You are on page 1of 810

UTTAR HARYANA BIJLI VITRAN NIGAM LIMITED

Registered Office: Plot No. IP 3&4, Sector-14, Panchkula, Haryana


Office of Chief Engineer/ PD&C, UHBVN, Panchkula
Ph.No.0172-2570431,3019-145/146 & Fax-0172-2578469
E-mail-cepdc@uhbvn.org.in Website: www.uhbvn.org.in

NOTICE INVITING TENDERS


(Through e-tendering)
E-tenders are invited in two parts (Part I Technical Bid & Part II Price Bid), from the
firms, by the Chief Engineer/ PD&C, Panchkula as per following details:
NIT No.328/P&D/2022-23/Package-B/Bid No. B-668

Tender Estimated
Earnest E-Service
documents Cost
Bid Money Fee (Non-
Brief Scope of work Fees (Non- (Rs. In
No. deposit refundable)
refundable) crore)
(Rs. In (In (In Rs.)
crore) Rs.)
Site survey, planning, design,
engineering, supply of
material, erection, testing and
commissioning of all As
B-668 items/material in all respects applicable 51.53
1.03 5000/- + 900/-
required to complete the
RDSS works in Package -B (GST) = 5900/-
(Kaithal) under Kaithal
District which includes
Augmentation of LT Line with
XLPE Cable; Replacement of
LT Line with conductor;
Bifurcation of 11 KV Feeder &
Augmentation of DTR etc.

Sr. Date of Starting of e-Tender Date of closing of online- Opening date of


No. for submission of online tender for submission of part-1 of proposal
Techno-Commercial Bid and Techno-Commercial Bid on web portal
price Bid at & Price Bid on web
https://etenders.hry.nic.in Portal
1 04/01/2023 20/02/2023 21/02/2023
up to 15:00 Hours(IST) up to 15:00 Hours(IST) at 15:00 Hours (IST)

NOTE: - As per Haryana Engineering works portal (HEWP) guidelines, the


bidders have to create their Login-ID on the Haryana Engineering works portal
(HEWP). Undertaking/Proof for creation of Login ID be provided along with the
hard copy of Bidding Documents.
1. Tender fee shall be furnished online.
2. E-Service fee shall be as applicable.
NOTE: If the tenders are cancelled or recalled on any grounds, the tender document
fees will not be refunded to the agency.
3. Part-I of the e-tenders against the above NIT will be opened in the office of the Chief
Engineer/PD&C, Registered Office: IP 3 and 4, UHBVN Building, Sector-14, Panchkula,
Haryana as per schedule above.
4. The Payment for EMD shall be made online by atleast one day before deadline of
submission of bids due to web portal provisioning. The Part-I tenders shall be
opened on scheduled date & time only if the EMD is found in order and submitted
within time schedule.
NOTE: If the tenders are cancelled or recalled on any grounds, the tender document
fees will not be refunded to the agency.
5. The purchaser reserves the right to reject any or all of the tenders received, without
assigning any reason.

6. The tender documents having detailed terms and conditions can be downloaded from
the website https://etenders.hry.nic.in from 04/01/2023 onwards. The e-tenders shall
be received through website only. All interested firms are requested to get
themselves registered as vendors with the said website for submitting their bids. For
any assistance, please contact - 0120-4001002, 0120-4001002, 0120-4001005,
0120-6277787

7. The bidders who are participating in one or more NIT shall deposit one set of hard
copy of each bid duly stamped & signed after 15:00 Hrs. on 04/01/2023 and before
15:00Hrs. on 20/02/2023 positively. Hard copy of only those documents would be
considered which would be found uploaded in the Part-1 of Technical Envelope on
web-portal. The price bid is to be submitted on-line only. The Price bid in hand/paper
form shall not to be accepted/ entertained.
8. Only those tenders shall be considered who deposit the earnest money and tender
cost & transaction fee by due date.

Corrigendum, if any would be published online on the website.

-Sd-
Chief Engineer/
PD&C,UHBVN, Panchkula.
UTTAR HARYANA BIJLI VITRAN NIGAM
BIDDING DOCUMENT
(NIT No. 328/ P&D/ 2022-23)
(Bid No. B-667, B-668, B-669)

FOR
DEVELOPMENT OF DISTRIBUTION INFRASTRUCTURE
AT KAITHAL DISTRICT OF HARYANA UNDER
REVAMPED REFORMS-BASED AND RESULTS-LINKED
DISTRIBUTION SECTOR SCHEME.

VOLUME-I

CONDITIONS OF CONTRACT

Chief Engineer/PD&C, Superintending Engineer / P&D,


UHBVN, IP-3 & 4, Sector-14, UHBVN, IP-3 & 4, Sector-14,
Panchkula-134113. Panchkula-134113
Ph-0172 – 3019135 Ph-0172 – 3019109
Uttar Haryana Bijli Vitran Nigam Limited Request for Bid
on Full Turnkey Contract (Design, Suppply, Installation)

DEVELOPMENT OF DISTRIBUTION INFRASTRUCTURE AT


Key Dates KAITHAL DISTRICT OF
DIVISION KAITHAL (PACKAGE-B)
HARYANA UNDER REVAMPED REFORMS-BASED AND
RESULTS-LINKED DISTRIBUTION SECTOR SCHEME

Date of Release of RFB/ NIT 04th January 2023

Date & Time of Pre-bid --


Meeting

Deadline for Submission of 20th February 2023 up to 15:00 Hours(IST)


Bid

Date & Time of Opening of 21st February 2023 at 15:00 Hours (IST)
Technical Part of Bid

Regd. Office: Uttar Haryana Bijli Vitran Nigam Limited, Plot No. IP 3&4, Sector-14, Panchkula-
134113 (Haryana)
Website: https://www.uhbvn.org.in
(M) - 9646300117
Tender Disclaimer
To be provided by Uttar Haryana Bijli Vitran Nigam Limited

----------------------------------------------------------------------------------------------------------------------
Summary and Table of Contents 1

SUMMARY
PART I – BIDDING PROCEDURES AND REQUIREMENTS

Section 1: Request for Bids Notice /Notice Inviting Tender


This Section includes Request for Bids (RFB)/ Notice Inviting Tender (NIT)

Section 2: Eligibility and Qualification Requirements


This Section contains information regarding specific eligibility and qualification
requirements applicable for prospective bidders to be considered for further evaluation of
their bids.

Section3:Instructions to Bidders(ITB) and Bid Data Sheet (BDS)


This Section consists of two parts: “Instructions to Bidders” and “Bid Data Sheet (BDS)”.
“Bid Data Sheet” contains information specific to procurement that corresponds to and/or
supplements and/or modifies“Instructions to Bidders”. This Section provides information to
help prospective bidders prepare their bids. Information is also provided on the bidding
process - Single Stage Two-Envelope Bidding Process with e-Procurement, submission,
opening, and evaluation of bids, selection of successful bidder and on the award of contract.

Section4: Bidding Forms - Technical Part of the Bid


This Section includes the forms for Technical Part of the bid, that are to be completed by the
Bidders and submitted in accordance with the requirements of Section 3.

Section 5 : Bidding Forms - Financial Part of the Bid


This Section includes the forms for Financial Part of the bid including Price Shedules, that
are to be completed the Bidders and submitted in accordance with the requirements of
Section 3.

PART2–EMPLOYER’S REQUIREMENTS

Section6: Employer’s Requirements


This Section specifies the Scope of Work, Specification, the Drawings, and supplementary
information that describe the Plant and Installation Services to be procured.
Summary and Table of Contents 2

PART3–CONDITIONS OF CONTRACT AND CONTRACT FORMS

Section7:Conditions of Contract
ThisSection consists of two parts: General Conditions of Contract (GCC) and Special
Conditions of Contract (SCC). GCC includes generalclausestobeapplicable to the
Contract and the contents of SCC modify or supplement GCC.

Section8- Contract Forms


This Section contains the Letter of Acceptance/ Notification of Award ,forms which,
once completed, will form part of the Contract. The forms for Performance Security and
Advance Payment Security, when required, shall only be completed by the successful
Bidder after contract award.
Summary and Table of Contents 3

Table of Contents

Section - 1 : Request for Bids Notice........................................................................................ 8

Section – 2 : Eligibility and Qualification Requirements ...................................................... 13

Section - 3 : Instructions to Bidders and Bid Data Sheet........................................................ 22


I. Instructions to Bidders ............................................................................................ 22

1. Scope of Bid and Definitions .......................................................................................... 22

2. Fraud and Corruption ...................................................................................................... 24

3. Eligibility, Qualification Requirements .......................................................................... 24

4. Conflict of Interest .......................................................................................................... 25

5. Sections of Bidding Document ....................................................................................... 26

6. Bidding Process Management, Clarification of the Bidding Document, Site Visit and
Pre-Bid Meeting ...................................................................................................................... 27

7. Addenda/ Corrigendum/Amendment of Bidding Document .......................................... 28

8. Cost of Bidding ............................................................................................................... 28

9. Language of Bid.............................................................................................................. 29

10. Documents comprising Bid............................................................................................. 29

11. Process of Bid Submission ............................................................................................. 30

12. Alternative Bids .............................................................................................................. 31

13. Bid prices and Discounts ................................................................................................ 31

14. Currencies of Bid and Payment ...................................................................................... 35

15. Documents Establishing the Conformity of the Plant and Installation Services/ Works
35

16. Documents Establishing the Eligibility and Qualifications of the Bidder and Eligibility
of Plant and Installlation Services........................................................................................... 36

17. Period of Validity of Bids ............................................................................................... 37


Summary and Table of Contents 4

18. Bid Security/ Bid Securing Declaration.......................................................................... 37

19. Format and Signing of Bid.............................................................................................. 39

20. Submission of Bids ......................................................................................................... 39

21. Deadline for Submission of Bids .................................................................................... 40

22. Late Bids ......................................................................................................................... 40

23. Withdrawal, Substitution, and Modification of Bids ...................................................... 40

24. Public Opening of Technical Parts of Bids ..................................................................... 41

25. Confidentiality ................................................................................................................ 41

26. Clarification of Bids........................................................................................................ 42

27. Deviations, Reservations, and Omissions ....................................................................... 42

28. Nonmaterial Nonconformities, Errors and Omissions .................................................... 42

29. Evaluation of Technical Parts ......................................................................................... 43

30. Determination of Responsiveness ................................................................................... 44

31. Public Opening of Financial Parts .................................................................................. 45

32. Evaluation of Financial Parts .......................................................................................... 46

33. Correction of Arithmetical Errors ................................................................................... 47

34. Comparison of Financial Parts ........................................................................................ 47

35. Preference ....................................................................................................................... 47

36. Abnormally Low Bids..................................................................................................... 47

37. Unbalanced or Front Loaded Bids .................................................................................. 48

38. Most Advantageous Bid.................................................................................................. 48

39. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ........................... 49

40. Award Criteria ................................................................................................................ 49

41. Employer’s Right to make minor adjustments at the time of Award ............................. 49

42. Notification of Award ..................................................................................................... 49


Summary and Table of Contents 5

43. Signing of Contract ......................................................................................................... 50

44. Performance Security ...................................................................................................... 50

45. Source of Funds .............................................................................................................. 50

46. Dedicated bank account of Contractor/Bidder ................................................................ 51


II. Bid Data Sheet (BDS) ............................................................................................. 52

Section - 4 : Bidding Forms - Technical Part of the Bid ........................................................ 59


Form 1 ................................................................................................................................. 59
Letter of Bid – Technical Part........................................................................................................... 59
Form 2 ................................................................................................................................. 64
Format for Bidder Information Sheet ............................................................................................. 64
Form 3A .............................................................................................................................. 66
Format of Bid Securing Declaration (if applicable) .................................................................. 66
Form 3B .............................................................................................................................. 68
Format of Bank Guarantee for Bid Security ................................................................................. 68
Form 4 ................................................................................................................................. 70
Format of Power of Attorney of designated Bid Signatory by sole bidder/ lead joint
venture member .................................................................................................................................... 70
Form 5 ................................................................................................................................. 72
Format of Declaration of conformance of the Bidder and the Facilities offered, to the
specified eligibility requirement ...................................................................................................... 72
Form 6 ................................................................................................................................. 74
Format for Affidavit of Self certification regarding Local Content in line with PPP-MII
order and #MoP Order/DoT order ................................................................................................... 74
Form 7 ................................................................................................................................. 77
Format Of Power of Attorney by Each Member/ Partner of The Joint Venture in favour
of Lead Member/ Partner ................................................................................................................... 77
Form 8 ................................................................................................................................. 79
Format of Joint Deed of Undertaking by the Joint Venture Partners/ Members............... 79
Joint Venture Agreement ................................................................................................................... 83
Form 9 ................................................................................................................................. 84
Format for Details/ Data and Documentary Evidence in support of meeting the
Qualification Requirement................................................................................................................. 84
Form 10 ............................................................................................................................... 90
Format of Bought-out & Sub-contracted Items .......................................................................... 90
Form 11 ............................................................................................................................... 92
Format of Undertaking on Compliance of Terms & Conditions of the Bidding
Documents including Scope of Work and other related requirements.................................. 92
Summary and Table of Contents 6

Form 12 ............................................................................................................................... 95
Format of Alternative, Deviations and Exceptions to the Provisions of RFB Document 95
Form 13 ............................................................................................................................... 97
Format of Work Completion Schedule ......................................................................................... 97
Form 14 ............................................................................................................................. 100
Format of Guarantee Declaration................................................................................................... 100
Form 15 ............................................................................................................................. 102
Format of Information regarding Ex-employees ...................................................................... 102
Form 16 ............................................................................................................................. 104
Format for Price Adjustment Data ............................................................................................... 104
Form 17 ............................................................................................................................. 106
Format of Option for Initial Advance (either Interest Bearing Initial Advance or No
Initial Advance) and Information for E-payment, PF details and declaration regarding
Micro/Small & Medium Enterprises ............................................................................................. 106
Form 18 ............................................................................................................................. 110
FORMAT OF Declaration for tax exemptions, reductions, allowances or benefits)..... 110
Form 19 ............................................................................................................................. 112
Format of Bank Guarantee verification Check list .................................................................. 112
Form 20 ............................................................................................................................. 116
Format of Additional Information ................................................................................................ 116
Form 21 ............................................................................................................................. 120
Format of Integrity Pact................................................................................................................... 120
Form 22 ........................................................................................................................... 1209
Format of Preference ...................................................................................................................... 1209

Section - 5 : Bidding Forms - Financial Part of the Bid .... Error! Bookmark not defined.130
Part 1 - Bidding Procedures and Requirements 7

PART 1

BIDDING PROCEDURES AND REQUIREMENTS


Part 1 - Bidding Procedures and Requirements 8

Section - 1:Request for Bids Notice/Notice Inviting Tender

Uttar Haryana Bijli Vitran Nigam Limited

NATIONAL OPEN COMPETITIVE PROCUREMENT

Request for Bids (RFB)/ Notice Inviting Tender (NIT)


(Single Stage Two-Envelope Bidding Process with e-Procurement)

Contract title: Development of Distribution Infrastructure at Division Kaithal (Package-B)


Kaithal District of Haryana under the Revamped Reforms-based and Results-linked, Distribution
Sector Scheme which includes Augmentation of LT Line with XLPE Cable; Replacement of LT
Line with conductor; Bifurcation of 11 KV Feeder & Augmentation of DTR.

NIT/RFB No: NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668


Issued on: [04th January 2023]

1. Uttar Haryana Bijli Vitran Nigam Limited (hereinafter also referred to as the Employer) invites
online Bids for Development of Distribution Infrastructure at Division Kaithal (Package-B) of
KAITHAL District in HARYANA under Revamped Reforms-based and Results-linked,
Distribution Sector Schemeon behalf of Uttar Haryana Bijli Vitran Nigam Limited.Bidders are
advised to note the clauses on eligibility and qualification requirements in Section 2, to be eligible
and qualify for being considered for the award of the contract.

2. Bidding will be conducted through national open competitive e-procurement.

3. The RFB document (hereinafter also referred to as bidding document) is available online, free of
cost,for downloading on https://etenders.hry.nic.in and https://www.uhbvn.org.in from [04th
January 2023 to 20th February 2023]. The bidder would be responsible for ensuring that any
addenda/ corrigendum/ amendment etc. available on the website/ portal is also downloaded and
incorporated.

4. The bidding shall be conducted under Single Stage Two-Envelope Bidding process with e-
Procurement as specified in Section 3.

5. Under the Single Stage Two-Envelope Bidding process, the Bidder shall not quote, disclose or
submit its price in the Technical Part (First Envelope) of its bid or in any other manner,
whatsoever, except as part of the Financial Part (Second Envelope)* of its bid. In case of any non-
compliance in this regard, the bids shall be out-rightly / summarily rejected.

*The price bid/ financial part is to be submitted online only. The price bid in hand/ paper form shall not
be accepted/entertained.
Part 1 - Bidding Procedures and Requirements 9

6. An incomplete and/or ambiguous and/or conditional bid and/or bid submitted late is liable to be
ignored/ summarily rejected.

7. Bid must be submitted online through the e-Procurement/ e-Tendering process specified in Section
3. Any bid or modifications to bid received outside the e-Procurement system will not be considered,
unless otherwise specified in Section 3. The Uttar Haryana Bijli Vitran Nigam Limited shall not be
held liable for any delays due to e-Procurement/ e-Tendering system failure beyond its control.
Even though the system will attempt to notify the bidders of any bid updates, The Uttar Haryana
Bijli Vitran Nigam Limited shall not be liable for any information not received by the bidder. It is the
bidders’ responsibility to verify the website for the latest information related to this RFB.

8. Salient details pertaining to this RFB Notice including submission and opening of bid, bid security,
cost of documents/ tender fee, if any, for downloading the bidding document, address for
communication, etc., are given in the TABLE below.

9. If the Uttar Haryana Bijli Vitran Nigam Limited office happens to be closed on the specified date of
opening of the bids, the bids will be opened on the next working day at the same time and venue or
as may be notified by the Uttar Haryana Bijli Vitran Nigam Limited.

10. Other details can be seen in the RFB document.

NOTE: - As per Haryana Engineering works portal (HEWP) guidelines, the bidders
have to create their Login-ID on the Haryana Engineering works portal (HEWP).
Undertaking/Proof for creation of Login ID be provided along with the hard copy of
Bidding Documents.
Part 1 - Bidding Procedures and Requirements 10

TABLE
RFB Notice/ NIT No. NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668
Contract Title for the Procurement Development of Distribution Infrastructure at Division Kaithal
(Package-B) Kaithal District of Haryana under the Revamped
Reforms-based and Results-linked, Distribution Sector Scheme
which includes
Augmentation of LT Line with XLPE Cable;
Replacement of LT Line with Conductor;
Bifurcation of 11 KV Feeder &
Augmentation of DTR.
Brief description of Scope of Works The scope of work under the subject package includes site
survey, planning, design, engineering, assembly
manufacturing, testing, supply, loading, transportation,
unloading, insurance, delivery at site, handling, storage,
installation, testing, commissioning and documentation of all
items/material required to complete the following works in
the Kaithal district which inter-alia include :
Loss Reduction
• Feeder bifurcation,
• Reconductoring works of Existing Worn out LT
Line,
• AB Cabling,
• Replacement of LT bare conductor with LT
Armored XLPE Cable.
• Reconductoring works of 11kV Conductor.
Mode of Procurement/Bidding Singe Stage Two-Envelope Bidding Process with e-
Procurement/ e-Tendering
The price bid/ financial part is to be submitted online only.
The price bid in hand/ paper form shall not be
accepted/entertained.
Date of Release of RFB Notice/ NIT 04/01/2023
NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668
Date & Time of Pre-Bid Meeting --
Last date of Bid Submission 20/02/2023 up to 15:00 Hours(IST)
Date of Opening of Technical Part (First 21/02/2023 at 15:00 Hours (IST)
Envelope) of the bid
Opening of Financial Part (Second To be notified later. Financial Part of bids from only those
Envelope) of the Bid bidders shall be opened who, upon evaluation of Technical
Part of the bids, are found eligible and qualified, and whose
bids are found responsive to bidding documents.
Location of Submission/ Opening of Bids, Uttar Haryana Bijli Vitran Nigam Limited, Plot No. IP 3&4,
as applicable Sector-14, Panchkula, Haryana-134113
Type of Procurement Plant (Design, Supply and Installation)
EMD/ Bid Security All bids must be accompanied by a bid security of 2% of
Part 1 - Bidding Procedures and Requirements 11

tender value or Rs 5 (five) crore, whichever is lower.


Performance Security The Performance Security amount is 3%of Contract Price
Bid Validity period The bid validility period will be 180 days from from date of
Opening of Technical Part of the Bid.
Time for Completion The Time for Completion of the works for Package B
(Kaithal) is 18 months from the Effective Date of the
Contract.
Address for Correspondence Chief Engineer/ PD&C, UHBVN, Panchkula
E-mail-cepdc@uhbvn.org.in
Website:www.uhbvn.org.in
Contact Details of E- Procurement Portal Phone no.- 0120-4001002, 0120-4001002, 0120-4001005,
Support Team: 0120-6277787
Part 1 - Bidding Procedures and Requirements 13

Section – 2 :Eligibility and Qualification Requirements

1. Eligibility Requirements:

Technical Part of the Bid shall be evaluated, interalia, as per Section 3 on the basis of their
responsiveness to and Bidders’s compliance with the Eligibility Requirements specified herein
below:

1.1. Only firm that is a private entity, a state-owned entity or an institution, legally
established in India to undertake design, supply and installation of the works mentioned in
the scope of works under this RFB Document/ bidding documentare eligible to bid (submit
their Bid in response to RFB Notice/ NIT). The Bidder (alternatively referred to as the
Contractor/Bidder) may be a proprietorship concern or a partnership firm operating in India,
or a registered entity in India under the Companies Act, 1956, 2013 or LLP Act.

1.2. Any combination of such entities eligible as per 1.1 above, is also eligible to bid in the form
of a joint venture (JV) as defined in Section 3, under an existing agreement. In the case of a
joint venture, the number of members of the JV shall not exceed 03 (three) and all members
shall be jointly and severally liable for the execution of the entire Contract in accordance
with the Contract terms. The JV shall nominate a Representative who shall have the
authority to conduct all business for and on behalf of any and all the members of the JV
during the Bidding process and, in the event the JV is awarded the Contract, during contract
execution.
In case of JV, the bidding JV (also referred to as the Bidder) shall submit a Joint Deed of
Undertaking in Technical Part of its bid, as per the format enclosed in Section 4 of the
RFB/ bidding document. No change in the structure / constitution of theJV shall be
permitted at any stage during bidding or execution of the Contract in the event of award.

1.3. As an exception to the foregoing Clause 1.1& 1.2 above:

a. Sanctions :Firms, which includes any of the JV members in case of bidding Joint Venture
as per Clause 1. 2 above, blacklisted by the Employer/ CPSEs or any of their subsidiaries /
Government of India/ Government of Haryana / any Regulatory Authority, as on the date
of submission of Bid, are not eligible to bid.

b. Suspension :Firm, which includes any of the JV members in case of bidding Joint
Venture as per Clause 1. 2 above, under suspension by the Employer as the result of the
operation of a Bid–Securing Declaration or Proposal-Securing Declaration, shall not be
eligibile to bid.

c. Prohibitions : Firms, which includes any of the JV members in case of bidding Joint
Venture as per Clause 1. 2 above, and individuals of a country or goods/ works/ services
manufactured/ produced in a country shall be ineligible, if as a matter of law or official
regulations, the Government of India prohibits commercial relations with that country.
Part 1 - Bidding Procedures and Requirements 14

1.4. To be eligible to bid, the Bidders must ensure compliance to the following, failing which
they shall not be eligible:

Restrictions under Rule 144 (xi) of GFR 2017: Restrictions on procurement from a
bidder of a country which shares a land border with India

I. Any bidder from a country which shares a land border with India will be eligible to bid
only if the bidder is registered with the Competent Authority.

II. "Bidder" (Seller / Service Provider) means any person or firm or company, including
any member of a consortium or joint venture (that is an association of several persons, or
firms or companies), every artificial juridical person not falling in any of the descriptions
of bidders stated hereinbefore, including any agency branch or office controlled by such
person, participating in a procurement process.

III. "Bidder from a country which shares a land border with India" for the purpose of this
Order/ Rule means: -
a. An entity incorporated, established, or registered in such a country; or
b. A subsidiary of an entity incorporated, established, or registered in such a country; or
c. An entity substantially controlled through entities incorporated, established, or
registered in such a country; or
d. An entity whose beneficial owner is situated in such a country; or
e. An Indian (or other) agent of such an entity; or
f. A natural person who is a citizen of such a country; or
g. A consortium or joint venture where any member of the consortium or joint venture falls
under any of the above

IV. The beneficial owner for the purpose of (iii) above will be as under:
1. In case of a company or Limited Liability Partnership, the beneficial owner is the
natural person(s), who, whether acting alone or together, or through one or more juridical
person, has a controlling ownership interest or who exercises control through other means.
Explanation—
a. "Controlling ownership interest" means ownership of or entitlement to more than
twenty-five percent of shares or capital or profits of the company;
b. "Control" shall include the right to appoint majority of the directors or to control the
management or policy decisions including by virtue of their shareholding or management
rights or shareholders agreements or voting agreements;

2. In case of a partnership firm, the beneficial owner is the natural person(s) who, whether
acting alone or together, or through one or more juridical person, has ownership of
entitlement to more than fifteen percent of capital or profits of the partnership;

3. In case of an unincorporated association or body of individuals, the beneficial owner is


the natural person(s), who, whether acting alone or together, or through one or more
Part 1 - Bidding Procedures and Requirements 15

juridical person, has ownership of or entitlement to more than fifteen percent of the
property or capital or profits of such association or body of individuals;

4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner
is the relevant natural person who holds the position of senior managing official;

5. In case of a trust, the identification of beneficial owner(s) shall include identification of


the author of the trust, the trustee, the beneficiaries with fifteen percent or more interest in
the trust and any other natural person exercising ultimate effective control over the trust
through a chain of control or ownership.

V. An Agent is a person employed to do any act for another, or to represent another in


dealings with third person.

VI. The successful bidder shall not be allowed to sub-contract works to any
Contractor/Bidder from a country which shares a land border with India unless such
Contractor/Bidder is registered with the Competent Authority.

1.5. Only‘Class –I local supplier’ are eligible to bid in line with the following:

(i) Public Procurement (Preference to Make in India) Order, 2017 issued by Department for
promotion of Industry and Internal Trade (DPIIT), Ministry of Commerce and Industry,
Government of India vide order dated 15/06/2017, its revision dated 16/09/2020 (PPP-
MII Order),

(ii) #‘Public Procurement (Preference to Make in India) to provide for Purchase Preference
(linked with local content) in respect of Power Sector’ order dated 28/07/2020 issued by
Ministry of Power (MoP Order)
Or
# Public Procurement (Preference to Make in India) Order, 2017- Notification of
Telecom products, Services or Works issued by Department of Telecommunications
(DoT), Ministry of Communications, Government of India, vide Notification dated
29.08.2018 (DoT Order)
Or

# [Public Procurement (Preference to Make in India) Order related any other Order
issued by a Nodal Ministry which is applicable to the procurement]

<# Choose as applicable while preparing bidding documents >

and any subsequent modifications/Amendments, if any.

As per the aforesaid orders:


Part 1 - Bidding Procedures and Requirements 16

‘Class –I local supplier’ means a supplier or service provider , whose goods, services or
works offered for procurement, meets the minimum local content as prescribed for ‘Class-I
local supplier’.Presently, the local content requirement to categorize a supplier as ‘Class-I
local supplier’ is minimum 50%*.

Further, for the purpose of purchase preference under the PPP-MII Order:

‘Local Content’ means the amount of value added in India which shall be the total value of
the item procured (excluding net domestic indirect taxes) minus the value of imported
content in the item (including all customs duties) as a proportion of the total value, in
percent.

The [‘Class –I local supplier’shall give a self-certification in is Technical part of the Bid in
the format given in Section 4 of RFB document, indicating the percentage of Local Content
and certifying that the item offered meets the Local Content requirement for ‘Class –I local
supplier’, as the case may be, and shall give details of the location(s) at which value addition
is made. Further, in case of procurement above Rs. 10 Crore, the ‘Class –I local
supplier’shall provide a certificate from statutory auditor or cost auditor of the company (in
the case of companies) or from a practicing cost accountant or practicing chartered
accountant (in respect of suppliers other than companies) giving the percentage of Local
Content. False declaration regarding Local Content by the bidder shall be a transgression of
Integrity Pact, if applicable, and as per clause ITB 2 of Section, RFB document, and action
shall be taken in accordance therewith and in line with the provisions of the above Orders.
Further, in case of price reduction during e-Reverse Auction, if envisaged as per Section 3 of
RFB document, or for any other reason including matching L1 price pursuant to the purchase
preference extended, the revised prices shall be so as to ensure that classification of the
bidder ‘Class –I local supplier’remains unchanged.

1.6. Employer reserves the right to request for any additional information and also reserves the
right to reject the Proposal of any Bidder, if in the opinion of Employer, the qualification
data is incomplete or the Bidder is found not qualified to satisfactorily perform the Contract.

1.7. For the purposes of these Bidding Documents, the words “facilities,” “plant and
equipment,” “installation services,” etc., shall be construed in accordance with the
respective definitions given to them in the General Conditions of Contract.
Part 1 - Bidding Procedures and Requirements 17

2. Qualification Requirements

2.1. Technical:

2.1.1. For the purpose of this particular bid, bidder shall meet the following minimum
criteria in past 7 years (up to last completed financial yeari.e. 2021-22):

i. Experience in similar work (as per clause 2.1.3 mentioned below) under single
contract,costing not less than Rs. 36.07 Cr. the amount equal to 70% of the
estimated amount of the project. The works under the above contract should be
completed works only.

Or

ii. Experience in similar works (as per clause 2.1.3 mentioned below) under two
contracts, each costing not less than Rs. 20.61 Cr. the amount equal to 40% of the
estimated amount of the project. The works under the above two contracts should
be completed works only.

Or
iii. Experience in similar works (as per clause 2.1.3 mentioned below) under three
contracts, each costing not less than Rs. 15.46 Cr. the amount equal to 30% of the
estimated amount of the project. The works under the above three contracts should
be completed works only.

2.1.2. Collectively the JV partners should meet the criteria of projects mentioned in 2.1.1
above. However, each JV partner should have completed at least 1 contract costing not
less than The Project Value Rs. 15.46 Cr. the amount equal to 30% of the estimated
amount of the project.

For illustration, the various cases possible, along with the number of contracts and the
minimum amounts for each of scenarios are shown below:

Case 1: JV of two (2) partners


Scenario Partner 1 Partner 2
A) 1 contract of minimum 70% of 1 contract of minimum
the cost 30% of the cost
1. One partner fully meets the B) 2 contracts, each of minimum 1 contract of minimum
qualification requirements 40% of the cost 30% of the cost
C) 3 contracts, each of minimum 1 contract of minimum
30% each of the cost 30% of the cost
2. Both partners put together A) 1 contract of minimum 40% of 1 contract of minimum
meet the qualification the cost 40% of the cost
requirements B) 2 contracts of minimum 30% 1 contract of minimum
Part 1 - Bidding Procedures and Requirements 18

Scenario Partner 1 Partner 2


of the cost 30% of the cost

Case 2: JV of three (3) partners


Scenario Partner 1 Partner 2 Partner 3
A) 1 contract of 1 contract of
1 contract of minimum
minimum 30% of minimum 30% of
70% of the cost
the cost the cost
1. One partner fully B) 2 contracts, each of 1 contract of 1 contract of
meets the qualification minimum 40% of the minimum 30% of minimum 30% of
requirements cost the cost the cost
C) 3 contracts, each of 1 contract of 1 contract of
minimum 30% each of minimum 30% of minimum 30% of
the cost the cost the cost
A) 1 contract of 1 contract of
1 contract of minimum
2. All partners put minimum 40% of minimum 30% of
40% of the cost
together meet the the cost the cost
qualification B) 1 contract of 1 contract of
1 contract of minimum
requirements minimum 30% of minimum 30% of
30% of the cost
the cost the cost

2.1.3. For the purposes of satisfaction of Technical Requirement, similar works refers to:
a) Project(s) execution in one or more sectors below :-
1)Electrical Transmission sector
2) Sub-transmission sector
3) Electrical distribution sector

In above sectors, type of construction works undertaken should be of the nature


of one or more of the following :-
1) EHT lines
2) HT lines
3) LT lines
4) Distribution transformers
5) Substations
b) Not withstanding the clause 2.1.3(a) above, experience in only LT lines would
not be considered eligible.

2.1.4. The experience of the bidder as part of Joint venture or consortium or a sub-
Contractor/Bidder will be considered for the purpose of evaluation as per the clause
2.1.1, 2.1.2 and 2.1.3 above only in case where the bidder is able to provide
approval/acceptance of the mentioned works from the end-customer or the distribution
company whichever is applicable.
Part 1 - Bidding Procedures and Requirements 19

2.2. Financial/ Commercial:

2.2.1. The Net Worth of the bidder must be positive for the each of the last three
Financial Years. Net worth means the sum total of the paid up capital and free
reserves (excluding reserves created out of revaluation) reduced by aggregate value of
accumulated loses (including debit balance in profit and loss account for current year)
and intangible assets.

2.2.2. Minimum Average Annual Turnover (MAAT) of the Bidder for best three years out of
last five financial years of the bidder should not be less than Rs. 15.46 Cr., the amount
equal to 30% of the estimated cost of the project rounded off upto two decimal places.

2.2.3. Bidder must have liquid assets (LA) and/ or evidence of access to or availability of
fund based credit facilities of not less than Rs. 5.15 Cr. the amount equal to 10% of
the estimated cost of the project rounded off upto two decimal places and the Banker
should confirm that the Credit facility is earmarked for the Works specified under
Bid on receipt of the Bid. Liquid Assets would include unincumbered cash (and
equivalents), bank deposits with maturity less than 365 days, securities that can be
freely traded or maturity less than 365 days and receivables which has general certainty
of getting received minus payables which has general certainty of getting paid.

In case a bidder is quoting for more than one package of a NIT/Bid in one(01)
District, pre- Qualification requirement shall be examined on the basis of sum
of NIT/bid wise requirements of LA of all quoted bids in one(01) District.

2.2.4. In case a bid is submitted by a Joint Venture (JV), all the partners of the JV shall meet,
individually, the qualification set forth at para 2.2.1 above and collectively the
requirement of para 2.2.2 & 2.2.3 above. The figures for each of the partner of the joint
venture shall be added together to determine the bidder’s compliance with the
minimum qualifying criteria set out in para 2.2.2 & 2.2.3 above; however in order for a
joint venture to qualify, the partner(s) of joint venture must meet the following
minimum criteria:

2.2.4.1. At least one partner (lead partner) shall meet, not less than 40% of the
minimum criteria given at Para 2.2.2 & 2.2.3 above.
AND
2.2.4.2. Each of the other partner(s) shall meet not less than 25% of the criteria given
at Para 2.2.2 & 2.2.3 above.

2.2.5. Failure to comply with requirement mentioned in 2.2.4 will result in rejection of the
Joint Venture’s bid.

2.2.6. The lead partner shall be authorized to incur liabilities and receive instruction for and
on behalf of any and all partners of the joint venture and the entire execution of the
contract including receipt of payment shall be done exclusively through the lead
Part 1 - Bidding Procedures and Requirements 20

partner. This authorization shall be evidenced by submitting in Technical Part of its


bid, a power of attorney signed by legally authorized signatories of all the partners as
per proforma in Section 4 of the RFB/ bidding documents

2.2.7. All partners of the joint venture shall be liable jointly and severally for the execution
of the contract in accordance with the contract terms and a copy of the agreement
entered into by the Joint Venture partners having such a provision shall be submitted
with the Technical Part of the bid. A statement to this effect shall be included in the
authorization mentioned under para 2.2.6 above as well as in the Bid Form and in the
Contract Form (in case of a successful bid);

2.2.8. The Bidder shall also furnish following documents/details with Technical Part of its
bid:

2.2.8.1. A certificate from banker (as per specified format) indicating various fund
based limits sanctioned to the bidder and the extent of utilization as on date. Such
certificate should have been issued not earlier than three months prior to the date
of bid opening. Wherever necessary, the employer may make queries with the
Bidders’ bankers.

2.2.8.2. The complete annual reports together with Audited statement of accounts of
the company for last five years of its own (separate) immediately preceding the
date of submission of bid. In case audited statements of the last financial year are
not available the audited statements of the preceding five years can be submitted.

2.2.8.3. Note:
2.2.8.3.1. In the event the bidder is not able to furnish the information of its own
(i.e. separate), being a subsidiary company and its accounts are being
consolidated with its group/holding/parent company, the bidder should
submit the audited balance sheets, income statements, other information
pertaining to it only (not of its group/Holding/Parent Company) duly
certified by any one of the authority [(i) Statutory Auditor of the bidder /(ii)
Company Secretary of the bidder or (iii) A certified Public Accountant]
certifying that such information/documents are based on the audited accounts
as the case may be.

2.2.8.3.2. Similarly, if the bidder happens to be a Group/Holding/Parent Company,


the bidder should submit the above documents/information of its own (i.e.
exclusive of its subsidiaries) duly certified by any one of the authority
mentioned in Note - 2.2.8.3.1 above certifying that these information/
documents are based on the audited accounts, as the case may be.

2.2.8.4. Subcontractors’ technical experience and financial resources shall not be


taken into account in determining the Bidder’s compliance with the qualifying
criteria.
Part 1 - Bidding Procedures and Requirements 21

2.2.8.5. Work experiences of the bidder as per above shall be considered only if the
works have been executed under Govt./Semi-Govt./autonomous body of
Central/State Govt./Electricity Power Uttar Haryana Bijli Vitran Nigam Limited /
Power Deptt. in India only.

2.2.8.6. The bidder should meet the necessary license class requirements as applicable
for the execution of works in this RFB.
However in case the bidder does not hold the license for the given State, then the
bidder should possess the equivalent license for any one State in India and post-
award the bidder is required to acquire the necessary license for the given State
within a period of two months.
In case bid is submitted by Joint Venture, all partners whose scope as per the
delineation of responsibilities amongst JV partners includes execution of Works
or part thereof at Site, should possess and/or acquire the necessary license as
stated above.
Part 1 – Bidding Proceduresand Requirements 22

Section - 3 :Instructions to Bidders and Bid Data Sheet

A. Instructions to Bidders General


1.1 Inconnection with the Notice Inviting Tenders
1. Scope of Bid
(NIT)/Request for Bids (RFB) Notice specified in Bid
and Definitions
Data Sheet, the Employer (named in the Bid Data Sheet)
issues this RFB/ Bidding Document for the Design,
Supply and Installation of Plant (also referred to as the
Scope of Work), as specified in Section 6, Employer’s
Requirement.The name and identification of the package
for award of contractunder this NIT/RFB is specified in
Bid Data Sheet.
1.2 Throughout this bidding document:
(a) “Affiliate(s)” means an individual or an entity that
directly or indirectly controls, is controlled by, or is
under common control with the Bidder.
(b) “Applicable Law” means the laws and any other
instruments having the force of law in India, as may
be issued and in force from time to time.
(c) ‘Employer’/ ‘Uttar Haryana Bijli Vitran Nigam
Limited’ means the entity, as briefly described in
Bid Data Sheet, that has issued the Request for
Bids foraward of the Contract for the Design,
Supply and Installation of Plant (also referred to as
the Scope of Work), as specified in Section 6,
Employer’s Requirement.
(d) “Bid” means the Technical Part (first Envelope)
and the Financial Part (Second Envelope) of its bid
submitted by the Bidder who participates in the
bidding in response to Notice Inviting Tenders
(NIT)/ Request for Bids (RFB) Notice. It is
alternatively also referred to as the tender.
(e) “Bid Data Sheet (BDS)” means an integral part of
the Instructions to Bidders (ITB)Section 3, that is
used to reflect issues, details and conditions
specific to the procurement, to supplement and/or
modify the provisions of ITB.
(f) “Bidder” means a legally-established professional
firm or an entity that may submit its Bid to the
Employer in response to the RFB Notice/ NIT
issued by the Employer, to provide/ provision the
Part 1 - Bidding Procedures and Requirements 23

Plant to the Employer.


(g) “Contract” means a legally binding written
instrument entered between the Employer/ Uttar
Haryana Bijli Vitran Nigam Limited and the
successful Bidder, in the manner and in accordance
with the RFB document/ bidding documents, for
the Design, Supply and Installation of Plant (also
referred to as the Scope of Work),and includes the
Letter of Acceptance/ Notification of Award, the
Contract Agreement, the General Conditions of
Contract (GCC), the Special Conditions of Contract
(SCC), and the Appendices and the documents
attached thereto.
(h) “Day” means a calendar day, unless otherwise
specified as “Business Day”. A Business Day is
any day that is an official working day of Employer.
It excludes Employer’s official public holidays.
(i) “Government” means the government of India,
State Government or Local Government as
applicable.
(j) “in writing” means communicated in written form
(e.g. by mail, e-mail, fax, including that distributed
or received through the electronic-procurement
system used by Employer).
(k) “Plant”, “Installation Services”, “Facilities”
(also referred hereinafter as “Works”) used
herein shall have the same meaning as ascribed to
them in Section 7.
(l) “ITB” (this Section 3 of the RFB/ Bidding
Documents) means the Instructions to Bidders that,
along with other Sections, provides the Bidders with
all information needed to prepare and subit their
Pids.
(m) “Joint Venture (JV)” means an association with or
without a legal personality distinct from that of its
members, of more than one entity/ firm where one
member has the authority to conduct all business for
and on behalf of any and all the members of the JV,
and where the members of the JV are jointly and
severally liable to Employer for the performance of
the Contract. Whether or not bidding by Joint
Venture is permitted, is specified in BDS and in
Section 2.
Part 1 - Bidding Procedures and Requirements 24

(n) “RFB” means the Request for Bids issued by


Employerfor the selection of the successful Bidder
from amongst the bids sumitted by bidders(s) who
bid against and in response to the Request for Bids
Notice (alternatively reffered to as Notice Inviting
Tenders (NIT)) under Two Envelope Single Stage
Bidding Process.
(o) “Sub-contractor” means an entity to whom the
Contractor subcontracts any part of the Works as
per the applicable provisions of the Contract while
the Contractor remains responsible to Employer for
the whole and successful performance of the
Contract.
(p) Capitalised terms used herein but not defined
specifically shall have the meaning as ascribed to
them in Section 5 and Section 6, and elsewhere in
RFB/bidding Document.
(q) If the context so
requires,“singular”means“plural”and viceversa.
(r) “TPQMA” means a “Third Party Quality
Monitoring Agency” that the Nodal Agency for
RDSS (REC/PFC) engages to carry out Pre
Dispatch inspection of materials at manufacturing
facilities of Contractor or Sub Contractor/ Sub-
Vendors of the Contractorand to carry out the
inspection in the field of the works carried out in the
RDSS scheme.

2.1 The Employer requires compliance with the Anti-Corruption


2. FraudandCorru
Guidelines/ Laws in force of the relevant Government/ its
ption
instrumentalities/ Uttar Haryana Bijli Vitran Nigam Limited.
2.2 Bidders are also required to sign and furnish in the Bid, duly
signed Integrity Pact if so specified in ITB 10.2.8.

3.1 The eligibilityand qualification requirementsagainst the


3. Eligibility, RFB are given in Section 2, for the Bidders and the Plant/
QualificationRe Installation Services/ Works . Bids, if any, from Bidders
quirements and/or offering Plant/ Installation Services/ Works not
complying with the same shall be outrightly rejected and
shall not be considered for evaluation

3.2 Bids submitted by the Bidders shall be evaluated to


ascertain their compliance with Eligibility and Qualification
Part 1 - Bidding Procedures and Requirements 25

Requirements, based on the details/ information/


documentary evidence pertaining to the same to be
submitted in the Technical Part, as specified in ITB. All
Bidders shall provide in Section 4, Bidding Forms, requisite
details and documents in support of meeting the Eligibility
and Qualification Requirements. A Bid shall be rejected if
the Bidder submitting the Bid, fails to meet the Eligibility
and Qualification Requirements. Bids submitted by those
Bidders who meet the Eligibility and Qualification
Requirements shall be shortlisted for further evaluation of
their bids.

3.3 A Bidder shall provide such additional documentary


evidence of eligibility and/or qualification satisfactory to the
Employer, as the Employer shall reasonably request.

4.1 A Bidder shall not have a conflict of interest. Any Bidder


4. Conflict of found to have a conflict of interest shall be disqualified. A
Interest Bidder may be considered to have a conflict of interest for
the purpose of this Bidding process, if the Bidder:
(a) directly or indirectly controls, is controlled by or is under
common control with another Bidder; or
(b) receives or has received any direct or indirect subsidy
from another Bidder; or
(c) has the same legal representative as another Bidder; or
(d) has a relationship with another Bidder, directly or
through common third parties, that puts it in a position to
influence the Bid of another Bidder, or influence the
decisions of the Employer regarding this Bidding
process; or
(e) any of its affiliates participated as a consultant in the
preparation of the design or technical specifications of
the works that are the subject of the Bid; or
(f) any of its affiliates has been hired (or is proposed to be
hired) by the Employer for the Contract implementation;
or
(g) has a close business or family relationship with a
professional staff of the Uttar Haryana Bijli Vitran
Nigam Limited (or of the project implementing agency)
who: (i) are directly or indirectly involved in the
preparation of the bidding document or specifications of
the Contract, and/or the Bid evaluation process of such
Part 1 - Bidding Procedures and Requirements 26

Contract; or (ii) would be involved in the


implementation or supervision of such Contract unless
the conflict stemming from such relationship has been
resolved in a manner acceptable to the Employer
throughout the Bidding process and execution of the
Contract.
4.2 A firm that is a Bidder (either individually or as a JV
member) shall not participate as a Bidder or as JVmember
in more than one Bid. Such participation shall result in the
disqualification of all Bids in which the firm is involved.
However, this does not limit the participation of a Bidder
as subcontractor in another Bid or of a firm as a
subcontractor in more than one Bid.

B. Contents of Bidding Document


5.1 The bidding document (also referred to as the RFB
5. Sections of
document)consistofParts1,2 and 3, which include all the
Bidding
sections indicated below, and should be read inconjunction
Document
with any Addenda/ Corrigenda/ Amendment issued in
accordance with ITB 7.
PART 1 Bidding Procedures and Requirements
• Section 1 - Request for Bids Notice
• Section 2 - Eligibility and Qualification
Requirements
• Section 3 - Instructions to Bidders and Bid Data
Sheet
• Section 4 - Bidding Forms - Technical Part of the
Bid
• Section 5- Bidding Forms - Financial Part of the
Bid

PART 2 Employer’s Requirements


• Section 6–Employer’s Requirement
PART 3 Conditions of Contract and Contract Forms
• Section 7 - Conditions of Contract
• Section 8 - Contract Forms

5.2 The Bidder is expected to examine all instructions, forms,


terms, and specifications in the bidding document and to
Part 1 - Bidding Procedures and Requirements 27

furnish with its Bid, all in formation or documentation as


is required by the RFB/ bidding document.

6. Bidding Process Management,


Clarification of the Bidding
Document, Site Visit and Pre-Bid
Meeting

6.1 Electronic- Bidding System (also referred to as e-


a) Electronic Procurement or e- Tendering system) as specified in the
Procurement BDSshall be used to manage the bidding process. Only the
Bids which are submitted and received through the specified
system in conformity with the procedures and requirements
specified of ITB and BDS shall be considered.

6.2 The electronic- bidding system specified in the ITB 6.1


provides for online clarifications. A Bidder requiring any
clarification of the bidding document may notify the
b) Clarifications to Employer online or through any other mode if so specified in
Bidding BDS. Clarifications requested through any other mode shall
Documents not be considered by the Employer. The Employer will
respond to any request for clarification, provided that such
request is received prior to the deadline for submission of
Bids within a period specified in the BDS. Description of
clarification sought, and the response of the Employer shall be
uploaded for information of all Bidders without identifying
the source of request for clarification. Should the clarification
result in changes to the essential elements of the bidding
document, the Employer shall amend the bidding document
following the procedure under ITB7 and ITB 21.2.

c) Site Visit 6.3 The Bidder is advised to visit and examine the Site where the
Plant is to be installed/ Works are to be provided, and its
surroundings and obtain for itself on its own responsibility all
information that may be necessary for preparing the Bid and
entering into a contract for provision of Plant and Installation
Services/ construction of the Works. The costs of visiting the
Site shall be at the Bidder’s own expense.
6.4 The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and
lands for the purpose of such visit, but only upon the express
condition that the Bidder, its personnel, and agents will release
and indemnify the Employer and its personnel and agents from
and against all liability in respect thereof, and will be
Part 1 - Bidding Procedures and Requirements 28

responsible for death or personal injury, loss of or damage to


property, and any other loss, damage, costs, and expenses
incurred as a result of the inspection.
6.5 If so specified in the BDS, the Bidder’s designated
representative is invited to attend a pre-Bid meeting. The
d) Pre-Bid Meeting purpose of the meeting will be to clarify issues and to
answer questions on any matter that may be raised at that
stage.
6.6 The Bidder is requested to submit any questions in writing,
to reach the Employer not later than one day before the
meeting.
6.7 Minutes of the pre-Bid meeting, including the text of the
questions raised without identifying the source, and the
responses given, together with any responses prepared after
the meeting, will be notified online through electronic-
bidding system. Any modification to the bidding document
that may become necessary as a result of the pre-Bid
meeting shall be made by the Employer exclusively through
the issue of an Addendum pursuant to ITB 7 and not
through the minutes of the pre-Bid meeting. Nonattendance
at the pre-Bid meeting will not be a cause for
disqualification of a Bidder.

7.1 At any time prior to the dead line for submission of Bids,
7. Addenda /
the Employer may amend the bidding document by issuing
Corrigendum /
addenda/ corrigendum/ amendment. The addendum/
Amendment of
corrigendum/ amendment will be in writing and appear on the
Bidding
e-procurement system and through email notification
Document
automatically sent to those bidders who have started working
on the procurement, or as otherwise specified in BDS.
7.2 Any addendum / corrigendum/ amendment issued shall be
part of the bidding document and shall be deemed to have
been communicatedto all the bidders.
7.3 To give prospective Bidders reasonable time in which to
take an addendum/ corrigendum/ amendment into account in
preparing their Bids, the Employer may, at its discretion,
extend the dead line for the submission of Bids, pursuant to
ITB 21.2.

C. Preparation of Bids
8.1 The Bidder shall bear all costs associated with the
8. Cost of Bidding
preparation and submission of its Bid, and the Employer
shall not be responsible or liable for those costs, regardless
Part 1 - Bidding Procedures and Requirements 29

of the conductor out come of the bidding process.

9.1 The Bid, as well as all correspondence and documents


9. Language of Bid
relating to the Bid exchanged by the Bidder and the
Employer, shall be written in English. Supporting
documents and printed literature that are part of the Bid may
be in another language provided they are accompanied by an
accurate translation of the relevant passages into English, in
which case, for purposes interpretation of the Bid, such
translation shall govern.

10.1 Under the Single Stage Two Envelope bidding process, the
10. Documents
Bid shall comprise two Parts, namely the Technical Part and
comprising Bid
the Financial Part. These two Parts shall be submitted by the
Bidder simultaneously.
10.2 The Technical Part shall contain the following:
10.2.1 Letter of Bid-Technical Part: prepared in accordance
with ITB 11;
10.2.2 Bid Security or Bid-Securing Declaration: in
accordance with ITB18, prepared using the relevant
form furnished in Section 4 - Bidding Forms - Technical
Part of the Bid
10.2.3 Authorization: Document authorizing the signatory of
the Bid to commit the Bidder, in accordance with ITB
19.3 or ITB 19.4, as may be applicable, prepared using
the bidder’s own format;
10.2.4 Bidder’s Eligibility: documentary evidence in
accordance with ITB 16.1 establishing the Bidder’s
eligibility to Bid as per the requirements specified in
Section 2/ Section 3;
10.2.5 Qualifications: documentary evidence in accordance
with ITB 16.2 establishing the Bidder’scompliance to
the Qualifications Requirements specified in Section 2/
Section 3, along with duly filled in form for compliance
of Qualification Requirements, furnished in Section 4 -
Bidding Forms - Technical Part of the Bid;
10.2.6 Eligibility of Goods/ Works/ Plant and Installation
Services: documentary evidence in accordance with
ITB 16.1, establishing the eligibility of the Works to be
supplied by the Bidder;
10.2.7 Conformity: Undertaking on Compliance of terms &
conditions of the Bidding Documents including Scope
of Services and other related requirements, towards
Part 1 - Bidding Procedures and Requirements 30

documentary evidence in accordance with ITB 15.1,


prepared using the relevant form furnished in Section 4 -
Bidding Forms - Technical Part of the Bid; and
10.2.8 Any other document if required as per BDS.

10.2.9 In addition to the requirements as aforesaid, Bids


submitted by a JV shall include a copy of the Joint
Venture Agreement entered into by all members, a Joint
Deed of Undertaking and Power of Attorney. The the
Joint Deed of Undertaking and the Power of Attorney
shall be prepared using the relevant form furnished in
Section 4 - Bidding Forms - Technical Part of the Bid

10.3 The Financial Part shall contain the following:


10.3.1 Deleted
10.3.2 Price Schedules: completed prepared in accordance with
ITB 11, ITB 13 and ITB 14;
10.3.3 Any other document if required in BDS.
10.4 The Technical Part shall not include any financial
information related to the Bid-price. Where material
financial information related to the Bid price is contained in
the Technical Part the Bid shall be declared non-responsive.

11.1 The Letter of Bid – Technical Part shall be prepared using the
11. Process of Bid
relevant forms furnished in Section 4 - Bidding Forms -
Submission
Technical Part of the Bid. The priced Schedulesfor the Plant
and Installation Services/ Works, shall be prepared using the
relevant forms furnished in Section 5 - Bidding Forms -
Financial Part of the Bid. The forms must be completed
without any alterations to the text, except as provided under
ITB 19.3 for which the bidder can use its own format. All
blank spaces shall be filled in with the information requested.
11.2 Entire Bid as per ITB 10including the Letters of Bid and
filled-up priced Schedulesfor the Plant and Installation
Services/ Works, shall be submitted online on e-procurement
system specified in ITB 6.1. Details and process of online
submission of the Bid/ tender and relevant documents are
given in ITB 6.1 and the concerned website referred therein.
11.3 Submission of Original Documents: The Bidders are also
required to separately submit the hard copy of the
documents, if any mentioned in BDS, at Employer’s
address specified in BDS, so as to reach the office before the
Part 1 - Bidding Procedures and Requirements 31

opening of the Technical Part of the Bid, either by


registered/speed post/courier or by hand, failing which the
bids are liable to be declared non-responsive.
11.4 Hard copy of rest of the Bid or any document, other than
those specified in ITB 11.3 are not to be submitted.
Employer may, however, seek submission of hard copy of
any of the other documents forming part of the Bid or any
other supporting/ related document from any of the bidders
during the process of evaluation of the Bids, without
permitting change in substance of the Bid.

12.1 Alternative Bids are not permitted and shall not be


12. Alternative Bids
considered.

13.1 Unless otherwise specified in the BDS, Bidders shall quote


13. Bid prices and
for the entire Plant and Installation Services on a “single
Discounts
responsibility” basis. The total Bid price shall include all the
Contractor’s obligations mentioned in or to be reasonably
inferred from the bidding document in respect of the design,
engineering, manufacture, including procurement and
subcontracting (if any), delivery, construction, installation and
completion of the Plant. This includes all requirements under
the Contractor’s responsibilities for testing, pre-
commissioning and commissioning of the plant and, where so
required by the bidding document, the acquisition of all
permits, approvals and licenses, etc.; the operation,
maintenance and training services and such other items and
services as specified in the bidding document, all in
accordance with the requirements of the bidding documents.
13.2 Bidders are required to quote the price for the commercial,
contractual and technical obligations outlined in the bidding
document.
13.3 Bidders shall give a breakdown of the prices in the manner
and detail called for in the Price Schedules included in Section
5. Bidding Forms – Financial Part of the Bid.
13.4 Depending on the Scope of the Work and the Contract, the
Price Schedules shall comprisethe schedules listed below.
Bidders shall note that the plant and equipment included in
Schedule Nos. 1 exclude materials used for civil, building and
other construction works. All such materials shall be included
and priced under Schedule No. 2, Installation Services. The
Schedules comprise:
Schedule No. 1: Supply of Plant (including Mandatory
Spare Parts)
Part 1 - Bidding Procedures and Requirements 32

Schedule No. 2: Supply of Installation Services


Schedule No. 3: Grand Summary (Schedule Nos.1 and
2)
Schedule No. 4: Recommended Spare Parts
13.5 In the Schedules, Bidders shall give the required details and a
breakdown of their prices as follows:
13.5.1 Supply of Plant (Schedule No. 1):
(i) The price of the plant shall be quoted on FOR
(final place of destination (Site/ Project Site)
as specified in BDS) basis, and shall be
inclusive of all costs, expenses, duties, taxes,
and other levies incidental thereto interalia
including design, engineering, manufacture,
testing, transportation, insurance etc. and other
services, incidental thereto, as applicable, and
taking into account any input tax credit except
(ii) below;
(ii) GST as percentage of the price as per (i)
above, payable additionally by the Uttar
Haryana Bijli Vitran Nigam Limited,
applicable on the plant/ goods/ material, if the
contract is awarded to the Bidder, is pre-
specified in Schedule No.1 and bidders are
not required to quote the same separately
anywhere in the bid. (Basis the same and the
price quoted as per (i) above, the amount
towards GST against each item shall get
calculated accordingly); and
(iii) The total price for the item i.e. (i) plus (ii)
above.

13.5.2 Supply of Installation Services (Schedule No. 2):


(i) The price of Installation Services {excluding
the incidental services included in 13.5.1 (ii)}
shall be quoted separately and shall be
inclusive of all costs, expenses, duties, taxes,
and other levies related, interalia, to
unloading and handling of plant, all labor,
contractor’s equipment, temporary works,
materials, consumables, design and
preparation of layout, engineering drawings,
Part 1 - Bidding Procedures and Requirements 33

and all matters and things of whatsoever


nature, including testing, pre-commissioning
and commissioning, operations and
maintenance services, the provision of as-
built drawings, operations and maintenance
manuals, training, etc., applicable and
necessary for the proper execution of the
installation and other services, at final
destination (Site/ Project Site) as specifiedin
the BDS, related to and incidental to
successful installation of the Plant, except (ii)
below;
(ii) GST as percentage of the price as per (i)
above, payable additionally by the Uttar
Haryana Bijli Vitran Nigam Limited,
applicable on the Installation Services, if
the contract is awarded to the Bidder, is pre-
specified in Schedule No.2 and bidders are
not required to quote the same separately
anywhere in the bid (Basis the same and the
price quited as per (i) above, the amount
towards GST against each item shall get
calculated accordingly); and
(iii) The total price for the item i.e. (i) plus (ii)
above.
13.5.3 Grand Summary (Schedule No. 3):
The total amount of each of the components
from each of Schedule No.1 and Schedule
No. 2 corresponding to the Plant and
Installation Services, shall be summarized in
the schedule titled Grand Summary,
(Schedule 3). Aggregateof the total amount as
per ITB 13.5.1 (i) and ITB 13.5.2 (i), giving
the total Bid price, excluding GST, is to be
entered in the Letter of Bid. The total amount
towards GST, that is aggregate of the total
amount as per ITB 13.5.1 (ii) and ITB 13.5.2
(ii) is to be indicated separately in Schedule
No. 3 and entered separately in the Letter of
Bid .
13.5.4 Recommended Spare Parts ( Schedule No. 4)
Recommended spare parts shall be quoted
Part 1 - Bidding Procedures and Requirements 34

separately (Schedule 4) in the manner and as


specified in subparagraph 13.5.1 above.
13.5.5 The terms CIP, CIF, EXW, FOR and other similar
terms shall be governed by the rules prescribed in the
current edition of Incoterms, published by the
International Chamber of Commerce.
13.5.6 Items against which no rate or price is entered by the
Bidder shall be deemed covered by the rates for other
items in the Price Schedule and will not be paid for
separately by the Employer. An item not listed in the
priceschedule shall be assumed to be not included in the
Bid, and provided that the Bid is determined substantially
responsive notwithstanding this omission, the price as
specified in ITB 28.3, will be added to the Bid price and
the equivalent total cost of the Bid so determined will be
used for price comparison.
13.6 The prices shall be either fixed or adjustable as
specifiedin the BDS.
13.7 In the case of Fixed Price, prices quoted by the Bidder
shall be fixed during the Bidder’s performance of the
contract and not subject to variation on any account. A
Bid submitted with an adjustable price quotation will be
treated as non-responsive and rejected.
13.8 In the case of Adjustable Price, prices quoted by the
Bidder shall be subject to adjustment during performance
of the contract to reflect changes in the cost elements such
as labor, material, transport and Contractor/Bidder’s
equipment in accordance with the procedures specified in
the corresponding Appendix to the Contract
Agreement. A Bid submitted with a fixed price quotation
will not be rejected, but the price adjustment will be
treated as zero. If not already specified in Appendix to
the Contract Agreement stated above, bidders are
required to indicate the source of labor and material
indices in the corresponding Form in Section 4. Bidding
Forms – Technical Part of the Bid.
13.8.1 the Bidder shall be free to use transportation through
carriers registered in India. Similarly, the Bidder may
obtain insurance services from India.
13.9 Bidders wishing to offer any unconditional price reduction
(discount) for the award of the package (Contract), shall
specify in their Letter of Bid the price reduction applicable
Part 1 - Bidding Procedures and Requirements 35

to such package, and the manner in which the price


reductions will apply. Any conditional discount shall not
be considered for evaluation, however, the Employer may
consider the same in case of award of Contract on the
Bidder.
13.10 The total amount as per ITB 13.5.1 (i) and ITB 13.5.2 (i),
from each of Schedule No.1 and Schedule No. 2,
corresponding to the Plant and Installation
Services,respectively, which shall be summarized in the
schedule titled Grand Summary, (Schedule 3), and
aggregated giving the total Bid price(s) of the Bidder,
excluding GST and excluding any reduction/ discount
offered, shall be brought/ carried forward and entered in the
Letter of Bid. Considering reduction/ discount as per ITB
13.9 and ITB 13.10 (if applicable), if offered, it shall
constitute the quoted Bid price of the Bidder, excluding
GST.
13.11 The total amount towards GST, that is aggregate of the
amount quoted separately by the bidder as per ITB 13.5.1
(ii) and ITB 13.5.2 (ii), shall be considered for evaluation
and comparison of bids if so specified in ITB 32.1 (e),
and it shall be payable/ reimbursable to the Bidder, in the
event of award of contract, as specified in BDS.

14.1 The prices shall be quoted by the Bidder, and shall be paid
14. Currencies of
Bid and for by the Employer, entirely in Indian Rupees.
Payment

15.1 To establish the conformity of the Plant and Installation


15. Documents
Services / Works to the bidding document, the Bidder shall
Establishing the
furnish as part of its Bid an Undertaking on Compliance of
Conformity of
terms & conditions of the Bidding Documents including
the Plant and
Scope of Work, conformance of Plant and Installation
Installation
Services/ Works to the technical specifications and standards
Services/ Works
specified in Section 6, Employer’s Requirement as well as
other related requirements, in the Technical Part of the bid as
specified in ITB 10.2.7, as per the format given in Section 4 -
Bidding Forms - Technical Part of the Bid.
15.2 Wherever and if specified in Section 6 - Employer’s
Requirement, the bidder shall also submit documentary
evidence in the form of literature, drawings or data, and a
detailed item by item description of the essential technical
characteristics of the Plant and Installation Services/ Works,
demonstrating substantial responsiveness of the Plant and
Part 1 - Bidding Procedures and Requirements 36

Installlation Services / Works to the technical specification.


15.3 Wherever and if specified in Section 6, Employer’s
Requirement,the Bidder shall furnish in technical proposal a
statement of work methods, equipment, personnel, schedule
and any other information as stipulated in Section 4, Bidding
Forms – Technical Part of the Bid, in sufficient detail to
demonstrate the adequacy of the Bidder’s proposal to meet the
Employer’s Requirements and the Time for Completion of
the Plant and Installation Services/ Works.
15.4 Standards for workmanship, process, material, and
equipment, as well as references to brand names or
catalogue numbers specified by the Employer in the
Employer’s Requirement, are intended to be descriptive
only and not restrictive. The Bidder may offer other
standards of quality, brandnames, and / or catalogue
numbers, provided that it demonstrates, to the Employer’s
satisfaction, that the substitutions ensure substantial
equivalence or are superior to those specified in the
Section6, Employer’s Requirement.
15.5 For major items of Plant and Installation Services if and as
listed by the Employer in Section 2, Eligibility and and
Qualification Requirements and Section 6, Employer’s
Requirement, which the Bidder intends to purchase or
subcontract, the Bidder shall give details of the name and
nationality of the proposed Subcontractors, including
manufacturers, for each of those items. In addition, the
Bidder shall include in its Bid information establishing
compliance with the requirements specified by the
Employer for these items. Quoted rates and prices will be
deemed to apply to whichever Subcontractor is appointed,
and no adjustment of the rates and prices, on this account,
will be permitted.
15.6 The Bidder shall be responsible for ensuring that any Sub
contractor proposed complies with the requirements of
Section 2 and Section 6.

16.1 To establish Bidder’s eligibility and eligibility of Plants and


16. Documents
Installation Services/ Works in accordance with ITB 3 and
Establishing the
Section 2, Eligibility Requirements, Bidders shall complete the
Eligibility and
Letter of Bid–Technical Part, and other forms included in
Qualifications of
the Bidder and Section 4 - Bidding Forms - Technical Part of the Bid.
Eligibility of Plant 16.2 The documentary evidence of the Bidder’s eligibility and
and Installlation qualifications, and eligibility of Plant and Installation
Services, to be furnished as per Section 4 - Bidding Forms -
Part 1 - Bidding Procedures and Requirements 37

Services Technical Part of the Bid, for the Bidder to be considered for
award of the Contract, shall establish to the Employer’s
satisfaction that the Bidder meets each of the Eligibility and
Qualification Requirements and establishes eligilibility of
Plant and Installation Services/ Works, specified in ITB 3 and
Section 2.

17.1 Bids shall remain valid until the date specified in the BDS or
17. Period of
any extended date if amended by the Employer in accordance
Validity of Bids
with ITB 7. The Bid Validity period starts from the Bid
submission deadline (as prescribed by the Employer in
accordance with ITB 21.1).A Bid that is not valid until the
date specified in the BDS, or any extended date if amended by
the Employer in accordance with ITB 7, shall be rejected by
the Employer as nonresponsive.
17.2 In exceptional circumstances, prior to the expiry of the
Bid validity, the Employer may request Bidders to extend
the period of validity of their Bids. The request and the
responses shall be made in writing. If a Bid Security is
requested (in accordance with ITB 18), it shall also be
extended for a corresponding period. A Bidder may
refuse the request without forfeiting its Bid Security. A
Bidder granting the request shall not be required or
permitted to modify its Bid, except as provided in this
ITB 17.2.

18.1 Unless otherwise the provision for submission of Bid


18. Bid Security/ Securing Declaration is specified in the BDS, the Bidder
Bid Securing shall furnish as part of the Technical part of its Bid, a Bid
Declaration security in original form, and in the amount specified in the
BDS.
18.2 If a Bid Security is specified pursuant to ITB 18.1, the Bid
Security shall be a demand guarantee, and in any of the
following forms at the Bidder’s option:
(a) an unconditional guarantee issued by a nationalized/
scheduled commercial bank located in India;
(b) a cashier’s or certified check or demand draft from a
Nationalized/ Scheduled commercial bank located in
India; or
(c) another form security, if specified in the BDS.
In the case of a bank guarantee, the Bid security shall be
submitted using the Bid Security Form included in
Part 1 - Bidding Procedures and Requirements 38

Section 4, Bidding Forms - Technical Part of the Bid. The


form must include the complete name of the Bidder. The
Bid Security shall be valid for ninety (90) days beyond
the original validity period of the Bid, or beyond any
period of extension if requested under ITB 17.2.
18.3 If a Bid Security is specified pursuant to ITB 18.1, any
Bid not accompanied by a substantially responsive Bid
Security shall be rejected by the Employer as non-
responsive.

18.4 If a Bid Security is specified pursuant to ITB 18.1, the Bid


Security of unsuccessful Bidders shall be returned as
promptly as possible upon the successful bidder’s signing
the contract and furnishing the Performance Security
pursuant to ITB 43 and ITB 45.

18.5 The Bid Security of the successful bidder shall be returned


as promptly as possible once the successful bidder has
signed the Contract and furnished the required
Performance Security.

18.6 The Bid Security may be forfeited or action may be taken


as per the Bid Securing Declaration:
(a) if a Bidder withdraws/modifies/substitutes its Bid
during the period of Bid validity specified by the
Bidder in the Letter of Bid - Technical Part, or any
extension thereto provided by the Bidder; orif the
Bidder does not accept the correction of its Bid
Price pursuant to ITB 33; or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB 43;
or
(ii) furnish a performance security in accordance
with ITB 44.
18.7 The Bid Security or the Bid-Securing Declaration of a JV
shall be in the name of the JVthat submits the Bid.

18.8 If a Bid Security is not specified pursuant to ITB 18.1 and


Bid Securing Declaration is specified: and
(a) if a Bidder withdraws its Bid during the period of
Bid validity specified by the Bidder on the Letter of
Bid Form, except as provided in ITB 17.2; or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB 43;
or
Part 1 - Bidding Procedures and Requirements 39

(ii) furnish a Performance Security in accordance


with ITB 44;
the Employer may, declare the Bidder disqualified to be
awarded a contract by the Employer for a period of time
as stated in the BDS.

19.1 The Bidder shall prepare the Bid, in accordance with ITB
19. Format and
10.
Signing of Bid
19.2 Biddersshallmarkas“CONFIDENTIAL”informationintheirBidsw
hichisconfidentialtotheirbusiness.Thismayincludeproprietaryin
formation,tradesecrets,orcommercialorfinanciallysensitiveinfor
mation.
19.3 The Bid shall be signed by a person or persons duly
authorized to sign on behalf of the Bidder. This authorization
shall be in the form of the document as specified in BDS and
shall be submitted/ uploaded along with the Bid as per ITB
11.
19.4 In the case that the Bidder is a JV, the Bid shall be signed
by an authorized representative of the JV on behalf of the
JV, and so as to be legally binding on all the members as
evidenced by a power of attorney signed by their legally
authorized representatives, which shall be submitted/
uploaded along with the Bid as per ITB 11.
19.5 Corrections, if any, can be carried out by editing the
information before electronic submission on e-procurement
portal.

D. SubmissionofBids
20.1 Bids, both Technical and Financial Parts, shall be submitted
20. Submission of online on the e-procurement system specified in ITB 6.1.
Bids Detailed guidelines for viewing bids and submission of
online bids are as per ITB 6.1 and the website referred
therein. A prospective bidder can submit its bid online only
for which the bidder (in case of JV, the authorised
representative of the JV as per ITB 19.4) is required to have
enrolment/registration and should have valid Digital
Signature Certificate (DSC) as specified in ITB 6.1 in
BDS.The Bidder should go through them carefully and
submit its bid, along with the specified documents failing
which the bid is liable to be rejected.

20.2 The completed Bid comprising of documents indicated in


ITB 10, should be uploaded on the e-procurement portal
Part 1 - Bidding Procedures and Requirements 40

along with scanned copies of requisite certificates/


documents as are mentioned in different sections in the
bidding document.Further, ifso specified in ITB 11.3, the
Bidders shall ensure submission of hard copy of documents
as mentioned therein.
20.3 All the uploaded documents are required to be signed
digitally by the bidder.
20.4 Physical, e-mail, Telex, Cable or Facsimile bids will be
rejected as non-responsive.

21.1 Bids must be uploaded online, and if so specified in ITB


21. Deadline for
11.3, the hard copy of specified documents must be delivered
Submission of
at the address mentioned therein, no later than the deadline
Bids
for submission of Bids i.e. the date and time specified in the
BDS.
21.2 The Employer may, at its discretion, extend the deadline
for the submission of Bids by amending the bidding
document in accordance with ITB 7, in which case all rights
and obligations of the Employer and Bidders previously
subject to the dead line shall thereafter be subject to the
deadline as extended.

22.1 The electronic bidding system would not allow any late
22. Late Bids
submission of bids after due date & time as per server time.

23.1 Bidders may modify their bids by using the appropriate


23. Withdrawal,
option for bid modification on e-procurement portal, before the
Substitution,
deadline for submission of bids. For this the bidder need not
and
make any additional payment towards the cost of bid
Modification of
document, if applicable. For bid modification and
Bids
consequential re-submission, the bidder is not required to
withdraw his bid submitted earlier. The last modified bid
submitted by the bidder within the bid submission time shall
be considered as the Bid. For this purpose,
modification/withdrawal by other means will not be accepted.
In online system of bid submission, the modification and
consequential re-submission of bids is allowed any number of
times. A bidder may withdraw his bid by using the appropriate
option for bid withdrawal, before the deadline for submission
of bids, however, if the bid is withdrawn, re-submission of the
bid is allowed only upto the deadline for submission of bids as
specified in ITB 21.
23.2 Bids requested to be withdrawn in accordance with ITB 23.1
shall not be opened.
Part 1 - Bidding Procedures and Requirements 41

23.3 No Bid may be withdrawn, substituted, or modified in the


interval between the deadline for submission of Bids and the
expiration of the period of Bid validity specified by the
Bidder on the Letter of Bid (Technical Part), or any
extension thereof. This will result in the forfeiture of the Bid
Security or be sufficient ground for action by Employer against
the bidder under the Bid Securing Declaration, as may be
applicable pursuant to ITB 18.

E. Public Opening of Technical Parts of Bids


24.1 The Employer shall, at the Bid opening, publicly open online
24. Public Opening
the Technical Parts of all Bids, except as in the cases specified
of Technical
in ITB 22 and ITB 23.2, received by the deadline of bid
Parts of Bids
submissions as specified in ITB 21, at the date, time and place
specified in the BDS in the presence of Bidders’ designated
representatives who choose to attend, and this could also be
viewed by the bidders online. The Financial Parts of the bids
shall remain unopened in the e-procurement system, until the
subsequent public opening, following the evaluation of the
Technical Parts of the Bids.Bidder’s names, and such other
details as the Employer may consider appropriate will be
notifiedby the Employer at the time of bid opening.
24.2 Only Technical Parts of Bids that are opened at Bid opening
of Technical Parts shall be considered further for evaluation.
24.3 At the Bid opening the Employer shall neither discuss the
merits of any Bid nor reject any Bid (except the cases, in
accordance with ITB 22 and ITB 23.2).
24.4 The Employer shall prepare a record of the Bid opening, that
shall include, as a minimum:
(a) the name of the Bidder; and
(b) the presence or absence of a Bid Security or a Bid-
Securing Declaration.
24.5 The Bidders’ representatives who are present shall be
requested to sign the record. The omission of a Bidder’s
signature on the record shall not invalidate the contents and
effect of the record. A copy of the record shall be distributed
to all Bidders.

F. Evaluation of Bids-GeneralProvisions
25.1 Information relating to the evaluation of Bids and
25. Confidentiality
recommendation of contract award, shall not be disclosed to
Part 1 - Bidding Procedures and Requirements 42

Bidders, or any other persons not officially concerned with


the Bidding process.
25.2 Any effort by a B idder to influence the Employer in the
evaluation or contract award decisions may result in the
rejection of its Bid.
25.3 Not with standing ITB 25.1, from the time of Bid opening
to the time of Contract Award, if any Bidder wishes to
contact the Employer on any matter related to the Bidding
process, it should do so in writing.

26.1 To assist in the examination, evaluation, comparison of the


26. Clarification of
Bids, and eligibility or qualification of the Bidders, the
Bids
Employer may, at its discretion, ask any Bidder for a
clarification of its Bid and /or seek information related to
historical data/ documents pertaining to credentials of the
Bidders and the Bids, that the Employer may require. Any
clarification submitted by a Bidder in respect to its Bid and
that is not in response to a request by the Employer shall not
be considered. The Employer’s request for clarification and
the responses hall be in writing. No change, including any
voluntary increase or decrease, in the prices or substance of
the Bid shall be sought, offered, orpermitted.
26.2 If a Bidder does not provide clarifications of its Bid or data
/ documents sought, by the date and time set in the
Employer’s request for clarification/ data/ document, its Bid
may be rejected.

27.1 During the evaluation of Bids, the following definitions


27. Deviations,
Reservations, apply:
and Omissions (a) “Deviation” is a departure from the requirements
specified in the bidding document;
(b) “Reservation” is the setting of limiting conditions or
with holding from complete acceptance of the
requirements specified in the bidding document; and
(c) “Omission” is the failure to submit part or all of the
information or documentation requiredinthebidding
document.

28.1 Provided that a Bid is substantially responsive, the


28. Non material
Employer may waive any non conformities in the Bid,
Non
which do not constitute a material deviation, reservation or
conformities,
Errors and omission.
Omissions 28.2 Provided that a Bid is substantially responsive, the
Employer may request that the Bidder submit the
Part 1 - Bidding Procedures and Requirements 43

necessary information or documentation, with in a


reasonable period of time, to rectify non material non
conformities or omissions in the Bid related to
documentation requirements. Requesting information or
documentation on such nonconformities and /or omissions
shall not be related to any aspect of the price of the Bid.
Failure of the Bidder to comply with the request may
result in the rejection of its Bid.
28.3 Provided that a Bid is substantially responsive, the
Employer shall rectify quantifiable non material non
conformities related to the Bid Price. To this effect, the Bid
Price shall be adjusted, for comparison purposes only, to
reflect the price of a missing or non-conforming item or
component in the manner specified in BDS.

G. Evaluation of Technical Parts of Bids


29.1 In evaluating the Technical Parts of each Bid, the
29. Evaluation of
Employer shall use therequirements, criteria and
Technical Parts
methodologies mentioned and specified in Section 2,
Section 3 and Section 6.
29.2 The Employer shall, interalia, carry out the Technical
Evaluation as per ITB 29.3, and determine to its
satisfaction:
(a) whether the Bidders comply with the Eligibility
Requirements, have offered eligible Plant and Installation
Services in their Bids, as specified in ITB 3 and Section
2;
(b) whether the Bidders meet the Qualification Requirement
as specified in ITB 3 and Section 2.(The determination
shall be based upon an examination of the documentary
evidence of the Bidder’s qualifications submitted by the
Bidder, pursuant to ITB 16 read in conjunction with ITB
26. The determination shall not take into consideration
the qualifications of other firms such as the Bidder’s
subsidiaries, parent entities, affiliates,
subContractor/Bidders (other than specialized
subContractor/Bidders if permitted in the bidding
document), or any other firm different from the Bidder
that submitted the Bid except if provided in the specified
Qualification Requirement itself.); and
(c) whether the Bids submitted by the Bidders complying
with the requirements specified in (a),and (b) above have
Part 1 - Bidding Procedures and Requirements 44

been determined to be substantially responsive to the


RFB/bidding document,as per ITB 30.
29.3 Technical Evaluation. The Employer will carry out a
detailed technical evaluation of the Bids not previously
rejected to determine whether the technical aspects are in
compliance with the bidding document. The Bid that does not
meet minimum acceptable standards of completeness,
consistency and detail, and the specified minimum (or
maximum, as the case may be) requirements for specified
functional guarantees, will be rejected for non-responsiveness.
In order to reach its determination, the Employer will examine
and compare the technical aspects of the Bids on the basis of
the information supplied by the Bidders, taking into account
the following:
(a) overall completeness and compliance with the
Employer’s Requirements; conformity of the Plant
and Installation Services offered with specified
performance criteria, including conformity with the
specified minimum (or maximum, as the case may
be) requirement corresponding to each functional
guarantee, as indicated in Section 2 and / or Section
6; suitability of the Plant and Installation Services
offered in relation to the environmental and climatic
conditions prevailing at the site; and quality,
function and operation of any process control
concept included in the Bid;
(b) type, quantity and long-term availability of
mandatory and recommended spare parts and
maintenance services; and
(c) other relevant factors, if any, listed in the RFB/
bidding document.
29.4 At this stage, a Bid shall be rejected if the determination on
any one of the aspects listed in ITB 29.2 (a), (b) and (c)
above, is not in the affirmative. All other Bids shall be
considered for further evaluation.

30.1 The Employer’s determination of a Bid’s responsiveness is


30. Determination
to be based on the contents of the Bid itself, as defined in
of
ITB 10 read in conjunction with ITB 26 and submitted as
Responsiveness
per ITB 11.
30.2 A substantially responsive Bid is one that meets the
requirements of the bidding document without material
deviation, reservation, or omission. A material deviation,
Part 1 - Bidding Procedures and Requirements 45

reservation, or omission is one that:


(a) If accepted,would:
(i) Affect in any substantial way the scope,quality,
or performance of the Works specified in the
Contract; or
(ii) Limit in any substantial way, in consistent with
the bidding document, the Employer’s rights or
the Bidder’s obligations under the Contract; or
(b) If rectified, would unfairly affect the competitive
position of other Bidders presenting substantially
responsive Bids.
30.3 The Employer shall examine the technical aspects of the
Bids, in particular, to confirm that all requirements of
Section 6, Employer’s Requirement have been met without
any material deviation or reservation, oromission.
30.4 If a Bid is not substantially responsive to the
requirements of bidding document, it shall be rejected by
the Employer and may not subsequently be made
responsive by correction of the material deviation,
reservation, oromission.

H. Public Opening of Financial Parts of Bids


31.1 Following the completion of the evaluation of the
31. Public Opening
Technical Parts of the Bids, the Employer shall notify in
of Financial
writing those Bidders whose Bids were considered non-
Parts
responsive to the bidding document / RFB Document or failed
to meet the Eligibility Requirements or Qualification
Requirement or any other specified requirement, advising
them of the following information:
(a) the grounds on which their Technical Part of Bid failed
to meet the requirements of the bidding document; and
(b) Financial Part of their Bid will not be opened.
31.2 The Employer shall, simultaneously, notify in writing those
Bidders whose Technical Parts have been evaluated as
substantially responsive to the bidding document and met
the Eligibility Requirement, Qualification Requirement and
other specified requirement, advising them of the following
information:
(a) Their Bid has been evaluated as substantially responsive
to the requirements of bidding document and the
specified requirements;
Part 1 - Bidding Procedures and Requirements 46

(b) Financial Part of their Bid will be opened online at the


public opening of the Financial Parts; and
(c) Notify them of the date, time and location of the second
public opening of the Financial Parts of bid, and the
address thereof. In the event of the specified date of bid
opening being declared a holiday for the Employer, the
bids will be opened at the appointed time and location
on the next working day.
31.3 All efforts may be made to have the opening date that
should allow Bidders sufficient time to make arrangements
for attending the opening if they so choose, however as the
opening is in online mode and bidder’s get due notification
of bid opening and can witness the opening online, the date
of opening may be set accordingly based on Employer’s
requirements. The Financial Part of the Bids shall be
opened publicly in the presence of Bidders’ designated
representatives who chooses to attend, and this could also
be viewed by the bidders online. The bidder’s names, the
Bid prices, the total amount of each bid, and such other
details as the Employer may consider appropriate, will be
announced by the Employer at the time of bid opening.
31.4 The Employer shall prepare a record of the Bid opening, that
shall include, as a minimum:
(c) the name of the Bidder; and
(d) the Bid price, for the package, including any
discounts
31.5 Only Financial Parts of Bids that are opened at Bid opening
shall be considered for further evaluation.

I. EvaluationofFinancialPartsofBids
32.1 To evaluate the Financial Part of each Bid, the Employer
32. Evaluation of
shall consider the following:
Financial Parts
(a) Bid price, as quoted in accordance with ITB 13.5;
(b) price adjustment for correction of arithmetic errors
in accordance with ITB 33;
(c) price adjustment due to discounts offered in
accordance with ITB 13.9;
(d) price adjustment due to quantifiable nonmaterial
nonconformities in accordance with ITB 28.3;
(e) GST, quoted separately as per ITB 13.12, adjusted
Part 1 - Bidding Procedures and Requirements 47

for correction of arithmetic errorsin accordance with


ITB 33, shall be considered for arriving at the
evaluated Bid cost/ price and comparison of Bids,
except if otherwise specified in BDS.
(f) the additional evaluation factors if specified in BDS
and/ or Section 6.
32.2 If price adjustment is allowed in accordance with ITB 13.6,
the estimated effect of the price adjustment provisions of the
Conditions of Contract, applied over the period of execution
of the Contract, shall not be taken into account in Bid
evaluation.
32.3 The Employer’s evaluation of a Bid may require the
consideration of other factors if specified in BDS, in
addition to the Bid price quoted, in accordance with ITB
33.1 (e).

33.1 The e-procurement system automatically calculates the total


33. Correction of
amount from unit rates and quantities, and the system also
Arithmetical
automatically populates the amount in words from the amount
Errors
in figures, and therefore there is no scope of discrepancy and
need for arithmetic correction. However there would be a
manual recalculation and in the case of discrepancy between
system generated and manual prices, the manually calculated
prices shall prevail.
33.2 Any bid which is found to have tampered or modified the
electronic logic of the e- procurement system for calculating
the total amount from unit rates and quantities, and / or in
populating the amount in words from the amount in figures, is
liable to be rejected and the case shall be dealt against the
bidder under the Integrity Pact and conditions of the RFB /
bidding documents including those regarding fraud etc.

34.1 The Employer shall compare the evaluated price/costs of


34. Comparison of
all substantially responsive Bids, to determine the Bid that
Financial Parts
has the lowest evaluated cost/ price.

35.1 Purchase Preference shall apply for award of contract if so


35. Preference
specified in the BDS, as per the guidelines, instruction and
methodology indicated therein.

36.1 An Abnormally Low Bid is one where the Bid price, in


36. Abnormally
combination with other elements of the Bid, appears so low
Low Bids
that it raises material concerns with the Employer as to the
capability of the Bidder to perform the Contract for the
offered Bid Price.
Part 1 - Bidding Procedures and Requirements 48

36.2 In the event of identification of a potentially Abnormally


Low Bid, the Employer, unless otherwise specified in BDS,
may seek written clarification from the Bidder, including a
detailed price analyses of its Bid price in relation to the
subject matter of the contract, scope, delivery schedule,
allocation of risks and responsibilities and any other
requirements of the bidding document.
36.3 After evaluation of the price analyses, in the event that the
Employer determines that the Bidder has failed to
demonstrate its capability to perform the contract for the
offered Bid price, the Employer shall reject the Bid.

37.1The Bid that is evaluated as the lowest evaluated cost/price,


37. Unbalanced or
shall be considered by the Employer as unbalanced or front
Front Loaded
loaded, if the quoted price of supply portion exceeds the
Bids
percentage specified in BDSof the total quoted Bid price,
after evaluation and excluding GST. In such a case, The
bidder shall be required to furnish an additional
performance security pursuant to ITB 44.1

38.1 Having compared the evaluated cost/price of Bids as per


38. Most
ITB 34, and applying the provisions of ITB 35, the
Advantageous
Employer shall determine the Most Advantageous Bid
Bid
(alternatively referred to as L1 Bid). The Most
Advantageous Bid is the Bid of the Bidder (also referred to
as the successful bidder) who meets the the specified
requirements as per Section 2 and Section 3, and whose
Bid has been determined to have the lowest evaluated
price/cost subject to ITB 35.
38.2The capabilities of the manufacturers and subcontractors
proposed in its Bid to be used by the Bidder with the Most
Advantageous Bid for identified major items of supply or
services may also be evaluated for acceptability in
accordance with Section 2 / Section 6. Their participation
should be confirmed with a letter of intent between the
parties, as needed. Should a manufacturer or subcontractor
be determined to be unacceptable, the Bid will not be
rejected, but the Bidder will be required to substitute an
acceptable manufacturer or subcontractor without any
change to the Bid price. Prior to signing the Contract, the
corresponding Appendix to the Contract Agreement shall
be completed, listing the approved manufacturers or
subcontractors for each item concerned.
Part 1 - Bidding Procedures and Requirements 49

38.3Price Negotiation - Usually, there shall be no price


negotiations. However, in case the Employer identifies
exceptional reasons due to which negotiation is required,
the Employer reserves its right to negotiate with the lowest
acceptable bidder (L-1).

39.1 The Employer reserves the right to accept or reject any


39. Employer’s
Bid, and to annul the Bidding process and reject all Bids at
Right to Accept
any time prior to Contract Award, without thereby
Any Bid, and to
incurring any liability to Bidders. In case of annulment, all
Reject Any or
Bids submitted and specifically, Bid securities, if applicable as
All Bids
per ITB 18 and submitted, shall be promptly returned to the
Bidders.

J. Award of Contract
40.1The Employer shall award the Contract to the successful
40. Award Criteria
Bidder. This is the Bidder whose Bid has been determined
to be the Most Advantageous Bid as specified in ITB 38.
40.2 The mode of contracting with the successful bidder will be
as indicated below:
40.2.1 The award shall be made as follows:
(i) Contract Part I:for Supply of Plant on FOR (final
place of destination Site/ Project Site) basis.
(ii) Contract Part II: for Supply of Installation
Services{excluding the incidental services included in (i)
above}
40.3 Both the parts of the Contract will contain a cross fall
breach clause specifying that breach of one will constitute
breach of the other.

41.1 At the time the Contract is awarded, the Employer reserves


41. Employer’s
the right to invite the Bidder whose Bid is determined to be
Right to make
the Most Advantageous Bid as per ITB 38, for discussions
minor
if any minor adjustments in the Contract are required,
adjustments at
without any substantial change in the terms and conditions
the time of
of the bidding document.
Award

42.1 Prior to the date of expiry of the Bid validity, the Employer
42. Notification of
shall notify the successful Bidder, in writing, that its Bid has
Award
been accepted. The Notification of Award (hereinafter and in
the Contract Forms also called the “Letter of Acceptance”)
shall specify the sum that the Employer will pay the
Contractor in consideration of the execution of the Contract
Part 1 - Bidding Procedures and Requirements 50

(hereinafter and in the Conditions of Contract and Contract


Forms called “the Contract Price”).
42.2 Until a formal Contract is prepared and executed, the Letter
of Acceptance/ Notification of Award shall constitute
formation of a binding Contract.

43.1 Promptly upon issue of Letter of Acceptance/ Notification


43. Signing of
of Award, the Employer shall prepare the Contract
Contract
Agreement, and keep it ready in the office of the Employer
for the signature of the Employer and the successful
Bidder, within twenty-one (21) days following the date of
Letter of Acceptance. The Contract Agreement shall
incorporate all agreements including L2 schedule between
the Employer and the successful Bidder. L-2 schedule
should be submitted, discussed, amended (if so required)
within overall L-1 schedule and accepted by owner before
signing of contract agreement. Also, CPG should be
submitted, verified from issuing bank legally vetted and
approved before signing of contract agreement.
43.2Within twenty-one (21) days of receipt of Letter of
Acceptance, the successful Bidder shall (a) furnish the
performance security in accordance with ITB Clause 44; and
(b) shall sign, date and return the Agreement to the Employer
along with the documents stated at (a) above.

44.1 Within twenty-one (21) days of the receipt of the Letter of


44. Performance
Acceptance/ Notification of Award from the Employer, the
Security
successful Bidder shall furnish the Performance Security&
Additional performance security (if applicable), in Indian
Rupees, in accordance with the GCC and in the amount,
form and details specified in the BDS, further subject to
ITB 37.
44.2 Failure of the successful Bidder to submit the above-
mentioned Performance Security& Additional
performance security (if applicable) or sign the Contract
shall constitute sufficient grounds for the annulment of the
award and forfeiture of the Bid Security or be sufficient
ground for action by the Employer against the bidder under
the Bid Securing Declaration, as may be applicable as per
ITB 18.

45.1 The Employer named in the Bidding Documents intends to


45. Source of Funds
use the capital subsidy {60% (90% in case of special
category states) of cost of the infrastructures in the project}
under Revamped Reforms-based and Results-linked,
Distribution Sector Scheme (RDSS), a Government of India
Part 1 - Bidding Procedures and Requirements 51

flagship program for bringing down the costs and improve


the efficiency of supply of the electricity in the states, 40%
(10% in case of special category states) to be arranged by
the State Government/ Employer through loans from
REC/PFC/or other FIs/own resources. However, the
payment as per the contract payment terms will be released
timely by the Employer, without any linkage to
disbursement of the funds under RDSS scheme.

46.1 If required by the Employer, the Contractor may be


46. Dedicated bank
required to create a dedicated bank account for usage of the
account of
funds under the project, the Contractor may be required to
Contractor
provide the details of the transactions under this account to
the Employer at the time of key milestones as defined by
the Employer.
Part 1 - Bidding Procedures and Requirements 52

I. Bid Data Sheet (BDS)


The following specific data for the Plant and Installation Services/ Works to be procured
shall complement, supplement, and/ or amend the provisions in the Instructions to Bidders
(ITB).Whenever there is a conflict, the provisions here in shall prevail over those in ITB.

ITB A. General
Reference

ITB 1.1 The reference number of the Notice Inviting Tenders (NIT/Request for
Bids (RFB) is : NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668
The Employer is Uttar Haryana Bijli Vitran Nigam Limited
The name and identification of the Package B under this RFB is:
Development of Distribution Infrastructure at Division Kaithal
(Package-B) of Kaithal District of Haryana under the Revamped
Reforms-based and Results-linked, Distribution Sector Scheme.

ITB 1.2 (c) Uttar Haryana Bijli Vitran Nigam Limited (UHBVNL), a Govt. of
Haryana undertaking undertakes the Power Distribution and Retail
Supply Business in the Northern Parts of Haryana. UHBVNL is
registered under the Companies Act-1956 and has commenced its
operations on dated July, 1999. UHBVNL inherited the distribution
business of erstwhile Haryana state Electricity Board in pursuance to
second transfer scheme notified by the Govt. of Haryana on July 1,
1999.The following districts of the State of Haryana lie under the
jurisdiction area of UHBVNL:
Panchkula, Ambala, YamunaNagar, Kurukshetra, Kaithal, Karnal,
Rohtak, Sonipat, Panipat and Jhajjar.

ITB 1.2 (m) Bidding/ Bids by/ from Joint Venture (JV) is “permitted”.

In case Bidding/ Bids by/ from Joint Venture is permitted, the number of
members/ partners of the JV shall not exceed 03 (three)

B. Contents of Bidding Document

ITB 6.1 Bidding against RFB shall be conducted through/ with Electronic –
Procurement (e- Procurement/ e- Tendering) System.
https://etenders.hry.nic.in & https://www.uhbvn.org.in
The electronic-procurement system shall be used to manage the following
part of the bidding process under the RFB:
Issuing RFB/ Bidding document,amendments/ corrigendum/
Part 1 - Bidding Procedures and Requirements 53

addendums/ clarifications, etc.,submissions of bids, opening of Bids,


etc.

To aid and facilitate the Bidderss on e-Procurement/ e-Tendering process a


detailed manual on the same titled Bidder Help Manual for e-
Bidding has been provided annexed to the Bid Data Sheet as Annexure
I (BDS). The same may be utilized by the Bidders.

ITB 6.2 A Bidder requiring any clarification of the bidding document may notify
the Employer online through the electronic bidding system if provisioned/
permitted or through e-mail at the following e-mail address:
cepdc@uhbvn.org.in
Requests for clarification should be received by the Employer no later
than: 10 days from date of issue of NIT/RFB: NIT no. 328/P&D/2022-
23/Package-B/Bid No. B-668

ITB 6.5 A Pre-Bid meeting shall take place at the following date, time and place:
Date: --
Time: --
Place: --

ITB 7.1 The addendum/ corrigendum/ amendment will appear on the e-


procurement system specified in ITB 6.1 and email notification is also
automatically sent through the system to those bidders who have started
working on this procurement.

C. Preparation of Bids

ITB 10.2.8 The Bidder shall submit the following additional documents in Technical
Part of its Bid:
(i) Integrity Pact, prepared using the relevant form furnished in
Section 4 - Bidding Forms - Technical Part of the Bid;
(ii) Self certified copy of the document to establish legal status of the
firm viz. Certificate of Incorporation issued under The Companies
Act / The Limited Liability Partnership Act / Partnership deed etc.
as applicable;
(iii) Self certified copy of PAN;
(iv) Self certified copy of GST Registration;
(v) Self certified copy in support of MSME, if applicable.

ITB 10.3.3 The Bidder shall submit the following additional documents in its
Financial Part of its Bid: NA

ITB 11 Note for Bidders: Bidders have to submit the bids on the e-procurement
Part 1 - Bidding Procedures and Requirements 54

portal along with the relevant required documents. For this purpose, the
bidders shall fill up online, the forms that are available for online filling on
the e-portal. The rest of the forms shall be download by the bidders and
filled up. The filled up pages shall then be scanned and uploaded on the e-
procurement portal along with the scanned copies of the supporting
documents. The bid shall be digitally signed.

ITB 11.3 The bidders are required to submit hard copy of the documents listed
below, in orginal, along with the Technical Part of their Bid:

1)Tender Documents
2)Technical Specifications
3)PQR documents as per Tender documents

For submission of original documents, the Employer’s address is:

Chief Engineer/ PD&C, UHBVN, Panchkula


Uttar Haryana Bijli Vitran Nigam Limited
IP 3and 4,Sector-14, Panchkula, Haryana
E-mail-cepdc@uhbvn.org.in
Website:www.uhbvn.org.in
Country: INDIA
ITB 13.1 The following components/ parts of the Plant and Installation Services will
be provided under the responsibility of the Employer: NA

ITB 13.5.1(i), Final Destination for execution of Installation of works is at various


ITB 13.5.2(i) locations of Kaithal District in Division Kaithal.

ITB 13.6 The prices quoted by the Bidder shall be subject to adjustment during the
performance of the Contract.
The adjustment of contract price, if provided, will be done in accordance
with Appendix to Contract Form.

ITB 13.11 GST applicable in India, on the Plant and Installation Services provided/
supplied by the Contractor to the Employer under the Contract shall be
paid/ reimbursed by Employer against requisite documents, at actuals.

ITB 17.1 The Bid shall remain valid until upto 180 days from the last date of online
submission of the bid.

ITB 18.1 Bid Security Declaration is required to be submitted with the Technical
Part of the Bid as per ITB 10.2.2 and, if specified therein, as per ITB 11.3.
The amount of the Bid Security shall be the amount equal to 2% of tender
Part 1 - Bidding Procedures and Requirements 55

value or Rs 5 (five) crore, whichever is lower.

ITB 18.2 (c) Other forms of acceptable Bid securities:


Performance Bank Guarantee.

ITB 18.8 If the Bidder performs any of the actions prescribed in ITB 18.8 (a) or (b),
the Employer will declare the Bidder ineligible to be awarded a contract by
the Employer for a period of Three(3) years.

ITB 19.3 The written confirmation of authorization to sign on behalf of the Bidder
shall consist of: Legally valid Power of Attorney demonstrating the
authority of the signatory to sign the Bid.

D. Submission of Bids

ITB 21.1 The Deadline for Submission of Bids by uploading on e- Procurement


system specified in ITB 6.1 and ITB 11 including submission of original
documents in hard copy if any specified in ITB 11.3, is:
Date:20/01/ 2023
Time: 15:00 Hours (IST)

E. Public Opening of Technical Parts of Bids

ITB 24.1 The online opening of Technical Part of Bids, shall take place at:
Chief Engineer/ PD&C, UHBVN, Panchkula
Uttar Haryana Bijli Vitran Nigam Limited
IP 3 and 4, Sector-14, Panchkula, Haryana
E-mail-cepdc@uhbvn.org.in
Website:www.uhbvn.org.in
Country: INDIA

Date: 21/02/20223
Time: 15:00 Hours (IST)
In the event of the specified date of bid opening being declared a holiday
for the Employer, the bids will be opened at the appointed time and
location on the next working day.

F.Evaluation of Bids - General Provisions


ITB 28.3 Bidders quoting in more than one package of ONE NIT/Bid for one(01)
no. District are required to submit online e-tenders separately for each
Part 1 - Bidding Procedures and Requirements 56

Package Bnd EMDs shall be separate for each package of bid as clearly
mentioned in the tender documents.

The Bidder shall submit FORM-22 (compulsory) indicating their


preference for applying in multiple packages under one NIT/Bid for one
District.

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

Unit Rate of Supply allowable = Estimated unit rate of Supply X (Total


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

In case any additional equipment/ material not incorporated in the original


BOM is required for completion of the works as per site conditions,
payment of the same shall be regulated as per above formula and the
estimated unit rates/ erection shall be taken as per the rate list applicable /
applied while preparing the original BOM after having approval of WTDs.

I. Evaluation of Financial Part of Bids

ITB 32.1 (e) [GST, quoted separately as per ITB 13.12, shallbe considered for arriving
at the evaluated Bid cost/ price and comparison of Bids.]

ITB 32.1(f) The Employer’s evaluation of a Bid shall also require the consideration
of factors listed herein below. Wherever specified, the adjustments shall
be determined using the criteria and methodologymentined in Section 6.
Employer’s Requirement:
(a) Time for Completion: The Plant and Installation Servicesspecified
inEmployer’s Requirement are required to be supplied / provided
within the specified Time for Completion. No credit will be given if
provided/ supplied before the specified date or period, and Bids
offering supply/ completion after the final date/ specified period shall
be treated as nonresponsive;
(b) Deviation in payment schedule/ terms and conditions of payment:
Bidders shall state their Bid price for the payment schedule outlined in
the Conditions of Contract. Bids shall be evaluated on the basis of this
base price. If a Bid deviates from the specified payment schedule/
Part 1 - Bidding Procedures and Requirements 57

terms and consitions of payment, it shall be treated as non-responsive;


(c) Life cycle costs: the projected operating and maintenance costs during
the life of the Plant, goods or equipment No
(d) Functional Guarantees of the Facilities No.

(e) Deleted
(f) Cost of withdrawal of deviations: [… if any, indicated/ quoted, in the
Technical Part of the Bid..] (as per Attachment 6 in Section 4)

ITB 35.1 Only Class -I suppliers are eligible for the bid
‘Class –I local supplier’ means a supplier or service provider , whose
goods , services or works offered for procurement, meets the minimum
local content as prescribed for ‘Class-I local supplier’. The local content
requirement to categorize a supplier as ‘Class-I local supplier’ is
minimum 50%.
Provisions related to Abnormally Low Bids do not apply.
ITB 36

ITB 37 The percentage is mentioned in ITB 44.1

J. Award of Contract

ITB 44.1 The Performance Security amount is 3% of Contract Price.


The Standard Form of Performance Security acceptable to the Employer
shall be as specified in Section 8. Contract Forms.
The Additional Performance Security amount is mentioned below:
Sr.No. Scenario Additional BG to
be submitted is
1 If Estimate Rate = Quoted Rate i.e. 10%
Rs.100
2 If Estimate Rate (Rs.100) & Quoted 10%
rate Rs.90
3 If Estimate Rate (Rs.100) & Quoted 15%
rate Rs.85
4 If Estimate Rate (Rs.100) & Quoted 24%
rate Rs.76
5 If the Quoted rate is below Rs.75 (Bid shall be rejected
However, if the circumstances allow the Nigam has right to
considered)

Annexure I (BDS)
Part 1 - Bidding Procedures and Requirements 58

Bidder Help Manual for E-Bidding

The Addendum/ Correigendum in connection with the subject cited tender will
be issued/uploaded through web portal only. Therefore bidders are requested to
visit the e-Procjurement System web portal https://etenders.hry.nic.in &
https://www.uhbvn.org.in regularly for such corrigendums / addendums or any
other e-tender related quaries.
Part 1 – Bidding Proceduresand Requirements 59

Section - 4 : Bidding Forms - Technical Part of the Bid

Form 1
Letter of Bid – Technical Part
(The Bidder must prepare the Letter of Bid on stationery with its letterhead clearly showing
the Bidder’s complete name and business address)

Date of this Bid submission: 20/02/2023 up to 15:00 Hours(IST)


NIT/RFB No.: NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668

Title of Procurement/ ContractDevelopment of Distribution Infrastructure at Division


Kaithal (Package-B) Kaithal District of Haryana under the Revamped Reforms-based
and Results-linked, Distribution Sector Scheme.

To: Chief Engineer/ PD&C,


UHBVN, Panchkula.
E-mail-cepdc@uhbvn.org.in

1.0 We, the undersigned Bidder, hereby submit our Bid, in two parts, namely:
(a) the Technical Part, and
(b) the Financial Part.

2.0 In submitting our Bid we make the following declarations:


(a) No reservations: We have examined and have no reservations to the bidding document
(ITB5), including addenda issued in accordance with Instructions to Bidders (ITB 7);
(b) Eligibility: We meet the eligibility requirements and have no conflict of interest in
accordance with ITB 3 and Section 3;
(c) Bid/Proposal-Securing Declaration: We havenot been suspended nor declared
ineligible by the Purchaser based on execution of a Bid Securing Declaration by the
Purchaser in accordance with ITB 10.2.2;
(d) Conformity: We offer to supply in conformity with the bidding document and in
accordance with the Delivery Schedules specified in the Schedule of Requirements the
all the Goods and Related Services as per the scope mentioned in Part 2, Section 6.;
(e) Bid Validity Period: Our Bid shall be valid for the period specified in BDS 17.1 (as
amended if applicable) from the date fixed for the deadline for submission of Bids
(specified in BDS 21.1 (as amended if applicable), and it shall remain binding upon us
and may be accepted at any time before the expiration of that period;
(f) Performance Security: If our Bid is accepted, we commit to obtain a performance
security in accordance with the bidding document;
Part 1 - Bidding Procedures and Requirements 60

(g) One Bid per Bidder: We are not submitting any other Bid(s) as an individual Bidder,
and meet the requirements of ITB 4.2;
(h) Suspension: We, along with any of our subcontractors, suppliers, consultants,
manufacturers, or service providers for any part of the contract, are not subject to, and
not controlled by any entity or individual that is subject to, a temporary suspension or a
blacklist as specified in Section 2, Clause 1.3. Further, we are not ineligible under the
Purchaser’s country laws or official regulations or pursuant to a decision of the United
Nations Security Council;
(i) Binding Contract: We understand that this Bid, together with your written acceptance
thereof included in your Letter of Acceptance, shall constitute a binding contract
between us, until a formal contract is prepared and executed;
(j) Not Bound to Accept: We understand that you are not bound to accept the lowest
evaluated cost/price Bid, the Most Advantageous Bid or any other Bid that you may
receive;
(k) Fraud and Corruption: We hereby certify that we have taken steps to ensure that no
person acting for us, or on our behalf, engages in any type of Fraud and Corruption;
(l) (applicable only if the bidder is a Joint Venture as per Section 2 of RFB/ bidding
document) We have bid as a Joint Venture as per Section 2 of RFB/ bidding document)
and in accordance with Clause 2.2.7 of Section 2 we declare and confirm thatall partners
of the joint venture shall be liable jointly and severally for the execution of the contract
in accordance with the contract terms;
(m) We submit appended herewith, as integral part of the Technical Part of our bid, the
details/ documents as listed in the table below in the Forms duly filled, as prescribed,
along with supporting documentary evidence as required/ specified. We understand and
confirm that we would be solely responsible for any errors or omissions in our Bid and
your decision in regard to sufficiency and/ or adequacy of the details/ documents
comprising our Bid for determining its completeness shall be final and binding.
Sr. Document Status (Submitted/ Not
Submitted/ Not
Applicable)
1. This Letter of Bid as per format prescribed in Form 1
given in Section 4 of RFB/ bidding document
2 Bidder Information as per the format prescribed in Form 2
given in Section 4of RFB/ bidding document
3 Bid Security or Bid Securing Declaration , as may be
specified in ITB 18 Section 3 of RFB/ bidding document,
in the form of specified in ITB . Bid Securing Declaration
in format prescribed in Form 3A given in Section 4, and
Bid Security in the form of Bank Guarantee in format
prescribed in Form 3B given in Section 4 of RFB/ bidding
document.
4. Power of Attorney by Lead Joint Venture Member/ Sole
Bidder authorizing an Individual Designated
Part 1 - Bidding Procedures and Requirements 61

Sr. Document Status (Submitted/ Not


Submitted/ Not
Applicable)
Representative for the Joint Venture Bidder/ Sole Bidder
as per the format prescribed in Form 4 given in Section 4
of RFB/ bidding document
5. Declaration of conformance of the Bidder and the
Facilities offered, to the specified eligibility requirement
specified in Section 2 and Section 3, as per the format
prescribed in Form 5 given in Section 4 of RFB/ bidding
document
6. Local Content Certificate for Class I Local Supplier, as
specified in Clause 1.5 of Section 2 of RFB/ bidding
document, Affidavit of Self certification as per the format
prescribed in Form 6 given in Section 4 of RFB/ bidding
document or by certificate (format not specified) of
Statutory Auditor, as may be applicable
7 Power of Attorney by each member/ partner of the Joint
Venture in favour of Lead member/ partner as per format
prescribed in Form 7 given in Section 4 of RFB/ bidding
document (applicable only for Joint Venture Bidder)
8A Joint Deed of Undertaking (JDU) signed by each member/
partner of the Joint Venture, as per format prescribed in
Form 8 given in Section 4 of RFB/ bidding document
(applicable only for Joint Venture Bidder)
8B Joint Venture Agreement entered into amongst all the
partners/ members of the Joint Venture in their own format
but without violating any of the requirements of the
bidding documents and necessarily including the
confirmation as specified in Clause 2.2.7 of Section 2 of
RFB/ bidding document (applicable only for Joint
Venture Bidder)
9 Details/ Data and documentary evidence in support of
meeting the Qualification Requirement specified in Section
2 of RFB/ bidding document, as per the format prescribed
in Form 9 given in Section 4 of RFB/ bidding document
10. The details of all major items of Plant and Installation
Services proposed to be subcontracted in case of award,
indicating name and nationality of the proposed
subcontractor/sub-vendor for each item, as per the format
prescribed in Form 10 given in Section 4 of RFB/ bidding
document.
as per the format prescribed in Form 1 given in Section 4
11. Form of Undertaking on Compliance of Terms &
Conditions of the RFB/ bidding document including
Part 1 - Bidding Procedures and Requirements 62

Sr. Document Status (Submitted/ Not


Submitted/ Not
Applicable)
Scope of Work and other related requirements, as per the
format prescribed in Form 11 given in Section 4 of RFB/
bidding document, subject to Sl No. 12 below of this table
12 Statement of Deviation from the requirements specified in
the RFB/ bidding documents including Conditions of
Contract, Employer’s Requirement/ Specification and
Drawings etc, including, inter alia, the cost of withdrawal
thereof, as per the format prescribed in Form 12 given in
Section 4 of RFB/ bidding document
13 Work Completion Schedule, as per the format prescribed
in Form 13 given in Section 4 of RFB/ bidding document
14 Guarantee Declaration, as per the format prescribed in
Form 14 given in Section 4 of RFB/ bidding document
15 Information regarding ex-employees of Employer in our
firm, as per the format prescribed in Form 15 given in
Section 4 of RFB/ bidding document
16 Filled up information regarding Price Adjustment Data,
as per the format prescribed in Form 16 given in Section
4 of RFB/ bidding document
17 Option for Interest bearing Initial Advance payment and
Information for E-payment, PF details and declaration
regarding Micro/Small & Medium Enterprises, as per the
format prescribed in Form 17 given in Section 4 of RFB/
bidding document
18 Declaration for tax exemptions, reductions, allowances or
benefits, as per the format prescribed in Form 18 given in
Section 4 of RFB/ bidding document
19 Bank Guarantee verification checklist, as per the format
prescribed in Form 19 given in Section 4 of RFB/ bidding
document
20 Additional Information, if any, as per the format
prescribed in Form 20 given in Section 4 of RFB/ bidding
document
21 Integrity Pact, duly signed on each page by the person
signing the bid, as per the format prescribed in Form 21
given in Section 4 of RFB/ bidding document

(n) We are also submitting herewith the Financial Part of our Bid, online separately, as per
the prescribed Forms given in Section 5 of RFB/ bidding document,complete in all
respects in electronic form only, as per the requirements of RFB/ bidding document.
Part 1 - Bidding Procedures and Requirements 63

We confirm that the same dies not contain any deviation, reservation or omission,
failing which it is liable to be rejected.

(o) Contact Person

Details of the contact person representing us supported by the Power of Attorney, as


prescribed, are furnished as under:

Name: ………………………………………………….
Designation: ………………………………………………….
Company: ………………………………………………….
Address: ………………………………………………….
Mobile: ………………………………………………….
Phone: ………………………………………………….
Fax: ………………………………………………….
Email: ………………………………………………….

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].

_________________________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
#
{For a joint venture, either all members shall sign or only the authorised signatory
as per ITB 19.4, in either case the power of attorney of the authorized bid signatory
(signatories) must be attached}
Part 1 - Bidding Procedures and Requirements 64

Form 2
(Appendix to Technical Part of the Bid)

Format for Bidder Information Sheet


[The Bidder shall fill in this Form in accordance with the instructions indicated below. No
alterations to its format shall be permitted and no substitutions shall be accepted.]

NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668


Package Name/ Contract Title: Development of Distribution Infrastructure at
Kaithal(Package B) of Kaithal District of Haryana under the Revamped Reforms-
based and Results-linked, Distribution Sector Scheme.

Page ________ of_ ______ pages

1. Bidder’s Legal Name

2. Legal Status of the Bidder


3. Bidder’s Country of Registration:

4. Bidder’s Year of Registration:

5. Bidder’s Legal Address in Country of Registration:

6. Bidder’s Authorized Representative Information


Name:
Address:
Telephone/Fax numbers:
Email Address:
Part 1 - Bidding Procedures and Requirements 65

7. Attached are copies of original documents of [check the box(es) of the attached original
documents]
o Self certified copy of the document to establish legal status of the firm viz. Certificate
of Incorporation issued under the Companies Act / The Limited Liability Partnership
Act / Partnership deed etc. as applicable;
o Self certified copy of PAN
o Self certified copy of GST Registration;
o Self certified copy in support of MSME, if applicable
o Organizational chart including a list of Board of Directors/ Key Management
Personnels..

Note : In case of of JV/ Consortium, the afore details/ documents are to be furnished for each
of the JV/ Consortium Members

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].

_________________________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
#
{For a joint venture, either all members shall sign or only the authorised signatory
as per ITB 19.4, in either case the power of attorney of the authorized bid signatory
(signatories) must be attached}
Part 1 - Bidding Procedures and Requirements 66

Form 3A
(Appendix to Technical Part of the Bid)

Format of Bid Securing Declaration (if applicable)


BID SECURING DECLARATION

Whereas, I/We (name of Bidder) --------------------------- have submitted Bid for


Development of Distribution Infrastructure at Kaithal(Package B) of Kaithal District
of Haryana under the Revamped Reforms-based and Results-linked, Distribution
Sector Scheme in response to Request For Bid (RFB) no: NIT no. 328/P&D/2022-
23/Package-B/Bid No. B-668 dated 04/01/2023

I/We hereby submit following declaration in lieu of Bid Security/ Earnest Money Deposit:

1. If after the opening of Proposal, I/We withdraw and/or modify my/our Proposal during its
period of validity (including extended validity) as specified in the RFB document,
Or
2. If, after the issue of Notification of Award of the Contract, I/We fail to sign the Contract,
or to submit Contract Performance Guarantee before the deadline specified in the RFB
document,
Or
3. If, in case of I/ we fail to ensure that the Contract becomes Effective as specified in the
RFB document.

I/we shall be suspended from and shall not be eligible to participate for a period of Three 3
year from date of issue of the suspension order, in the bidding against any of the Notice
Inviting Tenders/ Invitation For Bids/ Request for Proposal/ Bid etc. issued by Uttar Haryana
Bijli Vitran Nigam Limited during that period .

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].
________________________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
Part 1 - Bidding Procedures and Requirements 67

#
{For a joint venture, either all members shall sign or only the authorised signatory
as per ITB 19.4, in either case the power of attorney of the authorized bid signatory
(signatories) must be attached}
Part 1 - Bidding Procedures and Requirements 68

Form 3B
(Appendix to Technical Part of the Bid)

Format of Bank Guarantee for Bid Security


{To be on non-judicia lstamp paper of Rupees One Hundred Only (INR100/-) or appropriate value as
per Stamp Act relevant to place of execution, duly signed on each page.}

Reference No. ……………. Bank Guarantee No.……………. Dated:


…………….

To:
Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)

Dear Sir/ Madam,

WHEREAS………………………[Insert name of the Sole Bidder] / [ insert name of the Lead Joint
Venture Member followed by the words “ representing Joint Venture of [ insert names of all the
members of Joint Venture]”] with address…………….[Insert address of Sole Bidder /Lead Joint
Venture Member having its registered office at…………….[Insert address of the Sole Bidder/Lead
Joint Venture Member](Hereinafter, the“Bidder”)wishes to participate in Tender No. [Tender Details]
(the“RFB”) issued by Uttar Haryana Bijli Vitran Nigam Limited (hereinafter,the“Uttar Haryana Bijli
Vitran Nigam Limited”)for Development of Distribution Infrastructure at Kaithal (Package B)
of Kaithal District of Haryana under the Revamped Reforms-based and Results-linked,
Distribution Sector Scheme

And WHEREAS a Bank Guarantee for [Amount] valid t i l l [Date] is required tobesubmitted
bytheBidder alongwith the RFB.

We,…………….[Insert name of the Bank and address of the Branch giving the Bank
Guarantee]having our registered office at…………….[Insert address of the registered office of the
Bank] here by give this Bank GuaranteeNo.…………….[Insert Bank Guarantee
number]dated…………….[Insert the date of the Bank Guarantee], and here by agree unequivocally
and unconditionally to pay immediately on demand in writing from the Uttar Haryana Bijli Vitran
Nigam Limited any officer authorized by it in this behalf any amount not exceeding [Amount]to the
said Uttar Haryana Bijli Vitran Nigam Limited on behalf of the Bidder.

We…………….[Insert name of the Bank] also agree that withdrawal of the Bid or part there of by
the Bidder within its validity or not signing the Contract Agreement or non-submission of
Performance Security by the Bidder within the stipulated time of the Letter of Award to the Bidder or
any violation to the relevant term stipulated in the RFB would constitute a default on the part of the
Bidder and that this Bank Guarantee is liable to be invoked and encashed within its validity by the
Part 1 - Bidding Procedures and Requirements 69

Uttar Haryana Bijli Vitran Nigam Limited in case of any occurrence of a default on the part of the
Bidder and that the amount is liable to be forfeited by the Uttar Haryana Bijli Vitran Nigam Limited.

This Guarantee shall be valid and binding on this Bank up to and inclusive of …………….
[Insert the date of validity of the Bank] and shall not be terminable by notice or by Guarantor
for the reason of change in the constitution of the Bank or the firm of the Bidder or by any
reason whatsoever and our liability hereunder shall not be impaired or discharged by any
extension of time or variations or alternations made, given, conceded with or without our
knowledge or consent by or between the Bidder and the Uttar Haryana Bijli Vitran Nigam
Limited.
NOTWITHSTANDING anything contained hereinbefore, our liability under this guarantee
is restricted to [Amount]. Our Guarantee shall remain in force till [Date]. Unless demands or
claims under this Bank Guarantee are made to us in writing on or before [Date], all rights of
the Beneficiary under this Bank Guarantee shall be forfeited, and we shall be released and
discharged from all liabilities there under.
[Insert the address of the Bank with [Insert signature of the Bank’s Authorized
complete postal branch code, telephone Signatory]
and fax numbers, and official round seal
of the Bank]

Attested
……………………………. [Signature]
(Notary Public)
Place: …………………………. Date: …………………………….

INSTRUCTIONS FOR SUBMITTING BANK GUARANTEE


1. Bank Guarantee to be executed on non-judicial stamp paper of appropriate value as per Stamp Act
relevant to place of execution.
2. The Bank Guarantee by Bidder shall be given from any Scheduled Commercial Bank.
3.The full address along with the Telex/Fax No. and e-mail address of the issuing bank to be
mentioned.
Part 1 - Bidding Procedures and Requirements 70

Form 4
(Appendix to Technical Part of the Bid)

Format of Power of Attorney of designated Bid Signatory by sole bidder/ lead


joint venture member
[To be on non-judicial stamp paper of Rupees One Hundred Only (INR 100/-) or
appropriate value as per Stamp Act relevant to place of execution.]

Know all men by these presents, we …………………………………………….[Insert name


and address of the registered office of the Lead Consortium Member of the Bidding
Consortium/ Sole Bidder] do hereby constitute, appoint, nominate and authorize Mr./Ms.
………………………………………………… [Insert name and residential address], who
is presently employed with us and holding the position of ………………………………. as
our true and lawful attorney, to do in our name and on our behalf, all such acts, deeds and
things necessary in connection with or incidental to submission of our Bid in response to
RFB/ Tender No. NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668 for Development
of Distribution Infrastructure at Kaithal (Package B) of Kaithal District of Haryana under the
Revamped Reforms-based and Results-linked, Distribution Sector Scheme (the “Project”)
issued by Uttar Haryana Bijli Vitran Nigam Limited, including signing and submission of the
Bid and all other documents related to the Bid, including but not limited to undertakings,
letters, certificates, acceptances, clarifications, guarantees or any other document which
Utility may require us to submit. The aforesaid attorney is further authorized for making
representations to Utility , and providing information / responses to Utility, representing us
in all matters before Utility, and generally dealing with Utility in all matters in connection
with our Bid till the completion of the bidding process as per the terms of the RFB.

We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this
Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall be
binding on us and shall always be deemed to have been done by us.
All the terms used herein but not defined shall have the meaning ascribed to such terms
under the RFB.

Signed by the within named ........................................... [Insert the name of the executant
company] through the hand of Mr./ Mrs. ……………………………………….duly
authorized by the Board/ Owner to issue such Power of Attorney dated this
………………………. day of ………

Accepted

……………………………… (Signature of Attorney)


[Insert Name, designation and address of the Attorney]
Part 1 - Bidding Procedures and Requirements 71

Attested
…………………………………..
(Signature of the executant)
(Name, designation and address of the executant)

…………………………………….
Signature and stamp of Notary of the place of execution

Common seal of ……………… has been affixed in my/our presence pursuant to Board
of Director’s Resolution dated…./ Owner

1. WITNESS 1. ………………………………………………. (Signature)


Name ………………………………….
Designation...........………………….
2. WITNESS 2. ………………………………………………. (Signature)
Name ………………………………….
Designation...........…………………._

_________________________________________________________________________
Notes:
a. The mode of execution of the power of attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s).

b. In the event, power of attorney has been executed outside India, the same needs to be
duly notarized by a notary public of the jurisdiction where it is executed.

c. Also, wherever required, the executant(s) should submit for verification the extract of
the charter documents and documents such as a Board resolution / power of attorney,
in favour of the person executing this power of attorney for delegation of power
hereunder on behalf of the executant(s).
_________________________________________________________________________
Part 1 - Bidding Procedures and Requirements 72

Form 5
(Appendix to Technical Part of the Bid)

Format of Declaration of conformance of the Bidder and the Facilities offered, to


the specified eligibility requirement
NIT/RFB No.: NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668
Package Name/ Contract Title: Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based and
Results-linked, Distribution Sector Scheme.

Bidder’s Name and Address: To:


Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)
{In case of JV bidder, mention name
and address of all the Joint Venture members}

We hereby certify that Plant and Installation Services offered to be supplied by us fully
comply with all the eligibility and other requirements specified in Section 2 and Section 3
of RFB/ bidding documents.

We hereby certify that our firm is legally established in India and we fully comply with the
eligibility and other requirements specified in Section 2 and Section 3 of RFB/ bidding
documents,

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].

_________________________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
Part 1 - Bidding Procedures and Requirements 73

#
{For a joint venture, either all members shall sign or only the authorised signatory
as per ITB 19.4, in either case the power of attorney of the authorized bid signatory
(signatories) must be attached}
Part 1 - Bidding Procedures and Requirements 74

Form 6
(Appendix to Technical Part of the Bid)

Format for Affidavit of Self certification regarding Local Content in line with
PPP-MII order and #MoP Order/DoT order
[if applicable, to be provided on a non-judicial stamp paper of Rs. 100/- ]

NIT/RFB No.: NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668


Package Name/ Contract Title: Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based and
Results-linked, Distribution Sector Scheme.

Bidder’s Name and Address: To:


Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)
{In case of JV bidder, mention name
and address of all the Joint Venture members}

I We ________S/o, D/o, W/o, _____________________Resident


of_________________________________________________________ , on behalf of the
firm(s) named above, hereby solemnly affirm and declare as under:

That we will agree to abide by the terms and conditions of the Public Procurement
(Preference to Make in India) Order, 2017 of Government of India issued vide Notification
No:P-45021/2/2017 -BE-II dated 15/06/2017, its revision dated 04/06/2020 (hereinafter
PPP-MII order),

#‘Public Procurement (Preference to Make in India) to provide for Purchase


Preference (linked with local content)’ order dated 28/07/2020 issued by Ministry of
Power (hereinafter MoP order)
Or
#Public Procurement (Preference to Make in India) Order, 2017- Notification of Telecom
products, Services or Works issued vide Notification No. 18-10/2017-IP dated 29.08.2018
by Department of Telecommunications (DoT), (hereinafter, DoT-Order) and any
subsequent modifications/Amendments, if any and That the information furnished
hereinafter is correct to the best of my knowledge and belief and I undertake to produce
relevant records before the procuring entity/POWERGRID or any other Government
authority for the purpose of assessing the local content ofplant/ goods/material/
services/works supplied by me for NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668
Development of Distribution Infrastructure at Kaithal (Package B) of Kaithal District
of Haryana under the Revamped Reforms-based and Results-linked, Distribution
Sector Scheme
Part 1 - Bidding Procedures and Requirements 75

That the local content for all inputs which constitute the said plant/ goods/material/
services/works has been verified by me and I am responsible for the correctness of the
claims made therein.

That the ‘Local Content ‘as defined in the PPP-MII order and #MoP order /DoT order
in the plant/goods/material/ services/works supplied by me for Development of
Distribution Infrastructure at Kaithal(Package B) of Kaithal District of Haryana under
the Revamped Reforms-based and Results-linked, Distribution Sector Scheme is
……… percent (%).

That the plant/goods/material/ services/works supplied by me for Development of


Distribution Infrastructure at Kaithal (Package B) of Kaithal District of Haryana
under the Revamped Reforms-based and Results-linked, Distribution Sector Scheme
meet the ‘Local Content‘ requirement as defined in the PPP-MII order and #MoP order
/DoT order for ‘Class –I local supplier’/‘Class-II Local supplier (choose as applicable).

That the value addition for the purpose of meeting the ‘Local Content ‘has been made by me
at Uttar Haryana Bijli Vitran Nigam Limited, IP 3and4, Sector-14, Panchkula, Haryana-
134113.

That in the event of the local content of the plant/goods/material/ services/works mentioned
herein is found to be incorrect and not meeting the prescribed Local Content criteria, based
on the assessment of procuring agency (ies) Uttar Haryana Bijli Vitran Nigam Limited
/Government Authorities for the purpose of assessing the local content, action shall be taken
against me in line with the PPP-MII order, #MoP order/ DoT order and provisions of the
Integrity pact/ Bidding Documents.

