractor shall be given the earliest opportunity of taking such steps as may be necessary to carry out the Tests on Completion.

The provisions of Sub Clause-27 shall not apply to any part of the Works while being so used by the Employer; Clause-30 shall apply as if the part had been taken over on the date it was taken into use.

29.4 Interference with Tests on Completion.

If the Contractor is prevented from carrying out the Tests on Completion by an act of the Employer without assigning any valid reason, the Employer shall be deemed to have taken over the Works on the date when the Tests on Completion would have been completed for such prevention subject to mutual agreement between the Employer and the Contractor. The Employer shall issue a Taking Over Certificate accordingly.

The Works shall not be deemed to have been taken over if they are not in accordance with the Contract.

If the Works are taken over under the Clause the Contractor shall nevertheless carryout the Tests on Completion during the Defects Liability Period. The Employer shall require the Tests on Completion to be carried out by 15 days notice and in accordance with the relevant provision of Clause-28.

30. Defects after Taking Over.

30.1 “The contract shall warrant that the equipment will be new, unused and in accordance with contract documents, and free from defects in material and workmanship for a period as specified in the warranty clause of Technical specification (TS) from the date of commissioning. However, in case the warranty period is not defined in the TS of the Nigam, the same is to be considered as 12 months from the date of commissioning. The contractor’s liability shall be limited to the replacement of any defective part in the equipment of his own manufacture or those of his sub contractors under normal use, and arising solely from faulty design, material and/or workmanship provided always that such defective parts are repairable at the site and are not in meantime essential in the commercial use of the equipment. Such replaced/defective parts shall be returned to the contractor unless otherwise arranged. No repairs of replacement shall normally be carried out by the owner when the equipment is under the supervision of contractor’s supervisory engineer. In case the firm/supplier/contractor fails to replace the damaged material within stipulated period of 45 days, interest @ 10% shall be charged on the value of the material remained blocked.

30.2 In the event of any emergency, where in the judgment of the engineer, delay would cause serious loss of damages, repairs or adjustment be made by the owner or a third party chosen by the owner without advance notice to the contractor and cost of such works shall be paid by the contractor. In event, such action is taken by the Employer the contractor will be notified promptly and he shall assist in making necessary correction. This shall not relieve the contractor of his liabilities under the terms and conditions of the contractor.

30.3 If it becomes necessary for the contractor to replace or renew any defective portions, the provision of this clause shall apply to portion of the works so replaced or renewed until the expiry of twelve months from the date of replacement/renewal of the defective parts/portion of work. If any defects are not remedied

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 40

Page 41: UTTAR HARYANA BIJLI VITRAN NIGAM

within reasonable time the owner may proceed to do the work at the contractor’s risk and cost. But without prejudice to any other rights which the owner may have against the contractor in respect of such defects.

30.4 The repaired or new parts will be furnished and erected free of cost by the contractor. If any repair is carried out on his behalf at the site the contractor shall bear the cost or such repairs.

30.5 The cost of any special or general overhaul rendered necessary during the maintenance period due to defects in the equipment or defective work carried out by the contractor the same shall be borne by the contractor.

30.6 The acceptance of the equipment by the owner shall in no way relieve the contractor or his obligations under this clause.

30.7 In case of those defective parts which are not repairable at site but are essential for the commercial operation of the equipment, the contractor and the owner shall mutually agree to a program of replacement or renewal which will minimize interruptions to the maximum extent, in the operation of the equipment.

30.8 At the end of the guarantee period the contractor’s liability ceases expect for latent defects (*). For latent defects the contractor’s liability as mentioned in clause No.30.1 through 30.7 above shall remain till the end of three years from the date of completion of guarantee period.

30.9 The provisions contained in this clause will not be applicable;

a) If the owner has not used the equipment according to generally approved industrial practice and in accordance with the conditions or operation specified and in accordance with manuals, if any.

b) In case of normal wear & tear of the parts to be specifically mentioned by the contractor in the offer. (*) Latent defect shall mean such defects caused by faulty design, material or workmanship which cannot be detected during inspection, testing etc. based on the technology for carrying out such tests.

31. Variations

31.1 Employer’s right to Vary

The Employer may issue Variation Order to the Contractor at any time before the Works are taken over, instruct the Contractor to alter, amend, omit, add to or otherwise vary any part of the Works. The Contractor shall not vary or alter any of the Works, except in accordance with a Variation Order from the Employer. The Contractor may, however, at any time propose variations of the Works to the Employer.

31.2 Variation Order Procedure

Prior to any Variation Order under Sub Clause 31.1, the Employer shall notify the Contractor of the nature and form of such variation.

As soon as possible after having received such notice, the Contractor shall submit to the Employer: -

a) A description of Work, if any, to be performed and a Programme for its execution, and

b) The Contractor’s proposals for any necessary modifications to the Programme according to Sub Clause 26.1 or to any of the Contractor’s obligations under the Contract, and

c) The Contractor’s proposals for adjustment to the Contract Price.

Following the receipt of the Contractor’s submission the Employer shall, after due consultation with the Contractor, decide as soon as possible whether or not the variation shall be carried out.

If the Employer decides that the variation shall be carried out, he shall issue a Variation Order clearly identified as such in accordance with the Contractor’s submission or as modified by agreement. If the Employer and the Contractor are unable to agree to the adjustment of the Contract Price, the provisions of Sub Clause 31.3 shall apply.

31.3 Disagreement on adjustment of the Contract Price.

If the Contractor and the Employer are unable to agree on the adjustment of the Contract Price, the adjustments shall be determined in accordance with the rates specified in the Schedule of Prices.

If the rates contained in the Schedule of Prices are not directly applicable to the specific Work in question, suitable rates shall be established by the Employer reflecting the level of pricing in the Schedule of Prices. Where rates are not contained in the said schedule, the amount shall be such as is in all the circumstances reasonable. Due account shall be taken of any over or under recovery of overheads by the Contractor in consequence of the variation.

Whenever by these conditions the Contractor is entitled to be paid cost, such cost shall be properly incurred and shall include any overhead charges properly allocable thereto but not profit unless so stated. Any profit entitlement shall be added to cost at the percentage of 10%.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 41

Page 42: UTTAR HARYANA BIJLI VITRAN NIGAM

The Contractor shall also be entitled to be paid:-

a) The cost of any partial execution of the Works rendered useless by any such variation, and

b) The Cost of making necessary alterations to Plant already manufactured or in the course of manufacture or of any Work done that has to be altered in consequence of such variation.

The Employer shall on this basis determine the rates and prices to enable on account payment to be included in certificates of payment.

31.4 Contractor to Proceed

On receipt of a Variation Order, the Contractor shall forthwith proceed to carry out the variation and be bound to these Conditions in so doing as if such variation was stated in the Contract.

The Work shall not be delayed pending the granting of an extension of the Time for Completion or an adjustment to the Contract Price under Sub Clause 31.3.

31.5 Records of Costs

In any case where the Contractor is instructed to proceed with a variation prior to the determination of the adjustment to the Contract Price in respect thereof the Contractor shall keep records of all the cost of undertaking the variation and of time taken on its execution. Such records shall be open to inspection/verification by the Employer at all reasonable times.

32. Ownership of Plant

Plant to be supplied pursuant to the Contract shall become the property of the Employer once the Plant is delivered to the Site.

33. Certificates and Payment

33.1 Terms of Payment

A. FOR ELECTRICAL WORKS

Payment for Sub-station and Line material: -

a) Price Component for Material.

(i) 50% payment of the cost of material including excise duty, sales tax, freight, insurance etc. will be made on receipt of material after verification at the project site / stores.

(ii) 40% payment of the cost of material will be made monthly on pro-rata basis after the material has been erected / utilized at site and verified. Payment shall be released on the certification of the Engineer In charge of the work.

(iii) Balance 10% shall be paid after inspection, testing, clearance by the CEI, Govt. of Haryana and commissioning of work and inspection by the Engineer In charge and Third Party (existing, if any) jointly and handing over of the work to the Nigam. All the statutory requirement as well other formalities shall be got completed before release of final payment.

b) Price Component for Erection Services i) 90% of the total erection price component shall be paid monthly on pro-rata basis on furnishing of

certificate by the Engineer-in charge and Third Party inspecting agency, for the quantum of work completed and on successful completion of quality check.

ii) Balance 10% shall be paid after inspection, testing, clearance by the CEI, Govt. of Haryana and commissioning of work and inspection by the Engineer In charge and Third Party jointly and handing over of the work to the Nigam. All the statutory requirement as well other formalities shall be got completed before release of final payment.

33.2 Delivery and documents on Dispatch

a) Copies of the Contractor’s invoice showing letter of award reference goods description, quantity dispatched, unit price, total amount (4 copies).

b) Packing list identifying contents of each Bid/ Package (4 copies). c) Receipted LR duly verified by AE/Const. d) Manufacturer’s/Contractor’s guarantee certificate of quality. e) Material Inspection Clearance Certificate (MICC) for despatch issued by the Employer’s

representative and the Contractor’s factory inspection report (2 copies) and insurance certificate (2 copies)

The above documents should reach the Employer within seven days from the date of dispatch to enable the Employer to make timely payment to the Contractor.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 42

Page 43: UTTAR HARYANA BIJLI VITRAN NIGAM

33.3 Payment of Contractor’s Bills.

Payment due to the Contractor shall be made by crossed cheque. Such cheques shall be issued direct to the Contractor on furnishing a stamped receipt for the amount of the cheque or to his authorised representative who has, a power of attorney, conferring, authority of the Contractor to receive such payment from the Engineer except where the Bidders are described in their Bid as a firm, in which case the receipt must be signed in the name of the firm by one of the partners or by some other persons holding a power of attorney authorising him to do so by other partners.

33.4 The receipt of an accountant or clerk for any money paid by the Contractor will not be considered as an acknowledgement of such payment to the Executive Engineer and the Contractor shall be responsible for ensuring that he procures receipt signed/countersigned by the Executive Engineer.

33.5 Packing

The Contractor shall provide such packing of the material as is required to prevent their damage or deterioration during transit to their destination as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling, during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage, packing case size and weights shall take in to consideration, where appropriate, the remoteness of the Goods final destination and the absence of heavy handling facilities at all points in transit. The packing, marking and documentation within and outside the Bid/ Packages shall comply strictly with special requirements as shall be expressly provided for in the Contract and in any subsequent instructions given by the Employer.

33.6 Indemnity Bond

For the material to be provided by the Contractor, it will be the responsibility of the Contractor to take delivery, unload and store the materials at Site and execute an indemnity bond, trust receipt and obtaining authorisation letter as per Performa given at Section-V in favour of the Employer against loss, damage and risk involved for the full value of the materials. The indemnity Bond shall be furnished by the Contractor before commencement of the supplies and shall be valid till the scheduled date of testing, commissioning and handing over of the 33 KV substations, 33 KV & 11 KV lines to the Employer.

33.7 Issue of Certificate of Payment

Within 21 days after receiving an application for payment, which the Contractor was entitled, the Employer shall issue a certificate of payment to the Contractor showing the amount due. A certificate of payment, other than Final Certificate of payment, shall not be withheld on account of any part of the payment applied for being disputed. In such case a certificate of payment for the undisputed amount shall be issued.

33.8 Corrections to Certificates of Payment

The Employer may in any certificate of payment make any correction or modification that should have been properly made in respect of any previous certificates.

33.9 Payment

The Employer shall pay the amount certified within 15 days from the date of issue of each certificate of payment to the Contractor at his principal place of business.

33.10 Application for Final Certificate of Payment

The Contractor shall make application to the Employer for the Final Certificate of payment within 30 days after the issue of Taking Over Certificate by the Employer. The application for the Final Certificate of payment shall be accompanied by the final account prepared by the Contractor and reconciled with the Employer. The final account shall give full details of the value of all Plants supplied and Work done under the Contract together with: -

a) Such additions to or deductions from the Contract price as have been agreed, and b) All claims for additional payment to which the Contractor may consider himself entitled.

33.11 Issue of Final Certificate of Payment

The Employer shall issue to the Contractor, the Final Certificate of Payment within 30 days after receiving

an application in accordance with Sub Clause 33.10. If the Contractor has not applied for a Final

Certificate of Payment within the time specified in Sub Clause 33.10 the Employer shall request the

Contractor to do so within a further period of 30 days. If the Contractor fails to make such an application,

the Employer shall issue the Final Certificate of Payment for such amount, as he deems correct. C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 43

Page 44: UTTAR HARYANA BIJLI VITRAN NIGAM

33.12 Final Certificate of Payment conclusive.

A Final Certificate of Payments shall be conclusive evidence of the value of the Works, that the Works are in accordance with the Contract and that the Contractor has performed all his obligations under the Contract except the obligations arising during the Defects Liability Period. Payment of the amount certified in the Final Certificate of Payment shall be conclusive evidence that the Employer has preformed all his obligations under the Contract. A Final Certificate of payment or payments shall not be conclusive:

a) To the extent that fraud or dishonesty relates to or affects any matter dealt within the certificate, or b) If any arbitration or court proceedings under the Contract have been commenced by either party

before the expiry of 90 days after the issue of the Final Certificate of Payment. c) In the event of any defects being noticed during the Defects Liability Period.

33.13 Failure to provide Drawings

Should the Contractor fails to provide drawings, diagrams, microfilms or other information forming part of the Works, at the time specified in the Contract, the payment which becomes due to the Contractor in accordance with the Contract will be delayed by a period of time equal to the delay in providing the information.

34. Claims

34.1 Procedure

In any case where under these conditions there are circumstances which the Contractor considers entitle him to claim additional payment, the Contractor shall:-

a) If he intends to make any claim for additional payment he will give to the Employer notice of his intention to make such claim within 30 days after the said circumstances became known to the Contractor stating the reasons for his claim, and

b) As soon as reasonably practical, after the date of such notice shall submit to the Employer full and detailed particulars of his claim but not later than 45 days after such notice unless otherwise agreed by the Employer. In any event such particulars shall be submitted no later than the application for the Final Certificate of Payment. The Contractor shall thereafter promptly submit such further particulars as the Employer may reasonably require to assess the validity of the claim.

34.2 Assessment

When the Employer has received full and detailed particulars of the Contractor’s claim in accordance with Sub Clause 34.1 and such further particulars as he may reasonably have required he shall after due consultation with the Contractor determine whether the Contractor is entitled to additional payment and notify him accordingly. The Employer may reject any claim for additional payment, which does not comply with the requirements of Sub-Clause 34.1.

35. Currency and Rates of Exchange. All payments shall be made in Indian Rupees only.

36. Set Off & Risk Procedure

36.1 Set Off

Any such money due and payable to the Contractor under the Contract may be appropriated by the Owner and set-off against any claim of the Owner for the payment of a sum of money arising out of or under this Contract or any other Contract entered into by the Contractor with the Owner.

36.2 Contractor’s Default Liability

In the event of breach of any of the terms and conditions by the Contractor, the Employer can terminate the Contract without any notice to the Contractor at any stage and the Contractor shall have no claim whatsoever on the Employer on this account. But the Contractor shall be liable to pay to the Employer a sum equivalent to 10% of the value of the Contract as liquidated damages and not as penalty. The Contractor shall in addition and without prejudice to the above said damages, make good any loss or damage that may be incurred by the Employer in getting the left out Works executed from elsewhere at the risk and cost of the Contractor.

In case of delay in the execution of Works, the Owner will have the right to get the Work executed from any alternative source, at the sole risk and cost of the Contractor. Any extra expenditure incurred in such action shall be recoverable in full from the Contractor in addition to Owner's right of claim for liquidated damages.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 44

Page 45: UTTAR HARYANA BIJLI VITRAN NIGAM

37. Risk and Responsibility

37.1 Allocation of Risk and Responsibility

The Risks of loss of or damage to physical property and the death and personal injury which arise in consequence of the performance of the Contract shall be allocated between the Employer and the Contractor as follows:-

a) The Employer: The Employer’s Risks as specified in Sub Clause 37.2 & 37.3. b) The Contractor: The Contractor’s Risks as specified in Sub Clause 37.4.

37.2 Employer’s Risks

Employer’s risk shall be as under: Insofar as they relate to the country where the Works are to be erected:-

* War and hostilities (Whether war be declared or not), invasion, act of foreign enemies.

* Rebellion, revolution, insurrection, military or usurped power or civil war.

* Ionizing radiation or contamination by radioactivity from any nuclear fuel, radioactive toxic explosives or other hazardous properties of any explosive nuclear assembly or nuclear component, thereof.

37.3 Employer’s Risks Under all circumstance:

a) Use or occupation of the Works or any part thereof by the Employer.

b) The use or occupation of the Site or any part thereof for the purposes of the Contractor, or interference, temporary or permanent with any right-of-way, light, air or water any easement, way-leaves or right of similar nature which is the inevitable result of the construction of the Works in accordance with the Contract.

c) The act, neglect or omission or breach of Contract or of statutory duty of the Employer.

37.4 Contractor’s Risks

The Contractor’s Risks are all risks other than those identified as the Employer’s Risks.

38. Care of Works

38.1 Contractor’s Responsibility for the Care of the Works.

The Contractor shall be responsible for the care of the Works from the commencement date until the Risk Transfer Date applicable thereto under Sub Clause 38.2. The Contractor shall also be responsible for the care of any part of the Works upon which any outstanding Works is being performed by the Contractor during the Defects Liability period until completion of such outstanding Work.

38.2 Risk Transfer Date

The Risk Transfer Date in relation to the Works is the date of occurrence of any of the following:-

a) The date of issue of the Taking-Over-Certificate, or

b) The date when the Employer is deemed to have issued the Taking-over-Certificate or the Works are deemed to have been taken over in accordance with Clause-29, or

c) The date of expiry of the notice of termination when the Contract is terminated by the Employer or the Contractor in accordance with these conditions.

39. Passing of Risk

39.1 Passing of Risk of loss of or Damage to the Works

The Risk of loss of or Damage to the Works shall pass from the Contractor to the Employer on the Risk Transfer Date applicable thereto.

39.2 Loss or Damage Before Risk Transfer Date.

Loss of or Damage to the Works occurring before the Risk Transfer Date shall:-

a) To the extent caused by any of the Contractor’s Risks, be made good forthwith by the Contractor at his own cost, and

b) To the extent caused by any of the Employer’s Risks, be made good by the Contractor at the Employer’s expense if so required by the Employer within 30 days after the occurrence of the loss or damage. The price for making good such loss and damage shall be in all circumstances reasonable

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 45

Page 46: UTTAR HARYANA BIJLI VITRAN NIGAM

and shall be agreed by the Employer and the Contractor, or in the absence of agreement, shall be resolved under Clause-50.

39.3 Loss or Damage After Risk Transfer Date

After the Risk Transfer Date, the Contractor’s liability in respect of loss or damage to any part of the Works shall, except in the case of Gross Misconduct, be limited:-

a) To the fulfillment of the Contractor’s obligations under Clause-30 in respect of defects therein, and

b) To making good forthwith loss or damage caused by the Contractor during the Defects Liability Period.

c) Damage to Property and injury to Persons

40. Damage to Property and injury to persons

40.1 Contractor’s Liability

Except as provided under Sub Clause 41, the Contractor shall be liable for and shall indemnify the Employer against all losses, expenses and claims in respect of any loss of or damage to physical property (other than the Works), death or personal injury to the extent caused by:-

a) Defective design, material or Workmanship of the Contractor, or

b) Negligence or breach of statutory duty of the Contractor, his Sub Contractors or their respective employees and agents.

40.2 Employer’s Liability

The Employer shall be liable for and shall indemnify the Contractor against all losses, expenses, or claims in respect of loss or damage to any physical property (other than Works) to the extent caused by those of the Employer’s Risks listed in Sub-Clause 37.2. & 37.3., but not otherwise.

41. Accidents

The Contractor shall be liable for and shall indemnify the Employer against all losses, expenses or claims arising in connection with the death of or injury to any person employed by the Contractor or his sub Contractors or employees of the Owner for the purposes of the Works, unless caused by any acts or defaults of the Employer. In the latter cases the Employer shall be liable for and shall indemnify the Contractor against all losses, expenses or claims arising in connection therewith.

42. Limitations of Liability

42.1 Liability after Expiry of Defect Liability Period.

Except in cases of criminal negligence or willful misconduct:-

a) The Contractor shall not be liable to the Employer, whether in Contract, or otherwise for any indirect or consequential loss or damage, provided that this execution shall not apply to any obligation of the Contractor to pay liquidated damages to the Employer.

b) The aggregate liability of the Contractor to the Employer under the Contract shall not exceed the Contract price, provided that this limitation shall not apply to any obligation of the Contractor to indemnify the Employer with respect to patent infringement.

42.2 Exclusive Remedies

The Employer and the Contractor intend that their respective rights, obligations and liabilities as provided

for in these conditions shall alone govern their rights under the Contract and in relation to the Works.

Accordingly, the remedies provided under the Contract in respect of or in consequence of :-

a) Any breach of Contract, or

b) Any act of negligence or omission, or

c) Death or personal injury, or

d) Loss or damage to any property.

are, save in the case of Gross Misconduct, to be to the exclusion of any other remedy that either may

have against the other under the law governing the Contract or otherwise.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 46

Page 47: UTTAR HARYANA BIJLI VITRAN NIGAM

42.3 Mitigation of loss or Damage

In all case the party claiming a breach of Contract or a right to be indemnified in accordance with the Contract shall be obliged to take all reasonable measures to mitigate the loss or damage which has occurred or may occur.

43. Insurance

43.1 The Works

a) All the Plant, including pole foundations wherever required being supplied by the Contractor shall be kept completely insured by the Contractor at his cost from the time of despatch from the Contractor’s Works, upto the completion of erection and final checking, testing and commissioning at Site and Taking Over of the 33 KV substation, 33 KV line and 11 kV Line Works by the Employer.

b) It will be the responsibility of the Contractor to lodge, pursue and settle all claims (for all the Plant including pole foundations) with the insurance company in case of any damage, loss, theft, pilferage, fire etc. and the Employer shall be kept informed about it. The Contractor shall replace the lost/damaged Plant including pole foundations promptly irrespective of the settlement of the claims by the underwriters and ensure that the Work progress is as per agreed schedules.

43.2 Contractor’s equipment

The Contractor shall insure the Contractor’s equipment for its full replacement value while in transit to the Site, from commencement of loading until completion of unloading at the Site, while on the Site and until unloading at its return destination against all loss or damage caused by any of the Contractor’s risks.

43.3 Third Party Liability

The Contractor shall insure against liability to third parties for any death or personal injury and loss of or damage to any physical property including the property of the Employer other than the Works arising out of the performance of the Contract and occurring before the issue of the last Defect Liability Certificate. Such insurance shall be effected before the Contractor begins any Work on the Site.

43.4 Employees

The Contractor shall insure and maintain insurance against his liability under Sub Cluse-41.

43.5 General

The insurance cover shall be taken by the Contractor in the name of the Employer who shall authorize the Contractor to pursue the claims with the Insurance Company.

43.6 General Requirements of Insurance Policies.

The Contractor shall

a) Whenever required by the Employer produce the policies or certificates of any insurance which he is required to effect under the Contract together with receipts for the premiums,

b) Effect all insurances for which he is responsible with an insurer and in terms approved by the Employer, and

c) Make no material alterations to the terms of any insurance without the Employer’s approval. If an insurer makes any material alteration to the terms the Contractor shall forthwith notify the Employer, and

d) In all respects comply with any conditions stipulated in the insurance policies that he is required to place under the Contract.

43.7 Permitted Exclusions from Insurance Policies

The insurance cover effected by the Contractor in the name of the Employer shall exclude the following: -

a) The cost of making good any part of the Works, which is defective or other wise does not comply with the Contract.

b) Indirect or consequential loss or damage including any reductions in the Contract Price for delays.

43.8 Remedies on the Contractor’s Failure to Insure.

If the Contractor fails to produce evidence of insurance cover as stated in Sub Clause-43.6 (a) then the

Employer may effect and keep in force such insurance. Premiums paid by the Employer for this purpose

shall be deducted from the Contract Price.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 47

Page 48: UTTAR HARYANA BIJLI VITRAN NIGAM

43.9 Amounts not recovered

Any amount not recovered from the insurers shall be borne by the Employer or Contractor in accordance with their responsibilities under Clause-37.

44. Force Majeure.

44.1 Definition of Force Majeure.

Force Majeure means any circumstances beyond the control of the parties including:-

a) War and other hostilities, (whether war be declared or not), invasion, act of foreign enemies, mobilisation, requisition or embargo;

b) Ionizing radiation or contamination by radioactivity from any nuclear fuel or from any nuclear waste from the combustion of nuclear fuel, radioactive toxic explosive, or other hazardous properties of any explosive nuclear assembly or nuclear components thereof;

c) Rebellion, revolution, insurrection, military or usurped power and civil war;

d) Riot, commotion or disorder, except where solely restricted to employees of the Contractor. e) Natural calamity (such as Earthquake, Cyclone, Floods etc.).

44.2 Effect of Force Majeure.

Neither party shall be considered to be in default or in breach of his obligations under the Contract to the extent that performance of such obligations is prevented by any circumstances of Force Majeure, which arise after the date of the Notification of Award.

44.3 Notice of Occurrence.

If either party considers that any circumstances of Force Majeure have occurred which may affect performance of his obligations he shall promptly notify the other party.

44.4 Performance to Continue.

Upon the occurrence of any circumstances of Force Majeure the Contractor shall Endeavour to continue to perform his obligations under the Contract so far as reasonably practicable. The Contractor shall notify the Employer of the steps he proposes to take including any reasonable alternative means for performance, which is not prevented by Force Majeure. The Contractor shall not take any such steps unless directed so to do by the Employer.

44.5 Additional Costs caused by Force Majeure.

If the Contractor incurs additional costs in complying with the Employer’s directions under Sub Clause-44.4, the amount thereof shall be certified by the Employer and added to the Contract Price.

44.6 Damage caused by certain of the Employer’s risks.

If in consequence of any of the Employer’s risks listed in para-graphs of Sub Clause-37.2., the Work on or adjacent to the Site shall suffer loss or damage, the Contractor shall be entitled to have the value of the Work done, without regard to the loss or damage that has occurred, included in a certificate of payment.

44.7 Termination in Consequence of Force Majeure.

If circumstances of Force Majeure have occurred and shall continue for a period of 180 days, notwithstanding, the Contractor may by reason thereof, having been granted an extension of Time for Completion of the Works, either party shall be entitled to serve upon the other, 30 days notice to terminate the Contract. If at the expiry of the period of 30 days Force Majeure shall still continue, the Contract shall terminate.

44.8 Payment on Termination for Force Majeure.

If the Contract is terminated under Sub Clause-44.7 the Contractor shall be paid the value of the Work done.

The Contractor shall also be entitled to receive: -

a) The amounts payable in respect of any preliminary items so far as the Work or service comprised therein has been carried out and delivered and a proper proportion of any such item in which the Work or service comprised has only been partially carried out and delivered.

b) The cost of materials or goods ordered for the Works or for use in connection with the Works, which have been delivered to the Contractor or of which the Contractor is legally liable to accept delivery.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 48

Page 49: UTTAR HARYANA BIJLI VITRAN NIGAM

Such materials or goods shall become the property of and be at the risk of the Employer when paid for by the Employer and the Contractor shall place the same at the Employer’s disposal.

45. Contractor’s Default

45.1 Notice of Default.

If the Contractor is not executing the Works in accordance with the Contract or is neglecting to perform his obligations, there under, as seriously, to affect the Programme for carrying out of the Works, the Employer may give notice to the Contractor requiring him to make good such failure or neglect.

45.2 Nature of Contractor’s default.

If the Contractor: -

a) Has failed to comply within a reasonable time with a notice under Sub Clause-45.1 or

b) Assigns the Contract or Sub-Contracts the whole of the Works without the Employer’s written consent, or

c) Becomes bankrupt or insolvent, has a receiving order made against him or compounds with his creditors, or carries on business under a receiver, trustee or manager for the benefit of his creditors or goes into liquidation. The Employer may, after giving 15 days notice to the Contractor, terminate the Contract and expel the Contractor from the Site. Any such expulsion and termination shall be without prejudice to any other rights or powers of the Employer, or the Contractor under the Contract. The Employer may upon such termination complete the Works himself or by any other Contractor. The Employer or such other Contractor may use for such completion, Contractor’s equipment which is on the Site and as he or they may think proper, and the Employer shall allow the Contractor a fair price for such use.

45.3 Valuation at Date of Termination

The Employer shall, as soon as possible after such termination, certify the value of the Works and all sums then due to Contractor as at the date of termination in accordance with Clause-33.

45.4 Payment after termination

The Employer shall not be liable to make any further payments to the Contractor until the Works have been completed. When the Works are so complete, the Employer shall be entitled to recover from the Contractor the extra costs, if any, of completing the Works after allowing for any sum due to the Contractor under sub Clause 45.3. If there is no such extra cost the Employer shall pay any balance due to the Contractor.

45.5 Effect on Liability for delay

The Contractor’s liability under Clause-27 shall immediately cease when the Employer expels him from the Site without prejudice to any liability there under that may have already occurred.

46. Employer’s Default

46.1 Nature of Employer’s Default

The Contractor may, by giving 30 days notice to the Employer, terminate the Contract if the Employer becomes bankrupt or insolvent, has a receiving order made against him, compounds with his creditor, or carries on business under a receiver, trustee or manager for the benefit of his creditors or goes into liquidation, or

46.2 Removal of Contractor’s equipment

On such termination, the Contractor shall be entitled to remove immediately all Contractors’ equipment, which is on the Site.

46.3 Payment on termination for Employer’s Default.

In the event of such termination the Employer shall pay the Contractor as amount calculated in accordance with sub Clause 44.8.

47. Changes in Cost and Legislation

47.1 Labour, materials and transport.

The Contract price shall remain firm and shall not be subject to any variation on any account.

47.2 Statutory and other regulations.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 49

Page 50: UTTAR HARYANA BIJLI VITRAN NIGAM

The Contract price shall be adjusted to take account of any increase or decrease in cost resulting from changes in legislation of the country. Legislation means any law, order, regulation or bye-law having the force of law, which affects the Contractor in the performance of his obligations under the Contract, made after the date of notification of award and it acceptance. The Employer shall certify the amount of the resulting increase or decrease in cost, which shall be added to or deducted from the Contract price.

48. Customs Customs and Import duties. The Contractor shall pay any customs, import duties and taxes, on the Contractors equipment, if any, to be imported.

49. Notices

49.1 Notice to Contractor

All certificates, notices or written order communications to be given to the Contractor by the Employer under the conditions shall be sent by Airmail, Cable, telex, Regd. Post or facsimile transmission, to or be left at the Contractor’s principal place of business or such other address as the Contractor shall notify for that purpose, or may be handed over to the Contractor’s representative under acknowledgement.

49.2 Notice to Employer

Any notice to be given to the Employer under these conditions shall be sent by Airmail, Regd. Post, cable, telex or facsimile transmission to or left at the respective address notified for that purpose in the letter of award, or handed over to the Employer’s representative, authorised, to receive it.

49.3 Minutes of meeting

Instructions or notice to the Contractor and notice from the Contractor to the Employer record in a minute or protocol signed by the authorised representative of the given and of the recipient of such notice or instruction shall be valid notice or instruction for the purposes of the Contract.

50. Settlement of Disputes

50.1 Any dispute(s) or difference(s) arising out of or in connection with the Contract shall, to the extent possible, settled amicably between the parties.

50.2 If any dispute or difference of any kind whatsoever shall arise between the Owner and the Contractor, arising out of the Contract for the performance of the Works whether during the progress for the Works or after its completion or whether before or after the termination, abandonment or breach of the Contract, it shall, in the first place, be referred to and settled by the empowered officer to be appointed by the Owner, who, within a period of thirty (30) days after being requested by either party to do so, shall give written notice of his decision to the Owner and the Contractor.

50.3 Unless as hereinafter provided, such decision in respect of any matter so referred shall be final and binding upon the parties until the completion of the Works and shall forthwith be given effect to by the Contractor who shall proceed with the Works with all due diligence, whether he or the Owner required arbitration as hereinafter provided or not.

50.4 If after the Empowered Officer has given written notice of his decision to the parties, no claim to arbitration has been communicated to him by either party within thirty (30) days from the receipt of such notice, the said decision shall become final and binding on the parties.

50.5 In the event of the Empowered Officer failing to notify his decision as aforesaid within thirty (30) days after being requested aforesaid, or in the event of either the Owner or the Contractor being dissatisfied with any such decision, or within thirty (30) days after the expiry of the first mentioned period of thirty (30) days, as the case may be either party may require that the matters in dispute be referred to arbitration as hereinafter provided.

51. Arbitration

All matters, question, disputes, differences and/or claims arising out of and/or concerning and/or in connection and/or in consequences or relating to this Contract whether or not obligations of either of both parties under this Contract be subsisting at the time of such dispute and whether or not this Contract has been terminated or purported to be terminated or completed, shall be referred to the Sole Arbitration of the CMD, UHBVN/DHBVN or an Officer appointed by the CMD, UHBVN/DHBVN as his nominee. The Award of the Arbitrator shall be final and binding on the parties to this Contract.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 50

Page 51: UTTAR HARYANA BIJLI VITRAN NIGAM

Subject to aforementioned provisions, the provisions of Arbitration & Conciliation Act 1996 and the rules there under and statuary modifications thereof for the time being in force, shall be deemed to apply to the Arbitration proceedings under this Clause.

52. Taxation

52.1 The Contractor shall be entirely responsible for payment of all taxes, duties, license fees etc. incurred until delivery of the Contract supplies to the Employer.

52.2 The Contractor shall be solely responsible for the taxes that may be levied on the Contractor’s persons or on earning of any of his employee and shall hold the Employer indemnified and harmless against any claims that may be made against the Employer. The Employer does not take any responsibility whatsoever regarding taxes under Income Tax Act, for the Contractor or his employees. If it is obligatory under the provisions under the Indian Tax Act, deduction of Income Tax at source shall be made by the Employer.

52.3 All custom- duties and levies, duties sales tax payable on equipment, components, sub assemblies, raw material and any other items used for their consumption or dispatches directly to the Employer from their sub supplier (i.e. sale-in-transit at concessional rate) shall be included in Bid price and any such taxes duties, levies additionally payable will be to Contractor’s account and no separate claim on this behalf will be entertained by the Employer. Employer shall however issue requisite sales Tax declaration form i.e, Form ‘C’ and road permit to the Bidder.

52.4 In case of supply of self manufactured items, Sales Tax (but not surcharge in lieu of Sales Tax), local taxes and other levies solely in respect of transaction between the Employer and Contractor. Under the Contract, if any, shall not be included in the Bid price, but those shall be included separately wherever applicable. These amounts will be payable (along subsequent variation if any) by the Employer on the supplies made by the Contractor but limited to the Tax liability on the transaction between Employer and the Contractor. Employer shall however issue requisite Sales Tax declaration forms.

53. Advertising

Any advertising stating the subject of this Contract by the Contractor in India or in other foreign countries shall be subject to approval of the Employer prior to the publication.

Publication of approved articles, photographs and other similar materials shall carry approval of the Employer.

54. Material Account Proper account of the Plant/equipment brought at Site and actually erected shall be prepared by the Contractor on completion of the Works and final payments shall be adjusted on the basis of the same.

55. Industrial & Labour Laws The successful bidder shall submit a certificate that he has complied with the provisions of Industrial & Labour Laws including PF Act, ESI Act etc., as may be applicable.

56. Corrupt or fraudulent practices

The Nigam requires that Tenderers / Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of Nigam contracts. In pursuance of this policy, the Nigam:-

(a) defines, for the purposes of this provision, the terms set forth as follows: (i) “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to

influence the action of a public official in the procurement process or in contract execution: and

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement

process or the execution of a contract to the detriment of the Nigam, and includes collusive

practice among Tenderers (prior to or after tender submission) designed to establish tender prices

at artificial, non-competitive levels and to deprive the Nigam of the benefits of free and open

competition;

(b) will reject a proposal for award if it determines that the Tenderer recommended for award has

engaged in corrupt or fraudulent practices in competing for the contract in question;

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 51

Page 52: UTTAR HARYANA BIJLI VITRAN NIGAM

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

contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in

competing for, or in executing, a Nigam contract.

57. Blacklisting of the Firms:

The contractor will be blacklisted,

1. If the contractor backs out of the contract at any stage, the firm will be issued two 15 days notices to

commence the work failing which no further notices will be issued and the firm will be straightway

Blacklisted, without prejudice to other terms and conditions of the contract.

2. If the firm Indulge in fraudulent and illegal practices such as forgery, cheating or any civil / criminal

wrongdoing or any grave misconduct of similar nature which has a direct impact on the contract and

the Nigam. In such case no notice of default will be issued and the firm will be straightway blacklisted

in addition to initiating the legal proceedings etc., without prejudice to the other terms and conditions

of the contract.

If the contractor fails to complete the work within the delivery / completion schedule, the deduction of

the penalty will commence as per the terms and conditions of the present Bid Documents. On

deduction of the complete penalty as admissible, the contractor will be issued one 15 days notice to

complete the work failing which the Performance Bank Guarantee will be forfeited. Subsequent to the

above two 15 days notices will be issued and the firm will be blacklisted thereafter.

The Performance Bank Guarantee of the Blacklisted firms will be forfeited and the firm shall have no

claim whatsoever on the same.

However, Procedure and other conditions of contract are regulated by procurement manual of

UHBVN, so, these will be applicable to the contractor as per procurement manual of UHBVN and

amendments thereof from time to time.

Period of Blacklisting shall be minimum three years and all power utilities in the country shall be

intimated about the same.”

******

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 52

Page 53: UTTAR HARYANA BIJLI VITRAN NIGAM

SECTION – IV

CONTRACT DATA

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 53

Page 54: UTTAR HARYANA BIJLI VITRAN NIGAM

The name of identification number of the Contract is Bid No. B- 334, B-335 & B-336 The works consist of Supply of material, erection, testing & commissioning of new 11 lines, augmentation of ACSR conductor of existing 11 kV lines/dismantling, new VCBs, XLPE cables, AB Cabling, Railway Crossings etc., & other allied works on turnkey basis under OP Circle Ambala & Kurukshetra CONTRACT DATA The Engineer In charge under whose supervision the Contract will be executed. Name / Address Superintending Engineer,

Construction Circle, UHBVN,

Panchkula

Name of Engineer Concerned Executive Engineer (Construction)

of UHBVN as identified by Engineer In charge

for each Bid for electrical work.

Name of authorized Representative:

Concerned Assistant Engineer (Construction)

Sub Division of UHBVN as identified by

Engineer In charge for each Bid for electrical

work.

The Works consist of supply & erection, commissioning of new 11 kV lines, augmentation of

11 kV Lines with new PCC poles, AB Cables, HT XLPE Cables, & dismantling / up-rooting of

existing 11 kV lines / LT lines, other material & transporting of the same to Nigam’s Stores

after proper accounting etc., shall also be carried out through the turnkey process.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 54

Page 55: UTTAR HARYANA BIJLI VITRAN NIGAM

CONTRACT DATA The Engineer In charge under whose supervision the Contract will be executed. Name/Address The Superintending Engineer,

Construction Circle, UHBVN,

Panchkula

Name of Engineer Concerned Executive Engineer (Construction)

of UHBVN as identified by Engineer In charge

for each Bid

Name of authorized Representative :

Concerned Assistant Engineer (Construction)

Sub Division of UHBVN

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 55

Page 56: UTTAR HARYANA BIJLI VITRAN NIGAM

The Intended Completion Date for the Works for each bid is NINE MONTHS (9) months from the date of issue of detailed work order with the following milestones. Milestone dates: Physical Works to be completed Period from the

date of issue of work order to proceed with the Work

Milestone Description Period

1. a) Supply of complete material b) Erection up to 50%.

