You are on page 1of 87

ASSAM POWER DISTRIBUTION COMPANY LTD.

BID DOCUMENT
FOR

CONSTRUCTION/SHIFTING OF H T LINE, L T LINE ALONG


WITH 11/0.4 KV SUB-STATION AT DIFFERENT LOCATIONS
UNDER JORHAT ELECTRICAL DIVISION - I

ON

“TURNKEY” MODE

UNDER JORHAT ELECTRICAL CIRCLE, APDCL (UAR)


ON
“TURNKEY” MODE

SCHEME: “DEPOSIT WORK”


Package No. JEC/2014-15/01

NIT No.CGM (D)/ APDCL/UAR/PWD/DEP/2014-15 (JEC)/01


Page | 3

SECTION -1

NOTICE INVITING TENDER


Page | 4

ASSAM POWER DISTRIBUTION CO. LTD


UPPER ASSAM REGION

NOTICE INVITING TENDER


Tender Notice No CGM (D)/APDCL (UAR)/ PWD/DEP/2014-15 (JEC)/01

Sealed Tenders are invited from experienced & financially sound Electrical Contractor(s) (individual or
joint venture)/Firm(s) having valid electrical contractor license up to 33kV issued by the competent authority of the
Govt. of Assam for construction/shifting of H T line. L T Line along with 11/0.4 KV substations at different
locations at JMM Road (SH-31) under Jorhat Electrical Division -I, APDCL UAR under deposit work
scheme.on “Turnkey” mode.

Cost of Tender Paper:- Rs 6000.00 (Rupees Six thousand) only in the form of A/C payee Demand
Draft/Bankers cheque (non refundable) duly pledged in favour of “ ASSAM POWER DISTRIBUTION COMPANY
LIMITED”. Tender papers can be purchased in all working days up to 4 PM w.e.f 20-05-2014 to 30-05-2014. from
the office of the Chief General Manager (D),UAR,APDCL,Bijulee Bhawan,Paltanbazar, 6 th floor Guwahati-1

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

Chief General Manager (D),


APDCL, UAR, 6th floor, Bijulee Bhawan.
Guwahati-1

Memo No. CGM (D)/APDCL (UAR)/ PWD/DEP/2014-15 (JECI)/01 Dt.

Copy to: -
1. PS to the Chief Managing Director, APDCL, Bijulee Bhawan for kind appraisal of the CMD.
2. The GM, Jorhat Zone, APDCL, Jorhat, for information.
3. The DGM, Jorhat Electrical Circle, APDCL (UAR), Tinsukia, for information & necessary action.
4. The PRO, ASEB.Bijulee Bhawan.Paltanbazar, Ghy. for publication of the above tender in one issue of
“The Sentinel” and “Dainik Janambhumi”.
5. . The OSD to MD, APDCL, Bijiulee Bhawan, Paltanbazaar, Guwahati for publication in the official website.

Chief General Manager (D),


APDCL, UAR, 6th floor, Bijulee Bhawan.
Guwahati-1
Page | 5

ASSAM POWER DISTRIBUTION CO. LTD


UPPER ASSAM REGION
NOTICE INVITING TENDER
Tender Notice No CGM (D)/APDCL (UAR)/ PWD/DEP/2014-15 (JEC)/01

Sealed Tenders are invited from experienced & financially sound Electrical Contractor(s) (individual or joint
venture)/Firm(s) having valid electrical contractor license up to 33kV issued by the competent authority of the Govt.
of Assam for construction/shifting of H T line. L T Line along with 11/0.4 KV substations at different
locations at JMM Road (SH-31)under Jorhat Electrical Division -I, APDCL UAR under deposit work
scheme on “Turnkey” mode.

Tender papers can be purchased in all working days up to 4 PM w.e.f. 20-05-2014 to 30-05-2014 from the
office of the Chief General Manager (D), APDCL, UAR, Bijulee Bhawan, Paltan bazaar, 6 th Floor, Guwahati-1.

Source of fund: Deposit Work of PWD, Assam.


Eligibility Criteria:
1) Average annual turnover of the bidder for last three consecutive financial years for the works
should be as mentioned below and duly certified by registered Chartered Accountant with
Registration No.
2) Past and present performance of the bidder in ASEB in any of its successor companies will
be taken into account to decide the eligibility as per clause 4(b) of sec-2.
3) The bidders must have adequate experience in doing similar electrical construction and
commissioning work and to be substantiated through certificate issued by an engineer not
below the rank of DGM/CEO along with supporting copies of the work executed under any
reputed utility/department. Lack of experience of the bidders will render the bid liable for
rejection. The certificate should form a part of the techno-commercial bid. (as per clause no 4
of sec-2.
4) The bidder must not be involved in any litigation with ASEB/ or any successor company of
ASEB. The bidder should submit a declaration to that effect.
5) Earnest money should be as mentioned below. However Earnest money deposit (EMD) will
be 50% for SC, ST, OBC bidder subject to submission of caste certificate along with the
Techno-Commercial bid of the tender.
Earnest Average annual
Completion
Package Description of work Money Turnover
period
(Rs in requirement ( Rs in
Lacs) Lacs)
Construction/shifting of H T line. L T Line along
with 11/0.4 KV substations at different locations
JEC/2014-
15/01
under Jorhat Electrical Division -I, at JMM 5 months 3.75 250
Road (SH-31)APDCL UAR under deposit work
scheme

Bid Validity: - 180 days from the date of submission of Bid

Cost of Tender Paper for the Package: Rs.6000.00, only against the package, in the form of ‘A/C
Payee Demand Draft/Banker’s Cheque (non-refundable) duly pledged in favour of “ASSAM POWER
DISTRIBUTION COMPANY LIMITED”. Tender paper can be purchased on all working days w.e.f.
20-05-2014 to 30-05-2014 from the office of the Chief General Manager (D), APDCL (UAR), Bijulee
Bhawan, 6 th Floor Guwahati-1.

Alternatively, the Bid document can be downloaded from the APDCL’s website:
www.apdcl.gov.in for tender submission purpose. The Bid can be down loaded up to 4 pm of 30-05-
2014. The bidder using downloaded document will attach with their Bid an A/C payee demand
Page | 6

draft/Banker’s cheque (non- refundable) of Rs. 6000.00 (Rupees Six thousand) only duly pledged in
favour of ASSAM POWER DISTRIBUTION COMPANY LIMITED.Guwahati-1” as cost of the tender
paper. Bidder will ensure that the payment instrument submitted against the Bid must be
procured on or before the closing date of sale for Bid documents & also ensure that the
documents in full is downloaded and used. Any Bid without the payment of cost of tender paper
as above will be rejected outright.

Date of submission of Tenders: Up to 13-00 Hrs. of 06-06-2014


Date of opening of Bid: Techno commercial bids will be opened at 14-00 Hrs. of 06-06-2014 and the price
bid on a date to be notified later on.

Terms & Conditions:-


1. The work should be carried out as per latest REC specification and construction standard.
2. In case of a joint venture firm, the relevant deed in support of joint venture, an agreement duly
registered or certified by notary must be submitted along with the bid. In absence of such
documents, the tendered form a joint venture firm shall be rejected.(for joint venture requirement
refer SL 5 of sec-2)
3. The Techno Commercial and Price bid must be submitted in two separate sealed cover
envelope super scribing (a) Tender No. (b) Name of the bidder with full address (c) “Techno-
Commercial bid with earnest money” for envelop containing Techno-Commercial bid and “price
bid” for envelop containing the price bid.(d) NIT reference number.
4. Rates should be quoted both in figures and words legible and no overwriting will be accepted.
5. Earnest money as stipulated should be submitted with the Techno Commercial bid in the form
of Bank Guarantee (BG) of nationalized Bank/NSC/KVP/Term Deposit/FD only, pledged in
favour of “ASSAM POWER DISTRIBUTION CO. LTD, Guwahati-1”. Valid up to Dec, 2014. Any
tender without earnest money will be rejected outright.
6. Quoted rate should be inclusive of all taxes and duties and firm. Taxes should be shown
separately
7. Quote rate must valid for minimum 180 days.
8. The tender should be addressed and submitted in the office of the Chief General Manager (D),
APDCL (UAR), Bijulee Bhawan, 6 th floor, Paltanbazar, Guwahati-1 and will be opened on the
scheduled date & time in presence of the intending tenderers and/or their representative.
9. The Company reserves the right to accept or reject any tender in part or in full or spilt the work or
cancel/withdraw the notice inviting tender without assigning any reason thereof whatsoever and
in such case, no tendered/intending tenderer shall have any claim arising out of such action.

Chief General Manager (D),


APDCL, UAR, 6th floor, Bijulee Bhawan.
Guwahati-1

Memo No. CGM (D)/APDCL (UAR)/ PWD/DEP/2014-15 (JEC)/01 Dt.


Copy to: -
1. PS to the Chairman cum Managing Director, APDCL, Bijulee Bhawan for kind appraisal of the CMD.
2. The GM, Jorhat Zone, APDCL, Jorhat, for information.
4. The DGM, Jorhat Electrical Circle, APDCL (UAR), Tinsukia, for information & necessary action.
5. The PRO, ASEB.Bijulee Bhawan.Paltanbazar, Ghy. for publication of the above tender in one issue of
“The Sentinel” and “Dainik Janambhumi”.
6. The OSD to MD, APDCL, Bijiulee Bhawan, Paltanbazaar, Guwahati for publication in the official website.

Chief General Manager (D),


APDCL, UAR, 6th floor, Bijulee Bhawan.
Page | 7

SECTION 2

TENDER INVITING PROPOSAL


Page | 8

ASSAM POWER DISTRIBUTION COMPANY LTD


OFFICE OF THE CHIEF GENERAL MANAGER (D), APDCL, (UAR) GUWAHATI-1

TENDER INVITING PROPOSALS WITH TERMS & CONDITIONS

Construction/shifting of H T line. L T Line along with 11/0.4 KV substations at different locations


at JMM Road (SH-31)under Jorhat Electrical Division -I, APDCL UAR under deposit work scheme on
“Turnkey” mode

1. Intent of the Tender Enquiry


The intent of the Tender Enquiry is to invite proposals from the prospective and relevantly experienced and
financially sound contractor(s) (individual or joint venture)/firms to carry out the works of construction/shifting
of H T line. L T Line along with 11/0.4 KV substations at different locations at JMM Road (SH-31) under
Jorhat Electrical Division -I, APDCL UAR under deposit work scheme on “Turnkey” mode.

2. Scope of Work

The various activities under the scope of work shall among other related aspects cover the following.
i. Procurement and supply of all materials required for the work.
ii. Site unloading, storage and handling of all materials supplied including watch and ward for safe custody.
iii. Site fabrication work as per requirement.
iv. Submission of implementation schedule from the date of award of contract for: -

als/equipment supplied/system installed.


changing of conductor of a section of existing line
v. Project management and site organization.
vi. Obtaining clearance from statutory Agencies, Govt. Departments, and Village Panchayats etc.
vii. Submission of specification/Test Certificate/Drawings etc. of all materials supplied.
viii. A list of various items normally involved in proposed type of work is provided in this document. This,
however, is not to be considered as limiting but only typical. Vendor’s scope will include all other items and
materials as may be required to effectively complete the work.
ix. Required Jungle cutting.
Above all, the scope of work of the vendor/contractor will include all items and facilities as may be necessary to
complete the electrification work on turnkey basis and as binding requirement. Proposed location for the works is
to be allotted to the successful bidder by the field officer.

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

i. All equipment supplied shall conform to the requirement of relevant ISS (BIS) as approved by Company and that
of REC specification and construction standards.
ii. For ready reference, the basic specification of major items, namely- Conductor, Disc insulator 45 KN, Disc
attachment for Raccoon/Weasel/Squirrel conductor, HT/LTPin insulator, G.I Channel, HT Stay set, Guy insulator,
Stay wire, CI earth pipe, GI wire 8/6 SWG, Nuts & bolts, P S C pole, Danger plate, pole clamps, etc. are to be
provided in the Technical Specification Section. Based on this, the vendor shall draw total specification for
procurement after approval of Company.
iii. All materials supplied shall be erected, protected as per approved standard practice for proposed type of
electrical work so as to supply electricity to the consumer most effectively and in an intrinsically safe manner.
iv. All equipment supplied and installed shall provide easy and effective:

All equipment supplied and installed shall be provided stable and adequate weather protection, system earthing etc.
Page | 9

v. All items, which may require frequent opening up/ dismantling for maintenance, shall be adequately sealed
against any tampering/ theft etc.
vi. All supporting structures shall be of steel as per IS 2602 appropriate grade.
vii. Generally supply and erection of materials and system shall meet the requirement of construction standard
being followed in the electrification works.
vii. Basic qualifying requirement:
The prospective bidder must fulfill the following pre-bid qualifying requirement
a. The bidder must have valid electrical Contractor License and Supervisor License (HT) up to at least 33KV
issued by the Licensing Authority of Govt. of Assam. .
b. The bidder must have adequate experience of doing H T/LT Line construction job on turnkey basis for at least
100 KM and minimum of 25 nos of 11/0.4 KV substations in total and which must be in satisfactory operation for
at least 1(one) year as on the date of bid opening .
c. Average annual turnover of the bidder for last three consecutive financial years should be at least as per the
requirement shown in the table against particular package or packages and the annual turnover should be certified
by a registered Chartered Accountant with balance sheet.
e. The bidder shall furnish latest Income Tax clearance certificate and sales tax registration and valid Labour
License, Employees’ P.F registration and WCT registration Certificate, VAT & Service Tax certificate.
f. The bidder shall furnish details of the work / works along with its value already in hand either of APDCL, or in
any other successor companies of ASEB along with date of completion as per Letter of Award and actual date of
completion duly certified by the competent authority as per format enclosed as Annexure-IA. This requirement
shall be treated as one of the major qualifying criteria for technical evaluation of the bid.
4. Joint Venture Requirement
i. The bid and, in case of successful Bid, the form of agreement shall be signed so as to be legally binding
both the partners.
ii. One of the partners shall be authorized to be as the lead partner and this authorization shall be evidence by
submitting a Power of Attorney signed by legally authorized signatories of the partners.
iii. The lead partner shall be authorized to incur liabilities, receive payments and received instruction for and on
behalf of any or all partners of the joint venture and the entire execution of the contract.
iv. All the partners of the joint venture shall be jointly and severally liable for the execution of the contract in
accordance with the contract terms and a relevant statement to this effect shall be included in the authorization
mentioned under (ii) above as well as in the Bid form and the form of agreement ( in case of successful bidder).
v. A copy of the agreement entered into by the joint venture partners shall be submitted with the bid.
vi. The figure of average annual turnovers for the joint venture partners shall be added together to determine the
bidder’s compliance with the minimum average turnover requirement of the package. However, the lead partner
must be meeting at least 40% and other partner must be meeting at least 25% of the minimum average annual
turnover criteria given in the tender.
5. Other requirements:
The Tendered
i) Should be acquainted himself or his associate with relevant conditions of the local geography and socio-
economic setup of the different location of the State and being capable accordingly to mobilize, organize and
expedite the activities.
ii) Should have adequate working personnel comprising of Electrical/ Mechanical engineers, electrical
supervisor, skilled and unskilled labours to be deputed to the proposed assignment.
iii) Should be conversant with the code/ standards applicable to proposed type of work. ISS, REC guidelines.
6. Submission of bid:

The bid shall be submitted in a sealed envelope as follows:


a. Techno-commercial bid

The Techno Commercial Bid should be submitted in a sealed envelope; Superscribing “ Techno-Commercial bid
with EMD” with name of bidder ,full address and NIT reference and under this will be included and defined
vendors scope of work, responsibilities, guarantees, specification of equipment(GTP), commercial terms and
conditions, vendor’s company credentials, experience of similar assignments, registration details, etc. as per
requirement. Tender format for techno-commercial Bid is enclosed as Annexure-I.
released on finalization of the tenders. The EMD to the successful bidder will be released on submission of
Security Deposit at the time of execution of the agreement as per clause 11.3
Page | 10

b. Submission of documents with Technical bids:.

a) With bids.-
i) Detail list of makes and materials offered with catalogues, technical specification with necessary GTPs &
drawing of materials, etc.
ii) Certificates and testimonials in support of credentials of the bidder’s organization. Turnover of the vendor has to
be certified by Chartered Account.
iii) Details past experience to be substantiated through certificate issued by an engineer not below the rank of
DGM/CEO along with supporting copies of the work executed under any reputed utility/department..
iv) Brief write-up on methodology to carry out the assignment, if awarded.
v) Details of manpower to be engaged for the assignments, Employees’P.F. registration.
vi) Any other information, the vendor may feel facilitative in evaluating the bid.
vii) Copies of contractor and supervisor’s license, Income Tax clearance certificate, turnover, etc.
viii) Photo copy of the PAN card.
ix.) Solvency certificate from Bank.
x). Certificate in support of performance of the bidder.
xi) Latest VAT registration and clearance certificate, WCT, CST registration certificate, Service Tax registration,
Employee Provident Fund and valid labour license.

c Earnest Money Deposit (EMD):

The Tender must be accompanied with earnest money as mentioned in the NIT against each package to be
deposited in the form of Bank Guarantee (BG) of nationalized Bank/ NSC/KVP/Term Deposit/FD/Bank Call
Deposit, pledged in favour of “ASSAM POWER DISTRIBUTION CO. LTD. Guwahti-1”. The earnest money
should be submitted along with Techno-Commercial Bid. The earnest money to the unsuccessful bidders will be
returned after finalization of the bid/issue of work order to successful bidder.
d. Price Bid
The Price Bid should be submitted in a separate sealed envelope super scribing “price bid” with name of bidder,
NIT reference No. Under this will include rates of supply and erection of different items for electrification
according to the BOQ. The tender proforma for price Bid is enclosed as Annexure-II.

e. Submission of bid
Both the envelope should be placed in a bigger envelope duly sealed superscribing name of bidder, NIT
reference and address to the CGM (D), APDCL,UAR Bijulee Bhawan, Paltanbazar, Guwahati-1
Note:-:
a. If there is discrepancy between the unit price and the total price that is obtained by multiplying the unit price and
quantity, the unit price shall prevail and total price should be corrected. If there is a discrepancy between the words
and figures, the amount in word should prevail. If the bidder does not accept the correction of the errors as above,
his bid will be rejected and the amount of bid guarantee/security will be forfeited.
b. No separate declaration offering discount on price will be allowed. Offered price in the price schedule
will be final.
7. (A) Estimation of material requirement: The total quantity of materials required is indicated in the BOQ
B) Quantity Variation: There may be increase or decrease in quantity of individual item subject to the
condition that the corresponding change in total contract value does not increase or decrease by more than 15%
keeping the unit rate of individual material and labour unchanged.