I agree to maintain the following information in the Company's record for a period of 8 years
and shall make this available for verification to any statutory authority.

i Name and details of the Local Supplier


(Registered Office, Manufacturing unit location, nature of legal entity)

ii. Date on which this certificate is issued


iii. Plant/goods/services/works for which the certificate is produced
iv. Procuring entity to whom the certificate is furnished
v. Percentage of local content claimed and whether it meets the Local Content prescribed
for ‘Class –I local supplier’/‘Class-II Local supplier (choose as applicable)
vi. Name and contact details of the unit of the Local Supplier (s)
vii. Sale Price of the product
viii Ex-Factory Price of the product
ix. Freight, insurance and handling
Part 1 - Bidding Procedures and Requirements 76

x. Total Bill of Material


xi List and total cost value of input used to manufacture the Goods/to provide services/in
construction of works
xii. List and total cost of input which are domestically sourced. Value addition certificates
from suppliers, if the input is not in-house to be attached
xiii. List and cost of inputs which are imported, directly or indirectly

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].
_________________________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
#
{For a joint venture, or only the authorised signatory as per ITB 19.4, in either
case the power of attorney of the authorized bid signatory (signatories) must be
attached}

# choose as applicable while preparing bidding documents


Part 1 - Bidding Procedures and Requirements 77

Form 7
(Appendix to Technical Part of the Bid)

Format of Power of Attorney by Each Member/ Partner of The Joint Venture in


favour of Lead Member/ Partner

KNOW ALL MEN BY THESE PRESENTS THAT WE , the Partners whose details are
given hereunder ................................................................................. have formed a Joint
Venture under the laws of ............................................ and having our Registered
Office(s)/Head Office(s) at ............................................... (hereinafter called the 'Joint
Venture' which expression shall unless repugnant to the context or meaning thereof, include
its successors, administrators and assigns) acting through M/s
................................................................................. being the Partner in-charge, do hereby
constitute, nominate and appoint M/s................................................... a Company
incorporated under the laws of .............................…………………….... and having its
Registered/Head Office at ........................................... as our duly constituted lawful
Attorney (hereinafter called "Attorney" or "Authorised Representative" or "Partner In-
charge" or “Lead Partner”or “Lead Member” or “Leader”) to exercise all or any of the
powers for and on behalf of the Joint Venture in regard to Request for Bids (RFB)/ Request
for Proposals (RFP) No. NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668 for
Development of Distribution Infrastructure at Kaithal (Package B) of Kaithal District
of Haryana under the Revamped Reforms-based and Results-linked, Distribution
Sector Scheme the bids for which have been invited by Uttar Haryana Bijli Vitran Nigam
Limited (Plot No. IP 3&4, Sector-14, Panchkula, Haryana- 134113 (hereinafter called the
'Employer') to undertake the following acts :

i) To submit proposal/ Bid and participate in the aforesaid Bidding, against the RFB/
RFP issued of the Employer, on behalf of the "Joint Venture".

ii) To negotiate with the Employer the terms and conditions for award of the Contract
pursuant to the aforesaid Bid and to sign the Contract with the Employer for and on
behalf of the "Joint Venture".

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

iv) To receive, accept and execute the Contract for and on behalf of the "Joint Venture".

It is clearly understood that the Partner In-charge (Lead Partner/ Lead Member) shall
ensure performance of the Contract(s) and if one or more Partner fail to perform their
respective portions of the Contract(s), the same shall be deemed to be a default by all
the Partners.

It is expressly understood that this Power of Attorney shall remain valid binding and
irrevocable till completion of the Defect Liability Period in terms of the Contract.
Part 1 - Bidding Procedures and Requirements 78

The Joint Venture hereby agrees and undertakes to ratify and confirm all and
whatsoever the said Attorney/Authorised Representatives/Partner in-charge/ Lead
Partner/ Lead Member quotes in the bid, negotiates and signs the Contract with the
Employer and/or proposes to act or acts on behalf of the Joint Venture by virtue of
this Power of Attorney and the same shall bind the Joint Venture as if done by itself.

IN WITNESS THEREOF the Partners Constituting the Joint Venture as aforesaid


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

for and on behalf of the


Partners of Joint Venture

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

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

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

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

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

WITNESS

1. Signature......................................................

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

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

Occupation ......................................…........

2. Signature.................................................….

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

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

Occupation ...............…..............................

Note:
1. For the purpose of executing the power of attorney , the non-judicial stamp papers of
appropriate value shall be purchased in the name of Joint Venture.
2. The power of attorney shall be signed on all the pages by the authorised representatives of
each of the partners and should invariably be witnessed and notorised.
Part 1 - Bidding Procedures and Requirements 79

Form 8
(Appendix to Technical Part of the Bid)

Format of Joint Deed of Undertaking by the Joint Venture Partners/ Members

THIS JOINT DEED OF UNDERTAKING executed on this………. day of……….. Two


Thousand and………....... by ……………………………………………..a company
incorporated under the laws of ………………… and having its Registered Office at
........................(hereinafter called the "Party No.1" which expression shall include its
successors, executors and permitted assigns) and M/s……………a company incorporated
under the laws of ………..…………… and having its Registered Office at
………..………… (hereinafter called the "Party No.2" which expression shall include its
successors, executors and permitted assigns ) and M/s.. .. .. .. . .. . . . . .. . .. .. .... .. a Company
incorporated under the laws of ……………….. and having its Registered Office at
……………. (hereinafter called the "Party No.3" which expression shall include its
successors, executors and permitted assigns) for the purpose of making a bid and entering
into a contract [hereinafter called the "Contract" {in case of award)] against the Request For
Bids (RFB)/ Request for Proposal (RFP) No. NIT no. 328/P&D/2022-23/Package-B/Bid No.
B-668 for Development of Distribution Infrastructure at Kaithal (Package B) of Kaithal
District of Haryana under the Revamped Reforms-based and Results-linked,
Distribution Sector Scheme Uttar Haryana Bijli Vitran Nigam Limited, a Company
incorporated under the Companies Act of 1956 having its registered office at IP
3and4,Sector-14, Panchkula, Haryana…………… (hereinafter called the "Employer").

WHEREAS the Party No.1, Party No.2 and Party No.3 have entered into an Agreement
dated................

AND WHEREAS the Employer invited bids as per the above mentioned Package for the
design, supply and installation of the Plant as stipulated in the Bidding Documents
Development of Distribution Infrastructure at Kaithal (Package B) of Kaithal District
of Haryana under the Revamped Reforms-based and Results-linked, Distribution
Sector Scheme AND WHEREAS as per Section 2/ Section 3 of the Bidding Documents,
inter-alia stipulates that a Joint Venture, as specified therein, may bid, provided, the Joint
Venture and the partners/ members in/ of the Joint Ventures fulfill all the specified
requirements of the Bidding Documents and that , in such a case, the Bid shall be signed by
all the partners so as to legally bind all the Partners of the Joint Venture, who will be jointly
and severally liable to perform the Contract and all obligations hereunder.

AND WHEREAS the bid is being submitted to the Employer vide proposal
No…………………..dated ……..... by Party No.1 based on this Undertaking between all the
parties; under these presents and the bid in accordance with the requirements of Section 2/
Section 3 of the Bidding Documents, has been signed in accordance with the provisions
contained therein.
Part 1 - Bidding Procedures and Requirements 80

NOW THIS UNDERTAKING WITNESSETH AS UNDER:

In consideration of the above premises and agreements all the parties of this Deed of
Undertaking do hereby declare and undertake:

1. In requirement of the award of the Contract by the Employer to the Joint Venture
Partners, we, the Parties do hereby undertake that M/s……… the Party No.1, shall
act as Lead Partner/ Lead Member/ Authorised Representative/ Partner-in- Charge of
the Joint Venture, and further declare and confirm that we the parties to the Joint
Venture shall jointly and severally be bound unto the Employer for the successful
performance of the Contract and shall be fully responsible for the design, supply and
installation of the Plant and for successful performance of the Contract in the event
of award and performance of equipment in accordance with the Contract:

2. In case of any breach or default of the said Contract by any of the parties to the Joint
Venture, the party(s) dohereby undertake to be fully responsible for the successful
performance of the Contract and to carry out all the obligations and responsibilities
under the Contract in accordance with the requirements of the Contract.

3. Further, if the Employer suffers any loss or damage on account of any breach in the
Contract or any shortfall in the performance of the equipment in meeting the
performances guaranteed as per the specification in terms of the Contract, the
Party(s) of these presents undertake to promptly make good such loss or damages
caused to the Employer, on its demand without any demur. It shall not be necessary
or obligatory for the Employer to proceed against Lead Partner to these presents
before proceeding against or dealing with the other Party(ies), the Employer can
proceed against any of the parties who shall be jointly and severally liable for the
performance and all other liabilities/obligations under the Contract to the Employer.

4. The financial liability of the Parties of this Deed of Undertaking to the Employer,
with respect to any of the claims rising out of the performance or non-performance of
the obligations set forth in this Deed of Undertaking, read in conjunction with the
relevant conditions of the Contract shall, however not be limited in any way so as to
restrict or limit the liabilities or obligations of any of the Parties of this Deed of
Undertaking.

5. It is expressly understood and agreed between the Parties to this Undertaking that the
responsibilities and obligations of each of the Parties shall be as delineated in
Appendix – I(to be suitably appended by the Parties alongwith this Undertaking in
its bid) to this Deed of Undertaking. It is further undertaken by the parties that the
above sharing of responsibilities and obligations shall not in any way be a limitation
of joint and several responsibilities of the Parties under the Contract.

6. It is also understood that this Undertaking is provided for the purposes of undertaking
joint and several liabilities of the partners to the Joint Venture for submission of the
bid and performance of the Contract and that this Undertaking shall not be deemed to
Part 1 - Bidding Procedures and Requirements 81

give rise to any additional liabilities or obligations, in any manner or any law, on any
of the Parties to this Undertaking or on the Joint Venture, other than the express
provisions of the Contract.

7. This Undertaking shall be construed and interpreted in accordance with the


provisions of the Contract.

8. In case of an award of a Contract, we the parties to this Deed of Undertaking do


hereby agree that we shall be jointly and severally responsible for furnishing a
Contract performance security from a bank in favour of the Employer in the
currency/currencies of the Contract.

9. It is further agreed that this Deed of Undertaking shall be irrevocable and shall form
an integral part of the bid and shall continue to be enforceable till the Employer
discharges the same or upon the completion of the Contract in accordance with its
provisions, whichever is earlier. It shall be effective from the date first mentioned
above for all purposes and intents.

IN WITNESS WHEREOF, the Parties to this Deed of Undertaking have through their
authorised representatives executed these presents and affixed Common Seals of their
companies, on the day, month and year first mentioned above.

Common Seal of ………………………. For Lead Partner (Party No.-1)


has been affixed in my/ our For and on behalf of M/s
presence pursuant to Board of …………………..
Director’s Resolution dated …………….

Name ………………………..

Designation ………………….
(Signature of the authorized
Signature ……………………. representative)

WITNESS :

I. ………………………………

II. ………………………………

Common Seal of ………………………. For Party No.-2


has been affixed in my/ our For and on behalf of
presence pursuant to Board of M/s…………………..
Director’s Resolution dated …………….
Part 1 - Bidding Procedures and Requirements 82

Name ……………………….. (Signature of the authorized


representative)
Designation ………………….

Signature …………………….

WITNESS :

I. ………………………………

II. ………………………………

Common Seal of ………………………. For Party No.-3


has been affixed in my/ our For and on behalf of M/s.
presence pursuant to Board of …………………..
Director’s Resolution dated …………….

Name ………………………..

Designation ………………….
(Signature of the authorized
Signature ……………………. representative)

WITNESS :

I. ………………………………

II. ………………………………

Note:
1. For the purpose of executing the Joint Deed of Undertaking, the non-judicial stamp
papers of appropriate value shall be purchased in the name of Joint Venture.

2. The Undertaking shall be signed on all the pages by the authorised representatives of
each of the partners and should invariably be witnessed.

3. Appendix 1 must be enclosed


Part 1 - Bidding Procedures and Requirements 83

(Appendix to Technical Part of the Bid)

Joint Venture Agreement


(no specified format, bidders to use own format)
Part 1 - Bidding Procedures and Requirements 84

Form 9
(Appendix to Technical Part of the Bid)

Format for Details/ Data and Documentary Evidence in support of meeting the
Qualification Requirement

Notes on Form of Qualification Information


The information is to be filled in by individual bidders. The following pages will be used for
purposes of post-qualification as provided for in Section2 / Section 3 of RFB/ bidding
documnets. This information will not be incorporated in the Contract. Attach additional
pages as necessary.
NIT/RFB No.: NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668
Package Name/ Contract Title: Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based and
Results-linked, Distribution Sector Scheme.

Page ________ of_ ______ pages


(Qualifying Requirement Data)

Bidder’s Name and Address: To:


Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)

{In case of JV bidder, mention name


and address of all the Joint Venture members}

Dear Ladies and/or Gentlemen,

In support of the Qualification Requirements (QR) for bidders, stipulated in Section-2 of the
bidding documents, we furnish herewith our QR data/details/documents etc., alongwith other
information, as follows (The QR stipulations have been reproduced in italics for ready
reference, however, in case of any discrepancy the QR as given in Section-2 shall prevail).

* We have submitted bid as individual firm.


Part 1 - Bidding Procedures and Requirements 85

* We have submitted bid as joint venture of following firms:

(i) ..................................................................................................
(ii) ..................................................................................................
(iii) ..................................................................................................
(* Strike-off whichever is not applicable)

[For details regarding Qualification Requirements of a Joint Venture, please refer para 4.0
below.]

We are furnishing the following details/document in support of Qualifying requirement for


the subject project.

I. Attached copies of original documents defining:

a) The constitution or legal status;


b) The principal place of business;
c) The place of incorporation (for bidders who are corporations); or the place of
registration and the nationality of the Owners (for applicants who are
partnerships or individually-owned firms).

II. Attached original & copies of the following documents.

a) Written power of attorney of the signatory of the Bid to commit the bidder.
b)** Joint Venture Agreement
[** To be submitted only in case of Joint Ventures. Strike off in case of individual
firms.]
III. Technical Experience QR Data/ Details/ Document
Format A: Format for the Bidder (Single Firm / Partner(s) in case of Joint Venture) for
technical experience in compliance to para 2.1 of Section-2 [In case of Joint
Venture bidder, the QR data of each of the partner (in support of meeting
Part 1 - Bidding Procedures and Requirements 86

the requirement of para 2.1.2 of Section-2)] is also is to furnished, as


applicable, using this format. The bidder (Single Firm / Partner(s) in case of
Joint Venture) who is willing to qualify in compliance to para 2.1 of Section-
2 shall fill below format for two or all three contracts.

A1. Name of Bidder/Lead Partner of JV/other partner(s) of


JV
A2. Name of Contract (executed during the last 7 years up to
31.03.2022):
A3. Contract Reference No. & Date of Award

A4 Name and Address of the Employer/Uttar Haryana Bijli


Vitran Nigam Limited
by whom the Contract was awarded ____________________
e-mail ID ____________________
Telephone No. ____________________
Fax No.
A5(i) Name of completed work of project execution in
electrical Transmission or sub-transmission & ___________________
distribution sector
(ii) Cost of the project ___________________
(iii) % of cost w.r.t. estimated cost of this bid (in %)
A6(i) Date of successful execution of the Contract/Date of
commissioning ______________
A7. Capacity in which the Contract was undertaken (Check ○ Prime Contractor
One) Partner of JV
Subcontractor
(Tick whichever is
applicable)
Part 1 - Bidding Procedures and Requirements 87

A8. Details/documentary evidence submitted in support of


stated experience/Contract
(Documentary evidence, such as copies of contract agreement/ letter of award/ Uttar
Haryana Bijli Vitran Nigam Limited certificates etc., in support of its experience shall be
attached with the filled-up format for each experience/Contract)
IV. Financial/ Commercial QE Data/ Details/ Documents
Format B: Format for the Bidder (Single Firm / Partner(s) in case of Joint Venture) for
financial/ commercial experience in compliance to para 2.2.1, 2.2.2, 2.2.3 of
Section-2 [In case of Joint Venture bidder, the QR data of each of the
partner (in support of meeting the requirement of para 2.2.4 of Section-2] is
also to furnished, as applicable, using this format.

A1. Name of Bidder/Lead Partner of JV/other partner(s) of


JV
A2. Net-worth in last three years
1. Financial Year 2018-19 : Rs. ----- lakhs
2. Financial Year 2019-20 : Rs. ----- lakhs
3. Financial Year 2020-21 : Rs. ----- lakhs

A3. Minimum Average Annual Turnover (MAAT)


1. Financial Year 2016-17
2. Financial Year 2017-18 : Rs. ----- lakhs
3. Financial Year 2018-19 : Rs. ----- lakhs
4. Financial Year 2019-20 : Rs. ----- lakhs
5. Financial Year 2020-21 : Rs. ----- lakhs
: Rs. ----- lakhs

A4 liquid assets (LA) and/ or evidence of access to or


availability of credit facilities : Rs. ----- lakhs
Part 1 - Bidding Procedures and Requirements 88

A4. Details/documentary evidence submitted in support of


stated details

V. We understand that:
i. . Sub contractors’ experience and resources shall not be taken into account in
determining the bidder’s compliance with qualifying criteria.

ii. One of the partners shall be nominated as lead partner, and the lead partner shall be
authorized to incur liabilities and receive instruction for and on behalf of any and all
partners of the joint venture and the entire execution of the contract including receipt
of payment shall be done exclusively through the lead partner. This authorization
shall be evidenced by submitting a power of attorney signed by legally authorized
signatories of all the partners as per specified format.

iii. All partner of the joint venture shall be liable jointly and severally for the execution
of the contract in accordance with the contract terms and a copy of the agreement
entered into by the joint venture partners having such a provision shall be submitted
with the bid.

VI. We have furnished the following documents/details with Technical Part of oour Bid:

2.1 A certificate from banker (as per format) indicating various fund based/non fund
based limits sanctioned to the bidder and the extent of utilization as on date. Such
certificate should have been issued not earlier than three months prior to the date of
bid opening. Wherever necessary Employer may make queries with the Bidders’
bankers.
2.2 The complete annual reports together with Audited statement of accounts of the
company for last five years of its own (separate) immediately preceding the date of
submission of bid.
Part 1 - Bidding Procedures and Requirements 89

Note:
(a) In the event the bidder is not able to furnish the information of its own (i.e.
separate), being a subsidiary company and its accounts are being consolidated with
its group/holding/parent company, the bidder should submit the audited balance
sheets, income statements, other information pertaining to it only (not of its
group/Holding/Parent Company) duly certified by any one of the authority [(i)
Statutory Auditor of the bidder /(ii) Company Secretary of the bidder or (iii) A
certified Public Accountant] certifying that such information/documents are based on
the audited accounts as the case may be.
(b) Similarly, if the bidder happens to be a Group/Holding/Parent Company, the
bidder should submit the above documents/information of its own (i.e. exclusive of
its subsidiaries) duly certified by any one of the authority mentioned in Note – 2.3
above certifying that these information/ documents are based on the audited
accounts, as the case may be.

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].

_________________________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
#
{For a joint venture, either all members shall sign or only the authorised signatory
as per ITB 19.4, in either case the power of attorney of the authorized bid signatory
(signatories) must be attached}
Part 1 - Bidding Procedures and Requirements 90

Form 10
(Appendix to Technical Part of the Bid)

Format of Bought-out & Sub-contracted Items


NIT/RFB No.: NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668
Package Name/ Contract Title: Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based and
Results-linked, Distribution Sector Scheme.

Page ________ of_ ______ pages

Bidder’s Name and Address: To:


Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)
{In case of JV bidder, mention name
and address of all the Joint Venture members}

Dear Sir/ Madam,

1.0 We hereby furnish the details of major items/ sub-assemblies, we propose to buy from our proposed
sub-vendors/ subcontractors for the purpose of supply of Plant and Installation Services under the
subject Package/ Project:

Sl. Item Description Quantity proposed to Details of the proposed sub-


No. be bought-out/sub- contractor/sub-vendor
contracted Name Nationality
1.
2.
3.
4.
5.
6.
Part 1 - Bidding Procedures and Requirements 91

2.0 We hereby declare that, in the event of award of Contract on us, we would not subcontract any
portion of Installation Services under Part II of the Contract (Supply of Installation Services) and
any major item other than those mentioned above under Part I of the Contract (Supply of Plant)
without the prior approval of Employer as per the provisions of the Contract. We understand that
for subcontract related to hiring of labour, prior approval of the Employer is not required.

3.0 We hereby declare that, total local content that will be sourced in the bid is more than 50% of the
total content required under the project.

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].

_________________________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
#
{For a joint venture, either all members shall sign or only the authorised signatory
as per ITB 19.4, in either case the power of attorney of the authorized bid signatory
(signatories) must be attached}
Part 1 - Bidding Procedures and Requirements 92

Form 11
(Appendix to Technical Part of the Bid)

Format of Undertaking on Compliance of Terms & Conditions of the Bidding


Documents including Scope of Work and other related requirements

UNDERTAKING ON COMPLIANCE OF RFB TERMS & CONDITIONS AND OTHER


REQUIREMENTS

(To be submitted on ₹100 Stamp paper issued in the State where Bidder’s office is
located, duly signed by the authorized signatory)

I/We hereby undertake that I/We have examined/ perused, studied and understood the
Request For Bid (RFB) Document in respect of RFB no. [328/P&D/2022-23][Bid No.
B-668] dated 04/11/2022 and any corrigendum/ addendum/ clarification etc. thereto
completely and have submitted my/our Proposal/ Bid in pursuance to the said RFB
document for Development of Distribution Infrastructure at Kaithal (Package B) of
Kaithal District of Haryana under the Revamped Reforms-based and Results-linked,
Distribution Sector Scheme.

I/We hereby undertake that I/We understand that the scope of Services and other related
requirement under and in pursuance of this RFB are indicative only and not exhaustive in
any manner. I/We understand that the scope of Services may undergo changes as per
emerging requirements of Uttar Haryana Bijli Vitran Nigam Limited as specified in the RFB
document.

I/We hereby undertake that we shall comply with the scope of Services and other related
requirements and the terms and conditions specified in the RFB document completely and
except as mentioned in the Form 12 (Alternative, Deviations and Exceptions to the
Provisions) hereof, we have no deviations and/or submissions and/or clarifications,
whatsoever of any manner and/or sort and/or kind in this regard.

I/We hereby undertake to provide any further clarifications, details, documents etc. as may
be required without changing the substance of our Proposal.

I/We understand that the Uttar Haryana Bijli Vitran Nigam Limited reserves the right to
float a separate Request For Bid/ Notice Inviting Tender/ Invitation for Bids for the scope
of Work and related requirements as covered under this RFB, irrespective of the outcome of
this RFB, and I/We hereby undertake that we have no objection for the same. I/We
understand that in such a case, I/We shall bid separately in response to such Request For
Bid/ Notice Inviting Tender/ Invitation for Bids, and in no case our bid/ Proposal in
response to this RFB shall be deemed as a Proposal/ Bid in response to such Request For
Bid/ Notice Inviting Tender/ Invitation for Bids.
Part 1 - Bidding Procedures and Requirements 93

I/We hereby undertake to provide the Plant and Installation Services and undertake to be
the single point of contact for Uttar Haryana Bijli Vitran Nigam Limited for complete Scope
of Work and related requirements as per the terms and conditions and as specified in this
RFB document.

I/We hereby undertake that except as mentioned in the Form 12 (Alternative, Deviations and
Exceptions to the Provisions) hereof, my/our bid is/ deemed to be as per the RFB document
and is accordingly submitted to the Uttar Haryana Bijli Vitran Nigam Limited. In case of a
failure to comply and/or variation Uttar Haryana Bijli Vitran Nigam Limited has the sole
discretion not to consider or disqualify my/our Proposal/ bid for the aforementioned RFB
and I/We shall be not have any claim of any sort/kind/form on the same.
I/We agree to be bound by our Proposal for the period of validity as specified in and
required as per Section 3 of RFB document and it shall remain binding upon us and may be
accepted at any time before the expiration of that validity period as may be extended by us.

I/We hereby attach the duly signed and stamped RFB document as an unconditional
acceptance and compliance of RFB specifications and terms & conditions as part of the
Technical Part of our Bid without any deviations and/or submissions and/or clarifications
of any manner and/or sort and/or kind in this regard, except as indicated in Form 12
(Alternative, Deviations and Exceptions to the Provisions) hereof from my/our side.
I/We understand that mentioning of any pre-requisites, presumptions, assumptions,
hiding/ twisting/ deletion/ reduction/ manipulation/ disguising of Scope of Works
and/or application features and/or infrastructure and/or project deliverables etc. in any
form and/or by any means and/or under any head shall not be constituted as a part of
the Bid/ Proposal and in case of award of the Contract the same shall not be claimed
by me/us while award and/or subsequently providing of Plant and Installation Services/
execution of work. The decision of Uttar Haryana Bijli Vitran Nigam Limited on such
issues shall be binding on me/us and the same shall not be arbitrated upon by me/us.
I/We hereby undertake that we abide by all the terms and conditions mentioned in the
RFB document along with amendment/corrigendum/ clarification, if any, as confirmed
herein

We also confirm that in case any discrepancies/ inconsistencies and deviations/ omissions/
reservations, except as indicated in Form 12 (Alternative, Deviations and Exceptions to the
Provisions) hereof, is observed in the online Price Part of our Bid, the same shall be deemed
as withdrawn/rectified without any financial implication, whatsoever to Uttar Haryana Bijli
Vitran Nigam Limited.

I/We understand that at any stage during the tenure of the Contract if it is found that any
statement or document submitted by us is false/forged/invalid, Uttar Haryana Bijli Vitran
Nigam Limited has discretion to terminate the Contract and get the Plant and Installation
Services delivered / work done though third party.
Part 1 - Bidding Procedures and Requirements 94

I/We hereby affirm that the products and/or Plant and Installation Services offered by us
against this RFb are in compliance to the latest Government of India Guidelines for Make in
India, Domestically manufactured products, Atmanirbhar Bharat and circulars DIPP Office
MemorandumNo. P-45021/2/2017-PP (BE-II) date:16th Sept. 2020, &MeitY Circular
No.1(10)/2017-CLES dated 06.12.2019 as issued and amended from time to time and will
remain complied to the same during the duration and execution of this assignment.

I/We also hereby affirm the following:


a) I/ we are not insolvent, in receivership, bankrupt or being wound up, not have our
affairs administered by a court or a judicial officer, not have our business activities
suspended and am/ are not the subject of legal proceedings for any of the foregoing
reasons;
b) I/ we have not, and our directors and officers have not, been convicted of any
criminal offence related to our/ their respective professional conduct or the making
of false statements or misrepresentations as to our/ their qualifications to enter into a
procurement contract within a period of two years preceding the commencement of
this procurement process, or have not been otherwise disqualified pursuant to
debarment proceedings;
c) I/ we do not have a Conflict of Interest in the procurement in question as specified
in the RFB document.
d) I/ we comply with the code of integrity and other requirements as specified in the
RFB document.

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].
_______________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
#
{For a joint venture, either all members shall sign or only the authorised signatory
as per ITB 19.4, in either case the power of attorney of the authorized bid signatory
(signatories) must be attached}
Part 1 - Bidding Procedures and Requirements 95

Form 12
(Appendix to Technical Part of the Bid)

Format of Alternative, Deviations and Exceptions to the Provisions of RFB


Document

NIT/RFB No.: NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668


Package Name/ Contract Title: Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based and
Results-linked, Distribution Sector Scheme.

Page ________ of_ ______ pages

Bidder’s Name and Address: To:


Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)
{In case of JV bidder, mention name
and address of all the Joint Venture members}

Dear Sir/ Madam,

The bidder shall itemize any deviation from the Specifications included in his bid. Each item
shall be listed (separate sheets may be used and enclosed with this Attachment) with the
following information:
Sl. Reference clause in Deviation Cost of withdrawal of
No. the Specifications the deviation

The above deviations and variations are exhaustive. We confirm that we shall withdraw the
deviations proposed by us at the cost of withdrawal indicated in this attachment, failing
which our bid may be rejected and Bid Security forfeited.
Part 1 - Bidding Procedures and Requirements 96

Except for the above deviations and variations, the entire work shall be performed as per
your specifications and documents. Further, we agree that any deviations, conditionality or
reservation introduced in this Attachment-6 and/or in the Bid form, Price schedules &
Technical Data Sheets and covering letter, or in any other part of the bid will be reviewed to
conduct a determination of the substantial responsiveness of the bid.

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].

_________________________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
#
{For a joint venture, either all members shall sign or only the authorised signatory
as per ITB 19.4, in either case the power of attorney of the authorized bid signatory
(signatories) must be attached}
.
Part 1 - Bidding Procedures and Requirements 97

Form 13
(Appendix to Technical Part of the Bid)

Format of Work Completion Schedule


NIT/RFB No.: NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668
Package Name/ Contract Title: Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based and
Results-linked, Distribution Sector Scheme.

Page ________ of_ ______ pages

Bidder’s Name and Address: To:


Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)
{In case of JV bidder, mention name
and address of all the Joint Venture members}

Dear Sir/ Madam,

We hereby declare that the following Work Completion Schedule shall be followed by us in
furnishing and installation of the subject Project for the period commencing from the
effective date of Contract to us:

Sl. Period in months from the effective


Description of Work
No. date of Contract
1. Detailed Engineering and drawing
submission
a) commencement
b) completion
2. Procurement of equipment/ components &
assembly
a) commencement
b) completion
Part 1 - Bidding Procedures and Requirements 98

Sl. Period in months from the effective


Description of Work
No. date of Contract
3. Type Tests
a) commencement
b) completion
4. Manufacturing

a) commencement

b) completion
5. Shipments & Delivery

a) commencement

b) completion
6. Establishment of site office
7. Installation at Site

a) commencement

b) completion
8. Testing & Pre-commissioning
a) commencement
b) completion
9. Trial Operation
a) commencement
b) completion

Notwithstanding the above we reiterate our compliance to the Time for Completion of the
Facilities/ Works as per the provisions of the RFB document.
Part 1 - Bidding Procedures and Requirements 99

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].

_________________________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
#
{For a joint venture, either all members shall sign or only the authorised signatory
as per ITB 19.4, in either case the power of attorney of the authorized bid signatory
(signatories) must be attached}

Note:Bidders to enclose a detailed network covering all the activities to be undertaken for
completion of the project indicating key dates for various milestones for each phase
constituent-wise.
Part 1 - Bidding Procedures and Requirements 100

Form 14
(Appendix to Technical Part of the Bid)

Format of Guarantee Declaration


NIT/RFB No.: NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668
Package Name/ Contract Title: Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based and
Results-linked, Distribution Sector Scheme.

Page ________ of_ ______ pages

Bidder’s Name and Address: To:


Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)

{In case of JV bidder, mention name


and address of all the Joint Venture members}

Dear Sir/ Madam,

We confirm that the plant/ equipment/ goods/ material offered shall have minimum (or
maximum, as the case may be) of the performance specified in the RFP document/
Employer’s Requirement/ Specification/ Scope of Work. We further guarantee the
performance/ efficiency of the plant/ equipment/ goods/ material offered in response to RFP
document/ Employer’s Requirement/ Specification/ Scope of Work.

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].

_________________________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Part 1 - Bidding Procedures and Requirements 101

Capacity: {insert the person’s capacity to sign for the Bidder}


Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
#
{For a joint venture, either all members shall sign or only the authorised signatory
as per ITB 19.4, in either case the power of attorney of the authorized bid signatory
(signatories) must be attached}
Part 1 - Bidding Procedures and Requirements 102

Form 15
(Appendix to Technical Part of the Bid)

Format of Information regarding Ex-employees


(The information in similar format should be furnished for each partner of joint venture in
case of joint venture bid)

NIT/RFB No.: NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668


Package Name/ Contract Title: Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based and
Results-linked, Distribution Sector Scheme.

Page ________ of_ ______ pages

Bidder’s Name and Address: To:


Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)

.
{In case of JV bidder, mention name
and address of the concerned Joint Venture member}

Dear Sir/ Madam,


(Information regarding Ex-employees of UTTAR HARYANA BIJLI VITRAN
NIGAM LIMITED in our Organisation)
Dear Sir/ Madam,

We hereby furnish the details of ex-employees of Uttar Haryana Bijli Vitran Nigam Limited
who had retired/ resigned at the level of XXXXXX(Define suitable post) from Uttar
Haryana Bijli Vitran Nigam Limited and subsequently have been employed by us:
__________________________________________________________________________
Sl. Name of the person Date of Retirement/ Date of joining and
No. with designation in resignation from designation in our
Organisation
_________________________________________________________________________
Part 1 - Bidding Procedures and Requirements 103

1. ...................... ................................. ...............................

2. ...................... ................................. ...............................

3. ...................... ................................. ...............................


__________________________________________________________________________
_

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].

_________________________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
#
{For a joint venture, either all members shall sign or only the concerned member
and authorised signatory as per ITB 19.4, in either case the power of attorney of the
authorized bid signatory (signatories) must be attached}

Note: .
Part 1 - Bidding Procedures and Requirements 104

Form 16
(Appendix to Technical Part of the Bid)

Format for Price Adjustment Data


NIT/RFB No.: NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668
Package Name/ Contract Title: Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based and
Results-linked, Distribution Sector Scheme..

Page ________ of_ ______ pages

Bidder’s Name and Address: To:


Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)

{In case of JV bidder, mention name


and address of all the Joint Venture members}

Dear Sir/ Madam,

We hereby furnish the details of Price Adjustments:

Name of Material*** Price as on 30 days Price as on XX days Variation*


prior to date of bid prior to date of
opening* shipment*
ACSR conductor NA** NA**
Power Transformer NA** NA**
(aluminium wound)
Power Transformer
(Copper wound)
Distribution Transformer
(aluminium wound)
Distribution Transformer
Part 1 - Bidding Procedures and Requirements 105

(Copper wound)
Cables NA** NA**
*Detailed calculations as per Appendix-2 of Form 5 to be enclosed
** Not to be filled at the time of bid submission
*** The materials listed are illustrative, a separate row to be created for each material for
indicating price adjustment

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].

_________________________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
#
{For a joint venture, either all members shall sign or only the concerned member
and authorised signatory as per ITB 19.4, in either case the power of attorney of the
authorized bid signatory (signatories) must be attached}
Part 1 - Bidding Procedures and Requirements 106

Form 17
(Appendix to Technical Part of the Bid)

Format of Option for Initial Advance (either Interest Bearing Initial Advance or
No Initial Advance) and Information for E-payment, PF details and declaration
regarding Micro/Small & Medium Enterprises

NIT/RFB No.: NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668


Package Name/ Contract Title: Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based and
Results-linked, Distribution Sector Scheme.

Page ________ of_ ______ pages

Bidder’s Name and Address: To:


Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)

{In case of JV bidder, mention name


and address of all the Joint Venture members}

Dear Sir/ Madam,

I. We have read the provisions in the Bidding Documents regarding the option for
advance payment. Accordingly, we hereby confirm to opt the following:

Interest Bearing Initial Advance


Supply of Plant Portion : Yes* [ ] No* [ ]
Supply of Installation Services Portion : Yes^ [ ] No^ [ ]

(*^ tickONLY ONE of the selected options)

II. We are furnishing the following details of Statutory Registration Numbers and details of
Bank for electronic payment.
Part 1 - Bidding Procedures and Requirements 107

1. Name of the Supplier/ Contractor in


whose favour payment is to be made

2. Address with PIN Code and State Registered Office:

Branch Office:

Correspondence Address:
3. Status – Company/others
[Declaration of Micro/ Small/ Medium
Enterprise under Micro/ Small &
Medium Enterprises Development Act
2006, if applicable]
4. Permanent Account (PAN) No.

5. Goods and Services Tax


RegisterationNo..

6. PF Registration No. of the Company

7. PF Regional Office covered (with


Address)

8. Name of Contact Person

9. Telephone No(s). Landline(s):

Mobile(s):

Email Email ID :
Part 1 - Bidding Procedures and Requirements 108

10. Bank Details for Electronic Payment Name of the Bank:


Address of Branch:

Account No.:
Type of Account:

[ ] Saving

[ ] Current

11. 9 digit MICR code printed at bottom in


middle, next to cheque no.

12. IFSC (for RTGS)/NEFT Code (to be


obtained from the Bank)

Sample Cancelled Cheque to be


enclosed

We hereby declare that the above information is true and correct and we agree that the
payment on account of this Contract, in the event of award, be made in the above account
maintained in the above mentioned Bank.

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].

_________________________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Part 1 - Bidding Procedures and Requirements 109

Capacity: {insert the person’s capacity to sign for the Bidder}


Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
Part 1 - Bidding Procedures and Requirements 110

Form 18
(Appendix to Technical Part of the Bid)

FORMAT OF Declaration for tax exemptions, reductions, allowances or


benefits)

NIT/RFB No.: NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668


Package Name/ Contract Title: Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based and
Results-linked, Distribution Sector Scheme.

Page ________ of_ ______ pages

Bidder’s Name and Address: To:


Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)

.
{In case of JV bidder, mention name
and address of all the Joint Venture members}

Dear Sir/ Madam,

Dear Sir / Madam,

1. We confirm that we are solely responsible for obtaining following tax exemptions,
reductions, allowances or benefits in respect of supplies under the subject Package/
Project, in case of award. We further confirm that we have considered the same in
our bid thereby passing on the benefit to Uttar Haryana Bijli Vitran Nigam Limited
while quoting our prices. In case of our failure to receive such benefits, partly or
fully, for any reason whatsoever, the Employer will not compensate us.
2. We are furnishing the following information required by the Employer for issue of
requisite certificate if and as permitted in terms of the applicable Govt. of India
policies/procedures(in case of award):
Part 1 - Bidding Procedures and Requirements 111

Applicable Act, Sl. No. Description of item Country of Remarks, if any


Notification No. and on which applicable origin
Clause Ref. No.

(The requirements listed above are as per current Notification of Govt. of India
indicated above. These may be modified, if necessary, in terms of the Notifications.)

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].

_________________________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
Part 1 - Bidding Procedures and Requirements 112

Form 19
(Appendix to Technical Part of the Bid)

Format of Bank Guarantee verification Check list

NIT/RFB No.: NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668


Package Name/ Contract Title: Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based and
Results-linked, Distribution Sector Scheme.
.

Page ________ of_ ______ pages

Bidder’s Name and Address: To:


Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)

{In case of JV bidder, mention name


and address of all the Joint Venture members}

(Bank Guarantee verification Check list)


Dear Sir/ Madam
We have ensured compliance to the following checklist in submission of Bank Guarantee :
S. No. Checklist Yes No
1 Does the bank guarantee compare verbatim with standard
proforma for BG?
2(a) Has the executing Officer of BG indicated his name
designation & Power of Attorney No. / Signing power
Number etc. on BG?
2(b) Is each page of BG duly Signed/ initialed by the executants
and last page is signed with full particulars as required in the
standard proforma of BG and under the seal of the bank?
2(c) Does the last page of the BG carry the signatures of two
Part 1 - Bidding Procedures and Requirements 113

witnesses alongside the signature of the executing Bank


Manager?
3(a) Is the BG on non-judicial stamp paper of appropriate value?
3(b) Is the date of sale of non-judicial stamp paper shown on the
BG and the stamp paper is issued not more than Six months
prior to the date of execution of BG?
4(a) Are the factual details such as Bid specification No., LOA
No. contract price, etc, correct?
4(b) Whether Overwriting /cutting, if any on the BG, authenticated
under signature & seal of executants?
5 Is the amount and validity of BG is inline with contract
provisions?
6 Whether the BG has been issued by a Nationalized bank /
Non- Nationalized Bank acceptable to Buyer /Scheduled
Bank in India (the applicability of the bank should be in line
with the provisions of bidding documents)?

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].

_________________________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
(Common Seal).…………..........................................

Appendix to Technical Part


Part 1 - Bidding Procedures and Requirements 114

Attachment-4A : List of Special Maintenance Tools & Tackles included in bid price

Development of Distribution Infrastructure at Kaithal (Package B) of Kaithal District


of Haryana under the Revamped Reforms-based and Results-linked, Distribution
Sector Scheme.

(List of Special Maintenance Tools & Tackles)


Bidder’s Name and Address: To:
Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)
Dear Sir ,

We are furnishing below the list of special maintenance tools & tackles for various
equipment under the subject project. The prices for these tools & tackles are included in our
lumpsum bid price. We further confirm that the list of special maintenance tools & tackles
includes all the items specifically identified in your bidding documents as brought out
below:
----------------------------------------------------------------------------------------------------------------
--
S.No. For Equipment Item Description Unit Quantity
----------------------------------------------------------------------------------------------------------------
--
----------------------------------------------------------------------------------------------------------------
--
Notwithstanding what is stated above, we further confirm that any additional special
maintenance tools and tackles, required for the equipment under this project shall be
furnished by us at no extra cost to the employer.

Date:....................
(Signature)...................................................……………..
Place:................... (Printed Name)..........................................………………
(Designation)................…………............................……..
(Common Seal).…………........................................……..
Part 1 - Bidding Procedures and Requirements 115

Appendix to Technical Part


Attachment-4B : List of Special Maintenance Tools & Tackles not included in bid price

Development of Distribution Infrastructure at Kaithal (Package B) of Kaithal District


of Haryana under the Revamped Reforms-based and Results-linked, Distribution
Sector Scheme.

(List of Special Maintenance Tools & Tackles)

Bidder’s Name and Address: To:


Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)

Dear Sir,
We are furnishing below the list of special maintenance tools & tackles for various
equipment under the subject Project. The prices for these tools & tackles which are to be
taken back after the completion of the work by us are not included in our lumpsum bid price.
We further confirm that the list of special maintenance tools & tackles includes all the items
specifically identified in your bidding documents as brought out below:

(a) .............................

(b) .............................

Date:....................
(Signature)...................................................……………..
Place:...................
(Printed Name)..........................................………………
(Designation)................…………............................……..
(Common Seal).…………........................................……..
Part 1 - Bidding Procedures and Requirements 116

Form 20
(Appendix to Technical Part of the Bid)

Format of Additional Information

NIT/RFB No.: NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668


Package Name/ Contract Title: Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based and
Results-linked, Distribution Sector Scheme.

Page ________ of_ ______ pages

Bidder’s Name and Address: To:


Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)

{In case of JV bidder, mention name


and address of all the Joint Venture members}

(Additional Information)
Dear Sir/ Madam,
In support of the additional information required as per the Bidding Documents, we furnish
herewith our data/details/documents etc., alongwith other information, as follows (the
stipulations have been reproduced in italics for ready reference):

1.0 The Bidder shall furnish

A certificate from their Banker(s) (as per prescribed formats in Form 16, Part -3,
Section-8: Contract Forms) indicating various fund based/non fund based limits
sanctioned to the Bidder and the extent of utilization as on date. Such certificate
should have been issued not earlier than three months prior to the date of bid
opening. Wherever necessary the Employer may make queries with the Bidders’
Bankers.[Reference Part -1, Section 2]
Part 1 - Bidding Procedures and Requirements 117

1.1 In accordance with 1.0, certificate(s) from banker as per requisite format, indicating
various fund based/non fund based limits sanctioned to the bidder or each member of
the joint venture and the extent of utilization as on date is/are enclosed, as per the
following details:

Name of the Bidder/partner of Joint Venture

Name of the Banker by whom certificate issued

Date of certificate (should not be earlier than 3 months


prior to date of bid opening)

Whether fund based/non fund based limits are indicated in


the certificate

Whether extent of utilization is indicated in the certificate

1.2 The Bidder should accordingly also provide the following information/documents (In
case of JV bidders, information should be provided separately for all the Partners
of JV in the given format):

(i) Details of Banker:

Name of Banker
Address of Banker _____________________________
_____________________________
_____________________________

Telephone No. _____________________________


Contact Name and Title _____________________________
Fax No. _____________________________
E-mail ID _____________________________
Part 1 - Bidding Procedures and Requirements 118

(ii) As per para 1.0, Authorization Letter(s) from the bidder (in case of JV bidder,
from all the partners) addressed to the Banker(s), authorizingUttar Haryana
Bijli Vitran Nigam Limited to seek queries about the bidder with the
Banker(s) and advising the Banker(s) to reply the same promptly, is/are
enclosed as per following details:

Sl. Letter Ref. Date Addressed to


No. (name of the Bank)

2.0 OTHER INFORMATION

2.1 Current Contract Commitments of works in progress

Bidders (individual firms or each partners of JV) should provide information on their
current commitments on all contracts that have been awarded, or for which a letter of
intent or acceptance has been received, or for contracts approaching completion, but
for which an unqualified, full completion certificate has yet to be issued.

Details of Value of outstanding work Estimated completion date


Contract (Rs.)

2.2 Financial Data :


(In Rs. Millions)
Actual Projection for next five
(previous five years) years
1. Total Assets
Part 1 - Bidding Procedures and Requirements 119

2. Current Assets
3. Total Liability
4. Current Liability
5. Profit before taxes
6. Profit after taxes

3. The information/documentation in support of Bidder’s design infrastructure and


erection facilities and capacity and procedures including quality control related to the
work, are enclosed at _[…….]______ herewith.

4. The CV and experience details of a project manager with 15 years experience in


executing such contract of comparable nature including not less than five years as
manager and the CVs of other employees to be deputed for the subject work, are
enclosed at _[…….]___ herewith.

Dated the ……………. [Insert date of the month] day of ……………. [Insert month, year]
at ……………. [Insert place].

_________________________________________________________________
Signature {(of Bidders’s authorized Bid Signatory (ies)}# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
(Common Seal).…………..........................................
Part 1 - Bidding Procedures and Requirements 120

Form 21
(Appendix to Technical Part of the Bid)

Format of Integrity Pact


INTEGRITY PACT

PRE-CONTRACT INTEGRITY PACT


GENERAL

This pre-bid contract Agreement (herein after called the Integrity Pact) is made on________
day of the month of_________ 20… , between, on one hand, the Uttar Haryana Bijli Vitaran
Nigam Limited Acting through Superintending Engineer/Planning and Design of the officer,
(hereinafter called the Uttar Haryana Bijli Vitran Nigam Limited”, which expression shall
mean and include, unless the context otherwise requires, his successors in the office and
assigns) of the First Part and M/s.__________________ represented by Shri
_________________ (hereinafter called the "BIDDER/SUPPLIER”, which expression shall
mean and include, unless the context otherwise requires, his successors and permitted
assigns) of the Second Part.

WHEREAS the propose to procure Plant and Installation Services as per the Scope of Work
Mentioned in the RFB document (hereinafter called the "Facilities”, against
RFB/NIT no. 328/P&D/2022-23/Package-B/Bid No. B-668 for Development of
Distribution Infrastructure at Kaithal (Package B) of Kaithal District of Haryana
under the Revamped Reforms-based and Results-linked, Distribution Sector Scheme
which expression shall mean and include, unless the context otherwise requires, any
additions & deletions in the said “Facilities”) and the BIDDER/ Supplier is willing to
offer/has offered the said “Facilities”.

WHEREAS the BIDDER/ Supplier is a Private Company/Public Company/LLP/


Government Undertaking/ Partnership/Proprietorship, constituted in accordance with the
relevant law in the matter and the Uttar Haryana Bijli Vitran Nigam Limited is a Discom
under the Government of Haryana/SPSU performing its function on behalf of the Governer
of Haryana.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and free from
any influence/prejudiced dealings prior to, during and subsequent to the currency of the
Contract to be entered into with a view to:-

Enabling the Uttar Haryana Bijli Vitran Nigam Limited to obtain the desired “Facilities” at a
competitive price in conformity with the defined specifications by avoiding the high cost and
the distortionary impact of corruption on public procurement, and
Part 1 - Bidding Procedures and Requirements 121

Enabling BIDDER/ SUPPLIER to abstain from bribing or indulging in any corrupt practice
in order to secure the contract by providing assurance to them that their competitors will also
abstain from bribing and other practices and the Uttar Haryana Bijli Vitran Nigam Limited
will commit to prevent corruption, in any form, by its official by following transparent
procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:
Commitments of the Uttar Haryana Bijli Vitran Nigam Limited

1.
1.1. The Uttar Haryana Bijli Vitran Nigam Limited undertakes that no official of the
Uttar Haryana Bijli Vitran Nigam Limited, connected directly or indirectly with the
contract, will demand, take a promise for or accept, directly or through
intermediaries, any bribe, consideration, gift, reward, favour or any material or
immaterial benefit or any other advantage from the BIDDER/SUPPLIER, either for
themselves or for any person, organization or third party related to the contract in
exchange for an advantage in the bidding process, bid evaluation, contracting or
implementation process related to the contract.
1.2. The Uttar Haryana Bijli Vitran Nigam Limited will, during the pre-contract stage,
treat all BIDDER/SUPPLIER alike, and will provide to all BIDDER/SUPPLIER the
same information and will not provide any such information to any particular
BIDDER/SUPPLIER which could afford an advantage to that particular
BIDDER/SUPPLIER in comparison to the other BIDDER(S)/SUPPLIER(S).
1.3. All the officials of the Uttar Haryana Bijli Vitran Nigam Limited will report the
appropriate Government office any attempted or completed breaches of the above
commitments as well as any substantial suspicion of such a breach.
2. In case any such preceding misconduct on the part of such official(s) is reported by the
BIDDER/SUPPLIER to theUttar Haryana Bijli Vitran Nigam Limited with the full and
verifiable facts and the same is prima facie found to be correct by the Uttar Haryana Bijli
Vitran Nigam Limited, necessary disciplinary proceedings, or any other action as deemed
fit, including criminal proceedings may be initiated by the Uttar Haryana Bijli Vitran
Nigam Limited and such a person shall be debarred from further dealings related to the
contract process. In such a case, while an enquiry is being conducted by theUttar
Haryana Bijli Vitran Nigam Limited, the proceedings under the contract would not be
stalled.
Commitments of BIDDERs/SUPPLIERs

3. The BIDDER/SUPPLIER commits itself to take all measures necessary to prevent


corrupt practices, unfair means and illegal activities during any stage of its bid or during
any pre-contract or post-contract stage in order to secure the contract or in furtherance to
secure it and in particular commit itself to the following:-
3.1. The will not offer, directly or through intermediaries, any bribe, gift, consideration,
reward, favour, any material or immaterial benefit or other advantage, commission,
fees, brokerage or inducement to any official of theUttar Haryana Bijli Vitran Nigam
Part 1 - Bidding Procedures and Requirements 122

Limited, connected directly or indirectly with the biding process, or to any person,
organization or third party related to the contract in exchange for any advantage in
the bidding, evaluation, contracting and implementation of the contract.
3.2. The BIDDER/SUPPLIER further undertakes that it has not given, offered or
promised to give, directly or indirectly any bribe, gift, consideration, reward, favour,
any material or immaterial benefit or other advantage, commission, fees, brokerage,
or inducement to any official of the Uttar Haryana Bijli Vitran Nigam Limited or
otherwise in procuring the Contract of forbearing to do or having done any act in
relation to the obtaining or execution of the contract or any other contract with the
Government for showing or forbearing to show favour or disfavour to any person in
relation to the contract or any other contract with the Government.
3.3. The BIDDER/SUPPLIER shall disclose the name and address of agents and
representatives and Indian BIDDERSs shall disclose their foreign principals or
associates.
3.4. The BIDDER/SUPPLIER shall disclose the payments to be made by them to
agents/brokers or any other intermediary, in connection with this bid/contract.
3.5. The BIDDER/SUPPLIER further confirms and declares to the Uttar Haryana Bijli
Vitran Nigam Limited that he BIDDER/SUPPLIER is the original
manufacture/Integrator/authorized government sponsored export entity of the
defence stores and has not engage any individual or firm or company whether Indian
or foreign to intercede, facilitate or in any way to recommend to the Uttar Haryana
Bijli Vitran Nigam Limited or any of its functionaries, whether officially or
unofficially to the award of the contract to the BIDDER/SUPPLIER, nor has any
amount been paid. Promised or intended to be paid to any such individual, firm or
company in respect of any such intercession, facilitation or recommendation.
3.6. The BIDDER/SUPPLIER, either while presenting the bid or during pre-contract
negotiations or before signing the contract, shall disclose any payment he has made,
is committed to or intends to make to officials of the UTTAR HARYANA BIJLI
VITRAN NIGAM LIMITED or their family members, agents, brokers or any other
intermediaries in connection with the contract and the details of services agreed
upon for such payments.
3.7. The BIDDER/SUPPLIER will not collude with other parties interested in the
contract to impair the transparency, fairness and progress of the bidding process, bid
evaluation, contracting and implementation of the contract.
3.8. The BIDDER/SUPPLIER will not accept any advantage in exchange for any corrupt
practice, unfair means and illegal activities.
3.9. The BIDDER/SUPPLIER shall not use improperly, for purpose of competition or
personal gain, or pass on to others, any information provided by the Uttar Haryana
Bijli Vitran Nigam Limited as part of the business relationship, regarding plans,
technical proposal and business details, including information contained in any
electronic data carrier. The BIDDER/SUPPLIER also undertakes to exercise due and
adequate care lest any such information is divulged.
Part 1 - Bidding Procedures and Requirements 123

3.10. The BIDDER/SUPPLIER commits to refrain from giving any complaint directly or
through any other manner without supporting it with full and verifiable facts.
3.11. The BIDDER/SUPPLIER shall not instigate or cause to instigate any third person to
commit any of the actions mentioned above.
3.12. If the BIDDER/SUPPLIER or any employee of the BIDDER/SUPPLIER or any
person acting on behalf of the BIDDER/SUPPLIER, either directly or indirectly, is a
relative of any of the officers of the Uttar Haryana Bijli Vitran Nigam Limited, or
alternatively, if any relatives of an officer of the Uttar Haryana Bijli Vitran Nigam
Limited had financial interest/stake in the BIDDER’s/SUPPLIER’s firm, the same
shall be disclosed by the BIDDER/SUPPLIER at the time of filling of tender.

The term ‘relative’ for this purpose would be as defined in Section 6 of the
Companies Act 1956.

3.13. The BIDDER/SUPPLIER shall not lend to or borrow any money from or enter into
any monetary dealings or transactions, directly or indirectly, with any employee of
the Uttar Haryana Bijli Vitran Nigam Limited .

4. Previous Transgression
4.1. The BIDDER/SUPPLIER declares that no previous transgression occurred in the
last three years immediately before signing of this Integrity Pact with any other
company in any country in respect of any corrupt practices envisaged hereunder or
with any Public Sector Enterprise in India or any Government Department in India
that could justify B1DDER's/SUPPLIER’s exclusion from the tender process.
4.2. The BIDDER/SUPPLIER agrees that if it makes incorrect statement on this subject,
BIDDER can be disqualified from the tender process or the contract, if already
awarded, can be terminated for such reason.

5. Earnest Money (Security Deposit) (If applicable as per ITB Clause 18)
5.1. While submitting commercial bid, the BIDDER/SUPPLIER deposit an amount
_________ (as specified in TENDER) as Earnest Money/Security, Deposit, with the
Uttar Haryana Bijli Vitran Nigam Limited through any of the following instruments:
Part 1 - Bidding Procedures and Requirements 124

5.1.1. online by the firm through Debit Card or RTGS/ NEFT or Net banking. It is
expected of the prospective bidder to deposit EMD online by atleast one day before
deadline of submission of bids due to web portal provisioning. Any non-acceptance of
EMD by web-based system on last day of submission of bids due to web-portal
constraints shall be the bidder’s responsibility. Any bid not secured in accordance with
para 5.1.1 above will be rejected by UHBVN as non-responsive.
EMD of Unsuccessful Bidders will be refunded within 2 weeks after the award of the
contract.
EMD furnished by the Successful bidders will be refunded within 7 days from the receipt
of confirmation of Performance Guarantee as per contract by the Accounts wing/DDO on
intimation to the CE/PD&C, UHBVN for making necessary entry in the EMD register.

5.2. The Earnest Money/ Security Deposit shall be valid as per terms of TENDER.
5.3. In the case of successful BIDDER/ SUPPLIER, a clause would also be incorporated
in the Article pertaining to Performance Bond in theprocurement Contract that the
provisions of Sanctions for violation shall be applicable for forfeiture of
Performance Bond in case of a decision by the Uttar Haryana Bijli Vitran Nigam
Limited to forfeit the same without assigning any reason for imposing sanction for
violation of this Pact.
5.4. No interest shall be payable by the Uttar Haryana Bijli Vitran Nigam Limited to the
BIDDER/SUPPLIER on Earnest Money/Security Deposit for the period of its
currency.

6. Sanctions for Violations


6.1. Any breach of the aforesaid provisions by the BIDDER/SUPPLIER or any one
employed by it or acting on its behalf (whether with or without the knowledge of the
BIDDER/SUPPLIER/SUPPLIER) shall entitle the Uttar Haryana Bijli Vitran Nigam
Limited to take all or any one of the following actions, wherever required:-
6.1.1. To immediately call off the pre contract negotiations without assigning any
reason or giving any compensation to the BIDDER/SUPPLIER. However, the
proceedings with the other BIDDER(s) would continue.
6.1.2. The Earnest Money Deposit (in pre-contract stage) and/or Security
Deposit/Performance Bond (after the contract is signed) shall stand forfeited
either fully or partially, as decided by the Uttar Haryana Bijli Vitran Nigam
Limited and the Uttar Haryana Bijli Vitran Nigam Limited shall not be required
to assign any reason therefore.
6.1.3. To immediately cancel the contract, if already signed, without giving any
compensation to the BIDDER.
6.1.4. To recover all sums already paid by the Uttar Haryana Bijli Vitran Nigam
Limited, and in case of the Indian BIDDER/SUPPLIER with interest thereon at
2% higher than the prevailing Prime Lending Rate of State of India, while in
case of a BIDDER/SUPPLIER from a country other than India with Interest
thereon at 2% higher than the LIBOR. If any outstanding payment is due to the
Part 1 - Bidding Procedures and Requirements 125

BIDDER from the Uttar Haryana Bijli Vitran Nigam Limited in connection with
any other contract for any other stores, such outstanding payment could also be
utilized to recover the aforesaid sum and interest
6.1.5. To encash the advance bank guarantee and performance bond/warranty bond, if
furnished by the BIDDER/SUPPLIER, in order to recover the payments,
already made by the Uttar Haryana Bijli Vitran Nigam Limited, along with
interest.
6.1.6. To cancel all or any other contracts with the BIDDER/SUPPLIER. The
BIDDER shall be liable to pay compensation for any loss or damage to the Uttar
Haryana Bijli Vitran Nigam Limited resulting from such cancellation/rescission
and the Uttar Haryana Bijli Vitran Nigam Limited /PRINCIPAL shall be entitled
to deduct the amount so payable from the money(s) due to the
BIDDER/SUPPLIER.
6.1.7. To debar the BIDDER/SUPPLIER from participating in future bidding
processes of the Government of India Uttar Haryana Bijli Vitran Nigam Limited
/PRINCIPAL for a minimum period of five years, which may be further
extended at the discretion of the Uttar Haryana Bijli Vitran Nigam Limited.
6.1.8. To recover all sums paid in violation of this Pact by BIDDER/SUPPLIER (s) to
any middlemen or agent or broken with a view to securing the contract.
6.1.9. In cases where irrevocable Letters of Credit have been received in respect of
any contract signed by the Uttar Haryana Bijli Vitran Nigam Limited with the
BIDDER/SUPPLIER, the same shall not be opened.
6.1.10. Forfeiture of performance Bond in case of a decision by the Uttar Haryana
Bijli Vitran Nigam Limited to forfeit the same without assigning any reason for
imposing for sanction for violation of this pact.
6.2. The Uttar Haryana Bijli Vitran Nigam Limited will be entitled to take all or any of
the actions mentioned at para 6.1 (i) to (x) of this Pact also on the Commission by
the BIDDER/SUPPLIER or any one employed by it or acting on its behalf (whether
with or without the knowledge of the BIDDER/SUPPLIER), of an offence as
defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption
Act, 1988 or any other statute enacted for prevention of corruption.
6.3. The decision of the Uttar Haryana Bijli Vitran Nigam Limited to the effect that a
breach of the provisions of this pact has been committed by the
BIDDER/SUPPLIER shall be final and conclusive on the BIDDER/SUPPLIER.
However, the BIDDER/SUPPLIER can approach the Independent Monitor(s)
appointed for the purposes of this Pact.

7. deleted
7.1. deleted

8. Independent Monitors
8.1. The Uttar Haryana Bijli Vitran Nigam Limited has appointed Independent Monitors
(hereinafter referred to as Monitors) for this Pact in consultation with the Central
Part 1 - Bidding Procedures and Requirements 126

Vigilance Commission (Names and Addresses of the Monitors shall be published


subsequently by Uttar Haryana Bijli Vitran Nigam Limited
8.2. The task of the Monitors shall be to review independently and objectively, whether
and to what extent the parties comply with the obligations under this Pact.
8.3. The Monitors shall not be subject to instructions by the representatives of the parties
and perform their functions neutrally and independently.
8.4. Both the parties accept that the Monitors have the right to access all the documents
relating to the project/procurement, including minutes of meetings.
8.5. As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he
will so inform the Authority designated by the Uttar Haryana Bijli Vitran Nigam
Limited.
8.6. The BIDDER/SUPPLIER(s) accepts that the Monitors has the right to access
without restriction to all project documentation of the Uttar Haryana Bijli Vitran
Nigam Limited including that provided by the BIDDER/SUPPLIER. The
BIDDER/SUPPLIER will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his project
documentation. The same is applicable to Subcontractors. The Monitor shall be
under contractual obligation to treat the information and documents of the
BIDDER/SUPPLIER/Subcontractors(s) with confidentially.
8.7. The BUYER will provide to the Monitors sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
impact on the contractual relations between the parties. The parties will offer to the
monitor the option to participate in such meetings.
8.8. The Monitor will submit a written report to the designated Authority of Uttar
Haryana Bijli Vitran Nigam Limited /Secretary in the Department/ within 8 to 10
weeks from the date of reference or intimation to him by the Uttar Haryana Bijli
Vitran Nigam Limited BIDDER/SUPPLIER and, should the occasion arise, submit
proposals for correcting problematic situations.

9. Facilitation of Investigation
In case of any allegation of violation of any provisions of this Pact or payment of
commission, the Uttar Haryana Bijli Vitran Nigam Limited or its agencies shall be entitled to
examine all the documents including the Books of Accounts of the BIDDER/SUPPLIER and
the BIDDER/SUPPLIER shall provide necessary information and documents in English and
shall extend all possible help for the purpose of such examination.

10. Law and Place of Jurisdiction


This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of
the Uttar Haryana Bijli Vitran Nigam Limited.

11. Other Legal Actions


Part 1 - Bidding Procedures and Requirements 127

The actions stipulated in this Integrity Pact are without prejudice to any other legal action
that may follow in accordance with the provisions of the any extent law in force relating to
any civil or criminal proceedings.

12. Validity
12.1. The validity of this Integrity Pact shall be from the date of its signing and extend up
to 5 years or the complete execution of the contract to the satisfaction of both the
Uttar Haryana Bijli Vitran Nigam Limited and the BIDDER/SUPPLIER, including
warranty period, whichever is later. In case BIDDER/SUPPLIER is unsuccessful,
this Integrity Pact shall expire after six months from the date of the signing of the
contract.
12.2. Should one or several provisions of this Pact turn out to be invalid; the remainder of
this Pact shall remain valid. In this case, the parties will strive to come to an
agreement to their original intentions.

13. The parties hereby sign this Integrity Pact at_________ on_________
Signed on ……………..(Insert the Date)
-------------------------------------------------------------------------------------

Signature (of Bidders’s authorized Bid Signatory)# {In full and initials}:

Full name: {insert full name of authorized Bid Signatory }


Title: {insert title/position of authorized Bid Signatory }
Name of Bidder (Sole Bidder’s name or Consortium/ JV’s name, if applicable):
Capacity: {insert the person’s capacity to sign for the Bidder}
Address: {insert the authorized Bid Signatory’s address}
Phone/fax: {insert the authorized Bid Signatory’s phone and fax number, if
applicable}
Email: {insert the authorized Bid Signatory’s email address}
#
{For a joint venture, either all members shall sign or only the authorised signatory
as per ITB 19.4, in which case the power of attorney to sign on behalf of all
members shall be attached}
Witness
1.____________________________

2. ____________________________

UTTAR HARYANA BIJLI VITRAN NIGAM L IMITED


Name of the Officer
Designation
Deptt/MINISTRY/PSU

Witness
1.____________________________
Part 1 - Bidding Procedures and Requirements 128

2. ____________________________

* Provision of these clauses would need to be amended/deleted in line with the policy of the
UTTAR HARYANA BIJLI VITRAN NIGAM LIMITED in ¬regard to involvement of
Indian agents of foreign supplies.
Part 1 - Bidding Procedures and Requirements 129

FORM 22

Development of Distribution Infrastructure at Division Kaithal (Package-B) Kaithal


District of Haryana under the Revamped Reforms-based and Results-linked,
Distribution Sector Scheme which includes Augmentation of LT Line with XLPE
Cable; Replacement of LT Line with conductor; Bifurcation of 11 KV Feeder &
Augmentation of DTR.

Declaration by the bidder [on his letter head)

To: Uttar Haryana Bijli Vitran Nigam Limited,


Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana).

I hereby submitting my bid against the NIT no. 328/P&D/2022-23/Package-B/B-668 of


UHBVN only against the following packages in the order of preference and my bid against
technical evaluation be considered only against the below mentioned packages:-

Sr. Kindly mention “YES” or Preference


Package No.
No. “NO” against the package order
(1) (2) (3) (4)

1 A (Gulha)

2 B (Kaithal)
3 C (Pundri)

(Signature of Authorized Signatory of firm)

Note: -

1. In the column no. (3) of the above format, the bidder is required to mention “ YES”
against the packages against which he intends to participate. Rest of the cells of column no.
3 be filled with “NO”.
2. The Part-I (Technical Bid) of the bidders will be evaluated as per the above declaration
given by the bidder and price bid of the only those packages will be considered.
3. The bidder is required to indicate the order of preference in respect of the packages
against which bid has been submitted by him.
4. In case, bidder has not indicated name of the package in this format but quote rates in the
price bid in respect of that package or vice versa, participation of the bidder in respect of
such package(s) will be rejected and bidder shall have no claim whatsoever it may be in this
regard.
Part 1 – Bidding Proceduresand Requirements 130

Section - 5 : Bidding Forms - Financial Part of the Bid


Package B - BOQ for Division Kaithal in Kaithal District under RDSS Scheme
Unit
Erection Total Total Unit
Unit Supply Total Supply
Price incl. Erection prices incl.
Price incl. Price incl. all
S. F&I charges Price incl. all Supply, F&I,
Discription Unit Quantity all taxes taxes and
No. and all taxes and Erection & all
and duties duties
applicable duties taxes
(Rs/Unit) (Rs.)
Taxes (Rs.) (Rs.)
(Rs/ Unit)
1 PCC Poles 11 M long No. 3065.00 5935.68 18192859.20 397.58 1218582.70 19411441.90
2 PCC Poles 9m long No. 3836.00 2558.34 9813792.24 379.05 1454035.80 11267828.04
3 GI Top Brackets / hamper No. 1604.00 198.05 317672.20 10.00 16040.00 333712.20
GI V-Shape X Arm 100x50x6
4 No. 1604.00 1853.52 2973046.08 95.00 152380.00 3125426.08
mm13.200kg
11 kV Polymeric Pin Insulator with
5 No. 5637.00 156.11 879992.07 10.00 56370.00 936362.07
Pin
11 KV Polymeric Disc Insulator (T
6 No. 1696.00 117.67 199568.32 16.00 27136.00 226704.32
&C type) with fitting
7 ACSR Conductor 100mm2 Km 398.12 114503.19 45586239.01 3350.00 1333708.70 46919947.71
P.G. Clamps for 30/50/80/100
8 No. 1651.00 46.60 76936.60 5.00 8255.00 85191.60
mm2
9 ACSR Conductor 80mm2 Km 27.54 90139.55 2482443.21 2520.00 69400.80 2551844.01
10 GI Eye Screw Bolts 9"x5/8" No. 1604.00 57.09 91572.36 4.00 6416.00 97988.36
11 GSL 8 SWG Kg. 37302.30 99.40 3707848.62 8.55 318920.43 4026769.05
12 Stay wire 7/8 SWG Kg. 43261.20 96.11 4157833.93 6.00 259567.20 4417401.13
Part 1 - Bidding Procedures and Requirements 131

Section - 5 : Bidding Forms - Financial Part of the Bid


Package B - BOQ for Division Kaithal in Kaithal District under RDSS Scheme
Unit
Erection Total Total Unit
Unit Supply Total Supply
Price incl. Erection prices incl.
Price incl. Price incl. all
S. F&I charges Price incl. all Supply, F&I,
Discription Unit Quantity all taxes taxes and
No. and all taxes and Erection & all
and duties duties
applicable duties taxes
(Rs/Unit) (Rs.)
Taxes (Rs.) (Rs.)
(Rs/ Unit)
Stay Sets 8' long complete with X-
13 Plate & GI Elbow & Nut Wt. 2.240 No. 4390.00 1606.54 7052710.60 299.00 1312610.00 8365320.60
KG
14 Earth Rod Wt. 6.175 Kg. No. 289.00 617.45 178443.05 151.00 43639.00 222082.05
15 GI Nuts, Bolts & washer off sizes Kg. 12864.50 117.67 1513765.72 7.00 90051.50 1603817.22
16 GI Half Clamp wt. 1.47 kg No. 8670.00 196.89 1707036.30 10.00 86700.00 1793736.30
17 GI Full Clamp wt. 2.325 kg No. 4548.00 312.22 1419976.56 15.00 68220.00 1488196.56
G.I. Channel (X-Arm) 100x50x6mm
18 2200mm (for H pole ) wt. 21.032 No. 1191.00 2953.28 3517356.48 151.00 179841.00 3697197.48
kg.
G.I..Angle Iron 50x50x6mm
19 2400mm (for earthing) wt. 10.80 No. 687.00 1519.16 1043662.92 77.00 52899.00 1096561.92
kg.
G.I. Angle 50x50x6mm-2860mm
20 No. 824.00 1810.41 1491777.84 92.00 75808.00 1567585.84
(Bracing H.Pole weight 12.87 Kg.
G.I. Angle 50x50x6 mm2200 mm
21 No. 824.00 1392.18 1147156.32 71.00 58504.00 1205660.32
for belting
Part 1 - Bidding Procedures and Requirements 132

Section - 5 : Bidding Forms - Financial Part of the Bid


Package B - BOQ for Division Kaithal in Kaithal District under RDSS Scheme
Unit
Erection Total Total Unit
Unit Supply Total Supply
Price incl. Erection prices incl.
Price incl. Price incl. all
S. F&I charges Price incl. all Supply, F&I,
Discription Unit Quantity all taxes taxes and
No. and all taxes and Erection & all
and duties duties
applicable duties taxes
(Rs/Unit) (Rs.)
Taxes (Rs.) (Rs.)
(Rs/ Unit)
22 Barbed wire Kg. 2729.30 75.64 206444.25 6.00 16375.80 222820.05
Danger Plate (Enamelled with
23 No. 3080.00 79.22 243997.60 9.00 27720.00 271717.60
Clamp)
24 Number Plate with Clamp No. 2469.00 79.22 195594.18 9.00 22221.00 217815.18
On H-pole/4pole Phase
25 Set. 459.00 66.41 30482.19 7.00 3213.00 33695.19
identificaiton Plates (3nos.)
GI Strip 25x6mm, 9meter for
26 No. 824.00 1448.10 1193234.40 82.00 67568.00 1260802.40
earthing Wt. 10.80 Kg.
11 KV Lightening Arrestor Type 9
27 Set. 54.00 2330.00 125820.00 559.00 30186.00 156006.00
KV (Set of three no.)
11 KV G.O. Switch 400 Apms. For
28 No. 108.00 10561.89 1140684.12 738.00 79704.00 1220388.12
11 mtr.
11 KV VCB Rating 400 Amps.
29 Outgoing Panel (indoor type) 220 No. 54.00 388647.50 20986965.00 6708.00 362232.00 21349197.00
volt DC operated
Muffing of11 mtr long PCC Pole(1.8
30 No. 1068.00 0.00 0.00 1408.00 1503744.00 1503744.00
m below the 0.3 m above the
Part 1 - Bidding Procedures and Requirements 133

Section - 5 : Bidding Forms - Financial Part of the Bid


Package B - BOQ for Division Kaithal in Kaithal District under RDSS Scheme
Unit
Erection Total Total Unit
Unit Supply Total Supply
Price incl. Erection prices incl.
Price incl. Price incl. all
S. F&I charges Price incl. all Supply, F&I,
Discription Unit Quantity all taxes taxes and
No. and all taxes and Erection & all
and duties duties
applicable duties taxes
(Rs/Unit) (Rs.)
Taxes (Rs.) (Rs.)
(Rs/ Unit)
ground)

31 HT XLPE Cable size 3Cx185mm2 KM 15.86 1460756.22 23160289.87 33540.00 531776.70 23692066.57
Heat Termination kit for XLPE
32 No. 46.00 978.60 45015.60 727.00 33442.00 78457.60
cable 185 mm2 (ID)
Heat Termination kit for XLPE
33 No. 46.00 1147.53 52786.38 727.00 33442.00 86228.38
cable 185 mm2 (OD)
Suspension Clamp Assembly with
34 No. 453.00 495.13 224293.89 52.00 23556.00 247849.89
eye hook
Dead end clamp Assembly with
35 No. 91.00 284.26 25867.66 30.00 2730.00 28597.66
eye hook
36 G.I..Angle Iron 50x50x6 Kg. 755.00 120.47 90954.85 7.00 5285.00 96239.85
37 Caternary Wire 7/14 SWG Kg. 5417.00 91.01 493001.17 10.00 54170.00 547171.17
38 Wooden Clamp/Cleat 25-95 mm No. 513.00 524.25 268940.25 27.00 13851.00 282791.25
JT. KIT O/D HT XLPE Cable 3CX185
39 No. 92.00 1147.53 105572.76 727.00 66884.00 172456.76
mm2
40 GI Earthing sets with pipe 40 mm No. 2894.00 2214.67 6409254.98 610.08 1765571.52 8174826.50
Part 1 - Bidding Procedures and Requirements 134

Section - 5 : Bidding Forms - Financial Part of the Bid


Package B - BOQ for Division Kaithal in Kaithal District under RDSS Scheme
Unit
Erection Total Total Unit
Unit Supply Total Supply
Price incl. Erection prices incl.
Price incl. Price incl. all
S. F&I charges Price incl. all Supply, F&I,
Discription Unit Quantity all taxes taxes and
No. and all taxes and Erection & all
and duties duties
applicable duties taxes
(Rs/Unit) (Rs.)
Taxes (Rs.) (Rs.)
(Rs/ Unit)
dia, 6m
GI Strip 25x6mm, 9meter for
41 No. 2069.00 1448.10 2996118.90 82.00 169658.00 3165776.90
earthing
42 LT Insulator No. 16484.00 11.65 192038.60 1.00 16484.00 208522.60
43 D-strap No. 16484.00 79.22 1305862.48 9.00 148356.00 1454218.48
LT XLPE 1Cx50 mm2 Armoured
44 Km 335.36 104771.95 35135902.06 5590.00 1874640.04 37010542.10
Cable
LT XLPE1Cx95 mm2 Armoured
45 Km 630.11 164120.54 103414321.70 7830.00 4933776.96 108348098.66
Cable
LT XLPE1Cx120 mm2 Armoured
46 Km 442.74 224981.31 99607325.26 7830.00 3466622.88 103073948.14
Cable
LT XLPE 4Cx25 mm2 Armoured
47 Km 66.30 200483.69 13292670.10 15090.00 1000512.27 14293182.37
Cable
LT XLPE 4Cx50 mm2 Armoured
48 Km 86.07 307731.26 26487045.01 15090.00 1298826.48 27785871.49
Cable
Insulated Piercing Connector (IPC)
49 No. 2502.00 102.52 256505.04 5.00 12510.00 269015.04
16-95mm2
Part 1 - Bidding Procedures and Requirements 135

Section - 5 : Bidding Forms - Financial Part of the Bid


Package B - BOQ for Division Kaithal in Kaithal District under RDSS Scheme
Unit
Erection Total Total Unit
Unit Supply Total Supply
Price incl. Erection prices incl.
Price incl. Price incl. all
S. F&I charges Price incl. all Supply, F&I,
Discription Unit Quantity all taxes taxes and
No. and all taxes and Erection & all
and duties duties
applicable duties taxes
(Rs/Unit) (Rs.)
Taxes (Rs.) (Rs.)
(Rs/ Unit)
Insulated Piercing Connector (IPC)
50 No. 3248.00 121.16 393527.68 6.00 19488.00 413015.68
50-150mm2
LT PVC 2Cx10 mm2 Armoured
51 km 89.75 67283.41 6038686.05 8390.00 753002.50 6791688.55
Cable
200 KVA 11/.44 KVA Al. Wound
52 No. 113.00 295374.10 33377273.30 664.75 75116.75 33452390.05
Distribution Transformer
100 KVA 11/.44 KVA Al. Wound
53 No. 15.00 160856.21 2412843.15 664.75 9971.25 2422814.40
Distribution Transformer
54 LT Line Spacers No. 678.00 11.65 7898.70 1.00 678.00 8576.70
Sign Boards (Supply and erection/
55 No. 10.00 - - 11000.00 110000.00 110000.00
Lumpsump)
Total without Dismentalling 487468906.81 - 25422400.28 512891307.09
Dismantling of existing ACSR
56 Conductor and carriage to Nigam Km. 10.04 - - - - 38721.79
Store
Part 1 - Bidding Procedures and Requirements 136

Section - 5 : Bidding Forms - Financial Part of the Bid


Package B - BOQ for Division Kaithal in Kaithal District under RDSS Scheme
Unit
Erection Total Total Unit
Unit Supply Total Supply
Price incl. Erection prices incl.
Price incl. Price incl. all
S. F&I charges Price incl. all Supply, F&I,
Discription Unit Quantity all taxes taxes and
No. and all taxes and Erection & all
and duties duties
applicable duties taxes
(Rs/Unit) (Rs.)
Taxes (Rs.) (Rs.)
(Rs/ Unit)
Dismantling of existing LT AB Cable
3Cx16+25mm2 or LT AB Cable
57 3Cx50+35mm2 or LT AB Cable Km 508.77 - - - - 2426307.45
3Cx50+35mm2 and carriage to
Nigam Store
Dismantling of existing
11/0.433kV, 3 Phase Distribution
Transformer of various
capacities100 KVA 11/.44 KVA Al.
Wound Distribution Transformer
58 No. 128 - - - - 42544.00
and Carriage to NIgam Store
63 KVA 11/.44 KVA Al. Wound
Distribution Transformer or
25 KVA 11/.44 KVA Wound
Distribution Transformer
Grand Total 515398880.32
I. Guidance on General / Contractual Guidance terms of the SBD
S.No Description Guidance
1. E-tendering The RDSS works shall be awarded through e-tendering mode
only. For this, EMPLOYER has to engage a service provider
who would support them in uploading SBD on web portal,
uploading results of Pre-Bid Conference, On-line submission
and opening of Price Schedules and other activities involved
with e-tendering. The EMPLOYER shall be required to
nominate their authorized officials to whom service provider
will provide official permission of opening of bids/extension of
bids etc. EMPLOYER must give at least 45-day time to bidders
for submission of bids from date of uploading of bid document
on web portal.
2. Minimum unit Minimum unit for which tender is to be issued should not
ideally be smaller than a district, however the Employers are
free to choose the minimum unit for the issuance of tenders as
per its own operational ease. Group of districts may also be
combined to form packages as per Employer’s requirements.
3. Start date of The zero date of supply of erection contract of Power
Substation Contracts Substation shall be counted from availability of land and it’s
handing over to turnkey contractor.
4. Last Date of Bid The minimum time to be allowed for submission of BID is to be
Submission finalized by the Employer based upon the prevailing practices in
the State/DISCOM.
5. Project Duration The Employer is free to define the timelines for the envisaged
works in line with their action plan for the scheme.
6. Bid Security 2% of the tender value or Rs. 5 (five) Crore, whichever is lower,
will be applicable. However, if the tender is issued by the
Employer before 31.12.2021, in line with relevant circular No.
3/7/2017 – Trans-Pt(6) dated 23.03.2021 issued by the Ministry
of Power and OM No. F/9/4/2020-PPD dated 12.11.2020 issued
by the Ministry of Finance, a bid security declaration is to be
furnished by the selected bidder. In case, subsequent orders are
issued on this subject by the Ministry of Power/Ministry of
Finance, the same may be followed by the Employer.
7. Cost of Bid Document Employer to fill the cost of bid in the document and suitably
incorporate changes in the condition in the Standard Bidding
Documents.
S.No Description Guidance
8. Defect Liability Period The Defect Liability Period of Twelve (12) months from the
date of Completion of Facilities (or any part thereof) has been
kept in Bid Documents.
9. Delayed payments by In case of delay in payment by the Employer beyond 60 days
Employer after receipt of invoice enclosing requisite documents as per the
payment terms mentioned in the SBD, the employer is required
to pay interest on the invoice amount to the contractor, this
amount shall be accounted separately and shall not be a part of
the project cost. The interest rate applicable for such delayed
payment will be equal to the marginal cost of funds-based
lending rate (MCLR) for one year of the State Bank of
India(SBI), as applicable on the 1stApril of the financial year in
which the date of disbursement of the payment lies.
10. Fund disbursals and Payment as per contract payment terms is to be released timely
contractual payment by the Employer, without any linkage to disbursement of funds
milestones by nodal agency under the RDSS. Adequate working capital
arrangements are to be made by the Employer for the same.
Employer may also consider delegation of payment to circle
level or Division level as decided by the State to simplify the
payment process.
11. Fund Release The funds flow from Nodal Agency to Employer to the
contractor will be mandatorily under PFMS platform, so that
expenditure / utilization of funds is tracked on real time basis.
12. Mobilization Advance The interest rate applicable on mobilization advance shall be
one year period Marginal Cost of Funds Based Lending Rate
(MCLR) of State Bank of India, prevailing on the date of
advance payment to the Contractor. The interest rate shall be
calculated on the daily progressive balances outstanding as on
the date of recovery/adjustment i.e. on daily rest basis.
13. Performance Bank 3% of the estimated value is to be furnished by the selected
Guarantee bidder as performance bank guarantee.. In case, subsequent
orders are issued on this subject by the Ministry of Power /
Ministry of Finance, the same may be followed by the
Employer.
14. Post bid Changes Post bid changes shall not be permitted on contract conditions,
technical specifications, scope of work etc.
15. Qualification criteria The Employer should use the Qualification criteria currently
specified in the draft SBD. However, after issuance of the first
tender, if the Employer does not get sufficient participation
from interested Bidders, it may relax the relevant eligibility
clause with approval of the DRC.
S.No Description Guidance
16. Estimate for the work Project Implementing Agencies (Employer) are requested to
based on Price prepare their estimate based on their approved latest Schedule
Schedule of Rates. For items where SOR rates are not available, market
rate analysis be performed. Latest L-1 price of tender floated
may be used for this purpose provided it is single item contract.
All the rates of items used to prepare the estimate should be
thoroughly checked and approved by the competent authority of
the Employer or the Officer in-charge.
17. Price Schedule There are three price schedules attached with the SBD namely:
i. Supply of Plant (including Mandatory Spare Parts) : The
bidder is expected to quote the prices for supply of
materials required to complete the project.
ii. Supply of Installation Services: The bidder is expected
to quote the prices for installation of materials including
erection and civil works wherever required for
completion of the project.
iii. Grand Summary (Schedule Nos.1 and 2): The bidder is
expected to fill the financial summary of supply of plant
and supply of installation services.
18. SOR rates-based price The nodal agency has received multiple requests from States to
schedule allow single percentage SOR based price schedule. It is to be
noted that the method has its own merits and demerits as given
below: -
1. Merits:
1.1. No risk of excessive loading of price bids into specific
items
1.2. Price bids are easier to evaluate and compare
2. Demerits
2.1. In case the latest approved SOR being used by
Employer has not been approved within last 12-18
months, various items may have undergone price
variations that are significantly different from each
other since the SOR approval dates, rendering the SOR
inadequate for usage.
2.2. Different bidders may have different costs and margins
for the same items, which reflect into their bid prices.
Having a fixed SOR may burden cashflow of the
bidders in case it compels them to inject additional
liquidity while incurring losses in earlier stages of the
S.No Description Guidance
project for some items.
Based on the merits and demerits, the nodal agency
recommends the existing method of schedule of rates, in which
bidders are free to quote prices for different items which reflect
their own costs. However, in case any Employer wishes to use a
single percentage SOR based price schedule, it can do so at its
discretion. In this case, Employer should follow the below
guidelines: -
i. Employer will be required to fill approved rates for
each item in the price schedule, based on their
approved SOR. The approved SOR must have been
approved within the last 18 months. In case the SOR
was approved before last 18 months, Employer
should revise the rates as per their own practices and
the same must be approved from the competent
authority and/or verified & approved by the
Employer’s Officer in-charge. Employer needs to
ensure that the approved rates reflect the market
conditions.
ii. A single input cell for percentage must be provided
to be filled by the bidder in each of the price
schedules. The price schedule should automatically
multiply the SOR rate with the single percentage to
reflect the rate quoted by the bidder for each item.
19. Partial Turnkey Employers may be allowed to procure some of the key material
itself and tender out its erection and commissioning activities
under a partial turnkey arrangement, subject to its submission of
a detailed proposal to the nodal agency highlighting the reasons
for the procurement, and the corresponding approval of the said
proposal. This SBD will then need to be customized by the
Employer for the partial turnkey tenders.However, other parts of
bid documents like scope of works, GCC, Payment terms, PQR,
Quality Assurance, Price Schedule etc. shall aligned with the
SBD of RDSS scheme. Only Scope of works shall be suitably
modified including relevant changes in Price Schedule.
20. Quantities in Price The quantities in price schedule are kept blank. The Employer
schedule shall be required to fill up the quantities of various items in the
Price schedules as per its requirements.
S.No Description Guidance
21. Quantity variation a) The quantity of items given in the Price Schedules forming
part of the Contract are provisional. The variation in
quantity of the items shall be within the limit of plus/minus
(+/-) fifty percent (50%) for individual items. In case the
quantity variation of the individual items is beyond the limit
specified above, the unit rates for the quantity beyond the
said limit, shall be mutually agreed based on prevailing
market rates as may be fair and reasonable.
b) It is to be noted that Employer may choose to approve a
variation of upto 20% of contract value (calculated using the
rates quoted at the time of bidding) which has been caused
due to quantity variation. For variation of greater than 20%
but less than 50% of contract value (calculated using the
rates quoted at the time of bidding), Employer will need to
take DRC approval for approving the said quantity
variation.
c) It may also be noted that funding for the overall contract
value, including aforementioned variation in contract value
due to quantity variation, will be limited to the initial
administrative project cost allocated within the DPR
sanctioned by the nodal agency. Any gap funding above the
sanction will be borne completely by the employer.
22. Price Adjustment The Price Adjustment clause mentioned in Appendix – 2 of
Form -5 of Section 8, Part 3 of the SBD shall be applicable
from the date of signing of the contract, and only for the
materials as mentioned in the same appendix. The price
variation on eligible materials would essentially be calculated
on the basis of L-2 schedule finalized jointly by the Discom
and successful bidder before signing of the formal contract
agreement.
23. Unbalanced bids To mitigate the risk of unbalanced bids, an additional
(Optional Clause) performance security may be taken from the selected bidder by
the Employer. A bid may be considered unbalanced if value
placed by bidder for the supply part of contract exceeds 70%
(Employers may revise this limit as per their contextual
requirements) of the overall bid price. Value of the additional
performance security should be calculated at a pre-defined
percentage of the level of unbalancing i.e. (actual value of bid
part of supply) minus (70%(or revised limit) of overall bid
price). The pre-defined percentage is to be decided by the
Employer.
For Example:
S.No Description Guidance
If for any bidder, the supply part of contract (Ex-works supply
of materials - Price Schedule-1) is 85% of the overall bid price
(Grand Summary – Price Schedule-3)
Assuming that the employer revises the 70% limit to 65%
Assuming that Pre-defined rate for additional Performance
Security = 10%
Hence the amount of additional Performance Security = 10% of
[(85% - 65%) x (Overall bid price)] = 0.1 x 0.2 x Overall Bid
Price
24. Dedicated bank In the interest of the project if required by the Employer, the
account of contractor contractor may be required to create a dedicated bank account
(Optional Clause) for usage of the funds under the project, the contractor may be
required to provide the details of the transactions under this
account to the Employer at the time of key milestones as
defined by the Employer. A clause to this effect has been
introduced in the SBD (ITB 46, Section – 3, Part – 1) which can
be retained/deleted by the Employer as per its requirement.
25. Assessing capacity of If it desires, the Employer can include new clauses and/or
bidder modify existing clauses in the SBD to assess the capacity and
capability of the bidder, should the circumstances warrant such
assessment in an overall interest of the Employer. The criteria
for assessing capacity of bidder is as below:
Requirement: The bid capacity of the turnkey contractor, should
be equal to or more than the estimated cost of the tender. Same
shall be assessed as per following formula:
Bidding capacity = [A X N X 2] – B
 A: Maximum turnover in last 3 FYs (only from the similar
works business, to be CA certified)
 N: Years prescribed for work completion under tender
 B: Value of existing commitments & ongoing works (for
which LOI/LOA have been issued, bidder to update same
values post LOI under this tender)
26. State Laws or rules In case there is difference between an SBD clause and a State
law or Act, Employers may modify the respective SBD clause
to align it with the respective law or Act of the respective State,
provided that the said State law or Act is a mandatory provision,
and not merely guidance. Employer’s own issued policies and
practices shall not be construed to mean as a State law or Act in
this regard.
S.No Description Guidance
27. Scheme applicability In case, a specific part of electrical network upto 66 KV comes
for State transmission under Transmission utility of the State and needs to be covered
utilities under the scheme, the same may be taken up under the scheme.
However, for the purpose of claiming grant for the same, only
respective State Discom will be eligible to submit claims. The
funding and operational arrangement for the same needs to be
decided between the respective State Discom and Transco.
28. Approvals for Earmarked sections of SBD should not be changed by States
deviations from SBD during bidding. These sections may be defined as GCC, SCC,
PQR, Quality Assurance provisions, payment terms, Quantity
Variations, and Price Variation. For any deviations from the
SBD, the DISCOM shall take requisite approvals from the
Nodal Agency.
The DISCOM is free to edit complete Part-2 and BOQ/price
formats based on its requirements/ prevalent practice.

II. Technical Guidance Notes:


S.No Description Action
1. Modifications/Insertions/Deletions The Employers are free to modify, insert or delete
in Technical Specifications and any specific information (Technical specifications of
Scope of Works material, Drawings and scope of works) in the
technical specifications or the scope of works with
exception to the Inspection / Quality assurance
mechanism and GIS tagging and asset mapping on
the GIS portal clause, based on their requirements.
The Employers are free to make the modifications in
the price schedules corresponding to the changes
introduced in technical specifications and Scope of
works. However, the modification in price schedule
shall be in line with approved DPR of the utility and
the price schedule must be in the format as provided
in the SBD. No change in price schedule shall be
considered which changes scope of works beyond
the approved DPR.
State deptt/DISCOM may amend better technical
specifications as specified in SBD but inferior
specification clause should not be added.
2. Standard Modifications Necessary modifications shall be made wherever
applicable on the account of changes/issuance of
revised standards (IS/IEC or any other standard
followed). All BIS specifications indicated in
technical specification shall be specifications
including their Amendments issued as on bid
opening date of contract. Special focus should be
given to testing, inspection, guarantee clauses etc.
mentioned in the SBD. Any linkages within the
document should also be modified in line with the
changes mentioned above. Necessary approvals for
change in clauses should be taken from the nodal
agency in this regard.
3. Tender contents In linewith the operational guidelines issued for the
scheme, it is expected that the Employer would
publish the tender for loss reduction during the
current financial year and for system modernization
during the next year. It is to be noted that the tender
would comprise of activities pertaining to loss
reduction and system modernization only. Activities
pertaining to SCADA, DMS, Metering (System and
Consumer), and IT/OT, would be captured in
respectively separate tenders.
4. Type testing No type testing is envisaged in the RDSS projects.
However, only those materials from the suppliers
are eligible for supply for which the supplier has
valid type-test report as per relevant IS specification
(Type tested within last five years). Hence, the
supplier has to submit valid type test certificate in
support of materials like VCB, Battery, CTs, PTs,
Power and Control cables.Please note thatno type
testing charges shall be paid to successful bidders
for fresh type testing of materials.
5. GIS platform and app The GIS platform and the associated mobile app
will be provided by the Nodal Agency to the
employer which in turn shall be provided by the
Employer to the bidder at no extra cost. The scope
of the bidder is limited to updating the GIS co-
ordinates and the associated mapping information of
the new assets created/upgraded on the platform
provided by the Employer using the mobile app,
however no separate payment will be provided to
the bidder for the same but asset tagging on GIS
platform will be mandatory for the issuance of
completion certificate. Further guidelines in this
regard will be released by the nodal agency in due
S.No Description Action
course.
6. Inspection Testing of major materials underCategory A(defined
in SCC and Section 6-Employer’s Requirement) is
mandatorily to be done from NABL accredited labs,
for at least two lots.These lots would be the 1stlot
and any other lot as decided by the DISCOM. The
2nd lot shouldpreferably be the one for which pre-
dispatch inspection has not been carried out by the
DISCOM. Material clearance of the lots under
testing shall only be given post receipt of successful
test results.
Part -2 : Employer’s Requirements 1

PART 2

EMPLOYER’S REQUIREMENTS
Part -2 : Employer’s Requirements 2

Section - 6 : Employer’s Requirements

Table of Contents

PART 2..................................................................................................................................... 1

Section - 6 : Employer’s Requirements ................................................................................. 2


1. Overview of the Scope of Works .........................................................................................3
2. Survey ..................................................................................................................................5
3. Project Management System................................................................................................6
4. Quality Assurance and Evaluation Mechanism ...................................................................7
Annexure-A..............................................................................................................................22
5. Type and Acceptance test ..................................................................................................34
6. Type Testing, Inspection, Testing & Inspection Certificate ..............................................34
7. Pre-Commisioning Tests....................................................................................................36
8. Commisioning Tests ..........................................................................................................36
9. GIS mapping & asset tagging ............................................................................................37
10. Documentation ...................................................................................................................38
11. Return of replaced old materials to the area stores of Employer .......................................41
12. Miscellaneous activities .....................................................................................................42
13. Individual work components..............................................................................................44
13.1. New 11 KV Lines ....................................................................................................44
13.2. Distribution Transformer Substations ......................................................................52
13.3. New LT Line ............................................................................................................62
13.4. Augmentation and Renovation ................................................................................69
13.5. High voltage distribution system (HVDS)...............................................................81
13.6. Civil Works And Soil Investigation.........................................................................91
13.7. LT AB Cable Reconductoring Work .....................................................................123
13.8. Construction of New 11 kV Feeders and Associated Works for Separation of
Agricultural Consumers ...................................................................................................134
13.9. Underground Cabling.............................................................................................137
13.10. Plinth Mounted Distribution Substations ...............................................................142
13.11. Technical Specifications………………………………………………………….187
Part -2 : Employer’s Requirements 3

1. Overview of the Scope of Works


The work is to be executed on turnkey basis, the scope of which includes survey, network design,
supply, manufacturer’s quality assurance, testing (where specified/ required), transportation, storage,
erection, including all civil/ structural works, site testing, commissioning of all items & materials
including all associated activities though not exclusively specified herein and are required for the
completion and satisfactory performance of the entire works as intended.
The scope of works also include General Technical Instructions enclosed at Annexure-B.

This specification intends to cover but not limited to the following activities, services and works:
• Providing engineering data, and drawing for review, approval and records.
• Supply, testing, packing, transportation and insurance from the manufacturer’s work to the site.
• Receipt, storage, insurance, preservation and conservation of equipments at the site.
• Fabrication, pre-assembly (if any), erection, testing and putting into satisfactory operation of all
the equipments/ materials including successful commissioning.
• In addition to the requirements indicated in this section, all the requirements as stated in Technical
specifications shall also be considered as a part of this specification as if completely bound
herewith.
• Providing all materials, equipments and services specified or otherwise, including survey, which
are required to fulfill the intent of ensuring operability, maintainability and the reliability of the
complete works covered under this specification.
• During warranty period the bidder is required to provide all the services and activities mentioned
in the contract.
• Preparation of project completion report/closure proposal along with a report clearly indicating
completion of any outstanding/ remedial work that needs to be carried out.
• Handing over the works to the employer for taking into commercial services.
It is not the intent to specify all aspects of design and construction of equipments mentioned
herein. The systems, subsystems and equipments shall conform in all respect to high standards of
engineering, design and workmanship and shall be capable of performing in continuous
commercial operation. Accordingly, scope of works under this contract is as under:

1.1 Execution of all other works as per tender document. All Steel structure except STPs shall be hot
dip galvanized as per relevant Indian Standard.

1.2 All the raw materials such as steel, zinc for galvanizing, reinforcement steel and cement for
foundation, coke for earthing, bolts, nuts & washers, danger plates, phase plate, number plate etc.
required for substations & its structures shall be included in the scope of supply. Bidders shall
clearly indicate in their offer, the sources from where they propose to procure the key raw
materials and the components.
Part -2 : Employer’s Requirements 4

1.3 All the Distribution Transformers procured under RDSS are procured with Standard ratings,
meeting at least Energy Efficiency Level-1 as specified in IS 1180 (Part-1):2014 and its
Amendment 1, 2, 3 & 4, should be manufactured by an authorised licensee and bear BIS
certification standard mark.

1.4 A set of drawings are enclosed with this bid document. These are tender drawings and are to be
approved by the Employer. These drawings are indicative in nature and therefore, must be referred
while preparing drawings for approval.

1.5 All the new assets created under RDSS to be properly GIS tagged with the help of mobile App
provided by the Employer.

1.6 The engraving of word “Developed under RDSS” in materials viz., Poles, Transformers (All types),
Cables, Energy Meter etc is mandatory requirement. The Employer shall ensure strict compliance of
this requirement. Also, while processing payments to the Contractor, suitable documentary evidence
/ photographs must be asked by the Employer in support of the compliance.

1.7 Major infrastructures like new primery substation, new Distribution Transformer, new lines etc
developed under RDSS needs to be clearly denoted by a signboard that should represent
1.7.1. About the Work
1.7.2. Date of Commissioning
1.7.3. Estimated cost
1.7.4. Scheme
1.7.5. Employer’s details
1.7.6. For Transformers, rating in kVA

SIGN BOARDS: The RDSS scheme sign boards shall be provided in villages/Towns/areas etc which
have been electrified under the scheme. The board shall be erected at a suitable location preferably
near the office of Sarpanch/Gram Panchayat/or any other prominent location like public building,
school, health center, Panchayat Bhawan etc.

A photograph depicting installation of board shall be submitted to the Project Manager. The list of
village wise photographs, in soft copy shall be maintained by the contractor and shall be submitted for
review at the time of reconciliation of works and associated payments.

Similar type of sign board should be provided for Power Substation.

The Specifications and Design of sign board will be provided by Project Manager

Colour coding of the DTs is essential.

1.8 The Manufacturing Quality Plan (MQP) shall be finalized by the Employer in consultation with the
contractor/manufacturer in line with the Technical Specifications and as per Employer’s practices
Part -2 : Employer’s Requirements 5

Supply of Plant and Services under this tender covers all interventions required for satisfactory
operations of the facilities unless specifically excluded. Scope includes Design, Supply, survey,
installation, erection testing and commissioning, on turnkey basis. The types of works envisaged in
the RDSS scheme are:

A. Loss Reduction:
• Feeder bifurcation,
• Reconductoring works of Existing Worn out LT Line,
• AB Cabling,
• Replacement of LT bare conductor with LT Armored XLPE Cable.
• Reconductoring works of 11kV Conductor.

All items to be supplied and erected shall be strictly as per the specifications given in the Bid and
should comply the relevant standards and any amendments thereof.

Any deviation taken by the bidder and not specifically / clearly brought out in the price schedule will
not be considered as a valid deviation.

In addition to the works mentioned above the bidder is required to take care of the activities listed
below:-

2. Survey
The Contractor shall carry out, and be responsible for, final design of the works, including any site
surveys, subsoil investigations and all other things necessary for proper planning design and execution.
The initial site surveys will be carried out for tentative freezing of the material requirement and the
work content finalization, within one month of commencement of project, and this will be a joint
survey, along with the PMA and sample check by the employer. The same shall be reviewed
progressively on quarterly basis for freezing of the material requirement and work content. Design shall
be prepared by qualified designers who are engineers and experienced in design of transmission and
distribution systems. Employer shall provide all options proposed for loss reductions to the contractor.
Contractor, while surveying the execution of work, shall keep this requirement in view and suggest best
loss reduction options in decending order. Means, maximum loss reduction option shall be proposed on
priority. Also, while executing the works, same priority of works must be followed.. The changes in
design should be approved by Engineer-in-charge of Employer.

• Based on the finalized network design, the Bidder shall carry out the field survey for deciding
location of poles, distribution transformers etc. Besides, field survey will also cover the following:
a. Proposed route of 11KV and LT Line.
b. Locations of new distribution transformers.
Part -2 : Employer’s Requirements 6

• Feeder wise Bill of Quantity (BOQ), for each proposed work will be prepared by the Bidder and
submitted to the Employer’s Engineer-in-charge for his approval before commencement of actual
work.
• All architectural and civil designs such as foundation for equipment, transformer, isolators, VCB
shall be approved by the Employer’s Engineer-in-charge.

3. Project Management System


3.1. General

The Contractor shall assign a project manager with the authority to make commitments and decisions
that are binding on the Contractor. Employer will designate an officer incharge to coordinate all
employer project related activities. All communications between employer and the Contractor shall be
coordinated through the project manager and officer incharge of Employer. The project managers shall
also be assisting employer in communicating project related information to other stake holders.

Bidder shall submit the manpower deployment plan along with the bids, describing the key roles of
each person.

The role and responsibilities of contractor shall be as follows:

a) To prepare, maintain and update project detailed Work Execution Plan for successful
implementation of project like approval of GTP, approval of sub-contractor, approval of
drawings, supply of materials, mobilization of men, material and equipment etc. at site for
successful completion of works, Compile and up-load physical as well as financial progresses,
compile the progress of works at Employer level and to assist in forwarding it to all stake
holders.

b) To actively participate with employer in resolving all issues relating to project implementation
including ROW, Forest Clearances and Railway Crossings.

c) To actively participate in monitoring, reviewing and analysing the physical, financial and quality
assurances works’ progress of RDSS works and also to take suitable measures on compliance of
observations being raised during monitoring/review meetings with employer.

d) To upload and up-date project wise physical progress in RDSS web portal. Physical as well as
financial progresses shall be uploaded in standard Bill of Material format of the contract. Also, to
submit invoices as per released RDSS guidelines to Employer for release of payments/funds.

e) To oversee the progress and compliance of the Quality Assurance Mechanism as per RDSS
guidelines.
Part -2 : Employer’s Requirements 7

3.2. Project Schedule


As per the schedule the bidder shall submit a preliminary implementation plan along with the
bid. The detailed project implementation schedule shall be submitted by the contractor after the
award of contract for employer’s approval, which shall include at least the following activities:

(a) Surveying of site.


(b) Documents submission and approval schedule
(c) Pre-Dispatch Inspection schedule
(d) Dispatch Schedule
(e) Installation & commissioning schedule
(f) Training schedule, if any.

The project schedule shall include the estimated period for completion of project and its linkage
with other activities etc. It is expected that the contractor should share updated project schedule
based on the actual progress done at site, priorities of the employer, availability of material etc
once per quarter along with the Progress report.

3.3. Progress Report


A progress report shall be prepared by the Contractor each month against the activities listed in
the project schedule. The report shall be made available to employer on a monthly basis, e.g., the
10th of each month. The progress report shall include all the completed, ongoing and scheduled
activities.

3.4. Transmittals
Every document, letter, progress report, change order, and any other written transmissions
exchanged between the Contractor and employer shall be assigned a unique transmittal number.
The Contractor shall maintain a correspondence index and assign transmittal numbers
consecutively for all Contractor documents. Employer will maintain a similar correspondence
numbering scheme identifying documents and correspondence that employer initiates.

4. Quality Assurance and Evaluation Mechanism

The Quality Assurance (QA) will be carried out by Employer.The Employer may engage an
Authorised representative of employer responsible & accountable for assuring quality in RDSS
works. Key activities would include:
• Formulation of a detailed comprehensive Quality Assurance Mechanism (QAM)
plan/Guaranteed Technical Particulars as the case may be in the State for the works to be carried
out under RDSS scheme with an objective to create quality infrastructure works. The QAM and
Inspection Plan shall be integral part of the contract agreement with turnkey contractor or
equipment supplier and erection agency as the case may be in case of turnkey/ or departmental
execution of works.
Part -2 : Employer’s Requirements 8

• Ensuring that the quality of materials/equipment supplied at site and execution of works carried
out at field under RDSS scheme is in accordance to Manufacturing Quality Plan
(MQP)/Guaranteed Technical Particulars (GTP) and Field Quality Plan (FQP)/Approved
Drawings/Data Sheets respectively.

4.1. Quality checks to be ensured by Turnkey Contractor:

Turnkey Contractor shall strictly ensure QAM checks during the day to day course of project
execution, which are as follows:
a. Pre-dispatch inspections of all materials viz. as per MQP/GTP, Approved Drawings,
Technical Specifications, Datasheet, GTP, applicable national & international standards as
per GCC Clause 23.
b. 100% verification of feeders created under the scheme.
c. 100% verification of materials utilised under the scheme.
d. 100% verification of works done in Loss Reduction and Modernization & System
Strengthening.
4.1.1. Vendor approval: All the materials procured for RDSS works shall be purchased from the
authorised vendors approved by the Quality Assurance Department of Employer. Approved
vendors list is uploaded periodically on the Employer web portal.

New vendors/suppliers may be approved by Employer, provided capability of manufacturer(s) is


assessed suitably by visiting the factory premises and checking the testing facility available
before accepting it as an approved vendor. If required, State Electricity Board/Power
Department/ Distribution Companies may adopt vendors already approved by CPSEs.

4.1.2. FQP for testing & commissioning: Contractor shall prepare a comprehensive Pre-
commissioning test Check-list for testing & commissioning of Distribution transformer
Substation etc. The Field Quality Plan shall be approved by the Employer. The electrical system
shall be energized only after performing all tests as described in the pre-commissioning test
checklist and inspection from the electrical inspector of the state (or as the practice may be).
Proper records in this regard, including tests on earth resistance, insulation resistance of 11 kV
line & Distribution Transformer etc. shall be maintained, jointly signed by Employer and turnkey
representatives.

4.1.3. Quality Assurance Mechanism (QAM) to be followed by the Contractor is as below:


a. The Contractor shall be responsible and accountable for assuring quality in the scheme
works. Accordingly, the Contractor shall formulate a comprehensive Quality Assurance
mechanism (QAM) and Inspection Plan with an objective to build quality infrastructure
under the project, which should be approved by the Employer. Alternately, the Employer
may also provide its QAM which needs to be complied by the Contractor. The QAM and
Part -2 : Employer’s Requirements 9

Inspection Plan shall be an integral Part of the contract agreement with turnkey Contractor
or equipment supplier/vendor and erection agency as the case may be in case of partial
turnkey and departmental execution of works. Documentation with regard to Quality
Assurance and Inspection Plan shall be maintained by the Contractor and kept in proper
order for scrutiny during the course of project execution and for future reference. The
Contractor has to ensure that the quality of materials/equipment’s supplied at site and
execution of works carried out at field is in accordance to the Manufacturing Quality Plan
(MQP)/Guaranteed Technical Particulars (GTP) and Field Quality Plan (FQP)/Approved
Drawings/Data Sheets respectively.

b. Some key indicative measures for effective implementation of the QAM by the Contractor
are given below. However, these are for reference and need to be followed as per relevant
provisions of the contract.
• Supply:
- Verification of qualifications of the subcontractor / manufacturer for supply of plant /
equipment and materials. Factory inspections may be conducted if required.
- Verification of material data, specifications, drawings and samples submitted by the
subcontractor / manufacturer including GTPs.
- Verification of type test reports including qualifications of the test laboratory,
completeness and acceptance of the type test reports.
- Witnessing acceptance tests carried out by the subcontractor/ manufacturer.
- Carrying out pre-dispatch inspections as per relevant guidelines of this tender/
contract.
- Inspection of storage facilities of the subcontractor/ manufacturer.
• Works:
- Carry out field inspections on sample basis during implementation to verify works are
carried out in compliance to technical specifications and acceptable quality of
workmanship.
- Issue Site Observation Reports (SOR) and follow-up with the subcontractor/
manufacturer for implementation of any remedial actions.
- Upon completion, carry out joint inspections together with the Employer’s staff and
for final measurements and quality inspections.
- Follow-up any on technical issues for corrective action during defects liability period
with the subcontractor/ manufacturer.

c. It should be noted that no functional guarantees are applicable for equipment installed as a
part of this contract hence Guarantee Tests are not applicable.

d. The Employer may identify any third party agency including PMA/ TPQMA etc. who
would be responsible to monitor the QAM measures including verifications and inspections
Part -2 : Employer’s Requirements 10

mentioned above. The project manager may also engage third party inspectors for this
purpose in addition if required.

e. The Employer or its appointed third party shall design systems and procedures to
implement QAM system including formats for submittals by the Contractorin line with the
above requirements and provisions of the Contract.

f. The Contractor shall cooperate with and follow these QAM systems and procedures to
ensure proper implementation of an effective quality assurance and evaluation mechanism.

4.1.4. Pre-commissioning test record: All pre-commissioning test check list shall be documented
properly and signed by the quality engineer of the turnkey Contractor & countersigned by
Employer's representative and shall be kept for future reference. These documents shall be
maintained by Employers in proper order and shall be made available at site for verification by
Quality Monitors during inspection and finally be handed over to oser department O&M
department) at the time of handing over of energized assets.

4.1.6. Roles and responsibility of Contractor in ensuring Qualitity of Plant and Facilities:

1) Turnkey contractor shall be primarily be responsible for supply of quality materials. Hence,
turnkey contractor shall take all necessary actions including following:
a. To assess the capabilities and capacity of manufacturer to whom they intend to appoint as
sub-vendor,
b. To keep strict control over manufacturing of materials by controlling procurements of
right raw materials, periodical stage inspections, to ensure process control and to get the
materials invariably inspected in manufacturing stage as well as after manufacturing but
before dispatch at the works of manufacturer to ensure quality of materials/equipment.
c. To ensure stage inspection and final dispatch inspection, turnkey contractor should
deploy his/her quality assurance team to inspect the materials with Employer/third party
inspector as well as independently as per requirements.
2) Receipt inspection: On receipt of materials at site, it would be the prime responsibility of turnkey
contractor to verify materials physically in accordance to agreed technical specifications.
Physical parameters like dimensions (length, width, height, area of conductor), weight per unit,
Insulation Value, length of cable/conductor in sample drum(s), clear embossing on cables
through sequential marking depicting name of manufacturer, size of cable and length in meter.
Once the Contractor is satisfied, materials must be offered for joint inspection to Employer.
3) Earlier, on receipt of materials at site, dispatch documents shall be verified jointly by Employer,
Employer’s appointed Third Party, Turnkey Contractor and materials supplier (if representative
is full time available at site. During inspection, quantities of items, sealing on the materials,
serial numbers of the items, sequential embossing (proper visible/legible without any additional
Part -2 : Employer’s Requirements 11

efforts) and name plates on the materials shall be checked. Dispatch challans shall be verified for
details of consigner and consignee, materials descriptions, quantities transported, pre-dispatch
clearance certificate/waiver of inspection. In case of high value equipment, capacity of
equipment in terms of current carrying capacity, operating voltage and KVA ratings should be
recorded.

4) Clearance for installation: Once, materials on receipt are accepted by turnkey contractor as well
as Employer representative, they will be eligible for erection, testing and commissioning.

5) Sampling from field: Any material, including materials listed below, may be picked from site for
testing at test laboratory chosen by inspecting official. 1. Distribution Transformer, 2. Overhead
Conductor, 3. Energy Meter, 4. Pole, 5. Insulators, 6. Cables, 7. Circuit Breaker.

a. Inspecting official will have right to pick any of the supplied equipment whether it is
lying in site stores, is under erection, is under local transportation from site stores to
erection location or is already commissioned. The equipment shall be sealed jointly in
presence of representatives of Employer, Employer’s appointed Third Party, Contractor,
and Supplier/manufacturer (if his representative is available at site). Employer at its
discretionmay invite manufacturer’s representative to participate in sealing of materials.
b. Sealed equipment, on cost of turnkey contractor shall be sent to test laboratory for
verification of routine/type test results. At the time of sealing, details of equipment
available at site shall be recorded like cable/conductor drum number, power/distribution
transformer unique number, status of sequential legible embossing on cables, name of
manufacturer etc.
c. For testing of equipment, Employer/Nodal agency shall empanel test laboratories located
in or nearer to the state wherefrom sample is picked up.
d. Such picked up materials at a random shall be tested for all routine, acceptance and type
tests feasible to conduct in the empaneled laboratory. The laboratory expenses including
all other expenditures that shall incurred towards packing, transport, inspection, testing
charges etc. are to be borne by the Employer. At least one sample from a lot may be
subjected to inspection.
e. In cases, where pre-dispatch and factory test results/NABL accredited lab test report are
found mismatched with tests results on the sample picked from field; actions shall be
taken against willful defaulted manufacturer and turnkey contractor both.
f. Willful defaulter shall be those manufacturers and turnkey contractor whose material is
found to be manufactured using inferior quality raw materials, second hand core
materials, under-size/under-weight of cable/conductor in various parts of cable/conductor
drum, not conforming to transformer load losses as defined in agreed technical
specifications/contract conditions, improper or no sequential legible embossing on cable
etc.
Part -2 : Employer’s Requirements 12

g. This mismatch shall generally be, but not limited to the deviations in results from
guaranteed technical specifications of materials in terms of capacity (KVA capacity,
current carrying capacity, heating capacity, tensile strength, mechanical strength etc.,
operational efficiencies (errors in measurements of power, power/load losses, power
consumption etc., weights of key component materials (aluminum, copper, insulation
materials, steel components etc.), sub-standard specifications of key component
(measured specifications are in deviation from guaranteed specifications as per technical
specifications of the project and inferior/illegible embossing/sequential marking on
cables are found, following two actions shall be taken:
i. Sub-vendors/vendor registration of the manufacturer shall be discontinued in all
the power utilities of the country for a period of 5 years including in power utility
concerned where this act is found,
ii. Entire lot of materials/equipment supplied by the defaulting manufacturer shall be
rejected whether supplied materials/equipment is lying in site-stores, in transit,
under erection, testing & commissioning or has already been commissioned. All
costs related to removal of such rejected materials and reinstating fresh lot of
materials shall be borne by turnkey contractor without any cost implication to
power utility.
iii. Turnkey contractor shall be responsible for repetitive failures of materials in field
testing in a turnkey-contract. In such situations, registration of turnkey contractor
firm shall be discontinued in all the power utilities of the country for a period of 5
years including in power utility concerned where this act is found,
h. In cases, where field testing results are slightly mismatched with factory test results / pre-
dispatch test reports/NABL accredited lab test report but are in permissible limits as per
GTP/Data Sheet/Technical Specifications, no action shall be taken against the turnkey
contractor/manufacturer.
i. In cases where turnkey contract is reluctant/not willing to support the Employer in
selecting sample for testing by way of non-association in sampling, sampling and testing
related activities of equipment, all actions related to sample selection, sealing and testing
including dismantling, loading, unloading, transportation etc,will be taken by Employer
on risk & cost of the turnkey contractor. The non-cooperative act on part of turnkey
contractor shall be circulated amongst all power utilities in the country. In such
situations, registration of turnkey contractor firm shall be discontinued in all the power
utilities of the country for a period of 5 years including in power utility concerned where
this act is found.

6) <Optional clause – delete is not needed>


The Contractor should set up at least one testing laboratory under this contract for testing the
materials received at site from its subcontractors/ vendors/ manufacturers etc. The testing
Part -2 : Employer’s Requirements 13

laboratory thus setup, should have the facility for carrying out basic tests to ascertain the quality
of the following equipments/ materials:
a. Cables/ Conductors
b. Distribution Transformers
c. Insulators
[100%] quantity of each lot shall be tested by the Contractor at its field test laboratory. Post
completion of testing of the above items at its laboratory, the Contractor shall submit a report to
the Employer, certifying the satisfactory testing results.

7) The Contractor should develop the quality assurance programme which shall generally cover the
following:
a. Organization structure for the management and implementation of the proposed quality
assurance programme :
b. Documentation control system;
c. Qualification data for bidder’s key personnel;
d. Procedure for purchases of materials, parts, components and selection of sub-Contractor’s
services including vendor analysis, source inspection, incoming raw material inspection,
verification of material purchases etc.
e. System for shop manufacturing and site erection controls including process controls and
fabrication and assembly control;
f. Control of non-conforming items and system for corrective actions;
g. Inspection and test procedure both for manufacture and field activities.
h. Control of calibration and testing of measuring instruments and field activities;
i. System for indication and appraisal of inspection status;
j. System for quality audits;
k. System for authorizing release of manufactured product to the Employer.
l. System for maintenance of records;
m. System for handling storage and delivery; and
n. A manufacturing quality plan detailing out the specific quality control measures and
procedures adopted for controlling the quality characteristics relevant to each item of
equipment furnished and/or services rendered.
o. A Field quality Plan covering field activities

8) Electrical Inspector inspection:After successful completion of the work permission from State
Electrical Inspectorate is required. Necessary fee etc. shall be paid by the Employer. However if
Contractor pays such fee it shall be reimbursed on actual basis on documentary evidence. In case
of defects / in-complete works notified by Electrical Inspectorate, these shall be completed by
the agency at no extra cost implication to Employer.
Part -2 : Employer’s Requirements 14

4.2. Concurrent Quality Monitoring by Nodal agencies: In addition to the in-house quality checks
and processes followed by the Employer, the Nodal Agency of RDSS (REC/PFC) shall also
carry out concurrent inspection of works through Third Party Quality Monitoring Agency
(TPQMA). The Contractor needs to comply with the requirements and cooperate for effective
implementation.

4.2.1. Scope of Quality Assurance Mechanism by RDSS Nodal Agency (REC/PFC): The
Nodal Agency (REC/PFC) shall carry out concurrent inspection of works through TPQMA. To
enable the same, the Employers shall share the physical and financial progress of the works
through portal of the scheme or otherwise. In addition to the above, the Nodal Agencies may also
carry out concurrent quality monitoring on random sample basis as per the need through its own
manpower. TPQMA shall also verify quality of works carried out in the Project, which are as
follows:
• 100% New Power Substations or at least one in each district/circle.
• 5% Augmented Substations or at least five in each district/circle.
• 15 to 20 spans of 5% of HT feeders
• 2% of DTR Substations (11/0.4kV), including few spans of associated LT Lines

4.2.2. Field Works Quality Inspection:

(i) HT Feeders: 5 % HT Feeder are to be inspected in 2 (two) stages. Stage-I & Stage-II
inspections shall cover 2.5 % of HT Feeder respectively.
- Stage-I Inspection of TPQMA shall commence in a project when 30% of HT Feeder works
are completed in all respect.
- Stage-IIInspection of TPQMA shall commence in a project when 70 % of HT Feeder works
are completed in all respect.

(ii) DTR Substations: 2% of DTR Substations (11/0.4kV), including few spans of associated
LT Lines are to be inspected in 2 (two) stages. Stage-I & Stage-II inspections shall cover 1 % of
DTR Substations respectively
- Stage-IInspection of TPQMA shall commence in a project when 30% of DTR
Substation including LT Lines works are completed in all respect.
- Stage-II Inspection of TPQMA shall commence in a project when 70% of DTR
Substation including LT Lines works are completed in all respect.

(iii) Deployment of mobile vans for quality inspection: The Employer/ Nodal Agency
reserves the right to also deploy mobile vans with Testing facility to test the plants and facilities
by selecting random samples from store or from site. The Employer may take sample from any
lot placed in store including the lot on which Pre-Dispatch Inspection was not carried out or
from the installed materials which it feels are not performing as it was intended to. In such a
case if the material/ facility fails, the same shall be replaced with new material, and one more
random sample would be selected from the same batch for testing. If the material fails the test
again, then the whole lot shall be replaced by the Contractor at its own risk and cost.
Part -2 : Employer’s Requirements 15

4.2.2. Cross verification of field /TPQMA works by Nodal Agency: The Nodal Agency also
reserves the right to monitor the field /materials to the tune of 1% of total inspections carried out
by TPQMA.

4.3. Material Inspection:For the purpose of inspection, materials have been segregated into two
categories as mentioned below:
4.3.1 Category – A (Pre-Dispatch Inspection & Testing at NABL accredited Labs):
a) This category shall include high ticket materials (Power Transformers, Distribution
Transformers, Circuit Breakers, AB/XLPE Cables, Overhead Conductor (AAAC/ACSR),
Insulator which involves more and important testing procedures and hence the inspection of
these materials will be carried out in the factory before the dispatch of the material.
b) In addition, Employer shall also ensure that for major materials as discussed above, samples
from 1stlot and one other lot randomly selected by the Employer shall be directly sent to NABL
acredited test labs for third party testing. It is also to be noted that material clearance of the lots
under testing shall only be given post receipt of successful test results.Contractorshall also
mandatorily depute its authorized official for pre – dispatch inspection at manufacturing facility
alongwith the Employer officials. The inspection and testing report would be jointly signed by
the Employer and the Contractor. All the expenses related to testing would be beared by the
Contractor.
c) Apart from the above mentioned protocol any one power transformer shall be selected by
Employeer from the supply schedule from the vendor, which shall be jointly sealed and tested for
short circuit testing on turnkey-Contractor’s expenses.

4.3.2 Category – B (On-site inspection): This category includes the materials for which a factory
inspection is not warranted and the material can be inspected upon arrival at the site before the
installation. In case the Employer is apprehensive about the quality of the material supplied it
reserves the right to send the selected lot to the NABL acredited testing lab for third party
testing.

4.3.3 Employer also reserves the right to send any installed equipment / materials to the NABL
acredited testinglab for testing. The Employer would have to reimburse the expenses related to
transportation of material from site to testing lab and all testing expenses in this regard.

4.3.4 The material which has to be tested at laboratory shall be sealed in the presence of authorized
official of Employer and Contractor.

4.3.5 If the materials tested at Laboratory fails then the entire lot would be rejected. Contractor shall
bear the responsibility of sending back such failed materials from site. Any subsequent delay in
contract performance due to failure of materials in the test laboratory would be on account of
Contractor and no time extension would be provided by the Employer in this regard. Any LD
levies in this regard would be borne by the Contractor.
Part -2 : Employer’s Requirements 16

4.3.6 Pre-dispatch Inspection (PDI) for Category-A


4.3.6.1. Pre-dispatch inspection shall be performed on the identified materials at manufacturer’s work
place for which Contractor shall be required to raise requisition giving at least 10-day time. Depending
on requirement, inspection shall be witnessed by representatives of Employer, TPQMA, Contractor
and/or representative of the Nodal Agency. TPQMA shall carry out pre-dispatch inspection of major
materials randomly in a single lot containing minimum 10% materials at manufacturer works. The
TPQMA shall perform pre – dispatch inspection test of below materials:
1) Cables / Conductors
2) Distribution Transformer

4.3.6.2. Tests to be conducted during the Pre-dispatch Inspection: All the tests shall be carried out
in accordance with the latest relevant IS published from time to time by BIS.An indicative list of IS
specification and tests for some of the materials are given below:
Distribution Transformers
Standards Applicable:-
IS 2026: (Part 1 to 10) as General Specification of Transformer
applicable
IS 1180 (Part1) Outdoor type oil immersed Distribution transformer upto including 2500
(Including Amendment 1, kVA & 33 kV
2, 3 & 4)
IS 3347 (Part 1) Specification upto 1.1 kV Voltage Bushing (for Porcelain)
IS 3347 (Part 3) Specification upto 17.5 kV Voltage Bushing (for Porcelain)
Type Test • A valid Type test report within 5 years of supply
• 3 star rated transformer as per BEE
IS -5484 Specification for Aluminum wire rods
IS 12444 Specification for Copper wire Rods
Proposed Tests as per IS
1 Measurement of Winding resistance at all Tap Positions
2 Ratio of Tap Position Polarity & Phase Position
3 % Impedance at 75 degree Celsius at 50Hz
4 Load losses at 50% and at 100% Loading on Energy efficiency Level -5 as per IS 1980 (Part-
1) 2014 and its amendment 1.2. 3 and 4
5 No Load Loss at 50Hz and No load current at rated voltage
6 Insulation Resistance
7 Induced Overvoltage Withstand
8 Separate source voltage Withstand
9 Magnatizing Current at Rated voltage and frequency an 112.5% of rated voltage
10 Temperature rise test
11 Pressure Test
12 Oil Leakage Test
Part -2 : Employer’s Requirements 17

XLPE Cables
Standards Applicable:-
IS : 7098 (Part-I) : 1988 Specification for Crosslinked Polyethylene Insulated PVC sheathed
Cables for working Voltage upto& including 1100 Volt
IS: 8130 : 1984 Specification for Conductors for insulated electric cables and flexible
cords
IS:5831 : 1984 PVC insulation & sheath of electric cables
IS: 3975 : 1970 Specification for Low Carbon Galvanized steel wires, Formed Wires
and tapes for armouring of Cables
IS:10810 : 1984 Methods of test for Cables.
IS:10418 : 1982 Cable Drums for Electric Cables.
IS : 694 : 2010 PVC unsheathed and Sheathed cables / Chords with rigid and flexible
conductor for rated voltages upto and including 450/ 750 V
Proposed Tests as per IS
1 Resistance Test on conductor
2 Test for thickness of insulation and sheath
3 Tensile strength and elongation at break test for insulation & outer sheath.
4 Hot set test for insulation.
5 Insulation resistance (Volume resistivity) Test
6 High voltage test

Arial Bunched Conductor


Standards Applicable:-
IS 14255 : 1995 Specification for Aerial Bunched Cables for working Voltage up to &
including 1100 Volts.
IS : 8130 : 1984 Specification for Conductors for Insulated Electric Cables and flexible
Cords.
IS : 398 (Part-IV) : 1994 Specification for Aluminum Conductors for overhead transmission
purposes: Aluminum Alloy Stranded Conductors (Aluminum
Magnesium –Silicon type).
IS:10418:1982 Specification for Drums for Electric Cables
Proposed Tests as per IS
1 Breaking Load Test for messenger Conductor.
2 Elongation test for messenger conductor.
3 Conductor resistance test for both messenger and XLPE conductor
4 Test for thickness of insulation of XLPE conductor
5 Tensile Strength and Elongation at Break Test for both messenger and XLPE conductor
6 Hot Set Test for XLPE insulation.
7 Insulation resistance test for XLPE conductor
8 High Voltage Test for XLPE conductor
Part -2 : Employer’s Requirements 18

Overhead Conductors AAAC/ACSR


Standards Applicable:-
IS: 398 (Part I & II) : 1996 Specification for Aluminum Conductors with Steel Re-inforced.
IS: 4826 : 1968 Coating of the galvanized steel wires shall be applied by the hot process
or electrolysis process
IS: 398 (Part-IV): 1994 Specification for All Aluminum Alloy Conductor (AAAC)
IS: 1778 : 1980 Packaging of Overhead conductor in Wooden Drum
Proposed Tests as per IS
1 Measurement of lay ratio.
2 Measurement of diameters of individual wire
3 Measurement of resistance of individual wire.
4 Breaking load test of individual wire.
5 Elongation test of individual wire.