2 months

2. Erection, Testing & commissioning upto 50% including dismantling of existing underground system/material

Next 2 months

3. Erection, Testing, commissioning & dismantling of upto 75% including removal of defects

Next 3 months

4. Erection, Testing, commissioning & dismantling of upto 100% including removal of defects

Next 2 months

1. The following documents also form part of the Contract:

a)_____________________________________________ b)____________________________________________ c)_____________________________________________.

2. The Contractor shall submit a detailed Program for the Works, within 15 days of

delivery of the Letter of Acceptance: 3. The Site Possession Date shall be : 4. The Defects Liability (warranty) Period of 365 days from the date of taking- over-

certificate for HT/LT works. 5. The minimum insurance cover for physical property, injury and death is Rs. 5.0 lac per

occurrence with the number of occurrences limited to four. After each occurrence, Contractor will pay additional premium necessary to make insurance always valid for four occurrences.

6. The Period between Program updates shall be 30 days. 7. The amount to be withheld for late submission of an updated Program shall be Rs.

2500/-.

8. The language of the Contract Documents is English. 9. The laws that apply to the Contract are the laws of Union of India. 10. The currency of the Contract is Indian Rupees.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 56

Page 57: UTTAR HARYANA BIJLI VITRAN NIGAM

SECTION – V

SAMPLE FORMS AND PROCEDURES

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 57

Page 58: UTTAR HARYANA BIJLI VITRAN NIGAM

CONTENTS

Annexure No.

Description Pages

1. Proforma of Letter of Undertaking

59-60

2. Proforma of Agreement

61-63

3. Proforma of Bank Guarantee for Contract Performance

64-65

4. Proforma of Extension of Bank Guarantee

66

5.

Proforma for Indemnity bond

(Entire Equipment Consignment in One lot)

67-68

6 Proforma for Indemnity bond

(Equipment handed over in installments) 69-70

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 58

Page 59: UTTAR HARYANA BIJLI VITRAN NIGAM

ANNEXURE-I

PROFORMA OF LETTER OF UNDERTAKINGS (To be submitted by the Bidder along with his Bid) (To be executed on non-judicial paper of requisite value) Ref_______________ Dated:___________ To The General Manager/P&D, UHBVN, Vidyut Sadan, C-16, Sector-6, Panchkula. Dear Sirs, 1. I*/We* have read and examined the following bid documents relating to the _______________________________(full scope of work) a) Notice Inviting Tender

b) “Invitation for bid, Instructions to Bidders, Conditions of Contract” alongwith Contract Data & Annexure.

c) Technical specifications

d) Drawings attached with Bidding documents.

2. I*/We* hereby submit our bid and undertake to keep our bid value for period of 120 days from the date

of opening of Price Bid i..e, Part-II of bids. I*/We* hereby further undertake that during said period I/We not

vary/alter or revoke my/our Bid.

Thus undertaking is in consideration of UHBVN agreeing to open my Bid and consider and evaluate the same

for the purpose of award of work in terms of provisions of Clause entitled “Award of Contract” section instruction

to Bidders in the Bid documents.

Should thus Bid be accepted, I/We also agree to abide by and fulfill all the terms, conditions of provision of the

above mentioned bid documents.

Signature alongwith seal of company ______________________________

(Duly authorised to sign the tender on behalf of the contract) Name: ________________________ Designation: ___________________ Name of Company: _____________ (in Block letters)

WITNESS Signature: Date & Postal address:

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 59

Page 60: UTTAR HARYANA BIJLI VITRAN NIGAM

Date: Name & Address: Telegraphic address Telephone No. Telex No. * Strike out whichever is not applicable.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 60

Page 61: UTTAR HARYANA BIJLI VITRAN NIGAM

ANNEXURE-2

PROFORMA OF “AGREEMENT”

(To be executed on non-judicial Stamp Paper of Rs. 15.-) This Agreement made this __________________ day of ____________ 2013/2014 between UTTAR HARYANA BIJLI VITRAN NIGAM LTD. (hereinafter referred to as “Owner or UHBVN which expression shall include its administrators. Company incorporated under the Companies act, 1956) on the one part and ____________________________ having its registered Office at ________________________________________ (herein after referred to as “Contractor” or ___________________ “X” __________________ name of the contracting company which expression shall include its administrators, successors, executors and permitted assigns) of the other part. WHEREAS UHBVN invited bids for design, manufacture, transportation to site, supply, erection, tested and Commissions of _____________________________________ as per specification No. ___________________________________________ AND WHEREAS _______________ “X” __________________ had participated in the above referred bidding vide their proposal No. ___________________ dated ______________ And awarded the contract to _________________ “X” _______________ On terms and conditions documents referred to therein, which have been accepted by _______________ “X” _______________ Resulting into a “Contract”. NOW THEREFORE THIS DEED WITNESSETH AS UNDER:- Article 1.1 Award of Contract: UHBVN has awarded the Contract to ________________ “X” _______________ for the work of _______________ on terms and conditions contained in its Letter of Award No. ___________________ dated _______________ and the documents referred to therein. The award has taken effect from aforesaid Letter of Award. The terms and expressions used in this Agreement shall have the same meaning as are assigned to them in the “Contract Documents” referred to in the succeeding Article. Contract Document: 2.1 The Contract shall be performed strictly, as per the terms and conditions stipulated herein and in the

following documents attached herewith (hereinafter referred to as “Contract Agreement”).

i) UHBVN Bidding Documents in respect of Specification No. ____________ issued vide its letter no. ____________ dated _____________ Consisting of Invitation to Bid, Instruction to Bidders, General & Special Conditions of Contract and all other sections entitled “Conditions of Contract” including all amendments issued vide its letter No. _______________ dated _______________. ii) UHBVN Technical specification, Vol.-II including amendments issued vide its letter no. _______________ dated _______________ iii) “X” is Proposal no. ________________ dated _______________ alongwith proposal sheets: - Date requirements, Payment, Terms and Work Schedules submitted by “X” entitled as “______________________”. iv) Agreed Minutes of the meeting held on _________________ between UHBVN and “X”. v) UHBVN’s Letter of Award No. _______________ dated _____________ duly accepted by “X”. vi) Quality Plans for manufacturing and field activities entitled as Quality Plan. All the aforesaid Contract Documents shall form an integral part of this agreement, in so as the same or any part conform to the Bidding Documents (Vol.-I&II) and what has been specifically agreed to by the owner in its Letter of Award. Any matter inconsistent therewith, contrary or repugnant thereto or any deviations taken by the Contractor in its “Proposal” (Vol.-III) but not agreed to specifically by the Contractor. For the sake of brevity this agreement alongwith its aforesaid contract documents shall be referred to as the “Agreement”. Conditions & Covenants

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 61

Page 62: UTTAR HARYANA BIJLI VITRAN NIGAM

3.1 The Scope of Contract, Consideration, Terms of Payment, Taxes wherever applicable, Insurance,

Liquidated Damaged, Performance Guarantee and all other terms and conditions are contained in

UHBVN. Letter of Award No. ______________ dated _____________ read in conjunction with other

aforesaid contract documents. The Contract shall be duly performed by the Contractor strictly and

faithfully in accordance with the terms of the Agreement.

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

mentioned in the Contract Documents, but which are needed for successful efficient, safe and reliable

operation of the equipment unless otherwise specifically excluded in the specifications under

“exclusions” or “Letter of Award”.

3.3 Time Schedule 3.3.1 Time is the essence of the contract and schedules shall be strictly adhered to and “X” shall perform the

work in accordance with the agreed schedule as per terms and conditions contained in the C.O.C. Vol.-

I.

3.4 Quality Plans 3.4.1 The Contractor is responsible for the proper execution of the Quality Plans. The work beyond the

customer’s hold points will progress only with the owner’s consent. The owner will also undertake

quality surveillance and quality audit of the Contractor’s/sub-contractor’s works, systems and

procedures and quality control activities. The Contractor further agrees that any change in the quality

plan will be made only with the Owner’s approval. The Contractor shall also perform all quality control

activities, inspection and tests agreed with the owner to demonstrate full compliance with the contract

requirements.

3.4.2 The Contractor also agrees to provide the owner with the necessary facilities for carrying out inspection,

quality audit and quality surveillance of Contractor’s and its sub-contractor’s quality Assurance Systems

and manufacturing activities.

These shall include but not limited to the following:- (i) Relevant Plant standards, drawings and procedures. (ii) Detailed Quality Assurance system manuals for manufacturing activities 3.4.3 It is expressly agreed to by the Contractor that not withstanding to the fact that the contract is termed as

Supply-cum-erection contract or divisive contract for supply and erection or indicates the break-up of the

contract consideration, for convenience of operation and for payment of sales tax on supply portion, it is infect

one composite contract on single source responsibility basis and the Contractor is bound to perform the total

contract in his entirely and non-performance of any part or portion of the contract shall be deemed to be a

breach of the entire contract as per clause 29.3 (C.O.C).

3.4.4 The Contractor guarantees that the equipment package under the contract shall meet the ratings and

performance parameters as stipulated in the technical specifications (Volume-II) and in the event of any

deficiencies found in the requisite performance figures, the owner may at its opinion reject the

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

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 62

Page 63: UTTAR HARYANA BIJLI VITRAN NIGAM

liquidated damages in terms of contract documents. The amount of liquidated damages so leviable

shall be in accordance with the contract documents and without any limitation.

3.4.5 It is further agreed by the Contractor that the contract performance guarantee shall in no way be constructed to limit or restrict the owner’s right to recover the damages/compensation due to short-fall in the equipment performance figures as stated above or under any other clause of the Agreement. The amount of damages/compensation shall be recoverable either by way of deduction from the contract price contract performance guarantee and/or otherwise.

The contract performance guarantee furnished by the Contractor is irrecoverable and unconditional and the Owner shall have the powers to invoke it notwithstanding any dispute or difference between the owner and the Contractor pending before any court, tribunal, arbitrator or any other authority,

3.4.6 The Agreement constitutes full and complete understanding between the parties and terms of the presents. It shall supersede and prior correspondence terms and conditions contained in the Agreement. Any modification of the Agreement shall be effected only by a written instrument signed by the authorised representative of both the parties.

3.4.7 The contractor shall be responsible to issue a certificate that he has complied with the provisions of

Industrial and labour laws including PF Act, ESI act etc. as may be applicable.

4.0 Settlement of Disputes: 4.1 It is specifically agreed by and between the parties that all the difference or disputes arising out of the

Agreement or touching the subject matter or the Agreement shall be decided by the process of settlement and Arbitration as specified in clause 50 & 51 of the Conditions of the Contract, Vol.-I.

4.2 Notice of Default: Notice of default given by either party to the other party under Agreement shall be in writing and shall be deemed to have been duly and properly served upon the parties hereto if delivered against acknowledgement or by telex or by registered mail with acknowledgement due addressed to the signatories at the addresses mentioned herein above. IN WITNESS WHEREOF, the parties through their duly authorised representatives have executed these presents (execution where of has been approved by the competent authorities of both the parties) on the day, month and year first above mentioned at Panchkula.

WITNESS

1._______________________________ (Owner’s Signature) (Printed Name)

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

1. _____________________________ (Contractor’s Signature) (Printed Name)

2. ______________________________ (Designation)

(Printed Name)

Applicable in case of single award is placed on one party on Supply-cum-Erection basis. In case two separate awards are place on single party/two different parties this clause is to be modified suitable while signing the Contract agreement to be signed separately for two awards to incorporate cross fall breach clause.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 63

Page 64: UTTAR HARYANA BIJLI VITRAN NIGAM

ANNEXURE-3

PERFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE (To be stamped in accordance with stamp Act) Ref._______________ Bank Guarantee No. Dated: To The General Manager/P&D, UHBVN, Vidyut Sadan, C-16, Sector-6, Panchkula Dear Sirs, In consideration of UTTAR HARYANA BIJLI VITRAN NIGAM (hereinafter referred to as the “Owner” which

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

assigns) having awarded to M/s _________________________________________________________ with its

registered/Head Office at ______________________________________ (herein after referred to as the

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

administrators, executors and assigns) a Contract by issue of Owner’s Letter of Award No.

___________________ dated _______________ and the same having been unequivocally accepted by the

Contractor, resulting in a Contract, bearing No. ______________ dated _________________ valued at

________________. For ________________ (Scope of Contract) and the contractor having agreed to provide

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

____________________________________ (%) _____________ (percent) of the said value of the Contract to

the Owner.

We______________________________________________________________

(Name & Address 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 herby guarantee and undertake to pay the Owner, on demand any and all monies payable by the

Contractor to the extend of _________________________________ as aforesaid at any time upto

_________________________(days/month/year) without any demur, reservation, contest, recourse or protest

and/or without any reference to the Contractor.

Any such demand made by the owner on the bank shall be conclusive and binding notwithstanding any

difference between the owner and the contractor or any dispute pending before any Court, Tribunal, arbitrator or

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

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

the Owner discharges this guarantee.

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

guarantee, from time to time to extend the time for performance of the Contract by the Contractor. The Owner

shall have the fullest liberty, without affecting this guarantee to postpone from time to time the exercise of any

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 64

Page 65: UTTAR HARYANA BIJLI VITRAN NIGAM

powers vested in them or of any right which they might have against the Contractor, and to exercise the same at

any time in any manner and either to enforce or to for bear to enforce any covenants, contained or implied, in

the Contract between the owner and the contractor or any other course or remedy or security available to the

Owner. The bank shall not be released of its obligations under these presents by any exercise by the Owner of

its liberty with reference to the matters aforesaid or any exercise by the Owner of its liberty with reference to the

matters aforesaid or any of them or by reason of any other set of omission or commission on the part of the

Owner or any other indulgences shown by the owner or by any other matter or thing whatsoever which under

law would, but for this provision have the effect of relieving the Bank.

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

principal debtor, in the first instance without proceeding against the Contractor and notwithstanding any security

or other guarantee the Owner may have in relation to the Contractor’s liabilities.

Notwithstanding anything contained herein above our liability under this guarantee is restricted to

___________________ and it shall remain in force upto and including ___________________ and shall be

extended from time to time for such period, as may be desired by M/s ___________________________ on

whose behalf this guarantee has been given.

Dated this ____________________ day of _______________ 2013/2014 at _______________

WITNESS

_______________________ _______________________

(Signature) (Signature) _______________________ ________________________ (Name) (Name) _______________________ ________________________ (Official address) (Designation with Bank Stamp)

Attorney as per Power of Attorney No.__________________________ Date _________________________

Note: This sum shall be ten percent (10%) of the Contract price.

The date will be ninety (90) days after the end of Warranty Period as specified in the Contract. The Stamp Papers of appropriate value shall be purchased in the name of issuing bank.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 65

Page 66: UTTAR HARYANA BIJLI VITRAN NIGAM

ANNEXURE-4 PREFORMA OF EXTENSION OF BANK GUARANTEE Ref. _____________ Dated_____________ To The General Manager/P&D, UHBVN, Vidyut Sadan, C-16, Sector-6, Panchkula. Dear Sirs. Subject:- Extension of Bank Guarantee No. ___________________for Rs. ___________ favouring

yourselves, expiring on_____________________ on account of M/s ________________________________________ in respect of Contract No. __________________ dated _______________(hereinafter called original Bank Guarantee).

At the request of M/s ____________________________, we _______________________ Bank, branch office at __________________________ and having its head office at do hereby extend our liability under the above mentioned guarantee No. _______________ dated _____________ for a further period of _____________ years/months from ____________ to expire on _______________. Except as provided above, all other terms and conditions of the original Bank Guarantee No. ____________________ dated _________________ shall remain unaltered and binding. Please treat this as an integral part of the original Bank Guarantee to which it would be attached. Yours faithfully, For ______________________________ Manager/Agent/Accountant Power of Attorney No. _______________ Dated _____________________________ SEAL OF BANK Note: The non-judicial stamp paper of appropriate value shall be purchased in the name of the bank who has issued the Bank Guarantee.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 66

Page 67: UTTAR HARYANA BIJLI VITRAN NIGAM

ANNEXURE-5 PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE EQUIPMENT HANDED OVER BY UHBVN 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 ____________2013/2014 by ________________________ a Company registered under the Companies Act, 1956. Partnership firm/proprietary concern having its Registered Office at _________________ (hereinafter called as ‘Contractor’ or “Obligatory” which expression shall include its successors and permitted assigns), favour of UTTAR HARYANA BIJLI VITRAN NIGAM LTD., Panchkula ___________________________ (hereinafter called UHBVN which expression shall include its successors and assigns). WHEREAS UHBVN 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 UHBVN is required to hand over various Equipment to the Contractor for execution of the Contract. And WHEREAS by virtue of Clause No. ___________________ of the said Contract, the Contractor is required to execute an Indemnity Bond in favour of UHBVN for the equipment handed over to it by UHBVN for the purpose of performance of the Contract/Erection portion of the Contract (hereinafter called the “Equipment”). NOW THEREFORE, this Indemnity Bond witnessed 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 UHBVN 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 handling over of the dispatch title documents in respect of the said equipments duly endorsed by UHBVN in favour of the Contractor shall be constructed as handing over of the Equipment purported to be covered by such title documents and the Contractor shall hold such Equipment in trust as Trustee for an on behalf of UHBVN. 2. That the Contractor is obliged and shall remain absolutely responsible for the safe transit/protection and custody of the Equipment at UHBVN 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 the UHBVN. The Contractor undertakes to keep UHBVN 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 Contractor for all intents and purpose including legal/penal consequences. 4. That UHBVN 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

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 67

Page 68: UTTAR HARYANA BIJLI VITRAN NIGAM

by Engineer-in-Charge/Engineer or other employee/agent authorised by him in this regard. Further, UHBVN shall always be free at all times to take possession of the Equipments in whatever form the Equipments may be, if in its opinion, the Equipment are likely to be endangered, misutilised or converted to uses 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 UHBVN to return the Equipment without any demur or reservation. 5. That this Indemnity Bond is irrecoverable, 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 UHBVN 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 UHBVN without any demur, reservation or protest. This is without prejudice to any other right or remedy that may be available to UHBVN against the Contractor under the Contract and under this Indemnity Bond. 6. NOW THE CONDITION of the Bond is that if the Contractor shall duly and punctually comply with the

terms and conditions of this Bond to the satisfaction of UHBVN 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 it 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 the documents RR/GR No. Date Bill Carrier of lading

Value of the equipment

Signature of Attorney in taken of receipt.

For and on behalf of M/s____________________________________________ WITNESS

1. 1. Signature Signature 2. Name Name 3. Address Designation Authorized Representative

1.1. Signature 2. Name 3. Address

(Common Seal) (In case of Company)

*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 issue 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.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 68

Page 69: UTTAR HARYANA BIJLI VITRAN NIGAM

ANNEXURE-6 PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE EQUIPMENT HANDED OVER IN INSTALMENTS BY UHBVN FOR PERFORMANCE OF ITS CONTRACT (On non-judicial stamp paper of appropriate value) INDEMNITY BOND THIS INDEMNITY BOND is made this _______________ day of ____________2013/2014 by ________________________ a Company registered under the Companies Act, 1956. Partnership firm/proprietary concern having its Registered Office at _________________ (hereinafter called as ‘Contractor’ or “Obligatory” which expression shall include its successors and permitted assigns), favour of UTTAR HARYANA BIJLI VITRAN NIGAM LTD., Panchkula ___________________________ (hereinafter called UHBVN which expression shall include its successors and assigns). WHEREAS UHBVN has awarded to the Contractor a Contract for _______________ vide its Letter of Award/Contract No. _______________ dated _______________ and its (hereinafter called the Contract) in terms of which UHBVN is required to hand over various Equipment to the Contractor for execution of the Contract. And WHEREAS by virtue of Clause No. ___________________ of the said Contract, the Contractor is required to execute an Indemnity Bond in favour of UHBVN for the equipment handed over to it by UHBVN for the purpose of performance of the Contract/Erection portion of the Contract (hereinafter called the “Equipment”). NOW THEREFORE, this Indemnity Bond witnessed as follows: 1. That in consideration of various equipment as mentioned in the Contract, valued at Rs.

______________ (Rupees ________________________________________) handed over to the Contractor in installments from time to time for the purpose of performance of the Contract, the Contractor hereby undertakes to indemnify and shall keep UHBVN indemnified, for the full value of the Equipment. The contractor hereby acknowledges receipt of the initial installment of the Equipment per details in the schedule appended hereto. Further the contractor agrees to acknowledge receipt of the subsequent installments of the equipment as required by UHBVN in the form of schedules consecutively numbered which shall be attached to this Indemnity Bond so as to form integral parts of this Bond. It is expressly understood by the Contractor and handing over of the dispatch title documents in respect of the said Equipments duly endorsed by UHBVN in favour of the Contractor shall be constructed as handing over of the Equipment purported to be covered by such title documents and the Contractor shall hold such Equipment in trust as Trustee for an on behalf of UHBVN.

2. That the Contractor is obliged and shall remain absolutely responsible for the safe transit/protection and custody of the Equipment at UHBVN 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 the UHBVN. The Contractor undertakes to keep UHBVN 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 Contractor for all intents and purpose including legal/penal consequences.

4. That UHBVN is and shall remain the exclusively 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 Engineer-in-Charge/Engineer or other employee/agent authorised by him in this regard. Further, UHBVN shall always be free at all times to take possession of the Equipments in whatever form the Equipments 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 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 UHBVN to return the Equipment without any demur or reservation.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 69

Page 70: UTTAR HARYANA BIJLI VITRAN NIGAM

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 mis-utilized in any manner whatsoever, then the Contractor hereby agrees that the decision of the Engineer-in-Charge/Engineer of UHBVN 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 UHBVN without any demur, reservation or protest. This is without prejudice to any other right or remedy that may be available to UHBVN against the Contractor under the Contract and under this Indemnity Bond.

6. NOW THE CONDITION of the Bond is that if the Contractor shall duly and punctually comply with the

terms and conditions of this Bond to the satisfaction of UHBVN 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 it 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 the documents RR/GR No. Date Bill Carrier of lading

Value of the equipment

Signature of Attorney in taken of receipt.

For and on behalf of M/s____________________________________________ WITNESS 1. 1. Signature Signature 2. Name Name 3.Address Designation

Authorised Representative 1.

1. Signature 2.Name 3.Address

(Common Seal) (In case of Company)

* 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 issue 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.

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 70

Page 71: UTTAR HARYANA BIJLI VITRAN NIGAM

SECTION – VI

SCHEDULE OF PRICES

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 71

Page 72: UTTAR HARYANA BIJLI VITRAN NIGAM

Specification No. Schedule-I Bid No. B-334 - Operation Circle, Jind (OP Division under OP Division Safidon.,)

Supply & erection / Replacement of 11 kV lines / LT lines in OP Div Safidon Summary of Price Proposal

Bidder’s Name & Address To The General Manager/P&D, UHBVN, C-16, Vidyut Sadan, Sector-6, Panchkula – 134109. Dear Sir, We declare, that the following is the lump-sum price in rupees for the entire scope of Work per package specified in the specifications and documents. (I) Lump sum price of equipment/material for the package including Excise Duty, Sales

Tax and other levies. Total Rs. in figures :- Total Rs. in words :-

(II) Lump sum price for Freight and Insurance for the bid

Total Rs. in figures :- Total Rs. in words :-

(III) Lump sum price of Erection and Dismantlement/transportation charges for the bid

Total Rs. in figures :- Total Rs. in words :-

(IV ) Total Bid price (Sum of ‘I’ to ‘III’ above) :-

Total Rs. in figures: - Total Rs. in words: -

Signature _______________ Printed Name : _____________ Designation : _______________ Common Seal : _____________

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 72

Page 73: UTTAR HARYANA BIJLI VITRAN NIGAM

Specification No. Schedule-I

Bid No. 335 - Operation Circle, Kurukshetra (OP Div Shahbad)

Supply & erection / Replacement of 11 kV lines / LT lines in OP’ Division Shahbad

Summary of Price Proposal Bidder’s Name & Address To The General Manager/P&D, UHBVN, C-16, Vidyut Sadan, Sector-6, Panchkula – 134109. Dear Sir, We declare, that the following is the lump-sum price in rupees for the entire scope of Work per package specified in the specifications and documents. (II) Lump sum price of equipment/material for the package including Excise Duty, Sales

Tax and other levies. Total Rs. in figures :- Total Rs. in words :-

(II) Lump sum price for Freight and Insurance for the bid

Total Rs. in figures :- Total Rs. in words :-

(III) Lump sum price of Erection and Dismantlement/transportation charges for the bid

Total Rs. in figures :- Total Rs. in words :-

(IV ) Total Bid price (Sum of ‘I’ to ‘III’ above) :-

Total Rs. in figures: - Total Rs. in words: -

Signature _______________ Printed Name : _____________ Designation : _______________ Common Seal : _____________

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 73

Page 74: UTTAR HARYANA BIJLI VITRAN NIGAM

C:\Documents And Settings\Uhbvn\Desktop\Jind\1 To 74.Doc 74

Specification No. Schedule-I

Bid No. 336 - Operation Circle, Kurukshetra (OP Div Kurukshetra)

Supply & erection / Replacement of 11 kV lines / LT lines in OP’ Division Kurukshetra

Summary of Price Proposal Bidder’s Name & Address To The General Manager/P&D, UHBVN, C-16, Vidyut Sadan, Sector-6, Panchkula – 134109. Dear Sir, We declare, that the following is the lump-sum price in rupees for the entire scope of Work per package specified in the specifications and documents. (III) Lump sum price of equipment/material for the package including Excise Duty, Sales

Tax and other levies. Total Rs. in figures :- Total Rs. in words :-

(II) Lump sum price for Freight and Insurance for the bid

Total Rs. in figures :- Total Rs. in words :-

(III) Lump sum price of Erection and Dismantlement/transportation charges for the bid

Total Rs. in figures :- Total Rs. in words :-

(IV ) Total Bid price (Sum of ‘I’ to ‘III’ above) :-

Total Rs. in figures: - Total Rs. in words: -

Signature _______________ Printed Name : _____________ Designation : _______________ Common Seal : _____________

Page 75: UTTAR HARYANA BIJLI VITRAN NIGAM

SCHEDULE OF PRICESBidder Name and AddressBid No ‐ B ‐334

Sr. No. Description Unit Quantity Required

Unit Estimated Price of UHBVN for Supply

including all taxes,Levies,F&I,ED & overhead Charges (In

Rs.)

Unit Estimated Price of UHBVN

for Erection including all

taxes,Levies,F&I,ED etc.(In Rs.)

Total Cost for Supply of Material

including all taxes,Levies,F&I,ED

& overhead Charges (In Rs.)

Total Erection/Dismenta

lling Charges including all

taxes,Levies,F&I,ED etc.(In Rs.)

Total Cost Including Supply

& Erection Charges (all

inclusive) (IN Rs.)

1 2 3 4 5 6 7 8 91 PCC Poles 9 M long, 200Kg Nos. 760 2314.95 301.95 1759362 229482 19888442 V-shape, MS Channel Cross Arm Nos. 639 725.65 63.1 463690.35 40320.9 504011.253 11kV Pin Insulator with GI Pins Nos. 2396 92 8 220432 19168 2396004 11kV Disc Insulator Nos. 980 184 16 180320 15680 1960005 Top Brackets Nos. 639 86.25 7.5 55113.75 4792.5 59906.25

MATERIAL CALCULATION SHEET OF 10 NOS. 11KV OVERLOADED FEEDER TO BE BIFERCATED IN TO 20 NOS. FEEDER UNDEROP DIVISION SAFICON UNDER OP CIRCLE JIND

6 Back Clamps Nos. 922 86.25 7.5 79522.5 6915 86437.57 GSL No.8 SWG for earth KG 5022 63.37 5.51 318219.03 27671.22 345890.258 Stat Set Complete Nos. 445 807.3 70.2 359248.5 31239 390487.59 Full Clamps Nos. 243 135.7 11.8 32975.1 2867.4 35842.510 Stay Wire 7/8 SWG KG 2626 65.21 5.67 171228.33 14889.42 186117.7511 Earthing set complete with Elbow, Rod etc. Nos. 86 361.1 31.4 31054.6 2700.4 33755

12 Danger Plate Nos. 685 75.9 6.6 51991.5 4521 56512.513 Number Plate Nos. 685 75.9 6.6 51991.5 4521 56512.514 Barbed Wire KG 730 57.5 5 41975 3650 4562515 Phase Plate for RYB Phase Set 91 63.25 5.5 5755.75 500.5 6256.2516 Eye Screw Bolt Nos. 639 31.05 2.7 19840.95 1725.3 21566.2517 11kV Disc Fittings (T&C Type) Nos. 364 97.75 8.5 35581 3094 3867518 PG Clamps Nos. 364 46 4 16744 1456 1820019 MS Channel 100x50x6 - 2400 mm Nos. 101 1069.5 93 108019.5 9393 117412.520 MS Angle Iron50x50x6 - 2400mm Nos. 121 608.35 52.9 73610.35 6400.9 80011.2521 MS Angle Iron for Bracings for H-Ploe -

50x50x6mm =2860mmNos. 131 724.5 63 94909.5 8253 103162.5

Page 76: UTTAR HARYANA BIJLI VITRAN NIGAM

Sr. No. Description Unit Quantity Required

Unit Estimated Price of UHBVN for Supply

including all taxes,Levies,F&I,ED & overhead Charges (In

Rs.)

Unit Estimated Price of UHBVN

for Erection including all

taxes,Levies,F&I,ED etc.(In Rs.)

Total Cost for Supply of Material

including all taxes,Levies,F&I,ED

& overhead Charges (In Rs.)

Total Erection/Dismenta

lling Charges including all

taxes,Levies,F&I,ED etc.(In Rs.)

Total Cost Including Supply

& Erection Charges (all

inclusive) (IN Rs.)

22 MS Angle Iron for Belting for H-Ploe - 50x50x6mm =2200mm

Nos. 131 557.75 48.5 73065.25 6353.5 79418.75

23 MS Nuts & Bolts off sizes KG 1470 64.4 5.6 94668 8232 10290024 ACSR Conductor 80mm2 KM 663 46535.9 4046.6 30853301.7 2682895.8 33536197.525 11KV XLPE cable 3x185mm2 KM 1.06 741716.65 32248.55 786219.649 34183.463 820403.11226 I/D cable box 3x185mm2 Nos. 10 1104 96 11040 960 1200027 O/D cable box 3x185mm3 Nos. 10 1288 112 12880 1120 1400028 350MVA 18.4KA O/G type VCB Nos. 10 247250 4300 2472500 43000 251550029 11KV LA, 5KA , 9KV (set of 3nos.) Nos. 10 1449 126 14490 1260 1575030 11KV 400Amps G.O Switch Nos. 20 5980 520 119600 10400 13000031 MS channel 100x50x6 -2200mm Nos. 20 979.8 85.2 19596 1704 2130031 MS channel 100x50x6 2200mm Nos. 20 979.8 85.2 19596 1704 2130032 G.I.Strips 25x6mm,9mtr.for earthing Nos. 20 768.2 66.8 15364 1336 1670033 Dismentalment Charges for Conductor to be

AugmentedL /S 0 0 0 0 345903.37 345903.37

TOTAL 38644309.81 3576588.673 42220898.48

Page 77: UTTAR HARYANA BIJLI VITRAN NIGAM

SCHEDULE OF PRICESBidder Name and AddressBid No ‐ B ‐335

Sr. No. Description Unit Quantity Required

Unit Estimated Price of UHBVN for Supply

including all taxes,Levies,F&I,ED & overhead Charges (In

Rs.)

Unit Estimated Price of UHBVN for Erection including

all taxes,Levies,F&I,E

D etc.(In Rs.)

Total Cost for Supply of Material

including all taxes,Levies,F&I,ED & overhead Charges

(In Rs.)

Total Erection/Dismenta

lling Charges including all

taxes,Levies,F&I,ED etc.(In Rs.)

Total Cost Including Supply & Erection Charges (all inclusive) (IN

Rs.)

1 2 3 4 5 6 7 8 91 PCC Poles 9 M long, 200Kg Nos. 1281 2314.95 301.95 2965450.95 386797.95 3352248.92 V-shape, MS Channel Cross Arm Nos. 1073 725.65 63.1 778622.45 67706.3 846328.753 11kV Pin Insulator with GI Pins Nos. 3573 92 8 328716 28584 357300

MATERIAL CALCULATION SHEET OF 16 NOS. 11KV OVERLOADED FEEDER TO BE BIFURCATED / TRFURCATED IN TO 33NOS. FEEDER UNDER OP DIVISION SHSHBAD UNDER OP CIRCLE KURUKSHETRA

4 11kV Disc Insulator Nos. 1444 184 16 265696 23104 2888005 Top Brackets Nos. 1073 86.25 7.5 92546.25 8047.5 100593.756 Back Clamps Nos. 1569 86.25 7.5 135326.25 11767.5 147093.757 GSL No.8 SWG for earth KG 8428 63.37 5.51 534040.22 46438.28 580478.58 Stay Set Complete Nos. 757 807.3 70.2 611126.1 53141.4 664267.59 Full Clamps Nos. 416 135.7 11.8 56451.2 4908.8 61360

10 Stay Wire 7/8 SWG KG 4505 65.21 5.67 293748.525 25543.35 319291.87511 Earthing set complete with Elbow, Rod etc. Nos. 153 361.1 31.4 55248.3 4804.2 60052.512 Danger Plate Nos. 1149 75.9 6.6 87209.1 7583.4 94792.513 Number Plate Nos. 1149 75.9 6.6 87209.1 7583.4 94792.514 Barbed Wire KG 1226 57.5 5 70495 6130 7662515 Phase Plate for RYB Phase Set 153 63.25 5.5 9677.25 841.5 10518.7516 Eye Screw Bolt Nos. 1073 31.05 2.7 33316.65 2897.1 36213.7517 11kV Disc Fittings (T&C Type) Nos. 625 97.75 8.5 61093.75 5312.5 66406.2518 PG Clamps Nos. 625 46 4 28750 2500 3125019 MS Channel 100x50x6 - 2400 mm Nos. 170 1069.5 93 181815 15810 19762520 MS Angle Iron50x50x6 - 2400mm Nos. 208 608.35 52.9 126536.8 11003.2 137540

Page 78: UTTAR HARYANA BIJLI VITRAN NIGAM

Sr. No. Description Unit Quantity Required

Unit Estimated Price of UHBVN for Supply

including all taxes,Levies,F&I,ED & overhead Charges (In

Rs.)

Unit Estimated Price of UHBVN for Erection including

all taxes,Levies,F&I,E

D etc.(In Rs.)

Total Cost for Supply of Material

including all taxes,Levies,F&I,ED & overhead Charges

(In Rs.)

Total Erection/Dismenta

lling Charges including all

taxes,Levies,F&I,ED etc.(In Rs.)

Total Cost Including Supply & Erection Charges (all inclusive) (IN

Rs.)

21 MS Angle Iron for Bracings - 50x50x6mm (2860/3220mm)

Nos. 229724.5 63 165910.5 14427 180337.5

22 MS Angle Iron for Belting - 50x50x6mm Nos. 229 557.75 48.5 127724.75 11106.5 138831.2523 MS Nuts & Bolts off sizes KG 2459 64.4 5.6 158359.6 13770.4 17213024 ACSR Conductor 80mm2 KM 426 46535.9 4046.6 19824293.4 1723851.6 2154814525 11KV XLPE cable 3x185mm2 KM 1.36 741716.65 32248.55 1008734.644 43858.028 1052592.67226 I/D cable box 3x185mm2 Nos. 17 1104 96 18768 1632 2040027 O/D cable box 3x185mm3 Nos. 17 1288 112 21896 1904 2380028 11KV XLPE bl 3 300 2 KM 0 2528 11KV XLPE cable 3x300mm2 KM 0.25 1022203.95 44443.65 255550.9875 11110.9125 266661.929 O/D cable box 3x300mm3 Nos. 4 1403 122 5612 488 610030 350MVA 18.4KA O/G type VCB Nos. 17 247250 4300 4203250 73100 427635031 11KV LA, 5KA , 9KV (set of 3nos.) Nos. 17 1449 126 24633 2142 2677532 11KV 400Amps G.O Switch Nos. 34 5980 520 203320 17680 22100033 MS channel 100x50x6 -2200mm Nos. 38 979.8 85.2 37232.4 3237.6 4047034 G.I. Pipe 4" Dia Mtr. 24 575 50 13800 1200 1500035 C.I.Pipe 250mm Dia 14mm thick for U/G

railway crossingMtr. 120 1543.3 134.2

185196 16104 20130036 Dismentalment Charges for

Conductor to be AugmentedL /S 0 0

0 126557.42 126557.42TOTAL 33057356.18 2782673.841 35840030.02

Page 79: UTTAR HARYANA BIJLI VITRAN NIGAM

SCHEDULE OF PRICESBidder Name and AddressBid No ‐ B ‐336

Sr. No. Description Unit Quantity Required

Unit Estimated Price of UHBVN for Supply

including all taxes,Levies,F&I,ED & overhead Charges (In

Rs.)

Unit Estimated Price of UHBVN for Erection including

all taxes,Levies,F&I,E

D etc.(In Rs.)

Total Cost for Supply of Material

including all taxes,Levies,F&I,ED & overhead Charges

(In Rs.)

Total Erection/Dismenta

lling Charges including all

taxes,Levies,F&I,ED etc.(In Rs.)

Total Cost Including Supply & Erection Charges (all inclusive) (IN

Rs.)

1 2 3 4 5 6 7 8 91 PCC Poles 9 M long, 200Kg Nos. 500 2314.95 301.95 1157475 150975 13084502 V-shape, MS Channel Cross Arm Nos. 424 725.65 63.1 307675.6 26754.4 3344303 11kV Pin Insulator with GI Pins Nos. 1367 92 8 125764 10936 136700

MATERIAL CALCULATION SHEET OF 8 NOS. 11KV OVERLOADED FEEDER TO BE BIFERCATED IN TO 16 NOS. FEEDERUNDER OP DIVISION KURUKSHETRA UNDER OP CIRCLE KURUKSHETRA

4 11kV Disc Insulator Nos. 534 184 16 98256 8544 1068005 Top Brackets Nos. 424 86.25 7.5 36570 3180 397506 Back Clamps Nos. 617 86.25 7.5 53216.25 4627.5 57843.757 GSL No.8 SWG for earth KG 3329 63.37 5.51 210942.085 18342.79 229284.8758 Stat Set Complete Nos. 306 807.3 70.2 247033.8 21481.2 2685159 Full Clamps Nos. 145 135.7 11.8 19676.5 1711 21387.510 Stay Wire 7/8 SWG KG 1846 65.21 5.67 120368.43 10466.82 130835.2511 Earthing set complete with Elbow,

Rod etc. Nos. 106

361.1 31.438276.6 3328.4 41605

12 Danger Plate Nos. 519 75.9 6.6 39392.1 3425.4 42817.513 Number Plate Nos. 519 75.9 6.6 39392.1 3425.4 42817.514 Barbed Wire KG 549 57.5 5 31567.5 2745 34312.515 Phase Plate for RYB Phase Set 68 63.25 5.5 4301 374 467516 Eye Screw Bolt Nos. 424 31.05 2.7 13165.2 1144.8 1431017 11kV Disc Fittings (T&C Type) Nos. 242 97.75 8.5 23655.5 2057 25712.518 PG Clamps Nos. 242 46 4 11132 968 1210019 MS Channel 100x50x6 - 2400 mm Nos. 60 1069.5 93 64170 5580 69750

Page 80: UTTAR HARYANA BIJLI VITRAN NIGAM

Sr. No. Description Unit Quantity Required

Unit Estimated Price of UHBVN for Supply

including all taxes,Levies,F&I,ED & overhead Charges (In

Rs.)