8. Award of work:
i) The evaluation of bids will be carried out, first of techno-commercial bid and thereafter opening the price bid of
only those bidders who qualify and meet the technical requirements.
ii) Company reserves the right not to order/ award the job to the price-wise lowest party if the party during any
part of evaluation is found technically non responsive.
iii) Work should be started within fifteen (15) days from the date of issue of the work order, failing which order
will be cancelled without further correspondence.
iv) The line after completion also should be under custody of the contractor till the date of commissioning and
charging. The properties will be taken over by APDCL only after satisfactory commissioning and charging.
Page | 11

9.0 Period of completion: 150(one hundred fifty) days from the date of issue of the work order.
9.1 Implementation schedule:

9.2 COMPREHENSIVE IMPLEMENTATION SCHEDULE OF WORK: construction/shifting of H T


line. L T Line along with 11/0.4 KV substations at different locations at JMM Road (SH-31)
under Jorhat Electrical Division -I, APDCL UAR under deposit work scheme on “Turnkey” mode.

For package: JEC/2014-15/01

EXECUTION PERIOD

Sl
Description

40 days

40 days

50 days
7 days

7 days

6 days
no.

1 Signing of Agreement

2 Survey works
Manufacture & supply
3
of materials
Erect
4
ion of equipments
Testing &
5
commissioning

10. Termination of work order:

Company reserves the right to terminate the work order at any stage in accordance with the Company’s General
Condition of Supply and Erection.
11. Terms of Payment:
11.1 During currency of the Contract, maximum 3(Three) nos. of progressive Bills will be allowed for
progressive Bill should contain items of works which are completed in all respect of supply, erection for the
identified locations. 80% of each progressive Bill shall be paid retaining 20% by the company (APDCL). Final
Bills will be paid comprising balance works beyond the works already claimed in the progressive Bills along with
20% of the amount retained against the progressive Bills subject to testing and commissioning & fulfilment of
clause-14(d).
11.2 All payment shall be made from the office of the CGM (F&A), APDCL on the bill submitted to the concerned
CGM (D) after due verification by the concerned SDE and duly passed by the AGM concerned and countersigned
by the DGM concerned and on submission of work progress report (as per format which will be enclosed at the
time of awarding work order). Bills whether progressive or final shall be entertained only after completion of both
supply and erection of work of specified items.

11.3 Security deposit and agreement:


The successful bidders shall have to deposit security money in the form of Bank Guarantee issued by any
Nationalized Bank/Scheduled Bank in Company’s standard format on non-judicial stamp of appropriate value for
an amount equal to 2.5% of the contract value at the time of execution of agreement. The security deposit is liable
to be forfeited in case of non-execution of contract/ work order. The security deposit will be released on successful
commissioning and testing of the materials ordered and after depositing performance B/G as per clause 13(d).

12. Project Management and site Organizations:

In Consideration of the tight schedule of the project, the successful bidder(s) /Contractor(s) shall exercise
systematic closely controlled project management system with the aid of commonly used soft tools. Following are
the major activities/deliverables to be organized /generated for submission to the Board.
(I) Liaison/Construction offices will be established in each Circle of APDCL.
Page | 12

(II) Work Progress Report:

Manager & Sub-Divisional Engineers.


The progress report will highlight the points like, work completion vis-à-vis planned, plan for next working period,
delay analysis vis-à-vis committed schedule with reasons and remedies etc.

(III) Site Organization.


The vendor at each working site shall establish the following.

All offices shall be adequately furnished and staffed so as to take all site decisions independently without frequent
references to head Work’s/offices.

13. Guarantees and Penalties

a) Liquidated Damages (LD): The proposed work is on top priority of Government of Assam and therefore has to
be completed within stipulated/agreed schedule. Any delay beyond that will attract penalty as per Company’s
general condition of supply and erection.
b) Equipment and system installed shall be guaranteed individually for integrated operations for a period of 18
(Eighteen) months from date of commissioning of the same. In case of detection of any defect in individual
equipment or system as a whole, the same shall be replaced by the vendor free of cost within 15 days of intimation
by the Company’s representative.
c) Warranty from the manufacturer shall be produced along with manufacturer’s test certificate for all equipments/
materials covered under Manufacturers Warranty.
d) A performance Bank Guarantee from a Nationalized Bank/Scheduled Bank in APDCL’s standard format on
Non judicial stamp paper of appropriate value with a validity of 18 (eighteen) months @ 10% of total value of
work executed shall have to be furnished by the Contractor before final payment.
e) All Bank Guarantees (BG) to be submitted as per the clauses above should be from any branch of nationalized or
scheduled Bank of RBI having their regional offices in Assam.

14. Approvals/Clearances:

1. Concerned DGM, APDCL, shall approve all site and documents prepared by the contractor for construction of
the Line.
2. GTP and drawings of all equipment/ materials shall be approved by CGM (D), APDCL (CAR).
3. The contractor shall obtain all statutory approvals and clearances from the statutory authorities before charging
the system at his/her own

15. Environmental Considerations:

While carrying out the assignment, no damage to environment /forests will be caused by the contractor. If so done,
the contractor will have to compensate the same to the satisfaction of the concerned authority.

16 During project execution

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


ii) All final documents to be submitted to statutory organization will be furnished as per requirement of the
authority.

17 - Funding of the project; Deposit Work of PWD, Assam.


18. Disclaimer:

While the Company will make every endeavor to extend necessary facilitation in expediting the work, the
contractor shall be responsible to organize and arrange all necessary inputs right from mobilization activities up
to completion of the project. Company will not entertain any failure / delay on such accounts. Also, Company will
Page | 13

not be responsible for any compensation, replenishment, damage, theft etc. as may be caused due to negligent
working, insufficient coordination with Government / non Government / Local Authority by the contractor and/ or
his personnel deputed for work. The contractor shall take necessary coverage under LIC/GIC etc. for his working
personnel and the goods in store as well as in transit. The contractor will be deemed to have made him acquainted
with the local working conditions at site(s) and fully provide for into the bid submitted.

Terms and conditions, which are not specified, herein above will be governed by the Company’s General
Terms and Conditions of supply and erection in force.
Page | 14

Annexure - 1
Tender Proforma part – 1 (Techno-commercial)
NIT No.CGM CGM (D)/APDCL (UAR)/ PWD/DEP/2014-15(JEC)/01

Due date of Tender: ,,,,,,,,,,,,,,,,,,,,


1. Name and full address of the Tenderer.

2. Particulars of payment made for Purpose of


tender documents money Receipt No: and Date.

3. Amount of earnest money paid with


Money receipt No and date Deposit No. and Date:

4. Whether Sales Tax and Income Tax Yes / No


Clearance certificate submitted:

5. Sales Tax Registration No:

6. WCT registration certificate with validity:


7. P.F Registration No.:

8. Acceptance of guarantee clause of


Materials /equipment and system Installed individually
and for integrated operation.

9. Acceptance of penalty clause:

10. Acceptance of terms of payment:

11. Certificate/ documents regarding works


Done with value with last three years if any
(Awarded by APDCL and other successor Companies of ASEB)-
a separate sheet if required may be enclosed as per Annexure-I(A)

12. Details about carrying out electrification


Work of at least one (one) similar to this work:

13. Details of manpower and T&Ps including


Vehicles available with the firm to be enclosed separately:

14. List of documents enclosed with serial number:


(All enclosures should be in chronological order
as per the list of documents enclosed.)ANNEXURE I(B) .

Signature With full name and designation


of the Bidder / (Authorized person)
Page | 15

ANNEXURE-I(A)

List of ongoing & completed projects of APDCL & other Successor companies of ASEB

Sl Name of Order No Length of Contact Scheme Stipulated date Date of actual Remarks
No work Line/Quantu Value of completion completion /
m of work as per w/order present status

NB : This annexure must be certified by concern officer not below the rank of DGM.
Page | 16

ANNEXURE-I(B)

Sl. Qualification requirement Furnished at Page Remarks


No Annexure

A LEGAL

1 Document in support of legal status of firm

2 Memorandum of Association & Registered/ Notarized Joint venture Agreement if JV

3 Registered/Notarized Power of Attorney of the signatory of the Bidder to participate in the bid

4 Board resolution of the company to authorized the signatory

5 Information regarding any litigation, current or during the last five yrs. In which the bidder is
involved, the parties concerned, and disputed amount

6 Valid Electrical Contractor License

7 Valid Electrical & Supervisory License

8 VAT/CST/WCT/Service Tax registration certificate

9 Provident fund Registration Certificate

B Financial

1 Audited Balance Sheet, Profit & loss account,Auditors report for last three yrs.

2 CA certified turnover of bidder during the last 3(three) years

3 Evidence of adequacy of working capital for this contract (access to line(s) of credit &
availability of other financial resources)

4 Authority of seek references from the bidders Bankers

5 Income Tax return for last 3(three) years

6 Value of similar work performed by the bidder in each of the last 5 years-statement

7 Proposals for subcontracting components of the works amounting to more than 10 percent of
the contract price

8 Details of EMD(BK/KVP/TD/NSC/Bank call Deposit)

C Technical ability and experience

1 Experience in works of a similar nature and volume for each of the last 5(five) yrs & details of
work under way or contractually comimitted including full address of client for communication
statement

2 Certificate issued by an Engineer not below the cadre of DGM/SE along with supporting photo
copies of agreement for the works executed in in any one year

3 Detailed activity plan & methology supported with layout & necessary drawing & calculation
(detailed) to allow the employer to review their proposals

4 Quality Assurance plan with Bar Chart

5 List of technical personnel & their qualification & experience with organization chart

6 Proof of availability of the tools,tackles,spareparts etc for carrying out the works

D Technical particulars of equipements and Materials offered in the Bill of Material and their
GTPs
Page | 17

SECTION-3
BILL OF QUANTITIES
&
PRICE BIDDING SCHEDULE
Page | 18

BOQ for construction/shifting of HT/LT line & 11/0.4KV S/S at JMM Road (SH-31) under JED
JED- I
Length of Line from Commisioner Tiniali to Murmuria Tiniali HT= 5.7 Km. & LT= 4.2 Km.
Length of line from Lahoty Rail Crissing to Tokolai Exp. Station HT= 2.9 Km. & LT= 2.5 Km.
Total HT line = 8.6 Km. & LT line = 6.7 Km. , 11/0.4KV S/S = 9 nos.
Package No. JEC/2014-15/01
Sl. Item Specification Unit Qnty.
PSC Pole, 9.75Mtr. no.
1 268
G.I Steel Tubular Pole, SP-76 no.
2 37
GI Channel Cross arm, 100x50x6x3200 mm no.
3 166
11KV composit Polymeric Disc Insulator , 45KN no.
4 501
Tension clamp for Raccon conductor no.
5 501
Disc Hardware fitting, B&S Set
6 501
11KV Composite Polymeric Pin Insulator no.
7 715
11KV GI T- cross arm no.
8 193
AAA Raccon Conductor Km.
9 29
AAA Rabbit Conductor Km.
10 30
GI Nut & Bolt with washer (assorted) Kg.
11 1050
HT Stay Set with Guy Insulator Set
12 85
Stay wire 7/10 swg Kg.
13 850
G.I Pole Clamp of flat (50x6mm) no.
14 678
HT Danger Plate no.
15 305
C.I. Earth Pipe, 1.8 mt. long no.
16 100
Copper Wire 6swg Kg.
17 112
G.I. wire, 6 swg for earthing/guarding Kg.
18 1500
Guard cross Arm (75x40x6x2200mm) no.
19 148
11KV D.O. Fuse 150A Set
20 9
11KV L.A. 5KA Set
21 9
11/0.4Kv, 250KVA Transformer no.
22 3
11/0.4Kv, 100KVA Transformer no.
23 3
11/0.4Kv, 63KVA Transformer no.
24 3
Cubicle for 11/0.4Kv, 250KVA DTR no.
25 3
Cubicle for 11/0.4Kv, 100KVA DTR no.
26 3
Cubicle for 11/0.4Kv, 63KVA DTR no.
27 3
Page | 19

LT XLPE Cable, 120Sq. Mm, 1Core Mt.


28 630
LT XLPE Cable, 240Sq. Mm, 1Core Mt.
29 450
Al.Lug (Assorted) no.
30 174
G.I LT Cross Arm no.
31 560
LT pin Insulator with GI Pin Set
32 600
Shackle Insulator complete with Strap/ Nut Bolt Set
33 420
P.G. Clamp for Raccon no.
34 260
Jointing Sleeve for Raccon no.
35 130
G.I. Angle for pole Bracing (50x50x6 mm) Mtr.
36 535
Barbed wire Kg.
37 510
Turn Buckle no.
38 90
PVC Wire 4 Sq. mm 2 core (for S/C shifting) Mt.
39 10500
11KV GOAB Switch, 400A Set
40 13
Boulder for PSC Pole packing CM
41 65
Page | 20

Annexure - II

Tender Proforma part-II (Price Bid)


NIT No. CGM (D)/APDCL (UAR)/ PWD/DEP/2014-15(JEC)/01
Package No. JEC/2014-15/01
Proforma for unit rate inclusive of all duties & taxes in respect of supply, erection, testing and commissioning

erection/dismantlin
FORD cost of g of materials &
materials. testing & Work
Sl. Total Price Service Grand Total
Item Unit Qty commissioning contract
No (Rs) Tax (Rs) (Rs)
tax (Rs)
Unit Unit
Total Total
Rate Rate

2 3 4 5 6=(4x5) 7 8=(4x7) 9= (6+8) 10= (9 x 11= (8 x 12=(9+10+11)


1
Rate) Rate)

Construction of 11KV line =8.6Km, LT 3Ph.4W line=


6.7Km, & 11/0.4Kv S/S= 9 nos.

Supply & erection of 9.75M P.SC. pole perpendicular to


ground level including excavation of earth pit having depth
1 1/6 in the length of pole and a cross section of 0.65 Mtr. X NO 268
0.65 Mtr with edge brick soling, bolder packing, including
complete with refilling with soil & ramming as per TS

Supply & Erection of GI Steel Tubular Pole SP -76 by


2 excavating earth including boulder packing, Grouting No. 37
with P C C works & Mufflering etc.as per TS

Supply fitting & fixing of G I 11 KV “T” cross arm( made of


3 50x50x6 mm angle) on pole with proper clamp and nuts & NO 193
bolts as per TS

Supply, fitting & fixing of G.I. Channel cross arm


4 size 100x50x6x3200 mm in 2 pole/3 pole/4 pole No. 166
structure of H T lines, drilling of holes including
Page | 21

proper clamps and nuts & bolts as per TS

Supply, fitting & fixing of G.I. Channel cross arm size


75x40x6x2.2 M in 2 pole/3 pole/4 pole on line/guard
5 NO 148
structure of H T lines, drilling of holes including proper
clamps and nuts & bolts as per TS

Supply, fitting & fixing of G.I. angle size 50x50x6xmm for


cross bracing in 2 pole/3 pole/4 pole structure of H T lines,
6 Mtr. 535
drilling of holes including proper clamps and nuts & bolts
as per TS

Supply, fitting & fixing of 11 KV polymeric pin insulator


7 NO 715
with pin on cross arm as per TS

Supply, fitting & fixing 45 KN polymeric composit disc


8 NO 501
insulator with hardware fittings on cross arm as per TS

Supply and stringing of AAAC Raccoon conductor in H T


lines with laying conductor on ground, lifting on poles,
tensioning with tension clamps, binding on insulator, Ckt.
9 jumpering with P.G. clamp on single/2pole/3pole/4 pole 8.6
structure including supply & fittings of tension clamps, KM
nuts & bolts as per TS with standard sagging in each and
every span. ( 1Ckt. Km =3conductors)

Supply, fitting & fixing of H T stay set complete including


digging of earth pit of area 0.9 m x 0.6m and depth 1.4 M
placing in stay rod with G I stay wire & guy insulator on
10 the pole clamps, fixing thimble bow with boulder packing SET 85
& hard ramming to fill up have the pit and earth packing
up to ground level including supply of boulder,clamps,nuts
& bolts as per TS

Supply, fitting & fixing C I earth pipe by digging of pit as


per specification making the G I 6swg in turns (coil) and
11 putting the earth pipe with necessary connection for NO 100
11/0.4Kv substation & line pole as per direction & TS
Page | 22

Supply, fitting & fixing 11 KV GOAB switches including


supply of necessary clamps, nuts & bolts as per direction
12 &TS NO 13

Supply of G.I. wire of 6 swg for guarding of lines,


tensioning and binding with necessary clamps, nuts &
bolts etc. on cross arm of DP/TP /4pole structure with
13 cross lacing of 30 cm apart as specified with standard Mtr. 2920
sagging in each and every span (guarding of 5 strings)
including supply & fixing of C.I. earth pipe at both ends for
earthing by G.I. wire.

Supply fitting & fixing of H T danger plate on pole as


14 NO 305
directed.

Supply fitting & fixing of 11 KV D.O. fuse set,150 A on


15 SET 9
cross arm along with clamps, nuts & bolts as per TS

Supply fitting & fixing of 11 KV L.A (9KN) on M.S. channel


16 cross arm with drilling of holes, if and where necessary as SET 9
per TS.

Supply and erection of 11/0.4 KV,100 KVA transformer on


poles including transportation, fitting & fixing of channel
17 cross arm, jumpering with conductor, supply & NO 3
connecting of cables in HV & LV side with necessary
holes, nuts & bolts etc, as per TS.

Supply and erection of 11/0.4 KV,63 KVA transformer on


poles including transportation, fitting & fixing of channel
18 cross arm, jumpering with conductor, supply & NO 3
connecting of cables in HV & LV side with necessary
holes, nuts & bolts etc, as per TS.