Porcelein Insulators
Standards Applicable:-
IS 1445 : 1977 Porcelain insulators for overhead power lines with a nominal voltage up
to and including 1000 V
IS 2486 (Part 1) : 1993 Metal fittings of insulators for overhead power lines with nominal
voltage greater than 1000 V: Part 1 General requirements and tests
IS 2486 (Part 2) : 1989 Insulator fittings for overhead power lines with nominal voltage greater
than 1 000 V: Part 2 Dimensional requirements
IS 2486 (Part 4) : 1989 Insulator Fittings for Overhead Power Lines with a Nominal Voltage
Greater than 1 000 V - Part IV : Tests for Locking Devices
Proposed Tests as per IS
1 Resistance Test on conductor
2 Test for thickness of insulation and sheath
3 Tensile strength and elongation at break test for insulation & outer sheath.
4 Hot set test for insulation.
5 Insulation resistance (Volume resistivity) Test
6 High voltage test

The above list of tests is only indicative in nature and if the Employer feels, it can add some tests based
on latest IS Standards. If the Employer faces any inssues with respect to actual performance of a
material then it can issue a notice to theContractorfor testing of that material at its sole descrition.
4.3.6.3. The Contractor shall ensure receipt of material at site within 21 days from date of receipt of
dispatch instructions. In case materials are not received within 21 days from date of issue of dispatch
instruction, the dispatch instruction shall stand cancelled. All expenditure incurred by Employer in
performance of dispatch instruction shall be recovered from turnkey Contractor. A fresh pre – dispatch
inspection would be required to issue a dispatch instruction for supplying the same lot at the site.
Part -2 : Employer’s Requirements 19

4.3.6.4. The turnkey Contractor shall ensure that pre-dispatch inspection for materials are intimated
only when the material is completely ready for inspection. On due date of inspection, if it is found that
materials are not ready in required quantities or the inspection could not be carried out due to non-
availability of requisite calibrated certificate of instruments with manufacturer, closing of works on
scheduled date of inspection, non-availability of sufficient testing/material handling staff at
manufacturer works etc, all expenditures incurred on deployment of various inspecting officials along
with a fine of Rs 50,000/- shall be recovered from the bills of the agency and re-inspection shall be
carried out on expense of the Contractor. 2ndsuch situation at same manufacturer/supplier shall result in
rejection of name of manufacturer from list of approved vendors/sub-vendors. In case sub-standard
materials (old component, re-cycled materials, re-used core material, re-used transformer coil material
etc) offered for inspection and are noticed during the inspection, materials shall be rejected and
approval of sub-vendor shall also be cancelled for all RDSS projects.
4.4. Implications for not meeting quality requirements by Contractor
4.4.1. In case of failures in testing:
a) The turnkey Contractorshall ensure that pre-dispatch inspection for materials is intimated only
when the material is completely ready for inspection. On due date of inspection, if it is found that
materials are not ready in required quantities or the inspection could not be carried out due to
non-availability of requisite calibrated certificate of instruments with manufacturer, closing of
works on scheduled date of inspection, non-availability of sufficient testing/material handling
staff at manufacturer works etc, all expenditures incurred on deployment of various inspecting
officials along with a fine of Rs 50,000/- inclusive of GST shall be recovered from the bills of
the agency and re-inspection shall be carried out on expense of Contractor.

b) 2ndsuch situation at same manufacturer/supplier shall result in rejection of name of manufacturer


from list of approved vendors/sub-vendors. In case sub-standard materials (old component, re-
cycled materials, re-used core material, re-used transformer coil material etc) offered for
inspection and are noticed during the inspection, materials shall be rejected and approval of sub-
vendor shall also be cancelled for all RDSS projects.

c) In case, a material fails the pre-dispatch inspection as per GCC Clause 23, and also fails the
subsequent repeat inspection of the rectified/replaced material, the complete lot of material under
inspection will be required to be replaced by the manufacturer/supplier. If in subsequent
inspection of the new lot, the material again fails the inspection, then materials shall be rejected
and approval of vendor/sub-vendor shall also be cancelled for all RDSS projects.In such scenario
any subsequent delay in contract performance due to failure of materials in the test laboratory
would be on account of Contractor and no time extension would be provided by the Employer in
this regard. Any LD levies in this regard would be borne by the Contractor.

d) Apart from the above, in case of default by vendors/manufacturers, Contractorshall also be


penalized based on the no. of materials/lots get rejected as per below table:
Part -2 : Employer’s Requirements 20

No. of Material/lot rejected in a


Sr. No. % Penalty imposed on contract price
project/district
1 >5 5.0%
2 >3 2.5%
3 >1 1.0%

4.4.2. In case of defects found during Field inspection:There are three categories of defects found in
field inspection as defined below:

a) CRITICAL DEFECTS: These defects must be rectified before charging. Critical defects are
those which endanger life and property. Dangerous deficiencies on safety, ground clearances,
equipment earthing and protection would come this category. These are defects in presence of
which the Electrical Inspector would not allow charging of the electrical installation. That is, if
equipment are already energized, it should be de-energized and rectified without delay. If
critical equipment like distribution transformer HT and LT line have been installed dangerously,
the defect type would fall under critical category of defect. Example : LA is not connected , DT
neutral earth is missing , Earth electrodes not installed, Ground clearance not as per IE rule,
Oil level low in transformer etc.
b) MAJOR DEFECTS: These defects must be rectified before operational handover (to Operation
and Maintenance wing).These are major deviations from drawing and specification. These are
serious deviation with respect to contract. The electrical installation can be charged temporarily.
However, the defects should preferably be rectified before charging. Example : Pole not pitched
at proper depth, Brick-bats/ foundation inadequate, use of undersized earth wire, precariously
loose electrical connections and mechanical fitting.,
c) MINOR DEFECTS: These defects are very minor in nature. Such defects in electrical
installations keep surfacing during operation and maintenance. The installation may be charged
with these defects. However they must be rectified Example: Danger board not proper, energy
meter not installed before contractual handover (before final payment is released and contract is
closed), missing barbed wire, stay wire loose, loose fasteners, vegetation too close to HT/Lt line.

Note:
1. These defects are broad in nature. Actual field defects need to be defined more accurately by
inspectors.
2. All pictures depicting defects should be numbered. Their number mentioned in the report shown
in the table
3. An infrastructure schematic (single line diagram) showing DTRs, HT and LT poles duly
numbered by the inspector shall be submitted along with the report. Their number shall be used
to describe location of defects to be rectified subsequently.

The corresponding penaltied to be imposed has been captured below:


Part -2 : Employer’s Requirements 21

Sr. No. Defect criteria % Penalty imposed ofcontract cost


1 Critical Defects 1.0%
2 Major Defects 0.5%
3 Minor Defects 0% if rectified within 30 days
Part -2 : Employer’s Requirements 22

Annexure-A

Checklist for Quality Assurance


Distribution Transformer Substation
Status Picture
S. No Description Observations Location
(Yes/No) No.
1 Record capacity of DTR transformer used
Record S. No., make and year of
2
manufacturing of DTR transformer
Safe and adequate access to distribution
3
transformer (DTR) substation
4 Availability of approved survey report
Proper load survey is performed of the
5 locality for perspective consumers while
deciding capacity and location of DTR
Expected loading of transformer using 5
6
years growth is performed in survey report
Proper alignment of substation structure
7
with 11 KV line
Record type of poles/support used for DTR
8
substation
9 Record type of foundation used
Proper muffing is provided on steel
10
supports of DTR substation
If DTR substation is in water logging area,
11 its foundation is grouted in cement
concrete
12 Proper verticality of substation supports
Proper pole to pole distance of substation
13
supports.
Proper erection of jumpers and connection
14
to DTR transformers without any bent
15 Proper binding of insulators
Stay plates are properly grouted in cement
16 concrete mixture to support DTR
substation structure (if erected)
17 Proper tensioning is there on stay set
Proper alignment of stay wire with
18
overhead conductor
19 Proper erection of stay clamp using 12 mm
Part -2 : Employer’s Requirements 23

S. No Description Status Observations Location Picture


dia nuts and bolts (Yes/No) No.
20 Proper galvanization of stay wire
Thimble is provided on turn buckle of stay
21
set
Stay set installation is provided with guy
22
insulator
Proper phase to phase and phase to ground
23 clearances maintained on the substation
jumpers
Steel overhead structure is properly earthed
24
using 8 SWG wire/G.I. flat?
Each 11 kV overhead equipment including
25 transformer are individually earthed using
8 SWG Earth wire/ GI flat
Danger plate is installed at appropriate
26 height using proper size clamp. Record
type and size of clamp
Proper anti-climbing device (barbed
wire/spike) installed at appropriate height
27
on individual support. Record quality of
wrapping of barbed wire
28 Substation is numbered
Individual substation pole is
29
imposed/painted with the name of scheme
Surface of the PCC poles is finished and
30
there are no steel wire visible
No physical damages appeared on PCC
31
pole surface
GI flat to GI flat connection using at least 2
32
sets of GI nut bolts and washers
8 SWG GI wire/GI Flat is properly dressed
33
with support
GI wire to GI wire jointing is provided
34
using 12 SWG GI nut bolts and washers
GI wire connection to earth pit is using GI
35
nut bolt and washer
GI earth pipe is properly inserted inside
36
earth without hammering
37 Number of earth pit used for substation
Part -2 : Employer’s Requirements 24

S. No Description Status Observations Location Picture


earthling. (Yes/No) No.
38 Pit to pit distance in meters. Is it adequate?
Masonry enclosure is provided over
39
individual earth pits
40 Funnel is provided over earth pit
Proper jumpering using binding
41
practices/PG clamp
Proper clearances to avoid bird fault on
42
conductors of substation supports
Type and size of overhead conductors used
43
in the substation
Cement-concrete grouting foundation of
44
substation supports
Measure quantum of cement concreting in
45
any one sample support
Measure cement concreting foundation in
46
any one sample of stay set pit
Proper painting/galvanizing done on steel
47
structure
Any sign of rusting found on substation
48
structure/hardware
Any broken insulator found in the
49
substation
Disc Insulators installed precariously
50
(loose bolts/ missing cotter pins)
Separate individual earth connection using
51 GI wire/GI flat is used for neutral earthing
with separate pit
Dedicated transformer body earthing using
52
GI wire/GI flat
Bimetallic clamps are provided on 11 kV
53
bushing
No gap between busing seat and bimetallic
54 clamp on LT as well as HT bushing while
connecting conductor/cable
Proper lugs are provided on termination of
55
cables
56 Oil is filled in cup of silica gel breather
57 Silica gel is blue in colour
Part -2 : Employer’s Requirements 25

S. No Description Status Observations Location Picture


Oil control valves are open between (Yes/No) No.
58 transformer tank and breather (wherever
used)
Oil leakage from the body/gasket of
59
transformer and from conservator tank
60 Record level of oil in conservator tank
Transformer installed precariously ( Nut /
61
bolts / side bracing missing)
Transformer is fitted with 12 mm dia nut
62
bolts on its base channel
63 Transformer belting is provided
64 Dimension of transformer base channel
Individual lightening arrestor are earthed
65
with dedicated separate earth pit
LA jumper connections is missing/ not
66
proper
67 LA is charged/ installed but not meggared
Isolators/AB switch are properly aligned
68
and its operation is smooth
Operating handle (not missing eye bolt) of
69 isolator/AB switch is earthed using flexible
cable
No joint in between entire length of
70
operating pipe of isolator/AB switch
Guiding hook is provided for isolator pipe
71
movement
Alignment of male and female contacts of
72 isolators/AB switch and no spark during
normal use
Proper fuse wire is used in DO fuse/HG
73
fuse
Arching Horn is missing/ not aligned / not
74
proper
Proper size of LT cable are used between
75 transformer and LTDB/SMC LTDB/SMC
LTDB/SMC LTDB
lockability and proper closing of door of
76
LTDB/SMC LTDB
77 Gland plate and glands are used for cable
Part -2 : Employer’s Requirements 26

S. No Description Status Observations Location Picture


entry in LTDB/SMC LTDB (Yes/No) No.
76 No unused holes on gland plates
Availability of LTDB/SMC LTDB
equipment as per approved drawing and
77
scope of work like isolator, fuse, switch,
bus bar, MCCB, MCB etc.
Installation of DTR as per BIS
78
specification
LTDB/SMC LTDB earthing at different
79
points using 8 SWG GI wire
Proper painting and No physical damages
80
on LTDB/SMC LTDB
Suitable loop length of cables in
81
LTDB/SMC LTDB
3 Nos earthing pit and earth mat /risers
82
using 50X6mm GI Flat are used as under:
a Earth Pit – 1 for Transformer Neutral,
b Earth pit - 2 for Lightening Arrester,
c Earth pit – 3 for Equipment body earthing
83 Deleted
84 Deleted
Quality of painting/galvanizing on
85
substation structure
86 DTR is newly supplied
PG Clamps are used ( wherever needed as
87
per drwg- Jumper etc)
88 Deleted
89 Earthing Electrodes short/missing
Commissioning Defect: DT
90
charged/installed but not merged
Fasterers (Nuts/ Bolt/ Clamps /Connector)
91
size not as per drawing /specification
Fasteners ( Nuts / bolts/ Clamps /
92
connectors) in precarious state
Poles not erected properly (inadequate or
93
missing brick bat/ foundation)
Stay installation is not proper : guy
94
insulator missing ;inadequate depth
95 Earthing wire diameter undersize
Part -2 : Employer’s Requirements 27

S. No Description Status Observations Location Picture


96 Danger plate missing/improper (Yes/No) No.
97 Earthing wire not secured / not dressed
98 Barbed wire missing/improper
99 DTR ground electrodes far too close
Earth pit to earth pit clearance not
100
maintained
101 HT Fuse not provided
HT fuse unit jumpering not connected
102
properly
MCCB of lower rating than specified in
103
LOA
104 MCCB not installed
Inferior quality of Distribution Board used
105
( makeshift, locally fabricated DBs)
LT Line
Status Picture
S. No Description Observations Location
(Yes/No) No.
Availability of approved survey report with
1
Single line diagram
2 Correct alignment of LT line
Type of poles used as per scope of the
3
work
Type of foundation used as per scope of
4
work
If line is passing through water logging
5 area and its foundation is grouted in
cement concrete
6 Proper verticality of poles
7 Any deflecting tension on LT pin insulator
Proper tensioning of overhead
8
conductor/LT cable/ABC Cable
Any knot/wrapping of overhead conductor
9 /LT cable /ABC Cable is there during
erection
Proper binding of insulators cable both /
10
tension work is done
Stay plates are properly grouted in cement
11
concrete mixture
Part -2 : Employer’s Requirements 28

S. No Description Status Observations Location Picture


12 Proper tensioning is there on stay set (Yes/No) No.
Proper alignment of Stay wire and stay set
13 with overhead conductor is there to nullify
tension
Proper erection of stay clamp using 12 mm
14 dia nuts and bolts and 50x6 mm (or more)
size clamp
If every 6th pole in a section of line is
15 provided with stay sets to avoid line
deflection
16 Proper galvanization of stay wire/stay set
Thimble is provided on turn buckle of stay
17
set
Proper phase to phase clearances are
18
maintained on the line
Steel overhead structure is properly earthed
19
using 8 SWG wire
Each LT pole individually earthed using 8
20 SWG Earth wire and separate Earth
pit/Earthing coil/Earth spike
Quality and size of danger plates is as per
21
scope of work
Danger plate is installed at appropriate
22 height using proper clamp as per scope of
work
Anti-climbing device (barbed wire/spike)
23 are installed at appropriate height on
individual support
24 Individual pole is numbered
Individual pole is imposed/painted with the
25
name of scheme
Surface of the PCC poles is finished and
26
there are no steel wire visible
No physical damages appeared on PCC
27
pole surface
Cradle guard earthing is provided on each
28
road crossing or on each LT line crossing
29 Proper tensioning of the cradle guard wires
30 Separate earthing on both the sides of
Part -2 : Employer’s Requirements 29

S. No Description Status Observations Location Picture


road/line for cradle guarding are there (Yes/No) No.
8 SWG G.I. wire is properly dressed with
31 support for V-Cross arm/Channel/Top
clamp earthing
GI wire to GI wire jointing is provided
32
using 12 SWG GI nut bolts and washers
GI wire connection to earth pit is using 12
33
mm GI nut bolt and washer
Earth pipe is properly inserted inside earth
34
without pipe hammering
Masonry enclosure is provided over
35
individual pipe earth pits
36 Funnel is provided over pipe earth pit
Jumpering using best binding practices/PG
37
clamp
Proper conductor clearances to ground is
38 there to avoid bird fault on end sectionizer
support where disc insulator are used
Average pole to pole span length in the
39
line. It should not be less than 50 m.
If Pole to pole span is less than 50 m,
40
record the reason with pole numbers
Number of poles used per kilometre of the
41
line
Type and size of overhead
42
conductors/ABC cable used in the line
Shuttering is used during casting of cement
43
concrete foundation
Cement-concrete grouting foundation of
44
end supports
Quantum of cement concreting in any one
45
sample support
Cement concreting foundation in any one
46
sample of stay set pit
47 Proper painting is done on steel structure
48 Any broken insulator found in the line
Surface finish of painting on Steel tubular
49 pole/RSJ/H Pole/Rail pole about 2 m from
bottom and above 2 m
Part -2 : Employer’s Requirements 30

S. No Description Status Observations Location Picture


50 Possible damage on ABC cable surface (Yes/No) No.
Piercing connections are used to take-off
51
connection from ABC cable
Muffing is used in steel steel tubular poles,
52
rail pole, RS joint/H beam Supports
Adequate tree cutting on either side of line
53
done
Pole to pole schedule enclosed with
54
profarma
11 KV Line
Status Picture
S. No Description Observations Location
(Yes/No) No.
Availability of approved survey report with
1
single line diagram
2 Correct alignment of 11 kV line
3 Type of poles used as per scope of the work
Type of foundation used as per scope of
4
work
Record whether line is passing through
5 water logging area and its foundation is
grouted in cement concrete
6 Proper verticality of poles
7 Cross-bracing on Double poles are provided
Conductors are passing through the top
8 grove of the insulator ( creepage distance
compromised)
9 More than one joint in one span
Any deflecting tension on 11 KV pin
10
insulator
11 Proper tensioning of overhead conductor
Any knot/wrapping of overhead conductor
12
is there during erection
13 Proper binding of insulators is done
Stay plates are properly grouted in cement
14
concrete mixture
15 Proper tensioning is there on stay set
Proper alignment of Stay wire with
16 overhead conductor is there to nullify
tension
Part -2 : Employer’s Requirements 31

S. No Description Status Observations Location Picture


Guy insulator, anchor plate/ thimble/ (Yes/No) No.
17
hardware are provided with stay set
Proper erection of stay clamp using 12 mm
18 dia nuts and bolts and 50x6 mm (or more)
size clamp
If every 6th pole in a section of line is
19 provided with stay sets to avoid line
deflection
Proper galvanization of stay wire and stay
20
set
Thimble is provided on turn buckle of stay
21
set
Proper phase to phase clearances are
22
maintained on the line
Steel overhead structure is properly earthed
23
using 8 SWG wire
Each 11 kV pole individually earthed using
24 8 SWG Earth wire and separate Earth
pit/Earthing coil/Earth spike
Quality and size of danger plates is as per
25
scope of work
Danger plate is installed at appropriate
26 height using proper clamp as per scope of
work
Anti-climbing device (barbed wire/spike)
27 are installed at appropriate height on
individual support
28 Individual pole is numbered
Individual pole is imposed/painted with the
29
name of scheme
Surface of the PCC poles is finished and
30
there are no steel wire visible
No physical damages appeared on PCC
31
pole surface
Cradle guard earthing is provided on each
32
road crossing or on each LT line crossing
33 Proper tensioning of the cradle guard wires
Proper Guard wires are provided in case of
34
Road crossing as per drawing specification
Part -2 : Employer’s Requirements 32

S. No Description Status Observations Location Picture


8 SWG G.I. wire is properly dressed with (Yes/No) No.
35 support for V-Cross arm/Channel/Top
clamp earthing
GI wire to GI wire jointing is provided
36
using 12 SWG GI nut bolts and washers
GI wire connection to earth pit is using 12
37
mm GI nut bolt and washer
Earth pipe is properly inserted inside earth
38
without pipe hammering
Masonry enclosure is provided over
39
individual pipe earth pits
40 Funnel is provided over pipe earth pit
Proper jumpering using binding
41
practices/PG clamp
42 If under sized conductor used
Proper conductor clearances to ground is
43 there to avoid bird fault on end sectionizer
support where disc insulator are used
Proper pole to pole span length in the line.
44
It should not be less than 50 m.
If Pole to pole span is less than 50 m,
45
record the reason with pole numbers
Number of poles used per kilometre of the
46
line
Record type and size of overhead
47
conductors used in the line
Shuttering is used during casting of cement
48
concrete foundation
Cement-concrete grouting foundation of
49
end supports
Measure quantum of cement concreting in
50
any one sample support
Measure cement concreting foundation in
51
any one sample of stay set pit
52 Proper painting is done on steel structure
Disc Insulators are installed precariously (
53
loose bolts/ missing cotter pins)
54 D -shaped loop for jumpers are maintained
55 Any broken insulator found in the line
Part -2 : Employer’s Requirements 33

S. No Description Status Observations Location Picture


Surface finish and painting on Steel tubular (Yes/No) No.
56
pole/RSJ/H Pole/Rail pole
Adequate tree cutting on either side of line
57
done
Pole to pole schedule enclosed with
58
proforma
Pole numbering with "RDSS " inscription
59
not done ( properly)
Engraving of poles (Name of Manufacturer,
60
SL Nos etc.) not done
61 Line Spacers not used
62 Guy insulator not used in stay wire
63 Inadequate length of barbed wire
Part -2 : Employer’s Requirements 34

5. Type and Acceptance test

The following type, acceptance and routine tests and tests during manufacture shall be carried-out
on the material. For the purpose of this clause:
5.1. Contractor shall supply the materials of type & design which has already been Type Tested.
Contractor shall provide copy of such tests at site in support of type-tested materials supplied under
the contract. No extra payment or time shall be granted for type testing of materials. In exceptional
case to case basis, employer will decide to permit type testing of material at Contractor’s cost.

5.2. Acceptance Tests shall mean those tests which are to be carried out on samples taken from each lot
offered for pre-dispatch inspection, for the purposes of acceptance of that lot.

5.3. Routine Tests shall mean those tests, which are to be carried out on the material/equipment to check
requirements which are likely to vary during production.

5.4. Tests during Manufacture shall mean those tests, which are to be carried out during the process of
manufacture and end inspection by the Contractor to ensure the desired quality of the end product to
be supplied by him.

5.5. The norms and procedure of sampling for these tests will be as per the Quality Assurance
Programme to be mutually agreed to by the Contractor and the Employer.

5.6. The standards and norms to which these tests will be carried out are listed against them. Where a
particular test is a specific requirement of this Specification, the norms and procedure of the tests
shall be as per IS/IEC Standard this specification or as mutually agreed to between the Contractor
and the Employer in the Quality Assurance Programme.

5.7. For all type test and acceptance tests, the acceptance values shall be the values specified in this
Specification, Approved Quality Plan or guaranteed by the Bidder, as applicable.

6. Type Testing, Inspection, Testing & Inspection Certificate

6.1 All equipment being supplied shall conform to type tests including additional type tests, if any as
per technical specification and shall be subject to routine tests in accordance with requirements
stipulated under respective sections. The Contractor shall intimate the Employer the detailed
program about the tests at least three (3) weeks in advance in case of domestic supplies & six (6)
weeks in advance in case of foreign supplies.

6.2 The reports for all type tests and additional type tests as per technical specification shall be
furnished by the Contractoralongwith equipment/material drawings. The type tests conducted
earlier should have either been conducted in accredited laboratory (accredited based on ISO/IEC
Part -2 : Employer’s Requirements 35

Guide 25/17025 or EN 45001 by the national accreditation body of the country where laboratory is
located) or witnessed by the representative(s) of Employer or Utility. The test-reports submitted
shall be of the tests conducted within last 5 (five) years prior to the date of bid opening. In case the
test reports are of the test conducted earlier than 5 (five) years prior to the date of bid opening, the
Contractor shall repeat these test(s) at no extra cost to the Employer, however the delay in supply
due to type-test will not be acceptable during the project.

6.3 In the event of any discrepancy in the test reports i.e. any test report not acceptable due to any
design/manufacturing changes (including substitution of components) or due to non-compliance
with the requirement stipulated in the Technical Specification or any/all additional type tests not
carried out, same shall be carried out without any additional cost implication to the Employer.

6.4 The Employer, his duly authorized representative and/or outside inspection agency acting on behalf
of the Employer shall have at all reasonable times free access to the Contractor’s/sub-vendors
premises or Works and shall have the power at all reasonable times to inspect and examine the
materials and workmanship of the Works during its manufacture or erection if part of the Works is
being manufactured or assembled at other premises or works, the Contractor shall obtain for the
Engineer and for his duly authorized representative permission to inspect as if the works were
manufactured or assembled on the Contractor’s own premises or works. Inspection may be made at
any stage of manufacture, dispatch or at site at the option of the Employer and the equipment if
found unsatisfactory due to bad workmanship or quality, material is liable to be rejected.

6.5 The Contractor shall give the Employer/Inspector ten (10) days written notice of any material being
ready for joint testing including Contractor and Employer. Such tests shall be to the Contractor’s
account except for the expenses of the Inspector. The Employer/Inspector, unless witnessing of the
tests is virtually waived, will attend such tests within thirty (30) days of the date of which the
equipment is notified as being ready for test /inspection, failing which the Contractor may proceed
alone with the test which shall be deemed to have been made in the Inspector’s presence and he
shall forthwith forward to the Inspector duly certified copies of tests in triplicate.

6.6 The Employer or Inspector shall, within seven (07) days from the date of inspection as defined
herein give notice in writing to the Contractor, of any objection to any drawings and all or any
equipment and workmanship which in his opinion is not in accordance with the Contract. The
Contractor shall give due consideration to such objections and shall either make the modifications
that may be necessary to meet the said objections or shall confirm in writing to the
Employer/Inspector giving reasons therein, that no modifications are necessary to comply with the
Contract. If any modification is made on the equipment on the basis of test results not in conformity
with the contract, the modified equipment shall be subject to same sequence of test again without
any additional cost to Employer.

6.7 When the factory tests have been completed at the Contractor’s or Sub-Contractor’s works, the
Employer/Inspector shall issue a certificate to this effect within seven (07) days after completion of
Part -2 : Employer’s Requirements 36

tests but if the tests are not witnessed by the Employer/Inspector, the certificate shall be issued
within seven (07) days of receipt of the Contractor’s Test certificate by the Engineer/Inspector.
Failure of the Employer/Inspector to issue such a certificate shall not prevent the Contractor from
proceeding with the Works. The completion of these tests or the issue of the certificate shall not
bind the Employer to accept the equipment should, it, on further tests after erection, be found not to
comply with the Contract. The equipment shall be dispatched to site only after approval of test
reports and issuance of dispatch instruction by the Employer.

6.8 In all cases where the Contract provides for tests whether at the premises or at the works of the
Contractor or of any Sub-Contractor, the Contractor except where otherwise specified shall provide
free of charge such items as labour, materials, electricity, fuel, water, stores, transport, loading &
unloading, packing, apparatus and instruments as may be reasonably demanded by the
Employer/Inspector or his authorized representative to carry out effectively such tests of the
equipment in accordance with the Contract and shall give facilities to the Employer/Inspector or to
his authorized representative to accomplish testing.ContractorContractorContractor

6.9 The inspection by Employer and issue of Inspection Certificate thereon shall in no way limit the
liabilities and responsibilities of the Contractor in respect of the agreed quality assurance
programme forming a part of the Contract.

6.10 The Employer will have the right of having at his own expenses any other test(s) of reasonable
nature carried out at Contractor’s premises or at site or in any other place in addition of aforesaid
type and routine tests, to satisfy that the material comply with the specification.

6.11 The Employer reserves the right for getting any field tests not specified in respective sections of the
technical specification conducted on the completely assembled equipment at site. The testing
equipment for these tests shall be provided by the Employer.

7. Pre-Commisioning Tests

On completion of erection of the equipment and before charging, each item of the equipment shall
be thoroughly cleaned and then inspected jointly by the Employer and the Contractor for
correctness and completeness of installation and acceptability for charging, leading to initial pre-
commissioning tests at Site. The list of pre-commissioning tests shall be provided by the
Employer as per its standard practices. or as included in the Contractor’s quality assurance
programme.
8. Commisioning Tests

All required instrumentation and control equipment will be used during such tests and the
Contractor will use all such measuring equipment and devices duly calibrated as far as
practicable. However, the Contractor, for the requirement of these tests, shall take immeasurable
Part -2 : Employer’s Requirements 37

parameters into account in a reasonable manner. The tests will be conducted at the specified load
points and as near the specified cycle condition as practicable. The Contractor will apply proper
corrections in calculation, to take into account conditions, which do not correspond to the
specified conditions.
8.1 Any special equipment, tools and tackles required for the successful completion of the
Commissioning tests shall be provided by the Contractor, free of cost.

8.2 The specific tests to be conducted on equipment have been brought out in the respective chapters of
the technical specification. However where the pre-commissioning tests have not been specified
specifically they shall be as per relevant IS code of practice or as mutually agreed.

8.3 The Contractor shall be responsible for obtaining statutory clearances from the concerned
authorities for commissioning and operation of the equipment including the Electrical Inspector.
Necessary fee to perform these works shall be paid by Employer.

9. GIS mapping & asset tagging


9.1 General Information

The State owned power distribution utilities have implemented GIS based asset tagging activities in
the past and migrated asset information into GIS platform. Bidder should update various attributes
of new / upgraded infrastructure created under RDSS over the same platform. Various electrical
assets i.e Power Transformers, Distribution Transformer, HT & LT lines with over head conductor,
poles, insulators, stay wire etc and Underground distribution system consists of Feeder pillar, UG
cable etc; automation devises like RMU’s FPI, Auto-reclosures etc needs to be updated in the
existing GIS platform. The GIS platform and the associated mobile-app will be provided by the
Employer. The scope of the bidder is limited to updating the GIS co-ordinates and the associated
mapping information of the new assets created/upgraded on the platform provided by the Employer
using the mobile app. However no additional payment shall be made to the Contractor for these
works.

9.2 Key activities under the scope:


1. After successful award of the contract and finalization of Bill of Quantity (BoQ), the TKC should
collect list of attributes (Data Model) for each of the assets purposed under the scheme from the
project nodal / GIS incharge of the Utility.
2. The purposed methodology for delivery of these attributes as well as GPS coordinates of the assets
up to the defined accuracy level to be decided mutually so that updating the same in existing GIS
platform would not be a challenges at the later stage. A point of contact (PoC) is recommended at
this stage to avoid any future complicacy.
3. The vendor should create a physical marking procedure with consultation and approval of
Employer and mark each assets and consumer that have been surveyed
Part -2 : Employer’s Requirements 38

4. Vendor will start collecting intended data from newly commissioned and / or upgraded
infrastructure commissioned in RDSS and submit the same with the Employer nodal / team for
approval.
5. The Employer’s project in charge would get these data verified through their team, once completed
they will get duly verified by Executive Engineer and circle SE and shall submit same to IT office
for further review.
6. It is to be noted that updating of GIS asset information is mandatory requirement for the issuance of
completion certificate by the employer.

10. Documentation

10.1. General

10.1.1. To ensure that the proposed systems conform to the specific provisions and general intent of the
Specification, the Contractor shall submit documentation describing the systems to employer for
review and approval. The Contractor shall obtain approval of employer for the relevant document
at each stage before proceeding for manufacturing, system development, factory testing, site
testing, training etc. The schedule for submission/approval of each document shall be finalised
during the discussions before placement of the contract, this schedule shall be in line to overall
project schedule.

10.1.2. Each document shall be identified by a Contractor document number, the employer document
number, and the employer purchase order number. Where a document is revised for any reason,
each revision shall be indicated by a number, date, and description in a revision block along with
an indication of official approval by the Contractor's project manager. Each revision of a
document shall highlight all changes made since the previous revision.

10.1.3. All technical description, specifications, literature, correspondence, prints, drawings, instruction
manuals, test reports( both factory and at site), progress photographs, booklets, schedules and all
supplementary data or documents furnished in compliance with the requirements of the Contract,
shall become the property of the Employer and the costs shall be considered as included in the
Contract price.

10.1.4. The Contractor shall be responsible for any time delay, misinterpretation, error and conflict
during design, manufacturing, testing and erection of the Works resulting from non-compliance
with the requirements of this Specification.

10.1.5. The Employer shall have the right to make copies of any documents, data, reports, information
etc. supplied by the Contractor in connection with the Works. The Employer shall not impart the
information of these documents to any other manufacturer or competitor but he shall be free to
use these for preparation of technical papers, reports etc.
Part -2 : Employer’s Requirements 39

10.1.6. All documentation shall be in English language.

10.2. Requirements for submission of documents, information and data by the Contractor

10.2.1. The Contractor shall submit to the Employer all documents in accordance with an approved
schedule of submissions and shall submit any further information (in the form of drawings,
documents, manuals, literature, reports etc.) when asked by the Employer while
commenting/approving any drawings/documents etc.

10.2.2. The documents which are subject to the approval of the Employer shall be identified by the
Contractor with the stamp "FOR APPROVAL". All other documents shall be submitted to the
Employer for information and shall be identified by the Contractor with the stamp "FOR
INFORMATION".

10.2.3. The sequence of submission of the documents shall be subject to the approval of the Employer.
The sequence of submissions of all documents shall be such that the necessary information is
available to enable the Employer to approve or comment the document.

10.2.4. The Contractor shall supply 4 hard copies of all drawings and documents.

10.2.5. In case a "SUBSEQUENT" revision of any document is made due to any reason whatsoever, a
revision of the same, highlighting the changes shall be resubmitted for the Employer's specific
approval/ information.

10.3. Documents for approval

10.3.1. The Employer shall be allowed fifteen (15) calendar days to approve the Contractor's
submissions. The submissions for approval, shall be returned to the Contractor marked in one of
the following ways :
Category I: Approved
Category II: Approved with Comments.
Category III: Returned for correction.
Category IV : For information

10.3.2. The first notations "I" or "II" shall be deemed to permit the Contractor to proceed with the work
shown on the document, except in the case of notation "III" the work shall be done subject to the
corrections indicated thereon and/or described in the letter of transmittal. The Contractor shall
bear the full responsibility for proceeding with the Works prior to receipt of the release in
notation "I" from the Employer.
Part -2 : Employer’s Requirements 40

10.3.3. In case of notation "II", the Contractor shall include the alterations required & resubmit the
document within fifteen (15) days from date of Employer's letter of transmittal.

10.3.4. In case of notation "III", the Contractor shall include the alterations required and resubmit the
document to the Employer, within fifteen (15) days, from date of letter of transmittal, so that such
document can be returned with the notation "I" or "II".

10.3.5. It may also be noted that the approval/commenting by the Employer does not relieve the
Contractor of any of his contractual obligations and his responsibilities for correctness of
dimensions, materials, weights quantities or any other information contained therein, as well as
the conformity of designs with Indian Statutory Laws and the Technical Specifications as may be
applicable. The approval also does not limit the Employer's rights under the Contract.

10.3.6. The approved documents shall be considered as the working documents. However the Technical
Specification and connected documents shall prevail over these documents in case a decision is
required on interpretation.

10.4. Documents for information

The Contractor shall not delay the Works pending the receipt by the Contractor of the comments
on documents submitted to the Employer for information. However, the Employer shall have the
right to comment on all the documents submitted by the Contractor, when, in the opinion of the
Employer the document does not comply with the Contract or otherwise. The Contractor shall
satisfactorily demonstrate that the information contained in the aforesaid document does meet the
requirements of the Contract or revise the document in order that the information shall comply
with the requirements of the Contract.

10.5. Basic reference drawings

10.5.1. The reference drawings are enclosed with the bid document, which forms a part of the
specification. The Contractor shall develop a new layout in line with the specification and take the
approval of the EMPLOYER. The Contractor shall maintain the overall dimensions of the
substation, buildings, bay length, bay width, phase to earth clearance, phase to phase clearance
and sectional clearances, clearances between buses, bus heights but may alter the locations of
equipment to obtain the statutory electrical clearances as required for the substation.

10.5.2. All drawings submitted by the Contractor including those submitted at the time of bid shall be in
sufficient detail to indicate the type, size, arrangement, material description, Bill of Materials,
weight of each component, break-up for packing and shipment, dimensions, internal & the
external connections, fixing arrangement required and any other information specifically
Part -2 : Employer’s Requirements 41

requested in the specifications.

10.5.3. Each drawing submitted by the Contractor shall be clearly marked with the name of the
Employer, the unit designation, the specifications title, the specification number and the name of
the Project. If standard catalogue pages are submitted, the applicable items shall be indicated
therein. All titles, noting, markings and writings on the drawing shall be in English. All the
dimensions should be in metric units.

10.5.4. Further work by the Contractor shall be in strict accordance with these drawings and no deviation
shall be permitted without the written approval of the Employer, if so required.

10.5.5. The review of these data by the Employer will cover only general conformance of the data to the
specifications and documents interfaces with the equipment provided under the specifications.
This review by the Employer may not indicate a thorough review of all dimensions, quantities and
details of the equipment, materials, any devices or items indicated or the accuracy of the
information submitted. This review and/or approval by the Employer shall not be considered by
the Contractor, as limiting any of his responsibilities and liabilities for mistakes and deviations
from the requirements, specified under these specifications and documents.

10.5.6. All manufacturing and fabrication work in connection with the equipment prior to the approval of
the drawings shall be at the Contractor’s risk. The Contractor may make any changes in the
design which are necessary to make the equipment conform to the provisions and intent of the
Contract and such changes will again be subject to approval by the Employer. Approval of
Contractor’s drawing or work by the Employer shall not relieve the Contractor of any of his
responsibilities and liabilities under the Contract.

10.5.7. All engineering data submitted by the Contractor after final process including review and
approval by the Employer shall form part of the Contract Document and the entire works
performed under these specifications shall be performed in strict conformity, unless otherwise
expressly requested by the Employer in Writing.

11. Return of replaced old materials to the area stores of Employer


• Old PVC wire will be rolled into bundles. The bundles should be tightened firmly and properly
with PVC sticker strip or string. A tag should be attached with each bundle to indicate the weight
of the bundle. As far as possible, bundle should consist of wire of the same size and same metal.
Similar action is required to be taken in case of GI wire.
• Old conductor of same size shall be rolled into bundles. Bundles should be tightened firmly and
PVC sticker strip or string regarding size of conductor shall be mentioned. Size, type & Weight of
each bundle shall also be indicated on the sticker strip.
Part -2 : Employer’s Requirements 42

• Materials released due to bay capacity augmentation and/or due to replacement like power
transformers, distribution transformers, insulator, meter board, cut outs etc are also required to be
returned to Employer’s stores through proper documentation.
• All other line materials released like, conductors, poles, cross arms; fabricated material, etc. shall
be properly accounted for and returned to Employers store after recording all necessary details
including weight, length etc. wherever necessary. A detailed procedure for return of the old
materials shall be prescribed by Project Management Agency.
• In respect of accountal of devolution of released material, the process as formulated by Employer
time to time shall be followed by the Contractor
12. Miscellaneous activities
• Commencement of Supply & Works: The Contractor shall ensure that the supply and installation
of material and service under the contract is as per approved PERT / completion schedule of
works. The Contractor is to commence supply with the type tested materials with necessary routine
test/ acceptance test certificates for a particular lot duly approved by EMPLOYER or the
EMPLOYER’s authorized agencies.
• The Contractor shall submit Type test and routine test certificates as applicable, issued by NABL
accredited / third party independent standard laboratories like CPRI, NPL etc.
• Unit rates: The unit rates quoted shall include details which are obviously and fairly intended, and
which may not have been included in these documents but are essential for the satisfactory
completion of work. The unit rate quoted shall be inclusive of deployment of all plants,
equipments, men, materials, skilled & unskilled labour etc. essential for satisfactory completion of
work.
• The prices for fabricated materials shall include all works relating to fabrication,
galvanizing,insurance, storage and delivery ex-Contractors stores, unloading and loading. The
quoted prices shall also include the cost of necessary quantity of steel and zinc, freight charges up
to site store and other indirect charges incurred in connection with supply of finished materials.
• Quantities/ length of 33 KV, 11 KV line and LT line, distribution transformers sub stations, 33/11
KV sub-station etc. indicated in the price schedules are provisional. Any quantity variation in
individual item and in contract value shall be governed as per GCC clause 39. The Contractor shall
execute the work based on the actual survey and as approved by the Engineer-in-charge or person
authorized by him.
• The scope of work also covers supply of other items, not specifically mentioned in this
specification and/or bill of materials but are required for the successful installation, testing,
commissioning and satisfactory performance of the 33 KV & 11 KV lines, 33/11 KV sub stations,
distribution transformer sub stations, LT lines, service lines etc.

The following works & services shall also be provided by the Contractor.
a) Unloading the equipments from the rail or road transport and moving those to storage area.
Demurrage/wharfage charge,if any incurred, shall be paid by the Contractor
Part -2 : Employer’s Requirements 43

b) Opening of packing cases, inspection and checking of materials for any damage or loss in transit
shall be the responsibility of the Contractor. All claims with the concerned authorities e.g.rail,
transport, insurance etc. shall be lodged by the Contractor.
c) Complete erection of equipments, etc covered under the contract, final preparation for testing,
commissioning, final run and acceptance tests and putting the sub-station/ plant/line etc. into
operation.
d) All consumable, stores required for the above erection and commissioning works.
e) All erection tools, lifting tackles, and all equipments, tools & tackles for transportation at site.
f) Workshop, as required within the work area.
g) Third party insurance at site and insurance of personnel employed at site as required under
Workman's Compensation Act. Secur ity arrangement for watch and guardas required sha ll be
made by Bidder at his own cost.
h) All the technical/skilled staff deployed for the job must possess the required qualifications and
necessary licenses and permits.
i) Contractor shall take all safety precautions during work and the workmen must use safety belts,
handgloves, masks and other safety devices as may be necessary for safety of the personnel.
j) The Contractor shall provide operating personnel during trial tests and till the PSS, DSS, lines and
equipments etc. are taken overby EMPLOYER as specified in taking over Clause, defined later.
k) Any other work not covered above but required for successful completion of the project has to be
carried out by the Contractor at his own cost.

Note: Before receipt of equipment at site but without limiting his obligations and responsibilities
under this clause hereof, the Contractor shall insure against his liability for any equipment,
material or physical damage, loss or injury which may occur to any property, including that of
EMPLOYER and project management agency, or to any person including employee of the
EMPLOYER, by or arising out of the execution of the contract or in the carrying out of contract.
The third party insurance cover shall be provided for the period from date of Ex-factory dispatch
till taking over of the entire equipment after testing, commissioning and trial operation, if any.

Third party insurance shall be affected for an adequate amount to cover for all marine,
transportation, field transportation, erection, testing and commissioning till handing over to
Employer,. Terms shall include a provision whereby, in the event of any claim being brought or
made against EMPLOYER in respect of which the Contractor would be entitled to receive
indemnity under the policy, the insurer will indemnify EMPLOYER and project management
agency against such claims and any costs, charges and expenses in respect hereof. Contractor
shall lodge the claim if need so arise, the employer shall be the Employer of the
equipment/materials and the claims shall be settled in the name of Employer.
Part -2 : Employer’s Requirements 44

13. Individual work components

13.1. New 11 KV Lines

1.00 Survey

Mapping of route of proposed new 11 kV line by foot survey in rural/urban areas be


performed mentioning various milestones. While surveying, existing electrical infrastructure
in the locality should also be mapped. Line alignment (single line diagram) on political map
with fair correctness, be prepared. SLD and foot survey report shall be approved by Project
Manager and shall be used as basic document for assessment of works under the contract. On
completion of line work, as built Single Line Diagram and pole wise line diagram showing
pole wise materials used and pole-to-pole span should be submitted to Project Manager. This
details shall be used as reference documents by Quality Inspecting officials to execute
inspection works.

In case of feeder separation, existing agriculture load shall be mapped during survey. A
report to be presented indicating location wise pumps to be fed through separate feeder.
Percentage voltage regulation at farthest point on various spur sections shall be examined
during survey and submitted to project manager who will take a decision for feeder
separation works.

2.00 Support (pole):

Following types of support are envisaged for 11 KV overhead line:

a) 8 m/140 kgs PCC Poles - (PCC Pole as per state practice)


b) 13 m long galvanized H-Beam 152x152 mm, 37.1 kg/mtr
c) 11 m long galvanized H-Beam 152x152 mm, 37.1 kg/mtr
d) 11 M/13 M long Steel Tubular poles of Designation 540 SP 52 (IS 2713, Pt I, II, III 1980)
e) 9 M long Steel Tubular poles of Designation 540 SP 28 (IS 2713, Pt I, II, III 1980)
f) 11 m long WPB 160x23.83 kg/m beams
g) 13 m long WPB 160x23.83 kg/m beams

<In rural area, Employers may use PCC poles are to be used. In urban area, Employer may
use PCC or Galvanized H-Beam or STP or Wide Parallel Beam supports of suitable length.
In hilly areas where handling of material is a challenge, tubular poles or Wide Parallel Beam
GI poles expandable with jointing plaes may be used. In location specific conditions like
Part -2 : Employer’s Requirements 45

forest area, vicinity of other existing overhead lines or permanent structures etc, H- beam or
tubular poles or Wide Parallel Beam supports may be used of suable length.

Steel bottom plate shall be used in steel tubular poles/H-Beam / Wide parallel Beam and
cement concrete reinforced plate shall be used as base plate for PCC poles>.
Steel tubular poles shall be cleaned till good surface finish and painted with 2 or more coats
of red oxide paint and 2 or more coats of aluminium paint till good finish. Steel tubular poles
and H-Beams shall also be painted with 2 or more coats till good surface finish with anti-
corrosive paint (in case of tubular poles shall also be painted on the inner walls) which goes
in to the foundation. Project Manager shall approved brand and shade of paints.

3.00 Fabricated steel items:

Fabricated steel items like V cross arm, top clamp, DC cross arm, bracket, clamps, cross
bracings, bracings, strain plate, guarding channels, back clamp, transformer mounting
structure etc shall be made of MS Channels, MS angle, MS flats as per approved drawings.

While fabricating, good quality electrical cutting tools and drill machine shall be used to
ensure no sharp edges and perfect holes as per approved drawings. Gas cutting set should not
be used for fabrication of MS steel items. Weld material shall be distributed equally between
the two materials that were joined. The weld shall be free of waste materials such as slag.
The weld surface should not have any irregularities or any porous holes (called porosity).
The joint shall be tight. Most welds need to demonstrate the required strength. One way to
ensure proper strength is to start with a filler metal and electrode rating that is higher than
your strength requirement.

The fabricated steel structures materials shall be hot-dip galvanized thoroughly internally and
externally according to IS: 2629 and IS: 2633 (with latest amendments). Galvanizing shall
be checked and tested in accordance with IS: 2633.

Fabricated steel structure items shall be galvanized both inside and out. The zinc coating
shall be smooth, continuous and uniform. It shall be free from acid spots and shall not scale,
blister or be removable by handling or packing. There shall be no impurities in the zinc or
additives to the smelter bath that could have a detrimental effect on the durability of the zinc
coating. Before pickling, all welding, drilling, cutting and grinding shall be completed and all
grease, paint, varnish, oil and welding slag shall be completely removed.
Part -2 : Employer’s Requirements 46

All protuberances which could affect the life of galvanizing shall also be removed. To avoid
the formation of white rust all galvanized material shall be packaged in such a way to ensure
adequate ventilation between parts during shipping and storage.

Testing of galvanizing shall be performed for Uniformity of thickness as per IS 2633/1986,


Mass of coating as per IS 6745/1972 and quantity of zinc, water quenching &centriguging as
per IS 2629/1985.

4.00 Hardware:

MS Nuts, bolts and washers (Galvanized) – 16 mm dia nuts, bolts & washers shall be used
for tying of overhead structure items like cross arms, top clamps, brackets, clamps, bracing,
strain plates etc.

While erecting, proper dimensions of nut-bolts and washers must be ensured. 2 to 3 threads
only be visible of the bolt after full tightening of nut on requisite torque. The hardware shall
be hot dip galvanized. The minimum coating of the zinc shall comply with IS: 2629 and IS:
2633. Galvanizing shall be checked and tested in accordance with IS: 2633. Before shifting
them to site for erection, they shall be offered for inspection and approval by Project
Manager.

5.00 Stay Set:

Galvanized Stay Set with 50x8 mm stay clamp, guy insulator (2Nos.), anchor plate
(200x200x6mm) , nut-bolts, 2 Nos turn-buckles, 1.8 m long, 16 mm diameter solid GS stay
rod & 7/3.15 mm dia GI stranded wire complete.

Stay set shall be used at all turning locations, conductor dead end supports, double pole
structure, triple pole structure, four pole structure to nullify the tension of conductor. Erection
of storm guys at suitable location in straight line may also be provided. Erection of storm
guys at suitable location in straight line may also be provided.

0.2 cmt cement concreting in mixture 1 part cement, 3 part coarse sand, 6 part 40mm size
aggregate stone chips (1:3:6). 2 Nos. guy insulator shall be provided in stranded GI wire at
middle location between two turn buckles.

6.00 Earthing:

Following earthing arrangements are envisaged for new 11 kV lines:


Part -2 : Employer’s Requirements 47

a) 40 mm dia., 3000 mm long GI pipe earth electrode with test link, RCC pit, RCC cover plate
on GI frame, bentonite powder and other accessories complete
b) GI Earthing spike made of 20mm solid rod, Chemical rod earthing using Carbon
powder/Bentonite powder / Conductive concrete powder including electrodewith 2000mm
long, 50 mm diameter GI pipe, GI Strip of 24x3mm minimum.6 SWG GI wire for earthing
and guarding
c) 8 SWG GI wire for earthing and guarding
d) Maintenance free type earthing

Each 11 kV line support shall be provided with one GI earthing spike made of 20 mm solid
rod or GI Earth Coil and connected with 8 SWG GI wire. Overhead line structure shall be
connected to GI earthing spike or GI Earth Coil using 8 SWG GI wire. GI nuts, bolts &
washers shall be used to join two GI wires and 20 mm solid spike rod. Project Manager shall
decide use of GI Earth Coil or 20mm dia GI Solid Rod for individual pole earthing.

At railway crossing, line crossing and other specific locations 40 mm dia, 3000 mm long GI
pipe earth electrode with test link, RCC pit, RCC cover plate on GI frame, bentonite powder
and other accessories shall be used. Overhead line structure at these locations shall be
connected to GI earth pipe using 8 SWG GI wire. GI nuts, bolts & washers shall be used to
join two GI wires and 40 mm GI earth pipe.

In rocky soil where getting required earth resistance is a challenge, chemical rod earthing
shall be used. Overhead line structure shall be connected to chemical earth electrode using
8SWG GI wire. GI nuts, bolts & washers shall be used to join two GI wires and 20 mm solid
spike rod.

In road crossings and line crossings, 6 SWG GI wire shall be used for cross lacing and 8
SWG wire shall be used for guard wires.

GI flats and GI wires must be properly dressed, bundled and fixed on supporting structure at
1 to 2 feet intervals.

7.00 Insulator and hardware –

11 KV polymer/porcelain Disc/Pin insulator with suitable hardware fittings shall be used.


Insulator should be tied properly using binding wire & tape/helical form fitting. In road
crossing and line crossing locations bridling cross arms and pin insulator shall be used.
Part -2 : Employer’s Requirements 48

The individual insulator shall be checked for insulation resistance before overhead line
installation. Insulator should properly be cleaned before installation. No damage/crack
insulator should be used.

8.00 ACSR / AAAC Conductors:

Following ACSR Conductors (or equivalent AAAC Conductor) are envisaged for new 11 kV
lines:

a) 6/2.11 + 1/2.11 mm (20 mm² Al. Area) - Squirrel


b) 6/2.59 + 1/2.59 mm (30 mm² Al. Area) - Weasel
c) 6/3.35 + 1/3.35 mm (50 mm² Al. Area) - Rabbit
d) 6/4.09 + 1/4.09 mm (80 mm² Al. Area) - Raccoon
e) 6/4.72 mm+7/1.57 mm (100 mm² Al. Area) - Dog

Project Manager shall decide size of conductor on proposed 11 KV line.

Care should be taken while drawing conductor from the drum. Proper roller should be used
while handling conductors during erection. Jointing sleeves, binding materials, PG clamps,
bi-metallic conductor shall be used for conductor jointing, insulators fixing, jumpering and
termination at equipment respectively. There must not be uneven sag between
conductor/spans.

Proper sag should be maintained using sag chart table. While tensioning, care should be
taken to avoid tension on pin insulator. Therefore, proper alignment of line to be ensured.

At terminal location, care should be taken while connecting two sections to avoid bird faults.
Therefore, pin insulator is to be used to handle the conductor on DC cross channel.

9.00 11 KV AB Switch:

11 kV, 3-ph, 600 A, 3 Pin type, Vertical/Horizontal Mounting type, Gang Operated, AB
Switch shall be installed at cut points and at suitable locations as per instructions of Project
Manager. B Class GI pipe shall be used (without any joints) for operation of switch. AB
Switch structure and handle must be earthed using 8 SWG GI wire.

10.00 Pole numbering:

Each support pole shall be numbered properly labelled using yellow base and black
indication marks (number or digits). 40/50 mm height digits/words should be used for this
Part -2 : Employer’s Requirements 49

purpose. Base shall be made using 2 or more coats of yellow enamel paint till good surface
finish. Base preparation shall be completed before shifting of poles to site for erection. Base
painting and marking of digits should be performed by a skilled and trained painter using
branded enamel paint, Project Manager shall approve type and brand of enamel paint.
Warning instruction, if any, of availability of two sources of 33 kV supply on same structure,
at source structure, at cut points should exclusively be provided as per state practice.

11.00 Anti-climbing device:

3.5 kgs, 2.5mm dia (12 SWG) galvanized barbed wire shall be used on each 11 kV support.
Galvanized barbed wire should be properly dressed and crimped at termination. While
wrapping the wire on support, proper tension should be maintained.

12.00 Danger board:

Each support shall be provided with a danger board with pole clamps as per approved
drawing. Danger board should be in bi-lingual languages (local language and English).
Clamp for danger board, nut-bolts and washers shall be painted with two or more coats of
red-oxide and aluminium paints respectively till smooth surface before installation.

13.00 Support foundation:

0.5m3Cement concrete in mixture 1 part cement, 3 part coarse sand, 6 part 40 mm size
aggregate stone chips (1:3:6) shall be used in steel tubular poles and H-Beam 11 kV line
supports.
In rural areas, PCC pole pit shall be refilled with 200 mm average size of bolder mixed with
excavated earth. Proper ramming shall be performed for better compaction. All Double pole
(DP), Triple pole (TP), cut point poles, Distribution Transformer substation poles and poles
erected on water logging area shall be grouted using cement concrete mixture similar to H-
beams/STP/Wide Parallel Beams . Prior approval of Project Manager shall be obtained for
concreting of PCC poles in water logging area. While preparing route survey report, water
logging areas shall be earmarked.

While erecting supports (poles), shuttering must be used for concreting so that proper
quantity of cement concrete mixture be used and assessed during inspection. During
concreting proper compaction by means of mobile vibrator be provided. While starting work
of support erection, gang wise shuttering and mobile vibrator shall be offered for inspection
to Project Manager. While erecting support, mercury level gauge must be used to ensure
vertical erection of support.
Part -2 : Employer’s Requirements 50

250mm dia X 12” inch size muffing shall be provided on H- beams / STP/ Wide Parallel
Beams to prevent direct entry of rain water along the poles. Cement Concrete of 1:2:4 (1 part
Cement, 2 parts coarse sand and 4 parts 20mm aggregate stones chips) shall be used for
individual poles.

Steel plate shall be used in steel tubular poles and cement concrete reinforced plate shall be
used as base plate for PCC poles.

14.00 11 kV line for underground railway crossing –

Two separate composite items of 11 kV line railway crossing is kept in BoQ. One is with 300
sq.mm cable & another one with 185 sq.mm cable.

2 Nos. separate cables shall be laid in separate GI pipe enclosures. At a time, one shall be
used and another shall be kept idle as spare in ready to connect condition. Cable termination,
cable identification, protective covering, laying of jumpering cable etc shall all be completed
in this head. These composite items shall contain following sub-items:

a) 3Cx185 (3Cx300) sqmm XLPE armored cable (approx. length is 0.3 km each) – 2 sets
b) 150mm dia GI pipe of A class (red color painted on edges) for cable protection in
underground laying – 2 sets
c) 150mm dia GI pipe of B class (blue color painted on edges) for cable support at DP structure
– 2 sets
d) Outdoor heat shrinkable cable jointing kits for main cable and jumpering cable – 4 Nos for
main cable and 8 Nos for jumpering cables.
e) 11 kV lightening arrestor station class 10kA (6 nos.),
f) 4 Nos GI 3-meters long pipe earthing,
g) 6 SWG GI wires with GI nuts, bolts & washers,
h) Cable markers,
i) Bi-metallic clamps,
j) Jumpering with 11 kV Arial Bunched Cables 200 Sqmmdia (10 mtr) etc – 4 sets
k) Maintenance free type earthing

Detail survey of location of railway crossing be performed by Contractor to avoid multi-


crossing at nearby location. Prior railway permission for execution of this work shall be
obtained by Project Manager for which necessary technical support shall be provided by
Contractor. Line crossing shall be performed using underground cabling. Block on railway
traffic shall be arranged by Project Manager. Contractor should ensure timely completion of
work during block period by mobilizing requisite man, materials and machine at crossing
locations.
Part -2 : Employer’s Requirements 51

Horizontal drilling machine shall be used for horizontal bore below railway tracks.

15.00 Quality & Quantity inspection and compliance to the observation:

The line works, before or after commissioning/energisation, shall be inspected by Quality


Inspectors and State Inspection Inspectorate. Contractor shall provide all requisite details of
line like approved survey report, as built drawings and joint measurement sheet to the
inspector to conduct. Contractor shall rectify defects/deficiencies and submit compliance to
the observations with supporting photographs in digital form within one month from receipt
of observations.

16.00 Tree-cutting/trimming of tree:

The Contractor shall count, mark and put proper numbers with suitable quality of paint at his
own cost on all the trees that are to be cut/trim to obtain required tree clearance. Contractor
shall pay compensation for any loss or damage for tree cutting due to Contractor’s work.
Wherever forest clearance is envisaged for execution of work, clearance of forest department
for tree cutting, if required, shall be arranged by the Project Manager and compensation shall
also be paid by the Project Manager. Necessary fee if required to pay to Govt. dept. for
arranging such clearances shall paid by Project Manager. However, the Contractor would
require to provide all necessary assistance for execution of this work.

17.00 Statutory clearances:

During execution of 11 KV Line work, all statutory clearances shall be ensured for ground
clearance, line-to-line clearance, road crossing clearance, horizontal and vertical clearances
from buildings/objects etc. All road crossings and line crossings shall be guarded as per
specifications. Conductor joint should not be provided in mid span length. Instead, it should
be nearer to the support.
Part -2 : Employer’s Requirements 52

13.2. Distribution Transformer Substations

1.00 Survey of Distribution Transformer Substations:

A detailed survey of existing habitation shall be performed in presentable document showing


population residing in the un-electrified area/existing electrified area of habitation, best
location of installation of a new distribution transformer substation and the capacity of
transformers to be selected for installation. The capacity of DTR shall be governed by
following technical aspects:

a) Optimistic lengths of LT lines needed to feed the beneficiaries,


b) Space available for installation of support/transformers,
c) Probable load expected to come on the transformer due to existing BPL beneficiaries /others
connected /un-connected probable beneficiaries in the locality taking care of their expected
load growth in next 5 years.
d) Distribution Transformers of capacity 16 KVA to 315 KVA (single phase as well as three
phase) shall be decided as per standard rating of distribution transformer as depicted in IS
specifications. Nonstandard ratings of DTR shall not be installed.
e) Distribution Transformers of capacity 16 KVA to 315 KVA (single phase as well as three
phase) shall be installed on double pole structures. Hence, three phase 11 KV lines shall be
laid for 16 KVA to 315 KVA (single phase as well as three phase) capacity sub-stations.
Single phase lines shall only be permitted for 10 KVA single phase transformers mounted on
single pole structure.
f) Double pole support galvanized steel structures for 16 KVA and 25 KVA distribution
transformers shall be designed in such a way that they can be augmented to 63 KVA
transformer structures without any addition in near future on technical requirements.

Based on survey report, Project Manager shall decide type, capacity and location of
Distribution Transformer sub-station.

2.00 Following types of support are envisaged for 11/0.4 or 11/0.25 KV Distribution Transformer
Substation support:

a) 8 m/140 kgs PCC Poles - (PCC Pole as per state practice) – up to 100 KVA rating only
b) 13 m long H-Beam 152x152 mm, 37.1 kg/mtr
c) 11 m long H-Beam 152x152 mm, 37.1 kg/mtr
d) 11 M long Steel Tubular poles of Designation 540 SP 52 (IS 2713, Pt I, II, III 1980)
e) 9 M long Steel Tubular poles of Designation 540 SP 28 (IS 2713, Pt I, II, III 1980)
f) For DTR Substation up to 63 KVA WPB 160x23.83 kg/m beams of 11 meter or 13meter
length
Part -2 : Employer’s Requirements 53

g) For DTR Substation above 63 KVA up to 315 KVA WPB 160x30.44 kg/m beams of 11 meter
or 13meter length

In rural area, Employer may use PCC poles are to be used. In urban area, Employer may use
PCC or H-Beam or STP or Wide Parallel Beam supports of suitable length. In hilly areas
where handling of material is a challenge, tubular poles or Wide Parallel Beam GI poles
expandable with jointing plaes may be used. In location specific conditions like forest area,
vicinity of other existing overhead lines or permanent structures etc, H- beam or tubular poles
or Wide Parallel Beam supports may be used of suable length.Steel bottom plate shall be used
in steel tubular poles/H-Beam / Wide parallel Beam and cement concrete reinforced plate
shall be used as base plate for PCC poles.
PCC supports shall be used for distribution transformer substation up to 100 KVA capacity
only. Beyond 100 KVA rating, Galvanized Wide parallel beams 160x30.44 kg/m supports
shall be used for mounting of distribution transformer.

Steel tubular poles shall be cleaned till good surface finish and painted with 2 or more coats
of red oxide paint and 2 or more coats of aluminium paint till good finish. Steel tubular poles
and H-Beams shall also be painted with 2 or more coats till good surface finish with anti-
corrosive paint (in case of tubular poles shall also be painted on the inner walls) which goes
in to the foundation. Project Manager shall approved brand and shade of paints.

3.00 Fabricated steel items:

Fabricated steel items like DC cross arm (100x50x6 mm), back clamps (65x8 mm), pole
clamp (65x8 mm), DO mounting channel (100x50x6 mm), transformer mounting channel
(100x50x6 mm), transformer clamping set (50x50x6 mm), transformer belting set (50x50x6
mm), V cross arm, top clamp, DC cross arm, bracket, clamps, cross bracings, bracings, strain
plate, back clamp, transformer mounting structure etc shall be made of MS Channels, MS
angle, MS flats as per approved drawings.

While fabricating, good quality electric cutting tools and drill machine shall be used to ensure
no sharp edges and perfect holes as per approved drawings. Gas cutting set should not be used
for fabrication of MS steel items. Weld material shall be distributed equally between the two
materials that were joined. The weld shall be free of waste materials such as slag. The weld
surface should not have any irregularities or any porous holes (called porosity). The joint shall
be tight. Most welds need to demonstrate the required strength. One way to ensure proper
strength is to start with a filler metal and electrode rating that is higher than your strength
requirement.
Part -2 : Employer’s Requirements 54

The minimum coating of the zinc on steel tubular poles or Wide Parallel Beam supports shall
comply with IS: 2629 and IS: 2633 (with latest amendments). Galvanizing shall be checked
and tested in accordance with IS: 2633.
Poles and other hollow items shall be galvanized both inside and out. The zinc coating shall
be smooth, continuous and uniform. It shall be free from acid spots and shall not scale, blister
or be removable by handling or packing. There shall be no impurities in the zinc or additives
to the smelter bath that could have a detrimental effect on the durability of the zinc coating.
Before pickling, all welding, drilling, cutting and grinding shall be completed and all grease,
paint, varnish, oil and welding slag shall be completely removed.
All protuberances which could affect the life of galvanizing shall also be removed. To avoid
the formation of white rust all galvanized material shall be packaged in such a way to ensure
adequate ventilation between parts during shipping and storage.
Testing of galvanizing shall be performed for Uniformity of thickness as per IS 2633/1986,
Mass of coating as per IS 6745/1972 and quantity of zinc, water quenching &centriguging as
per IS 2629/1985.

4.00 Hardware:

MS Nuts, bolts and washers (Galvanized) – 16 mm dia nuts, bolts & washers shall be used for
tying of overhead structure items like cross arms, top clamps, brackets, clamps, bracing, strain
plates etc.

While erecting, proper dimensions of nut-bolts and washers must be ensured. 2 to 3 threads
only be visible of the bolt after full tightening of nut on requisite torque. The hardware shall
be hot dip galvanized. The minimum coating of the zinc shall comply with IS: 2629 and IS:
2633. Galvanizing shall be checked and tested in accordance with IS: 2633. Before shifting
them to site for erection, they shall be offered for inspection and approval by Project Manager.

5.00 Stay Set:

Galvanized Stay Set with 50x8 mm stay clamp, guy insulator (2Nos.), anchor plate
(200x200x6mm) , nut-bolts, 2 Nos turn-buckles, 1.8 m long, 16 mm diameter solid GS stay
rod & 7/3.15 mm dia GI stranded wire complete.

Stay set shall be used at all sub-station location to nullify the tension of
conductor/cable/transformer on the supports. 0.2 cmt cement concreting in mixture 1 part
cement, 3 part coarse sand and 6 part 40mm size aggregate stone chips (1:3:6) shall be
provided in the foundation of the stay set. 2 Nos. guy insulator shall be provided in 7/3.15 mm
dia stranded GI wire at middle locations between two turn buckles.

6.00 Distribution Transformer:


Part -2 : Employer’s Requirements 55

Following type and sizes of minimum 3 star rated {as per Bureau of Energy Efficiency
(BEE)}, BIS stamped, distribution transformers are standardized in the project:

a) 5/6 KVA 1 phase Aluminium / Copper wound DTR


b) 10 KVA 1 phase / 3 phase Aluminium / Copper wound DTR
c) 16 KVA 1 phase / 3 phase Aluminium / Copper wound DTR
d) 25 KVA 1 phase / 3 phase Aluminium / Copper wound DTR
e) 63 KVA 3 phase Aluminium / Copper wound DTR
f) 100 KVA 3 phase Aluminium / Copper wound DTR
g) 200 KVA 3 phase Aluminium / Copper wound DTR
h) 250 KVA 3 phase Aluminium / Copper wound DTR
i) 315 KVA 3 phase Aluminium / copper wound DTR
Or any other rating as per latest Indian Standard Specification

3ph/1ph Distribution Transformers shall be 11/0.4 KV or 11KV/230 V or 22/0.44 KV non-


sealed type, type BEE specified minimum 3 Star Distribution Transformers. The
transformers shall be double wound, three phase, CRGOor amorphose core type having
energy efficiency level 1 as specified in latest IS:1980 (Part-1) 2014 with Amendments 1,2 3
&4.
Distribution Transformers shall be subject to inspection during manufacturing (stage
inspection), pre-delivery inspection, and inspection at site during pre-erection/post
erection/post commissioning conditions. Project Manager shall select samples from the core
laminations and get the same tested in NABL Accredited laboratory to prove the quality of
the core material.

The distribution transformers shall be supplied with transformer oil filled up-to maximum
permissible level and breather with silica gel.

The distribution transformers must have been successfully type tested within five years from
date of Letter of Intent and the designs should have been in satisfactory operation for a period
not less than two years as on the date of bid opening. Compliance shall be demonstrated by
submitting, (i) authenticated copies of the type test reports and (ii) performance certificates
from the users, specifically from Central Govt./State Govt. or their undertakings.

The losses in Distribution Transformer should be as per Energy Efficiency Level 1 as


specified in IS 1180 (Part-1):2014 and amendement 1,2,3 &4 for all kVA ratings of
distribution transformers
Part -2 : Employer’s Requirements 56

Bimetallic connectors of suitable capacities are to be provided on LT side and on HT side of


the transformer.
Transformers must be of standard preferred ratings as specified in scope of works.

T-Clamps should be provided on each jumper on bus bars. Line jumpers should be provided
with adequate size of PG Clamps (Two numbers PG Clamps at each end of jumper). Clamp
should be made of aluminum grade T-1F as per IS-8309 having good electrical quality
aluminum material and should not be brittle in nature.

Transformers should be tested for pre-commissioning checks which includes Insulation


Resistance Test, ratio test and oil breakdown voltage test. Before formal energisation, oil
leakages from the parts of the transformer, oil level in conservator tank, condition of silica
gel, earth connection (two separate) between neutral and earthing, proper jointing of earth
wires/flats at the joints and earth resistance of the individual earthing pits are to be checked
and recorded. On commissioning of the transformer, phase current and phase to phase
voltage, phase to neutral voltage are to be recorded. The loading on the transformers should
be balanced. The quantum of neutral current flowing through neutral shall be recorded. A
record of pre-commissioning checks/tests are to be prepared and submitted to the Project
Manager.

7.00 ACSR / AAAC Conductor:

ACSR raccoon conductor (or equivalent AAAC Conductor) is to be used for connection
between overhead lines to transformer studs/bushingupto 100 KVA ratings. For transformers
having ratings more then 100KVA, higher size of conductors matching with its current
carrying rating be used.

8.00 Distribution Box/SMC Distribution Box and Power Cabling:

Distribution Box/SMC Distribution Boxes are to be installed as per specifications enclosed.


The boxes are to be erected, electrically connected with the existing system, properly earthed,
and labeled. The test report of pre-commissioning checks should be prepared and submitted.

All CT terminals are to be ring type and other terminals are fork type. 2.5 sqmm copper multi
stands wiring 1.1 KV grade, ISI marked, IS 694 shall be used for control wiring. A terminal
block be provided between CT and Meter keeping 20% spare terminals.

The Distribution Box/SMC Distribution Boxes are to be earthed using 8 SWG GI wire direct
connection to the earthing. 2 Nos Earthing bolts on the distribution boards should be provided
of 10mm dia.
Part -2 : Employer’s Requirements 57

The single core power cables should be terminated with proper size lugs and gland. Necessary
tagging, identification of cores and dressing of cables with nylon cable ties shall be in the
scope of work. The unutilized holes in the DBs provided for cable entry needs to be plugged
properly in a manner that it must stop access to reptiles, dust and water ingress.

The Low Tension bus bars are to be painted with two or more coats of brush-able epoxy
compound suitable to insulate the bus bars for 415 volts exposure.

The Distribution Box/SMC Distribution Box, for transformers upto and including 25 KVA,
should also house three phase tri-vector energy meter / single phase meter depending on
capacity and type of distribution transformer as per specifications. For higher capacity
transformers where CT operated meters are to be installed, separate LTCT cum Meter Box at
eye height shall be installed for housing of meter, CTs, terminal block and wiring.

The single core un-armored power cables shall be used for connection from Distribution
Transformer to Distribution Box/SMC Distribution Box and Distribution Box/SMC
Distribution Box to Outgoing LT lines. Cable should not be used in underground laying
arrangement. Cables should be dressed & tied properly using clamps /cable ties at 1 meter
intervals and tied with substation structure/poles. At-least one meter cable is to be kept as
spare at the individual ends.
Following arrangements shall be made for LT Distribution Transformers and LT Cables:

No Type of Incomer Outgoing Cable


DTR MCB/Isolator HRC fuse MCCB 1 2
1 5/6/10 45A SPN MCCB 2x32A SP MCCB 1Cx16 sqmm UA
KVA 1 Ph
2 16 KVA 1 80A SPN MCCB 2x50A SP MCCB 1Cx16 sqmm UA
Ph
3 16 KVA 3 25A TPN MCCB 6x16A SP MCCB 1Cx16 sqmm UA
Ph
4 25 KVA 1 40A SPN MCCB 3x25A SP MCCB 1Cx35 sqmm UA
Ph
5 25 KVA 3 40A TPN MCCB 6x25A SP MCCB 1Cx35 sqmm UA
Ph
6 63 KVA 3 200A TPN 100 A 6x60A SP MCCB 1Cx50/70 1Cx70 sqmm
Ph Isolator sqmm UA
UA
7 100 KVA 3 200A TPN 160 A 6x90A SP MCCB 1Cx50/70 1Cx150
Part -2 : Employer’s Requirements 58

Ph Isolator sqmm sqmm UA


UA
8 200 KVA 3 600A TPN 315 A 9x120A SP MCCB 1Cx150 1Cx300
Ph Isolator sqmm sqmm UA
UA
9 315 KVA 3 600A TPN 500 A 12X120A SP 1CX150 1CX300
Ph Isolator MCCB sqmm sqmm UA
UA

1.1 KV XLPE Aluminium Conductor, Stranded, un-armored cable be used for connection of
transformer LV bushing to Distribution Box/SMC Distribution Box and Distribution
Box/SMC Distribution Box to overhead line.

9.00 Earthing:

Distribution Transformer Earthing shall be provided with 3 Nos earthing and making earth
mat /risers using 50X6mm GI Flat. Earthing should be provided with GI earth pipe or
Chemical Earthing depending of strata of soil in the location. Project Manager shall decide the
type of earthing.

25x3mm GI Flat and 8 SWG GI shall be used for making earthing connection to various sub-
station equipment as per given details. GI Flat and GI wire shall be properly dressed, bunched
and clamped with the support at 2 feet intervals. An overlapping of 35mm shall be used at the
place of flat to flat joint. Two sets of GI nuts, bolts and washers shall be used for flat-to-flat
joints. GI nuts, bolts and washers must be used for GI Flat–to-GI wire & GI wire-to-GI wire
joints.

Substation wise measurement of earth resistance of earth pits / mesh and corresponding
drawing of existing earthing arrangement shall be recorded and submitted to Project Manager.

Description of equipment Earth connection


Earthing pits 3 Nos. Earth Pipe 3 m long, 40 mm dia
or Chemical Earthing
Earth mat and riser 50X6 mm GI Flat / 8 SWG GI wire
Laying of earth mat Below ground 0.5 meter

Standard requirements of earthing shall be as under:


a) Earth Pit – 1 for Transformer Neutral,
b) Earth pit - 2 for Lightening Arrester,
c) Earth pit – 3 for Equipment body earthing.
Part -2 : Employer’s Requirements 59

d) Maintenance free earthing

Following arrangement is envisaged for various equipment of distribution transformer


substation:
a) Transformer Neutral (Two distinct connections) : GS Flat 25X3mm
b) Transformer Body : GS Flat 25X3mm
c) Lightning Arrester : GS Flat 25X3mm
d) Fencing (Wherever required) : GI wire 8 SWG
e) LT Distribution Box/SMC Distribution Box (Two distinct connections) : GI wire
8 SWG
f) AB Switch handle : GI wire 8 SWG
g) Steel structure of substation : GI wire 8 SWG
h) Line meters : GS wire 8 SWG

The location of earth pits should be at-least 3m apart, so that they their earth conductive areas
do not overlap. In rocky soil where getting required earth resistance is a challenge, chemical
rod earthing shall be used in place of normal GI pipe type earthing. Project Manager shall
decide type of earthing pits.

10.00 Insulator and hardware:

11 KV polymer/porcelain Disc/Pin insulator with suitable hardware fittings shall be used.


Insulator should be tied properly using binding wire/helical form fitting. Bi-metallic clamps
must be used at terminals.

The individual insulator shall be checked for insulation resistance before overhead line
installation. Insulator should properly be cleaned before installation. No damage/crack
insulator should be used.

11.00 Substation numbering:

Each Substation should be numbered properly labelled using yellow base and black indication
marks (number or digits). 40/50 mm height digits/words should be used for this purpose. Base
shall be made using 2 or more coats of yellow enamel paint till good surface finish. Base
preparation shall be completed before shifting of poles to site for erection. Base painting and
marking of digits should be performed by a skilled and trained painter using branded enamel
paint, Project Manager shall approve type and brand of enamel paint.

12.00 Anti-climbing device:


Part -2 : Employer’s Requirements 60

3.5 kgs, 2.5mm dia (12 SWG) galvanized barbed wire shall be used on each sub-station
support. Galvanized barbed wire should be properly dressed and crimped at termination.
While wrapping the wire on support, proper tension should be maintained.

13.00 Danger board:

Each support should be provided with a danger board with pole clamps as per approved
drawing. Danger board should be in bi-lingual languages (local language and English). Clamp
for danger board, nut-bolts and washers shall be painted with two or more coats of red-oxide
and aluminium paints respectively till smooth surface before installation.

14.00 Support foundation:

0.5 m3Cement concrete in mixture 1 part cement, 3 part coarse sand, 6 part 40 mm size
aggregate stone chips (1:3:6) shall be used in PCC Pole, steel tubular poles and H-Beam
support foundation.

While erecting supports (poles), shuttering must be used for concreting so that proper quantity
of cement concrete mixture be used and assessed during inspection. During concreting proper
compaction by means of mobile vibrator be provided. While starting work of support erection,
gang wise shuttering and mobile vibrator shall be offered for inspection to Project Manager.
While erecting support, mercury level gauge must be used to ensure vertical erection of
support.

250mm dia X 12” inch size muffing shall be provided on steel tubular and H-Beam poles to
prevent direct entry of rain water along the poles. Cement Concrete of 1:2:4 (1 part Cement, 2
parts coarse sand and 4 parts 20mm aggregate stones chips) shall be used for individual poles.

Steel plate shall be used in steel tubular poles and cement concrete reinforced plate shall be
used as base plate for PCC poles.

15.00 11 KV AB Switch:

11 kV, 3-ph, 200 A, 3 Pin type, Horizontal/Vertical Mounting type, Gang Operated, AB
Switch shall be installed on 100 KVA and more capacity distribution transformer substation
only. B Class GI pipe shall be used (without any joints) for operation of switch. AB Switch
structure and handle must be earthed using 8 SWG GI wire.

16.00 11 KV Drop Out Fuses:


Part -2 : Employer’s Requirements 61

11 kV, 3-ph, Drop Out fuse units (set of 3 units) along with Support Insulators, Base Channel,
fuse barrel etc. shall be used for all capacity Distribution Transformer Substations. DO Fuse
structure shall be earthed using 8 SWG GI wire.

17.00 Lighting Arrester:

Distribution Class LAs on each phase shall be provided in the sub-station with base steel
structure, terminals bi – metallic connectors / PG clamps and earth connectors. LAs are to be
connected with separate earth connection. 25x3 mm GI flat shall be used for earth connection.
Part -2 : Employer’s Requirements 62

13.3. New LT Line

1. Survey:

Mapping of route of proposed new LT line by foot survey in rural/urban areas be performed
mentioning various milestones. While surveying, existing electrical infrastructure in the
locality should also be mapped. Line alignment (single line diagram) on political map with
fair correctness, be prepared. SLD and foot survey report shall be approved by Project
Manager and shall be used as basic document for assessment of works under the contract. On
completion of line work, as built Single Line Diagram and pole wise line diagram showing
pole wise materials used and pole-to-pole span should be submitted to Project Manager. This
details shall be used as reference documents by Quality & Quantity Inspecting officials to
execute inspection works.

2. The LT line between distribution transformer and consumers shall be on LT Areal Bunched
cables.

3. Support for LT overhead Line:

a) 8 M/140 kgs PCC Poles (PCC Pole as per state practice)


b) 11 M long galvanized H-Beam 152x152 mm, 37.1kg/mtr
c) 11 M long Steel Tubular poles of Designation 540 SP 52 (IS 2713, Pt I, II, III 1980)
d) 9 M long Steel Tubular poles of Designation 540 SP 28 (IS 2713, Pt I, II, III 1980)
e) 11 m Parallel Flanged beams WPB 160x23.83 kg/m for hilly and urban areas

In rural area, Employer may usePCC poles are to be used. In urban area, Employer may use
PCC or H-Beam or STP or Wide Parallel Beam supports are to be used of suitable length. In
hilly areas where handling of material is a challenge, tubular poles or Wide Parallel Beam GI
poles expandable with jointing plaes may be used. In location specific conditions like forest
area, vicinity of other existing overhead lines or permanent structures etc, H- beam or tubular
poles or Wide Parallel Beam supports may be used of suable length.Steel bottom plate shall
be used in steel tubular poles/H-Beam / Wide parallel Beam and cement concrete reinforced
plate shall be used as base plate for PCC poles.Steel tubular poles shall be cleaned till good
surface finish and painted with 2 or more coats of red oxide paint and 2 or more coats of
aluminiumpaint till good finish. Steel tubular poles and H-Beams shall also be painted with 2
or more coats till good surface finish with anti-corrosive paint (in case of tubular poles shall
also be painted on the inner walls) which goes in to the foundation. Project Manager shall
approved brand and shade of paints.
Part -2 : Employer’s Requirements 63

4. Fabricated steel items:

Fabricated steel items like clamps, stay clamp, etc shall be made of MS Channels, MS angle,
MS flats as per approved drawings.

While fabricating, good quality electrical cutting tools and drill machine shall be used to
ensure no sharp edges and perfect holes as per approved drawings. Gas cutting set should not
be used for fabrication of MS steel items. Weld material shall be distributed equally between
the two materials that were joined. The weld shall be free of waste materials such as slag.
The weld surface should not have any irregularities or any porous holes (called porosity).
The joint shall be tight. Most welds need to demonstrate the required strength. One way to
ensure proper strength is to start with a filler metal and electrode rating that is higher than
your strength requirement.

The fabricated steel structures materials shall be hot-dip galvanized thoroughly internally and
externally according to IS: 2629 and IS: 2633 (with latest amendments). Galvanizing shall
be checked and tested in accordance with IS: 2633.

Fabricated steel structure items shall be galvanized both inside and out. The zinc coating
shall be smooth, continuous and uniform. It shall be free from acid spots and shall not scale,
blister or be removable by handling or packing. There shall be no impurities in the zinc or
additives to the smelter bath that could have a detrimental effect on the durability of the zinc
coating. Before pickling, all welding, drilling, cutting and grinding shall be completed and all
grease, paint, varnish, oil and welding slag shall be completely removed.

All protuberances which could affect the life of galvanizing shall also be removed. To avoid
the formation of white rust all galvanized material shall be packaged in such a way to ensure
adequate ventilation between parts during shipping and storage.

Testing of galvanizing shall be performed for Uniformity of thickness as per IS 2633/1986,


Mass of coating as per IS 6745/1972 and quantity of zinc, water quenching &centriguging as
per IS 2629/1985.

5. Hardware:

MS Nuts, bolts and washers (Galvanized) – 16 mm dia nuts, bolts & washers shall be used
for tying of overhead structure wherever required.
Part -2 : Employer’s Requirements 64

While erecting, proper dimensions of nut-bolts and washers must be ensured. 2 to 3 threads
only be visible of the bolt after full tightening of nut on requisite torque. The hardware shall
be hot dip galvanized. The minimum coating of the zinc shall comply with IS: 2629 and IS:
2633. Galvanizing shall be checked and tested in accordance with IS: 2633. Before shifting
them to site for erection, they shall be offered for inspection and approval by Project
Manager.

6. Galvanized Stay Set with 50x8 mm stay clamp, guy insulator (1 No.), anchor plate
(200x200x6mm), nut-bolts, 2 Nos turn-buckles, 1.8 m long, 16 mm diameter solid GS stay
rod shall be used with 7/3.15 mm dia GI stranded wire.

Stay set shall be used at all turning locations, cable dead end locations to nullify the tension
of the cable. Erection of storm guys at suitable location in straight line may also be provided.
Erection of storm guys at suitable location in straight line may also be provided.

0.2 cmt cement concreting in mixture 1 part cement, 3 part coarse sand, 6 part 40mm size
aggregate stone chips (1:3:6). 2 Nos. guy insulator shall be provided in stranded GI wire at
middle location between two turn buckles.

7. Following earthing arrangements are envisaged for new LT lines:

7.1.1. 40 mm dia., 3000 mm long GI pipe earth electrode with test link, RCC pit, RCC cover plate
on GI frame, bentonite powder and other accessories complete
7.1.2. GI Earthing spike made of 20mm solid rod or 8 SWG, 50 turns earthing coil
7.1.3. Chemical rod earthing using Carbon powder/Bentonite powder / Conductive concrete powder
including electrodewith 2000mm long, 50 mm diameter GI pipe, GI Strip of 24x3mm
minimum.8 SWG GI wire for earthing and guarding

Every sixth LT line support shall be provided with one GI earthing spike made of 20 mm
solid rod or GI Earth Coil and connected with 8 SWG GI wire. Overhead steel items shall be
connected to GI earthing spike or GI Earth Coil using 8 SWG GI wire. GI nuts, bolts &
washers shall be used to join two GI wires and 20 mm solid spike rod. Project Manager shall
decide use of GI Earth Coil or 20mm dia GI Solid Rod for individual pole earthing.

In rocky soil where getting required earth resistance is a challenge, chemical rod earthing
shall be used. Overhead line structure shall be connected to chemical earth electrode using
8SWG GI wire. GI nuts, bolts & washers shall be used to join two GI wires and 20 mm solid
spike rod.

GI wires must be properly dressed and fixed on supporting structure at 1 to 2 feet intervals.
Part -2 : Employer’s Requirements 65

8. LT line shall form following areal bunched XLPE cables:

8.01 1X16 (Ph) + 1X25 (bare messenger cum neutral) SQ. MM.
1X16 (Ph) + 1X25 (bare messenger cum neutral) + 1x16
8.02
(insulated Street lighting)SQ. MM.
8.03 3X16(Ph)+1X25 (bare messenger cum neutral) SQ. MM.
3 X 16(Ph) +1x25 (bare messenger cum neutral) + 1x16
8.04
(insulated Street lighting) SQ. MM.
8.05 1X25(Ph)+1x25 (bare messenger cum neutral) SQ. MM.
1X25(Ph) + 1X25 (bare messenger cum neutral) + 1x16
8.06
(insulated Street lighting) SQ. MM.
8.07 3X25(Ph)+1X25 (bare messenger cum neutral) SQ. MM.
3 X 25(Ph) +1x25 (bare messenger cum neutral) + 1x16
8.08
(insulated Street lighting) SQ. MM.
8.09 1X35(Ph)+1X25 (bare messenger cum neutral) SQ. MM.
1x35(Ph) + 1X25 (bare messenger cum neutral) + 1x16
8.10
(insulated Street lighting) SQ. MM.
8.11 3X35(Ph)+1X25 (bare messenger cum neutral) SQ. MM.
3X35 (Ph) + 1x25 (bare messenger cum neutral)+ 1x16
8.12
(insulated Street lighting) SQ. MM.
8.13 3X50(Ph)+1X35 (bare messenger cum neutral) SQ. MM.
3X50 (Ph)+1x35 (bare messenger cum neutral) +1x16
8.14
(insulated Street lighting) SQ. MM.
8.15 3X95(Ph)+1X70 (bare messenger cum neutral) SQ. MM.
3X95(Ph)+1X70 (bare messenger cum neutral) +1x16
8.16
(insulated Street lighting) SQ. MM.

9. Distribution Box/SMC Distribution Box:

Single phase or three phase Distribution Box/SMC Distribution Box/SMC Distribution


Box/SMC Distribution Box shall be provided for extending power supply to LT consumers.
Distribution Box/SMC Distribution Box (DB) shall be mounted on LT pole with galvanized
MS clamp of 40x3 mm size. DB shall be earthed using 8 SWG GI wire.

Single phase DB shall be suited for two core 25 sqmmaluminium conductor cable as incomer
and 8 nos. two core 10 sqmm conductor cables as outgoing cables. Three phase DB shall be
suited for four core 35 sqmmaluminium conductor cable as incomer and 4 nos. four core 16
sqmm conductor cables as outgoing cables.
Part -2 : Employer’s Requirements 66

The Distribution Box/SMC Distribution Box shall be installed only at locations where BPL
connections are provided.

10. Connection from ABC cable:

2Cx25 sqmmstrandedcable or 4Cx35 sqmmstrandedcable shall be used between LT line


and Distribution Box/SMC Distribution Box. T-connector shall be used at LT line for
tapping. While tapping connection from ABC cable, highly skilled lineman/wireman shall be
deployed along with sophisticated cutting plier/tool so that no damage should result in AB
cable conductor. T-connector should be crimped properly for resistance free/maintenance
free electric connection. Alternately, piercing type connector may be used for tapping of LT
connection from ABC cable conductor.

11. Distribution Box/SMC Distribution BoxPole numbering:

Each support pole should be numbered properly labelled using yellow base and black
indication marks (number or digits). 40/50 mm height digits/words should be used for this
purpose. Base shall be made using 2 or more coats of yellow enamel paint till good surface
finish. Base preparation shall be completed before shifting of poles to site for erection. Base
painting and marking of digits should be performed by a skilled and trained painter using
branded enamel paint, Project Manager shall approve type and brand of enamel paint.

12. Anti-climbing device:

3.5 kgs, 2.5mm dia (12 SWG) galvanized barbed wire shall be used on each LT line support.
Galvanized barbed wire should be properly dressed and crimped at termination. While
wrapping the wire on support, proper tension should be maintained.
13. Danger board:

Each support should be provided with a danger board with pole clamps as per approved
drawing. Danger board should be in bi-lingual languages (local language and English).
Clamp for danger board, nut-bolts and washers shall be painted with two or more coats of
red-oxide and aluminium paints respectively till smooth surface before installation.

14. Support foundation:

Cement concrete in mixture 1 part cement, 3 part coarse sand, 6 part 40 mm size aggregate
stone chips (1:3:6) shall be used in steel tubular poles and H-Beam LT line supports and wide
parallel beam supports.
Part -2 : Employer’s Requirements 67

In rural areas, PCC pole pit shall be refilled with 200 mm average size of bolder mixed with
excavated earth. Proper ramming shall be performed for better compaction. PCC pole at cut
point and PCC poles erected on water logging area shall be grouted using cement concrete
mixture similar to H-Beam & Tubular poles. Prior approval of Project Manager shall be
obtained for concreting of PCC poles in water logging area. While preparing route survey
report, water logging areas shall be earmarked.

While erecting supports (poles), shuttering must be used for concreting so that proper
quantity of cement concrete mixture be used and assessed during inspection. During
concreting proper compaction by means of mobile vibrator be provided. While starting work
of support erection, gang wise shuttering and mobile vibrator shall be offered for inspection
to Project Manager. While erecting support, mercury level gauge must be used to ensure
vertical erection of support.

250mm dia X 12” inch size muffing shall be provided on steel tubular and H-Beam poles to
prevent direct entry of rain water along the poles. Cement Concrete of 1:2:4 (1 part Cement,
2 parts coarse sand and 4 parts 20mm aggregate stones chips) shall be used for individual
poles.

Steel plate shall be used in steel tubular poles and cement concrete reinforced plate shall be
used as base plate for PCC poles.

15. Quality & Quantity inspection and compliance to the observation:

The line works, before or after commissioning/energisation, shall be inspected by Quality


Inspectors and State Inspection Inspectorate. Contractor shall provide all requisite details of
line like approved survey report, as built drawings and joint measurement sheet to the
inspector to conduct. Contractor shall rectify defects/deficiencies and submit compliance to
the observations with supporting photographs in digital form within one month from receipt
of observations.

16. Tree-cutting/trimming of tree:

The Contractor shall count, mark and put proper numbers with suitable quality of paint at his
own cost on all the trees that are to be cut/trim to obtain required tree clearance. Contractor
shall pay compensation for any loss or damage for tree cutting due to Contractor’s work.
Wherever forest clearance is envisaged for execution of work, clearance of forest department
for tree cutting, if required, shall be arranged by the Project Manager and compensation shall
also be paid by the Project Manager. Necessary fee if required to pay to Govt. dept. for
Part -2 : Employer’s Requirements 68

arranging such clearances shall paid by Project Manager. However, the Contractor would
require to provide all necessary assistance for execution of this work.

17. Statutory clearances:

During execution of LT Line works, all statutory clearances shall be ensured for ground
clearance, line-to-line clearance, road crossing clearance etc.

18. The earthing point of distribution transformer should be extended to the single phase
beneficiary premises having en-route earth connection at every 6th supports. The earth
conductor is to be connected with earth point provided in the premises of single phase
consumers. The bearer wire shall be earthed at every sixth pole.

19. Bearer wire of LT AB cable shall be anchored through eyehook or dead end (anchor) clamps.

20. Extra length of continuous AB cable along with messenger / bearer wire shall be properly
dressed and clamped.
Part -2 : Employer’s Requirements 69

13.4. Augmentation and Renovation

1. Renovation/Augmentation of 11 kV line

1.00 Augmentation of 3 phase 11 kV line using additional supports matching with length and type of
existing support is envisaged on following type of supports:

a. 8 meter long /140 KG PCC Poles (PCC Pole as per state practice)
b. 9 m or 11 m or 13 m long H-Beam 152x152 mm 37.1 kg/m
c. 11 M long steel Tubular poles with welded steel base plate of Designation 540 SP 52 (IS 2713,
Pt I, II, III 1980)
d. 13 M long steel Tubular poles with welded steel base plate of Designation 540 SP 72 (IS 2713,
Pt I, II, III 1980)

2.00 Augmentation of existing conductor with following type of new ACSR conductor including
jointing sleeves, binding materials and helical formed fittings etc as required are envisaged under
this work-

a. 6/3.35 + 1/3.35 mm (50 mm² Al. Area) - Rabbit by replacing existing weasel/squirrel conductor
b. 6/4.09 + 1/4.09 mm (80 mm² Al. Area) - Raccoon by replacing existing rabbit/weasel/squirrel
conductor
c. 6/4.72 mm+7/1.57 mm (100 mm² Al. Area) - Dog by replacing existing raccoon/rabbit conductor

3.00 While executing this work, mid span pole with all fittings may be provided matching with
existing poles of the line.

4.00 Following works shall also be executed by Contractor under this head –

a. Replacement of damaged insulators


b. Straightening of tilted supports by providing additional foundation or by providing boulders etc
as required.
c. Revamping of pole earthing and replacement of GI earth wire.
d. Labelling, providing danger board, providing anti climbing device and painting of all the poles
shall be in the scope of work
e. Replacement of damaged/bent V-cross arms & top clamps with new ones
f. Providing of stay set wherever required
g. Providing of guarding wherever required
Part -2 : Employer’s Requirements 70

h. Removal of old conductor in coil form, removal of old steel structure, removal of old conductor
fittings, removal of any other worn out/defective material and deposit them in Employer’s store
within a reasonable time as decided by Project Manager

Item-wise scope of works under renovation/augmentation of 11 kV line is detailed out under


scope of new 11 kV line. It shall be utilized on item to item requirement under
renovation/augmentation of 11 kV line also.

2. R & M and augmentation of Distribution Transformer Substations

1.00 Survey of Distribution Transformer Substations:

A detailed survey of overloaded Distribution Transformer substation shall be performed.


Existing electrical connected loading and habitation shall be surveyed and a presentable
document showing population residing in the un-electrified area/existing electrified area of
habitation shall be performed. Based on survey, best option for augmentation of distribution
transformer substation and the capacity of new transformer shall be decided. The capacity of
augmented DTR shall be governed by following technical aspects:

a) Optimistic lengths of LT lines needed to feed the existing consumers, existing un-connected
consumers and future growth in electrical loading,
b) Space available for installation of support/transformers,
c) Probable load expected to come on the transformer due to existing BPL beneficiaries /others
connected /un-connected probable beneficiaries in the locality taking care of their expected load
growth in next 5 years.
d) Distribution Transformers of capacity 16 KVA to 315 KVA (single phase as well as three phase)
shall be decided as per standard rating of distribution transformer as depicted in IS
specifications. Nonstandard ratings of DTR shall not be installed.
e) Distribution Transformers of capacity 16 KVA to 315 KVA (single phase as well as three phase)
shall be installed on existing structures/plinth.

Based on survey report, Project Manager shall decide type, capacity and location of Distribution
Transformer sub-station for augmentation/R&M works.

2.00 Following types of works are envisaged for Distribution Transformer sub-station for
augmentation/R&M works:
a. Replacement of defective materials of DTR substations
b. Re-erection/re-concreting of substation supports
c. Dismantling of defective/worn-out steel structure materials, 11 kV/LT equipment like Lightening
Arrester, DO Fuse, Distribution Box/SMC Distribution Box, LT cable, jumpering conductor,
Part -2 : Employer’s Requirements 71

terminal clamps, insulators etc as required. Shifting of dismantled material to Employer’s store
within reasonable period of time.
d. Installation of stay set for strengthening of DTR substation structure.
e. Topping up of new and filtered transformer oil wherever required.
f. De-moisturizing of silica gel, filling of transformer oil in silica gel breather.
g. Providing new DTR substation equipment like steel structure materials, 11 kV/LT equipment
like Lightening Arrester, DO Fuse, Distribution Box/SMC Distribution Box, LT cable,
jumpering conductor, terminal clamps, insulators etc
h. Renovation of DTR substation earthing by providing new earth pits, inter connection of earth
pits and their connection to various equipment
i. Cleaning of metallic structure items by rubbing through emery paper and re-painting using two
codes of red oxide paint and two coats of aluminium oxide paints of reputed type and make as
approved by Project Manager using painting brush.

3.00 Fabricated steel items:

Fabricated steel items like DC cross arm (100x50x6 mm), back clamps (65x8 mm), pole clamp
(65x8 mm), DO mounting channel (100x50x6 mm), transformer mounting channel (100x50x6
mm), transformer clamping set (50x50x6 mm), transformer belting set (50x50x6 mm), V cross
arm, top clamp, DC cross arm, bracket, clamps, cross bracings, bracings, strain plate, back
clamp, transformer mounting structure etc shall be made of MS Channels, MS angle, MS flats as
per approved drawings.

While fabricating, good quality electric cutting tools and drill machine shall be used to ensure no
sharp edges and perfect holes as per approved drawings. Gas cutting set should not be used for
fabrication of MS steel items. Weld material shall be distributed equally between the two
materials that were joined. The weld shall be free of waste materials such as slag. The weld
surface should not have any irregularities or any porous holes (called porosity). The joint shall be
tight. Most welds need to demonstrate the required strength. One way to ensure proper strength
is to start with a filler metal and electrode rating that is higher than your strength requirement.

The fabricated steel structures materials shall be hot-dip galvanized thoroughly internally and
externally according to IS: 2629 and IS: 2633 (with latest amendments). Galvanizing shall
be checked and tested in accordance with IS: 2633.

Fabricated steel structure items shall be galvanized both inside and out. The zinc coating
shall be smooth, continuous and uniform. It shall be free from acid spots and shall not scale,
blister or be removable by handling or packing. There shall be no impurities in the zinc or
additives to the smelter bath that could have a detrimental effect on the durability of the zinc
Part -2 : Employer’s Requirements 72

coating. Before pickling, all welding, drilling, cutting and grinding shall be completed and all
grease, paint, varnish, oil and welding slag shall be completely removed.

All protuberances which could affect the life of galvanizing shall also be removed. To avoid
the formation of white rust all galvanized material shall be packaged in such a way to ensure
adequate ventilation between parts during shipping and storage.

Testing of galvanizing shall be performed for Uniformity of thickness as per IS 2633/1986,


Mass of coating as per IS 6745/1972 and quantity of zinc, water quenching &centriguging as
per IS 2629/1985.

4.00 Hardware:

MS Nuts, bolts and washers (Galvanized) – 16 mm dia nuts, bolts & washers shall be used for
tying of overhead structure items like cross arms, top clamps, brackets, clamps, bracing, strain
plates etc.

While erecting, proper dimensions of nut-bolts and washers must be ensured. 2 to 3 threads only
be visible of the bolt after full tightening of nut on requisite torque. The hardware shall be hot
dip galvanized. The minimum coating of the zinc shall comply with IS: 2629 and IS: 2633.
Galvanizing shall be checked and tested in accordance with IS: 2633. Before shifting them to site
for erection, they shall be offered for inspection and approval by Project Manager.

5.00 Stay Set:

Galvanized Stay Set with 50x8 mm stay clamp, guy insulator (2Nos.), anchor plate
(200x200x6mm) , nut-bolts, 2 Nos turn-buckles, 1.8 m long, 16 mm diameter solid GS stay rod
& 7/3.15 mm dia GI stranded wire complete.

Stay set shall be used at all sub-station location to nullify the tension of
conductor/cable/transformer on the supports. 0.2 cmt cement concreting in mixture 1 part
cement, 3 part coarse sand and 6 part 40mm size aggregate stone chips (1:3:6) shall be provided
in the foundation of the stay set. 2 Nos. guy insulator shall be provided in 7/3.15 mm dia
stranded GI wire at middle locations between two turn buckles.

6.00 Distribution Transformer:

Following type and sizes of Energy efficiency Level 1 rated DT as per IS 1980 (Part-1) 2014
with Amendments 1, 2, 3, & 4. , distribution transformers are standardized in the project for
augmentation
Part -2 : Employer’s Requirements 73

a) 5/6 KVA 1 phase Aluminium / Copper wound DTR


b) 10 KVA 1 phase / 3 phase Aluminium / Copper wound DTR
c) 16 KVA 1 phase / 3 phase Aluminium / Copper wound DTR
d) 25 KVA 1 phase / 3 phase Aluminium / Copper wound DTR
e) 63 KVA 3 phase Aluminium / Copper wound DTR
f) 100 KVA 3 phase Aluminium / Copper wound DTR
g) 200 KVA 3 phase Aluminium / Copper wound DTR
h) 250 KVA 3 phase Aluminium / Copper wound DTR
i) 315 KVA 3 phase Aluminium / copper wound DTR
Or any other rating as per latest Indian Standard Specification

3ph/1ph Distribution Transformers shall be 11/0.4 KV or 11KV/230 V or 22/0.44 KV non-


sealed type, type BEE specified minimum 3 Star Distribution Transformers. The transformers
shall be double wound, three phase, CRGOor amorphose core type having energy efficiency
level 1 as specified in latest IS:1980 (Part-1) 2014 with Amendments 1,2 3 &4.
Distribution Transformers shall be subject to inspection during manufacturing (stage inspection),
pre-delivery inspection, and inspection at site during pre-erection/post erection/post
commissioning conditions. Project Manager shall select samples from the core laminations and
get the same tested in NABL Accredited laboratory to prove the quality of the core material.

The new distribution transformers shall be supplied with transformer oil filled up-to maximum
permissible level and breather with silica gel.

The distribution transformers must have been successfully type tested within five years from
date of Letter of Intent and the designs should have been in satisfactory operation for a period
not less than two years as on the date of bid opening. Compliance shall be demonstrated by
submitting, (i) authenticated copies of the type test reports and (ii) performance certificates from
the users, specifically from Central Govt./State Govt. or their undertakings.

The losses in Distribution Transformer should be as per Energy Efficiency Level 1 as specified
in IS 1180 (Part-1):2014 and amendement 1,2,3 &4 for all kVA ratings of distribution
transformers
Bimetallic connectors of suitable capacities are to be provided on LT side and on HT side of the
transformer.

T-Clamps should be provided on each jumper on bus bars. Line jumpers should be provided
with adequate size of PG Clamps (Two numbers PG Clamps at each end of jumper). Clamp
should be made of aluminum grade T-1F as per IS-8309 having good electrical quality
aluminum material and should not be brittle in nature.
Part -2 : Employer’s Requirements 74

Transformers should be tested for pre-commissioning checks which includes Insulation


Resistance Test, ratio test and oil breakdown voltage test. Before formal energisation, oil
leakages from the parts of the transformer, oil level in conservator tank, condition of silica gel,
earth connection (two separate) between neutral and earthing, proper jointing of earth wires/flats
at the joints and earth resistance of the individual earthing pits are to be checked and recorded.
On commissioning of the transformer, phase current and phase to phase voltage, phase to neutral
voltage are to be recorded. The loading on the transformers should be balanced. The quantum of
neutral current flowing through neutral shall be recorded. A record of pre-commissioning
checks/tests are to be prepared and submitted to the Project Manager.

7.00 ACSR / AAAC Conductor:

ACSR raccoon conductor (or equivalent AAAC conductor) is to be used for connection between
overhead lines to transformer studs/bushing.

8.00 Distribution Box/SMC Distribution Box and Power Cabling:

Distribution Box/SMC Distribution Boxes are to be installed as per specifications enclosed. The
boxes are to be erected, electrically connected with the existing system, properly earthed, and
labeled. The test report of pre-commissioning checks should be prepared and submitted.

All CT terminals are to be ring type and other terminals are fork type. 2.5 sqmm copper multi
stands wiring 1.1 KV grade, ISI marked, IS 694 shall be used for control wiring. A terminal
block be provided between CT and Meter keeping 20% spare terminals.

The Distribution Box/SMC Distribution Boxes are to be earthed using 8 SWG GI wire direct
connection to the earthing. 2 Nos Earthing bolts on the distribution boards should be provided of
10mm dia.

The single core power cables should be terminated with proper size lugs and gland. Necessary
tagging, identification of cores and dressing of cables with nylon cable ties shall be in the scope
of work. The unutilized holes in the DBs provided for cable entry needs to be plugged properly
in a manner that it must stop access to reptiles, dust and water ingress.

The Low Tension bus bars are to be painted with two or more coats of brush-able epoxy
compound suitable to insulate the bus bars for 415 volts exposure.

The Distribution Box/SMC Distribution Box 16 KVA should also house three phase tri-vector
energy meter / single phase meter depending on capacity and type of distribution transformer as
per specifications.
Part -2 : Employer’s Requirements 75

For higher capacity transformers where CT operated meters are to be installed, separate LTCT
cum Meter Box at eye height shall be installed for housing of meter, CTs, terminal block and
wiring.

The single core un-armored power cables shall be used for connection from Distribution
Transformer to Distribution Box/SMC Distribution Box and Distribution Box/SMC Distribution
Box to Outgoing LT lines. Cable should not be used in underground laying arrangement. Cables
should be dressed & tied properly using clamps /cable ties at 1 meter intervals and tied with
substation structure/poles. At-least one meter cable is to be kept as spare at the individual ends.

Following arrangements shall be made for LT Distribution Transformers and LT Cables:

No Type of DTR Incomer Outgoing Cable


MCB/Isolator HRC fuse MCCB 1 2
1 5/6/10 KVA 1 45A SPN 2x32A SP 1Cx16 sqmm UA
Ph MCCB MCCB
2 16 KVA 1 Ph 80A SPN 2x50A SP 1Cx16 sqmm UA
MCCB MCCB
3 16 KVA 3 Ph 25A TPN 6x16A SP 1Cx16 sqmm UA
MCCB MCCB
4 25 KVA 1 Ph 40A SPN 3x25A SP 1Cx35 sqmm UA
MCCB MCCB
5 25 KVA 3 Ph 40A TPN 6x25A SP 1Cx35 sqmm UA
MCCB MCCB
6 63 KVA 3 Ph 200A TPN 100 A 6x60A SP 1Cx50/70 1Cx70
Isolator MCCB sqmm UA sqmm UA
7 100 KVA 3 Ph 200A TPN 160 A 6x90A SP 1Cx50/70 1Cx150
Isolator MCCB sqmm UA sqmm UA
8 200 KVA 3 Ph 600A TPN 315 A 9x120A SP 1Cx150 1Cx300
Isolator MCCB sqmm UA sqmm UA
9 315 KVA 3 Ph 600A TPN 500 A 12X120A SP 1CX150 1CX300
Isolator MCCB sqmm UA sqmm UA

1.1 KV XLPE Aluminium Conductor, Stranded, un-armored cable be used for connection of
transformer LV bushing to Distribution Box/SMC Distribution Box and Distribution
Box/SMC Distribution Box to overhead line.
Part -2 : Employer’s Requirements 76

9.00 Earthing:

Distribution Transformer Earthing shall be provided with 3 Nos earthing and making earth mat
/risers using 50X6mm GI Flat. Earthing should be provided with GI earth pipe or Chemical
Earthing depending of strata of soil in the location. Project Manager shall decide the type of
earthing.

25x3mm GI Flat and 8 SWG GI shall be used for making earthing connection to various sub-
station equipment as per given details. GI Flat and GI wire shall be properly dressed, bunched
and clamped with the support at 2 feet intervals. An overlapping of 35mm shall be used at the
place of flat to flat joint. Two sets of GI nuts, bolts and washers shall be used for flat-to-flat
joints. GI nuts, bolts and washers must be used for GI Flat–to-GI wire & GI wire-to-GI wire
joints.

Substation wise measurement of earth resistance of earth pits / mesh and corresponding drawing
of existing earthing arrangement shall be recorded and submitted to Project Manager.

Description of equipment Earth connection


Earthing pits 3 Nos. Earth Pipe 3 m long, 40 mm dia
or Chemical Earthing
Earth mat and riser 50X6 mm GI Flat / 8 SWG GI wire
Laying of earth mat Below ground 0.5 meter

Standard requirements of earthing shall be as under:


a) Earth Pit – 1 for Transformer Neutral,
b) Earth pit - 2 for Lightening Arrester,
c) Earth pit – 3 for Equipment body earthing.

Following arrangement is envisaged for various equipment of distribution transformer


substation:
a) Transformer Neutral (Two distinct connections) : GS Flat 25X3mm
b) Transformer Body : GS Flat 25X3mm
c) Lightning Arrester : GS Flat 25X3mm
d) Fencing (Wherever required) : GI wire 8 SWG
e) LT Distribution Box/SMC Distribution Box (Two distinct connections) : GI wire 8 SWG
f) AB Switch handle : GI wire 8 SWG
g) Steel structure of substation : GI wire 8 SWG
h) Line meters : GS wire 8 SWG
Part -2 : Employer’s Requirements 77

The location of earth pits should be at-least 3m apart, so that they their earth conductive areas do
not overlap. In rocky soil where getting required earth resistance is a challenge, chemical rod
earthing shall be used in place of normal GI pipe type earthing. Project Manager shall decide
type of earthing pits.

10.00 Insulator and hardware:

11 KV polymer/porcelain Disc/Pin insulator with suitable hardware fittings shall be used.


Insulator should be tied properly using binding wire/helical form fitting. Bi-metallic clamps must
be used at terminals.

The individual insulator shall be checked for insulation resistance before overhead line
installation. Insulator should properly be cleaned before installation. No damage/crack insulator
should be used.

11.00 Substation numbering:

Each Substation should be numbered properly labelled using yellow base and black indication
marks (number or digits). 40/50 mm height digits/words should be used for this purpose. Base
shall be made using 2 or more coats of yellow enamel paint till good surface finish. Base
preparation shall be completed before shifting of poles to site for erection. Base painting and
marking of digits should be performed by a skilled and trained painter using branded enamel
paint, Project Manager shall approve type and brand of enamel paint.

12.00 Anti-climbing device:

3.5 kgs, 2.5mm dia (12 SWG) galvanized barbed wire shall be used on each sub-station support.
Galvanized barbed wire should be properly dressed and crimped at termination. While wrapping
the wire on support, proper tension should be maintained.

13.00 Danger board:

Each support should be provided with a danger board with pole clamps as per approved drawing.
Danger board should be in bi-lingual languages (local language and English). Clamp for danger
board, nut-bolts and washers shall be painted with two or more coats of red-oxide and aluminium
paints respectively till smooth surface before installation.
Part -2 : Employer’s Requirements 78

14.00 Support foundation:

Cement concrete in mixture 1 part cement, 3 part coarse sand, 6 part 40 mm size aggregate stone
chips (1:3:6) shall be used in PCC Pole, steel tubular poles, WPB Poles and H-Beam support
foundation.

While erecting supports (poles), shuttering must be used for concreting so that proper quantity of
cement concrete mixture be used and assessed during inspection. During concreting proper
compaction by means of mobile vibrator be provided. While starting work of support erection,
gang wise shuttering and mobile vibrator shall be offered for inspection to Project Manager.
While erecting support, mercury level gauge must be used to ensure vertical erection of support.

250mm dia X 12” inch size muffing shall be provided on steel tubular, WPB poles and H-Beam
poles to prevent direct entry of rain water along the poles. Cement Concrete of 1:2:4 (1 part
Cement, 2 parts coarse sand and 4 parts 20mm aggregate stones chips) shall be used for
individual poles.

Steel plate shall be used in steel tubular poles and WPB poles and cement concrete reinforced
plate shall be used as base plate for PCC poles.

15.00 11 KV AB Switch:

11 kV, 3-ph, 200 A, 3 Pin type, Horizontal/Vertical Mounting type, Gang Operated, AB Switch
shall be installed on 100 KVA and more capacity distribution transformer substation only. B
Class GI pipe shall be used (without any joints) for operation of switch. AB Switch structure and
handle must be earthed using 8 SWG GI wire.

16.00 11 KV Drop Out Fuses:

11 kV, 3-ph, Drop Out fuse units (set of 3 units) along with Support Insulators, Base Channel,
fuse barrel etc. shall be used for all capacity Distribution Transformer Substations. DO Fuse
structure shall be earthed using 8 SWG GI wire.

17.00 Lighting Arrester:

Distribution Class LAs on each phase shall be provided in the sub-station with base steel
structure, terminals bi – metallic connectors / PG clamps and earth connectors. LAs are to be
connected with separate earth connection. 25x3 mm GI flat shall be used for earth connection.
Part -2 : Employer’s Requirements 79

3. Renovation/Augmentation of LT line

1.00 Conversion of LT line using additional supports with all fittings matching with length and type
of existing support is envisaged on following type of supports:

a) 8 m/140 kgs PCC Poles (PCC Pole as per state practice)


b) 13 m long galvanized H-Beam 152x152 mm, 37.1kg/mtr
c) 11 m long galvanized H-Beam 152x152 mm, 37.1kg/mtr
d) 11 M long Steel Tubular poles with welded steel base plate of Designation 540 SP 52 (IS 2713,
Pt I, II, III 1980)
e) 9 M long pSteel Tubular poles with welded steel base plate of Designation 540 SP 28 (IS 2713,
Pt I, II, III 1980)
f) Galvanized Wide parallel beams 160/23.83 kg/m expandable with jointing plates

2.00 Conversion of existing LT line of bare conductor with following type of new ABC cable LT
line as required are envisaged under this work-

2.01 1X16 (Ph) + 1X25 (bare messenger cum neutral) SQ. MM.
1X16 (Ph) + 1X25 (bare messenger cum neutral) + 1x16 (insulated Street
2.02
lighting)SQ. MM.
2.03 3X16(Ph)+1X25 (bare messenger cum neutral) SQ. MM.
3 X 16(Ph) +1x25 (bare messenger cum neutral) + 1x16 (insulated Street lighting)
2.04
SQ. MM.
2.05 1X25(Ph)+1x25 (bare messenger cum neutral) SQ. MM.
1X25(Ph) + 1X25 (bare messenger cum neutral) + 1x16 (insulated Street lighting)
2.06
SQ. MM.
2.07 3X25(Ph)+1X25 (bare messenger cum neutral) SQ. MM.
3 X 25(Ph) +1x25 (bare messenger cum neutral) + 1x16 (insulated Street lighting)
2.08
SQ. MM.
2.09 1X35(Ph)+1X25 (bare messenger cum neutral) SQ. MM.
1x35(Ph) + 1X25 (bare messenger cum neutral) + 1x16 (insulated Street lighting)
2.10
SQ. MM.
2.11 3X35(Ph)+1X25 (bare messenger cum neutral) SQ. MM.
3X35 (Ph) + 1x25 (bare messenger cum neutral)+ 1x16 (insulated Street lighting)
2.12
SQ. MM.
2.13 3X50(Ph)+1X35 (bare messenger cum neutral) SQ. MM.
3X50 (Ph)+1x35 (bare messenger cum neutral) +1x16 (insulated Street lighting) SQ.
2.14
MM.
2.15 3X95(Ph)+1X70 (bare messenger cum neutral) SQ. MM.
Part -2 : Employer’s Requirements 80

3X95(Ph)+1X70 (bare messenger cum neutral) +1x16 (insulated Street lighting) SQ.
2.16
MM.

3.00 While executing this work, mid span pole with all fittings may be provided matching with
existing poles of the line or wherever the sag is high and need so arise.

4.00 Following works shall also be executed by Contractor under this head –

a) Straightening of tilted supports by providing additional foundation or by providing boulders etc


as required.
b) Revamping of pole earthings and replacement of GI earth wire.
c) Labelling, providing danger board, providing anti climbing device and painting of all the poles
shall be in the scope of work
d) Providing of stay set wherever required
e) Removal of old bare conductor and depositing in Employer’s store

Item-wise scope of works of LT line is detailed out under scope of new LT line. It shall be
utilized on item to item requirement under renovation/augmentation of LT line also.
Part -2 : Employer’s Requirements 81

13.5. High voltage distribution system (HVDS)

1.00 HVDS system shall be used in following three situations:

a. To provide LT power supply to remote/farthest locations particularly in hilly areas or


farthest location in newly developed plain areas. In this case entire work of erecting 11 kV
lines, providing Distribution Transformers shall be executed. While executing HVDS
scheme, extreme care to be taken to estimate loading on distribution transformer as capacity
of distribution transformer shall be between 10 KVA to 25 KVA.

b. In areas where length of LT line is more than 300 meters causing line losses and in theft
prone areas where unauthorized hooking is observed, HVDS is recommended. Existing LT
line supports shall be used for erection of 11 kV lines.

c. To provide dedicated distribution transformer at location of agriculture pump (for maximum


two pumps) connections by either extending 11kV new line or by converting existing LT
lines to 11 kV line.

2.00 Survey of 11 kV line:

Mapping of route of proposed new HVDS system or conversion of LT line to 11 kV line by


foot survey in rural/urban areas be performed mentioning various milestones. While
surveying, existing electrical infrastructure in the locality should also be mapped. Line
alignment (single line diagram) on political map with fair correctness, be prepared. SLD and
foot survey report shall be approved by Project Manager and shall be used as basic
document for assessment of works under the contract. On completion of line work, as built
Single Line Diagram and pole wise line diagram showing pole wise materials used and pole-
to-pole span should be submitted to Project Manager. This details shall be used as reference
documents by Quality Inspecting officials to execute inspection works.

3.00 Survey of Distribution Transformer Substations:

A detailed survey of existing habitation shall be performed in presentable document


showing population residing in the un-electrified area/existing electrified area of habitation,
best location of installation of a new distribution transformer substation and the capacity of
transformers to be selected for installation. The capacity of DTR shall be governed by
following technical aspects:

a) Optimistic lengths of service lines needed to feed the beneficiaries,


b) Space available for installation of support/transformers,
Part -2 : Employer’s Requirements 82

c) Probable load expected to come on the transformer due to existing BPL beneficiaries /others
connected /un-connected probable beneficiaries in the locality taking care of their expected
load growth in next 5 years.
d) Distribution Transformers of capacity 16 KVA to 25 KVA (single phase as well as three
phase as per detailed given) shall be installed on double pole structures. Hence, three phase
11 KV lines shall be laid for 16 KVA to 25 KVA (single phase as well as three phase)
capacity sub-stations. Single phase 11 KV lines (2-wire) shall only be permitted for 10 KVA
single phase transformers mounted on single pole structure. However, V-cross arms and top
clamp shall be used on each line support so that whenever needed, this 2-wire line may be
converted to 3-phase 11 kV line by erecting an additional conductor.
e) Double pole support steel structures for 16 KVA and 25 KVA distribution transformers
shall be designed in such a way that they can be augmented to 63 KVA transformer
structures without any addition in near future on technical requirements.
f) Single phase 10 KVA distribution transformer shall be installed on single pole structure.

Based on survey report, Project Manager shall decide type, capacity and location of
Distribution Transformer sub-station.

4.00 Existing LT infrastructure:

Existing LT lines’ conductor and fittings shall be dismantled. Tilted supports, if any, shall
be straightened. Poles erected in water logging areas or loose soil areas shall be provided
with cement concrete foundation.

5.00 Mid span support:

Requirement of mid span pole with all fittings, to suit 11 kV line conductor shall be
examined during survey. Project Manager shall approve requirement of mid span poles and
extra concreting on existing poles.

While deciding mid span poles, project manager shall decide type and length of poles
matching with existing supports available in the field. Stay set wherever required in existing
line to be converted may be provided.

6.00 Support for conversion of existing LT line into 11 KV overhead line and for new 11 kV
line:

i. 8 m/140 kgs PCC Poles (PCC Pole as per state practice)


ii. 11 m long H-Beam 152x152 mm, 37.1 kg/mtr
Part -2 : Employer’s Requirements 83

iii. 9 M long Steel Tubular poles of Designation 540 SP 28 (IS 2713, Pt I, II, III 1980)WPB
160/30.44kg/m of similar lenth as per existing support in LT line.This will improve
mechanical strength of 11 KV line. And also facilitate line to line crossing clearance.

Steel plate shall be used in steel tubular poles and cement concrete reinforced plate shall be
used as base plate for PCC poles.

7.00 Fabricated steel items:

Fabricated steel items like DC cross arm (100x50x6 mm), back clamps (65x8 mm), pole
clamp (65x8 mm), DO mounting channel (100x50x6 mm), transformer mounting channel
(100x50x6 mm), transformer clamping set (50x50x6 mm), transformer belting set (50x50x6
mm), V cross arm, top clamp, DC cross arm, bracket, clamps, cross bracings, bracings,
strain plate, guarding channels, back clamp, transformer mounting structure etc shall be
made of MS Channels, MS angle, MS flats as per approved drawings.

While fabricating, good quality electric cutting tools and drill machine shall be used to
ensure no sharp edges and perfect holes as per approved drawings. Gas cutting set should
not be used for fabrication of MS steel items. Weld material shall be distributed equally
between the two materials that were joined. The weld shall be free of waste materials such
as slag. The weld surface should not have any irregularities or any porous holes (called
porosity). The joint shall be tight. Most welds need to demonstrate the required strength.
One way to ensure proper strength is to start with a filler metal and electrode rating that is
higher than your strength requirement.

The fabricated steel structures materials shall be hot-dip galvanized thoroughly internally and
externally according to IS: 2629 and IS: 2633 (with latest amendments). Galvanizing shall
be checked and tested in accordance with IS: 2633.

Fabricated steel structure items shall be galvanized both inside and out. The zinc coating
shall be smooth, continuous and uniform. It shall be free from acid spots and shall not scale,
blister or be removable by handling or packing. There shall be no impurities in the zinc or
additives to the smelter bath that could have a detrimental effect on the durability of the zinc
coating. Before pickling, all welding, drilling, cutting and grinding shall be completed and all
grease, paint, varnish, oil and welding slag shall be completely removed.

All protuberances which could affect the life of galvanizing shall also be removed. To avoid
the formation of white rust all galvanized material shall be packaged in such a way to ensure
adequate ventilation between parts during shipping and storage.
Part -2 : Employer’s Requirements 84

Testing of galvanizing shall be performed for Uniformity of thickness as per IS 2633/1986,


Mass of coating as per IS 6745/1972 and quantity of zinc, water quenching &centriguging as
per IS 2629/1985.

8.00 Hardware:

MS Nuts, bolts and washers (Galvanized) – 16 mm dia nuts, bolts & washers shall be used
for tying of overhead structure items like cross arms, top clamps, brackets, clamps, bracing,
strain plates etc.

While erecting, proper dimensions of nut-bolts and washers must be ensured. 2 to 3 threads
only be visible of the bolt after full tightening of nut on requisite torque. The hardware shall
be hot dip galvanized. The minimum coating of the zinc shall comply with IS: 2629 and IS:
2633. Galvanizing shall be checked and tested in accordance with IS: 2633. Before shifting
them to site for erection, they shall be offered for inspection and approval by Project
Manager.

9.00 Stay Set:

Galvanized Stay Set with 50x8 mm stay clamp, guy insulator (1No.), anchor plate
(200x200x6mm) , nut-bolts, 2 Nos turn-buckles, 1.8 m long, 16 mm diameter solid GS stay
rod & 7/3.15 mm dia GI stranded wire complete.

Stay set shall be used at all sub-station location to nullify the tension of
conductor/cable/transformer on the supports. 0.2 cmt cement concreting in mixture 1 part
cement, 3 part coarse sand and 6 part 40mm size aggregate stone chips (1:3:6) shall be
provided in the foundation of the stay set. 2 Nos. guy insulator shall be provided in 7/3.15
mm dia stranded GI wire at middle locations between two turn buckles. Erection of storm
guys at suitable location in straight line may also be provided.

10.00 Distribution Transformer:

Following type and sizes of minimum level 1 {as per Bureau of Energy Efficiency (BEE)},
distribution transformers with all accessories are standardized in the project under HVDS:

a) 5/6 KVA 1 phase Aluminium / Copper wound DTR


b) 10 KVA 1 phase / 3 phase Aluminium / Copper wound DTR
c) 16 KVA 1 phase / 3 phase Aluminium / Copper wound DTR
d) 25 KVA 1 phase / 3 phase Aluminium / Copper wound DTR
Part -2 : Employer’s Requirements 85

e) 63 KVA 3 phase Aluminium / Copper wound DTR


f) 100 KVA 3 phase Aluminium / Copper wound DTR
g) 200 KVA 3 phase Aluminium / Copper wound DTR
h) 250 KVA 3 phase Aluminium / Copper wound DTR
i) 315 KVA 3 phase Aluminium / copper wound DTR
Or any other rating as per latest Indian Standard Specification

3ph/1ph Distribution Transformers shall be 11/0.4 KV or 11KV/230 V or 22/0.44 KV non-


sealed type, type BEE specified minimum 3 Star Distribution Transformers. The
transformers shall be double wound, three phase, CRGOor amorphose core type having
energy efficiency level 1 as specified in latest IS:1980 (Part-1) 2014 with Amendments 1,2
3 &4.
Distribution Transformers shall be subject to inspection during manufacturing (stage
inspection), pre-delivery inspection, and inspection at site during pre-erection/post
erection/post commissioning conditions. Project Manager shall select samples from the core
laminations and get the same tested in NABL Accredited laboratory to prove the quality of
the core material at any time during pre-dispatch instruction/inspection at site etc.

The distribution transformers shall be supplied with transformer oil filled up-to maximum
permissible level and all accessories viz. breather with silica gel etc.

The distribution transformers must have been successfully type tested within five years
from date of Letter of Intent and the designs should have been in satisfactory operation for a
period not less than two years as on the date of bid opening. Compliance shall be
demonstrated by submitting, (i) authenticated copies of the type test reports and (ii)
performance certificates from the users, specifically from Central Govt./State Govt. or their
undertakings.

The losses in Distribution Transformer should be as per Energy Efficiency Level 1 as


specified in IS 1180 (Part-1):2014 and amendement 1,2,3 &4 for all kVA ratings of
distribution transformers
Bimetallic clamps of suitable capacities and size are to be provided on LT side and on HT
side of the transformer.

T-Clamps should be provided on each jumper on bus bars. Line jumpers should be provided
with adequate size of PG Clamps (Two numbers PG Clamps at each end of jumper). Clamp
should be made of aluminum grade T-1F as per IS-8309 having good electrical quality
aluminum material and should not be brittle in nature.
Part -2 : Employer’s Requirements 86

Transformers should be tested for pre-commissioning checks which includes Insulation


Resistance Test, ratio test and oil breakdown voltage test. Before formal energisation, oil
leakages from the parts of the transformer, oil level in conservator tank, condition of silica
gel, earth connection (two separate) between neutral and earthing, proper jointing of earth
wires/flats at the joints and earth resistance of the individual earthing pits are to be checked
and recorded. On commissioning of the transformer, phase current and phase to phase
voltage, phase to neutral voltage are to be recorded. The loading on the transformers should
be balanced. The quantum of neutral current flowing through neutral shall be recorded. A
record of pre-commissioning checks/tests are to be prepared and submitted to the Project
Manager.

11.00 ACSR / AAAC Conductor:

ACSR raccoonis to be used for connection between overhead lines to transformer


studs/bushing. All road crossings and line crossings shall be guarded as per specifications.
Conductor joint should not be provided in mid span length. Instead, it should be nearer to the
support.ACSR raccoon conductor (or equivalent AAAC Conductor) is to be used for
connection between overhead lines to transformer studs/bushingupto 100 KVA ratings. For
transformers having ratings more then 100KVA, higher size of conductors matching with its
current carrying rating be used.

12.00 11 KV AB Switch:

11 kV, 3-ph, 600 A, 3 Pin type, Vertical/Horizontal Mounting type, Gang Operated, AB
Switch shall be installed at cut points and at suitable locations as per instructions of Project
Manager. B Class GI pipe shall be used (without any joints) for operation of switch. AB
Switch structure and handle must be earthed using 8 SWG GI wire.