Unit Estimated Price of UHBVN for Erection including

all taxes,Levies,F&I,E

D etc.(In Rs.)

Total Cost for Supply of Material

including all taxes,Levies,F&I,ED & overhead Charges

(In Rs.)

Total Erection/Dismenta

lling Charges including all

taxes,Levies,F&I,ED etc.(In Rs.)

Total Cost Including Supply & Erection Charges (all inclusive) (IN

Rs.)

20 MS Angle Iron50x50x6 - 2400mm Nos. 81 608.35 52.9 49276.35 4284.9 53561.2521 MS Angle Iron for Bracings for H-

Ploe - 50x50x6mm =2860mmNos. 79 724.5 63 57235.5 4977 62212.5

22 MS Angle Iron for Belting for H-Ploe - 50x50x6mm =2200mm

Nos. 79 557.75 48.5 44062.25 3831.5 47893.75

23 MS Nuts & Bolts off sizes KG 958 64.4 5.6 61695.2 5364.8 6706024 11m PCC Pole Nos. 65 5635 735 366275 47775 41405025 ACSR Conductor 80mm2 KM 101 46535.9 4046.6 4700125.9 408706.6 5108832.526 HT AB cable KM 2.6 849544.1 36936.7 2208814.66 96035.42 2304850.0826 HT AB cable

3x185mm2+1x240mm2KM 2.6 849544.1 36936.7 2208814.66 96035.42 2304850.08

27 Insulating Tap of conductor for Nos. 5 575 50 2875 250 312528 Dead End clamp Nos. 5 280.6 24.4 1403 122 152529 Suspension Clamp Nos. 65 488.75 42.5 31768.75 2762.5 34531.2530 11KV Straight Joint 3x185mm2 Nos. 8 2300 200 18400 1600 2000031 HT termination Kit 3c185mm2 Nos. 5 1288 112 6440 560 700032 11KV XLPE cable 3x300mm2 KM 0.96 1022203.95 44443.65 981315.792 42665.904 1023981.69633 I/D cable box 3x300mm2 Nos. 8 1219 106 9752 848 1060034 O/D cable box 3x300mm3 Nos. 8 1403 122 11224 976 1220035 350MVA 18.4KA O/G type VCB Nos. 4 247250 4300 989000 17200 100620036 11KV LA, 5KA , 9KV (set of 3nos.) Nos. 4 1449 126 5796 504 630037 11KV 400Amps G.O Switch Nos. 12 5980 520 71760 6240 7800038 MS channel 100x50x6 -2200mm Nos. 16 979.8 85.2 15676.8 1363.2 1704039 G.I.Strips 25x6mm,9mtr.for Nos. 52 768.2 66.8 39946.4 3473.6 4342040 Dismentalment Charges for

Conductor to be AugmentedL /S 0 0 0 5462.91 5462.91

TOTAL 12314872.27 935070.04 13249942.31

Page 81: UTTAR HARYANA BIJLI VITRAN NIGAM

LIST OF APPROVED / EMPANELLED FIRM’S

Sr. No. Name of the Firm

10 MVA, 33 / 11 kV Power transformers 1 M/s Nucon Switchgear (P) Ltd., D-47, Phase-V, Focal Point, Ludhiana. 2 M/s Century Infrapower Pvt. Ltd, S-23, Alankar Plaza, Central Spine, Vidhyadhar Nagar,

Jaipur-302023 3. M/s Vijai Electricals Ltd, Plot No. 1A, Sector-12, IIE, SIDCUL, Haridwar-249403 4 M/s PME Power Solutions (India) Ltd., B-10 & 11, Surajpur ’C’ Greater Noida-201306 (India)

5 M/s Sudhir Intra Vidyut, Plot No. 1, Sec-34, EHTP, Gurgaon -122001.Gurgaon

6 M/s Prime Electric Limited, PRIME TOWER, 287 - 288, Udyog Vihar, Phase - II, Gurgaon - 122 016 (India)

33 KV OUTDOOR VCBS

1 M/s Vijai Electricals Ltd.,6-3-648/1&2, Off Raj Bhavan Road Somajiguda Andhra Pradesh, India.

2 M/s Megawin Switchgear P. Ltd.,Post Box No. 434, Alagapuram Post,Perumal Malia Advaram, Salem-636-004, India.

3. M/s Crompton Greaves Ltd., 3rd Floor, Express Building, 9-10, Bahadur Shah Zafar Marg, Near ITO Crossing, New Delhi-110002.

4. M/s Seimens Limited, Registered & Corporate Office, 130, Pandurang Budhkar Marg, Worli, Maharashtra, Mumbai 400 018

5. M/s Adlec Systems Pvt. Ltd., Plot No-277, Swarn Park, Udyog Nagar, Mundka, Main Rohtak Road, Udyog Nagar New Delhi-110041

6. M/s Yamuna Power & Infrastructure Ltd. SCO No. 137, 2nd Floor, Mansa Devi Complex, Sector-5, Panchkula.

33 kV C&R and Transformer Panel with differential Relay

1 M/s Avana Electrosystem (P) Ltd. SB-117, 3rd Cross Peenya Indl. Area, Banglore-560058.

2. M/s Skipper Electricals (India) Ltd., F-667-668, RIICO, Industrial Area, Phase-II, Bhiwadi-301019, District:- Alwar, Rajasthan

3. M/s Ultima Switchgear Limited, B-3(Basement), DDA Local Shopping Complex, Mayur Vihar,Phase-I, Opp. Pocket-1,Delhi-110091

4. M/s Adlec Systems Pvt. Ltd., Plot No-277, Swarn Park, Udyog Nagar, Mundka, Main Rohtak Road, Udyog Nagar New Delhi-110041

5. M/s Yamuna Power & Infrastructure Ltd., Bakrahat Road, Bonogram, P.O. Rasapunja, PS Bishanpur 24 PGS Kolkatta700104

33 kV & 11 kV Polymeric Disc Insulator & Pin Insulator 1 M/s Yamuna Power & Infrastructure Ltd. SCO No. 137, 2nd Floor, Mansa Devi Complex,

Sector-5, Panchkula 2 M/s Vikram Power Technologies (P) Ltd., 39, Industrial Estate, Ph-II, Yamuna Naga-13500. 3. M/s Rashtriya Electrical & Engg. Corp., C-3, Sector A-3, Tronica City, Loni, Ghaziabad 4 M/s Compaq International, V&PO Shadipur, Guru Nanak Nagar, Khajuri Road, Yamuna

Nagar-135001. 33 kV 630 Amp. Isolator with and without earth switch

1. Ms Skipper Electricals (I) Ltd. 301, 302 3rd Floor, Vipul Majra Road, MG Road, Gurgaon. 2. M/s J.D Electricals, Kantapukur 3rd Bye Lane , Ghatakpara, Ichapur, Howrah- 711 101

(W.B.) India. 3. M/s Star Industries, Plot No. 6, Opp. Kailash Canteen No. 17, V.K.I Area, Jaipur

33 kV Post Insulator 1 M/s Rashtriya Electrical & Engg. Corp., C-3, Sector A-3, Tronica City, Loni, Ghaziabad 2. M/s W.S.Industries (India) Ltd., 108, Mount Poonamallee Road, Porur, Chennai - 600 116,

India

33 KV HT Aerial Bunched Cable with XLPE insulation of size 3Cx300+240 sq. mm.

1 M/s Krishna Electrical Industries Limited, J-60, First Floor, Lajpat Nagar-III, New Delhi-110024.

E:\WEBSITE_DATA_2013\Pd_C\14.05.2013\Approved_List_Pdc_28062012.Doc  Page 1 of 1  

Page 82: UTTAR HARYANA BIJLI VITRAN NIGAM

2 M/s Hindustan Vidyut Products Ltd. Kanchan Janga, 7th Floor 18, Barakhamba Road, New Delhi.

3 M/s Paramount Communication Ltd. Paramount House, C-125, Naraina Indl. Area, Ph-I, New Delhi

11 kV Indoor VCB’s 1 M/s Vijai Electricals Ltd., 6-3-648/1 & 2,Off Raj Bhawan Road, Somajiguda, Hyderabad.

2 M/s Stelmec Limited, Sea Queen, 43, A, H.K. Bhabha Road, Band Stand, Bandra (W) City

3 M/s APE Power (P) Ltd. 28 B, Shakespear Sarani, 1E, Neelamber Building, Kolkata (W.B).

4 M/s Yamuna Power & Infrastructure Ltd. SCO No. 137, 2nd Floor, Mansa Devi Complex,

Sector-5, Panchkula 5. M/s Adlec Systems Pvt. Ltd., Plot No-277, Swarn Park, Udyog Nagar, Mundka, Main Rohtak

Udyog Nagar New Delhi-110041

11 KV 400 A G.O. SWITCHES

1 M/s Shiva Electricals, Vill. Pipal Wala, Vikram Bagh, Distt. Sirmour (HP)

2 M/s Kejriwal Metal (Industries), H.O: Dal Mandi, Bulandshahr

3 M/s Hi-tech Enterprises, E-14, New Focal Point, Dabwali Road, Bhatinda

4 M/s J.D Electricals, Kantapukur 3rd Bye Lane , Ghatakpara, Ichapur, Howrah- 711 101 (W.B.) India

11 KV 75 A G.O. Switches

1 M/s Shiva Electricals, Vill. Pipal Wala, Vikram Bagh, Distt. Sirmour (HP)

2 M/s Kejriwal Metal (Industries), H.O: Dal Mandi, Bulandshahr.

3 M/s Hi-tech Enterprises, E-14, New Focal Point, Dabwali Road, Bhatinda.

11 KV HT XLPE U/G Cable of following size i) 3Cx50 sq. mm. ii) 3Cx95 sq. mm. iii) 3Cx185 sq. mm. iv) 3Cx300 sq. mm. v) SCx630 sq. mm.

1 M/s Paramount Communication Ltd. Paramount House, C-125, Naraina Indl. Area, Ph-I, New Delhi

2 M/s Hindustan Vidyut Products Ltd. Barakhamba Road, New Delhi

3 M/s Uniflex Cables Ltd. 306 & 307, B.M.C. House, N-1 Block, Middle Circle, Cannaught Circle, New Delhi-110001.

4 M/s Dynamic Cables (P) Ltd. F-260, Road No. 13, V.K.I Area, Jaipur

5 M/s Krishna Electrical Industries Limited, J-60, First Floor, Lajpat Nagar-III, New Delhi-110024.

6. M/s Havells India Ltd., QRG Towers, 2D, Sector-126, Express Way Noida-201304 (India)

11 KV HT XLPE AB Cable of size i) 3Cx35+70 mm2

ii) 3Cx50+70 mm2 iii) 3Cx70+70 mm2 iv) 3Cx95+80 mm2

v) 3Cx185+240 mm2 1 M/s Krishna Electrical Industries Limited, J-60, First Floor, Lajpat Nagar-III, New Delhi-

110024. 2 M/s Paramount Communication Ltd. Paramount House, C-125, Naraina Indl. Area, Ph-I,

New Delhi 3 M/s Dynamic Cables (P) Ltd. F-260, Road No. 13, V.K.I Area, Jaipur

11 KV G.I. Pins 1 M/s Gagan Enterprises, # B-1 & B-2, Industrial Estate, Sirhind Road, Patiala, Punjab 2. M/s Ceebuild Co. Pvt. Ltd. 23-A, Netaji Subhash Road,Second Floor, Room No.-19-

20,Kolkata 11 KV45 KN Disc insulators, C& T Type

1 M/s Thar Ceramics Pvt. Ltd Opp. UCO Bank K.E.M Road, Bikaner

E:\WEBSITE_DATA_2013\Pd_C\14.05.2013\Approved_List_Pdc_28062012.Doc  Page 2 of 2  

Page 83: UTTAR HARYANA BIJLI VITRAN NIGAM

2 M/s Garg Insulators (P) Ltd Ist Industrial Area,Sirsa,125055

3. M/s Rashtriya Electrical & Engg. Corp., C-3, Sector A-3, Tronica City, Loni, Ghaziabad

4. M/s Ceebuild Co. Pvt. Ltd. 23-A, Netaji Subhash Road,Second Floor, Room No.-19-20,Kolkata

11 KV Disc fittings C & T Type 1 M/s Gagan Enterprises,#B-1&B-2, Industrial Estate, Sirhind Road, Patiala, Punjab 2. M/s Ceebuild Co. Pvt. Ltd. 23-A, Netaji Subhash Road,Second Floor, Room No.-19-

20,Kolkata

11 KV 5 KN Porcelain Pin Insulators 1 M/s Garg Insulators (P) Ltd., Ist Industrial Area,Sirsa,125055 2. M/s Ceebuild Co. Pvt. Ltd. 23-A, Netaji Subhash Road,Second Floor, Room No.-19-

20,Kolkata ACSR Rabbit (50mm2) conductor

1 M/s Hindusthan Vidyut Products Ltd., Kanchen Junga 7th Floor, 18, Barakhamba Road, New Delhi-01

2 M/s Super Tech. Forgings (India) Pvt. Ltd, Village Raowali Pathankot Road, Jallandhar

3 M/s Mahavir Transmission Udyog (P) Ltd.,Plot No. A 11-13 S, Industrial Estate, Vikas Nagar, Dehradun

4. Mis Durable Conductors, Near 66 KV Sub Station, ViiI. Katha, P.O. Baddi, Distt. Solan (HP). 173211

5. M/s Shashi Cables Ltd., A-3, Amausi Industrial Area, Lucknow

6 M/s Sanjay Conductors & Cables, G.T Road, Near Marked, Khanna, PUNJAB 141401

ACSR Raccoon (80mm2 )& Dog(100m2)Conductor 1 M/s Hindusthan Vidyut Products Ltd., Kanchen Junga 7th Floor, 18, Barakhamba

Road,New Delhi-01. 2 M/s Mahavir Transmission Udyog (P) Ltd.,Plot No. A 11-13 S, Industrial Estate, Vikas

Nagar, Dehradun 3 M/s Sanjay Conductors & Cables, G.T Road, Near Marked, Khanna, PUNJAB 141401 4 M/s Haryana Conductors Pvt. Ltd, 17th, Miles Stone, GT Road, Piao Maniyari,Nareal,

Kundli, Distt. Sonepat 5 M/s Sturdy Industries Limited, Solan Himachal Pradesh (India0 6 M/s Dynamic Cables (P) Ltd. F-260, Road No. 13, V.K.I Area, Jaipur

ACSR Leopard (130mm2) & Panther (200m2) Panther Conductor1 M/s Hindusthan Vidyut Products Ltd., Kanchen Junga 7th Floor, 18, Barakhamba RoadNew

Delhi-01

2 M/s Super Tech. Forgings (India) Pvt. Ltd, Village Raowali Pathankot Road, Jallandhar

3 M/s Mahavir Transmission Udyog (P) Ltd., Plot No. A 11-13 S, Industrial Estate, Vikas Nagar, Dehradun

LT XLPE AB Cable of size i) 3Cx16+25 mm2

ii) 3Cx50+35 mm2 1 M/s Kanha Cables (P) Ltd. A-336, RD No. 17, Vishwakarma Indl. Area, Jaipur

2 M/s Tirupati Plastomatics (P) Ltd. B-141 A, Road No. 9 D, Vishwarkama Indl. Area, Jaipur. 3 M/s Grid India Power Cables Ltd. Plot No. 63, Sector-5, IMT Manesar, Gurgaon (Haryana)

122050 4 M/s Krishna Electrical Industries Ltd., J-60, First Floor, Lajpat Nagar-III, New Delhi

LT XLPE AB Cable of size i) 3Cx25+25 mm2

ii) 3Cx95+70 mm2 iii) 3Cx120+70 mm2

1 M/s Tirupati Plastomatics (P) Ltd. B-141 A, Road No. 9 D, Vishwarkama Indl. Area, Jaipur 2 M/s Dynamic Cables (P) Ltd. F-260, Road No. 13, V.K.I Area, Jaipur

E:\WEBSITE_DATA_2013\Pd_C\14.05.2013\Approved_List_Pdc_28062012.Doc  Page 3 of 3  

Page 84: UTTAR HARYANA BIJLI VITRAN NIGAM

3 M/s Krishna Electrical Industries Limited, J-60, First Floor, Lajpat Nagar-III, New Delhi-110024.

4 M/s Paramount Communication Ltd. Paramount House, C-125, Naraina Indl. Area, Ph-I, New Delhi

5 M/s Hindusthan Vidyut Products Ltd., Kanchen Junga 7th Floor, 18, Barakhamba Road, New Delhi-01

25 & 63 kVA Distribution Transformers 1 M/s Vijai Electricals Ltd., 6-3-648/1 & 2,Off Raj Bhawan Road, Somajiguda,Hyderabad-

500082 2 M/s Mahashakti Energy Ltd., A-8, New Focal Point, Dabwali Road, Bathinda. 3 M/s Century Infrapower Pvt. Ltd, S-23, Alankar Plaza, Central Spine, Vidhyadhar Nagar,

Jaipur-302023.

100 kVA Distribution Transformers 1 M/s PP Industries, A-16, New Focal Point, Dabwali Road, Bathinda

2 M/s Vijai Electricals Ltd., 6-3-648/1 & 2, Off Raj Bhawan Road, Somajiguda,Hyderabad-500082

3 M/s Mahashakti Energy Limited, A-8 New Focal Point, Dabwali Road, Bathinda-151001 4 M/s Ganpati Enterprises, S-26, Alankar Plaza,Central Spine, Vidhyadhar Nagar, Jaipur-30202

200 kVA Distribution Transformers 1 M/s Vijai Electricals Ltd., 6-3-648/1 & 2, Off Raj Bhawan Road, Somajiguda, Hyderabad-

500082 2. M/s Nucon Power Control Pvt. Ltd.,D-46, Phase-V, Focal Point ,Ludhiana

3. M/s Jay Bee Industries, 310, Industrial Area, Phase-II, Panchkula-134113, Haryana (India) 400 kVA Distribution Transformers

1 M/s Vijai Electricals Ltd., 6-3-648/1 & 2,Off Raj Bhawan Road, Somajiguda,Hyderabad-500082

2 M/s Sudhir Intra Vidyut, Plot No. 1, Sec-34, EHTP, Gurgaon -122001.Gurgaon 3. M/s Jay Bee Industries, 310, Industrial Area, Phase-II, Panchkula-134113, Haryana (India)

630 & 990 kVA Distribution Transformers 1 M/s Vijai Electricals Ltd., 6-3-648/1 & 2,Off Raj Bhawan Road, Somajiguda,Hyderabad-0082 2 M/s Telawane Power Equipments (P) Ltd. At/Post:R-457, MIDC TTC Rabale Thane Belapur

Road, Navi Mumbai Mumbai 3 M/s Sudhir Intra Vidyut, Plot No. 1, Sec-34, EHTP, Gurgaon -122001.Gurgaon

11 Meter long (400 Kg) PCC poles 1 M/s Singla Const. Company, Village Kakrali, Ramgarh Maburikpur Road,

I. Derabassi,Distt. Mohali-140201 Pb.) 2 M/s Poonam Concrete, V. &P.O. Hazampur, I. Hansi (Hisar) 3 M/s Shree Prestress Concrete Products (P) Ltd., 25 KM Delhi-Bhagpat Road, Village-Naya

Subhanpur (Bhagpat). P.O Madlauda:-201102

4 M/s Hanuman Concrete Products (P) Ltd., Maujla-Hazipurviran, P.O. Khera-250101,District: Bhagpat (U.P)

5 M/s Lomax Concrete Product Industries, Umri-Indri Road, Village Butan Kheri,Tehsil Indri, District Karnal, Haryana

6 M/s Raju Construction Company, Village-Alipur, Ramgar-Barwala Road, Panchkula

7 M/s JP Construction Company, 191, Industrial Area, Phase-I, Panchkula

8 M/s Haryana Concrete Products Ltd, House No. 6, Model Town, Hansi-125033

9 M/s Shree Shiv Ganga, Near K.T. College, Sardulgarh Road, Ratia-125051

10 M/s Amravati Infrastructure Projects (P) Ltd, Vill. Kakrali, Ramgarh, Mubarakpur Road, I. Dera Bassi, District- Mohali

11 M/s Shyam Concrete Products, Loharu-Bhiwani Road, Village Golagarh (Bhiwani).

8 & 9 Meter long (200 Kg) PCC poles

1 M/s Shree Prestress Concrete Products Pvt. Ltd. 25 KM Delhi – Baghpat Road, Vill. Naya Subhanpur (Baghpat Road), PO Mandaula-201102

E:\WEBSITE_DATA_2013\Pd_C\14.05.2013\Approved_List_Pdc_28062012.Doc  Page 4 of 4  

Page 85: UTTAR HARYANA BIJLI VITRAN NIGAM

2 M/s Hanuman Concrete (P) Ltd., Mauja- Hazimpurviran,x`P.O. Khekra-250101 Distt. Bhagpat (U.P)

3 M/s Singla Const. Company,Village Kakrali, Ramgarh Maburikpur Road, I. Derabassi,Distt. Mohali-140201 (Pb.)

4 M/s Raju Construction Company, Village-Alipur, Ramgar-Barwala Road, Panchkula 5 M/s Amrawati Infrastructure Projects (P) Ltd. Village Kakrali, Ramgarh, Mubarakpur Road,

Derabassi

6 M/s J.P. Const. Company,Plot No. 191, Industrial Area, Phase-I Panchkula

7 M/s Poonam Concrete,V. &P.O. Hazampur,I. Hansi (Hisar) 8 M/s Haryana Concrete Products Ltd, House No. 6, Model Town, Hansi-125033 9 M/s RLB Industries,Ramgarh Road, Mubarakpur, Distt. Mohali (Pb)

10 M/s Lomax Concrete Product Industries, Umri-Indri Road, Village Butan Kheri,Tehsil Indri, District Karnal

11 M/s Shree Shiv Ganga, Near K.T. College, Sardulgarh Road, Ratia-125051

12 M/s Lord Mahavira Industries, Village Kawi, I. Madlauda, District-Panipat-132103 13 M/s Shyam Concrete Products, Loharu-Bhiwani Road, Village Golagarh (Bhiwani)

LT PVC Cables

1

M/s Capital Urja Tech Ltd. F-55, Sector-11, Noida.

2

M/s Tirupati Plastomatics Pvt. Ltd. Loni, B-141-A, Road No. 9 D, VKI Area Jaipur.

3 M/s Guardian Cables & Conductors (P) Limited C-408-409, DSIDC Inds Complex Narela Delhi-40

4 M/s Kanha Cables (P) Ltd. A-336, RD No. 17, Vishwakarma Indl. Area, Jaipur

5 M/s Krishna Electrical Industries Limited, J-60, First Floor, Lajpat Nagar-III, New Delhi-110024.

LT AB Cables

1 M/s Paramount Communication Ltd. Paramount House, C-125, Naraina Indl. Area, Ph-I, New Delhi

2 M/s Krishna Electrical Industries Limited, J-60, First Floor, Lajpat Nagar-III, New Delhi-110024.

3 M/s Tirupati Plastomatics Pvt. Ltd. Loni, B-141-A, Road No. 9 D, VKI Area Jaipur.

4 M/s Kanha Cables (P) Ltd. A-336, RD No. 17, Vishwakarma Indl. Area, Jaipur

GI Wire 8 SWG

1 M/s Himachal Wires Industries (P) Ltd. GT Road, Damtal, Distt. Kangra (HP)

2 M/s Bajrang Wire Products (I) Pvt. Ltd., E-762 (A), Road No.-9F-1, V.K.I Area, Jaipur

3. M/s Ceebuild Company Pvt. Ltd., 23-A, Netaji Subhash Road, 2nd Floor, Room No. 19 & 20, Kolkatta

GSS Wire 7/8 SWG & 7/14 SWG

1 M/s Himachal Wires Industries (P) Ltd. GT Road, Damtal, Distt. Kangra (HP)

2 M/s Bajrang Wire Products (I) Pvt. Ltd., E-762 (A), Road No.-9F-1, V.K.I Area, Jaipur

CT’s / PT’s & NCT’s

1 M/s Jai Durga Projects Private Limited, Shiv Mandir 60 Feet Road, Chawla Colony, Bahadurgarh-121004 (Haryana). (33 kV CT’s / PT’s & 11 kV CTs/ PT’s)

2 M/s Concord Electrical Industries, 46-47/48 DSIDC Scheme-I, Okhla Industrial Area, Phase-II, New Delhi (33 kV CT’s & 11 kV NCTs and LT CT’s).

E:\WEBSITE_DATA_2013\Pd_C\14.05.2013\Approved_List_Pdc_28062012.Doc  Page 5 of 5  

Page 86: UTTAR HARYANA BIJLI VITRAN NIGAM

E:\WEBSITE_DATA_2013\Pd_C\14.05.2013\Approved_List_Pdc_28062012.Doc  Page 6 of 6  

3 M/s GYRO Laboratories (P) Ltd. P-33, MIDC, Moral, Mumbai

4. M/s Skipper Electricals (India) Ltd., F-667-668, RIICO, Industrial Area, Phase-II, Bhiwadi-301019, District:- Alwar, Rajasthan

5. M/s Continental Engineers, Off & Wks: 9, Moti Doongri Road, Near Unjara Garden, Jaipur, Rajasthan - 302004 Jaipur (LT CT’s)

6. M/s Vishal Transformers & Switchgears Pvt. Ltd., Meerut (33 kV CT’s & PT’s and 11 kV CT / PT’s and LT CTs) (LT CT’s)

7. M/s Secure Meters Ltd., Udaipur

Termination Kits 1 M/s Compaq International, V&PO Shadipur, Guru Nanak Nagar, Khajuri Road, Yamuna

Nagar-135001. FRP Cross Arms

1 M/s Ercon Composites, F-123, MIA, II-Phase, BASNI, Jodhpur-342005 (India)

LA’s – 30 kV, 10 kA & 9 kV, 5 kA 1 M/s Oblum Electrical Industries Private Limited, A-16 & 17, Assisted Private Inds Estate

Balanagar, HYDERABAD  

   

Page 87: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 88: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 89: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 90: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 91: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 92: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 93: UTTAR HARYANA BIJLI VITRAN NIGAM

UTTAR HARYANA BIJLI VITRAN NIGAM

(NIT No. 34/P&D/2013-2014 BID No. B-334, B-335 & B-336

TECHNICAL SPECIFICATIONS

&

DESIGN GUIDELINES

VOLUME-II

Chief General Manager /PD&C, UHBVN, Vidyut Sadan C-16 Sector-6 Panchkula – 134109. 0172 – 3019135________

General Manager/P&D UHBVN Vidyut Sadan C-16 Sector-6 Panchkula – 134109. 0172 – _3019109_______

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 94: UTTAR HARYANA BIJLI VITRAN NIGAM

INDEX

SECTION VII A & B

Sr. No.

Description Page No.

1. Technical Specification 3-24

2. Meteorological Detail (Annexure-1)

SECTION VII C

Sr. No.

Description Page No.

1. Technical Specification of Equipment 27-172

SECTION VII D

Sr. No.

Description Page No.

1. Technical Drawing of Material 174-194

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 95: UTTAR HARYANA BIJLI VITRAN NIGAM

SECTION VII A & B

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 96: UTTAR HARYANA BIJLI VITRAN NIGAM

SECTION – VII A Introduction:

The scope of this specification covers construction of single circuit new 11 kV lines, Supply & Erection of material required for new 11 kV lines, new VCBs, AB cables underground cables , etc., on turnkey basis.

1.1 Scope: This specification covers detailed survey, spotting of location of poles, supply and erection of PCC Poles in single pole support/double pole/4-pole arrangement with complete 11 kV line material such as disc insulators with fittings, 11 kV Pin Insulators with pins, ‘FRP X arms, pole top Hamper, straight / V-shape X arms, earthing material with nuts & bolts and bracing, Barbed wire, Danger, Phase & Number Plates etc., 80 mm² ACSR Conductor, Earth wire, fixing of insulator strings, stringing of conductor and earth wire, fixing of stays providing muffing in marshy land and testing and commissioning of erected 11 kV lines, 11 kV Disc insulators with required fittings, Single Tension fitting, Stay rods with elbow, Stay wire, pipe / rod Earthing with GI wire, GO Switches, PG.C-wedge connector clamps, MS Angle iron, MS Flat including fabrication of Clamps, Drilling, Cutting, providing muffing in marshy land. The scope of supply also includes new 11 kV AB cables, its accessories and all other accessory items/job not specifically mentioned but required to complete the Work. Poles to be used / supplied by the turnkey contractor shall be marked by stencil with Black ink with name of contractor/firm along with bid number & year of allotment of work.

1.1.1 This specification also includes the supply of 9.0/11 m PCC poles, GO switches, insulators and their hardware, conductor and earth wire etc. The bidder shall clearly indicate in his offer the sources from where he proposes to procure the raw material/completed material and its components.

1.1.2 Any material not specifically mentioned in the contract but required to complete the job is deemed to be included in the scope of work of Contractor.

1.1.3 The entire stringing work of the conductor and earth wire shall be carried out by

standard practice. The bidder shall indicate in his offer the detailed description of

procedure to be deployed for stringing operation.

1.1.4 Location Details: The lines shall be laid in the areas covered under UHBVN in

Haryana.

1.2 Details of Line route and terrain: The 11 kV Lines will be running almost through plain, Urban and cultivated area.

Preliminary route alignment maps of Power lines covered under this package

giving the general topography and major crossings like river, power lines, railway

lines and roads are in the Bidder scope. Wherever special river crossings are

involved proper strengthening of the normal pole locations will be done by the

Contractor.

1.3 Access to the Line and Right of Way: Right of way clearance shall be arranged by employer in accordance with work

schedule. Employer will secure way leave and right of way in the forest area.

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 97: UTTAR HARYANA BIJLI VITRAN NIGAM

1.4 Detailed Survey of Optimization Pole Location: 1.4.1 The detailed survey for the line route and optimization of pole location alongwith

profiling shall be carried out by the successful bidder. The provisional quantity has been indicated in the Bill of Material for each package.

1.4.2 The bidder will examine the site of works and its surroundings and obtained

himself at his own responsibility and expenses, all information regarding general site characteristics, crossings accessibility, infrastructure detail etc. The purchaser will however assist the interested bidder to see and inspect the site of work. For this purpose the bidders are requested to contact respective S.E./Construction, UHBVN or the respective Executive Engineer Construction / Operation/SDO Const., / ‘OP’ of the area as indicated on the list.

2-Pole & 4-Pole Structure as per site requirements shall be provided where the situation so demands. Drawing of 2/4 Pole Structure is provided for guidance.

1.4.3 The bidder should note that the Employer will not furnish the topographical map

prepared by survey of India but will make available any assistance that may be required for obtaining topographical map.

1.4.4 Route Marking:

At the starting point of the commencement of route survey the peg marking shall be done with iron spikes, driven firmly into the ground. A Bench mark on top section of the angle iron shall be made to indicate the location of the survey instrument. Teakwood peg shall be driven at prominent position at intervals of not more than 750 meters along the Power line to be surveyed upto the next angle point. At angle position stone/concrete pillar with UHBVN marked on it shall be put firmly on the ground for easy identification. Route will be got approved from the Engineer-in-Charge within one month of issue of detailed PO.

1.4.5 Pole Locations: With the help of pole spotting data, pole locations shall be marked on the profiles prepared to check the required ground clearance. While locating the poles on the profile sheets the following shall be borne in the mind.

a) Extension: An individual span shall be as near to the normal design span as possible. In case an individual span becomes too short or long with normal supports on account of ground profile, one or both supports of the spans may be extended with standard design or provision of a special structure for the purpose according to technical specifications. The design of such extension shall be prepared & supplied by the Contractor and shall be got approved from the Employer.

b) Road Crossings: At all the important road crossings, the protective cradle guarding will be provided and poles shall be fitted with normal tension insulator strings depending upon the location but the ground clearance at the roads at the maximum temperature and in the still air shall be such that even with the conductor broken

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 98: UTTAR HARYANA BIJLI VITRAN NIGAM

at adjacent span, the ground clearance of the conductor from the road surfaces will not be less than 5.125m in case of HT lines and 4.60 m in case of LT line.

c) Railway Crossings: The Contractor will make preliminary survey to assess the requirement of railway Crossing and take the same into account in his Bid. The work of Railway Crossings will be got executed by him as a deposit work with the Railways or otherwise as per rules of Railway department. However, Nigam shall deposit the refundable part of the security payable to Railways. The interest lost shall be recovered from the contractor for the period from date of deposit till the date of refund by the Railways, at the rate of interest payable at that time on Short Term Loans by the Nigam plus 2% more. In case, security deposited by the Nigam with the Railway Authorities is forfeited by them due to contractor’s fault, then the amount of security deposit along with interest shall be recovered from the contractor’s pending bill/ bills. The case for approval will be submitted by the Contractor on the behalf of the Employer well in time The Employer will arrange to get the approval from Railway authorities expedited.

d) Power Line Crossings: Wherever the line is to cross over/below the other line of the same voltage or higher or low voltage the requisite clearances will be ensured in accordance with the Indian Electricity Rules. The Contractor shall submit and get approved from the Employer any special design where required in order to achieve such clearances.

e) River Crossing: The route of 11 kV New line if routed through a river bed/nullas or rivulet must have concrete foundation for erection of poles and must be supported by a good number of stay-supports capable to withstand water/wind pressure and must be executed to the entire satisfaction of the Engineer.

1.4.6 Clearance from ground, Building, Trees etc.: Clearance from Ground, Building, Trees and telephone lines shall be provided in conformity with the Indian Electricity Rules 1956.

1.4.7 The tree cutting shall be the responsibility of the Contractor at the time of survey as well as during actual execution. However, the Contractor shall count, mark and put proper Nos. with suitable quality of paint at his own cost on all the trees that are to be cut by him at the time of actual execution of work. Contractor may please note that Employer shall not pay any compensation for any loss or damage to the properties or for tree cutting necessitated due to Contractor’s work.

1.4.8 Any way leave which may be required by the Contractor shall be arranged by the Employer.

1.4.9 The profile sheets duly spotted alongwith preliminary schedule indicating position of poles, wind span, weight span, angle of deviation, river or road crossings and other details shall be submitted for the approval of the Employer. After approval the Contractor shall submit six more sets of approved reports alongwith one set of reproducible final profile drawings to the Employer for record purpose.

1.5 Environmental Conditions: 1.5.1 General Climatic Conditions:

The area is in extreme climate belt. Monsoons are generally active in the area from the month of July to September. The area is also prone to dust storms

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 99: UTTAR HARYANA BIJLI VITRAN NIGAM

during the month of March to May. The maximum temperature shall be of the order of 50°C and minimum temperature shall be of the order of - 2°C. Normal every day temperature is 32°C.

1.6 Technical Data: The bidder shall furnish all technical data as per relevant schedules in five copies.

1.7 Statutory Regulations and Standards 1.7.1 Statutory Regulations:

The Contractor is required to follow Statutory Regulations stipulated in Electricity Act 1948 and Indian Electricity Rules 1956 as amended to-date and other local rules and regulations referred to in this specification.

1.7.2 Reference Standards: The work shall be carried out in accordance with specifications & construction standards attached hereto. The Codes or standards referred to in this specification shall govern in all cases wherever such references are made. In case of conflict between such codes or standards and specifications, latter shall govern. Such codes or standards referred to shall mean the latest revision, amendments/changes adopted and published by relevant agencies. Other internationally accepted standards which ensure equivalent or better performance than those specified shall also be accepted. All tested steel sections shall be supplied conforming to relevant Indian standard Specifications.

1.8 Quality Assurance, Inspection and Testing: 1.8.1 Quality Assurance:

The Contractor shall adopt suitable quality assurance programme to control each activity. Such programs shall be outlined by the Contractor and shall be finally accepted by the Employer.

1.8.2 Quality Assurance document: The Contractor shall be required to submit all quality assurance documents as

stipulated in quality plan at the time of Employer’s inspection of material. The

Employer through his duly authorized representative reserves the right to carry

out quality inspection/audit & checks to see the adequacy of the Contractor’s

quality management programme.

1.8.3 Inspection and testing:

The Employer shall inspect the major material i.e. GO Switches, Poles, ACSR

Conductors, VCBs, AB cables, ACSR conductor, LAs, Insulators, Pins, Hardware

fittings & Cables etc. at the works of supplier before despatch. The requisite

original type-test certificates, wherever required, will be submitted by the

Contractor/Supplier at the time of inspection for verification/examination by the

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 100: UTTAR HARYANA BIJLI VITRAN NIGAM

Inspector. The material shall not be despatched without instructions by the

Employer. Other material shall be inspected and approved by him at the

Contractor’s/Supplier’s works, before/after the same are erected at the site. If

following the latter, the material is found defective, then the Contractor shall bear

the cost of this inspection and re-installation according to specifications. The

Employer shall get the material inspected from his Engineers or from any other

Inspection agency at its discretion. The approval for the testing & commissioning

of HT works from CEI Haryana shall be obtained by the contractor.

1.8.4 Post Receipt Inspection The material after receipt in the Stores of the Nigam is liable to be inspected for its conformity to the specifications by a representative of the Contractor/supplier firm after giving one week’s registered notice to the supplier / contractor. In case the firm fails to depute a representative on the specified date the Utility would be free to get material checked on the absence of the firm’s representative for which the firm would have no reason to protest at any stage and would be fully responsible of the outcome.

2.0 Technical Parameters of 11 kV Line: Electrical System Data: a) Normal Voltage: 11 kV

b) Maximum System Voltage 12 kV

c) BIL (Impulse) 75 kV (Peak)

d) Power frequency withstand voltage 28 KV

3.0 Details of line material for 11 kV lines:

3.1 Particulars of Conductor: S.No. Particulars

1. Type ACSR 50 / 80 mm²

2. Stranding and wire diameter in mm As per technical specifications of the

Nigam 3. Approximate mass Kg / Km

4. Approx. Calculated Breaking Load

KN

5. Calculated DC resistance at 20 o C

6. Mass of Zinc coating

7. Configuration of Conductor Triangular/Vertical

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 101: UTTAR HARYANA BIJLI VITRAN NIGAM

3.2 Particulars of Pin Insulators / Disc Insulators

S.No.