Supply and erection of 11/0.4 KV,250 KVA transformer on


poles including transportation, fitting & fixing of channel
19 cross arm, jumpering with conductor, supply & NO 3
connecting of cables in HV & LV side with necessary
holes, nuts & bolts etc, as per TS.
Page | 23

Supply, fitting & fixing of DTR Metering Cubicle for 100


20 KVA transformer comprising with MCCB 200 A & Bus bar No. 3
including necessary channel/angles as per TS

Supply, fitting & fixing of Metering Cubicle for 63 KVA


21 transformer comprising with MCCB 200 A & Bus bar NO 3
including necessary channel/angles as per TS

Supply, fitting & fixing of Metering Cubicle for 250 KVA


22 transformers comprising with MCCB 400 A & Bus bar NO 3
including necessary channel/angles as per TS.

Supply, fitting & fixing of G.I. L T angle cross arm in


23 poles of L T line, drilling of holes including proper clamps NO 560
and nuts & bolts as per TS

Supply, fitting & fixing of L T pin insulator with pin on cross


24 NO 600
arm as per TS

Supply, fitting & fixing L T shackle insulator with straps on


25 SET 420
L T cross arm with necessary holes as per TS

Supply and stringing of AAAC Rabbit conductor in L T


lines with laying conductor on ground,liftings on poles,
tensioning, binding on insulator, jumpering on pole
including supply & fittings of nuts & bolts as per TS with Ckt
26 standard sagging in each and every span. 6.7
KM

(3Phase, 4 wire)

Construction of goat proof security fencing including


supply, fitting & fixing with RCC pole and provision of gate
27 No. 9
including brick masonry work etc. around DTRs as per
direction & TS

Supply & shifting of PVC 4 sq.mm individual Service


connections from existing line to new (constructed) line,
28 Mtr. 10500
including complete with PVC, carrier etc. as per direction
&TS
Page | 24

Dismantling of HT/LT lines & 11/0.4KV S/S ( including


Pole, Conductor, bracket, insulators etc.) from
Nil Nil
29 (i)Commissioner Tiniali to Murmuria Tiniali (II) Lahoti Rail Job 1
Crossing to Toklai Exp. Station Including counting of
dismantled materials, carrying of materials from site and
deposits the same at APDCL store as per direction & TS.

30
Supply, fitting and fixing of Barbed wire for anti No. 305
climbing device as per direction and TS (1.75Kg/pole)

Signature with full name


And designation of the Bidder
(Authorized person)
Page | 25

SECTION-4

GENERAL REQUIREMENTS
Page | 26

GENERAL REQUIREMENTS

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

1.0 QUALITY ASSURANCE PLAN

1.01 The bidder shall invariably furnish the following information along with his
offer failing which the offer shall be liable for rejection. Information shall be
separately given for individual type of equipment offered.
i) The structure of organization
ii) The duties and responsibilities assigned to staff ensuring quality of work
iii) The system of purchasing, taking delivery and verification of materials
iv) The system for ensuring quality of workmanship
v) The quality assurance arrangements shall confirm to the relevant requirement of
ISO 9001 on ISO 9002 as applicable.
vi) Statement giving list of important raw materials, names of sub-supplies for the
raw materials, list of standards according to which the raw material are tested,
list of tests normally carried out on raw material in the presence of suppliers
representative, copies of test certificates.
vii) Information and copies of test certificates as on (i) above in respect of bought
out items
viii) List of manufacturing facilities available
ix) Level of automation achieved and list of areas where manual processing exists.
x) List of areas in manufacturing process, where stage inspections are normally
carried out for quality control and details of such test and inspection.
xi) List of testing equipment available with the bidder for final testing of equipment
specified and test plant limitation, if any vis-à-vis the type. Special acceptance
and routine tests specified in the relevant standards. These limitations shall be
very clearly brought out in "Schedule of Deviations" from the specified test
requirement.
1.02 The contractor shall within 30 days of placement of order, submit the
following information to the purchaser.
i) List of the raw material as well as bought out accessories and the names of
sub-suppliers selected from those furnished along with the offer.
ii) Type test certificated of the raw material and bought out accessories if
required by the purchaser.
iii) Quality Assurance Plant (QAP) with hold points for purchasers’ inspection.
QAP and purchasers hold points shall be discussed between the purchaser
and contractor before the QAP is finalized.
The contractor shall submit the routine test certificates of bought out accessories and
central excise asses for raw material at the time of routine testing if required by the
purchaser and ensure that the quality assurance requirements of specification are
followed by the sub-contractor.

1.03 The Quality Assurance Programmed shall give a description of the Quality
System and Quality Plans with the following details.
i) Quality System
 The structure of the organization.
 The duties and responsibilities assigned to staff ensuring quality of work.
 The system of purchasing, taking delivery of verification of materials
Page | 27

 The system of ensuring of quality workmanship.


 The system of control of documentation.
 The system of retention of records.
 The arrangement of contractor internal auditing .
 A list of administrator and work procedures required to achieve
contractor’s quality requirements. These procedures shall be made readily
available to the purchaser for inspection on request.

ii) Quality Plans


 An outline of the proposed work and program sequence.
 The structure of contractor’s organizations for the contract.
 The duties and responsibilities ensuring quality of work.
 Hold and notification points.
 Submission of engineering documents required by this specification.
 The inspection of the materials and components on request.
 Reference to contractors’ work procedures appropriate to each activity.
 Inspection during fabrication /construction.
 Final inspection and test.

2.0 Training of Personnel


The contractor shall provide necessary facilities for training personnel at their
works/principals works relating to design, manufacture, assembly and testing and operation
maintenance for six personnel free of cost. However, travel and incidental charges of the
personnel will be borne by the purchaser.
3.0 Inspection

3.01 The Owner's representative or third party nominee shall at all times be
entitled to have access to the works and all places of manufacture, where
insulator, and its component parts shall be manufactured and the
representatives shall have full facilities for unrestricted inspection of the
Contractor's and sub-Contractor's works, raw materials, manufacture of the
material and for conducting necessary test as detailed herein.

3.02 The material for final inspection shall be offered by the Contractor only
under packed condition as detailed in the specification. The Owner shall
select samples at random from the packed lot for carrying out acceptance
tests. Insulators shall normally be offered for inspection in lots not exceeding
5000 nos. the lot should be homogeneous and should contain insulators
manufactured in the span of not more than 3-4 consecutive weeks.
3.03 The Contractor shall keep the Owner informed in advance of the time of
starting and the progress of manufacture of material in their various stages so
that arrangements could be made for inspection.

3.04 No material shall be dispatched from its point of manufacture before it has
been satisfactorily inspected and tested unless the inspection is waived off by
the Owner in writing. In the latter case also the material shall be dispatched
only after satisfactory testing for all tests specified herein have been
completed.
3.05 The acceptance of any quantity of material shall be no way relieve the
Contractor of his responsibility for meeting all the requirements of the
specification and shall not prevent subsequent rejection, if such material are
later found to be defective.
Page | 28

4.0 Additional Tests

4.01 The Owner reserves the right of having at his own expense any other test(s)
of reasonable nature carried out at Contractor's premises, at site, or in any
other place in addition to the type, acceptance and routine tests specified in
these bidding documents against any equipments to satisfy himself that the
material comply with the Specifications.

4.02 The Owner also reserves the right to conduct all the tests mentioned in this
specification at his own expense on the samples drawn from the site at
Contractor's premises or at any other test center. In case of evidence of non-
compliance, it shall be binding on the part of the Contractor to prove the
compliance of the items to the technical specifications by repeat tests or
correction of deficiencies, or replacement of defective items, all without any
extra cost to the Owner.

5.0 Test Reports

5.01 Copies of type test reports shall be furnished in at least six (6) copies along
with one original. One copy shall be returned duly certified by the Owner
only after which the commercial production of the concerned materials shall
start.

5.02 Copies of acceptance test reports shall be furnished in at least six (6) copies.
One copy shall be returned duly certified by the Owner, only after which the
material shall be dispatched.

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

5.04 Test certificates of test during manufacture shall be maintained by the


Contractor. These shall be produced for verification as and when desired by
the Owner.
6.0 List of Drawings and Documents:

6.01The bidder shall furnish the following along with bid.


i) Two sets of drawings showing clearly the general arrangements,
fitting details, electrical connections etc.
ii) Technical leaflets (user’s manual) giving operating instructions.
iii) Three copies of dimensional drawings of the box for each quoted
item.
The manufacturing of the equipment shall be strictly in accordance with the approved
drawings and no deviation shall be permitted without the written approval of the
purchaser. All manufacturing and fabrication work in connection with the equipment
prior to the approval of the drawing shall be at the supplier's risk.
Approval of drawings/work by purchaser shall not relieve the supplier of his
responsibility and liability for ensuring correctness and correct interpretation of the
drawings for meeting the specification.
6.02 The requirements of the latest revision of application standards, rules and
Page | 29

codes of practices. The equipment shall conform in all respects to high standards
of engineering, design, workmanship and latest revisions of relevant standards at
the time of ordering and purchaser shall have the power to reject any work or
materials which, in his judgment is not in full accordance therewith.
6.03 The successful Bidder shall within 2 weeks of notification of award of
contract submit three sets of final versions of all the drawings as stipulated in the
purchase order for purchaser's approval. The purchaser shall communicate his
comments/approval on the drawings to the supplier within two weeks. The
supplier shall, if necessary, modify the drawings and resubmit three copies of the
modified drawings for their approval. The supplier shall within two weeks.
Submit 30 prints and two good quality report copies of the approved drawings
for purchaser's use.
6.04 Eight sets of operating manuals/technical leaflets shall be supplied to each
consignee for the first instance of supply.
6.05 One set of routine test certificates shall accompany each dispatch
consignment.
6.06 The acceptance test certificates in case pre-dispatch inspection or
routine test certificates in cases where inspection is' waived shall be got
approved by the purchasers.
7.0 Any Item specification if not available in this document Contractor shall supply and
execute the items meeting the relevant IS specification with the approval of the
purchaser
Page | 30

SECTION-5

STANDARD TECHNICAL
SPECIFICATION

.
Page | 31

6.2 TECHNICAL SPECIFICATION FOR EXECUTION OF WORK (FOR 11KV


LINES)

1.0 SCOPE: ERECTION OF 11 KV LINES WITH 9.75 M P.S.C. POLES

The scope covers the survey of the proposed route, tree clearance wherever
necessary transport of materials to the locations, erection of the line testing of
the line and handing over to the APDCL (UAR) as per specification. Materials
such as steel, cement, top cleats, clamps, washers, earth wires, HBG metal,
sand, water, cost of bolts and nuts etc., as given in Annexure-1 are to be
procured by the contractor cost of which shall be included in the bid.

2.0 General :

The Contractor should be well acquainted with the IE Rules 1956 as amended
from time to time and with the Indian Telegraph Act 1889 so that necessary
provisions therein may be followed.

1.0 SURVEY OF THE ROUTE:


The Tentative route map of the line to be erected will be furnished by the APDCL
(UAR) to the Contractor along with the copy of the concluded agreement.

The Contractor is required to carry out the detailed survey of the route of the line
and fix up the locations at the average span indicated in the schedule and mark
the locations and submit a detailed route map to the Engineer in charge of the
work within 30 days for approval. In the course of surveying by the contractor,
any conspicuous variations in the change and physical feature to those indicated
in the route map and as actually existing are noticed, the deviations must be
brought to the notice of the APDCL (UAR) Engineer. The APDCL (UAR)
Engineer if considered necessary shall make alterations, which shall be carried
out accordingly and the APDCL (UAR) after inspecting the surveyed route and
the revised route map shall be given for final approval in writing. The contractor
shall not commence the work until the final approval of the route map is given by
the Engineer in charge in writing to the contractor.

2.0 WAY LEAVES AND TREE CUTTINGS

Proposals for way leaves and right of way shall be submitted by the contractor.
Permission will be obtained by the APDCL (UAR) within reasonable time for
which due notice shall be given by the Contractor. The Contractor shall arrange
for tree cutting or tree branches cutting also.
The widths of tree clearance to be adopted for lines of various voltages are as
detailed below:
Page | 32

a) 11 KV LINE
All growth within 6.096 M (20 ft) from the center line of support and all trees
which may fall and foul the line.
The Contractor shall take all possible steps to see that standing crops, etc.
are not damaged while attending to tree cutting. When such damage is
inevitable the compensation will be borne by the APDCL (UAR) provided the
damage is with the prior concurrence of the Engineer. The Contractor shall
bear the compensation for damage caused by the gangs without prior
concurrence of the Engineer concerned.
No trees shall be cut until the APDCL (UAR) has made necessary
arrangement with the authorities concerned and permission is given to the
Contractor to fell such trees. The contractor shall arrange to remove the
obstacles as soon as possible.
At such times, when it may not possible for APDCL(UAR) to arrange right-of-
way for excavation of pole pits or erecting the poles of stringing the line, then
at all such times, the contractor shall shift his gangs to other areas. The rates
quoted shall cover all such contingencies and no extra payments shall be
claimed for such contingencies.

3.0 EXCAVATION OF POLE PITS, STAY PITS AND D.P. PITS


3.01 After the final survey of the line and after marking the pole locations
with pegs, excavation work has to be commenced in accordance to the
approved route map. Excavation is generally done by pick axes, crow V-
bars and showers although sometimes earth augers are used. Excavation
of pole pits in very hard or rocky soil or in rock beds, may involve blasting
with suitable explosives. The pits for the supports are excavated in the
direction of the line as this will facilitate the erection of support are
excavated in the direction of the line as this will facilitate the erection of
support, in addition to giving greater lateral stability, the depth of the
foundation to be excavated for poles shall be in accordance with relevant
sketch for the erection of pole or stay of D.P. etc.

4.0 ERECTION OF SUPPORTS


After the excavation of pits is completed the supports to be erected may be
brought to the pits location. Then the pole may be erected inside the pit. Wooden
support may be utilized to facilitate lifting of the pole at the pit locations.
Before the pole is put into pit, RCC padding may be laid below the pole to
increase the surface contact between the pole and the soil. The padding will
distribute the weight of the pole uniformly on the soil.
Having lifted the pole, the same should be kept in a vertical position with the help
of manila rope of 25 mm dia. using the rope as a temporary anchor.
As the poles are being erected say from the pole already erected to the next
location where the pole is being erected, the alignment of the poles are to be
Page | 33

checked and set right by visual check. The verticality’s of the poles are to be
checked with a spirit level on both transverse and longitudinal directions.
Having satisfied that the verticality and alignment are all right, earth filling or
concreting is to be done.
In swampy and special locations, however, before earth filing, the poles are to be
concreted up to ground level of the pit.
After the poles have been set the temporary anchors are to be removed. The
supports shall be buried to a depth as per sketch enclosed.

5.0 ERECTION OF D.P. STRUCTURES FOR ANGLE LOCATIONS (FOR 11 KV


LINES):

Generally, for angles of deviation more than 20° double pole structures of
spacing 1.2 mts (4.0 ft) may be erected. The pits are to be excavated as per
bisection of the angle of deviation.

After the poles are erected, the horizontal / cross bracing should be fitted and the
supports held in a vertical position with the help of temporary guys of manila rope
of at least 25 mm dia. Ensuring that the poles are held in a vertical position (this
can be checked with a spirit level) the concreting of the poles with cement,
granite chips of size 20/30 mm mesh and sand in the ratio M400 conforming to
ISS is to be done from the bottom of the support to the ground level. Before
lifting the pole in the pit, concrete padding of not less than 75 mm thickness may
be put for the distribution of the load of the support on the soil.

After the concreting is done, the pit may be filled with earth after curing of the
concrete is completed.

Four stays along the line, two in each direction and two stays along the bisection
of angle of deviation are to be provided.

Stay concreting may be done with M 400 concrete mixture.

The D.P. shall be erected as per the sketch enclosed.

6.0 ANCHORING AND PROVIDING GUYS FOR SUPPORTS

Guys are to be provided to the supports at the following places (i) Angle
locations, (ii) Dead end locations, (iii) Tee-off points, (iv) Steep gradient locations
to avoid uplifted on the poles.
The installation of guy will involve the following works:
i) Excavation of pit and fixing of stay rod.
ii) Fastening guy wire to the support.
iii) Tightening guy wire and fastening to the anchor
The marking of the guy pit for excavation, the excavation of pits and setting of
the anchor rod must be carefully carried out. The stay rod should be placed in
Page | 34

the position such that the angle of inclination of the rod with the vertical face of
the point is 30°/45° as the case may be. The concreting of the stay at the bottom
should then be carried out. The back filling and ramming must be well done
thereafter, and allowed to set for at least 7 days. The free end of the guy wire is
passed through the eye of the anchor rod, bent back parallel to the main portion
of the guy and bound after inserting the G.I. Thimble. The loop is protected by
the G.I. Thimble, where it bears on the anchor rod. Where the existence of guy
wire proves hazardous, it should be protected with suitable asbestos pipe, filled
with concrete of about 2 mts length above the ground level, duly painted with
white and black stripe so that it may be visible at night. The turn buckle shall be
mounted at the pole end of the stay and guy wire so fixed that the eye bolt turn
buckle is half way in the working position, thus giving the maximum movement
for tightening or loosening.
Guy insulators are placed to prevent the lower part of the guy from becoming
electrically energized by a contact of the guy when the conductors snap and fall
on them of due leakage. No guy insulator shall be located less than 2.6 mts. from
the ground.
The anchoring and providing guys for supports (Single guy Bow guy fly guy) shall
be done as per sketch enclosed. Bow guy and fly guy shall be provided as per
field conditions.

7.0 FIXING OF CROSS ARMS INSULATORS


After the erection of supports and providing guys, the next step would be to
mount the cross arms on the support erected. The lineman should climb the
support having requisite tools with him and the cross arm is then tied to a hand
line and pulled up by the ground man and should station himself well to one side
so that if any material drops from the top of the pole it may not strike him. All the
materials required should be lifted or lowered by means of the hand line. In no
case, the materials of the tools should be dropped or thrown from the pole top.
The fixing of 33 KV, 11 KV and LT Cross arms shall be in accordance to spacing
detailed in Sketch. G.I. bolts and nuts and spring washers of good quality only
shall be used which will have to be procured by the contractor.

9.01 Back Clamps


The back clamps for fixing of the seating channels, “V” cross arms,
horizontal cross arms and top cleats will have to be procured by the
contractor and shall be in accordance with sketch enclosed and the clamp
shall be fabricated with 75 X 8 mm M.S. Flat for 33 KV and 50 X 8 mm
M.S Flat for 11 KV and LT.