13.00 Distribution Box/SMC Distribution Box and Power Cabling:

Distribution Box/SMC Distribution Boxes are to be installed as per specifications enclosed.


The boxes are to be erected, electrically connected with the existing system, properly
earthed, and labeled. The test report of pre-commissioning checks should be prepared and
submitted.

The Distribution Box/SMC Distribution Boxes are to be earthed using 8 SWG GI wire
direct connection to the earthing. 2 Nos Earthing bolts on the Distribution Box/SMC
Distribution Box should be provided of 10mm dia.
Part -2 : Employer’s Requirements 87

The single core power cables should be terminated with proper size lugs and gland.
Necessary tagging, identification of cores and dressing of cables with nylon cable ties shall
be in the scope of work. The unutilized holes in the DBs provided for cable entry needs to
be plugged properly in a manner that it must stop access to reptiles, dust and water ingress.

The Low Tension bus bars are to be painted with two or more coats of brush-able epoxy
compound suitable to insulate the bus bars for 415 volts exposure.

The Distribution Box/SMC Distribution Box should also house three phase tri-vector
energy meter / single phase meter depending on capacity and type of distribution
transformer as per specifications.

The single core un-armored power cables shall be used for connection from Distribution
Transformer to Distribution Box/SMC Distribution Box and Distribution Box/SMC
Distribution Box to Outgoing LT lines. Cable should not be used in underground laying
arrangement. Cables should be dressed & tied properly using clamps /cable ties at 1 meter
intervals and tied with substation structure/poles. At-least one meter cable is to be kept as
spare at the individual ends.

Following arrangements shall be made for LT Distribution Transformers and LT Cables:

No Type of Incomer Outgoing Cable


DTR MCB/Isolator HRC fuse MCCB 1 2
1 5/6/10 KVA 45A SPN 2x32A SP 1Cx16 sqmm UA
1 Ph MCCB MCCB
2 16 KVA 1 80A SPN 2x50A SP 1Cx16 sqmm UA
Ph MCCB MCCB
3 16 KVA 3 25A TPN 6x16A SP 1Cx16 sqmm UA
Ph MCCB MCCB
4 25 KVA 1 40A SPN 3x25A SP 1Cx35 sqmm UA
Ph MCCB MCCB
5 25 KVA 3 40A TPN 6x25A SP 1Cx35 sqmm UA
Ph MCCB MCCB
6 63 KVA 3 200A TPN 100 A 6x60A SP 1Cx50/70 1Cx70
Ph Isolator MCCB sqmm UA sqmm UA
7 100 KVA 3 200A TPN 160 A 6x90A SP 1Cx50/70 1Cx150
Ph Isolator MCCB sqmm UA sqmm UA
8 200 KVA 3 600A TPN 315 A 9x120A SP 1Cx150 1Cx300
Ph Isolator MCCB sqmm UA sqmm UA
9 315 KVA 3 600A TPN 500 A 12X120A SP 1CX150 1CX300
Part -2 : Employer’s Requirements 88

No Type of Incomer Outgoing Cable


DTR MCB/Isolator HRC fuse MCCB 1 2
Ph Isolator MCCB sqmm UA sqmm UA

1.1 KV XLPE Aluminium Conductor, Stranded, un-armored cable be used for connection
of transformer LV bushing to Distribution Box/SMC Distribution Box and Distribution
Box/SMC Distribution Box to overhead line.

14.00 Earthing:

Distribution Transformer Earthing shall be provided with 3 Nos earthing and making earth
mat /risers using 50X6mm GI Flat. Earthing should be provided with GI earth pipe or
Chemical Earthing depending of strata of soil in the location. Project Manager shall decide
the type of earthing.

25x3mm GI Flat and 8 SWG GI wire shall be used for making earthing connection to
various sub-station equipment as per given details. GI Flat and GI wire shall be properly
dressed, bunched and clamped with the support at 2 feet intervals. An overlapping of 35mm
shall be used at the place of flat to flat joint. Two sets of GI nuts, bolts and washers shall be
used for flat-to-flat joints. GI nuts, bolts and washers must be used for GI Flat–to-GI wire &
GI wire-to-GI wire joints.

Substation wise measurement of earth resistance of earth pits / mesh and corresponding
drawing of existing earthing arrangement shall be recorded and submitted to Project
Manager.

Description of equipment Earth connection


Earthing pits 3 Nos. Earth Pipe 3 m long, 40 mm dia
or Chemical Earthing
Earth mat and riser 50X6 mm GI Flat / 8 SWG GI wire
Laying of earth mat Below ground 0.5 meter

Standard requirements of earthing shall be as under:


a) Earth Pit – 1 for Transformer Neutral,
b) Earth pit - 2 for Lightening Arrester,
c) Earth pit – 3 for Equipment body earthing.

Following arrangement is envisaged for various equipment of distribution transformer


substation:
a) Transformer Neutral (Two distinct connections) : GS Flat 25X3mm
Part -2 : Employer’s Requirements 89

b) Transformer Body : GS Flat 25X3mm


c) Lightning Arrester : GS Flat 25X3mm
d) Fencing (Wherever required) : GI wire 8 SWG
e) LT Distribution-cum-meter Box (Two distinct connections) : GI wire 8 SWG
f) Steel structure of substation : GI wire 8 SWG

The location of earth pits should be at-least 3m apart, so that they their earth conductive
areas do not overlap. In rocky soil where getting required earth resistance is a challenge,
chemical rod earthing shall be used in place of normal GI pipe type earthing. Project
Manager shall decide type of earthing pits.

15.00 Insulator and hardware –

11 KV polymer/porcelain Disc/Pin insulator with suitable hardware fittings shall be used.


Insulator should be tied properly using binding wire/helical form fitting. Bi-metallic clamps
must be used at terminals.

The individual insulator shall be checked for insulation resistance before overhead line
installation. Insulator should properly be cleaned before installation. No damage/crack
insulator should be used.

16.00 Substation numbering:

Each Substation should be numbered properly labelled using yellow base and black
indication marks (number or digits). 40/50 mm height digits/words should be used for this
purpose. Base shall be made using 2 or more coats of yellow enamel paint till good surface
finish. Base preparation shall be completed before shifting of poles to site for erection. Base
painting and marking of digits should be performed by a skilled and trained painter using
branded enamel paint, Project Manager shall approve type and brand of enamel paint.

17.00 Anti-climbing device:

3.5 kgs, 2.5mm dia (12 SWG) galvanized barbed wire shall be used on each sub-station
support. Galvanized barbed wire should be properly dressed and crimped at termination.
While wrapping the wire on support, proper tension should be maintained.

18.00 Danger board:

Each support should be provided with a danger board with pole clamps as per approved
drawing. Danger board should be in bi-lingual languages (local language and English).
Part -2 : Employer’s Requirements 90

Clamp for danger board, nut-bolts and washers shall be painted with two or more coats of
red-oxide and aluminium paints respectively till smooth surface before installation.

19.00 Support foundation:


0.5 m3Cement concrete in mixture 1 part cement, 3 part coarse sand, 6 part 40 mm size
aggregate stone chips (1:3:6) shall be used in PCC Pole, steel tubular poles and H-Beam
support foundation.

While erecting supports (poles), shuttering must be used for concreting so that proper
quantity of cement concrete mixture be used and assessed during inspection. During
concreting proper compaction by means of mobile vibrator be provided. While starting work
of support erection, gang wise shutting and mobile vibrator shall be offered for inspection to
Project Manager. While erecting support, mercury level gauge must be used to ensure
vertical erection of support.

250mm dia X 12” inch size muffing shall be provided on steel tubular and H-Beam poles to
prevent direct entry of rain water along the poles. Cement Concrete of 1:2:4 (1 part Cement,
2 parts coarse sand and 4 parts 20mm aggregate stones chips) shall be used for individual
poles.

Steel plate shall be used in steel tubular poles and cement concrete reinforced plate shall be
used as base plate for PCC poles.

20.00 11 KV Drop Out Fuses:

11 kV, 3-ph, Drop Out fuse units (set of 3 units) along with Support Insulators, Base
Channel, fuse barrel etc. shall be used for all capacity Distribution Transformer Substations.
DO Fuse structure shall be earthed using 8 SWG GI wire.

21.00 Lighting Arrester:

Distribution Class LAs shall be provided in the sub-station with base steel structure,
terminals bi – metallic connectors / PG clamps and earth connectors. LAs are to be
connected with separate earth connection. 25x3 mm GI flat shall be used for earth
connection.
Part -2 : Employer’s Requirements 91

13.6. Civil Works And Soil Investigation

1.00 General

The provisions of this section of specification shall only be applicable to the extent of scope of
works indicated in Bid Proposal Sheet (BPS). The intent of specification covers the following:

Design, engineering, and construction of all civil works at 11 kV line, DTR substation, LT line,
HVDS, augmentation/renovation of system etc. All civil works shall also satisfy the general
technical requirements specified in other Sections of this Specification and as detailed below. They
shall be designed to the required service conditions/loads as specified elsewhere in this Specification
or implied as per National/ International Standards.

All civil works shall be carried out as per applicable Indian Laws, Standards and Codes. All
materials shall be of best quality conforming to relevant Indian Standards and Codes.

The Contractor shall furnish all design, drawings, labour, tools, equipment, materials, temporary
works, constructional plant and machinery, fuel supply, transportation and all other incidental items
not shown or specified but as may be required for complete performance of the Works in accordance
with approved drawings, specifications and direction of Employer.

The work shall be carried out according to the design/drawings to be developed by the Contractor
and approved by the Project Manager based on Tender Drawings Supplied to the Contractor by the
Project Manager and Original Equipment Manufacturer recommendation. For all buildings,
structures, foundations etc. necessary layout and details shall be developed by the Contractor
keeping in view the functional requirement of the substation facilities and providing enough space
and access for operation, use and maintenance based on the input provided by the Project Manager.
Certain minimum requirements are indicated in this specification for guidance purposes only.

The rate quoted by the bidder for all type of civil work shall be firm irrespective of the type of
terrain and depth of filling.

This specification covers all the work required for detailed soil investigation and preparation of a
detailed report. The work shall include mobilisation of necessary equipment, providing necessary
engineering supervision and technical personnel, skilled and unskilled labour etc. as required to
carry out field investigation as well as, laboratory investigation, analysis and interpretation of data
and results, preparation of detailed Geo-technical report including specific recommendations for the
type of foundations and the allowable safe bearing capacity for different sizes of foundations at
different founding strata for the various structures of the substation. The Contractor shall make his
own arrangement for locating the co-ordinates and various test positions in field as per the
Part -2 : Employer’s Requirements 92

information supplied to him and also for determining the reduced level of these locations with
respect to the benchmark indicated by the Project Manager.

All the work shall be carried out as per latest edition of the corresponding Indian Standard Codes.

a. Geotechnical Investigation

The Contractor shall perform a detailed soil investigation to arrive at sufficiently accurate, general as
well as specific information about the soil profile and the necessary soil parameters of the site. So
that the foundation of the various structures can be designed and constructed safely and rationally.

A report to the effect will be submitted by the Contractor for Project Manager’s specific approval
giving details regarding data proposed to be utilised for civil structures design.

The Contractor should visit the site to ascertain the soil parameters before submitting the bid. The
topography is uneven steeply sloping at few places requiring cutting and filling operations including
slope stability and protection measures (if slopes encountered). Any variation in soil data shall not
constitute a valid reason for any additional cost & shall not affect the terms & condition of the
Contract. Tests must be conducted under all the critical locations i.e. Control Room Building. Tower
locations, transformer etc.

b. Bore Holes

Drilling of bore holes of 150 mm dia. in accordance with the provisions of IS: upto 10 m depth or to
refusal which ever occur earlier. (By refusal it shall mean that a standard penetration blow count (N)
of 100 is recorded for 30 cm penetration). For a new substation, minimum three (3) bore holes shall
be done to find out the geological profile of the area. If any unconformity encountered then more
bore holes shall be drilled with the approval of Project Manager for the new projects. However in
case deep pile foundations are envisaged the depths have to be regulated as per codal provisions. In
cases where rock is encountered, coring in one borehole per bay shall be carried out to 1.5 M in
bedrock and continuous core recovery is achieved.

Performing Standard Penetration Tests at approximately 1.5 m interval in the borehole starting from
1.5 m below ground level onwards and at every change of stratum. The disturbed samples from the
standard penetrometer shall also be collected for necessary tests.

Collecting undisturbed samples of 100/75 mm diameter 450 mm long from the boreholes at intervals
of 2.5 m and every change of stratum starting from 1.0 m below ground level onwards in clayey
strata.
Part -2 : Employer’s Requirements 93

The depth of Water table shall be recorded in each borehole.

All samples, both disturbed and undisturbed, shall be identified properly with the borehole number
and depth from which they have been taken.

The sample shall be sealed at both ends of the sampling tubes with wax immediately after the
sampling and shall be packed properly and transported to the Contractor’s laboratory without any
damage or loss.

The logging of the boreholes shall be compiled immediately after the boring is completed and a copy
of the bore log shall be handed over to the Project Manager.

c. Electrical Resistivity Test

This test shall be conducted to determine the Electrical resistivity of soil required for designing safe
grounding system for the entire station area. The specifications for the equipments and other
accessories required for performing electrical resistivity test, the test procedure, and reporting of
field observations shall confirm to IS: 3043. The test shall be conducted using Wagner’s four
electrode method as specified in IS: 1892, Appendix-B2. Unless otherwise specified at each test
location, the test shall be conducted along two perpendicular lines parallel to the coordinate axis. On
each line a minimum of 8 to 10 readings shall be taken by changing the spacing of the electrodes
from an initial small value of 0.5 m upto a distance of 10.0 m.

d. Water Sample

Representative samples of ground water shall be taken when ground water is first encountered before
the addition of water to aid drilling of boreholes. The samples shall be of sufficient quantity for
chemical analysis to be carried out and shall be stored in airtight containers.

e. Back Filling of Bore Holes

On completion of each hole, the Contractor shall backfill all bore holes as directed by the Project
Manager. The backfill material can be the excavated material and shall be compacted properly.

f. Laboratory Test

1. The laboratory tests shall be carried out progressively during the field work after sufficient
number of samples have reached the laboratory in order that the test results of the initial bore holes
Part -2 : Employer’s Requirements 94

can be made use of in planning the later stages of the field investigation and quantum of laboratory
tests.

2. All samples brought from field, whether disturbed or undisturbed shall be extracted/prepared
and examined by competent technical personnel, and the test shall be carried out as per the
procedures laid out in the relevant I.S. Codes.

The following laboratory tests shall be carried out

a) Visual and Engineering Classification


b) Liquid limit, plastic limit and shrinkage limit for C- soils.
c) Natural moisture content, bulk density and specific gravity.
d) Grain size distribution.
e) Swell pressure and free swell index determination for expensive soil only.
f) Consolidated un-drained test with pore pressure measurement.
g) Chemical tests on soil and water to determine the carbonates, sulphates, nitrates, chlorides, Ph
value, and organic matter and any other chemical harmful to the concrete foundation.
h) C.B.R value
i) Rock quality designation (RQD), RMR in case of rock is encountered

2.00 Test Results and Reports

1. The Contractor shall submit the detailed report in two (2) copies wherein information regarding
the geological detail of the site, summarized observations and test data, bore logs, and conclusions
and recommendations on the type of foundations with supporting calculations for the
recommendations. Initially the report shall be submitted by the Contractor in draft form and after the
draft report is approved, the final report in two (3) copies shall be submitted. The test data shall bear
the signatures of the Investigation Agency, Vendor and also site representative of Employer.

2. The report shall include but not limited to the following:

i.A plan showing the locations of the exploration work i.e. bore holes, dynamic cone penetration tests
etc.

ii.Bore Logs: Bore logs of each bore holes clearly identifying the stratification and the type of soil
stratum with depth. The values of Standard Penetration Test (SPT) at the depths where the tests were
conducted on the samples collected at various depths shall be clearly shown against that particular
stratum.
Part -2 : Employer’s Requirements 95

Test results of field and laboratory tests shall be summarised strata wise as well in combined tabular
form. All relevant graphs, charts tables, diagrams and photographs, if any, shall be submitted along
with report. Sample illustrative reference calculations for settlement, bearing capacity, pile capacity
shall be enclosed.

a. Recommendations: The report should contain specific recommendations for the type of
foundation for the various structures envisaged at site. The Contractor shall acquaint himself about
the type of structures and their functions from the Project Manager. The observations and
recommendations shall include but not limited to the following:

i.Geological formation of the area, past observations or historical data, if available, for the area and
for the structures in the nearby area, fluctuations of water table etc. Slope stability characteristics and
landslide history of the area shall be specifically highlighted. Remedial measures to be adopted shall
also be given.

ii.Recommended type of foundations for various structures. If piles are recommended the type, size
and capacity of pile and groups of piles shall be given after comparing different types and sizes of
piles and pile groups.

iii.Allowable bearing pressure on the soil at various depths for different sizes of the foundations based
on shear strength and settlement characteristics of soil with supporting calculations. Minimum factor
of safety for calculating net safe bearing capacity shall be taken as 3.0 (three). Recommendation of
liquefaction characteristics of soil shall be provided.

iv.Recommendations regarding slope of excavations and dewatering schemes, if required. Required


protection measures for slope stability for cut & fill slopes of switchyard and approach road with
stone pitching/retaining walls shall be clearly spelt out. Calculation shall also be provided for
stability adequacy.

v.Comments on the Chemical nature of soil and ground water with due regard to deleterious effects of
the same on concrete and steel and recommendations for protective measures.

vi.If expansive soil is met with, recommendations on removal or retaining the same under the structure,
road, drains, etc. shall be given. In the latter case detailed specification of any special treatment
required including specification or materials to be used, construction method, equipment to be
deployed etc. shall be furnished. Illustrative diagram of a symbolic foundation showing details shall
be furnished.

vii.Recommendations for additional investigations beyond the scope of the present work, if considered
such investigation as necessary.
Part -2 : Employer’s Requirements 96

3.00 Site Preparation

The Employer shall be responsible for proper leveling of switchyard site as per layout and levels of
switchyard finalised during detailed engineering stage. The Employer at his own cost shall make the
layout and levels of all structure etc from the general grids of the plot and benchmarks set and
approved by the Project Manager. The Contractor shall give all help in instruments, materials and
personnel to the Project Manager for checking the detailed layout and shall be solely responsible for
the correctness of the layout and levels. Site leveling shall be in the scope of the Employer. Bidder
may decide the level of the sites. However, the level shall be such that it is 300 mm higher than the
highest flood level (HFL) of the site. If HFL is not available, then nearby road level shall be assumed
as HFL.

Whenever for bay extension works the existing substation are to be modified or strengthen,
Contractor should keep same as EGL of existing sub-station so that FFL shall be same for both and
all the necessary arrangements are to be carried out in this regard by the Contractor.

This clause covers the design and execution of the work for site preparation, such
as clearing of the site, the supply and compaction of fill material, slope protection by stone
pitching/retaining walls depending on the site location & condition, excavation and compaction of
backfill for foundation, road construction, drainage, trenches and final topping by brick soling/stone
filling.

1) The Employer shall develop the site area to meet the requirement of the intended purpose. The
site preparation shall conform to the requirements of relevant sections of this specification or as per
stipulations of standard specifications. Employer shall also carry out necessary protection of slope of
switchyard area and approach road.

2) The fill material if required shall be suitable for the above requirement. The fill shall be such
material and the site so designed as to prevent the erosion by wind and water of material from its
final compacted position or the in-site position of undisturbed soil.

3) Material unsuitable for founding of foundations shall be removed and replaced by suitable fill
material and to be approved by the Project Manager.

4) Backfill material around foundations or other works shall be suitable for the purpose for
which it is used and compacted to the density described under Compaction. Excavated material not
suitable or not required for backfill shall be disposed off in areas as directed by Project Manager
upto a maximum lead of 1 km.
Part -2 : Employer’s Requirements 97

a. Excavation and backfill

1. Excavation and backfill for foundations shall be in accordance with the relevant code.

2. Whenever water table is met during the excavation, it shall be dewatered and water table shall
be maintained below the bottom of the excavation level during excavation, concreting and
backfilling.

3. When embankments are to be constructed on slopes of 15% or greater, benches or steps with
horizontal and vertical faces shall be cut in the original slope prior to placement of embankment
material. Vertical faces shall measure not more than 1 m in height.

4. Embankments adjacent to abutments, culverts, retaining walls and similar structures shall be
constructed by compacting the material in successive uniform horizontal layers not exceeding 20 cm
in thickness (of loose material before compaction). Each layer shall be compacted as required by
means of mechanical tampers approved by the Project Manager. Rocks larger than 10 cm in any
direction shall not be placed in embankment adjacent to structures.

5. Earth embankments of roadways and site areas adjacent to buildings shall be placed in
successive uniform horizontal layers not exceeding 20 cm in thickness in loose stage measurement
and compacted to the full width specified. The upper surface of the embankment shall be shaped so
as to provide complete drainage of surface water at all times.

6. The land required for borrowing earth shall be arranged & selected by Contractor. The
identified land shall be got approved by Project Manager. The quoted rates shall include cost of
earth, taxes, duties, royalty, compensation for the land identified for borrow earth. The rate shall also
be inclusive of all leads, lifts, ascent, descent and testing required for completion of work in all
respect.

7. The ground levels for all measurements shall be taken at every 5 meter distance in uniformly
sloping ground and at closer distance where pits/undulations are met with. In fairly leveled area,
levels shall be taken at 15 mt. apart at the discretion of Project Manager. The ground levels shall be
recorded and plotted on plans. The same shall be recorded by Project Manager before the earth work
is started. All labor, material, tool, equipment etc required for the above work shall be arranged by
the Employer at his own cost.

b. Compaction
Part -2 : Employer’s Requirements 98

1. The density to which fill materials shall be compacted shall be as per relevant IS and as per
direction of Project Manager. All compacted sand filling shall be confined as far as practicable.
Backfilled earth shall be compacted to minimum 95% of the Standard Proctor’s density at OMC.
The sub-grade for the roads and embankment filling shall be compacted to minimum 95% of the
Standard Proctor’s density at OMC. Cohesion less material sub grade shall be compacted to 70%
relative density (minimum).

2. At all times unfinished construction shall have adequate drainage. Upon completion of the road’s
surface course, adjacent shoulders shall be given a final shaping, true alignment and grade.

3. Each layer of earth embankment when compacted shall be as close to optimum moisture content
as practicable. Embankment material, which does not contain sufficient moisture to obtain proper
compaction, shall be wetted. If the material contains any excess moisture, then it shall be allowed to
dry before rolling. The rolling shall begin at the edges overlapping half the width of the roller each
time and progress to the center of the road or towards the building as applicable. Rolling will also be
required on rock fills. No compaction shall be carried out in rainy weather.

c. Requirement for fill material under foundation

All foundations shall rest below virgin ground level and the minimum depth of foundation below
the virgin ground level shall be at least 500 mm. For small equipment and minor foundations like
marshalling kiosk, Switch board stand, earth switch and main box support etc. may be reduced to
300 mm with specific approval of the Project Manager.

4.00 Stone Filling & Antiweed Treatment

The Contractor shall furnish all labour, equipment and materials required for complete performance
of the work in accordance with the drawings, specification and direction of the Project Manager.

Stone filling shall be done in the areas of the switchyard wherever equipment and or structures are
to be provided under present scope of work covering entire fencing area.

Prevailing practice of stone filling is to be adopted for the bay extension works of existing
substations. Contractor shall verify the existing practice prevailing at site before quoting.

Before taking up stone rolling, antiweed treatment shall be applied in the switchyard area where
stone filling is to be done and the area shall be thoroughly de-weeded including removal of the roots.
The recommendation of local agriculture/horticulture department shall be sought where ever feasible
while choosing the type of chemical to be used. Nevertheless the effectiveness of chemical shall be
Part -2 : Employer’s Requirements 99

demonstrated by the Contractor in a test area of size 10 meterx 10 meter (approx..). The final
approval based on the result shall be given by Project Manager. Antiweed treatment shall be
procured from reputed manufacturer. The dosage and application of chemical shall be strictly as per
the manufacturer’s recommendation. The Contractor shall be requested to maintain the area free of
weed for a period of one year from the date of application of the first dose of the chemical.

5.00 General Requirement

a. The material required for site surfacing shall be free from all types of organic materials and
shall be of standard quality, and as approved by the Project Manager.

The material to be used for stone filling/ site surfacing shall be uncrushed/ crushed/ broken stone of
20 mm nominal size (single sized) conforming to table 2 of IS: 383- 1970. Hardness, flakiness shall
be as required for wearing courses are given below.

(a) Sieve analysis limits/Gradation


Sieve size % passing by weight

40mm 100
20mm 85-100
10mm 0-20
4.75mm 0-5

(b) Hardness
Abrasion value (IS: 2386 part-IV) not more than 40%
Impact value (IS: 2386 part-IV) not more than 30%

(c) Flakiness Index


As per (IS: 2386 part-IV) and maximum value is 25.

b. After all the structures/equipment are erected, the surface of the switchyard area shall be
maintained, rolled/compacted to the lines and grades as decided by Project Manager. De-weeding
including removal of roots shall be done before rolling is commenced. Project Manager shall decide
final formation level so as to ensure that the site appears uniform. The final formation level shall
however be very close to the formation level indicated in the drawing using half-ton roller with
suitable water sprinkling arrangement to form a smooth and compact surface.

c. A base layer of uncrushed/crushed/broken stone of 20 mm nominal size (single sized) shall be


spread and rolled/compacted by using half ton roller with 4 to 5 passes and water sprinkling to form
Part -2 : Employer’s Requirements 100

a minimum 50 mm layer on the finished ground level of the specified switchyard area excluding
roads, drains, cable trench and tower and equipment foundations as indicated in the drawing.

d. Over the base layer of site surfacing material, a final surface course of minimum 50 mm
thickness of 20 mm nominal size (single sized) broken stone as specified above shall be spread and
compacted by light roller using half tones steel roller (width 30" and 24" dia meter) with water
sprinkling as directed by the Project Manager. The water shall be sprinkled in such a way that
bulking does not take place.

e. In areas that are considered by the Project Manager to be too congested with foundations and
structures for proper rolling of the site surfacing material by normal rolling equipment, the material
shall be compacted by hand, if necessary. Due care shall be exercised so as not to damage any
foundation structures or equipment during rolling compaction.

6.00 Site Drainage

a. Adequate site drainage system shall be provided by the Contractor in new and existing
substation. In case of bay extension of existing substation, drainage layout shall be prepared by the
Contractor in such away that it should satisfy the technical parameters stated below while designing
the drainage system so that flow of water of the existing part of substation remain uninterrupted and
the same should be approved by the Project Manager. The technical parameters stated below also to
be taken into account while designing the drainage system for new substation as well.

The Contractor shall obtain rainfall data and design the storm water drainage system, (culverts,
ditches, drains etc.) to accommodate run off due to the most intense rainfall that is likely to occur
over the catchments area in one hour period on an average of once in ten years. The surface of the
site shall be sloped to prevent the ponding of water.

b. The maximum velocity for pipe drains and open drains shall be limited to 2.4m/sec and
1.8m/sec respectively. However, minimum non-silting velocity of 0.6m/sec shall be ensured.
Longitudinal bed slope shall not be milder than 1 in 1000.

c. The drains shall be constructed using Brick masonry except at road crossings etc. where RCC
pipe shall be used. The RCC pipe for drains and culverts shall be as per IS:456 and IS:783.

d. The Contractor shall ensure that water drains are away from the site area and shall prevent
damage to adjacent property by this water. Adequate protection shall be given to site surfaces, roads,
ditches, culverts, etc. to prevent erosion of material by water.
Part -2 : Employer’s Requirements 101

e. The drainage system shall be adequate without the use of cable/pipe trenches. (Pipe drains shall
be provided in areas of switchyard where movement of crane will be necessary in operating phase of
the substation).

f. For pipe drains, concrete pipe of class NP2 shall be used. However, for road crossings etc.
higher strength pipe of class NP3 shall be provided. For rail crossings, pipes conforming to railway
loading standards or at least NP4 class shall be provided. Manholes shall be provided at every 30m
interval, at connection points and at every change of alignment.

g. Open surface drains for new s/s shall be provided with brick masonry in 1:6 (1 cement: 6
coarse sand) cement mortar with 12 mm thick, 1:4 (1 cement: 4 sand) cement plaster inside and
exposed surface of drains as per approved drawing. For bay extension at existing substations,
prevailing practice of the respective substation shall be adopted.

h. Pipe drains shall be connected through manholes at an interval of max. 30m. Effluents shall be
suitably treated by the Contractor to meet all the prevalent statutory requirements and local pollution
control norms and treated effluents shall be conveyed to the storm water drainage system at a
suitable location for its final disposal.

i. Invert of the drainage system shall be decided in such a way that the water can easily be
discharged above the High Flood Level (HFL) outside substation boundary at suitable location upto
a maximum 50M beyond boundary wall of substation or actual whichever occurs earlier and
approved by Project Manager.
j. All internal site drainage system, including the final connection/disposal to Project Manager
acceptance points shall be part of Supplier’s scope including all required civil works. The Contractor
shall connect his drain(s) at one or more points to outfall points as feasible at site.

k. The drainage scheme and associated drawings shall be got approved and constructed as per
enclosed tender drawing.

7.00 Roads and Culverts inside substation premises

a. The main approach road including modification of existing road to meet the site conditions,
roads for access to equipment and buildings with in substations (including bay extension in existing
substations) are in the scope of the Contractor. Layout of the roads shall be based on General detail
& Arrangement drawing for the substation. If extra road is required for functional point of view,
which has not been mentioned in the layout drawing, Contractor should provide the same without
extra cost to the Project Manager.
Part -2 : Employer’s Requirements 102

b. All substation roads shall be constructed so as to permit transportation of all heavy equipment.
The roads shall have min. 3.0 m wide RCC road as per enclosed tender drawing.

c. Road construction shall be as per IRC standards.

d. Adequate provision shall be made for road drainage. Protection of cut and embankment slopes
of roads as per slope stability requirement shall be made.

e. All the culverts and its allied structure (required for road/rail, drain trench crossings etc.) shall
be designed for class A loading as per IRC standard / IS code and should be checked for loading.

f. All roads shall be designed for class ‘D’ of traffic as per IRC-37 Guide-lines for the design of
rigid pavements.

8.00 Transformer Foundation

The Contractor shall provide a road system integrated with the transformer foundation to enable
installation and the replacement of any failed unit by the spare unit located at the site. This system
shall enable the removal of any failed unit from its foundation to the nearest road.

If existing/failed transformer is required to be replaced by new one in augmentation/bay extension


works of existing substations then the foundation supporting that equipment shall be strengthen by
modifying the foundation itself or the foundation shall be dismantle and recast new foundation as per
site conditions. However, Contractor must furnish the design calculation incorporating all those
changes so that safety of the structure and foundation remain adequate.

Similarly all types of equipment foundations with /without supporting structures shall be treated in
similar manner as stated for transformer foundations.

Contractor must access the amount of work involve for augmentation/bay extension of existing
substations while quoting.

9.00 Cable & Pipe Trenches

a. The cable trenches and precast removable RCC cover (with lifting arrangement) shall be
constructed using RCC of M20 grade for new substation whereas for bay extension of existing
substation size and material of cable trenches shall be same as the existing one and pre-cast
removable RCC cover (with lifting arrangement) shall be constructed using RCC of M20 grade.
Cable trenches must be designed for the design criteria stated below, whether it is of concrete or
brick for both new substations and bay extension works in existing substations.
Part -2 : Employer’s Requirements 103

b. The cable trench walls shall be designed for the following loads.

(i) Dead load of 100 kg/m length of cable support + 75 Kg on one tier at the end.
(ii) Triangular earth pressure + uniform surcharge pressure of 1T/m2.

c. Cable trench covers shall be designed for self-weight of top slab + concentrated load of 200 kg
at center of span on each panel.

d. Cable trench crossing the road/rails shall be designed for class A. Loading of IRC/relevant IS
Code and should be checked for transformer loading.

e. Trenches shall be drained. Necessary sumps be constructed and sump pumps if necessary shall
be supplied. Cable trenches shall not be used as storm water drains.

f. The top of trenches shall be kept at least 100 mm above the finished ground level for the new
substation. The top of cable trench shall be such that the surface rainwater does not enter the trench.
g. The top of trench shall be kept same as existing one to maintain uniformity of the cable
trenches structure in case of bay extension works of existing substations.

h. All metal parts inside the trench shall be connected to the earthing system.

i. Cables from trench to equipment shall run in hard conduit pipes.

j. Trench wall shall not foul with the foundation. Suitable clear gap shall be provided.

k. The trench bed shall have a slope of 1/500 along the run & 1/250 perpendicular to the run.

l. Cable trenches shall be blocked at the ends if required with brick masonry in cement sand
mortar 1:6 and plaster with 12mm thick 1:6 cement sand mortar.
m. Cable trench contains cable trey that shall be supported on ISA. The size and spacing of angle
section shall be as per design criteria mentioned above.

n. Cable trench shall be constructed as per enclosed tender drawing.

10.00 Foundation /RCC Construction

1. Work covered under this Clause of the Specification comprises the design and
construction of foundations and other RCC constructions for switchyard structures, equipment
Part -2 : Employer’s Requirements 104

supports, trenches, drains, control cubicles, bus supports, transformer, marshalling kiosks, auxiliary
equipment & systems, buildings, tanks, boundary wall or for any other equipment or service and any
other foundation required to complete the work. This clause is as well applicable to the other RCC
constructions.

However, for the augmentation/bay extension works of existing substation, type of RCC structures
and foundations etc. shall be similar to one already existing at the existing substation and for which
design shall be furnished in support of safety of those RCC structures and foundations etc.
Contractor must access the amount of work involved for the construction of switchyard structures,
equipment supports, trenches, drains, control cubicles, bus supports, transformer, marshalling kiosks,
auxiliary equipment & systems, buildings, tanks, boundary wall or for any other equipment or
service and any other foundation required to complete the work for the existing substations.

2. Concrete shall conform to the requirements mentioned in IS: 456 and all the tests shall be
conducted as per relevant Indian Standard Codes as mentioned in Standard field quality plan
appended with the specification

A minimum grade for PCC and RCC shall be used for all structural/load-bearing members as per
latest IS 456.

3. If the site is sloppy, the foundation height will be adjusted to maintain the exact level of
the top of structures to compensate such slopes.

4. The switchyard foundation’s plinths and building plinths shall be minimum 300mm and
500 mm above finished ground level respectively.

5. Minimum 75mm thick lean concrete shall be provided below all underground structures,
foundations, trenches etc. to provide a base for construction.

6. Concrete made with Portland slag cement shall be carefully cured and special importance
shall be given during the placing of concrete and removal of shuttering.

7. The design and detailing of foundations shall be done based on the approved soil data and
sub-soil conditions as well as for all possible critical loads and the combinations thereof. The Spread
footings foundation or pile foundation as may be required based on soil/sub-soil conditions and
superimposed loads shall be provided.

8. If pile foundations are adopted, the same shall be cast-in-situ driven/bored or precast or
under reamed type as per relevant parts of IS Code 2911. Only RCC piles shall be provided.
Suitability of the adopted pile foundations shall be justified by way of full design calculations.
Part -2 : Employer’s Requirements 105

Detailed design calculations shall be submitted by the bidder showing complete details of piles/pile
groups proposed to be used. Necessary initial load test shall also be carried out by the bidder at their
cost to establish the piles design capacity. Only after the design capacity of piles has been
established, the Contractor shall take up the job of piling. Routine tests for the piles shall also be
conducted. All the work (design & testing) shall be planned in such a way that these shall not cause
any delay in project completion.

a. Design

1. Foundations shall be of reinforced cement concrete for new substation but for the augmentation
/ bay extension works of existing substation it could be of RCC/ PCC depending on type of
structures and materials used for the similar type of structures in those bay extension works of
existing substation. Design requirement shall be fulfilled by the Contractor and furnished for
approval for both new substation and existing substation (for bay extension works) as specified in
the scope of work. The design and construction of RCC/ PCC / Masonry structures shall be carried
out as per IS: 456 and relevant IS code/CBIP manual/NBC etc and minimum grade of concrete shall
be as per relevant IS code. Higher grade of concrete than specified above may be used at the
discretion of Contractor without any additional financial implication to the Project Manager.

2. Limit state method of design shall be adopted unless specified otherwise in the specification.

3. For detailing of reinforcement IS: 2502 and SP: 34 shall be followed. Cold twisted deformed
bars (Fe=415 N/mm2) conforming to IS: 1786 shall be used as reinforcement. However, in specific
areas, mild steel (Grade I) conforming to IS: 432 can also be used. Two layers of reinforcement (on
inner and outer face) shall be provided for wall & slab sections having thickness more than 150 mm.
Clear cover to reinforcement towards the earth face shall be minimum 40 mm.

4. RCC water retaining structures like storage tanks, etc. shall be designed as un-cracked section
in accordance with IS: 3370 (Part I to IV) by working stress method. However, water channels shall
be designed as cracked section with limited steel stresses as per IS: 3370 (Part I to IV) by working
stress method.

5. The procedure used for the design of the foundations shall be the most critical loading
combination of the steel structure and or equipment and/or superstructure and other conditions,
which produces the maximum stresses in the foundation or the foundation component and as per the
relevant IS Codes of foundation design. Detailed design calculations shall be submitted by the bidder
showing complete details of piles/pile groups or isolated /combined footings proposed to be used.

6. Design shall consider any sub-soil water pressure that may be encountered following relevant
standard strictly.
Part -2 : Employer’s Requirements 106

7. Necessary protection to the foundation work, if required shall be provided to take care of any
special requirements for aggressive alkaline soil, black cotton soil or any other type of soil which is
detrimental/harmful to the concrete/masonry foundations.

8. RCC columns /pedestals shall be provided with rigid connection at the base.

9. All sub-structures shall be checked for sliding and overturning stability during both
construction and operating conditions for various combinations of loads. Factors of safety for these
cases shall be taken as mentioned in relevant IS Codes or as stipulated elsewhere in the
Specifications. For checking against overturning, weight of soil vertically above footing shall be
taken and inverted frustum of pyramid of earth on the foundation should not be considered.

10. Earth pressure for all underground structures shall be calculated using co-efficient of earth
pressure at rest, co-efficient of active or passive earth pressure (whichever is applicable).

11. In addition to earth pressure and ground water pressure etc., a surcharge load of 1T/Sq.m shall
also be considered for the design of all underground structures including channels, sumps, tanks,
trenches, substructure of any underground hollow enclosure etc., for the vehicular traffic in the
vicinity of the structure.

12. Following conditions shall be considered for the design of water tank in pumps house,
channels, sumps, trenches and other underground structures:

i.Full water pressure from inside and no earth pressure & ground water pressure & surcharge pressure
from outside (application only to structures, which are liable to be filled up with water or any other
liquid).

ii. Full earth pressure, surcharge pressure and ground water pressure from outside and no water
pressure from inside.

iii.Design shall also be checked against buoyancy due to the ground water during construction and
maintenance stages. Minimum factor of safety of 1.5 against buoyancy shall be ensured ignoring the
superimposed loadings.

13. The foundations shall be proportioned so that the estimated total and differential movements of
the foundations are not greater than the movements that the structure or equipment is designed to
accommodate.
Part -2 : Employer’s Requirements 107

14. The foundations of transformer and circuit breaker shall be of block type foundation. Minimum
reinforcement shall be governed by IS: 2974 and IS: 456.

15. The tower and equipment foundations shall be checked for a factor of safety of 2.0 for normal
condition and 1.5 for short circuit condition against sliding, overturning and pullout.

b. Admixtures & additives

1. Only approved admixtures shall be used in the concrete for the Works. When more than one
admixture is to be used, each admixture shall be batched in its own batch and added to the mixing
water separately before discharging into the mixer. Admixtures shall be delivered in suitably labeled
containers to enable identification.

2. Admixtures in concrete shall conform to IS: 9103. The water proofing cement additives shall
conform to IS: 2645. Project Manager shall approve concrete Admixtures/ Additives.

3. The Contractor may propose and the Project Manager may approve the use of a water-reducing
set-retarding admixture in some of the concrete. The use of such an admixture will not be approved
to overcome problems associated with inadequate concrete plant capacity or improperly planned
placing operations and shall only be approved as an aid to overcoming unusual circumstances and
placing conditions.

4. The water-reducing set-retarding admixture shall be an approved brand of Ligno-sulphonate


type admixture.

5. The waterproofing cement additives shall be used as required / advised by the Project Manager.

c. Gates and Boundary Wall

1. The Gate frame shall be made of medium duty MS pipe conforming to relevant IS with welded
joints.

2. The gates shall be fabricated with welded joints to achieve rigid connections. The gate frames
shall be painted with one coat of approved steel primmer and two coats of synthetic enamel paint.

3. Gates shall be fitted with approved quality iron hinges, latch and latch catch. Latch and latch
catch shall be suitable for attachment and operation of pad lock from either side of gates. Hinges
shall permit gates to swing through 180 degree back against fence. Gates shall be earthed by G I
wire.
Part -2 : Employer’s Requirements 108

4. Gates shall be fitted with galvanized chain hook or gate hold back to hold gates open. Double
gates shall be fitted with centre rest and drop bolt to secure gates in closed position.

5. Gates shall be installed in locations shown on drawings. Next to the main gate, a men gate
(1.25 m wide, single leaf) shall also be provided.

6. Bottom of gates shall be set approximately 40mm above ground surface and necessary guiding
mechanism shall be fitted.

7. The Contractor shall design and construct boundary wall around substation area as per
requirements. The boundary wall shall be of height 2.0M and shall be made of RCC frame
construction with RCC column and plinth beam arrangement and panels filled with one brick thick
wall in cement sand mortar 1:6. The boundary wall shall be plastered on both external and internal
faces with cement and sand plaster 1:6 of thickness 18 mm and 12 mm respectively. An additional
barbed Y-shaped arm of MS angle 50x50x6 with 3-rows (6 nos) barbed wire A-4 IS: 278. Expansion
joints shall be provided as per codal requirements. MS grating shall be provided at required
locations for drainage purposes. The boundary wall shall be painted with minimum two coats of
color wash over a base coat of white wash with lime. The front portion of boundary wall shall
however be with a RC jail and 12 mm square MS bar top above brick work and pebble dash plaster
finish with colour pigment. The steel work shall be given two coats of synthetic enamel paint of
approved make over one coat of primer. Boundry wall and gate shall be constructed as per enclosed
tender drawing.

11.00 Buildings - General Requirements

The scope for new control room building includes the design, engineering and construction including
anti-termite treatment, plinth protection, DPC of Building including sanitary, water supply,
electrification, false ceiling etc. of control room building. The buildings shall be of RCC framed
structure of concrete of M20 grade (Min.). Following design criteria shall be adopted for design
purposes for new substation.

If any extension of the Control Room building is required in augmentation / bay extension works of
existing substation then extension part shall be compatible to existing one structurally and
architecturally but following design criteria shall be adopted for design purposes for R&M of
existing substation.

a. Control room Building

Minimum floor area requirements shall be 10000×12000 mm excluding space for wash room which
may be increased at the time of detailed engineering to suit project requirements. The layout of the
Part -2 : Employer’s Requirements 109

control room shall be finalised as per detailed engineering to suit project requirements .The
minimum dimension of different rooms required for C.R.building shall be as per drawing. The CR
building shall consist of the following:

a. Control room
b. S/s In-charge room
c. Battery room
d. Store room
e. Toilet

An open space of 1 m minimum shall be provided on the periphery of the rows of panel and
equipment generally in order to allow easy operator movement and access as well as maintenance.

Any future possibility of annexe building shall be taken care of while finalizing the layout of the
control room building.

Minimum headroom of 3 M below soffit of beams/false ceiling shall be considered for rooms. The
roof shall have four side sloping roof or flat roof as finalised during detailed engineering.

i.Design

a)The buildings shall be designed:

1.To the requirements of the National Building Code of India, and the standards quoted therein.

2.For the specified climatic & loading conditions.

3.To adequately suit the requirements of the equipment and apparatus contained in the buildings and
in all respects to be compatible with the intended use and occupancy.

4.With a functional and economical space arrangement.

5.For a life expectancy of structure, systems and components not less than that of the equipment,
which is contained in the building, provided regular maintenance is carried out.

6.Be aesthetically pleasing. Different buildings shall show a uniformity and consistency in
architectural design.

7.To allow for easy access to equipment and maintenance of the equipment.
Part -2 : Employer’s Requirements 110

8.With, wherever required, fire retarding materials for walls, ceilings and doors, which would
prevent supporting or spreading of fire.

9.Suitable expansion joints shall be provided in the longitudinal direction wherever necessary with
provision of twin columns.

10.Individual members of the buildings frame shall be designed for the worst combination of forces
such as bending moment, axial force, shear force, torsion etc.

11. Permissible stresses for different load combinations shall be taken as per relevant IS Codes.

12.The building lighting shall be designed in accordance with the requirements of relevant section.

13.Sesmic considerations as applicable.

ii.Design loads

Building structures shall be designed for the most critical combinations of dead loads, super-
imposed loads, equipment loads, wind loads, seismic loads, and temperature loads.

Dead loads shall include the weight of structures complete with finishes, fixtures and partitions and
should be taken as per IS: 1911.

Super-imposed loads in different areas shall include live loads, minor equipment loads, cable trays,
small pipe racks/hangers and erection, operation and maintenance loads. Equipment loads shall
constitute, if applicable, all load of equipments to be supported on the building frame.

The wind loads shall be computed as per IS 875, Seismic Coefficient method shall be used for the
seismic analysis as per IS 1893 with importance factor 1.5.

Wind and Seismic forces shall not be considered to act simultaneously.

Floors/slabs shall be designed to carry loads imposed by equipment, cables piping, equipment and
other loads associated with building. Floors shall be designed for live loads as per relevant IS. Cable
and piping loads shall also be considered additionally for floors where these loads are expected.

For consideration of loads on structures, IS: 875 shall strictly adhere to. Any other load coming in
the structure, not mentioned in IS 875 shall be calculated as per relevant IS code and NBC.

iii. Submission
Part -2 : Employer’s Requirements 111

The following information shall be submitted for review and approval to the Project Manager:

1. Design criteria shall comprise the codes and standards used, applicable climatic data including
wind loads, earthquake factors maximum and minimum temperatures applicable to the building
locations, assumptions of dead and live loads, including equipment loads, impact factors, safety
factors and other relevant information.

2. Structural design calculations and drawing (including construction/fabrication) for all


reinforced concrete and structural steel structures.

3. Fully, dimensioned concept plan including floor plans, cross sections, longitudinal sections,
elevations and perspective view of each building. These drawings shall be drawn at a scale not
smaller than 1:75 and shall identify the major building components.

4. Fully dimensioned drawings showing details and sections drawn to scales of sufficient size to
clearly show sizes and configuration of the building components and the relationship between them.

5. Product information of building components and materials, including walls partitions flooring
ceiling, roofing, door and windows and building finishes.

6. A detailed schedule of building finishes including colour schemes.

7. A door & window schedule showing door types and locations, door lock sets and latch sets and
other door hardware.

Approval of the above information shall be obtained before ordering materials or starting fabrication
or construction as applicable.

iv. Finish Schedule

1. The finishing schedule is given in subsequent clauses.

2. M.S. Ladder should be provided to access the control room roof from outside. Ladder shall be
made up of ISMC 75x40 which will run as beam one meter apart and intermediate steps will be
made up of 45x45x5 angle with rise of 300 mm. Red oxide premier shall be applied initially, then
two coats of rich zinc paint shall be applied to avoid corrosion.

v.Flooring
Part -2 : Employer’s Requirements 112

Flooring in various rooms of control room building shall be as for detailed schedules given in Table
-1

vi.Walls

Control room buildings shall be of framed superstructure. All walls shall be non-load bearing walls.
Min. thickness of external walls shall be 230 mm (one brick) with 1:6 cement sand mortar.

vii.Plastering

All internal walls shall have minimum 12mm and 15 mm thick 1:6 cement sand plaster on either side
of wall. The ceiling shall have 6mm thick 1:4 cement sand plaster.

viii.Finishing

All external surfaces shall have 18 mm cement plaster in two coats, under layer 12 mm thick cement
plaster 1:5 and finished with a top layer 6 mm thick cement plaster 1:6 (DSR 13.19) with water
proofing compound. The paint shall be antifungal quality of reputed brand suitable for masonry
surfaces for high rainfall zone. White cement primer shall be used as per manufacturer’s
recommendation.

Internal finish Schedule is given Table - 1 below:

TABLE-1

S.No. Location Flooring & Wall Internal Ceiling Doors, Windows,


Skirting Ventilators
150mm high

1. Control Room, Precast Oil bound White 1) Standard steel rolled


Relay Room Terrazo tiles washable distemper Wash section frames with 5
(DSR’02, on smooth surface (DSR’02 – mm glass. DSR’02 –
item no. applied with 2mm 13.70.1) 10.12, 10.13 & 10.14
11.29A.2 & thick Plaster of
11.31.2 Paris putty. 2) Flush door shutters -
(DSR’02 – 13.40 A DSR’02 – 9.25.2
& 13.77.2)
2. Sub-station Precast Oil bound White 1) Standard steel rolled
Incharge, Office, Terrazo tiles washable distemper Wash section frames with 5
corridor, staff (DSR’02, on smooth surface (DSR’02 – mm glass. DSR’02 –
Part -2 : Employer’s Requirements 113

room. item no. applied with POP 13.70.1) 10.12, 10.13 & 10.14
11.29A.2 & putty. (DSR’02 –
11.31.2 13.40 A & 13.77.2) 2) Flush door shutters -
DSR’02 – 9.25.2
3. Battery room Acid and Dado of acid Acid 1) Standard steel rolled
Alkali resistant tile 1.2 M resistant section frames with 5
Resistant high & Paint above Paint. mm glass. DSR’02 –
tiles. 1.2 M to ceiling. DSR’02 – 10.12, 10.13 & 10.14
DSR’02 – DSR’02 – 11.36 C. 13.96.1
11.36 C. 1 & 2.1, 11.36C.2 & 2) Flush door shutters -
11.36 C.1.1 13.96.1 DSR’02 – 9.25.2

Painted with acid


resistant Paint. DSR’02
–13.96.1
4. Toilet Ceramic DADO glazed tile White 1) Standard steel rolled
glazed tiles in 2.1M high for toilet Wash section frames with 5
flooring (DSR 02 - 11.73) (DSR’02 – mm glass. DSR’02 –
DSR’02 – 13.70.1) 10.12, 10.13 & 10.14
11.74
2) Flush door shutters -
DSR’02 – 9.25.2
5. Other areas not Terrazo tiles Oil bound White
specified (DSR’02 - distemper, Wash
11.29A.2 & DSR’02 - 13.40A (DSR’02 –
11.31.20 & 13.77 13.70.1)

Note: DSR item references (DSR-2002) to be read with CPWD specifications are only for material and
workmanship guidance of the Contractors.

ix.Roof

Roof of the C.R. Building shall consist of Cast-in-situ RCC slab treated with a water proofing
system which shall be an integral cement based treatment conforming to CPWD specification (item
no. 25.8 of DSR 2002). The water proofing treatment shall be of following operations:
Part -2 : Employer’s Requirements 114

i.Applying and grouting a slurry coat of neat cement using 2.75 kg/m2 of cement admixed with
proprietary water proofing compounds conforming to IS: 2645 over the RCC slab including cleaning
the surface before treatment.

ii.Laying cement concrete using broken bricks/brick bats 25mm to 100mm size with 50% of cement
mortar 1:5 (1 cement: 5 coarse sand) admixed with proprietary water proofing compound
conforming to IS: 2645 over 20mm thick layer of cement mortar of min 1:5 (Cement: 5 coarse sand)
admixed with proprietary water proofing compound conforming to IS: 2645 to required slope and
treating similarly the adjoining walls upto 300mm height including rounding of junctions of walls
and slabs.

iii.After two days of proper curing applying a second coat of cement slurry admixed with proprietary
water proofing compound conforming to IS: 2645.

iv.Finishing the surface with 20mm thick joint less cement mortar of mix 1:4 (1 cement: 4 course sand)
admixed with proprietary water proofing compound conforming to IS: 2645 and finally finishing the
surface with trowel with neat cement slurry and making of 300 x 300 mm square.

v.The whole terrace so finished shall be flooded with water for a minimum period of two weeks for
curing and for final test. All above operations to be done in order and as directed and specified by
the Project Manager.

With average thickness of 120 mm and minimum thickness at khurra at 65 mm.

x.Glazing

Minimum thickness of glazing shall be 5.0 mm. as per IS: 2835.

xi.Doors and Windows

The details of doors and windows of the control room building shall be as per finish schedule Table-
1 and tender drawing with the relevant IS code. Rolling steel shutters and rolling steel grills shall be
provided as per layout and requirement of buildings. Paints used in the work shall be of best quality
specified in CPWD specification.

xii.Plumbing & Sanitation


Part -2 : Employer’s Requirements 115

1. All plumbing and sanitation shall be executed to comply with the requirements of the
appropriate byelaws, rules and regulations of the Local Authority having jurisdiction over such
matters. The Contractor shall arrange for all necessary formalities to be met in regard to inspection,
testing, obtaining approval and giving notices etc.

2. PVC syntax or equivalent make Roof water tank of adequate capacity depending on the number
of users for 24 hours storage shall be provided. Minimum 1 Nos. 500 liters capacity shall be
provided.

3. Galvanized MS pipe of medium class conforming to IS: 1239 shall be used for internal &
external piping work for potable water supply.

4. Sand CI pipes with lead joints conforming to IS: 1729 shall be used for sanitary works above
ground level.

5. Each toilet shall have the following minimum fittings.

(a) WC (Western type) 390 mm high with toilet paper roll holder and all fittings
Or
WC (Indian Type) Orissa Pattern (580 x 440 mm) with all fittings (both types of WCs shall be
provided at alternate locations).

(b) Urinal (430 x 260 x 350 mm size) with all fittings.

(c) Wash basin (550 x 400 mm) with all fittings.

(d) Bathroom mirror (600 x 450 x 6 mm thick) hard board backing

(e) CP brass towel rail (600 x 20 mm) with C.P. brass brackets

(f) Soap holder and liquid soap dispenser.

6. All fittings, fastener, grating shall be chromium plated.

7. All sanitary fixtures and fittings shall be of approved quality and type manufactured by well
known manufacturers. All items brought to site must bear identification marks of the type of the
Manufacturer.

8. Soil, waste and drain pipes, for underground works shall be stoneware for areas not subject to
traffic load. Heavy-duty cast iron pipes shall be used otherwise.
Part -2 : Employer’s Requirements 116

9. In case of Augmentation/R&M of existing substation, amount of work shall be envisaged by


contract for lump sum quotation.

12.00 Miscellaneous General Requirements

1. Dense concrete with controlled water cement ratio as per IS-code shall be used for all
underground concrete structures such as pump-house, tanks, water retaining structures, cable and
pipe trenches etc. for achieving water-tightness.

2. All joints including construction and expansion joints for the water retaining structures shall be
made water tight by using PVC ribbed water stops with central bulb. However, kicker type
(externally placed) PVC water stops shall be used for the base slab and in other areas where it is
required to facilitate concreting. The minimum thickness of PVC water stops shall be 5 mm and
minimum width shall be 230 mm.

3. All steel sections and fabricated structures that are required to be transported on sea shall be
provided with anti corrosive paint to take care of sea worthiness.

4. All mild steel parts used in the water retaining structures shall be hot-double dip galvanised. The
minimum coating of the zinc shall be 750 gm/sq. m. for galvanised structures and shall comply with
IS: 2629 and IS: 2633. Galvanizing shall be checked and tested in accordance with IS: 2633.The
galvanizing shall be followed by the application of an etching primer and dipping in black bitumen
in accordance with BS: 3416.

5. A screed concrete layer not less than 100 mm thick and of grade not weaker than M10
conforming to IS: 456-1978 shall be provided below all water retaining structures. A sliding layer of
bitumen paper or craft paper shall be provided over the screed layer to destroy the bond between the
screed and the base slab concrete of the water retaining structures.

6. Bricks having minimum 75kg/cm2 compressive strength can only be used for masonry work.
Contractor shall ascertain himself at site regarding the availability of bricks of minimum 75kg/cm2
compressive strength before submitting his offer.

7. Doors and windows on external walls of the buildings (other than areas provided, with insulated
metal claddings) shall be provided with RCC sunshade over the openings with 300 mm projection on
either side of the openings. Projection of sunshade from the wall shall be minimum 450 mm over
window openings and 750 mm over door openings.
Part -2 : Employer’s Requirements 117

8. Service ladder shall be provided for access to all roofs.

9. Angles 45x45x5 mm (minimum) with lugs shall be provided for edge protection all round cut
outs/openings in floor slab, edges of drains supporting grating covers, edges of RCC cable/pipe
trenches supporting covers, edges of manholes supporting covers, supporting edges of manhole
precast cover and any other place where breakage of corners of concrete is expected.

10. Anti termite chemical treatment shall be given to column pits, wall trenches, foundations of
buildings, filling below the floors etc. as per IS: 6313 and other relevant Indian Standards.

11. All rungs for ladder shall also be galvanised as per IS: 277 medium classes.

12. For all civil works covered under this specification, nominal mix by volume batching as per
CPWD specification is intended. The relationship of grade of concrete and ratio of ingredients shall
be as below:

------------------------------------------------------------------------------------------

Sl.No. Mix Cement Sand Coarse aggregate of


20 mm down grade
as per IS 383
------------------------------------------------------------------------------------------
1. M 10 1 3 6

2. M 15 1 2 4

3. M 20 1 1.5 3

------------------------------------------------------------------------------------------

The material specification, workmanship and acceptance criteria shall be as per relevant clauses of
CPWD specification and approved standard Field Quality Plan.

13. The details given in tender drawings shall be considered along with details available in this
section of the specification while deciding various components of the building.
Part -2 : Employer’s Requirements 118

14. Items/components of buildings not explicitly covered in the specification but required for
completion of the project shall be deemed to be included in the scope.

13.00 Interfacing

The proper coordination & execution of all interfacing civil works activities like fixing of conduits
in roofs/walls/floors, fixing of foundation bolts, fixing of lighting fixtures, fixing of
supports/embedment, provision of cutouts etc. shall be the sole responsibility of the Contractor. He
shall plan all such activities in advance and execute in such a manner that interfacing activities do
not become bottlenecks and dismantling, breakage etc. is reduced to minimum.

14.00 Water Supply

(i) Contractor shall make its own arrangement for construction water.

(ii) The Contractor shall carry out all the plumbing/erection works required for supply of
water in control room building.

(iii) The details of tanks, pipes, fittings, fixtures etc for water supply are given elsewhere in the
specification under respective sections.

(iv) A scheme shall be prepared by the Contractor indicating the layout and details of water supply
which shall be got approved by the Project Manager before actual start of work including all other
incidental items not shown or specified but as may be required for complete performance of the
works.

(v) Bore wells and pumps for water supply are in the scope of Contractor meeting the day-
to-day requirement of the water supply.
(vi) If the water is supplied by Municipal Corporation then bore well for water supply
purposes is not required to be carried out by Contractor. Contractor shall also make necessary
arrangement /formalities to receive water connection from corporation.

15.00 Sewerage System

(i) Sewerage system shall be provided for control room building.


Part -2 : Employer’s Requirements 119

(ii) The Contractor shall construct septic tank and soak pit suitable for 5 users if outside of
Municipal Corporation zone. Otherwise, all necessary arrangement for the disposal of sewerage to
the Municipal Corporation’s end shall be arranged by the Contractor at his own cost for regularizing
the disposal activity.

(iii) The septic tank and soak pit shall be constructed as per enclosed tender drawing.

16.00 Statutory Rules

a. Contractor shall comply with all the applicable statutory rules pertaining to factories act
(as applicable for the State). Fire Safety Rules of Tariff Advisory Committee, Water Act for
pollution control etc.

b. Provisions for fire proof doors, no. of staircases, fire separation wall, plastering on
structural members (in fire prone areas) etc. shall be made according to the recommendations of
Tariff Advisory Committee.

c. Statutory clearance and norms of State Pollution Control Board shall be followed as per
Water Act for effluent quality from plant.

d. Requirement of sulphate resistant cement (SRC) for sub structural works shall be
decided in accordance with the Indian Standards based on the findings of the detailed soil
investigation to be carried out by the Bidder.

e. Foundation system adopted by Bidder shall ensure that relative settlement and other
criteria shall be as per provision in IS: 1904 and other Indian Standards

f. All water retaining structures designed as un-cracked section shall also be tested for
water tightness at full water level in accordance with clause no. 10 of IS: 3370 (Part-I).

g. Construction joints shall be as per IS: 456.

h. All underground concrete structures like water retaining structures etc. shall have
plasticizer cum water proofing cement additive conforming to IS: 9103. In addition, limit on
permeability as given in IS: 2645 shall also be met with. The concrete surface of these structures in
contact with earth shall also be provided with two coat of bituminous painting for water/damp
proofing. In case of water leakage in the above structures, Injection Method shall be applied for
repairing the leakage.
Part -2 : Employer’s Requirements 120

i. All building/construction materials shall conform to the best quality specified in CPWD
specifications if not otherwise mentioned in this specification.

j. All tests as required in the standard field quality plans have to be carried out.

17.00 Fencing

a. Product materials for fencing

The minimum requirements are as follows:


i.Chain Link fence fabric in accordance to IS-2721

1. Size of mesh : 75 mm

2. Nominal wire size : 4.0 mm dia

3. Width of chain link : 2000 mm

4. Class of zinc coating : medium

5. Zinc coated after weaving.

ii.Posts
Angle Section

Intermediate : L 65 x 65 x 6

Straining posts : L 65 x 65 x 6

Stay post : L 65 x 65 x 6

1. All structural steel shall conform to IS: 2062 and shall be painted with a coat of approved steel
primer and two coats of synthetic enamel paint.

2. The Chain Link fabric shall be fixed to the post at the top and bottom of the fence by
welding/fixing 50 mm MS flat all through its length.
Part -2 : Employer’s Requirements 121

3. Fencing top shall be either of galvanised barbed wire or tape. Barbed wire shall conform to IS:
278.

4. The barbed wire may consist of not more than two splices per reel. The barbed wire shall be
formed by twisting two line wires, one containing the barbs. The barbed wire shall be designated as
A-4 IS: 278 and shall be galvanized.

5. Above chain link, 3-rows (6 nos) of barbed tape/wire shall be provided in each arm of the Y
shaped barbed arm at top.

6. With barbed tape/wire above the chain link fence, the total fence height shall be minimum 2500
mm above finished gravel level.

7. Barbed tape/wire arms shall be same as intermediate and straining post.

8. Tension wire: single strand, high tensile, galvanised steel wire, 4 mm diameter.

9. Fittings and hardware: cast aluminum alloy or galvanized steel, malleable or ductile cast iron
turnbuckles to be drop forged.

10. GI chain link mesh shall be as per IS: 2721. Mesh size 75 mm and nominal wire size shall be
4.0 mm diameter.

On the results of these additional tests, the whole or portion of the barbed wire/tape shall be
accepted or discarded by the Purchaser, as the case may be.

b. Installation

1. Contractor shall submit the fencing drawing Fence shall be installed along lines shown on
approved drawings.

2. Post holes shall be excavated by approved methods.

3. Intermediate posts shall be spaced 2.5 m apart measured parallel to ground surface.

4. Straining posts shall be installed at equal intervals not exceeding 25.0 m.

5. Straining posts shall be installed at sharp changes in grade, at corners, at change of direction
and where directed.
Part -2 : Employer’s Requirements 122

6. All corner post will have two-stay post and every tenth post will have a transverse stay post.

7. Posts shall be set in 1:2:4 plain cement concrete Blocks of minimum dimension 400 mm x 400
mm x 1000 mm deep Concrete work shall conform to relevant clause. Post shall be braced and held
in plumb position and true alignment and elevation until concrete has set.

8. Fence fabric shall not be installed until concrete has cured a minimum of 7 days.

9. Bottom and top of the fence fabric shall be fixed with MS flats of 50 mm x 6mm (min).

10. Fence fabric shall be laid out with barbed edge on top, stretched tightly and shall be fastened to
intermediate, post gate and straining post with 50 x 6 flats.

11. Fabric shall be secured to tension wires with tie wires at 400 mm intervals. Tie wires shall be
given not less than two twists.

12. Barbed tape shall be spliced with standard wire splices.

13. Barbed tape shall be stretched to have uniform tension.

14. Barbed tape shall be attached to barbed wire arms with approved metal clips.

15. Toe wall of one Brick/Random Rubble masonry, with notches over 75 mm thick PCC
(1:4:8) shall be provided below all fencing and shall be minimum 200 mm above and 200 mm below
finished ground level. All exposed surfaces of brick toe wall shall be provided with 1:6 cement sand
plaster and coated with two coats of colour wash with a base coat of white wash with lime. Rubble
masonry toe wall shall be with raised & cut pointing and 50 mm PCC (1:2:4) band coping.

16. Proper earthing shall be done for fencing also.


Part -2 : Employer’s Requirements 123

13.7. LT AB Cable Reconductoring Work

1. Survey
1.1. Survey
The Contractor shall carry out a GPS based survey of existing bare conductor LT distribution
lines in the habitation. The Survey should cover Pole by pole survey of all the bare conductor
lines to identify the location of poles and phase configuration, pole condition, Existing stays /
struts, Existing street lamp connections, Location and capacity of the connected distribution
transformer (DTR) to each LT line, Connection points of any existing ABC lines connected to
the bare conductor lines should be identified. The length of such ABC lines and total service
connections provided through this line should be indicated on the map at this point, Load
readings for each LT feeder. Upon completion of the survey the Contractor is required to
develop the Single Line Diagram (SLD-A) indicating the survey Information and Schedule of
network survey information (Schedule – A).

1.2. Load Readings


Load readings of each LT feeder shall be taken before and after proposed ABC conversions.
This is required to monitor actual demand reductions achieved following ABC conversions.
Load currents on each phase and the neutral in respective LT feeder shall be taken on four
different occasions per day before and after completion of ABC conversion work. The load
current measurements shall be decided by Engineer in Charge. Load reading before ABC
conversions shall be taken when carrying out the survey and recorded in Schedule-A. Load
readings after ABC conversions shall be provided to the Project Manager/Engineer in charge
within one week from completion of works.

1.3. Network Design for ABC Conversions


Contractor should prepare details of proposed ABC conversions for respective habitation in
accordance with these guidelines and prepare Single line diagram indicating proposed ABC
conversions (SLD-B) and Schedule of proposed ABC conversions (Schedule -B). while
preparing SLD, loading in distribution transformer must be examined. On completion of work,
average day-loading in distribution transformer should limit 80-85% only. Contractor
1.4. Load Balancing
When preparing ABC conversion schedule (Schedule-B), phase connections for single phase
Distribution Box/SMC Distribution Boxes shall be determined so that total number of single
phase consumers are balanced across the three phases of a given feeder.

2. Conversion of bare conductor lines to ABC


2.1. AB Cable types and Sizes
Part -2 : Employer’s Requirements 124

1,1 kV voltage grade XLPE insulated aluminum conductor and aluminum alloy bare neutral
messenger type cables shall be used for proposed ABC conversions. The AB cables provided
shall fully comply with technical specifications provided in this tender document.
The following standard sizes of AB cables shall be used:
• ABC16-SP : 1X16 mm2 (ph)+1X25 mm2 (bare messenger cum neutral) +1x16 mm2 (insulated
street lighting cable)
• ABC50 : 3X50 mm2 (ph)+1x35 mm2 (bare messenger cum neutral) +1x16 mm2 (insulated
street lighting)
• ABC95 : 3X95 mm2 (ph)+1x70 mm2 (bare messenger cum neutral) +1x16 mm2 (insulated
street lighting)

2.2. Vertical and Horizontal Clearances


all statutory clearances shall be ensured for ground clearance, line-to-line clearance, road
crossing clearance, horizontal and vertical clearances from buildings/objects etc. All road
crossings and line crossings shall be guarded as per specifications. Conductor joint should not
be provided in mid span length. Instead, it should be nearer to the support.

As per ISS 162-1961 minimum electrical clearance from live part to earth and safety clearance in case of
different voltage must be kept as follows:
Voltage Electrical Clearance (mm) Safety Clearance in SIS (mm)
Phase - Earth Phase - Phase
33kV 381 432 2740
66kV 658 786 3050

Minimum Clearance Between Power Lines (mtr.) :


kV 11 33 66
11 2.44 2.44 2.44
33 2.44 2.44
66 2.44

2.3. Installation of AB Cables

3. Prior to installation of AB cables, all pole works including stay/struts works should be completed
as per scope of works provided in proceeding sections. (i.e installation of new poles, pole
replacements, pole re-alignment, installation of pole supports).
All ABC accessories used for installation works shall conform to technical specification
provided in this document.

3.1. Installation of clamp assemblies


Part -2 : Employer’s Requirements 125

AB cable should be installed on poles using anchoring and suspension clamps according to the
approved drawings by the Project Manager. Samples of complete clamp assemblies shall be
approved by the Project Manger prior to use.
Anchoring clamps shall be used at the beginning and end of each cable run, at a major change in
direction, terminal poles and at T-off points. Suspension clams shall be used at other
intermediate points.
It should be noted that different clamps are specified for cable ranges 25-50 sqmm and 70-95
sqmm. These have different dimensional and maximum load specifications. If ABC
manufacturer recommends any alternate clamps it should be approved by the Project Manger
prior to use.
Stainless steel straps and buckles shall be used for fixing pole brackets to the pole as shown in
drawings. Strap binding tool shall be used for tensioning and cutting the straps.
Separation of neutral messenger for tensioning and fixing to the clamp should be done using
plastic phase separators. Weather resistant black nylon ties should be used for typing insulated
conductors to the neutral messenger at either side of suspension clamps, to prevent the phase
conductors from chatting against suspension clamp.

3.2. Stringing of AB cable


Stringing of AB cables shall be done in a proper manner ensuring insulated conductors do not
get damaged during installation. Dragging the ABC on the ground is not permitted. Pulleys
installed on poles shall be used to pull AB cables.

Minimum clearance above ground to line shall be maintained. Sag tension charts for installing
AB cables shall be developed by the Contractor taking into consideration of cable
characteristics, maximum / minimum temperatures and maximum wind pressure as per service
conditions provided by Employer. Based on this clear guidelines shall be provided to linesmen
to ensure bare neutral messenger is pulled at appropriate tension so that;
(a) Required ground clearances are maintained, and
(b) Messenger conductor tension is maintained well below its breaking load at all temperatures.

Dynamometer method or sag method may be used to ensure appropriate tension of neutral
messenger during installation. Over tensioning of neutral messenger should be avoided to
ensure its tension does not exceed permissible loading limits at low temperatures. Loose spans
of AB cable should be avoided to maintain permissible maximum sag at high temperatures.
Loose spans may only be allowed for short spans in special cases. This applies when there are
practical difficulties to install necessary stays or struts as required at a t-off point. A short loose
span of AB cable may be used in this case to transfer the stay / strut support point upstream or
downstream of the line.
Part -2 : Employer’s Requirements 126

Stringing of AB cable shall be done using proper equipment such as stringing blocks with
plastic coated pulleys, pulling (come along) clamp, cable hoist and pulling tool, dynamometer
etc. Proper equipment recommended by the ABC manufacturer shall be used to avoid any
damage to the cable during installation. Temporary stays or strut poles shall be employed as
necessary during stringing operation to ensure safety of personnel and equipment.
Phasing of insulated conductors shall be identified by one, two and three ridges on the XLPE
insulation. Same phasing shall be maintained accordingly through the line. Interchanging of
phasing at any connection point is not permitted.

In order to ensure durability of AB cables and to prevent possibility of failures due to effects of
water treeing, any exposed parts of phase conductors or open cuts of insulation are strictly not
permitted. Hence all connectors to be used in ABC line shall be pre-insulated type or bare
connectors covered by heat shrinkable tubing or GelWrap sleeves. For installing connectors
proper equipment such as insulation stripping tool, ratchet cable cutter, hydraulic compression
tool with compression dies shall be used.

All cable ends shall be properly sealed by pre-moulded or heat-shrinkable type end caps.
Samples of all ABC accessories including connectors shall be approved by the Project Manager
prior to use.

Mid-span joints shall be generally avoided by properly planning stringing work. In exceptional
cases where mid span joint is required, pre-insulated compression connectors shall be used. The
joints for each phase shall be staggered along the cable. No mid-span joints are allowed for AB
cable sections running across a street.

Insulated piercing connectors or non-tension mechanical connectors with heat shrinkable tubing
shall be used for non-tension inline connections at anchoring points where necessary.

3.3. AB cable connections to Distribution Transformers


AB cables shall be connected to bus-bars or protection equipment terminals of the LT feeder
Distribution Boards by means of pre-insulated compression lugs and aluminium / bi-metallic
strips.

Where no Distribution Board is available AB cable shall be directly connected to the


distribution transformer bushing terminals using insulated compression lugs. In this case
additional length of AB cable shall be provided by means of a loop to facilitate future
connection to the Distribution Board or fuses.

3.4. Earthing of Poles / ABC neutral messenger conductor


Part -2 : Employer’s Requirements 127

Earthing shall generally be carried out in accordance with the requirements of latest CEA
regulations (as amended from time to time) and the relevant regulations of the Electricity
Supply Authority
The Contractor shall ensure every 6th pole of ABC line including neutral messenger and any
metallic hardware is earthed with spike earth (20x2500 mm) as per existing practice of
Employer. (for normal soil).

Poles shall be earthed using 8 SWG (7/4.0 mm) GI wire with 1 No. Coil/Spike/Pipe earth.

3.5. Pole Numbering


Each pole of the existing line shall be uniquely numbered as per pole numbering scheme
followed by the Employer. Pole number and other information as required by the Employer
should be pained on the pole.

3.6. Dismantling existing bare conductors and line hardware


Dismantling existing bare conductors and line hardware. Conductors and other line hardware
including insulators, brackets, cross arms and bolts and nuts shall be carefully removed without
causing damage to the existing poles. Bare conductors shall be removed in the longest length
practicable for future re-use with a metal tag of description/ tag # of conductor, the said
conductor shall be wound on empty conductor reels or made up in rolls.
Following dismantling works affected areas shall be cleaned and reinstated. All dismantled
items shall remain the property of Employer and Contractor shall deliver all salvaged materials
to the designated Employer warehouse as directed by the Project Manager.

3.7. Parallel AB Cable lines


Parallel AB cable lines refers to installation of second ABC cable line on the existing poles as
per design requirements approved by Employer.
The scope of work for this item shall exclude (a) existing bare conductor line dismantling and
(b) pole numbering requirements applicable for the scope of works specified above for
‘conversion of bare conductor lines to ABC’.

3.8. Rates for Conversion of bare conductor lines to ABC


It should be noted that scope of work for this item relates to AB cable installation on existing
poles. It excludes any additional works required on the existing poles or installation of new
poles, installation of Distribution Box/SMC Distribution Boxes, stays etc. Separate BOQ items
are provided for work associated with installation of new poles and replacement, re-alignment
or relocation of existing poles, installation of stays and struts and installation of Distribution
Box/SMC Distribution Boxes for AB cables.

4. Installation of LT Distribution Box/SMC Distribution Boxes for ABC


Part -2 : Employer’s Requirements 128

4.1. Types of LT Distribution Box/SMC Distribution Boxes


The following types of LT Distribution Box/SMC Distribution Boxes (according to number of
consumers to be connected) shall be selected:
• Type A : Single Phase, 1 Incoming (25 mm2)/ 6 outgoing (upto 10 mm2)
• Type B : Three Phase,1 Incoming (35 mm2)/ 4 outgoing (upto 16 mm2)
4.2. Mounting Arrangement
Distribution Box/SMC Distribution Box (DB) shall be mounted on LT pole with galvanized MS
clamp of 40x3 mm size.

4.3. Connection to AB Cable


2Cx25 sqmm or 4Cx35 sqmmStrandedcables shall be used to connect AB cable with single
phase and three phase Distribution Box/SMC Distribution Box respectively. For connection to
ABC, insulation piercing connectors (IPC) and PG clamps of appropriate size shall be used.
Single phase Distribution Box/SMC Distribution Boxes shall be connected to specified phase as
per Schedule-B in order to ensure load balancing in ABC line.

4.4. Connection of Consumer Service Cables


All existing consumer service cables shall be re-connected to the Distribution Box/SMC
Distribution Box by the Contractor. In case existing consumer service connections are to be
replaced with armoured service cables in a given habitation as determined by the Project
Manager, new armoured cable shall be connected to the Distribution Box/SMC Distribution
Box.

5. Replacement of Existing Consumer Service Connections


5.1. Service Connection Types
The applicable service connection types are as follows;
SC Type Connected Load Service Cable Size (cores /
No of Phases / Contract Dmd sqmm)
SP-1 Single Phase / upto 4 kW 2 x 4 mm2
TP-1 Three Phase / upto 4 kW 4 x 4 mm2
TP-2 Three Phase / above 4 kW 4 x 4 mm2

5.2. Service Cable Types


The service cable shall be 1.1 KV grade PVC insulated, PVC sheathed, armoured multicore
strandedaluminium cable as per sizes indicated in above table

5.3. Service Cable Span


Permissible maximum span for service cable shall be 30 m. In isolated cases this limit may be
extended with the approval of Project Manager provided that required ground clearance is
maintained with additional supports where necessary.
Part -2 : Employer’s Requirements 129

Existing service cables shall be replaced with armored service cables only in certain specified
areas which are high theft prone areas. This will be specified by the Project Manger during
execution. No service cable replacements shall be carried out without the approval of Project
Manager.
In this case existing service cables shall be replaced with new armoured cables. Existing un-
armoured service cables shall be removed and returned to Employer warehouse. Any non-
standard supports used as supports for existing service cables shall also be removed.

New armoured service cables shall be drawn from the LT Distribution Box/SMC Distribution
Boxupto the meter board as shown in drawings. The service wire is to be hanged on supportive
GI wire between pole support and the house. 7/3.15 mm (10 SWG) & 7/4.00 mm (8 SWG) GI
wires shall be used for single phase and three phase services respectively.

Before installing service wires and GI wire, GI pipe / MS Angle on the consumer premises is to
be erected using clamps/ nails/proper binding etc. In case of hut or poor structure at consumer
premises, GI pipe is to clamp on wooden planks/wooden structure existing in the house. The GI
pipe should be supported for neutralizing tension by means of GI tie wire support. In
pukka/brickwork/cement concrete foundations, house, GI support pipe is to be clamped by
means of MS clips.

New service cable shall be connected to existing consumer meter terminals or incoming fuse /
MCB / MCCB terminals. Care should be taken not to damage the existing meters in the process.
20mm dia PVC conduit pipes shall be used to take down service cable from the roof to the
meter box along the walls. The service cable shall be drawn inside PVC pipes from roof upto
the meter board.

Terminal cover of the meter or fuses shall be sealed upon connection of new service cable as
arranged with the Employer.

Earth terminal point shall be provided at meter board via bearer GI wire. This point shall be
connected with the proper earthing system through GI wire. 10mm diameter earth knob in form
of bolt and nut is to be installed on energy meter board.

All work required to install service cable from LT Distribution Box/SMC Distribution Boxupto
the meter board shall be carried out as per drawings. This includes GI wire for supporting
service cables from LT Distribution Box/SMC Distribution Boxupto the consumer premises,
MS angle fixed at roof, clamp with bolts nuts and flat iron for fixing GI wire on pole, clamps
Part -2 : Employer’s Requirements 130

for fixing cable to GI wire, PVC conduit pipes and accessories to draw the service cable from
roof upto the meter board.

Contractor
6. Installation of Poles
6.1. Types of pole installation works for ABC conversions
The following types of pole installation works applicable for ABC conversions as per site
requirements specified in the table below;

# Type Site Requirements


1 Installation of new poles • New pole to be used as an intermediate
pole in the existing line to address excessive
spans or other requirements.
• When there is a need to do minor
extensions to the existing line in order to
minimize excessive service cable lengths to
existing consumers.
• To shift existing lines due to safety/
clearance issues.
2 Replacement of existing • To replace existing poles which are
(unusable) poles damaged / corroded and cannot be re-used.
• To replace of existing non-standard line
supports such as temporary structures
including supports embedded in buildings.
3 Re-location of existing poles • To shift existing poles
• To shift existing lines due to safety/
clearance issues
4 Re-alignment of existing • To straighten the poles that are inclined
poles in a particular direction but in re-usable
condition

6.2. Types of poles


For works relating to new poles and replacement of poles, poles according to Employer
specification shall be used.
For works relating to re-location or realignment of existing poles the available existing pole
(any type) may be re-used provided that it is in re-usable condition.

7. Erection of Poles
7.1. Removal of existing poles for re-use or disposal
Part -2 : Employer’s Requirements 131

All unusable poles or non-standard line supports in the existing LT lines shall be removed and
disposed. If the existing pole is removed for re-use adequate measures should be taken not to
damage the pole during removal.

Existing poles shall be removed by pulling the complete pole from the ground; poles shall not
be cut off at the ground line. Pole shall be cleaned and any material attached with the pole
(including concrete) shall be removed. The RCC base plate may be removed and re-used if it is
in re-usable condition.

Pits shall be backfilled and compacted completely with sufficient added backfill piled above
grade to prevent depressions being created by natural compaction.

Contractor shall be responsible for disposal of unusable poles or non-standard line support
structures after taking approval of the Project Manager/ Engineer In- Charge of the Employer.

7.2. Erection of new or existing poles


For 8/8.5 m PCC poles pole pit shall be excavated as per details provided in drawing #
<REC/DDUGJY/GEN/02. Pole shall be placed on the RCC base pad made as per drawing #
REC/DDUGJY/GEN/05A. PCC pole pit shall be refilled with 200 mm average size of boulder
mixed with excavated earth. Proper ramming shall be performed for better compaction. Pole
shall be erected fully vertical and firmly fixed to ground and shall not wobble.

7.3. Erection of poles with concrete foundation


Concrete foundations shall be used to erect terminal / tension poles and poles in water logged
areas or for all locations as instructed by the Project Manager. Details of concrete foundation for
PCC poles are provided in drawing # REC/DDUGJY/GEN/01.

7.4. Re-alignment of existing pole


Existing poles that are inclined in a particular direction shall be re-aligned / straightened by
pulling, providing additional bouldering, concreting and re-compacting as necessary. Upon re-
alignment pole shall be erected fully vertical and firmly fixed to ground and shall not wobble. If
necessary pole may be completely removed and re-installed.

7.5. Earthing of poles


Earthing of poles shall be carried out as per CEA regulations and existing practice of Employer.

7.6. Pole Numbering


Requirements specified in section 3.9 with respect pole numbering shall also be applicable for
new poles or pole replacements indicated in this section.
Part -2 : Employer’s Requirements 132

8. Installation of Stays and Struts


8.1. Installation of Stays (Guys)
Stays shall be installed to nullify tension on poles due to tension of AB cable at terminal, angle,
cut-point and T-off positions. Stays may also be installed at steep gradient locations as required.
Along the straight run stays shall be installed at minimum two locations in 1 km.

If there are no existing stays installed at such locations in the existing line, such poles shall be
identified and included in Schedule-B for installation of new stays. In addition required stays
for proposed new and relocated poles shall also be included.

10 SWG stay wire (7/ 3.15 mm) with 16 mm stay rod shall be used for 11 kV / LT lines. Stay
shall be installed in the opposite direction of resultant force due to AB cable tension in order to
nullify the same.

If the stay wire proves to be hazardous, it should be protected with suitable asbestos pipe filled
with concrete of about 2 m length above the ground level, painted with white and black strips so
that, it may be visible at night.

8.2. Installation of Struts


The struts may be used only in case where stays cannot be installed due to physical obstacles or
limitations. Strut shall be applied in the same direction of resultant force due to AB cable
tension in order to nullify the same.

8.3. Installation of Stays


Stay assembly comprising of turn buckle assembly, anchor rod and plate, stay insulator, thimble
and GI stay wire shall be supplied and installed as indicated in drawing #
EC/DDUGJY/GEN/09B.

In general, the stay should be applied on the pole as close as possible to the load center. The
angle between stay wire and pole shall be between 45o – 60o. Where there are issues obtaining
specified angle due to physical obstacles, bow (outrigger) stay arrangement may be considered
with the approval of the Project Manager. In case of critical space issues, fly stays may also be
considered subject to approval of the Project Manager. (Reference : REC Drawing # G4).

Concreting of stay pit shall be done as shown in drawings except for firm soil where
compacting with necessary aggregates shall be done.

Stay wire shall be properly tightened after installation and allowing sufficient time for setting
concrete. Contractor shall ensure all stays in the existing line are properly tightened including
new and existing stays.
Part -2 : Employer’s Requirements 133

8.4. Installation of Strut pole


Installation of strut pole shall be carried out using 8 m PCC pole and pole brackets as shown in
drawing # REC/DDUGJY/GEN/10. Strut pole shall be installed with the RCC base plate. Angle
between the line and strut pole shall be 450.

9. Re-Connecting Existing Street Lamps to ABC


If there are existing street lamps connected to the bare conductor line, these street lamps shall be
re-connected to ABC line through the street lighting conductor using IPC (for insulated
conductor) and PG clamps (for bare neutral messenger). This work scope is limited to providing
connection to existing street lamps only.

10. Shutdown during execution of works :


The Contractor is required to take shutdown to execute reconductering and all other works
wherever needed. During shut down, safety of system and operating manpower shall be ensured
by Contractor.

Shut down shall be planned with concerned substation incharge well in advance. This may
subject to exigencies leading to cancellation of requisition if situation so desire.Contractor shall
be responsible to take advance action on resource mobilization (men, materials and machine)
well in advance to perform shut down works. Adequate manpower shall be mobilise so as to
take-up the works in parallel at ll supports on given shut-down area. Contractor shall deply well
educated and experience engineer to take care of shut down, eand earthing of lines, check
clearances on completion of works, return shut down and ensure re-energisation of section/part
of line. He shall be available at site for taking shut-down, during execution of works, return of
shut down and re-energisation of line. Safety of working crew shall be looked after by him. He
must be a trained person having requisite experience of shut-down works. He must be well
aware of LT/HT networks and their supply sources.

On completion of work, Contractor shall provide as built GA drawings GPS making of


connected consumers and their type of connection (single/three phase),
domestic/commercial/agriculture etc. and connected loads.
Part -2 : Employer’s Requirements 134

13.8. Construction of New 11 kV Feeders and Associated Works for Separation of Agricultural
Consumers
1. Construction of new 11 kV lines
1.1. Survey
Mapping of routes of proposed 11 KV lines shall be done by GPS survey. While surveying,
existing electrical infrastructure, existing agriculture private tube well (PTW) locations,
capacity and load details shall be mapped during survey.

Upon completion of the survey the Contractor shall provide a survey report with the
following information;
• Single line diagram of the route survey and proposed line alignment details mapped and
provided in a standard mapping software. This should also include information such as
existing electrical infrastructure and PTW information.
• Road and railway crossing points of the proposed 11 kV line shall be marked on the
single line diagram.
• Line sections proposed for 11 kV AB (Ariel Bunched) cables due to vegetation, safety
and forest clearance issues (if applicable) shall be marked on the single line diagram.
Lengths of proposed AB cable line sections shall be indicated.
• Schedule of location wise pumps to be fed through new feeder or alternatively general
consumer distribution transformers to be transferred to new feeder for making dedicated
feeder for agricultural consumers. This schedule should include location / capacity of the
existing distribution transformers to be transferred and location /capacity and load of
agriculture PTWs with reference to the locations of the single line diagram.
• Estimated peak demand on each feeder/s upon implementation and percentage voltage
regulation at farthest point on various spur sections.
• Single line diagram of the 33/11 kV substation indicating of 11 kV outgoing feeder to
connect the new feeder. If existing spare feeder is unavailable list of works to be
performed at the substation to install additional new feeder.
The survey report shall be submitted in a suitable format for uploading to the web portal
and for printing.
The survey report will be used as the basic document for execution of work upon
approval by the Project Manager. Upon completion of work, as built single line diagram
shall be provided with relevant information of the works carried out.
• On the survey drawings Line to line crossing (HT/LT, LT/LT, HT/HT/Railways Crossing
) details to be marked with available clearances.
• Efforts shall be taken to avoid long zig-zag lines and too many line-to-line crossing while
surveying and finalizing route maps/SLD.

1.2. Statutory Clearances


Part -2 : Employer’s Requirements 135

For execution of new 11 KV line construction work, all statutory clearances shall be obtained
by the Contractor coordinating through the Project Manager. These include road crossing
clearances, railway crossing approvals, way leave clearance and any approvals needed from
local authorities, road authorities and other regulatory authorities.All statutory clearances
shall be ensured for ground clearance, line-to-line clearance, road crossing clearance,
horizontal and vertical clearances from buildings/objects etc. All road crossings and line
crossings shall be guarded as per specifications. Conductor joint should not be provided in
mid span length. Instead, it should be nearer to the support.

1.3. Construction of new 11 kV lines


Upon approval from the Project Manger the Contractor shall carry out construction work in
full compliance with the technical instructions, specifications and drawings provided in this
Volume.

1.4. Stringing of conductors / AB cables


Minimum safety clearances shall be maintained in the 11 kV line. Sag tension charts for
installing ACSR conductors or AB cables shall be developed by the Contractor taking into
consideration of conductor / cable characteristics, maximum / minimum temperatures and
design wind pressure as per service conditions.

Based on this, clear guidelines shall be provided to linesmen to ensure ACSR conductors or
bare neutral messenger (for AB cables) are pulled at appropriate tension so that;
(a) Required ground clearances are maintained and
(b) Conductor tension is maintained well below its breaking load at all temperatures.

Dynamometer method or sag method may be used to ensure appropriate tensioning of


conductors / cables during installation. Over tensioning of conductors should be avoided to
ensure its tension does not exceed permissible loading limits at low temperatures. Loose
spans of conductors should be avoided to maintain permissible maximum sag at high
temperatures. Loose spans may only be allowed for short spans in special cases. This applies
when there are practical difficulties to install necessary stays or struts as required at a t-off
point. A short loose span may be used in this case to transfer the stay / strut support point
upstream or downstream of the line.

Stringing of conductors / AB cable shall be done using proper equipment as recommended by


the manufacturer to avoid any damage to the conductor / cable during installation. Temporary
stays or strut poles shall be employed as necessary during stringing operation to ensure safety
of personnel and equipment.
Part -2 : Employer’s Requirements 136

1.5. 11 kV line for underground railway crossing


Detail survey of location of railway crossing shall be carried out by the Contractor to avoid
multi-crossing at nearby location. Prior approval from railway authorities for execution of
this work shall be obtained by the Contractor through the Project Manager. Contractor should
ensure timely completion of work during block period allocated by the railway authority by
mobilizing adequate resources.

2 Nos. separate cables shall be laid in separate HDPE pipe enclosures per crossing. One cable
to be kept as a spare. Horizontal Direct Drilling (HDD) shall be used for installation of cables
below the railway tracks.

1.6. Tree Cutting and Trimming


The Contractor shall count, mark with suitable quality of paint all the trees that are required
to be cut/trimmed to obtain required wayleave clearance. Contractor shall pay compensation
for any loss or damage for tree cutting due to Contractor’s work. If forest clearance is
envisaged for execution of work, clearance of forest department shall be arranged by the
Contractor through the Project Manager.

Installation of Distribution Box/SMC Distribution Boxes for LT lines


3 phase and single phase Distribution Box/SMC Distribution Boxes shall be supplied as per
specifications and installed on poles according to number service connections for LT AB
cable lines. When installing single phase Distribution Box/SMC Distribution Boxes they
shall be connected to alternate phases of the AB cable in order to obtain adequate level of
load balancing.

2. Extension of Substation Control Room Building


Extension of substation control room building shall be carried out as per instructions of the
Project Manger to provide additional space for new outgoing feeder panels if required.
This work shall be carried out as instructed by the Project Manager under the supervision of
civil engineer / technical officer appointed by him. The Contractor shall be responsible to
ensure building is extended in the same manner as existing building. The Contractor shall be
responsible to provide necessary measures to ensure substation control operations are carried
out without disruption during the construction period.
Part -2 : Employer’s Requirements 137

13.9. Underground Cabling


1. Survey

The detailed survey shall be carried out for the approved feeders/spur lines by the Contractor and
submitted for Employer’sapproval. The Successful Tenderer shall carry out radar survey of the
route using Ground penetrating Radar and determine route profile of any other utility cables,
pipes etc along the route. The route survey and drilling profile shall be got approved and
finalized by the Engineer-in-Charge prior to commencement of the drilling, HDPE pipe insertion
and cable insertion.

2. The scope includes :


• Laying of underground 33 KV, XLPE HT Cable (3Cx300 sqmm)
• Laying of underground 11KV, XLPE HT Cable (3Cx185 sqmm)
• Laying of underground 1.1 KV, XLPE, LT Power Cable (3.5Cx240-204.79KM, 3.5Cx 150-
227.39KM, 3.5Cx25 sqmm-44.74KM, 1Cx630 Sqmm -1.8KM and 1Cx400 sqmm-2.4KM)
• Laying of underground 1.1 KV, PVC, LT armoured Power Cable for Street Light (4Cx25
sqmm)
• Laying of underground 1.1 KV,PVC, LT armoured Service Power Cable (4Cx10 sqmm -
56KM, 2Cx10 sqmm - 247KM)

3. Horizontal Direction Drilling


3.1. HDD or Horizontal Directional Drilling is a trenchless boring method for installing underground
cables, pipes and conduits in a shallow curve along a prescribed bore path with the use of a
surface-launched rig / machine, which minimises the disruption of th surrounding area, for
example, roads and driveways. The laying of U/G cables shall normally be done direct in ground
through trenchless boring by using HDPE pipes. However in exceptional circumstances the
cables may have to be laid in covered trenches or in racks fixed to the walls or supported from
the ceilings. The scope shall cover supply of all the material as per the BOQ, erection
equipments, labour and all the other items required for the laying of the power cables. The cable
route markers, at a maximum distance of 200 mtrs, and danger boards shall be provided for the
information of all concerned and for their safety. Any additional requirement in terms of safety
perspective shall be provided by the Contractor without any extra cost. It is the responsibility of
the Contractor to maintain the required statutory clearances from other utility services. Any
damage caused to any utility services/ human life / public property etc shall be the sole
responsibility of the Contractor. The Contractor will lay the underground power cable in such a
fashion that no straight through joints are required and only end terminations joints are required,
however wherever the joints are required in HT cable then the same shall be carried out overhead
on PCC poles structure. In exceptional circumstances such as where length of line is more than
the standard cable length in drum and overhead jointing is not possible then straight through
joints will be allowed. The Contractor shall have ISO 9001-2008/18001-2007
Part -2 : Employer’s Requirements 138

3.2. The Horizontal drilling shall be for a distance of not less than 90 mts at each stretch and
subsequently thereafter. The reinstatement of road dug up for drilling at every 90 mts shall be
incorporated in the price for Horizontal Directional Drilling.
3.3. Disposal of extra excavated material such as mud, slurry, stones etc shall be also included in the
rate per meter of horizontal drilling and shall not be charged extra.
3.4. The trenchless technology shall be used with HDPE casing for the portion of the cable route such
as road, railway, nullah crossing and without HDPE casing for major portion of the cable route.
The outer diameter of the HDPE pipe shall be suitable for insertion in an 8” diameter
horizontally drilled bore. The HDPE pipe shall be of PE 80 grade with pressure rating PN4
conforming to IS 4984/1995 and shall have wall thickness of 6.20 to 7.10 mm. The HDPE pipes
shall be joined by using Butt welding and a 7/20 G.I wire shall be provided along the entire
length of each pipe duct.
3.5. The directional drilling equipment shall consist of a directional drilling rig of sufficient capacity
to perform the bore and pull back the pipe/cable, a drilling fluid mixing, delivery, and recovery
system of sufficient capacity to successfully complete the installation, a drilling fluid recycling
system to remove solids from the drilling fluid so that the fluid can be reused (if required), a
magnetic guidance system or walk over system to accurately guide boring operations, a vacuum
truck of sufficient capacity to handle the drilling fluid volume, and trained and competent
personnel to operate the system. All equipment shall be in good, safe condition with sufficient
supplies, materials and spare parts on hand to maintain the system in good working order for the
duration of this project.
3.6. The directional drilling machine shall consist of a hydraulically powered system to rotate and
push hollow drilling pipe into the ground at a variable angle while delivering a pressurized fluid
mixture to a guidable drill (bore) head. The machine shall be anchored to the ground to withstand
the bulling, pushing and rotating pressure required to complete the installation. The hydraulic
power system shall be self-contained with sufficient pressure and volume to power drilling
operations. Hydraulic system shall be free of leaks. Rig shall have a system to monitor and
record maximum pullback pressure during pullback operations.
3.7. There shall be a system to detect electrical current from the drill string and an audible alarm
which automatically sounds when an electrical current is detected.
3.8. The drill head shall be steerable by changing its rotation and shall provide necessary cutting
surfaces and drilling fluid jets.
3.9. Mud motors shall be of adequate power to turn the required drilling tools.
3.10. Drill Pipe shall be constructed of high quality 4130 seamless tubing, grade D or better, with
threaded box and pins. Tool joints should be hardened to 32-36 RC.

4. Accessories
4.1. This being a Turnkey contract, successful installation, commissioning & integration with
existing system, of those equipment/accessories/material not specifically mentioned in the
Part -2 : Employer’s Requirements 139

specifications, shall be the responsibility of Contractor. No extra payment shall be made for these
inherent works.
4.2. He shall also supply all other associated equipment/ material/accessories not specifically
mentioned in this tender specification but are required for successful and trouble free operation
of the executed work as a whole. For that no extra payment shall be made to the Contractor.

5. Technical Standards
5.1. The electrical equipments and materials required during erection should be of high standard.
Technical features of these equipments and materials must conform to the technical specification
given in this bidding document. Wherever the same is not specified, it must conform to the
relevant I.S for that material.
5.2. Materials conforming to other international standards, which ensure equal or higher quality than
the standards mentioned above, shall also be acceptable. In case the bidders who wish to offer
materials conforming to other standards, salient points of difference between standards adopted
and specific standards shall be clearly brought out in the respective schedule. Four copies of such
standards with authentic English version shall be furnished along with the offer.
5.3. Whenever a material or an article is specified or described by the name of a particular brand,
manufacturer or trade mark, the specific item shall be understood as establishing type, function
and quality desired. Products of other manufacturers may also be considered, provided sufficient
information is furnished, so as to enable the Employer to determine that the products are
equivalent to those mentioned.
5.4. Materials supplied/used shall conform in all respects to the relevant Indian Standard
Specification with latest amendments there to.

Title IS No.
1. Cement IS 269
2. Steel IS 6003/1970
3. Fasteners IS 6639/1972
4. Concrete mix IS 1343
5. RCC IS 456
6. Cable laying and jointing IS 1255
Installation work pertaining to equipment, cable laying etc should be in accordance with the
applicable standards, safety codes etc.

6. Site Storage/ Transportation


6.1. It shall be the responsibility of the Contractor to store, move/transport from stores/storage yard
etc., relevant items and accessories to the place of installation wherever necessary he will
assemble all parts of equipment. In accordance with the specific installation instructions as
directed by Site Engineer.
6.2. The stores should be dismantled and site cleared after the work is completed
Part -2 : Employer’s Requirements 140

7. Erection, Testing and Commissioning


7.1. All the works covered under the scope of the tender shall be done in accordance with the norms
defined by the Employer, unless the same is not specifically defined in the specification or with
the provisions of Indian Electricity Rules/Acts/Other Government Rules/Regulations as
prevalent at the time of execution of the job/work.
7.2. Installation shall be carried out strictly in accordance with the approved drawings Modifications,
if any, required to suit site conditions, shall be carried out only with the prior approval of the Site
Engineer. All such changes shall be incorporated in “As built” drawings to be furnished by the
Contractor.
7.3. Responsibility for successful installation of other equipment accessories, purchased but not
mentioned specifically above, and their commissioning shall be on Contractor. For all such items
the Contractor shall be supplying all material and equipment required to accomplish the job
complete in all respect.
7.4. Installation work pertaining to equipment, cable laying etc should be in accordance with the
applicable standards, safety codes etc.
7.5. The Contractors shall themselves be responsible for timely arrangement/ procurement of all the
raw materials required for the manufacture of all tendered items by them/ their and / or by their
vendors.
7.6. While Repairing & Replacing the equipment, if any other equipment gets damaged due to
negligent handling of the Contractor the same shall be replaced by the Contractor at his cost to
the Employer satisfaction.
7.7. He shall be responsible for dismantling of defective equipments, there proper handling and
shifting.
7.8. Also he shall hand over the old & dismantled equipments/ material to the purchaser’s local stores
or other sites as per instructions of the purchaser for which no extra payment shall be made.
7.9. All charges on account of damages/losses/claims/thefts etc. involved under the conditions laid
down above shall be borne by the Contractor. It’s cost shall be recovered from his bills /security
deposits /other assets.
7.10. In order to avoid hazards to personnel moving around, the equipment such as Transformer,
Capacitor Banks, Switchgears etc. if required to be kept charged after installation till their
commissioning, shall be cordoned off by suitable barriers to prevent accidental injury to
personnel moving around.
7.11. Where the equipments/ assemblies are supplied in more than one part, the Contractor shall
make all necessary mechanical and electrical connections between the sections. The Contractor
shall also do necessary adjustment in the alignments required for its proper operation.
7.12. Care shall be taken in handling instruments relays and other delicate devices where instruments
and relays are supplied separately they shall be mounted only after the associated switch
gear/control panels are erected and aligned.
Part -2 : Employer’s Requirements 141

7.13. Precaution: The Contractor shall exercise all possible care to avoid damage to public utilities
e.g. water/ sewage pipes telephone and power lines/cable already existing. In case of any
accidental damage during the work, the Contractor shall be responsible to repair/replace the same
at his own cost, and shall ensure that the purchaser is not put to any loss.
7.14. The Contractor shall have to provide proper lighting, barricading, signboards etc. at the work
site as a necessary precautionary arrangement to avoid accident/ damage/ losses to the public
/utilities/properties.
7.15. Site Solution: It may be possible due to some reasons or others that it would not be possible to
work as per the procedure. In such case/cases, the solution to the problem shall be achieved by
the purchaser with the consultation of Contractor, and the Contractor shall work as per procedure
proposed by the purchaser. Such cases shall in variably be informed to the engineer of the
contract for which no extra payments shall be made.
7.16. Space Constraints: While executing the job it is quite possible that some of the specified work
may not be carried out due to space/land/ other technical constraints etc. In such case the
concerned Employer, if required, may divert this work at some other site or cancel the left over
portions of work.
7.17. The Contractor shall ensure that the equipment under erection as well as the work area and the
site are kept clean to the satisfaction of the Engineer. In case, the Engineer is not satisfied about
the cleanliness he will have the right to carry out the cleaning operations and expenditure
incurred in this regard will be to Contractor’s account. Packing cases and packing materials shall
be promptly cleared from sites.

1.1. MATERIALS TO BE SUPPLIED BY THE CONTRACTOR:-


1. Cement, Sand, Stone, and Crusher, metal, gravels and morrum.
2. DP/NP/PP/CIP Including supply of G.I. Nut Bolts and Barbered wire for fixing of anti-
climbing devices complete.
3. Coke, Salt and G.I. wire and all earthing requirements.
4. Heavy duty G.I. Earthing pipe 32 mm dia, 3 mtr. Long and 50x6 mm. G.I. Flat with nut-bolt for
pipe type earthing and G.S.S. Wire, Lugs, Bolts, Nuts etc for CP type earthing as per specification.
5. Any other materials which shall be required to complete the work satisfactorily in all respects
and not specified in above for supply of materials by the Employer.
6. Steel bars required for reinforcement.
Part -2 : Employer’s Requirements 142

13.10. Plinth Mounted Distribution Substations

1.0 SCOPE
The specification covers the design, engineering, manufacture, stage inspection, testing, pre-
delivery inspection, supply, delivery, loading, unloading and performance requirements of 11/0.433
KV non-sealed type aluminum and copper wound distribution transformers for outdoor use. The
transformers shall be double wound, three phase, oil immersed with ONAN cooling. The rating
required under this specification is 500 KVA with copper windings.

The equipment offered should have been successfully type tested within five years from date of
tender and the designs should have been in satisfactory operation for a period not less than three
years as on the date of bid opening. Compliance shall be demonstrated by submitting with the bid,
(i) authenticated copies of the type test reports and (ii) performance certificates from the users,
specifically from Central Govt./ State Govt. or their undertakings.

The scope of supply should also include the provision of type tests on random samples if desired by
the purchaser. In this case the bidder has to bear the charges for conducting such type tests at CPRI
or National Govt. approved Laboratory.

The transformer shall conform in all respects to highest standards of engineering, design,
workmanship, this specification and the latest revisions of relevant standards at the time of offer
and the Purchaser shall have the power to reject any work or material, which, in his judgment, is not
in full accordance therewith.

2.0 CODES & STANDARDS


Except where modified by this specification, the transformers shall be designed, manufactured and
tested in accordance with the latest editions of the following standards. The Bidder may propose
alternative standards, provided it is demonstrated that they give a degree of quality and performance
equivalent to or better than the referenced standards. Whether to accept or reject any alternative
standard shall be adjudged by the Purchaser. The Bidder shall furnish a copy of the alternative
standard proposed along with the bid. If the alternative standard is in a language other than English,
an English translation shall be submitted with the standard. In the case of conflict the order of
precedence shall be 1) IEC or ISO Standards, 2) Indian Standards, 3) other alternative standards.
Part -2 : Employer’s Requirements 143

IEC/ISO Indian Standard Subject


IEC 71 Insulation Coordination
IEC 76 IS 2026 Power Transformers
IS 1180 Outdoor Three Phase Distribution Transformers up to
500 KVA, 11/ 0.433 KV, Non- Sealed Type
IEC 137 IS 2099 Bushing for Alternating Voltages above 1000V
IEC 156 Method of determining Electric Strength of Insulating
Oils.
IEC 296 IS 335 Specification for Unused Mineral Insulating Oils for
Transformers and Switchgear
IS 6792 Method of determination of electric strength of
insulating oils.
IEC 354 IS 6600 Loading Guide for oil immersed Transformers
IEC 437 Radio Influence Voltage Measurement
IEC 551 Determination of Transformer and Reactor Sound
Levels.
IEC 616 Terminal and Tapping markings for power
transformers.
IEC 722 Guide to the Lightning and Switching impulse testing
of Power Transformers and Reactors
ISO 1460/BS 729 Galvanizing

This list is not to be considered exhaustive and reference to a particular standard or


recommendation in this specification does not relieve the Supplier of the necessity of providing the
goods complying with other relevant standards or recommendations.

3.0 SERVICE CONDITIONS


The service conditions shall be as follows:
• maximum altitude above sea level - 1,000m
• maximum ambient air temperature - 50° C
• maximum daily average ambient air temperature - 35° C
• minimum ambient air temperature - 5° C
• maximum temperature attainable by an object exposed to the sun - 60 ° C
• maximum yearly weighted average ambient temperature - 32° C
• maximum relative humidity - 100%
• average number of thunderstorm days per annum (isokeraunic level) - 70
• average number of rainy days per annum - 120
• average annual rainfall - 1500 mm
• maximum wind pressure - 260Kg / m2
Part -2 : Employer’s Requirements 144

Environmentally, the region where the equipment will be installed includes coastal areas, subject to
high relative humidity, which can give rise to condensation. Onshore winds will frequently be salt
laden. On occasions, the combination of salt and condensation may create pollution conditions for
outdoor insulators.
Therefore, outdoor material and equipment shall be designed and protected for use in exposed,
heavily polluted, salty, corrosive, tropical and humid coastal atmosphere.

4.0 SYSTEM CONDITIONS:


The equipment shall be suitable for installation in supply systems of the following characteristics.
Frequency -50 Hz ± 5%
Nominal system voltages 11 KV System -11 KV
LV System - 433/250 V
Maximum system voltages 11 KV System - 12 KV
LV System - 476 V
Minimum LV voltage (NEC) - 392 V
Nominal short circuit apparent power of 11 KV System - 500 MVA (IS: 2026)
Insulation levels
1.2/50 μ sec impulse withstand 11 KV System - 75KV peak (IS:2026)

Power frequency one minute withstand 11 KV System - 28 KV (rms)


(wet and dry) LV System - 3 KV (rms)
Neutral earthing arrangements: LV System - Solidly earthed

PART 2: TECHNICAL
SPECIFIC TECHNICAL REQUIREMENTS
1 Rated KVA (ONAN rating) 500 KVA, 11/
0.433 KV
2 No. of phases 3
3 Type of installation Outdoor
4 Frequency 50 Hz (± 5% )
5 Cooling medium Insulating Oil
(ONAN)
6 Type of mounting for 500 KVA on
Wheels, Mounted
on rails.
7 Rated voltage
a) High voltage winding 11 KV
Part -2 : Employer’s Requirements 145

b) Low voltage winding 0.433 KV


8 Highest continuous system voltage
a) Maximum system voltage ratio (HV/ LV ) 12 KV / 0.476 KV
b) Rated voltage ratio (HV / LV ) 11 KV / 0.433 KV
9 No. of windings Two winding
Transformers
1 Type of cooling ONAN ( Oil
0 natural / Air
natural )
1 KVA Rating corresponding to ONAN 100%
1 cooling system
1 Method of connection:
2
HV: Delta
LV: Star
1 Connection symbol DYN 11
3
1 System earthing Neutral of LV side
4 to be solidly
earthed.
1 Percentage impedance voltage on normal tap and KVA base at 750 C % Impedance +
5 corresponding to HV/ LV rating and applicable Tolerance %
tolerances (Negative tolerance will not be allowed):
5.0 + 10% (No
Negative
Tolerance)
1 Intended regular cyclic overloading of windings As per IEC –76-1,
6 Clause 4.2
1 a) Anticipated unbalanced loading Around 10%
7
b) Anticipated continuous loading of windings (HV / LV) 110 % of rated
current
1 a) Type of tap changer Off-load tap
8 changer
b) Range of taping + 2.5% to – 7.5%
in 5 equal steps of
2.5% each on HV
winding
1 Neutral terminal to be brought out On LV side only
Part -2 : Employer’s Requirements 146

9
2 Over Voltage operating capability and 112.5 % of rated
0 duration voltage
(continuous)
2 Maximum Flux Density in any part of the core and yoke at rated KVA, 1.5 Tesla
1 rated voltage i.e. 11 KV / 0.433 KV and system frequency of 50 HZ

2 Insulation levels for windings :-


2
a) 1.2 / 50 microsecond wave shape Impulse HV: 28 LV: N.A.
withstand (KVP)
b) Power frequency voltage withstand (KV- rms) HV: 28 LV: 03

2 Type of winding insulation


3
a) HV winding Uniform
b) LV winding Uniform
2 Withstand time for three phase short 2 Seconds
4 circuit
2 Noise level at rated voltage and frequency As per NEMA
5 Publication No.
TR-1
2 Permissible Temperature Rise over ambient temperature of 500C
6
a) Of top oil measured by thermometer. 350C
b) Of winding measured by resistance. 400C
2 Minimum HV clearances in air (mm) :-
7
a) Phase to Phase 280
b) Phase to ground 140
2 Terminals
8
a) HV winding line end 12 KV oil filled
porcelain
communicating
type of bushings (
Antifog type )
b) LV winding 0.433 KV
porcelain type of
Part -2 : Employer’s Requirements 147

bushings
(Antifog type)
2 Insulation level of bushing HV LV
9
a) Lightning Impulse withstand (KVP) 75 Not applicable
b) 1 Minute Power Frequency withstand 28 3
voltage (KV –rms )
c) Creepage distance (mm) (minimum) 25 mm/ KV
3 Material of HV & LV Conductor Electrolytic
0 Copper for 500
KVA
3 Maximum current density for HV and LV 1.4 Amp/ mm2 for
1 winding for rated current Aluminum
windings and 2.4
Amp/ mm2 for
Copper windings.
3 Polarisation index i.e ratio of megger values at 600 sec. to 60 sec for HV Shall be greater
2 to earth, L.V to earth and HV to LV. than or equal to 1.5,
but less than or
equal to ‘5’.
3 Core Assembly Boltless type
3
3 Maximum permissible No Load and Load 500 KVA
4 Losses (Watts)
a) No Load Losses at rated voltage and rated - 950
frequency
b) Load Losses at rated current and at 750 C - 6500

5.0 TYPE OF TRANSFORMER


The transformers shall be of core type construction, double wound, three phase, oil immersed,
11/0.433KV, 50 Hz with natural oil and air cooling (ONAN) to be used as step down transformers
for outdoor use. The design of the tank, fittings, bushings, etc shall be such that it will not be
necessary to keep the transformer energized to prevent deterioration as the transformers may be
held in reserve, outdoors, for many years.

6.0 PERFORMANCE , CAPACITY AND SHORT CIRCUIT RATINGS


The following ratings are covered under this specification
Part -2 : Employer’s Requirements 148

• 500 KVA, 11/0.433 KV, Copper wound

The transformer shall be capable of supplying a continuous load equal to its KVA rating, under the
following conditions:
• continuous steady load;
• design at maximum ambient air temperature of 500C;
• 400 C average winding temperature rise and 350C top oil temperature rise for conventional
breathing transformers.

The transformer may be overloaded during emergency up to 150% of its continuous rating in
accordance with IEC Publication 354 or IS: 6600. Bushings and other current-carrying parts shall
also be designed for this condition.

The transformer shall be capable of withstanding for two seconds without damage to any external
short circuit, with the short circuit MVA available at the terminals of either winding with rated
voltage on the other winding. If short circuit tests have been carried out on the particular design of
transformer offered, the test results shall be supplied with the bid.

The thermal ability to withstand short circuit shall be demonstrated by calculation.

The transformer shall be capable of withstanding the thermal and dynamic effects of short circuits,
as specified in IEC 76-5 or IS: 2026: Ability to withstand short circuits.

The maximum flux density in any part of the core and yoke at rated KVA, Voltage and frequency
shall not exceed 1.5 Tesla.

7.0 VOLTAGE RATIO & TAPPING RANGE

The transformers shall have the following ratio:-


• the nominal voltage ratio shall be 11,000/ 433 V for 500 KVA transformers;
• Tolerance on the voltage ratio shall be ± 0.5%.
• For transformers of ratings 500 KVA, 11/0.433 KV, Taps shall be provided on the H.V.
Windings for voltage variation from tap-1 (+2.5%) to tap-5 (- 7.5%) in equal steps of 2.5 %. Tap
No-2 shall be the principal (normal) tap.
Part -2 : Employer’s Requirements 149

The bidder shall state in the technical schedule, the percentage regulation at full load, power factor
1.0 and at full load, power factor 0.8 lagging.
Transformers shall be suitable for parallel operation with each other.
8.0 PERCENTAGE IMPEDANCE
The Percentage of Impedance at 75ºC shall be 5% for 500 KVA transformer with positive tolerance
of 10%. No negative tolerance on percentage Impedance is allowed.
9.0 LOSSES
The No Load and Load Losses shall not exceed the values given below:-

KVA Rating Maximum No Load loss in Maximum Full Load


Watts loss in Watts at
75ºC.
500 KVA 950 6500

The above losses are maximum allowable and there should not be any positive tolerance.

The offered transformer(s) should have been type-tested at CPRI/ National Govt. approved
laboratory. The bid shall be accompanied with type-test reports (short circuit test and Impulse test)
conducted at Central Power Research Institute / National Govt. approved laboratory for the offered
transformers within five years from date of tender. The short circuit test report(s) must contain the
measured no load loss and load loss, determined by CPRI/ National Govt. approved laboratory.
In case of any doubts, <EMPLOYER> reserves the right to verify the original type test reports of
CPRI/ National Govt. approved Laboratory or ask the supplier to conduct the type tests at CPRI/
National Govt. approved Laboratory at his (supplier’s) cost for re-confirmation of the test results
particularly no load losses, load losses and percentage impedance. Bids without type test reports
shall not be considered for evaluation.

If the bidder quotes lower values of losses than the CPRI’s measured losses, he has to prove the
same by conducting the Impulse & short Circuit tests at CPRI/ National Govt. approved laboratory
along with measurement of no load losses and load losses at his own cost in presence of
EMPLOYER’ s authorized representative without any financial liability to EMPLOYER.

However, if the loss figures will exceed the stipulated values as per specification, the transformer(s)
shall be out rightly rejected.
Part -2 : Employer’s Requirements 150

10.0 VECTOR GROUP


The transformers shall be connected delta-star, in accordance with vector group reference Dyn11 of
IEC - 76/ IS - 2026.

The LV neutral shall be brought out to a terminal bushing, which shall be identical to the phase
bushings in all respects.

11.0 LOSSES AND CAPITALISATION


Transformers would be out rightly rejected if losses exceed the values indicated at clause-10 above.

12.0 FLUX DENSITY


The flux density at rated voltage & rated frequency shall not exceed. 1.50 Tesla. The transformer
must be capable of operating at 10% over voltage and at frequency of 48.5 Hz without saturation.

13.0 INSULATION LEVELS


The insulation levels as defined in IEC 76-C/ IS: 2026 Insulation levels and dielectric test shall
apply as per Table.
HV Winding LV Winding
Basic Impulse voltage Level (KVp) (1.2/50 micro. sec. 75 Not Applicable
Wave )
Power Frequency voltage withstand level, Wet and Dry 28 3
(KV)

14.0 NOISE LEVEL


The average noise level of the transformers shall not exceed 51db. The measurement shall be
carried out in accordance with IEC 551 at a distance of 300mm from the envelope of the
transformer.

15.0 RADIO INFLUENCE VOLTAGE


The maximum radio influence voltage shall be 250μ V, measured as specified in IEC 437.

16.0 CORE AND WINDINGS


Core
Part -2 : Employer’s Requirements 151

• Stage level inspection for core construction shall be carried out by the Employer.
• Each lamination shall be insulated such that it will not deteriorate due to mechanical pressure
and the action of hot transformer oil.
• The core shall be constructed from high grade, non-ageing, Cold Rolled Grain Oriented silicon
steel laminations (CRGO or M3 or better) only. No other core materials shall be entertained.
Bidders are requested to note that only PRIME CORE materials are to be used. In no case, second
grade core material is to be used. The bids should contain copies of invoices towards purchase of
core laminations along with test certificates and curves of specific core loss of the laminations
proposed to be used.

The purchaser at his discretion, may select samples from the core laminations and get the same
tested in CPRI/ Approved National Govt. Laboratory to prove the quality of the core material.
• For the above purpose, the supplier shall have to offer every batch of core laminations received
from his Sub-Vendor along with Invoice of the sub-vendor, Mills test certificate, packing list, Bill
of lading, Bill of entry certificate to customs etc. towards proof of prime core materials for
verification by the Purchaser’s representative without any cost to the Purchaser. Besides, the
Contractor must mention in his bid about the type of CRGO lamination to be utilized for the offered
transformers along with a copy of the specific core loss curve at different flux densities.
• Core materials should be directly procured either from the manufacturer or through their
accredited marketing organization of repute, but not through any agent. The core and winding shall
be capable of withstanding shocks during transport, installation and service. Provision shall be
made to prevent movement of the core and windings relative to the tank during these conditions and
also during short circuits.
• The design shall avoid the presence of pockets which would prevent the complete emptying of
the tank through the drain valve. The core material offered in the tender to be checked for its
correctness before core coil assembly. For this, the tenderer must ask for core and coil inspection
before its tanking.
• The laminations shall be free of all burrs and sharp projections. Each sheet shall have an
insulting coating resistant to the action of hot oil.
• The insulation structure for the core to bolts and core to clamp plates, shall be such as to
withstand 2000 V DC voltage for one minute.
• The completed core and coil shall be so assembled that the axis and the plane of the outer
surface of the core assemble shall not deviate from the vertical plane by more than 25mm.
• All steel sections used for supporting the core shall be thoroughly shot or sand blasted, after
cutting, drilling and welding.
• The finally assembled core with all the clamping structures shall be free from deformation and
shall not vibrate during operation.
• The core clamping structure shall be designed to minimize eddy current loss.
• The framework and clamping arrangements shall be securely earthed.
Part -2 : Employer’s Requirements 152

• The core shall be carefully assembled and rigidly clamped to ensure adequate mechanical
strength.
• Oil ducts shall be provided, where necessary, to ensure adequate cooling inside the core. The
welding structure and major insulation shall not obstruct the free flow of oil through such ducts.
• The design of magnetic circuit shall be such as to avoid static discharges, development of short
circuit paths within itself or to the earth clamping structure and production of flux component at
right angle to the plane of the lamination, which may cause local heating. The supporting
framework of the cores shall be so designed as to avoid the presence of pockets, which would
prevent complete emptying of the tank through the drain valve or cause trapping of air during
filling.
• The construction is to be of boltless core type. The core shall be provided with lugs suitable for
lifting the complete core and coil assembly. The core and coil assembly shall be so fixed in the tank
that shifting will not occur during transport or short circuits.

INTERNAL EARTHING
• All internal metal parts of the transformer, with the exception of individual laminations and
their individual clamping plates shall be earthed.
• The top clamping structure shall be connected to the tank by a copper strap. The bottom
clamping structure shall be earthed by one or more the following methods:

a) By connection through vertical tie-rods to the top structure.


b) By direct metal to metal contact with the tank base.
c) By a connection to the structure on the same side of the core as the main earth connection to the
tank.
• The magnetic circuit shall be connected to the clamping structure at one point only and this
shall be brought out of the top cover of the transformer tank through a suitably rated insulator. A
disconnecting link shall be provided on transformer tank to facilitate disconnections from ground
for IR measurement purpose.
• Coil clamping rings of metal at earth potential shall be connected to the adjacent core clamping
structure on the same side as the main earth connections.

Windings
• Winding shall be subjected to a shrinking and seasoning process, so that no further shrinkage
occurs during service. Adjustable devices shall be provided for taking up possible shrinkage in
service.
• All low voltage windings for use in the circular coil concentric winding shall be wound on a
performed insulating cylinder for mechanical protection of the winding in handling and placing
around the core.
Part -2 : Employer’s Requirements 153

• Winding shall not contain sharp bends which might damage the insulation or produce high
dielectric stresses. No strip conductor wound on edge shall have width exceeding six times the
thickness.
• The winding insulation shall be free from insulating compounds which are liable to soften,
ooze out, shrink or collapse. It shall be non catalytic and chemically inert in hot transformer oil
during normal service.
• The stacks of windings are to receive adequate shrinkage treatment.
• The windings and connections are to be braced to withstand shocks during transport, switching,
short circuit or other transient conditions.
• Permanent current carrying joints in the windings and leads shall be welded or brazed.
Clamping bolts for current carrying parts inside oil shall be made of oil resistant material which
shall not be affected by acidity in the oil steel bolts, if used, shall be suitably treated.
• Terminals of all windings shall be brought out of the tank through bushings for external
connections.
• The windings shall be uniformly insulated and the L.V neutral points shall be insulated for full
voltage.
• The completed core and coil assemble shall be dried in vacuum at not more than 0.5mm of
mercury absolute pressure and shall be immediately impregnated with oil after the drying process to
ensure the elimination of air and moisture within the insulation. Vacuum may be applied in either
vacuum over or in the transformer tank.
• The winding shall be so designed that all coil assembles of identical voltage ratings shall be
interchangeable and field repairs to the winding can be made readily without special equipment.
The coils shall have high dielectric strength.
• Coils shall be made of continuous smooth high grade electrolytic copper or aluminium
conductor shaped and braced to provide for expansion and contraction due to temperature changes.
• Adequate barriers shall be provided between coils and core and between high and low voltage
coil. End turn shall have additional protection against abnormal line disturbances
• The insulation of winding shall be designed to withstand voltage stress arising from surge in
transmission lines due to atmospheric or transient conditions caused by switching etc
• Tapping shall not be brought out from inside the coil or from intermediate turns and shall be so
arranged as to preserve as far as possible magnetic balance of transformer at all voltage ratios.
• Magnitude of impulse surges transferred from HV to LV windings by electromagnetic
induction and capacitance coupling shall be limited to BIL of LV winding.
• The winding conductor shall be of Al. up to 250 KVA transformers and copper for 500 KVA
Transformers. The current density shall not exceed 1.4 Amp/ mm2 for aluminium and 2.4 Amp/
mm2 for copper at normal full load current.

17.0 BUSHINGS AND TERMINATIONS


Part -2 : Employer’s Requirements 154

Bushings
• Bushings shall be of the outdoor type and easily replaceable. Cemented in types will not be
accepted. They shall be sufficiently robust to withstand normal transport and erection hazards and
shall confirm to IEC 137 /IS 3347 and 2099.
• All bushings shall have a minimum creepage distance of 25 mm /KV and shall have a
continuous rating of 200% of the transformer rating. The protected creepage distance shall not be
less than 50% of the total.

The following minimum 11 KV clearance shall be provided:


External (Air) for 11
KV
Phase to phase 280 mm
Phase to earth 140 mm

• The 11 KV bushings of transformers shall be provided with a bi-metallic terminal connector or


suitable device to receive 55 –100 mm2 AAAC or ACSR conductor directly without any bimetallic
action.
• The secondary bushings of transformers shall be fitted with non ferrous threaded terminals.
With the exception of brass the terminals shall be protected from atmospheric deterioration by
suitable tinning or by some other approved coating.
• The terminals are to be supplied with one 16mm bolt, one conic spring washer, one matching
flat washer, one nut and one lock nut for each hole in the terminal plate.
• HV Bushing stud shall be not less than 12 mm dia for 250KVA & 500KVA with HV side
terminal connectors & LV Bushing stud shall be not less than 32 mm dia for 500KVA & 20 mm dia
for 250KVA with Palm terminal connectors (For LV studs)

Bushing Labels
• The HV bushings shall be labeled U, V and W and the LV bushing u, v, w and n. Marking
letters shall be at least 12 mm high. The means of marking shall be either,
v engraved metal plate; or
v etched anodized aluminum.
Phase identification by adhesive stickers shall not be acceptable.
• If labeling is to be carried out on the tank, it is preferred that one plate be used rather than
individual markings for each phase, in order to prevent incorrect phase markings. Labels shall
conform to the requirements of the section on labels in this specification.

Earthing Terminals
Part -2 : Employer’s Requirements 155

All transformers shall be provided with two earthing terminals conforming to relevant Standards
and M12 ISO metric bolt and nut which shall be non ferrous. It shall include a spring washer and
lock washer.
18.0 LIGHTNING ARRESTORS
9 KV, 5KA metal oxide lightning arresters of reputed make conforming to IS-3070 Part- III, one
number per phase shall be provided.(Under the HV bushing with GI earth strip 25x4 mm connected
to the body of the transformer with robust clamping arrangement). Lightening arrestors with
polymer insulators in conformance with relevant IEC can also be used.
19.0 TANK FABRICATION
All transformer sizes, the tank shall be of bolted type construction in accordance with IS 1180 (Part
2).
• The tank shall be at atmospheric pressure at an internal temperature of 100 C;
• The tank shall be designed for an internal pressure of 100 Kg/ m2 at 500 C ambient conditions.
It shall be capable of withstanding an unlimited number of 24 hours cyclic variations of internal
pressure from atmospheric to this value.
• The tenderer shall state the top oil temperature at which the tank internal pressure shall reach
the value of 100 kN/ m2 and the value of steady load which will result in this top oil temperature
with an ambient temperature of 450 C.
• Adequate space shall be provided at the bottom of the tank for collection of sediments.
Transformer tanks of all types shall be designed so that the completed transformer can be lifted and
transported without permanent deformation or oil leakage. Stiffeners provided on all the four side
walls for rigidity should be so designed that there is no accumulation of water.

The Tank shall be of rectangular shape with round edges fabricated from tested quality mild steel
plates with minimum thickness of 3.15 mm. for the side walls while top cover and the bottom plate
of the tank shall have a minimum thickness of 5 mm. The transformer tank and the top cover shall
be designed in such a manner as to leave no external pockets in which water can log, or any internal
pocket where air/ gas can accumulate.