Particulars 1-pole Structure

H-pole Structure

4-pole Structure

1. No of Disc Insulators - 6 6 2. E & M strength of each

disc Insulator KN 45 45 45

3. 11 kV Pin Insulators with pins

3 3 3

4. E & M Strength of each Pin Insulator

10 10 10

3.3 Material for Single/H-pole/4-pole Structures

S.No.

Particulars 1-pole Structure

H-pole Structure

4-pole Structure

1. PCC pole 9.0 m 1 no. 2 no. 4 no. 2. V-shape cross-arm 1 no. - - 3. MS Channel

(100x50x6-2400 mm) - 2 no. 5 no.

4. Pole Top Bracket 1 no. As required As required 5. Back Clamps 1 no. - - 6. 11 kV Pin Insulators with

Pins

3 no. 3 no. 3 no.

7. 11 kV Disc Insulators - 6 no. 6 no. 8. Guy set with stay wire As required 4 no. 4 no. 9 Earthing material as per

design As required As required As required

10. Nuts & Bolts, Pole clamps As per design As per design As per design 11 MS Belt 50x50x6mm,

2040 mm for 4 pole & 1400 mm for H-pole

- 2 no. 8 no.

12 MS Bracing 50x50x6mm, 3220 mm for 4-pole & 2860 mm for H-pole

- 2 no. 8 no.

13. Tension fittings suitable for 30 mm² conductor

- 6 no. 6 no.

14 PG Clamps for 50/80 mm² conductor

- 6no. 6 no.

15. Eye screw bolt for Earth Wire

1 no. 2 no. 4 no..

16 MS Angle 50x50x6 mm –2400mm for earth Wire

- 1 no. 2 no.

17. Danger Plate 1 no. 1 no. 2 no. 18. Barbed wire 1 kg 2 Kg 4 Kg 19 Phase Plate - 3 no. 6 no.

3.4 Meteorological Data is as per Annexure-I.

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 102: UTTAR HARYANA BIJLI VITRAN NIGAM

4. Bolts & Nuts:

All Bolts and Nuts shall conform to IS:1363-1967 (amended to-date) or equivalent to IEC Standard. All Bolts & Nuts shall have Hexagonal head Nuts, the heads being forged out of the solid steel rods and shall be truly pen centric and square with the shank, which must be perfectly straight. Small Nuts & Bolts both shall be fully threaded whereas long bolts shall be partially threaded.

5. Spans and Clearances: 5.1 Normal span:

The normal running span of the line shall be approx. 66 meters for 11 kV & LT line in the Cross Country.

5.2 Wind span: The wind span is the sum of two half spans adjacent to the support under consideration. For normal horizontal spans this equals to normal running span.

5.3 Electrical Clearance: 5.3.1 Ground Clearance:

The minimum ground clearance from the bottom conductor shall not be less than 5.125 meter at the maximum sag conditions i.e. at maximum temperature and still air. Any LT/HT/Telecommunication line falling enroute of new 11 kV line should have enough clearances as prescribed in I.E. rules applicable in this respect.

5.3.2 For river crossing, the minimum electrical clearance including ground clearance will be the same, as for normal poles.

5.4 Conductor and Earth Wire Configuration:

The three phases shall be in triangular formation. The phase to phase spacing shall not be less than 1.070 mtr. in case of HT line.

6. Drawings: 6.1 The design and drawings submitted by the Contractor shall be approved /

commented by the Employer as the case may be within 20 days of receipt of design/drawings in the office of the Engineer. If the design/drawings are commented by the Employer, the Contractor shall submit revised design/drawings within 15 days of date of issue of comments. The drawing will also be submitted by the Contractor to the Engineer who will take further necessary action to approve the same of get it approved from the competent authority.

6.2 The Contractor is required to furnish the progress of submission and approvals of design and drawings on 25th day of every month till the completion of all the design activities.

7. Excavation & Erection of Poles: 7.1 The Pits for the Poles are to be excavated in the direction of the line, as this will

facilitate the erection of pole and given internal stability. The depth of the foundations to be excavated for the poles shall be approximately 1/6th of the Pole’s length. The alignment of the Poles are to be set right and the earth filling

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 103: UTTAR HARYANA BIJLI VITRAN NIGAM

will be done after checking the alignment vertically and earth will be rammed afterwards properly.

7.2 H-Poles are to be erected on almost 10th location when the line is going straight and it is also to be provided wherever three is an angle of deviation in the line. When the angle of deviation is > 60o, 4 Pole structure will be provided. In case of angle H-Pole, the pits are to be excavated along the bi-section of the angle of deviation. It will be ensured that the poles are held in vertical position and earth is filled in the pits and proper ramming is done so that pole remains in proper position. On every H-Pole, 4 stays are to be provided along the line i.e. 2 on each direction and in addition two more stays along the bi-section of the angle of deviation are to be provided as required depending upon the site conditions as per the drawings attached with the specification.

7.3 The stays will be provided at all dead end locations, angle locations and T-Off points and also on normal locations as wind stays to counter the pressure of the winds. Normally every fourth pole of the line shall be provided with two wind stays one on either side of the pole. The angle of the stays will be generally kept on 30 to 45 degrees depending upon the tension and the location of the line. Every stay shall be provided with 11 kV Disc Insulators as per drawing & every stay on LT Line shall be provided with egg insulator.

7.4 Earthing shall be provided on every 4th pole as per the design attached hereto, in addition to the continuous Earth Wire. H-Pole & 4-pole structures will be provided with 2 Nos. Earthing.

7.5 The danger plate will be provided on every structure. 2 Nos. danger Plates will be provided on H/4 Pole structures.

7.6 Number plate shall be provided on each location indicating the No. of Structure S1, S2 etc. 2 Pole and 4 Pole structure will be numbered both for structure Nos. as well as H-Pole/4-Pole marking. For example if Ist H-Pole appear at Structure No. 10, No. Plate will be denoted as S-10/H-1. Similarly If Ist 4-Pole appear at structure No. 25, the same will be denoted by S-25/4P-I & so on.

7.7 All unpainted/galvanized Iron sections like Channel, Angle/Clamp Stay sets etc. shall be given a coating of Red Oxide before installation to prevent rusting. To avoid rusting anti-corrosion paint shall also be provided.

8. Handing of Conductor and Earth Wire: 8.1 The Contractor shall be entirely responsible for any damage to the poles,

insulators and conductors during transportation & stringing. While running out the conductors, care shall be taken that the conductors do not touch or rub against the ground or objects, which could cause scratches or damages to the strands. The conductors shall be run out of the drums from the top in order to avoid damage due to chaffing. Proper care shall be taken while dismantling the old conductor and material to avoid any damage to the same.

8.2 The stringing blocks shall be suspended in a manner to suit the design of the X arms. Proper T&P shall also be made available to the Employer by the Contractor for checking the tensions in the guy wires. The drums shall be provided with a suitable braking device to avoid damages, loose running out and kicking of the conductor. The conductor shall be continuously observed for loose or broken strands or any other damage. When approaching end of a drum length atleast three coils shall be left when the stringing operations are to be stopped. These coils are to be removed carefully and if another length is required to be run, a joint shall be made as per the recommendations of the manufacturers.

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 104: UTTAR HARYANA BIJLI VITRAN NIGAM

8.3 Repairs to Conductors if necessary shall be carried out during the running out operations with repair sleeves. Repairing of Conductors surface shall be done only in case of minor damage scuff marks etc. keeping in view both electrical and mechanical safe requirements. The final conductors shall be cleaned smooth and without any projections, sharp points cuts, abrasions.

8.4 Conductors Splices shall be made so that they do not crack or get damaged in

the stringing operation. The Contractor shall use only such equipment/methods during Conductors stringing which ensures complete compliance in this regard.

8.5 Derricks shall be used where roads, rivers, channels, telecommunications or

overhead power lines, railway lines, fences or walls have to be crossed during stringing operations. It shall be seen that normal services are not interrupted or damage caused to properly. Shut down shall be obtained when working at crossing of overhead power lines as per para 8.8. Contractor shall be responsible for proper handling of the Conductor, Earth wire and accessories in the field.

8.6 The sequence of stringing of Conductor/Earth wire shall be from top to

downwards i.e conductors will be run out in succession & earth wire will be strung in the last.

8.7 The proposed 11 kV power lines may run parallel for certain distance with the existing power lines, which may remain energized during the stringing period. As a result there is a possibility of dangerous voltage build up due to electromagnetic and electrostatic coupling in the pulling wire, conductors and earth wires which although comparatively small during normal operations can be severe during switching. It shall be Contractor’s responsibility to take adequate safety precautions to protect his employees and others from this potential danger.

8.8 The Contractor shall inform the Engineer whenever he wants to avail the ‘Permit

to Work’ from the local sub-division for erecting the new 11 kV line or augmenting the existing 11 kV line. A minimum 48 hours advance notice in writing for availing the shutdown on any live 11 kV feeder/lines shall be given to the engineer. The 11 kV/LT line on which permit is taken should be made clear from all the temporary earth, men & material before cancellation of the ‘Permit to Work’. It is worth mentioning here that the ‘Permit to Work’ on existing line shall be arranged through the Engineer or his representative and the same shall also be got cancelled through the same agency only. No Permit to Work shall be got cancelled through the same agency only. No Permit to Work shall be issued on any line directly to Contractor or his staff from any 33 kV or 66 kV Sub-station.

9. Stringing of Conductor & Earth Wire: 9.1 The stringing of conductor shall be done by standard stringing method. 9.1.1 After being pulled the Conductor/earth wire shall not be allowed to hand in the

stringing blocks for more than 6 hours before being pulled to the specified sag. 9.1.2 Conductors creep in respect of ACSR 80 mm2 Conductors are to be

compensated by over tensioning the Conductor at a temperature of 21o C or

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 105: UTTAR HARYANA BIJLI VITRAN NIGAM

lower during stringing. Various temperatures and spans alongwith equivalent spans to the Engineer for the approval of the Employer.

9.2 Sagging in Operation: 9.2.1 The Conductor shall be pulled up to the desired sag and left in running blocks for

at least one hour after which the sag shall be re-checked and adjusted if necessary before transferring the Conductor from the running blocks to the pin insulators. The Conductor shall be clamped within 36 hours of sagging.

9.2.2 The sage will be checked in the first and the last span of the section in case of

sections upto 8 spans and in one intermediate span also for sections with more than eight Spans. The sag shall also be checked when the Conductor have been drawn up and transferred from running blocks to the insulators.

9.2.3 The running blocks when suspended from the structures for sagging shall be so

adjusted that the Conductors on running blocks will be on the same height as a 11 kV Pin insulators to which it is to be secured.

At sharp vertical angle, the sag and tensions shall be checked on both sides of the angle, the conductor wire shall be checked from the running blocks for equality of tension on both sides.

9.2.4 Tensioning and sagging operations shall be carried out in calm weather when

rapid changes in temperature are not likely to occur. 9.3 Tensioning and Sagging of Conductor and Earth Wire:

The Tensioning and sagging shall be done in accordance with the approved

stringing chart before the Conductor and earth wire are finally attached to the

poles through the earth wire clamps and insulators for the Conductor. The

relevant stringing charts for the Conductor and earth wire should be employed for

this purpose.

9.4 Final Checking, testing and Commissioning:

After completion of the works, final checking of the line shall be carried out by the

Contractor to ensure that all the foundation works, pole erection and stringing

has been done according to the specifications and as approved by the Employer.

All the works shall be thoroughly inspected keeping in view the following main

points:

a) All the structures are straight & erect and in proper alignment. Sufficient back

filled earth is lying over each pit and it is adequately rammed/compacted.

b) All bolts are properly tightened and punched/tack welded.

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 106: UTTAR HARYANA BIJLI VITRAN NIGAM

c) The stringing of the Conductors and Earth Wire has been done as per the

approved sag and tension charts and desired clearances are clearly

available.

d) All Conductor and Earth wire accessories are properly installed & fixed.

e) All other requirements to complete the work like fixing of danger plate, phase

plate, number plate, barbed wire etc. are properly installed.

f) The insulation of line as a whole is tested by the Contractor by providing his

own equipment, labour etc. to the satisfaction of the Employer.

g) The line is tested satisfactorily for commissioning purpose.

h) Earth resistance of every earth wire will be measured and result shall be

supplied and same will also be checked by the Engineer or his

representative.

i) 11 kV AB cables / underground cables shall be erected / laid through

separate routes as per relevant ISS Specification/drawings together with

adequate loops on both ends. Sufficient clearances will be provided from

other cables and brick lining and filling of sand will be made.

10. General Technical Conditions: 10.1 The above provisions shall supplement all the detailed technical specifications

and requirements brought out herein. The Contractor’s proposal shall be based

on the use of materials complying fully with the requirements specified herein.

10.2 Engineering Data: 10.2.1 The furnishing of engineering data by the Contractor shall be in accordance with

the schedule as specified in the technical specifications. The review of these data by the Employer will cover only general conformance of the data to the specifications and not a thorough review of all dimensions quantities and details of the materials or items indicated or the accuracy of the information submitted. The review of the Employer shall not be considered by the Contractor as limiting any of his responsibilities and liabilities for mistakes and deviations from the requirements specified under these specifications.

10.2.2 All engineering data submitted by the Contractor after review by the Employer shall form part of contract document. If errors are discovered any time during the validity of the contract then the Contractor shall be responsible for their consequences.

10.2.3 The quantities worked out here are only tentative. The Contractor shall work out

actual requirement and get it approved from the Engineer-in-Charge. The payment shall be made on actual basis.

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 107: UTTAR HARYANA BIJLI VITRAN NIGAM

SECTION-VII B

Drawings: 1.1 All drawing submitted by the contractor including those submitted at the time of Bid shall be

with sufficient detail to indicate the type, size, arrangement dimensions, material description, Bill of materials, weight of each components, break-up for packing and transportation, fixing arrangement requirement, the dimensions requirement for installation and any other information specifically requested in theses specifications.

1.2 Each drawing submitted by the contractor shall be clearly marked with the name of the

Employer, the specification title, the specification number and the name of the project. All titles, nothings and writings on the drawing shall be in English. All the dimensions should be to the scale and in merit units.

1.3 The contractor shall submit the necessary detailed route plan or other necessary construction

drawing for approval to the Employer within 20 days of Letter of Internet. 1.4 The route plan drawings submitted by the Contractor shall be examined by the Employer as

far as practicable within 20 days and shall be modified by the contractor if any modifications and/or corrections are required by the Employer. The Contractor shall incorporate such modification and/or correct ions and submit drawings for approval. Any delay arising out of failure by the Contractor to rectify the drawings in good time shall not alter the contract completion date.

1.5 The drawing submitted for approval to the Employer shall be in quadruplicate. One print of

such drawings shall be returned to the Contractor by the Employer marked “approved/approved with corrections”. The Contractor shall thereupon furnish the Employer additional prints as may be required along with one reproducible in original of the drawings after incorporating all corrections.

1.6 The work shall be performed by the Contractor strictly in accordance with these drawings and

no devotion shall be permitted without the approval of the Employer, if so required. 1.7 All manufacturing, fabrication and erection work under the Scope of Contractor, prior to the

approval of the drawings shall be at the Contractor’s risk. The Contractor may make any changes in the design which are necessary to conform to the provisions and intent of the Contract and such changes will again be subject to the approval by the Employer.

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 108: UTTAR HARYANA BIJLI VITRAN NIGAM

1.8 The approval of the documents and drawings by the Employer shall mean that the Employer is satisfied that:

a) The Contractor has completed the part of the Works covered by the subject documents

(i.e. confirmations of progress of work). b) The work appears to comply with requirements of specifications.

In no case the approval by the Employer of any documents does imply compliance with all technical requirements, nor the absence of errors in such documents. 1.9 The following is the general list of the documents and drawings that are to be approved by the

employer a) Work Schedule (Master Network) Plan b) Sag tensions calculation and sag template curve drawings. c) Pole spotting data d) Detailed survey report and profile drawings showing ground clearness and pole locations. e) Pole earthling drawing. f) Pole accessories drawings like danger plate, number plate, phase plates etc. g) Pert Chart.

1.10 Design Improvements: 1.10.1The Employer or the Contractor may propose changes in the specifications and if the parties agree upon any such changes and the cost implication, the specification shall be modified accordingly. 1.10.2 If any such agreement affects the price and schedule of completion, the parties shall agree in writing as to the extent of any changes in the price and schedule of completion before the Contractor proceeds with the change. Following such agreement, the provisions thereof, shall be deemed to have been amended accordingly. 1.11 Design Co-ordination

The Contractor shall be responsible for the selection and design of appropriate material/item to provide the best co-ordinated performance of the entire system. The basic design requirements, are detailed out in this specification. The design of various components, sub-assembly and assemblies shall be so done that it facilities easy field assembly and assemblers shall be so done that it facilities easy field assembly and maintenance.

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 109: UTTAR HARYANA BIJLI VITRAN NIGAM

1.12 Design Review Meetings The Contractor will be called upon to attend design review meetings with the Employer and the consultants of the Employer and the consultants of the Employer during the period of contract. The Contractor shall attend such meetings at his own cost at Panchkula or a t mutual agreed venue as and when required. Such review meeting shall be held as & when required. 2. Packing

2.1 All the material shall be suitably protected, coated, covered or boxed and created to prevent damage or deterioration during transit, handling & storage at site till the time of erection. The Contractor shall be responsible for any loss or damage during transportation, handling and storage due to improper packing. 2.2 The Contractor shall include and provide for securely protecting and packing the materials so as to avoid loss or damage during transport by air, sea, rail and road. 2.3 All packing shall allow for easy removal and checking at site. Wherever necessary, proper arrangement for attaching slings for lifting shall be provided. All packages shall be clearly marked for with sign showing ‘up’ & ‘down’ on. 3. Progress Report Appropriate visual charts shall accompany the monthly progress report detailing out the progress achieved on all erection activities as compared to the schedules. The report shall also indicate the reasons for variance between the schedules. The report shall also indicate the reasons for variance between the scheduled and actual progress and actual progress and the action proposed and the action proposed for corrective measures wherever necessary, 4. Manpower Deployment Report 4.1 The Contractor shall submit to the employer on the first day of every month a manpower

deployment schedule for each activity.

4.2 The Contractor shall also submit to the employer on the first day of every month a manpower deployment report of the previous month derailing the No. of persons schedule to have been employed and actually employed.

4.3 Tools, Tackle and Scaffolding: The Contractor shall provide all the construction equipment, tools,tackle and Scaffolding required for construction, erection and commissioning of the transmission line covered under the contract. He shall submit a list of all such material to the employer before the

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 110: UTTAR HARYANA BIJLI VITRAN NIGAM

commencement of work at site. These tools and tackles shall not be removed from the site without the written permission of the Employer.

4.4 First Aid and General Hygiene

The Contractor shall provide necessary first aid & reasonable Hygiene facilities for all hjs employees, representatives and workmen at the site. Enough number of Contractor’s personal shall be trained in administering the first aid.

4.5 Security

The Contractor shall have total responsibility for all equipment and materials in his custody, stored, loose, semi- assembled and or erected by him at site. The Contractor shall make suitable security arrangement s including employment of security arrangements including employment of security personnel to ensure the protection of all materials, equipment and works from theft, pilferage and any other damages and loss.

4.6 Materials Handling and Storage : 4.6.1 All the supplies under the Contractor as well as arriving at Site shall be promptly received,

unloaded and transported and stored in the stores by the Contractor. 4.6.2 Contractor shall be responsible for examining all the shipment and notify the Employer

immediately of any damage, shortage, discrepancy etc. for the purpose of Employer’s information only. The Contractor shall submit to the Employer every week a report derailing all the receipts during the week. However, the Contractor, the Contractor shall be solely responsible for any shortage or damages in transit, handling and/or in storage and erection at site.

4.6.3 The Contractor shall maintain an accurate and exhaustive record detailing out the list of all items received by him for the purpose of erection and keep such record open for the inspection of the Employer.

4.6.4 Each package shall be legible marked by the Contractor at his expenses showing the details such as description and quantity of contents, the name of consignee and address, the gross and net weights of the package, the name of Contractor etc.

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 111: UTTAR HARYANA BIJLI VITRAN NIGAM

5. Erection Conditions 5.1 The following shall supplement the conditions already contained in the other parts of these

specifications and documents and shall govern that portion of the work on this Contract to be performed at site.

5.2 Regulations of Local Authorities and Statutes 5.2.1 The contractor shall comply with all the rules & regulations of local authorities during the

performance of his field activities. He shall also comply with the Minimum Wages Act, 1948 and the payment of Wages Act ( both of the Govt. of India) and the rules made there under in respect of any employee or workman employed or engaged by him or his Sub-Contractor.

5.2.2 All registration and statutory inspection fees, if any, in respect of his work pursuant to this contact shall be to the account of the Contractor. However, any registration, statutory inspection fees lawfully, payable under the provisions in respect of the 11 kV Line, ultimately to be owned by the Employer, shall be to the account of the Employer. Should any such inspection or registration need to be re-arranged due to the fault of the Contractor or his Sub-Contractor, the additional fees to such inspection an / or inspection shall be borne by the Contractor.

5.3 Contractor’s Field Operation 5.1 The Contractor shall keep the Employer informed in advance regarding his field activity

plans and schedules or mention of work by the Employer shall not relive the Contractor of any of his responsibilities towards, the field activities. Such reviews shall also not be considered as an assumption of any risk or liability by the Employer or any of his representatives and claim of the Contractor will be entertained because of the failure or inefficiency of any such plan or schedule or method of work reviewed. The Contractor shall be solely responsible for the safety, adequacy and efficiency of tools and plants and his erection methods.

5.2 All the material stores in the open or duty location must be covered with suitable weather-proof and flameproof covering material as applicable.

5.3.3 The Contractor shall be responsible for making suitable indoor storage facilities at various locations to store all items/materials which require indoor storage.

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 112: UTTAR HARYANA BIJLI VITRAN NIGAM

6. Construction Management

This is the essence of the Contract and the Contractor shall be responsible for performance of his works in accordance with the specified construction schedule. If at any time, the Contractor is falling behind the schedule for reasons attributable to him, he shall take necessary action to make good for such delays by increasing his work force or by working overtime or otherwise to accelerate the progress of the work and to comply with schedule and shall communicate such actions in writing to the Employer, satisfying that his action will compensate for the delay. The Contractor shall not be allowed any extra compensation for such action.

7. Field Office Records

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

8. Protection of Property and Contractor’s Liability

The Contractor will ensure provisions of necessary safety equipment such as barriers, sign-boards, warning lights and alarms etc. to provide adequate protection to persons and properly. The Contractor shall be responsible to give reasonable notice to the Employer and the Owners of public or private property and utilities when such property and utilities are likely to get damaged or injured during the performance of his works and shall make all necessary arrangements with such owners, related to removal and/or replacement or protection of such property and utilities.

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 113: UTTAR HARYANA BIJLI VITRAN NIGAM

9. Insurance

The Contractor shall arrange & keep above all the required insurance covers for his Employers/third parties as under:-

9.1 Workmen’s Compensation Insurance

This insurance shall protect the Contractor against all claims applicable under the Workmen’s Compensation Act, 1948 (Government of India). This policy shall also cover the Contractor against claims for injury, disability disease or death of his or his Sub-Contractor’s employees, which for any reason are not covered user the Workmen’s Compensation Act, 1948. The liabilities shall not be less than:-

Workmen’s compensation As per statutory Provisions Employee’s Liability As per statutory Provisions 9.2 Comprehensive Automobile Insurance

This insurance shall be in such a form to protect the Contractor against all claims for injuries, disability, disease and death to members of public including the Employer’s men and damage to the property of others arising from the use of motor vehicles during on or off the Site operations, irrespective of the ownership of such vehicles. The minimum liability covered shall be as herein indicated:

Fatal Injury : Rs. 100,000 each person

: Rs. 200,000 each occurrence Property Damage : Rs. 100,000 each occurrence

In case the Employer is made to pay such compensation, the Contractor will be liable to reimburse the Employer such amount even in addition to the compensation indicated above. 9.3 Comprehensive General Liability Insurance 9.3.1 The insurance shall protect the Contractor against all claims arising from injuries,

disabilities, disease or death of members of public or damage to property of others, due to any act or omission on the part of the Contractor, its agents, its employees, its representatives and Sub-Contractors or from riots, strikes and civil commotion.

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 114: UTTAR HARYANA BIJLI VITRAN NIGAM

9.3.2 The hazards to be covered will pertain to all the works and areas where the contractor, its sub-contractors, its agents and employees have to perform work pursuant to the Contract.

9.3.3 The above are only illustrative list of insurance covers normally required and it will be the

responsibility of the Contractor to maintain all necessary insurance coverage to the extent both in time and amount to take care of all its liabilities either direct or indirect, in pursuance of the contract.

10. Protection of Monuments and Reference Points The contractor shall ensure that any finds such as relics, antiques, coins, fossils, etc.

which he may come across during the course of performance of his works either during excavation or elsewhere, are properly protected and handed over to the Employer. Similarly, the Contractor shall ensure that the bench marks, reference points etc. which are marked either with the help of Employer or by the Employer shall not be disturbed in any way during the performance of its works. If, any work, is to be performed which disturbs such reference, the same shall be done only after these are transferred to other suitable reference, the same shall be done only after these are transferred to other suitable locations under the direction of the Employer. The Contractor shall provide all necessary materials and assistance to such relocation of reference points etc.

11. Work and Safety Regulations 11.1 The contractor shall ensure safety of all the workmen, materials plant and equipment

belonging to him or to the others, working at the Site. The Contractor shall also provide for all safety notices and safety equipment required by the relevant legislations and deemed necessary by the Employer.

11.2 The Contractor will notify, well in advance to the Employer, its intention to bring to the Site any container filled with liquid or gaseous fuel or explosive or petroleum substance or such chemicals which may involve hazards. The Employer shall have the right to prescribe the conditions, under which such a container is to be stored, handled and used during the performance of the works and the Contractor shall strictly adhere to and comply with such instructions. The Employer shall also have the right, at his sole discretion, to inspect any such container or such construction plant / equipment for which materials in the container is required to be used and if in his opinion, its use is not safe, he may forbid its use.

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 115: UTTAR HARYANA BIJLI VITRAN NIGAM

No claim due to such prohibition or towards additional safety provisions called for by him

shall be entertained by the Employer. Further, any such decision of the Employer shall not, in any way, absolve the contractor of

his responsibilities under the Laws of land and in case use of such a Container or entry there-of into the Site area is forbidden by the Employer, the Contractor shall use alternative methods with the approval of the Employer without any cost implication to the Employer or extension of work schedule.

11.3 Where it is necessary to provide and / or store petroleum products or petroleum mixtures

and explosives, the Contractor shall be responsible for carrying out such provision and / or storage in accordance with the rules and regulations laid down in Petroleum Act 1934, Explosives Act 1948 or any other statuary acts in regard thereof and amendments thereof, and petroleum and carbide of Calcium Manual published by the Chief Inspector of Explosives of India. All such storage shall have prior approval of the Employer. In case, any approval is necessary from the Chief Inspector (Explosives) or any statutory authorities, the contractor shall be responsible for obtaining the same.

11.4 All equipment used in construction and erection by Contractor shall meet Indian / International Standards and where such standards do not exist, the Contractor shall ensure these to be absolutely safe. All equipment shall be strictly operated and maintained by the Contractor in accordance with manufacturer’s operation manual and safety instructions and as per any existing Guidelines / rules in this regard.

11.5 Periodical examinations and all tests for all lifting/hoisting equipment and tackle shall be carried-out in accordance with the relevant provisions of Factories Act, 1948, Indian Electricity Supply Act and associated Laws / Rules in force from time to time. A register of such examinations and tests shall be properly maintained by the Contractor and will be promptly produced as and when desired by Employer or by the persons authorized by him.

11.6 The Contractor shall provide suitable safety equipment of prescribed standard to all employees and workmen according to the need, as may be directed by the Employer who will also have the right to examine this safety equipment to determine their suitability, reliability, acceptability and adaptability.

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 116: UTTAR HARYANA BIJLI VITRAN NIGAM

11.7 The Contractor employing more than 250 workmen whether temporary, casual, probationer, regular or permanent or on contract, shall employ at least one full time officer exclusively as safety officer to supervise safety aspects of the equipment and workmen.

The name and address of such Safety Officer of the Contractor will be promptly informed in writing to the Employer with a copy to the Safety Officer-Incharge before he starts work or immediately after any change of the incumbent is made during currency of the Contract.

11.8 In case any accident occurs during the construction erection or other associated activities undertaken by the Contractor thereby causing any minor or major or fatal injury to his employees due to any reason whatsoever, it shall be the responsibility of the contractor to promptly inform the same to the Employer and also to all the authorities envisaged under the applicable laws.

11.9 The Employer shall have the right to stop the work, if in its opinion the work is being carried out in such a way as may cause accidents and endanger the safety of the persons and/or property. In such cases, the Contractor shall be informed in writing about the nature of the hazards and possible injury/accident and he shall remove shortcomings promptly. The Contractor, after stopping the specific work , can if felt necessary, appeal against the order of stoppage the specific of work to the Employer within 3 days of such stoppage of work and the decision of the Employer in this respect shall be conclusive.

11.10 The Contractor shall not be entitled for any damages/compensation for stoppage of work due to safety reasons and the period of such stoppage of work will not be taken as an extension of time for completion of work and will not be the ground for waiver of any part of Contractors liability for timely completion of the works.

11.11 The Contractor shall follow and comply with all Safety Rules, relevant provisions of applicable laws pertaining to the safety of workmen employees plant and equipment as may be prescribed from time to time without any demur, protest or contest or reservation. In case of any conflict between statutory requirement and safety rules referred above the most stringent clauses shall be applicable.

11.12 If the Contractor fails in providing safe working environment as per Safety. Rules or continues the work ever after being instructed to stop work by the Employer the Contractor shall promptly pay to the Employer on demand, compensation at the rate of Rs. 5000/- per day or part thereof till the instructions are compiled with and so certified by the Employer.

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 117: UTTAR HARYANA BIJLI VITRAN NIGAM

11.13 If the Contractor does not take all safety precautions and /or fails to comply with the Safety Rules as prescribed by the Employer or as prescribed under the applicable law for the safety of the equipment, plant and personnel and the Contractor does not prevent hazardous conditions which may cause injury to his own employees or employees of other Contractors, or Employer or any other person at Site or adjacent thereto, the Contractor shall be responsible for payment of compensation as per the following schedule:-

a) Fatal Injury or accident

causing death Rs. 1,00,000/- per person

: Applicable for death / injury

b) Major injuries or accident causing 25% or more permanent disability

Rs. 20,000/- per person

: To any person whosoever

Permanent disability shall have the same meaning as indicated in Workmen’s Compensation Act. The compensation mentioned above shall be in addition to the compensation payable to the workmen/employees under the relevant provisions of the Workmen’s Compensation Act and rules framed there under or any other applicable law as application from time to time. In case the Employer is made to pay any such compensation, the contractor will be liable to reimburse the Employer such amount(s) even in addition to the compensation indicated above.

12. Code Requirements The erection requirements and procedures to be followed during the execution of the project shall be in accordance with the applicable Indian / International Standards / regulations as indicated in Technical Specifications, good engineering practice, the Drawings and other applicable Indian codes, laws and regulations.

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 118: UTTAR HARYANA BIJLI VITRAN NIGAM

ANNEXURE-I

METEOROLOGICAL DATA

1.1 The Equipment to be supplied against this specification shall be suitable for

satisfactory continuous operation under the following tropical conditions:-

1 Location In the State of Haryana

2 Max. Ambient Air Temp. (deg.C) 60oC

3 Min. Ambient Air Temp. (deg.C) -5 oC

4 Daily Average Air Temp (deg.C) 35

5 Average No. of Thunder Storm days per annum 45

6 Max. Relative Humidity (%) 100

7 Min. Relative Humidity (%) 26

8 Average annual rainfall (mm) 900

9 Max. Wind Pressure (Kg/Sq.mm) 195

10 Max. altitude above mean seal level (meters) 1000

11 Isoceraunic level (days/year) 45

12 Seismic level (horizontal acceleration) 0.3 g

13 Average No. of rainy days per annum 120

NOTE:

Moderately hot and humid tropical climate conductive to rust and fungus growth. The

climate conditions are also prone to wide variations in ambient condition. Smoke is also

present in the atmosphere. Heavy lightning also occurring during June to October.

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

Page 119: UTTAR HARYANA BIJLI VITRAN NIGAM

C:\Documents And Settings\Uhbvn\Desktop\Jind\Vol-II 1 To 25.Doc

SECTION VII C

Sr. No.

Description Page No.

1. Technical Specification for PCC Poles 11 M Long (WL-400 Kg)

27-34

2. Technical Specification for PCC Poles 8 & 9 M Long (WL-200 Kg)

35-34

3. Technical Specification for Galvanized Steel Barbed Wire

44-49

4. Technical Specification for GSS Wire of 7/8 SWG (4 MM)

50-53

5. Technical Specification for G.I Wire 54-59 6. Technical Specification for Composite for 33 / 11 kV

Works 60-72

7. Technical Specification for Porcelain Insulators and Insulators Fittings for 11 kV Overhead Power Lines

73-83

8. Technical Specification for 11 kV 400 Amp. G.O Switches

84-92

9. Technical Specification for Hard Drawn Stranded Steel Cored Aluminium Conductors (20, 30 & 50mm2)

93-104

10. Technical Specification for Back Hexagonal M.s Nuts & Bolts

105-108

11 Technical Specification of HT AB Cable with XLPE insulation

109-118

12 Technical Specification of 11 kV XLPE Power Cable of various sizes 50, 98,150, 185 & 300mm2 (Cross Linked Polythene / Gas Cured)

119-136

13. Technical Specification of Heat Shrinkable / push on type terminations for 11 kV XLPE cables

137-146

14 Technical Specification of 9 kV Lightning Arrestor (10 kA)

147-152

15 Technical Specification of 11 kV Switchgear Panel Vacuum Type

153-171

Page 120: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 1 of 8

Specification No. CSC-XV-R-I/DH/UH/P&D/2009-10

TECHNICAL SPECIFICATION

FOR

PCC POLES 11 METER LONG

(WL-400 K.G. F.O.S-2.5)

Issue of the Month: May 2010 Common Specifications Committee

(CSC approval date 23.4.2010) UHVN & DHBVN

Page 121: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 2 of 8

TECHNICAL SPECIFICATION FOR PCC POLES (F.O.S=2.5)11M LENGTH 1. SCOPE:-

This specification covers manufactures assembly testing at manufacturer works of

PCC poles with an over all length of 11.00 M and working load of 400 kg at 0.6 M from

the top (As per drawings attached) suitable for use in over head 33 kV & 11 kV lines as

per schedule of requirement.

2. APPLICABLE STANDARDS

Except when they conflict with specific requirement in the specification, the

poles shall comply with the relevant provisions made in the following Indian standards

specification with the latest version there of.

a) IS: 1678-1978 Specification for priestessed concrete pole for overhead power

telecommunication lines

b) IS: 2905-1966 Methods of test for concrete pole for overhead power,

traction telecommunication lines.

c) IS: 7321-1974 code of practice for selection, handling and erection of

concrete poles for overhead power and telecommunication lines.

d) IS: 1343-1980 code of practice for pre-stressed concrete.

e) IS: 456-1978 code of practice for plain & reinforced concrete.

f) IS: 1785 (Latest edition) for H.T. steel wires for pre-stressed concrete.

3. CLIMATIC CONDITIONS:

The equipment/material to be supplied against this specification shall be suitable

for satisfactory operation under the following climatic Conditions

i) Location At various locations in the state of Haryana

ii) Maximum ambient temperature (oC) 60 iii) Minimum ambient air temperature (oC) -5 iv) Maximum average daily ambient

temperature (oC) 40

v) Maximum yearly weighed average ambient temperature (oC)

32

vi) Maximum altitude above mean sea level (m) 1000 vii) Minimum Relative Humidity (%) 26 viii) Maximum Relative Humidity (%) 95 ix) Average no of Rainy days/ year 120 x) Average annual rainfall 900 mm xi) Maximum wind pressure 195 kg/m sq. The equipment shall be for use in moderately hot and humid tropical climate,

conducive to rust and fungus growth.

4. TERMINOLOGY: For the purpose of is standard, the following definitions shall apply. 4.1 AVERAGE PERMANENT LOAD: That fraction of the working load which may be considered of long duration over

a period of one year.

4.2 LOAD FACTOR: The ratio of ultimate transverse load to the transverse load at first crack.

Page 122: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 3 of 8

4.3 TRANSVERSE:

The direction of the line bisecting the angle contained by the conductor at the

pole. In the case of straight run, this will be normal to the run of the line.

4.4 TRANSVERSE LOAD AT FIRST CRACK:

For design, the transverse load at first crack shall be taken as not less than the

value of the working load.

4.5 WORKING LOAD:

The maximum load in the transverse direction, that is ever likely to occur,

including the wind pressure on the pole. This load is assured to act at a point 600 mm

below the top with the butt end of the pole planted to the required depth, as intended in

the design.

4.6 ULTIMATE FAILURI:

The conditions existing when the pole ceases to sustain a load increment owing

to either crush of concrete, or snapping of the prestressing tendon or permanent

stretching of the steel in any part of the pole.

4.7 ULTIMATE TRANSVERSE LOAD:

The load at which failure occurs, when it is applied at a point 600 mm below the

top and perpendicular to the axis of the pole alongwith the transverse direction with the

butt end of the pole planted to the required depth as appended in the design.

5. MATERIALS:

5.1 CEMENT:

The cement used in the manufacture of pre-stressed concrete poles shall be

ordinary or rapid hardening Portland cement conforming to IS: 269-1976 (specifications

of ordinary and low heat Portland cement) or IS-804 IE-1978 (specifications for rapid

hardening Portland cement).

5.2 AGGREGATES:

Aggregates used for the manufacture of pre-stressed concrete poles shall

conform to IS: 383-1970 (Specification for coarse and fine aggregates from natural

sources for concrete). The nominal max. size of aggregates shall in no case exceed

10 mm.

5.3 WATER:

Water should be free from chlorides, sulphate other salts and organic matter

portable water shall be generally suitable.

5.4 ADMIXTURE:

Admixtures should not contain calcium chloride or other chlorides and salts

which are likely to procorrosion of pre-stressing steel.

5.5 PRE STRESSING STEEL :

The pre-stressing steel wires, including those used as untensioned wires, should

conform to IS ;1985 (part-1)- 1966 (specification for plain hard drawn steel wire for pre-

stressed concrete part-1 cold drawn stress relieved wire), IS :1785 (part-II ) -1967

(specification for plain hard –drawn steel wire for prestressed concrete part-II as drawn

Page 123: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 4 of 8

wire), or IS :6003-1970 (specification for intended wire for prestressed concrete )or the

latest version thereof.

5.6 The concrete Mix. Shall be designed to the requirement laid down for controlled

concrete (also called design mix. Concrete) in IS :1343-1980(code of practice for

plain & reinforced concrete) subject to the following special conditions :-

A) Minimum works cube strength at 28 days should be at least 400kg/cm2 .

B) The concrete strength at transfer should be at least 200kg/cm2 .

C) The mix. Should contain at least 380kg of cement per cubic meter or concrete.