9.02 Top Cleats


The top cleats shall be got fabricated with M.S. Channel of size 100 X 50
mm for 33 KV shall be in accordance with sketch enclosed.
Page | 35

8.0 INSULATORS
The pins for insulators shall be fixed in the holes provided in the cross arms
and the pole top brackets. The insulators shall be mounted in their places
over pins and tightened. In the case of strain or angles supports, where strain
fittings are provided for this purpose, one strap of the strain fitting is placed
over the cross arm before placing the bolts in the hole of the cross arms. The
nut of the strap is so tightened that the strap can move freely in horizontal
direction, as this is necessary to fix the strain insulator.
The insulator shall be cleaned and examined for defects before fixing, it shall
be ensured that all the current carrying parts are smooth and without dirt,
cracks or chips.

9.0 STRINGING OF THE LINE CONDUCTORS


11.1 For the guidance of the contractor certain do’s and don’ts are given below
before the workmen actually commence the stringing work.

11.2 Do’s and Don’ts

DO’s
i. Use proper equipment for handling aluminum conductors at all
times.
ii. Use skids, or similar method for lowering reels or coils from
transport or ground.
iii. Examine reel before unreeling for presence of nails or any other
object, which might damage the conductor.
iv. Rotate the reel or coil while unwinding conductor.
v. Grip all strands while pulling out the conductor.
vi. Control the unreeling speed with suitable braking arrangement.
vii. Use wooden guards of suitable braking arrangement.
viii. Use long straight, parallel jaw grip with suitable liners when
pulling conductor thus avoiding nicking or kinking of the
conductor.
ix. Use free running sleeves or blocks with adequate grooves for
drawing/paving conductors.
x. Use proper sag charts.
xi. Mark conductors with crayons or adhesive tape of such (other)
material, which will not damage the strand.
xii. Make all splicing with the proper tools.
xiii. Use a twisting wrench for twisting the joints.
xiv. Chromites or graphite conducting oxide-inhibiting grease should
be used before cleaning with wire brush.
DON’Ts
i. Do not handle conductors without proper tools at any stage.
ii. Do not pull conductors without ensuring that there are no
obstructions on the ground.
iii. Do not pull out excess quantity of conductor than is required.
Page | 36

iv. Do not make jumper connections on dirty or weathered


conductor.
v. Do not handle aluminum conductors in a rough fashion but
handle it with care it deserves.

11.3 CONDUCTOR ERECTIONS


11.4
The erection of overhead line conductor is a very important phase in
construction. The erection of conductors can be sub-divided into 4 separate parts as
follows:

i. Transport of conductors to work site.


ii. Paving and stringing of conductors.
iii. Tensioning and sagging of conductors.
iv. Joining of conductors.
At the important crossing of roads, canals, navigable rivers, railways etc.,
flagmen should be in attendance to ensure that normal services are not
unduly interrupted. These crossing should only be carried out in conjunction
with and with the approval of the proper authorities concerned.
The conductor drums shall be transported to the tension point without injuring
the conductor, if, it is necessary to roll the drum on the ground for a small
distance, it should be slowly rolled in the direction of the marked on the drum.
The drum should be so supported that it can be rotated freely. For this
purpose the drum should either be mounted on the cable drum supports of
jacks or hung by means of chain pulley of suitable capacity, suspended from a
tripod. In case if it is not possible to raise the conductor drum by any of the
above method, a trench of suitable depth slightly bigger than the conductor
drum may be dug, so as to facilitate free rotation of the cable drum when it is
suspended in the trench by means of M.S. Shaft. While paving, care should
be taken to see that conductor does not rub against any metallic fitting of the
pole or on the bad/rocky ground. Wooden trusses should be used for this
purpose to support the conductor. The conductor should be passed over the
poles on wooden or aluminum snatch pulley blocks provided with low friction
bearings. While conductor is being paved out slowly, some braking
arrangement should be made so that the rotation of the drum may be stopped
in emergency.
In case the length of one piece of the conductor is less than the length of the
section in which conductor paving is being done, it is easy to stretch one
length of all phases from one end the remaining length from another end of
the section any part of the conductor shall be left at a height of less than that
of 5 meters, above the ground by rough sagging.
Page | 37

11.5 Mid Span Jointing of Conductors

The mid span jointing of conductors can be carried by twisting the joint at the
ends and the wire should project a few centimeter, beyond the end of the
sleeves. The projected wires are given a sharp bend to keep them from
slipping out of the sleeve. The end of the sleeves are then held tightly by
twisting wrenches and then 4 to 5 turns in one direction generally anti-clock
wise direction. Crimping Tools are preferably to be used for joints and
jumpers.

11.6 SAGGING AND TENSIONING

On the completion of the paving of the conductors and making mid span joints
if any, tensioning operations will commence. Temporary guys will have to be
provided for both the anchoring supports in the section where the stringing
has to be done. At the tensioning end, one of the conductors is pulled
manually up to a certain point and then come along clamp is fixed to the
conductor to be tensioned. The grip to the come along clamp is attached to
double sleeve pulley block or the pulley lift machine and gradually tensioned.
The conductor should then be sagged in accordance with the sag temperature
chart for the particular conductor and span. The sag should then be adjusted
in the middle span of the section. The sag chart is to be provided. The stretch
of the conductor has to be taken out before stringing in order to avoid the
gradual increase in sag due to the setting down of the individual wires. There
are ways of accomplishing this:

a) Pre-stressing
In this method the conductor is pulled up to tension considerably above the
correct figures, but never exceeding 50% of breaking load for a short period of
say twenty minutes. As this method requires more time and involves the use
of stronger tackle to secure the higher tension the other method of over
tensioning is commonly adopted.

B) Over-tensioning

This method consists of pulling up the conductor to a tension a little above the
theoretical tension for prevailing temperature and fixed it up at that tension
with correspondingly reduced sag. After a certain time the conductor will settle
down to the correct sag and tension. A tension of five to eight percent more
than the theoretical value has been found to be suitable for the sizes of ACSR
and AAAC conductors standardized by REC. The ambient temperature during
sagging may be recorded correctly.
Page | 38

Conductors can be sagged correctly only when the tension is the same in
each span throughout the entire length of section. Use of snatch blocks
reduces the friction and chances of inequality of tension in various spans.

Sagging can be accomplished by several different methods but most


commonly used method is “Slighting”. The slighting sag method of measuring
sag is by the use of targets placed on the supports below the cross arms. The
targets may be light strip of wood clamped to the pole at a distance equal to
the sag below the conductor when the conductor is placed in snatch block.
The lineman sees the sag from the next pole. The tension of the conductor is
then reduced or increased, until the lowest part of the conductor in the span
coincides with the lineman’s line of sight.

When sagging is completed, the tension clamps shall be fixed. The clamp can
be fitted on the conductor without releasing the tension. A mark is made on
the conductor at a distance from the cross-arm equal to the length of
complete strain insulator. Before the insulator set is raised to position, all nuts
should be free. Come along clamp is placed on the conductor beyond the
conductor clamp and attached to the pulling unit. The conductor is pulled in
sufficiently to allow the insulator assembly to be fitted to the clamp. After the
conductor is clamped to insulator, assembly unit may be released gradually.

If the tension is released with a jerk, an abnormal stress may be transferred to


conductor and support, which may result in the failure of the cross arm, stay
or pole in some cases. After the stringing is completed, all poles, cross arms,
insulators, fittings etc. are checked upto ensure that there have been no
deformities etc.

The next step is to place the conductor on the top of the pin insulator from the
snatch block and removing snatch blocks. Conductors are then fastened to
insulator by the use of aluminum wires. The following points should be
observed:

i) Proper size of the tie binding wire which can be readily handled
and with adequate strength is to be used.
ii) The length of tie wire should be sufficiently long for making
complete tie including the end allowances for gripping with ends.
iii) A good tie should provide a secure binding between the line
conductor and insulator and should reinforce the conductor on
either side of the insulator.
iv) The use of cutting pliers for binding the tie wire should be avoided.
v) The tie wire which has been used previously should be reused
Before tying the conductor to the insulator two layers of Aluminum tapes
should be wrapped over the conductor in the portion where it touches the
insulator. The width and thickness of aluminum tape to be used for a specific
size of conductors has been specified in hand books of aluminum conductor
Page | 39

manufacturers and the same be referred to. The Aluminum tapes should also
be used at the tension clamp and for proper grip.

Normally in straight runs of line, the conductors are run on the top of
insulators. When there is small of deviation the conductor is placed inside
groove and bound. Accordingly, there are two methods of tying the
conductors to insulators. The binding wire/tie wire has to be procured by the
contractor and the bid price shall include the cost of this.

11.7 The contractor shall be entirely responsible for any damage to the supports,
other accessories and conductor. He shall also be responsible for proper
distribution of the conductor drums to keep number and lengths of cut pieces of
the conductor to a minimum.

11.8 CONDUCTOR DAMAGE AND REPAIR

If the conductor is damaged for whatever reasons, and damage is not


repaired by aluminum sleeves, etc., it shall be brought to the notice of the
Engineer and shall not be used without his approval. Even repairing of
conductor surfaces shall be done only in case of minor damages, scuff marks
etc., which are safe from both electrical and mechanical points of view. The
final; conductor surface shall be clean, smooth, without any projection sharp
points, cut or abrasion etc. giving satisfactory corona and R.I. performance.

11.9 No joints or splice be made in span’s crossing over main roads, railways,
small rivers or intension spans. Not more than one joint per conductor shall be
allowed in one span. The strength of the joint shall conform to IE Rule 75.

11.10 STRINGING.
Whatever necessary ground clearances have to be measured to ensure
obtaining adequate line clearance as per IE Rule 77 (i)

12.0 EARTHING

12.01 Pipe Earthing


At D.P Locations, Pits are to be excavated the steel and metal parts are to be
earthed by pipe earthing as per the drawing or sketch enclosed to this
specification. Duly filling the pits with finely broken coke having granule sizes
not more than 25 mm thick. The coke shall be maintained up to a distance of
300 mm for the pipe on all sides. The top edge of the pipe shall be at least
200 mm below the ground level. The CI strips shall be fixed not less than 300
mm deep from the ground level.
The tenders shall quote the charges for earthing inclusive of the cost of coke,
excavation and back filling.
12.02 Pole Earthing: Supports shall be properly earthed.
Page | 40

13.0 CONCRETING
13.01 The cement concrete used for the foundations shall be of M 400 grade.
13.02 The full concreting for the poles if erected in excavated act shall be
done so that the complete block will be of dimensions( 0.6 X 0.6 X 1.6) +
0.2 X 0.2 Mtr. (0.6 X 0.6 X 1/35) + 0.2 X 0.2 X 0.2 Mtrs. so as to maintain
as exposed portion for 0.2 Mtrs height above the ground level.

13.03 If augur is used for making pole pits, ramming shall be done after
erection of pole.

14.0 WORKMANSHIP
The contractor shall entirely be responsible for correct erection of all support
as per the approved drawings, and their correct setting and alignment, as
approved by the engineer. If the supports and D.P. structures after the
erection are found to differ from approved route maps and drawings or to be
out of alignment, the contractor shall dismantle and re-erect them correctly at
his own cost without extension of time. The supports must be truly vertical and
in plumb after erection and no straining will be permitted to bring them to
vertical position. Verticality of each support shall be measured by the
contractor and furnished to the Engineer.

15.0 Location numbers for each pole shall be painted on the pole.

Anti-climbing devices and danger boards are to be provided at all railway


crossings and road crossings. No extra charges shall be admissible even
though separate gangs may have to be sent by the contractor for fitting these
accessories and attachments on the support at the appropriate time.

16.0 FINAL CHECKING, TESTING AND COMMISSIONING


After the completion of the work final patrolling and checking of the line shall
be done by the contractor to ensure that all foundations work, pole erection
and stringing have been done as approved by the Engineer, and also to
ensure that they are completed in all respects. Contractor shall prepare pole
schedules and hand it over to the Engineer. All works shall be thoroughly
inspected keeping in view of the following main points.

i) Sufficient back filled earth is lying over each foundation pit and it is
adequately compacted.
ii) Concreting and coping of poles are in good and finally shaped
conditions.
Page | 41

iii) All the accessories and insulators are strictly as per drawings and are
free from any defects or damages, what-so-ever.
iv) All the bolts and nuts should be of G.I material and as per contractual
provisions.
v) The stringing on the conductor has been done as per approved sag
and desired clearances are available.
vi) No damage, minor or major to the conductor, earth wire, accessories
and insulator strings still unattended are noticed.
vii) For all points double jumpers shall be provided to each phase. The
jumpers provided at the cut points are connected rigidly to the tension
hardware utilizing all the jointing bolts provided for the purpose.
The contractor shall submit a report to the above effect to the Engineer. In
case, it is noticed later that some or any of the above are not fulfilled the
Engineer will get such items rectified through other agencies and recover the
cost of such works from the bills payable to the contractor against that
contract or any other contract executed by him for APDCL(UAR).

After final checking, the lines shall be tested for insulation in accordance with
tests prescribed by the Engineer. All arrangements for such testing or any
other tests desired by the Engineer shall be done by the Contractor and
necessary labour, transport and equipment shall be provided by him. Any
defects found out as a result of such tests, shall be rectified by the Contractor,
forthwith, without any extra charges to APDCL (UAR).

In addition to the above, the Contractor shall be responsible for testing and
ensuring that the total and relative sags of the conductors are within the
specified tolerance. Such tests shall be carried out at selected points along
the route as required by the Engineer and the Contractor shall provide all
necessary equipment and labour to enable the tests to be carried out.

The APDCL (UAR) will arrange statutory inspection of the line and indicate
the defects noticed. The Contractor has to rectify all such defects and intimate
to APDCL (UAR) Engineer.

After satisfactory tests on the line and an approval by the Engineer the line
shall be energized at full operating voltage before handing over.

17.0 SUPPLY OF CONSTRUCTION MATERIALS BY THE CONTRACTOR

The Contractor has to make his own arrangements for procurement, supply
and use of construction materials like cement, M.S. rods, HBG metal and
sand.

17.1 CEMENT
The contractor has to make his own arrangements for the procurement of
cement to require specifications required for the work subjected to the follows:
Page | 42

a) The contractor shall procure cement, required for the works only from
reputed cement factories (Man producer) acceptable to the Engineer-in-
Charge. The contractor shall be required to be furnished to the Engineer-in –
Charge bills of payment and test certificates issued by the manufacturers to
authenticate procurement of quality cement from the approved cement
factory. The contractor shall make his own arrangement for adequate storage
of cement.

b) The contractor shall procure cement in standard packing of all 50 kg per


bag from the authorized manufactures. The contactor shall make necessary
arrangement at his own cost to the satisfaction of Engineer-in-Charge for
actual weighment of random sample from the available stock and shall
conform to the specification laid down by the Indian Standard Institution or
other standard foreign institutions as the case may be. Cement shall be got
tested for all the tests as directed by Engineer-in-Charge at least one month in
advance before the use of cement hags brought and kept on site Go
down. Cement bags required for testing shall be supplied by the contractor
free of cost. However, the testing charges for cement will be borne by the
APDCL (UAR). If the tests prove unsatisfactorily, then the charges for cement
will be borne by the contractor.

c) The contractor should store the cement of 60 days requirement at least one
month in advance to ensure the quality of cement so brought to site and shall
not remove the same without the written permission of the Engineer-in-
Charge.

The contractor shall forthwith remove from the works area any cement that
the Engineer-in-Charge may disallow for use, an account of failure to meet
with required quality and standard.

d) The contractor shall further, at all times satisfy the Engineer-in-Charge on


demand, by production of records and books or by submission of returns and
other proofs as directed, that the cement is being used as rested and
approved by Engineer-in-Charge for the purpose and the contractor shall at all
times, keep his records upto date to enable the Engineer-in-Charge to apply
such checks as he may desire.

(a) Cement which has been unduly long in storage with the contractor or
alternatively has deteriorated due to inadequate storage and thus become
unfit for use in the works will be rejected by the department and no claim will
be entertained. The contractor shall forthwith remove from the work area, any
cement the Engineer-in-Charge may disallow for use on work and replace it
by cement complying with the relevant Indian Standards.
Page | 43

17.2 STEEL

The contractor shall procure mild steel reinforcement bars, high yield strength
deformed(HYSD) bars, rods and structural steel etc. required for the works
only from the main or secondary producers manufacturing steel to the
prescribed specifications of Bureau of Indian Standards or equivalent and
licensed to affix ISI or other equivalent certification marks and acceptable to
the Engineer-in-Charge. Necessary ISI list certificates are to be produced to
Engineer-in-Charge before use on works. The unit weight and dimensions
shall be as prescribed in the relevant Indian Standard specification for steel.

All salvaged materials are to be recorded and handed over to the


Engineer in charge. Due certificate to this effect must be obtained for
passing of bills.

18.0 INFORMATION AND DATA

a) The information furnished is the best available however, the APDCL(UAR)


does not guarantee the correctness of interpretations, deductions or
conclusions which are given as supplementary information in the Bid
Documents or in any reports, maps, drawings, diagrams or in other
reference information available to the bidder from APDCL(UAR) of or
otherwise.
The information has been produced as found, communicated to
ascertained or otherwise/learned by the APDCL (UAR).

b) it will be the Bidder’s responsibility to satisfy himself from the “Reference


Information” supplied and or inspection of the site that sufficient quantities
of construction materials required for the works shall exist in the
designated borrow areas or quarry sites.
The APDCL (UAR) does not accept any responsibility either in handing
over the quarries or procuring the materials or any other facilities. The
Tenderer will not be entitled for any extra rate or claim for the misjudgment
on his part for the quantity and quality of materials available in the
quarries.