All sealing washers / gaskets shall be made of oil and heat resistant neoprene rubber or neoprene
bonded cork seals suitable for temperature as stipulated in this specification. Surfaces at gasketted
joints shall be such that an even face is presented to gasket, thereby eliminating the necessity for the
gasket to take up surface irregularities.

All pipes, radiators, stiffeners or corrugations which are welded to the tank wall shall be welded
externally and shall be double welded wherever possible. All welds shall be stress relieved.
Part -2 : Employer’s Requirements 156

The transformer tank shall be complete with all accessories, lifting lugs etc. and shall be designed to
allow the complete transformer filled with oil to be lifted by crane or jacks without risk of any
damage and can be transported by Rail/ Road without straining any joints and without causing any
leakage of oil.

20.0 PRESSURE RELIEF DEVICE


Transformers shall be fitted with a pressure relief device in the form of explosion vent. The tenderer
shall state the pressure at which it is designed to operate.

21.0 OIL LEVEL GAUGE


A suitable oil level gauge (Magnetic type) shall be fitted on the transformers and so located that it
can be easily read from ground level. The gauge fitted with the conservator shall be graduated for
temperatures of 50 C, 300 C and +980 C.

22.0 CONSERVATORS AND BREATHERS


All the transformers shall be provided with a conservator tank.
The conservator tank shall be so designed and located as to eliminate any trapping of air in the
transformer or pipe work. It shall be inclined at an angle of about 5 degrees to the horizontal
towards the drain plug and the pipe connecting the main tank to the conservator should project
about 20 mm above the bottom of the conservator so as to create a sump for the collection of
impurities. Minimum oil level corresponding to 50 C shall be well above the sump level.

All transformers shall be fitted with a silica gel breather of weatherproof design at a convenient
height with oil seal at the bottom, draw in plug and filling holes with covers to isolate the silica gel
from the atmosphere. The breather pipe should be connected at top of the conservator tank with two
bends at right angles. The cover of the main tank and bushings turrets shall be provided with air
release plug to enable the trapped air to be released.
23.0 FITTINGS AND ACCESSORIES
The following standard fittings and accessories shall be provided:
• rating, diagram and terminal marking plate.
• two earthing terminals .
• lifting lugs/ platform lugs.
• pressure relief device in form of explosion vent.
• silica gel breather. (1 Kg for 500KVA)
Part -2 : Employer’s Requirements 157

• filling and drain / sampling plugs ( A single drain / filling plug shall consist of a 20 mm pipe
inside the transformer tank, starting from the bottom and projecting to the top cover with a
hermetically sealed / welded plug).
• a magnetic or prismatic oil level gauge for all transformers indicating three position of oil i.e.
minimum. 5 0C, 30 0C and 98 0C.
• A thermometer pocket with thermometer with screwed top to prevent ingress of water or
leakage oil.
• Inlet valve having p-30 mm thread (with cover) on the transformers body/ conservator.
• Drain valve 12 mm size for draining the conservator oil with locking arrangement.
• Top filter valve (25 mm with adopter for 16 mm hole) with plug.
• Bottom filter valve with drain Plug.
• Air release plugs at transformer top cover, bushing turrets etc.
• Lightning Arresters (LA) for HT bushing.
• Set of Radiators.
• Conservator Tank.
Bi-metallic terminals on the bushings for connection with over head ACSR/ AAAC conductor (For
HV & LV).
The Specification and brief details of the salient features of these terminals should be stated.
The fittings, tap-changer for 250 KVA and 500 KVA Transformers, accessories and sizes listed are
indicative only and any other fittings and accessories which are generally required for satisfactory
operation of the transformer are to be provided without any extra cost.
24.0 TAP CHANGING ARRANGEMENTS
Off - load tap changing mechanism for 250 KVA & 500 KVA, 11/0.433 KV Transformers shall
have the following characteristics:-
• Tap changing shall be carried out with the transformers in off circuit.
• Tap positions shall be numbered as follows:
Tap No. - 1 Tap No. - 2 Tap No. - 3 Tap No. - 4 Tap No. - 5
+ 2.5 % Principal/ Normal - 2.5 % -5% - 7.5 %
tap
• Provision shall be made for locking of the tap switch handled by using a pad-lock with 6 mm
diameter hasp.
• Tap-changing handles shall be fitted with gasketed covers, so that sealing of the transformers
under normal condition is independent of the switch shaft gland.
25.0 TRANSFORMER OIL
The transformers shall be supplied complete with first filling of transformer oil and 10% extra. The
quantity of oil required for the first filling of the transformer and its full specification shall be stated
Part -2 : Employer’s Requirements 158

in the bid. The complete first filling shall be of new oil free from inhibitors and additives. The
bidder shall quote the price of transformer complete with first filling of oil plus 10% extra.
However, the rate of transformer oil in Rupees per litre shall be quoted separately also. The
transformer oil shall be supplied in non-returnable drums.
The insulating oil for the transformer shall be of EHV grade, generally conforming to IEC: 296/
BS: 148/ REC: 39/ 1993 or latest version of IS: 335/ 1983 whichever is more stringent. No
inhibitors shall be used in the oil. The dielectric strength of the oil shall not be less than 60 KV at
2.5 mm. gap when tested in accordance with IS: 6792/ 1972. If an anti-oxidant inhibitor is
recommended, its use shall be subject to the purchaser’s approval.
The design and materials used in the construction of the transformer shall be such as to reduce the
risk of the development of acidity in the oil.
The Contractor shall warrant that oil furnished is in accordance with the following specifications.

S. No Characteristic Requirement Method of Test


1 Appearance The oil shall be clear & A representative
transparent & free from sample of oil
suspended matter or sediment shall be
examined in a
100 mm thick
layer at ambient
temp.
2 Density at 200C 0.89 g/cm3 Max. IS:1448
3 Kinematic Viscosity at 27 27 CST IS:1448
deg. C Max
4 Interfacial tension at 27deg.C 0.03 N/m IS:6104
Min.
5 Flash Point 136 0C IS:1448
6 Pour Point Max. -6 0C IS:1448
7 Nautralisation Value (Total 0.03 mg KOH/gm IS:335
Acidity) Max.
8 Electric strength Breakdown 72.5 KV IS:6792
(voltage) Min.
9 Dielectric dissipation factor tan 0.03 Max IS:6262
delta at 900 C
10 Min specific 35X1012 ohm cm (min.) IS:6103
resistance(resistively) at 90
deg.C
11 Oxidation stability
12 Neutralization value after 0.40mg KOH/g
oxidation
Part -2 : Employer’s Requirements 159

13 Total sludge after oxidation 0.10% by weight max.


14 Presence of oxidation The oil shall not contain anti- IS:335
Inhibitor oxidant Additives.
15 Water content Max: Less than 25ppm IS:2362

26.0 RATING AND CONNECTION PLATE


Each transformer shall be provided with a rating plate of weatherproof material showing the
following items indelibly marked:

• type of transformer
• standard to which it is manufactured (preferably IEC 76)
• manufacturer’s name
• transformer serial number
• year of manufacture
• rated frequency in Hz (50)
• rated voltages in KV (11/0.433)
• number of phases (3)
• rated power in KVA
• type of cooling (ONAN)
• rated currents in A
• vector group symbol (Dyn11)
• 1.2/50μs wave impulse voltage withstand level in KVp
• power frequency withstand voltage in KV
• impedance voltage at rated current and frequency in percentage at 75ºC at normal tap
• Measured load loss in KW at rated current and at 75ºC at normal tap
• Measured no-load loss in KW at rated voltage and rated frequency
• continuous ambient temperature at which ratings apply in 0C
• top oil and winding temperature rise at rated load in 0C
• winding connection diagram
• total weight in kg with complete oil filled.
• total weight of the transformer without oil
• volume of oil in litres.
• weight of core and windings in kg; and
• name of the purchaser (<EMPLOYER>)
The rating plate shall conform to the requirements of the section of Labels in this specification.

27.0 BASE MOUNTING ARRANGEMENT


Part -2 : Employer’s Requirements 160

The under base of all transformers of 460 mm long with holes of 14 mm dia at a centre to centre
distance of 415 mm to make them suitable for fixing on a platform or plinth. 500 KVA transformers
shall be provided with bi-directional flat rollers, suitable for use on a 1000 mm gauge track.

28.0 PAINTING
All paints shall be applied in accordance with the paint manufacturer’s recommendations.
Particular attention shall be paid to the following:
a) Proper storage to avoid exposure as well as extremes of temperature.
b) Surface preparation prior to painting.
c) Mixing and thinning
d) Application of paints and the recommended limit on time intervals between coats.
e) Shelf life for storage.

All paints, when applied in normal full coat, shall be free from runs, sags, wrinkles, patchiness,
brush marks or other defects.
All primers shall be well marked into the surface, particularly in areas where painting is evident,
and the first priming coat shall be applied as soon as possible after cleaning. The paint shall be
applied by airless spray according to the manufacturer’s recommendations. However, wherever
airless spray is not possible, conventional spray be used with prior approval of purchaser.
The supplier shall, prior to painting protect nameplates, lettering gauges, sight glasses, light fittings
and similar such items.

Cleaning and Surface Preparation


• After all machining, forming and welding has been completed, all steel work surfaces shall be
thoroughly cleaned of rust, scale, welding slag or spatter and other contamination prior to any
painting.
• Steel surfaces shall be prepared by Sand/Shot blast cleaning or chemical cleaning by seven tank
process including Phosphating to the appropriate quality.
• The pressure and Volume of the compressed air supply for the blast cleaning shall meet the
work requirements and shall be sufficiently free from all water contamination prior to any painting.
• Chipping, scraping and steel wire brushing using manual or power driven tools cannot remove
firmly adherent mill-scale and shall only be used where blast cleaning is impractical

Protective Coating
• As soon as all items have been cleaned and within four hours of the subsequent drying, they
shall be given suitable anticorrosion protection.

Paint Material
Part -2 : Employer’s Requirements 161

Followings are the type of paints that may be suitably used for the items to be painted at shop and
supply of matching paint to site:
i) Heat resistant paint (Hot oil proof) for inside surface.
ii) For external surfaces one coat of Thermo Setting Paint or 2 coats of Zinc chromate followed by 2
coats of Synthetic Enamel paint. The color of the finishing coats shall be dark admiral grey
conforming to No.632 or IS 5:1961.

Painting Procedure
• Al painting shall be carried out in conformity with both specifications and with the paint
manufacture’s recommendations. All paints in any one particular system. Whether shop or site
applied, shall originate from one paint manufacturer.
• Particular attention shall be paid to the manufacturer’s instructions on storage, mixing, thinning
and pot life. The paint shall only be applied in the manner detailed by the manufacturer e.g. brush,
roller, conventional or airless spray and shall be applied under the manufacturer’s recommended
conditions. Minimum and maximum time intervals between coats shall be closely followed.
• All prepared steel surfaces should be primed before visible re-rusting occurs or within 4 hours
whichever is sooner. Chemical treated steel surfaces shall be primed as soon as the surface is dry
and while the surface is warm.
• Where the quality of film is impaired by excess film thickness,(wrinkling, mud cracking or
general softness) the supplier shall remove the unsatisfactory paint coatings and apply another. As a
general rule, dry film thickness should not exceed the specified minimum dry film thickness by
more than 25%. In all instances, where two or more coats of the same paints are specifies, such
coatings may or may not be of contrasting colors.
• Paint applied to items that are not be painted, shall be removed at supplier’s expense, leaving
the surface clean, un-stained and undamaged.

Damages to Paints Work


Any damage occurring to any part of the painting scheme shall be made good to the same standard
of corrosion protection and appearance as that originally employed. Any damaged paint work shall
be made as follows:
a) The damaged area, together with an area extending 25mm around its boundary, shall be cleaned
down to bare metal.
b) A priming coat shall immediately applied, followed by a full paint finish equal to that originally
applied and extending 50mm around the perimeter of the originally damaged.
The repainted surface shall present a smooth surface. This shall be obtained by carefully chamfering
the paint edges before & after priming.

Dry Film Thickness


Part -2 : Employer’s Requirements 162

To the maximum extent practicable, the coats shall be applied as a continuous film of uniform
thickness and free of pores. Over-spray, skips, runs, sags and drips should be avoided. The different
coats may or may not be same color.
Each coat of paint shall be allowed to harden before the next is applied as per manufacture’s
recommendations. Particular attention must be paid to full film thickness at edges.
The requirement for the dry film thickness (DFT) of paint and the material to be used shall be as
given below:

Sl. No Paint Type Area to be No of Total Dry film


painted Coats thickness(Min)
1 Powder Paint Inside 01 20 Micron
(2) Thermo outside 01 60 Micron
setting powder
2 Liquid paint
a) Zinc Outside 02 45 micron
Chromate(Primer) Outside 02 35 micron
b) Syenthetic inside 01 35 micron
Enamel(Finish
Coat)
c) Hot Oil paint

29.0 SEALING GASKETS


All sealing washers / gaskets shall be made of oil and heat-resistant Nitrile/ Neoprene rubber/
synthetic rubber bonded cork type RC-70C gaskets. Gaskets made of natural rubber or cork sheet
are not permissible.

30.0 SUPRESSION OF HARMONICS


The transformer shall be designed with attention to the suppression of harmonic voltage, especially
the third and fifth.
31.0 GUARANTEE:

The manufacturers of the transformer shall provide a guarantee of 60 months from the date of date
of commissioning. In case the Distribution transformer fails within the guarantee period the
purchaser will immediately inform the supplier who shall take back the failed DT within 15 days
from the date of the intimation at his own cost and replace/repair the transformer within forty five
days of date of intimation with a roll over guarantee.
The outage period i.e. period from the date of failure till unit is repaired/ replaced shall not be
counted for arriving at the guarantee period.
Part -2 : Employer’s Requirements 163

In the event of the supplier's inability to adhere to the aforesaid provisions, suitable penal action
will be taken against the supplier which may inter alia include blacklisting of the firm for future
business with the purchaser for a certain period.
32.0 TESTS
Routine Tests
Routine tests shall be carried out on all transformers and the tests shall be conducted in accordance
with relevant National/ International Standards. No sampling is allowed. In addition, tank tests in
accordance with IS:1180 shall be carried out.
The following routine measurements and tests shall be carried out in presence of Purchaser’s
authorized representative(s):
a) Measurement of winding resistance. (For 500 KVA at all tap positions)
b) Voltage ratio measurement and check of polarity and vector group. Bushing positions shall have
permanent markings at this stage of production;
c) Measurement of impedance voltages/ short circuit impedance at rated current and frequency (for
500 KVA transformers at normal, highest and lowest tap positions)
d) Measurement of load loss at half load & full load at 750C; (for 500 KVA transformers at normal,
highest and lowest tap positions)
e) Measurement of neutral unbalance current;
f) Temperature rise test on one transformer of each rating and measurement of hot resistance.
g) Measurement of no-load loss and no-load currents at 50%, 75%, 90%, 100%, 110%, 115%, and
120% of rated voltages on one transformer of each rating; (For unit transformer of each Lot)
h) Induced over voltage withstand test at 22KV for 60 sec on the HV windings;
i) Power frequency voltage withstand tests on HV and LV windings;
j) Magnetic balance test
k) Polarization Index test P.I. value shall be not less than 1.5. P.I. = IR at 600 sec / IR at 60 sec.
l) Oil leakage test : The criterion of leakage shall be discoloration by oil of whitewash applied
externally to suspected parts at an oil temperature of 900C or other method, as approved by the
Purchaser;
m) Pressure test on transformer tank on one unit for each rating. Bushings and oil shall be subject to
the following routine tests.
n) Bushing routine test: in accordance with IEC 137/IS 3347;
o) Oil dielectric and moisture content test: conforming to IEC 156 or IS 335. Routine test
certificates shall include in addition to the test results, the purchaser’s order number, the
transformer serial number, outline drawing number and transformer KVA rating.
Any other applicable tests shall be conducted at the discretion of the Purchaser without any extra
cost to purchaser.
Type Tests
Part -2 : Employer’s Requirements 164

• The measurements and tests should be carried out in accordance with the standard specified in
each case as indicated in the following table if the same tests were not conducted earlier at CPRI or
any Govt. approved Laboratory on the transformers of the offered design.

Type Test Standard


Temperature Rise Test IEC 76/IS 2026
Impulse Voltage Withstand Test, including Full IEC 76/IS 2026
Waves and
Chopped Waves as listed below
Noise Level Measurement IEC 551
Short Circuit Test IEC 76 / IS 2026

In accordance with IEC 76-3 the following sequence of impulses should have been/ should be
applied;
o one full wave at 50% BIL;
o one full wave at 100% BIL;
o one chopped wave at 50% BIL;
o two chopped waves at 100% BIL and
o two full waves at 100% BIL.
• If the type test report(s) submitted by the bidder do not fulfil the criteria, as stipulated in this
technical specification/ Bidder’s offer, the relevant type test(s) has/ have to be conducted by the
Bidder at his own cost in CPRI/ National Govt. approved laboratory in the presence of
EMPLOYER’s representative(s) without any financial liability to EMPLOYER, in the event of
order placed on him.
• Even if the Type test report(s) confirm(s) the Purchaser’s specification, the Purchaser at his
discretion may ask the Supplier to repeat any or all specified type tests at CPRI/ National Govt.
approved laboratory on sample(s), selected at random by the purchaser’s representative(s) out of the
offered quantity (first lot i.e. minimum one third of the total ordered quantity). The type test(s) are
to be test-witnessed by the Purchaser’s representative(s). For such type of repetition of type tests,
the Bidder may quote Type Test Charges in the enclosed Price Schedule or conduct the tests free of
cost.
• The supplier shall furnish calculations in accordance with IS: 2026 to demonstrate the Thermal
ability of the transformers to withstand Short Circuit forces.

TEST VOLTAGE
Transformers shall be capable of withstanding the Power frequency and Impulse test voltage as described
below:
Nominal Highest System Impulse Test Power frequency
system voltage voltage test voltage
Part -2 : Employer’s Requirements 165

voltage

433 V (rms) 3 KV (rms)


11 KV (rms) 12 KV (rms) 75 KV (Peak) 29 V (rms)
Part -2 : Employer’s Requirements 166

8.0 QUALITY ASSURANCE PLAN

8.1 The bidder shall have ISO-9001/9002 or any latest, certification'. The bidder shall
invariably furnish the following information along with his bid part-I falling which his bid
shall be liable for rejection. Separate information should be given be individual type of
material offered.

(I) Statement giving list of important raw materials, name of Suppliers for raw
material, list of standards according to which the raw materials are tested and list
of tests normally carried out on raw materials in presence of bidder's
representative, copies of tests certificates

(II) Information and copies of test certificates as in (1) above in respect of bought out
items,

(III) List of manufacturing facilities available

(IV) Level of automation and list of areas where manual processing exists.
(V) List of areas in manufacturing process where stage inspections are normally
carried out for quality control and details of such test.
(VI) List of testing equipment available with the bidder for stage and final testing of
equipment offered and test plant limitations if ay, vis-a vis the type test, special
acceptance and routine test specified in the relevant standards. These limitations
shall be very clearly brought out in the relevant schedule of deviations as
deviations from specified tests requirements.

8.2 The successful bidder(s) shall within 30 days of placement of order submit the following
Information: -
i. List of raw material and bought out items and names of the Suppliers selected
from those furnished along with the bid.
ii. Type test certificates or the raw material and bought out items.
iii. Quality assurance plan (QAP) with hold points for purchase's inspection (to be
finalized after mutual discussions between the bidder and the purchaser, at
latter's office.)

HOLD POINT

A stage in the material procurement of manufacturing process beyond which work shall
not proceed without the documental approval of the purchase.

NOTIFICATION POINT:
A stage in the material procurements, or manufacturing process for which advance
notice of the activity is required to facilitate witness by the purchasers
representatives.
Part -2 : Employer’s Requirements 167

8.3 The QAP of the contractor shall consist of the following details.
♦ An outline of the proposed work and program sequence.
♦ The structure of contractor organisation for the contract.
♦ The duties and responsibilities assigned to the staff ensuring quality of work
♦ Hold and Notifications points.
♦ Submission of engineering documents required by this specification.
♦ The inspection of material and components on receipt
♦ Stage Inspection.
♦ Final Inspection.

90 DOCUMENTATION
All drawing shall conform to International standards organisation (ISO), 'A' series of
drawing sheets/Indian standards specification IS: 656. All dimensions shall be in SI
units.

9.1 LIST OF DRAWINGS


The bidder shall furnish the following alongwith the bid: -
i. Two sets of drawing showing clearly the general arrangement, fitting details,
electrical connections etc. required for erection & commissioning

ii. Technical leaflets (users manual) giving operating instructions.

iii. Three copies of dimensional drawings.

9.2 The manufacturing of the equipment shall be strictly in accordance with drawings
approved by purchaser and no deviation shall be permitted without the written approval of
the purchase. Any manufacturing and fabrication prior to approval of the purchaser shall
be at supplier risks.
9.3 Approval of drawing/work by the purchase shall not relieve at supplier of his
responsibility and liability for ensuring the correctness and correct

9.4 Interpretation of the drawing for meeting the requirements of latest revisions of
applicable standards, rules and code 6f practices. The purchase shall have power to reject any
work or material which in his judgment is no in all accordance therewith.
9.5 Three sets of drawings for purchaser's approval shall be furnished within two weeks of
placement of order. The purchaser shall communicate his comments/ approval within
reasonable. The supplier, shall, if necessary modify the drawings and resubmit three
copies of modified drawings for a approval.
9.6 Three sets of separating manual, drawing, technical leaflets, inspection manual etc shall be
supplied to each consignee in the first instance.
9.7 One set of routine test certificate shall accompany such dispatch consignment.

10 0 PACKING & FORWARDING


The equipment shall be packed in creates suitable for vertical, horizontal transport as the case
may be and suitable to withstand handling during transport and outdoor storage during
Part -2 : Employer’s Requirements 168

transit. The supplier shall be responsible for any damage to the equipment during transit, due
to improper and to the equipment during transit, due to improper and inadequate packing.
The easily damageable material shall be carefully-packed and marked with the appropriate
caution symbol. Wherever necessary proper arrangement for lifting such as fitting hooks
shall be provided. Any material found short within the packing case(s) shall be supplied
immediately by the supplier without any extra cost to purchaser.
Each consignment shall be accompanied with a detailed packing list containing the
following information and shall be marked "PROPERTY OF respective <DISCOM>".
a) Name of the consignee
b) Details of consignment
c) Destination
d) Total weight
e) Handling and packing instructions
f) Bill of material indicating contents of each package.
In addition to the above the marking on each package shall per relevant standards.
10.1 The packing shall be done an per manufacture's standards practice ensuring that no
material is damaged during transit by Rail/Road.

11.0 SUPERVISION SERVICES:


The bidders shall provide free of services of their engineers, If required during erection &
commissioning of capacitor bank at various places.
Advance notice of 15 days shall be given to the contractor to depute his engineer to various
substation in state of Uttar Pradesh.

12. MANDOTRY SPARES AND TOOLS


The bidder shall have suitable stock to carry out O&M as and when required.

13. TRAINING:-

13.1. Bidder has to organise at least two training sessions every Division for substation operator
and field staff at substation only after commissioning.
13.2. Bidder shall provide posters in Hindi regarding DOs and DON’Ts regarding operation of
Capacitor Banks properly displayed in Control room at minimum two locations along
with contact details of person to approach in case of problem/ fault.
Part -2 : Employer’s Requirements 169

Annexure-B
General Technical Instructions

Technical Instructions of RDSS


1.1. 33 V Line support ............................................................................................. 170
1.2. 11 KV line Support and DTR Substation support ............................................ 171
1.3. Route And Terrain ............................................................................................ 171
1.4. Detailed Survey................................................................................................. 172
1.5. Profile Plotting .................................................................................................. 172
1.6. Road Crossing ................................................................................................... 172
1.7. Railways Crossings ........................................................................................... 172
1.8. Telecommunication, LT or HT Line Crossing ................................................. 173
1.9. Details En-route ................................................................................................ 173
1.10. Clearances - General ......................................................................................... 173
1.11. Electrical System Data ...................................................................................... 175
1.12. Pole Location .................................................................................................. 175
1.13. Construction ...................................................................................................... 176
1.14. Erection of DP Structure for Angle Locations .................................................. 176
1.15. Concreting ......................................................................................................... 176
1.16. Providing Of Guys To Supports ....................................................................... 176
1.17. Guy Strain Insulators ........................................................................................ 177
1.18. Fixing Of Cross-Arms ...................................................................................... 178
1.19. Insulators And Bindings ................................................................................... 178
1.20. Conductor Erection ........................................................................................... 179
1.21. Tensioning and Sagging Operations ................................................................. 180
1.22. Clipping In ........................................................................................................ 180
1.23. Fixing of Conductors and Earthwire Accessories ............................................. 181
1.24. Replacement...................................................................................................... 181
1.25. Tying Of Conductor On Pin Insulators ............................................................. 181
1.26. Kind And Size Of Tie Wire To Be Used .......................................................... 182
1.27. Rules Of Good Tying Practice .......................................................................... 182
1.28. Conductors At Different Voltages On Same Supports ..................................... 182
1.29. Earthing ............................................................................................................. 183
1.30. Anti-Climbing Devices ..................................................................................... 184
1.31. Testing And Commissioning ............................................................................ 184
1.32. River Crossing .................................................................................................. 185
1.33. Guarding ........................................................................................................... 185
1.34. Repair to conductors ......................................................................................... 186
1.35. LT Lines and Service connection ..................................................................... 186
Part -2 : Employer’s Requirements 170

General Technical Instructions

Following CEA regulations shall be applicable during execution of work:

a. Construction Regulation – Central Electricity Authority (Technical Standards for construction of


electrical plants and electric lines) Regulation, 2010 (as amended time to time)

b. Safety Regulation for construction and O&M - Central Electricity Authority (Safety requirements
for construction, Operation and Maintenance of electrical plants and electric lines) Regulation,
2011 (as amended time to time)

c. Connectivity Regulation – Technical Standard for connectivity to the grid (Amendment)


Regulation 2013; Technical Standards for connectivity of the Distributed Generation resources,
2013; Central Electricity Authority (Grid Standard) Regulation, 2010 (as amended time to time)

d. Metering Regulations – Central Electricity Authority (Installation and Operation of meters)


Regulations, 2006; Central Electricity Authority (Installation and Operation of meters)
(Amendment) Regulations, 2010 and 2015 (as amended time to time)

e. Central Electricity Authority (Measures relating to safety and Electric supply regulations), 2010
and amendment regulation 2015 (as amended time to time)

1.1. 33 V Line support

9.1m meter long PCC Pole (or PCC Pole as per state practice shall be used for 33 KV line support).
152x152mm H-Beam (37.1kg/m) / Wide parallel Beams 160x30.44 kg/m can also be used as
support in urban/forest area and or Steel Tubular Poles/Wide parallel Beams 160x30.44
kg/m(Expandable through jointing plates) may be used in hilly area where head load shifting is
the only option. Cement concreting shall be used for 33 KV support foundations in mixture 1:3:6
(1: cement, 3: coarse sand and 6 Stone ballast 40mm sizes). Each support shall be concrete
(0.5mx0.5mx2m) = 0.5 cmt. 0.014 cmt shall also be used in muffing of the support. PCC pole
shall not be provided with muffing.
1.1.1. Pole base plates as per specifications shall be used.

1.1.2. Pole earthing shall be performed through earthing coil duly connected with 8 SWG wire. The GI
wires between pole structure and the earthing coil should not be used in cut length. Wherever, cut
is evitable, proper nut bolt, washer and binding should be made as per REC specifications. The GI
wire between support and earth coil should be placed 1 meter below the ground level.

1.1.3. Earth coil should be inserted 1200 mm away from pole.


Part -2 : Employer’s Requirements 171

1.2. 11 KV line Support and DTR Substation support

1.2.1. 8.0 meters or equivalent PCC Poles as per prevailing practices of the state shall be used for 11 KV
line and substation support. 152x152mm H-Beam (37.1kg/m) or Wide Parralel Beam 160x30.44
kg/m can also be used as support in urban/forest area and or Steel Tubular Poles/Wide parallel
Beam (with expandable lengths through jointing plates) may be used in hilly area where head
load shifting is the only option.

The single PCC pole supports shall be erected with Stone bolder/stone ballast mixed with
excavated earth in normal soil. PCC poles in Double Pole structures, turning point structure,
Distribution Transformer Substation structure shall be grouted in cement concrete mixture of
1:3:6 (1: cement, 3: coarse sand and 6 Stone ballast 40mm sizes). Single pole supports in water
logging area shall also be grouted in cement concrete mixture of 1:3:6 (1: cement, 3: coarse sand
and 6 Stone ballast 40mm sizes). PCC pole shall be grouted with concrete (0.6mx0.6mx1.35m) =
0.486 cmt.. In special location, wherever, Project Manager specifically decides, to enhance
additional strength, concreting may be used as support foundation.

In forest, wherever special care is to be made for elephant corridors, 13m long, 152x152mm RS
Joist (37.1kg/m) / Wide Parallel Beams 160x 30.44 kg/mmay be used for 11 KV line support.

152x152mm H-Beam (37.1kg/m)/ Steel Tubular Poles/ Wide Parallel Beams 160 x 30.44 kg/m shall be
grouted in cement concrete mixture of 1:3:6 (1: cement, 3: coarse sand and 6 Stone ballast 40mm
sizes) in all the formation.
1.2.2. Pole base plates as per specifications shall be used.

1.2.3. Pole earthing shall be performed through earthing coil duly connected with 8 SWG wire. The GI
wires between pole structure and the earthing coil should not be used in cut length. Wherever, cut
is evitable, proper nut bolt, washer and binding should be made as per REC specifications. The GI
wire between support and earth coil should be placed 1 meter below the ground level.

1.2.4. Earth coil should be inserted 1200 mm away from pole.

1.3. Route And Terrain

1.3.1. The scope of HT/LT length of feeder are enclosed with the tender documents. On award of the
contract, Contractor shall perform foot survey to access the route, pole location and thus Single
Line Diagram of the line works. The survey shall be approved by Project Manager. Accordingly
requirements of materials shall be finalized by the turnkey contactor in association with Project
Manager.
Part -2 : Employer’s Requirements 172

1.4. Detailed Survey

1.4.1. The detailed survey shall be carried out for the approved feeders/spur lines by the Contractor and
submitted for Employer approval.

1.5. Profile Plotting

1.5.1. Span: The number of consecutive spans between the section points shall not exceed design length
considering wind pressure, type of poles and size of conductor.

1.5.2. Extension: An individual span shall be as near to the normal design span as possible. In case an
individual span becomes too short with normal supports on account of undulation in ground
profile, one or both the supports of the span may be extended by inserting standard body
extension designed for the purpose according to technical specification.

1.5.3. Loading: There shall not be any upward force on poles under normal working conditions and the
suspension poles shall support at least the minimum weight span as provided in the design. In
case uplift is unavoidable, it shall be examined if the same can be overcome by adding standard
body extensions to the poles failing which tension poles designed for the purpose shall be
employed at such positions.

1.5.4. Horizontal Tensions on pin insulators are to be avoided by proper alignment of the line. In case
where installation of DP structure is not possible to erect for turning the line, “two pins”
arrangement with suitable jumpering shall be provided at all those locations where pins are
subjected to horizontal tension. Bridling type V Cross arms for such installations shall be used by
the agency accordingly.

1.6. Road Crossing

At all road crossings, the poles shall be fitted with horizontally aligned disc type tension insulator
string(s) or bridling V-cross arm supports using double pin insulator per phase depending on the
type of poles and line but the ground clearance at the roads under maximum temperature and in
still air shall be such that it should not fall below 6.1m in case of 33 KV and 11 KV lines. Also,
cradle guarding is to be used at all the road crossing locations as per drawings / specifications
enclosed.

1.7. Railways Crossings


Part -2 : Employer’s Requirements 173

Railway Crossings at pre-planned locality shall be selected in such a way that minimum feeder
length shall be re-routed. The line crossing should be executed as per prevailing practices and
approved drawings of railways. Railways crossing shall preferably be executed through
underground cabling. Horizontal drill machine shall be used for this purpose. Required
permission to block the Railways traffic and approval for railway crossing shall be arranged by
the Employer at his own cost. All liaison works shall be performed by turnkey Contractor.

1.8. Telecommunication, LT or HT Line Crossing

The angle of crossing shall be as near 90 degrees as possible. However, deviation to the extent of
30 degree may be permitted under exceptionally difficult situations. Cradle guarding is to be used
at all such crossing locations as per drawings / specifications enclosed.

1.9. Details En-route

All topographical details, permanent features, such as well, trees, building etc. 75 m on either side
of the alignment shall be detailed on the profile plan.

1.10. Clearances - General

For the purpose of computing the vertical clearance of an over-head line, the maximum sag of any
conductor shall be calculated on the basis of the maximum sag in still air and the maximum
design temperature. Similarly, for the purpose of computing any horizontal clearance of an over-
head line, the maximum deflection of any conductor shall be calculated on the basis of the wind
pressure specified by the State Government under rule 76 (2) (a) [or may be taken as 35º,
whichever is greater]. Following clearances shall be maintained by the Contractor while executing
the work:

1.6.1. CLEARANCE ABOVE GROUND OF THE LOWEST CONDUCTOR: No conductor of an over-


head line, including service lines, erected across a street shall at any part thereof be at a height
less than
(a) For low and medium voltage lines 5.8 metres
(b) For high voltage lines 6.1 metres

1.6.2. No conductor of an over-head line, including service, lines, erected along any street shall at any
part thereof be at a height less than
Part -2 : Employer’s Requirements 174

a. For low, medium and high voltage lines upto and including
11,000 volts, if bare - 4.6 metres
b. For low, medium and high voltage lines Upto and including
11,000 volts, if insulated - 4.0 metres
c. For high voltage lines above 11,000 volts - 5.2 metres

For extra-high voltage lines the clearance above ground shall not be less than 5.2 meters plus 0.3
meterfor every 33,000 volts or part thereof by which the voltage of the line exceeds 33,000 volts:

Provided that the minimum clearance along or across any street shall not be less than 6.1 meters.

1.6.3. CLEARANCE FROM BUILDINGS OF LOW AND MEDIUM VOLTAGE LINES AND
SERVICE LINES:

Where line is to cross over another line of the same voltage or lower voltage, pole with suitable
extensions shall be used. Provisions to prevent the possibility of its coming into contact with other
overhead lines shall be made in accordance with the latest CEA regulations (as amended from
time to time). The Contractor will required to under cross higher voltage lines by erecting
gantries/suitable Rail Pole structures.

Where a low or medium voltage over-head line passes above or adjacent to or terminates on any
building, the following minimum clearances from any accessible point, on the basis of maximum
sag, shall be observed:-

a) For any flat roof, open balcony, verandah roof and lean-to-roof

i. When the line passes above the building a vertical clearance of 2.5 meters from the highest point;
and
ii. When he line passes adjacent to the building a horizontal clearance of 1.2 meters from the nearest
point, and

b) For pitched roof

i. When the line passes above the building a vertical clearance of 2.5 meters immediately under the
lines, and
ii. When the line passes adjacent to the building a horizontal clearance of 1.2 meters.

The horizontal clearance shall be measured when the line is at a maximum deflection from the
vertical due to wind pressure.
Part -2 : Employer’s Requirements 175

1.6.4. CLEARANCE FROM BUILDINGS OF HIGH AND EXTRA-HIGH VOLTAGE LINES:

Where a high or extra-high voltage over-head line passes above or adjacent to any building or part
of building it shall have on the basis of maximum sag a vertical clearance above the highest part
of a building immediately under such line, of not less than

(a)
For High Voltage Lines up 3.7 m
to and including 33,000
volts
(b) For Extra High Voltage 3.7 m plus 0.3 m for
Lines every additional 33 KV or
part thereof.
1.11. Electrical System Data

33 KV 11KV
Nominal voltage 33 kV 11KV
Maximum system voltage 36 kV 12KV
BIL (Impulse) 170 kVp 75KV
Power frequency withstand voltage (wet) 75 kV (rms) 28KV
Minimum corona extinction voltage for Not less than 27 kV, 50 Hz ac system under Dry condition(rms)
phase to earth
Radio interference voltage at one MHz for Not exceeding 1000 micro-volts
27 kV (dry condition)

1.12. Pole Location

In locating poles on lines, the following general principles should be kept in mind:-

1. Keep spans uniform in length as far as possible.

2. Locate to give horizontal grade.

3. By locating the poles on high places short poles can be used and will maintain proper ground
clearance at the middle of the span. In extremely hilly or mountainous country, poles are located
on ridges there by greatly increasing the spans without greatly increasing the pull on the
conductor. This is possible because the sag can be made very large and will maintain the required
ground clearance. Special attention should be given to the locations of poles, where the ground
washes badly. Poles should not be placed along the edges of cuts at or embankment or along the
banks of creeks of streams.
Part -2 : Employer’s Requirements 176

1.13. Construction

The construction of overhead-lines may be divided into the following parts:-

(1) Pit marking, pit digging.


(2) Erection of supports and concreting.
(3) Providing of guys to supports.
(4) Mounting cross-arms, pin and insulators, and pin binding.
(5) Paying and stringing of the conductor.
(6) Sagging and Tensioning of Conductors.
(7) Crossings.
(8) Guarding.
(9) Earthing.
(10) Testing and Commissioning.

1.14. Erection of DP Structure for Angle Locations

For angles of deviations more than 10 degree, DP structure may be erected. The pit digging
should be done along the bisection of angle of deviation.

After the poles are erected, the horizontal/cross bracings should be fitted and the supports held in
a vertical position with the help of temporary guys of Manila rope 20/25 mm dia.

Wherever space is not found sufficient to install double Pole structure, single pole cut point may
be installed. The support so erected must be grouted.

1.15. Concreting

The concreting mixture of one cum 1:3:6 ratios would mean 1 part cement, 3 parts coarse sand
and 6 part 40 mm aggregate size stones. It may be noted that while preparing the concrete
mixture, large quantities of water should not be used as this would wash away cement and sand.

1.16. Providing Of Guys To Supports

Guys are installed at locations where terminal poles are erected at sectional cut points. These cut
points may be in same alignment or at turn points. Guys are installed to nullify tension on
supports resulted due to conductors tension. In spite of careful planning and alignment of line
route, certain situations arise where the conductor tries to tilt the pole from its normal position
Part -2 : Employer’s Requirements 177

due to abnormal wind pressure and deviation of alignment, etc. When these cases of strain arise,
the pole is strengthened and kept in position by guys. One or more guys will have to be provided
for all supports where there is unbalanced strain acting on the support, which may result in
tilting/uprooting or breaking of the support.

Guys are braces fastened to the pole. In this work anchor type guy sets are to be used. These guys
are provided at (i) angle locations (ii) dead end locations (iii) T - off points (iv) Steep gradient
locations and (v) where the wind pressure is more than 50 kg / Sq.m.

The fixing of guys stays will involve (i) pit digging and fixing stay rod (ii) fastening guy wire to
the support (iii) Tightening guy wire and fastening to the anchor. The marking of guy pit, digging
and setting of anchor rod must be carefully carried out. The stay rod should be placed in a
position so that the angle of rod with the vertical face of the pit is 30º/45º as the case may be.

Before start of erection of Stay sets, required concreting materials like Cement, Sand, Stone
Chips and Construction water need to be made available near the pit.

G.I. stay wires of size 7/3.15 mm (10 SWG) & 7/4.00 mm (8 SWG), for 16 mm/20 mm stay rods
respectively, are to be provided. 8.5 Kg. Stay Wire (7/4.00 mm) per Stay with 20 mm Stay rod for
33 KV line and 5.5 Kg. Stay Wire (7/ 3.15 mm) per Stay with 16 mm Stay rod for 11 KV lines
are to be used. For double pole structure (DP), four stays along the line, two in each direction and
two stays along the bisection of the angle of deviation (or more) as required depending on the
angle of deviation are to be provided. Hot dip galvanized stay sets are to be used. One stay to
counter the angular deformation force shall be used.

After concreting, back filling and ramming must be done well and allowed 7 days to set. The free
end of the guy wire/stay wire is passed through the eye of the anchor rod, bent back parallel to the
main portion of the stay/guy and bound after inserting the G.I. thimble, where it bears on the
anchor rod. If the guy wire proves to be hazardous, it should be protected with suitable asbestos
pipe filled with concrete of about 2 m length above the ground level, painted with white and
black strips so that, it may be visible at night. The turn buckle shall be mounted at the pole end of
the stay and guy wire so fixed that the turn buckle is half way in the working position, thus giving
the maximum movement for tightening or loosening.

1.17. Guy Strain Insulators

Guy insulators are placed to prevent the lower part of the Guy from becoming electrically
energized by a contact of the upper part of the guy when the conductor snaps and falls on them or
due to leakage. No guy insulator shall be located less than 2.6 m from the ground. Guy insulators
are to be used in stay wires only. All stay conductors are to be provided with guy insulators as per
following specifications.
Part -2 : Employer’s Requirements 178

11 KV line stay Type C guy insulator (1 No)


33 KV line stay Type C guy insulators (2Nos)

1.18. Fixing Of Cross-Arms

After the erection of supports and providing guys, the cross-arms are to be mounted on the
support with necessary clamps, bolts and nuts. The practice of fixing the cross arms before the
pole erection is also there. In case, the cross-arm is to be mounted after the pole is erected, the
lineman should climb the pole with necessary tools. The cross-arm is then tied to a hand line and
pulled up by the ground man through a pulley, till the cross-arm reaches the line man. The ground
man should station himself on one side, so that if any material drops from the top of the pole, it
may not strike him. All the materials should be lifted or lowered through the hand line, and
should not be dropped.

1.19. Insulators And Bindings

Line conductors are electrically insulated from each other as well as from the pole by ‘Insulators’.
Following two type of insulators shall be used for the line insulation:

(1) Pin type


(2) Strain type

The pin type insulators will be used for straight stretch of line. The insulator and its pin should be
mechanically strong enough to withstand the resultant force due to combined effect of wind
pressure and weight of the conductor in the span.

The strain insulators are intended for use at terminal locations or dead end locations and where
the angle of deviation of line is more than 10º. Strain insulators are also intending to use at major
road crossing locations.

The pins for insulators are fixed in the holes provided in the cross-arms and the pole top brackets.
The insulators are mounted in their places over the pins and tightened. In the case of strain or
angle supports, where strain fittings are provided for this purpose, one strap of the strain fittings
is placed over the cross-arm before placing the bolt in the hole of cross-arms. The nut of the
straps is so tightened that the strap can move freely in horizontal direction.

All HT/LT insulators shall be tested for insulation tests before installation on line. They shall be
dipped into water for 24 hrs and then tested for insulation resistance tests at the stores. The
insulators found fit in IR testing shall be sent to site for erection. 11KV na d33 KV insulators
shall be tested by at-least 1 KV megger whereas LT insulators shall be tested by 500 Volts
megger.
Part -2 : Employer’s Requirements 179

1.20. Conductor Erection

The main operations are:-

(a) Transportation of Conductor to works site.


(b) Paying and Stringing of Conductor
(c) Jointing of Conductor
(d) Tensioning and Sagging of Conductor

While transporting conductors drums to site, precautions are to be taken so that the conductor
does not get damaged/injured. The drum could be mounted on cable drum support, which
generally is made from crow-bar and wooden slippers for small size conductor drums. The
direction of rotation of the drum has to be according to the mark in the drum so that the conductor
could be drawn. While drawing the conductor, it should not rub causing damage. The conductor
could be passed over poles on wooden or aluminum snatch block (pulley) mounted on the poles
for this purpose.

When approaching the end of a drum length at least three coils shall be left in place when the
stringing operations are stopped. These coils are to be removed carefully and if another length is
required to be run out a joint shall be made as per the recommendations of the accessories
manufacturer.

The mid span jointing is done through compressions or if helical fittings are used the jointing
could be done manually. After completing the jointing, tensioning operation could be
commenced. The conductor is pulled through come-along clamps to stringing the conductor
between the tension locations.

Conductor splices shall not crack or otherwise be susceptible to damage in the stringing
operation. The Contractor shall use only such equipment / methods during conductor stringing
which ensures complete compliance in this regard.

All the joints on the conductor and earth-wire shall be of the compression type, in accordance
with the recommendations of the manufacturer, for which all necessary tools and equipment like
compressors, dies, etc., shall be obtained by the Contractor. Each part of the joint shall be cleaned
by wire brush till it is free of rust or dirt, etc., and be properly greased with anti-corrosive
compound. If required and as recommended by the manufacturer, before the final compression is
carried out with the compressors.

All the joints or splices shall be made at least 15 meters away from the pole. No joints or splices
shall be made in spans crossing over main roads, railways and small river spans. Not more than
Part -2 : Employer’s Requirements 180

one joint per sub-conductor per span shall be allowed. The compression type fittings shall be of
the self-centering type or care shall be taken to mark the conductors to indicate when the fitting is
centered properly. During compression or splicing operation, the conductor shall be handled in
such a manner as to prevent lateral or vertical bearing against the dies. After compressing the
joint, the aluminum sleeve shall have all corners rounded; burrs and sharp edges removed and
smoothened.

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

1.21. Tensioning and Sagging Operations

The tensioning and sagging shall be done in accordance with the approved stringing charts or sag
tables. The “initial” stringing chart shall be used for the conductor and “final” stringing chart for
the earth-wire. The conductors shall be pulled up to the desired sag and left in running blocks for
at least one hour after which the sag shall be rechecked and adjusted, if necessary, before
transferring the conductors from the running blocks to the suspension clamps. The conductor
shall be clamped within 36 hours of sagging in.

The sag will be checked in the first and the last section span for sections up to eight spans and in
one additional intermediate span for sections with more than eight spans. The sag shall also be
checked when the conductors have been drawn up and transferred from running blocks to the
insulator clamps.

At sharp vertical angles, conductor and earth-wire sags and tensions shall be checked for equality
on both sides of the angle and running block. The suspension insulator assemblies will normally
assume verticality when the conductor is clamped.

Tensioning and sagging operations shall be carried out in calm weather when rapid changes in
temperature are not likely to occur.

1.22. Clipping In

Clipping of the conductors into position shall be done in accordance with the manufacturer’s
recommendations. Jumpers at section and angle towers shall be formed to parabolic shape to
ensure maximum clearance requirements. Fasteners in all fittings and accessories shall be secured
in position. The security clip shall be properly opened and sprung into position.
Part -2 : Employer’s Requirements 181

1.23. Fixing of Conductors and Earthwire Accessories

Conductor and earth-wire accessories supplied by the Contractor shall be installed by the
Contractor as per the design requirements and manufacturer’s instruction within 24hours of the
conductor / earth-wire clamping. While installing the conductor and earth-wire accessories,
proper care shall be taken to ensure that the surfaces are clean and smooth and that no damage
occurs to any part of the accessories or of the conductors.

1.24. Replacement

If any replacements are to be effected after stringing and tensioning or during maintenance e.g.
replacement of cross arms, the conductor shall be suitably tied to the pole at tension points or
transferred to suitable roller pulleys at suspension points.

Sagging of conductor has to be in accordance to the Sag Tension chart. In order to achieve it, it is
preferred to pull the conductor to a tension a little above the theoretical value so that while
transferring it from the snatch blocks to the pit insulators and to take care of temperature
variation. Proper sag could achieve. Sagging for 33/11 KV line is mostly done by “Sighting”. A
horizontal strip of wood is fixed below the cross-arm on the pole at the required sag. The lineman
sees from other end and the sag is adjusted by increasing or decreasing the tension. The tension
clamps could then be finally fixed and conductor be fixed on pin-insulators. All fittings,
accessories like guys, cross-arms, etc., could be checked as they should not have de-formalities.

The maximum permissible spans for all the lines of 33/11/0.4 KV are prescribed according to the
design of the supports. Sag-tension charts for these conductors are to be followed.

1.25. Tying Of Conductor On Pin Insulators

Conductors should occupy such a position on the insulator as will produce minimum strain on the
tie wire. The function of the wire is only to hold the conductor, in place on the insulator, leaving
the insulator and pin to take the strain of the conductor.

In straight line, the best practice is to use a top groove insulator. These insulators will carry
grooves on the side as well. When the conductor is placed on the top groove, the tie wire serves
only to keep the conductor from slipping out.

On corners and angles (below 5 degree deviations) the conductors should be placed on the outside
of the insulators. On the far side of the pole, this pulls the conductor against the insulator instead
of away from the insulator.
Part -2 : Employer’s Requirements 182

1.26. Kind And Size Of Tie Wire To Be Used

Helically formed fittings are to be used for tying the insulators, end terminal connectors etc.. The
tie should always be made of soft annealed wire so that it may not be brittle and injure the line
conductor. A tie wire should never be used for second time. Specifications of helically formed
fittings are given in this section.

1.27. Rules Of Good Tying Practice

a. Use only helically formed fittings.


b. Use of size of tie wire which can be readily handled yet one which will provide adequate
strength.
c. Use length of tie wire sufficient for making the complete tie, including an allowance for gripping
with the hands. The extra length should be cut from each end if the tie is completed.
d. A good tie should

(a) Provide a secure binding between line wire insulator and tie wire.
(b) Have positive contacts between the line wire and the tie wire so as to avoid any chattering of the
contacts.
(c) Re-enforce line wire in the vicinity of insulator.

e. Apply without use of pliers.


f. Do not use the wire which has been previously used.
g. Do not use hard drawn wires for typing.

1.28. Conductors At Different Voltages On Same Supports

In urban area, lines are to be erected with provision for forming lines of two different gradients as
under

a) 11 KV Line and LT Lines


b) 33 KV Line and LT Lines

Where conductors forming parts of systems at different voltages are erected on the same supports,
the Contractor shall make adequate provision to guard against danger to linesmen and others from
the lower voltage system being charged above its normal working voltage by leakage from or
contact with the higher voltage system; and the methods of construction and the clearances
between the conductors of the two systems shall be as described in the specifications.

The agency shall be intimated by the Project Manager in writing about the locations where such
provisions is intended by him. At all such locations, the Contractor shall make adequate provision
Part -2 : Employer’s Requirements 183

to guard against danger to linesmen and others from the lower voltage system being charged
above its normal working voltage by leakage from or contact with the higher voltage system.

1.29. Earthing

Earthing shall generally be carried out in accordance with the requirements of latest CEA regulations (as
amended from time to time) and the relevant regulations of the Electricity Supply Authority
concerned and as indicated below:

a) All metallic supports shall be earthed.


b) For PCC poles the metal cross-arms and insulator pins shall be bonded and earthed at every pole
for HT lines.
c) All special structures on which switches, transformers, fuses, etc., are mounted / likely to mount
should be earthed.

d) The supports on either side of the road, railway or river crossing should be earthed.

e) All supports (Steel & PCC) HT lines passing through inhabited areas, road crossings and along
such other places, where Earthing of all poles is considered desirable from safety considerations
should be earthed.

f) In special locations and special structures, road crossings etc., pipe/rod Earthing should be done
on either side of the construction.

g) At other locations the coil Earthing may be adopted. The coil Earthing consists of 10 m length of
8 SWG. G.I. wire compressed into a coil 450 mm length and 50 mm dia and buried 1500 mm
deep as per REC standard J-1.

Following shall be the earthing requirements:

No Description Type of Earthing


1 Single Pole - PCC/RS Joist/steel 1 No. Coil/Spike Earthing at
tubular each SP
2 Double pole - PCC/RS Joist/steel 2 Nos. Coil/Spike Earthing at
tubular each DP
3 Substation Poles structure - GI Pipe/ Chemical Earthing 3
PCC/RS Joist/steel tubular Nos
4 Road crossing GI Pipe / Chemical earthing on
either side one each
5 Telephone line crossing GI Pipe / Chemical earthing on
Part -2 : Employer’s Requirements 184

either side one each


6 DP with Isolating switch Coil/Spike earthing 2 Nos and
GI Pipe / Chemical
earthing 1 No

1.30. Anti-Climbing Devices

In order to prevent unauthorized persons from climbing any of the supports of HT lines without
the aid of a ladder or special appliance, certain anti-climbing devices are provided to the supports.
Barbed wire binding is to be adopted for this purpose at a distance of 30 to 40 cm at a height of
3.5 to 4 m from ground level. The barbed wire shall conform to IS – 278 (Grade A1). The barbed
wired shall be given chromatin dip as per procedure laid down in IS: 1340. At-least 3.5 kgs
barbed wire is to be used per pole for the purpose.

1.31. Testing And Commissioning

When the line is ready for energisation, it should be thoroughly inspected in respect of the following:-

a) Poles-Proper alignment, concerting and muffing.


b) Cross-arms – Proper alignment.
c) Finishing of fabricated steel items used.
d) Insulators – Proper finish, cleanliness, insulation resistance.
e) Binding, clamps and jumpers – To check whether these are in reach.
f) Conductor and earth wire – Proper sag to check whether there are any cuts, etc.
g) Guys: To check whether the Guy wire is tight and whether the Guy insulators are in tact.
h) Earthing System: To check whether the earthing connections of supports and fittings are intact.
Measure earth resistance with earth tester.

After the visual inspection is over and satisfied, the conductor is tested for continuity/ground, by
means of megger. At the time of testing through megger person should not climb on the pole or
touch the guarding, conductor, guy wire etc.

a. Before charging any new line, it should be ensured that the required inspection fee for the new
line is paid to the Electrical Inspector and approval obtained from him for charging the line.

b. The line should be energized before the officer who has been authorized by the Project Manager
in this regard.

c. Before energizing any new line, the Contractor of the line shall notify to the workmen that the
line is being energized and that it will no longer be safe to work on line. Acknowledgement of all
the workmen in writing should be taken in token of having intimated them.
Part -2 : Employer’s Requirements 185

d. Wide publicity by Tom-toming should be arranged in all the localities through which the line,
that is to be energized passes, intimating the time and date of energizing and warning public
against the risk in meddling with the line.

e. The Officer-in-charge of the line shall personally satisfy himself that the same is in a fit state to
be energized.

1.32. River Crossing

No special structures are to be erected for this work. River crossing more than normal span of
poles are not considered under the package. For small rivers etc., data for the highest flood-level
should be obtained for previous years. The structures should be located at such places that they
should be approached under flood condition. Normal DP structures are to be used for such
crossings on approval of Project Manager.

In case of river crossing with longer span, special designed structures are to be used for the
purpose.

1.33. Guarding

Guarding is to be provided for the lines, so that a live conductor, when accidentally broken, is
prevented to come in contact with other electric lines, telephone or telegraph lines, roads, and
persons or animals and carriages moving along the road, by providing a sort of cradle below the
main electric line.

Guarding is not required for crossings of 66 KV and higher voltage lines where the transmission
line is protected by fast acting relay operated circuit breaker of modern design with a tripping
time of the order of 0.25 sec. from occurrence of fault to its clearance. For all other crossings,
guarding is essential for all telecommunication lines and major road crossing.

The guarding shall consist of GI guard cross arm of length 2.5 mtrs made out of 65x65x6 mm
angle & shall be hot dipped galvanized generally conforming to IS : 2633/72. The clamps shall
also be hot dipped galvanized generally conforming to IS: 2633/72 & suitable for 13 m 52 kgs/m
rail pole & for 8.0 meters longs RCC poles. Guarding shall be erected with ground & line
clearances as per the I.E. rules. Cradle guard wire should be of 8 SWG GI Wire provided with
lashing of 10 SWG GI wire at a distance of 2 m along the length of the guarding. Tension clamps,
threaded eye bolts, turn buckles, thimble, tying wires and hardware are as per specified in the
specifications. A sketch showing arrangement of guarding at road crossing is enclosed with
tender drawing.
Part -2 : Employer’s Requirements 186

The minimum height between any guard wires and live crossing conductor shall not be less than
1.5 m in case of a railway crossing.

1.34. Repair to conductors

The conductor shall be continuously observed for loose or broken strands or any other damage
during the running out operations. Repair to conductors, if necessary, shall be carried out with
repair sleeves. Repairing of the conductor surface shall be carried out only in case of minor
damage, scuff marks, etc. The final conductor surface shall be clean, smooth and free from
projections, sharp points, cuts, abrasions, etc. The Contractor shall be entirely responsible for any
damage to the poles during stringing.

1.35. LT Lines and Service connection

1.7.1. The LT line shall be erected of single phase or three phase arrangements through AB Cable
depending on site requirements. Every 6th pole of LT line shall be earthed with GI spike/GI Coil
as per specifications.

1.7.2. In all those locations where LT AB cable is to be erected on the same support in which 11KV or
33KV line is also erected, proper isolation is to be maintained.

1.7.3. All single phase service connections released under the RDSS schemes shall be provided with one
earth point near the energy meter. This point is connected with the proper earthing system through
GI wires. 10mm diameter earth knob in form of bolt and nut is to be installed on energy meter
board. This earth point is to be maintained by service providing Distribution Company after
installation and energisation. In up-stream network, this earth point is to be connected with earth
point.

1.7.4. Service connection is to be issued on proper surveying of the location so that excessive erection
of LT line or 11 KV line may be avoided. The service wire is to be hanged on supportive GI wire
between pole support and the house. Before installing service wires and GI wire, GI pipe on the
consumer premises is to be erected using clamps/ nails/proper binding etc. In case of hut or poor
structure at consumer premises, GI pipe is to clamp on wooden planks/wooden structure existing
in the house. The GI pipe should be supported for neutralizing tension by means of GI tie wire
support. In pukka/brickwork/cement concrete foundations, house, GI support pipe is to be
clamped by means of MS clips.
Part -2 : Employer’s Requirements 187

13.11 Technical Specifications for Equipment


All materials required to complete the work as per given specifications & drawings etc. must be
manufactured and supplied using fresh raw material. Re-moulded, re-circulated materials are not
acceptable. The procurement of materials must be made by the contractor directly from
manufacturer or through authorized dealer/distributors. Documentary evidence to this effect is to be
made available to Employer for necessary checks/verification of source of supply of materials.
Secondhand materials/ partial used materials/ used materials would not acceptable.

Climatic condition details are given with various materials specifications however,bidder shall note
that materials covered under project specific RDSS works shall be utilized in that particular project
only. Hence, the geographical location of that particular project site and its associated climatic
condition shall be applicable for all the materials of that particular project.

Technical Specifications / Drawings

The latest Technical Specification of the material shall be applicable.


LATEST APPLICABLE TECHNICAL SPECIFICATIONS & DRAWING BE DOWNLOADED
FROM http://uhbvn.org.in/web/portal/technical-spec and http://www.dhbvn/supplier.htm/New
Specifications by following steps as below:-
1) From www.uhbvn.org.in Website:
Vendors are required to visit themselves online with http://www.uhbvn.org.in→ Tender→
Technical Specification→ Download the Technical Specifications uploaded on the website of
UHBVN/DHBVN as on the date of floating of bid. However list of Technical Specifications are
shared below for reference:-

WHOLE CURRENT A.C. SINGLE PHASE TWO WIRE STATIC


ENERGY METER OF ACCURACY CLASS 1.0(10-60A) WITH
1 CSC-I/DH/UH/P&D/2009-2010 COMMUNICATION FACILITY. Please Refer New
Specification at Sr. No. 47 No.CSC-IIIL/R-
I/DH/UH/P&D/2010-2011

WHOLE CURRENT A.C. THREE PHASE FOUR WIRES L.T.


2 CSC-II/DH/UH/P&D/2009-2010 STATIC ENERGY METER OFACCURACY CLASS 1.0(10-
60A) WITH COMMUNICATION FACILIT.----Please Refer
New Specification at Sr. No. 48 No.CSC-48/R-
Part -2 : Employer’s Requirements 188

I/DH/UH/P&D/2010-2011.

CSC-III/DH/UH/P&D/2009-2010
CSC-III/R-I/DH/UH/P&D/2010-
2011
CSC-III/R-II/DH/UH/P&D/2012-
Outdoor Types Distribution Energy Efficiency Level-2
2013
Transformer of 11 KV / 433-250 V Class up to and
3 CSC-III/R-V/DH/UH/P&D/2015-
including 100 KVA i.e. (25 KVA TO 100 KVA) with SP (Self
2016
Protected - HT Side Only).
CSC-III/R-
VI/DH/UH/P&D/2020-2021
CSC-III/R-
VI/DH/UH/P&D/2020-2021

11/0.433 KV 6.3,10,16,20 COPPER WOUND CSP TYPE &


CSC-IV-R-I/DH/UH/P&D/2009- 40 KVA ALUMINIUM WOUND CSP TYPE, (WITH
4
2010 COMPLETELY SELF PROTECTED) DISTRIBUTION
TRANSFORMERS.

CSC-V/DH/UH/P&D/2009-2010
CSC-V/R-I/DH/UH/P&D/2010- Outdoors types Distribution Transformers of 11 KV/433-
5 2011 250 V Class 200, 400, 630 & 990 KVA with CSP
CSC-V/R-II/DH/UH/P&D/2010- (completely self protected) features.
2011

CSC-VI/DH/UH/P&D/2009-2010
CSC-VI/R-I/DH/UH/P&D/2010-
6 2011 GSS WIRE OF 7/8 SWG (4MM).
CSC-VI/R-II/DH/UH/P&D/2015-
2016

CSC-VII/DH/UH/P&D/2009-
2010
CSC-VII/R-I/DH/UH/P&D/2009-
7 PCC POLES (200KG) W.L. (F.O.S-2.5) 8/9 METER LONG.
2010
CSC-VII/R-
II/DH/UH/P&D/2015-2016

CSC-VIII/DH/UH/P&D/2009- 5KV MOTORISED /HAND OPERATED INSULATION


8
2010 RESISTANCE TESTER (PORTABLE).
Part -2 : Employer’s Requirements 189

CSC-IX/DH/UH/P&D/2009- PORTABLE ELECTRONIC REFERENCE STANDARD METER


9 2010 CSC-IX/R- FOR TESTING OF SINGLE PHASE KILOWATT HOUR
I/DH/UH/P&D/2020-2021 ENERGY METERS (ACCURACY CLASS0.5).

CSC-X/DH/UH/P&D/2009-2010
HARD DRAWN STRANDED STEEL CORED ALUMUINIUM
10 CSC-X-RI/DH/UH/P&D/2010-
CODUCTORS (20, 30&50MM2)
2011

CSC-10/R-II/P-19/DD-
LT Single Core, 3.5 Core and 4 Core PVC Insulated
II/UHBVN/2018-2019
10A Unarmoured Cable of Sizes for working voltage upto&
CSC-10/R-III/P-19/DD-
including 1100V, for Service Connection
II/UHBVN/2020-2021

FOUR CORE AND TWO CORE XLPE INSULATED & XLPE


11 CSC-XI/DH/UH/P&D/2009-2010
SHEATHED ARMOURED CABLES

CSC-XII/DH/UH/P&D/2009- 11 KV CROSS – LINKED POLY ETHYLENE INSULATED PVC


12
2010 SHEATED SINGLE CORE POWER CABLE

CSC-XIII/DH/UH/P&D/2009-
2010
CSC-XIII/R-
I/DH/UH/P&D/2010-2011
CSC-XIII/R- FOUR CORE & TWO CORE PVC INSULATED & PVC
13
II/DH/UH/P&D/2015-2016 HEATHED LT ARMOURED CABLES.
CSC-XIII/R-
III/DH/UH/P&D/2018-2019
CSC-XIII/R-
IV/DH/UH/P&D/2020-2021

11 kV XLPE POWER CABLE (CROSS LINKED


CSC-XIV/DH/UH/P&D/2009- POLYTHELENE DRY GAS CURED)Please Refer New
14
2010 Specification at Sr. No. 44 No. CSC-
XXXXIV/DH/UH/P&D/2009-2010.

CSC-XV-R-I/DH/UH/P&D/2009-
10
CSC-XV/DH/UH/P&D/2009-
15 PCC POLES 11 METER LONG(WL-400 K.G. F.O.S-2.5)
2010
CSC-XV/R-II/DH/UH/P&D/2015-
2016
Part -2 : Employer’s Requirements 190

CSC-XVI/DH/UH/P&D/2009-
2010
CSC-XVI/R-I/DH/UH/P&D/2009-
16 G.I. WIRE
2010
CSC-16/R-II/DH/UH/P&D/2015-
2016

CSC-XVII/DH/UH/P&D/2009- 2.5 MOTORISED / HAND OPERATED INSULATION


17
2010 RESISTANCE TESTER (PORTABLE).

OUTDOOR TYPE SINGLE PHASE OIL IMMERSED


CSC-XVIII/DH/UH/P&D/2009- COMPLETELY SELF PROTECTED DISTRIBUTION
18
2010 TRANSFORMERS 10, 16 & 25 KVA, 11 kv I 250 Volts & 11
kv/?3 I 250 Volts

CSC-XIX/DH/UH/P&D/2009- PCC POLES 8 METER (WL-200 KG) AND 9 METER (WL-


19
2010 400KG)

CSC-XX/DH/UH/P&D/2009-
2010
CSC-XX/R-I/DH/UH/P&D/2009-
2010
CSC-XX/R-II/DH/UH/P&D/2011-
20 33 KV Transformer & Feeder Control & Relay Panel
2012
CSC-20/R-V/DH/UH/P&D/2020-
2021
CSC-20/R-
VI/DH/UH/P&D/2022-2023

CSC-XXI/DH/UH/P&D/2009-
2010
21 30 KV (Station Type) Lightning Arrester.
CSC-XXI/R-I/DH/UH/P&D/2015-
2016

CSC-XXII/DH/UH/P&D/2009-
2010 36 KV Isolators & Isolators-Cum-Earth Switch for 33 KV
22
CSC-XXII/DH/UH/P&D/2009- Sub Stations.
2010

CSC-XXIII/DH/UH/P&D/2009-
23 11 kV Neutral CT.
2010
Part -2 : Employer’s Requirements 191

CSC-XXIV/DH/UH/P&D/2009-
2010
CSC-XXIV/DH/UH/P&D/2020-
24 36 kV Vacuum Circuit Breaker for 33 kV S/Stns.
2021
CSC-XXIV/R-
II/DH/UH/P&D/2020-2021

CSC-XXV/DH/UH/P&D/2009-
2010 Technical Specification for LT Moulded Case Circuit
25
CSC-XXV/R- Breaker (Thermal)
I/DH/UH/P&D/2010-2011

CSC-XXVI/DH/UH/P&D/2009-
26 8 MVA , 33/11 kV Power T/F.
2010

CSC-XXVII/DH/UH/P&D/2009-
2010
CSC-XXVII/R-
27 10 MVA, 33 / 11 kV Power Transformer
I/DH/UH/P&D/2009-2010
CSC-XXVII/R-
III/DH/UH/P&D/2015-2016

CSC-XXVIII/DH/UH/P&D/2009-
2010
CSC-XXVIII/DH/UH-Amendment
28 CSC-XXVIII/R- 11 kV 400 A GO Switch.
I/DH/UH/P&D/2015-2016
CSC-XXVIII/R-
II/DH/UH/P&D/2016-2017

CSC-XXIX/DH/UH/P&D/2009- Porcelain Insulators and Insulators fittings for 11 KV


29
2010 Overhead Power Lines.

CSC-XXX/DH/UH/P&D/2009-
2010 11 kV XPLE insulated PVC sheathed single core - 630 mm2
30
CSC-XXX/R- power cable
I/DH/UH/P&D/2015-2016

4 core & 2 core XLPE cables of various sizes- 16 mm2, 10


CSC-XXXI/DH/UH/P&D/2009-
31 mm2, & 6 mm2 insulated and XLPE sheathed armoured LT
2010
cables

Part -2 : Employer’s Requirements 192

CSC-XXXII/DH/UH/P&D/2009-
32 STATIC LT /CT OPERATED METERS
2010

CSC-XXXIII/DH/UH/P&D/2009- STATIC CT /PT OPERATED TRIVECTOR METERS FOR HT


33
2010 CONSUMERS/FEEDER METER

CSC-XXXIV/DH/UH/P&D/2009- NEW INSULATING OILS FOR TRANSFORMER AND


34
2010 SWITCHGEAR

CSC-XXXIV/R- NEW INSULATING OILS FOR TRANSFORMER AND



I/DH/UH/P&D/2020-2021 SWITCHGEAR

CSC-XXXV/DH/UH/P&D/2009-
2010
CSC-XXXV/R-
35 Hi-Tech Tamper proof poly Carbonate seals
II/DH/UH/P&D/2020-2021
CSC-XXXV/R-
II/DH/UH/P&D/2020-2021

CSC-XXXVI/DH/UH/P&D/2009- HEAT SHRINKABLE / PUSH ON TYPETERMINATIONS FOR


36
2010 11 KV XLPE CABLES

CSC-XXXVII/DH/UH/P&D/2009-
37 DIGITAL EARTH TESTER
2010

CSC-
LOW TENSION (LT) MEASURING CURRENT
XXXVIII/DH/UH/P&D/2009-
TRANSFORMERS (C.Ts) OF RATIO 20/5A, 30/5A, 40/5A,
38 2010
50/A, 60/5A, & 75/5A, (WOUND TYPE) AND 100/5A
CSC-XXXVIII/R-
(RING TYPE)
1/DH/UH/P&D/2015-16

CSC-XXXIX/DH/UH/P&D/2009-
2010
CSC-XXXIX/R-
39 33 KV POTENTIAL TRANSFORMER
I/DH/UH/P&D/2009-10
CSC-XXXIX/R-
II/DH/UH/P&D/2015-16

CSC-XXXX/DH/UH/P&D/2009-
2010 33 KV CURRENT TRANSFORMER FOR 33 kV SUB
40
CSC-40/R-I/DH/UH/P&D/2014- STATIONS ONLY
2015
Part -2 : Employer’s Requirements 193

CSC-40/R-II/DH/UH/P&D/2020-
2021

CSC-XXXXI/DH/UH/P&D/2009-
2010
CSC-41/R-I/DH/UH/P&D/2015- METER CUP BOARD (MCB) FOR OUTSIDE USAGE FOR
41
2016 THREE PHASE ENERGY METERS
CSC-41/R-II/DH/UH/P&D/2020-
2021

CSC-XXXXII/DH/UH/P&D/2009-
2010 MERER CUP BOARD (MCB) FOR OUTSIDE USAGE FOR
42
CSC-42/R-I/DH/UH/P&D/2015- SINGLE PHASE ENERGY METERS
2016

CSC-XXXXIII/DH/UH/P&D/2009- 11 KV AUTOMATICALLY SWITCHED CAPACITOR BANKS


43
2010 AT 33/11kV SUB STATIONS

CSC-XXXXIV/DH/UH/P&D/2009-
11 KV XLPE POWER CABLE (CROSS LINKED
2010
44 POLYTHELENE DRY / GAS CURED) of Sizes 50, 95, 150,
CSC-44/R-I/DH/UH/P&D/2015-
185, 300 mm2.
2016

CSC-XXXXV/DH/UH/P&D/2009-
2010
CSC-VL/R-I/DH/UH/P&D/2009-
2010 3 PHASE 4 WIRE LT CT & HT CT/PT OPERATED FULLY
CSC-VL/R- STATIC AMR COMPATIBLE TRI-VECTOR ENERGY
45
VI/DH/UH/P&D/2020-2021 METERS (DLMS Compliant) for HT/LT
CSC-45/Rev- Consumers/Feeder/DT Meters.
IV/DH/UH/P&D/2020-21
CSC-45/Rev-
VI/DH/UH/P&D/2020-21

CSC-XXXXVI/DH/UH/P&D/2009-
2010
46 CSC-IVL/R-I/DH/UH/P&D/2009- ABT METERING SYSTEM
2010 CSC-46/R-
II/DH/UH/P&D/2018-2019

47 CSC-IIIL/DH/UH/P&D/2009- WHOLE CURRENT A.C.SINGLE PHASE TWO WIRE STATIC


Part -2 : Employer’s Requirements 194

2010 ENERGY METER OF ACCURACY CLASS 1.0 (10-60A) WITH


CSC-IIIL/R-I/DH/UH/P&D/2009- COMMUNICATION FACILITY
2010
CSC-IIIL/R-
II/DH/UH/P&D/2009-2010
CSC-IIIL/R-
IV/DH/UH/P&D/2015-16
CSC-47/Rev-
VII/DH/UH/P&D/2017-18

CSC-IIL/DH/UH/P&D/2009-
2010
CSC-IIL/R-I/DH/UH/P&D/2009-
2010 WHOLE CURRENT A.C. THREE PHASE FOUR WIRES L. T.
CSC-IIL/R-II/DH/UH/P&D/2009- STATIC ENERGY METER OF ACCURACY CLASS 1.0(10-
48
2010 60A) (DLMS Compliant) WITH COMMUNICATION
CSC-48/R- FACILITY
IV/DH/UH/P&D/2015-16
CSC-48/R-V/DH/UH/P&D/2018-
19

CSC-49/DH/UH/P&D/2010-
49 33 KV, 3 X 300MM2 XLPE ARMOURED Cable
2011

CSC-XXXXX/DH/UH/P&D/2009-
Super Enamelled Aluminium Winding Wire/Double Paper
2010
50 Covered Aluminium Winding/Double Paper Aluminium
CSC-50/R-I/DH/UH/P&D/2015-
Strip (Rectangular).
2016

CSC-LI/DH/UH/P&D/2009-2010
CSC-LI/DH/UH/P&D/2020-2021 Hard-Drawn Stranded Steel Cored Aluminium Conductor
51
CSC-51/R-II/DH/UH/P&D/2020- (ACSR- 50, 80, 100 & 130 200mm2).
2021

CSC-LII/DH/UH/P&D/2009-
2010
52 11 KV-33 KV HIGHVOLTAGE DETECTOR.
CSC-52/R-I/DH/UH/P&D/2015-
2016

53 CSC-LIII/DH/UH/P&D/2009- POWER ANALYSER.


2010
Part -2 : Employer’s Requirements 195

CSC-53/R-I/DH/UH/P&D/2015-
2016

L.T. INSULATION PIERCING CONNECTORS SUITABLE FOR


LT AERIAL BUNCHED XLPE INSULATED ALUMINIUM
CSC-LIV/DH/UH/P&D/2009- CONDUCTOR CABLES WITH BARE MESSENGER WIRE /
54
2010 BARE CONDUCTOR FOR LT OVER HEAD LINES SUITABLE
FOR WORKING VOLTAGE UPTO & INCLUDING 1100
VOLTS.

CSC-55/R-II/DH/UH/P&D/2019-
2020
55 11 KV Aerial Bunched Cables.
CSC-55/R-II/DH/UH/P&D/2020-
2021

CSC-56/DH/UH/P&D/2009- TECHNICAL SPECIFICATION OF MICROPROCESSOR


56
2010 BASED MOULDED CASE CIRCUIT BREAKERS.

CSC-LVII/DH/UH/P&D/2010-
2011
57 Digital/Electronics Insulation Testers(Meggers)
CSC-57/R-I/DH/UH/P&D/2015-
2016

CSC-58/DH/UH/P&D/2010-
58 HT & LT METAL PARTS
2011

59 CSC-59/DH/UH/P&D/2011-12 PORCELAIN Guy Strain Insulators

CSC-60/DH/UH/P&D/2011-
2012
60 Ni-Cd Alkaline Batteries
CSC-60/R-I/DH/UH/P&D/2011-
2012

Epoxy Cast Indoor type 11KV Measuring and Protection


61 CSC-61/DH/UH/P&D/2011-12 Current Transformers for Installation on 11KV Circuit
Breakers

Porcelain Insulators(Pin/shackle) and Insulators Fittings


62 CSC-62/DH/UH/P&D/2011-12
for 415/240V Overhead Power Lines

Meter Cup Board(MCB) For Three Phase LTCT Energy


63 CSC-63/DH/UH/P&D/2011-12
Meters

Part -2 : Employer’s Requirements 196

64 CSC-64/DH/UH/P&D/2011-12 For 415 VOLTS L.T. SWITCH BOARDS

For MULTI CORE LT XLPE INSULATED


65 CSC-65/DH/UH/P&D/2011-12
UNARMOUREDCABLES OF VARIOUS SIZES

CSC-66/R-I/DH/UH/P&D/2020- Outdoor 11kV METERING CUBICAL WITH METERING CTS


66
21 AND PTS

67 CSC-67/DH/UH/P&D/2011-12 For 33 kV AERIAL BUNCHED CABLE

68 CSC-68/DH/UH/P&D/2011-12 For GALVANISED STEEL BARBED WIRE

LT Aerial Bunched Cable (16 to 120 sq. mm) with Cross-


CSC-69/R-I/DH/UH/P&D/2020-
69 Linked Polyethylene (XPLE) Insulation for Voltagesupto&
2021
Including 1.1 KV.

CSC-70/DH/UH/P&D/2011-
2012
TWIN CORES PVC SHEATHED PVC INSULATED WEATHER
CSC-70/R-I/DH/UH/P&D/2015-
70 PROOF CABLE FOR WORKING VOLTAGE UPTO &
2016
INCLUDING 1100 V, FOR SERVICE CONNECTIONS.
CSC-70/R-II/DH/UH/P&D/2015-
2016

CSC-71/DH/UH/P&D/2012-
2013
CSC-71/R-1/DH/UH/P&D/2015- COMMON METER READING INSTRUMENT FOR VARIOUS
71 2016 CSC-71/R- MAKES OF AC STATIC ELECTRICAL ENERGY METERS/
II/DH/UH/P&D/2020-2021 DLMS COMPLIANT.
CSC-71/R-II/DH/UH/P&D/2020-
2021

For ANCHOR (DEAD END) & SUSPENSION ASSEMBLIES


72 CSC-72/DH/UH/P&D/2011-12
FOR LT AERIAL BUNCHED CABLES

CSC-73/DH/UH/P&D/2012-
HOT DIP Galvanized Hexagonal Head Bolts and Nuts,
2013
73 Electro Galvanized Spring Washers and HOT DIP
CSC-73/R-I/DH/UH/P&D/2012-
Galvanized Step Bolts.
2013

HOT DIP GALVANIZED HEXAGONAL HEAD BOLTS AND


CSC-73-R1/DH/UH/P&D/2012-
74 NUTS, ELECTRO GALVANIZED SPRING WASHERS AND
13
HOT DIP GALVANIZED STEP BOLTS

Part -2 : Employer’s Requirements 197

CSC-74/DH/UH/P&D/2012-
2013
75 For "12.5 MVA, 33 / 11 kV Power Transformer"
CSC-74/R-II/DH/UH/P&D/2015-
2016

76 CSC-75/DH/UH/P&D/2012-13

CSC-76/R-I/DH/UH/P&D/2015-
77 33/3.3 KV 3.5 & 5 MVA Power Transformers.
2016

For LT RESIN CAST RING TYPE CURRENT TRANSFORMER


78 CSC-77/DH/UH/P&D/2012-13 FOR OUTDOOR APPLICATION TO BE INSTALLED ON
BUSHINGS OF LT SIDE OF ABOVE 100 KVA DTs

CSC-78/DH/UH/P&D/2013-
2014
CSC-78/R-II/DH/UH/P&D/2020- Outdoor Type Distribution Transformers of 11 KV/433-
79
2021 250 Volt Class 200, 400, 500, 630, and 990 KVA
CSC-78/R-II/DH/UH/P&D/2020-
2021

CSC-79/DH/UH/P&D/2013- For Technical Specification for Heavy Duty Mobile Crane


80
2014 of 9 Ton Capacity

CSC-79-R1/DH/UH/P&D/2015- For 11KV PILFER RESISTENT METERING CUBICAL WITH


81
16 METERING CTS & PTS.

For Technical Specification for Transformer Oil Drum


82 CSC-80/DH/UH/P&D/2013-14
(Capacity 50KL)

CSC-79/DH/UH/P&D/2013-
2014
CSC-79/R-I/UH/DH/P&D/2015-
16
for 11 KV Pillar Resistant Metering Cubical with Metering
83 CSC-79/R-I/UH/DH/P&D/2015-
CTS and PTS.
16
CSC-79/R-II/UH/DH/P&D/2015-
16 CSC-79/R-
II/UH/DH/P&D/2020-21

CSC-81/DH/UH/P&D/2013- 11 KV Vacuum Interrupters of Various Models/Types to


84
2014 be installed in Vacuum Circuit Breakers.
Part -2 : Employer’s Requirements 198

CSC-81/R-1/UH/DH/P&D/2015-
16
CSC-81/R-II/UH/DH/P&D/2015-
16
CSC-81/R-
III/UH/DH/P&D/2016-17
CSC-81/R-
IV/UH/DH/P&D/2020-21
CSC-81/R-V/UH/DH/P&D/2022-
23

CSC-82/DH/UH/P&D/2014-
2015
85 Technical Specification of 11 KV Vacuum Interrupters
CSC-82/R-I/DH/UH/P&D/2015-
2016

CSC-83/DH/UH/P&D/2014-
2015
86 Male-Female Contacts of 400 AMPS G.O. Switches.
CSC-83/R-I/DH/UH/P&D/2015-
16

CSC-84/DH/UH/P&D/2014-
2015
87 CSC-84/DH/UH/P&D/2015-16 Composite Insulators for 33 KV/11 KV Works.
CSC-84/R-II/UH/DH/P&D/2020-
21

Heat Shrinkable for 11 KV XPLE Cables Straight Through


88 CSC-85/DH/UH/P&D/2014-15
Joints.

CSC-86/DH/UH/P&D/2014-
2015
89 Self-Adhesive Temper Proof High Security Seals
CSC-86/R-I/DH/UH/P&D/2015-
2016

CSC-87/DH/UH/P&D/2014-
2015
90 LT fuse Unit Board for 25/63/100/200 KVA DTs.
CSC-87/R-I/DH/UH/P&D/2015-
16

91 CSC-88/DH/UH/P&D/2014- 33 KV Gas Insulated Sub Station.


Part -2 : Employer’s Requirements 199

2015
CSC-88/R-I/DH/UH/P&D/2015-
2016

Technical Specification for Self Adhesive, Temper Proof


92 CSC-89/DH/UH/P&D/2014-15
High Security Seals

Technical Specification for Outdoor Type Distribution


93 CSC-90/DH/UH/P&D/2014-15
Transformers of 33 KV/0.4 KV Class 1 MVA

Technical Specification for Outdoor Type Distribution


94 CSC-91/DH/UH/P&D/2014-15
Transformers of 33 KV/0.4 KV Class 630 KVA

CSC-92/DH/UH/P&D/2014-
2015
95 11 KVA Copper Wound Protection Class CTs.
CSC-92/R-I/DH/UH/P&D/2015-
2016

CSC-93/DH/UH/P&D/2014-
2015
CSC-93/R-1DH/UH/P&D/2015- Technical Specification for 4 IN 1 Meter Cover Box (MCB)
96
2016 Metal for Single Phase Energy Meters.
CSC-93/R-III/R-
III/UH/DH/P&D/2017-2018

CSC-94/DH/UH/P&D/2014-
2015 11 KV Double Throw (Triple Pole) Gang Operated Change
97
CSC-94/R-I/DH/UH/P&D/2014- Over Switch.
2015

CSC-95/R-I/DH/UH/P&D/2020- Heat Shrinkable Straight through Joints for 11 KV Aerial


98
21 Bunch Cables.

CSC-96/DH/UH/P&D/2014-
2015
CSC-96/R-II/DH/UH/P&D/2020- Heat Shrinkable/Push on Type Terminations for 11 KV
99
2021 Aerial Bunched Cables.
CSC-96/R-II/DH/UH/P&D/2020-
2021

100 CSC-97/DH/UH/P&D/2014- 4 in 1 Meter Cover Box (MCB) Polycarbonate for Housing


2015 4 Nos. Single Phase Energy Meter with Multi Connection
Part -2 : Employer’s Requirements 200

CSC-97/R-1/DH/UH/P&D/2015- Bus Bar for Single Phase Supply System with Internal
2016 Wiring Arrangement.
CSC-97/R-II/DH/UH/P&D/2015-
2016

CSC-98/DH/UH/P&D/2015-
2016
101 11 KV Pole Mounted Sectionalizers
CSC-98/R-1/DH/UH/P&D/2015-
2016

Technical Specification for M Type Towers for 33 KV and


102 CSC-99/DH/UH/P&D/2015-16
11 KV Overload Transmission Line Networks

Technical Specification for Outdoor Type Distribution


103 CSC-100/DH/UH/P&D/2015-16
Transformers of 33 KV/0.4 KV Class 2 MVA

Technical Specification for MS Black Hexagonal Bolts with


104 CSC-101/DH/UH/P&D/2015-16
Nuts

Technical Specification for Dead End Fittings of Disc


105 CSC-102/DH/UH/P&D/2015-16
Insulators

CSC-103/DH/UH/P&D/2015-
Technical Specification for Whole Current A. C. Single
106 16 CSC-103/R-
Phase Two Wire Static Energy Meter
II/DH/UH/P&D/2020-21

CSC-103/R- Technical Specification for Whole Current A. C. Single


107
I/DH/UH/P&D/2019-20 Phase Two Wire Static Energy Meter

Technical Specification for Supply of Mini-Truck/ Van


Mounted Single Phase Modular Cable Fault Location
108 CSC-104/DH/UH/P&D/2015-16
equipment suitable for Locating fault on

Low/Medium/High Voltage/td>

Technical Specification for 33 KV, 3*400 mm XPLE


109 CSC-105/DH/UH/P&D/2015-16
Armoured Cable

Technical Specification for 33 KV, 1C*1000 mm XPLE


110 CSC-106/DH/UH/P&D/2015-16
Armoured Cable

Technical Specification for Fault Passage Indicators for


111 CSC-107/DH/UH/P&D/2015-16
cable in and cable out

Part -2 : Employer’s Requirements 201

CSC-108/DH/UH/P&D/2015-
2016
112 Technical Specification for 33KV, Pin Insulator
CSC-108/R-
I/DH/UH/P&D/2015-2016

CSC-109/DH/UH/P&D/2015-
2016 Technical Specification for 11KV-33KV, GI PIN for PIN
113
CSC-109/R- Insulators
I/DH/UH/P&D/2015-2016

Technical Specification for 19/33 KV TR-XLPE Power


Cables (Armoured) for 1CX50, 95, 120, 150, 185, 300, 400,
114 CSC-110/DH/UH/P&D/2015-16
500, 630 & 1000 mm2 and 3CX 50, 95, 120, 150, 150, 185,

300 & 400 mm2.

CSC-111/DH/UH/P&D/2015- Technical Specification for 6.5/11 KV TR-XLPE Power


2016 Cables (Armoured) for sizes 1CX35, 50, 95, 120, 150, 185,
115
CSC-111/R- 300, 400 & 500 mm2 and 3CX35, 50, 95, 120, 150, 150,
II/DH/UH/P&D/2020-2021 185, 300 400 & 500 mm2.


Technical Specification for ACSR Conductor 105 SQMM
116 CSC-112/DH/UH/P&D/2015-
Insulated.
2016

CSC-113/DH/UH/P&D/2015-
2016 Technical Specification for LT Shackle Insulators
117
CSC-113/R- (Medium/Large).
1/DH/UH/P&D/2015-16

CSC-114/DH/UH/P&D/2015-
2016
CSC-114/R-
1/DH/UH/P&D/2016-2017 Technical Specification for LT XLPE Power Cable
118
CSC-114/R- (unarmoured) of different size's for Distribution Network.
II/DH/UH/P&D/2018-2019
CSC-114/R-
III/DH/UH/P&D/2020-2021

CSC-115/DH/UH/P&D/2016- Technical Specification for LT XLPE Power Cable


119 2017
(armoured) for Distribution Network.
CSC-115/R-
Part -2 : Employer’s Requirements 202

1/DH/UH/P&D/2016-2017
CSC-115/R-
II/DH/UH/P&D/2018-2019
CSC-115/R-
III/DH/UH/P&D/2020-2021

CSC-116/DH/UH/P&D/2015-16
Technical Specification for LT CT Metering Cubicle for
120 CSC-116/R-
Outside Usage for LT CT Energy Meters.
I/DH/UH/P&D/2020-21

CSC-117/DH/UH/P&D/2015-
2016
CSC-117/R-
1/DH/UH/P&D/2016-2017
121 11KV Ring Main Units (RMU) with inbuilt FPI & FRTU.
CSC-117/R-
2/DH/UH/P&D/2017-2018 CSC-
117/R-III/DH/UH/P&D/2018-
2019

122 CSC-118/DH/UH/P&D/2015-16 Technical Specification for 33 KV Ring Main Units (RMU)


CSC-119/R-
Technical Specifications foroutdoor type Distribution
III/DH/UH/P&D/2020-2021
123 Transformers of 11KV/433-250 V Class of 400, 500, 630 &
CSC-119/R-
1000 KVA.
II/DH/UH/P&D/2016-2017

Technical Specification for Heat Shrink Joints and


124 CSC-120/DH/UH/P&D/2015-16
Terminators for 33 KV

Technical Specification for Unarmoured Copper Control


125 CSC-121/DH/UH/P&D/2015-16
Cables

Technical Specification for Dead End Fittings of Disc


126 CSC-122/DH/UH/P&D/2015-16
Insulators

Technical Specification for Hydraulic Mobile Pickle N


127 CSC-123/DH/UH/P&D/2015-16
Carry Cranes of 12 Ton Capacity 42 Feet Boom Height

CSC-124/DH/UH/P&D/2015-
2016 Technical Specification for Hydraulic Mobile Pick "N"
128
CSC-124/R- Carry Cranes of 12 TON Capacity 42 Feet Boom Height.
I/DH/UH/P&D/2016-2017
Part -2 : Employer’s Requirements 203

Technical Specification for Three Phase Four Wire LT


129 CSC-125/DH/UH/P&D/2015-16
Electronic Trivector Meter with Inbui;t L.T., C.T.

CSC-126/DH/UH/P&D/2015-
2016 Technical Specification for 400, 500, 630 & 1000 KVA,
130
CSC-126/R- 11/0.433 KV Dry-Type (VPI) DT (Indoor/Underground).
I/DH/UH/P&D/2016-2017

Technical Specification for 11 kV Gas Insulated


131 CSC-127/DH/UH/P&D/2015-16
Switchgear.

Technical Specification for 33/11 KV Containerized GIS


132 CSC-128/DH/UH/P&D/2015-16
Sub Station.

CSC-129/DH/UH/P&D/2015-
2016 Technical Specification for Three Phase 400, 500, 630 &
133
CSC-129/R- 1000 KVA Compact Sub Station.
1/DH/UH/P&D/2016-2017

CSC-130/DH/UH/P&D/2015-
2016 Technical Specification for Laying and Installation of 33
134
CSC-130/R- KV, 11 KC and LT under ground cables
1/DH/UH/P&D/2016-2017

CSC-131/DH/UH/P&D/2015-16
Technical Specification for Laying Optical Fibre Cable
135 CSC-131/R-
(OFC)
II/DH/UH/P&D/2018-19

Technical Specification for 400, 500, 630 & 1000 KVA,


136 CSC-132/DH/UH/P&D/2015-16
33/0.433 KV Dry-Type (VPI) DT (Indoor/Underground).

CSC-133/DH/UH/P&D/2015-
2016
137 Technical Specification for outdoor LT Feeder Panel.
CSC-133/R-
1/DH/UH/P&D/2016-2017

CSC-134/DH/UH/P&D/2015-
Technical Specification for Remote Terminal Unit (RTU)
2016
138 and Feeder Remote Terminal Unit (FRTU) for SCADA
CSC-134/R-
operation.
1/DH/UH/P&D/2016-17

139 CSC-135/DH/UH/P&D/2015-16 Technical Specification for Dead End Fittings of Disc



Part -2 : Employer’s Requirements 204

Insulators

Technical Specification for Polycarbonate Meter Cover


140 CSC-136/DH/UH/P&D/2015-16
Box for Three Phase Meters

CSC-137/DH/UH/P&D/2015-16
141 CSC-137/R- Technical Specification for Transformer Fencing.
1/UH/DH/P&D/2022-23

Technical Specification for 20 Position Fully Automatic


142 CSC-138/DH/UH/P&D/2016-17 Meter Testing Equipment with Reference Metere of Class

0.02.

143 CSC-139/DH/UH/P&D/2016-17 Laying of Optical Fiber Cable (OFC).


Technical Specification for AC extra High Voltage Break


144 CSC-140/DH/UH/P&D/2016-17 Down Tester for Testing of Potential Transformer with

Digital Display and Digital Timer.

CSC-141/DH/UH/P&D/2016-17
145 CSC-141/R- Technical Specification for Insulation Resistance Tester.
I/DH/UH/P&D/2018-19

Technical Specification for Energy Meters with Digital


146 CSC-142/DH/UH/P&D/2016-17
Display and Programmable Timer.

CSC-143/DH/UH/P&D/2015-
2016 Technical Specification for Polycarbonate Meter Cover
147
CSC-143/R- Box for Single Phase Meters.
1/DH/UH/P&D/2015-16

Technical Specification for Polycarbonate Meter Cover


148 CSC-144/DH/UH/P&D/2016-17
Box for Three Phase Meters.

CSC-145/DH/UH/P&D/2016- Technical Specification for Portable Compact Static On


149 17 CSC-145/DH/UH/P&D/2020- Line Meter Testing Equipment for Three Phase Electronic
21 Energy LT Meters.

CSC-146/DH/UH/P&D/2016- Technical Specification for Portable Three Phase


150 17 CSC-146/R- Electronic reference standard Meter Capable of Testing of
I/DH/UH/P&D/2020-21 HT Meters.

151 CSC-147/DH/UH/P&D/2016- Technical Specification for Whole Current AC Three Phase


Part -2 : Employer’s Requirements 205

17 CSC-147/R- Four Wires LT Static Energy Meter of Accuracy Class


II/DH/UH/P&D/2020-21 1.0(10-60A) with Communication facility.

Technical Specification for Single Element IDMT Relay for


152 CSC-148/DH/UH/P&D/2016-17
PAT.

Technical Specification for 20 Position Fully Automatic


153 CSC-149/DH/UH/P&D/2016-17 Meter Testing Equipment with Reference Meter of Class

0.02.

Technical Specification for Automatic CT (Current


154 CSC-150/DH/UH/P&D/2016-17
Transformer) and PF (Potential Transformer) System.

Technical Specification for AC extra High Voltage Break


155 CSC-151/DH/UH/P&D/2016-17 Down Tester for Testing of Potential Transformer with

Digital Display and Digital Timer.

156 CSC-152/DH/UH/P&D/2016-17 Technical Specification for Insulation Resistance Tester.


157 CSC-153/DH/UH/P&D/2016-17 Technical Specification for Fire Extinguisher.


158 CSC-154/DH/UH/P&D/2016-17 Technical Specification for Digital Earth Meter.


159 CSC-155/DH/UH/P&D/2016-17 Technical Specification for Digital Clamp Meter.


Technical Specification for Portable Compact Static On


160 CSC-156/DH/UH/P&D/2016-17 Line Meter Testing Equipment for Three Phase Electronic

LT Meters.

Technical Specification for Portable Compact Static On


161 CSC-157/DH/UH/P&D/2016-17 Line Meter Testing Equipment for Three Phase Electronic

HT Meters.

162 CSC-158/DH/UH/P&D/2016-17 Technical Specification for Computer System.


Technical Specification for Temperature and Humidity


163 CSC-159/DH/UH/P&D/2016-17
Logger (Digital).

Technical Specification for Three Phase Frequency Reader


164 CSC-160/DH/UH/P&D/2016-17
Meter (Digital).

Technical Specification for Three Phase Supply Voltage


165 CSC-161/DH/UH/P&D/2016-17
Reader (Digital)

Part -2 : Employer’s Requirements 206

Technical Specification for Three Phase Digital Power


166 CSC-162/DH/UH/P&D/2016-17
Analyzer.

Technical Specification for Single Phase Digital Power


167 CSC-163/DH/UH/P&D/2016-17
Analyzer.

168 CSC-164/DH/UH/P&D/2016-17 Technical Specification for Fire Extinguisher.


169 CSC-165/DH/UH/P&D/2016-17 Technical Specification for 10 KVA UPS System.


170 CSC-166/DH/UH/P&D/2016-17 Technical Specification for Digital Multimeter.


171 CSC-167/DH/UH/P&D/2016-17 Technical Specification for Digital Stop Watch.


172 CSC-168/DH/UH/P&D/2016-17 Technical Specification for Door Access Machine


173 CSC-169/DH/UH/P&D/2016-17 Technical Specification for Lux Meter.


CSC-170/DH/UH/P&D/2016-17
Technical Specification for 3P 4W LT CT NET Meter for
174 CSC-170/R-
ROOFTOP SOLAR PROJECTS.
II/DH/UH/P&D/2020-21

CSC-170/R- Technical Specification for 3P 4W LT CT NET Meter for


175
I/DH/UH/P&D/2019-20 ROOFTOP SOLAR PROJECTS.

CSC-171/DH/UH/P&D/2016-
2017 Technical Specification for 3P 4W HT CT NET Meter for
176
CSC-171/R- ROOFTOP SOLAR PROJECTS.
II/DH/UH/P&D/2020-2021

CSC-171/R- Technical Specification for 3P 4W HT CT NET Meter for


177
I/DH/UH/P&D/2019-2020 ROOFTOP SOLAR PROJECTS.

CSC-172/DH/UH/P&D/2016-
178 Technical Specification for Monopoles.
2017

Technical Specification for Outdoor Types Aluminium


CSC-173/DH/UH/P&D/2016- wound Distribution Energy Efficiency Level-2
179
2017 Transformer of 11 KV / 433-250 V Class up to and
including 20 KVA.

CSC-174/DH/UH/P&D/2016- Technical Specification for Non-Motorized 11 KV Ring


180
2017

Main Units (RMUs) without FRTUs of various


Part -2 : Employer’s Requirements 207

configurations.

Technical Specification for Non-Motorized 11 KV Ring


CSC-175/DH/UH/P&D/2016-
181 Main Units (RMUs) without FRTUs of various
2017
configurations.

CSC-180/DH/UH/P&D/2018- Technical Specification for Single Phase LT Distribution


182
2019 Box for 2 Core Armoured Cable.

CSC-181/DH/UH/P&D/2018- Three Phase LT Distribution Box for 4 Core Armoured


183
2019 Cable.

CSC-182/DH/UH/P&D/2018-
184 Single Phase Whole Current Smart Meter.
2019

CSC-183/DH/UH/P&D/2018-
185 Three Phase Whole Current Smart Meter.
2019

CSC-184/DH/UH/P&D/2018-
186 Truck Mounted Multifunction Machine (Crane).
2019

CSC-185/DH/UH/P&D/2018- 5 Star rated Motor Pump Sets along with Smart Control
187
2019 Panels.

CSC-191/DH/UH/P&D/2020-
188 LT Line Spacer (Composite Type).
2021

CSC-187/R- 11 KV Insulated Medium Voltage Line Cover (MVLC) for


189
I/DH/UH/P&D/2018-2019 ACSR Conductor (Sleeve).

CSC-191/R-
190 Insulated Jumper Assembly.
I/DH/UH/P&D/2018-2019

LT Single Core, 2 Core, 3.5 Core & 4 Core PVC Insulated


CSC-193/DH/UH/P&D/2020-
191 and PVC Sheathed Unarmoured & Armoured Cable of
2021
various size.

CSC-194/DH/UH/P&D/2020- 11 KV Vacuum Circuit Breaker (Out Door) in Kiosk Type


192
2021 Housing Alongwith CT, PT & HT TVM.

CSC-195/DH/UH/P&D/2020- For Supply and Commissioning of Cable/Conductor


193
2021 Rewinding Machine.
Part -2 : Employer’s Requirements 208

CSC-196/DH/UH/P&D/2020- Mini Truck/Van Mounted Underground Cable Fault


194
2021 Locator fully Automatic System.

CSC-197/DH/UH/P&D/2020- 11 KV Potential Transformers (PTs) of Accuracy class 0.2


195
2021 & 0.5 for NET Metering & other Metering applications.

CSC-198/DH/UH/P&D/2020- 11 KV Measuring Current Transformers (CTs) (Indoor &


196
2021 Wound Type).

CSC-199/DH/UH/P&D/2020- Outdoor Type Distribution Transformers of 11 KV/433-


197
2021 250 V Class Aluminium wound 200 KVA with SP ...................

CSC-199/DH/UH/P&D/2020- Technical Specification of Aluminium Thimbles/Lungs for


198
2021 use with XPLE Insulated Cables.

Technical Specification of LT Single Core, Two Core, Three


CSC-201/DH/UH/P&D/2020-
199 Core, 3.5 Core anf Four Core Cross Linked Polythene
2021
(XPLE)......

CSC-209/DH/UH/P&D/2021-
200 Technical Specification for Turn Ration Tester.
2022

Technical Specification for 20 position Fully Automatic


CSC-138/DH/UH/P&D/2021-
201 Meter Testing Equipment with Reference Meter of Class
2022
0.02.

CSC-202/DH/UH/P&D/2021-
202 Technical Specification for Winding Resistance Tester.
2022

Technical Specification for 20 position Fully Automatic


CSC-203/DH/UH/P&D/2021-
203 Meter Testing Equipment with Reference Meter of Class
2022
0.01.

CSC-204/DH/UH/P&D/2021- Technical Specification for Volt, Ampere, Frequency Panel


204
2022 Meter (Digital).

CSC-205/DH/UH/P&D/2021- Technical Specification for Volt, Ampere, Frequency Panel


205
2022 Meter (Digital).

CSC-206/DH/UH/P&D/2021- Technical Specification for Volt, Ampere, Frequency Panel


206
2022 Meter (Digital).

207 CSC-207/DH/UH/P&D/2021- 20 Position Fully Automatic Meter Testing equipment


Part -2 : Employer’s Requirements 209

2022 with Reference Meter of Class 0.01.

CSC-208/DH/UH/P&D/2021-
208 Electrostatic Discharge Test Kit upto 50 KV.
2022

CSC-210/DH/UH/P&D/2021- Technical Specification for Insulating Mats for use upto 33


209
2022 KV.

CSC-218/DH/UH/P&D/2021- 20 Position Fully Automatic Meter Testing equipment


210
2022 with Reference Meter of Class 0.02.

CSC-219/DH/UH/P&D/2021- 20 Position Fully Automatic Meter Testing equipment


211
2022 with Reference Meter of Class 0.01.

CSC-220/DH/UH/P&D/2021- Technical Specification for Transformer Winding


212
2022 Resistance Meter.

CSC-221/DH/UH/P&D/2021- Technical Specification for Feeder Remote Terminal Unit


213
2022 (FRTU).

CSC-222/DH/UH/P&D/2021- Technical Specification for Bay Controller & Protection


214
2022 Unit.

CSC-223/DH/UH/P&D/2021-
215 Technical Specification for Control Center Hardware.
2022

CSC-224/DH/UH/P&D/2021- Technical Specification for Communication Network for


216
2022 RMUs.

CSC-226/DH/UH/P&D/2021- Technical Specification for Auxiliary Power Supply


217
2022 System.

Technical Specification for LT Single Core, 2 Core, 3.5 Core


CSC-193/R- & 4 Core PVC Insulated and PVC Sheated Unarmoured &
218
I/DH/UH/P&D/2021-2022 Armoured Cable of various sizes for Working Voltage
upto& including 1.1 KV.

CSC-230/UH/DH/P&D/2022-
219 Technical Specification of T&P Kit for Maintenance Staff.
20233

CSC-231/UH/DH/P&D/2022-
220 Technical Specification of T&P Kit for Substation.
20233
Part -2 : Employer’s Requirements 210

CSC-232/UH/DH/P&D/2022-
221 Technical Specification of T&P Kit for Individual Line Staff.
20233

CSC-233/UH/DH/P&D/2021- Technical Specifications for Combined 33 KV Metering CTs


222
20223 & PTs Units.

CSC-234/UH/DH/P&D/2022- Technical Specification for HOT DIP Galvanised Hexagonal


223
20223 Bolts with Nuts.

CSC-235/UH/DH/P&D/2022- Technical Specification for Digital Summation Unit


224
20233 suitable for Bulk Consumer Multi-Feeder Differential.

Technical Specification for Supply of Tools for Surveying


CSC-236/UH/DH/P&D/2022-
225 and Subsequent Rectification of Faults without Shutdown
20233
in HV Power Distribution System.
Part – 3: Conditions of Contract and Contract Forms 1

PART 3

CONDITIONS OF CONTRACT AND CONTRACT FORMS


Part – 3: Conditions of Contract and Contract Forms 2

Section - 7 : Conditions of Contract

Table of Contents

PART 3..................................................................................................................................... 1

Section - 7 : Conditions of Contract ...................................................................................... 2


General Conditions of Contract .................................................................................................6
A. Contract and Interpretation ..................................................................................................6

1. Definitions .......................................................................................................................... 6

2. Contract Documents ......................................................................................................... 9

3. Interpretation .................................................................................................................. 10

4. Communications ............................................................................................................. 12

5. Law and Language.......................................................................................................... 12

6. Fraud and Corruption .................................................................................................... 13


B. Subject Matter of Contract .................................................................................................13

7. Scope of Facilities ............................................................................................................ 13

8. Time for Commencement and Completion .................................................................. 14

9. Contractor’s Responsibilities ......................................................................................... 14

10. Employer’s Responsibilities ........................................................................................... 16


C. Payment..............................................................................................................................17

11. Contract Price ................................................................................................................. 17

12. Terms of Payment ........................................................................................................... 18

13. Securities .......................................................................................................................... 19

14. Taxes and Duties ............................................................................................................. 20


D. Intellectual Property ...........................................................................................................20

15. License/Use of Technical Information .......................................................................... 20

16. Confidential Information ............................................................................................... 21


Part – 3: Conditions of Contract and Contract Forms 3

E. Execution of the Facilities .................................................................................................22

17. Representatives ............................................................................................................... 22

18. Work Program ................................................................................................................ 25

19. Subcontracting ................................................................................................................ 26

20. Design and Engineering.................................................................................................. 27

21. Procurement .................................................................................................................... 30

22. Installation ....................................................................................................................... 32

23. Test and Inspection ......................................................................................................... 41

24. Precommissioning, Commissioning, Guarantee Tests and Completion of the Facilities


43

25. Operational Acceptance ................................................................................................. 49


F. Guarantees and Liabilities..................................................................................................51

26. Completion Time Guarantee ......................................................................................... 51

27. Defect Liability ................................................................................................................ 52

28. Functional Guarantees ................................................................................................... 55

29. Patent Indemnity............................................................................................................. 56

30. Limitation of Liability .................................................................................................... 58


G. Risk Distribution ................................................................................................................58

31. Transfer of Ownership ................................................................................................... 58

32. Care of Facilities ............................................................................................................. 59

33. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification.. 61

34. Insurance ......................................................................................................................... 62

35. Unforeseen Conditions ................................................................................................... 68

36. Change in Laws and Regulations .................................................................................. 69

37. Force Majeure ................................................................................................................. 70

38. War Risks ........................................................................................................................ 72


Part – 3: Conditions of Contract and Contract Forms 4

H. Change in Contract Elements.............................................................................................74

39. Change in the Facilities .................................................................................................. 74

40. Extension of Time for Completion ................................................................................ 74

41. Suspension ....................................................................................................................... 76

42. Termination ..................................................................................................................... 78

43. Assignment ...................................................................................................................... 86


I. Claims, Disputes and Arbitration.......................................................................................86

44. Contractor’s Claims........................................................................................................ 86

45. Disputes and Arbitration................................................................................................ 88


J. Additional ..........................................................................................................................89

46. Up-front intimation of approved manufacturers and criterion for Fresh Vendor
approval ................................................................................................................................. 89

47. Up-front intimation of Guaranteed Technical Particulars ......................................... 90

48. Turnkey Contractor’s Store at Project site .................................................................. 90

49. Handing over of assets .................................................................................................... 91

50. Supply of Materials in lots ............................................................................................. 91

51. 91

Contract Closing ................................................................................................................... 91

52. Suspension of business dealings ..................................................................................... 92


Special Conditions of Contract ................................................................................................98

Section - 8 : Contract Forms .............................................................................................. 105


2. BID SECURITY FORM ..................................................................................................106
3a. FORM OF NOTIFICATION BY THE EMPLOYER TO THE BANK..........................110
3b. FORM OF NOTIFICATION BY THE EMPLOYER TO THE BANK..........................111
4. FORM OF ‘NOTIFICATION OF AWARD OF CONTRACT’ .....................................112
5. FORM OF CONTRACT AGREEMENT ........................................................................124
[Alternative – a] .................................................................................................................. 124
[Alternative – b] .................................................................................................................. 130
Appendix-1: TERMS AND PROCEDURES OF PAYMENT ........................................... 137
Appendix-2 : PRICE ADJUSTMENT ................................................................................ 146
Appendix-3 : INSURANCE REQUIREMENTS................................................................ 163
Part – 3: Conditions of Contract and Contract Forms 5

Appendix-4 : TIME SCHEDULE....................................................................................... 169


Appendix-5 : LIST OF APPROVED SUBCONTRACTORS ........................................... 171
Appendix-6 : SCOPE OF WORKS AND SUPPLY BY THE EMPLOYER ..................... 172
Appendix-7 : LIST OF DOCUMENTS FOR APPROVAL OR REVIEW ........................ 173
Appendix-8 : GUARANTEES, LIQUIDATED DAMAGES FOR NON –
PERFORMANCE ............................................................................................................... 174
6. PERFORMANCE SECURITY FORM ...........................................................................175
7. BANK GUARANTEE FORM FOR ADVANCE PAYMENT .......................................180
8. FORM OF COMPLETION CERTIFICATE ...................................................................183
9. FORM OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE
EQUIPMENT HANDED OVER IN ONE LOT BY .....(abbreviated name of the
Employer)...... FOR PERFORMANCE OF ITS CONTRACT .......................................184
10. FORM OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE
EQUIPMENT HANDED OVER IN INSTALLMENTS BY ......(abbreviated name of the
Employer)........ FOR PERFORMANCE OF ITS CONTRACT .....................................188
11. FORM OF AUTHORISATION LETTER.......................................................................192
12. FORM OF TRUST RECEIPT FOR PLANT, EQUIPMENT AND MATERIALS
RECEIVED ......................................................................................................................194
13. FORM OF EXTENSION OF BANK GUARANTEE .....................................................195
14. FORM OF POWER OF ATTORNEY FOR JOINT VENTURE ....................................197
15. FORM OF UNDERTAKING BY THE JOINT VENTURE PARTNERS .....................200
16. FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF
CREDIT/FACILITIES.....................................................................................................205
17. FORM OF OPERATIONAL ACCEPTANCE ................................................................206
18. FORM OF SAFETY PLAN TO BE SUBMITTED BY THE CONTRACTOR WITHIN
SIXTY DAYS OF AWARD OF CONTRACT ...............................................................207
19. FORM OF JOINT DEED OF UNDERTAKING BY THE SUB-CONTRACTOR
ALONGWITH THE CONTRACTOR ............................................................................225
20. .............................. FORM OF CERTIFICATE OF FINANCIAL PARAMETERS FOR QR
..........................................................................................................................................228
Part – 3: Conditions of Contract and Contract Forms 6

General Conditions of Contract

A. Contract and Interpretation

1. Definitions 1.1 The following words and expressions shall have the
meanings hereby assigned to them:

“Contract” means the Contract Agreement entered into


between the Employer and the Contractor in
accordance with the mode of contracting as per SCC,
together with the Contract Documents referred to
therein; they shall constitute the Contract, and the term
“the Contract” shall in all such documents be
construed accordingly.

“Contract Documents” means the documents listed in


Article 1.1 (Contract Documents) of the Contract
Agreement (including any amendments thereto).

“GCC” means the General Conditions of Contract


hereof.

“SCC” means the Special Conditions of Contract.

“day” means calendar day.

“year” means 365 days.

“month” means calendar month.

“Party” means the Employer or the Contractor, as the


context requires, and “Parties” means both of them.

“Employer” means the person named as such in the


SCC and includes the legal successors or permitted
assigns of the Employer.

“Project Manager” means the person appointed by the


Employer in the manner provided in GCC Sub-Clause
17.1 (Project Manager) hereof and named as such in
the SCC to perform the duties delegated by the
Employer.

“Contractor” means the person(s) whose Bid to


perform the Contract has been accepted by the
Part – 3: Conditions of Contract and Contract Forms 7

Employer and is named as Contractor in the Contract


Agreement, and includes the legal successors or
permitted assigns of the Contractor.

“Contractor’s Representative” means any person


nominated by the Contractor and approved by the
Employer in the manner provided in GCC Sub-Clause
17.2 (Contractor’s Representative and Construction
Manager) hereof to perform the duties delegated by the
Contractor.

“Construction Manager” means the person appointed


by the Contractor’s Representative in the manner
provided in GCC Sub-Clause 17.2.4.

“SubContractor,” including manufacturers, means any


person to whom execution of any part of the Facilities,
including preparation of any design or supply of any
Plant, is sub-contracted directly or indirectly by the
Contractor, and includes its legal successors or
permitted assigns.

“Contract Price” means the sum specified in Article


2.1 (Contract Price) of the Contract Agreement,
subject to such additions and adjustments thereto or
deductions therefrom, as may be made pursuant to the
Contract.

“Facilities” (alternatively referred to as the “Works”)


means the Plant to be supplied and installed, as well as
all the Installation Services to be carried out by the
Contractor under the Contract.

“Plant” means permanent plant, equipment,


machinery, apparatus, goods, materials, articles and
things of all kinds to be provided and incorporated in
the Facilities by the Contractor under the Contract
(including the spare parts to be supplied by the
Contractorunder GCC Sub-Clause 7.3 hereof), but
does not include Contractor’s Equipment.

“Installation Services” means all those services


ancillary to the supply of the Plant for the Facilities, to
be provided by the Contractor under the Contract, such
as transportation and provision of marine or other
similar insurance, inspection, expediting, site
preparation works (including the provision and use of
Part – 3: Conditions of Contract and Contract Forms 8

Contractor’s Equipment and the supply of all


construction materials required), installation, testing,
precommissioning, commissioning, operations,
maintenance, the provision of operations and
maintenance manuals, training, etc. as the case may
require.

“Contractor’s Equipment” means all facilities,


equipment, machinery, tools, apparatus, appliances or
things of every kind required in or for installation,
completion and maintenance of Facilities that are to be
provided by the Contractor, but does not include Plant,
or other things intended to form or forming part of the
Facilities.

“Site” (alternatively referred to as the “ Project Site”)


means the land and other places upon which the
Facilities are to be installed, and such other land or
places as may be specified in the Contract as forming
part of the Site.

“Effective Date” means the date of fulfillment of all


conditions stated in Article 3 (Effective Date) of the
Contract Agreement, from which the Time for
Completion shall be counted.

“Time for Completion” means the time within which


Completion of the Facilities as a whole (or of a part of
the Facilities where a separate Time for Completion of
such part has been prescribed) is to be attained, as
referred to in GCC Clause 8 and in accordance with
the relevant provisions of the Contract.

“Completion” means that the Facilities (or a specific


part thereof where specific parts are specified in the
Contract) have been completed operationally and
structurally and put in a tight and clean condition, that
all work in respect of Precommissioning, Guarantee
Test, Commissioning and Asset Tagging on the GIS
Portal of the Facilities or such specific part thereof has
been completed as provided in GCC Clause 24
(Precommissioning, Commissioning, Guarantee Tests
and Completion of Facilities) hereof.

“Precommissioning” means the testing, checking and


other requirements specified in the Employer’s
Requirements that are to be carried out by the
Part – 3: Conditions of Contract and Contract Forms 9

Contractor in preparation for Commissioning as


provided in GCC Clause 24 (Precommissioning,
Commissioning, Guarantee Tests and Completion of
Facilities) hereof.

“Commissioning” means operation of the Facilities or


any part thereof by the Contractor following
Precommissioning, which operation is to be carried out
by the Contractor as provided in GCC Clause 24
(Precommissioning, Commissioning, Guarantee Tests
and Completion of Facilities) hereof, for the purpose
of carrying out Guarantee Test(s).

“Guarantee Test(s)” means the test(s) specified in the


Employer’s Requirements to be carried out to ascertain
whether the Facilities or a specified part thereof is able
to attain the Functional Guarantees specified in the
Appendix to the Contract Agreement titled Functional
Guarantees, in accordance with the provisions of GCC
Clause 24 (Precommissioning, Commissioning,
Guarantee Tests and Completion of Facilities) hereof.

“Operational Acceptance” means the acceptance by


the Employer of the Facilities (or any part of the
Facilities where the Contract provides for acceptance
of the Facilities in parts), which certifies the
Contractor’s fulfillment of the Contract in respect of
Functional Guarantees of the Facilities (or the relevant
part thereof) in accordance with the provisions of GCC
Clause 28 (Functional Guarantees) hereof and shall
include deemed acceptance in accordance with GCC
Clause 25 (Operational Acceptance) hereof.

“Defect Liability Period” means the period of validity


of the warranties given by the Contractor
commencing at Completion of the Facilities or a part
thereof, during which the Contractor is responsible
for defects with respect to the Facilities (or the
relevant part thereof) as provided in GCC Clause 27
(Defect Liability) hereof.

2.1 Subject to Article 1.2 (Order of Precedence) of the


2. Contract Documents
Contract Agreement, all documents forming part of
the Contract (and all parts thereof) are intended to be
correlative, complementary and mutually explanatory.
Part – 3: Conditions of Contract and Contract Forms 10

The Contract shall be read as a whole.

3. Interpretation 3.1 In the Contract, except where the context requires


otherwise:

(a) words indicating one gender include all genders;

(b) words indicating the singular also include the


plural and words indicating the plural also
include the singular;

(c) provisions including the word “agree,”


“agreed,” or “agreement” require the agreement
to be recorded in writing;

(d) the word “tender” is synonymous with “Bid,”


“tenderer,” with “Bidder,” and “tender
documents” with “Bidding Document,” and

(e) “written” or “in writing” means hand-written,


type-written, printed or electronically made, and
resulting in a permanent record.

The marginal words and other headings shall not be


taken into consideration in the interpretation of these
Conditions.

3.2 Incoterms

Unless inconsistent with any provision of the Contract,


the meaning of any trade term and the rights and
obligations of Parties thereunder shall be as prescribed
by Incoterms.

Incoterms means international rules for interpreting


trade terms published by the International Chamber of
Commerce (latest edition), 38 Cours Albert 1er, 75008
Paris, France.

3.3 Entire Agreement

Subject to GCC Sub-Clause 16.4 hereof, the Contract


constitutes the entire agreement between the Employer
and Contractor with respect to the subject matter of
Contract and supersedes all communications,
negotiations and agreements (whether written or oral)
of Parties with respect thereto made prior to the date of
Part – 3: Conditions of Contract and Contract Forms 11

Contract.

3.4 Amendment

No amendment or other variation of the Contract shall


be effective unless it is in writing, is dated, expressly
refers to the Contract, and is signed.

3.5 Independent Contractor

The Contractor shall be an independent Contractor


performing the Contract. The Contract does not create
any agency, partnership, joint venture or other joint
relationship between the Parties hereto. Subject to the
provisions of the Contract, the Contractor shall be
solely responsible for the manner in which the
Contract is performed. All employees, representatives
or SubContractors engaged by the Contractor in
connection with the performance of the Contract shall
be under the complete control of the Contractor and
shall not be deemed to be employees of the Employer,
and nothing contained in the Contract or in any
subcontract awarded by the Contractor shall be
construed to create any contractual relationship
between any such employees, representatives or
SubContractors and the Employer.

3.6 Non-Waiver

3.6.1 Subject to GCC Sub-Clause 3.6.2 below, no


relaxation, forbearance, delay or indulgence by
either Party in enforcing any of the terms and
conditions of the Contract or the granting of time
by either Party to the other shall prejudice, affect
or restrict the rights of that Party under the
Contract, nor shall any waiver by either Party of
any breach of Contract operate as waiver of any
subsequent or continuing breach of Contract.

3.6.2 Any waiver of a Party’s rights, powers or


remedies under the Contract must be in writing,
must be dated and signed by an authorized
representative of the Party granting such waiver,
and must specify the right and the extent to
which it is being waived.

3.7 Severability
Part – 3: Conditions of Contract and Contract Forms 12

If any provision or condition of the Contract is


prohibited or rendered invalid or unenforceable, such
prohibition, invalidity or unenforceability shall not
affect the validity or enforceability of any other
provisions and conditions of the Contract.

3.8 Country of Origin

“Origin” means the place where the plant and


component parts thereof are mined, grown, produced or
manufactured, and from which the services are
provided. Plant components are produced when,
through manufacturing, processing, or substantial or
major assembling of components, a commercially
recognized product results that is substantially in its
basic characteristics or in purpose or Uttar Haryana
Bijli Vitaran Nigam Limited from its components.

4. Communications 4.1 Wherever these Conditions provide for the giving or


issuing of approvals, certificates, consents,
determinations, notices, requests and discharges, these
communications shall be:

(a) in writing and delivered against receipt; and

(b) delivered, sent or transmitted to the address for


the recipient’s communications as stated in the
Contract Agreement.

1.1 When a certificate is issued to a Party, the certifier shall


send a copy to the other Party. When a notice is issued
to a Party, by the other Party or the Project Manager, a
copy shall be sent to the Project Manager or the other
Party, as the case may be.

5. Law and Language 5.1 The Contract shall be governed by and interpreted in
accordance with laws of India including any other
instruments having the force of law in India, as they
may be issued and in force from time to time.

5.2 The ruling language of the Contract shall be English.

5.3 The language for communications shall be the ruling


language unless otherwise stated in the SCC.
Part – 3: Conditions of Contract and Contract Forms 13

6.1 The Employer requires compliance with the stipulations


6. Fraud and Corruption
on Fraud and Corruption, as set forth in the Attachment
1 to the GCC and the Integrity Pact if applicable as per
SCC.

B. Subject Matter of Contract

7. Scope of Facilities 7.1 Unless otherwise expressly limited in the Employer’s


Requirements, the Contractor’s obligations cover the
provision of all Plant and the performance of all
Installation Services required for the design, and the
manufacture (including procurement, quality
assurance, construction, installation, associated civil
works, Precommissioning and delivery) of the Plant,
and the installation, completion and Commissioning of
the Facilities in accordance with the plans, procedures,
specifications, drawings, codes and any other
documents as specified in the Section, Employer’s
Requirements. Such specifications include, but are not
limited to, the provision of supervision and
engineering services; the supply of labor, materials,
equipment, spare parts (as specified in GCC Sub-
Clause 7.3 below) and accessories; Contractor’s
Equipment; construction utilities and supplies;
temporary materials, structures and facilities;
transportation (including, without limitation, unloading
and hauling to, from and at the Site); and storage,
except for those supplies, works and services that will
be provided or performed by the Employer, as set forth
in the Appendix to the Contract Agreement titled
Scope of Works and Supply by the Employer.

7.2 The Contractor shall, unless specifically excluded in


the Contract, perform all such work and/or supply all
such items and materials not specifically mentioned in
the Contract but that can be reasonably inferred from
the Contract as being required for attaining
Completion of the Facilities as if such work and/or
items and materials were expressly mentioned in the
Contract. No extra payment shall be made for these
additional accessories or materials required.

7.3 In addition to the supply of Mandatory Spare Parts


Part – 3: Conditions of Contract and Contract Forms 14

included in the Contract, the Contractor agrees to


supply spare parts required for the operation and
maintenance of the Facilities for the period specified in
the SCC and the provisions, if any, specified in the
SCC. However, the identity, specifications and
quantities of such spare parts and the terms and
conditions relating to the supply thereof are to be
agreed between the Employer and the Contractor, and
the price of such spare parts shall be that given in Price
Schedule No. 4, which shall be added to the Contract
Price. The price of such spare parts shall include the
purchase price therefor and other costs and expenses
(including the Contractor’s fees) relating to the supply
of spare parts.

8. Time for Commencement 8.1 The Contractor shall commence work on the Facilities
and Completion within the period specified in theSCC and without
prejudice to GCC Sub-Clause 26.2 hereof, the
Contractor shall thereafter proceed with the Facilities
in accordance with the time schedule specified in the
Appendix to the Contract Agreement titled Time
Schedule.

8.2 The Contractor shall attain Completion of the Facilities


or of a part where a separate time for Completion of
such part is specified in the Contract, within the time
stated in theSCC or within such extended time to
which the Contractor shall be entitled under GCC
Clause 40 hereof.

9. Contractor’s 9.1 The Contractor shall design, manufacture including


Responsibilities associated purchases and/or subcontracting, install and
complete the Facilities in accordance with the
Contract. When completed, the Facilities should be fit
for the purposes for which they are intended as
defined in the Contract.

9.2 The Contractor confirms that it has entered into this


Contract on the basis of a proper examination of the
data relating to the Facilities including any data as to
boring tests provided by the Employer, and on the
basis of information that the Contractor could have
obtained from a visual inspection of the Site if access
thereto was available and of other data readily
available to it relating to the Facilities as of the date
Part – 3: Conditions of Contract and Contract Forms 15

twenty-eight (28) days prior to Bid submission. The


Contractor acknowledges that any failure to acquaint
itself with all such data and information shall not
relieve its responsibility for properly estimating the
difficulty or cost of successfully performing the
Facilities.

9.3 The Contractor shall acquire and pay for all permits,
approvals and/or licenses which are not covered under
GCC Clause 10.3 Employer’s Responsibility from all
local, state or national government authorities or
public service undertakings in relevent to where the
Site is located, which such authorities or undertakings
require the Contractor to obtain in its name and which
are necessary for the performance of the Contract,
including, without limitation, permits/ certificates if
needed for the Contractor’s and SubContractor’s
personnel and entry permits for all Contractor’s
Equipment.

9.4 The Contractor shall comply with all laws in force in


India including any instruments having the force of
law. The laws will include all local, state, national or
other laws that affect the performance of the Contract
and bind upon the Contractor. The Contractor shall
indemnify and hold harmless the Employer from and
against any and all liabilities, damages, claims, fines,
penalties and expenses of whatever nature arising or
resulting from the violation of such laws by the
Contractor or its personnel, including the
SubContractors and their personnel, but without
prejudice to GCC Sub-Clause 10.1 hereof.

9.5 Any Plant and Installation Services that will be


incorporated in or be required for the Facilities and
other supplies shall have their origin which do not
violate the provisions of any Orders/ Circulars or other
instruments issued by the Government that are in
force. Any subContractors retained/ engaged by the
Contractorin accordance with the provisions of the
Contract, shall not violate the provisions of any
Orders/ Circulars or other instruments issued by the
Government that are in force.
9.6 If the Contractor is a joint venture, or association (JV)
of two or more persons, all such persons shall be
jointly and severally bound to the Employer for the
Part – 3: Conditions of Contract and Contract Forms 16

fulfillment of the provisions of the Contract, and shall


designate one of such persons to act as a leader with
authority to bind the JV. The composition or the
constitution of the joint venture shall not be altered
without the prior written consent of the Employer.

10. Employer’s 10.1 All information and/or data to be supplied by the


Responsibilities Employer as described in the Appendix to the Contract
Agreement titled Scope of Works and Supply by the
Employer, shall be deemed to be accurate, except
when the Employer expressly states otherwise.

10.2 The Employer shall be responsible for acquiring and


providing legal and physical possession of the Site and
access thereto, and for providing possession of and
access to all other areas reasonably required for the
proper execution of the Contract, including all
requisite rights of way, as specified in the Appendix to
the Contract Agreement titled Scope of Works and
Supply by the Employer. The Employer shall give full
possession of and accord all rights of access thereto on
or before the date(s) specified in that Appendix.

10.3 The Employer shall acquire and pay for all permits,
approvals and/or licenses from all local, state or
national government authorities or public service
undertakings in the country where the Site is located
which (a) such authorities or undertakings require the
Employer to obtain in the Employer’s name, (b) are
necessary for the execution of the Contract, including
those required for the performance by both the
Contractor and the Employer of their respective
obligations under the Contract, and (c) are specified in
the Appendix (Scope of Works and Supply by the
Employer). Such expenditure incurred by the
Employer shall be booked as a part of the project cost,
within the overall sanctioned costs under the scheme.

10.4 If requested by the Contractor, the Employer shall use


its best endeavors to assist the Contractor in obtaining
in a timely and expeditious manner all permits,
approvals and/or licenses necessary for the execution
of the Contract from all local, state or national
government authorities or public service undertakings
that such authorities or undertakings require the
Contractor or SubContractors or the personnel of the
Part – 3: Conditions of Contract and Contract Forms 17

Contractor or SubContractors, as the case may be, to


obtain.