D) The Mix should contain as low water content as is consistent with adequate

workability, if it become necessary to add water to increase the workability. If 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.

6. WELDING AND LAPPING OF STEEL:

The high tensile steel wire shall be continuous over the entire length and the

tendon welding shall not be allowed in any case. However, jointing or coupling be

permitting provided the strength of the joint or coupling is not less than the strength of

each individual wire.

7. MANUFACTURE

7.1 All prestressing wires and re-enforcements shall be accurately fixed as shown

in the drawings and maintained in position during manufacture. The unmentioned re-

informants, as indicated in the drawing, should be held in position by use of stirrups

which should go round all the wires.

7.2 All wires shall be accurately stretched with uniform prestress in each wire. Each wire

or group of wires shall be anchored positively during casting care shall be taken to see

that the anchorages do not yield before the concrete attains necessary strength.

7.3 COVERS ;

The cover concrete measured from the outside of the prestressing tendon shall be

normally 22mm.

7.4 COMPACTING

Concrete shall be compacted by spinning , vibrating shocking or other suitable

mechanical means. Hand compaction shall not be permitted.

7.5 CURING :

The concrete shall be covered with a layer of socking canvas, Hessian or similar

absorbent material and kept constantly wet up to the time when the strength or concrete

at least equal to the minimum strength of concrete at transfer of pros tress . Thereafter,

the pole may be removed from the mould and watered at intervals to prevent surface

Page 124: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 5 of 8

cracking of the unit, the interval should depend on the atmospheric humidity

temperature.

7.6 The prestressing wires shall be detensioned only when the concrete has attained

the specified strength all transfer (i.e. 200kg/cm2). The cubes cast for the purpose

of determining the strength at transfer should be cured, as for as possible, under

conditions 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 daily tests carried out on concrete cubes till the concrete strength

indicated above is reached. thereafter the test on concrete shall be carried out as

detailed in IS-1343-1980(code of practice for prestressed concrete)

The manufacturer shall supply, when required by the purchaser or his

representative , results of compressive test conducted in accordance with IS:456-

1978(code of practice for plain and re-inforced concrete) on concrete cubes made

from the concrete used for the poles . if the purchaser so desire manufacturer

shall supply cubes for test purposes &such cubes shall be tested in accordance

with IS :456-1978 (code of practice for plain & reinforced concrete)

The detensioning shall be done by slowly releasing the wires , without

imparting shock or sudden load to the poles. The rate of detensioning may be

controlled by any suitable mean either mechanical (screw type) or hydraulic. The

poles shall not be detensioned or released by cutting the pre-stressing wires

using flames or bar coppers while the wires are still under tension.

8. EARTHING:

Earthing shall be provided by having a length of 8 SWG GI wire embedded in

concrete during manufacture and the ends of the wires left projecting from the pole to a

length of 175mm at 250mm from top and 450mm below ground level.

The earth wire shall not be allowed to come in contact with the prestressing wires.

9. HANDLING ;

Separate eye hooks shall be provided for handling and transport one each at a

distance of 165cms from either end of pole and they should be on the face that has the

shorter dimension of the cross section.

10. TESTS :

10.1 Transverse strength test :

10.1.1. Pole made from ordinary Portland cement shall be tested only on the completion

of 28 days and poles made form rapid hardening cement only on the completion of 14

days after the date of manufacture.

10.1.2. The pole may be tested in either horizontal or vertical position. If tested in

horizontal position, provisions shall be made to compensate for the overhanging weight

of the pole for this purpose the over hanging portion of the pole may be supported on a

movable trolley or similar device.

10.1.3. The pole shall be rigidly supported at the butt and for a distance equal to the

agreed depth of planting i.e. 1.80 M.

Page 125: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 6 of 8

10.1.4. Load shall be applied at a point 600mm from the toe of the pole and shall be

steadily and gradually increased to the design value of the transfer load at first crack.

The deformation at this load shall be measured.

A prestressed concrete pole shall be deemed not to have passed the test of visible

cracks appear at a stage prior to the application of the design transfer load for the first

crack.

The load shall then be reduced to zero and increased gradually to a load equal to

the first crack load plus 10%of the minimum ultimate transverse load, and held up for 2

minutes. This procedure shall be repeated until the load reaches the value of 80 percent

of the minimum ultimate transverse load and thereafter increased by 5 percent of the

minimum ultimate transverse load until failure occurs. Each time of the load is supplied

it shall be held for 2 minutes. The load applied to prestressed concrete pole at the point

of failure shall be measured to the nearest five kilograms. Concrete pole shall be deemed

not to have passed the test if the observed ultimate transverse load is less than the

design ultimate transverse load.

10.2 MEASUREMENT OF COVER :-

After completion of the transverse strength test, the sample pole shall be taken

and checked for cover . The cover of the pole shall be measured at 3 points, one within

1.8 meter from the butt end of the pole , the second within 0.6meter from the top and the

third at an intermediate point and the mean value compared with the specified value .

The mean value of the measured cover should not differ by more than the ±1mm

from the specified cover. The individual values should not differ by more than± 3mm

from the specified value.

If these requirements are not met the workmanship with reference to aligning of

the end plates and pre-stressing and assembly of moulds should be improved and

inspection at production stage tightened suitably.

11. INSPECTION :

Inspection of material and supervision of tests in accordance with the relevant

Indian standards mentioned in clause-2 above and supporting drawing and schedules

and approved manufacture specification shall be carried out by the purchaser or duly

authorized representative. The material shall be inspected and tested before dispatch by

an authorized representative of the Nigam in respect of quality . The manufacturer shall

provide to the inspecting officer all reasonable facilities without charge to satisfy him

that the material is being furnished in accordance with the specifications/drawings.

The purchaser has the right to have tests carried –out at the cost of supplier by and

independent Govt. agency where ever there is dispute regarding the quality of material

supplied.

12. FAKE INSPECTION CALLS In case the supplier makes a fake inspection call i.e., the material is not found

ready by the Inspecting Officer deputed by the Nigam for inspection, the supplier shall

Page 126: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 7 of 8

be liable to pay the expenses incurred by the Nigam on this account subject to minimum

of a fixed penalty of Rs. 20, 000/- for each such fake call made by him.

13. MARKING ;

The pole shall be clearly and indelibly marked with the following particulars

either during or after manufacture but before testing at a position so as to be easily read

after erection in position.

A) Month and year of manufacture

B) Transfer strength of pole in kg.

C) Maker ‘s serial no. and mark

D) UHBVN/DHBVN PO No. & Dt.

14. GUARANTEE / WARRANTEE The supplier shall be responsible to replace, free of cost, with no transportation

or insurance cost to the Purchaser, up to destination, the whole or any part of the

material which in normal and proper use proves the defective in quality or

workmanship, subject to the condition that the defect is noticed within 18 months from

the date of receipt of material in stores OR 12 months from the date of commissioning

whichever period may expire earlier. The consignee or any other officer of Nigam

actually using the material will give prompt notice of each such defect to the supplier.

The replacement shall be effected by the supplier within a reasonable time, but not, in

any case, exceeding 45 days. The supplier shall, also, arrange to remove the defective

within a reasonable period, but not exceeding 45 days from the date of issue of notice in

respect thereof, failing which, the purchaser reserve the right to dispose of defective

material in any manner considered fit by him (Purchaser), at the sole risk and cost of the

supplier. Any sale proceeds of the defective material after meeting the expenses

incurred on its custody, disposal handling etc., shall however be credited to the

supplier’s account and set off against any outstanding dues of the purchaser against the

supplier. The warranty for 12/18 months shall be one time.

15. CHALLENGE CLAUSE

The material offered / received after the inspection by the authorized inspecting

Officer may again be subjected to the test for losses or any other parameters from any

testing house / in house technique of the Nigam having requisite capabilities and

facilities. The results if found deviating / unacceptable or in non-compliance with

approved GTP’s, the lot shall be rejected and bidder shall arrange to supply the within

thirty (30) days of such detection at his cost including to & fro transportation. In

addition to this a penalty @ 10% of cost of the rejected lost of material shall be imposed

General Manager/P&D Cum-Member Secretary CSC UHBVN Panchkula.

Page 127: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 8 of 8

SCHEDULE OF GUARANTEED AND OTHER TECHNICAL PARTICULARS FOR PCC POLES (TO BE SUBMITTED BY THE TENDERER). 1. Over length of pole m

2. Working load at 0.6 Meters from top kg.

3. Factor of safety

4. Bottom depth cm

5. Top depth cm

6. Breath cm.

7. No. of tensioned wires per pole no.

8. No. of untensioned wires per pole no.

9. Length of each untensioned wire

10. Concrete quantity m3/pole

11. Steel quantity kg/pole

12. Cement quantity kg/pole

Page 128: UTTAR HARYANA BIJLI VITRAN NIGAM

_______________________________________________________________________

Page 1 of 10

Specification No. CSC- 55/DH/UH/P&D/2010-2011

TEHNCIAL SPECIFICATION

FOR

HT AERIAL BUNCHED CABLE

WITH

XLPE INSULATION

Issue Month: Sep. 2010 Common Specifications Committee

UHBVN &DHBVN

Page 129: UTTAR HARYANA BIJLI VITRAN NIGAM

_______________________________________________________________________

Page 2 of 10

TECHNICAL SPECIFICATIONS FOR X-LINKED POLYPTHYLENE INSULATED AND PVC SHEATHED H.T. AERIAL BUNCHED CABLES.

1. SCOPE: This specification covers manufacture, testing before dispatch, supply and

delivery of ISI marked, 11 KV grade XLPE insulated screened all Aluminium

conductor and PVC sheathed power cables conforming to IS-7098 (Part-

Ii)/1985 with up to date amendments, suitable for solidly earthed system

manufactured with dry cure technology (Nitrogen gas i.e with inert gas

curing during using CCV system or with STOPLAS).

2. APPLICABLE STANDARDS The cable covered under this specification shall conform in all respect with

the latest editions of IS-14255: 1995, IS:7098 (Part-II)/1985, IS-398 (part-4)

1979, IS:10810(series)& IS: 8130-1984 or IEC equivalent thereof. The

aluminium conductor complying to IS: 8130-1984 shall be used.

3. CLIMATIC CONDITIONS: The material to be supplied against this specification shall be

suitable for satisfactory operation under the following climatic Conditions

i) Location At various locations in the state of

Haryana ii) Maximum ambient temperature (oC) 60 iii) Minimum ambient air temperature (oC) -5 iv) Maximum average daily ambient temperature

(oC) 40

v) Maximum yearly weighed average ambient temperature (oC)

32

vi) Maximum altitude above mean sea level (m) 1000 vii) Minimum Relative Humidity (%) 26 viii) Maximum Relative Humidity (%) 95 ix) Average no of Rainy days/ year 120 x) Average annual rainfall 900 mm xi) Maximum wind pressure 195 kg/m sq.

The material shall be for use in moderately hot and humid tropical

climate, conducive to rust and fungus growth

4. CONDUCTORS: The Aluminium conductors shall comply with the requirements as specified

in IS-8130-1984 with up to date amendments. The stranded conductor

shall be clean and reasonably uniform in size and shape and its surface

shall be free from sharp edges. Not more than two joints shall be allowed in

any of the wires form and every complete length of conductor and no joint

shall be within 300 mm of any other joint in the same layer. Joints shall be

brazed, silver soldered or electric or gas welded. No joint shall be made in

the conductor once, it has been stranded.

Page 130: UTTAR HARYANA BIJLI VITRAN NIGAM

_______________________________________________________________________

Page 3 of 10

5. INSULATION: The insulation shall be chemically cross linked polyethylene conforming to

the physical, electrical and ageing properties as required in the

specification, cross-linking may be done by exposure to organize peroxide

with nitrogen curing CCV line, method with the intention to ensure lowest

free formation. Only natural unfilled compound shall be used for insulation

of cables. The average thickness of insulation when measured in

accordance with relevant clause of the specification shall not be less than

the standard thickness value specified. The smallest of the measured

values of thickness shall not fall below the standard thickness values as

specified in IS:7098 (Part-II) / 1985 by more than 0.1+0.1 standard

thickness in mm.

6. SCREENING: The screening of insulated cables shall consist of conductor screening and

insulation screening.

i) Screening materials:

Two types of materials may be used for screening of cables non-metallic

and metallic.

ii) Conductor screening:

Conductor screening shall be non-metallic and shall consist of either semi-

conducting compound or a layer of extruded-semi-conducting linked

ploythine compound of thickness not less than 0.5mm.

iii) Insulation screening:

The insulation screening shall consist of non-metallic semi-conducting part

in combination with a metallic part. Non-metallic part shall be applied either

directly over the insulation of each core and shall consist of either a semi-

conducing tape or a layer of extruded semi-conducting compound or a

combination of these materials.

iv) Metallic Screening

The metallic part shall be applied over the individual core. Metallic

screening shall consist of copper tape sheath and shall be non-magnetic

when applied to either in single core or multi-core cables. For single core

cables, armouring shall constitute the metallic part of the screening.

7. OUTER SHEATH: Over the armouring the cable shall be provided with extruded PVC outer

sheath. The composition of the PVC compound for outer sheath shall be

Pre-Type ST2 of IS-5831-1984. The colour of the outer sheath shall be

black. The average thickness of the sheath shall not be less than the

standard values specified in the IS when measured as laid in IS-7098 (Part-

II) / 1985. The smallest thickness of the measured values of sheath shall

Page 131: UTTAR HARYANA BIJLI VITRAN NIGAM

_______________________________________________________________________

Page 4 of 10

not fall below the standard value, (s) specified, by more than 0.2+0.2 (ts)

mm.

8. CORE IDENTIFICATION: The core identification shall be done by providing coloured strip under

Copper Tape.

9. MESSENGER WIRE: Messenger wire, shall consist of Aluminium alloy wires. Aluminium alloy

wires, shall be as per IS:398 (Part-IV) / 1978 and wing shall be tested as

per relevant IS.

10. LAYING UP: Three Power Cores shall be twisted over bare messenger wire with right

hand direction of lay. This will form the Aerial Bunched Cable.

11. TESTS: 11.1 Copies of the type test certificates in respect of all the type-tests as per

IS:7098 (Part-2) / 1985 for similar type of XLPE cables, from any

Government recognized testing labs shall be submitted along with the

tender.

11.1.2 LIST OF TYPE TESTS: a) TESTS ON CONDUCTOR:

i) Tensile test (for Aluminium)

ii) Wrapping test (for Aluminium)

iii) Resistance test

b) Test for thickness of insulation and sheath.

c) Physical tests for insulation.

i) Tensile strength and elongation at break.

ii) Ageing in air oven.

iii) Hot test.

iv) Shrinkage test.

v) Water absorption (Gravimetric)

d) Physical tests for outer sheath:-

i) Tensile strength and elongation at break.

ii) Ageing in air oven.

iii) Shrinkage test.

iv) Hot deformation.

e) Bleeding and blooming test (for outer sheath).

f) Partial discharge test.

g) Bending test.

h) Dielectric power factor test:

i) As a function of voltage

ii) As a function of temperature

Page 132: UTTAR HARYANA BIJLI VITRAN NIGAM

_______________________________________________________________________

Page 5 of 10

i) Insulation resistance (Volume resistivity) test.

j) Heating cycle test.

k) Impulse withstand test.

l) High voltage test.

m) Flammability test

11.2 List of type test for messenger wire: a) Breaking load test on individual Aluminium Alloy wire.

b) Resistance test.

c) Elongation test.

12.2. ACCEPTANCE TESTS: The following shall be carried out as acceptance tests:

a) Tensile test (for Aluminium)

b) Wrapping test (for Aluminium)

c) Conductor resistance test.

d) Test for thickness of insulation and sheath.

e) Partial discharge test (for screened cables only)

f) High voltage test.

g) Hot set test for insulator.

h) Tensile strength and elongation at break test for insulation and sheath.

i) Insulation resistance (Volume resistively) test

13. ROUTINE TESTS: The following shall be carried out as routine tests:

a) Conductor resistance test (for Aluminium and copper)

b) Partial discharge test (for screened cables only)

c) High voltage test.

Type test / acceptance test / routine tests and or other test required as per

relevant Indian Standard shall be got conducted.

14. INSPECTION: An authorized representative of the Nigam shall inspect, examine and test

the equipment/material in respect of quality, size and ratings as per relevant

ISS/IEC with latest amendments at the manufacturers’ works during or after

the manufacture of goods prior to dispatch on receipt of a clear notice of

minimum two weeks in advance to be reckoned from the date of receipt of

the same by the purchaser. No material will be allowed to be dispatched

without prior inspection and approval. The inspecting officer of the

purchaser may also inspect the material during the course of manufacture.

In case, inspection of any consignment is waived off by the purchaser, the

supplier will be required to furnish the requisite test certificates (for

acceptance as well as routine tests) for approval. It will be the responsibility

of the supplier to make adequate arrangements for testing of material at

Page 133: UTTAR HARYANA BIJLI VITRAN NIGAM

_______________________________________________________________________

Page 6 of 10

their works without any additional charge to the purchaser. All testing

instruments and appliances will be made available and material

destroyed/consumed during testing will be to the account of the supplier.

The purchase reserves the right to carry out Type Test as per Indian

Standard Specifications with latest version thereof. These tests will be

carried out at an Independent & recognized test house/agency/laboratory.

All expenses whatsoever for carrying out these tests shall be to the

supplier’s account. The purchaser has the right to have the tests carried

out at any Govt./Recognized Test agency in case of dispute in quality, size

and ratings as per relevant ISS.

15 FAKE INSPECTION CALLS In case the supplier makes a fake inspection call i.e., the material is not

found ready by the Inspecting Officer deputed by the Nigam for inspection,

the supplier shall be liable to pay the expenses incurred by the Nigam on

this account subject to minimum of a fixed penalty of Rs. 20,000/- for each

such fake call made by him.

16. GUARANTEE / WARRANTEE The supplier shall be responsible to replace, free of cost, with no

transportation or insurance cost to the Purchaser, up to destination, the

whole or any part of the material which in normal and proper use proves the

defective in quality or workmanship, subject to the condition that the defect

is noticed within 78 months from the date of receipt of material in stores or

72 months from the date of commissioning whichever period may expire

earlier. The consignee or any other officer of Nigam actually using the

material will give prompt notice of each such defect to the supplier. The

replacement shall be effected by the supplier within a reasonable time, but

not, in any case, exceeding 45 days. The supplier shall, also, arrange to

remove the defective within a reasonable period, but not exceeding 45 days

from the date of issue of notice in respect thereof, failing which, the

purchaser reserve the right to dispose of defective material in any manner

considered fit by him (Purchaser), at the sole risk and cost of the supplier.

Any sale proceeds of the defective material after meeting the expenses

incurred on its custody, disposal handling etc., shall however be credited to

the supplier’s account and set off against any outstanding dues of the

purchaser against the supplier. The warranty for 72/78 months shall be one

time.

17. SEQUENTIAL MARKING: Supplier shall provide non erasable sequential marking on one core of AB

Cable at every one metre distance before assembly of different cores to

Page 134: UTTAR HARYANA BIJLI VITRAN NIGAM

_______________________________________________________________________

Page 7 of 10

form the cable. However, the length of cable for acceptance shall be based

on length of finished cable and not on the basis of sequential marks.

18. PACKING & MARKING: The cable shall be supplied in suitable non-returnable wooden drums of

suitable size in standard lengths subject to a tolerance of +/- 5%. The cable

shall be wrapped with polythene under wooden covering. Each meter

length shall be embossed with the trade name of manufacturer and the

work “UHBVN CABLE”.

The ends of the cable shall be sealed by means of non-hygroscopic sealing

material. In addition to this each drum shall carry the following information

either stenciled on flange or label attached to it.

a) Manufacturer’s name.

b) Trade mark, if any.

c) A reference to ISS i.e. IS-7098 (Part-II) / 1985.

d) Length of the cable on the drum.

e) Voltage grade and type of the cable.

f) Colour of outer sheath.

g) Nominal cross-sectional area of the cable conductor.

h) Purchase order No. & Date.

i) Name and address of consignee.

j) Number of cores.

k) Gross weight of packed and net weight of the power cable.

l) Drum No. & its direction of rotation (with an arrow)

m) Year of manufacture.

n). ISI MARK. ISI mark cable shall be preferred.

19 FAKE INSPECTION CALLS In case the supplier makes a fake inspection call i.e., the material is not

found ready by the Inspecting Officer deputed by the Nigam for inspection,

the supplier shall be liable to pay the expenses incurred by the Nigam on

this account subject to minimum of a fixed penalty of Rs. 20,000/- for each

such fake call made by him.

20. GUARANTEE / WARRANTEE The supplier shall be responsible to replace, free of cost, with no

transportation or insurance cost to the Purchaser, up to destination, the

whole or any part of the material which in normal and proper use proves the

defective in quality or workmanship, subject to the condition that the defect

is noticed within 78 months from the date of receipt of material in stores or

72 months from the date of commissioning whichever period may expire

earlier. The consignee or any other officer of Nigam actually using the

material will give prompt notice of each such defect to the supplier. The

Page 135: UTTAR HARYANA BIJLI VITRAN NIGAM

_______________________________________________________________________

Page 8 of 10

replacement shall be effected by the supplier within a reasonable time, but

not, in any case, exceeding 45 days. The supplier shall, also, arrange to

remove the defective within a reasonable period, but not exceeding 45 days

from the date of issue of notice in respect thereof, failing which, the

purchaser reserve the right to dispose of defective material in any manner

considered fit by him (Purchaser), at the sole risk and cost of the supplier.

Any sale proceeds of the defective material after meeting the expenses

incurred on its custody, disposal handling etc., shall however be credited to

the supplier’s account and set off against any outstanding dues of the

purchaser against the supplier. The warranty for 72/78 months shall be one

time.

21. CHALLENGE CLAUSE The material offered/received after the inspection by the authorized

inspecting officer may again be subjected to the test for losses or any other

parameter from any Testing House/in-house technique of the Nigam & the

results if found deviating un-acceptable or not complying to approved GTP's

the bidder shall arrange to supply the replacement within thirty (30) days of

such detection at his cost including to & fro transportation. In addition to this

penalty @10% of cost of the inspected lot of material shall be imposed.

22. SCHEDULE OF GUARANTEED AND GUIDING TECHNICAL PARTICULARS:-

The tenderers must supply the detailed guaranteed and other technical

particulars as detailed in Appendix-I. For values, use of ‘Dash’ ‘Do’ ‘Blank’ or

‘As per ISS/IEC’ will not be entertained.

General Manager/P&D Cum-Member Secretary CSC

UHBVN Panchkula.

Page 136: UTTAR HARYANA BIJLI VITRAN NIGAM

_______________________________________________________________________

Page 9 of 10

APPENDIX-I GUARANTEED TECHNICAL PARTICULARS FOR HT AERIAL BUNCHED CABLE WITH CROSS - LINKED POLYETHYLENE (XLPE) INSULATION & BARE MESSENGER WIRE (FOR NEUTRAL & EARTHING)

S.N. Particulars HT Aerial Bunched Cables

Size-1 Size-2 Size-3 Size…..

so on 1 Maker’s name & address 2 Rated voltage 3 Phase conductor details

i) No. of phase conductors ii) Nominal cross-sectional area of

each conductor-mm²

iii) No. & size of strands (mm) iv) Minimum tensile strength of

each strand-N/mm²

v) Diameter of compacted conductor along with tolerance (mm).

vi) Approximate mass (Kg/Km) vii) Maximum DC resistance at 20o

C (Ohm/Km)

viii) Insulation thickness (mm) ix) Standard to which this material

conforms

4. Messenger (Neutral conductor) i) Nominal sectional area of each

conductor in mm²

ii) No. & size of strands (mm) iii) Diameter of compacted

conductors along with tolerance (in mm)

iv) Approx. mass (Kg/Km) v) Minimum Tensile strength in KN vi) Max. DC resistance at 20o C

(Ohm/Km)

vii) Standard specification to which this material conform

5 Insulation of phase conductor i) Material ii) Whether all properties as

mentioned in the technical Specifications are guaranteed if not indicate deviations in properties

iii) Standard specification to which this material shall conform

6 Finished cable (complete bunched cable)

i) Overall diameter (approx.) in mm

Page 137: UTTAR HARYANA BIJLI VITRAN NIGAM

_______________________________________________________________________

Page 10 of 10

ii) Total mass (approx.) in Kg/Km

7. Drum i) Tare weight of drum ii) Whether drum is wheel mounted iii) Standard specification to which

drum shall conform

8 Standard length of each cable and its tolerance

9 i) Total length of cable in a drum and its tolerance

ii) Mass of finished cable in a drum and its tolerance

10. Whether material bears ISI certification mark

11 Serial number of ISI license and its validity

12. Max. Continuous current carrying capacity

13. Max. Continuous conductor temperature due to load

14 Embossing

15 Any other particulars

(Suppliers Name & Address)

Page 138: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Specification No. CSC- 68/DH/UH/P&D/2011-2012

Technical Specification

For

GALVANISED STEEL BARBED WIRE

Issue Month: Common Specifications Committee

(CSC approval date Feb. 2012) UHVN & DHBVN

Page 139: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

TECHNICAL SPECIFICATION FOR GALVANISED STEEL BARBED WIRE 1. SCOPE: This Specification covers the manufacture, testing & inspecting of galvanized steel barbed wire (glidden type) formed with 2 line wires twisted together, one containing the barbs. 2. APPLICABLE STANDARD: Except when they conflict with the specific requirements in this specification, the conductors shall comply in all respect with the Indian standard specification No. IS: 278 (1978) & 4826 (1979) or the latest version thereof. 3. CLIMATIC CONDITIONS: The Barbed wire is required to work satisfactorily under the following climatic conditions

i) Location At various locations in the state of Haryana

ii) Maximum ambient temperature (o 60 C) iii) Minimum ambient air temperature (o -5 C) iv) Maximum average daily ambient temperature (o 40 C) v) Maximum yearly weighed average ambient

temperature (o32

C) vi) Maximum altitude above mean sea level (m) 1000 vii) Minimum Relative Humidity (%) 26 viii) Maximum Relative Humidity (%) 95 ix) Average no. of Rainy days/ year 120 x) Average annual rainfall 900 mm xi) Maximum wind pressure 195 kg/m sq.

Page 140: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

4. TECHNICAL PARTICULAR:

(i) Nominal dia meter of line wire: 2.24 mm + 0.08 mm (ii) Nominal dia meter of point wire: 2.00 mm + 0.08 mm (iii) Nominal distane between two barbs: 75 mm + 12 mm (iv) Weight of completed barbed wire: Max. 106 g/M

Min. 97 g/M (v) Tensile strength of wire 40 to 60 Kg f/mm (vi) Minimum breaking load of completed Barbed

wire 300 Kgf.

5. TESTS: The tests as per IS:278/1978 including the tests for chemical analysis provided therein shall be carried out.

The uniformity of zinc coating shall be treated as specified in IS: 4826-1979.

6. TEST CERTIFICATE: The supplier shall supply one set of certificates from recognized govt. agency in respect of quality as per IS: 278-1979 with latest amendments for approval of the purchaser. 7. MARKING: Each coil of barbed wire shall be legibly marked with the name of the manufacturer, the type of the barbed wire, the diameter of the line & point wire/barb spacing and length & weight of the coil. Barbed wire may also be marked with IST certification mark.

8. INSPECTION: All tests & inspection shall be made at the place of manufacture unless

Page 141: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

otherwise especially agreed upon by the manufacturer and the purchaser at the time of purchase. The manufacturer shall afford the inspector / representing of the purchaser all reasonable facilities, without charge, to satisfy him that the material is being furnished in accordance with this specification. The purchaser or his authorised representative shall have access at all reasonable times to manufacturer’s works to inspect & witness tests of the conductor being manufactured. As regards correctness of the length of galvanized steel barbed wire, the same is subject final checking and measurement by the consignee & the firm shall be responsible for all shortages, damages etc, if any.

The manufacturer shall be responsible to pay penalty of Rs 20,000/- for each occasion at which the fake inspection call has been made or the material is rejected during testing/inspection by the authorized agency/representative of the Nigam. This penalty would be in addition to the expenses incurred by the Nigam in deputing the Inspecting Officer, carrying out such inspection

9. GUARANTEED TECHNICAL PARTICULARS: Guaranteed technical particulars of the barbed wire should be given in the Annexure ‘A’ attached herewith the specification. Any other particulars considered necessary by the supplier may also be given in addition to these listed in the Annexure.

10. PACKING & WEIGHT OF COIL: The barbed wire shall be supply in coils weighting 15 Kgs to 30 Kgs. 11. CHALLENGE CLAUSE:

Page 142: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

The Supplier shall ensure that the packing list and bill of material are approved by the purchaser before dispatch.The material offered/received after the inspection by the authorized Inspecting Officer may again be subjected to the test for losses or any other parameters from any testing house/in house technique of the Nigam having requisite capabilities and facilities. The results if found deviating/ unacceptable or non-complying to approved GTPs the lot shall be rejected and bidder shall arrange to supply the replacement within thirty (30) days of such detection at his cost including to & fro transportation. In addition to this penalty @10% of cost of the inspected lot of material shall be imposed

GM /(P&D) Member Secy UHBVN

GM (PD) DHBVN

FA & CAO (MM) UHBVN

FA & CAO (MM) DHBVN

CGM (PD&C) UHBVN

CE (PD) DHBVN

Director (Projects) DHBVN

Director (Projects) UHBVN

Page 143: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Annexure ‘A’

GUARANTEED TECHNICAL PARTICULARS OF GALVANISED STEEL BARBED WIRE

1. Code word.

2. Maker’s name address & country

3. Nominal dia meter of line wire

4. Nominal distance between two barbs:

5. Tensile strength of wire.

6. Minimum breaking load of barbed wire.

7. Weight of complete barbed wire.

8. Nominal dia meter of point wire.

9. Standard length.

10. Tolerance, if any.

11. Standard to which

confirm. i) Galvanising.

ii) Barbed wire.

12. Other particulars, if any.

Page 144: UTTAR HARYANA BIJLI VITRAN NIGAM

__________________________________________________________________________________________

Page 1 of 11

Specification No. CSC-51/DH/UH/P&D/2010-2011

TECHNICAL SPECIFCATION

FOR

HARD DRAWN STRANDED STEEL CORED

ALUMUINIUM CODUCTORS

(ACSR- 80, 100 & 130 mm2)

Issue Month: Sep. 2010 Common Specifications Committee (CSC approval date :24.06.10) UHBVN &DHBVN

Page 145: UTTAR HARYANA BIJLI VITRAN NIGAM

__________________________________________________________________________________________

Page 2 of 11

Technical Specification for Hard-Drawn Stranded Steel Cored Aluminium Conductor (ACSR- 80, 100 & 130mm2) 1. Scope:

This specification covers the design, manufacture, engineering, inspection & testing before dispatch, packing & delivery of ‘ACSR’ conductors for Overhead Power Distribution / Transmission Lines.

2. Applicable Standards: Except when they conflict with the specific requirements in this specification, the

conductors shall comply in all respect with the Indian Standard Specification IS: Sr. No.

Indian Standards Title

1 IS:398 (Part II / 1996 Specification for Aluminium conductors for overhead lines 2 IS:1778 / 1980 Reels & drums for Bare conductor 3 IS:2629 Recommended practice for HOT-dip galvanizing of Iron &

Steel 4 IS:4826 Galvanized coating on Round Steel wire 5 IS:5484 EC grade Aluminium rod produced by continuous casting &

rolling (First revision) 3. CLIMATE CONDITIONS

The material to be supplied against this specification shall be suitable for satisfactory operation under the following climatic Conditions

i) Location At various locations in the state of Haryana

ii) Maximum ambient temperature (oC) 60 iii) Minimum ambient air temperature (oC) -5 iv) Maximum average daily ambient temperature (oC) 40 v) Maximum yearly weighed average ambient temperature

(oC) 32

vi) Maximum altitude above mean sea level (m) 1000 vii) Minimum Relative Humidity (%) 26 viii) Maximum Relative Humidity (%) 95 ix) Average no of Rainy days/ year 120 x) Average annual rainfall 900 mm xi) Maximum wind pressure 195 kg/m sq.

The material shall be for use in moderately hot and humid tropical climate, conducive to rust and fungus growth

Page 146: UTTAR HARYANA BIJLI VITRAN NIGAM

__________________________________________________________________________________________

Page 3 of 11

4. Material: The conductor shall be made from the hard drawn Aluminium and galvanized steel

wires having mechanical and electrical properties as per clause 5, 6 & 7. Aluminium and galvanized steel wires shall have physical constants conforming to clause 3 & 4 respectively of IS: 398/Part-II-1976 or latest version thereof. The hot dipped or electrolytic process galvanized coating on steel wires may be applied. The uniformity of galvanizing and weight of coating shall be in accordance with IS :4826-1976 or latest version thereof.

5. Sizes: The sizes and properties of standard steel-cored aluminium conductors shall be as

under: - Table-I

Stranded Aluminium Conductors, Galvanized Steel Reinforced Stranding and wire diameter

Nominal Al. area

Al. Steel

Sectional area of Al.

Total sectional area

Approx. Overall Diameter

Approx. Mass

Calculated Resistance at 200C max.

Approx. calculated breaking load

1 2 3 4 5 6 7 8 9

mm2 mm mm mm2 mm2 mm kg/km Ohm/km kN 80 6/4.09 1/4.09 78.83 91.97 12.27 319 0.3717 26.91

100 6/4.72 7/1.57 105 118.5 14.15 394 0.2792 32.41 130 6/5.28 7/1.76 129.7 150.1 15.85 493 0.2193 41.37

6. Aluminium Wires:

The properties of aluminium wires to be used in the construction of the stranded wires shall be as under: - ALUMINIUM WIRES USED IN THE CONSTRUCTION OF STRANDED, ALUMINIUM CONDUCTORS, GALVANISED STEEL REINFORCED.

TABLE-II Diameter Nominal Min. Max.

Cross sectional area of nominal diameter wire.

Mass Resistance at 200C max.

Breaking before stranding

Load Min. after stranding

1 2 3 4 5 6 7 8 mm mm mm mm2 kg/km Ohm/km kN kN 4.09 4.05 4.13 13.14 35.51 2.194 2.08 1.98 4.72 4.67 4.77 17.50 47.30 1.650 2.78 2.64 5.28 5.22 5.33 21.896 59.18 1.229 16.17 354

Page 147: UTTAR HARYANA BIJLI VITRAN NIGAM

__________________________________________________________________________________________

Page 4 of 11

7. STEEL WIRES: The properties of the steel wires to be used in the construction of the stranded steel

cored aluminium wires shall be as under: - TABLE-III

STEEL WIRE USED IN THE CONSTRUCTION OF ALUMINIUM CONDUCTORS, GALVANISED STEEL REINFORCED.

Diameter Breaking load

Nominal Min. Max. Cross sectional area of nominal diameter wire.

Mass Before

stranding After

stranding 1 2 3 4 5 6 7

mm mm mm mm2 kg / km kN kN 4.09 4.01 4.17 13.14 102.48 17.27 16.41 4.09 4.01 4.17 13.14 102.48 17.27 16.41 1.76 1.72 1.79 2.433 19 142 345

8. TOLERANCES ON NOMINAL SIZES:

(a) A tolerance of + 1% shall be permitted on the nominal diameter of Aluminium wire.

(b) A tolerance of + 2% shall be permitted on the nominal diameter of galvanized steel wire.

9. FREEDOM FROM DEFECTS: The wires shall be smooth and free from inequalities, spills and splits. The finished

conductor shall be smooth, compact, uniform and free from all imperfections including spills & splits, die marks, scratches, abrasions, scuff marks, kinks, dents, press marks, over-riding, looseness, pressure and/or unusual bangle noise on tapping, material inclusions, white rust, powder formation or black spots, dirt, grit etc.

10. JOINTS IN WIRES & CONDUCTORS: 10.1 Aluminium conductor steel reinforced: - 10.1.2 Aluminium wires: No two joints shall occur in the Aluminium wires closer together than

15 meters.

Page 148: UTTAR HARYANA BIJLI VITRAN NIGAM

__________________________________________________________________________________________

Page 5 of 11

10.1.3 Steel wires: No joints shall be permitted in steel wires used for ACSR of size 80 mm2 , Aluminium area (6/4.09 mm) & Steel area (1/4.09 mm), 100mm ² Aluminium area (6/4.72 mm) & Steel area (7/1.57 mm) & 130 mm² Aluminium area (6/5.28 mm) & Steel area (7/1.76 mm) having galvanized steel wires, joints in individual wires shall be permitted but no two joints shall be less than 15 meters apart in the complete steel core.

11. Stranding: - (i) The wires used in construction of a galvanized steel reinforced Aluminium

conductor shall, before stranding satisfy all the relevant requirements of this standard for solid wires.

(ii) Lay Ratio: The lay ratio for Aluminium and steel wires in case of ACSR shall be within limits given in ISS.

12. Tests: - The sample of individual wires for the tests shall normally be taken before stranding.

The manufacture shall carry out tests on samples taken but at least from 10% of Aluminium wire spools and 10% of steel wire coils. However, when desired by the purchaser the test sample should be taken from the stranded wires. They shall be obtained by cutting 1.2 meters from the outer ends of the finished conductor from not more than 10% of the finished reels. The material consumed or destroyed during testing will be to the account of the supplier. The wires shall comply with the following test as per IS: 398 (Part-II)-1996

Type Tests i) Measurement of diameters of individual Al. & Steel wires ii) Measurement of Lay-ratio of each layer iii) Breaking load of individual wires iv) Ductility test. v) Wrapping test. vi) Resistance test

Page 149: UTTAR HARYANA BIJLI VITRAN NIGAM

__________________________________________________________________________________________

Page 6 of 11

vii) Galvanizing test. viii) Stress-Strain Test ix) Ultimate breaking load test on stranded conductor x) Surface condition test

The type test report(s) submitted by the bidder/ supplier from any NABL

accredited laboratory shall be acceptable for participation of the bidder in the

procurement / empanelment process. In case NABL accredited laboratory

happens to be that of manufacturer itself added precaution shall be taken to

get type test and other tests witnessed in the laboratory by Nigam

representative at the time of acceptance of material. Acceptance Tests: i) Visual examination ii) Measurement of diameters of individual Al. & Steel wires iii) Measurement of Lay-ratio of each layer iv) Breaking load of individual wires v) Ductility test. vi) Wrapping test. vii) Resistance test on Aluminium wires viii) Galvanizing test.

Routine Tests:

The routine tests shall be done same as acceptance tests and shall be carried out before & after stranding

13. Packing & Marking: 13.1.1 The gross mass for various conductors shall not exceed by more than 10% of the

values as mentioned in the relevant IS. 13.1.2 The reels shall be of such construction as to assure delivery of the conductor in the field

free from displacement and damage and should be able to with stand all stresses due to handling and stringing operations so that conductor surface is not dented, scratched

Page 150: UTTAR HARYANA BIJLI VITRAN NIGAM

__________________________________________________________________________________________

Page 7 of 11

or damaged in any way during transport. The conductor shall be properly lagged on the drums and method of lagging to be employed may be clearly stated.