Failure by the Bidder to have done all the timings which is in accordance
with this condition he is deemed to have done shall not relieve the
successful Bidder of the responsibility for satisfactorily completing the work
as required at the rates quoted by him.
Page | 44

ASSAM POWER DISTRIBUTION COMPANY LIMITED


Project, Planning & Design

ALL DIMENSIONS ARE IN MM


Page | 45

SECTION -6

GUARANTEED TECHNICAL

PARTICULARS
Page | 46

GUARANTEED TECHNICAL PARTICULARS FOR PSC POLES [9.75M, 8.5MT & 7.5 MT ]

(To be filled in by the bidder)

SL ITEM PARAMETERS Parameters


NO
Name and address of
manufacturer
1 Type of Pole 9.75 M PSC pole 8.5 MT PSC Pole
2 Applicable Standard
3 Length of pole
4 Depth of Plantation
5 Bottom Depth
6 Top Depth
7 Breath
8 Diameter of pre-stressing wire
9 No. of tensioned wire per pole
10 Minimum Ultimate Tensile
strength of 4 MM HT wire
11 Minimum initial pull of 4 mm
wire
12 Spacing HT wires
13 Quantity of HT wire/ pole
14 Min Quantity of cement
15 Quantity of Stone chips
16 Quantity of sand
17 Link & spiral
18 M.S spiral
19 Maximum Aggregate size
20
21 Total weight per pole
22 Minimum clear cover
23 Factor of safety
24 Concrete grade
25 Ultimate Load
26 Earthing shall be provided by 4
MM dia. Galvanized iron wire
embedded in concrete
27 one marks to be provided at
ground level
28 28 days cube strength of
concrete ( Min) as per IS :
456/2000.
Page | 47

GUARANTEED TECHNICAL PARTICULARS FOR DISTRIBUTION TRANSFORMERS

(To be filled in by the Tenderer)

Sl.No. Description Particulars


1 Make & manufacturer
2 Place of manufacture
3 Rated ratio
i) HV (KV)
ii) LV (KV)
4 Rated current
i) HV (KV)
ii) LV (KV)
5 Connection symbol
6 Tapping (if applicable)
i) Number of steps
ii) Range of Tapping
7 Core material used and grade
a) Flux density
b) Over flushing without saturation (curve to be
furnished by the manufacturer in support of his claim)
8 Maximum temperature rise of
a) Winding by resistance
b) Oil by thermometer
9 Magnetizing (No Load) current at
a) Nominal voltage
b) Maximum voltage
10 Core loss in watts at 75°C
a) Nominal voltage
b) Maximum voltage
11 Resistance of windings at 20°C (with 5% tolerance)
a) HV winding (ohm)
b) LV winding (ohm)
12 Full load losses (watts) at 75°C
13 Current density used for
a) HV winding
b) LV winding
14 Clearances
a) Core & LV
Page | 48

b) LV & HV
c) HV phase to phase
d) End insulation clearance to earth
e) Any point of winding to tank
15 Efficiency at 75°C
a) Unity pf
b) 0.8 pf
i) 125% load
ii) 100% load
iii) 75% load
iv) 50% load
v) 25% load
16 Regulation at
a) Unity pf
b) 0.8 pf at 75°C
17 % impedance at 75°C
18 Flash test
19 HV 28 KV/50 Hz for 1 Minute
20 LV 3 KV/50 Hz. for 1 Minute
21 Over potential test double
22 Voltage & double frequency for 1 minute
23 Impulse test
24 Weight content of
a) Core lamination (min)
b) Winding (min)
C) Tank & fittings
d) Oil
e) Oil qty. (min)
f) Total weight
25 Oil data
a) Qty. for first filing (min)
b) Grade of oil used
c) Maker’s name
d) BDV at the time of filling
26 Transformer
Overall length X breadth X height
27 PERFORMANCE GUARANTEE OF DTR
Page | 49

GUARANTEED TECHNICAL PARTICULARS OF ALL ALUMINUM ALLOY CONDUCTOR (AAAC)

(To be filled in by the Tenderer)

Sl.No. Description Unit Particulars


1.0 Maker’s name & Address
2.0 Conductor size and Code
3.0 IS Standard applicable
4.0 Wire diameter in mm mm
5.0 Diameter of complete conductor in mm mm
6.0 Number of strands Nos.
7.0 Sectional area of alloy Aluminum mm²
8.0 Total sectional area mm²

9.0 Particulars of Raw Materials


9.1 Aluminum
a) Minimum Purity of Aluminum %
9.2 Zinc %
a) Minimum Purity of Zinc
9.3.0 Aluminum Strands after stranding
9.3.1 Diameter
a) Nominal Mm
b) Maximum Mm
c) Minimum Mm
9.3.2 Minimum breaking Load Strand kN
9.3.3 Maximum Resistance of 1 M length Ohm
10.0 Galvanizing
Minimum weight of zinc coating per uncoated wire
a) gm/m²
surface
Minimum number of one minute dips galvanized
b) Nos.
strand can withstand in the test
Minimum number of twists in a gauge length times
c) dia of wire which the strand can withstand in the Nos.
torsion test (after stranding)
11.0 AAAC stranded conductor
11.1 UTS of conductor kN
11.2 Lay ratio of conductor Max
st
a) 1 layer
nd
b) 2 layer
Page | 50

11.3 D.C resistance of conductor at 20°C Ohm/Km


11.4 Standard length of conductor M

11.5 Continuous current rating at 75°C (Enclose


supporting calculations)
11.6 Final modulus of elasticity
11.7 Co-efficient of Linear Expansion
11.8 Strand
a) Standard diameter mm
b) Minimum
c) Maximum
d) Cross-Sectional area of Nominal diameter wire mm²Nos.
e) Weight in Kg/KM
Minimum breaking load
f) Before Stranding Kg/kN
After stranding
g) Coefficient of linear expansion
11.9 Joints in strands
a) Aluminum Alloy
b) Method of making joint
c) Ultimate tensile Strength of Joint

12.0 Maximum single length of conductor that can be Meter


manufactured if required for single stretch
13.0 Tolerance of standard length of conductor %
14.0 Direction of lay for outside layer
14.1 Linear mass of the conductor
a) Standard Kg/KM
b) Minimum Kg/KM
c) Maximum Kg/KM

15.0 No. of cold pressure butt welding available at


works
16.0 Standard according to which the conductor will be
manufactured and tested
a) Certification mark if any
b) Test Certificate enclosed Yes/No
17.0 Initial & Final sag and tension charts furnished

18.0 Stress/Strain data corresponding to different


tensions temperatures furnished
Curves/tables of creep compensation
19.0 corresponding to different tension temperatures
furnished
20.0 PERFORMANCE GUARANTEE
Page | 51

GUARANTEED TECHNICAL PARTICULARS FOR 11 KV LIGHTNING ARRESTORS


(To be filled in by the Tenderer)

Sl. No. Description Particulars


1 Name & Address of Supplier & Manufacturer
Surge Arrestor
Line Disconnector
Metal Oxide Block
Terminal Clamp
2 Name & address of collaborator, if an
3 Standard to which surge arrestors conforms
4.0 Surge Arrestor
4.1 Voltage rating (KV rms)
4.2 Continuous Operating Voltage (KV rms)
a) Continuous Operating Voltage (KV rms)
b) Leakage current at continuous operation voltage
c) Permitted leakage current of arrestor beyond which
arrestor is faulty.
5 Frequency (Hz.)
Nominal discharge current (wave shape – 8/20 micro second)
6
(KA)
7 Pressure relief rated current (KA rms)
8. Steep current protection level at 10 KA
a) Lightning impulse protection level with 40 X 80 mico-sec.
Wave at 500/1000 A
Long duration current impulse withstand capacity and virtual
9
duration
10 Line discharge class
11 Thermal runway limit arrestor
12 Energy capability (kj/KV)
13 Pressure relief rating
14 Dry arcing distance
15 Reference current and reference voltage
16 Arrestor Housing
16.1 Power frequency one minute wet withstand voltage (kV rms)
16.2 Lightning impulse dry withstand voltage (kVP)
16.3 Creepage distance
a) Protected
b) Total
Page | 52

16.4 Short Circuit withstand capacity


16.5 Bending moment (mm)
17 Dis-connector
a) Constructional Details
b) Other information as applicable to surge arrestor
18 Surge Monitor
a) Constructional Details
b) Degree of protection
19 Suitable for hot line washing
20 Dimension and Weight

G.A Drawing indicating height of complete unit from base to


line, minimum recommended center to center spacing,
21 clearance from ground equipment at various height of
Arrestor, earthing arrestor, earthing arrangement on earthed
side of arrestor etc.

22 Details of Packing
License number and date for using ISI certification mark if
23
any
24 Ammeter for discharge current
a) Type & Make
b) Accuracy
c) Range (mA)
25 Residual voltage
26 Follow Current
27 PERFORMANCE GUARANTEE
Page | 53

GUARANTEED TECHNICAL SPECIFICATIONS FOR 11 kV DROP OUT FUSE

(To be filled in by the bidder)

1. Standard applicable
2. Type
3. Rated Voltage (KV)
4. Rated normal current Amp
5. Rated frequency Hz
6. Rated lightning impulse
i) To earth and between poles
ii) Across the pole distance
7. Power frequency one minute withstand voltage
i) To earth and between pole
ii) Across the pole distance
8. Rated short time current
9. Rated breaking current
10. Creepage distance
11. Rated line charging breaking current (A)
12. Total weight
13. Performance guarantee
Page | 54

GU
UARANTEED TECHNICAL PARTICULARS OF 11 kV PIN INSUL ATOR (Polymeric)

(To be filled in by Tenderer)

S.N Description Particulars


O.

1 Manufacturer’s Name & Address


2 Type of insulator offered
3 Drawing Numbers
4 Over all Dimensions (mm)
a) Height
b) Out Diameter
5 Nominal System Voltage (kV)
6 Highest System Voltage (kV)
7 Minimum Failing Load (kN)
8 Dry Power Frequency Flashover Voltage (kV)
9 Wet Power Frequency Flashover Voltage (kV)
10 Puncture Withstand Voltage (Power Frequency) (kN)
11 Min. Creepage Distance (mm)
12 Impulse Flashover Voltage : (kV)
a) 1.2/50 Micro Sec. Wage of Positive Polarity
b) 1.2/50 Micro Sec. Wage of Negative Polarity
13 Impulse Withstand Voltage : (kV)
a) 1.2/50 Micro Sec. Wave of Positive Polarity
b) 1.2/50 Micro Sec. Wave of Negative Polarity
14 Dry Power Frequency 1 Min. Withstand Voltage (kN)
15 Wet Power Frequency 1 Min. Withstand Voltage (kN)
16 Minimum Visible Discharge Test Voltage
17 Net Weight (Approx.) (Kg)
18 Standard According to which Porcelain Insulators be
Manufactured and Tested
19 Tolerance in Dimensions, if any (as per ISS)
20 Temperature Cycle Test (as per ISS)
21 Porosity Test (as per ISS)
22 Performance guarantee
Page | 55

GUARANTEED TECHNICAL PARTICULARS OF GI PIN FOR 11 KV PIN INSULATOR

(To be filled in by the tenderer)

1. Name & address of the manufacturer


2. Physical dimensions
a. Stalk length in mm
b. Shank length in mm
c. Thickness of collar in mm
d. Diameter of collar in mm
e. Diameter of shank in mm
f. Threaded length of shank in mm
g. Dia of stalk head in mm
h. Threaded length of stalk in mm.
4. Gross weight in kg.
5. Weight of zinc coating in gms
6. Mechanical failing load in KN
7. Other particulars
8. Performance guarantee
Page | 56

GUARANTEED TECHNICAL PARTICULARS FOR 11 KV GOAB SWITCH

A. Isolating Switches
B.
Name of Manufacturer of Isolating Switches
Particulars for Isolating Switches

a. MVA Ratings
b. Number of Poles
c. Voltage Rating
d. Current rating (Amps)
i. Normal
ii. Maximum
iii. Short Time
e. Temperature rise of the following at the full rated
current in Degree °C over in ambient 50°C
i. Terminals
ii. Contacts
iii. Metal parts
f. Thickness in mm of Silver Plating / Tin Plating
g. Voltage drop across:
i. Each Contact
ii. Terminals
h. Frequency
i. Short Time Current and duration
j. Type of Materials used in Contacts
k. Materials used in Contacts
l. Type & Materials of the Terminal connectors provided
m. Diameter and length of the channels of GI Operating Pipe
n. Size & Length of the channels provided for
mounting three phases
o. Minimum clearance between phases.
(i.e. the centre distance between the insulating of
the adjacent phases in the assembled position of
the Switches
p. Minimum clearance in air
i. Between the poles
ii. Between live parts & earth
q. Type & Detail of operating Mechanism
i. Rotating Insulator Stack
ii. Operating Shaft
r. Whether the switch is complete with the
necessary universal joints Guides locking
arrangements with padlock and key and stops
etc.
s. Type of monitoring
t. Number of Breaks per phase
u. Number of breaks
v. Materials of the rotating parts
w. Weight of insulators & mechanism
Page | 57

x. Dimensions of the flexible cords


i. Thickness
ii. Length
iii. Weight
xi. Materials used in flexible cord, its terminal
place and the terminal block
2.1 Impulse withstand voltage with 1/50 micro-seconds wave
positive and negative polarity
i. Across Isolating distance
ii. To earth & between poles
2.2 One minute power frequency withstand voltage
i. Across Isolating distance
ii. To earth & between Poles
3.0 Does the equipments conform to ISS:1818/1961
C. Insulators
1.0 Particulars for Insulators
1.1 Type of Insulator
1.2 Name of the Manufacturer of the Insulator
1.3 Height of Insulator
1.4 Diameter of the Largest Shed
1.5 Number of units per stack
2.0 Electrical Characteristics (for one Insulator)
2.1 Flashover voltage
a. Dry Power Frequency
b. Wet Power Frequency
c. Impulse voltage of 1/50 micro-secs. (+ve)
d. Impulse voltage of 1/50 micro-secs. (-ve)
2.2 Withstand Voltage
a. Dry Voltage
b. Wet voltage
c. Impulse voltage of 1/50 micro-secs. (+ve)
d. Impulse voltage of 1/50 micro-secs. (-ve)
2.3 Power frequency puncture withstand of unit
2.4 Mechanical characteristics
a. Cantilever strength upright
b. Cantilever strength under hand
c. Torsional strength
d. Tensile strength
e. Compression strength
2.5 General characteristics
a. Minimum creepage distance
b. Weight of complete unit
c. Weight of non-ferrous parts (total)
d. Weight of ferrous parts (total)
2.6 Standard to which insulator conforms
Note: Value for Insulators should be given in metric units and should be for one insulator
only

3.0 PERFORMANCE GUARANTEE


Page | 58

GUARANTEED TECHNICAL PARTICULARS FOR 11 KV DISC INSULATOR 45 KN(T&C, Polymeric)


(To be filled in by the Tenderer)

Sl.No Description Particulars


1 Manufacturer’s Name & Address
2 Type of Insulator offered
3 Drawing Numbers
4 Overall Dimensions (mm)
a) Height
b) Outer Diameter
5 Nominal System Voltage (kV)
6 Highest System Voltage (kV)
7 Minimum Failing Load (kN)
8 Dry Power Frequency Flashover Voltage(kV)
9 Wet Power Frequency Flashover Voltage(kV)
Puncture withstand Voltage (Power Frequency) (kN)
10
Minimum Creepage Distance (mm)
11 Minimum Creepage Distance (mm)
12 Impulse Flashover Voltage (kV)
a) 1.2/50 Micro-Sec. Wave Positive Polarity
b) 1.2/50 Micro-Sec. Wave Negative Polarity
13 Impulse Withstand Voltage (kV)
a) 1.2/50 Micro-Sec. Wave Positive Polarity
b) 1.2/50 Micro-Sec. Wave Negative Polarity
14 Dry Power Frequency 1 Min. Withstand Voltage (kN)
15 Wet Power Frequency 1 Min. Withstand Voltage (kN)
16 Minimum Visible Discharge test Voltage
17 Net Weight (approx.) (Kg.)
Standard According to which Porcelain Insulators to be
18
Manufactured and tested
19 Tolerance in Dimensions, if any (as per ISS)
20 Temperature Cycle Test (as per ISS)
21 Porosity Test (as per ISS)
22 PERFORMANCE GUARANTEE
Page | 59

GUARANTEED TECHNICAL PARTICULARS OF H.T. & LT GUY INSULATOR

S.NO. PARAMETER GUARANTEED VALUE

1 Manufacturer’s Name & Address

2 Type of insulator

3 Standards to which insulator will conform

4 Dimensions

5 Hole diameter (mm)

6 Color of glaze

7 Dry Power Frequency withstand Voltage (kV)

8 Wet Power Frequency withstand Voltage (kV)

9 Minimum failing load (Newton)

10 Minimum Creepage distance (mm)

11 Weight per piece (Kg)

12 Temperature cycle test (as per ISS)

13 Porosity test (as per ISS)

14 Tolerance, if any (as per ISS)

15 Performance guarantee
Page | 60

GUARANTEED TECHNICAL PARTICULARS OF L.T. SHACKLE INSULATOR

(To be filled in by the Tenderer)

Sl.No. Description Particulars


1 Manufacturer’s Name & Address

2 Type of Insulator

3 Standards to which insulator will conform

4 Dimensions

5 Hole diameter (mm)

6 Color glaze

7 Dry power Frequency Withstand Voltage (kV)

8 Wet power Frequency Withstand Voltage (kV)

9 Dry power Frequency Flashover Voltage (kV)

10 Wet power Frequency Flashover Voltage (kV)

11 Power Frequency Puncture Withstand Voltage (kV)

12 Minimum failing load (kN)

13 Minimum Creepage Distance (mm)

14 Weight per piece (Kg)

15 Temperature cycle test (as per ISS)

16 Porosity test (as per ISS)

17 Tolerance, if any (as per ISS)

18 PERFORMANCE GUARNATEE
Page | 61

GUARANTEED TECHNICAL PARTICULARS FOR G.I. WIRE

(TO BE FURNISHED BY BIDDER)

A. G.I.Wire (4 mm dia) :

1. Size of Wire :

2. Tolerance in size of wire :

3. Tensile strength :

4. Wrapping list :

5. Galvanising conforming to IS : :
4826 – 1968

6. Guarantee :

B. G.I.Wire (5 mm dia) :

1. Size of Wire :

2. Tolerance in size of wire :

3. Tensile strength :

4. Wrapping list :

5. Galvanising conforming to IS : :
4826 – 1968

6. Performance guarantee :
Page | 62

GUARANTEED TECHNICAL PARTICULARS FOR C.I. PIPE (EARTH)

(TO BE FURNISHED BY BIDDER)

Sl. G.I.Wire (4 mm dia) :