10.5 Unless otherwise specified in the Contract or agreed


upon by the Employer and the Contractor, the
Employer shall provide sufficient, properly qualified
operating and maintenance personnel; shall supply and
make available all utilitiesand facilities; and shall
perform all work and services of whatsoever nature,
including those required by the Contractor to properly
carry out Precommissioning, Commissioning and
Guarantee Tests, all in accordance with the provisions
of the Appendix to the Contract Agreement titled
Scope of Works and Supply by the Employer, at or
before the time specified in the program furnished by
the Contractor under GCC Sub-Clause 18.2 hereof and
in the manner thereupon specified or as otherwise
agreed upon by the Employer and the Contractor.

10.6 The Employer shall be responsible for the continued


operation of the Facilities after issuance of Completion
certificate, in accordance with GCC Sub-Clause 24.

10.7 All costs and expenses involved in the performance of


the obligations under this GCC Clause 10 shall be the
responsibility of the Employer, save those to be
incurred by the Contractor with respect to the
performance of Guarantee Tests and Commissioning,
in accordance with GCC Clause 24.

10.8 In the event that the Employer shall be in breach of


any of his obligations under this Clause, the additional
cost/ compensation, if any, payable to the Contractor
in consequence be determined by the Engineer-
incharge.

C. Payment

11. Contract Price 11.1 The Contract Price shall be as specified in Article 2
(Contract Price and Terms of Payment) of the Contract
Agreement.

11.2 Unless an adjustment clause is provided for in the


SCC, the Contract Price shall be a firm not subject to
any alteration, except in the event of a Change in
Part – 3: Conditions of Contract and Contract Forms 18

theFacilities or as otherwise provided in the Contract.

11.3 Subject to GCC Sub-Clauses 9.2, 10.1 and 35 hereof,


the Contractor shall be deemed to have satisfied itself
as to the correctness and sufficiency of the Contract
Price, which shall, except as otherwise provided for in
the Contract, cover all its obligations under the
Contract.

12. Terms of Payment 12.1 The Contract Price shall be paid as specified in Article
2 (Contract Price and Terms of Payment) of the
Contract Agreement and in the Appendix to the
Contract Agreement titled Terms and Procedures of
Payment, which also outlines the procedures to be
followed in making application for and processing
payments.

12.2 No payment made by the Employer herein shall be


deemed to constitute acceptance by the Employer of
the Facilities or any part(s) thereof.

12.3 In the event that the Employer fails to make any


payment by its respective due date or within the period
set forth in the Contract, the Employer shall pay to the
Contractor interest on the amount of such delayed
payment at the rate(s) shown in the Appendix to the
Contract Agreement titled Terms and Procedures of
Payment, for the period of delay until payment has
been made in full, whether before or after judgment or
arbitrage award.

12.4 The currency or currencies in which payments are


made to the Contractor under this Contract shall be
specified in the Appendix to the Contract Agreement
titled Terms and Procedures of Payment, subject to the
general principle that payments will be made in the
currency or currencies in which the Contract Price has
been stated.

12.5 <The Employer shall be elligible for 1.50% of rebate of


invoice value (excluding GST) in the event it makes
payment to the Contractor within 10 days of receipt of
invoices complete in all respect.>
Part – 3: Conditions of Contract and Contract Forms 19

13. Securities 13.1 Issuance of Securities

The Contractor/Bidder shall provide the securities


specified below in favor of the Employer at the times,
and in the amount, manner and form specified below.

13.2 Advance Payment Security

13.2.1 The Contractor/Bidder shall, within twenty-


eight (28) days of the notification of contract
award, provide a security in an amount equal to
110% of the advance payment calculated in
accordance with the Appendix to the Contract
Agreement titled Terms and Procedures of
Payment, and in the same currency or currencies.

13.2.2 The security shall be in the form provided in


the Bidding documents or in another form
acceptable to the Employer. The amount of the
security shall be reduced in proportion to the
value of the Facilities executed by and paid to
the Contractor/Bidder from time to time, and
shall automatically become null and void when
the full amount of the advance payment has been
recovered by the Employer. The security shall
be returned to the Contractor/Bidder
immediately after its expiration.

13.3 Performance Security

13.3.1 The Contractor/Bidder shall, within twenty-


eight (28) days of the notification of contract
award, provide a security for the due
performance of the Contract in the amount
specified in the SCC.

13.3.2 The Performance Security shall be


denominated in the currency or currencies of the
Contract, and shall be in the form provided in
Section 8, Contract Forms, corresponding to the
type of bank guarantee stipulated by the
Employer in the SCC, or in another form
acceptable to the Employer.

13.3.3 The Security shall be valid till 180 days beyond


the Defect Liability Period specified in GCC 27
and shall be reduced pro rata to the Contract
Part – 3: Conditions of Contract and Contract Forms 20

Price of a part of the Facilities for which a


separate Time for Completion is provided, after
successful completion of the Defect Liability
Period of that part of the Facilities; provided,
however, that if the Defects Liability Period has
been extended on any part of the Facilities
pursuant to GCC Clause 27 hereof, the
Contractor/Bidder shall issue an additional
security in an amount proportionate to the
Contract Price of that part. The security shall be
returned to the Contractor/Bidder immediately
after successful completion of the Defect
Liability Period, provided, however, that if the
Contractor/Bidder, pursuant to GCC Sub-Clause
27.10, is liable for an extended defect liability
obligation, the Performance Security shall be
extended for the period specified in the SCC
pursuant to GCC Sub-Clause 27.10 and up to the
amount specified in the SCC.

14.1 Except as otherwise specifically provided in the


14. Taxes and Duties
Contract, the Contractor shall bear and pay all taxes, duties,
levies and charges assessed on the Contractor, its
SubContractors or their employees by all municipal, state or
national government authorities in connection with the
Facilities in and outside of the country where the Site is
located.
14.2 Notwithstanding GCC Sub-Clause 14.1 above, the
Employer shall pay/ reimburse to the Contractor, the
taxes and duties, if any, specified in SCC.

D. Intellectual Property

15. License/Use of Technical 15.1 For the operation and maintenance of the Plant,
Information including procurement of future spares, the
Contractor hereby grants a non-exclusive and non-
transferable license (without the right to sub-license)
to the Employer under the patents, utility models or
other industrial property rights owned by the
Contractor or by a third Party from whom the
Contractor has received the right to grant licenses
thereunder, and shall also grant to the Employer a
non-exclusive and non-transferable right (without the
right to sub-license) to use the know-how and other
technical information disclosed to the Employer
Part – 3: Conditions of Contract and Contract Forms 21

under the Contract. Nothing contained herein shall be


construed as transferring ownership of any patent,
utility model, trademark, design, copyright, know-
how or other intellectual property right from the
Contractor or any third Party to the Employer.

15.2 The copyright in all drawings, documents and other


materials containing data and information furnished
to the Employer by the Contractor herein shall remain
vested in the Contractor or, if they are furnished to
the Employer directly or through the Contractor by
any third Party, including suppliers of materials, the
copyright in such materials shall remain vested in
such third Party. However, this shall not prejudice the
right of the Employer to use these drawings,
documents and other materials containing data and
information for Employer’s own use whatsoever
including future procurements basis the same.

16. Confidential Information 16.1 The Employer and the Contractor shall keep
confidential and shall not, without the written consent
of the other Party hereto, divulge to any third Party
any documents, data, drawings or other information
furnished directly or indirectly by the other Party
hereto in connection with the Contract, whether such
information has been furnished prior to, during or
following termination of the Contract.
Notwithstanding the above, the Contractor may
furnish to its SubContractor(s) such documents, data
and other information it receives from the Employer
to the extent required for the SubContractor(s) to
perform its work under the Contract, in which event
the Contractor shall obtain from such
SubContractor(s) an undertaking of confidentiality
similar to that imposed on the Contractor under this
GCC Clause 16.

16.2 The Employer shall not use such documents, data and
other information received from the Contractor for
any purpose other than the operation and maintenance
of the Facilities, including procurement of future
spares. Similarly, the Contractor shall not use such
documents, data and other information received from
the Employer for any purpose other than the design,
procurement of Plant, construction or such other work
and services as are required for the performance of the
Part – 3: Conditions of Contract and Contract Forms 22

Contract.

16.3 The obligation of a Party under GCC Sub-Clauses


16.1 and 16.2 above, however, shall not apply to that
information which

(a) now or hereafter enters the public domain


through no fault of that Party

(b) can be proven to have been possessed by that


Party at the time of disclosure and which was not
previously obtained, directly or indirectly, from
the other Party hereto

(c) otherwise lawfully becomes available to that


Party from a third Party that has no obligation
of confidentiality.

16.4 The above provisions of this GCC Clause 16 shall not


in any way modify any undertaking of confidentiality
given by either of the Parties hereto prior to the date
of the Contract in respect of the Facilities or any part
thereof.

16.5 The provisions of this GCC Clause 16 shall survive


termination, for whatever reason, of the Contract.

E. Execution of the Facilities

17. Representatives 17.1 Project Manager

If the Project Manager is not named in the Contract,


then within fourteen (14) days of the Effective Date,
the Employer shall appoint and notify the Contractor
in writing of the name of the Project Manager. The
Employer may from time to time appoint some other
person as the Project Manager in place of the person
previously so appointed, and shall give a notice of the
name of such other person to the Contractor without
delay. No such appointment shall be made at such a
time or in such a manner as to impede the progress of
work on the Facilities. Such appointment shall only
take effect upon receipt of such notice by the
Contractor. The Project Manager shall represent and
act for the Employer at all times during the
performance of the Contract. All notices, instructions,
Part – 3: Conditions of Contract and Contract Forms 23

orders, certificates, approvals and all other


communications under the Contract shall be given by
the Project Manager, except as herein otherwise
provided.

17.2 Contractor’s Representative & Construction Manager

17.2.1 If the Contractor’s Representative is not named


in the Contract, then within fourteen (14) days
of the Effective Date, the Contractor shall
appoint the Contractor’s Representative and
shall request the Employer in writing to
approve the person so appointed. If the
Employer makes no objection to the
appointment within fourteen (14) days, the
Contractor’s Representative shall be deemed to
have been approved. If the Employer objects
to the appointment within fourteen (14) days
giving the reason therefor, then the Contractor
shall appoint a replacement within fourteen
(14) days of such objection, and the foregoing
provisions of this GCC Sub-Clause 17.2.1
shall apply thereto.

17.2.2 The Contractor’s Representative shall


represent and act for the Contractor at all times
during the performance of the Contract and
shall give to the Project Manager all the
Contractor’s notices, instructions, information
and all other communications under the
Contract.

All notices, instructions, information and all other


communications given by the Employer or the Project
Manager to the Contractor under the Contract shall be
given to the Contractor’s Representative or, in its
absence, its deputy, except as herein otherwise
provided.

The Contractor shall not revoke the appointment of


the Contractor’s Representative without the
Employer’s prior written consent, which shall not be
unreasonably withheld. If the Employer consents
thereto, the Contractor shall appoint some other
person as the Contractor’s Representative, pursuant to
the procedure set out in GCC Sub-Clause 17.2.1.
Part – 3: Conditions of Contract and Contract Forms 24

17.2.3 The Contractor’s Representative may, subject to


the approval of the Employer which shall not be
unreasonably withheld, at any time delegate to any
person any of the powers, functions and authorities
vested in him or her. Any such delegation may be
revoked at any time. Any such delegation or
revocation shall be subject to a prior notice signed by
the Contractor’s Representative, and shall specify the
powers, functions and authorities thereby delegated or
revoked. No such delegation or revocation shall take
effect unless and until a copy thereof has been
delivered to the Employer and the Project Manager.

Any act or exercise by any person of powers,


functions and authorities so delegated to him or her in
accordance with this GCC Sub-Clause 17.2.3 shall be
deemed to be an act or exercise by the Contractor’s
Representative.

17.2.4 From the commencement of installation of the


Facilities at the Site until Completion, the
Contractor’s Representative shall appoint a suitable
person as the Construction Manager. The
Construction Manager shall supervise all work done
at the Site by the Contractor and shall be present at
the Site throughout normal working hours except
when on leave, sick or absent for reasons connected
with the proper performance of the Contract.
Whenever the Construction Manager is absent from
the Site, a suitable person shall be appointed to act as
the Construction Manager’sdeputy.

17.2.5 The Employer may by notice to the Contractor


object to any representative or person employed by
the Contractor in the execution of the Contract who,
in the reasonable opinion of the Employer, may
behave inappropriately, may be incompetent or
negligent, or may commit a serious breach of the Site
regulations provided under GCC Sub-Clause 22.4.
The Employer shall provide evidence of the same,
whereupon the Contractor shall remove such person
from the Facilities.

17.2.6 If any representative or person employed by the


Contractor is removed in accordance with GCC
Sub-Clause 17.2.5, the Contractor shall, where
required, promptly appoint a replacement at his
Part – 3: Conditions of Contract and Contract Forms 25

own cost.

18. Work Program 18.1 Contractor’s Organization

The Contractor shall supply to the Employer and the


Project Manager a chart showing the proposed
organization to be established by the Contractor for
carrying out work on the Facilities within twenty-one
(21) days of the Effective Date. The chart shall
include the identities of the key personnel and the
curricula vitae of such key personnel to be employed
shall be supplied together with the chart. The
Contractor shall promptly inform the Employer and
the Project Manager in writing of any revision or
alteration of such an organization chart.

18.2 Program of Performance

Within twenty-eight (28) days after the Effective


Date, the Contractor shall submit to the Project
Manager a detailed program of performance of the
Contract, made in a form acceptable to the Project
Manager and showing the sequence in which it
proposes to design, manufacture, transport, assemble,
install and precommission the Facilities, as well as the
date by which the Contractor reasonably requires that
the Employer shall have fulfilled its obligations under
the Contract so as to enable the Contractor to execute
the Contract in accordance with the program and to
achieve Completion including Commissioning and
Acceptance of the Facilities in accordance with the
Contract. The program so submitted by the
Contractor shall accord with the Time Schedule
included in the Appendix to the Contract Agreement
titled Time Schedule, and any other dates and periods
specified in the Contract. The Contractor shall update
and revise the program as and when appropriate or
when required by the Project Manager, but without
modification in the Times for Completion specified in
the SCC pursuant to Sub-Clause 8.2 and any
extension granted in accordance with GCC Clause 40,
and shall submit all such revisions to the Project
Manager.

18.3 Progress Report

The Contractor shall monitor progress of all the


Part – 3: Conditions of Contract and Contract Forms 26

activities specified in the program referred to in GCC


Sub-Clause 18.2 above, and supply a progress report
to the Project Manager every month.

The progress report shall be in a form acceptable to


the Project Manager and shall indicate: (a) percentage
completion achieved compared with the planned
percentage completion for each activity; and (b)
where any activity is behind the program, giving
comments and likely consequences and stating the
corrective action being taken.

18.4 Progress of Performance

If at any time the Contractor’s actual progress falls


behind the program referred to in GCC Sub-Clause
18.2, or it becomes apparent that it will so fall behind,
the Contractor shall, at the request of the Employer or
the Project Manager, prepare and submit to the
Project Manager a revised program, taking into
account the prevailing circumstances, and shall notify
the Project Manager of the steps being taken to
expedite progress so as to attain Completion of the
Facilities within the Time for Completion under GCC
Sub-Clause 8.2, any extension thereof entitled under
GCC Sub-Clause 40.1, or any extended period as may
otherwise be agreed upon between the Employer and
the Contractor.

18.5 Procedures

The Contract shall be executed in accordance with the


Contract Documents including the procedures given
in the Forms and Procedures of the Employer’s
Requirements.

The Contractor may execute the Contract in


accordance with its own standard project execution
plans and procedures to the extent that they do not
conflict with the provisions contained in the
Contract.

19. Subcontracting 19.1 The Appendix to the Contract Agreementtitled List of


Major Items of Plant and Installation Services and
List of Approved SubContractors, specifies major
items of supply or services and a list of approved
SubContractors against each item, including
Part – 3: Conditions of Contract and Contract Forms 27

manufacturers. Insofar as no SubContractors are


listed against any such item, the Contractor shall
prepare a list of SubContractors for such item for
inclusion in such list. The Contractor may from time
to time propose any addition to or deletion from any
such list. The Contractor shall submit any such list or
any modification thereto to the Employer for its
approval in sufficient time so as not to impede the
progress of work on the Facilities. Such approval by
the Employer for any of the SubContractors shall not
relieve the Contractor from any of its obligations,
duties or responsibilities under the Contract.

19.2 The Contractor shall select and employ its


SubContractors for such major items from those listed
in the lists referred to in GCC Sub-Clause 19.1.

19.3 For items or parts of the Facilities not specified in the


Appendix to the Contract Agreement titled List of
Major Items of Plant and Installation Services and
List of Approved SubContractors, except when
otherwise required as per the provisions of the
Contract or instructions in writing by the Project
Manager including the provsions if any specified in
SCC, theContractor may employ such
SubContractors as it may select, at its discretion.

19.4 Each sub-contract shall include provisions which


would entitle the Employer to require the sub-contract
to be assigned to the Employer under GCC 19.5 (if
and when applicable), or in event of termination by
the Employer under GCC 42.2.

19.5 If a subContractor's obligations extend beyond the


expiry date of the relevant Defects Liability Period
and theProject Manager, prior to that date, instructs
the Contractor to assign the benefits of such
obligations to the Employer, then the Contractor
shall do so.

13.1 Specifications and Drawings


20. Design and Engineering
13.1.1 The Contractor shall execute the basic and detailed
design and the engineering work in compliance with
the provisions of the Contract, or where not so
specified, in accordance with good engineering
practice.
Part – 3: Conditions of Contract and Contract Forms 28

The Contractor shall be responsible for any


discrepancies, errors or omissions in the
specifications, drawings and other technical
documents that it has prepared, whether such
specifications, drawings and other documents have
been approved by the Project Manager or not,
provided that such discrepancies, errors or omissions
are not because of inaccurate information furnished in
writing to the Contractor by or on behalf of the
Employer.

13.1.2 The Contractor shall be entitled to disclaim


responsibility for any design, data, drawing,
specification or other document, or any modification
thereof provided or designated by or on behalf of
the Employer, by giving a notice of such disclaimer
to the Project Manager.
13.2 Codes and Standards

Wherever references are made in the Contract to


codes and standards in accordance with which the
Contract shall be executed, the edition or the revised
version of such codes and standards current at the date
twenty-eight (28) days prior to date of Bid submission
shall apply unless otherwise specified. During
Contract execution, any changes in such codes and
standards shall be applied subject to approval by the
Employer and shall be treated in accordance with
GCC Clause 39.

13.3 Approval/Review of Technical Documents by


Project Manager

20.3.1 The Contractor shall prepare or cause its


SubContractors to prepare, and furnish to the
Project Manager the documents listed in the
Appendix to the Contract Agreement titled List
of Documents for Approval or Review, or
elsewhere in the Contract, for its approval or
review as specified and in accordance with the
requirements of GCC Sub-Clause 18.2
(Program of Performance).

Any part of the Facilities covered by or related


to the documents to be approved by the Project
Manager shall be executed only after the
Part – 3: Conditions of Contract and Contract Forms 29

Project Manager’s approval thereof.

GCC Sub-Clauses 20.3.2 through 20.3.7 shall


apply to those documents requiring the Project
Manager’s approval, but not to those furnished
to the Project Manager for its review only.

20.3.2 Within fourteen (14) days after receipt by the


Project Manager of any document requiring
the Project Manager’s approval in accordance
with GCC Sub-Clause 20.3.1, the Project
Manager shall either return one copy thereof to
the Contractor with its approval endorsed
thereon or shall notify the Contractor in
writing of its disapproval thereof and the
reasons therefor and the modifications that the
Project Manager proposes.

20.3.3 The Project Manager shall not disapprove any


document, except on the grounds that the
document does not comply with the Contract
or that it is contrary to good engineering
practice.

20.3.4 If the Project Manager disapproves the


document, the Contractor shall modify the
document and resubmit it for the Project
Manager’s approval in accordance with GCC
Sub-Clause 20.3.2. If the Project Manager
approves the document subject to
modification(s), the Contractor shall make the
required modification(s), whereupon the
document shall be deemed to have been
approved.

20.3.5 If any dispute or difference occurs between the


Employer and the Contractor in connection
with or arising out of the disapproval by the
Project Manager of any document and/or any
modification(s) thereto that cannot be settled
between the Parties within a reasonable period,
then such dispute or difference may be referred
for dispute resolution in accordance with GCC
46 hereof. If such dispute or difference is
referred for dispute resolution in accordance
with GCC 46, the Project Manager shall give
instructions as to whether and if so, how,
Part – 3: Conditions of Contract and Contract Forms 30

performance of the Contract is to proceed.


The Contractor shall proceed with the Contract
in accordance with the Project Manager’s
instructions, provided that if the Contractor’s
view on the dispute has been upheld, then the
Contractor shall be reimbursed by the
Employer for any additional costs incurred by
reason of such instructions and shall be
relieved of such responsibility or liability in
connection with the dispute and the execution
of the instructions as may be decided under the
applicable dispute resolution forum, and the
Time for Completion shall be extended
accordingly.

20.3.6 The Project Manager’s approval, with or


without modification of the document
furnished by the Contractor, shall not relieve
the Contractor of any responsibility or liability
imposed upon it by any provisions of the
Contract except to the extent that any
subsequent failure results from modifications
required by the Project Manager.

20.3.7 The Contractor shall not depart from any


approved document unless the Contractor has
first submitted to the Project Manageran
amended document and obtained the Project
Manager’s approval thereof, pursuant to the
provisions of this GCC Sub-Clause 20.3.

14.1 Plant
21. Procurement
The Contractor shall procure and transport all Plant in
an expeditious and orderly manner to the Site.

14.2 Employer-Supplied Plant

If the Appendix to the Contract Agreement titled


Scope of Works and Supply by the Employer,
provides that the Employer shall furnish any specific
items to the Contractor, the following provisions shall
apply:

14.2.1 The Employer shall, at its own risk and expense,


transport each item to the place on or near the Site
Part – 3: Conditions of Contract and Contract Forms 31

as agreed upon by the Parties and make such item


available to the Contractor at the time specified in
the program furnished by the Contractor, pursuant
to GCC Sub-Clause 18.2, unless otherwise mutually
agreed.
14.2.2 Upon receipt of such item, the Contractor shall
inspect the same visually and notify the Project
Manager of any detected shortage, defect or default.
The Employer shall immediately remedy any
shortage, defect or default, or the Contractor shall, if
practicable and possible, at the request of the
Employer, remedy such shortage, defect or default
at the Employer’s cost and expense. After
inspection, such item shall fall under the care,
custody and control of the Contractor. The
provision of this GCC Sub-Clause 21.2.2 shall apply
to any item supplied to remedy any such shortage or
default or to substitute for any defective item, or
shall apply to defective items that have been
repaired.

21.2.3 The foregoing responsibilities of the Contractor


and its obligations of care, custody and control shall
not relieve the Employer of liability for any
undetected shortage, defect or default, nor place the
Contractor under any liability for any such shortage,
defect or default whether under GCC Clause 27 or
under any other provision of Contract.

21.3 Transportation

21.3.1 The Contractor shall at its own risk and


expense transport all the materials and the
Contractor’s Equipment to the Site by the
mode of transport that the Contractor judges
most suitable under all the circumstances.

21.3.2 Unless otherwise provided in the Contract, the


Contractor shall be entitled to select any safe
mode of transport operated by any person to
carry the materials and the Contractor’s
Equipment.

21.3.3 Upon dispatch of each shipment of materials


and the Contractor’s Equipment, the
Part – 3: Conditions of Contract and Contract Forms 32

Contractor shall notify the Employer by telex,


cable, facsimile or electronic means, of the
description of the materials and of the
Contractor’s Equipment, the point and means
of dispatch, and the estimated time and point
of arrival at the Site. The Contractor shall
furnish the Employer with relevant documents
to be agreed upon between the Parties.

21.3.4 The Contractor shall be responsible for


obtaining, if necessary, approvals from the
authorities for transportation of the materials
and the Contractor’s Equipment to the Site.
The Employer shall use its best endeavors in a
timely and expeditious manner to assist the
Contractor in obtaining such approvals, if
requested by the Contractor. The Contractor
shall indemnify and hold harmless the
Employer from and against any claim for
damage to roads, bridges or any other traffic
facilities that may be caused by the transport of
the materials and the Contractor’s Equipment
to the Site.

21.4 Customs Clearance

The Contractor shall, at its own expense, handle and be


responsible and liable for all imported materials and
Contractor’s Equipment including Customs clearance
and shall handle any formalities for the same, provided
that if applicable laws or regulations require any
application or act to be made by or in the name of the
Employer, the Employer if considered fit and
appropriate, may take such steps to comply with such
requirement as the Employer may consider necessary,
without bearing any responsibility or liability for the
same.

22. Installation 22.1 Setting Out/Supervision

22.1.1 Bench Mark: The Contractor shall be


responsible for the true and proper setting-out
of the Facilities in relation to bench marks,
reference marks and lines provided to it in
writing by or on behalf of the Employer.

If, at any time during the progress of


Part – 3: Conditions of Contract and Contract Forms 33

installation of the Facilities, any error shall


appear in the position, level or alignment of the
Facilities, the Contractor shall forthwith notify
the Project Manager of such error and, at its
own expense, immediately rectify such error to
the reasonable satisfaction of the Project
Manager. If such error is based on incorrect
data provided in writing by or on behalf of the
Employer, the expense of rectifying the same
shall be borne by the Employer.

22.1.2 Contractor’s Supervision: The Contractor


shall give or provide all necessary
superintendence during the installation of the
Facilities, and the Construction Manager or its
deputy shall be constantly on the Site to
provide full-time superintendence of the
installation. The Contractor shall provide and
employ only technical personnel who are
skilled and experienced in their respective
callings and supervisory staff who are
competent to adequately supervise the work at
hand.

22.2 Labor:

22.2.1 Engagement of Staff and Labor

Except as otherwise stated in the Specification,


the Contractor shall make arrangements for the
engagement of all staff and labor, local or
otherwise, and for their payment, housing,
feeding and transport.

The Contractor shall provide and employ on


the Site in the installation of the Facilities such
skilled, semi-skilled and unskilled labor as is
necessary for the proper and timely execution
of the Contract. The Contractor is encouraged
to use local labor that has the necessary skills.

The Contractor shall be responsible for


obtaining all necessary permit(s) and/or
permissions(s) from the appropriate authorities
for the entry of all labor and personnel to be
employed on the Site. The Employer will, if
requested by the Contractor, use his best
Part – 3: Conditions of Contract and Contract Forms 34

endeavors in a timely and expeditious manner


to assist the Contractor in obtaining any local,
state, national or government permission
required for bringing in the Contractor’s
personnel.

The Contractor shall at its own expense


provide the means of repatriation to all of its
and its SubContractor’s personnel employed
on the Contract at the Site to the place where
they were recruited or to their domicile. It
shall also provide suitable temporary
maintenance of all such persons from the
cessation of their employment on the Contract
to the date programmed for their departure. In
the event that the Contractor defaults in
providing such means of transportation and
temporary maintenance, the Employer may
provide the same to such personnel and
recover the cost of doing so from the
Contractor.

22.2.2 Persons in the Service of Employer

The Contractor shall not recruit, or attempt to


recruit, staff and labor from amongst the
Employer’s Personnel.

22.2.3 Labor Laws

The Contractor shall comply with all the


relevant labor Laws applicable to the
Contractor’s Personnel, including Laws
relating to their employment, health, safety,
welfare, immigration and emigration, and shall
allow them all their legal rights.

The Contractor shall at all times during the


progress of the Contract use its best endeavors
to prevent any unlawful, riotous or disorderly
conduct or behavior by or amongst its
employees and the labor of its Subcontractors

The Contractor shall, in all dealings with its


labor and the labor of its SubContractors
currently employed on or connected with the
Contract, pay due regard to all recognized
Part – 3: Conditions of Contract and Contract Forms 35

festivals, official holidays, religious or other


customs and all local laws and regulations
pertaining to the employment of labor.

22.2.4 Rates of Wages and Conditions of Labor

The Contractor shall pay rates of wages, and


observe conditions of labor, which are not
lower than those established for the trade or
industry where the work is carried out. If no
established rates or conditions are applicable,
the Contractor shall pay rates of wages and
observe conditions which are not lower than
the general level of wages and conditions
observed locally by employers whose trade or
industry is similar to that of the Contractor.

The Contractor shall inform the Contractor’s


Personnel about their liability to pay personal
income taxes in the Country in respect of such
of their salaries, wages and allowances as are
chargeable under the Laws for the time being
in force, and the Contractor shall perform such
duties in regard to such deductions thereof as
may be imposed on him by such Laws.

22.2.5Working Hours

Normally, work may not be carried out on the


Site on locally recognized days of rest, or
outside the normal working hours, unless:

(a) otherwise stated in the Contract,

(b) the Project Manager gives consent, or

(c) the work is unavoidable, or necessary for


the protection of life or property or for
the safety of the Works, in which case
the Contractor shall immediately advise
the Project Manager.

If and when the Contractor considers it


necessary to carry out work at night or on public
holidays so as to meet the Time for Completion
and requests the Project Manager’s consent
thereto, the Project Manager shall not
Part – 3: Conditions of Contract and Contract Forms 36

unreasonably withhold such consent.

This Sub-Clause shall not apply to any work


which is customarily carried out by rotary or
double-shifts.

22.2.6 Facilities for Staff and Labor

Except as otherwise stated in the Specification,


the Contractor shall provide and maintain all
necessary accommodation and welfare facilities
for the Contractor’s Personnel. The Contractor
shall also provide facilities for the Employer’s
Personnel if and as stated in the Specification.

The Contractor shall not permit any of the


Contractor’s Personnel to maintain any
temporary or permanent living quarters within
the structures forming part of the Permanent
Works.

22.2.7 Health and Safety

The Contractor shall at all times take all


reasonable precautions to maintain the health
and safety of the Contractor’s Personnel. In
collaboration with local health authorities, the
Contractor shall ensure that medical staff, first
aid facilities, sick bay and other services are
available at all times at the Site and at any
accommodation for Contractor’s and
Employer’s Personnel, and that suitable
arrangements are made for all necessary welfare
and hygiene requirements and for the prevention
of epidemics.

The Contractor shall appoint an accident


prevention officer at the Site, responsible for
maintaining safety and protection against
accidents. This person shall be qualified for this
responsibility, and shall have the authority to
issue instructions and take protective measures
to prevent accidents. Throughout the
performance of the Contract, the Contractor
shall provide whatever is required by this
person to exercise this responsibility and
authority.
Part – 3: Conditions of Contract and Contract Forms 37

The Contractor shall send to the Project


Manager, details of any accident as soon as
practicable after its occurrence. The Contractor
shall maintain records and make reports
concerning health, safety and welfare of
persons, and damage to property, as the Project
Manager may reasonably require.

The Contractor shall throughout the contract


(including the Defects Notification Period): (i)
conduct Information, Education and
Consultation Communication (IEC) campaigns,
as per guidelines of concerned local, state or
government authorities, addressed to all the Site
staff and labor (including all the Contractor's
employees, all SubContractors, and all truck
drivers and crew making deliveries to Site for
construction activities) and to the immediate
local communities, concerning the risks,
dangers and impact, and appropriate avoidance
behavior with respect to of risks of various
transmittable diseases, epidemic etc.

22.2.8 Funeral Arrangements

In the event of the death of any of the


Contractor’s personnel or accompanying
members of their families, the Contractor shall
be responsible for making the appropriate
arrangements for their return or burial, unless
otherwise specified in the SCC.

22.2.9 Records of Contractor’s Personnel

The Contractor shall keep accurate records of


the Contractor’s personnel, including the
number of each class of Contractor’s Personnel
on theSite and the names, ages, genders, hours
worked and wages paid to all workers. These
records shall be available for inspection by the
Project Manager until the Contractor has
completed all work.

22.2.10 Supply ofWater

The Contractor shall, having regard to local


conditions, provide on the Site an adequate
Part – 3: Conditions of Contract and Contract Forms 38

supply of drinking and

22.2.11 Prohibition of All Forms of Forced or


Compulsory Labor

The Contractor shall not employ “forced or


compulsory labor” in any form. “Forced or
compulsory labor” consists of all work or
service, not voluntarily performed, that is
extracted from an individual under threat of
force or penalty.

22.2.12 Prohibition of Harmful Child Labor

The Contractor shall not employ any child to


perform any work that is economically
exploitative, or is likely to be hazardous to, or
to interfere with, the child's education, or to be
harmful to the child's health or physical,
mental, spiritual, moral, or social development,
as may be required as per the applicable laws.

22.3 Contractor’s Equipment

22.3.1 All Contractor’s Equipment brought by the


Contractor onto the Site shall be deemed to be
intended to be used exclusively for the
execution of the Contract. The Contractor
shall not remove the same from the Site
without the Project Manager’s consent that
such Contractor’s Equipment is no longer
required for the execution of the Contract.

22.3.2 Unless otherwise specified in the Contract,


upon completion of the Facilities, the
Contractor shall remove from the Site all
Equipment brought by the Contractor onto the
Site and any surplus materials remaining
thereon.

22.3.3 The Employer will, if requested, use its best


endeavors to assist the Contractor in obtaining
any local, state or national government
permission required by the Contractor for
removal of the equipment from Site, which
was brought to Site by the Contractor for use
in the execution of the Contract that is no
longer required for the execution of the
Part – 3: Conditions of Contract and Contract Forms 39

Contract.

22.4 Site Regulations and Safety

The Employer and the Contractor shall establish Site


regulations setting out the rules to be observed in the
execution of the Contract at the Site and shall comply
therewith. The Contractor shall prepare and submit to
the Employer, with a copy to the Project Manager,
proposed Site regulations for the Employer’s
approval, which approval shall not be unreasonably
withheld.

Such Site regulations shall include, but shall not be


limited to, rules in respect of security, safety of the
Facilities, gate control, sanitation, medical care, and
fire prevention.

22.5 Opportunities for Other Contractors

22.5.1 The Contractor shall, upon written request


from the Employer or the Project Manager,
give all reasonable opportunities for carrying
out the work to any other Contractors
employed by the Employer on or near the Site.

22.5.2 If the Contractor, upon written request from


the Employer or the Project Manager, makes
available to other Contractors any roads or
ways the maintenance for which the Contractor
is responsible, permits the use by such other
Contractors of the Contractor’s Equipment, or
provides any other service of whatsoever
nature for such other Contractors, the
Employer shall fully compensate the
Contractor for any loss or damage caused or
occasioned by such other Contractors in
respect of any such use or service, and shall
pay to the Contractor reasonable remuneration
for the use of such equipment or the provision
of such services.

22.5.3 The Contractor shall also so arrange to perform


its work as to minimize, to the extent possible,
interference with the work of other
Contractors. The Project Manager shall
determine the resolution of any difference or
Part – 3: Conditions of Contract and Contract Forms 40

conflict that may arise between the Contractor


and other Contractors and the workers of the
Employer in regard to their work.

22.5.4 The Contractor shall notify the Project


Manager promptly of any defects in the other
Contractors’ work that come to its notice, and
that could affect the Contractor’s work. The
Project Manager shall determine the corrective
measures, if any, required to rectify the
situation after inspection of the Facilities.
Decisions made by the Project Manager shall
be binding on the Contractor.

22.6 Emergency Work

If, by reason of an emergency arising in connection


with and during the execution of the Contract, any
protective or remedial work is necessary as a matter
of urgency to prevent damage to the Facilities, the
Contractor shall immediately carry out such work.

If the Contractor is unable or unwilling to do such


work immediately, the Employer may do or cause
such work to be done as the Employer may determine
is necessary in order to prevent damage to the
Facilities. In such event the Employer shall, as soon
as practicable after the occurrence of any such
emergency, notify the Contractor in writing of such
emergency, the work done and the reasons therefor. If
the work done or caused to be done by the Employer
is work that the Contractor was liable to do at its own
expense under the Contract, the reasonable costs
incurred by the Employer in connection therewith
shall be paid by the Contractor to the Employer.
Otherwise, the cost of such remedial work shall be
borne by the Employer.

22.7 Site Clearance

22.7.1 Site Clearance in Course of Performance: In


the course of carrying out the Contract, the
Contractor shallkeep theSite reasonably free
from all unnecessary obstruction, store or
remove any surplus materials, clear away any
wreckage, rubbish or temporary works from
the Site, and remove any Contractor’s
Part – 3: Conditions of Contract and Contract Forms 41

Equipment no longer required for execution of


the Contract.

22.7.2 Clearance of Site after Completion: After


Completion of all parts of the Facilities, the
Contractor shall clear away and remove all
wreckage, rubbish and debris of any kind from
the Site, and shall leave the Site and Facilities
in a clean and safe condition.

22.8 Watching and Lighting

The Contractor shall provide and maintain at its own


expense alllighting, fencing, and watching when and
where necessary for the proper execution and the
protection of the Facilities, or for the safety of the
owners and occupiers of adjacent property and for the
safety of the public.

23. Test and Inspection 23.1 The Contractor shall at its own expense carry out at
the place of manufacture and/or on the Site all such
tests and/or inspections of the Plant and any part of
the Facilities as are specified in the Contract.

23.2 The Employer and the Project Manager or their


designated representatives shall be entitled to attend
the aforesaid test and/or inspection, provided that the
Employer shall bear all costs and expenses incurred in
connection with such attendance including, but not
limited to, all traveling and board and lodging
expenses.

23.3 Whenever the Contractor is ready to carry out any


such test and/or inspection, the Contractor shall give a
reasonable advance notice of such test and/or
inspection and of the place and time thereof to the
Project Manager. The Contractor shall obtain from
any relevant third Party or manufacturer any
necessary permission or consent to enable the
Employer and the Project Manager or their designated
representatives to attend the test and/or inspection.

23.4 The Contractor shall provide the Project Manager


with a certified report of the results of any such test
and/or inspection.

If the Employer or Project Manager or their


Part – 3: Conditions of Contract and Contract Forms 42

designated representatives fails to attend the test


and/or inspection, or if it is agreed between the Parties
that such persons shall not do so, then the Contractor
may proceed with the test and/or inspection in the
absence of such persons, and may provide the Project
Manager with a certified report of the results thereof.

23.5 The Project Manager may require the Contractor to


carry out any test and/or inspection not required by
the Contract, provided that the Contractor’s
reasonable costs and expenses incurred in the carrying
out of such test and/or inspection shall be added to the
Contract Price. Further, if such test and/or inspection
impede the progress of work on the Facilities and/or
the Contractor’s performance of its other obligations
under the Contract, due allowance will be made in
respect of the Time for Completion and the other
obligations so affected.

23.6 If any Plant or any part of the Facilities fails to pass


any test and/or inspection, the Contractor shall either
rectify or replace such Plant or part of the Facilities
and shall repeat the test and/or inspection upon giving
a notice under GCC Sub-Clause 23.3.

23.7 If any dispute or difference of opinion shall arise


between the Parties in connection with or arising out
of the test and/or inspection of the Plant or part of the
Facilities that cannot be settled between the Parties
within a reasonable period of time, it may be referred
for settlement of dispute in accordance with GCC
Clause 46.

23.8 The Contractor shall afford the Employer and the


Project Manager, at the Employer’s expense, access at
any reasonable time to any place where the Plant are
being manufactured or the Facilities are being
installed, in order to inspect the progress and the
manner of manufacture or installation, provided that
the Project Manager shall give the Contractor a
reasonable prior notice.

23.9 The Contractor agrees that neither the execution of a


test and/or inspection of Plant or any part of the
Facilities, nor the attendance by the Employer or the
Project Manager, nor the issue of any test certificate
pursuant to GCC Sub-Clause 23.4, shall release the
Part – 3: Conditions of Contract and Contract Forms 43

Contractor from any other responsibilities under the


Contract.

23.10 No part of the Facilities or foundations shall be


covered up on the Site without the Contractor carrying
out any test and/or inspection required under the
Contract. The Contractor shall give a reasonable
notice to the Project Manager whenever any such
parts of the Facilities or foundations are ready or
about to be ready for test and/or inspection; such test
and/or inspection and notice thereof shall be subject to
the requirements of the Contract.

23.11 The Contractor shall uncover any part of the Facilities


or foundations, or shall make openings in or through
the same as the Project Manager may from time to
time require at the Site, and shall reinstate and make
good such part or parts.

If any parts of the Facilities or foundations have been


covered up at the Site after compliance with the
requirement of GCC Sub-Clause 23.10 and are found
to be executed in accordance with the Contract, the
expenses of uncovering, making openings in or
through, reinstating, and making good the same shall
be borne by the Employer, and the Time for
Completion shall be reasonably adjusted to the extent
that the Contractor has thereby been delayed or
impeded in the performance of any of its obligations
under the Contract.
The Employer/Nodal agency/ Third part inspecting
agency may also deploy mobile vans with Testing
facility to test the plants and facilities by selecting
random samples from store or from site. In such a
case if the material/ facility fails, the same shall be
replaced with new material, and one more random
sample would be selected from the same batch
fortesting. If the material fails the test again, then the
whole lot shall be replaced by the Contractor at its
own risk and cost.

24. Precommissioning, 24.1 Pre- Commissioning


Commissioning,
Guarantee Tests and 24.1.1 As soon as the Facilities or any part thereof have, in
Completion of the the opinion of the Contractor/Bidder, been
Part – 3: Conditions of Contract and Contract Forms 44

Facilities completed operationally and structurally and put in


a tight and clean condition as specified in the
Employer’s Requirements, excluding minor items
not materially affecting the operation or safety of
the Facilities, the Contractor/Bidder shall so notify
the Employer in writing.

24.1.2 Within seven (7) days after receipt of the notice


from the Contractor/Bidder under GCC Sub-Clause
24.1.1, the Employer shall supply the operating and
maintenance personnel specified in the Appendix to
the Contract Agreement titled Scope of Works and
Supply by the Employer for Precommissioning of
the Facilities or any part thereof.

Pursuant to the Appendix to the Contract


Agreement titled Scope of Works and Supply by
the Employer, the Employer shall also provide,
within the said seven (7) day period, the utilities,
facilities, services and other matters required for
Precommissioning of the Facilities or any part
thereof.

24.1.3 As soon as reasonably practicable after the


operating and maintenance personnel have been
supplied by the Employer and the utilities,
facilities, services and other matters have been
provided by the Employer in accordance with GCC
Sub-Clause 24.1.2, the Contractor shall commence
Precommissioning of the Facilities or the relevant
part thereof in preparation for Commissioning,
subject to GCC Sub-Clause 24.8.

24.1.4 As soon as all works in respect of


Precommissioning are completed and, in the
opinion of the Contractor, the Facilities or any part
thereof are ready for Commissioning, the
Contractor/Bidder shall so notify the Project
Manager in writing.

24.1.5 The Project Manager, within fourteen (14) days after


receipt of the Contractor’s notice under GCC Sub-
Clause 24.1.4, either intimate in writing to
commence Commissioning, or notify the defects
and/or deficiencies to be rectified/ corrected by the
Contractor pending which Commissioning cannot
Part – 3: Conditions of Contract and Contract Forms 45

be commenced.

24.1.6 If the Project Manager notifies the Contractor of


any defects and/or deficiencies, the Contractor shall
then correct/ rectify such defects and/or
deficiencies, and shall repeat the procedure
described in GCC Sub-Clause 24.1.4.

24.1.7 If the Project Manager is satisfied that the Facilities


or that part thereof are ready for Commissioning,
the Project Manager shall, within seven (7) days
after receipt of the Contractor’s repeated notice,
issue a communication in writing to the Contractor
to commence Commissioning.

If the Project Manager is not so satisfied, then it shall


notify the Contractor in writing of any defects
and/or deficiencies within seven (7) days after
receipt of the Contractor’s repeated notice, and the
above procedure shall be repeated.

24.1.8 If the Project Manager fails to issue any written


communication/ intimation to the Contractor, and
fails to inform the Contractor of any defects and/or
deficiencies within fourteen (14) days after receipt
of the Contractor’s notice under GCC Sub-Clause
24.4.1 or within seven (7) days after receipt of the
Contractor’s repeated notice, then the Facilities or
that part thereof shall be deemed to be ready for
Commissioning as on expiry of the 14 days/ 7 days
period as aforesaid, as the case may be.

24.2 Commissioning

24.2.1 Commissioning of the Facilities or any part thereof


shall be commenced by the Contractor immediately
after issue of the written intimation for the same by
the Project Manager.

24.2.2 The Employer shall supply the operating and


maintenance personnel and all utilities, facilities,
services and other matters required for
Commissioning.

24.2.3 In accordance with the requirements of the Contract,


the Contractor’s and Project Manager’s advisory
personnel shall attend the Commissioning,
including the Guarantee Test, and shall advise and
Part – 3: Conditions of Contract and Contract Forms 46

assist the Employer.

24.3 Guarantee Test

24.3.1 Subject to GCC Sub-Clause 24.8, the Guarantee Test


and repeats thereof shall be conducted by the
Contractor during Commissioning of the Facilities
or the relevant part thereof to ascertain whether the
Facilities or the relevant part can attain the
Functional Guarantees specified in the Appendix to
the Contract Agreement titled Functional
Guarantees. The Employer shall promptly provide
the Contractor with such information as the
Contractor may reasonably require in relation to the
conduct and results of the Guarantee Test and any
repeats thereof.

24.4 Completion

24.4.1As soon as all works in respect of Precommissioning,


Commissioning, Guarantee Tests and geo-tagging
of the assets on GIS portal, are completed in the
opinion of the Contractor, the Facilities or any part
thereof have achieved Completion, the Contractor
shall so notify the Project Manager in writing.

24.4.2 The Project Manager shall, within fourteen (14)


days after receipt of the Contractor’s notice under
GCC Sub-Clause 24.4.1, either issue a Completion
Certificate in the form specified in the Section 8,
stating that the Facilities or that part thereof have
reached Completion as of the date of the
Contractor’s notice under GCC Sub-Clause 24.4.1,
or notify the Contractor in writing of any defects
and/or deficiencies.

24.4.3 If the Project Manager 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 GCC Sub-
Clause 24.4.1.

24.4.4 If the Project Manager is satisfied that the Facilities


or that part thereof have reached Completion, the
Project Manager shall, within seven (7) days after
receipt of the Contractor’s repeated notice, issue a
Part – 3: Conditions of Contract and Contract Forms 47

Completion Certificate stating that the Facilities or


that part thereof have reached Completion as of the
date of the Contractor’s repeated notice.

If the Project Manager is not so satisfied, then it


shall notify the Contractor in writing of any defects
and/or deficiencies within seven (7) days after
receipt of the Contractor’s repeated notice, and the
above procedure shall be repeated.

24.4.5 If the Project Manager 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
GCC Sub-Clause 24.4.1 or within seven (7) days
after receipt of the Contractor’s repeated notice
under GCC Sub-Clause 24.4.4, or if the Employer
makes use of the Facilities or part thereof, then the
Facilities or that part thereof shall be deemed to
have reached Completion as of the date of the
Contractor’s notice or repeated notice, or as of the
Employer’s use of the Facilities, as the case may
be. The Contractor shall accordingly issue written
communication/ intimation on the same to the
Project Manager.

24.5 As soon as possible after Completion, the Contractor


shall complete all outstanding minor items so that the
Facilities are fully in accordance with the
requirements of the Contract, failing which the
Employer will undertake such completion and deduct
the costs thereof from any monies owing to the
Contractor.

24.6 Upon Completion, the Employer shall be responsible


for the care and custody of the Facilities or the
relevant part thereof, together with the risk of loss or
damage thereto, and shall thereafter take over the
Facilities or the relevant part thereof.

24.7 Partial Acceptance

24.7.1 If the Contract specifies that Commissioning


and Completion shall be carried out in respect
of parts of the Facilities, the provisions relating
to Commissioning and Completion including
the Guarantee Test shall apply to each such
Part – 3: Conditions of Contract and Contract Forms 48

part of the Facilities individually, and the


Completion Certificate shall be issued
accordingly for each such part of the Facilities.

24.8 Delayed Precommissioning, Commissioning and/or


Guarantee Test

24.8.1 In the event that the Contractor is unable to


proceed with the Precommissioning of the
Facilities pursuant to GCC Sub-Clause 24.1, or
with the Commissiong/Guarantee Test
pursuant to GCC Sub-Clause 24.2/ 24.3, for
reasons attributable to the Employer either on
account of non availability of other facilities
under the responsibilities of other
Contractor(s), or for reasons beyond the
Contractor’s control, the provisions leading to
“deemed” completion of activities such as
Completion, pursuant to GCC Sub-Clause
24.4, and Operational Acceptance, pursuant to
GCC Sub-Clause 25, and Contractor’s
obligations regarding Defect Liability Period,
pursuant to GCC Sub-Clause 27.2, Functional
Guarantee, pursuant to GCC Clause 28, and
Care of Facilities, pursuant to GCC Clause 32,
and GCC Clause 41.1, Suspension, shall not
apply. In this case, the following provisions
shall apply.

24.8.2 When the Contractor is notified by the Project


Manager that he will be unable to proceed with
the activities and obligations pursuant to above
Sub-Clause 24.8.1, the Contractor shall be
entitled to the following:

(a) the Time of Completion shall be


extended for the period of suspension
without imposition of liquidated
damages pursuant to GCC Sub-Clause
26.2;

(b) payments due to the Contractor in


accordance with the provision specified
in the Appendix to the Contract
Agreement titled Terms and Procedures
of Payment, which would not have been
payable in normal circumstances due to
Part – 3: Conditions of Contract and Contract Forms 49

non-completion of the subject activities,


shall be released to the Contractor
against submission of a security in the
form of a bank guarantee of equivalent
amount acceptable to the Employer, and
which shall become null and void when
the Contractor will have complied with
its obligations regarding those payments,
subject to the provision of Sub-Clause
24.8.3 below;

(c) the expenses towards the above security


and extension of other securities under
the contract, of which validity needs to
be extended, shall be reimbursed to the
Contractor by the Employer;

(d) the additional charges towards the care


of the Facilities pursuant to GCC Sub-
Clause 32.1 shall be reimbursed to the
Contractor by the Employer for the
period between the notification
mentioned above and the notification
mentioned in Sub-Clause 24.8.4 below.
The provision of GCC Sub-Clause 33.2
shall apply to the Facilities during the
same period.

24.8.3 In the event that the period of suspension


under above Sub-Clause 24.8.1 actually
exceeds one hundred eighty (180) days, the
Employer and Contractor shall mutually agree
to any additional compensation payable to the
Contractor.

24.8.4 When the Contractor is notified by the Project


Manager that the plant is ready for
Precommissioning/ Commissioning/ Guarantee
Tests, the Contractor shall proceed without delay in
performing Precommissioning, Commissioning,
Guarantee Tests and achieving Completion in
accordance with GCC Clause 24.

25.1 Operational Acceptance


25. Operational Acceptance
25.1.1 Subject to GCC Sub-Clause 24.7, Operational
Acceptance shall occur in respect of the Facilities or
Part – 3: Conditions of Contract and Contract Forms 50

any part thereof when

(a) the Guarantee Test has been successfully


completed and the Functional Guarantees are
met; or

(b) the Contractor has paid the liquidated damages


specified in GCC Sub-Clause 28.3 hereof; and

(c) any minor items mentioned in GCC Sub-Clause


24.5 hereof relevant to the Facilities or that part
thereof have been completed.

25.1.2 In case if the requirements of GCC 25.1.1 have been


complied upon or before achieving the Completion,
Operational Acceptance shall be deemd to have
occurred upon Completion. In case if the
requirements of GCC 25.1.1 have been not been
complied upon on or before achieving the
Completion, at any time after the same are
complied, the Contractor may give a notice to the
Project Manager requesting the issue of an
Operational Acceptance Certificate in respect of the
Facilities or the part thereof specified in such notice
as of the date of such notice.

25.3.3 The Project Manager shall, after consultation with


the Employer, and within seven (7) days after
receipt of the Contractor’s notice, issue an
Operational Acceptance Certificate.

25.3.4 If within seven (7) days after receipt of the


Contractor’s notice, the Project Manager fails to
issue the Operational Acceptance Certificate or fails
to inform the Contractor in writing of the justifiable
reasons why the Project Manager has not issued the
Operational Acceptance Certificate, the Facilities or
the relevant part thereof shall be deemed to have
been accepted as of the date of the Contractor’s said
notice. The Contract shall intimate the same to the
Project Manager through awritten communication/
intimation.
Part – 3: Conditions of Contract and Contract Forms 51

F. Guarantees and Liabilities

26. Completion Time 26.1 The Contractor guarantees that it shall attain
Guarantee Completion of the Facilities (or a part for which a
separate time for completion is specified) within the
Time for Completion specified in the SCC pursuant to
GCC Sub-Clause 8.2, or within such extended time to
which the Contractor shall be entitled under GCC
Clause 40 hereof.

26.2 If the Contractor fails to attain Completion of the


Facilities or any part thereof within the Time for
Completion or any extension thereof under GCC
Clause 40, the Contractor shall pay to the Employer
liquidated damages in the amount specified in the SCC
as a percentage rate of the Contract Price or the
relevant part thereof. The aggregate amount of such
liquidated damages shall in no event exceed the
amount specified as “Maximum” in the SCC as a
percentage rate of the Contract Price. Once the
“Maximum” is reached, the Employer may consider
termination of the Contract, pursuant to GCC Sub-
Clause 42.2.2.

Such payment shall completely satisfy the Contractor’s


obligation to attain Completion of the Facilities or the
relevant part thereof within the Time for Completion
or any extension thereof under GCC Clause 40. The
Contractor shall have no further liability whatsoever to
the Employer in respect thereof.

However, the payment of liquidated damages shall not


in any way relieve the Contractor from any of its
obligations to complete the Facilities or from any other
obligations and liabilities of the Contractor under the
Contract.

Save for liquidated damages payable under this GCC


Sub-Clause 26.2, the failure by the Contractor to attain
any milestone or other act, matter or thing by any date
specified in the Appendix to the Contract Agreement
titled Time Schedule, and/or other program of work
prepared pursuant to GCC Sub-Clause 18.2 shall not
render the Contractor liable for any loss or damage
Part – 3: Conditions of Contract and Contract Forms 52

thereby suffered by the Employer.

27. Defect Liability 25.2 The Contractor warrants that the Facilities or any part
thereof shall be free from defects in the design,
engineering, materials and workmanship of the Plant
supplied and of the work executed.Further, in additions
to the provisons contained herein, the provisons, if any,
specified in SCC shall also apply.

27.2 The Defect Liability Period shall be Twelve (12)


months from the date of Completion of the Facilities
(or any part thereof) unless specified otherwise in the
SCC pursuant to GCC Sub-Clause 27.10, and the
duration ofevery extension applicable (as per GCC
27.8) should be same as the duration of the defect
liability period above. The aggregate value of all
extensions will be subject to the maximum extension
permissible (as per GCC 27.8).

If during the Defect Liability Period any defect should


be found in the design, engineering, materials and
workmanship of the Plant supplied or of the
Installation Services/ work executed by the Contractor,
the Contractor shall promptly, in consultation and
agreement with the Employer regarding appropriate
remedying of the defects, and at its own cost, repair,
replace or otherwise make good such defect as well as
any damage to the Facilities caused by such defect, to
the satisfaction of the Employer. The Contractor shall
not be responsible for the repair, replacement or
making good of any defect or of any damage to the
Facilities arising out of or resulting from any of the
following causes:

(a) improper operation or maintenance of the


Facilities by the Employer;

(b) operation of the Facilities outside specifications


provided in the Contract; or

(c) normal wear and tear.

27.3 The Contractor’s obligations under this GCC Clause


Part – 3: Conditions of Contract and Contract Forms 53

27 shall not apply to:

(a) any materials that are supplied by the Employer


under GCC Sub-Clause 21.2, are normally
consumed in operation, or have a normal life
shorter than the Defect Liability Period stated
herein;

(b) any designs, specifications or other data


designed, supplied or specified by or on behalf
of the Employer or any matters for which the
Contractor has disclaimed responsibility herein;
or

(c) any other materials supplied or any other work


executed by or on behalf of the Employer,
except for the work executed by the Employer
under GCC Sub-Clause 27.7.

27.4 The Employer shall give the Contractor a notice


stating the nature of any such defect together with all
available evidence thereof, promptly following the
discovery thereof. The Employer shall afford all
reasonable opportunity for the Contractor to inspect
any such defect.

27.5 The Employer shall afford the Contractor all necessary


access to the Facilities and the Site to enable the
Contractor to perform its obligations under this GCC
Clause 27.

The Contractor may, with the consent of the Employer,


remove from the Site any Plant or any part of the
Facilities that are defective if the nature of the defect,
and/or any damage to the Facilities caused by the
defect, is such that repairs cannot be expeditiously
carried out at the Site.

27.6 If the repair, replacement or making good is of such a


character that it may affect the efficiency of the
Facilities or any part thereof, the Employer may give
to the Contractor a notice requiring that tests of the
defective part of the Facilities shall be made by the
Contractor immediately upon completion of such
remedial work, whereupon the Contractor shall carry
out such tests.

If such part fails the tests, the Contractor shall carry


Part – 3: Conditions of Contract and Contract Forms 54

out further repair, replacement or making good, as the


case may be, until that part of the Facilities passes such
tests. The tests shall be agreed upon by the Employer
and the Contractor.

27.7 If the Contractor fails to commence the work


necessary to remedy such defect or any damage to the
Facilities caused by such defect within a reasonable
time (which shall in no event be considered to be less
than fifteen (15) days), the Employer may, following
notice to the Contractor, proceed to do such work, and
the reasonable costs incurred by the Employer in
connection therewith shall be paid to the Employer by
the Contractor or may be deducted by the Employer
from any monies due the Contractor or claimed under
the Performance Security.

27.8 If the Facilities or any part thereof cannot be used by


reason of such defect and/or making good of such
defect, the Defect Liability Period of the Facilities or
such part, as the case may be, shall be extended by a
period equal to the period during which the Facilities
or such part cannot be used by the Employer because
of any of the aforesaid reasons.

Upon correction of the defects in the Facilities or any


part thereof by repair/replacement, the repaired/ replaced
item(s) shall have the Defect Liability Period extended
by a period mentioned in GCC Sub-Clause 27.2 from the
time of such replacement/repair of the facilities or any
part thereof. However, such extension of Defect Liability
Period, in aggregate, shall, not exceed the period
specified in SCC.

27.8.1 At the end of the Defect Liability Period, the


Contractor's Liability ceases except for latent defects.
The Contractor's liability for latent defects warranty shall
be limited to period specified in SCC, reckoned from the
end of Defect Liability Period including extension
thereof. For the purpose of this clause, the latent defects
shall be the defects inherently lying within the material
or arising out of design deficiency, which do not
manifest themselves during the Defect Liability Period
defined in this GCC Clause 27, but later.

27.9 Except as provided in GCC Clauses 27 and 33, the


Contractor shall be under no liability whatsoever and
howsoever arising, and whether under the Contract or
Part – 3: Conditions of Contract and Contract Forms 55

at law, in respect of defects in the Facilities or any part


thereof, the Plant, design or engineering or work
executed that appear after Completion of the Facilities
or any part thereof, except where such defects are the
result of the gross negligence, fraud, or criminal or
willful action of the Contractor.

27.10 In addition, any such component of the Facilities,


and during the period of time as may be specified in
the SCC, shall be subject to an extended defect
liability period. Such obligation of the Contractor
shall be in addition to the defect liability period
specified under GCC Sub-Clause 27.2.

28. Functional Guarantees 28.1 The Contractor guarantees that during the Guarantee
Test, the Facilities and all parts thereof shall attain the
Functional Guarantees specified in the Appendix to the
Contract Agreement titled Functional Guarantees,
subject to and upon the conditions therein specified.

28.2 If, for reasons attributable to the Contractor, the


minimum level of the Functional Guarantees specified
in the Appendix to the Contract Agreement titled
Functional Guarantees, are not met either in whole or
in part, the Contractor shall at its cost and expense
make such changes, modifications and/or additions to
the Plant or any part thereof as may be necessary to
meet at least the minimum level of such Guarantees.
The Contractor shall notify the Employer upon
completion of the necessary changes, modifications
and/or additions, and shall request the Employer to
repeat the Guarantee Test until the minimum level of
the Guarantees has been met. If the
Contractoreventually fails to meet the minimum level
of Functional Guarantees, the Employer may consider
termination of the Contract, pursuant to GCC Sub-
Clause 42.2.2 subject to all other actions as deemed fit
by the Employer including but not limited to legal
recourse

28.3 If, for reasons attributable to the Contractor, the


Functional Guarantees specified in the Appendix to the
Contract Agreement titled Functional Guarantees, are
not attained either in whole or in part, but the
minimum level of the Functional Guarantees specified
Part – 3: Conditions of Contract and Contract Forms 56

in the said Appendix to the Contract Agreement is met,


the Contractor shall, at the Contractor’s option, either

(a) make such changes, modifications and/or


additions to the Facilities or any part thereof that
are necessary to attain the Functional Guarantees
at its cost and expense, and shall request the
Employer to repeat the Guarantee Test or

(b) pay liquidated damages to the Employer in


respect of the failure to meet the Functional
Guarantees in accordance with the provisions in
the Appendix to the Contract Agreement titled
Functional Guarantees.

28.4 The payment of liquidated damages under GCC Sub-


Clause 28.3, up to the limitation of liability specified
in the Appendix to the Contract Agreement titled
Functional Guarantees, shall completely satisfy the
Contractor’s guarantees under GCC Sub-Clause 28.3,
and the Contractor shall have no further liability
whatsoever to the Employer in respect thereof. Upon
the payment of such liquidated damages by the
Contractor, the Project Manager shall issue the
Operational Acceptance Certificate for the Facilities
or any part thereof in respect of which the liquidated
damages have been so paid.

29. Patent Indemnity 29.1 The Contractor shall, subject to the Employer’s
compliance with GCC Sub-Clause 29.2, indemnify and
hold harmless the Employer and its employees and
officers from and against any and all suits, actions or
administrative proceedings, claims, demands, losses,
damages, costs, and expenses of whatsoever nature,
including attorney’s fees and expenses, which the
Employer may suffer as a result of any infringement or
alleged infringement of any patent, utility model,
registered design, trademark, copyright or other
intellectual property right registered or otherwise
existing at the date of the Contract by reason of: (a)
the installation of the Facilities by the Contractor or
the use of the Facilities in the country where the Site is
located; and (b) the sale of the products produced by
the Facilities in any country.

Such indemnity shall not cover any use of the


Facilities or any part thereof other than for the purpose
Part – 3: Conditions of Contract and Contract Forms 57

indicated by or to be reasonably inferred from the


Contract, any infringement resulting from the use of
the Facilities or any part thereof, or any products
produced thereby in association or combination with
any other equipment, plant or materials not supplied by
the Contractor, pursuant to the Contract Agreement.

29.2 If any proceedings are brought or any claim is made


against the Employer arising out of the matters
referred to in GCC Sub-Clause 29.1, the Employer
shall promptly give the Contractor a notice thereof,
and the Contractor may at its own expense and in the
Employer’s name conduct such proceedings or claim
and any negotiations for the settlement of any such
proceedings or claim.

If the Contractor fails to notify the Employer within


twenty-eight (28) days after receipt of such notice that
it intends to conduct any such proceedings or claim,
then the Employer shall be free to conduct the same on
its own behalf. Unless the Contractor has so failed to
notify the Employer within the twenty-eight (28) day
period, the Employer shall make no admission that
may be prejudicial to the defense of any such
proceedings or claim.

The Employer shall, at the Contractor’s request, afford


all available assistance to the Contractor in conducting
such proceedings or claim, and shall be reimbursed by
the Contractor for all reasonable expenses incurred in
so doing.

29.3 The Employer shall indemnify and hold harmless the


Contractor and its employees, officers and
SubContractors from and against any and all suits,
actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of
whatsoever nature, including attorney’s fees and
expenses, which the Contractor may suffer as a result
of any infringement or alleged infringement of any
patent, utility model, registered design, trademark,
copyright or other intellectual property right registered
or otherwise existing at the date of the Contract arising
out of or in connection with any design, data, drawing,
specification, or other documents or materials
provided or designed by or on behalf of the Employer.
Part – 3: Conditions of Contract and Contract Forms 58

30. Limitation of Liability 30.1 Except in cases of criminal negligence or willful


misconduct,

(a) neither Party shall be liable to the other Party,


whether in contract, tort, or otherwise, for any
indirect or consequential loss or damage, loss of
use, loss of production, or loss of profits or
interest costs, which may be suffered by the
other Party in connection with the Contract,
other than specifically provided as any
obligation of the Party in the Contract, and

(b) the aggregate liability of the Contractor to the


Employer, whether under the Contract, in tort
or otherwise, shall not exceed the amount
resulting from the application of the
multiplier specified in the SCC, to the
Contract Price or, if a multiplier is not so
specified, the total Contract Price including
any price adjustment pursuant to the
Contract, provided that this limitation shall
not apply to the cost of repairing or replacing
defective equipment, or to any obligation of
the Contractor to indemnify the Employer
with respect to patent infringement.

G. Risk Distribution

31. Transfer of Ownership 31.1 Ownership of the Plant (including spare parts) shall be
transferred to the Employer when the Plant are brought
on to the Site.

31.2 Ownership of the Contractor’s Equipment used by the


Contractor and its SubContractors in connection with
the Contract shall remain with the Contractor or its
SubContractors.

31.3 Ownership of any Plant in excess of the requirements


for the Facilities shall revert to the Contractor upon
Completion of the Facilities or at such earlier time
when the Employer and the Contractor agree that the
Plant in question are no longer required for the
Facilities.

31.5 Notwithstanding the transfer of ownership of the Plant,


Part – 3: Conditions of Contract and Contract Forms 59

the responsibility for care and custody thereof together


with the risk of loss or damage thereto shall remain
with the Contractor pursuant to GCC Clause 32 (Care
of Facilities) hereof until Completion of the Facilities
or the part thereof in which such Plant are incorporated.
31.6 For the Plant/ goods/ equipment/material to be supplied
by the Contractor under the Contract, it will be the
responsibility of the Contractor to take delivery, unload
and store the materials at Site and execute an Indemnity
Bond and obtain authorisation letter from Employer as
per specified proforma, in favour of the Employer
against loss, damage and any risks involved for the full
value of the Plant/ goods/ equipment/material. This
Indemnity Bond shall be furnished by the Contractor
before commencement of the supplies and shall be
valid till the Completion of the Facilities.
31.7 Under the Contract, where the Employer hands over
Employer supplied plant/ goods/ equipment/material to
the Contractor for executing the Contract, then the
Contractor shall, at the time of taking delivery of the
equipment through Bill of Lading or other despatch
documents, furnish trust Receipt for such plant/ goods/
equipment/material and also execute an Indemnity
Bond in favour of the Employer in the form acceptable
to the Employer for keeping the plant/ goods/
equipment/material in safe custody and to utilize the
same exclusively for the purpose of the Contract as per
the specified proforma for the Trust receipt and
Indemnity Bond.. The Employer shall also issue a
separate Authorization Letter to the Contractor to
enable him to take physical delivery of plant/ goods/
equipment/material from the Employer as per specified
proforma.

32. Care of Facilities 32.1 The Contractor shall be responsible for the care and
custody of the Facilities or any part thereof until the date
of Completion of the Facilities pursuant to GCC Clause
24 or, where the Contract provides for Completion of the
Facilities in parts, until the date of Completion of the
relevant part, and shall make good at its own cost any
loss or damage that may occur to the Facilities or the
relevant part thereof from any cause whatsoever during
such period. The Contractor shall also be responsible for
any loss or damage to the Facilities caused by the
Contractor or its SubContractors in the course of any
Part – 3: Conditions of Contract and Contract Forms 60

work carried out, pursuant to GCC Clause 27.


Notwithstanding the foregoing, the Contractor shall not
be liable for any loss or damage to the Facilities or that
part thereof caused by reason of any of the matters
specified or referred to in paragraphs (a), (b) and (c) of
GCC Sub-Clauses 32.2 and 38.1.

32.2 If any loss or damage occurs to the Facilities or any


part thereof by reason of

(a) insofar as they, in relatation to Site, relate to


nuclear reaction, nuclear radiation, radioactive
contamination, pressure wave caused by aircraft or
other aerial objects, or any other occurrences that
an experienced Contractor could not reasonably
foresee, or if reasonably foreseeable could not
reasonably make provision for or insure against,
insofar as such risks are not normally insurable on
the insurance market and are in the general
excluded of the policy of insurance, including War
Risks and Political Risks, taken out under GCC
Clause 34 hereof; or

(b) any use or occupation by the Employer or any


third Party other than a SubContractor,
authorized by the Employer of any part of the
Facilities; or

(c) any use of or reliance upon any design, data or


specification provided or designated by or on
behalf of the Employer, or any such matter for
which the Contractor has disclaimed
responsibility herein,

the Employer shall pay to the Contractor all sums


payable in respect of the Facilities executed,
notwithstanding that the same be lost, destroyed or
damaged. If the Employer requests the Contractor in
writing to make good any loss or damage to the
Facilities thereby occasioned, the Contractor shall
make good the same at the cost of the Employer in
accordance with GCC Clause 39. If the Employer
does not request the Contractor in writing to make
good any loss or damage to the Facilities thereby
occasioned, the Employer shall either request a change
in accordance with GCC Clause 39, excluding the
performance of that part of the Facilities thereby lost,
Part – 3: Conditions of Contract and Contract Forms 61

destroyed or damaged, or, where the loss or damage


affects a substantial part of the Facilities, the Employer
shall terminate the Contract pursuant to GCC Sub-
Clause 42.1 hereof.

32.3 The Contractor shall be liable for any loss of or


damage to any Contractor’s Equipment, or any other
property of the Contractor used or intended to be used
for purposes of the Facilities.

32.4 With respect to any loss or damage caused to the


Facilities or any part thereof by reason of any of the
matters specified in GCC Sub-Clause 38.1, the
provisions of GCC Sub-Clause 38.3 shall apply.

33. Loss of or Damage to 33.1 Subject to GCC Sub-Clause 33.3, the Contractor shall
Property; Accident or indemnify and hold harmless the Employer and its
Injury to Workers; employees and officers from and against any and all
Indemnification suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of
whatsoever nature, including attorney’s fees and
expenses, in respect of the death or injury of any
person or loss of or damage to any property other than
the Facilities whether accepted or not, arising in
connection with the supply and installation of the
Facilities and by reason of the negligence of the
Contractor or its SubContractors, or their employees,
officers or agents, except any injury, death or property
damage caused by the negligence of the Employer, its
Contractors, employees, officers or agents.

33.2 If any proceedings are brought or any claim is made


against the Employer that might subject the Contractor
to liability under GCC Sub-Clause 33.1, the Employer
shall promptly give the Contractor a notice thereof and
the Contractor may at its own expense and in the
Employer’s name conduct such proceedings or claim
and any negotiations for the settlement of any such
proceedings or claim.

If the Contractor fails to notify the Employer within


twenty-eight (28) days after receipt of such notice that
it intends to conduct any such proceedings or claim,
then the Employer shall be free to conduct the same on
its own behalf. Unless the Contractor has so failed to
notify the Employer within the twenty-eight (28) day
period, the Employer shall make no admission that
Part – 3: Conditions of Contract and Contract Forms 62

may be prejudicial to the defense of any such


proceedings or claim.

33.3 The Employer shall indemnify and hold harmless the


Contractor and its employees, officers and
SubContractors from any liability for loss of or
damage to property of the Employer, other than the
Facilities not yet taken over, that is caused by fire,
explosion or any other perils, in excess of the amount
recoverable from insurances procured under GCC
Clause 34, provided that such fire, explosion or other
perils were not caused by any act or failure of the
Contractor.

33.4The Party entitled to the benefit of an indemnity under


this GCC Clause 33 shall take all reasonable measures
to mitigate any loss or damage which has occurred. If
the Party fails to take such measures, the other Party’s
liabilities shall be correspondingly reduced.

34. Insurance 34.1 To the extent specified in the Appendix to the Contract
Agreement titled Insurance Requirements, the
Contractor shall at its expense take out and maintain in
effect, or cause to be taken out and maintained in
effect, during the performance of the Contract, the
insurances set forth below in the sums and with the
deductibles and other conditions specified in the said
Appendix. The identity of the insurers and the form of
the policies shall be subject to the approval of the
Employer, who should not unreasonably withhold such
approval.

a) Marine Cargo Policy/Transit Insurance Policy:


I. (i) Marine Cargo policy for imported equipment
Since imported finished materials are not permitted
under the contract, this policy shall not be applicable,
(ii) Transit Insurance Policy for indigenous
equipment
Transit Insurance Policy shall be taken wherein only
inland transit is involved for the movement of Plant
and Equipment supplied from within India. The
policy shall cover movement of Plant and Equipment
from the manufacturer’s works to the project’s
warehouse at final destination site. Inland Transit
Clause (ITC) ‘A’ along with war & Strike Riots &
Civil Commotion (SRCC) extension cover shall be
taken. The policy shall cover movement of Plant and
Part – 3: Conditions of Contract and Contract Forms 63

Equipment from the manufacturer’s works to the


project’s warehouse at final destination site. The
policy shall cover all risk for loss or damage that may
occur during transit of Plant and Equipment from the
Contractor/sub-Contractor’s works or stores until
arrival at project’s warehouse/ store at final
destination. Institute Cargo Clause (ICC) ‘A’ along
with war & Strike Riots & Civil Commotion (SRCC)
cover shall be taken.
II. If during the execution of Contract, the Employer
requests the Contractor to take any other add-on
cover(s)/ supplementary cover(s) in aforesaid
insurance, in such a case, the Contractor shall
promptly take such add-on cover(s)/ supplementary
cover(s) and the charges towards such premium for
such add-on cover(s)/ supplementary cover(s) shall
be reimbursed to the Contractor on submission
documentary evidence of payment to the Insurance
company. Therefore, charges towards premium for
such add-on cover(s)/ supplementary cover(s) are not
included in the Contract Price.
III. The Contractor shall take the policy in the joint
names of Employer and the Contractor. The policy
shall indicate the Employer as the beneficiary.
However, if the Contractor is having an open policy
for its line of business, it should obtain an
endorsement of the open cover policy from the
insurance company indicating that the dispatches
against this Contract are duly covered under its open
policy and include the name of the Employer as
jointly Insured in the endorsements to the open
policy.
b) Erection All Risk Policy/Contractor All Risk Policy:

I. The policy should cover all physical loss or damage


to the facility at site during storage, erection and
commissioning covering all the perils as provided in
the policy as a basic cover and the add on covers as
mentioned at Sl. No. (III) below.
II. The Contractor shall take the policy in the joint name
of Employer and the Contractor. All these policies
shall indicate Employer as the beneficiary. The
policy shall be kept valid till the date of the
Operational Acceptance of the project and the period
of the coverage shall be determined with the approval
Part – 3: Conditions of Contract and Contract Forms 64

of the Employer.

If the work is completed earlier than the period of policy


considered, the Contractor shall obtain the refund as
per provisions of the policy and pass on the benefit to
Employer. In case no refund is payable by the
insurance company then the certificate to that effect
shall be submitted to Employer at the completion of
the project.

III. The following add-on covers shall also be taken by


the Contractor:
i. Earthquake
ii. Terrorism
iii. Escalation cost (approximately @10% of sum
insured on annual basis)
iv. Extended Maintenance cover for Defect Liability
Period
v. Design Defect
vi. Other add-on covers viz., 50-50 clause, 72 hours
clause, loss minimization clause, waiver of
subrogation clause (for projects of more than Rs. 100
crores, cover for offsite storage/fabrication (over Rs.
100 crores).
IV. Third Party Liability cover with cross Liability
within Geographical limits of India as on ADD-on
cover to the basic EAR cover:

The third party liability add-on cover shall cover bodily


injury or death suffered by third parties (including the
Employer’s personnel) and loss of or damage to
property (including the Employer’s property and any
parts of the Facilities which have been accepted by the
Employer) occurring in connection with supply and
installation of the Facilities.

V. The cost of insurance premium is to be reimbursed to


the Contractor for Employer Supplied Materials
(OSM) for which the insurer is to be finalized by the
Contractor as detailed therein. Alternatively, the
Contractor may take a single policy covering the
entire cost of the project including the cost of OSM.
For this purpose, the Contractor shall submit
documentary evidence for the premium paid for the
entire project to the Employer and Employer shall
reimburse to the Contractor the proportion of
Part – 3: Conditions of Contract and Contract Forms 65

premium equal to value of OSM to total sum insured.

VI. If during the execution of Contract, the Employer


requests the Contractor to take any other add-on
cover(s)/ supplementary cover(s) in aforesaid
insurance, in such a case, the Contractor shall
promptly take such add-on cover(s)/ supplementary
cover(s) and the charges towards such premium for
such add-on cover(s)/ supplementary cover(s) shall
be reimbursed to the Contractor on submission
documentary evidence of payment to the Insurance
company. Therefore, charges towards premium for
such add-on cover(s)/ supplementary cover(s) are not
included in the Contract Price.

c) Automobile Liability Insurance

The Contractor shall ensure that all the vehicles deployed by


the Contractor or its SubContractors (whether or not
owned by them) in connection with the supply and
installation of the Facilities in the project are duly
insured as per RTA act. Further the Contractor or its
SubContractors may also take comprehensive policy
(own damage plus third party liability) of each
individual vehicles deployed in the project on their
own discretion in their own name to protect their own
interest.

d) Workmen Compensation Policy:

I. Workmen Compensation Policy shall be taken by the


Contractor in accordance with the statutory
requirement applicable in India. The Contractor shall
ensure that all the workmen employed by the
Contractor or its SubContractors for the project are
adequately covered under the policy.
Part – 3: Conditions of Contract and Contract Forms 66

II. The policy may either be project specific covering all


men of the Contractor and its SubContractors. The
policy shall be kept valid till the date of Operational
Acceptance of the project.

Alternatively, if the Contractor has an existing ‘Workmen


Compensation Policy’ for all its employees including
that of the SubContractor(s), the Contractor must
include the interest of the Employer for this specific
Project in its existing ‘Workmen Compensation
Policy’.

III. Without relieving the Contractor of its obligations


and responsibilities under this Contract, before
commencing work the Contractor shall insure against
liability for death of or injury to persons employed by
the Contractor including liability by statute and at
common law. The insurance cover shall be
maintained until all work including remedial work is
completed including the Defect Liability Period. The
insurance shall be extended to indemnify the
Principal for the Principal’s statutory liability to
persons employed by the Contractor.

The Contractor shall also ensure that each of its


SubContractors shall effect and maintain insurance on
the same basis as the ‘Workmen Compensation Policy’
effected by the Contractor.

e) Contractor’s Plant and Machinery (CPM) Insurance

The Employer (including without limitation any consultant,


servant, agent or employee of the Employer) shall not
in any circumstances be liable to the Contractor for
any loss of or damage to any of the Contractor’s
Equipment or for any losses, liabilities, costs, claims,
Part – 3: Conditions of Contract and Contract Forms 67

actions or demands which the Contractor may incur or


which may be made against it as a result of or in
connection with any such loss or damage.

f) Other Insurances

Such other insurances as may be specifically


agreed upon by the Parties hereto as listed in the
Appendix to the Contract Agreement titled
Insurance Requirements.

34.2 The Employer shall be named as co-insured under all


insurance policies taken out by the Contractor pursuant
to GCC Sub-Clause 34.1, except for the Third Party
Liability, Workers’ Compensation and Employer’s
Liability Insurances, and the Contractor’s
SubContractors shall be named as co-insureds underall
insurance policies taken out by the Contractor pursuant
to GCC Sub-Clause 34.1 except for the Cargo
Insurance During Transport, Workers’ Compensation
and Employer’s Liability Insurances. All insurer’s
rights of subrogation against such co-insureds for
losses or claims arising out of the performance of the
Contract shall be waived under such policies.

34.3 The Contractor shall, in accordance with the


provisions of the Appendix to the Contract Agreement
titled Insurance Requirements, deliver to the Employer
certificates of insurance or copies of the insurance
policies as evidence that the required policies are in
full force and effect. The certificates shall provide that
no less than twenty-one (21) days’ notice shall be
given to the Employer by insurers prior to cancellation
or material modification of a policy.

34.4 The Contractor shall ensure that, where applicable, its


SubContractor(s) shall take out and maintain in effect
adequate insurance policies for their personnel and
vehicles and for work executed by them under the
Contract, unless such SubContractors are covered by
the policies taken out by the Contractor.

34.5 If the Contractor fails to take out and/or maintain in


effect the insurances referred to in GCC Sub-Clause
34.1, the Employer may take out and maintain in effect
any such insurances and may from time to time deduct
from any amount due the Contractor under the
Part – 3: Conditions of Contract and Contract Forms 68

Contract any premium that the Employer shall have


paid to the insurer, or may otherwise recover such
amount as a debt due from the Contractor

34.6 Unless otherwise provided in the Contract, the


Contractor shall prepare and conduct all and any
claims made under the policies effected by it
pursuant to this GCC Clause 34, and all monies
payable by any insurers shall be paid to the
Contractor. The Employer shall give to the
Contractor all such reasonable assistance as may be
required by the Contractor. With respect to insurance
claims in which the Employer’s interest is involved,
the Contractor shall not give any release or make any
compromise with the insurer without the prior written
consent of the Employer. With respect to insurance
claims in which the Contractor’s interest is involved,
the Employer shall not give any release or make any
compromise with the insurer without the prior written
consent of the Contractor.

35. Unforeseen Conditions 35.1 If, during the execution of the Contract, the Contractor
shall encounter on the Site any physical conditions
other than climatic conditions, or artificial obstructions
that could not have been reasonably foreseen prior to
the date of the Contract Agreement by an experienced
Contractor on the basis of reasonable examination of
the data relating to the Facilities including any data as
to boring tests, provided by the Employer, and on the
basis of information that it could have obtained from a
visual inspection of the Site if access thereto was
available, or other data readily available to it relating
to the Facilities, and if the Contractor determines that
it will in consequence of such conditions or
obstructions incur additional cost and expense or
require additional time to perform its obligations under
the Contract that would not have been required if such
physical conditions or artificial obstructions had not
been encountered, the Contractor shall promptly, and
before performing additional work or using additional
Plant or Contractor’s Equipment, notify the Project
Manager in writing of

(a) the physical conditions or artificial obstructions


on the Site that could not have been reasonably
foreseen;
Part – 3: Conditions of Contract and Contract Forms 69

(b) the additional work and/or Plant and/or


Contractor’s Equipment required, including the
steps which the Contractor will or proposes to
take to overcome such conditions or
obstructions;

(c) the extent of the anticipated delay; and

(d) the additional cost and expense that the


Contractor is likely to incur.

On receiving any notice from the Contractor under this


GCC Sub-Clause 35.1, the Project Manager shall
promptly consult with the Employer and Contractor
and decide upon the actions to be taken to overcome
the physical conditions or artificial obstructions
encountered. Following such consultations, the
Project Manager shall instruct the Contractor, with a
copy to the Employer, of the actions to be taken.

35.2 Any reasonable additional cost and expense incurred


by the Contractor in following the instructions from
the Project Manager to overcome such physical
conditions or artificial obstructions referred to in GCC
Sub-Clause 35.1 shall be paid by the Employer to the
Contractor as an addition to the Contract Price.
However the Employer’s decision in this regard shall
be final and binding.

If the Contractor is delayed or impeded in the


performance of the Contract because of any such
physical conditions or artificial obstructions referred to
in GCC Sub-Clause 35.1, the Time for Completion
shall be extended in accordance with GCC Clause 40.

36.1 If, after the date twenty-eight (28) days prior to the
36. Change in Laws and
date of Bid submission, in India, any law, regulation,
Regulations
ordinance, order or by-law having the force of law is
enacted, promulgated, abrogated or changed which shall
be deemed to include any change in interpretation or
application by the competent authorities, that
subsequently affects the costs and expenses of the
Contractor and/or the Time for Completion, the
Contract Price shall be correspondingly increased or
decreased, and/or the Time for Completion shall be
reasonably adjusted to the extent that the Contractor has
thereby been affected in the performance of any of its
Part – 3: Conditions of Contract and Contract Forms 70

obligations under the Contract. Notwithstanding the


foregoing, such additional or reduced costs shall not be
separately paid or credited if the same has already been
accounted for in the price adjustment provisions where
applicable, in accordance with the SCC pursuant to
GCC Sub-Clause 11.2 or under other provisions of the
Contract.

37. Force Majeure 37.1 “Force Majeure” shall mean any event beyond the
reasonable control of the Employer or of the
Contractor, as the case may be, and which is
unavoidable notwithstanding the reasonable care of the
Party affected, and shall include, without limitation,
the following:

(a) war, hostilities or warlike operations whether a


state of war be declared or not, invasion, act of
foreign enemy and civil war

(b) rebellion, revolution, insurrection, mutiny,


usurpation of civil or military government,
conspiracy, riot, civil commotion and terrorist
acts

(c) confiscation, nationalization, mobilization,


commandeering or requisition by or under the
order of any government or de jure or de facto
authority or ruler or any other act or failure to act
of any local state or national government authority

(d) strike, sabotage, lockout, embargo, import


restriction, port congestion, lack of usual means
of public transportation and communication,
industrial dispute, shipwreck, shortage or
restriction of power supply, epidemics,
quarantine and plague

(e) earthquake, landslide, volcanic activity, fire,


flood or inundation, tidal wave, typhoon or
cyclone, hurricane, storm, lightning, or other
inclement weather condition, nuclear and
pressure waves or other natural or physical
disaster

(f) shortage of labor, materials or utilities where


caused by circumstances that are themselves
Part – 3: Conditions of Contract and Contract Forms 71

Force Majeure.

37.2 If either Party is prevented, hindered or delayed from


or in performing any of its obligations under the
Contract by an event of Force Majeure, then it shall
notify the other in writing of the occurrence of such
event and the circumstances thereof within fourteen
(14) days after the occurrence of such event.

37.3 The Party who has given such notice, unless disputed
by the other Party, shall be excused from the
performance or punctual performance of its obligations
under the Contract for so long as the relevant event of
Force Majeure continues and to the extent that such
Party’s performance is prevented, hindered or delayed.
The Time for Completion shall be extended in
accordance with GCC Clause 40.

37.4 The Party or Parties affected by the event of Force


Majeure shall use reasonable efforts to mitigate the
effect thereof upon its or their performance of the
Contract and to fulfill its or their obligations under the
Contract, but without prejudice to either Party’s right
to terminate the Contract under GCC Sub-Clauses 37.6
and 38.5.

37.5 No delay or nonperformance by either Party hereto


caused by the occurrence of any event of Force
Majeure shall

(a) constitute a default or breach of the Contract, or

(b) give rise to any claim for damages or additional


cost or expense occasioned thereby, subject to
GCC Sub-Clauses 32.2, 38.3 and 38.4

if and to the extent that such delay or nonperformance


is caused by the occurrence of an event of Force
Majeure.

37.6 If the performance of the Contract is substantially


prevented, hindered or delayed for a single period of
more than ninety (90) days or an aggregate period of
more than one hundred and eighty (180) days on
account of one or more events of Force Majeure during
the currency of the Contract, the Parties will attempt to
develop a mutually satisfactory solution, failing which
either Party may terminate the Contract by giving a
Part – 3: Conditions of Contract and Contract Forms 72

notice to the other, but without prejudice to either


Party’s right to terminate the Contract under GCC
Sub-Clause 38.5.

37.7 In the event of termination pursuant to GCC Sub-


Clause 37.6, the rights and obligations of the Employer
and the Contractor shall be as specified in GCC Sub-
Clauses 42.1.2 and 42.1.3.

37.8 Notwithstanding GCC Sub-Clause 37.5, Force


Majeure shall not apply to any obligation of the
Employer to make payments to the Contractor herein.

38. War Risks 38.1 “War Risks” shall mean any event specified in
paragraphs (a) and (b) of GCC Sub-Clause 37.1 and
any explosion or impact of any mine, bomb, shell,
grenade or other projectile, missile, munitions or
explosive of war, occurring or existing in the India
impacting the Site.

38.2 Notwithstanding anything contained in the Contract, the


Contractor shall have no liability whatsoever for or with
respect to

(a) destruction of or damage to Facilities, Plant, or


any part thereof;

(b) destruction of or damage to property of the


Employer or any third Party; or

(c) injury or loss of life

if such destruction, damage, injury or loss of life is


caused by any War Risks, and the Employer shall
indemnify and hold the Contractor harmless from and
against any and all claims, liabilities, actions, lawsuits,
damages, costs, charges or expenses arising in
consequence of or in connection with the same.

38.3 If the Facilities or any Plant shall sustain destruction or


damage by reason of any War Risks, the Employer
shall pay the Contractor for

(a) any part of the Facilities or the Plant so


destroyed or damaged to the extent not already
paid for by the Employer
Part – 3: Conditions of Contract and Contract Forms 73

and so far as may be required by the Employer,


and as may be necessary for completion of the
Facilities; and

(b) replacing or making good any such destruction


or damage to the Facilities or the Plant or any
part thereof .

If the Employer does not require the Contractor to


replace or make good any such destruction or damage
to the Facilities, the Employer shall either request a
change in accordance with GCC Clause 39, excluding
the performance of that part of the Facilities thereby
destroyed or damaged or, where the loss, destruction
or damage affects a substantial part of the Facilities,
shall terminate the Contract, pursuant to GCC Sub-
Clause 42.1.

If the Employer requires the Contractor to replace or


make good on any such destruction or damage to the
Facilities, the Time for Completion shall be extended
in accordance with GCC 40.

38.4 Notwithstanding anything contained in the Contract,


the Employer shall pay the Contractor for any
increased costs or incidentals to the execution of the
Contract, to the extent reasonable, that are in any way
attributable to, consequent on, resulting from, or in any
way connected with any War Risks, provided that the
Contractor shall as soon as practicable notify the
Employer in writing of any such increased cost.

38.5 If during the performance of the Contract any War


Risks shall occur that financially or otherwise
materially affect the execution of the Contract by the
Contractor, the Contractor shall use its reasonable
efforts to execute the Contract with due and proper
consideration given to the safety of its and its
SubContractors’ personnel engaged in the work on the
Facilities, provided, however, that if the execution of
the work on the Facilities becomes impossible or is
substantially prevented for a single period of more
than ninety (90) days or an aggregate period of more
than one hundred and eighty (180) days on account of
any War Risks, the Parties will attempt to develop a
mutually satisfactory solution, failing which either
Party may terminate the Contract by giving a notice to
Part – 3: Conditions of Contract and Contract Forms 74

the other.

38.6 In the event of termination pursuant to GCC Sub-


Clauses 38.3 or 38.5, the rights and obligations of the
Employer and the Contractor shall be specified in GCC
Sub-Clauses 42.1.2 and 42.1.3.

H. Change in Contract Elements

39. Change in the Facilities 39.1 The Employer shall have the right to propose, and
subsequently require, that the Project Manager order
the Contractor from time to time during the
performance of the Contract to make any change,
modification, addition or deletion to, in or from the
Facilities hereinafter called “Change”, provided that
such Change falls within the general scope of the
Facilities and does not constitute unrelated work and
that it is technically practicable, taking into account
both the state of advancement of the Facilities and the
technical compatibility of the Change envisaged with
the nature of the Facilities as specified in the Contract.

39.2 Notwithstanding GCC Sub-Clauses 39.1, no change


made necessary because of any default of the
Contractor in the performance of its obligations under
the Contract shall be deemed to be a Change, and such
change shall not result in any adjustment of the
Contract Price or the Time for Completion.

39.3 The pricing of any Change shall, as far as practicable,


be calculated in accordance with the rates and prices
included in the Contract.

39.4 Employer has the right to intoduce a Change by issuing


an amendment to the Contract and amending the
Contract Price, by varying the quanties of items
originally included in the priced Schedule of Items
and Bill of Quantities forming part of the Contract,
within the limit as specified in SCC at the unit rates
of the items specified in the Contact.

40. Extension of Time for 40.1 The Time(s) for Completion specified in the SCC
pursuant to GCC Sub-Clause 8.2 shall be extended if
Part – 3: Conditions of Contract and Contract Forms 75

Completion the Contractor is delayed or impeded in the


performance of any of its obligations under the
Contract by reason of any of the following:

(a) any Change in the Facilities as provided in GCC


Clause 39 except if otherwise stated therein.

(b) any occurrence of Force Majeure as provided in


GCC Clause 37, unforeseen conditions as
provided in GCC Clause 35, or other occurrence
of any of the matters specified or referred to in
paragraphs (a), (b) and (c) of GCC Sub-Clause
32.2

(c) any suspension order given by the Employer


under GCC Clause 41 hereof or reduction in the
rate of progress pursuant to GCC Sub-Clause
41.2 or

(d) any changes in laws and regulations as provided


in GCC Clause 36 or

(e) any default or breach of the Contract by the


Employer, or any activity, act or omission of the
Employer, or the Project Manager, or any other
Contractors employed by the Employer, or

(f) any delay on the part of a SubContractor,


provided such delay is due to a cause for which
the Contractor himself would have been entitled
to an extension of time under this sub-clause, or

(g) delays attributable to the Employer or caused by


customs, or

(h) any other matter specifically mentioned in the


Contract

by such period as shall be fair and reasonable in all the


circumstances and as shall fairly reflect the delay or
impediment sustained by the Contractor.

40.2 Except where otherwise specifically provided in the


Contract, the Contractor shall submit to the Project
Manager a notice of a claim for an extension of the
Time for Completion, together with particulars of the
event or circumstance justifying such extension as
soon as reasonably practicable after the
Part – 3: Conditions of Contract and Contract Forms 76

commencement of such event or circumstance. As


soon as reasonably practicable after receipt of such
notice and supporting particulars of the claim, the
Employer and the Contractor shall agree upon the
period of such extension. In the event that the
Contractor does not accept the Employer’s estimate of
a fair and reasonable time extension, the Contractor
shall be entitled to refer the matter for settlement of
dispute in acordance with GCC Sub-Clause 46.

40.3 The Contractor shall at all times use its reasonable


efforts to minimize any delay in the performance of its
obligations under the Contract.

40.4 In all cases where the Contractor has given a notice


of a claim for an extension of time under GCC 40.2,
the Contractor shall consult with the Project Manager
in order to determine the steps (if any) which can be
taken to overcome or minimize the actual or
anticipated delay. The Contractor shall there after
comply with all reasonable instructions which the
Project Manager shall give in order to minimize such
delay. If compliance with such instructions shall cause
the Contractor to incur extra costs and the Contractor
is entitled to an extension of time under GCC 40.1, the
amount of such extra costs shall be added to the
Contract Price.

41. Suspension 41.1 The Employer may request the Project Manager, by
notice to the Contractor, to order the Contractor to
suspend performance of any or all of its obligations
under the Contract. Such notice shall specify the
obligation of which performance is to be suspended,
the effective date of the suspension and the reasons
therefor. The Contractor shall thereupon suspend
performance of such obligation, except those
obligations necessary for the care or preservation of
the Facilities, until ordered in writing to resume such
performance by the Project Manager.

If, by virtue of a suspension order given by the Project


Manager, other than by reason of the Contractor’s
default or breach of the Contract, the Contractor’s
performance of any of its obligations is suspended for
an aggregate period of more than ninety (90) days,
then at any time thereafter and provided that at that
time such performance is still suspended, the
Part – 3: Conditions of Contract and Contract Forms 77

Contractor may give a notice to the Project Manager


requiring that the Employer shall, within twenty-eight
(28) days of receipt of the notice, order the resumption
of such performance or request and subsequently order
a change in accordance with GCC Clause 39,
excluding the performance of the suspended
obligations from the Contract.

If the Employer fails to do so within such period, the


Contractor may, by a further notice to the Project
Manager, elect to treat the suspension, where it affects
a part only of the Facilities, as a deletion of such part
in accordance with GCC Clause 39 or, where it affects
the whole of the Facilities, as termination of the
Contract under GCC Sub-Clause 42.1.

41.2 If

(a) the Employer has failed to pay the Contractor


any sum due under the Contract for considerable
period beyond the specified period, has failed to
approve any invoice or supporting documents
without just cause pursuant to the Appendix to
the Contract Agreement titled Terms and
Procedures of Payment, or commits a substantial
breach of the Contract, the Contractor may give
a notice to the Employer that requires payment
of such sum, with interest thereon as stipulated
in GCC Sub-Clause 12.3, requires approval of
such invoice or supporting documents, or
specifies the breach and requires the Employer
to remedy the same, as the case may be. If the
Employer fails to pay such sum together with
such interest, fails to approve such invoice or
supporting documents or give its reasons for
withholding such approval, or fails to remedy the
breach or take steps to remedy the breach within
fourteen (14) days after receipt of the
Contractor’s notice or

(b) the Contractor is unable to carry out any of its


obligations under the Contract for any reason
attributable to the Employer, including but not
limited to the Employer’s failure to provide
possession of or access to the Site or other areas
in accordance with GCC Sub-Clause 10.2, or
failure to obtain any governmental permit
Part – 3: Conditions of Contract and Contract Forms 78

necessary for the execution and/or completion of


the Facilities,

then the Contractor may by fourteen (14) days’


notice to the Employer suspend performance of
all or any of its obligations under the Contract,
or reduce the rate of progress.

41.3 If the Contractor’s performance of its obligations is


suspended or the rate of progress is reduced pursuant
to this GCC Clause 41, then the Time for Completion
shall be extended in accordance with GCC Sub-Clause
40.1, and any and all additional costs or expenses
incurred by the Contractor as a result of such
suspension or reduction, provided that the Contractor’s
performance of any of its obligations is suspended for
an aggregate period of more than ninety (90) days,
then for the time of suspension thereafter and provided
that at that time such performance is still suspended,
shall be paid by the Employer to the Contractor in
addition to the Contract Price, except in the case of
suspension order or reduction in the rate of progress by
reason of the Contractor’s default or breach of the
Contract.

41.4 During the period of suspension, the Contractor shall


not remove from the Site any Plant, any part of the
Facilities or any Contractor’s Equipment, without the
prior written consent of the Employer.

42. Termination 42.1 Termination for Employer’s Convenience

42.1.1 The Employer may at any time terminate the


Contract for any reason by giving the
Contractor a notice of termination that refers to
this GCC Sub-Clause 42.1.

42.1.2 Upon receipt of the notice of termination under


GCC Sub-Clause 42.1.1, the Contractor shall
either immediately or upon the date specified in
the notice of termination

(a) cease all further work, except for such


work as the Employer may specify in the
notice of termination for the sole purpose
of protecting that part of the Facilities
already executed, or any work required to
Part – 3: Conditions of Contract and Contract Forms 79

leave the Site in a clean and safe condition

(b) terminate all subcontracts, except those to


be assigned to the Employer pursuant to
paragraph (d) (ii) below

(c) remove all Contractor’s Equipment from


the Site, repatriate the Contractor’s and its
SubContractors’ personnel from the Site,
remove from the Site any wreckage,
rubbish and debris of any kind, and leave
the whole of the Site in a clean and safe
condition, and

(d) subject to the payment specified in GCC


Sub-Clause 42.1.3,

(i) deliver to the Employer the parts of


the Facilities executed by the
Contractor up to the date of
termination

(ii) to the extent legally possible, assign


to the Employer all right, title and
benefit of the Contractor to the
Facilities and to the Plant as of the
date of termination, and, as may be
required by the Employer, in any
subcontracts concluded between the
Contractor and its SubContractors;
and

(iii) deliver to the Employer all non-


proprietary drawings, specifications
and other documents prepared by the
Contractor or its SubContractors as
at the date of termination in
connection with the Facilities.

42.1.3 In the event of termination of the Contract


under GCC Sub-Clause 42.1.1, the Employer
shall pay to the Contractor the following
amounts:

(a) the Contract Price, properly attributable to


the parts of the Facilities executed by the
Contractor as of the date of termination
Part – 3: Conditions of Contract and Contract Forms 80

(b) the costs reasonably incurred by the


Contractor in the removal of the
Contractor’s Equipment from the Site and
in the repatriation of the Contractor’s and
its SubContractors’ personnel

(c) any amounts to be paid by the Contractor


to its SubContractors in connection with
the termination of any subcontracts,
including any cancellation charges

(d) costs incurred by the Contractor in


protecting the Facilities and leaving the
Site in a clean and safe condition pursuant
to paragraph (a) of GCC Sub-Clause
42.1.2

(e) the cost of satisfying all other obligations,


commitments and claims that the
Contractor may in good faith have
undertaken with third Parties in connection
with the Contract and that are not covered
by paragraphs (a) through (d) above.

42.2 Termination for Contractor’s Default

42.2.1 The Employer, without prejudice to any other


rights or remedies it may possess, may terminate
the Contract forthwith in the following
circumstances by giving a notice of termination
and its reasons therefor to the Contractor,
referring to this GCC Sub-Clause 42.2:

(a) if the Contractor becomes bankrupt or


insolvent, has a receiving order issued
against it, compounds with its creditors, or,
if the Contractor is a corporation, a
resolution is passed or order is made for its
winding up, other than a voluntary
liquidation for the purposes of
amalgamation or reconstruction, a receiver
is appointed over any part of its
undertaking or assets, or if the Contractor
takes or suffers any other analogous action
in consequence of debt

(b) if the Contractor assigns or transfers the


Part – 3: Conditions of Contract and Contract Forms 81

Contract or any right or interest therein in


violation of the provision of GCC Clause
43.

(c) if the Contractor, in the judgment of the


Employer has engaged in Fraud and
Corruption, as defined in Attachment 1 to
the GCC, in competing for or in executing
the Contract.

42.2.2 If the Contractor

(a) has abandoned or repudiated the Contract

(b) has without valid reason failed to


commence work on the Facilities promptly
or has suspended, other than pursuant to
GCC Sub-Clause 41.2, the progress of
Contract performance for more than
twenty-eight (28) days after receiving a
written instruction from the Employer to
proceed

(c) persistently fails to execute the Contract in


accordance with the Contract or
persistently neglects to carry out its
obligations under the Contract without just
cause

(d) refuses or is unable to provide plant,


equipment, goods, materials, services or
labor sufficient to execute and complete
the Facilities in the manner specified in the
program furnished under GCC Sub-Clause
18.2 at rates of progress that give
reasonable assurance to the Employer that
the Contractor can attain Completion of
the Facilities by the Time for Completion
as extended,

then the Employer may, without prejudice to any


other rights it may possess under the Contract
including encashment of Performance and other
securities, give a notice to the Contractor stating
the nature of the default and requiring the
Contractor to remedy the same. If the
Contractor fails to remedy or to take steps to
Part – 3: Conditions of Contract and Contract Forms 82

remedy the same within fourteen (14) days of its


receipt of such notice, then the Employer may
terminate the Contract forthwith by giving a
notice of termination to the Contractor that refers
to this GCC Sub-Clause 42.2.

42.2.3 Upon receipt of the notice of termination under


GCC Sub-Clauses 42.2.1 or 42.2.2, the
Contractor shall, either immediately or upon
such date as is specified in the notice of
termination,

(a) cease all further work, except for such


work as the Employer may specify in the
notice of termination for the sole purpose
of protecting that part of the Facilities
already executed, or any work required to
leave the Site in a clean and safe condition

(b) terminate all subcontracts, except those to


be assigned to the Employer pursuant to
paragraph (d) below

(c) deliver to the Employer the parts of the


Facilities executed by the Contractor up to
the date of termination

(d) to the extent legally possible, assign to the


Employer all right, title and benefit of the
Contractor to the Facilities and to the
Plant as of the date of termination, and, as
may be required by the Employer, in any
subcontracts concluded between the
Contractor and its SubContractors

(e) deliver to the Employer all drawings,


specifications and other documents
prepared by the Contractor or its
SubContractors as of the date of
termination in connection with the
Facilities.

42.2.4 The Employer may enter upon the Site, expel


the Contractor, and complete the Facilities itself
or by employing any third Party. The Employer
may, to the exclusion of any right of the
Contractor over the same, take over and use with
Part – 3: Conditions of Contract and Contract Forms 83

the payment of a fair rental rate to the


Contractor, with all the maintenance costs to the
account of the Employer and with an
indemnification by the Employer for all liability
including damage or injury to persons arising out
of the Employer’s use of such equipment, any
Contractor’s Equipment owned by the
Contractor and on the Site in connection with the
Facilities for such reasonable period as the
Employer considers expedient for the supply and
installation of the Facilities.

Upon completion of the Facilities or at such


earlier date as the Employer thinks appropriate,
the Employer shall give notice to the Contractor
that such Contractor’s Equipment will be
returned to the Contractor at or near the Site and
shall return such Contractor’s Equipment to the
Contractor in accordance with such notice. The
Contractor shall thereafter without delay and at
its cost remove or arrange removal of the same
from the Site.

42.2.5 Subject to GCC Sub-Clause 42.2.6, the


Contractor shall be entitled to be paid the
Contract Price attributable to the Facilities
executed as of the date of termination, the value
of any unused or partially used Plant on the Site,
and the costs, if any, incurred in protecting the
Facilities and in leaving the Site in a clean and
safe condition pursuant to paragraph (a) of GCC
Sub-Clause 42.2.3. Any sums due the Employer
from the Contractor accruing prior to the date of
termination shall be deducted from the amount
to be paid to the Contractor under this Contract.

42.2.6 If the Employer completes the Facilities, the


cost of completing the Facilities by the
Employer shall be determined.

If the sum that the Contractor is entitled to be


paid, pursuant to GCC Sub-Clause 42.2.5, plus
the reasonable costs incurred by the Employer in
completing the Facilities, exceeds the Contract
Price, the Contractor shall be liable for such
excess.
Part – 3: Conditions of Contract and Contract Forms 84

If such excess is greater than the sums due the


Contractor under GCC Sub-Clause 42.2.5 and
any other monies otherwise due to the
Contractor under the Contract, and including
remittances, if any, received by the Employer
through securities furnished by the Contractor,
the Contractor shall pay the balance to the
Employer, and if such excess is less than the
sums as aforesaid, the Employer shall pay the
balance to the Contractor.

The Employer and the Contractor shall agree, in


writing, on the computation described above and
the manner in which any sums shall be paid.

42.3 Termination by the Contractor

42.3.1 The Contractor may terminate the Contract


forthwith by giving a notice to the Employer to
that effect, referring to this GCC Sub-Clause
42.3.1, if the Employer becomes bankrupt or
insolvent, has a receiving order issued against it,
compounds with its creditors, or, being a
corporation, if a resolution is passed or order is
made for its winding up (other than a voluntary
liquidation for the purposes of amalgamation or
reconstruction), a receiver is appointed over any
part of its undertaking or assets, or if the
Employer takes or suffers any other analogous
action in consequence of debt.

42.3.2 If the Contract is terminated under GCC Sub-


Clauses 42.3.1, then the Contractor shall
immediately

(a) cease all further work, except for such


work as may be necessary for the purpose
of protecting that part of the Facilities
already executed, or any work required to
leave the Site in a clean and safe
condition

(b) terminate all subcontracts, except those to


be assigned to the Employer pursuant to
paragraph (d) (ii)

(c) remove all Contractor’s Equipment from


Part – 3: Conditions of Contract and Contract Forms 85

the Site and repatriate the Contractor’s


and its SubContractors’ personnel from
the Site, and

(d) subject to the payment specified in GCC


Sub-Clause 42.3.3,

(i) deliver to the Employer the parts of


the Facilities executed by the
Contractor up to the date of
termination

(ii) to the extent legally possible, assign


to the Employer all right, title and
benefit of the Contractor to the
Facilities and to the Plant as of the
date of termination, and, as may be
required by the Employer, in any
subcontracts concluded between the
Contractor and its SubContractors,
and

(iii) deliver to the Employer all


drawings, specifications and other
documents prepared by the
Contractor or its SubContractors as
of the date of termination in
connection with the Facilities.

42.3.3 If the Contract is terminated under GCC Sub-


Clauses 42.3.1 , the Employer shall pay to the
Contractor all payments specified in GCC Sub-
Clause 42.1.3, and reasonable compensation for
all loss, except for loss of profit, or damage
sustained by the Contractor arising out of, in
connection with or in consequence of such
termination.

42.3.4 Termination by the Contractor pursuant to this


GCC Sub-Clause 42.3 is without prejudice to
any other rights or remedies of the Contractor
that may be exercised in lieu of or in addition to
rights conferred by GCC Sub-Clause 42.3.

42.4 In this GCC Clause 42, the expression “Facilities


executed” shall include all work executed, Installation
Services provided, and all Plant acquired, or subject to
Part – 3: Conditions of Contract and Contract Forms 86

a legally binding obligation to purchase, by the


Contractor and used or intended to be used for the
purpose of the Facilities, up to and including the date
of termination.

42.5 In this GCC Clause 42, in calculating any monies due


from the Employer to the Contractor, account shall be
taken of any sum previously paid by the Employer to
the Contractor under the Contract, including any
advance payment paid pursuant to the Appendix to the
Contract Agreement titled Terms and Procedures of
Payment.

43.1 Neither the Employer nor the Contractor shall,


43. Assignment
without the express prior written consent of the other
Party, which consent shall not be unreasonably
withheld, assign to any third Party the Contract or any
part thereof, or any right, benefit, obligation or
interest therein or thereunder.

I. Claims, Disputes and Arbitration

44. Contractor’s Claims 44.1 If the Contractor considers himself to be entitled to


any extension of the Time for Completion and/or any
additional payment, under any Clause of these
Conditions or otherwise in connection with the
Contract, the Contractor shall submit a notice to the
Project Manager, describing the event or circumstance
giving rise to the claim. The notice shall be given as
soon as practicable, and not later than 28 days after
the Contractor became aware, or should have become
aware, of the event or circumstance.

If the Contractor fails to give notice of a claim within


such period of 28 days, the Time for Completion shall
not be extended, the Contractor shall not be entitled to
additional payment, and the Employer shall be
discharged from all liability in connection with the
claim. Otherwise, the following provisions of this
Sub-Clause shall apply.

The Contractor shall also submit any other notices


which are required by the Contract, and supporting
particulars for the claim, all as relevant to such event
or circumstance.
Part – 3: Conditions of Contract and Contract Forms 87

The Contractor shall keep such contemporary records


as may be necessary to substantiate any claim, either
on the Site or at another location acceptable to the
Project Manager. Without admitting the Employer’s
liability, the Project Manager may, after receiving any
notice under this Sub-Clause, monitor the record-
keeping and/or instruct the Contractor to keep further
contemporary records. The Contractor shall permit the
Project Manager to inspect all these records, and shall
(if instructed) submit copies to the Project Manager.

Within 42 days after the Contractor became aware (or


should have become aware) of the event or
circumstance giving rise to the claim, or within such
other period as may be proposed by the Contractor
and approved by the Project Manager, the Contractor
shall send to the Project Manager a fully detailed
claim which includes full supporting particulars of the
basis of the claim and of the extension of time and/or
additional payment claimed. If the event or
circumstance giving rise to the claim has a continuing
effect:

(a) this fully detailed claim shall be considered as


interim;

(b) the Contractor shall send further interim claims


at monthly intervals, giving the accumulated
delay and/or amount claimed, and such further
particulars as the Project Manager may
reasonably require; and

(c) the Contractor shall send a final claim within 28


days after the end of the effects resulting from
the event or circumstance, or within such other
period as may be proposed by the Contractor and
approved by the Project Manager.

Within 42 days after receiving a claim or any further


particulars supporting a previous claim, or within such
other period as may be proposed by the Project
Manager and approved by the Contractor, the Project
Manager shall respond with approval, or with
disapproval and detailed comments. He may also
request any necessary further particulars, but shall
nevertheless give his response on the principles of the
Part – 3: Conditions of Contract and Contract Forms 88

claim within such time.

The requirements of this Sub-Clause are in addition to


those of any other Sub-Clause which may apply to a
claim. If the Contractor fails to comply with this or
another Sub-Clause in relation to any claim, any
extension of time and/or additional payment shall take
account of the extent (if any) to which the failure has
prevented or prejudiced proper investigation of the
claim, unless the claim is excluded under the second
paragraph of this Sub-Clause.

In the event that the Contractor and the Employer


cannot agree on any matter relating to a claim, either
Party may refer the matter for settlement of dispute
pursuant to GCC 46 hereof.

45.1 The Parties shall seek to resolve any dispute amicably by


45. Disputes and Arbitration
mutual consultation. If either Party objects to any action
or inaction of the other Party, the objecting Party may
file a written Notice of Dispute to the other Party
providing in detail the basis of the dispute. The Party
receiving the Notice of Dispute will consider it and
respond in writing within fourteen (14) days after
receipt. If that Party fails to respond within fourteen
(14) days, or the dispute cannot be amicably settled
within fourteen (14) days following the response of that
Party, Clause GCC 45.2shall apply.The Parties shall
use their best efforts to settle amicably all disputes
arising out of or in connection with this Contract or its
interpretation.
45.2 If, the parties have failed to resolve their dispute or
difference by such mutual consultation as per Clause
GCC 45.1, then either the Employer or the
Contractor may give notice to the other party of its
intention to commence conciliation/ arbitration, as
hereinafter provided, as to the matter in dispute, and
no conciliation/ arbitration in respect of this matter
may be commenced unless such notice is given. Any
dispute or difference in respect of which a notice of
intention to commence conciliation/ arbitration has
been given in accordance with this Clause shall be
finally settled in accordance with the
followingprovisions:

(i) Disputes shall be settled through conciliation or


Part – 3: Conditions of Contract and Contract Forms 89

arbitration in accordance with Arbitration and


Conciliation Act, 1996 including amendments thereto,
as applicable from time to time, in accordance with the
rules thereto and the Applicable Law.

In any arbitration proceeding hereunder:

(a) proceedings shall be held in the place mentioned


in SCC which shall be the seat as well as the
venue of arbitration except otherwise agreed by
the Parties.

(b) English language shall be the official language


for all purposes; and

(c) the decision of the sole arbitrator or of a majority


of the arbitrators (or of the third arbitrator if
there is no such majority) shall be final and
binding and shall be enforceable in the court of
competent jurisdiction in India, as per the
Applicable Law
45.3 Notwithstanding any dispute and/or reference to
conciliation/ arbitration herein,
(a) the parties shall continue to perform their
respective obligations under the Contract unless
they otherwise agree; and
the Purchaser shall pay the Supplier any monies
due to the Supplier.

J. Additional

46.1 Employer shall up-front intimate list containing name


46. Up-front intimation of
of already approved vendors/manufacturers of various
approved manufacturers
sub-transmission and distribution materials. Employer
and criterion for Fresh
shall up-load the list on their web portal. The turnkey
Vendor approval
Contractor shall choose one or more than one vendors
from the pre-approved lists depending upon capacity
and capability of vendors to supply the materials for
RDSS works. No separate approval for vendor shall
be required from Employer.
Also, normal procedure being followed for
empanelment of new vendors shall be uploaded and
Part – 3: Conditions of Contract and Contract Forms 90

up-front intimated to all turnkey Contractors. In case


turnkey Contractor desires to add new vendor, up-
front intimation shall be available on criterion and
procedure for selection of vendors.
47.1 Technical Specifications are enclosed with the bid
47. Up-front intimation of documents. Employer shall up-front intimate
Guaranteed Technical acceptable Guaranteed Technical Particulars of
Particulars various materials through their web portal.
47.2 The turnkey Contractor will examine these
documents and supply only those materials which
meets the above acceptable criterion. In case there are
Employer’s approved vendor(s) (one or more) through
which turnkey Contractor wish to procure the
materials and are complying with the acceptable GTP
parameters of Employer as available on their web
portal, there would not be any formality needed like
approval of sub-vendor or approval of GTP again.
47.3 In event of change in name of vendor or change in
GTP parameter, separate approval of Employer shall
be sought by successful turnkey Contractor.
48.1 “Project wise separate Site Stores shall be maintained
48. Turnkey Contractor’s and manned by turnkey Contractor. Same store shall
Store at Project site not be used for more than one projects even if
neighboring districts’ projects are awarded to the
same agency. The turnkey Contractor shall deploy his
own manpower in stores for round the clock security
and for its day to day operation through trained Store-
keeper.

Since materials received in this stores are owned by


Employer (including owner’s free issued material)
and are pre-dispatch inspected by Employer’s
representative/ or NABL lab inspected, materials in a
lot shall not be issued to the sub-Contractor for
physical execution by turnkey Contractor. Instead,
day to day requirements shall be issued to the working
teams of sub-vendors by authorized store-keeper. In
exceptional cases, on prior written permission of
Employer, materials for a week time may be issued to
working team of sub-vendor. Daily accounting of
materials receipt, materials issues, materials in
custody of sub-vendors are to be maintained by
turnkey Contractor. Handing of Stores shall, in no
circumstances, be off loaded.

In no case, inter-project transfer of materials shall be


Part – 3: Conditions of Contract and Contract Forms 91

permitted.
49.1 On completion of erection and testing of a section of
49. Handing over of assets line, DTR substation, power substation, contracting
agency shall submit digital photographs in soft copies
of each and every support structures along-with
submission of completion report in support of their
claim for energisation and handing over of assets. In
addition, Contractor shall also ensure 100% tagging of
assets on GIS portal provided by Employer. The
Mobile App for GIS asset tagging shall be provided
by the Employer. Project Manager within a week
time, shall review the photographs for acceptance of
quality of works and shall immediately deploy
officials for joint measurement and inspection of
executed works for energisation. In parallel, a
requisition to State Electrical Inspectorate shall also
be submitted by Project Manager. Fee/Charges for
inspection by electrical inspector shall be paid by
Project Manager (Employer).

While offering section of work / substation for


commissioning and handing over, turnkeyContractor
shall provide pre-commissioning test reports and
detailed checklist (format provided along with quality
guidelines at Part 2: Section 6).

50. Supply of Materials in 50.1 Item wise mobilization of materials shall be planned
lots in [6 lots or as decided by the Employer ]. Employer
shall arrange pre-dispatch inspections forat least[6 lots
or as decided by the Employer] at his own
expenditure. However, in case of approved quantity
variation, employer may consider toincrease the
number of Lots. In addition, Employer shall also
ensure that samples (as per IS Sampling standard)
from 01st lot and one other lot randomly selected by
the Employer will be sent to nearest NABL accredited
lab approved by the employer for testing directly from
the manufacturing unit. TkC shall incur the expenses
of testing. During the Pre-Dispatch inspection of
materials, Contractor shall also mandatorily send its
authorized person in the manufacturing facility. The
51. authorized person of Contractor shall also sign the
joint inspection report along with the Employer. All
Contract Closing such cost shall be borne by the Contractor.

51.1 On completion of handing over formality and


Part – 3: Conditions of Contract and Contract Forms 92

successfully completion of defect liability / guarantee


period, the contract shall be closed on completion of
following formality:
I. Material reconciliation of owner free issued
materials as well as material supplied by turnkey
Contractor,
II. Payment reconciliations, submission and
verifications that reconciliation of payment toward
statutory provisions like GST, any other dues etc.
Reconciliation statement shall be verified and
vetted by chartered accountant.
III. Approval for extension of Completion period, with
or without compensation, as required.
IV. Certification from agency regarding payment of
dues to its
i. Sub-vendors
ii. Workers/ contract laborers,
iii. Payment of statutory dues toward Provident
Funds, wages etc. as required.

V. Certification of Project Manager & agency to the


effect that erection, testing and commissioning of
the equipment have been completed as per
specifications laid down in the contract and defects
noted at the time of commissioning and notified to
the agency have been liquidated to the satisfaction
of Employer.
VI. Removal of construction meant for site stores,
hutment, labour colony etc. in the premises of
EMPLOYER.
VII. Certificate from Project Manager in charge
regarding final amendment of drawings and
detailed of such amendments,
VIII. Drawing receipt certificate by the Project Manager,
IX. Receipt of compliance report on Quality Assurance
Mechanism along with photograph, Assurance
documents by Project Manager
X. Shortfall in equipment / Line performance
Certificate issued by Project Manager,
XI. No demand certificate issued by Contractor,
XII. Certificate about completion of Defect Liability
Period of the package by Project Manager,
XIII. Certificate regarding return of Performance
Security / Indemnity Bond by Project
Manager/Employer.
52.1 Employer shall suspend business dealings with
52. Suspension of business
Part – 3: Conditions of Contract and Contract Forms 93

dealings Contractor on following grounds for the period as


decided by Project Manager:-

a. If the Contractor fails to submit Performance


Security after issuance of Letter of Intent
(LoI) within 28 days.

b. If the Contractor fails to accept the award of


contract or has abandoned or repudiated the
Contract.

c. If the Contractor is found to be non-


performing in execution of contract by the
Employer.

d. If a disaster / major failure / accident /


collapse of a structure / system is caused
during erection or during defect liability
period due to negligence of Contractor or
design deficiency or poor quality of
execution.

e. Misbehavior or physical manhandling by the


Contractor or his representative or any person
acting on his behalf with any official of the
Company dealing with the concerned
contract is established.

f. If the Director / Owner of the Contractor,


proprietor or partner of the Contractor, is
convicted by a court of law for offences
involving corrupt and fraudulent practices
including moral turpitude in relation to its
business dealings with the government or
State Public Sector Undertakings or Central
Public Sector Undertakings or Employer or
Employer’s group companies, during the last
five years.

g. If the proprietors of the Contractor have been


guilty of malpractices such as bribery,
corruption, fraud, substitution of the tenders,
Part – 3: Conditions of Contract and Contract Forms 94

interpolations, etc.

h. If the Contractor continuously refuses to


return / refund the dues of Employer or
Employer’s group companies, without
showing adequate reason and this is not due
to any reasonable dispute which would attract
proceedings in arbitration or court of Law;

i. If the Contractor employs a public servant


dismissed / removed or employs a person
convicted for an offence involving corruption
or abetment of such offences;

j. If business dealings with the Contractor have


been banned by the Ministry of Power or
Government of India and the ban is still in
force,

k. If it is established that Contractor has


resorted to corrupt, fraudulent practices
including misrepresentation of facts;

l. If the Contractor uses


intimidation/threatening or brings undue
outside pressure on the Project Manager or
his authorised representatives or its officials
in acceptance / performance of the job under
the contract.

m. If the Contractor indulges in repeated and / or


deliberate use of delay tactics in complying
with contractual stipulations;

n. If the Contractor is found to be involved in


cartel formation during bidding.

o. On willful indulgence by the Contractor in


supplying sub-standard material with respect
to Technical Specifications under the
Contract irrespective of whether pre-dispatch
inspection was carried out by Employer or
not;
Part – 3: Conditions of Contract and Contract Forms 95

p. If the Contractor is declared bankrupt or


insolvent or its financial position has become
unsound, and in the case of a limited
company, it is wound up or liquidated.

q. Established litigant nature of the Contractor


to derive undue benefit;

r. Continued poor performance of the


Contractor;

s. If the Contractor violates the provisions of


the Integrity Pact provided in the Contract.

t. If the Contractor commits fraud as defined


under the Fraud Prevention Policy of
Employer.

u. If the Contractor has assigned or transferred


the contract or engaged subcontractor(s)
without the prior approval of the Competent
Authority in violation of the provisions of the
contract.

v. If the Contractor misuses the premises or


facilities of the Employer, forcefully
occupies, tampers or damages the
Employer’s properties including land, water
resources, forests / trees, etc.

w. If the security consideration, including


questions of loyalty of the Contractor to the
state, so warrants;
Part – 3: Conditions of Contract and Contract Forms 96

ATTACHMENT 1 to GCC
Fraud and Corruption

1. Purpose
1.1 Government’s/Uttar Haryana Bijli Vitaran Nigam Limited Anti-Corruption Laws/ Guidelines
apply with respect to procurement.
2. Requirements
2.1 Uttar Haryana Bijli Vitaran Nigam Limited requires that bidders (applicants/proposers),
consultants, Contractors and suppliers; any sub-Contractors, sub-consultants, service
providers or suppliers; any agents (whether declared or not); and any of their personnel,
observe the highest standard of ethics during the procurement process, selection and contract
execution, and refrain from Fraud and Corruption.
2.2 To this end Uttar Haryana Bijli Vitaran Nigam Limited:
I. Defines, for the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” is the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of another party;
ii. “fraudulent practice” is any act or omission, including misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain financial
or other benefit or to avoid an obligation;
iii. “collusive practice” is an arrangement between two or more parties designed to
achieve an improper purpose, including to influence improperly the actions of another
party;
iv. “coercive practice” is impairing or harming, or threatening to impair or harm, directly
or indirectly, any party or the property of the party to influence improperly the actions
of a party;
v. “obstructive practice” is:
(a) deliberately destroying, falsifying, altering, or concealing of evidence material to
the investigation or making false statements to investigators in order to
materially impede investigation into allegations of a corrupt, fraudulent,
coercive, or collusive practice; and/or threatening, harassing, or intimidating any
party to prevent it from disclosing its knowledge of matters relevant to the
investigation or from pursuing the investigation; or
II. Rejects a proposal (also referred to as the bid) for award if the Uttar Haryana Bijli
Vitaran Nigam Limited determines that the firm or individual recommended for award,
any of its personnel, or its agents, or its sub-consultants, sub-Contractors, service
providers, suppliers and/ or their employees, has, directly or indirectly, engaged in
corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the
contract in question.
Part – 3: Conditions of Contract and Contract Forms 97

III. In addition to the legal remedies set out in the relevant Legal Agreement, may take other
appropriate actions,;
IV. Pursuant to the Anti- Corruption Laws/ Guidelines and in accordance with due process,
Uttar Haryana Bijli Vitaran Nigam Limited, may sanction a firm or individual, either
indefinitely or for a stated period of time, including by publicly declaring such firm or
individual ineligible (i) to be awarded or otherwise benefit from contract awarded by
Uttar Haryana Bijli Vitaran Nigam Limited or its subsidiaries/ affiliates, financially or in
any other manner; (ii) to be a nominated sub-Contractor, consultant, manufacturer or
supplier, or service provider of an otherwise eligible firm being awarded a contract Uttar
Haryana Bijli Vitaran Nigam Limited or its subsidiaries/ affiliates; and (iii) to receive the
proceeds of any loan made by the Uttar Haryana Bijli Vitaran Nigam Limited or
otherwise to participate further in the preparation or implementation of any Uttar Haryana
Bijli Vitaran Nigam Limited project.

V. And the bidders (applicants/proposers), Consultants, Contractors, service providers and


suppliers have entered into Integrity Pact which shall also apply in addition to the
aforesaid.
Part – 3: Conditions of Contract and Contract Forms 98

Special Conditions of Contract

Number of Amendments of, and Supplements to, Clauses in the General Conditions of
GCC Clause Contract (GCC)
GCC 1.1 Mode of contracting is as under:
1. The Contracts is entered into between the Employer and the Contractoras
under:

(i) Contract Part I (Supply of Plant Contract): for Supply of Planton FOR (final
place of destination Site/ Project Site)basis interalia including design, engineering,
manufacture, testing, transportation, insurance etc. and other services, incidental
thereto, as applicable,

(ii) Contract Part II ((Supply of Services Contract): For providing all services
interalia, including unloading and handling of Plant, all labor, Contractor’s
equipment, temporary works, materials, consumables, design and preparation of
layout, engineering drawings, and all matters and things of whatsoever nature,
including testing, pre-commissioning and commissioning, operations and
maintenance services, the provision of as-built drawings, operations and
maintenance manuals, training, etc., as specified in Contract and applicable and
necessary for the proper execution of the Installation Services (but excluding the
incidental to supply under Contract Part I) and other services, related to and
incidental to successful installation of the Plant supplied under the " Contract Part
I",at final destination (Site/ Project Site).

2. The award of two separate Contract parts shall not in any way dilute the
responsibility of the Contractor for the successful completion of the Facilities as per
Contract and Specification and a breach in one part of the Contract shall
automatically be construed as a breach of the other part of the Contract which will
confer a right on the Employer to terminate the Contract at the risk and the cost of
the Contractor.

3 The Contract will be signed in two originals and the Contractor shall be provided
with one signed original and the other will be retained by the Employer.