13.1.3 The Conductor drum should be suitable for wheel mounting before reeling, cardboard or other suitable material shall be secured to the drum and inside the flanges of the drum. After reeling the conductor, the exposed surfaces should be wrapped with suitable soft material to save the conductor from dirt and grit. Any space between drum lagging and conductor should be suitably filled with soft filler material compactly packed.

13.2 Length & Variation in Lengths: The normal length of various ACSR Conductors shall be as mentioned in the relevant IS.

13.2.1 Longer Lengths shall be acceptable. 13.2.2 Short lengths not less than 50% of the standard lengths, shall be acceptable to the maximum extent of 10% of the quantity ordered. 13.3 Marking: The following information shall be marked on each drum:

a) Manufacturers name. b) Trade mark, if any. c) Drum or Identification number. d) Size of conductor. e) No. of lengths of conductor. f) Gross mass of the packing. g) Net mass of conductor. h) ISI certification mark, if any. i) Position of the conductor end j) Name & Address of the consignee k) Month & Year of manufacture

14. Rejection and Retests: - If any one of the test piece first selected for testing fails to pass the tests, three further

samples from the same batch shall be selected for testing, one of which shall be from

Page 151: UTTAR HARYANA BIJLI VITRAN NIGAM

__________________________________________________________________________________________

Page 8 of 11

the length from which original test samples was taken unless that length has been withdrawn by the supplier. Should the test pieces from any of these three additional samples fail, the batch be deemed not to comply with the standard.

15. Inspection: - All tests and Inspection shall be made at the place of manufacture unless otherwise specially agreed upon by the manufacturer and the UHBVN at the time of purchase. The manufacturer shall afford the inspector representing the purchaser all reasonable facilities, without charge, to satisfy him that the material is being furnished in accordance with this specification. The purchase or his authorized representative shall have access at reasonable times to manufacturer’s work to inspect and witness the test of the conductor being manufactured. As regards correctness of the length of ACSR conductor, the same is subject to final checking and measurement by the consignee and the firm shall be responsible for all the shortage, damages etc. if any. The UHBVN reserves the right to have the test carried out at the cost of manufacturer/supplier by an independent agency whenever there is a dispute regarding the quality of supply.

16. FAKE INSPECTION CALLS In case the supplier makes a fake inspection call i.e., the material is not found ready by the Inspecting Officer deputed by the Nigam for inspection, the supplier shall be liable to pay the expenses incurred by the Nigam on this account subject to minimum of a fixed penalty of Rs. 20,000/- for each such fake call made by him.

17. GUARANTEE / WARRANTEE The supplier shall be responsible to replace, free of cost, with no transportation or insurance cost to the Purchaser, up to destination, the whole or any part of the material which in normal and proper use proves the defective in quality or workmanship, subject to the condition that the defect is noticed within 78 months from the date of receipt of material in stores or 72 months from the date of commissioning whichever period may expire earlier. The consignee or any other officer of Nigam actually using the material will give prompt notice of each such defect to the supplier. The replacement shall be effected by the supplier within a reasonable time, but not, in any case, exceeding 45 days. The

Page 152: UTTAR HARYANA BIJLI VITRAN NIGAM

__________________________________________________________________________________________

Page 9 of 11

supplier shall, also, arrange to remove the defective within a reasonable period, but not exceeding 45 days from the date of issue of notice in respect thereof, failing which, the purchaser reserve the right to dispose of defective material in any manner considered fit by him (Purchaser), at the sole risk and cost of the supplier. Any sale proceeds of the defective material after meeting the expenses incurred on its custody, disposal handling etc., shall however be credited to the supplier’s account and set off against any outstanding dues of the purchaser against the supplier. The warranty for 72/78 months shall be one time.

18. CHALLENGE CLAUSE The material offered/received after the inspection by the authorized inspecting officer may again be subjected to the test for losses or any other parameter from any Testing House/in-house technique of the Nigam & the results if found deviating un-acceptable or not complying to approved GTP's the bidder shall arrange to supply the replacement within thirty (30) days of such detection at his cost including to & fro transportation. In addition to this penalty @10% of cost of the inspected lot of material shall be imposed.

19. Guaranteed Technical Particulars: - Guaranteed Technical Particulars of the conductor should be given in the Appendix-I

attached herewith the specification. Any other particulars considered necessary by the supplier may also be given in addition to those listed in the Appendix-I.

20. BIS CERTIFICATION MARK: The ACSR conductors with BIS (ISI ) marking only is required by the Nigam against this tender specification and as such only those tenderers who hold valid BIS license for ACSR conductor need quote against this invitation of tender. A copy of BIS license valid on the due date of the tender should be submitted with the offer, duly attested failing which, the offer shall be rejected

General Manager/P&D Cum-Member Secretary CSC UHBVN Panchkula.

Page 153: UTTAR HARYANA BIJLI VITRAN NIGAM

__________________________________________________________________________________________

Page 10 of 11

APPENDIX - I

GUARANTEED TECHNICAL PARTICULARS OF CONDUCTORS 1. Code word. Raccoon Dog Leopard 2. Maker’s name, address and country. 80 mm² 100 mm² 130 mm²

(a) Aluminium rods. (b) Steel wire/rods. (c) Complete Conductor.

3. Stranding and wire diameter. (a) Aluminium (b) Steel

4. Nominal copper area in sq. mm. 5. Nominal equivalent aluminium area in sq. mm. 6. Cross sectional area in sq. mm. Of

(a) Aluminium strand. (b) Steel strand. (c) Conductor strand.

7. Actual aluminium area in sq. mm. 8. Dia-meter of complete conductor in mm. 9. Minimum breaking load in KN:

Before After Stranding stranding (a) Aluminium wire (b) Steel wire 10. Minimum breaking load of conductor. 11. Purity of aluminium rods. 12. Zinc coating

(a) No. of duration of dips. (b) Weight of zinc coating.

13. Maximum working tension of conductor. 14. Weight in Kg. Per KM

(a) Aluminium (b) Steel (c) Conductor

15. Resistance in ohms/Km at 200C

Page 154: UTTAR HARYANA BIJLI VITRAN NIGAM

__________________________________________________________________________________________

Page 11 of 11

(a) Aluminium wire. (b) ACSR Cond.

16. (a) Continuous max. current rating of conductors in still air at 50 0C ambient temperature: amps. (b)Temperature rise for above current in 0C.

17. Modulus of elasticity (Practical) of the conductor. 18. Coefficient of linear expansion.

(a) Aluminium (b) Steel (c) Conductor.

19. Percentage of carbon in steel wire rods. 20. Standard length. 21. Tolerance, if any, on standard length. 22. Initial and final sags and tension and string charts whether furnished. 23. No. of standard length in the reel / drum. 24. Dimension of the reel. 25. Weight of the conductor in reel / drum in Kg. 26. Weight of reel / drum in Kg. 27. Gross weight of reel/drum including weight of the conductor. 28. Standard according to which the conductor will be manufactured and tested. 29. Other particulars, if any.

Page 155: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 1 of 4

Specification No. CSC-VI-R-I/DH/UH/P&D/2010-11

TECHNICAL SPECIFICATION

FOR

GSS WIRE OF 7/8 SWG (4MM)

Issue of the Month: Common Specifications Committee

(CSC approval date 23.4.2010) UHVN & DHBVN

Page 156: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 2 of 4

TECHNICAL SPECIFICATION FOR GSS WIRE OF 7/8 SWG 4 mm and 7/14 SWG (2.24mm) 1. SCOPE: This specification covers the manufacture, testing and inspection of GSS Wire of sizes 7/8 SWG / (4mm) and 7/14 SWG (2.24mm). 2. STANDARDS: The GSS wires shall conform to IS: 2141-1979, IS-4826 (1979) and 2633 (1964) or the latest version thereof. 3. CLIMATIC CONDITIONS: The equipment/material to be supplied against this specification shall be suitable for satisfactory operation under the following climatic Conditions i) Location At various locations in the state of

Haryana

ii) Maximum ambient temperature (oC) 60

iii) Minimum ambient air temperature (oC) -5

iv) Maximum average daily ambient temperature (oC) 40

v) Maximum yearly weighed average ambient temperature (oC)

32

vi) Maximum altitude above mean sea level (m) 1000

vii) Minimum Relative Humidity (%) 26

viii) Maximum Relative Humidity (%) 95

ix) Average no of Rainy days/ year 120

x) Average annual rainfall 900 mm

xi) Maximum wind pressure 195 kg/m sq.

The equipment shall be for use in moderately hot and humid tropical climate, conducive to rust and fungus growth. TECHNICAL PARTICULARS: In case where joints are permitted they shall be made by welding or brazing. Joints in the same wire shall be departed by a length not less then that indicated at point (III) under “ Technical parameters” (clause 4) and joint in the different wires shall not be less than 15 M apart.

Page 157: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 3 of 4

4. TESTS: The tests as per IS: 2141-1979 or its latest version including the tests for chemical analysis is provided therein shall be carried out. The zinc coating of the galvanized wire shall be as specified in IS: 4826/1979 with latest amendments and testing shall be carried out as specified in ISS: 2633/1964 or the latest amendment thereof. 5. INSPECITON: The material shall be inspected and tested before dispatch by an authorized representative of the Nigam in respect of quality. In case the supplier is not in position to get these tests carried out at his works, such tests may got be carried out by him at any Govt. recognized test agency at his own expenses.

6. FAKE INSPECTION CALLS In case the supplier makes a fake inspection call i.e., the material is not found ready by the Inspecting Officer deputed by the Nigam for inspection, the supplier shall be liable to pay the expenses incurred by the Nigam on this account subject to minimum of a fixed penalty of Rs. 20, 000/- for each such fake call made by him. 7 . TEST CERTIFICATES: The supplier shall supply one set of test certificates from a recognized Govt. agency in respect of quality as per IS: 2141-1979 with latest amendments thereof for approval of the purchaser. 8. MARKING : Each coil of GSS wire shall be marked legibly with the:

a. Manufacturer’s name or trade mark. b. Lot number and coil number. c. A brief description and quality of material. d. Weight of the coil. e. ISI certification mark may also be marked.

9. PACKING: The supplier shall be responsible for proper packing of material so as to avoid any damage during the transport and storage and to ensure correct dispatch to the destination. The length of strand shall be as per ISS.

Page 158: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 4 of 4

10. PLACE OF MANUFACTURE: The name and place of manufacture should be indicated in the tender.

11. CHALLENGE CLAUSE The material offered / received after the inspection by the authorized inspecting Officer may again be subjected to the test for losses or any other parameters from any testing house / in house technique of the Nigam having requisite capabilities and facilities. The results if found deviating / unacceptable or in non-compliance with approved GTP’s, the lot shall be rejected and bidder shall arrange to supply the within thirty (30) days of such detection at his cost including to & fro transportation. In addition to this a penalty @ 10% of cost of the rejected lost of material shall be imposed

General Manager/P&D Cum-Member Secretary CSC UHBVN Panchkula.

Page 159: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 1 of 6

______________________________________________________________________

Specification No. CSC-XVI-R-I/DH/UH/P&D/2010-11

TECHNICAL SPECIFICATION

FOR

GI WIRE

Issue of the Month: Common Specifications Committee

(CSC approval date 23.4.2010) UHVN & DHBVN

Page 160: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 2 of 6

TECHNICAL SPECIFICATION FOR G.I. WIRE

1. SCOPE: This specification covers the manufacture, testing and inspection of G.I. wires. 2. APPLICABLE STANDARDS: Except when they conflict with the specific requirements of this specification, the G.I. wires shall comply with the provisions of IS: 280-1978 and IS: 7887-1975 or the latest version thereof. 3. CLIMATIC CONDITIONS: The equipment/material to be supplied against this specification shall be suitable for satisfactory operation under the following climatic Conditions

i) Location At various locations in the state of Haryana

ii) Maximum ambient temperature (oC) 60

iii) Minimum ambient air temperature (oC) -5

iv) Maximum average daily ambient temperature (oC) 40

v) Maximum yearly weighed average ambient temperature (oC)

32

vi) Maximum altitude above mean sea level (m) 1000

vii) Minimum Relative Humidity (%) 26

viii) Maximum Relative Humidity (%) 95

ix) Average no of Rainy days/ year 120

x) Average annual rainfall 900 mm

xi) Maximum wind pressure 195 kg/m sq.

The equipment shall be for use in moderately hot and humid tropical climate, conducive to rust and fungus growth. 4. TECHNICAL PARICULARS: I ) Size of G.I. wire 4mm dia II ) Tensile strength 56 to 95 kgf per sq.mm III ) Quality Hard

Page 161: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 3 of 6

5. MATERIAL : 5.1 The wires shall be drawn from the wire rod confirming to IS: 7887-1975 or the latest version thereof. 5.2 The requirement for chemical composition for the wires shall confirm to IS: 7887. 5.3 The wires shall be sound, free from split surface flaws, rough jagged and imperfect edges and other detrimental defects on the surface of the wires. 6. GALVANISING: The wires shall be galvanized with Heavy coating as per IS: 4826-1979 or the latest version thereof. 7. TOLERANCE IN DIAMETER: The tolerance on nominal diameter at any section of wire shall not exceed (+) (-) 2.5%. Further, the maximum difference between the diameter at any two cross- Sections of wires shall not exceed 2.5%. 8. TESTS : The following tests shall be carried out in accordance with IS: 280-1978 or the latest version thereof as per sampling criteria stipulated therein.

1. Dimensional check (dia) refer clause 7 above. 2. Visual inspection regarding freedom from defects-refer clause 5.3 above. 3. Tensile test. 4. Wrapping test. 5. Coating test-refer clause 6 above. 6. Chemical composition.

9. TEST CERTIFICATES: The supplier shall supply from any Govt. recognized test agency the test certificates for the material offered as per IS: 280-1978 or the latest version thereof for the approval of purchaser. If the G.I. wire is bearing ISI marking then the certificate from the approved Govt. agencies will not be required. It will not however obviate the necessity of inspection /testing by the inspecting officers of the Nigam.

Page 162: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 4 of 6

10. INSPECITON: The material shall be inspected and tested before dispatch as IS: 280-1978 or latest version thereof by an authorized representative of the Nigam. In case the supplier is not in a position to get these tests carried out at his works such tests may be got carried out by him at any Govt. recognized tests agency at his own expenses. 11. PACKING : The wires shall be supplied in 50-70 kg. Coils, each coils having single continuous length. Each coil of wire shall be suitably bound and fastened compactly and shall be protected by suitable wrapping. 12. MARKING: Each coil shall be provided with a label fixed firmly on the inner part of the coil bearing the following information.

1. Manufacture’s name or trade mark.

2. Lot number and coil number.

3. Size.

4. Grade.

5. Mass.

6. Length.

7. Material may also be marked with ISI certification mark. 13. FAKE INSPECTION CALLS In case the supplier makes a fake inspection call i.e., the material is not found ready by the Inspecting Officer deputed by the Nigam for inspection, the supplier shall be liable to pay the expenses incurred by the Nigam on this account subject to minimum of a fixed penalty of Rs. 20, 000/- for each such fake call made by him. 14. PLACE OF MANUFACTURE : The name and place of manufacture should be given in the tender.

Page 163: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 5 of 6

15. CHALLENGE CLAUSE The material offered / received after the inspection by the authorized inspecting Officer may again be subjected to the test for losses or any other parameters from any testing house / in house technique of the Nigam having requisite capabilities and facilities. The results if found deviating / unacceptable or in non-compliance with approved GTP’s, the lot shall be rejected and bidder shall arrange to supply the within thirty (30) days of such detection at his cost including to & fro transportation. In addition to this a penalty @ 10% of cost of the rejected lost of material shall be imposed

General Manager/P&D Cum-Member Secretary CSC UHBVN, Panchkula.

Page 164: UTTAR HARYANA BIJLI VITRAN NIGAM

______________________________________________________________________

Page 6 of 6

GUARATEED TECHNICAL DATA:

1. Tensile strength. 2. Quality. 3. Galvanized. 4. Min. weight of one coil.

Page 165: UTTAR HARYANA BIJLI VITRAN NIGAM

UTTAR & DAKSHIN HARYANA BIJLI VITRAN NIGAM

Specification No. CSC- XXIX/DH/UH/P&D/2009-2010

TECHNICALSPECIFICATION

FOR

PORCELAIN INSULATROS AND INSULATORS

FITTINGS FOR 11 KV OVERHEAD POWER LINES

Issue of the Month:

Common Specifications Committee UHBVN & DHBVN

Page 1 of 11

Page 166: UTTAR HARYANA BIJLI VITRAN NIGAM

TECHNICAL SPECIFICATIONS FOR PORCELAIN INSULATORS AND INSULATORS FITTINGS FOR 11 KV OVERHEAD LINES: 1. SCOPE :

This specification covers the details of the porcelain insulators and insulator fittings for use on 11 KV overhead power lines met with in rural Electric distribution systems.

2. APPLICABLE STANDARDS : Except when they conflict with the specific requirements of this specification, the insulators shall comply with the Indian Standard Specification IS: 731 – 1971 or the latest version thereof and the insulator fittings shall comply with the Indian Standard Specification IS: 2486 (Part-I), IS – 2486 (Part-II) 1974 & IS: 3188 or the latest version thereof or equivalent international standards.

3. CLIMATIC CONDITIONS :

The equipment is required to operate satisfactory under the following site conditions:

1. Max. ambient air temperature 600C

2. Min. ambient air temperature (-)50C

3. Average Daily Max. ambient temperature 400C

4. Max. yearly weighted average ambient temperature

320C

5. Max. altitude above mean sea level (Meters) 1000

6. Minimum Relative Humidity (%age) 26

7. Max. Relative Humidity (%age) 95

8. Avg. No. of Rainy days/year 120

9. Avg. annual rainfall 900 mm

10. Maximum wind pressure 195 Kg./m Sq. 4. GENERAL REQUIREMENT :

4.1 The porcelain shall be sound free from defects thoroughly vitrified and smoothly glazed.

4.2 Unless otherwise specified, the glaze shall be brown in colours. The

glaze shall cover all the porcelain parts of the insulator except those areas which serve as support during firing or are left unglazed for the purpose of assembly.

4.3 The design of the insulator shall be such that stresses due to

expansion and contraction in any part of the insulator shall not lead to deterioration. The porcelain shall not engage directly with hard metal.

Page 2 of 11

Page 167: UTTAR HARYANA BIJLI VITRAN NIGAM

4.4 Cement used in the construction of the insulator shall not cause

fracture kby expansion or loosing by contraction and proper care shall be taken to locate the individual parts correctly during cementing. The cement shall not give rise to chemical reaction with metal fittings and its thickness shall be as uniform as possible.

4.5 The insulators should preferably be manufactured in automatic

temperature controlled kilns to obtain uniform baking and better electrical & mechanical properties.

5. CLASSIFICATION AND DIMENSIONS :

5.1 Both pin & strain insulators shall conform to type B of IS: 731.

5.2 The dimension of pin insulators shall be as shown in the drawings.

5.3 The strain insulators shall be ball & socket type or Tongue & clevis type, as required by the purchaser. The dimensions of these insulators shall be as per IS: 2486 (Part-II).

6. TEST VOLTAGES :

The test voltages of insulators shall be as under:

Highest system voltage

Visible discharge test

Wet power frequency withstand test.

Power frequency puncture withstand test (Pin Insulators)

Power frequency puncture withstand test (Strain Insulators)

Impulse voltage withstand test.

KV (rms)

12

KV (rms) 9 KV (rms) 35

KV (rms) 105

KV (rms) 1.3 times the actual dry flash over voltage of insulator

KV (Peak) 75

7. FAILING LOAD : 7.1 Electro mechanical failing load (for Pin Insulators only). The

insulators shall be suitable for a minimum failing load of 5 KN applied

in transverse direction.

7.2 Electro mechanical failing load (for strain insulators only). The

insulators shall be suitable for a minimum failing load of 45 KN

applied in axially.

Page 3 of 11

Page 168: UTTAR HARYANA BIJLI VITRAN NIGAM

8. CREEPAGE DISTANCE : The maximum creepage distance shall be as under:

Heavily polluted Atmosphere Highest system voltage

Normal & moderately

polluted atmosphere

Pin Insulator strain insulator

12 KV 230 mm 320 mm 400 mm

Higher value of creepage distance has been specified for strain

insulators as these are normally used in horizontal position in 11 KV

lines.

9. TESTS: The insulators shall comply with the following tests as per IS – 731 or

equivalent international standards.

9.1 TYPE TESTS : The following shall constitute the type tests:

A) Visual examination.

B) Verification of dimensions.

C) Impulse voltage withstand test.

D) Wet power frequency voltage withstand test.

E) Temperature cycles test.

F) Electro – mechanical failing load test. (for strain insulator only).

G) Mechanical failing load test. (for Pin Insulator only).

H) Puncture test.

I) Porosity test.

J) Galvanizing test.

K) Visible discharge test.

L) 24 hours mechanical strength test. (for strain insulators only).

9.2 ACCEPTANCE TESTS : The test samples after having withstood the routine test shall be

subjected to the following acceptance tests in the order indicated

below:

Page 4 of 11

Page 169: UTTAR HARYANA BIJLI VITRAN NIGAM

A) Verification of dimensions.

B) Temperature cycle tests.

C) Electro mechanical failing load test (for strain insulator only).

D) Puncture test (for strain insulator only).

E) Porosity test and.

F) Galvanizing test.

9.3 ROUTINE TESTS : The following test shall be carried out as routine tests:

A) Visual examination.

B) Mechanical routine test (for strain insulator only).

C) Electrical routine test. (for strain insulator only).

10. MARKING: 10.1 Each insulator shall be legibly and indelibly marked to show the

following: A) Name or trade mark of the manufacturer. B) Month and year of manufacture. C) Min. failing load in KN. D) ISI certification mark, if any.

10.1.1 Marking on porcelain shall be printed and shall be applied before firing.

11. PACKING :

All insulators (without fittings) shall be packed in wooden crates

suitable for easy and rough handling land acceptable for rail

transport, where more than one insulator is packed in a crate

wooden separators shall be fixed between the insulators to keep

individual insulator in position without movement within the crate.

PART-B INSULATOR FITTINGS : 12. SCOPE :

This specification covers details and test requirements for: 1) Pins for 11 KV Pin Insulators. 2) Fittings for strain insulators.

Page 5 of 11

Page 170: UTTAR HARYANA BIJLI VITRAN NIGAM

13. APPLICABLE STANDARD :

Pins shall comply with the requirements of IS: 2486 (Part – I & II)

with latest amendments. Fitting for strain insulator shall comply with

the requirements of IS: 2486, Part-I to IV with latest amendments or

equivalent international standards.

14.1 Pins for Pin Insulators. 14.1.1 General requirements :

The pins shall be a single piece obtained preferably by the process

of forging. They shall not be made by joining, welding, shrink fitting

or any other process from more than one piece of material. They

shall be of good finish, free from flaws and other defects. The finish

of the cellar shall be such that a sharp angle between the cellar and

the shank is avoided.

All ferrous pins, nuts & washer except those made of stainless

steel shall be galvanized. The threads of nuts & tapped holes shall

be cut after galvanizing and shall be well oiled or greased.

14.2 DIMENSIONS : Pins shall be of small steel head type S-I as per IS : 3486 (Part – II)

having stalk length of 165 mm and shank length of 150mm with

minimum failing load of 5 KN.

14.3 TEST : Insulator pins shall comply with the following test as per IS: 2486

(Part-I) or equivalent international standards.

14.3.1 ACCEPTANCE TEST : a) Checking of threads on heads.

b) Galvanizing test.

c) Mechanical test.

14.3.2 ROUTINE TEST : Visual examination test.

14.3.3 TYPE TEST : a) Checking of threads on heads.

b) Galvanizing test.

c) Mechanical test.

d) Visual examination test.

Page 6 of 11

Page 171: UTTAR HARYANA BIJLI VITRAN NIGAM

15. STRAIN INSULATORS SETS : 15.1 GENERAL REQUIREMENTS :

All forging and casting shall be of good finish and free from laws and

other defects. All edges on the outside of fittings such as at the eye,

clevis & holes, shall be rounded. All parts of different fittings which

provide for interconnection shall be made such that sufficient

clearance is provided at the connection point to ensure free

movement and suspension of the insulator string assembly. All eye

and clevis connections shall be free but the care shall be taken that

too much clearance between eye & the tongues of the clevis is

avoided.

All ferrous fittings and the parts other than those stain less

steel, shall be galvanized, small fittings like spring washers, nuts etc.

may be electroplated with zinc.

15.1.1 TYPE : Clevis and tongue type insulator set shall be supplied, the nominal

dimensions of the clevis and tongue type insulator set shall be as

given in IS: 2486.

15.1.2 TESTS : Strain insulator sets shall comply with the following tests as per IS:

2486 (Part – I).

15.1.2.1 TYPE TESTS : A) Mechanical test.

B) Electrical resistance test (for tension clamps only).

C) Heating cycles test (for tension clamps only).

15.1.2.2 SAMPLE TEST : A) Dimensional.

B) Galvanizing check electroplating test.

15.1.2.3 ROUTINE TEST : A) Visual check.

B) Mechanical test.

15.2 STRAIN CLAMPS : Suitable aluminum alloys clamps shall be provided alongwith the

fittings to suit ACSR conductors 7/2. 11 mm – 7/3. 35mm. The

ultimate strength of clamps should not be less than 3000 Kgs.

Page 7 of 11

Page 172: UTTAR HARYANA BIJLI VITRAN NIGAM

16. MARKING : 16.1 The caps and clamps shall have mark on them with the following

information :

a) Name or trade mark of the manufacture.

b) Country of manufacture.

17. PACKING : 17.1 For packing of GI pins, strain clamps & related hardware, double

gunny bags or wooden cases if deemed necessary shall be

employed. The heads & threads portions of pins & the fittings shall

be properly protected against damage. The gross weight of the

packing shall not normally exceed 50 Kg. Different fittings shall be

packed in different bags or cases and shall be complete with their

minor accessories fitted in place. All nuts shall be hand tightened

over the bolts & screwed up to the farthest point.

17.2 The packages containing fittings may also be marked with the ISI

certification mark.

18. TEST & TEST CERTIFICATES : The tenderers shall submit Photostat copies of all the tests including

type test as prescribed in the relevant ISS from any accredited

laboratory

19. GUARANTEED & OTHER TECHNICAL PARTICULARS : These particulars shall be furnished strictly as per Annexure –‘A’ in

duplicate. Any deviation from this specification shall be clearly

brought out separately.

20. PLACE OF MANUFACTURE : The tender shall state the place of manufacturer, testing and name of

the manufacturer of the various items included in his Tender.

21. INSPECTION : Inspection of material and supervision of test in accordance with the

relevant standards as mentioned in clause 2 & 13 above and

supporting drawing and schedules, and approved manufacturer

specification shall be carried out by the purchaser or his duly

authorized representative. The material shall be inspected and

tested before dispatch by an authorized representative of the

DHBVN in respect of quality. The manufacturer shall provide to the

Page 8 of 11

Page 173: UTTAR HARYANA BIJLI VITRAN NIGAM

inspecting officer all reasonable facilities without charge to satisfy

him that the material is being furnished in accordance with the

specification.

The purchaser or his authorized representative shall have access to

all reasonable time to manufacturer’s works to inspect and witness

the test of the equipment manufactured.

The purchaser has the right to have the tests carried out at the cost

of supplier by an independent Govt. agency wherever there is a

dispute regarding the quality of material supplied.

The manufacturer shall be responsible to pay penalty of Rs 20,000/- for each occasion at which the fake inspection call has been made or the material is rejected during testing/inspection by the authorized agency/representative of the Nigam. This penalty would be in addition to the expenses incurred by the Nigam in deputing the Inspecting Officer, carrying out such inspection.

22. Challenge Clause:-

The material offered/received after the inspection by the authorized

inspecting officer may again be subjected to the test for or any

parameter from any testing house/in-house technique of the Nigam &

the results if found deviating un-acceptable or not complying to

approved GTPs the bidder shall arrange to supply the replacement

within thirty (30) days of such detection at his cost including to & fro

transportation. In addition , penalty @10% of cost of the inspected lot

of material shall be imposed.

23. Warranty Period:-

The supplier shall be responsible to replace, free of cost, with no

transportation or insurance cost to the purchaser, up to destination,

the whole or any part to the material which in normal and proper use

proves the defective in quality or workmanship, subject to the

condition that the defect is noticed within 18 months from the date of

receipt of material in stores or 12 months from the date of

commissioning whichever period may expire earlier. The consignee

or nay other officer of Nigam actually using the material will give

Page 9 of 11

Page 174: UTTAR HARYANA BIJLI VITRAN NIGAM

prompt notice of each such defect to the supplier. The replacement

shall be effected by the supplier within a reasonable time, but not, in

any case, exceeding 45 days. The supplier shall, also, arrange to

remove the defective within a reasonable period, but not exceeding

45 days from the date of issue of notice in respect thereof, failing

which, the purchaser reserve the right to dispose of defective

material in any manner considered fit by him (purchaser), at the sole

risk and cost of the supplier. Any sale proceeds of the defective

material after meeting the expenses incurred on its custody, disposal

handling etc., shall however be credited to the supplier’s account and

set off against any outstanding dues of the purchaser against the

supplier. The warranty for 12/18 months shall be one time.

Director/Technical-I, UHBNV, Panchkula

Director/Project,DHBVN, Hisar

CGM/PD&C, UHBVN, Panchkula

CGM/P&D, DHBVN, Hisar.

FA & CAO/MM, UHBNV, Panchkula

FA & CAO/MM, DHBVN, Hisar

GM/P&D, UHBNV, Panchkula

GM/P&D, DHBVN, Hisar

Page 10 of 11

Page 175: UTTAR HARYANA BIJLI VITRAN NIGAM

ANNEXURE –A

GURANTEED TECHNICAL PARTICULARS OF PORCELAIN INSULATORS FOR 11 KV OVERHEAD POWER LINE :

1. Maker’s name and country.

2. Nominal voltage.

3. Highest voltage.

4. Dry one minute power frequencies withstand voltage.

5. Wet Dry one minute power frequencies withstand voltage.

6. Power frequencies withstand voltage.

7. Impulse withstand voltage (1/50 second positive waves ).

8. Visible discharge test voltage.

9. Impulse flashover voltage (1/50 micro second positive waves).

10. Impulse flashover voltage (1/50 micro second negative waves).

11. Dry flashover voltage.

12. Wet flashover voltage.

13. Min. failing load.

14. Minimum creepage distance.

15. Weight per unit.

16. Size of insulators.

17. Standard to which the insulator shall be manufactured and tested.

18. Tolerance in dimensions, if any.

Page 11 of 11

Page 176: UTTAR HARYANA BIJLI VITRAN NIGAM

UTTAR & DAKSHIN HARYANA BIJLI VITRAN NIGAM

C:\Documents and Settings\Administrator\Desktop\14-12-09\PDC\CSC-XXV to XXXI\CSC-XXVIII.docPage 1 of 8

Specification No. CSC- /DH/UH/P&D/2009-2010

TECHNICAL SPECIFICATION OF

“11 kV 400 A GO SWITCHES”

Issue Month: Common Specifications

Committee UHBVN & DHBVN

Page 177: UTTAR HARYANA BIJLI VITRAN NIGAM

UTTAR & DAKSHIN HARYANA BIJLI VITRAN NIGAM

C:\Documents and Settings\Administrator\Desktop\14-12-09\PDC\CSC-XXV to XXXI\CSC-XXVIII.docPage 2 of 8

TECHNICAL SPECIFICATIONS FOR 11 kV 400 A GANG OPERATED SWITCHES

1. SCOPE This specification covers the design, manufacture, testing at manufacturer’s works of supply & delivery of 11KV 400 A G.O. switches complete with manually operated equipment and accessories required for their satisfactory operation for their use on distribution sub-station and tapping/sectionalizing points of 11 KV lines.

2. APPLICABLE STANDARDS & DESCRIPTION i) All material used for manufacturing 11 KV G.O. Switches i.e. 11 KV Post

Insulators, G.I.Pipe, MS Channel, Brass Male/Female contacts & Arcing Horns shall comply with the Indian Standard Specification IS: 2544, IS: 5340 (Part-III) and IS: 9921 (Part I to V). However, Material manufactured as per any other international standard offering material, quality and workmanship of equivalence or better shall also be acceptable. The detailed description of equipment shall be as under:

ii) 11 KV, 400 Amps, triple pole gang operated, outdoor type, single throw, single

break tilting type manually operated. Air Break Switches, suitable for vertical mounting on structures 6 meters above ground level fitted with 2 no. 11 KV Post Insulators per phase, i.e. 6 no. Post Insulators per switch of standard make conforming to latest versions of IS-2544 & IS-5350 (Part-III) complete with fixed & moving contacts base of gun metal cast/, duly electroplated and jaw (U) fixed with spring able strips. The movable contacts i.e. blades will be made of gunmetal/brass/copper casting, duly electroplated. Multi-bolt type clamps of non-ferrous metal will be provided for incoming and outgoing connections. Fixed and moving contacts complete with G.I. Arcing horns fitted on 11KV Post Insulators will be mounted on suitable MS Channel (Vertical). Phase coupler bar will be of 32mm diameter galvanized iron pipe. Operating rod shall be of 25 mm inner diameter and 32 mm outer diameter G. I. Pipe having free length of 5100 mm excluding the length of handle. The sizes of rods used for arcing horns would be 2 SWG M.S. The complete equipment shall be as per latest version of IS-9921 (Part-I to V). MS Channel, C.I. casting for lever and side plates are to be hot dipped Galvanized as per relevant ISS. All other ferrous parts including nuts, bolts and washers are to be hot dipped galvanized. All Current carrying nuts, bolts and washers are to be hot dipped galvanized. The equipment supplied shall also conform to detailed specification with guaranteed technical particulars and approved drawings attached herewith.

3. PARTICULARS OF SYSTEM. The switches shall be used on three-phase 11 KV 50 Hz A.C. Power system having solidly grounded neutral.

4. CLIMATIC CONDITIONS: The equipment/material to be supplied against this specification shall be suitable for satisfactory operation under the following climatic Conditions

i) Location At various locations in the state of Haryana

ii) Max ambient temperature (deg.c) - 60 iii) Min ambient air temperature (deg. c) -5 iv) Max average daily ambient temperature

(deg. c) 40

Page 178: UTTAR HARYANA BIJLI VITRAN NIGAM

UTTAR & DAKSHIN HARYANA BIJLI VITRAN NIGAM

C:\Documents and Settings\Administrator\Desktop\14-12-09\PDC\CSC-XXV to XXXI\CSC-XXVIII.docPage 3 of 8

v) Max. yearly weighed average ambient temperature (deg. C)

32

vi) Max. altitude above mean sea level (Meters)

1000

vii) Minimum Relative Humidity (%age ) 26 viii) Max. Relative Humidity (%age) 95 ix) Avg. no of Rainy days/ year 120 x) Avg. annual rainfall 900mm xi) Maximum wind pressure 195 Kg./m2

The equipment shall be for use in moderately hot and humid tropical climate, conducive to rust and fungus growth.

5. Rating Nominal system voltage 12 KV Rated voltage 11 KV Rated current 400 Amps. Rated Frequency 50 HZ Peak current in closed position. 46 KA One minute power frequency withstand voltage between

I) Earth & poles 28 KV (rms) ii) Across terminal of open switch. 32 KV (rms)

Rated lightning impulse withstand voltage between

I) Poles & Earth. 75 KV (Peak) ii) Across terminal of open switch. 85 KV (Peak)

Min. short time current 18.42 KA for 1 second.

6. SWITCH INSULATION Insulation to ground, insulation between open contacts and insulation between phases of the completely assembled G.O. Switches shall be capable of withstanding the dielectric test voltages specified in IS-9921-Part-IV. Insulation between open contacts of a pole shall at least be 15 % more than the insulation between the live parts of pole to ground, so that If any flash- over occurs when switch is open, it shall be to the ground. All insulators provided to form a stack shall conform to the relevant Indian Standard Specifications. The porcelain shall be homogeneous and free from all cavities and flaws. Design of insulators shall ensure ample insulation, mechanical strength and rigidity for satisfactory operation under site conditions. The design shall also ensure that the losses caused by capacitive current or conduction through dielectric are minimum and that leakage due to moist and dirty insulators surfaces is least. All metal caps and supports shall be cemented to the porcelain whereas the blades and contact blocks shall be bolted to the metal parts of the insulators thus making the replacement of damaged insulators easy. All ferrous metal parts, flanges, bolts and nuts etc. shall be galvanized. The porcelain post insulators should be from the leading manufacturers like LAMCO, CGL, OBLEM, ELPRO, Raychem RPG, WS, Jayashree, only.

7. G.O. SWITCH OPERATION AND OPERATING MECHANISM The switches shall be suitable for local manual operation. The Operating mechanism shall comprise of operating pipe with intermediate couplings and manual operating handle. Height of operating handle may vary from 1000 to 1300mm. The operating mechanism shall give good mechanical leverage with minimum loose/lost motions. There shall be suitable pad-locking arrangement for both ‘ON and OFF’ positions.

Page 179: UTTAR HARYANA BIJLI VITRAN NIGAM

UTTAR & DAKSHIN HARYANA BIJLI VITRAN NIGAM

C:\Documents and Settings\Administrator\Desktop\14-12-09\PDC\CSC-XXV to XXXI\CSC-XXVIII.docPage 4 of 8

8. BEARING Graded cast rocking type levers supported on side plates/fabricated type as per drawings. Bearing housing shall be weather proof and facilities shall be provided for easy lubrication.

9. PACKING & TRANSPORTATION. The supplier shall be responsible for suitable packing of all the material and marking on the consignment to ensure correct dispatch to the destination. All G.O. Switches shall be packed suitably capable of withstanding rough handling for transportation to the various consignees so as to avoid any shortage and damage occurring during transit. Separators shall be fixed between the post insulators and other breakable parts of GO Switch and also between individual GO Switches so as to prevent relative movement to avoid damage. All the labels used on each packing shall be of tin securely bounded with wire and shall have the descriptive marking stamped thereon. All GO Switches damaged during transportation shall be to the suppliers account.

10. DESIGN FEATURE

10.1 Contact System The male and female contacts assemblies shall be of sturdy construction and design to ensure

I. Electro dynamic withstand ability during short circuits. II. Thermal withstand-ability during short circuits. III. Constant contact pressure even when the live parts of the insulator stacks are

subject to tensile stresses due to linear expansion of connected bus bar of flexible conductors either because of temperature variation or strong winds.

IV. Self-wiping action during closing and opening. V. Self-alignment assuring closing of the switch without calling for any

adjustment.

10.2 Temperature Rise Maximum temperature attained by any part of the isolating switches when in service at site under continuous and exposed continuously to the direct rays of sun and the air having temperature of 60 degree centigrade shall not exceed the permissible limits fixed by latest edition IS-9921 (Part-I to V). Maximum temperature rise under the above noted condition should not exceed the permissible limits when corrected for the difference between ambient temperature at site and the reference ambient temperature in IS-9921 (Part-I to V).

10.2.1 Arcing horns A set of adjustable arcing horns made from 2 SWG G. I. Wire shall be mounted on each insulator stack of G.O. Switch. The supplier shall supply a graph showing impulse and power frequency spark over voltage for various gap settings of arcing horns.