1. Length of Pipe :

2. Diameter of Pipe :

3. External Dia of Pipe :

4. Thickness of Pipe :

5. Internal Dia of Socket :

6. Thickness of Socket :

7. Internal Depth of Socket :

8. Internal Radius of Socket :

9. Width of Grooves of Socket :

10. External Dia of Grooves


Socket

11. Weight of Pipe :

12. Hydraulic Test :

13. Guarantee :
Page | 63

GUARANTEE TECHNLCAL PARTICULARS OF COMPOSIT


POLYMERIC INSULATOR
FOR 11 KV , 45 KN ( T & C ) TYPE

Sl.
Description Unit 11KV , 45 KN , T& C type
no
Name of Manufacturer & Address
1. Type of Insulator
2. Standard according to which the
Insulator manufacture and tested
3. Name of material used in manufacture
Of the insulator with class/grade
(a) Material of core (FRP rod)
i) E-glass or ECR- glass
ii) Boron content
(b) Material of housing &Weather sheds
Silicon content by weight

(c) ( material of end fitting )


(d) Sealing compound for end fittings
4. Color
5. Electrical characteristics
(a) Normal system voltage KV(rms )
(b) Highest system voltage KV(rms)
(c) Dry power Frequency withstand voltage KV(rms )
(d) Wet power frequency withstand voltage KV (rms )
(e) Dry flashover voltage KV(rms)
(f) Wet flashover voltage KV(rms)
(g) Dry lighting impulse withstand voltage KV(peak)
a) Positive
b)Negative KV(peak)

(h) Dry lighting impulse flashover voltage KV(peak)


c) positive
d) Negative KV(peak)
(i) R/V at 1MHz when energized at 10KV/30KV(rms) Microvolt
under dry condition
(j) Creepage distance (mm) mm
6. Mechanical characteristics
(a) Minimum failing load KN
7. Dimension of insulator
(i) Weight Kg
(ii) Dia of FRP rod mm
(iii) Length of FRP rod mm
(iv) Die. Of Weather sheds mm
(v) Thickness of housing mm
(vi) Dry arc distance mm
Dimension drawing of insulator including weight with
clearances min weight enclosed
8. Method of fixing of sheds to housing (specify single
moulder Modular construction moulding )
9. No. of Weather sheds
10. Types of sheds
(i) Aerodynamic
(ii) With under ribs
11. Packing details
(a) Types of packing
(b) No. of insulator each pack
(c) Gross weight of package
12. Any other particulars which the bidder may like to
give
Page | 64

GUARANTEE TECHNICAL PARTICULARS OF COMPOSITE POLYMERIC


INSULATOR
FOR 11 KV , 5 KN PIN INSULATOR TYPE

Sl. 11KV , 5 KN , PIN


Description Unit
no INSULATOR
Name of Manufacturer & Address
1. Type of Insulator
2. Standard according to which the
Insulator manufacture and tested
3. Name of material used in manufacture
Of the insulator with class/grade
(a) Material of core (FRP rod)
i) E-glass or ECR- glass
ii) Boron content
(b) Material of housing &Weather sheds
Silicon content by weight

(c) ( material of end fitting )


(d) Sealing compound for end fittings
4. Color
5. Electrical characteristics
(a) Normal system voltage KV(rms )
(b) Highest system voltage KV(rms)
(c) Dry power Frequency withstand voltage KV(rms )
(d) Wet power frequency withstand voltage KV (rms )
(e) Dry flashover voltage KV(rms)
(f) Wet flashover voltage KV(rms)
(g) Dry lighting impulse withstand voltage KV(peak)
a) Positive
b)Negative KV(peak)

(h) Dry lighting impulse flashover voltage KV(peak)


c) positive
d) Negative KV(peak)
(i) R/V at 1MHz when energized at 10KV/30KV(rms) Microvolt
under dry condition
(j) Creepage distance (mm) mm
6. Mechanical characteristics
(a) Minimum failing load KN
7. Dimension of insulator
(i) Weight Kg
(ii) Dia of FRP rod mm
(iii) Length of FRP rod mm
(iv) Die. Of Weather sheds mm
(v) Thickness of housing mm
(vi) Dry arc distance mm
Dimension drawing of insulator including weight
with clearances min weight enclosed
8. Method of fixing of sheds to housing (specify
single moulder Modular construction moulding )
9. No. of Weather sheds
10. Types of sheds
(i) Aerodynamic
(ii) With under ribs
11. Packing details
(a) Types of packing
(b) No. of insulator each pack
(c) Gross weight of package
12. Any other particulars which the bidder may like to
give
Page | 65

GUARANTEED TECHNICAL ARTICULARS FOR 1.1 KV


GRADE SINGLE CORE XLPE INSULATED & PVC
SHEATHED HEAVY DUTY ALUMINIUM CONCUCTOR,
UNARMOURED POWER CABLE

Sl. Particulars
No.
1 2 3
1. Name & address of manufacturer.
2. Type and make of cable
3. Location of factory.
4. Standard specification to which cable shall conform.
5. Standard specification to which core shall conform.
6. Voltage rating.
7. Permissible variation in voltage, frequency & combined voltage &
frequency.
8. Standard specification to which drum shall conform.
9. CONDUCTOR :
9.1 Material and its composition.
9.2 Shape of conductor.
9.3 Total area of conductor.(In Sq. mm)
9.4 Stranding details :-
i) No. of nominal strands in a core.
ii) Dia of each strand in a core (before stranding) (in mm)
9.5 Maximum D.C Resistance/Core at 20°C (In Ohms/Km.)
10. INSULATION :
10.1 Type of Insulation
10.2 Composition of Insulation
10.3 Nominal thickness of Insulation (in mm).
10.4 Tolerance on thickness of Insulation.
10.5 Dia of core over insulation.
10.6 Minimum volume resistivity at 27°C (Ohm.Cm.)
10.7 Minimum volume resistivity at 70°C (Ohm.Cm.)
10.8 Minimum tensile strength of Insulation material.
10.9 Minimum Elongation percentage
10.10 Average di-electric strength (KV/MM)
10.11 Suitability with regard to Moisture, Ozone, Acid, Oil and Alkaline
surroundings.
11.0 SHEATHING DETAILS
11.1 OUTER SHEATH :
i) Material & composition
ii) Type of sheathing by extrusion ST-1
iii) Thickness of sheathing (in mm)
iv) Tolerance on thickness of sheathing.
v) Calculated diameter under the sheath (in mm).
vi) Nominal diameter of cable over outer sheath (in mm)
vii) Whether anti termite treatment has been given in the outer
sheath.
12. ELECTRICAL PROPERTIES
12.1 i) Under continuous full load (in DC)
ii) Under transient conditions ( in DC)
12.2 Thermal resistivity of Soil (DC Cm/W)
12.3 Thermal Resistivity of XLPE (DC Cm/W)
12.4 Depth of laying (in Cm.) (To the highest point of cable laid direct in
the ground or to the top surface of ducts.
12.5 Current ratings of the cable under basic assumptions :
Page | 66

i) Laid in ground (at ground tamp. 30


ii) Laid in duct ( duct temp.30°C)Amp.
iii) Laid in air (air temp. 40°C) Amp.
12.6 Rating factors under various conditions of installation.
12.7 Capacitive reactance per Km. of cable at 50 C/S (Ohms per Km.)
12.8 Inductive reactance per Km. of Cable at 50 C/S (Ohms per KM)
13.0 MECHANICAL DATA :
13.1 Approx overall dia of cable (mm)
13.2 Minimum bending radius of cable.
13.3 Whether identification marking i.e.
i) Property of APDCL
ii) Name of manufacture
iii) Voltage and grade and size
iv) Year of manufacture is being provided at the regular intervals of
two metres of outer most sheath of cable.
v) Whether length of cable at every interval of 1 meter shall be
printed over outer sheath.
13.4 Name of manufacturers of bought out raw materials.
i) Aluminium
ii) PVC
iii) Galvanised Steel strip/ wire for armouring
iv) Any other.
13.5 a) Whether similar cable has been type tested Yes/No
b) If yes, when and where was it tested.
c) It is expected that you will enclose an electro state copy of type
test report of similar cable. Please inform whether or not you have
entered the same.
d) If yes, how many sheets does it contain. No. of sheets.
e) Only a design better than or equal to what type tested and
proven shall be accepted, please inform whether you will abide by
this condition. Yes/No
13.6 Whether wood preservative shall be applied to whole drum?
13.7 Whether all ferrous parts shall be treated with rust preventive finish
or coating
13.8 Whether waterproof paper layer shall be applied to the surface of
drum & over the outer cable layer.
13.9 Reference of license to use-ISI certification mark, if any.
13.10 Do you agree to all the provisions of technical specification. In case
of any deviation, state clearly.
Page | 67

SECTION – 7

General Conditions of
Supply
&
Erection of APDCL
Page | 68

GENERAL CONDITIONS
OF SUPPLY AND ERECTION

1.0 INTRODUCTION :
1.1 Assam Power Distribution Company Limited was constituted under the
provisions of Electricity Act, 2003 and is a public sector company
registered under ‘Company Act,1956’. It was formed out of Assam
State Electricity Board in 2003 and was notified as the State Electricity
Distribution Utility. It is entrusted with the responsibility of promoting
the co-ordinated development of power distribution and its efficient
management in the entire state of Assam.
1.2 Assam Power Distribution Company Limited hereinafter referred to as
APDCL, has its Corporate Office at Bijulee Bhawan, Paltanbazar,
Guwahati, Assam. For further information, one may refer to APDCL’s
official web site: www.laedcl.gov .in.
1.3 Assam is one of the seven states of North East India and its boundary
encompasses almost the entire valleys of Brahmaputra and Barak rivers.
The state is well connected with rest of the country by broad gauge
railways and several national highways, one of which is a part of the four
lane east-west corridor. It also has important airports at Guwahati,
Jorhat, Silchar, Tezpur & Dibrugarh.
1.4 Relevant guidelines and rules connected with all departmental supply and
erection works have been laid down in this document General
Conditions of Supply & Erection of Assam Power Distribution Company
Limited adopted in 2009. This document supersedes earlier conditions of
contract. It is intended that contractual clauses of this document will be
generally followed in all contractual works. Any modification of a
contractual clause considering requirement of a particular project shall
be made in the NIT/ Tender document for the specific project.

2.0 DEFINITION OF TERMS:


2.1 The following terms appearing in the General Conditions of Supply &
Erection of Assam Power Distribution Company Limited shall have the
meaning herein indicated unless there is anything repugnant in the
subject or context.
2.2 “Purchaser/ Employer” shall mean the Assam Power Distribution
Company Limited (in short APDCL) and its assignees.
2.3 “Contractor/Supplier/Owner” shall mean the tenderer/ bidder whose
tender/ bid has been accepted by the “Purchaser/ Employer” and shall
include the bidder’s/ tenderer’s legal personal representatives, successors
and assignees.
2.4 “Engineer” shall mean the Officer in-Charge of Project/ Work/ purchase
for the supply and/ or erection contract or such other Officer or Offices
as may be duly authorized and appointed in writing by the Purchaser to
act as “Engineer” for the purpose of the contract.
2.5 “Sub-Contractor” shall mean the person named in the contract for any part
of the work or any person to whom any part of the contract has been
sublet with the consent in writing of the “Purchaser/ Employer” and the
legal representatives, successors and assignees of such person.
2.6 “Materials” or “Works” shall mean and include plant and materials to be
provided and work to be done by the contractor under contract.
2.7 “Contract” shall mean and include the general conditions, specifications,
schedules, drawings, tender forms, bidding schedules, covering letter,
Page | 69

schedule of prices, any special conditions applying to the particular


contract specification, amendments if any, letter of acceptance and
contract agreement to be entered into.
2.8 “Contract period” means the period from the contract commencement date
to the date on which the warranty period is over. Date of acceptance of
‘Purchase/ Work Order’ shall be treated as the “date of commencement
of contract”.
2.9 “Specification” shall mean the relevant ISS/ IEC specification with up to
date amendments and revisions and/or APDCL specification wherever
applicable.
2.10 “Site” shall mean the site of the station, where proposed work is to be
executed under the contract and to which the plant and machinery are to
be delivered and any other places as may be specifically designated in
the contract as forming part of the site.
2.11 “Consignee” shall mean the Executive Engineer/ Senior Manager or any
other authorized Officer performing the duty of the consignee as
specified in the Order.
2.12 “Commercial use” shall mean use in the work which the contract
contemplates or to which it is to be commercially capable.
2.13 “Day” shall mean a calendar day.
2.14 “Month” shall mean a calendar month.
2.15 “Writing” shall include any manuscript, type written or printed statement
properly signed.
2.16 “Persons” shall include firm, company, corporation and other body of
persons whether incorporated or not.
2.17 “Word” indicating in the singular only shall also include the plural and
vice versa where the context requires.
2.18 “Bid” will mean “Tender”

3.0 PREPARATION OF TENDER I BID:


3.1. DEFINITION OF TENDERER / BIDDER:
3.1.1. When the tenderer is a firm, the names and addresses of the partners
must be indicated and a copy of the certificate of registration with the
concerned Registrar of firms should be enclosed.
3.1.2. When the tenderer is a Company, the company registration document
along with Memorandum of Association shall be submitted.
3.1.3. When the tenderer is an individual carrying on business in a firm’s name,
the tender should be submitted by the owner of the firm, who may
describe himself as carrying on business in the firm’s name.
3.1.4. When the tenderer is a Joint Venture (JV) of two or more firms as
partners, one of the partners shall be legally authorized as the lead
partner for the purpose of submitting the tender, incur liabilities; receive
payments and instructions on behalf of the others. A copy of the
registered agreement, executed on Non judicial stamp paper, shall be
submitted with the tender.
However, in case of a successful tender, the agreement shall be signed
by all the partners, so as to be legally binding on all the partners.

3.2. PURCHASE OF TENDER I BIDDING DOCUMENTS:

3.2.1. Tenderer may purchase the tender document by paying the requisite fee
as stipulated in the NIT. Alternatively, the tenderer may download tender
document from the company’s website: www.laedcl.gov.in and pay the
above requisite fee by way of a demand draft separately along with
Page | 70

earnest money. Tenderer shall be responsible for any error etc., on the
downloaded tender document.

3.2.2. The General Conditions of Supply & Erection of Assam Power


Distribution Company Limited will be treated as a part of the NIT. The
Contractor shall be deemed to have carefully examined the aforesaid
general conditions of supply & erection besides all specifications.
3.2.3. The tender should be complete in all respects so as to eliminate further
correspondences and clarifications. A tender which is not complete in all
respects, will be liable for rejection. However the Purchaser, in its
discretion, may seek clarification from the tenderer where necessary .The
discretion of the Purchaser in this regard shall be final.

3.3. LANGUAGE AND SIGNING OF TENDER:


3.3.1. The tender, and all correspondence and documents related to the tender,
exchanged between the Tenderer and the Purchaser shall be written in
English. Supporting documents and printed literature furnished by the
tenderer shall also be in English.
3.3.2. Tender shall be written in ink or typed. No tender filled in pencil or
otherwise shall be considered. The tender shall be signed by a
responsible and authorized person and the designation and authority of
the signatory shall be stated in the tender. All corrections in the proposal
will have to be signed with date and seal of the tenderer. Such correction
even though signed, may make the tender liable for rejection.
3.3.3. Any printed document promoting sales may not be accepted by the
Purchaser.

3.4. DOCUMENTS COMPRISING TECHNO-COMMERCIAL BID:


The particulars and supporting documents required in respect of the
techno- commercial bid should be strictly as per following sub-clauses
(clauses 3.4.1 to 3.4.10). In case, any of the details are either not
furnished or inadequately furnished, the entire tender may be rejected
without informing the tenderer.
A techno-commercial bid may have to be submitted under separate
sealed cover if so stipulated in the NIT. The price bid may not at all be
opened for examination in case the techno-commercial bid, which shall
be opened first is not found substantially responsive.

3.4.1. EARNEST MONEY OR BID SECURITY:


(a) Every tender must be accompanied with Earnest Money of value as
stipulated in the NIT. Mode of depositing the earnest money shall be
clearly indicated in the NIT. Earnest money or Bid security may be
furnished in the shape of Bank Call Deposit/ Bank Draft as may be
prescribed in the NIT. Without this, the tender may be deemed to be
incomplete and liable for rejection. The earnest money shall be pledged
in favour of the Officer as indicated in the NIT.
(b) In case of unsuccessful tenderer, earnest money will be released on
request from the tenderer on a date subsequent to contract agreement
with the successful tenderer.
(c) In case of successful tenderer, the earnest money will be retained until
submission of the performance security deposit referred to in clause 9.0.
(d) No interests shall be payable on such deposit
(e) The Purchaser/ Employer reserve the right to forfeit the earnest money or
part thereof, in circumstances which according to him indicate that the
Page | 71

tenderer is not earnest in accepting/ executing any order placed


under specification.

3.4.2. GUARANTEED TECHNICAL PARTICULARS:


The GTP (Guaranteed Technical Particulars) of the materials
offered along with their complete technical description supported
by drawings shall be furnished by the tenderer. Relevant
specifications like IS/ BS/ IEC etc. will be mentioned.

3.4.3. TEST REPORTS:


(a) A list showing various type tests and routine tests as required
under the relevant specifications shall be furnished by the
tenderer and all such tests shall be carried out on the materials
and the components offered for supply in the event of award of
contract. Against each such test, the results of test performance
shall be mentioned along with the name of laboratories/ testing
houses, where tests were
so conducted. In support of the results whether type tests or
factory tests, certified copies of the test certificates shall be
furnished. In case any of the prescribed tests has not been carried
out, the same shall be clearly mentioned in this list stating the
reasons for not carrying out the test. The tenderer also shall
furnish a separate list of tests which they have carried out on their
products for ensuring their better quality, but are not stipulated
explicitly, in the relevant ISS or BSS specifications. Type test
reports to be acceptable, the tests have to be carried out at an
NABL accredited laboratory. Reports of Type test conducted in
laboratories other than the above will be acceptable only if
witnessed by an officer from a power utility.
(b) Type test reports of equipment of higher capacity or voltage class
than those specified shall be acceptable for the purpose of
bidding. However, in that case, the successful tenderer shall
conduct type tests on the offered equipment free of charge.
(c) Type test reports, conducted 5 years prior to the date of opening
of tender, in general, will not be accepted.