4. If required by the Employer, the Contractor shall provide free of cost to the
Employer all the engineering data, drawing and descriptive materials etc. submitted
with the its Bid, in at least two (2) copies to form a part of the Contract.
GCC 1.1 The Employer is Uttar Haryana Bijli Vitaran Nigam Limited
GCC 1.1 The Project Manager shall be decided by Uttar Haryana Bijli Vitaran Nigam
Limited
Part – 3: Conditions of Contract and Contract Forms 99

GCC 6.1 Integrity Pact is applicable as indicated in Attachment 1 to the GCC.


GCC 7.3 [Insert supply spare parts required for operations and maintenance, and the
provision thereof required by the Uttar Haryana Bijli Vitaran Nigam Limited
GCC 8.1 [XX Days] from the receipt of Notification of Award
GCC 8.2 XX Months
GCC 11.2 The Contract Price is subject to adjustment during performance of the contract to
reflect changes in the cost elements such as labor, material, transport and
Contractor’s equipment in accordance with the procedures specified in the
corresponding Appendix to the Contract Agreementas per which the contract
pricefor specified goods/ equipment/ material shall be adjustable as per the method
and procedures for the price adjustment specified therein. {Appendix 2 of Form 5 in
Section – 8 of the RFB/ bidding documents}.
The Contract Price is subject to alteration in the event of a Change in the Facilities
as per GCC 39, through an amendment to the Contract.
GCC 13.3.1 1. The Performance Security amount is 3% of Contract Price, and the Standard
Form of Performance Security acceptable to the Employer shall be as
specified in Section 8. Contract Forms.

2. The Additional Performance Security amount is mentioned below as


percent of the Contract Price, and the Standard Form of Performance Security
acceptable to the Employer shall be as specified in Section 8. Contract
Forms.

Sr.No. Scenario Additional BG to


be submitted is
1 If Estimate Rate = Quoted Rate i.e. 10%
Rs.100
2 If Estimate Rate (Rs.100) & Quoted 10%
rate Rs.90
3 If Estimate Rate (Rs.100) & Quoted 15%
rate Rs.85
4 If Estimate Rate (Rs.100) & Quoted 24%
rate Rs.76
5 If the Quoted rate is below Rs.75 (Bid shall be rejected
However, if the circumstances allow the Nigam has right to
considered)

3. The Contractor/Bidder shall, within twenty-eight (28) days of the notification


of contract award, provide a security in an amount equal to 110% of the
advance payment calculated in accordance with the Appendix to the Contract
Agreement titled Terms and Procedures of Payment, and in the same
currency or currencies.
Part – 3: Conditions of Contract and Contract Forms 100

GCC 13.3.2 The Bank Guarantee towards Performance Security shall be issued by a from a
Scheduled/ Nationalized Bank as accepted by Uttar Haryana Bijli Vitaran Nigam
Limited.
GCC 14.2 Only GST applicable in India, on the Plant and Installation Services provided/
supplied by the Contractor to the Employer under the Contract shall be paid/
reimbursed by Employer against requisite documents, at actuals.
GCC 19.3 Any subcontract of value shall necessarily require prior approval from the Employer
i.e. Uttar Haryana Bijli Vitaran Nigam Limited.
However, sub-contract for engagement of labour shall not require prior approval of
the Employer i.e. Uttar Haryana Bijli Vitaran Nigam Limited.
GCC 23 1) Category – A (Pre-Dispatch Inspection & Testing at NABL accredited
Labs):
a) This category shall include high ticket materials (Power Transformers,
Distribution Transformers, Circuit Breakers, AB/XLPE Cables, Overhead
Conductor (AAAC/ACSR), Insulator which involves more and important
testing procedures and hence the inspection of these materials will be carried
out in the factory before the dispatch of the material.
b) In addition, Employer shall also ensure that for major materials as discussed
above, samples from 1stlot and one other lot randomly selected by the
Employer shall be directly sent to NABL accredited test labs for third party
testing. It is also to be noted that material clearance of the lots under testing
shall only be given post receipt of successful test results. Contractorshall
also mandatorily depute its authorized official for pre – dispatch inspection
at manufacturing facility along with the Employer officials. The inspection
and testing report would be jointly signed by the Employer and the
Contractor. All the expenses related to testing would be borne by the
Contractor.
c) Apart from the above-mentioned protocol any one power transformer shall
be selected by Employer from the supply schedule from the vendor, which
shall be jointly sealed and tested for short circuit testing on turnkey-
Contractor’s expenses.
2) Category – B (On-site inspection): This category includes the materials for
which a factory inspection is not warranted and the material can be inspected upon
arrival at the site before the installation. In case the Employer is apprehensive about
the quality of the material supplied it reserves the right to send the selected lot to the
NABL accredited testing lab for third party testing.
3) Employer also reserves the right to send any installed equipment / materials to the
NABL accredited testing lab for testing. The Employer would have to reimburse the
expenses related to transportation of material from site to testing lab and all testing
Part – 3: Conditions of Contract and Contract Forms 101

expenses in this regard.


4) The material which has to be tested at laboratory shall be sealed in the presence
of authorized official of Employer and Contractor.
5) If the materials tested at Laboratory fails then the entire lot would be rejected.
Contractor shall bear the responsibility of sending back such failed materials from
site. Any subsequent delay in contract performance due to failure of materials in the
test laboratory would be on account of Contractor and no time extension would be
provided by the Employer in this regard. Any LD levies in this regard would be
borne by the Contractor.
Pre-dispatch Inspection:
Pre-dispatch inspection shall be performed on various materials at manufacturer’s
work place for which Contractor shall be required to raise requisition giving at least
10-day time to employer for allocating inspection team. Depending on requirement,
inspection shall be witnessed by representatives of Employer, TPIA and
Contractor/Bidder.
The Contractor shall ensure receipt of material at site within 21 days from date of
receipt of dispatch instructions. In case materials are not received within 21 days
from date of issue of dispatch instruction, the dispatch instruction shall stand
cancelled and a fresh pre -dispatch would be required to issue dispatch instruction.
All expenditure incurred by Employer in performance of dispatch instruction shall
be recovered from turnkey Contractor.
The turnkey Contractor shall ensure that pre-dispatch inspection for materials is
intimated only when the material is completely ready for inspection. On due date of
inspection, if it is found that materials are not ready in required quantities or the
inspection could not be carried out due to non-availability of requisite calibrated
certificate of instruments with manufacturer, closing of works on scheduled date of
inspection, non-availability of sufficient testing/material handling staff at
manufacturer works etc., all expenditures incurred on deployment of various
inspecting officials along with a fine of Rs 50,000/- inclusive of GST shall be
recovered from the bills of the agency and re-inspection shall be carried out on
expense of Contractor.
2nd such situation at same manufacturer/supplier shall result in rejection of name of
manufacturer from list of approved vendors/sub-vendors. In case sub-standard
materials (old component, re-cycled materials, re-used core material, re-used
transformer coil material etc.) offered for inspection and are noticed during the
inspection, materials shall be rejected, and approval of sub-vendor shall also be
cancelled for all RDSS projects.
In case, a material failsthe pre-dispatch inspection as per GCC Clause 23, and also
fails the subsequent repeat inspection of the rectified/replaced material, the
complete lot of material under inspection will be required to be replaced by the
manufacturer/supplier. If in subsequent inspection of the new lot, the material again
Part – 3: Conditions of Contract and Contract Forms 102

fails the inspection, then materials shall be rejected and approval of vendor/sub-
vendor shall also be cancelled for all RDSS projects.
Third Party Inspection at NABL accredited lab:Employer shall also ensure that for
major materials as discussed above samples from 1st lot and one other lot randomly
selected by the Employer shall be directly sent to nearest NABL accredited lab for
third party testing. In case a material fails in the test, the whole offered lot would be
rejected and complete lot of material under inspection will be required to be
replaced by the manufacturer/supplier. If in subsequent inspection of the new lot,
the material again fails the inspection, then materials shall be rejected and
thevendor/sub-vendor shall also be debarredfor all RDSS projects. In case of default
by vendors/manufacturers, Contractor/ Bidder shall also be penalized as per below
table:

Sr. No. of Material/lot rejected in a % Penalty imposed on


No. project/district contract price
1 >5 5%
2 >3 2.5%
3 >1 1%

Penalty provision for defects found in Field inspection:


There are three categories of defects found in field inspection they are critical,
major and minor defects. There should be a provision to impose penalty on
Contractor based on the percentage of major/critical defects observed by TPQMA.

Sr. No. Defect criteria % Penalty imposed on sanctioned cost


1 Critical Defects 1%
2 Major Defects 0.5%
3 Minor Defects 0% if rectified within 30 days

Electrical Inspector inspection:


After successful completion of the work permission from State Electrical
Inspectorate is required. Necessary fee etc. shall be paid by the Employer. However
if Contractor pays such fee it shall be reimbursed on actual basis on documentary
evidence.
Defects / in-complete works notified by Electrical Inspectorate shall be completed
by the agency at no extra cost implication to Employer.
Part – 3: Conditions of Contract and Contract Forms 103

GCC 26.2 If the Contractor fails to attain Completion of the Facilities or any part thereof
within the Time for Completion or any extension thereof under GCC Clause 40, the
Contractor shall pay to the Employer liquidated damages at 0.15% for each week or
part thereof, of the value of unexecuted works. The value of unexecuted works shall
be equal to the difference of 1. The approved value of the surveyed & approved
BOQ (inclusive of GST) and 2. The value of executed works (total billed amount
only, inclusive of GST).till the time for completion or any extension thereof under
GCC clause 40. The aggregate amount of such liquidated damages shall in no event
exceed 5% of the value of unexecuted works (inclusive of GST). Once the
“Maximum” is reached, the Employer may consider termination of the Contract,
pursuant to GCC Sub-Clause 42.2.2.
GCC 27.1 (a) Volume of concreting: If it was observed by employer, quality monitoring
agencies and/or REC/MoP that volume and quality of concreting used in foundation
of support, equipment foundation, gantry structure foundation, stay set etc. are not
as per requirement specified in the scope of work/technical specifications, the
Contractor has to dismantle the supports, foundation and redo the concreting of all
the supports in that particular section of line/redo all the foundations in that
particular substation at his own cost. To ensure this, the employer reserves the right
to withhold the payment of Contractor for such defective works till such time the
Contractor conforms to scope of works, technical specification and tender drawings.
(b) Galvanization of metallic structure: All Metallic structures & fabricated items
excluding metallic supports (Steel tubular poles/H-Beam) must be galvanized. In
case any metallic item found rusted during execution of works, the Contractor has to
replace the item used at all places. To ensure this, the employer reserves the right to
withhold the payment of Contractor for such works till such time the Contractor
conforms to scope of works, technical specification and tender drawings.
(c) Painting of metallic supports (Steel tubular poles/H-Beam): Painting of metallic
supports in overhead lines, distribution transformer substation and Power substation
shall be ensured as per specifications. In case metallic supports found rusted during
execution of works, the Contractor has to remove inferior painting, clean the surface
and re-paint it as per given specifications. To ensure this, the employer reserves the
right to withhold the payment of Contractor for such works till such time the
Contractor conforms to scope of works, technical specification and tender drawings.
Part – 3: Conditions of Contract and Contract Forms 104

GCC 27.8 The extension of Defect Liability Period, in aggregate, shall be as explained below:
1.1. In case of HT Cables, all Distribution Transformers & Power
Transformers, the supplier shall be responsible to replace free of cost, with
no transportation or Insurance cost to the Nigam, up to the destination, the
whole or any part of the material which in normal and proper use proves
defective in quality or workmanship, subject to the condition that the defect
is noticed within 72 months from the date of commissioning.

1.2. In case of Energy Meter, 33 kV & 11 VCBs and APFCs, the supplier shall
be responsible to replace free of cost, with no transportation or Insurance
cost to the Nigam, up to the destination, the whole or any part of the
material which in normal and proper use proves defective in quality or
workmanship, subject to the condition that the defect is noticed 60 months
from the date of commissioning.
GCC 27.8.1 The Contractor's liability for latent defects warranty shall be limited to 10 years
reckoned from the end of Defect Liability Period including extension thereof.
GCC 39.4 The quantity of items given in the Price Schedules forming part of the Contract are
provisional. The variation in quantity of the items shall be within the limit of
plus/minus (+/-) fifty percent (50%) for individual items. In case the quantity
variation of the individual items is beyond the limit specified above, the unit rates
for the quantity beyond the said limit, shall be mutually agreed based on prevailing
market rates as may be fair and reasonable.
It is to be noted that Employer may choose to approve a variation of upto 20% of
contract value (calculated using the rates quoted at the time of bidding) which has
been caused due to quantity variation. For variation of greater than 20% but less
than 50% of contract value(calculated using the rates quoted at the time of bidding),
Employer will need to take DRC approval for approving the said quantity variation.
GCC 45.2 (a) [To be inserted by Employer]
Section 8 – Contract Forms 105

Section - 8 : Contract Forms


Part – 3: Conditions of Contract and Contract Forms 106

2. BID SECURITY FORM

(To be stamped in accordance with Stamp Act, the Non-Judicial Stamp Paper should be in
the name of the issuing Bank)

Bank Guarantee No.: ........................…


Date: ...................……...

To: Uttar Haryana Bijli Vitran Nigam Limited


Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)

WHEREAS M/s. …. (insert name of Bidder)…… having its Registered/Head Office at …..
(insert address of the Bidder) ……….. (hereinafter called "the Bidder") has submitted its Bid
for the performance of the Contract for Development of Distribution Infrastructure at
Kaithal (Package B) of Kaithal District of Haryana under the Revamped Reforms-based
and Results-linked Distribution Sector Scheme NIT no. 328/P&D/2022-23/Package –
B/Bid No. B-668 (hereinafter called "the Bid")

KNOW ALL PERSONS by these present that WE …….. (insert name & address of the
issuing bank) ……… having its Registered/Head Office at …..…….(insert address of
registered office of the bank)…….. (hereinafter called "the Bank"), are bound unto Uttar
Haryana Bijli Vitran Nigam Limited (hereinafter called "the Employer") in the sum of
....................(insert amount of Bid Security in figures & words)..........................
............................……………. for which payment well and truly to be made to the said
Employer, the Bank binds itself, its successors and assigns by these presents.

Sealed with the Common Seal of the said Bank this ............... day of ............... 20....

THE CONDITIONS of this obligation are:

(1) If the Bidder withdraws its bid during the period of bid validity specified by the Bidder
in the Bid Form; or

(2) In case the Bidder does not withdraw the deviations proposed by him, if any, at the cost
of withdrawal stated by him in the bid and/or accept the withdrawals/rectifications
pursuant to the declaration/confirmation made by him in Attachment – Declaration of
the Bid; or
Part – 3: Conditions of Contract and Contract Forms 107

(3) If the Bidder does not accept the corrections to arithmetical errors identified during
preliminary evaluation of his bid pursuant to ITB Clause 33.1; or

(4) If, as per the requirement of Qualification Requirements the Bidder is required to submit
a Deed of Joint Undertaking and he fails to submit the same, duly attested by Notary
Public of the place(s) of the respective executant(s) or registered with the Indian
Embassy/High Commission in that Country, within ten days from the date of intimation
of post – bid discussion; or

(5) in the case of a successful Bidder, if the Bidder fails within the specified time limit

(i) to sign the Contract Agreement, in accordance with ITB Clause 43, or

(ii) to furnish the required performance security, in accordance with ITB Clause 44.
or

(6) In any other case specifically provided for in ITB.

WE undertake to pay to the Employer up to the above amount upon receipt of its first written
demand, without the Employer having to substantiate its demand, provided that in its demand
the Employer will note that the amount claimed by it is due to it, owing to the occurrence of
any of the above-named CONDITIONS or their combination, and specifying the occurred
condition or conditions.

This guarantee will remain in full force up to and including ……….. (insert date, which shall
be the date 30 days after the period of bid validity)…….., and any demand in respect thereof
must reach the Bank not later than the above date.

For and on behalf of the Bank

[Signature of the authorised signatory(ies)]

Signature_______________________

Name_______________________

Designation_______________________

POA Number_______________________

Contact Number(s): Tel.______________Mobile______________


Part – 3: Conditions of Contract and Contract Forms 108

Fax Number_______________________

email ____________________________

Common Seal of the Bank______________________


Witness:

Signature_______________________

Name_______________________

Address______________________________

Contact Number(s): Tel.______________Mobile______________

email ____________________________

Note:

1. In case the bid is submitted by a Joint Venture, the bid security shall be in the name of
the Joint Venture and not in the name of the Lead Partner or any other Partner(s) of the
Joint Venture.

2. The Bank Guarantee should be in accordance with the proforma as provided. However,
in case the issuing bank insists for additional paragraph for limitation of liability, the
following may be added at the end of the proforma of the Bank Guarantee [i.e., end
paragraph of the Bank Guarantee preceding the signature(s) of the issuing
authority(ies) of the Bank Guarantee]:

Quote

“Notwithstanding anything contained herein:

1. Our liability under this Bank Guarantee shall not exceed _________ (value in
figures)____________ [_____________________ (value in words)____________].

2. This Bank Guarantee shall be valid upto ________(validity date)__________.


Part – 3: Conditions of Contract and Contract Forms 109

3. We are liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only & only if we receive a written claim or demand on or before
________ (validity date) __________.”

Unquote
Part – 3: Conditions of Contract and Contract Forms 110

3a. FORM OF NOTIFICATION BY THE EMPLOYER TO THE BANK

(Applicable for Forfeiture of Bank Guarantee)

To: (insert Name and Address of the issuing Bank)

Ref..: Forfeiture of Bid Security Amount against Bank Guarantee No. …… ……………
dated ………… for …………….., issued by you on behalf of M/s. ………(insert
name of the Bidder) ………...

Dear Sirs,

Please refer to the subject Bank Guarantee executed by you in our favour for
……………………. as Bid Security for the bid submitted by M/s. ………(insert name of the
Bidder) ………... against Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based and
Results-linked Distribution Sector Scheme; Specification No. NIT no. 328/P&D/2022-
23/Package – B/Bid No. B-668

As per the terms of the said guarantee, the bank has guaranteed and undertaken to pay
immediately on demand by the Employer the amount of …………….. without any
reservation, protest, demur and recourse. Further, any demand made by the Employer shall
be conclusive and binding on the Bank irrespective of any dispute or difference raised by the
Bidder.

In terms of the said guarantee, we hereby submit our claim/demand through this letter for
remittance of Bid Security amount to Uttar Haryana Bijli Vitran Nigam Limited owing to the
occurrence of the condition referred to at Sl. No. …….. The Bank is requested to remit the
full guaranteed sum ………………………. towards proceeds of the bid security in the form
of Demand Draft in favour of ‘Superintending Engineer/Planning, Uttar Haryana Bijli Vitran
Nigam Limited’, payable at Panchkula’.

Thanking you,
For..................(Name of the Employer)

(AUTHORISED SIGNATORY)
Copy to:
…..(Registered Office of the Bank)….
Part – 3: Conditions of Contract and Contract Forms 111

3b. FORM OF NOTIFICATION BY THE EMPLOYER TO THE BANK

(Applicable for conditional claim pending extension of Bank Guarantee by the Bidder)

To: (insert Name and Address of the issuing Bank)

Ref..: Conditional Claim against Bank Guarantee No. …… …………… dated ………… for
…………….. valid up to …………… issued by you on behalf of M/s. ………(insert
name of the Bidder) ………...

Dear Sirs,

Please refer to the subject Bank Guarantee executed by you in our favour on behalf of M/s.
………(insert name of the Bidder) ………..., who have submitted this Bank Guarantee to us
towards Bid Security against Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based and
Results-linked Distribution Sector Scheme; Specification No. NIT no. 328/P&D/2022-
23/Package – B/Bid No. B-668

We, Uttar Haryana Bijli Vitran Nigam Limited do hereby request you to lodge our claim/demand
against the subject Bank Guarantee for full guaranteed sum. Kindly note that this
claim/demand against the subject Bank Guarantee is without any further notice in case the
amendment to Bank Guarantee No. …………….. dated ………….. extending its validity
upto ………………. is not got arranged by ………(insert name of the Bidder) ………... in
our favour and are not received by us upto …………... In such an event you are requested to
remit the full guaranteed amount in terms of the subject guarantee in its letter and spirit and
proceeds of this Bank Guarantee shall be forwarded to us in form of demand draft in favour
of Uttar Haryana Bijli Vitran Nigam Limited’, payable at Panchkula’.

This is without prejudice to our right under this guarantee and under the law.

Thanking you, For..................(Name of the Employer)

(AUTHORISED SIGNATORY)
Copy to:
(insert Name and Address of the Bidder)

- You are requested to do the needful so that the amendment to the subject Bank Guarantee
extending the validity up to ……………. is received by us by …………….
Part – 3: Conditions of Contract and Contract Forms 112

4. FORM OF ‘NOTIFICATION OF AWARD OF CONTRACT’

4a. FORM OF 'NOTIFICATION OF AWARD OF CONTRACT FOR SUPPLY OF


PLANT

Ref. No. :

Date :
............(insert Contractor's Name & Address)...........
...............................................................................
...............................................................................
...............................................................................
[in case of Joint Venture, the aforesaid details shall be of the Lead Partner and the following
shall also be included:
(Lead Partner of the Joint Venture of M/s. ……………… and M/s.
…………………………)]

Attn : Mr......................................
Sub. : Notification of Award for Supply of Plant Contract (Contract Part I) for
Development of Distribution Infrastructure at Kaithal (Package B) of Kaithal
District of Haryana under the Revamped Reforms-based and Results-linked
Distribution Sector Scheme Specification No.: NIT no. 328/P&D/2022-23/Package
– B/Bid No. B-668 National Competitive Bidding.

(Contract Part I)
Dear Sir,

1.0 REFERENCE

This has reference to the following:

1.1 Our Request for Bids (RFB) dated ………...

1.2 RFB/bidding documents for the subject package issued vide our letter Ref. No.
……………….. dated ……….., anddownloaded by you from e-tender portal,
comprising the following:

a) Part 1 : Bidding Procedures and Requirements


(Document Code No. ……………………)
Part – 3: Conditions of Contract and Contract Forms 113

b) Part 2 : Employer’s Requirements


(Document Code No. ……………………)

c) Part 3 : Conditions of Contract and Contract Forms


(Document Code No. ……………………)

1.2.1 Amendment/Errata No. …… to Bidding Documents issued to you vide our letter no.
…………. dated ………….
(Applicable only if any Errata/Amendment to the Bidding Documents has been issued
subsequently)
1.2.2 Clarifications to the Bidding Documents, pursuant to pre-bid conference held on
…………., issued to you vide our letters no. …………. dated ……….... (Use as
applicable)

(Applicable only if any clarification to the Bidding Documents has been issued
subsequently)
(INCLUDE AS FURTHER SUB-PARAGRAPHS ANY OTHER CORRESPONDENCE
MADE TO THE BIDDER AFTER ISSUANCE OF BIDDING DOCUMENTS UP TO
BID OPENING)

1.3 Technical Part (First envelope) of your Bid submitted/the Bid submitted by the Joint
Venture (JV) of M/s. ……………………….. (Lead Partner) and M/s.
……………………………. (Other Partner) for the subject package under Letter of
Bid/Proposal reference no. ………….. dated …………………….., which was
opened on ………………. (Use as applicable)

1.4 Intimation for Opening of Financial Part (Second Envelope) of Bid issued to you
vide our letter no. …………. dated ……………

1.5 Price Part ( Second Envelope) of your Bid/the Bid by the Joint Venture (JV) of M/s.
……………………….. (Lead Partner) and M/s. ……………………………. (Other
Partner) under Letter of Bid/ Proposal reference no. ……………. dated ………….
which was opened on……………….(Use as applicable)

1.6 Post bid discussions we had with you on various dates from ……………. to
……………. resulting into the Minutes of Meeting/ Record Notes of Post Bid
Discussions enclosed as APPENDIX (NOA)-1with this Notification of Award.
Part – 3: Conditions of Contract and Contract Forms 114

2.0 AWARD OF CONTRACT AND ITS SCOPE

2.1 We confirm having accepted your Bid/Bid of the Joint Venture (JV) of M/s.
………………… (Lead Partner) and M/s. ……………… (Other Partner) (Use as
applicable) (referred to at para 1.3 & 1.5 above) read in conjunction with all the
specifications, terms & conditions of the Bidding Documents (referred to at para 1.2,
1.2.1 & 1.2.2 [modify as applicable] above) and specific confirmations recorded in
the Record Notes of Post Bid Discussions (referred to at para 1.6 above), and award
on you/the JV(use as applicable) the ‘ Supply of Plant Contract’ (also referred to as
the ‘Contract Part I’) covering inter-alia supply of Plant on FOR {final place of
destination (Site/ Project Site)} basis interalia including design, engineering,
manufacture, testing, transportation, insurance etc. and other services, incidental thereto,
, required for the complete execution of the Development of Distribution
Infrastructure at Kaithal (Package B) of Kaithal District of Haryana under the
Revamped Reforms-based and Results-linked Distribution Sector Scheme, as
detailed in the documents referred hereinabove. The scope of work inter-alia includes
the following:

The scope of work under this Notification of Award (NOA) shall also include all such
items which are not specifically mentioned in the bidding documents and/or your bid
but are necessary for the successful completion of your scope under the Contract for
the construction of Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based
and Results-linked Distribution Sector Scheme, unless otherwise specifically
excluded in the Bidding Documents or in this NOA.

2.1.1 You, the Lead Partner of the JV, along with M/s. ……………………., the Other
Partner of JV, shall be liable jointly and severally for the execution of the Contract in
accordance with terms and conditions of the Contract. As per the Power of Attorney
furnished in your favour by the Joint Venture, as enclosed with Bid Proposal of the
JV, you shall act as the Partner In-charge (Lead Partner) of the above Joint Venture
for execution of the Contract. (This provision shall be included only in case the
Bidder is a Joint Venture)

2.2 The notification for award of Contract for performance of all other Installation
Services/ activities, as set forth in the bidding documents, viz.
.................….. (Indicate brief scope of work of the Contract Part II)
.............................
Part – 3: Conditions of Contract and Contract Forms 115

has been issued on you vide our NOA no. ………….. dated ……………. (hereinafter
called the “Contract Part II” or “ Supply of Installation Services Contract”).

Notwithstanding the award of work for Completion of the Facilities under the
Contract in two separate parts in the aforesaid manner, you/the JV (use as applicable)
shall be overall responsible to ensure the execution of both the parts of the Contract
to achieve successful completion and taking over of the Facilities/Works under the
package by the Employer as per the requirements stipulated in the Bidding
Documents. It is expressly understood and agreed by you/the JV (use as applicable)
that any default or breach under the ‘Contract Part II’ shall automatically be deemed
as a default or breach of this ‘Contract Part I’ also and vice-versa, and any such
default or breach or occurrence giving us a right to terminate the ‘Contract Part II’,
either in full or in part, and/or recover damages there under, shall give us an absolute
right to terminate this Contract Part I, at your/JV’s (use as applicable) risk, cost and
responsibility, either in full or in part and/or recover damages under this ‘ Contract
Part I’ as well. However, such default or breach or occurrence in the ‘Contract Part
II’, shall not automatically relieve you/the JV (use as applicable) of any of your/JV’s
(use as applicable) obligations under this ‘Contract Part I’. It is also expressly
understood and agreed by you/the JV (use as applicable) that the
Plant/equipment/goods/ materials supplied by you/the JV (use as applicable) under
this ‘Contract Part I’, when erected, installed & commissioned by you under the
‘Contract Part II’ shall give satisfactory performance in accordance with the
provisions of the Contract.

3.0 CONTRACT PRICE FOR CONTRACT PART I

3.1 The total Contract Price for Contract Part I for the entire scope of work under this
Contract Part I shall be ………….. (Specify the currency and the amount in figures &
words) …………. as per the following break-up:

Sl. Price Component Amount


No.
1. FOR Price component ____
Total for Supply of Plant Contract ____

3.2 Notwithstanding the break-up of the Contract Price, the Contract shall, at all times, be
construed as a single source responsibility Contract and any breach in any part of the
Contract shall be treated as a breach of the entire Contract.
Part – 3: Conditions of Contract and Contract Forms 116

4.0 You/The JV (use as applicable)are/is required to furnish at the earliest a Performance


Security(ies), as per the Bidding Documents, for an amount of …… (Specify the
value) ………… i.e. equal to [3% (Three percent)] of the Contract Price, and valid
upto and including ………………….. and any other securities as per the Bidding
Documents.
(In case any other performance security is required to be furnished, the same is to be
mentioned here)

5.0 For release of advance payment (admissible as per the Bidding Documents) equal to
…..% of the FOR Price component of the Contract Price for Contract part I, you are,
inter-alia, required to furnish a Bank Guarantee for the 110% of the advance amount.
The validity of the Advance Bank Guarantee shall be up to and including …………..
Further, please note that furnishing of all the Contract Performance Securities under
the ‘Contract Part I’ and ‘Contract Part II’ shall be one of the conditions precedent to
release of advance under this Contract Part I.

6.0 All the bank guarantees shall be furnished from an eligible bank as described in the
Bidding Documents.

7.0 The schedule for Taking Over/Completion of Facilities by the Employer upon
successful Completion of the Development of Distribution Infrastructure at
Package B (Kaithal) of Kaithal District of Haryana under the Revamped
Reforms-based and Results-linked, Distribution Sector Scheme shall be 18
months from the date of issue of this Notification of Award/ effective date of contract
for all contractual purposes.

8.0 This Notification of Award constitutes formation of the Contract and comes into force
with effect from the date of issuance of this Notification of Award.

9.0 You shall enter into a Contract Agreement with us within twenty-eight (28) days from
the date of this Notification of Award.

10.0 This Notification of Award is being issued to you in duplicate. We request you to
return its duplicate copy duly signed and stamped on each page including the
enclosed Appendix as a token of your acknowledgement.

Please take the necessary action to commence the work and confirm action.

Yours faithfully,
For and on behalf of
Part – 3: Conditions of Contract and Contract Forms 117

.................(Name of the Employer)............


(Authorised Signatory)

Enclosures:
APPENDIX (NOA) – 1 - Record Notes of Post - Bid Discussions held on various dates
from …………. to ………………….
Part – 3: Conditions of Contract and Contract Forms 118

4b. FORM OF 'NOTIFICATION OF AWARD OF CONTRACT' FOR


INSTALLATION OF PLANT AND EQUIPMENT

Ref. No. :

Date :
............(insert Contractor's Name & Address)...........
...............................................................................
...............................................................................
...............................................................................
[in case of Joint Venture, the aforesaid details shall be of the Lead Partner and the following
shall also be included:
(Lead Partner of the Joint Venture of M/s. ……………… and M/s.
…………………………..)]

Attn : Mr......................................

Sub. : Notification of Award for Supply of Installation Services Contract (Contract Part II)
for Development of Distribution Infrastructure at Kaithal (Package B) of
Kaithal District of Haryana under the Revamped Reforms-based and Results-
linked Distribution Sector Scheme Specification No.: NIT no. 328/P&D/2022-
23/Package – B/Bid No. B-668 Domestic Competitive Bidding.
(Contract Part II)

Dear Sir,

1.0 REFERENCE

This has reference to the following:

1.1 Our Request for Bids (RFB) dated ………...

1.2 RFB/ bidding documents for the subject package issued vide our letter Ref. No.
……………….. dated ……….., anddownloaded by you from e-tender portal,
comprising the following:

a) Part 1 : Bidding Procedures and Requirements


(Document Code No. ……………………)

b) Part 2 : Employer’s Requirements


Part – 3: Conditions of Contract and Contract Forms 119

(Document Code No. ……………………)

c) Part 3 : Conditions of Contract and Contract Forms


(Document Code No. ……………………)

1.2.1 Amendment/Errata No. …… to Bidding Documents issued to you vide our letter no.
…………. dated ………….
(Applicable only if any Errata/Amendment to the Bidding Documents has been issued
subsequently)

1.2.2 Clarifications to the Bidding Documents, pursuant to pre-bid conference held on


…………., issued to you vide our letters no. …………. dated ……….... (Use as
applicable)
(Applicable only if any clarification to the Bidding Documents has been issued
subsequently)

(INCLUDE AS FURTHER SUB-PARAGRAPHS ANY OTHER CORRESPONDENCE


MADE TO THE BIDDER AFTER ISSUANCE OF BIDDING DOCUMENTS UP TO
BID OPENING)

1.3 Technical Part (First envelope) of your Bid submitted/the Bid submitted by the Joint
Venture (JV) of M/s. ……………………….. (Lead Partner) and M/s.
……………………………. (Other Partner) for the subject package under Letter of
Bid/ Proposal reference no. ………….. dated …………………….., which was
opened on ………………. (Use as applicable)

1.4 Intimation for Opening of Financial Part (Second Envelope) of Bid issued to you
vide our letter no. …………. dated ……………

1.5 Price Part ( Second Envelope) of your our Bid/the Bid by the Joint Venture (JV) of
M/s. ……………………….. (Lead Partner) and M/s. …………………………….
(Other Partner) under proposal reference no. ……………. dated …………, which
was opened on……………….(Use as applicable)

1.6 Post bid discussions we had with you on various dates from ……………. to
……………. resulting into the Minutes of Meeting/ Record Notes of Post Bid
Discussions enclosed as APPENDIX (NOA)-1with this Notification of Award.

2.0 AWARD OF CONTRACT AND ITS SCOPE


Part – 3: Conditions of Contract and Contract Forms 120

2.1 We confirm having accepted your Bid/Bid of the Joint Venture (JV) of M/s.
………………… (Lead Partner) and M/s. ……………… (Other Partner) (Use as
applicable) (referred to at para 1.3 & 1.5 above) read in conjunction with all the
specifications, terms & conditions of the Bidding Documents (referred to at para 1.2,
1.2.1 & 1.2.2 [modify as applicable] above) and specific confirmations recorded in
the Record Notes of Post Bid Discussions (referred to at para 1.6 above), and award
on you/the JV(use as applicable) the ‘Supply of Installation Services Contract’ (also
referred to as the ‘Contract Part II’) for providing/ supplying all Installation Services
(excluding the incidental services included in Contract Part I), interalia, unloading
and handling of Plant, all labor, Contractor’s equipment, temporary works, materials,
consumables, design and preparation of layout, engineering drawings, and all matters
and things of whatsoever nature, including testing, pre-commissioning, guarantee
tests and commissioning, the provision of as-built drawings, operations and
maintenance manuals, training, etc., applicable and necessary for the proper
execution of the installation and other services, at final destination (Site/ Project
Site), related to and incidental to successful installation of the Plant supplied under
the Contract Part I. as set forth in the bidding documents, viz. .................….. (Indicate
brief scope of work) ............................... for the Development of Distribution
Infrastructure at Kaithal (Package B) of Kaithal District of Haryana under the
Revamped Reforms-based and Results-linked Distribution Sector Scheme
The scope of work under this Notification of Award (NOA) shall also include all such
items which are not specifically mentioned in the bidding documents and/or your bid
but are necessary for the successful completion of your scope under the Contract for
the construction of Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based
and Results-linked Distribution Sector Scheme, unless otherwise specifically
excluded in the bidding documents or in this NOA.

2.1.1 You, the Lead Partner of the JV, along with M/s. ……………………., the Other
Partner of JV, shall be liable jointly and severally for the execution of the Contract in
accordance with terms and conditions of the Contract. As per the Power of Attorney
furnished in your favour by the Joint Venture, as enclosed with Bid Proposal of the
JV, you shall act as the Partner In-charge (Lead Partner) of the above Joint Venture
for execution of the Contract. (This provision shall be included only in case the
Bidder is a Joint Venture)

2.2 The notification for award of Contract for Supply of Plant including Type Testing to
be conducted, as set forth in the bidding documents, viz.
Part – 3: Conditions of Contract and Contract Forms 121

.................….. (Indicate brief scope of work of the Contract Part I)


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

has been issued on you vide our NOA no. ………….. dated ……………. (hereinafter
called the “Supply of Plant Contract” or “Contract Part I”).

Notwithstanding the award of work for Completion of the Facilities under the
Contract in two separate parts in the aforesaid manner, you/the JV (use as
applicable) shall be overall responsible to ensure the execution of both the parts of
the Contract to achieve successful completion and taking over of the Facilities/ works
under the package by the Employer as per the requirements stipulated in the Bidding
Documents. It is expressly understood and agreed by you/the JV(use as applicable)
that any default or breach under the ‘Contract Part I’ shall automatically be deemed as
a default or breach of this ‘Contract Part II’ also and vice-versa, and any such default
or breach or occurrence giving us a right to terminate the ‘Contract Part I’, either in
full or in part, and/or recover damages there under, shall give us an absolute right to
terminate this Contract Part II, at your/JV’s (use as applicable) risk, cost and
responsibility, either in full or in part and/or recover damages under this ‘ Contract
Part II’ as well. However, such default or breach or occurrence in the ‘Contract Part
I’, shall not automatically relieve you/the JV(use as applicable) of any of your
obligations under this ‘Contract Part II’. It is also expressly understood and agreed by
you/the JV(use as applicable) that the Plant/equipment/goods/ materials supplied by
you/the JV(use as applicable) under the ‘Contract Part I’, when erected, installed &
commissioned by you/the JV(use as applicable) under this ‘Contract Part II’ shall
give satisfactory performance in accordance with the provisions of the Contract.

3.0 CONTRACT PRICE FOR CONTRACT PART II

3.1 The total Contract Price Contract Part II for the entire scope of work under this
Contract Part II shall be ………….. (Specify the currency and the amount in figures
& words) …………. as per the following break-up:

Sl. Price Component Amount


No.
1. Installation Services
2. Training Charges Not Applicable
Total for Supply of Installation Services Contract
Part – 3: Conditions of Contract and Contract Forms 122

3.2 Notwithstanding the break-up of the Contract Price, the Contract shall, at all times, be
construed as a single source responsibility Contract and any breach in any part of the
Contract shall be treated as a breach of the entire Contract.

4.0 You/the JV(use as applicable)are/is required to furnish at the earliest a Performance


Security(ies), as per the Bidding Documents, for an amount of …… (Specify the
value) ………… i.e. equal to [3% (Three percent)] of the Contract Price, and valid
upto and including ………………….. and any other securities as per the Bidding
Documents.

(In case any other performance security is required to be furnished, the same is to be
mentioned here)

5.0 All the bank guarantees shall be furnished from an eligible bank as described in the
Bidding Documents.

6.0 The schedule for Taking Over/Completion of Facilities by the Employer upon
successful Completion of the Development of Distribution Infrastructure at
Kaithal (Package B) of Kaithal District of Haryana under the Revamped
Reforms-based and Results-linked Distribution Sector Scheme shall be 18 months
months from the date of issue of this Notification of Award/ effective date of contract
for all contractual purposes.

7.0 This Notification of Award constitutes formation of the Contract and comes into force
with effect from the date of issuance of this Notification of Award.

8.0 You shall enter into a Contract Agreement with us within twenty-eight (28) days from
the date of this Notification of Award.

9.0 This Notification of Award is being issued to you in duplicate. We request you to
return its duplicate copy duly signed and stamped on each page including the
enclosed Appendix as a token of your acknowledgement.

Please take the necessary action to commence the work and confirm action.

Yours faithfully,

For and on behalf of


Part – 3: Conditions of Contract and Contract Forms 123

.................(Name of the Employer)............

(Authorised Signatory)

Enclosures:
APPENDIX (NOA) – 1 - Record Notes of Post - Bid Discussions held on various dates
from …………. to ………………….

Note:
(1) Instructions indicated in italics in this notification of award are to be taken care of by
the issuing authority. The Forms may be modifiedappropriately to suit the specific
requirement of the Contract.
Part – 3: Conditions of Contract and Contract Forms 124

5. FORM OF CONTRACT AGREEMENT

[Alternative – a]

CONTRACT AGREEMENT PART I FOR SUPPLY OF PLANT BETWEEN UTTAR


HARYANA BIJLI VITRAN NIGAM LIMITED AND M/s. ................... (Name of Contractor)
.............../JOINT VENTURE (JV) OF M/s. …….. (Name of Lead Partner)…. (THE LEAD
PARTNER OF THE JV) AND M/s. …..(Name of Other Partner)…… (THE PARTNER OF
THE JV) [Use as applicable]

THIS CONTRACT AGREEMENT PART I No. ………………… (also referred to as


‘Supply of Plant Contract/the Contract Part I ’) is made on the ….. day of …………… 20…..

BETWEEN

(1) Uttar Haryana Bijli Vitran Nigam Limited a company incorporated under the laws of
Companies Act 1956/2013 (with amendment from time to time) and having its Registered
Office at Plot No. IP 3&4, Sector-14, Panchkula, Haryana- 134113 (hereinafter called "the
Employer" and also referred to as “UHBVN”)

and

(2) M/s ............. (Name of Contractor) ............, a company incorporated under the laws of
Companies Act 1956/2013 (with amendment from time to time) and having its Principal
place of business at ………....(Address of Contractor) ............................... and Registered
Office at ………....(Registered address of Contractor) ............... (hereinafter called "the
Contractor" and also referred to as “…..(insert abbreviated name of the Contractor) ……..”)

or

Joint Venture (JV) of M/s ................. (Name of Lead Partner) .................. (the Lead Partner
of JV), a company incorporated under the laws of Companies Act 1956 and having its
Principal place of business at ………....(Address of Lead Partner) ............................... and
Registered Office at ………....(Registered address of Lead Partner) ........................ and M/s
................. (Name of Other Partner) .................. (the Partner of JV), a company incorporated
under the laws of Companies Act 1956/2013 (with amendment from time to time) and having
its Principal place of business at ………....(Address of Other Partner) ...............................
and Registered Office at ………....(Registered address of Other Partner) ........................
(hereinafter called "the Contractor" and also referred to as “Joint Venture”/the ‘JV””)
(Applicable only in case of Joint Venture)
Part – 3: Conditions of Contract and Contract Forms 125

WHEREAS the Employer desires to engage the Contractorto design, manufacture, test,
deliver, install, commission and complete certain Facilities, viz. Development of
Distribution Infrastructure at Kaithal (Package B) of Kaithal District of Haryana
under the Revamped Reforms-based and Results-linked Distribution Sector Scheme
(“the Facilities”) as detailed in the Contract Document, and the Contractor, in accordance
with the mode of contracting specified therein, has agreed to such engagement upon and
subject to the terms and conditions appearing in this Contract Agreement Part I for Supply of
Plant and in Contract Agreement Part II for Supply of Installation Services for the Facilities,
the two parts read together, jointly and in conjunction, constituting the Contract. and the
aggregate of the Contract Price for Contract Part I and theContract Price for Contract Part II
constituting the Contract Price for the Contract.

WHERE, the Employer, under this Contract Agreement Part I, desires to engage the
Contractor for the supply of Plant on FOR {final place of destination (Site/ Project Site)}
basis interalia including design, engineering, manufacture, testing, transportation, insurance
etc. and other services, incidental thereto, required for the complete execution of the
Development of Distribution Infrastructure at Kaithal (Package B) of Kaithal District
of Haryana under the Revamped Reforms-based and Results-linked Distribution Sector
Scheme and the scope of work is briefly described below:

[…………………………………insert brief scope of work ………….]

NOW IT IS HEREBY AGREED as follows:

Article 1. Contract Documents

1.1 Contract Documents (Reference GCC Clause 2)

The following documents shall constitute the Contract between the Employer and the
Contractor, and each shall be read and construed as an integral part of the Contract:

VOLUME – A

1. This Contract Agreement and the Appendices thereto.


2. Notification of Award Ref. No. …………/NOA-I/01 dated DD/MM/YYYY.

VOLUME – B

3. Documents comprising of the following:


Part – 3: Conditions of Contract and Contract Forms 126

• Conditions of Contract and Contract Forms (Part 3 of Bidding


Documents)
o Conditions of Contract including Special Conditions of
Contract (SCC) and General Conditions of Contract (GCC);
(Section 7 of Bidding Documents)
o Contract Forms (Section 8 of Bidding Documents)

• Employers’ Requirements (Part 2 of Bidding Documents)


o Employer’s Requirements (Section 6 of Bidding Document)

• Bidding Procedures and Requirements (Part 1 of Bidding Documents)


o Request for Bids Notice (Section 1 of Bidding Documents)
o Eligibility and Qualification Requirements (Section 2 of
Bidding Documents)
o Instruction to Bidders and Bid Data Sheets (Section 3 of Bidding
Documents

VOLUME – C

4. Bid Submitted by the Contractor.

(Only relevant extracts are attached herewith for easy reference. Should the
circumstances warrant, the original Bid along with the enclosures thereof, shall be
referred to.).

1.2 Order of Precedence (Reference GCC Clause 2)

In the event of any ambiguity or conflict between the Contract Documents listed
above, the order of precedence shall be the order in which the Contract Documents
are listed in Article 1.1 (Contract Documents) above.

1.3 Definitions (Reference GCC Clause 1)

Capitalized words and phrases used herein shall have the same meanings as are
ascribed to them in the General Conditions of Contract/Special Conditions of
Contract.

Article 2. Contract Price and Terms of Payment


Part – 3: Conditions of Contract and Contract Forms 127

2.1 Contract Price (Reference GCC Clause 11) for Contract Part I

The Employer hereby agrees to pay to the Contractor the Contract Price for Contract
Part I in consideration of the performance by the Contractor of its obligations
hereunder. The Contract Price for Contract Part I shall be the aggregate of .…….
(amount in words) ................. (...............(amount in figures) ….. ........), or such other
sums as may be determined in accordance with the terms and conditions of the
Contract. The break-up of the Contract Price for Contract Part I is as under:

Sl. Price Component Amount


No.
1. FOR Price Component
Total for Supply of Plant Contract

The detailed break-up of Contract Price for Contract Part I is given in the relevant
Appendices hereto.

2.2 Terms of Payment (Reference GCC Clause 12)

The terms and procedures of payment according to which the Employer will
reimburse the Contractor are given in Appendix 1 (Terms and Procedures of
Payment) hereto.

Article 3. Effective Date for Determining Time for Completion

3.1 Effective Date (Reference GCC Clause 1)

The Effective Date from which the Time for Completion of the Facilities shall be
counted and determined is the date of the Notification of Award i.e.,
…………………

Article 4. Appendices

The Appendices listed in the List of Appendices, as mentioned below, shall be


deemed to form an integral part of this Contract Agreement Part I and the Contract.

Reference in this Contract Agreement Part I and the Contract, to any Appendix shall
mean and include the Appendices attached hereto, and thethis Contract Agreement
Part I and the Contract shall be read and construed accordingly.
Part – 3: Conditions of Contract and Contract Forms 128

List of Appendices

Appendix 1 Terms and Procedures of Payment


Appendix 2 Price Adjustment
Appendix 3 Insurance Requirements
Appendix 4 Time Schedule
Appendix 5 List of Approved Subcontractors
Appendix 6 Scope of Works and Supply by the Employer
Appendix 7 List of Document for Approval or Review
Appendix 8 Guarantees, Liquidated Damages for Non-Performance
Appendix 9 Price Schedules indicating Price Breakdown of Contract Price
for Contract Part I for Supply of Plant
Appendix 11 Integrity Pact

Article 5.

The Contract Agreement Part II No. …………………….. has also been made on the ……..
day of ………….. 20…., between the Employer and the Contractor for the Supply of
Installation Services (hereinafter referred to as the “Contract Part II”) for providing/
supplying all Installation Services (excluding the incidental services included in Contract
Part I), interalia, unloading and handling of Plant, all labor, Contractor’s equipment,
temporary works, materials, consumables, design and preparation of layout, engineering
drawings, and all matters and things of whatsoever nature, including testing, pre-
commissioning, guarantee tests and commissioning, the provision of as-built drawings,
operations and maintenance manuals, training, etc., applicable and necessary for the proper
execution of the installation and other services, at final destination (Site/ Project Site),
related to and incidental to successful installation of the Plant supplied under the Contract
Part I,required for the complete execution of the Development of Distribution
Infrastructure at Kaithal (Package B) of Kaithal District of Haryana under the
Revamped Reforms-based and Results-linked Distribution Sector Scheme and the scope
of work is briefly described below:

[…………………………………insert brief scope of work………….]

Notwithstanding the award ofwork for Completion of the Facilities under the
Contract in two separate parts in the aforesaid manner, the Contractor shall be overall
responsible to ensure the execution of both the parts of the Contract to achieve
successful completion and taking over of the Facilities by the Employer as per the
requirements stipulated in the Contract. It is expressly understood and agreed by the
Part – 3: Conditions of Contract and Contract Forms 129

Contractor that any default or breach under the ‘Contract Part II’ shall automatically
be deemed as a default or breach of this ‘Contract Part I’ also and vice-versa and any
such breach or occurrence or default giving the Employer a right to terminate the
‘Contract Part II’ either in full or in part, and/or recover damages there under the
Contract Part II, shall give the Employer an absolute right to terminate this Contract
Part I at the Contractor’s risk, cost and responsibility, either in full or in part and /or
recover damages under this ‘Contract Part I’ as well. However, such breach or default
or occurrence in the ‘Contract Part II’ shall not automatically relieve the Contractor
of any of its responsibility/ obligations under this ‘Contract Part I’. It is also expressly
understood and agreed by the Contractor that the Plant/equipment/ goods /materials
supplied by the Contractor under this ‘Contract Part I’ when erected, installed and
commissioned by the Contractor under the ‘Contract Part II’ shall give satisfactory
performance in accordance with the provisions of the Contract.

IN WITNESS WHEREOF the Employer and the Contractor have caused this Agreement to
be duly executed by their duly authorized representatives the day and year first above
written.

Signed by for and Signed by for and


on behalf of the Employer on behalf of the Contractor

........................................ ........................................
Signature Signature
.............................................. ..............................................
Title Title
in the presence of in the presence of
Part – 3: Conditions of Contract and Contract Forms 130

5. FORM OF CONTRACT AGREEMENT

[Alternative – b]

CONTRACT AGREEMENT PART II FOR SUPPLY OF INSTALLATION SERVICES


BETWEEN UTTAR HARYANA BIJLI VITRAN NIGAM LIMITED AND M/s. ...................
(Name of Contractor) .............../JOINT VENTURE (JV) OF M/s. …….. (Name of Lead
Partner)…. (THE LEAD PARTNER OF THE JV) AND M/s. …..(Name of Other
Partner)…… (THE PARTNER OF THE JV) [Use as applicable]

THIS CONTRACT AGREEMENT PART I No. ………………… (also referred to as


‘Supply of Installation Services Contract/the Contract Part II’) is made on the ….. day of
…………… 20…..

BETWEEN

(1) Uttar Haryana Bijli Vitran Nigam Limited a company incorporated under the laws of
Companies Act 1956/2013 (with amendment from time to time) and having its Registered
Office at Plot No. IP 3&4, Sector-14, Panchkula, Haryana- 134113 (hereinafter called "the
Employer" and also referred to as “UHBVNL”)

and

(2) M/s .............. (Name of Contractor) ..........., a company incorporated under the laws of
Companies Act 1956/2013 (with amendment from time to time) and having its Principal
place of business at ………....(Address of Contractor) ............................... and Registered
Office at ………....(Registered address of Contractor) ............... (hereinafter called "the
Contractor" and also referred to as “…..(insert abbreviated name of the Contractor) ……..”)

or

Joint Venture (JV) of M/s ................. (Name of Lead Partner) .................. (the Lead Partner
of JV), a company incorporated under the laws of Companies Act 1956 and having its
Principal place of business at ………....(Address of Lead Partner) ............................... and
Registered Office at ………....(Registered address of Lead Partner) ........................ and M/s
................. (Name of Other Partner) .................. (the Partner of JV), a company incorporated
under the laws of Companies Act 1956/2013 (with amendment from time to time) and having
its Principal place of business at ………....(Address of Other Partner) ...............................
and Registered Office at ………....(Registered address of Other Partner) ........................
(hereinafter called "the Contractor" and also referred to as “Joint Venture”/the ‘JV””)
Part – 3: Conditions of Contract and Contract Forms 131

(Applicable only in case of Joint Venture)

WHEREAS the Employer desires to engage the Contractorto design, manufacture, test,
deliver, install, commission and complete certain Facilities, viz. Development of
Distribution Infrastructure at Kaithal (Package B) of Kaithal District of Haryana
under the Revamped Reforms-based and Results-linked Distribution Sector Scheme
(“the Facilities”) as detailed in the Contract Document, and the Contractor, in accordance
with the mode of contracting specified therein, has agreed to such engagement upon and
subject to the terms and conditions appearing in this Contract Agreement Part II for Supply
of Installation Services and in Contract Agreement Part I for Supply of Plant for the
Facilities, the two parts read together, jointly and in conjunction, constituting the Contract.
and the aggregate of the Contract Price for Contract Part I and theContract Price for Contract
Part II constituting the Contract Price for the Contract.

WHERE, the Employer, under this Contract Agreement Part II, desires to engage the
Contractor for the supply of Installation Services for providing/ supplying all Installation
Services (excluding the incidental services included in Contract Part I), interalia, unloading
and handling of Plant, all labor, Contractor’s equipment, temporary works, materials,
consumables, design and preparation of layout, engineering drawings, and all matters and
things of whatsoever nature, including testing, pre-commissioning, guarantee tests and
commissioning, the provision of as-built drawings, operations and maintenance manuals,
training, etc., applicable and necessary for the proper execution of the installation and other
services, at final destination (Site/ Project Site), related to and incidental to successful
installation of the Plant supplied under the Contract Part I, for the complete execution of the
Development of Distribution Infrastructure at Kaithal (Package B) of Kaithal District
of Haryana under the Revamped Reforms-based and Results-linked Distribution Sector
Scheme and the scope of work is briefly described below:
The scope of work under the subject package includes site survey, planning, design,
engineering, assembly manufacturing, testing, supply, loading, transportation, unloading,
insurance, delivery at site, handling, storage, installation, testing, commissioning and
documentation of all items/material required to complete the following works in the Kaithal
district which inter-alia include :
Loss Reduction
• Feeder bifurcation,
• Reconductoring works of Existing Worn out LT Line,
• AB Cabling,
• Replacement of LT bare conductor with LT Armored XLPE Cable.
• Reconductoring works of 11kV Conductor.

NOW IT IS HEREBY AGREED as follows:


Part – 3: Conditions of Contract and Contract Forms 132

Article 1. Contract Documents

1.1 Contract Documents (Reference GCC Clause 2)

The following documents shall constitute the Contract between the Employer and the
Contractor, and each shall be read and construed as an integral part of the Contract:

VOLUME – A

1. This Contract Agreement and the Appendices thereto.


2. Notification of Award Ref. No. …………/NOA-II/02 dated DD/MM/YYYY.

VOLUME – B

3. Documents comprising of the following:

• Conditions of Contract and Contract Forms (Part 3 of Bidding


Documents)
o Conditions of Contract including Special Conditions of
Contract (SCC) and General Conditions of Contract (GCC);
(Section 7 of Bidding Documents)
o Contract Forms (Section 8 of Bidding Documents)

• Employers’ Requirements (Part 2 of Bidding Documents)


o Employer’s Requirements (Section 6 of Bidding Document)

• Bidding Procedures and Requirements (Part 1 of Bidding Documents)


o Request for Bids Notice (Section 1 of Bidding Documents)
o Eligibility and Qualification Requirements (Section 2 of
Bidding Documents)
o Instruction to Bidders and Bid Data Sheets (Section 3 of Bidding
Documents

VOLUME – C

4. Bid Submitted by the Contractor.


Part – 3: Conditions of Contract and Contract Forms 133

(Only relevant extracts are attached herewith for easy reference. Should the
circumstances warrant, the original Bid along with the enclosures thereof, shall be
referred to.).

1.2 Order of Precedence (Reference GCC Clause 3)

In the event of any ambiguity or conflict between the Contract Documents listed
above, the order of precedence shall be the order in which the Contract Documents
are listed in Article 1.1 (Contract Documents) above.

1.3 Definitions (Reference GCC Clause 1)

Capitalized words and phrases used herein shall have the same meanings as are
ascribed to them in the General Conditions of Contract/Special Conditions of
Contract.

Article 2. Contract Price and Terms of Payment

2.1 Contract Price (Reference GCC Clause 11) for Contract Part II

The Employer hereby agrees to pay to the Contractor the Contract Price for Contract
Part II in consideration of the performance by the Contractor of its obligations
hereunder. The Contract Price for Contract Part II shall be the aggregate of .…….
(amount in words) ................. (...............(amount in figures) ….. ........), or such other
sums as may be determined in accordance with the terms and conditions of the
Contract. The break-up of the Contract Price for Contract Part II is as under:

Sl. Price Component Amount


No.

1. Installation Services
2. Training Charges (if required) Not Applicable
Total for Supply of Installation Services Contract

The detailed break-up of Contract Price for Contract Part I is given in the relevant
Appendices hereto.

2.2 Terms of Payment (Reference GCC Clause 12)


Part – 3: Conditions of Contract and Contract Forms 134

The terms and procedures of payment according to which the Employer will
reimburse the Contractor are given in Appendix 1 (Terms and Procedures of
Payment) hereto.

Article 3. Effective Date for Determining Time for Completion

3.1 Effective Date (Reference GCC Clause 1)

The Effective Date from which the Time for Completion of the Facilities shall be
counted and determined is the date of the Notification of Award i.e.,
…………………

Article 4. Appendices

The Appendices listed in the List of Appendices, as mentioned below, shall be


deemed to form an integral part of this Contract Agreement Part II and the Contract.

Reference in thisContract Agreement Part II and the Contract to any Appendix shall
mean and include the Appendices attached hereto, and this Contract Agreement Part
II and the Contract shall be read and construed accordingly.

List of Appendices

Appendix 1 Terms and Procedures of Payment


Appendix 2 Price Adjustment
Appendix 3 Insurance Requirements
Appendix 4 Time Schedule
Appendix 5 List of Approved Subcontractors
Appendix 6 Scope of Works and Supply by the Employer
Appendix 7 List of Document for Approval or Review
Appendix 8 Guarantees, Liquidated Damages for Non-Performance
Appendix 9 Price Schedules indicating Price Breakdown of Contract Price
for Contract Part II for Supply of Installation Services
Appendix 11 Integrity Pact

Article 5.

The Contract Agreement Part I No. …………………….. has also been made on the
…….. day of ………….. 20…., between the Employer and the Contractor for the
Part – 3: Conditions of Contract and Contract Forms 135

Supply of Plant (hereinafter referred to as the “Contract Part I”) for the supply of
Plant on FOR {final place of destination (Site/ Project Site)} basis interalia
including design, engineering, manufacture, testing, transportation, insurance etc. and
other services, incidental thereto, required for the complete execution of the
Development of Distribution Infrastructure at Kaithal (Package B) of Kaithal
District of Haryana under the Revamped Reforms-based and Results-linked
Distribution Sector Scheme and the scope of work is briefly described below:
The scope of work under the subject package includes site survey, planning, design,
engineering, assembly manufacturing, testing, supply, loading, transportation, unloading,
insurance, delivery at site, handling, storage, installation, testing, commissioning and
documentation of all items/material required to complete the following works in the Kaithal
district which inter-alia include :
Loss Reduction
• Feeder bifurcation,
• Reconductoring works of Existing Worn out LT Line,
• AB Cabling,
• Replacement of LT bare conductor with LT Armored XLPE Cable.
• Reconductoring works of 11kV Conductor.

Notwithstanding the award of work for Completion of the Facilities under the
Contract in two separate parts in the aforesaid manner, the Contractor shall be overall
responsible to ensure the execution of both the parts of the Contract to achieve
successful completion and taking over of the Facilities by the Employer as per the
requirements stipulated in the Contract. It is expressly understood and agreed by the
Contractor that any default or breach under the ‘Contract Part I’ shall automatically
be deemed as a default or breach of this ‘Contract Part II’ also and vice-versa and any
such breach or occurrence or default giving the Employer a right to terminate the
‘Contract Part I’ either in full or in part, and/or recover damages there under the
Contract Part I, shall give the Employer an absolute right to terminate this Contract
Part I at the Contractor’s risk, cost and responsibility, either in full or in part and /or
recover damages under this ‘Contract Part II’ as well. However, such breach or
default or occurrence in the ‘Contract Part I’ shall not automatically relieve the
Contractor of any of its responsibility/ obligations under this ‘Contract Part I’. It is
also expressly understood and agreed by the Contractor that the Plant/equipment
/goods/ materials supplied by the Contractor under the ‘Contract Part I’ when erected,
installed and commissioned by the Contractor under this ‘Contract part II’ shall give
satisfactory performance in accordance with the provisions of the Contract.

IN WITNESS WHEREOF the Employer and the Contractor have caused this Agreement to
be duly executed by their duly authorized representatives the day and year first above
written.
Part – 3: Conditions of Contract and Contract Forms 136

Signed by for and Signed by for and


on behalf of the Employer on behalf of the Contractor

........................................ ........................................
Signature Signature

.............................................. ..............................................
Title Title

in the presence of in the presence of

(Separate Contract Agreements shall be executed by the Employer and the Contractor in
accordance with the mode of contracting stipulated at ITB, Section 3 of bidding documents.
The forms of Contract under both Alternative i.e., a & b shall be used).
Part – 3: Conditions of Contract and Contract Forms 137

Appendix-1: TERMS AND PROCEDURES OF PAYMENT

In accordance with the provisions of GCC Clause 12 (Terms of Payment), the


Employer shall pay the Contractor in the following manner and at the following
times, on the basis of the Price Breakdown given in the Appendix regarding Price
Schedules. Payments will be made in Indian Rupees.

I. “Billable Items” are worked out and attached to Price Schedule. Items otherwise
required for completion of work but not listed in the Price Schedule shall also be in
the scope of the Contractor. The costs of such “Non- billable Items” is deemed to be
included in the quoted price of “Billable Items” by the bidder in the Price Schedule.
The payment shall be made on billable item wise basis only as indicated in Price
Schedule.

II. Valid Contract Performance Security to furnished by the Contractor as per the
Contract and accepted by the Employer, shall be a condition precedent for release
of the advance and progressive payment. Further, for release of any advance payment,
requisite securities including Advance Payment Guarantee, as the case may be, to be
furnished by the Contract as specified in the Contract and accepted by the Employer,
shall also be a condition precedent. In case, the duration of contract gets extended
then the Contractor shall furnish the revised Performance Bank Guarantee equal to
3% of the contract value and valid till 30 days beyond the warranty period as per the
new contract timelines. The revised Bank Guarantee shall be submitted by the
Contractor within 28 days from the date of approval of time extension by the
Employer.

III. The interest rate on advance payment shall be Marginal Cost of Funds Based Lending
Rate (MCLR) for one year of the State Bank of India, prevailing on the date of
advance payment to the Contractor. The interest accrued on interest bearing advance
shall be adjusted first before releasing any payment. The interest rate shall be
calculated on the daily progressive balances outstanding as on the date of
recovery/adjustment i.e. on daily rest basis.

IV. Deleted

V. Unmeasured ad-hoc payment: The employer, at his discretion in exigencies, to ensure


liquidity of funds with the Contractor may accept un-measured ad-hoc bill of the
Contractor. In this method, following methodology shall be adopted:
Part – 3: Conditions of Contract and Contract Forms 138

a. Submission of certificate on measurement book by Project Manager that


materials under consideration have been erected, tested and commissioned as
per technical specification, scope of work & approved drawings.

b. Quantum and completion of works is certified by Project Manager jointly with


Contractor and eligible amount of such works are computed as per approved
payment terms.

c. 50% of such eligible amount shall be released to the Contractor immediately


within a week. The amount of un-measured bill should not be more than
average of previous two measured bill.

d. Next bill of the work shall invariably be a measured bill in which, various
quantities of unmeasured bill shall be verified and measured jointly by Project
Manager and Contractor.

A. Supply, Erection, Testing and Commissioning of works under RDSS:

1. Advance payment (Optional):

i. Under the Supply of Plant Contract (Contract Part I), initial interest bearing
adjustable Advance of 15% of Contract Price for Contract Part I shall be
released in 2 (two)installments each of 7.5% of the Contract Price for Contract
Part I.

First installment of 7.5% of the Contract Price for Contract Part I shall be
released on presentation of the following:

a. Signing of Contract Agreement Part I and Contract Agreement Part II by the


Employer and the Contractor.

b. Contractor’s detailed invoice.

c. Submission and acceptance of unconditional & irrevocable part Bank


Guarantees (in two (02) equal installments) in favor of employer with total
amounting to 110% of total advance amount as per proforma attached with
Form:7, Section – 8 of Part -3 (Contract Forms). For release of the Ist
Installment of advance the Bank Guarantee equal to 110% of Ist Installment
amount shall be taken . Once it gets adjusted and the 2nd installment is due
for release, the Bank Guarantee for the 2nd instalment equal to 110% of
Part – 3: Conditions of Contract and Contract Forms 139

2ndInstallment amount shall be taken. The said Bank Guarantees shall be


initially valid upto end of thirty (30) days after the scheduled month of
supply of materials and shall be extended from time to time till thirty (30)
days beyond revised scheduled month of supply of materials, as may be
required under the Contract.

d. An unconditional & irrevocable Bank Guarantee for ten percent (10%) of the
total Contract price towards Contract Performance Guarantee (CPG) in
accordance with the provisions of Clause 44.1, Section 3 and as per proforma
attached with Section-8 of Part 3 (Contract forms). The said bank guarantee
shall be initially valid up to thirty (30) days after expiry of the Warranty
Period and shall be extended from time to time till thirty (30) days beyond
successful completion of warranty period, as may be required under the
Contract.

e. Detailed PERT Network/Bar chart and its approval by the Employer.

The bidder must utilize first advance installment of 7.5% of ex-works supply
component before requesting for second advance installment. Second
installment of 7.5% shall be released on submission of Contractor’s invoice,
bank guarantee equal to 110% of the advance installment and satisfactory
utilization certificate supported with documentary evidences of first advance
installment.

ii. Under the Supply of Installation Services Contract (Contract part II), initial
interest-bearing adjustable Mobilization Advance of 10% of Contract Price for
Contract Part II shall be released in 2 (two)installments each of 5% of the
Contract Price for Contract Part II:

First installment of 5% of the Contract Price for Contract Part I shall be


released on presentation of the following:

a. Submission of detailed invoice for advance payment.

b. Establishment of Contractor’s site offices and certification by Engineer


that satisfactory mobilization for erection exists

c. Submission and acceptance of unconditional & irrevocable part Bank


Guarantees (in two (02) equal installments) in favor of employer with total
amounting to 110% of total advance amount as per proforma attached with
Part – 3: Conditions of Contract and Contract Forms 140

Form:7, Section – 8 of Part -3 (Contract Forms). For release of the Ist


Installment of advance the Bank Guarantee equal to 110% of Ist
Installment amount shall be taken . Once it gets adjusted and the 2nd
installment is due for release, the Bank Guarantee for the 2nd instalment
equal to 110% of 2nd Installment amount shall be taken. The said Bank
Guarantees shall be initially valid upto end of thirty (30) days after the
scheduled month of erection of materials and shall be extended from time
to time till thirty (30) days beyond revised scheduled month of erection of
materials, as may be required under the Contract.

d. Submission of an unconditional & irrevocable Bank Guarantee in favor of


Employer for three percent (3%) of the total Contract price towards
Contract Performance Guarantee (CPG) in accordance with Clause 44.1 of
Section-3, Part 1 and as per proforma attached with Section 8 of Part 3
(Contract Forms). The said Bank Guarantee shall be initially valid up to
30 (thirty) days after the expiry of warranty period and shall be extended
from time to time till thirty (30) days beyond successful completion of
warranty period, as may be required under the Contract.

The bidder must utilize first advance installment of 5% of Contract Price for
Contract Part II before requesting for second advance installment. Second
installment of 5% shall be released on submission of Contractor’s invoice,
bank guarantee equal to 110% of the advance installment and satisfactory
utilization certificate supported with documentary evidences of first advance
installment.

2. Progressive payments (Supply of Plant):

2.1. First Installment (60%): Sixty percent (60%) payments for the supply of Plant
under the Contract Part I, against various items in the attached Price Schedule,
including 100% GST thereon reimbursable/ payable by Employer as per
Contract, shall be paid on receipt and acceptance of Plant/ equipment/ goods/
materialson submission of documents indicated herein:

a. Signing of Contract Agreement Part I and Contract Agreement Part II by


the Employer and the Contractor.

b. Detailed Project Execution Plan/PERT chart and its approval by the


Employer.

c. Evidence of dispatch (R/R or receipted L/R)


Part – 3: Conditions of Contract and Contract Forms 141

d. Contractor’s detailed invoice & packing list identifying contents of each


shipment.

e. Invoice certifying payments of GST

f. Copy of Certificate to the effect of payments of State/ Central taxes,


duties, levies etc. have been made against supply of materials through
sub-vendors under the contract.

g. Certified copy of Insurance policy/Insurance Certificate.

h. Manufacturer’s/Contractor’s guarantee certificate of Quality.

i. Material Dispatch Clearance Certificate (MDCC) / Dispatch Instructions


(DI) for dispatch of materials from the manufacturer’s works. MDCC/DI
shall be issued by authorized officer of Employer

j. Manufacturer’s copy of challan

k. submission of the certificate by the Employer’s representative that the


item(s) have been received,

l. Submission of certificate by Project Manager that materials have been


supplied as per technical specification, scope of work & approved
drawings enclosing certified copy of inspection reports and dispatch
clearances.

a. 60% of proportionate Mobilization Advance against Supply shall be


adjusted while making payments of this installment. In case of delay of
project, the entire mobilization advance shall get recovered from the
Contractor as per supply and erection contracts’ works completion
schedule respectively.

2.2. Second Installment (30%): Thirty percent (30%) payments against various
items of price schedule 1 shall be paid on following conditions:

a. Unconditional acceptance of the Letter of Award and signing of contract


agreement by the Contractor.

b. Detailed Project Execution Plan/PERT chart and its approval by the


Employer.
Part – 3: Conditions of Contract and Contract Forms 142

c. Evidence of dispatch (R/R or receipted L/R)

d. Contractor’s detailed invoice & packing list identifying contents of each


shipment.

e. Invoice certifying payments of ED, Taxes for the direct transaction between
Employer and Contractor,

f. Copy of Certificate to the effect of payments of State/ Central taxes,


duties, levies etc. have been made against supply of materials through sub-
vendors under the contract.

g. Certified copy of Insurance policy/Insurance Certificate.

h. Manufacturer’s/Contractor’s guarantee certificate of Quality.

i. Material Dispatch Clearance Certificate (MDCC) / Dispatch Instructions


(DI) for dispatch of materials from the manufacturer’s works. MDCC/DI
shall be issued by authorized officer of Employer

j. Manufacturer’s copy of challan

k. Submission of the certificate on measurement book by the Project Manager


that the item(s) have been received,

l. Submission of certificate on measurement book by Project Manager that


materials under consideration have been erected, tested and commissioned as
per technical specification, scope of work & approved drawings.

m. Test check certification on Measurement Book be recorded by officers in


hierarchy with the claim as per policy.
While releasing 2nd installment of 30% supply payment following adjustment
shall be made:

a. Balance initial mobilization advance shall be adjusted. Also, up-to-


date accrued interest shall also be recovered.

b. In case of delay of project, the entire mobilization advance shall get


recovered at this stage.
Part – 3: Conditions of Contract and Contract Forms 143

2.3. Third & Final Installment (10%):

a. The balance ten percent (10%) of payment against Supply contracts excluding
Excise Duty, Taxes etc. shall be reimbursable on successful supply, erection,
testing and commissioning of the works in the project and issuance of
Completion Certificate by the Employer.

b. ‘Commissioning’ for the purpose of payments shall mean satisfactory


completion of all supplies, erection, commissioning checks and successful
completion of all site tests and continuous energisation of the equipment/
materials at rated voltage as per the Contract and to the satisfaction/approval
of the Employer.

c. On submission of the certificate by the Project Manager that the item(s) have
been received, erected, tested and commissioned.

d. In case, for any reason not attributable to the Contractor, the commissioning
and charging of equipment/materials is delayed beyond 120 days of successful
completion of final checking and testing of works, the balance 10% payment
shall be released against an unconditional & irrevocable bank guarantee of
equivalent amount initially valid till 6 months from the readiness of works for
commissioning and charging at rated voltage, to be extended till 30 days
beyond actual commissioning & taking over.

3. Progressive payments (Erection):

3.1. First Installment (90%) : Ninety percent (90%) payments against Erection
contracts shall be paid on erection, testing and commissioning of works and on
submission of relevant documents indicated herein under:

a. Unconditional acceptance of the Letter of Award and signing of contract


agreement by the Contractor.

b. Detailed Project Execution Plan/PERT chart and its approval by the


Employer.

c. Certified copy of Insurance policy/Insurance Certificate.

d. Material reconciliation statement consisting of the materials utilized for


erection, testing & commissioning vis-à-vis erection activity of the lot of
villages.
Part – 3: Conditions of Contract and Contract Forms 144

e. Submission of certificate on measurement book by Project Manager that


materials under consideration have been erected, tested and commissioned as
per technical specification, scope of work & approved drawings.

f. Test check certification on Measurement Book be recorded by officers in


hierarchy with the claim as per policy.

While releasing 1st installment of 90% erection payment following adjustment


shall be made:

b. 100% Mobilization Advance against Erection shall be fully adjusted


while making payments of first installment. Also, up-to-date accrued
interest shall also be recovered.

c. In case of delay of project, the entire mobilization advance shall get


recovered from the Contractor as per supply and erection contracts’
works completion schedule respectively.

3.2. Second and Final Installment (10%):

a. The balance ten percent (10%) of payment against Erection contracts shall be
released on successful commissioning of the works in the project, issuance of
CompletionCertificate of the project and asset tagging of the created asset in
GIS portal provided by the Nodal agency.

b. ‘Commissioning’ for the purpose of payments shall mean satisfactory


completion of all supplies, erection, commissioning checks and successful
completion of all site tests and continuous energisation of the equipment/
materials at rated voltage as per the Contract and to the satisfaction/approval
of the Employer.

c. On submission of the certificate by the Project Manager that the


equipment/materials have been erected, tested and commissioned.

d. On certification of Project Manager for reconciliation of materials and


payments.

e. On certification of Project Manager of updating the asset information in the


GIS platform and providing requisite information as per Employer’s GIS data
Part – 3: Conditions of Contract and Contract Forms 145

model. The mobile application for GIS mapping has to be provided by the
Employer.

f. On certification of Project Manager that assets under the project are created
and are taken over by Employer.

g. However, in case, for any reason solely attributable to the Owner/Employer,


the commissioning of equipment/materials is delayed beyond 120 days of
successful completion of final checking and testing of line for the purpose of
commissioning as defined in bid documents, the balance 10% payment shall
be released against an unconditional & irrevocable bank guarantee of
equivalent amount initially valid till 6 months from the readiness of
transmission lines/ distribution transformer/ service connections for
commissioning and charging at rated voltage, to be extended till 30 days
beyond actual commissioning & taking over.

h. <For development of new lines/ poles, the Contractor should also submit an
automated measurement report based on the GPS coordinates captured
through the mobile application.>

4. The Project Manager shall within sixty-five (60) days after receipt of invoices
enclosing requisite documents as per payment terms release the payment through
electronic mode in designated bank account of the Contractor. In the event that
the Contractor has duly followed the procedure enumerated above and the
Employer fails to make any payment on its respective due date, the Employer
shall pay to the Contractor interest on the amount of such delayed payment as
from the end of the 60days period on certified amount due but not paid at the end
of such period. The applicable interest rate on the delayed amount willbe equal
tothe marginal cost of funds based lending rate (MCLR) for one year of the State
Bank of India, as applicable on the 1stApril of the financial year in which the date
of disbursement of the payment lies. In case the period of default lies in two or
more financial years the interest amount shall be calculated separately for the
periods falling in different years.
Part – 3: Conditions of Contract and Contract Forms 146

Appendix-2 : PRICE ADJUSTMENT

The prices for execution of the entire works covered under the scope of this work shall be
quoted by the Bidder in the manner specified, in the BPS. The Ex-works price component,
less advance will be subject to price adjustment, only for equipment/materials/items of work
specifically stated under clause 1.0 below, (for which the bidder shall quote a base price),
based on separate formulae as per price adjustment provisions given herein. However, it shall
be noted that the Price Adjustment clause will be effective from the contract signing date.
The Employer shall ensure that all the Price Adjustment would be governed as per the
approved L-2 schedule signed by Employer and Contractor, which would be included in the
contract.

Prices for Ex-works price component for all other equipment/items except specified at Clause
1.0 below, Charges for Erection, Inland Freight & Insurance etc. shall be FIRM and no price
adjustment shall be applicable for these components for the entire duration of the Contract.

No price adjustment shall be applicable on the portion of the Contract Price payable to the
Contractor as advance payment.However, if a Contractor opts for no advance then Price
Adjustment would be applicable on 100% contract value.

1.0 Materials and Labour portion:

1.0.1 For ACSR Conductor


The price quoted/confirmed for Aluminum Conductor is based on the input cost of
raw materials as on the date of quotation. It is deemed to be related to the prices of
the raw materials, as specified in the price variation clauses mentioned below. In case
of any variation in these prices, the prices payable shall be subject to adjustment up or
down in accordance with the following formula:

For Excise duty units:


P = Po + WA ( AL – ALo) + WF (FE – FEo)
For Excise duty exempted units:
P = Po + WA ( ALe – ALoe ) + WF ( FEe – FEoe )
Wherein,

P = Ex-works price payable in Rs. Per km as adjusted in accordance with the price
variation clause
Po = Ex-works price quoted/confirmed in Rs. Per km.
WA = Weight of Aluminium in ACSR conductor in MT per km. (As per IS: 398)
WF = Weight of Steel content in the ACSR conductor in MT per km. (As per IS: 398)
Part – 3: Conditions of Contract and Contract Forms 147

AL = Price of EC Grade Aluminium Ingot/Rod (as per contract) exclusive of excise


duty in Rs./MT for the conductor. This price is applicable prevailing as on 30 days
prior to the date of delivery.
Ale = Price of EC Grade Aluminium Ingot/Rod (as per contract) inclusive of excise
duty in Rs./MT for the conductor. This price is applicable prevailing as on 30 days
prior to the date of tender delivery.
ALo = Price of EC Grade Aluminium Ingot/Rod (as per contract) exclusive of excise
duty in Rs./MT for the conductor. This price is applicable prevailing as on 30 days
prior to the date of tender opening.
ALoe = Price of EC Grade Aluminium Ingot/Rod (as per contract) inclusive of excise
duty in Rs./MT for the conductor. This price is applicable prevailing as on 30 days
prior to the date of tender opening.
FE = Price (exclusive of excise duty) of high tensile galvanized steel wire in Rs./MT
of appropriate size. This price is applicable prevailing as on 30 days prior to the date
of delivery.
FEe = Price (exclusive of excise duty) of high tensile galvanized steel wire in Rs./MT
of appropriate size. This price is applicable prevailing as on 30 days prior to the date
of delivery.
FEo = Price (exclusive of excise duty) of high tensile galvanized steel wire in Rs./MT
of appropriate size. This price is applicable prevailing as on 30 days prior to the date
of tender opening.
FEoe = Price (exclusive of excise duty) of high tensile galvanized steel wire in
Rs./MT of appropriate size. This price is applicable prevailing as on 30 days prior to
the date of tender opening.
Note : In case of any clarifications in the above formula kindly refer the IEEMA price
variation formula for ACSR conductors given in circular
st
IEEMA/PVC/CONDUCTOR/2012 effective from 1 April 2012, In case of any
discrepancies the IEEMA circular mentioned shall prevail.

1.0.2 For Station/ Power Transformer

The price adjustment on the Ex-works price component, less advance, of


Transformers shall be as follows:

1.0.2.1 The price variation clause for ‘Power Transformers’


Part – 3: Conditions of Contract and Contract Forms 148

The price payable shall be subject to adjustment, up or down in accordance with the
following formula:

P = 0.01 X Po ( 6 + 32X (C / Co) + 27 X(ES / ESo) + 12X (IS / ISo) + 4X(IM /


IMo) + 9X(TO/TOo) + 10X(W/Wo) )

Wherein,

P = Price payable as adjusted in accordance with the above formula.


Po = Price quoted / confirmed.
Co = Price of CC copper rods (as published by IEEMA) This price isapplicable for
the month, one month prior to the date of tendering.
ESo = Price of CRGO Electrical steel lamination (as published by IEEMA) This price
as applicable for the month, one month prior to the date of tendering.
ISo = Average price of steel Plates 10 mm thick(as published by IEEMA) This price
is as applicable for the month, one month prior to the date of tendering.
IMo = Price of Insulating Material (as published by IEEMA) This price is as
applicable for the month, one month prior to the date of tendering.
TOo = Price of Transformer oil (as published by IEEMA) This price is as applicable
for the month, one month prior to the date of tendering.
Wo = All India average consumer price index number for industrial workers, as
published by the labour bureau, Ministry of Labour, Govt. of India (Base: 2001 =
100) This index number is applicable for the month, three months prior to the date of
tendering.
C = Price of CC copper rods (as published by IEEMA) This price is applicable for the
month, two months prior to the date of delivery.
ES = Price of CRGO Electrical steel lamination (as published by IEEMA) This price
is applicable for the month, two months prior to the date of delivery.
IS = Average price of Steel Plates 10 mm thick(as published by IEEMA) This price is
as applicable for the month, one month prior to the date of delivery.
IM = Price of Insulating Material (as published by IEEMA) This price is as applicable
for the month, two months prior to the date of delivery.
TO = Price of Transformer oil (as published by IEEMA) This price is as applicable
for the month, one month prior to the date of delivery.
W = All India average consumer price index number for industrial workers, as
published by the labour bureau, Ministry of Labour, Govt. of India (Base: 2001 =
100) This index number is as applicable for the month, three months prior to the date
of delivery.
Part – 3: Conditions of Contract and Contract Forms 149

Note : In case of any clarifications in the above formula kindly referthe IEEMA price
variation formula given in circular IEEMA/PVC/PWR TRF_upto 400
KV/2021effective from 1stSeptember 2021, In case of any discrepancies the IEEMA
circular mentioned shall prevail.

1.0.3 Station / Distribution Transformer (Aluminum/Copper wound)

The price adjustment on the Ex-works price component, less advance, of


Transformers shall be as follows:

1.0.3.1 The price variation clause for Aluminium wound distribution transformers (Single &
Three phase of ratings upto and including 2,500kVA and voltage upto 33kV)
complete with all accessories and components.
The price payable shall be subject to adjustment, up or down in accordance with the
following formula:
P = 0.01 X Po ( 8 + 22X (AL / ALo) + 36X(ES / ESo) + 12X(IS / ISo ) + 5X(IM /
IMo ) + 10 X(TO/TOo) + 7X(W/Wo)

Wherein,

P = Price payable as adjusted in accordance with the above formula.


Po = Price quoted / confirmed.
ALo = LME CSP Average of Aluminium (as published by IEEMA) This price as
applicable for the month, one month prior to the date of tendering.
ESo = Price of CRGO Electrical steel lamination (as published by IEEMA) This price
as applicable for the month, one month prior to the date of tendering.
ISo = Price of the HR coil of 3.15 mm thickness (as published by IEEMA) This price
is as applicable for the month, one month prior to the date of tendering.
IMo = Price of Insulating Material (as published by IEEMA) This price is as
applicable for the month, one month prior to the date of tendering.
TOo = Price of Transformer oil (as published by IEEMA) This price is as applicable
for the month, one month prior to the date of tendering.
Wo = All India average consumer price index number for industrial workers, as
published by the labour bureau, Ministry of Labour, Govt. of India (Base: 2016 =
100) This index number is as applicable for the month, three months prior to the date
of tendering.
AL = LME CSP Average of Aluminium (as published by IEEMA) This price as
applicable for the month, one month prior to the date of delivery.
Part – 3: Conditions of Contract and Contract Forms 150

ES = Price of CRGO Electrical steel lamination (as published by IEEMA) This price
as applicable for the month, one month prior to the date of delivery.
IS = Price of the HR coil of 3.15 mm thickness (as published by IEEMA) This price
is as applicable for the month, one month prior to the date of delivery.
IM = Price of Insulating Material (as published by IEEMA) This price is as applicable
for the month, one month prior to the date of delivery.
TO = Price of Transformer oil (as published by IEEMA) This price is as applicable
for the month, one month prior to the date of delivery.
W = All India average consumer price index number for industrial workers, as
published by the labour bureau, Ministry of Labour, Govt. of India (Base: 2001 =
100) This index numberis as applicable for the month, three months prior to the date
of delivery.

Note : In case of any clarifications in the above formula kindly refer the IEEMA price
variation formula given in circular IEEMA/PVC/DIST_AL_upto 2.5 MVA/2021
effective from 1stSeptember 2021, In case of any discrepancies the IEEMA circular
mentioned shall prevail.

1.0.3.2 The price variation clause for Copper wound distribution transformers (Single &
Three phase of ratings upto and including 2,500kVA and voltage upto 33kV)
complete with all accessories and components.
The price payable shall be subject to adjustment, up or down in accordance with the
following formula:
P = 0.01 X Po ( 7 + 41 X ( C / Co) + 23 X(ES / ESo) + 10X(IS / ISo ) + 5 X(IM / IMo
) + 8 X(TO/TOo) + 6 X(W/Wo)

Wherein,

P = Price payable as adjusted in accordance with the above formula.


Po = Price quoted / confirmed.
Co = Price of CC copper rods (as published by IEEMA) This price as applicable for
the month, one month prior to the date of tendering.
ESo = Price of CRGO Electrical steel lamination (as published by IEEMA) This price
as applicable for the month, one month prior to the date of tendering.
ISo = Price of the HR coil of 3.15 mm thickness (as published by IEEMA) This price
is as applicable for the month, one month prior to the date of tendering.
IMo = Price of Insulating Material (as published by IEEMA) This price is as
applicable for the month, one month prior to the date of tendering.
Part – 3: Conditions of Contract and Contract Forms 151

TOo = Price of Transformer oil (as published by IEEMA) This price is as applicable
for the month, one month prior to the date of tendering.
Wo = All India average consumer price index number for industrial workers, as
published by the labour bureau, Ministry of Labour, Govt. of India (Base: 2016 =
100) This index number is as applicable for the month, three months prior to the date
of tendering.
C = Price of CC copper rods (as published by IEEMA) This price is as applicable for
the month, one month prior to the date of delivery.
ES = Price of CRGO Electrical steel lamination (as published by IEEMA) This price
is as applicable for the month, one month prior to the date of delivery.
IS = Price of the HR coil of 3.15 mm thickness (as published by IEEMA) This price
is as applicable for the month, one month prior to the date of delivery.
IM = Price of Insulating Material (as published by IEEMA) This price is as applicable
for the month, one month prior to the date of delivery.
TO = Price of Transformer oil (as published by IEEMA) This price is as applicable
for the month, one month prior to the date of delivery.
W = All India average consumer price index number for industrial workers, as
published by the labour bureau, Ministry of Labour, Govt. of India (Base: 2016 =
100) This index number is as applicable for the month, three months prior to the date
of delivery.

Note : In case of any clarifications in the above formula kindly refer the IEEMA price
variation formula given in circular IEEMA/PVC/DIST_CU_upto 2.5 MVA/2021
effective from 1st September 2021, In case of any discrepancies the IEEMA circular
mentioned shall prevail.

1.0.4 Cables

The price adjustment on the Ex-works price component, less advance, of Cables shall
be as follows:

Terms used in price variation formula :


P = Price payable as adjusted in accordance with the appropriate formula (in Rs/km)
Po = Price quoted/confirmed (in Rs/km)
Aluminium
AIF = Variation factor in Aluminium (as published by IEEMA)
Al = Price of EC grade aluminum rods (Properzi rods) (as published by IEEMA).
This price is as applicable on the first working day of the month, one month prior to
the date of delivery.
Part – 3: Conditions of Contract and Contract Forms 152

Alo = Price of EC grade aluminum rods (Properzi rods) (as published by IEEMA).
This price is as applicable on the first working day of the month, one month prior to
the date of tendering.
Copper
CuF = Variation factor for copper
Cu = Price of CC copper rods (as published by IEEMA). This price is as applicable
on the first working day of the month, one month prior to the date of delivery.
Cuo = Price of CC copper rods (as published by IEEMA). This price is as applicable
on the first working day of the month, one month prior to the date of tendering.
PVC Compound Polymer
PVCc = Price of PVC compound (as published by IEEMA). This price is as
applicable on the first working day of the month, one month prior to the date of
delivery.
PVCco = Price of PVC compound (as published by IEEMA). This price is as
applicable on the first working day of the month, one month prior to the date of
tendering.
CCFAl = Variation factor for PVC Compound/ Polymer for aluminum conductor
cable (as published by IEEMA)
CCFCu = Variation factor for PVC Compound/ Polymer for copper conductor cable
(as published by IEEMA)
XLPE COMPOUND
Cc = Price of XLPE compound. This price is as applicable on first working day of the
month, one month prior to the date of delivery.
Cco = Price of XLPE compound. This price is as applicable on first working day of
the month, one month prior to the date of tendering.
XLFAL = Variation factor for XLPE compound for aluminum conductor cable.
XLFCU = Variation factor for XLPE compound for Copper Conductor cable.

Steel
FeF = Variation factor for steel (as published by IEEMA)
FeW = Variation factor for round wire steel armouring (as published by IEEMA)
Fe = Price of steel strips / steel wire (as published by IEEMA). This price is as
applicable on the first working day of the month, one month prior to the date of
delivery.
Feo = Price of steel strips / steel wire (as published by IEEMA). This price is as
applicable on the first working day of the month, one month prior to the date of
tendering.
The prices and indices mentioned above are published by IEEMA vide circular
reference IEEMA(PVC)/Cable/--/-- prevailing as on 1st working day of the month i.e.,
one month prior to the date of tendering.
Part – 3: Conditions of Contract and Contract Forms 153

Price variation formulae for Power Cables


A. Aluminium conductor PVC insulated 1.1kV power cables
P=Po + AlF ( AL – Alo ) + CCFAl ( PVCC – PVCco ) + FeF ( Fe – Feo)
For unarmoured multicore cables (without steel armour); FeF = 0
B. Copper conductor PVC insulated 1.1kV power cables
P = Po + CuF ( Cu – Cuo ) + CCFCu ( PVCC –PV Cco ) + Fef ( Fe – Feo) +
AlF (Al -Alo)
For steel armoured cables; AlF = 0
For aluminium armoured cables ; FeF = 0
For unarmoured cables ; FeF, AlF = 0
C. Copper conductor PVC insulated 1.1kV control cables
P = Po + CuF( Cu – Cuo) + CCFCu ( CC- Cco) + FeF (Fe – Feo)
For unarmoured cables; FeF = 0
D. Aluminium conductor XLPE insulated 1.1kV power cables
P = Po + AlF (AL – Alo) + XLFAL (CC-Cco) + CCFAl (PVCC – PVCco) +
FeF (Fe – Feo)
For unarmoured cables; FeF = 0
E. Copper conductor XLPE insulated 1.1kV power cables
P = Po + CuF (Cu – Cuo) + XLFCU (CC – Cco) + CCFCu (PVCC – PVCco)
+ FeF (Fe -Feo) + AlF (AL – Alo)
For steel armoured cables; AlF = 0
For aluminium armoured cables ; FeF = 0
For unarmoured cables ; FeF, AlF = 0
F. Copper conductor XLPE insulated 1.1kV control cables
P = Po + CuF (Cu – Cuo) + XLFCU (CC – Cco) + CCFCu (PVCC – PVCco) + FeF
(Fe – Feo)
For unarmoured cables; FeF = 0
G. For Aluminium conductor XLPE insulated 3.3 to 33kV power cables
P = Po + AlF (Al -Alo) + XLFAL (CC – Cco) + CCFAl (PVCc – PVCco) + FeF (Fe
– Feo)
For unarmoured multicore cables (without steel armour); FeF = 0
H. Copper conductor XLPE insulated 3.3 to 33kV power cables
P = Po + CuF (Cu – Cuo) + XLFCU (CC – Cco) + CCFCu (PVCC – PVCco) + FeF
(Fe – Feo) + AlF (AL – Alo)
For steel armoured cables; AlF = 0
For aluminium armoured cables; FeF = 0
For unarmoured cables; FeF, AlF = 0

Note : In case of any clarifications in the above formula kindly refer the IEEMA price
variation formula given in circular IEEMA/DIV/CAB/05dated 24.04.2018 effective
Part – 3: Conditions of Contract and Contract Forms 154

from 1stNovember 2017, In case of any discrepancies the IEEMA circular mentioned
shall prevail.

1.0.5 A. Steel Structure


Steel structure (excluding nuts, bolts) used in fabrication work at various places in
Sub-Transmission and Distribution network (such as lattice structure used in ST&D
network/line, switchyard etc.), which are billable items in the Bill of quantity (BOQ)
shall be covered under this head. The price adjustment formula for such structural
steel items shall be as mentioned hereinafter.

The price component of the structural steel for any shipment/ dispatch comprises of a
fixed portion (designated as 'F' and the value of which is specified hereunder) and a
variable portion linked with the indices for respective materials and labour
(description and co-efficient as enumerated below).

The amount of price adjustment towards variable portion payable/recoverable on each


shipment/dispatch shall be computed as under:
EC = EC1 - EC0

EC1 will be computed as follows in any of appropriate manner as applicable (a or b


or c):
a) For structure using both heavy and lighter angles:
EC1= EC0 * [F + 0.18 * (HA1/HA0) + 0.40 * (LA1/LA0) + 0.16 * (Zn1/Zn0)
+ 0.11 * (L1/L0)]
b) For structure using only heavy angles:
EC1= EC0 * [F + 0.58 * (HA1/HA0) + 0.16 * (Zn1/Zn0) + 0.11 * (L1/L0)]
c) For structure using only lighter angles:
EC1= EC0 * [F + 0.58 * (LA1/LA0) + 0.16 * (Zn1/Zn0) + 0.11 * (L1/L0)]
d) Steel Pole Tower (including Bolts, Nuts & structural component etc.)
EC1 = EC0 [0.15 + 0.58 * (HA1/HA0) + 0.16 * (Zn1/Zn0) + 0.11 x (L1/L0)] –
EC0
Where
EC = Adjustment to Ex-Works price component payable to Contractor for
each shipment/dispatch
EC1 = Adjusted amount of Ex-works price component of Contract payable to
Contractor for each shipment / dispatch.
ECo = Ex-works price for the respective item of the Contract,
Shipment/dispatch wise (quoted price).
Part – 3: Conditions of Contract and Contract Forms 155

F= Fixed portion of the ex-works/FOB component of the Contract Price (F)


shall be 0.15.
HA = Price of Heavy angle steel, as published by IEEMA
LA = Price of Lighter angle steel, as published by IEEMA
Zn = Price of electrolytic high grade zinc, as published by IEEMA
L= All India average Consumer Price Index Number for Industrial
Workers (base 2001=100) as published/declared by Labour Bureau, Shimla,
Government of India and circulated by IEEMA.

For the indices, subscript 'o' refers to indices as on 30 days prior to date set for
opening of bids. Subscript '1' refers to indices as of
(a) two months/sixty (60) days prior to the date of shipment/dispatch for labour,
and
(b) at the expiry of two third (2/3) period from the date of Notification of Award to
the date of shipment/dispatch, for material.
For the purpose of this clause the date of shipment/ dispatch shall mean the Schedule
date of shipment/dispatchor actual date of shipment/dispatch, whichever is earlier.
The schedule date of shipment/dispatch shall be as identified in line with provisions
of Time Schedule in the Contract Agreement.
In case of shipments/ dispatches which are delayed beyond the schedule date of
shipment/dispatch for reasons attributable to the Contractor, the price adjustment
provision shall not be applicable for the period of time between the schedule date of
shipment/dispatch and the actual date of shipment/dispatch.
Note: As per IEEMA Circular No. IEEMA(PVC)/TLT/(R)/02/2007-
1) Heavy Steel Angles of size 150mm*150mm*12mm as per IS-2062 has been
categorized as Heavy Angles (HA).
2) Re-rolled steel angles of size 50mm*50mm*4 mm Lighter has been categorized
as Lighter Angles (LA).
3) Input costs for all heavy angles of size above 110m*110mm are deemed to be
related to the price under Sr No.1.
4) Input costs for all lighter angles of size below & including 110m*110mm are
deemed to be related to the price under Sr No.2.

Steel Tubular Poles: PRICE VARIATION CLAUSE FOR POLES: The price
quoted/confirmed is based on the input cost of raw materials/components and labour
cost as on the date of quotation and the same is deemed to be related to prices of raw
materials and all India average consumer price index number for industrial workers as
specified in the price variation clause given below. In case of any variation in these
prices and index numbers, the price payable shall be subject to adjustment, up or
down in accordance with the following formula:
Part – 3: Conditions of Contract and Contract Forms 156

(A) Steel Tubular Poles


𝑷 = 𝑷˳ 𝟏𝟎𝟎 ( 𝟕 + 𝟕𝟎𝑰𝑺𝑰𝑺˳ + 𝟏𝟑𝒁𝒏𝒁𝒏˳ + 𝟏𝟎𝑾𝑾˳)
(B) Polygonal Poles
𝑷 = 𝑷˳ 𝟏𝟎𝟎 ( 𝟗 + 𝟔𝟒𝑰𝑺𝑰𝑺˳ + 𝟏𝟑𝒁𝒏𝒁𝒏˳ + 𝟏𝟒𝑾𝑾˳)
Wherein,
P = Price payable as adjusted in accordance with the above formula.
P0 = Price quoted/confirmed.
IS0 = Price of HR Coil of 3.15 mm thickness (refer notes) This price is as
applicable for the month, ONE month prior to the date of tendering.
Zn0 = Price of Electrolytic high grade zinc (refer notes) This price is as
applicable on the 1st working day of the month, ONE month prior to the date of
tendering.
W0 = All India average consumer price index number for industrial workers, as
published by the Labour Bureau, Ministry of Labour, Govt. of India (Base: 2016
= 100) (Refer notes)

This index number is as applicable for the month, THREE months prior to the
date of tendering.

For example, if date of tendering falls in May 2022, the applicable prices of HR
Coil (IS0) should be for the month March 2022, Zinc (Zn0) should be for the
month April 2022 and all India average consumer price index number (W0)
should be for the month of February 2022.
The above prices and indices are as published by IEEMA vide circular reference
number IEEMA (PVC)/TLT-2014 (R-1)/_/_ ONE month prior to the date of
tendering.
IS = Price of HR Coil of 3.15 mm thickness (refer notes) This price is as
applicable for the month, FOUR month prior to the date of delivery.
Zn = Price of Electrolytic high grade zinc (refer notes) This price is as
applicable on the 1st working day of the month, ONE month prior to the date of
delivery.
W = All India average consumer price index number for industrial workers, as
published by the Labour Bureau, Ministry of Labour, Govt. of India (Base: 2016
= 100) (Refer notes) This index number is as applicable on the first working day
of the month, THREE months prior to the date of delivery.

For example, if date of delivery falls in December 2022, the applicable prices of
HR Coil (IS) should be for August 2022 and Zinc (Zn) should be for the month
November 2022 and all India average consumer price index number (W) should
be for the month of September 2022.
Part – 3: Conditions of Contract and Contract Forms 157

The date of delivery is the date on which Poles are notified as being ready for
inspection/dispatch (in the absence of such notification, the date of
manufacturer’s dispatch note is to be considered as the date of delivery) or the
contracted delivery date (including any agreed extension thereto), whichever is
earlier.
Notes:
(a) All prices of raw materials are exclusive of GST and any other central, state
or local taxes etc.
(b) The details of prices are as under:
1. Price of steel is the average retail price of HR Coil 3.15 mm thickness as
published by Joint Plant Committee (JPC) in Rs./MT.
2. The price of Electrolytic high grade zinc (in Rs/MT) is ex-works price as
quoted by a primary producer.
(C) Note : In case of any clarifications in the above formula kindly refer the IEEMA
price variation formula given in circular 10/PVC/T & D Project/05 effective
from 1stApril 2022, In case of any discrepancies the IEEMA circular mentioned
shall prevail.

1.0.6 66/11 KV & 33/11 KV Switchgear (indoor/outdoor) including 66/33/11 KV


Circuit Breakersand Isolators:

The Contract Price shall be subject to price adjustment during performance of the
Contract to reflect changes in the cost of labour and material components in
accordance with the provisions described below.
The Ex-Works price of 66/11 KV & 33/11 KV Switchgear (Indoor/Outdoor), Circuit
Breakers, and Isolators excluding Mandatory Spares and Type Tests Charges (if any)
will be subject to Price adjustment. The price adjustment formula for the components
of the Contract Price, as mentioned above shall be as stipulated hereinafter.

The price component of the equipment for any shipment/ dispatch comprises of a
fixed portion (designated as 'F' and the value of which is specified hereunder) and a
variable portion linked with the indices for various materials and labour (description
and co-efficient as enumerated below).

The amount of price adjustment towards variable portion payable/recoverable on each


shipment/dispatch shall be computed as under:

P = 0.01 X Po ( 20 + 28 ( IS / ISo ) + 26 ( C / Co ) + 4 ( AL / ALo ) + 9 ( ln / lno) +


13 ( W / Wo )

Wherein,
Part – 3: Conditions of Contract and Contract Forms 158

P = Price payable as adjusted in accordance with the above formula

Po = Price quoted/confirmed

ISo = Wholesale price index number for ‘Manufacture of Basic Metals’(Base: 2011-
12 = 100)(as published by IEEMA). This price index number for the month, Three
month prior to the date of tendering

Co = Average LME settlement price of copper wire bars (as published by IEEMA).
This price is applicable for the month, One month prior to the date of tendering

Alo = Price of busbar grade aluminum(as published by IEEMA). This price is


applicable on the 1st working day of the month, One month prior to the date of
tendering

lno = Price of epoxy resin for indoor circuit breakers and switch gear(as published by
IEEMA). This price is applicable on the 1st working day of the month, One month
prior to the date of tendering
Or wholesale price index of insulator for outdoor circuit breakers (VBF and SDB) (as
published by IEEMA). This index number is as applicable for the month, Three
month prior to the date of tendering

Wo = All India average consumer price index number for industrial workers, as
published by the Labour bureau, Ministry of Labour, Government of India (Base :
2001 = 100)
This index number is as applicable for the month, Four month prior to the date of
tendering. (as published by IEEMA)

ISo = Wholesale price index number for ‘Manufacture of Basic Metals’(Base: 2011-
12 = 100)(as published by IEEMA). This price index number for the month, Three
month prior to the date of tendering

Co = Average LME settlement price of copper wire bars(as published by IEEMA).


This price is applicable for the month, One month prior to the date of tendering

Alo = Price of busbar grade aluminum(as published by IEEMA). This price is


applicable on the 1st working day of the month, One month prior to the date of
tendering
Part – 3: Conditions of Contract and Contract Forms 159

lno = Price of epoxy resin for indoor circuit breakers and switch gear(as published by
IEEMA). This price is applicable on the 1st working day of the month, One month
prior to the date of tendering
Or wholesale price index of insulator for outdoor circuit breakers (VBF and SDB) (as
published by IEEMA). This index number is as applicable for the month, Three
month prior to the date of tendering

Wo = All India average consumer price index number for industrial workers, as
published by the Labour bureau, Ministry of Labour, Government of India (Base :
2001 = 100)(as published by IEEMA). This index number is as applicable for the
month, Four month prior to the date of tendering
Note : In case of any clarifications in the above formula kindly refer the IEEMA price
variation formula given in circular IEEMA/PVC/MVSWGR/2019 (R-2)effective from
1st January 2019, In case of any discrepancies the IEEMA circular mentioned shall
prevail.

1.0.7 Aerial Bunched Cables


The price payable shall be subject to adjustment up or down in accordance with the
formulae provided in this document.
Terms used in price variation formulae:
P = Price payable as adjusted in accordance with above appropriate formula (in
Rs/Km)
Po = Price quoted/confirmed (in Rs/Km)
n = No. of phase conductor
ALUMINIUM
Alph= Aluminium factor for phase conductor (as published by IEEMA)

Alm= Aluminium factor for messenger conductor (as published by IEEMA)

Alsl= Aluminium factor for street light conductor (as published by IEEMA)

Aln= Aluminium factor for neutral conductor (as published by IEEMA)

AI = Price of LME average Cash SELLER Settlement price of Primary Aluminium in


US$ per MT as published by London Metal Bulletin (LME) including Premium for
Aluminium Ingot in US$ per MT converted in Rs./MT
This price is as applicable of first working day of the month, one month prior to the
date of delivery.

Alo = Price of LME average Cash SELLER Settlement price of Primary Aluminium
in US$ per MT as published by London Metal Bulletin (LME) including Premium for
Aluminium Ingot in US$ per MT converted in Rs./MT
Part – 3: Conditions of Contract and Contract Forms 160

This price is as applicable on first working day of the month, one month prior to the
date of tendering.
XLPE COMPOUND
CCFAlph = XLPE factor for phase conductor (For LV AB Cables) (as published by
IEEMA)

CCF1Alph= XLPE factor for phase conductor (For MV_HV AB Cables) (as
published by IEEMA)

CCFAlm= XLPE factor for messenger conductor (as published by IEEMA)

CCFAlsl= XLPE factor for street light conductor (as published by IEEMA)

CCFAln= XLPE factor for neutral conductor (as published by IEEMA)

Cc = Price of LV/HV XLPE Compound in Rs/MT of a representative grade


applicable for LV /HV Aerial
Bunch Cables respectively; as quoted by supplier/s. (as published by IEEMA)
This price is as applicable of first working day of the month, one month prior to the
date of delivery

Cco = Price of LV/HV XLPE Compound in Rs/MT of a representative grade


applicable for LV /HV Aerial
Bunch Cables respectively; as quoted by supplier/s.
This price is as applicable of first working day of the month, one month prior to the
date of tendering
PVC/PE Compound

CCF2Alph= PVC/ PE factor for phase conductor (For MV_HV AB Cables)

PVCc price of PVC compound (equivalent to CW-22 grade) in Rs/MT; as quoted by


supplier/s.
This price is as applicable on first working day of the month, one month prior to the
date of delivery

PVCco Price of PVC compound (Equivalent to CW-22 Grade) in Rs/MT; as quoted


by supplier/s.
This price is as applicable on first working day of the month, one month prior to the
date of tendering Copper

CuFtph= Cu tape factor for phase conductor

CU = The LME price of Copper Wire Bars (in Rs./MT) is the LME average
settlement price of Copper
Wire Bars converted into Indian Rupees with average exchange rate of the month.
This price is the
Part – 3: Conditions of Contract and Contract Forms 161

landed cost, inclusive of applicable customs duty only.


This price is as applicable of first working day of the month, one month prior to the
date of delivery.

CU0 = The LME price of Copper Wire Bars (in Rs./MT) is the LME average
settlement price of Copper
Wire Bars converted into Indian Rupees with average exchange rate of the month.
This price is thelanded cost, inclusive of applicable customs duty only.
This price is as applicable of first working day of the month, one month prior to the
date oftendering.
The above prices and indices are as published by IEEMA vide Circular
referenceIEEMA(PVC)/CABLE(R-1)/--/-- prevailing as on 1st working day of the
month i.e. one month prior tothe date of tendering.

Price variation formulae for ‘LV & HV Aerial Bunch Cables’

1. LV Aerial Bunched Cables with Aluminium Conductor , XLPE Insulated


and Aluminium Magnesium-Silicon Alloy Messenger Conductor

P = P0 + Alph * n* (Al-Al0) + Alm(Al-Al0) + Alsl(Al-Al0) + Aln(Al-Al0) +


CCFAlph *n* (CC-CC0)+ CFAlm(CCCC0) + CCFAlsl (CC-CC0) + CCFAln(CC-
CC0)

In case messenger is bare; XLPE factor CCFAlm= 0

2. HV Aerial Bunched Cables with Aluminium Conductor, Conductor screened,


XLPE Insulated, insulation screened followed by copper tape and over all
PVC/PE sheathe cores twisted around Bare Aluminium Magnesium-Silicon
Alloy Messenger Conductor

P = P0 + Alph *n *(Al-Al0) + Alm(Al-Al0) + CUFtph * n *(Cu-Cu0) + CCF1Alph *


n* (CC-CC0) + CCF2Alph * n *(PVCc-PVCc0) + CCFAlm (CC-CC0)

Note In case of any clarifications in the above formula kindly refer the IEEMA price
variation formula given in circular IEEMA(PVC)/AB CABLE/2017effective from 1st
November 2017, In case of any discrepancies the IEEMA circular mentioned shall
prevail.

1.0.8 The Employer shall use the recent formula/ revisions published by IEEMA to
calculate the Price adjustment on supply of plants and facilities.
1.0.9 The price adjustment amount towards the price components of materials shall be as
per the price variation formulas mentioned in para 1.0.1 to 1.0.8 without any ceiling.
Part – 3: Conditions of Contract and Contract Forms 162

1.0.10 For the purpose of price adjustment for Ex-works price component, the date of
shipment for goods shall mean the scheduled date of shipment or actual date of
shipment, whichever is earlier. Scheduled date of shipment will be ex-works date of
dispatch, governed by the approved PERT Chart as per Appendix- 4 Time Schedule.

1.0.11 No price increase shall be allowed beyond the original delivery dates unless
specifically stated in the Time Extension letter, if any, issued by the Employer. The
Employer will, however, be entitled to any decrease in the Contract price which may
be caused due to lower price adjustment amount in case of delivery beyond the
original delivery dates. In such event where the time extension is agreed by the
Employer, a revised L2 schedule is to be released by the Employer for the extended
period in which price variation would also be allowed.

1.0.12 In case of non-publication of applicable indices on a particular date, which happens to


be the applicable date for price adjustment purposes, the published indices prevailing
immediately prior to the particular date shall be applicable.

1.0.13 If the price adjustment amount works out to be positive, the same is payable to the
Contractor by the Employer and if it works out to be negative, the same is to be
recovered by the Employer from the Contractor without any ceiling.

1.0.14 The Contractor shall promptly submit the price adjustment invoices for the supplies
made and works executed at site, positively within three (3) months from the date of
shipment/work done whether it is positive or negative.

1.0.15 Bids shall conform to the price adjustment provisions detailed above. Bids specifying
prices for items on variable basis run the risk of rejection. A bid submitted on a fixed
price basis will not be rejected but the price adjustment will be treated as zero.

1.0.16 In case of extension of the project beyond the scheduled date of completion, the price
adjustment shall remain in effect till the time of scheduled completion, however for
the period beyond the scheduled date of completion for which the Contractor is liable
to pay liquidated damages to the employer, the price adjustment shall not be
applicable.
Part – 3: Conditions of Contract and Contract Forms 163

Appendix-3 : INSURANCE REQUIREMENTS

A) Insurances to be taken out by the Contractor

In accordance with the provisions of GCC Clause 34, the Contractor shall at its expense take
out and maintain in effect, or cause to be taken out and maintained in effect, during the
performance of the Contract, the insurances set forth below in the sums and with the
deductibles and other conditions specified. The identity of the insurers and the form of the
policies shall be subject to the approval of the Employer, such approval not to be
unreasonably withheld. The inability of the insurers to provide insurance cover in the sums
and with the deductibles and other conditions as set forth below, shall not absolve the
Contractor of his risks and liabilities under the provisions of GCC Clause 34. However, in
such a case the Contractor shall be required to furnish to the Employer documentary evidence
from the insurer in support of the insurer’s inability as aforesaid.

(a) Marine Cargo Policy/Transit Insurance Policy:

(I) Transit Insurance Policy for indigenous equipment

Similarly, Transit Insurance Policy shall be taken wherein only inland transit
is involved for the movement of Plant and Equipment supplied from within
India. The policy shall cover movement of Plant and Equipment from the
manufacturer’s works to the project’s warehouse at final destination site.
Inland Transit Clause(ITC) ‘A’ along with war & Strike Riots & Civil
Commotion (SRCC) extension cover shall be taken.

Amount Deduc Parties From To


tible insured
Limits
120% of Ex-work Price of all the Nil Contractor& Mfrs ware- Project’s
Plant and Equipment to be Employer house ware-
supplied from within India plus house store
Excise Duty and Sales Tax/ GST at final
etc., if additionally payable. destination

(II) If during the execution of Contract, the Employer requests the Contractor to
take any other add-on cover(s)/ supplementary cover(s) in aforesaid insurance,
in such a case, the Contractor shall promptly take such add-on cover(s)/
supplementary cover(s) and the charges towards such premium for such add-
on cover(s)/ supplementary cover(s) shall be reimbursed to the Contractor on
submission documentary evidence of payment to the Insurance
Part – 3: Conditions of Contract and Contract Forms 164

company.Therefore, charges towards premium for such add-on cover(s)/


supplementary cover(s) are not included in the Contract Price.

(III) The Contractor shall take the policy in the joint names of Employer and the
Contractor. The policy shall indicate the Employer as the beneficiary.
However, if the Contractor is having an open policy for its line of business, it
should obtain an endorsement of the open cover policy from the insurance
company indicating that the dispatches against this Contract are duly covered
under its open policy and include the name of the Employer as jointly Insured
in the endorsements to the open policy.

(b) Erection All Risk Policy/Contractor All Risk Policy:

(I) The policy should cover all physical loss or damage to the facility at site
during storage, erection and commissioning covering all the perils as provided
in the policy as a basic cover and the add on covers as mentioned at Sl. No.
(III) below.

Amount Deductible Parties From To


limits insured
105% of Ex-work Nil Contractor& Receipt at site Up to
Price of all the Plant Employer of first lot of Operational
and Equipment to be the Plant and Acceptance
supplied from within Equipment
India plus Excise Duty
and Sales Tax/ GST
etc., if additionally
payable.
and
100% of erection price
component

(II) The Contractor shall take the policy in the joint name of Employer and the
Contractor. All these policies shall indicate Employer as the beneficiary. The
policy shall be kept valid till the date of the Operational Acceptance of the
project and the period of the coverage shall be determined with the approval
of the Employer.
Part – 3: Conditions of Contract and Contract Forms 165

If the work is completed earlier than the period of policy considered, the
Contractor shall obtain the refund as per provisions of the policy and pass on
the benefit to Employer. In case no refund is payable by the insurance
company then the certificate to that effect shall be submitted to Employer at
the completion of the project.

(III) The following add-on covers shall also be taken by the Contractor:

i) Earthquake
ii) Terrorism
iii) Escalation cost (approximately @10% of sum insured on annual basis)
iv) Extended Maintenance cover for Defect Liability Period
v) Design Defect
vi) Other add-on covers viz., 50-50 clause, 72 hours clause, loss
minimization clause, waiver of subrogation clause (for projects of
more than Rs.100 crores, cover for offsite storage/fabrication (over
Rs.100 crores).

(IV) Third Party Liability cover with cross Liability within Geographical limits of
India as on ADD-on cover to the basic EAR cover:

The third party liability add-on cover shall cover bodily injury or death
suffered by third parties (including the Employer’s personnel) and loss of or
damage to property (including the Employer’s property and any parts of the
Facilities which have been accepted by the Employer) occurring in connection
with supply and installation of the Facilities.
Amount Deductible Parties From To
limits insured
• For projects upto Rs. 100 Nil Contractor/ Receipt Upto
crores, the third party Sub- at site Defect
liability limit shall be 10% of Contractor Liability
the project value for single Period.
occurrence/ multiple
occurrences in aggregate
during the entire policy
period.

• For projects from Rs. 100


crores to Rs. 500 crores, the
third party liability limit
Part – 3: Conditions of Contract and Contract Forms 166

shall be Rs. 10 crores for


single occurrence/multiple
(V)occurrences
A in aggregate
s entire policy period.
during
For projects of more than
p crores, the third party
Rs.500
e limit shall be Rs. 25
liability
r for single occurrence/
crores
multiple occurrences in
G
aggregate during entire
C period.
policy
C
Clause 30.8, the cost of insurance premium is to be reimbursed to the
Contractor for Owner Supplied Materials (OSM) for which the insurer is to be
finalized by the Contractor as detailed therein. Alternatively, the Contractor
may take a single policy covering the entire cost of the project including the
cost of OSM. For this purpose, the Contractor shall submit documentary
evidence for the premium paid for the entire project to the Employer and
Employer shall reimburse to the Contractor the proportion of premium equal
to value of OSM to total sum insured.

If during the execution of Contract, the Employer requests the Contractor to


take any other add-on cover(s)/ supplementary cover(s) in aforesaid insurance,
in such a case, the Contractor shall promptly take such add-on cover(s)/
supplementary cover(s) and the charges towards such premium for such add-
on cover(s)/ supplementary cover(s) shall be reimbursed to the Contractor on
submission documentary evidence of payment to the Insurance company.
Therefore, charges towards premium for such add-on cover(s)/ supplementary
cover(s) are not included in the Contract Price.

(c) Automobile Liability Insurance

The Contractor shall ensure that all the vehicles deployed by the Contractor or its
Subcontractor (whether owned by them) in connection with the supply and
installation of the Facilities in the project are duly insured as per RTA act. Further the
Contractor or its Subcontractors may also take comprehensive policy (own damage
plus third-party liability) of each individual vehicle deployed in the project on their
own discretion in their own name to protect their own interest.

(d) Workmen Compensation Policy:


Part – 3: Conditions of Contract and Contract Forms 167

(I) Workmen Compensation Policy shall be taken by the Contractor in


accordance with the statutory requirement applicable in India. The Contractor
shall ensure that all the workmen employed by the Contractor or its
Subcontractors for the project are adequately covered under the policy.

(II) The policy may either be project specific covering all men of the Contractor
and its Subcontractors. The policy shall be kept valid till the date of
Operational Acceptance of the project.

Alternatively, if the Contractor has an existing ‘Workmen Compensation


Policy’ for all its employees including that of the Subcontractor(s), the
Contractor must include the interest of the Employer for this specific Project
in its existing ‘Workmen Compensation Policy’.

(III) Without relieving the Contractor of its obligations and responsibilities under
this Contract, before commencing work the Contractor shall insure against
liability for death of or injury to persons employed by the Contractor
including liability by statute and at common law. The insurance cover shall be
maintained until all work including remedial work is completed including the
Defect Liability Period. The insurance shall be extended to indemnify the
Principal for the Principal’s statutory liability to persons employed by the
Contractor.

The Contractor shall also ensure that each of its Subcontractors shall affect
and maintain insurance on the same basis as the ‘Workmen Compensation
Policy’ effected by the Contractor.

(e) Contractor’s Plant and Machinery (CPM) Insurance

The Employer (including without limitation any consultant, servant, agent or


employee of the Employer) shall not in any circumstances be liable to the
Contractor for any loss of or damage to any of the Contractor’s Equipment or
for any losses, liabilities, costs, claims, actions or demands which the
Contractor may incur or which may be made against it as a result of or in
connection with any such loss or damage.

The Employer shall be named as co-insured under all insurance policies taken out by the
Contractor pursuant to GCC Sub-Clause 34.2, except for the Third-Party Liability, Workmen
Compensation Policy Insurances, and the Contractor’s Subcontractors shall be named as co-
Part – 3: Conditions of Contract and Contract Forms 168

insureds under all insurance policies taken out by the Contractor pursuant to GCC Sub-
Clause 34.2 except for the Cargo Insurance During Transport and Workmen Compensation
Policy Insurances. All insurer’s rights of subrogation against such co-insureds for losses or
claims arising out of the performance of the Contract shall be waived under such policies.

B) Insurances to be taken out by the Employer

The Employer shall at its expense take out and maintain in effect during the performance of
the Contract the following insurances.

Amount Deductible limits Parties Insured From To

______ NIL _______

-- End –
Part – 3: Conditions of Contract and Contract Forms 169

Appendix-4 : TIME SCHEDULE

1. The Project Completion Schedule shall be as follows:

Sl. Activities Duration in Months from the


No. effective date of Contract
Handing Over and Taking Over by
the Employer upon successful
Completion of:

1. Development of Distribution 18 Months


Infrastructure at Kaithal (Package
B) of Kaithal District of Haryana
under the Revamped Reforms-
based and Results-linked
Distribution Sector Scheme
[Specification No.: NIT no.
328/P&D/2022-23/Package – B/Bid
No. B-668

1.1 The activity(ies) under the Contractor’s programme for Project Completion shall be in
the form a PERT chart and shall identify the various activities like engineering, vendor
finalization, placement of orders to sub-vendors, survey, Resource mobilization,
erection, testing & commissioning including submission of closure proposals. Format
of PERT chart is enclosed at Annexure-A. The PERT Chart shall conform to the above
Project Completion Schedule.

This PERT Chart shall be discussed and agreed before Award in line with above,
engineering drawing and data submission schedule shall also be discussed and
finalised before Award. Liquidated damages for delay in successful Completion of the
Facilities or specific part thereof (where specific parts are specified in SCC) and
Operational Acceptance at rates specified in Clause 26 of GCC shall be applicable
beyond the date specified above.

1.2 The Employer reserves the right to request minor changes in the work schedule at the
time of Award of Contract to the successful Bidder.
Part – 3: Conditions of Contract and Contract Forms 170

1.3 The successful Bidder shall be required to prepare detailed PERT Chart and finalise
the same with the Employer as per the requirement, which shall from a part of the
Contract.

1.4 In case of new substations the date of start of the works shall be counted from the date
of land made available to the Contractor by the employer.

1.5 The start date of the contract will be the date of contract signing between the Contractor
and employer. In the L1 and L2 schedule all the milestone timelines should be from
the date of start of contract.
Part – 3: Conditions of Contract and Contract Forms 171

Appendix-5 : LIST OF APPROVED SUBCONTRACTORS

Prior to award of Contract, the following details shall be completed indicating those sub-
Contractors proposed by the Bidder by Attachment to its bid that are approved by the
Employer for engagement by the Contractor during the performance of the contract.

The following Subcontractors are approved for carrying out the item of the facilities
indicated. Where more than one Subcontractor is listed, the Contractor is free to choose
between them, but it must notify the Employer of its choice in good time prior to appointing
any selected Subcontractor. In accordance with GCC Sub-Clause 19.1, the Contractor is free
to submit proposals for Subcontractors for additional items from time to time. No
Subcontracts shall be placed with any such Subcontractors for additional items until the
Subcontractors have been approved in writing by the Employer and their names have been
added to this list of Approved Subcontractors.

Item of Facilities Approved Subcontractors Nationality

Further, erection portion of the contract shall not be subcontracted without the prior
approval of the Employer. However, such approval shall not be necessary for engaging
labour.
Part – 3: Conditions of Contract and Contract Forms 172

Appendix-6 : SCOPE OF WORKS AND SUPPLY BY THE EMPLOYER

The following personnel, facilities, works and supplies will be provided/supplied by the
Employer, and the provisions of GCC 10, 20, 21 and 24 as well as Employer responsibilities
stated in technical specifications shall apply as appropriate.

All personnel, facilities, works and supplies will be provided by the Employer in good time
so as not to delay the performance of the Contractor in accordance with the approved Time
Schedule and Program of Performance pursuant to GCC Sub-Clause 18.2.

Unless otherwise indicated, all personnel, facilities, works and supplies will be provided free
of charge to the Contractor.

Personnel Charge to Contractor – None

------------------------NIL----------------------------------------

Facilities Charge to Contractor - None except as noted

Electricity and Water Charge to Contractor - as noted

The Contractor shall be entitled to use for the purposes of the facilities such supplies of
electricity and water as may be available on the Site and shall provide any apparatus
necessary for such use. The Contractor shall pay the Employer at the applicable tariff plus
Employer's overheads, if any, for such use. Where such supplies are not available, the
Contractor shall make his own arrangement for provision of any supplies he may require.

Works Charge to Contractor - None

------------------------NIL----------------------------------------

Supplies Charge to Contractor – None

------------------------NIL----------------------------------------
Part – 3: Conditions of Contract and Contract Forms 173

Appendix-7 : LIST OF DOCUMENTS FOR APPROVAL OR REVIEW

Pursuant to GCC Sub-Clause 20.3.1, the Contractor shall prepare, or cause its Subcontractor
to prepare, and present to the Project Manager in accordance with the requirements of GCC
Sub-Clause 18.2 (Program of Performance), the following documents for:

A. Approval

1.

2.

3.

B. Review

1.

2.

3.

Note:

Bidder shall furnish the exhaustive list, which shall be discussed and finalised for
incorporation into the Contract Agreement.
Part – 3: Conditions of Contract and Contract Forms 174

Appendix-8 : GUARANTEES, LIQUIDATED DAMAGES FOR NON –


PERFORMANCE

1. The equipment offered shall meet the rating and performance requirements stipulated
in Technical Specification for various equipment or indicated in Data requirement.

2. The ratings and performance figures of the below mentioned equipment are
guaranteed as per losses given in respective Indian Standard (up to date) by bidder.

Sl.
Description
No.
A. 12/10/8/6.3/5/3.15/1.6 MVA 33/11kV, 3 ph. Power Transformer
B. 1000/630/500/315/200/100/63/25/16 KVA, 11/0.433kV, 3 phase Station &
Distribution Transformer
C. 16/10KVA, 11/0.250kV, 1 phase Distribution Transformer

3. If the aforementioned guarantees are not established at factory tests, then the
Employer shall reject the equipment.
Part – 3: Conditions of Contract and Contract Forms 175

6. PERFORMANCE SECURITY FORM

Bank Guarantee No. …………………… Date...................

Contract No.....................................

Development of Distribution Infrastructure at Kaithal (Package B) of Kaithal District


of Haryana under the Revamped Reforms-based and Results-linked Distribution Sector
Scheme

To:
Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)

Dear Ladies and/or Gentlemen,

We refer to the Contract ("the Contract") signed on ..............(insert date of the


Contract)…..... between M/s. Uttar Haryana Bijli Vitran Nigam Limited, having its
Registered Office at Plot No. IP 3&4, Sector-14, Panchkula-134113 (Haryana) (“the
Employer”/” UNBVNL (Name of Employer)”) on behalf of XXXX (Name of owner)
(hereinafter referred to as ‘XXXX (Short Name of Owner)’ / ’Owner’), and M/s
................. (Name of Contractor) .................., having its Principal place of business at
………....(Address of Contractor) ............................... and Registered Office at
………....(Registered address of Contractor)
........................................................................................ ("the Contractor") concerning
…….................….. (Indicate brief scope of work) ............................... for the complete
execution of the Development of Distribution Infrastructure at Kaithal (Package B) of
Kaithal District of Haryana under the Revamped Reforms-based and Results-linked
Distribution Sector Scheme [Applicable for Bank Guarantees issued by
Contractor/Associate for those Contracts awarded to them]

Or

We refer to the Contract signed on ..............(insert date of the Contract)…..... between M/s.
Uttar Haryana Bijli Vitran Nigam Limited, having its Registered Office at Plot No. IP 3&4,
Sector-14, Panchkula-134113 (Haryana) ) (“the Employer”/” UHBVNL (Name of
Employer)”) on behalf of XXXX (Name of owner) (hereinafter referred to as ‘XXXX
Part – 3: Conditions of Contract and Contract Forms 176

(Short Name of Owner)’ / ’Owner’), and M/s ................. (Name of Contractor) ..................,
having its Principal place of business at ………....(Address of Contractor)
............................... and Registered Office at ………....(Registered address of Contractor)
........................................................................................ ("the Contractor") and the Contract
("the Contract") signed on ..............(insert date of the Contract)…..... between UHBNVL
(Name of Employer)on behalf of Owner and M/s ................. (Name of Associate)
.................., having its Principal place of business at ………....(Address of Associate)
............................... and Registered Office at ………....(Registered address of
Associate)........................................................................................, the Associate of the
Contractor for executing the Facilities concerning …….................….. (Indicate brief scope of
work) ............................... for the complete execution of the Development of Distribution
Infrastructure at Kaithal (Package B) of Kaithal District of Haryana under the
Revamped Reforms-based and Results-linked Distribution Sector Scheme [Applicable
for Bank Guarantees to be issued by Contractor against those Contracts awarded to their
Associate]

By this letter we, the undersigned, ………(insert name & address of the issuing bank)
………, a Bank (which expression shall include its successors, administrators, executors and
assigns) organized under the laws of .................................... and having its Registered/Head
Office at …..…….(insert address of registered office of the bank)……..... do hereby
irrevocably guarantee payment to the Employer up to ………………………….. i.e.,
Threepercent (3%) of the Contract Price until thirty (30) days beyond the Defect Liability
Period i.e., upto and inclusive of ……………. (dd/mm/yy).