11. CURRENT CARRYING PARTS All current carrying parts shall be of non-ferrous metal or alloys and shall be designed to limit sharp points/edges. Design of isolating contacts shall permit easy maintenance and renewal of contacts.

12. NAME PLATES The switches shall be provided with a nameplate, which contains the information in accordance with IS-9921 (part I to V). The name plates will be weather and rust proof.

Page 180: UTTAR HARYANA BIJLI VITRAN NIGAM

UTTAR & DAKSHIN HARYANA BIJLI VITRAN NIGAM

C:\Documents and Settings\Administrator\Desktop\14-12-09\PDC\CSC-XXV to XXXI\CSC-XXVIII.docPage 5 of 8

13. COMPLETENESS OF EQUIPMENT All fittings, accessories or apparatus which may not have been specially mentioned in this specification but which are otherwise necessary for satisfactory working of G.O. switches shall be deemed to have been included in the scope of supply.

14. TYPE TESTS The principle components of G.O switches shall be Type Tested as per relevant clauses of IS-9921 (part-I to V) or latest version there of. Two sets of copies of Type Test certificates carried out only at CPRI, ERDA, NPL or any other Govt. of India approved lab / testing house shall be accepted. Further type tests carried out from the said testing houses on similar equipment, not earlier than 3 years on date of opening of bids shall be acceptable. Bids not accompanied with copies of Type Test certificates from CPRI, ERDA, NPL or any other Govt. of India approved lab / testing house, are liable to be rejected. The firm shall state the testing facilities available at their works.

The following shall comprise type tests. (a) Tests to verify the insulation level, including withstand tests at power-

frequency voltage on auxiliary equipment. (b) Tests to prove that the temperature rise of any part does not exceed the

limits.

(c) Tests to prove the capability of the disconnector or earthing Switch to carry the rated peak withstand current and the rated short-time withstands current.

(d) Tests to prove the short circuit making capacity of earthing switches. (e) Tests to prove satisfactory operation and mechanical endurance.

15. ROUTINE TESTS Routine tests as per latest edition of IS-9921 (part-I to V) shall be carried out at works of the manufacturer.

The following shall comprise Routine tests:- (a) Power frequency voltage dry test. (b) Measurement of the resistance of the main circuit. (c) Operating test.

Copies of Routine test certificates shall be supplied along with the acceptance tests carried out in the presence of purchaser’s authorized representative. All tests reports shall be submitted and shall be got approved by the purchaser or his authorized representative before dispatch.

16. INSPECTION Testing and inspection of material in accordance with the relevant ISS as mentioned in clause ‘Applicable standards’ above and as per drawings approved by the purchaser, shall be carried out by the purchaser or his duly authorised representative at works of the manufacturers. The manufacturer shall provide to the inspecting officer all reasonable facilities without charge to satisfy him that the material is being furnished in accordance with the specification. The purchaser or his authorised representative shall have access at all reasonable times to manufacturer’s works to inspect and witness the tests of the equipment manufactured.

Page 181: UTTAR HARYANA BIJLI VITRAN NIGAM

UTTAR & DAKSHIN HARYANA BIJLI VITRAN NIGAM

C:\Documents and Settings\Administrator\Desktop\14-12-09\PDC\CSC-XXV to XXXI\CSC-XXVIII.docPage 6 of 8

The purchaser has the right to have the tests carried out at the cost of the supplier by an independent Govt. agency, wherever there is a dispute regarding the quality of material supplied.

17. Drawings The bidder shall submit two sets of detailed dimensional drawing indicating there in the material used for various components. Manufacture of material shall not be commenced before receipt of approved drawings from the purchaser. Material not complying with dimensional drawings shall be rejected.

18. Guaranteed Technical Particulars Guaranteed Technical Particulars as detailed in Annexure – I shall be submitted along with the Tender. Tenders with out accompanying GTP’S shall not be accepted.

19. GUARANTEE / WARRANTEE

The supplier shall be responsible to replace, free of cost, with no transportation or insurance cost to the Purchaser, up to destination, the whole or any part of the material which in normal and proper use proves the defective in quality or workmanship, subject to the condition that the defect is noticed within 18 months from the date of receipt of material in stores OR 12 months from the date of commissioning whichever period may expire earlier. The consignee or any other officer of Nigam actually using the material will give prompt notice of each such defect to the supplier. The replacement shall be effected by the supplier within a reasonable time, but not, in any case, exceeding 45 days. The supplier shall, also, arrange to remove the defective within a reasonable period, but not exceeding 45 days from the date of issue of notice in respect thereof, failing which, the purchaser reserve the right to dispose of defective material in any manner considered fit by him (Purchaser), at the sole risk and cost of the supplier. Any sale proceeds of the defective material after meeting the expenses incurred on its custody, disposal handling etc., shall however be credited to the supplier’s account and set off against any outstanding dues of the purchaser against the supplier. The warranty for 12/18 months shall be one time.

20. CHALLENGE CLAUSEThe material offered/received after the inspection by the authorized inspecting officer may again be subjected to the test for losses or any other parameter from any Testing House/in-house technique of the Nigam & the results if found deviating un-acceptable or not complying to approved GTP's the bidder shall arrange to supply the replacement within thirty (30) days of such detection at his cost including to & fro transportation. In addition to this penalty @10% of cost of the inspected lot of material shall be imposed. This issues with the approval of Common Specifications Committee. General Manager/P&D Cum-Member Secretary CSC UHBVN Panchkula

Page 182: UTTAR HARYANA BIJLI VITRAN NIGAM

UTTAR & DAKSHIN HARYANA BIJLI VITRAN NIGAM

C:\Documents and Settings\Administrator\Desktop\14-12-09\PDC\CSC-XXV to XXXI\CSC-XXVIII.docPage 7 of 8

Annexure-I GUARANTEED TECHNICAL PARTICULARS FOR 11KV, 400 Amps G.O. SWITCHES

G.O. SWITCHES:-

1. Name of manufacturer

2. No. of breaks per pole.

3. No. of poles

4. Rated voltage

5. Rated frequency

6. Rated current

7. Minimum short time current (KA for 1sec.)

8. Max. temp. rise of contacts

9. Material of moving contact

10. Material of arcing horns

11. Material and size of operation handle & rod

12. Size of base channels

13. Type of bearings.

14. Minimum clearance between phases

15. Minimum clearance between phases & earth.

16. 1.2/50 microsecond Impulse withstand voltage

i) Across isolating distance

ii) Between poles and earth.

17. One minute power frequency withstand voltage

(B) POST INSULATORS

18. Name of manufacturer

19. Type of insulators

20. Height of the insulator:

21. Creepage distance (Min.)

22. Weight of each unit

Page 183: UTTAR HARYANA BIJLI VITRAN NIGAM

UTTAR & DAKSHIN HARYANA BIJLI VITRAN NIGAM

C:\Documents and Settings\Administrator\Desktop\14-12-09\PDC\CSC-XXV to XXXI\CSC-XXVIII.docPage 8 of 8

23. Flash over voltage: (i) Dry power frequency

(ii) Wet power frequency

(iii) Impulse withstand voltage of 1.2/50 micro seconds(+ve)

(iv) Impulse withstand voltage of 1.2/50 micro seconds(-ve)

24. Withstand voltages (i) Power frequency one minute dry withstand voltage

(ii) Power frequency one minute impulse wet withstand voltage

(iii) Impulse withstand voltage micro seconds (+ve polarity)

(iv) Impulse withstand voltage of 1.2/50 micro seconds (-ve polarity)

25. Power frequency puncture withstand voltage of unit

26. Cantilever strength upright position

27. Cantilever strength in under hung position Tensile strength Name of Signatory with stamp

Page 184: UTTAR HARYANA BIJLI VITRAN NIGAM

UTTAR & DAKSHIN HARYANA BIJLI VITRAN NIGAM

Specification No. CSC-XXXVI/DH/UH/P&D/2009-2010

TECHNICAL SPECIFICATION

OF

HEAT SHRINKABLE / PUSH ON TYPE

TERMINATIONS FOR 11 KV XLPE CABLES

Issue of the Month: Jan. 2010

Common Specifications Committee UHBVN & DHBVN

Page 1 of 10

Page 185: UTTAR HARYANA BIJLI VITRAN NIGAM

1. SCOPE :-

This specification covers the design, manufacture, assembly and testing of heat shrinkable/push on type terminations suitable for 11 KV 3-core XLPE insulated, screened, armoured, with aluminium conductor cables suitable for earthed system and confirming to IS:7098(Part-II)-1985 with latest amendment, if any.

2. STANDARD :-

The performance as well as type test requirements of all type of kits referred under scope shall conform to stipulations of IS : 13573/1992 or VDE-0278 with latest amendments, if any.

All the electrical & physical parameters of terminations should also

conform to the corresponding parameters of XLPE cables referred under ‘SCOPE’ of this specification, as per IS: 7098 (Part-II)-1985 (with latest amendments, if any) or equivalent international standards..

3. CLIMATIC CONDITIONS :-

1. Max. ambient air temperature 600C

2. Min. ambient air temperature C -5OC

3. Average Max. Daily ambient temperature 400C

4. Max. yearly weighed average ambient temperature

320C

5. Max. altitude above mean sea level (Meters) 1000

6. Minimum Relative Humidity (%age) 26

7. Max. Relative Humidity (%age) 95

8. Avg. No. of Rainy days/year 120

9. Avg. annual rainfall 900 mm

10. Maximum wind pressure 195 Kg./m Sq.

4. REQUIREMENT :-

The heat shrinkable/push on type terminations offered shall be of proven design and make, which have already been extensively used ;and fully type tested.

5. GENERAL REQUIREMENT :-

The purpose of this specification is to specify the performance requirements of termination kits for the use on 50 C/S 3 phase system with earthed neutral for working voltage of 11 KV. Earthing arrangement shall be as per relevant standard and details of earthing arrangement offered shall be submitted alongwith the tender.

Page 2 of 10

Page 186: UTTAR HARYANA BIJLI VITRAN NIGAM

5.1 The material to be used should be inert and capable of resisting

degradation during the service of cable system. The kit shall be provided with protection against rodents and termite attack.

5.2 Heat Shrinkable Type (Terminations) : 5.2.1 The term heat shrinkable refers to extruded or moulded polymeric

materials which are cross-linked to develop elastic memory and supplied in expanded or otherwise deformed size/shape, subsequently heating in a non-constrained state to a temperature above the shrink temperature resulting in the material recovering or shrinking to its original shape.

5.2.2 Since the sealant or adhesives (to be used for environment sealing)

between the ;heat shrinkable materials and XLPE cables shall be exposed to high electrical stresses, they must be track resistant.

5.2.3 The heat shrinkable polymer materials being used for external

leakage insulation between the high voltage of conductors and grounds should be weather resistant.

5.2.4 All cuts/nicks inadvertently occurred to XLPE insulation must be

rendered discharge free by using suitable discharge suppression compound.

5.2.5 The heat shrinkable tubing may be either extruded or moulded

type. 5.2.6 Higher thickness of heat shrinkable sleeves shall be preferable to

counter erosion due to pollution. 5.3 Push on type (Terminations only) : 5.3.1 Rubber components should be made from proven quality of tuber

with tested curing properties. 5.3.2 The semi conducting portion of the stress cone should be

vulcanized with insulation so that both semi conducting and insulation portion becomes an integrated part.

5.3.3 The stress cone must ;be of proven design of stress control. 5.3.4 The moulding of rubber components should be aimed to achieve a

smooth finish on interior and exterior of the components. 5.3.5 The stress cone should probably be reusable type. 5.3.6 In case of outdoor terminations, the suitable provision for covering

the cable cores with re-useable protective system from the crotch seal to the bottom of stress cone should be made.

Page 3 of 10

Page 187: UTTAR HARYANA BIJLI VITRAN NIGAM

5.4 Other Requirements : 5.4.1 Proper stress control, stress grading and non tracking arrangement

in the terminations shall be offered by means of proven methods, details of which shall be elaborated in the offer. Detailed sectional view of assemblies shall be submitted alongwith the offer.

5.4.2 The kits offered shall provide the total environment sealing, the

details of which shall be offered alongwith the offer. 5.4.3 Provision for effective screening over each core be made and

bidders shall categorically conform this aspect in their offer. 5.4.4 The material and components not specifically stated in the

specification, but which are essential for satisfactory operation of the equipments shall be included without any extra cost.

5.4.5 The terminations shall be of better tracking resistant properties and

fully reliable earthing system to maintain continuous contact with screening/armouring as the case may be.

5.4.6 The armour earthing arrangement shall form part of the termination. 5.4.7 Terminations shall have provision for shield connections and

earthing. 5.4.8 The kits shall be suitable for storage without deterioration at a

temperature upto 50oC for more than 5 years. 5.4.9 The fault level (as well as duration) withstand capability of

terminations should be strictly matching with these parameters of cables for which the kits are intended to be used.

5.4.10 The words DHBVN/UHBVN alongwith trade name of manufacturer,

month/year of manufacturer, size etc. shall be embossed/engraved or suitably marked with indelible ink/paint for the purpose of identification.

5.4.11 Suitable creepage extension/rain protection sheds for outdoor

termination shall be provided. 5.4.12 The adequate provisions for eliminating the chances of entrapment

of air at the steps formed by semicon screen shall be made. 5.4.13 The gripping tubing (termination boot) for the cable where

trifurcation takes place, shall also be part of kit and covered under scope of this supply of this specification.

5.4.14 Name of sub-supplier for the raw material and standard according

to which their raw material are tested, must be furnished alongwith the offer.

Page 4 of 10

Page 188: UTTAR HARYANA BIJLI VITRAN NIGAM

5.4.15 Detailed kit contents, whether manufactured by the bidder or bought from outside (with name of sub vendor) for each component must be indicated in the offer.

5.4.16 The; terminations shall be supplied in kit forms. All insulating and

sealing materials, consumable items, conductor fittings, earthing arrangements and lugs etc. shall be included in the individual kit.

5.4.17 An instruction manual in English, indicating the complete

method/procedure to be adopted for installation of kits, preferably with more and more diagrams/pictorial presentation shall be supplied with each kit. Various items quantity there of against each kit must be indicated in the instruction manual.

6. GUARANTEED TECHNICAL PARTICULARS :-

The terminations shall have same electrical and thermal characteristics as those of cables with which these are intended to be used. The tenderers must furnish the guarantee technical particulars for each type/size of kit ;in Annexure-‘A’.

7. CONSUMABLES OR RE-USABLE PUSH ON TYPE KITS :-

The details of consumable viz-a-viz reusable parts for each size of push on type (indoor/outdoor separately) termination must be supplied on a separate sheet. The %age of consumables for reusing these kits must be indicated for each size.

8. DRAWINGS :-

Complete detailed dimensional drawings showing all details of kit contents/bill of material for each size type.

Note : Any tender without complete guaranteed technical particulars and dimensional drawings shall be liable for rejection :

9. TRAINING :-

In case of placement of an order against this tender enquiry, the tenderer shall have to impart free of cost demonstration to selected number of Nigam personnel by installing few kits any where in Haryana, places of Purchaser’s discretion. If required, supplier may have to give free of cost practical training regarding installation of their product in NiIgam training institutes also.

Page 5 of 10

Page 189: UTTAR HARYANA BIJLI VITRAN NIGAM

10. TESTS :-

10.1 Type tests :

The termination kits of offered design should have been got tested from NABL accredited laboratory as per relevant standards with latest version.

10.2 Acceptance Tests :

Initially the following tests shall constitute as acceptance tests :- i) Dimensional checking as per approved drawings. ii) Volume resistivity test for various components. iii) AC High voltage test after installation of terminations (as per IS :

13573/1992 or VDE-0278) on appropriate cable. iv) Dielectric strength of major components. v) D.C. High voltage test. vi) Tracking resistance. vii) Ultimatic Elongation.

The scope to include more type tests as acceptance tests shall be decided after processing the offers of various bidders/after knowing the details of testing facilities for type tests available with various tenders.

IMPORTANT : The tenderers must specifically mention in their offer about the details of testing facilities for various type test as per IS : 13573/1992 and or VDE-0278, available at their works, failing to do so, the offer is liable to be rejected on the presumption that adequate testing facilities are not available with them.

ROUTINE TESTS :- The following tests shall constitute routine test : i) Dielectric strength. ii) Density. iii) Heat shock. iv) Shrinkage ratio. The tenderer must specify the details of routine tests (being conducted at their works ) alongwith the standard applicable, in their offer. The routine test certificates shall be furnished alongwith the inspection call for each offered lot.

11. INSPECTION :

The material shall be made, inspected and tested in the presence of the authorized representative of the Nigam at the manufacturer’s/suppliers works at the cost of the suppliers. In case the supplier is not in a position to get these tests carried out at his works,

Page 6 of 10

Page 190: UTTAR HARYANA BIJLI VITRAN NIGAM

then the material should be got tested in the presence of authorized inspecting officer of Nigam from any other testing agency or from the Govt. recognized testing agency. All the expenses incurred to this effect shall be borne by the supplier. The purchaser or his authorized representative shall have access at all reasonable times to the manufacturer’s works to inspect and witness the tests. The purchaser have the right to have the tests carried out at the cost of the supplier by an independent agency wherever there is dispute regarding the quality of the material supplied.

The manufacturer shall be responsible to pay penalty of Rs 20,000/- for each occasion at which the fake inspection call has been made or the material is rejected during testing/inspection by the authorized agency/representative of the Nigam. This penalty would be in addition to the expenses incurred by the Nigam in deputing the Inspecting Officer, carrying out such inspection.

12. PACKING AND TRANSPORT :

The supplier shall be responsible for suitable packing of all the kits of material and marking on the consignment, so as to avoid any damage during transport and storage and to ensure correct dispatch to the destination.

13. Challenge Clause:-

The material offered/received after the inspection by the authorized inspecting officer may again be subjected to the test for or any parameter from any testing house/in-house technique of the Nigam & the results if found deviating un-acceptable or not complying to approved GTP’s the bidder shall arrange to supply the replacement within thirty (30) days of such detection at his cost including to & fro transportation. In addition , penalty @10% of cost of the inspected lot of material shall be imposed.

14. Warranty Period:-

The supplier shall be responsible to replace, free of cost, with no transportation or insurance cost to the purchaser, up to destination, the whole or any part to the material which in normal and proper use proves the defective in quality or workmanship, subject to the condition that the defect is noticed within 24 months from the date of receipt of material in stores or 18 months from the date of commissioning whichever period may expire earlier. The consignee or nay other officer of Nigam actually using the material will give prompt notice of each such defect to the supplier. The replacement shall be effected by the supplier within a reasonable time, but not, in any case, exceeding 45 days. The supplier shall, also, arrange to remove the defective within a reasonable period, but not exceeding 45 days from the date of issue of notice in respect thereof, failing which, the purchaser reserve the right to dispose of defective material in any manner considered fit

Page 7 of 10

Page 191: UTTAR HARYANA BIJLI VITRAN NIGAM

by him (purchaser), at the sole risk and cost of the supplier. Any sale proceeds of the defective material after meeting the expenses incurred on its custody, disposal handling etc., shall however be credited to the supplier’s account and set off against any outstanding dues of the purchaser against the supplier. The warranty for 18/24 months shall be one time.

Director/Technical-I, UHBNV, Panchkula

Director/Project,DHBVN, Hisar

CGM/PD&C, UHBVN, Panchkula

CGM/P&D, DHBVN, Hisar.

FA & CAO/MM, UHBNV, Panchkula

FA & CAO/MM, DHBVN, Hisar

GM/P&D, UHBNV, Panchkula

GM/P&D, DHBVN, Hisar

Page 8 of 10

Page 192: UTTAR HARYANA BIJLI VITRAN NIGAM

ANNEXURE-‘A’ SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR TERMINATIONS OUTDOOR / INDOOR TERMINATION KIT H.S. PUSH ON 1. Manufacturer’s name & Address.

2. Sr. No. & name and country of origin.

3. Voltage grade.

4. Type of kit offered.

5. Applicable standards.

6. Size.

7. Material of tubing/moulded part/self amalgamating tape etc.

8. Insulation time.

9. Curing time.

10. Time required for energisation after completion of termination.

11. Special devices required, if any.

12. Kit storage temperature (Degree centigrade).

13. (a) Shelf life of kit.

(b) Design life of kit.

14. List lof contents of kit (to be furnished separately)

15. Material used for stress control.

16. Dielectric strength of insulation material (KV/mm).

17. Materials used in encapsulating compound and environmental sealing.

18. Class of kit.

19. Whether test reports, drawings land instruction leaf lets are enclosed.

20. Volume resistivity.

i) Stress control tubing.

ii) Non tracking tubing.

21. Relative permitivity.

i) Stress control tubing.

ii) Non tracking tubing.

22. Water absorption.

i) Stress control tubing.

ii) Non tracking tube.

23. Tracking resistance.

Page 9 of 10

Page 193: UTTAR HARYANA BIJLI VITRAN NIGAM

i) Stress control tube.

ii) Non tracking tube.

24. Tensile strength.

i) Stress control tube.

ii) Non tracking tube.

25. Ultimate elongation

(a) Stress control tube.

(b) Non tracking tube.

Note : While giving details of technical parameters under Sr. No. 20 to 25 above,

the reference of applicable relevant ISS/international standard must be indicated.

Page 10 of 10

Page 194: UTTAR HARYANA BIJLI VITRAN NIGAM

UTTAR & DAKSHIN HARYANA BIJLI VITRAN NIGAM

Specification No. CSC- 44 /DH/UH/P&D/2009-2010

TECHNICAL SPECIFICATION

FOR

11 kV XLPE POWER CABLES OF VARIOUS SIZES 50, 99, 150, 185 & 300 mm2

(CROSS LINKED POLYTHELENE DRY/ GAS

CURED)

Month Issue:

Common Specifications Committee UHBVN & DHBVN

Page 1 of 18

Page 195: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 2 of 18

TECHNICAL SPECIFICATION FOR 11 kV XLPE POWER CABLE (CROSS LINKED POLYTHELENE DRY / GAS CURED)

1. SCOPE:

This Section of the Specification covers design, manufacturing, testing,

packing, supply & delivery FOR destination of 11 kV XLPE Dry / gas

cured insulated power cable of size 50, 99, 150, 185 & 300 mm2 for

effectively earthed specification system.

2. STANDARDS: Unless otherwise specified, the cable shall conform in all

respect to IS: 7098 (Part-II)-1985, IS:8130-1984 and IEC-502

standards with latest amendment thereof.

3. CLIMATIC CONDITIONS: The climatic conditions under which are cables shall operate

satisfactorily are as follows

1. Max. ambient air temperature 600C

2. Min. ambient air temperature (-)50C

3. Average Daily max. ambient temperature 400C

4. Max. yearly weighed average ambient

temperature

320C

5. Max. altitude above mean sea level (Meters) 1000

6. Minimum Relative Humidity (%age) 26

7. Max. Relative Humidity (%age) 95

8. Avg. No. of Rainy days/year 120

9. Avg. annual rainfall 900 mm

10. Maximum wind pressure 195 Kg./m Sq.

Note: Moderately hot & humid tropical climate conductive to rust & fungus

growth. The climatic conditions are also prone to wide variations in

ambient conditions. Smoke is also present in the atmosphere Heavy

lightning also occurs during June to October.

Page 196: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 3 of 18

4. PRINCIPAL PARAMETERS: 4.1. 11 kV (E) Grade XLPE, 3-Core, power cable shall be of high

conductivity, stranded compacted, H.D. aluminum circular shaped

conductor with XLPE (cross linked Poly Ethylene) Dry/ Gas cured

insulation provided with shielding of extruded semi-conducting

materials over conductor and XLPE insulation. Each insulated core shall

have copper tape screen, laid together and provided with common

covering of PVC Inner Sheath (Extruded). Overall galvanized steel strip

arm our and PVC outer sheath shall be provided. The specification

for manufacture of cable shall be conforming to IS: 7098 (Part-II) 1985

(latest edition) for 11KV (E), 3-phase, 50 Hz. Earthed systems.

4.2. Outer sheath shall be designed to afford high degree of

mechanical protection and shall also be heat, oil, chemical and weather

resistant, Common acid, alkalis and sealing solution shall not have

adverse effect on material of PVC sheath.

4.3. Cable shall be suitable for laying in covered trenches and / or buried

under-ground in outdoor.

4.4. Cable Parameters :

(i) Voltage grade (Uo / U) kV : 6.35 / 11

(ii) Cores (Nos) : 3

(iii) Nominal system voltage kV : 11

(iv) Highest system voltage kV : 12

(v) System frequency Hz : 50

(vi) Variation in frequency % : � 3

(vii) (b) Maximum allowable 900C :

temp. under short circuit

condition

(viii) 1.2/50 microsecond lightning impulse

wave withstand voltage value. : 75KVp

(ix) 5 Min. Power frequency

withstand voltage kV rms : 17

(x) System earthling : Effectively earthed.

Page 197: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 4 of 18

5. ENERAL TECHNICAL REQUIREMENTS: 5.1. Conductor:

The cable conductor shall be made from high conductivity stranded High

Density aluminum to form compacted circular shaped conductor having

resistance within limits specified in IS: 8130/1984 and any latest

amendment to it.

5.2. Conductor shield:

The conductor having semi-conducing screen shall ensure perfectly

smooth profile & avoid concentration of stress. The conductor screen

shall be extruded in the same operation as the insulation. The semi-

conducting polymer shall be cross linked.

5.3. Insulation:

The XLPE insulation shall be suitable for 11 kV system voltage and

should be manufactured with Dry /Gas curing process. The bidder

shall submit the description of dry /gas curing process, with the

clear inclusion of equipments / parameters involved. The

manufacturing process shall ensure that the insulation shall be free of

voids. The insulation shall withstand mechanical and thermal stress

under steady state and transient operating conditions. The

extrusion method should give very smooth interface between semi-

conducting screen and insulation. The insulation of the cable shall be

of high standard quality generally conforming to IS: 7098 (Part – II) –

1985 and any latest amendment to it.

5.4. Insulation shield:

Non-metallic semi-conducting shield shall be provided over the insulation

to confine electrical field to the insulation. The insulation shield

shall be extruded in the same operation as the conductor shield and

the insulation by suitable extrusion process. The XLPE insulation

shield shall be of tended type. Copper metallic overlapped tape shield

shall be provided.

5.5. Filler and Inner-Sheath:

The sheath shall be suitable to withstand the site conditions and the

desired temperature. It shall be of adequate thickness, consistent quality

and free from all defects. The PVC sheath shall be extruded. The

material of fillers and inner-sheath shall be compatible with the

temperature ratings of the cable and shall have no deterious effect on

any other component of the cable. Central PVC filler shall also, be

Page 198: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 5 of 18

provided with other peripheral PVC fillers to have proper circular

section.

5.6. Armour:

Armoring of galvanized steel strip shall be provided. The dimensions

of steel strips shall be as per latest edition of IS: 3975 – 1979.

5.7. Outer-Sheath:

Extruded type ST-2 PVC outer-sheath, conforming to IS: 5831- (1984)

(latest edition) over armoring with suitable additives (to prevent attack

by rodents & termites), shall be provided.

5.8. Construction:

5.8.1. The cable shall have suitable PVC fillers laid up with insulation cores to

have subsequently circular cross-section before the inner sheath is

applied. The fillers shall be suitable for operating temperature of

the cable.

5.8.2. All materials used in manufacturing of cable shall be new, unused

and of finest quality. All materials should comply with the requirements

/ tests as per applicable IS / IEC specification, Indian Electricity Rules

and any other statutory provision of rules & regulations.

5.8.3. The PVC material used in the manufacture of cable shall be of reputed

manufacturer. No recycled material PVC is permitted. The purchaser reserves

the right to ask for documentary evidence of the purchase of var ious

mater ia ls , ( to be used for the manufacture of cable) as a part

of quality control. Quality Assurance plan shall be submitted.

5.9. Current Rating: The indicative value of continuous current carrying capacity at Maximum

conductor temperature of 90 0C (for design purpose by field ) of the

various sizes of the cables is given below:

Continuous Current Carrying

Capacity in Amp

(For 11 kV cable)

Sr. No.

Size of 3 Core

Cable

(Sq.mm) IN Ground In air

1 50 130 140

2 95 185 200

3 150 235 265

4 185 270 310

5 300 340 396

Page 199: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 6 of 18

The bidder needs to confirm the guaranteed corresponding figures.

5.9.1. Short circuit ratings of various sizes of 3 core cable calculated for

duration of one second at maximum temperature of 2500 C, are given

below:

Sr. No.

Size of 3 Core Cable

(Sq.mm)

Conductor short circuit rating in kA(rms) (For 11 kV cable)

1 50 4.70

2 95 8.93

3 150 14.1

4 185 17.4

5 300 28.2

The bidder needs to confirm the guaranteed corresponding figures.

5.9.2. The current rating shall be based on maximum conductor

temperature of 90 0 C with ambient site condition as specified herein.

Continuous rated current of cable supplied shall be clearly specified at

ambient temp. of 20,30, 40, 50 & 60 0C.

5.9.3. Operation : 5.9.4. Cable shall be suitable for operation under frequency variation of ±3%

and voltage variation of +10% to -15% and combined frequency -

voltage variation of 10% (absolute sum).

5.9.5. Cable shall be suitable for laying in duct or buried underground.

5.9.6. Cable shall have heat & moisture resistance properties. These shall be

of type & design with proven record on distribution network service.

5.9.7. Length :

The cable shall be supplied in standard drum length of 300 mtrs. ±

5% tolerance for all the sizes of cable except for 3 C x 300 mm2 size

cable. The drum length for 3C x 300 mm2 cable shall be 200 mtrs. ±5%.

Over all tolerance in total quantity of ordered cables shall be ± 2%.

5.9.8. Identification Mark :

(i) The cable drum shall be printed with information as per cl. 21;2 of IS

and ISI Certification mark. Bidder shall submit xerox copy of valid ISI

Licenses with technical bid.

(ii) For identification of cores, coloured strip of Red, Yellow and Blue

colours shall be used for identification of phases. Following details

of identification shall be embossed at intervals of length of one meter

of cable outer sheath.

Page 200: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 7 of 18

(iii) (a) Name of manufacturer (b) year of manufacture (c) voltage grade

(d) Name of purchaser “DHBVN ”(e) ISI certification mark.

6. TESTS: 6.1. (A) Type Tests:

All the cable sizes i.e. items offered should have been fully

type tested as per the relevant standards at any Govt.

recognized Laboratory. The bidder shall furnish three sets of

type test reports along with the offer. These type tests must

have been conducted within last five years prior to date of Bid

opening. For any change between design/type of already type

tested and the design / type offered against this specification,

the purchaser reserves the right to demand repetiton of type

tests without any extra cost.

The purchaser also reserves the right to have tests carried out at

his own cost from an independent agency, whenever there is a

dispute regarding the quality of supply.

(B) Type tests certificates for following type tests shall be furnished

invariably with the offer:

(a) Tests on conductor : (i) Tensile test (ii) Wrapping test (iii) Resistance test

(b) Tests for armouring strips / wires. :

(c) Tests for thickness of insulation and sheath. : (d) Physical tests for insulation. :

(i) Tensile strength and elongation at break.

(ii) Ageing in air oven

(iii) Hot set

(iv) Shrinkage test

(v) Water absorption

(e) Physical tests on outer seath :

(i) Tensile strength and elongation at break.

Page 201: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 8 of 18

(ii) Ageing in air oven

(iii) Shrinkage test

(iv) Hot deformation

(v) Bleeding and blooming test

(f) Partial discharge test

(g) Bending test

(h) Dielectric power factor test

i) as a function of voltage

ii) as a function of temperature

(i) Insulation resistance test (volume resistivity)

(j) Heating cycle test

(k) Impulse withstand test

(l) High voltage test

(m) Flammability test

6.2. Acceptance Test: 6.2.1. The selection of sample pieces for acceptance test shall be from

10% drums of each lot offered for inspection or part thereof. The

minimum shall be one drum.

6.2.2. The following acceptance tests shall be carried as per IS: 7098

(Part-II) – 1985 out on the selected samples.

(a) Annealing test (for copper) (b) Tensile test (for aluminum) (c) Wrapping test (for aluminum) (d) Conductor resistance test. (e) Test for thickness of insulation and sheath (f) Hot set test for insulation (g) Tensile strength and elongation at break test for insulation and

sheath. (h) Partial discharge test (for screened cables only)

Page 202: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 9 of 18

(i) High voltage test for 4 hours (as per cl. No. 19.7.1) (j) Insulation resistance (volume resistivity) test.

6.2.3. All the acceptance tests shall be carried out by the firm, in the presence of

purchaser’s representative at their works. The firm shall give atleast 15

days’ advance notice to the purchaser to enable him to depute the

engineer for witnessing the tests. The test certificates for acceptance

tests witnessed by inspecting officer/ engineer shall be submitted for

approval before dispatch of material.

6.2.4. Tests: 6.2.4.1.1. The Inspector may inspect the following routine test for at the

time of inspection .

(a) Conductor resistance test (b) Partial discharge test (c) High-voltage test for 5 minutes [as per Clause 19.7.2 of IS:

7098 (Part-II) – 1985].

7. INSPECTION: 7.1.1. The inspection may be carried out by the purchaser at any stage of

manufacture. The successful bidder shall grant free access to the

purchaser’s representative at reasonable time, when the work is in

progress. Inspection and acceptance, of any cables under this

specification by the purchaser, shall not relieve the supplier of his

obligation of supplying cable in accordance with the specification

and shall not prevent subsequent rejection, if the cables are found

defective.

7.1.2. The supplier shall keep the purchaser informed in advance about the

programme of manufacturing of cables so that arrangement can be

made for inspection.

7.1.3. The purchaser reserves the right to insist for witnessing the

acceptance / routing tests of the bought out items.

7.1.4. The manufacturer shall be responsible to pay penalty of Rs 20,000/-

for each occasion at which the fake inspection call has been made or

the material is rejected during testing/inspection by the authorized

agency/representative of the Nigam. This penalty would be in addition

to the expenses incurred by the Nigam in deputing the Inspecting

Officer, carrying out such inspection.

Page 203: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 10 of 18

7.1.5. At least 5% of total numbers of drums subject to minimum of 2 in each

lot put up for inspection shall be selected at random to ascertain the

length/workmanship of cable by the following method:

At the work of the manufacture, the cable shall be transferred from

one drum to another for checking any manufacturing defects in the

cable drum selected for conducting acceptance tests, at the same time

measuring its length with the help of pulley & cyclometer

graduated in presence of inspector. The difference in the measured

length thus obtained from the declared length by the supplier in the

packing list shall be applied to all the drums if the cable is found short

during checking the sample lot (s).

7.1.6. The supplier shall present the latest Calibration Certificate(s) of testing

instruments/equipments to be used for the testing of the material

covered in the Purchase Order to the authorized inspecting officer

/inspecting agency of the purchaser. The testing instruments / meters

/apparatus etc. should be got calibrated by the supplier from time to time

from an independent testing laboratory / house having valid

accreditation from National Accreditation Board for testing and

calibrating laboratories for the testing equipment or from original

manufacturers having trace ability to NABL /NPL. The calibration

certificate(s) should not in any case be older than one year at the time

of presenting the same to the inspecting officer / inspecting agency of

the purchaser. The testing instruments / equipment should be duly

sealed by the Calibrating Agency and mention thereof shallbe indicated in

the calibration certificate(s).

8. DOCUMENTATION:

The bidder shall furnish following documents along with his offer.

8.1.1. Sectional view, showing the General constructional feature with

conductor / conductor screen / insulation / armoring / inner and outer

sheath etc.

8.1.2. Drawing of cable drums with details of material dimension and paint etc.

8.1.3. All the required type test reports for offered items tested at any

Government recognized Laboratory as stated under Clause No. 6.1

(B).

8.1.4. Literature, pamphlets for the supplied items.

Page 204: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 11 of 18

9. PACKING AND FORWARDING: 9.1.1. The cable shall be wound on wooden drums as per IS: 10418 – 1972

and packed in drums suitable for vertical / horizontal transport, as

the case may be and shall be suitable to withstand rough

handling during transport and outer storage. The outer surface of the

drum shall be painted with white aluminum pint. Similarly, the inside

surface of drum shall have the protective layer of varnish / paint .

9.1.2. The wooden drums shall be reinforced with steel bends and strips for

better protection.

9.1.3. The ends of the cable shall be sealed by means of non-

hygroscopic sealing material.

9.1.4. The following information be stenciled on the drum with either water

proof ink or oil paint:

i. Reference of IS / IEC standard.

ii. Manufacturer’s name or trademark.

iii. Type of cable and voltage grade.

iv. No. of cores.

v. Nominal cross-sectional area of conductor. vi. Cable code.

vii. Length of cable on the drum

viii. No. of lengths on the drum (if more than one)

ix. Direction of rotation of drum (by means of an arrow)

x. Position of outer end of cable

xi. Gross weight

xii. Year of manufacture

xiii Reference of Tender No. / P.O. No. date

xiv Property of __________.

xv. Name of consignee and the destination.

The drum may also be marked with ISI Certification Mark.

9.1.5. The firm shall be responsible for any damage to the cables during

transit due to improper and inadequate packing. Wherever

necessary, proper arrangement for lifting, such as lifting hooks, shall

be provided. Any cable found short inside the packing cases shall be

supplied by the supplier, without any extra cost.

9.1.6. Each consignment shall be accompanied by a detailed packing list,

containing the following information:

(a) Name of consignee

(b) Details of consignment

Page 205: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 12 of 18

(c) Destination

(d) Total weight of consignment

(e) Handling and unpacking instruction

(f) Bill of materials, indicating contents of each package.

10. TECHNICAL AND GUARANTEED PARTICULARS:

The bidder shall furnish all Guaranteed Technical Particulars, as called

for, in Appendix - I of this Specification. Particulars, which are subject

to guarantee, shall be clearly identified. Offer not containing these

information will not be considered for acceptance.

11. Challenge Clause:-

The material offered/received after the inspection by the authorized

inspecting officer may again be subjected to test for any parameter from

any testing house/in-house technique of the Nigam & the results if found

deviating un-acceptable or not complying to approved GTPs, the bidder

shall arrange to supply the replacement within thirty (30) days of such

detection at his cost including to & fro transportation. In addition , penalty

@10% of cost of the inspected lot of material shall be imposed.

12. Warranty Period:-

The supplier shall be responsible to replace, free of cost, with no

transportation or insurance cost to the purchaser, up to destination, the

whole or any part to the material which in normal and proper use proves

the defective in quality or workmanship, subject to the condition that the

defect is noticed within 18 months from the date of receipt of material in

stores or 12 months from the date of commissioning whichever period

may expire earlier. The consignee or nay other officer of Nigam actually

using the material will give prompt notice of each such defect to the

supplier. The replacement shall be effected by the supplier within a

reasonable time, but not, in any case, exceeding 45 days/ The supplier

shall, also, arrange to remove the defective within a reasonable period,

but not exceeding 45 days from the date of issue of notice in respect

thereof, failing which, the purchaser reserve the right to dispose of

defective material in any manner considered fit by him (purchaser), at the

sole risk and cost of the supplier. Any sale proceeds of the defective

material after meeting the expenses incurred on its custody, disposal

Page 206: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 13 of 18

handling etc., shall however be credited to the supplier’s account and set

off against any outstanding dues of the purchaser against the supplier.