3.4.4. SPARE PARTS:


Each tenderer shall indicate the expected life in use of their
products. A list of spares which may be necessary for
replacement during the maintenance of the equipment in service
shall be furnished indicating if these are of proprietary nature or of
standard make available in the market. In case these spares are
of proprietary nature, their prices and the likely quantities that may
be necessary during the useful life of the equipment shall also be
mentioned.

3.4.5. BIS. CERTIFICATION:


The tenderer shall state clearly if the particular product offered by
him is covered by any IS certification mark and if so, the tenderer
will furnish the particulars of the IS Specification, the year of
obtaining the certification and a copy of the certification.

3.4.6. PAST EXPERIENCE:


A Complete list of supplies/ works/ services in respect of the
particular supplies / works / services offered to various parties
Page | 72

during the period of last 5 (five) years along with total value of
supplies shall be furnished. A separate list of supplies/ works/
services not exactly same as the one offered but similar to it,
supplied during the last five years shall also be furnished.
The tenderer shall state clearly if they had supplied similar
material including the offered product, to Assam Power
Distribution Company Limited/ ASEB in the past. If so, reference
of the purchase orders, the ordering authority and the consignees
shall also be furnished.

3.4.7. SOURCES OF SUPPLIES:


3.4.7.1. The tenderer shall clearly state the names of the manufacturer,
the brand name of the product and the place/ places of its
manufacture. In case, the components of the product are obtained
from ancillary manufacturers, the names and addresses of such
manufacturers also shall be furnished. It shall be mentioned
clearly how the tenderer ensures quality control over such
ancillary components and if manufacturer of such components is
covered by any IS/ BS/ IEC or any other relevant specification.
3.4.7.2. The tenderer shall mention clearly whether he is a manufacturer,
a sole selling agent or a commission agent of the product.
3.4.7.3. When the tenderer is not a manufacturer, submission of
manufacturer's authorization for supply of the offered materials by
the tenderer along with warranty pledged by the manufacturer is
compulsory.
3.4.7.4. Further, the manufacturing experience of the manufacturer in
respect of the particular product or similar product also shall be
furnished, indicating chronological development of the industry or
the manufacturing unit.
3.4.7.5. The sources of receipt of the raw material whether indigenous or
imported shall be clearly mentioned against each type of such raw
materials used. The methods by which quality control of such raw
materials being enforced shall be clearly described.

3.4.8. DELIVERY/ WORK SCHEDULE:


3.4.8.1. The delivery/ work schedule as stipulated in the NIT or. in the
APDCL specification shall be binding on the tenderers. In case the
APDCL delivery/ work schedule is not acceptable to the tenderer,
then the tenderer may give their own delivery schedule stating
clearly the reasons for deviations whether statutory or otherwise.
In any case such schedules must satisfy the completion time
specified. Acceptance of such deviations in the delivery/
completion schedule is entirely optional to the Purchaser.
3.4.8.2. The commencement period and the quantity of each item to be
supplied per month shall be specifically mentioned.
3.4.8.3. Quantities offered ex-stock as well as with earlier delivery
schedule shall be mentioned.

3.4.9. SAMPLES:
A sample shall be submitted along with the tender if asked for in
the NIT and as per .its terms. Non-submission or late submission
of sample may disqualify the tender .

3.4.10. TAX CLEARANCE CERTIFICATES AND REGISTRATION:


3.4.10.1. The tender shall be accompanied with income tax and sales tax
clearance certificates.
Page | 73

3.4.10.2. The Contractor must register for VAT with the concerned
department of Government of Assam within a reasonable time
after award of contract if not already registered.

3.5. PRICE BID


3.5.1. The particulars and supporting documents in respect of the price
bid should be as follows:
3.5.2. The total FOR destination price of the product offered unit wise
and quantity wise both in words and in figures shall be clearly
furnished. Such FOR destination price also shall be supported by
a breakup of the price indicating separately Ex-works price,
station of dispatch, Freight and Insurance Charges. The offer may
be straightway rejected if the FOR destination price and its break
up against the components as aforesaid are not furnished. The
FOR destination price will be on door delivery basis and shall be
inclusive of cost of unloading of materials at site.
3.5.3. The Ex-works price shall not include Sales Tax whether central or
state and the same will be indicated separately in words and in
figures by the tenderer .
3.5.4. Excise duty on the finished product also shall be indicated
separately if applicable. This should be worked out both unit wise
and quantity wise indicating the excise rates applicable.
3.5.5. Any other levy, entry tax, excise or otherwise on finished products
and of statutory nature also shall be indicated separately stating
the reasons for claim of such levies.

3.5.6. For imported equipment:-


(a) The tenderer shall quote price for:-
i. FOB Port of shipment, inclusive of seaworthy packing.
ii. CIF Kolkata
iii. Indian Agent Commission, if any.
(b) When prices quoted are for delivery FOB port of shipment, the
Contractor shall agree to arrange for the shipment and insurance
of the machinery from the port of shipment to Kolkata on behalf
and to the account of the Purchaser should the Purchaser so
desires. The actual expenses incurred by the Contractor for Sea
freight and insurance will be paid by the Purchaser. The
Purchaser shall provide for all incidental and statutory charges
beyond the port of shipment such as customs duty clearance,
loading and unloading, Railway freight and Octroi or terminal and
other taxes.
(c) Firm FOB port of shipment shall be quoted. An alternative price
CIF Kolkata shall be quoted separately. The customs duty
applicable and the category (Import Trade Control Classification
as brought up to date) under which the “applicant’s plant is
assessable” shall be stated. If firm FOB price cannot be offered,
price subject to contract price adjustment may be quoted, but a
ceilings limit must be stated. Any claim for contract price
adjustment shall be supported by authentic documents
which shall be to the satisfaction of the Purchaser. Preference will
be given to the firm offering FOB/ CIF price. The currency in which
payments have to be affected shall be clearly mentioned in the
tender.
(d) The best delivery FOB port of shipment shall be clearly stated in
the tender as it shall have a vital bearing on the selection of the
final successful tender.
(e) In either cases of goods supplied from within and outside India,
the tenderer will quote separately the freight and insurance for
delivery of the goods at site.
Page | 74

3.5.7. Price quoted should be firm. If however a variable price is


permitted as per provisions of the
NIT, the tenderer shall specifically stipulate the price variation
formula by indicating the base price and base date. Normally the
price variation formula and indices as per IEEMA and CACMAI
will be accepted.
3.5.8. In case the tenderer quotes variable price as per any formula of
his own/ other sources, the
tenderer will state clearly the reasons for quoting such variable
price and submit the source of the formula and indices. However,
his offer may be rejected at the discretion of the Purchaser if the
Purchaser finds the quoted formula to be complex and it is difficult
to compare the outcome with other bids.
3.5.9. In any case, if price variation is allowed, it will be limited to a
ceiling of 10% (ten percent) upward only. However, there shall be
no limit for downward price variation.
3.5.10. The rate quoted shall remain valid for a minimum period of 180
(one hundred eighty) days from the date of opening of the tender.
Any tender offering a shorter validity period than specified in the
NIT may be rejected outright. The price quoted shall remain FIRM
during the period of validity and any post revision of rate after
opening of the tender will make it liable for rejection. The
Purchaser, however, reserves the right to negotiate with the
tenderer or offer lowest/ reasonable rate to any/ all of the
tenderers.
3.5.11. The tenderer shall explain clearly if there is any DGS & D rate
contract available for the product offered and if on the positive,
copies of such rate contract shall invariably be furnished. For such
DGS & D prices, the tenderers .should state clearly the period of
validity of the rate contract.
3.5.12. The tenderer shall mention clearly if any quantity discount or
payment discount is offered.
3.5.13. The price bid shall be furnished clause wise and in the same order
as above.

4.0 RIGHT TO REJECT:


4.1. The Purchaser reserves the right to reject any or all the tenders
without assigning any reason thereof and the Purchaser further
reserves the right to split up the supply order in favour of more
than one contractor. The Purchaser also reserves the right to
reject the lowest or any other price without assigning any reason.

5.0 ACCEPTANCE OF THE ORDER / CONTRACT:


5.1. Acceptance of the order(s) in writing shall be conveyed by the
supplier to the Purchaser/ Employer within 10 (ten) days from the
date of issue of the purchase order failing which, it will be
presumed that all the terms and conditions of the purchase order
are acceptable by him in full.
5.2. Before finalization of the contract, if discussion with the successful
tenderer is considered necessary by the Engineer, the tenderer
shall turn up for the same within 10 (ten) days from the receipt of
intimation by FAX / e-mail at no extra cost to the Purchaser.
5.3. Also, if it is for executing a separate agreement the successful
tenderer will turn up for the same within 10 (ten) days from the
receipt of intimation at no extra cost to the Purchaser.

6.0 CONDITION OF CONTRACT: COMMERCIAL & GENERAL:


Page | 75

6.1. If so required by the Purchaser, a formal agreement with or


without guarantee at the option of the Purchaser shall be entered
into between the Contractor and the Purchaser for the proper
fulfillment of contract.
6.2. Such contracts shall be drawn up in non-judicial stamp paper.
6.3. The expenses of completing and standing the agreement shall be
paid by the Contractor and Purchaser shall be furnished free of
charge with an executed stamped counterpart of the agreement
along with ten copies thereof.
6.4. After the tender has been accepted by the Purchaser, all orders or
instructions to the Contractor shall except as wherein otherwise
provided, be given by the Engineer on behalf of the Purchaser.

7.0 CONSTRUCTION OF CONTRACT:


7.1. The contract shall in all respects be constructed and operated as
defined in the Indian Contract Act 1972 and any statutory
modification thereof.

8.0 EXECUTION OF AGREEMENT:


8.1. The contract agreement to be executed at Guwahati (Assam) by
the parties.

9.0 PERFORMANCE SECURITY DEPOSIT:


9.1. The successful tenderer shall have to deposit through a Bank
Guarantee from a nationalized or scheduled Bank of RBI for an
amount equivalent to 10% (ten percent) of the total value of the
order as performance security, immediately on acceptance of
letter of intent/detailed orders (as the case may be), duly pledged
in favour of the Purchaser concerned and such security deposits
shall be valid up to 30(Thirty) days beyond the warranty period.
9.2. If the supplier fails or neglects to observe perform any of his
obligations under the contract, the Purchaser shall have the right
to forfeit either in full or in part at his absolute discretion, the
security deposit furnished by the supplier.
9.3. No interest shall be payable on such deposits.

10.0 RETENTION MONEY:


10.1. In addition to above performance security deposit, 5% value of
each progressive bill will be retained by the Engineer/ Purchaser
as ‘retention money’. The amount will be held by the Purchaser till
the work under the contract is completed and the completion
certificate is issued in pursuance to clause 25.0.
10.2. If the supplier fails or neglects to observe and perform any of his
obligations under the contract, the Purchaser shall have the right
to forfeit either in full or in part at his absolute discretion, the
security deposit furnished by the supplier.
10.3. No interest shall be payable on such deposits.

11.0 RAW MATERIALS:


11.1. Raw materials will be arranged by the suppliers from their own
quota and the Purchaser does not have any responsibility in this
regard. If, however raw materials are obtainable against
purchaser’s quota due to statutory compulsion, allotment orders in
respect thereof will be issued by the Purchaser. In case of raw
materials for which supplier has own quota, no recommendation
or advice for release of raw materials shall be issued by the
Page | 76

Purchaser. If issue of raw materials from purchaser quota is


desired by the tenderer, he must indicate the price of the same
raw material considered in the offer. In the event of actual cost of
such supply by the Purchaser, being lower than the price
stipulated in the tender, the difference will be recovered from the
tenderer.
11.2. Where imports are unavoidable, the items shall be imported by
the supplier in good time against his import license without
affecting the delivery schedule.

12.0 WARRANTY :
12.1. Each tender shall stipulate a warranty clause of products offered
covering a minimum period for rectification/free replacement
thereof. The term “period of warranty” shall mean the period of 12
(Twelve) months from the date of commissioning and successful
operation of the equipment. In any case, this period shall not be
less than 18 months from the date the materials are received in
the purchaser’s store in good and acceptable conditions. During
the period of warranty, the Contractor shall rectify all defects in
design, materials and workmanship that may develop under
normal use of the equipment upon written notice from the
Engineer who shall indicate in what respects the equipment is
faulty .This rectification/ free replacement must be carried i out
within a reasonable period as determined and directed by the
Engineer. The cost of rectification/ free replacement will be to the
Contractor’s account.

12.2. If the Contractor fails to rectify the defects within the reasonable
time, the Purchaser/ Employer may fix a date by which the
Contractor would rectify the defects, failing which the Engineer
may
(a) Carry out remedial works himself or through by others, in a
reasonable manner and at the contractor’s risk and cost. The
costs incurred by the Purchaser/ Employer in remedying the
defect shall be recoverable from the Contractor by the Purchaser/
Employer;
(b) Determine and certify a reasonable reduction in the contract
price; or
(c) May terminate the contract in respect of such parts of the works
and the Engineer shall be entitled to recover all sums paid for
such parts of the work.

13.0 DETAILS OF AUXILIARIES / MATERIALS:


13.1. Within a reasonable time from the date of acceptance of
notification of award of contract, the Contractor shall provide the
Purchaser with details of all the auxiliaries/ materials being
supplied and also of others, not forming part of the Contractor’s
supply but essential for the safe and satisfactory working of the
equipment/ system.
The Contractor shall send for approval on or before the date
indicated by the Engineer, outline drawings of all equipment/
materials to be furnished under the contract, together with weights
and sufficient overall dimensions to enable the design of the
foundations, structures and associated equipment to be prepared
and also for transportation purpose.

14.0 CONTRACTOR.S DRAWINGS:


Page | 77

14.1. All working drawings shall preferably be prepared in AutoCAD


2000 software or its later version. The Contractor shall also submit
the soft copies of all working drawings.
14.2. Within 30 days from the date of acceptance of notification of
award of contract, the Contractor shall send to the Purchaser a
preliminary list of all the drawings with their respective
identification numbers, titles and expected date of submission.
This list shall be amended or extended by the Contractor as and
when necessary during the progress of the work under the
contract.
14.3. All titles, notes and inscriptions on the drawings shall be in
English.
14.4. All drawings which the Contractor shall send to the Purchaser for
approval shall be approved or rejected or returned for modification
within 15 days of receipt by the Purchaser. In case of modification
or rejection the Contractor shall submit the correct drawings within
15 days from receipt of communication from the Purchaser.
Contractor shall be responsible for any delay in the contract
processing and its award caused by non conforming technical
particulars furnished by the Contractor requiring query,
confirmation etc.
14.5. Upon approval by the Engineer, the drawings shall become the
contract drawings and thereafter, the Contractor shall not depart
from them in anyway whatsoever except with the written
permission of the Purchaser.

14.6. FINAL AS-BUILT DRAWINGS:


In the final stages of the contract, the Contractor shall submit to
the Purchaser hard copies as well as soft copies of complete set
of built up drawings.

14.7. MISTAKES/ ERRORS IN DRAWINGS:


14.7.1. The Contractor shall be responsible and liable for any change in
the work due to any discrepancies, errors, or omissions in the
drawings or other particulars which have arisen due to inaccurate
information or particulars furnished by the Contractor, even
though approved by the Purchaser/Employer.
14.7.2. However, the Purchaser/ Employer shall be responsible for
drawings and information supplied by him. The Purchaser/
Employer shall compensate for any change in the work caused
due to inaccurate information supplied by him to the Contractor.

15.0 COPY RIGHT ETC.:


15.1. The Contractor shall indemnify the Purchaser against all claims,
actions, suits and proceedings for the infringement or alleged
infringement of any patent, design or copyright protected either in
the country of origin or in India for the use of any equipment
supplied by the Contractor but such indemnity shall not cause any
use of the equipment other than for the purposes indicated by or
reasonably to be inferred from the specification.

16.0 SUBLETTING CONTRACT:


16.1. The Contractor shall not, without the consent in writing of the
Purchaser/ Employer assign or sublet his contract, or any
substantial part thereof, or interest therein or benefit or advantage
Page | 78

whatsoever, other than for raw materials or for minor details or for
any part of the work of which the Sub-contractors are named in
the tender provided any such consent shall not relieve the
Contractor from any obligation, duty or responsibility under the
contract.

17.0 PACKING & MARKING:


17.1. The contract shall include provisions for secured/ protective
packing of equipment so as to avoid damage in transit, and the
Contractor shall be responsible for all loss or damage caused or
occasioned by a defect in the packing.
17.2. All bright metal parts shall be thoroughly protected from rust
during transit.
17.3. All materials shall be packed in suitable strong cases or crates as
per standard practice, unless otherwise specified. Large
equipment such as power transformers, circuit breakers etc. which
are not packed in cases, shall have all screwed holes plugged
with wood and all machined faces shall be properly protected.
Each package should be suitably marked with APDCL marking as
specified in the purchase order.

18.0 VARIATION OF QUANTITY:


18.1. Purchaser/ Employer shall have the right to increase/ decrease
the ordered quantity by 20% within 50 days of the period of
completion of supply order and the same shall be supplied at the
same rates/ prices and terms and conditions stipulated in the
order except in regard to delivery schedule, which shall be
mutually agreed upon in case of increase in the ordered quantity.

19.0 CO-OPERATION WITH OTHER MANUFACTURERS:


19.1. The Contractor shall agree to co-operate with the Purchaser’s
other contractors for associated supplies and freely exchange with
them such technical information as is necessary to obtain the
most efficient and economical design and to avoid unnecessary
duplication. No remuneration shall come from the Purchaser for
such technical co-operation.

20.0 INSPECTION AND TESTING:


20.1. The Purchaser/ Employer and his duly authorized representative
shall have at all reasonable time access to the Contractor’s
premises or works and shall have the power to inspect and
examine the materials including raw materials used and the
workmanship of the product during manufacture. If a part of the
goods is manufactured at other’s premises or works the
Contractor shall obtain for purchaser’s duly authorized
representative, permission to similarly inspect at the other
premises/works.

21.0 INSPECTION AT SITE FOR ERECTION WORK:


21.1. A representative of the Purchaser shall have access to the
Contractor/ Sub- Contractor’s work at site at any time and the
Contractor/ Sub-Contractor or his authorized agent shall be
present and shall provide facilities for necessary inspection.
Page | 79

22.0 TESTS AT SITE FOR ERECTION WORK:


22.1. The Contractor after erection and commissioning of the equipment
shall arrange testing to prove correct workmanship as per
specification. The Contractor shall give in writing the Purchaser’s
representative thirty (30) days notice of the date the equipment
would be ready for testing. The Contractor shall bear all testing
cost at site of work and shall become responsible for rectification
of defects found on testing within reasonable time as decided by
the Engineer.

23.0 INSURANCE:
23.1. The Contractor shall, unless otherwise specified by the Purchaser,
insure the materials through their underwriter at their cost and
shall keep it insured against any loss/ damage/ pilferage in transit,
destruction or damage by fire/ flood, exposure to vagaries of
weather or through riot, civil commotion, war or rebellion, for the
full value of the materials until the materials are received at the
Purchaser’s destination store.
23.2. The Contractor shall be responsible for safe arrival of the goods at
destination, their unloading and their receipt by the consignee.
The Assam Power Distribution Company Limited will discharge
consignee’s responsibilities only and shall not be responsible for
any damage/ loss/ pilferage/ non-delivery by the carriers.
23.3. In case of any loss / damage / pilferage / non-delivery / short
delivery by carriers etc. the supplier shall replace free of cost the
missing / damaged / lost materials within 30 (thirty) days from the
receipt of report thereof from the consignee without waiting for
settlement of their claims with their carriers/ under-writers.
Normally such reports from the consignee to the supplier shall be
initiated within a period of 30 (thirty) days from the date of receipt
of each consignment by him.
23.4. If it is considered necessary that the damaged equipment either in
part or in full be sent back to the manufacturer’s works for repair,
the manufacturers/ suppliers will furnish the Bank Guarantee for
the full value of equipment needing repairs and such Bank
Guarantee shall remain valid till such time the equipment are
repaired and returned to the consignee in good condition. The to
and fro freight, handling and insurance charges in such cases will
be borne by the Contractor.
23.5. Unless otherwise mutually agreed upon, in case of failure by the
supplier to replenish/ make good of the loss/ damage/ short
supplied quantities, within the stipulated period, the Purchaser
reserves the right to forfeit the security deposit and/ or adjust any
outstanding payment to the Contractor with APDCL or take any
other appropriate action.
23.6. All materials will be dispatched against clear door delivery basis
unless otherwise agreed by the Purchaser.

21.0 TERMS OF PAYMENT:

24.1. The standard terms of payment of APDCL for supply of


equipment/ materials are indicated below:-
(A) 100% payment would be admissible within three (3) weeks from
the date of receipt of the materials/ equipment at site in full and
good condition less deduction of retention money and advance
applicable as per clause 10.0 and 24.2 and as per terms and
conditions stipulated in the purchase order
Page | 80

(B) However, in special case, the following terms of payment may be


agreed to at the discretion of Purchaser.

(1) Payment of 90% (ninety percent) of the consignment value


on receipt of all dispatch and other documents by the
consignee through Bank.
(2) Balance 10% (ten percent) on-receipt of the equipment/
materials at site in full and in good condition and as per
terms & conditions stipulated in the Purchase order.
(3) Payment vide clause (B)(I) & (B)(2) would be made
provided the Contractor submits to the Purchaser/
Employer a bank guarantee equivalent to 90% of the
consignment value, which will be released after the
consignment is received in full and good condition.
(4) Payments as per sub-para (A), (B)(I) & (B)(2) above will be
made under the following conditions:-
(a) Advance copies of bills in duplicate and other
information such as challan packing list etc. are
furnished sufficiently in advance.
(b) Any demurrage charges on account of late intimation
and/or delivery of documents by the Bank is borne by
the supplier.
(c) The supplier intimates the dispatch of each and every
consignment to the Purchaser and the Consignee.
(d) All Bank charges are borne by the supplier.
(5) Payment through Bank in respect of material/ equipment
dispatched by road transport shall be allowed if required,
provided the transport agency is approved by the Banking
Association and prior approval thereof is given by the Engineer
.

(C) TERMS OF PAYMENTS FOR ERECTION WORK:

Payment up to 100% of erection items will be made against


progressive monthly bills within a reasonable time from the date of
submission of bills less deduction of retention money and advance
applicable as per clause 10.0 and 24.2 respectively.

25.0 TIME FOR COMMENCEMENT AND COMPLETION:


25.1. For the purpose of determining the completion time of supply
and/or erection works, the date on which the Contractor accept
the purchase/ work order in pursuance to clause 5.0 shall be
taken as commencement date of the contract.
25.2. The Contractor shall attain Completion of the supply and/or works
(or of a part where a separate time for Completion of such part is
specified in the NIT/ Contract), within the time stated in the NIT /
Contract.
25.3. As soon as the works, in the opinion of the Contractor, are
completed as per requirements of the specification/ contract, the
Contractor shall so notify the Engineer in writing.
25.4. The Engineer shall, within fourteen (14) days after receipt of the
Contractor’s notice under Sub-Clause 25.3 either issue a
Completion Certificate in the form specified by the Engineer,
stating that the supply/ works thereof have reached Completion on
the date of Contractor’s notice under Sub-Clause 25.3 or notify
the Contractor in writing of any defects and/ or deficiencies.
25.5. If the Engineer notifies the Contractor of any defects and/ or
deficiencies, the Contractor shall then correct such defects and/ or
deficiencies, and shall repeat the procedure described in Sub-
Clause 25.3
Page | 81

25.6. If the Engineer is satisfied that the supplies/ works have reached
completion, the Engineer shall, within seven (7) days after receipt
of the Contractor’s repeat notice, issue a Completion Certificate
stating that the supplies/ works have reached Completion on the
date of the Contractor’s repeat notice.
25.7. If the Engineer is not so satisfied, then he shall notify the
Contractor in writing of any defects and/or deficiencies within
seven (7) days after receipt of the Contractor’s repeat notice, and
the above procedure shall be repeated.
25.8. If the Engineer fails to issue the Completion Certificate and fails
to inform the Contractor of any defects and/ or deficiencies within
fourteen (14) days after receipt of the Contractor’s notice under
Sub-Clause 25.4 or within seven (7) days after receipt of the
Contractor’s repeat notice under Sub-Clause 25.6 then the
supplies / works shall be deemed to have reached completion on
the date of the Contractor’s notice or repeat notice, as the case
may be.

25.9. EXTENSION OF TIME FOR COMPLETION: Should progress be


delayed because of delay in approval of drawings or any cause
beyond reasonable control of the Contractor, reasonable
extension of time may be granted on the application made by the
Contractor in writing to the Purchaser but without prejudice to
other terms and conditions of the contract. It shall be the duty of
the Contractor to notify to the Purchaser the reason for delay
which the Contractor considers to be beyond his control. The
decision of the Purchaser as to whether the delay was beyond the
control of the Contractor shall be final.
25.10. Price variation, if any, applicable as per purchase order shall not
apply to any quantity not delivered as per delivery schedule of the
purchase order. If, however, the prices in respect of delayed
deliveries are found to have gone down, payment will be made at
the reduced price or penalty levied at the discretion of the
Purchaser.

26.0 LIQUIDATED DAMAGE FOR DELAY IN DELIVERY /


COMPLETION OF WORKS AND PENALTY:
26.1. The date of delivery/ completion of work shall be deemed to be
the essence of the contract and shall be completed not later than
the date specified in the purchase order/ contract. In case of
failure to deliver the materials/ equipment in full or to complete the
delivery within the stipulated delivery period or delay in the
erection work beyond completion schedule, the Purchaser/
Employer shall be entitled to: -
(1) Recover an amount at the rate of 1% (one percent) of the
Contract Price per week or part thereof of delay, subject to
maximum of 10% (ten percent) of the contract price as liquidated
damage to APDCL. However, the payment of liquidated damages
shall not in any way relieve the Contractor from any of its
obligations to complete the works or from any other obligations
and liabilities of the Contractor under the Contract.
(2) Purchase the undelivered material/ equipment from elsewhere or
to complete the balance work giving notice to the supplier and to
recover any extra expenditure incurred thereby for having to
purchase these materials or complete the work at a higher price,
at the risk and responsibility of the Contractor.
Page | 82

(3) Cancel the contract wholly or in part and to purchase materials/


equipment at the full risk and cost of the supplier and forfeit the
security deposit.

27.0 CONTRACTUAL FAILURE:


27.1. In the event of contractual failure of any respect on the part of the
supplier, the Purchaser shall be entitled to forfeit the security
deposit or any deposit or any payment due to Supplier from this or
his other contracts towards the recovery of Purchaser’s claim for
damages arising out of the failure. In addition, APDCL may black-
list or ban the Contractor or pending enquiry, suspend him or take
any other steps considered suitable.

28.0 REJECTION:
28.1. In the event, any of the Equipment supplied by the Contractor is
found defective in materials or workmanship or otherwise not in
conformity with the requirements of the contract specifications,
the Purchaser shall either reject the equipment or request the
Contractor in writing to rectify the same. The Contractor, on
receipt of such notification shall either rectify or replace the
defective equipment free of cost to the Purchaser. If the
Contractor fails to do so, the Purchaser may at his option:
(a) Replace or rectify such defective equipment and recover the
extra cost so involved from the Contractor plus 15% fifteen
percent thereof, or
(b) Terminate the contract for default, or
(c) Acquire the defective equipment at a reduced price as considered
equitable under the circumstances. The provision of this article
shall not prejudice the Purchaser’s right under clause 26.0

29.0 DEDUCTION FROM CONTRACT PRICE:


29.1. All cost, damages or expenses which the Purchaser may have
made for which, under the contract, the Contractor is liable, may
be deducted by the Purchaser from any money due or becoming
due by him to the Contractor or may be recovered by action at law
or otherwise from the Contractor.
29.2. In the event of recovery to the necessary extent becoming
impossible owing to insufficiency of the earnest money/ security
deposit and withheld amounts, the balance due to the Purchaser
may at the option of the Purchaser be recovered from any money
due to the Contractor from LAEDCL under other contracts with the
Contractor.

30.0 FORCE MAJEURE:


30.1. Normally, force majeure shall cover only act of God, fire, war, riots
and, act of Government etc. Any constraints other than those
specified above, will not constitute a force majeure condition. In
view of other constraints beyond the control of the supplier,
primarily due to statutory compulsion, extension of delivery time
may also be considered on merit of individual case. In case of a
force majeure condition, the Contractor shall notify the Purchaser
in writing such condition within 10 (ten) days from the beginning of
such delay for consideration and acceptance.

31.0 CHANGE OF NAME OF THE TENDERER:


Page | 83

31.1. At any stage after tendering, the Purchaser/ Employer shall deal
with the Supplier/ Contractor only in the name and the address
under which he submitted the tender. All the liabilities/
responsibilities for due execution of the contract shall be that of
the Supplier/ Contractor. The Purchaser may however, in his
discretion deal with agents/ representatives/ distributors/
manufacturers/ associates/ principals/ sister concerns and such
dealings shall not absolve the Supplier/ Contractor from the
responsibilities/ obligations/ liabilities to the Purchaser/ Employer
under the contract.
31.2. Any change/ alteration of name/ constitution/ organization of
supplier shall be duly notified to the Purchaser/ Employer and the
Purchaser/ Employer reserves the right to determine the contract,
in case of any such notification.

32.0 DEATH, BANKRUPTCY ETC.:


32.1. If the Contractor becomes bankrupt or being a corporation is in
the process of winding up, amalgamation or reorganization, the
Purchaser shall be at liberty to:
(a) Terminate the contract forthwith by notice in writing to the
Contractor or to the liquidator or receiver or to any person in
whom the contract may become vested.
(b) Give such liquidator, receiver or other person the option of
carrying out the contract subject to his providing a guarantee for
the due and faithful performance of the contract up to an amount
to be determined by the Purchaser.
32.2. In case of death of the Contractor before completion of work and
supply, the Engineer or Purchaser shall be at liberty to:
(a) Close up the contract and take over the completed portion of
work/ supply done and made as per specification and make final
payment to the legal heir of the Contractor on receipt of claim from
such legal heir .
(b) Give the contract to the legal heir of the Contractor subject to his
depositing a performance security for the due and faithful
performance of the contract. The performance security amount
shall be determined by the Purchaser/ Engineer commensurate
with the incomplete portion of the work/ supply.
The Purchaser will enter into a fresh contract with the legal heir of
the Contractor on the same terms and conditions of the earlier
contract.

33.0 ARBITRATION:
33.1. If at any time, any question, disputes or differences whatsoever
shall rise between the Purchaser and the Contractor, upon or in
relation to or in connection with the contract, either party may
forthwith give notice to the other in writing of the existence of such
question of dispute or difference and the same shall be referred to
the adjudication of three Arbitrators, one to be nominated by the
Purchaser the other by the Contractor and the third by the
President of the International Chamber of Commerce in the case
of foreign contractors and in case of local contractors by the
President of the Institution of Engineers, India/ Retired or Sitting
Judge not below the status of a retired Judge of High Court of
India. If either of the parties fail to appoint its arbitrators within 60
(sixty) days after receipt of notice of the appointment of arbitrators
then President of International Chamber of Commerce or the
President of the Institution of Engineers retired or sitting Judge of
India, as the case may be shall have the power at request of
either of the parties, to appoint an Arbitrator. A certified copy of
Page | 84

the President of the ICC or IOE making such an appointment shall


be furnished to both parties
33.2. The arbitration shall be conducted in accordance with Rules and
procedures for Arbitration of the International Chamber of
Commerce (Paris) in the case of foreign contractors as per
provisions of the Arbitration Act 1940 or any statutory modification
thereof and in case of local contractors, shall be held at Guwahati
or any other place as may be decided by the Managing Director,
APDCL. The decision of the majority of Arbitrators shall be final &
binding upon the parties and the expenses of the arbitration shall
be paid as may be determined by the Arbitrator . However, any
dispute arising out of this contract will first be discussed and
settled bilaterally between LAEDCL and the Contractor.

34.0 PRECAUTIONS TO BE TAKEN DURING CONSTRUCTIONS/


ERECTION:
34.1. The Contractor shall take reasonable and statutory precaution
during execution of erection and construction work so as to avoid
accident and damage to equipment and injury to workman and to
prevent theft, pilferage etc.

35.0 LIABILITY FOR ACCIDENT AND DAMAGE:


35.1. The Contractor shall not claim for compensation arising out of any
accident(s) or damages done during the course of erection &
commissioning work & the Contractor will be responsible for
paying compensation to the worker as per Workmen’s
Compensation Act, 1923 and subsequent amendments thereof. It
is further clarified that in case any payment is to be made by the
Contractor under the said Workmen Compensation Act, the same
shall be paid forthwith and in case of failure in making such
payments the Purchaser shall make payment and the amount so
paid shall be deducted from the bills of the Contractor.
35.2. The Contractor shall adequately insure against liability to third
party, in the joint names of the Employer, the Contractor and the
Sub-contractors for any loss, damage, death or bodily injury which
may occur to any physical property owned by others, the goods/
materials of the contract or to any person which may arise out of
the performance of the contract.

36.0 REGULATION OF LOCAL AUTHORITIES:


36.1. The Contractor shall abide by the regulation of local Authorities
unless such regulation is repugnant to any terms of the contract
agreed upon.
36.2. All electrical contractors need to possess a valid ‘Electrical
Contractor’s License’ from the concerned Licensing Board,
Government of Assam. A tenderer, who has a valid ‘Electrical
Contractor’s License’ from other states will also qualify for a
bidding. However, in such cases the tenderer will have to obtain
the same or an endorsement to that extent, from the Licensing
Board of Government of Assam within a reasonable time from the
date of award of contract.
36.3. The Contractor is required to fulfil all criteria related to Labour
Laws.
36.4. The Contractor will also comply with all regulations/ directives of
both State & Central Government Pollution Boards.
Page | 85

37.0 SUSPENSION OF BUSINESS DEALINGS WITH FIRMS/


CONTRACTORS:
37.1. The Purchaser may suspend business dealings with a Firm/
Contractor, if:
(a) The Central Bureau of Investigation or any other investing agency
recommends such a course in respect of a case under
investigation; and if a prima facie case is made out that the firm is
guilty of an offence involving unethical, unlawful, fraudulent means
in relation to business dealings, which, if established, would result
in business dealings with it being banned.
(b) The Purchaser has past record of non-performance of the Firm in
its previously awarded contracts.
(c) The Purchaser has record of ban against the Firm by other
Government / Public sector utility
37.2. However, the Purchaser shall give the Firm/ Contractor a fair
chance to explain the circumstances of such previous
suspensions.

38.0 BANNING OF BUSINESS DEALINGS WITH FIRMS/


CONTRACTORS:
38.1. The Purchaser may ban business dealings with a Firm/
Contractor, if:
(a) The owner (s) of the Firm/ Contractor is convicted by a court of
law following prosecution for offences involving unethical,
unlawful, fraudulent means in relation to business dealings.
(b) There is strong justification that the Firm has been guilty of
malpractices “such as, bribery, corruption, fraud, substitution of
tenders, interpolation, mis-representation, evasion or habitual
default in payment of any Government tax" etc. .
(c) The Firm continuously refuses to return government dues without
showing adequate cause and government are reasonably
satisfied that this is not due to reasonable dispute which would
attract proceeding in arbitration or court of law.
(d) The Firm is found guilty of involving in unethical practices, such
as:
1. “corrupt practice” involving offering, giving, receiving or soliciting,
directly or indirectly, of anything of value to influence the action of
any such official/ party in procurement process or in contract
execution.
2. “fraudulent practice” involving misrepresentation or omission of
facts in order to influence a procurement process or the execution
of a contract to the detriment of the Employer.
3. “collusive practice” involving a scheme among bidders (prior to or
after bid submission) designed to establish bid prices at artificial
non-competitive levels and to deprive the Employer of the benefits
of free and open competition.
4. “coercive practice” involving harming or threatening to harm
directly or indirectly, persons or their property to influence
procurement process or the execution of a contract.
38.2. The Purchaser may sanction a Firm/ Contractor or its successor,
including declaring ineligible, indefinitely or for a period of not less
than 3 (three) years.
39.0 LEGAL JURISDICTION:For any litigation arising out of the
contract which cannot be resolved through mutual agreement or
through arbitration, the Guwahati High Court will have the sole
jurisdiction.
Page | 86
Page | 87

END

You might also like