The warranty for 12/18 months shall be one time.

The specification no. CSC-XIV/ DH/UH/P&D/2009-2010 be hereby

considered withdrawn.

Director/Technical-I, UHBNV, Panchkula

Director/Project,DHBVN, Hisar

CGM/PD&C, UHBVN, Panchkula

CGM/P&D, DHBVN, Hisar.

FA & CAO/MM, UHBNV, Panchkula

FA & CAO/MM, DHBVN, Hisar

GM/P&D, UHBNV, Panchkula

GM/P&D, DHBVN, Hisar

Page 207: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 14 of 18

APPENDIX – I

SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR 11KV XLPE POWER CABLE

(To be filled in and signed by the Tenderer) 1.00.0 GENERAL:

1.01.0

Name of Manufacturer

:

1.02.0

Place of Manufacturing

:

1.03.0

Applicable standard IS/IEC

:

1.04.0

Design ambient temperature 0C

:

1.05.0 Cable size(s) of cable offered

mm2

:

Note: (Fill – up separate column for the following particulars for each type & size of cable)

2.00.0 CABLES:

2.01.0

Voltage grade (Uo / U)

:

2.02.0 Whether suitable for neutral : earthed / unearthed System

2.03.0 Permissible voltage & frequency : a) Voltage variation for satisfactory operation b) Frequency

c) Overall 2.04.0 Nos. of cores & size :

2.05.0 Continuous current carrying : capacity

2.05.1 For standard condition as per IS

1) In air (Amp.) :

2) In ground ( “ ) :

3) In duct ( “ ) :

4) In trench ( “ ) :

Page 208: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 15 of 18

2.05.2 For site condition :

1) In air (Amp.) :

2) In ground ( “ ) :

3) In duct ( “ ) :

4) In trench ( “ ) :

3.00.0 CONDUCTOR:

3.01.0 Material & its applicable IS. :

3.02.0 Shape of conductor : 3.03.0 Nominal cross section area (mm2) :

3.04.0 Number of wires per core : 3.05.0 Nominal area of each wire used in each core of the

conductor as a)Diameter mm

b) Cross section mm2:

4.00.0 CONDUCTOR SCREENING:

4.01.0

Type

:

4.02.0

Material & its applicable IS.

: 4.03.0

Max. working temp 0C

:

4.04.0

Nominal thickness (mm)

:

5.00.0 INSULATION:

5.01.0 Material & its applicable IS : 5.02.0 Thickness of insulation (mm)

a) Between cores :

b) Between cores & inner sheath :

5.03.0 Tolerance in thickness (percent) : of insulation

5.04.0 Diameter of core over insulation :

(mm)

5.05.0 Specific resistance of insulation at :

ninety (90) degree Centigrade

(Ohm-Cm)

6.00.0 INSULATION SCREENING: 6.01.0 Material & its applicable IS. :

Page 209: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 16 of 18

6.02.0 Thickness (mm):

1) Semi-conducting part :

2) Metallic part (copper tape) :

6.03.0 Whether overlapping provided for :

copper tape

6.04.0 Current carrying capacity :

a) Continuous (Amps.) :

b) S.C. current duration of 3-Sec. :

(KA)

c) S.C. current duration / sec.(kA) :

6.05.0 Diameter of core over screening :

(mm)

6.06.0 Whether insulation screen is :

removable without the application of heat

7.00.0 FILLER:

7.01.0

Material & its applicable IS

:

7.02.0 Whether suitable for : Yes/ No

Operating temperature of Cable

7.03.0 No of fillers provided :

including central filler

8.00.0 INNER SHEATH:

8.01.0 Material & its applicable IS :

8.02.0 Extruded or wrapped : 8.03.0 Thickness (mm) :

8.04.0 Diameter of cable over inner- :

sheath (mm)

9.00.0 ARMOURING: 9.01.0 Material & its applicable IS :

9.02.0 Type of armouring :

9.04.0 Nos. of strips :

9.05.0 Diameter of cable over armouring :

9.06.0 Current carrying capacity of :

Page 210: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 17 of 18

armour

a) on continuous basis (Amp)

b) short circuit current duration of :

1 sec (KA)

10.00.0 OUTER SHEATH:

10.01.0

Material & its applicable IS.

:

10.02.0

Thickness of sheath

:

10.03.0

Tolerance on thickness of sheath

:

10.04.0

Over all diameter of cable (mm)

:

10.05.0

Scheme for identification

:

11.00.0 CABLE CONSTANT: 11.01.0 AC resistance per core at :

operating temp. (Ohm/KM)

11.02.0 DC resistance per core at 200C :

(Ohm/KM)

11.03.0 Reactance per core (Ohm/KM) :

11.04.0 Capacitance per core :

(Microfarad/ KM)

11.05.0 Insulation resistance at 270C :

(Ohm/ KM)

11.06.0 Loss tangent :

11.07.0 Dielectric constant :

11.08.0 Maxi. Cable charging current at :

normal rated voltage

(Amp/KM)

12.00.0 OTHER PARAMETERS: 12.01.0 Recommended minimum braiding :

radius (mm)

12.02.0 Safe pulling force :

12.03.0 Cable weight (Kg./KM) :

Page 211: UTTAR HARYANA BIJLI VITRAN NIGAM

Page 18 of 18

13.00.0 CABLE DRUM: 13.01.0 Net weight of cable (Kg.) :

13.02.0 Drum weight (Kg.)

:13.03.0 Shipping weight (Kg.) :

13.04.0 Whether ISI Mark shall be :

indicated on drum (Yes/No)

13.05.0 Length of cable per drum (Meter) :

14.00.0 Whether details shall be :

embossed as stated under Cl.

1.9.4 of Technical Specification

(Yes/No)

15.00.0 Whether type test reports :

submitted, as stated under Cl.

6.1 of Technical Specification

(Yes/ No)

16.00.0 Whether drawings submitted as :

specified under Cl. 8.1.1 & 8.1.2 of

Technical Specification. (Yes/ No)

17.00.0 Whether unpriced schedule of : .

offered items submitted with

Technical offer. (Yes/ No)

_______________ ________________________

SEAL OF FIRM SIGNATURE OF TENDERER

Page 212: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 213: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 214: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 215: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 216: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 217: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 218: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 219: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 220: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 221: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 222: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 223: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 224: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 225: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 226: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 227: UTTAR HARYANA BIJLI VITRAN NIGAM

UTTAR HARYANA BIJLI VITRAN NIGAM

(Specification No84.SE/P&D/XEN-DD-II)

TECHNICAL SPECIFICATION

FOR

COMPOSITE INSULATORS

FOR

33 KV / 11 KV WORKS

Office of the :Chief Engineer/PD&C,

UHBVN, SCO-94, IInd Floor, Sector 5,

Panchkula – 134109.0172 – 2570431

C:\Documents and Settings\uhbvn\Desktop\Jind\TECHNICAL SPECIFICATION FOR COMPOSITE INSULATORS.doc Page 1 of 13 SPECS No84.SE/P&D/XEN-DD-II

Page 228: UTTAR HARYANA BIJLI VITRAN NIGAM

TECHNICAL SPECIFICATION FOR COMPOSITE INSULATORS

FOR USE IN 11 kV and 33 kV SYSTEM

1.0 SCOPE This specification covers design, manufacture, testing and supply of composite insulators for use in the 11 kV/33 kV overhead transmission lines and substations. The composite insulators shall be of the following type:- (i) Long rod insulators for conductors in tension application at angle/cut

points. The insulators shall be of ball and socket type or tongue & Clevis type, as desired by the purchaser.

(ii) Line post insulators or pin for straight line locations. 2.0 APPLICABLE STANDARDS 2.1 Standards Following Indian / International Standards, which shall mean latest revision, with latest amendment / changes adopted and published, unless specifically stated other in the Specification, shall be referred while accessing of insulators with these specifications. 2.1.1 In the event of supply of insulators conforming to standards other than

specified, the Bidder shall confirm in his bid that these standards are equivalent or better to those specified. In case of award, silent features of comparison between the standards proposed by the Bidder and those specified in this document will be provided by the Supplier to establish equivalence.

Sr No.

Indian Standard Standard

Title International Standard

1. Definition, test methods and acceptance criteria for composite insulators for a.c. overhead line above 1000 V

IEC: 61109

2. IS: 731 Porcelain insulators for overhead Power lines with a nominal voltage greater than 1000 V

IEC: 60383

3. IS: 2071 Methods of High Voltage Testing IEC: 60060-1 4. IS: 2486 Specification for Insulator fittings for

Overhead Power Lines with a nominal voltage greater than 1000 V General Requirements and Tests Dimensional Requirement Locking Devices

IEC: 60120 IEC: 60372

5. Thermal Mechanical Performance test and mechanical performance test on string insulator units

IEC:60575

6. IS: 13134 Guide for the selection of insulators in respect of polluted conditions

IEC: 60815

7. Characteristics of string insulator units of the long rod type

IEC: 60433

8. Hydrophobic Classification Guide STRI guide 1.92/1 9. Radio interference characteristics of

overhead power line and high-voltage equipment

CISPR: 18-2 Part 2

10. IS: 8263 Methods of RI Test of HV Insulators IEC: 60437

C:\Documents and Settings\uhbvn\Desktop\Jind\TECHNICAL SPECIFICATION FOR COMPOSITE INSULATORS.doc Page 2 of 13 SPECS No84.SE/P&D/XEN-DD-II

Page 229: UTTAR HARYANA BIJLI VITRAN NIGAM

11. Standard for Insulators – Composite-Distribution Dead end Type

ANSI C29.13-2000

12. IS: 4759 Hot dip zinc coating on structural steel & other allied products

ISO: 1459 ISO: 1461

13. IS: 2629 Recommended Practice for Hot, Dip Galvanization for iron and steel

ISO-1461 (E)

14. IS 6745 Determination of Weight of Zinc Coating on Zinc coated iron and steel articles

ISO: 1460

15. IS: 3203 Methods of testing of local thickness of electroplated coating

ISO: 2178

16. IS: 2633 Testing of Uniformity of Coating of zinc coated articles

17. Standard specification for glass fiber strands

ASTM D 578-05

18. Standard test method for compositional analysis by Thermogravimetry

ASTM E 1131-03

19. IS: 4699 Specification for refined secondary Zinc The addresses of organizations who offer the above standards are given at Annexure-A. 3.0 TECHNICAL DESCRIPTION OF COMPOSITE INSULATORS Service condition The polymer insulators to be supplied shall be suitable for satisfactory

continuous operation under conditions as specified below:-

3.1 Maximum ambient temperature 500C

3.2 Minimum ambient Temperature -2.50C

3.3 Maximum relative humidity 100 %

3.4 Minimum relative humidity 26%

3.5 Average number of dust storm days 35

per annum.

3.6 Isocraunic level 45

3.7 Average no. of rainy days per year Nearly 120 days

3.8 Average annual rainfall 900mm

3.9 Altitude above mean sea level Less than 1000 mtr.

3.10 Maximum wind pressure 195 kg. / sq mtr.

4.0 Composite insulators long rod type for tension locations and pin/post type for suspension locations. 4.1 The insulators shall be suitable for 3- phase 50 Hz, effectively earthed 11 kV and 33 kV O/H distribution system in a moderately/heavily polluted atmosphere. Long rod insulators shall be of ball & socket or tongue and clevis type as specified. 4.2 Bidder must be an indigenous manufacturer and supplier of composite insulators of rating 33 kV or above OR must have developed proven in house technology and manufacturing processing for composite insulators of above rating OR possess technical collaboration/association with a manufacturer of composite insulators of rating 33 kV or above. The Bidder shall furnish necessary evidence in support of the above along with the bid, which can be in the form of certification from the utilities concerned, or any other documents to the satisfaction of the owner.

C:\Documents and Settings\uhbvn\Desktop\Jind\TECHNICAL SPECIFICATION FOR COMPOSITE INSULATORS.doc Page 3 of 13 SPECS No84.SE/P&D/XEN-DD-II

Page 230: UTTAR HARYANA BIJLI VITRAN NIGAM

4.3 Insulators shall have sheds with good self-cleaning properties. Insulator shed profile, spacing, projection etc. and selection in respect of polluted conditions shall be generally in accordance with the recommendation of I EC-60815/IS: 13134 4.4 The size of Composite insulator, minimum creepage distance and mechanical strength along with hardware fittings shall be as follows:- Sr No

Type of composite insulators

Nominal System voltage kV (rms)

Highest System voltage kV (rms)

Visible discharge test voltage kV (rms)

Wet Power Frequency Withstand voltage kV (rms)

Impulse Withstand voltage kV (rms)

Minimum Creepage Distance (mm)

Min failing load kN

Pin ball diameter

Normal & moderately Polluted (20mm/KV)

Heavily polluted (25 mm/kV)

i. Long rod insulator

11 12 9 35 75 240 320 45 16 33 36 27 75 170 720 900 45/70 16 ii. Post/pin

Insulator 11 12 9 35 75 240 320 5

33 36 27 75 170 720 900 10 Note: . Creepage distances have been considered in line with IS-13134 (which specifies 20 mm / kV for moderately polluted & 25 mm/kV for heavily polluted environment) except for a higher value of 320 mm for 11 kV insulators in heavily polluted environment as per existing practice with ceramic insulators. 5.0 Dimensional Tolerance of Composite Insulators The tolerances on all dimensions e.g. diameter, length and creepage distance shall be allowed as follows in line with-IEC 61109. + (0.04d +1.5) mm when < 300 mm. + (0.025d+6) mm when > 300 mm. Where ‘d’ being the dimensions in millimeters for diameter, length or creepage distance as the case may be. However, no negative tolerance shall be applicable to creepage distance. 6.0 Interchangeability The composite insulators including the end fitting connection shall be of standard design suitable for use with the hardware fittings of any make conforming to relevant IEC/IS standards. 7.0 Corona and RI Performance All surfaces shall be clean, smooth, without cuts, abrasions or projection. No part shall be subjected to excessive localized pressure. The insulator and metal parts shall be so designed and manufactured that it shall avoid local corona formation and not generate any radio interference beyond specified limit under the operating conditions. 8.0 Maintenance 8.1 The composite insulators offered shall be suitable for use of hot line

maintenance technique so that usual hot line operation can be carried out

with ease, speed and safety.

9. BASIC FEATURES 9.1 Design and construction. The composite insulator shall have a core, housing & weathershed of insulating material and steel/aluminum hardware components for attaching it to the support/conductor.

C:\Documents and Settings\uhbvn\Desktop\Jind\TECHNICAL SPECIFICATION FOR COMPOSITE INSULATORS.doc Page 4 of 13 SPECS No84.SE/P&D/XEN-DD-II

Page 231: UTTAR HARYANA BIJLI VITRAN NIGAM

9.1.2 Core It shall be a glass-fiber reinforced epoxy resin rod of high strength (FRP rod). Glass fibers and resin shall be optimized in the FRP rod. Glass fibers shall be Boron free electrically corrosion resistant (ECR) glass fiber or Boron free E-Glass and shall exhibit both high electrical integrity and high resistance to acid corrosion. The matrix of the FRP rod shall be Hydrolysis resistant. The FRP rod shall be manufactured through Pultrusion process. The FRP rod shall be void free. 9.1.3 Housing (Sheath) The FRP rod shall be covered by a seamless sheath of a silicone electrometric compound or silicone alloy compound of a thickness of 3mm minimum. It should protect the FRP rod against environment influences, external pollution and humidity. It shall be extruded or directly molded on the core and shall have chemical bonding with the FRP rod. The strength of the bond shall be greater than the tearing strength of the polymer. Sheath material in the bulk as well as in the sealing/bonding area shall be free from voids. 9.1.4 Weather-sheds The composite polymer weathersheds made of silicone elastomeric compound or silicon alloy shall be firmly bonded to the sheath, vulcanized to the sheath and shall be from imperfections. The weathersheds should have silicon content of minimum 30% by weight. The strength of the weathershed to sheath interface shall be greater than the tearing strength of the polymer. The interface, if any, between sheds and sheath (housing) shall be free from voids. 9.1.5 End Fittings

End fitting transmit the mechanical load to the core. They shall be made of spheroidal graphite cast iron, malleable cast iron or forged steel or aluminum alloy. They shall be connected to the rod by means of a controlled compression technique. The gap between fitting and sheath shall be sealed by a flexible silicone elastomeric compound or silicone alloy compound sealant. System of attachment of end fitting to the rod shall provide superior sealing performance between housing i.e. seamless sheath and metal connection. The sealing must be moisture proof.

The dimensions of end fittings of Insulators shall be in accordance with the standard dimensions stated in IS: 2486/IEC: 60120. 10. Workmanship 10.1 All the materials shall be of latest design and conform to the best engineering practices adopted in the high voltage field. Bidders shall offer only such insulators as are guaranteed by them to be satisfactory and suitable for continued good service in power transmission lines. 10.2 The design, manufacturing process and material control at various stages shall be such as to give maximum working load, highest mobility, best resistance to corrosion, good finish and elimination of sharp edge and corners.

C:\Documents and Settings\uhbvn\Desktop\Jind\TECHNICAL SPECIFICATION FOR COMPOSITE INSULATORS.doc Page 5 of 13 SPECS No84.SE/P&D/XEN-DD-II

Page 232: UTTAR HARYANA BIJLI VITRAN NIGAM

10.3 The design of the insulators shall be such that stresses due to expansion and contraction in any part of the insulator shall not lead to deterioration. 10.4 The core shall be sound and free of cracks and voids that may adversely affect the insulators. 10.5 Weathersheds shall be uniform in quality. They shall be clean, sound, smooth and shall be free from defects and excessive flashing at parting lines. 10.6 End fittings shall be free from cracks, seams, shrinks, air holes and rough edges. End fittings should be effectively sealed to prevent moisture ingress: effectiveness of sealing system must be supported by test documents. All surfaces of the metal parts shall be perfectly smooth with out projecting points or irregularities, which may cause corona. All load bearing surfaces shall be smooth and uniform so as to distribute the loading stresses uniformly. 10.7 All ferrous parts shall be hot dip galvanized to give a minimum average coating of zinc equivalent to 610 gm/ sq.m. or 87um thickness and shall be in accordance with the requirement of IS: 4759. The zinc used for galvanizing shall be of purity 99.5% as per IS: 4699. The zinc coating shall be uniform, adherent, smooth, reasonably bring continuous and free from imperfections such as flux, ash rust strains, bulky white deposits and blisters. The galvanized metal parts shall be guaranteed to withstand at least four successive dips each lasting for one (1) minute duration under the standard preece test. The galvanizing shall be carried out only after any machining. 11. Equipment Marking 11.1 Each insulator unit shall be legibly and indelibly marked with the following details as per IEC-61109. (a) Month & Year of Manufacture (b) Min. failing load/guaranteed mechanical strength in kilo Newton followed by the word ‘kN’ to facilitate easy identification. ( c) Manufacture’s name/Trade mark. 11.2 One 10 mm thick ring or 20 mm thick spot of suitable quality of paint shall be marked on the end fitting of each composite long rod of particular strength in case of 33 kV insulators for easy identification in case both types of insulators are procured by the utility. The paint shall not have any deteriorating effect on the insulator performance. Following codes shall be used as identification mark: For 45 kN long rod unit : Blue For 70 kN long rod unit : Red 12. Bid Drawings 12.1 The Bidder shall furnish full description and illustration of the material offered. 12.2 The Bidder shall furnish along with the bid the outline drawing (3 copies) of each insulator unit including a cross sectional view of the long rod insulator unit. The drawing shall include but not be limited to the following information:- (a) Long rod diameter with manufacturing tolerances. (b) Minimum Creepage distance with positive tolerance.

C:\Documents and Settings\uhbvn\Desktop\Jind\TECHNICAL SPECIFICATION FOR COMPOSITE INSULATORS.doc Page 6 of 13 SPECS No84.SE/P&D/XEN-DD-II

Page 233: UTTAR HARYANA BIJLI VITRAN NIGAM

( c ) Protected creepage distance. (d) Eccentricity of the long rod unit (i) Axial run out (ii) Radial run out (e) Unit mechanical and electrical characteristics. (f) Size and weight of ball and socket/tongue & clevis. (g) Weight of composite long rod units. (h) Materials. (i) Identification mark. (ii) Manufacture’s catalogue number. 12.3 After placement of award, the Supplier shall submit full dimensioned manufacturing insulator drawings containing all the details in four (4) copies of Owner for approval. After getting approval from Owner and successful completion of all the type tests, the Supplier shall submit 10 more copies of the drawing to the Owner for further distribution and field use. 12.4 After placement of award the Supplier shall also submit fully dimensioned insulator crate drawing for different type of insulators for approval of the owner. 13. Tests and Standards Insulators offered shall be manufactured with the same configuration & raw materials as used in the insulators for which design & type test reports are submitted. The manufacturer shall submit a certificate for the same. The design & type test reports submitted shall not be more than 05 years old. 13.1 Design tests Manufacturer should submit test reports for Design Test as per IEC- 61109 (clause -5) along with the bid. Additionally following tests shall be carried out or reports for the tests shall be submitted after award of contract. UV test: The test shall be carried out in line with clause 7.2 of ANSI C 29.13. 13.2 Type Tests The following type tests shall be conducted on a suitable number of individual insulator units, components, materials or complete strings: 13.2.1 The bidder shall submit type test reports as per IEC: 61109 along with the bid. Additional type tests as required above shall be carried out by the manufacturer, after award of contract for which no additional charges shall be payable. In case, the tests have already been carried out, the manufacturer shall submit reports for the same Sr No.

Description of type test Test procedure/standard

1. Dry lightning impulse withstand voltage test

As per IEC 61109 (clause 6.1).

2. Wet power frequency test As per IEC 61109 (clause 6.2). 3. Mechanical load-time test As per IEC 61109 (clause 6.4). 4. Radio interference test As per IEC 61109 (clause 6.5) revised. 5. Recovery of Hydrophodicity

test Annexure-B The test may be repeated every 3 yrs by the manufacturer.

6. Chemical composition test for silicon content

Annexure-B

7. Brittle fracture resistance test Annexure-B

C:\Documents and Settings\uhbvn\Desktop\Jind\TECHNICAL SPECIFICATION FOR COMPOSITE INSULATORS.doc Page 7 of 13 SPECS No84.SE/P&D/XEN-DD-II

Page 234: UTTAR HARYANA BIJLI VITRAN NIGAM

13.2.2 It shall be the option of the owner to accept the insulators based on type test reports submitted by the manufacturer. The owner shall be free to repeat the type rest & may witness the same. 13.2.3 All the type tests given in Clause 13.2 in addition to routine & acceptance test shall be carried out on insulator along with fittings wherever required. 13.3 Acceptance (sample) Tests 13.3.1 For Composite Insulators (a) Verification of dimensions : Clause 7.2 IEC: 61109, (b) Verification of the locking : Clause 7.2 IEC: 61109,

System ( if applicable) © Galvanizing test : IS:2633/IS: 6745 (d) Verification the specified : Clause 7.4 IEC: 61109,

Mechanical load 13.4 Routine Tests Sr No

Description Standard

1. Identification of marking As per IEC: 61109 Clause 8.1 2. Visual imperfection As per IEC: 61109 Clause 8.2 3. Mechanical routine test As per IEC: 61109 Clause 8.3 13.5 Tests during Manufacture Following tests shall also be carried out on all components as applicable a) Chemical analysis of zinc used for galvanizing b) Chemical analysis, mechanical, metallographic test and magnetic particle

inspection for malleable castings. c) Chemical analysis, hardness tests and magnetic particle inspection for

forgings. 13.6 Sample Batch for Type Testing 13.6.1 The bidder shall offer material for sample selection for type testing only after getting Quality Assurance Programme approved by the Owner. The bidder shall offer at least three times the quantity of materials required for conducting the entire type test for sample selection. The sample for type testing will be manufactured strictly in accordance with the Quality Assurance Programme approved by the Owner. 13.7 Additional Tests 13.7.1 The Owner reserves the right at his own expenses, for carrying out any other test(s) of reasonable nature carried out at Supplier’s premises, at site, or in any other place in addition to the aforesaid type, acceptance and routine tests to satisfy himself that the material comply with Specifications. 13.7.2 The Owner also reserves the right to conduct all the tests mentioned in his specification at his own expense on the samples drawing from the site at Supplier’s premises or at any other test center. In case of evidence of non compliance, it shall be binding on the part of the Supplier to prove the compliance of the items to the technical specifications by repeat tests pr correction of deficiencies or replacement of defective items, all without any extra cost of the Owner.

C:\Documents and Settings\uhbvn\Desktop\Jind\TECHNICAL SPECIFICATION FOR COMPOSITE INSULATORS.doc Page 8 of 13 SPECS No84.SE/P&D/XEN-DD-II

Page 235: UTTAR HARYANA BIJLI VITRAN NIGAM

13.8 Co-ordination for Testing 13.8.1 The Supplier shall have to co-ordinate testing of insulators with hardware fittings to be supplied by other Supplier and shall have to guarantee overall satisfactory performance of the insulators with the hardware fittings. 13.8.2 The bidder shall intimate the Owner about carrying out of the type tests along with detailed testing programme at least 3 weeks in advance of the scheduled date of testing during which the Owner will arrange to depute his representative to be present at the time of carrying out the tests. 13.9 Quality Assurance Plan 13.9.1 The successful bidder shall submit following information to the owner: 13.9.1.1 Test certificates of the raw materials and bought out accessories. 13.9.1.2 Statement giving list of important raw materials, their grades along with names of sub-suppliers for raw materials, list of standards according to which the raw materials are tested. List of tests normally carried out on raw materials in presence of bidder’s representative. 13.9.1.3 List of manufacturing facilities available. 13.9.1.4 Level of automation achieved and lists of areas where manual processing exists. 13.9.1.5 List of areas in manufacturing process, where stage inspections are normally carried out for quality control out for quality control and details of such tests and inspections. 13.9.1.6 List of testing equipment available with the bidder for final testing of equipment along with calibration reports. 13.9.1.7 The manufacturer shall submit Manufacturing Quality Plan (MQP) for approval & the same shall be followed during manufacture and testing. 13.9.2 The successful bidder shall submit the routing test certificates of brought out raw material/accessories and central excise passes for raw material at the time of inspection. 13.10 Guarantee The Supplier of insulators shall guarantee overall satisfactory performance of the insulators. 13.11 Test Reports 13.11.1 At lest three copies of type test reports shall be furnished. One copy shall be returned duly certified by the owner, only after which the commercial production of the concerned material shall start. 13.11.2 Copies of acceptance test reports shall be furnished in at least three (3) copies. One copy shall be returned duly certified by the Owner, only after which the material shall be dispatched.

C:\Documents and Settings\uhbvn\Desktop\Jind\TECHNICAL SPECIFICATION FOR COMPOSITE INSULATORS.doc Page 9 of 13 SPECS No84.SE/P&D/XEN-DD-II

Page 236: UTTAR HARYANA BIJLI VITRAN NIGAM

13.11.3 Record of routine test report shall be maintained by the Supplier at his works for periodic inspection by the Owner’s representative. 13.11.4 Test certificates of test during manufacture shall be maintained by the Supplier. These shall be produced for verification as and when desired by the Owner. 14. Inspection 14.1 The Owner’s representative shall at all times be entitled to have access to the works and all places of manufacture, where insulator, and its component parts shall be manufactured and the representatives shall have full facilities for unrestricted inspection of the Supplier’s and sub- Supplier’s works, raw materials, manufacture of the material and for conducting necessary test as detailed herein. 14.2 The material for final inspection shall be offered by the Supplier only under packed condition. The Owner shall select samples at random from the packed lot for carrying out acceptance tests. The lot offered for inspection shall be homogeneous and shall contain insulators manufactured in 3-4 consecutive weeks. 14.3 The Supplier shall kept the Owner informed in advance of the time of starting and the progress of manufacture of material in their various stages so that arrangements could be made for inspection. 14.4 No material shall be dispatched from its point of manufacture before it has been satisfactorily inspected and tested unless the inspection is waived off by the owner in writing. In the later case also the material shall be dispatched only after satisfactory testing specified herein has been completed. 14.5 The acceptance of any quantity of material shall in no way relieve the Supplier of his responsibility for meeting for meeting all the requirements of the specification and shall not prevent subsequent, if such material are later found to be defective. 15. Packing 15.1 All insulators shall be packed in strong corrugated box of min. 7 ply duly paletted or wooden crates. The gross weight of the crates along with the material shall not normally exceed 100 Kg to avoid handling problem. The crates shall be suitable for outdoor storage under wet climate during rainy season. 15.2 The packing shall be of sufficient strength to withstand shall be provided to prevent damage or deformation during transit and handling. 15.3 Suitable cushioning, protective padding, or dunnage or spaces shall be provided or spacers shall be provided to prevent damage or deformation during transit and handling. 15.4 All packing cases shall be marked legibly and correctly so as to ensure safe arrive at their destination and to avoid the possibility of goods being lost or wrongly dispatched on account of faulty packing and faulty or illegible markings. Each wooden case/crate/corrugated box shall have all the marking stenciled on it indelible ink. 15.5 The bidder shall provide instructions regarding handling and storage precautions to be taken at site. 16.0 Guaranteed Technical particulars The supplier shall fill all the columns of the GTPs (Annexure-C) and shall submit the same along with the tender. The tenders without GTPs shall be out rightly rejected DATED: General Manager/P&D, for Chief General Manager/PD&C UHBVN Panchkula

C:\Documents and Settings\uhbvn\Desktop\Jind\TECHNICAL SPECIFICATION FOR COMPOSITE INSULATORS.doc Page 10 of 13 SPECS No84.SE/P&D/XEN-DD-II

Page 237: UTTAR HARYANA BIJLI VITRAN NIGAM

Annexure-A The standards mentioned in this specification are available from: Reference Abbreviation Name and Address IEC/CIPSR International elector technical Commission, Bureau

Centrral dela Commission, elector Technique Internation 1 Rue de verembe, Geneva Switzerland.

BIS/IS Bureau of India Standards Manak Bhavan , 9 Shah Zafar Marg, New Delhi-110001

ISO International Orgnisation for standarisation Danish Board of Standardization Danish Standardizing Sraat, Aurehoegvey-12 DK-2900, Heeleprup Denmark

NEMA/ANSI National Electirc Manufacture Assocaial, 155, East 44th Street, New York, NY 10017 U.S.A

ASTM Americal Society for Testing and Materials, 1916 Race St. Phelledeplphia PA 19103 U.S.A

STRI guide STRI, Sweden Website: www.stri.se

C:\Documents and Settings\uhbvn\Desktop\Jind\TECHNICAL SPECIFICATION FOR COMPOSITE INSULATORS.doc Page 11 of 13 SPECS No84.SE/P&D/XEN-DD-II

Page 238: UTTAR HARYANA BIJLI VITRAN NIGAM

Annexure-B Tests on Insulator units 1. RIV Test (Dry) The insulator string along with complete hardware fittings shall have a radio interference voltage level below 100 micro volts at one MHz when subjected 50 Hz AC voltage of 10 kV & 30 kV for 11 kV & 33 kV class insulators respectively under dry condition. The test procedure shall be in accordance with IS: 8263/IEC: 437/CIPSR 18-2 2 Brittle Fracture Resistance Test Brittle fracture test shall be carried out on naked rod along with end fittings by apply “In HNO3 acid” (63 g conc. HNO3 added to 937 g water) to the rod. The rod should be held at 80% of SML for the duration of the test. The rod should not fail within the 96-hour test duration. Test arrangement should ensure continuous wetting of the rod with Nitric acid. 3. Recovery of Hydrophobicity & Corona test The test shall be carried out on 4mm thick samples of 5cm x 7 cm.

i) The surface of selected sampled shall be cleaned with isopropyl alcohol. Allow the surface to dry and spry with water. Record the Hydrophobicity classification in line with STRI guide for Hydrophobicity classification Dry the sample surface.

ii) The sample shall subject to mechanical stress by bending the sample over a ground electrode. Corona is continuously generated by applicating 12 kV to a needle like electrode placed 1 mm above the sample surface. The test shall be done for 100 hrs.

iii) Immediately after the corona treatment, spray the surface with water and record the HC classification. Dry the surface and repeat the corona treatment as at clause 2 above. Note HC classification. Dry the surface and repeat the corona treatment as at clause 2 above. Note HC classification. Repeat the cycle for 1000 hrs. or until an HC of 6 or 7 is obtained. Dry the sample surface.

iv) Allow the sample to recover and repeat hydrophobicity measurement at several time intervals. Silicone rubber should recover to HC1-HC2within 24 to 48 hours, depending on the material and the intensity of the corona treatment.

4. Chemical composition test for Silicon content The content of silicon in the composite polymer shall be evaluated by EDX (Energy Dispersion X-ray) Analysis or Thermo-gravimetric analysis. The test may be carried out at CPRI or any other NABL credited laboratory.

C:\Documents and Settings\uhbvn\Desktop\Jind\TECHNICAL SPECIFICATION FOR COMPOSITE INSULATORS.doc Page 12 of 13 SPECS No84.SE/P&D/XEN-DD-II

Page 239: UTTAR HARYANA BIJLI VITRAN NIGAM

C:\Documents and Settings\uhbvn\Desktop\Jind\TECHNICAL SPECIFICATION FOR COMPOSITE INSULATORS.doc Page 13 of 13 SPECS No84.SE/P&D/XEN-DD-II

Annexure-C

Guaranteed Technical Particulars of Composite Insulator. Name of Manufacturer: Address of works: Sr No. Description Unit 11 kV 45 kN 33 KV 45 kN 33 kV 70 kN1. Type of Insulator 2. Standard according to which the

insulator manufactured and tested

3. Name of material used in manufacture of the insulator with glass/grade

(a) Material of core (FRP rod) i) E-glass or ECR-glass ii)Borron content

(b) Material of housing & weathershed

(c) Material of end fittings (d) Sealing compound for end

fittings

4 Colour 5. Electrical characteristics

(a) Nominal system voltage kV (rms) (b) Highest system voltage kV (rms) ( c) Dry Power frequency withstand

voltage kV (rms)

( d) Wet Power frequency withstand voltage

kV (rms)

(e) Dry flash over voltage kV (rms) (f) Wet flash over voltage kV (rms) g) Dry lighting impulse withstand

voltage a) Positive b) Negative

kV (peak) kv (Peak)

(h) Dry lighting mpulse withstand voltage

c) Positive d) Negative

kV (peak) kv (Peak)

(i) RIV at 1 MHz when energized at 10 kV/30 kV (rms) under condition

Microvolt

(j) Creepage distance (Min.) Mm 6.

(a) Mechanical characteristics Minimum foaling load

kN

7. Dimensions of insulator (i) Weight: Kg. (ii) Dia of FRP rod mm (iii) Length of FRP rod mm (iv) Dia of weathersheds mm (v) Thickness of housing mm (vi) Dry arc distance mm Dimensional drawings of

insulator (including weight with tolerances in weight) enclosed

Yes/No

8. Method of fixing of sheds to housing (specify): Single mould or Modular construction (Injection moulding/compression moulding).

9. No. of weatherseds 10. Type of sheds: (i) Aerodynamic (ii) With underribds 11. Packing details (a) Type of packing. (b) No. of insulators in each pack (c ) Gross weight of package 12. Any other particulars which the

bidder may like to give

(Signature) -------------------------

(Name)-----------------------------

(Designation)------------------------

Page 240: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 241: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 242: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 243: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 244: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 245: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 246: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 247: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 248: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 249: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 250: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 251: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 252: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 253: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 254: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 255: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 256: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 257: UTTAR HARYANA BIJLI VITRAN NIGAM

G 1I;\ l<--

824.

25.26.27.28.29.B.1.2.3.4.56.7.S9.

1011.

~UARANTEED AND OTHER TECHNICAL PARTICULARS FOR 11 !<VSWITCHGEAR PANELS

A. CIRCUIT BREAKERS:1. Maker's name and country of manufacture.2. Type3. Nominal system voltage4. Highest system voltage5 Frequency6. Normal current rating

a) At Ref. Ambient temp. as per relevant standardb) At site conditions

7. Symmetrical breaking capacity (KA and MVA)8 Asymmetrical breaking capacity (KA)9. a) Symmetrical breaking current

b) Short time current rating for 1 sec.10. Making capacity (peak KA)11. 1.2/50 microsecond impulse wave withstand test voltage12. One minute power frequency withstanJ test voltage13 No. of poles14 No. of breaks in circuit per pole15. Length of break per phase16. Opening time (ms)17. Making time (ms)18. Arc duration (ms)19. (A) Type and material of main contacts

(B) Material and thickness of plating of contacts20. Type of arcing contacts and/or arc control device21. (A) Whether the circuit breaker is trip free?

(B) Whether it is with lock out preventing closing22 Closing coil voltage and power required to close the breaker2'~ (1-'.) Minimum clearance in vacuum

I. Between phasesII. Between live parts & earth

(8) Minimum clearance in AirI. Between phasesii. Between live parts and earth

Short Circuit Type Tests:Certificate or report No.(Attach photocopy)Normal/operating voltage of closing mechanismTotal weight of complete breaker kg.Dimensions and mounting detailsStandard to which conformsDetail of Reference drawings attached.INSTRUMENT TRANSFORMERS (Current Transformers)Rated primary currentRated secondary currentRated transformation ratioV.A. output at rated current and accur~cyClass of accuracyRated over current factor with tim9 in secondsType of CTs (whether wound or bar type)Standard to which conformOne minute power frequency withstandtest voltage1.2/50 micro second impulse withstand voltageMake of CT's

Page 258: UTTAR HARYANA BIJLI VITRAN NIGAM

C NUMERIC RELAYSI Typ(~ and make

;J Time setting range3 Other details like No. of auxiliary contacts11 Standard to which conform') No. & Auxiliary contacts

BUS BARMatorialNormal current ratingNominal areaShapeType of Insulation

VOLTAGE TRANSFORMERRated primary voltager..zatedsecondary voltageRaled burdenClass of accuracyRated voltage factor & timeOne minute power frequency withstand test voltage1.2/50 Micro-sec. Impulse withstand test voltageStandard to which conformMake of PT's

PARTICULARS OF INSTRUMENTS & METERSType of equipment (whether flush mounted or projected type)Guaranteed % errors at different loadsMake' & size of Ammeters, Voltmeters, KWh & Power Factor Meters

PARTICULARS OF VACUUM BOTTLESa. Name of manufacturertJ Whether imported or indigenousc Manufacturer's type, normal amps and Rupturing Capacity for vacuum bottles

used on Incoming par.eld ----------------------------------do---------------- on outgoing panelse ----------------------------------do---------------- on capacitor control panelf. Degree of vacuum inside the vacuum interrupters9 Short time rating of vacuum bottlesh Number of full short circuit operations as per test duty 1 to 5 of IEC-56, which

the vacuum bottles offered can safely withstandI. Whether the vacuum bottles used on Incoming and outgoing panels are same

or different?J. Whether the operating mechanism is imported or indigenous?

Page 259: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 260: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 261: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 262: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 263: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 264: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 265: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 266: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 267: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 268: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 269: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 270: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 271: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 272: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 273: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 274: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 275: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 276: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 277: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 278: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 279: UTTAR HARYANA BIJLI VITRAN NIGAM
Page 280: UTTAR HARYANA BIJLI VITRAN NIGAM