We undertake to make payment under this Letter of Guarantee upon receipt by us of your
first written demand signed by the Employer duly authorized officer or the authorized officer
of Owner declaring the Contractor to be in default under the Contract and without cavil or
argument any sum or sums within the above named limits, without your need to prove or
show grounds or reasons for your demand and without the right of the Contractor to dispute
or question such demand.

Our liability under this Letter of Guarantee shall be to pay to the Employer whichever is the
lesser of the sum so requested or the amount then guaranteed hereunder in respect of any
demand duly made hereunder prior to expiry of the Letter of Guarantee, without being
entitled to inquire whether or not this payment is lawfully demanded.

This letter of Guarantee shall remain in full force and shall be valid from the date of issue
until thirty (30) days beyond the Defect Liability Period of the Facilities i.e. upto and
inclusive of ……………. (dd/mm/yy) and shall be extended from time to time for such period
Part – 3: Conditions of Contract and Contract Forms 177

(not exceeding one year), as may be desired by M/s. ……………………… on whose behalf
this Letter of Guarantee has been given.

Except for the documents herein specified, no other documents or other action shall be
required, notwithstanding any applicable law or regulation.

Our liability under this Letter of Guarantee shall become null and void immediately upon its
expiry, whether it is returned or not, and no claim may be made hereunder after such expiry
or after the aggregate of the sums paid by us to the Employer shall equal the sums guaranteed
hereunder, whichever is the earlier.

All notices to be given under shall be given by registered (airmail) posts to the addressee at
the address herein set out or as otherwise advised by and between the parties hereto.

We hereby agree that any part of the Contract may be amended, renewed, extended,
modified, compromised, released or discharged by mutual agreement between you and the
Contractor, and this security may be exchanged or surrendered without in any way impairing
or affecting our liabilities hereunder without notices to us and without the necessity for any
additional endorsement, consent or guarantee by us, provided, however, that the sum
guaranteed shall not be increased or decreased.

No action, event or condition which by any applicable law should operate to discharge us
from liability hereunder shall have any effect and we hereby waive any right we may have to
apply such law so that in all respects our liability hereunder shall be irrevocable and, except
as stated herein, unconditional in all respects.

For and on behalf of the Bank

[Signature of the authorised signatory(ies)]

Signature_______________________

Name_______________________

Designation_______________________

POA Number_______________________

Contact Number(s): Tel.______________Mobile______________

Fax Number_______________________
Part – 3: Conditions of Contract and Contract Forms 178

email ____________________________

Common Seal of the Bank______________________


Witness:

Signature_______________________

Name_______________________

Address______________________________

Contact Number(s): Tel.______________Mobile______________

email ____________________________

Note :

1. For the purpose of executing the Bank Guarantee, the non-judicial stamp papers of
appropriate value shall be purchased in the name of Bank who issues the ‘Bank
Guarantee’.

2. The Bank Guarantee shall be signed on all the pages by the Bank Authorities
indicating their POA nos. and should invariably be witnessed.

3. The Bank Guarantee should be in accordance with the proforma as provided.


However, in case the issuing bank insists for additional paragraph for limitation of
liability, the following may be added at the end of the proforma of the Bank
Guarantee [i.e., end paragraph of the Bank Guarantee preceding the signature(s) of
the issuing authority(ies) of the Bank Guarantee]:

Quote

“Notwithstanding anything contained herein:

1. Our liability under this Bank Guarantee shall not exceed _________ (value in
figures)____________ [_____________________ (value in
words)____________].
Part – 3: Conditions of Contract and Contract Forms 179

2. This Bank Guarantee shall be valid upto ________(validity date)__________.


3. We are liable to pay the guaranteed amount or any part thereof under this
Bank Guarantee only & only if we receive a written claim or demand on or
before ________ (validity date) __________.”

Unquote
Part – 3: Conditions of Contract and Contract Forms 180

7. BANK GUARANTEE FORM FOR ADVANCE PAYMENT

Bank Guarantee No. …………………… Date...................

Contract No.....................................

Development of Distribution Infrastructure at Kaithal (Package B) of Kaithal District


of Haryana under the Revamped Reforms-based and Results-linked Distribution Sector
Scheme

To:
Uttar Haryana Bijli Vitran Nigam Limited,
Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana)

Dear Ladies and/or Gentlemen,

We refer to the Contract ("the Contract") signed on ..............(insert date of the


Contract)…..... between you and M/s ................. (Name of Contractor) .................., having its
Principal place of business at ………....(Address of Contractor) ............................... and
Registered Office at ………....(Registered address of Contractor)
........................................................................................ ("the Contractor") concerning
…….................….. (Indicate brief scope of work) ............................... for the complete
execution of the Development of Distribution Infrastructure at Kaithal (Package B) of
Kaithal District of Haryana under the Revamped Reforms-based and Results-linked
Distribution Sector Scheme

Whereas, in accordance with the terms of the said Contract, the Employer has agreed to pay
or cause to be paid to the Contractor an Advance Payment in the amount of
………….(Amount in figures and words)……………

By this letter we, the undersigned, ………(insert name & address of the issuing bank)
………, a Bank (which expression shall include its successors, administrators, executors and
assigns) organized under the laws of .................................... and having its Registered/Head
Office at …..…….(insert address of registered office of the bank)……..... do hereby
irrevocably guarantee repayment of the said amounts upon the first demand of the Employer
without cavil or argument in the event that the Contractor fails to commence or fulfill its
obligations under the terms of the said Contract, and in the event of such failure, refuses to
repay all or part (as the case may be) of the said advance payment to the Employer.
Part – 3: Conditions of Contract and Contract Forms 181

Provided always that the Bank's obligation shall be limited to an amount equal to the
outstanding balance of the advance payment, taking into account such amounts, which have
been repaid by the Contractor from time to time in accordance with the terms of payment of
the said Contract as evidenced by appropriate payment certificates.

This Guarantee shall remain in full force from the date upon which the said advance payment
is received by the Contractor upto thirty (30) days beyond the date on which the entire
advance so advanced along with the interest if any due thereon has been fully adjusted in
terms of the Contract i.e., upto of thirty (30) days beyond the date of Completion of the
Facilities under the Contract. This Guarantee may be extended from time to time, as may be
desired by M/s. ……………………….. on whose behalf this Guarantee has been issued.

Any claims to be made under this Guarantee must be received by the Bank during its period
of validity, i.e. upto thirty (30) days beyond the date of Completion of the Facilities by the
Employer i.e. upto and inclusive of ……………. (dd/mm/yy).

For and on behalf of the Bank

[Signature of the authorised signatory(ies)]

Signature_______________________

Name_______________________

Designation_______________________

POA Number_______________________

Contact Number(s): Tel.______________Mobile______________

Fax Number_______________________

email ____________________________

Common Seal of the Bank______________________


Witness:

Signature_______________________
Part – 3: Conditions of Contract and Contract Forms 182

Name_______________________

Address______________________________

Contact Number(s): Tel.______________Mobile______________

email ____________________________

Note:

1. For the purpose of executing the Bank Guarantee, the non-judicial stamp papers of
appropriate value shall be purchased in the name of Bank who issues the ‘Bank
Guarantee’.

2. The Bank Guarantee shall be signed on all the pages by the Bank Authorities
indicating their POA nos. and should invariably be witnessed.

3. The Bank Guarantee should be in accordance with the proforma as provided.


However, in case the issuing bank insists for additional paragraph for limitation of
liability, the following may be added at the end of the proforma of the Bank
Guarantee [i.e., end paragraph of the Bank Guarantee preceding the signature(s) of
the issuing authority(ies) of the Bank Guarantee]:

Quote

“Notwithstanding anything contained herein:

1. Our liability under this Bank Guarantee shall not exceed _________ (value in
figures)____________ [_____________________ (value in
words)____________].

2. This Bank Guarantee shall be valid upto ________(validity date)__________.

3. We are liable to pay the guaranteed amount or any part thereof under this
Bank Guarantee only & only if we receive a written claim or demand on or
before ________ (validity date) __________.”

Unquote
Part – 3: Conditions of Contract and Contract Forms 183

8. FORM OF COMPLETION CERTIFICATE

Date.................
Name of Contract.........................................
Contract No....................................

To :

(Name and address of the Contractor)

Dear Ladies and/or Gentlemen,

Pursuant to GCC 24.4 (Completion) of the General Conditions of the Contract entered into
between yourselves and the Employer dated ………………… relating to the
.............................. (insert brief description of the
Facilities).....................................………………….. we hereby notify you that the following
part(s) of the Facilities was (were) complete on the date specified below, and that, in
accordance with the terms of the Contract, the Employer hereby takes over the said part(s) of
the Facilities, together with the responsibility for care and custody and the risk of loss thereof
on the date mentioned below :

1. Description of the Facilities or part thereof ............................................................


2. Date of Completion :........................................................

However, you are required to complete the outstanding items listed in the attachment hereto
as soon as practicable.

This letter does not relieve you of your obligation to complete the execution of the Facilities
in accordance with the Contract nor of your obligations during the Defects Liability Period.

Very truly yours,

Title
(Project Manager)
Part – 3: Conditions of Contract and Contract Forms 184

9. FORM OF INDEMNITY BONDTO BE EXECUTED BY THE CONTRACTOR


FOR THE EQUIPMENT HANDED OVER IN ONE LOT BY UHBVNL FOR
PERFORMANCE OF ITS CONTRACT

INDEMNITY BOND

THIS INDEMNITY BOND is made this.............. day of ......... 20..... by


................................. a Company registered under the Companies Act, 1956/2013 (with
amendment from time to time)/Partnership firm/ proprietary concern having its Registered
Office at..…….......(hereinafter called as 'Contractor' or "Obligor" which expression shall
include its successors and permitted assigns) in favour of Uttar Haryana Bijli Vitran Nigam
Limited, a Company incorporated under the Companies Act, 1956/2013 (with amendment
from time to time) having its Registered Office at Plot No. IP 3&4, Sector-14, Panchkula-
134113 (Haryana) and its project at ..................... (hereinafter called "UHBVNL" which
expression shall include its successors and assigns):

WHEREAS UHBVNL has awarded to the Contractor a Contract for………... ..........vide its
Notification of Award/Contract No..………......... dated........... and its Amendment No.
………........... (applicable when amendments have been issued) (hereinafter called the
"Contract") in terms of which UHBVNL is required to hand over various Equipment to the
Contractor for execution of the Contract.

And WHEREAS by virtue of Clause No.............of the said Contract, the Contractor is
required to execute an Indemnity Bond in favour of UHBVN for the Equipment handed over
to it by UHBVN for the purpose of performance of the Contract/Erection portion of the
contract (hereinafter called the "Equipment").

AND THEREFORE, This Indemnity Bond witnesseth as follows:

1. That in consideration of various Equipment as mentioned in the Contract, valued at


(amount in words................…………....................) handed over to the Contractor for
the purpose of performance of the Contract, the Contractor hereby undertakes to
indemnify and shall keep UHBVN indemnified, for the full value of the
Equipment. The Contractor hereby acknowledges receipt of the Equipment as per
dispatch title documents handed over to the Contractor duly endorsed in their
favour and detailed in the Schedule appended hereto. It is expressly understood by
the Contractor that handing over of the dispatch title documents in respect of the said
Equipments duly endorsed by UHBVN in favour of the Contractor shall be construed
as handing over of the Equipment purported to be covered by such title documents
Part – 3: Conditions of Contract and Contract Forms 185

and the Contractor shall hold such Equipment in trust as a Trustee for and on behalf
of UHBVN.

2. That the Contractor is obliged and shall remain absolutely responsible for the safe
transit/protection and custody of the Equipment at UHBVN project Site against all
risks whatsoever till the Equipment are duly used/erected in accordance with the
terms of the Contract and the Plant/Package duly erected and commissioned in
accordance with the terms of the Contract, is taken over by UHBVN. The Contractor
undertakes to keep UHBVN harmless against any loss or damage that may be caused
to the Equipment.

3. The Contractor undertakes that the Equipment shall be used exclusively for the
performance/execution of the Contract strictly in accordance with its terms and
conditions and no part of the equipment shall be utilised for any other work of
purpose whatsoever. it is clearly understood by the Contractor that non-
observance of the obligations under this Indemnity Bond by the Contractor shall
inter-alia constitute a criminal breach of trust on the part of the Contractor for all
intents and purpose including legal/penal consequences.

4. That UHBVN is and shall remain the exclusive Employer of the Equipment free from
all encumbrances, charges or liens of any kind, whatsoever. The equipment shall at
all times be open to inspection and checking by the Employee or Employer's
Representative in this regard. Further, UHBVN shall always be free at all times to
take possession of the Equipment in whatever form the equipment may be, if in its
opinion, the Equipment are likely to be endangered, misutilised or converted to uses
other than those specified in the Contract, by any acts of omission or commission on
the part of the Contractor or any other person or on account of any reason
whatsoever and the Contractor binds himself and undertakes to comply with the
directions of demand of UHBVN to return the equipment without any demur or
reservation.

5. That this indemnity Bond is irrevocable. If at any time any loss or damage occurs to
the Equipment or the same or any part thereof is misutilised in any manner
whatsoever, then the Contractor hereby agrees that the decision of the Employer's
Representative as to assessment of loss or damage to the Equipment shall be final
and binding on the Contractor. The Contractor binds itself and undertakes to replace
the lost and/or damaged Equipment at his own cost and/or shall pay the amount
of loss to UHBVN without any demur, reservation or protest. This is without
prejudice to any other right or remedy that may be available to UHBVN against the
Contractor under the Contract and under this Indemnity Bond.
Part – 3: Conditions of Contract and Contract Forms 186

6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and
punctually comply with the terms and conditions of this Bond to the satisfaction of
UHBVN, THEN, the above Bond shall be void, but otherwise, it shall remain in
full force and virtue.

IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorized
representative under the common seal of the Company, the day, month and year first above
mentioned.
SCHEDULE

Particulars of the Quantity Particulars of Dispatch title Value of the Signature of the
Equipment Documents Equipment Attorney in
handed over RR/GR No. token of receipt
date of lading Carrier

For and on behalf of


M/s..........………........................
WITNESS

1. Signature........................ Signature........................

Name............................... Name...............................

Address........................... Address...........................

2. Signature........................ Authorised representative

Name............................... (Common Seal)

Address........................... (In case of Company)

Indemnity Bonds are to be executed by the authorised person and (i) in case of contracting
Company under common seal of the Company or (ii) having the power of attorney issued
Part – 3: Conditions of Contract and Contract Forms 187

under common seal of the company with authority to execute Indemnity Bonds, (iii) In
case of (ii), the original Power of Attorney if it is specifically for this Contract or a
Photostat copy of the Power of Attorney if it is General Power of Attorney and such
documents should be attached to Indemnity Bond.
Part – 3: Conditions of Contract and Contract Forms 188

10. FORM OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR


FOR THE EQUIPMENT HANDED OVER IN INSTALLMENTS BY UHBVN
FOR PERFORMANCE OF ITS CONTRACT

INDEMNITY BOND

THIS INDEMNITY BOND is made this ……….………...... day of ….……..... 20...... by


………….………………… a Company registered under the Companies Act, 1956/2013
(with amendment from time to time)/Partnership firm/proprietary concern having its
Registered Office at ………….................(hereinafter called as ‘Contractor' or 'Obligor' which
expression shall include its successors and permitted assigns) in favour of Uttar Haryana Bijli
Vitran Nigam Limited, a company incorporated under the Companies Act, 1956/2013 (with
amendment from time to time) having its Registered Office at Uttar Haryana Bijli Vitran
Nigam Limited, Plot No. IP 3&4, Sector-14, Panchkula-134113 (Haryana) and its project at
.……………….…...... (hereinafter called "UHBVNL" which expression shall include its
successors and assigns):

WHEREAS UHBVN has awarded to the Contractor a Contract for .................vide its
Notification of Award/Contract No. ……..……….... dated ....…………..and Amendment
No. ..................... (applicable when amendments have been issued) (hereinafter called the
"Contract") in terms of which UHBVN is required to handover various Equipment to the
Contractor for execution of the Contract.

AND WHEREAS by virtue of Clause No...........of the said Contract, the Contractor is
required to execute an Indemnity Bond in favour of UHBVN for the Equipment handed over
to it by UHBVN for the purpose of performance of the contract/Erection portion of the
Contract (hereinafter called the "Equipment".)

NOW THEREFORE, This Indemnity Bond witnesseth as follows:

1. That in consideration of various Equipments as mentioned in the Contract, valued at


(amount in words ____________________) to be handed over to the Contractor in
installments from time to time for the purpose of performance of the contract, the
Contractor hereby undertakes to indemnify and shall keep UHBVN indemnified,
for the full value of Equipment. The Contractor hereby acknowledges receipt of the
initial installment of the equipment per details in the schedule appended hereto.
Further, the Contractor agrees to acknowledge receipt of the subsequent installments
of the Equipment as required by UHBVN in the form of Schedules consecutively
numbered which shall be attached to this Indemnity bond so as to form integral parts
of this Bond. It is expressly understood by the Contractor that handing over the
dispatch title documents in respect of the said Equipments duly endorsed by UHBVN
Part – 3: Conditions of Contract and Contract Forms 189

in favour of the Contractor shall be construed as handing over the Equipment


purported to be covered by such title documents and the Contractor shall hold such
Equipments in trust as a Trustee for and on behalf of UHBVN.

2. That the Contractor is obliged and shall remain absolutely responsible for the safe
transit/protection and custody of the Equipment at UHBVN project Site against all
risks whatsoever till the Equipment are duly used/erected in accordance with the
terms of the Contract and the Plant/Package duly erected and commissioned in
accordance with the terms of the Contract, is taken over by UHBVN. The Contractor
undertakes to keep UHBVN harmless against any loss or damage that may be caused
to the Equipment.

3. The Contractor undertakes that the Equipment shall be used exclusively for the
performance/execution of the Contract strictly in accordance with its terms and
conditions and no part of the equipment shall be utilised for any other work or
purpose whatsoever. It is clearly understood by the Contractor that non-observance of
the obligations under this Indemnity Bond by the Contractor shall inter-alia constitute
a criminal breach of trust on the part of the Contractor for all intents and purpose
including legal/penal consequences.

4. That UHBVN is and shall remain the exclusive Employer of the Equipment free from
all encumbrances, charges or liens of any kind, whatsoever. The equipment shall at
all times be open to inspection and checking by the Employer or Employer's
Representative in this regard. Further, UHBVN shall always be free at all times to
take possession of the Equipment in whatever form the Equipment may be, if in its
opinion, the Equipment are likely to be endangered, misutilised or converted to uses
other than those specified in the Contract, by any acts of omission or commission on
the part of the Contractor or any other person or on account of any reason
whatsoever and the Contractor binds himself and undertakes to comply with the
directions of demand of UHBVN to return the equipment without any demur or
reservation.

5. That this indemnity Bond is irrevocable. If at any time any loss or damage occurs to
the Equipment or the same or any part thereof is misutilised in any manner
whatsoever, then the Contractor hereby agrees that the decision of the Employer’s
Representative as to assessment of loss or damage to the Equipment shall be final and
binding on the Contractor. The Contractor binds itself and undertakes to replace the
lost and/or damaged Equipment at its own cost and/or shall pay the amount of loss to
UHBVN without any demur, reservation or protest. This is without prejudice to any
Part – 3: Conditions of Contract and Contract Forms 190

other right or remedy that may be available to UHBVN against the Contractor under
the Contract and under this Indemnity Bond.

6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and
punctually comply with the terms and conditions of this Bond to the satisfaction of
UHBVN, THEN, the above Bond shall be void, but otherwise, it shall remain in full
force and virtue.

IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorised
representative under the common seal of the Company, the day, month and year first above
mentioned.
SCHEDULE No. 1

Particulars of the Quantity Particulars of Dispatch title Value of the Signature of


Equipment Documents Equipment the Attorney
handed over RR/GR No. in token of
date of lading Carrier receipt

For and on behalf of


M/s..........………........................
WITNESS

1. Signature........................ Signature........................

Name............................... Name...............................

Address........................... Address...........................

2. Signature........................ Authorised representative

Name............................... (Common Seal)

Address........................... (In case of Company)


Part – 3: Conditions of Contract and Contract Forms 191

Indemnity Bonds are to be executed by the authorised person and (i) in case of contracting
Company under common seal of the Company or (ii) having the power of attorney issued
under common seal of the company with authority to execute Indemnity Bonds, (iii) In
case of (ii), the original Power of Attorney if it is specifically for this Contract or a
photostat copy of the Power of Attorney if it is General Power of Attorney and such
documents should be attached to Indemnity Bond.
Part – 3: Conditions of Contract and Contract Forms 192

11. FORM OF AUTHORISATION LETTER

Ref. No:

Date :

To

M/s....................................................
..........................................................
..........................................................

REF.: Contract No. …………………….. dated ................... for ........…….........................


awarded by Uttar Haryana Bijli Vitran Nigam Limited

Dear Sir,

Kindly refer to Contract No. ………………………………. dated …….................. for


........................... You are hereby authorised on behalf of Uttar Haryana Bijli Vitran Nigam
Limited a company incorporated under the laws of Companies Act 1956/2013 (with
amendment from time to time) and having its Registered Office at Uttar Haryana Bijli Vitran
Nigam Limited, Plot No. IP 3&4, Sector-14, Panchkula-134113 (Haryana) its Project at
................ to take physical delivery of materials/equipments covered under Dispatch
Document/Consignment Note No. ……….*........... dated .................and as detailed in the
enclosed schedule for the sole purpose of successful performance of the aforesaid contract
and for no other purpose, whatsoever.
(Signature of Project Authority)**

Designation…........................
Date.........……..

Encl: As Above.

** To be signed not below the rank of Manager.

* Mention LR/RR No.

Schedule of Material/Equipment covered under Dispatch Title Document (RR No./LR No.
.................)
Part – 3: Conditions of Contract and Contract Forms 193

Sl. Contract NOA No./ Description of Spec. Qty. Value Remarks


No. Name CA No. Materials/ No.
Equipments

(Signature of the Project Authority)

(Designation) ...................................

(Date) ...............................
Part – 3: Conditions of Contract and Contract Forms 194

12. FORM OF TRUST RECEIPT FOR PLANT, EQUIPMENT AND MATERIALS


RECEIVED

We M/s. …………….(insert name of the Contractor) .................. having our Principal place
of business at ................................. having been awarded a Contract No. ...........................
dated ........................ for Development of Distribution Infrastructure at Kaithal
(Package B) of Kaithal District of Haryana under the Revamped Reforms-based and
Results-linked Distribution Sector Scheme by Uttar Haryana Bijli Vitran Nigam Limited

We do hereby acknowledge the receipt of the Plant, Equipment and Materials as are fully
described and mentioned under Documents of Title/RR/LR etc. and in the schedule annexed
hereto, which shall form an integral part of this receipt as "Trustee" of Uttar Haryana Bijli
Vitran Nigam Limited. The aforesaid materials etc. so received by us shall be exclusively
used in the successful performance of the aforesaid Contract and for no other purpose
whatsoever. We undertake not to create any charge, lien, or encumbrance over the aforesaid
materials etc., in favour of any other person/institution(s)/Banks.

For M/s ......................................................


(Contractor's Name)
Dated : ...........................
(AUTHORISED SIGNATORY)
Place : ...........................
SEAL OF COMPANY
Part – 3: Conditions of Contract and Contract Forms 195

13. FORM OF EXTENSION OF BANK GUARANTEE

Ref. No................................ Dated:.................

To: [Name and address of the Employer]

Dear Sirs,

Sub.: Extension of Bank Guarantee No. …… …………… dated ………… for


…………….., issued to you on behalf of M/s. ………(insert name of the Contractor)
…………... in respect of Contract No. ……………. dated …………….. for
Development of Distribution Infrastructure at Kaithal (Package B) of Kaithal
District of Haryana under the Revamped Reforms-based and Results-linked
Distribution Sector Scheme (hereinafter called original Bank Guarantee).

At the request of M/s.………… (insert name of the Contractor) …............, We


………(insert name & address of the issuing bank) ………, a Bank organized under the laws
of ........................... and having its Registered/Head Office at …..…….(insert address of
registered office of the bank)……......……… do hereby extend our liability under the above-
mentioned Guarantee No. ………………............. Dated ...………... for a further period of
.............. Years/Months from ................ to expire on .................. Except as provided above,
all other terms and conditions of the original Bank Guarantee No. ....……………..... dated
........... shall remain unaltered and binding.

Please treat this as an integral part of the original Guarantee to which it would be attached.

For and on behalf of the Bank

[Signature of the authorised signatory(ies)]

Signature_______________________

Name_______________________

Designation_______________________

POA Number_______________________

Contact Number(s): Tel.______________Mobile______________


Part – 3: Conditions of Contract and Contract Forms 196

Fax Number_______________________

email ____________________________

Common Seal of the Bank______________________

Witness:

Signature_______________________

Name_______________________

Address______________________________

Contact Number(s): Tel.______________Mobile______________

email ____________________________

Note:
1. For the purpose of executing the Bank Guarantee, the non-judicial stamp papers of
appropriate value shall be purchased in the name of Bank who issues the ‘Bank
Guarantee’.

2. The Bank Guarantee shall be signed on all the pages by the Bank Authorities indicating
their POA nos. and should invariably be witnessed.
Part – 3: Conditions of Contract and Contract Forms 197

14. FORM OF POWER OF ATTORNEY FOR JOINT VENTURE

KNOW ALL MEN BY THESE PRESENTS THAT WE , the Partners whose details are
given hereunder ................................................................................. have formed a Joint
Venture under the laws of ............................................ and having our Registered
Office(s)/Head Office(s) at ............................................... (hereinafter called the 'Joint
Venture' which expression shall unless repugnant to the context or meaning thereof, include
its successors, administrators and assigns) acting through M/s
................................................................................. being the Partner in-charge do hereby
constitute, nominate and appoint M/s................................................... a Company
incorporated under the laws of .............................…………………….... and having its
Registered/Head Office at ........................................... as our duly constituted lawful Attorney
(hereinafter called "Attorney" or "Authorised Representative" or "Partner In-charge") to
exercise all or any of the powers for and on behalf of the Joint Venture in regard to
Specification NoNIT no. 328/P&D/2022-23/Package – B/Bid No. B-668 Package B : Kaithal
(Kaithal District) the bids for which have been invited by Uttar Haryana Bijli Vitran Nigam
Limited, Plot No. IP 3&4, Sector-14, Panchkula-134113 (Haryana) (hereinafter called the
'Employer') to undertake the following acts :

i) To submit proposal and participate in the aforesaid Bid Specification of the Employer
on behalf of the "Joint Venture".

ii) To negotiate with the Employer the terms and conditions for award of the Contract
pursuant to the aforesaid Bid and to sign the Contract with the Employer for and on
behalf of the "Joint Venture".

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

iv) To receive, accept and execute the Contract for and on behalf of the "Joint Venture".

It is clearly understood that the Partner In-charge (Lead Partner) shall ensure
performance of the Contract(s) and if one or more Partner fail to perform their
respective portions of the Contract(s), the same shall be deemed to be a default by all
the Partners.

It is expressly understood that this Power of Attorney shall remain valid binding and
irrevocable till completion of the Defect Liability Period in terms of the Contract.

The Joint Venture hereby agrees and undertakes to ratify and confirm all the
whatsoever the said Attorney/Authorised Representatives/Partner in-charge quotes in
the bid, negotiates and signs the Contract with the Employer and/or proposes to act on
Part – 3: Conditions of Contract and Contract Forms 198

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

IN WITNESS THEREOF the Partners Constituting the Joint Venture as aforesaid


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

for and on behalf of the


Partners of Joint Venture

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

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

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

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

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

WITNESS

1. Signature......................................................

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

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

Occupation ......................................…........

2. Signature.................................................….

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

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

Occupation ...............…..............................

Note:
Part – 3: Conditions of Contract and Contract Forms 199

1. For the purpose of executing the Agreement, the non-judicial stamp papers of
appropriate value shall be purchased in the name of Joint Venture.

2. The Agreement shall be signed on all the pages by the authorised representatives of
each of the partners and should invariably be witnessed.
Part – 3: Conditions of Contract and Contract Forms 200

15. FORM OF UNDERTAKING BY THE JOINT VENTURE PARTNERS

THIS JOINT DEED OF UNDERTAKING executed on this………. day of……….. Two


Thousand and………....... by ……………………………………………..a company
incorporated under the laws of ………………… and having its Registered Office at
........................(hereinafter called the "Party No.1" which expression shall include its
successors, executors and permitted assigns) and M/s……………a company incorporated
under the laws of ………..…………… and having its Registered Office at
………..………… (hereinafter called the "Party No.2" which expression shall include its
successors, executors and permitted assigns ) and M/s.. .. .. .. . .. . . . . .. . .. .. .... .. a Company
incorporated under the laws of ……………….. and having its Registered Office at
……………. (hereinafter called the "Party No.3" which expression shall include its
successors, executors and permitted assigns) for the purpose of making a bid and entering
into a contract [hereinafter called the "Contract" {in case of award)] against the Specification
NoNIT no. 328/P&D/2022-23/Package – B/Bid No. B-668 for Development of Distribution
Infrastructure at Kaithal (Package B) of Kaithal District of Haryana under the
Revamped Reforms-based and Results-linked Distribution Sector Scheme of UHBVNL,
a Company incorporated under the Companies Act of1956/2013 (with amendment from time
to time) having its registered office at Plot No. IP 3&4, Sector-14, Panchkula-134113
(Haryana) (hereinafter called the "Employer").

WHEREAS the Party No.1, Party No.2 and Party No.3 have entered into an Agreement
dated................

AND WHEREAS the Employer invited bids as per the above-mentioned Specification for
the design, manufacture, supply, erection, testing and commissioning of Equipment/
Materials stipulated in the Bidding Documents under Development of Distribution
Infrastructure at Kaithal (Package B) of Kaithal District of Haryana under the
Revamped Reforms-based and Results-linked, Distribution Sector Scheme

AND WHEREAS Clause 10.2, Section 3 of Part 1 and Section 2 (Eligibility and qualification
requirements) of Part-1 forming part of the Bidding Documents, inter-alia stipulates that an
Undertaking of two or more qualified manufacturers as partners, meeting the requirements of
Section 2, as applicable may bid, provided, the Joint Venture fulfills all other requirements
under Section 2 and in such a case, the Bid Forms shall be signed by all the partners so as to
legally bind all the Partners of the Joint Venture, who will be jointly and severally liable to
perform the Contract and all obligations hereunder.
Part – 3: Conditions of Contract and Contract Forms 201

The above clause further states that this Undertaking shall be attached to the bid and the
Contract performance guarantee will be as per the format enclosed with the Bidding
Documents without any restrictions or liability for either party.

AND WHEREAS the bid is being submitted to the Employer vide proposal
No…………………..dated ……..... by Party No.1 based on this Undertaking between all the
parties; under these presents and the bid in accordance with the requirements of Clause 10.2,
Section 3 of Part 1 and Section 2 (Eligibility and qualification requirements) of Part-1, has
been signed by all the parties.

NOW THIS UNDERTAKING WITNESSETH AS UNDER:

In consideration of the above premises and agreements all the parties of this Deed of
Undertaking do hereby declare and undertake:

1. In requirement of the award of the Contract by the Employer to the Joint Venture
Partners, we, the Parties do hereby undertake that M/s……… the Party No.1, shall
act as Lead Partner and further declare and confirm that we the parties to the Joint
Venture shall jointly and severally be bound unto the Employer for the successful
performance of the Contract and shall be fully responsible for the design,
manufacture, supply and successful performance of the equipment in accordance with
the Contract:

2. In case of any breach or default of the said Contract by any of the parties to the Joint
Venture, the party(s) dohereby undertake to be fully responsible for the successful
performance of the Contract and to carry out all the obligations and responsibilities
under the Contract in accordance with the requirements of the Contract.

3. Further, if the Employer suffers any loss or damage on account of any breach in the
Contract or any shortfall in the performance of the equipment in meeting the
performances guaranteed as per the specification in terms of the Contract, the Party(s)
of these presents undertake to promptly make good such loss or damages caused to
the Employer, on its demand without any demur. It shall not be necessary or
obligatory for the Employer to proceed against Lead Partner to these presents before
proceeding against or dealing with the other Party(s), the Employer can proceed
against any of the parties who shall be jointly and severally liable for the performance
and all other liabilities/obligations under the Contract to the Employer.

4. The financial liability of the Parties of this Deed of Undertaking to the Employer,
with respect to any of the claims arising out of the performance or non-performance
Part – 3: Conditions of Contract and Contract Forms 202

of the obligations set forth in this Deed of Undertaking, read in conjunction with the
relevant conditions of the Contract shall, however, not be limited in any way to
restrict or limit the liabilities or obligations of any of the Parties of this Deed of
Undertaking.

5. It is expressly understood and agreed between the Parties to this Undertaking that the
responsibilities and obligations of each of the Parties shall be as delineated in
Appendix – I (to be suitably appended by the Parties along with this Undertaking in
its bid) to this Deed of Undertaking. It is further undertaken by the parties that the
above sharing of responsibilities and obligations shall not in any way be a limitation
of joint and several responsibilities of the Parties under the Contract.

6. It is also understood that this Undertaking is provided for the purposes of undertaking
joint and several liabilities of the partners to the Joint Venture for submission of the
bid and performance of the Contract and that this Undertaking shall not be deemed to
give rise to any additional liabilities or obligations, in any manner or any law, on any
of the Parties to this Undertaking or on the Joint Venture, other than the express
provisions of the Contract.

7. This Undertaking shall be construed and interpreted in accordance with the provisions
of the Contract.

8. In case of an award of a Contract, we the parties to this Deed of Undertaking do


hereby agree that we shall be jointly and severally responsible for furnishing a
Contract performance security from a bank in favour of the Employer in the
currency/currencies of the Contract.

9. It is further agreed that this Deed of Undertaking shall be irrevocable and shall form
an integral part of the bid and shall continue to be enforceable till the Employer
discharges the same or upon the completion of the Contract in accordance with its
provisions, whichever is earlier. It shall be effective from the date first mentioned
above for all purposes and intents.

IN WITNESS WHEREOF, the Parties to this Deed of Undertaking have through their
authorised representatives executed these presents and affixed Common Seals of their
companies, on the day, month and year first mentioned above.

Common Seal of ………………………. For Lead Partner (Party No.-1)


has been affixed in my/ our For and on behalf of M/s
presence pursuant to Board of …………………..
Part – 3: Conditions of Contract and Contract Forms 203

Director’s Resolution dated …………….

Name ………………………..

Designation ………………….
(Signature of the authorized
Signature ……………………. representative)

WITNESS :

I. ………………………………

II. ………………………………

Common Seal of ………………………. For Party No.-2


has been affixed in my/ our For and on behalf of
presence pursuant to Board of M/s…………………..
Director’s Resolution dated …………….

Name ……………………….. (Signature of the authorized


representative)
Designation ………………….

Signature …………………….

WITNESS :

I. ………………………………

II. ………………………………

Common Seal of ………………………. For Party No.-3


has been affixed in my/ our For and on behalf of M/s.
presence pursuant to Board of …………………..
Director’s Resolution dated …………….
Part – 3: Conditions of Contract and Contract Forms 204

Name ………………………..

Designation ………………….
(Signature of the authorized
Signature ……………………. representative)

WITNESS :

I. ………………………………

II. ………………………………

Note:
1. For the purpose of executing the Joint Deed of Undertaking, the non-judicial stamp
papers of appropriate value shall be purchased in the name of Joint Venture.

2. The Undertaking shall be signed on all the pages by the authorised representatives of
each of the partners and should invariably be witnessed.
Part – 3: Conditions of Contract and Contract Forms 205

16. FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF


CREDIT/FACILITIES

BANK CERTIFICATE

This is to certify that M/s. ___________________ (insert Name & Address of the
Contractor) _________ who have submitted their bid to Uttar Haryana Bijli Vitran Nigam
Limited against their tender specification Vide ref. No. NIT no. 328/P&D/2022-23/Package –
B/Bid No. B-668 for Development of Distribution Infrastructure at Kaithal (Package B)
of Kaithal District of Haryana under the Revamped Reforms-based and Results-linked
Distribution Sector Scheme is our customer for the past ………………… years.

Their financial transaction with our Bank have been satisfactory. They enjoy the following
fund based and non-fund-based limits including for guarantees, L/C, and other credit
facilities with us against which the extent of utilization as on date is also indicated below:

Sl. Type of Facility Sanctioned Limit as on Utilisation as on Date


No. Date

This letter is issued at the request of M/s. ______________.

Signature ______________________

Name of Bank __________________

Name of Authorised Signatory _________________

Designation _____________________

Phone No. _______________________


Address _________________________

SEAL OF THE BANK


Part – 3: Conditions of Contract and Contract Forms 206

17. FORM OF OPERATIONAL ACCEPTANCE

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

Name of Contract.........................................

Contract No....................................

To :

(Name and address of the Contractor)

Dear Ladies and/or Gentlemen,

Pursuant to GCC 24.4 (Completion) of the General Conditions of the Contract entered into
between yourselves and the Employer dated ………………… relating to the
.............................. (insert brief description of the
Facilities).....................................………………….. we hereby notify you that the we System
tests and Acceptance tests of the following part(s) of the Facilities were satisfactorily
completed on the date specified below :

1. Description of the Facilities or part thereof ............................................................


.……..........................................................................................................

2. Date of Operational Acceptance:........................................................

This letter does not relieve you of your obligation during the Defects Liability Period and
Latent Defect warranty.

Very truly yours,

Title
(Project Manager)
Part – 3: Conditions of Contract and Contract Forms 207

18. FORM OF SAFETY PLAN TO BE SUBMITTED BY THE CONTRACTOR


WITHIN SIXTY DAYS OF AWARD OF CONTRACT

[TO BE EXECUTED ON A NON JUDICIAL STAMP PAPER WORTH RS. TWENTY


ONLY]

SAFETY PLAN

THIS SAFETY PLAN is made this ……….………...... day of ….……..... 20...... by


………….………………… a Company registered under the Companies Act, 1956/2013
(with amendment from time to time)/Partnership firm/proprietary concern having its
Registered Office at ………….................[to be modified suitably for JV Contractor]
(hereinafter called as ‘Contractor' which expression shall include its successors and permitted
assigns) for approval of Uttar Haryana Bijli Vitran Nigam Limited, a company incorporated
under the Companies Act, 1956/2013 (with amendment from time to time) having its
Registered Office at Plot No. IP 3&4, Sector-14, Panchkula-134113 (Haryana) for its
Contract for Development of Distribution Infrastructure at Kaithal (Package B) of
Kaithal District of Haryana under the Revamped Reforms-based and Results-linked
Distribution Sector Scheme with Specification number NIT no. 328/P&D/2022-23/Package
– B/Bid No. B-668

WHEREAS UHBVN has awarded to the Contractor the aforesaid Contract vide its
Notification of Award/Contract No. ……..……….... dated ....…………..and Amendment
No. ..................... (applicable when amendments have been issued) (hereinafter called the
"Contract") in terms of which the Contractor is required to submit ‘Safety Plan’ along with
certain documents to the Engineer In-Charge/Project Manager of the Employer within Sixty
(60) days of Notification of Award for its approval.

NOW THEREFORE, the Contractor undertakes to execute the Contract as per the safety plan
as follows:

1. THAT the Contractor shall execute the works as per provisions of Bidding Documents
including those in regard to Safety Precautions / provisions as per statutory
requirements.

2. THAT the Contractor shall execute the works in a well-planned manner from the
commencement of Contract as per agreed mile stones of work completion schedule so
that planning and execution of construction works goes smoothly and consistently
throughout the contract duration without handling pressure in last quarter of the
financial year/last months of the Contract and the shall be finalized in association with
Part – 3: Conditions of Contract and Contract Forms 208

Uttar Haryana Bijli Vitran Nigam Limited Engineer In-charge/Project Manager from
time to time as required.

3. THAT the Contractor has prepared the safe work procedure for each activity i.e.
foundation works including civil works, erection, stringing (as applicable), testing &
commissioning, disposal of materials at site / store etc. to be executed at site, which is
enclosed at Annexure – 1A (SP) for acceptance and approval of Engineer In-
charge/Project Manager. The Contractor shall ensure that on approval of the same
from Engineer In-charge/Project Manager , the approved copies will be circulated to
Employer’s personnel at site [Supervisor(s)/Executive(s)] and Contractor’s personnel at
site [Gang leader, supervisor(s) etc.] in their local language / language understood by
gang.

THAT the Contractor has prepared minimum manpower deployment plan, activity wise
as stated above, which is enclosed at Annexure – 1B (SP) for approval of Engineer In-
charge/Project Manager.

4. THAT the Contractor shall ensure while executing works that they will deploy
minimum 25% of their own experienced work force who are on the permanent roll of
the company and balance 75% can be a suitable mixed with the hired gangs / local
workers / casual workers if required. The above balance 75% work force should be
provided with at least 10 days training by the construction agencies at sites and shall be
issued with a certificate. No worker shall be engaged without a valid certificate. Hired
gang workers shall also follow safe working procedures and safety norms as is being
followed by company’s workmen. It should also be ensured by the Contractor that
certified workers fitters who are climbing towers / doing stringing operations can be
easily identifiable with a system like issue of Badge / Identification cards (ID cards)
etc. Colour identification batches should be worn by the workers. Contractor has to
ensure that inexperience workers / unskilled workers should not be deployed for skilled
job.

5. THAT the Contractor’s Gang leader / Supervisor / Senior most member available at
every construction site shall brief to each worker daily before start of work about safety
requirement and warn about imminent dangers and precautions to be taken against the
imminent dangers (Daily Safety Drill). This is to be ensured without fail by Contractor
and maintain record of each gang about daily safety instructions issued to workers and
put up to Uttar Haryana Bijli Vitran Nigam Limited site In-charge for his review and
record.
Part – 3: Conditions of Contract and Contract Forms 209

6. THAT the Contractor shall ensure that working Gangs at site should not be left at the
discretion of their Gang Leaders who are generally hired and having little knowledge
about safety. Gang leader should be experienced and well versed with the safe working
procedures applicable for transmission line/ Sub Station works. In case gang is having
Gang leader not on permanent roll of the company then additional Supervisor from
company’s own roll having thorough knowledge about the works would be deployed so
as to percolate safety instructions upto the grass root level in healthy spirits. Contractor
has to ensure close supervision while executing critical locations of transmission lines /
sub stations and ensures that all safety instructions are in place and are being followed.

7. THAT the Contractor shall maintain in healthy and working condition all kind of
Equipments / Machineries / Lifting tools / Lifting tackles / Lifting gears / All kind of
Ropes including wire ropes / Polypropylene ropes etc. used for Lifting purpose during
execution of the project and get them periodically examined and load tested for safe
working load in accordance with relevant provisions and requirement of Building &
other construction workers Regulation of Employment and Conditions of Services Act
and Central Rule 1998 or latest, Factories Act 1948 or latest, Indian Electricity Act
2003 before start of the project. A register of such examinations and tests shall be
properly maintained by the Contractor and will be promptly produced as and when
desired by the Engineer In-charge/Project Manager or by the person authorised by him.
The Contractor has to ensure to give special attention on the formation / condition of
eye splices of wire rope slings as per requirement of IS 2762 Specification for wire
rope slings and sling legs.

THAT the Contractor has prepared a list of all Lifting machines, lifting Tools / Lifting
Tackles / Lifting Gears etc. / All types of ropes and Slings which are subject to safe
working load is enclosed at Annexure – 2 (SP) for review and approval of Engineer
In-charge/Project Manager.

8. THAT the Contractor has to procure sufficient quantity of Personal Protective


Equipment (PPE)conforming to Indian / International standards and provide these
equipment to every workman at site as per need and to the satisfaction of Engineer-in-
charge/Project Manager of Uttar Haryana Bijli Vitran Nigam Limited. The Contractor’s
Site Supervisor/ Project Manager has to ensure that all workmen must use Personal
Protective Equipment at site. The Contractor shall also ensure that Industrial Safety
helmets are being used by all workmen at site irrespective of their working (at height or
on ground). The Contractor shall further ensure use of safety shoes by all ground level
workers and canvas shoes for all workers working at height, Rubber Gum Boots for
workers working in rainy season and concreting job, Use of Twin Lanyard Full body
Part – 3: Conditions of Contract and Contract Forms 210

Safety Harness with attachment of light weight such as aluminum alloy etc. and having
features of automatic locking arrangement of snap hook, by all workers working at
height for more than three meters and also for horizontal movement on tower shall be
ensured by Contractor. The Contractor shall not use ordinary half body safety harness
at site. The Contractor has to ensure use of Retractable type fall arrestors by workers
for ascending / descending on suspension insulator string and other similar works etc.,
Use of Mobile fall arrestor for ascending / descending from tower by all workers. The
Contractor has to provide cotton / leather hand gloves as per requirement, Electrical
Resistance Hand gloves for operating electrical installations / switches, Face shield for
protecting eyes while doing welding works and Dust masks to workers as per
requirement. The Contractor will have to take action against the workers not using
Personal Protective Equipment at site and those workers shall be asked to rest for that
day and also their Salary be deducted for that day. Uttar Haryana Bijli Vitran Nigam
Limited may issue warning letter to Project Manager of Contractor in violation of
above norms.

THAT the Contractor shall prepare a detailed list of PPEs, activity wise, to
commensurate with manpower deployed, which is enclosed at Annexure – 3 (SP)for
review and approval of Engineer In-charge/Project Manager. It shall also be ensured
that the sample of these equipment shall be got approved from Uttar Haryana Bijli
Vitran Nigam Limited supervisory staff before being distributed to workers. The
Contractor shall submit relevant test certificates as per IS / International Standard as
applicable to PPEs used during execution of work. All the PPE’s to be distributed to
the workers shall be checked by Uttar Haryana Bijli Vitran Nigam Limited supervisory
staff before its usage.

The Contractor also agrees for addition / modification to the list of PPE, if any, as
advised by Engineer In-Charge/Project Manager.

9. THAT the Contractor shall procure, if required sufficient quantity of Earthing


Equipment / Earthing Devices complying with requirements of relevant IEC standards
(Generally IECs standards for Earthing Equipments / Earthing Devices are – 855, 1230,
1235 etc.) and to the satisfaction of Engineer In-Charge/ Project Manager and
Contractor to ensures to maintained them in healthy condition.

THAT the Contractor has prepared / worked out minimum number of healthy Earthing
Equipments with Earthing lead confirming to relevant IS / European standards per gang
wise during stringing activity/as per requirement, which is enclosed herewith at
Annexure – 4 (SP) for review and acceptance of Engineer In-Charge/ Project Manager
prior to execution of work.
Part – 3: Conditions of Contract and Contract Forms 211

10. THAT the Contractor shall provide communication facilities i.e.,Walkie – Talkie /
Mobile Phone, Display of Flags / whistles for easy communication among workers
during Tower erection / stringing activity, as per requirement.

11. THAT the Contractor undertakes to deploy qualified safety personnel responsible for
safety as per requirements of Employer/Statutory Authorities.

THAT the Contractor employing more than 250 workmen whether temporary, casual,
probationer, regular or permanent or on contract, shall employ at least one full time
officer exclusively as qualified safety officer having diploma in safety to supervise
safety aspects of the equipment and workmen who will coordinate with Engineer In-
charge /Project Manager/Safety Coordinator of the Employer. In case of work being
carried out through sub-Contractors the sub – Contractor’s workmen / employees will
also be considered as the Contractor’s employees / workmen for the above purpose. If
the number of workers are less than 250 then one qualified safety officer is to be
deployed for each contract. He will report directly to his head of organization and not
the Project Manager of Contractor He shall also not be assigned any other work except
assigning the work of safety. The curriculum vitae of such person shall be got cleared
from Uttar Haryana Bijli Vitran Nigam Limited Project Manager / Construction staff.

The name and address of such safety officers of Contractor will be promptly informed
in writing to Engineer In-charge with a copy to safety officer - In-charge before start of
work or immediately after any change of the incumbent is made during the currency of
the contract. The list is enclosed at Annexure – 5A (SP).

THAT the Contractor has also prepared a list including details of Explosive Operator
(if required), Safety officer / Safety supervisor / nominated person for safety for each
erection / stringing gang, list of personnel trained in First Aid Techniques as well as
copy of organisation structure of the Contractor in regard to safety. The list is enclosed
at Annexure – 5B (SP).

12. The Project Manager shall have the right at his sole discretion to stop the work, if in his
opinion the work is being carried out in such a way that it may cause accidents and
endanger the safety of the persons and/or property, and/or equipment. In such cases, the
Contractor shall be informed in writing about the nature of hazards and possible
injury/accident and he shall comply to remove shortcomings promptly. The Contractor
after stopping the specific work can, if felt necessary, appeal against the order of
stoppage of work to the Project Manager within 3 days of such stoppage of work and
Part – 3: Conditions of Contract and Contract Forms 212

decision of the Project Manager in this respect shall be conclusive and binding on the
Contractor.

13. THAT, if, any Employer’s Engineer/ supervisor at site observes that the Contractor is
failing to provide safe working environment at site as per agreed Safety Plan / Uttar
Haryana Bijli Vitran Nigam Limited Safety Rule/ Safety Instructions / Statutory safety
requirement and creates hazardous conditions at site and there is possibility of an
accident to workmen or workmen of the other Contractor or public or the work is being
carried out in an un safe manner or he continues to work even after being instructed to
stop the work by Engineer / Supervisor at site / RHQ / Corp. Centre, the Contractor
shall be bound to pay a penalty of Rs. 10,000/ - per incident per day till the instructions
are complied with, and as certified by Engineer / Supervisor of Employer at site. The
work will remain suspended and no activity will take place without compliance and
obtaining clearance / certification of the Site Engineer / Supervisor of the Employer to
start the work.

14. THAT, if the investigation committee of Employer observes any accident or the
Engineer In-charge/Project Manager of the Employer based on the report of the
Engineer/Supervisor of the Employer at site observes any failure on the Contractor’s
part to comply with safety requirement / safety rules/ safety standards/ safety
instruction as prescribed by the Employer or as prescribed under the applicable law for
the safety of the equipment, plant and personnel and the Contractor does not take
adequate steps to prevent hazardous conditions which may cause injury to its own
Contractor’s employees or employee of any other Contractors or Employer or any other
person at site or adjacent thereto, or public involvement because of the Contractor’s
negligence of safety norms, the Contractor shall be liable to pay a compensation of Rs.
10,00,000/- (Rupees Ten Lakh only) per person affected causing death and Rs.
1,00,000/- (Rupees One Lakh only) per person for serious injuries / 25% or more
permanent disability to the Employer for further disbursement to the deceased family/
Injured persons. The permanent disability has the same meaning as indicated in
Workmen’s Compensation Act 1923 or latest. The above stipulations is in addition to
all other compensation payable to sufferer as per workmen compensation Act / Rules

THAT as per the Employer’s instructions, the Contractor agrees that this amount shall
be deducted from their running bill(s) immediately after the accident, That the
Contractor understands that this amount shall be over and above the compensation
amount liable to be paid as per the Workmen’s Compensation Act /other statutory
requirement/ provisions of the Bidding Documents.
Part – 3: Conditions of Contract and Contract Forms 213

15. THAT the Contractor shall submit Near-Miss-Accident report along with action plan
for avoidance such incidence /accidents to Engineer – In-charge/ Project Manager.
Contractor shall also submit Monthly Safety Activities report to Engineer – In-charge/
Project Manager and copy of the Monthly Safety Activities report also to be sent to
Safety In-charge at RHQ of the Employer for his review record and instructions.

16. THAT the Contractor is submitting a copy of Safety Policy/ Safety Documents of its
Company which is enclosed at Annexure – 6 (SP) and ensure that the safety Policy
and safety documents are implemented in healthy spirit.

17. THAT the Contractor shall make available of First Aid Box [Contents of which shall
be as per Building & other construction workers (Regulation of Employment and
Conditions of Services Act and Central Rule 1998 or latest / Uttar Haryana Bijli Vitran
Nigam Limited Guidelines)] to the satisfaction of Engineer In-Charge/ Project Manager
with each gang at site and not at camp and ensures that trained persons in First Aid
Techniques with each gang before execution of work.

18. THAT the Contractor shall submit an ‘Emergency Preparedness Plan’ for different
incidences i.e. Fall from height, Electrocution, Sun Stroke, Collapse of pit, Collapse of
Tower, Snake bite, Fire in camp / Store, Flood, Storm, Earthquake, Militancy etc. while
carrying out different activities under execution i.e. foundation works including civil
works, erection, stringing (as applicable), testing & commissioning, disposal of
materials at site / store etc. which is enclosed at Annexure – 7 (SP) for approval of the
Engineer In-Charge/ Project Manager before start of work.

19. THAT the Contractor shall organise Safety Training Programs on Safety, Health and
Environment and for safe execution of different activities of works i.e. foundation
works including civil works, erection, stringing (as applicable), testing &
commissioning, disposal of materials at site / store etc. for their own employees
including sub-Contractor workers on regular basis.

The Contractor, therefore, submits copy of the module of training program, enclosed at
Annexure – 9 (SP), to Engineer In-charge/Project Manager for its acceptance and
approval and records maintained.

20. THAT the Contractor shall conduct safety audit, as per Safety Audit Check Lists
enclosed at Annexure – 8 (SP), by his Safety Officer(s) every month during
construction of Transmission Lines / Sub Stations / any other work and copy of the
safety audit report will be forwarded to the Employer’s Engineer In-charge / Site In-
charge/Project Manager for his comments and feedback. During safety audit,
Part – 3: Conditions of Contract and Contract Forms 214

healthiness of all Personal Protective Equipment (PPEs) shall be checked individually


by safety officer of Contractor and issue a certificate of its healthiness or rejection of
faulty PPEs and Contractor has to ensure that all faulty PPEs and all faulty lifting tools
and tackles should be destroyed in the presence of Uttar Haryana Bijli Vitran Nigam
Limited construction staff. Contractor has to ensure that each gang be safety audited at
least once in two months. During safety audit by the Contractor, Safety officer’s
feedback from Uttar Haryana Bijli Vitran Nigam Limited concerned shall be taken and
recorded. The Employer’s site officials shall also conduct safety audit at their own
from time to time when construction activities are under progress. Apart from above,
the Employer may also conduct surveillance safety audits. The Employer may take
action against the person / persons as deemed fit under various statutory acts/provisions
under the Contract for any violation of safety norms / safety standards.

21. THAT the Contractor shall develop and display Safety Posters of construction activity
at site and also at camp where workers are generally residing.

22. THAT the Contractor shall ensure to provide potable and safe drinking water for
workers at site / at camp.

23. THAT the Contractor shall do health checkup of all workers from competent agencies
and reports will be submitted to Engineer In-Charge within fifteen (15) days of health
checkup of workers as per statutory requirement.

24. THAT the Contractor shall submit information along with documentary evidences
regarding compliance to various statutory requirements as applicable which are
enclosed at Annexure – 10A (SP).

The Contractor shall also submit details of Insurance Policies taken by the Contractor
for insurance coverage against accident for all employees are enclosed at Annexure –
10B (SP).

25. THAT a checklist in respect of aforesaid enclosures along with the Contractor’s
remarks, wherever required, is attached as Annexure – Check List herewith.

THE CONTRACTOR shall incorporate modifications/changes in this ‘Safety Plan’


necessitated on the basis of review/comments of the Engineer In-Charge/Project Manager
within fourteen (14) days of receipt of review/comments and on final approval of the
Engineer In-Charge/Project Manager of this ‘Safety Plan’, the Contractor shall execute the
works under the Contract as per approved ‘Safety Plan’. Further, the Contractor has also
Part – 3: Conditions of Contract and Contract Forms 215

noted that the first progressive payment towards Services Contract shall be made on
submission of ‘Safety Plan’ along with all requisite documents and approval of the same by
the Engineer In-Charge/Project Manager.

IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorised
representative under the common seal of the Company, the day, month and year first above
mentioned.

For and on behalf of

M/s..........………........................

WITNESS
1. Signature........................ Signature........................

Name............................... Name...............................

Address........................... Address...........................

2. Signature........................ Authorised representative

Name............................... (Common Seal)

Address........................... (In case of Company)

Note:
All the annexure referred to in this “Safety Plan“ are required to be enclosed by the
Contractor as per the attached “ Check List “

1. Safety Plan is to be executed by the authorised person and (i) in case of contracting
Company under common seal of the Company or (ii) having the power of attorney
issued under common seal of the company with authority to execute such contract
documents etc., (iii) In case of (ii), the original Power of Attorney if it is specifically
for this Contract or a Photostat copy of the Power of Attorney if it is General Power of
Attorney and such documents should be attached to this Safety Plan.
Part – 3: Conditions of Contract and Contract Forms 216

2. For all safety monitoring/ documentation, Engineer In-charge / Regional In-charge of


safety at RHQ will be the nodal Officers for communication.
Part – 3: Conditions of Contract and Contract Forms 217

CHECK LIST FOR SEFETY PLAN

S. N. Details of Enclosure Status Remarks


of Submission
of information/
documents
1. Annexure – 1A (SP)
Yes/No
Safe work procedure for each activity i.e.
foundation works including civil works,
erection, stringing (as applicable), testing &
commissioning, disposal of materials at site /
store etc. to be executed at site.
2. Annexure – 1B (SP)
Yes/No
Manpower deployment plan, activity wise
foundation works including civil works,
erection, stringing (as applicable), testing &
commissioning, disposal of materials at site /
store etc.
3. Annexure – 2 (SP)
Yes/No
List of Lifting Machines i.e. Crane, Hoist,
Triffor, Chain Pulley Blocks etc. and Lifting
Tools and Tackles i.e. D shackle, Pulleys, come
along clamps, wire rope slings etc. and all types
of ropes i.e. Wire ropes, Poly propylene Rope
etc. used for lifting purposes along with test
certificates.
4. Annexure – 3 (SP)
Yes/No
List of Personal Protective Equipment (PPE),
activity wise including the following along
with test certificate of each as applicable:

A. Industrial Safety Helmet to all workmen at


site. (EN 397 / IS 2925) with chin strap
and back stay arrangement.
B. Safety shoes without steel toe to all
ground level workers and canvas shoes for
Part – 3: Conditions of Contract and Contract Forms 218

S. N. Details of Enclosure Status Remarks


of Submission
of information/
documents
workers working on tower.

C. Rubber Gum Boot to workers working in


rainy season / concreting job.
D. Twin lanyard Full Body Safety harness
with shock absorber and leg strap
arrangement for all workers working at
height for more than three meters. Safety
Harness should be with attachments of
light weight such as of aluminum alloy
etc. and having a feature of automatic
locking arrangement of snap hook and
comply with EN 361 / IS 3521 standards.
E. Mobile fall arrestors for safety of workers
during their ascending / descending from
tower / on tower. EN 353 -2 (Guided type
fall arresters on a flexible anchorage line.)
F. Retractable type fall arrestor (EN360:
2002) for ascending / descending on
suspension insulator string etc.
G. Providing of good quality cotton hand
gloves / leather hand gloves for workers
engaged in handling of tower parts or as
per requirement at site.
H. Electrical Resistance hand gloves to
workers for handling electrical equipment
/ Electrical connections. IS : 4770
I. Dust masks to workers handling cement as
per requirement.
J. Face shield for welder and Grinders.
IS : 1179 / IS : 2553
K. Other PPEs, if any, as per requirement etc.
5. Annexure – 4 (SP)
Yes/No
List of Earthing Equipment / Earthing devices
with Earthing lead conforming to IECs for
Part – 3: Conditions of Contract and Contract Forms 219

S. N. Details of Enclosure Status Remarks


of Submission
of information/
documents
earthing equipment are – (855, 1230, 1235 etc.)
gang wise for stringing activity/as per
requirement
6. Annexure – 5A (SP)
Yes/No
List of Qualified Safety Officer(s) along with
their contact details

7. Annexure – 5B (SP)
Yes/No
Details of Explosive Operator (if required),
Safety officer / Safety supervisor for every
erection / stinging gang, any other person
nominated for safety, list of personnel trained
in First Aid as well as brief information about
safety set up by the Contractoralong with copy
of organisation of the Contractor in regard to
safety

8. Annexure – 6 (SP)
Copy of Safety Policy/ Safety Document of the Yes/No
Contractor’s company

9. Annexure – 7 (SP)
Yes/No
‘Emergency Preparedness Plan’ for different
incidences i.e. Fall from height, Electrocution,
Sun Stroke, Collapse of pit, Collapse of
Tower, Snake bite, Fire in camp / Store, Flood,
Storm, Earthquake, Militancy etc. while
carrying out different activities under execution
i.e. foundation works including civil works,
erection, stringing (as applicable), testing &
commissioning, disposal of materials at site /
store etc.
Part – 3: Conditions of Contract and Contract Forms 220

S. N. Details of Enclosure Status Remarks


of Submission
of information/
documents
10. Annexure – 8 (SP) Yes/No

Safety Audit Check Lists ( Formats to be


enclosed)

11. Annexure – 9 (SP) Yes/No

Copy of the module of Safety Training


Programs on Safety, Health and Environment,
safe execution of different activities of works
for Contractor’s own employees on regular
basis and sub-Contractor employees.

12. Annexure – 10A (SP)

Information along with documentary evidences


in regard to the Contractor’s compliance to
various statutory requirements including the
following:

(i) Electricity Act 2003 Yes/No

______________________________________
_
[Name of Documentary evidence in support of
compliance]

(ii) Factories Act 1948 or latest Yes/No

______________________________________
_
[Name of Documentary evidence in support of
compliance]

(iii) Building & other construction workers Yes/No


(Regulation of Employment and Conditions of
Part – 3: Conditions of Contract and Contract Forms 221

S. N. Details of Enclosure Status Remarks


of Submission
of information/
documents
Services Act and Central Act 1996 or latest)
and Welfare Cess Act 1996 or latest with
Rules.
______________________________________
_
[Name of Documentary evidence in support of
compliance]

(iv) Workmen Compensation Act 1923 or latest and Yes/No


Rules.

______________________________________
_
[Name of Documentary evidence in support of
compliance]

(v) Public Insurance Liabilities Act 1991 or latest Yes/No


and Rules.

______________________________________
_
[Name of Documentary evidence in support of
compliance]

(vi) Indian Explosive Act 1948 or latest and Rules. Yes/No

______________________________________
_
[Name of Documentary evidence in support of
compliance]

(vii) Indian Petroleum Act 1934 or latest and Rules. Yes/No

______________________________________
Part – 3: Conditions of Contract and Contract Forms 222

S. N. Details of Enclosure Status Remarks


of Submission
of information/
documents
_
[Name of Documentary evidence in support of
compliance]

(viii) License under the contract Labour (Regulation Yes/No


& Abolition) Act 1970 or latest and Rules.

______________________________________
_
[Name of Documentary evidence in support of
compliance]

(ix) Indian Electricity Rule 2003 and amendments Yes/No


if any, from time to time.

______________________________________
_
[Name of Documentary evidence in support of
compliance]

(x) The Environment (Protection) Act 1986 or Yes/No


latest and Rules.

______________________________________
_
[Name of Documentary evidence in support of
compliance]

(xi) Child Labour (Prohibition & Regulation) Act Yes/No


1986 or latest.

______________________________________
_
Part – 3: Conditions of Contract and Contract Forms 223

S. N. Details of Enclosure Status Remarks


of Submission
of information/
documents
[Name of Documentary evidence in support of
compliance]

(xii) National Building Code of India 2005 or latest Yes/No


(NBC 2005).

______________________________________
_
[Name of Documentary evidence in support of
compliance]

(xiii) Indian standards for construction of Low/ Yes/No


Medium/ High/ Extra High Voltage Transmission Line

______________________________________
_
[Name of Documentary evidence in support of
compliance]

(iv) Any other statutory requirement(s) Yes/No


[please specify]

______________________________________
_
[Name of Documentary evidence in support of
compliance]

13. Annexure – 10B (SP)

Details of Insurance Policies along with


documentary evidences taken by the Contractor
for the insurance coverage against accident for
all employees as below:

(i) Under Workmen Compensation Act 1923 or Yes/No


latest and Rules.
Part – 3: Conditions of Contract and Contract Forms 224

S. N. Details of Enclosure Status Remarks


of Submission
of information/
documents

______________________________________
_
[Name of Documentary evidence in support of
insurance taken]

(ii) Public Insurance Liabilities Act 1991 or latest Yes/No

______________________________________
_
[Name of Documentary evidence in support of
insurance taken]

(iii) Any Other Insurance Policies Yes/No

______________________________________
_
[Name of Documentary evidence in support of
insurance taken]

____
Part – 3: Conditions of Contract and Contract Forms 225

19. FORM OF JOINT DEED OF UNDERTAKING BY THE SUB-CONTRACTOR


ALONGWITH THE CONTRACTOR

THIS DEED OF UNDERTAKING executed this ……………. day of …………………..


Two Thousand and ………… by M/s. ……….…………….., a Company incorporated under
the laws of …………………… and having its Registered Office at
……………………………….. (hereinafter called the “Sub-Contractor” which expression
shall include its successors, executors and permitted assigns), and M/s. ……..……………., a
Company incorporated under the laws of …………………. having its Registered Office at
…………………. (hereinafter called the “Bidder”/”Contractor” which expression shall
include its successors, executors and permitted assigns) in favour of Uttar Haryana Bijli
Vitran Nigam Limited a Company incorporated under the Companies Act of1956/2013 (with
amendment from time to time) having its registered office at Plot No. IP 3&4, Sector-14,
Panchkula-134113 (Haryana) (hereinafter called the “Employer” which expression shall
include its successors, executors and permitted assigns)

WHEREAS the “Employer” invited Bid as per its Specification No……………….for RDSS
works of ……………….…. including installation of Sub-stations, lines, bays, DTs and
providing service connections etc.

AND WHEREAS Clause No. ………….., Section …………, of ………………, Part…


forming part of the Bid Documents inter-alia stipulates that the Bidder and/or Sub-Contractor
must fulfill the Qualifying Requirements and be jointly and severally bound and responsible
for the quality and timely execution of RDSS worksin the event the Bid submitted by the
Bidder is accepted by the Employer resulting in a Contract.

AND WHEREAS the Bidder has submitted its Bid to the Employer vide Proposal No.
………..….……. dated ………. based on tie-up with the Sub-Contractor for execution of
aforesaid RDSSworks.

NOW THEREFORE THIS UNDERTAKING WITNESSETH as under:

1.0 In consideration of the award of Contract by the Employer to the Bidder (hereinafter
referred to as the “Contract”) we, the Sub-Contractor and the Contractor do hereby
declare that we shall be jointly and severally bound unto the Uttar Haryana Bijli
Vitran Nigam Limited, for execution of RDSS works in accordance with the
Contract Specifications.

2.0 Without in any way affecting the generality and total responsibility in terms of this
Deed of Undertaking, the Sub-Contractor hereby agrees to depute their
Part – 3: Conditions of Contract and Contract Forms 226

representatives from time to time to the Employer’s Project site as mutually


considered necessary by the Employer, Contractor and the Sub-Contractor to ensure
proper quality, manufacture, testing and supply on FOR destination delivery at site
basis and successful performance of RDSS works in accordance with Contract
Specifications. Further, if the Employer suffers any loss or damage on account of
non-performance of the material fully meeting the performance guaranteed as per Bid
Specification in terms of the contract. We the Sub-Contractor and the Contractor
jointly and severally undertake to pay such loss or damages to the Employer on its
demand without any demur.

3.0 This Deed of Undertaking shall be construed and interpreted in accordance with the
laws of India and the Courts in Panchkula (Headquarter of Employer) shall have
exclusive jurisdiction in all matters arising under the Undertaking.

4.0 We, the Bidder/Contractor and Sub-Contractor agree that this Undertaking shall be
irrevocable and shall form an integral part of the Contract and further agree that this
Undertaking shall continue to be enforceable till the Employer discharges it. It shall
become operative from the effective date of Contract.

IN WITNESS WHEREOF the Sub-Contractor and/or the Contractor have through their
Authorised Representatives executed these presents and affixed Common seals of their
respective Companies, on the day, month and year first above mentioned.

WITNESS (For Sub-Contractor)

Signature …………………….
(Signature of the authorized
Name ……………………….. representative)

Office Address ………………. Name ……………………..

Common Seal of Company


…...…………….

WITNESS (For Bidder)

Signature …………………….
(Signature of the authorized
Name ……………………….. representative)
Part – 3: Conditions of Contract and Contract Forms 227

Office Address ………………. Name ……………………..

Common Seal of Company


…...…………….

Note:
1. For the purpose of executing the Deed of Joint Undertaking, the non-judicial stamp
papers of appropriate value shall be purchased in the name of executant(s).

2. The Undertaking shall be signed on all the pages by the authorised representatives of
each of the partners and should invariably be witnessed.

3. This Deed of Joint Undertaking duly attested by Notary Public of the place(s) of the
respective executant(s), shall be submitted along with the bid.

4. In case the bid is submitted by a Joint Venture (JV) of two or more firms as partners,
then the Joint deed of undertaking shall be modified accordingly.
Part – 3: Conditions of Contract and Contract Forms 228

20. FORM OF CERTIFICATE OF FINANCIAL PARAMETERS FOR QR

(as per clause ref. no. 2 of Section 2 of Part 1))


(Rupees in Lakhs)
S. Financial parameters 2020-21 2019-20 2018-19 2017-18 2016-17
No.
1. Net Worth
a) Paid up Capital
b) Free Reserves and
Surplus*
c) Misc. expenses to the
extent not written off
Net Worth (a+b-c)

2. Annual Turnover **

3. Liquid Asset (Total


Current Asset –
Inventories)

* Free Reserve and Surplus should be Exclusive of Revaluation Reserve, written back of
Depreciation Provision and Amalgamation.
** Annual total Income/ turnover as incorporated in the Profit and Loss Account excluding non-
recurring income, i.e., sale of fixed asset etc.

It is certified that all the figures are based on audited accounts read with auditors report and Notes
to Accounts etc.
Date Certified By
Place
(Chartered Accountants)
Membership No.
Seal
1,)0*&!((( " .&$/(,+ 3 ((

/&+%&- %-#2(+'.
Index
S.No. Title Drawing no.
Category: 11KV/HT Drawing

1 11KV AB Cable to Cable End Termination Arrangement REC/RDSS/11KV/01

2 REC/RDSS/11KV/2A

3 REC/RDSS/11KV/2B
GA of 11 KV Line Crossing of Railway on DP Structure,PCC/PSC Poles
4 REC/RDSS/11KV/2C

5 REC/RDSS/11KV/2D

6 Components for 11kV Composite Line Formation on Singlr PSC/PCC Pole REC/RDSS/11KV/03

7 REC/RDSS/11KV/04A
GA of 11 KV Line formation at DP on PCC/PSC Poles with Companents in Line arrangement
8 REC/RDSS/11KV/04B

9 REC/RDSS/11KV/5A
GA of 11KV Line Sectionalizer on PSC/PCC Pole
10 REC/RDSS/11KV/5B

11 REC/RDSS/11KV/6A
GA of 11kV Pole Extension for Single PSC/PCC Pole
12 REC/RDSS/11KV/6B

13 11 KV Bridling "V" cross-arm REC/RDSS/11KV/7

14 45KN Composite Insulator REC/RDSS/11KV/8

15 11 KV line Conductors formation and Clearance with earth wire REC/RDSS/11KV/09

16 11 KV line Pole Top Bracket REC/RDSS/11KV/10

17 11 KV line tapping arrangement for SPUR line REC/RDSS/11KV/11


11 KV line conductors formation and Clearances of 11 KV 3-phase/single phase composite system ( Phase
18 REC/RDSS/11KV/12
to Neutral)

19 11 KV lines conductor formation and arrangement of guys for 10 to 60 angle locations (single pole support) REC/RDSS/11KV/13

20 11 KV lines conductor formation and arrangement of guys for dead locations (Double pole support) REC/RDSS/11KV/14

21 GI Pin REC/RDSS/11KV/15

22 Clevis & tongue type strain insulator set REC/RDSS/11KV/16

23 Holding of conductor on 11 KV Pin insulator strain run( using hellically formed fittings) REC/RDSS/11KV/17

24 Holding of conductor on 11 KV Pin insulator angle location( using hellically formed fittings) REC/RDSS/11KV/18

25 11 KV conductor dead-end arrangement(using hellically formed fittings) REC/RDSS/11KV/19

26 Bimetallic connector (H.T) for 11 KV Distribution transformer REC/RDSS/11KV/20

27 General Arrangement of DC Cross Arm & Bracing with Back Cleat for 150m DP on 600 IBS PCC Pole REC/RDSS/11KV/21

28 11 KV Bridling "V" cross-arm REC/RDSS/11KV/22

29 11 KV "V" cross-arm REC/RDSS/11KV/23

30 11 kV Danger Board REC/RDSS/11KV/24

31 11kV Line Protective Guarding Across Minor Crossing REC/RDSS/11KV/25

Category: 33 KV Drawing

1 33 KV line pole Pole bracket REC/RDSS/33KV/01

2 33KV VCB Foundation REC/RDSS/33KV/02

3 33 KV line conductor formation & clearances REC/RDSS/33KV/03

4 34 KV line pole top bracket REC/RDSS/33KV/04

5 (( <2 =;?7 4BB4?97>7?D @8 5@?6E5D@B 4D 0;?9=7 /@=7 0EAA@BD !%I D@ &%I -7F;4D;@?" REC/RDSS/33KV/05

6 33 KV line pole Pole bracket (Side/Elevation View) REC/RDSS/33KV/06

7 33 KV "V" cross arm REC/RDSS/33KV/07

8 33 KV Bridling "V" cross arm (road crossing) REC/RDSS/33KV/08


Category: DTR SS Drawings

1 Bracket of 11kV Lightining Arrestor REC/RDSS/DTR SS/01

2 Distribution sub-station for drop-out fuse REC/RDSS/DTR SS/02

3 11-0.4 KV Distribution sub-station with AB switch & HG fusees REC/RDSS/DTR SS/03

4 11-0.4 KV Distribution sub-station for online location-Along Line REC/RDSS/DTR SS/04

5 11 KV Horn Gape fuses REC/RDSS/DTR SS/05

6 11 KV Horn Gape fuses mounting details REC/RDSS/DTR SS/06

7 Earthing arrangement for distribution sub-station REC/RDSS/DTR SS/07

8 Single phase Transformer Mounting details REC/RDSS/DTR SS/08

9 Single phase distribution sub-station arrangement (Phase to Neutral) REC/RDSS/DTR SS/09

10 Single phase distribution sub-station arrangement ((Phase to Phase) REC/RDSS/DTR SS/10

11 Distribution sub-station mounting arrangement of 25 KVA transformer on single pole REC/RDSS/DTR SS/11

12 Fixing Arrangement of Meter REC/RDSS/DTR SS/12

13 Layout of Polymer 11kV Lightining Arrestor REC/RDSS/DTR SS/13A

14 Layout of Polymer 11kV Lightining Arrestor REC/RDSS/DTR SS/13B

15 Layout of Polymer 11kV Lightining Arrestor REC/RDSS/DTR SS/13C

16 4-In-1 MMB for Single Phase Meter with MOC (Multiple Outgoing Connector Box) REC/RDSS/DTR SS/14

17 6-In-1 MMB for Single Phase Meter with MOC (Multiple Outgoing Connector Box) REC/RDSS/DTR SS/15

18 Tamper Proof Deep Drawn Metal Meter Box for Housing 3-Phase Meter with CTs & MODEM REC/RDSS/DTR SS/16

19 HRC Fuse Base for 63/100/200/315 KVA REC/RDSS/DTR SS/17

20 HRC Fuse Link REC/RDSS/DTR SS/18

21 Details of Link Disconnector for 63/100/200/315 KVA Distribution Box REC/RDSS/DTR SS/19

22 10KVA & 16KVA LT Distribution Box with MCCBs (Deep Drawn Type) REC/RDSS/DTR SS/20

23 LT Distribution Box for 200KVA REC/RDSS/DTR SS/21

24 LT Distribution Box with Assembly Details for 315KVA REC/RDSS/DTR SS/22

25 LT Distribution Box with Assembly Details for 63/100KVA REC/RDSS/DTR SS/23

26 16KVA & 25KVA 3-Phase LT Distribution Box with MCCBs (Deep Drawn Type) REC/RDSS/DTR SS/24

27 Bimetallic Lugs REC/RDSS/DTR SS/25

28 LT Distribution Box for Singlr Phase ABC REC/RDSS/DTR SS/26

29 Deep Drawn Type 3 Phase LT Distribution Box for AB Cable REC/RDSS/DTR SS/27

30 Pillar Box with Inside Details of Meter Mounting Arrangement REC/RDSS/DTR SS/28

31 Metal Meter Box for 1-Phase Meter (Deep Drawn Method) REC/RDSS/DTR SS/29

32 Metal Meter Box for 3-Phase Meter (Deep Drawn Method) REC/RDSS/DTR SS/30

Category: 33/11KV PSS Layout

1 Structure Detail of 11KV PI REC/RDSS/33/11kV PSS Layout/01

2 Structure Detail of 11KV Isolator REC/RDSS/33/11kV PSS Layout/02

3 Structure Detail of 11KV LA REC/RDSS/33/11kV PSS Layout/03

4 Foundation Detail of 11KV VCB & CT REC/RDSS/33/11kV PSS Layout/04

5 Structure Detail of 33KV HG Fuse REC/RDSS/33/11kV PSS Layout/05

6 Structure Detail of 33KV Isolator REC/RDSS/33/11kV PSS Layout/06


7 Structure Detail of 33KV LA REC/RDSS/33/11kV PSS Layout/07

8 Structure Detail of 33KV PI REC/RDSS/33/11kV PSS Layout/08

9 Foundation Detail of 33KV VCB & CT REC/RDSS/33/11kV PSS Layout/09

10 Foundation Detail of 33KV ISO, HG Fuse and 11KV ISO REC/RDSS/33/11kV PSS Layout/10

11 Layout of Earthing in ADD. 33/11kV S/s for Murram Soil REC/RDSS/33/11kV PSS Layout/11A

12 Layout of Earthing in New 33/11kV S/s for Murram Soil REC/RDSS/33/11kV PSS Layout/11B

13 Layout of Earthing in ADD. 33/11kV S/s for Hard Rock REC/RDSS/33/11kV PSS Layout/12A

14 Layout of Earthing in New 33/11kV S/s for Hard Rock REC/RDSS/33/11kV PSS Layout/12B

15 Layout of Earthing in ADD. 33/11kV S/s for Black Cotton Soil REC/RDSS/33/11kV PSS Layout/13A

16 Layout of Earthing in New 33/11kV S/s for Black Cotton Soil REC/RDSS/33/11kV PSS Layout/13B

17 33 KV Beam Structure REC/RDSS/33/11kV PSS Layout/14A

18 11 KV Beam Structure REC/RDSS/33/11kV PSS Layout/14B

19 33 KV Tower Structure Marked T1 REC/RDSS/33/11kV PSS Layout/15

20 Septic Tank & Soak Pit Details REC/RDSS/33/11kV PSS Layout/16

21 Details of RCC Road and Drain REC/RDSS/33/11kV PSS Layout/17

22 G.A. of Control Building REC/RDSS/33/11kV PSS Layout/18

23 Details Of Cable Trenches (Inside Control Room) REC/RDSS/33/11kV PSS Layout/19A

24 Details Of Cable Trenches (Switchyard Area) REC/RDSS/33/11kV PSS Layout/19B

25 Detail Of Bondary Wall For Switchyard With Entrance Gate REC/RDSS/33/11kV PSS Layout/20A

26 Detail Of Fencing For Switchyard With Gate Arrangement REC/RDSS/33/11kV PSS Layout/20B

27 Details of Girder Type"G2" REC/RDSS/33/11kV PSS Layout/21


Single Line Diagram of 1x3.15MVA (Type-A)
28 REC/RDSS/33/11kV PSS Layout/22A
33/11KV Substation with Indoor 11kV Switchgear
Single Line Diagram of 1x5MVA (Type-B)
29 REC/RDSS/33/11kV PSS Layout/22B
33/11KV Substation with Indoor 11kV Switchgear
Single Line Diagram of 2x5MVA (Type-C)
30 REC/RDSS/33/11kV PSS Layout/22C
33/11KV Substation with Indoor 11kV Switchgear
31 Layout Section of 33/11 KV Substation REC/RDSS/33/11kV PSS Layout/23

32 Details of Girder Type"G3" REC/RDSS/33/11kV PSS Layout/24

33 Details of Girder Type"G1" REC/RDSS/33/11kV PSS Layout/25

34 Details of Girder Type"G4" REC/RDSS/33/11kV PSS Layout/26

35 33-11 KV sub-station metering arrangement REC/RDSS/33/11kV PSS Layout/27

36 33/11 KV Substation Single line diagram-SLD REC/RDSS/33/11kV PSS Layout/28

37 Structure Details of Tower Type-"T1" REC/RDSS/33/11kV PSS Layout/29

38 Structure Details of Tower Type-"T2" REC/RDSS/33/11kV PSS Layout/30A

39 Structure Details of Tower Type-"T2A" REC/RDSS/33/11kV PSS Layout/30B

40 Structure Details of Tower Type-"T3" REC/RDSS/33/11kV PSS Layout/31A

41 Structure Details of Tower Type-"T3A" REC/RDSS/33/11kV PSS Layout/31B

Category: LT AB Cable

1 Stainless Steel Straps (20x0.7) & Buckles REC/RDSS/LT-ACC-ABC/01

2 Universal Pole Bracket REC/RDSS/LT-ACC-ABC/02

3 Anchoring Assembly (Cable Range 25-50 sqmm.) REC/RDSS/LT-ACC-ABC/03A

4 Anchoring Assembly (Cable Range 70-95 sqmm.) REC/RDSS/LT-ACC-ABC/03B


5 Service Clamp REC/RDSS/LT-ACC-ABC/04

6 Multiport Insulation Piercing Connector Stripping/Piercing REC/RDSS/LT-ACC-ABC/05A

7 Insulation Piercing Connector REC/RDSS/LT-ACC-ABC/05B

8 REC/RDSS/LT-ACC-ABC/06A
Earthing Connector
9 REC/RDSS/LT-ACC-ABC/06B

10 Suspension Assembly (Cable Range 25-70 sqmm.) REC/RDSS/LT-ACC-ABC/07A

11 Suspension Assembly (Cable Range 25-50 sqmm.) REC/RDSS/LT-ACC-ABC/07B

12 Suspension Assembly (Cable Range 70-95 sqmm.) REC/RDSS/LT-ACC-ABC/07C

Category: General Drawing

1 Concrete (PCC) Foundation Details for PSC Poles REC/RDSS/GEN/01

2 Foundation Details of PCC/PSC Pole REC/RDSS/GEN/02

3 Pin Insulator REC/RDSS/GEN/03

4 Pipe Type Earthing Details REC/RDSS/GEN/04

5 RCC Base PAD For PCC/PSC Pole REC/RDSS/GEN/05A

6 Stone/RCC Base Plate For Base Padding Of PCC/PSC Pole REC/RDSS/GEN/05B

7 REC/RDSS/GEN/05C
Stone/RCC Base Plate For stay set
8 REC/RDSS/GEN/05D

9 Service Connection Single Phase REC/RDSS/GEN/06

10 Spike Type Earthing for Normal Soil REC/RDSS/GEN/07

11 Spiral/Coil Earthing Details REC/RDSS/GEN/08

12 Stay Set Arrangement on PCC/PSC Pole REC/RDSS/GEN/09A

13 Stay Set Arrangement on PCC/PSC Pole REC/RDSS/GEN/09B

14 Strut Arrangement REC/RDSS/GEN/10

15 Cable Trench Layout 500 mm REC/RDSS/GEN/11A

16 Cable Trench Layout 750 mm REC/RDSS/GEN/11B

17 Guy end assembly (using Helically formed Fitting) REC/RDSS/GEN/12

18 Guying arragement of single and double guy REC/RDSS/GEN/13

19 Details of MS Gate REC/RDSS/GEN/14

20 Pole pit for PCC Pole for normal Soil REC/RDSS/GEN/15

Category: LT-OH Drawing

1 433V Danger Board REC/RDSS/LT/01

2 REC/RDSS/LT/02A
GA & Component Details of AB Cable Connections And Tappimng Arrangement
3 REC/RDSS/LT/02A

4 GA of LT Line Formation on Single (Dead End Arrangement) With LT AB Cable REC/RDSS/LT/03

5 GA of LT Line Formation on Single (In Line Arrangement) With LT AB Cable REC/RDSS/LT/04

6 GA of LT Line Vertical Formation on Single (At Dead End) 1Ph, 2Wire REC/RDSS/LT/05
GA of LT Line Vertical Formation on Single (In Angular Arrangement)
7 REC/RDSS/LT/06
1Ph, 2Wire
8 REC/RDSS/LT/07A
GA of LT Line Vertical Formation on Single (In Line Arrangement)
1Ph, 2Wire
9 REC/RDSS/LT/07B

10 415/240 V lines conductor formation and clearances horizontal formation REC/RDSS/LT/08


11 415/240V line supports Vertical formation REC/RDSS/LT/09

12 415/240V line supports Horizontal formation REC/RDSS/LT/10

13 Arrangement of LT conductors at angle location 415/ 240 volts lines (cross country) horizontal formation REC/RDSS/LT/11

14 415/240 V Lines conductor formation and clearance, 3 Ø, 4 W(horizontal formation) REC/RDSS/LT/12

15 415/240 V Lines conductor formation and clearance, 3 Ø, 4 W(vertical formation) REC/RDSS/LT/13

16 415/240 V Lines conductor formation and clearance, 3 Ø, 4 W(Vertical formation) REC/RDSS/LT/14

17 415/240 V Lines conductor formation and clearance, 1 Ø, 3W (Vertical formation) REC/RDSS/LT/15

18 Earth Knob for L.T line REC/RDSS/LT/16


)&*$')% 2 .;?7C 5@?6E5D@B 8@B>4D;@? 4?6 4BB4?97>7?D @8 9EGC 8@B % I 1@ &% I 4?9=7 =@54D;@?C# !( H# ) 3#
19 REC/RDSS/LT/17
Horizontal formation)
)&*$')% 2 .;?7C 5@?6E5D@B 8@B>4D;@? 4?6 4BB4?97>7?D @8 9EGC 8@B (% I 1@ +% I 4?9=7 =@54D;@?C# !( H# ) 3#
20 REC/RDSS/LT/18
Horizontal formation)
)&*$')% 2 .;?7C 5@?6E5D@B 8@B>4D;@? 4?6 4BB4?97>7?D @8 9EGC 8@B +% I 1@ ,% I 4?9=7 =@54D;@?C# !( H# ) 3#
21 REC/RDSS/LT/19
Horizontal formation)
415/240 V Lines conductor formation and arrangement of guys for dead end locations, (3 Ø, 4 W,
22 REC/RDSS/LT/20
Horizontal formation)
)&*$')% 2 .;?7C 5@?6E5D@B 8@B>4D;@? 4?6 4BB4?97>7?D @8 9EGC 8@B % I 1@ &% I 4?9=7 =@54D;@?C# !( H# ) 3#
23 REC/RDSS/LT/21
Horizontal formation)
)&*$')% 2 .;?7C 5@?6E5D@B 8@B>4D;@? 4?6 4BB4?97>7?D @8 9EGC 8@B &% I 1@ (% I 4?9=7 =@54D;@?C# !( H# * 3#
24 REC/RDSS/LT/22
Horizontal formation)
)&*$')% 2 .;?7C 5@?6E5D@B 8@B>4D;@? 4?6 4BB4?97>7?D @8 9EGC 8@B (% I 1@ +% I 4?9=7 =@54D;@?C# !( H# * 3#
25 REC/RDSS/LT/23
Horizontal formation)
)&*$')% 2 .;?7C 5@?6E5D@B 8@B>4D;@? 4?6 4BB4?97>7?D @8 9EGC 8@B +% I 1@ ,% I 4?9=7 =@54D;@?C# !( H# * 3#
26 REC/RDSS/LT/24
Horizontal formation)
415/240 V Lines conductor formation and arrangement of guys for dead end locations, (3 Ø, 5 W, Vertical
27 REC/RDSS/LT/25
formation)
415/240 V Lines conductor formation and arrangement of guys for dead end locations, (3 Ø, 4 W, Vertical
28 REC/RDSS/LT/26
formation)
415/240 V Lines conductor formation and arrangement of guys for dead end locations, (3 Ø, 4 W, Vertical
29 REC/RDSS/LT/27
formation)
30 415/240 V shackle insulator REC/RDSS/LT/28

31 415/240 V insulator and hardware fittings for type-2 shackle insulators REC/RDSS/LT/29

32 415/240 V insulator and hardware fittings for type-1 shackle insulators REC/RDSS/LT/30

33 Finished joint using service connector REC/RDSS/LT/31

34 Application of Epoxy compound on T-joint for L.T service connections REC/RDSS/LT/32

35 Hellical formed fittings lashing rods REC/RDSS/LT/33

36 Hellical formed fittings T-connector REC/RDSS/LT/34

37 Hellical formed fittings splice for ACSR joint REC/RDSS/LT/35

38 Crimp joint for L.T service connection REC/RDSS/LT/36

Category: Control Room

1 Proposed Double storey Control Room Layout plan of 33/11kV substation in Rural Substation REC/RDSS/Control Room/01A

2 Proposed Double storey Control Room Layout plan of 33/11kV substation in City/Town Zone REC/RDSS/Control Room/01B

3 Proposed Double storey Control Room Layout plan of 33/11kV substation in City/Town Zone REC/RDSS/Control Room/01C

Category: Civil Works

1 First Floor Slab Beam & Details REC/RDSS/CIVIL/01

2 Ground Floor Slab Beam & Details REC/RDSS/CIVIL/02

3 Ground Floor Counter Aluminium Partition REC/RDSS/CIVIL/03

4 Ground Floor Toilet Layout REC/RDSS/CIVIL/04

5 Ground & First Floor Electrical Layout REC/RDSS/CIVIL/05

6 Elevation & Section-XX REC/RDSS/CIVIL/06

7 Centre Line with Column Layout & Footing Details REC/RDSS/CIVIL/07

8 Stair Detail REC/RDSS/CIVIL/08


9 Ground Floor Lintel Chajja Layout & Detail REC/RDSS/CIVIL/09

10 First Floor Lintel Chajja Layout & Detail REC/RDSS/CIVIL/10

11 Ground Floor Working & Opening Detail REC/RDSS/CIVIL/11

12 Proposed Cable Trench REC/RDSS/CIVIL/12

13 First Floor Working & Opening Detail REC/RDSS/CIVIL/13

14 Ground Floor Plinth Beam Plan & Detail REC/RDSS/CIVIL/14

15 Concreating of PCC/PCC Pole REC/RDSS/CIVIL/15

16 Concreating of stay set for 11kV & LT line REC/RDSS/CIVIL/16

17 Concreating of PSC/PCC Pole for Transformer Mounting REC/RDSS/CIVIL/17


12 11 10 9 8 7 6 5 4 3 2 1
1635
H H
50 650 235 650 50
DOG CONDUCTOR
CONDUCTOR

150
WITH CRIMPED LUG
11 4NOS. Ø12 HOLE
11 4NOS. M16x65
HT CABLE TWO LUGS
TERMINATION KIT CONNECTED
3 2
TOGETHER
CABLE

40
1000

TOP CHANNEL (75x40)


G G
MASSENGER WIRE 70 4NOS. Ø12 HOLE 70
6
4NOS. M16x65
CONDUCTOR TO CABLE CONNECTION
M10x60
30 162 180 1315 180 163 30
4
13 12 5
150
175 865 175 Ø18x36 SLOTTED
50x8 MS FLAT
4NOS. Ø18 HOLE 50 50
HOLES 4NOS.
2200
70

35 35
F (MIN) 30 30 (MIN) AB CABLE SUPPORTING ANGLE(50x50x6) F
11KV, 3CX35X70 AB CABLE PLAN
Ø18 HOLE
50

BILL OF MATERIAL
ERE SECTION MATERIAL LENGTH kG./mtr. TOTAL Wt.
235 CODE
DESCRIPTION
MM
QTY.
KG.
295
1 8M/200kG PSC POLE M.S. 8000 2 NOS.
1000

7
CLAMP FOR 2 TOP CHANNEL C 75X40 M.S. 1635 7.90 2 NOS. 25.28
TOP CHANNEL (ISMC75) BACK CLAMP FOR TOP CHANNEL
3 50X8 M.S. 441 3.14 2 NOS. 2.769
95
E 4 AB CABLE SUPPORTING ANGLE 50x50x6 M.S. 2200 4.50 1 NOS. 9.900 E
DANGER
11000 VOLTS
2NOS, M10x60 11000 N
Ok k¢YVLk2NOS, M10x60 5 BC FOR AB CABLE SUPPORTING ANGLE 50X8 M.S. 551 3.14 2 NOS. 13.360
[kRkjk
9 50x8 MS FLAT
5500

U CLAMP FOR AB CABLE SUPPORTING CHANNEL

190
8 6 M.S. 3 NOS.
35 35 7 BARBED WIRE M.S. AS REQ.
8 DANGER BOARD M.S. 3 NOS.
(MIN) 30 30 (MIN) 9 BACK CLAMP FOR BARBED WIRE 50X8 M.S. 661 3.14 32 NOS. 2.075
PLAN 10 ALUMINIUM BINDING WIRE AS REQ.
Ø18 HOLE
11 HT AB CABLE TERMINATION KIT 2 NOS.

50
12 EYE HOOK 2 NOS.
D
1 180 13 HT TENSION CLAMP 2 NOS.
D
240
3000
TOTAL 53.384
SR.
NO. DESCRIPTION SECTION MATERIAL LENGTH kG./mtr. QTY. TOTAL Wt.
95 MM KG.
1500 14 NUTS & BOLTS M16 65 0.164KG/NO. 8 NOS. 1.132
50x8 MS FLAT 15 NUTS & BOLTS M10 60 0.055KG/NO. 6 NOS. 0.330

143
16 SPRING WASHERS M16 3.5 THK. 0.009KG/NO. 8 NOS. 0.072
35 35
PIPE EARTHING 17 SPRING WASHERS M10 3.5 THK. 0.003KG/NO. 4 NOS. 0.012
C 005
18 PLAIN WASHER M16 3 THK. 0.015KG/NO. 16 NOS. 0.240
(MIN) 30 30 (MIN)
300

300
19 PLAIN WASHER M10 3 THK. 0.005KG/NO. 4 NOS. 0.020
GL GL GL GL
PLAN
Ø18 HOLE TOTAL 1.706
300

50
180 FOR TENDER PURPOSE ONLY
240
CLAMP FOR
1500

CONCRETE GRADE
1:2:4
AB CABLE SUPPORTING ANGLE
B Rural Electrification Corporation Ltd.
50
THREADS FOR
CLAMPING
Revamped
Deen DayalDistribution
UpadhyayaSector Scheme
Gram Jyoti (RDSS)
Yojna (DDUGJY)

100
90 90 290 PROJECT:
TITLE
FRONT VIEW SIDE VIEW U CLAMP FOR HT CABLE 11KV AB CABLE TO CABLE END TERMINATION ARRANGMENT
A
DATE SCALE DRG. NO. REV. NO.
R0 NTS R0
SIZE REC/RDSS/11KV/01 SHT. NO.
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A3 1 ON 1
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
1 2
H
IN COMMING 145 145 OUT GOING H
A
3Cx185sq mm XLPE
3C
5
G G
4
5 B B
Ref Sheet 2 of 5

Ref Sheet 4 of 5

BACK FILLED SOIL 3Cx185 sq mm XLPE Cabl


3C ble
bl
F TRACKS((N)) F
6500

3Cx185 sqq mm XLPE Cabl


3C ble
bl
Ø100 GI PIPE
BRICK BED CLAMP-B
B CLAMP-B
B
EXCAVATED

2050
50

10 60
20
SAND FILLED TRENC
CH
30 51 190 51 30 VIEW A-A
A
3Cx185 sqq mm VIEW B-B
B AL LU
UG
E VIEW C-C
C AL LUG E
XLPE Cabble HT CABLE
END TERMINATION
CONDUCTOR
D
CABLE ROUTE MARKER
M12x3
35
RAILWAY CROSSING DETAILS
DETAIL-A
A
HT HT A B H W N
CABLE CABLE
ABLE
NAME OF THE BRANCH LINE LENGTH IN METERS IN Nos.
300

300
D
ATTABIRA TO SAMBALPUR 8.5 45 6 2.5 2 D
BARGARH TO ATTABIRA 8.5 45 6 2.5 2
GL GL GL GL
BARGARH TO BARPALI 8.5 45 6 2.5 1
BARGARH TO BARPALI 8.5 45 6 2.5 2

1000
C 6 Ø100
00 GI PIPE
C
BRICK BED A 3 BARGARH ACC TO DUNGURI 24 24 .5 2.5 1
1550

BARGARH ACC TO DUNGURI 24 24 .5 2.5 1


C
C
A C
SAND FILLED IN EXCAVATED TRENCH A- WIDTH OF TRACK BOTTOM.
290 2900
29 B- RALWAY BOUNDRY FOR TENDER PURPOSE ONLY
H- HIGHT OF RAIL TRACK
NOTES:- W- WIDTH OF RAIL TRACK TOP
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED.
B
2) LENGTH OF GI PIPE DEPENDING ON WIDTH OF TRACK. B
3) LENGTH OF XLP CABLE DEPENDING ON SPAN BETWEEN TWO ARRANGEMENTS. Rur
urall Ellectriificatiion Cor
orporatiion Ltd.
d.
4) GI PIPE SHALL BE LAYED UPTO BOTTOM WIDTH OF RAILWAY TRACK AND
FROM ABOVE GROUND LEVEL TO TOP BELTING ANGELS ON EITHER SODE OF CROSSING.
PRO
OJEC
CT:: Deen Daya
Revamped yal Upa
padhyaya
yaSector
Distribution Gram Jyoti Yoj
Schemeojna
na (DDUGJY)
(RDSS)
TITLE GA OF 11 KV LINE CROSSING OF RAILWLWAY
USIN
NG 3c X 185 SQMM XLP
LPE
E CABLE ON
A
DP STR
TRUCTUTURE PCC/PSC POLES A
DATE SCALE DRG. NO. REV. NO.
R0 GRB RWG NTS R0
REC
EC/RDSS/11K
1KV/02A
2A
PROJECT SIZE SHT.. NO
O.
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY A3 1 OF 1
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
150 1070 1070 150
100

90 145
002 006
8201
4-M16x200 IN COMING
760 760 4-M16x70
8221
700

G G
8202
4-M16x100
360

008 12-M12x35
8211
4-M16x100
350
900

3Cx185sq mm XLPE
007
End Termination kit
8231
8209 8228
4-M16x65
F F
3-M16x65
300

8229 8260
4-M16x65 8232
2-M16x35
8260a 2-M16x100
3-M16x65 8219a
E
004
2000

1000

8230 1-M16x35
E E
8214 DANGER
11000 VOLTS
2-M8x50
003 11000
2-M16x100
4-M16x65 8219b
8209 8229 2-M16x35
3-M16x65 8233
8260a
1870

D D
3000

2-M12x35
4-M16x100 8220
2500

8208
8208b 3Cx185 Sqmm
8208a XLPE Cable
1000

C shall bo routed C
through 100 dia GI pipe GENERAL NOTES:
001 1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED
2) FOR EARTHING REF. DRG.No NESCL-RE-GEN-006
FOR TENDER PURPOSE ONLY
3) FOR FOUNDATION DETAILS REF. DRG. No. NESCL-RE-GEN-009
G.L G.L G.L G.L G.L G.L
4) ALL CHANNELS & ANGELS SHALL CONFORM TO IS: SP6 PART 1
5) ALL MS PARTS SHALL CONFORM TO IS: 2062
6) ALL MS PARTS SALL BE HOT DIP GALVANISED AS PER IS: 2629 & IS: 4759
1500

B B
DOUBLE RUN C:\Users\hp laptop\Desktop\s.jpg
Rural Electrification Corporation Ltd.
2440
PROJECT: Deen DayalDistribution
Revamped Upadhyaya Sector
Gram Jyoti Yojna(RDSS)
Scheme (DDUGJY)
90 90 290
TITLE GA OF 11 KV LINE CROSSING OF RAILWAY
USING 3c X 185 SQMM XLPE CABLE ON
A
DP STRUCTURE PCC/PSC POLES A
DATE SCALE DRG. NO. REV. NO.
R0 GRB RWG NTS R0
PROJECT SIZE REC/RDSS/11KV/2B
REC/DDUGJY/11KV/2B SHT. NO.
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY A3 1 OF 2
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
SLOT Ø18x36 4 nos.
150

285
825 3210 3210 825 285
H H

573
300

149
150 450 6870 450 150
9090 9090 9090 9090
8070
8201. TOP CHANNEL (100x50)
90 180 90 90 180 90
8219a. TOP CLAMP FOR 8219b. BOTTOM CLAMP FOR
120

G
OP. ROD SUPPORT (50x8) OP. ROD SUPPORT (50x8) G
2707
SLOT Ø14x28 SLOT Ø14x28 SLOT Ø14x28
225

36
90 225
124 124 124

45 270

36
150 513 372.5 760 760 372.5 513 150
8202. AB SWITCH MOUNTING CHANNEL (75x40) 135 52 52 135
135 52 52 135
SLOT Ø18x36 6 nos.

225
SLOT Ø14x28 3 nos.

225
150

F F
135 190 135 135 190 135
150 513 375 2591 190 190 2591 375 513 150
150

8260. CLAMP FOR XLP CABLE


8133
8229. BELTING ANGLE (50x50x6)
150

GENERAL NOTES:
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED
8676
2) MANUFACTURING TOLERANCE
150

E UPTO 50mm - ± 5% E
75 8526 75 51 TO 100mm - ± 4%
101 TO 300mm - ± 3%
8230. BRACING ANGLE (50x50x6) Ø18 ABOVE 300mm - ± 2%
285 3) ALL M.S. PARTS SHALL CONF0RM TO IS:2062
120

285 4) ALL M.S. FABRICATED ITEMS SHALL BE HOT DIP GALVANISED


285 AS PER IS:2629 & 4759
462

423
5) ALL THE ITEMS SHALL BE MARKED WITH ERECTION CODE.
#(0%'".,-/ 459
90
127 6) WEIGHT MENTIONED IS FOR PACKING & FORWARDING PURPOSE.

675
7) ALL CHANNELS AND ANGLES SHALL CONFORM TO IS SP6
570

40 180 54 60 90 90 90 90 PART-1. ALL CHANNELS SHALL BE ISLC CHANNELS


8) ALL HOLES ARE 18MM DIA AND ALL SLOTTED HOLES ARE

90
D D

90
90 459 90 36MM LONG AND 18MM WIDTHUNLESS OTHERWISE SPECIFIED.
179 179 90 90 90 90 90 513 90
#&"+-,*
75

8211. CLAMP FOR AB SWITCH


462 90 687 90
90 180 90
(50x8)
90 660 90
8221. CLAMP FOR STAY SET
8208. AB SWITCH OP HANDLE 8220. CLAMP FOR AB SWITCH 110
8214. DANGER CLAMP(30x3) (50x8)
SUPP. CHANNEL (75x40) HANDLE SUPPORT(50x8)
285
285 100 dia
285 GI Pipe

80
#(0%'".,-/

591
120

483
C 90 40 40 90 C

465
390 40 180

90
90 90 90 90 90 90 90 90
90 190 90
#&0$(".,-//*)"+-,* 90 90 90 90
CLAMP FOR
#(0%'".,-/ 100 DIA GI PIPE 8260a
90 513 90 90 513 90
75 260 90 513 90
40 180 120 8232. CLAMP-A 8233. CLAMP-B
50 8231. TOP CLAMP FOR TENDER PURPOSE ONLY
BELTING (50x8) BELTING (50x8) 8208a. AB SWITCH OP HANDLE FOR BELTING (50x8)
SUPP. CHANNEL (75x40)
20 200 20
B 75 390 B
L50x50x6
C:\Users\hp laptop\Desktop\s.jpg Rural Electrification Corporation Ltd.
50
8209. AB SWITCH OP PIPE 240
SUPP. CHANNEL (75x40) 8208b ANGLE SUPPORT FOR
OPERATING HANDLE PROJECT: Deen Dayal
Revamped UpadhyayaSector
Distribution Gram Scheme
Jyoti Yojna (DDUGJY)
(RDSS)
TITLE GA OF 11 KV LINE CROSSING OF RAILWAY
USING 3c X 185 SQMM XLPE CABLE ON
A
DP STRUCTURE PCC/PSC POLES A
DATE SCALE DRG. NO. REV. NO.
R0 GRB RWG NTS R0
PROJECT SIZE
REC/RDSS/11KV/2C SHT. NO.
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY A3 1 OF 3
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
1070 1070
90 002
808
145
006
2-M16x200
75
650

008 2-M16x70
3Cx185sq mm XLPE
End Termination kit
G 812 007 G
4-M16x65 813a
2000

3-M16x65
1500
001
005 3Cx185 sq mm XLPE
Cable
813
812 2-M16x35
4-M16x65
3-M16x65
F F
815
2000

1000

1-M16x35 004
814
815 DANGER
11000
11000
VOLTS
003
E
2-M16x35 E
2-M16x65
8000

3-M16x65
812
2-M8x50 814B
3000
2500

D D

300
300

GL GL GL GL
C C
GENERAL NOTES:
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED
CONCRETE GRADE
1500

2) FOR EARTHING REF. DRG.No NESCL-RE-GEN-006


1:2:4 3) FOR FOUNDATION DETAILS REF. DRG. No. NESCL-RE-GEN-009
4) ALL CHANNELS & ANGELS SHALL CONFORM TO IS: SP6 PART 1
FOR TENDER PURPOSE ONLY
DOUBLE RUN 5) ALL MS PARTS SHALL CONFORM TO IS: 2062
6) ALL MS PARTS SALL BE HOT DIP GALVANISED AS PER IS: 2629 & IS: 4759
90 FRONT VIEW 90 290
B B
C:\Users\hp laptop\Desktop\s.jpg
Rural Electrification Corporation Ltd.
PROJECT: Deen DayalDistribution
Revamped UpadhyayaSector
Gram Jyoti
SchemeYojna (DDUGJY)
(RDSS)
TITLE GA OF 11 KV LINE CROSSING OF RAILWAY
USING 3c X 185 SQMM XLPE CABLE ON
A
DP STRUCTURE PCC/PSC POLES A
DATE SCALE DRG. NO. REV. NO.
R0 GRB RWG NTS R0
SIZE
REC/RDSS/11KV/2D
PROJECT SHT. NO.
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY A3 1 OF 4
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
Ø18 ROUND
SECTION
Ø18 HOLE
H H
6mm THK. 1070 40
25 25 60 Ø22 HOLE
50x50x6 PLATE
TO BE WELDED
25
35

75
8

Ø22 HOLES

310
Ø18x40 HOLES
80
RED HOLE
G G
[ 75x40x5.7Kg/m
260

250
WELDED
60 25 70 25
310 370 310

385
EYE HOOK 019 ELEVATION
50x8 MS FLAT
REC
CONSTRUCTION STANDARD
F
E-35 F

100
1070
Ø18 HOLES

29
PLAN
V- CROSS ARM 802

25
14 REC CONSTRUCTION STANDARD
A-6
ELEVATION END VIEW
M10x50 BOLT
E 24 GENERAL NOTES: E
SEE DETAIL `A' 11 kV LINES POLE TOP BRACKET 801 1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED
REC CONSTRUCTION STANDARD 2) MANUFACTURING TOLERANCE.
95

A-7 UPTO 50mm - ± 5%


PLASTIC COVER
THICKNESS NOT 51 TO 100mm - ± 4%
LESS THAN 1mm
101 TO 300mm - ± 3%
5

ABOVE 300mm - ± 2%
3) ALL M.S. PARTS SHALL CONF0RM TO IS:2062
D D
4) ALL M.S. FABRICATED ITEMS SHALL BE HOT DIP GALVANISED
35
100 32 AS PER IS:2629 & 4759
50x8 MS FLAT
5) ALL THE ITEMS SHALL BE MARKED WITH ERECTION CODE.
30 30 171 30 70 25 6) WEIGHT & LENGTH MENTIONED IS FOR PACKING & FORWARDING PURPOSE.
22 14 5 7) ALL CHANNELS AND ANGLES SHALL CONFORM TO IS:SP 6. PART-1.
ALL CHANNELS SHALL BE ISLC CHANNELS.
6

35
11
48
C C
18

#("+-,*
(TYP)
12

FOR TENDER PURPOSE ONLY


65
DETAIL AT `A'
SUSPENSION CLAMP 027 30 30 187 30 70 25
REC
B CONSTRUCTION STANDARD
E-34
CLAMP FOR EYE HOOK 818C Rural Electrification Corporation Ltd. B
Revamped
Deen DayalDistribution Sector
Upadhyaya Gram JyotiScheme (RDSS)
Yojna (DDUGJY)
COMPONENTS FOR 11kV COMPOSITE (IN LINE & ANGULAR LOCATION)
A
LINE FORMATION ON SINGLE PSC/PCC POLE A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/11KV/03 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
GUY GUY
90
BILL OF MATERIAL
H 90 ERE DESCRIPTION QTY. REF. DRG. NO.
H
CODE
GUY GUY
PLAN
60 1 8M/200kG PSC POLE 2 NOS. REC-XII Plan-GEN-001A
B 2 11kV PIN INSULATOR WITH GI PINS 3 NOS.
1070 1070
2 3 BARBED WIRE 7000MM
90
808
6 145 4 11kV DANGER BOARD 1 NO. REC-XII Plan-11KV-022
18

36 5 PIPE EARTHING 1 SET REC-XII Plan-GEN-006


2NOS. M16x200 6 11kV DISK INSULATORS WITH H/W 6 NOS.
G 2NOS. M16x70 G
1500
7 STAY SET ARRANGEMENT 4SET REC-XII Plan-GEN-007
808 TOP CHANNELS (100x50) 2 NOS. REC-XII Plan-11KV-002
7
812 BELTING ANGLES(50x50x6) 2 NOS.
2000

REC-XII Plan-11KV-002
DETAIL A 815 BRACING ANGLES(50x50x6) 2 NOS. REC-XII Plan-11KV-002
1
809 FISH PLATE 6 NOS. REC-XII Plan-11KV-002
816 TOP CLAMPS FOR ANTI CLIMBING DEVICE 1 SET REC-XII Plan-11KV-002
Angle should not be cut on its one of the
817 BOTTOM CLAMPS FOR ANTI CLIMBING DEVICE 1 SET REC-XII Plan-11KV-002
F
A M16x35 2NOS. M16x65
813
sides. Instead, both the sides should be 813 CLAMP A FOR BELTING ANGLE 2 NOS.
F
REC-XII Plan-11KV-002
812
bent and then drilled. 814B CLAMP B FOR BELTING ANGLE 2 NOS. REC-XII Plan-11KV-002
810 CLAMP FOR STAY SET 4 NOS. REC-XII Plan-11KV-002
816
M10x65
BOLTS AND NUTS AS REQD,.
815
2000

1000

M16x35
E
3
NOTES:- E
817
145 1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED.
2) MANUFACTURING TOLERANCE
815
UPTO 50mm - ± 5%
2NOS. M16x65 51 TO 100mm - ± 4%
BOLT
8000

DANGER
11000
11000 N VOLTS 101 TO 300mm - ± 3%
812
M8x30
4
814B
ABOVE 300mm - ± 2%
3) ALL MS PARTS SHALL CONFIRM TO IS :2062
4) ALL M.S. FABRICATED ITEMS SHALL BE HOT DIP GALVANISED.AS PER IS 2629&4759
D D
100x50 CHANNEL 5) ALL THE ITEMS SHALL BE MARKED WITH ERECTION CODE
PSCC POLE 6) WEIGHT MENTIONED IS FOR PACKING & FORWARDING PURPOSE.
3000

809 FISH PLATE


7) ALL CHANNELS & ANGLES SHALL CONFORM AS PER IS:SP6 PART-1
DETAIL B
2500

ALL CHANNELS SHALL BE ISLC CHANNELS


8) THIS DRAWING SHALL BE USED AT TENSION LOCATION FOR SECTIONALISING
AT AN INTERVAL OF 1.6KM.
C
PIPE EARTHING 005
FOR TENDER PURPOSE ONLY
300

300
GL GL GL GL
PIPE EARTHIN
300
Rural Electrification Corporation Ltd.
1500

CONCRETE GRADE
B
1:2:4
Deen Dayal Distribution
Revamped Upadhyaya Gram JyotiScheme
Sector Yojna (DDUGJY)
(RDSS)
90 90 290
FRONT VIEW SIDE VIEW 1500 GA OF 11kV LINE FORMATION AT DP ON PSC/PCC
POLE WITH COMPONENTS (IN LINE ARRANGEMENT)
A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/11KV/04A 1 OF 2 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
95
2200 BILL OF MATERIAL
ERE DESCRIPTION SECTION MATERIAL LENGTH kG./mtr. QTY. TOTAL Wt.
H CODE MM KG. H
275 150 1350 150 275 Ø18x36 SLOTTED
50x8 MS FLAT
160

808 TOP CHANNEL 100x50 M.S. 2200 7.9 2 NOS. 34.76


HOLES 4NOS.
812 BELTING ANGLE 50x50x6 M.S. 1780 4.5 2 NOS. 16.02
31 31
100

815 BRACING ANGLE 50x50x6 M.S. 2383 4.5 2 NOS. 21.45


809 FISH PLATE 50x8 M.S. 300 3.14 6 NOS. 5.65
(MIN) 30 PLAN
3NOS. Ø18 HOLE 816 TOP CLAMP FOR ANTI CLIMBING DEVICE 40x5 M.S. 395 1.60 4 NOS. 2.534
Ø18 HOLE 817 BOTTOM CLAMP FOR ANTI CLIMBING DEVICE 40x5 M.S. 413 1.60 4 NOS. 2.650
CLAMP A FOR BELTING ANGLE
50

813 50x8 M.S. 535 3.14 2 NOS. 3.36


814B CLAMP B FOR BELTING ANGLE 50x8 M.S. 605 3.14 2 NOS. 3.8
CLAMP FOR STAY SET
50

G
30 30 173 810 50x8 M.S. 356 3.14 4 NOS. 4.47 G
SPIKE 6mm ROD M.S. 125 0.22 112 NOS. 3.08
1070 1070 233
TOTAL 97.774
CLAMP `A' FOR 813
TOP CHANNEL (100x50) 808 SR.
BELTING ANGLE (50x8) NO. DESCRIPTION SECTION MATERIAL LENGTH kG./mtr. QTY. TOTAL Wt.
MM KG.
10 NUTS & BOLTS M16 200 0.379KG/NO. 4 NOS. 1.516
95
2339,71 11 NUTS & BOLTS M16 65 0.164KG/NO. 12 NOS. 1.968
25 25 12 NUTS & BOLTS M16 35 0.117KG/NO. 5 NOS. 0.585
3 NOS. Ø18 HOLE 13 NUTS & BOLTS M10 60 0.055KG/NO. 8 NOS. 0.440
F 50x8 MS FLAT F
14 NUTS & BOLTS M8 50 0.05KG/NO. 2 NOS. 0.100
1191,49 1191,49
195
15 SPRING WASHERS M16 3.5 THK. 0.009KG/NO. 21 NOS. 0.189
16 SPRING WASHERS M10 3.5 THK. 0.003KG/NO. 8 NOS. 0.024
31 31 17 SPRING WASHERS M8 3.5 THK. 0.002KG/NO. 2 NOS. 0.004
18 PLAIN WASHER M16 3 THK. 0.015KG/NO. 21 NOS. 0.315
2382,78 (MIN) 30 PLAN 30 (MIN) 19 PLAIN WASHER M10 3 THK. 0.005KG/NO. 8 NOS. 0.040
20 PLAIN WASHER M8 3 THK. 0.004KG/NO. 2 NOS. 0.008
Ø18 HOLE
TOTAL 5.189
BRACING ANGLE(50x50x6) 815

50
E E
173
233
NOTES:-
155 50x8 MS FLAT CLAMP `B' FOR 814B 1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED.
35

30 30 Ø18 HOLE BELTING ANGLE (50x8) 2) MANUFACTURING TOLERANCE


UPTO 50mm - ± 5%
51 TO 100mm - ± 4%
20

D 30 30 101 TO 300mm - ± 3% D
ABOVE 300mm - ± 2%
PLAN 3) ALL MS PARTS SHALL CONFIRM TO IS :2062
4) ALL M.S. FABRICATED ITEMS SHALL BE HOT DIP GALVANISED.AS PER IS 2629&4759
CLAMP FOR 810
5) ALL THE ITEMS SHALL BE MARKED WITH ERECTION CODE

25 25
STAY SET (50x8) SEE NOTE-2
300 6) WEIGHT MENTIONED IS FOR PACKING & FORWARDING PURPOSE.
Ø18x36 SLOTTED
HOLE 50 200 50 7) ALL CHANNELS & ANGLES SHALL CONFORM AS PER IS:SP6 PART-1
ALL CHANNELS SHALL BE ISLC CHANNELS
50

C 8) THIS DRAWING SHALL BE USED AT TENSION LOCATION FOR SECTIONALISING


AT AN INTERVAL OF 1.6KM.
SECTION A-A
FISH PLATE (50x8) 809
6mm ROD SPIKE FOR TENDER PURPOSE ONLY
55 170 65 220 65 170 55
50

B
Rural Electrification Corporation Ltd.
Ø18x36 SLOTTED
3NOS. Ø18 HOLE HOLES 4NOS.
2NOS. Ø10 HOLE
Revamped
Deen Dayal Distribution Sector
Upadhyaya Gram JyotiScheme (RDSS)
Yojna (DDUGJY)
50

1780
BELTING ANGLE(50x50x6) 812 COMPONENTS FOR 11kV LINE FORMATION AT DP
ON PSC/PCC POLE (IN LINE ARRANGEMENT)
A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/11KV/04B 2 OF 2 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
BILL OF MATERIALS
H
SR. H
NO. DESCRIPTION SECTION QTY.
1 8m/200Kg. PCC POLE 2 NOS.
2400 2 11KV PIN INSULATOR WITH G.I. PINS 3 SET
3 BARBED WIRE 3.5m x 2
100

1070 1070 90 145 5 4 PIPE EARTHING 3 SET


9
5 11KV STRAIN INSULATOR 6 SET
11KV LINE 11KV LINE
4 NOS, M16x150 6 STAY SET ARRANGEMENT 4 SET
450

7 11KV 400A AIR BREAK SWITCH 1 SET


10
6 8 11kV DANGER BOARD 1 NO.
4 NOS, M16x65
1130

G G
9 FISH PLATE 50x8 6 NOS.
500

11 7 10 TOP CHANNEL ( [ 100x50 ) 100x50 2 NOS.


11 A.B. SWITCH MOUNTING CHANNEL ( [ 75x40 ) 75x40 2 NOS.
4 NOS, M16x85
12 CHANNEL SUPPORT FOR OPERATING HANDLE [ 75x40 75x40 1 NO.
360

20
13 ANGLE SUPPORT 'A' FOR OPERATING HANDLE 50x50x6 1 NO.
4 NOS, M16x85 14 CHANNEL SUPPORT 'B' FOR OPERATING HANDLE 75x40 1 NO.
580

4 NOS, M16x65
2 NOS.
400

15 CHANNEL SUPPORT FOR OPERATING ROD ( [ 75x40 ) 75x40


18
16 TOP CLAMP FOR ANTI-CLIMBING DEVICE 40x5 2 SET
4 NOS, M16x65
17 BOTTOM CLAMP FOR ANTI-CLIMBING DEVICE 40x5 2 SET
18 DUMMY CLAMP FOR A.B. SWITCH 50x8 2 SET
F F
790

790

2 19 TOP CLAMP FOR A.B. SWITCH OPERATING ROD 50x8 1 NO.


20 CLAMP FOR AB SWITCH MOUNTING CHANNEL 50x8 4 NOS.
21 TOP BELTING ANGLE 50x50x6 1 NO.
26
4 NOS, M16x85 22 BOTTOM BELTING ANGLE 50x50x6 1 NO.
200 300

21 23 BRACING ANGLE 50x50x6 2 NOS.


19
24 PIN INSULATOR SUPPORTING CHANNEL 75x40 1 NO.
2 NOS, M16x65 16
25 DUMMY CLAMP FOR STAY SET 50x8 2 SET
4 NOS, M10x50
15
26 CLAMP FOR TOP BELTING ANGLE 50x8 2 SET
27 CLAMP FOR BOTTOM BELTING ANGLE 50x8 2 SET
E 23 28 CLAMP FOR CHANNEL SUPPORT OF OPERATING HANDLE 50x8 2 NOS. E
2000

1000

2 29 CLAMP FOR PIN INSULATOR SUPPORTING CHANNEL 50x8 2 NOS.


8000

17
4 NOS, M10x50 GENERAL NOTES:
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED
500

2) MANUFACTURING TOLERANCE
27
4 NOS, M16x85 UPTO 50mm - ± 5%
22 51 TO 100mm - ± 4%
8
D 101 TO 300mm - ± 3% D
800

ABOVE 300mm - ± 2%
12
3) ALL M.S. PARTS SHALL CONFORM TO IS:2062.
3 NOS, M16x85
13 4) ALL M.S. FABRICATED ITEMS SHALL BE HOT DIP GALVANISED
2000

2 NOS, M16x85
AS PER IS:2629 & 4759
14
5) ALL THE ITEMS SHALL BE MARKED WITH ERECTION CODE.
1
2440 6) WEIGHT MENTIONED IS FOR PACKING & FORWARDING PURPOSE.
1200

7) ALL CLAMPS AND ANGLES SHALL CONFORM TO IS: SP6 PART-1


ALL CHANNELS SHALL BE ISLC CHANNELS.
C C

300
GL GL GL
FOR TENDER PURPOSE ONLY
300
4

1500
2500
B B
Rural Electrification Corporation Ltd.
600 600 290
ELEVATION SIDE VIEW PROJECT: Revamped Distribution
Deen Dayal UpadhyayaSector Scheme
Gram Jyoti (RDSS)
Yojna (DDUGJY)
TITLE
GA OF 11KV LINE SECTIONALIZER ON PSC/ PSC POLE
A A
DATE SCALE DRG. NO. REV. NO.
R0 GRB RWG NTS R0
02.06.09 SIZE
REC/RDSS/11KV/05A SHT. NO.
PROJECT
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY A3 1 OF 2
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
175
FLAT 40x5mm FLAT 40x5mm
50

330 1070 1070 330 50x8 MS FLAT 30 30 204 30 30 30 30 223 30 30


H H
2 NOS. M10x65 2 NOS. M10x65
30 30 30 30
Ø18 HOLES, 3 NOS. Ø12 HOLE Ø12 HOLE
20 35

35

35
100

20

20
35

35
35

90 180 Ø18x36 SLOT, 4 NOS. 180 90


2800 Ø18 HOLE
DUMMY CLAMP FOR
TOP CHANNEL (100x50) AB SWITCH (50x8) PLAN
10 18 16 BOTTOM CLAMP 17
TOP CLAMP
ANTI CLIMBING DEVICE ANTI CLIMBING DEVICE
G 90 G
180 370 760 760 370 180 90
50X8 MS FLAT
FOR TENDER PURPOSE ONLY
177

40 Ø18x36 SLOT,
124 40
30 35 35 30
10 NOS. 2700
150

A.B. SWITCH MOUNTING CHANNEL 11 176 30 35 30


CLAMP FOR
19
BILL OF MATERIALS
CHANNEL SUPPORT FOR Ø18 HOLE
OPERATING ROD
50

SR. LENGTH TOTAL Wt.


180 2260 180 NO. DESCRIPTION SECTION MATERIAL kG./mtr. QTY.
CLAMP FOR 29
MM KG.
F F
PIN INSULATOR SETTING CHANNEL
1 8m/200Kg. PCC POLE 2 NOS.
40 Ø18x36 SLOT, 40 90
4 NOS. 2700 50X8 MS FLAT 2 11KV PIN INSULATOR WITH G.I. PINS 3 SET
3 BARBED WIRE 3.5m x 2
590 760 760 590
145

4 PIPE EARTHING 1 SET


E 35 30
Ø22HOLE, 5 11KV STRAIN INSULATOR 6 SET
40

3 NOS. Ø18 HOLE


PIN INSULATOR SUPPORTING CHANNEL 6 STAY SET ARRANGEMENT 4 SET
50

23
7 11KV 400A AIR BREAK SWITCH 1 SET
CLAMP FOR
20 8 11kV DANGER BOARD 1 NO.
AB SWITCH (50x8)
9 FISH PLATE 50x8 M.S. 327 3.14 6 NOS. 6.161
E E
10 TOP CHANNEL ( [ 100x50 ) 100x50 M.S. 2800 7.9 2 NOS. 44.240
2700 158 2 NOS.
11 A.B. SWITCH MOUNTING CHANNEL ( [ 75x40 ) 75x40 M.S. 2700 5.7 30.780
40 180 330 1600 330 180 40 50x8 MS FLAT
30 30 30 30 12 CHANNEL SUPPORT FOR OPERATING HANDLE [ 75x40 75x40 M.S. 460 5.7 1 NO. 2.622
13 ANGLE SUPPORT 'A' FOR OPERATING HANDLE 50x50x6 M.S. 240 4.5 1 NO. 1.080
35 20 35
28

D Ø18x36 SLOT, TOP BELTING ANGLE 21 Ø16 HOLES, 14 CHANNEL SUPPORT 'B' FOR OPERATING HANDLE 75x40 M.S. 260 5.7 1 NO. 2.206
4 NOS. 2 NOS.
15 CHANNEL SUPPORT FOR OPERATING ROD ( [ 75x40 ) 75x40 M.S. 390 5.7 2 NOS. 2.223
Ø18 HOLE 16 TOP CLAMP FOR ANTI-CLIMBING DEVICE 40x5 M.S. 487+487 1.6 2 SET 3.117
CLAMP FOR
2 SET
STAY SET (50x8) 25 17 BOTTOM CLAMP FOR ANTI-CLIMBING DEVICE 40x5 M.S. 499+499 1.6 3.194
18 DUMMY CLAMP FOR A.B. SWITCH 50x8 M.S. 427+427 3.14 2 SET 5.363
D D
19 TOP CLAMP FOR A.B. SWITCH OPERATING ROD 50x8 M.S. 626 3.14 1 NO. 1.966
2700
40 180 330 690 220 690 330 180 40 20 CLAMP FOR AB SWITCH MOUNTING CHANNEL 50x8 M.S. 640 3.14 4 NOS. 8.038
90
21 TOP BELTING ANGLE 50x50x6 M.S. 2700 4.5 1 NO. 1.080
1 NO.
28

Ø18x36 SLOT, BOTTOM BELTING ANGLE Ø16 HOLES, 22 BOTTOM BELTING ANGLE 50x50x6 M.S. 2700 4.5 1.080
4 NOS.
22 2 NOS.
50x8 MS FLAT 23 BRACING ANGLE 50x50x6 M.S. 2700 4.5 2 NOS. 1.080

178
C 35 35
24 PIN INSULATOR SUPPORTING CHANNEL 75x40 M.S. 2700 5.7 1 NO. 1.482
(MIN)
30 25 DUMMY CLAMP FOR STAY SET 50x8 M.S. 427+427 3.14 2 SET 5.363
Ø18 HOLE 26 CLAMP FOR TOP BELTING ANGLE 50x8 M.S. 592 3.14 2 SET 3.717

50
27 CLAMP FOR BOTTOM BELTING ANGLE 50x8 M.S. 626 3.14 2 SET 3.931
C Ø18 HOLES, C

50
1268 1268 28 CLAMP FOR CHANNEL SUPPORT OF OPERATING HANDLE 50x8 M.S. 726 3.14 2 NOS. 4.559
TOP CLAMP FOR
26
BELTING ANGLE (50x8) 29 CLAMP FOR PIN INSULATOR SUPPORTING CHANNEL 50x8 M.S. 516 3.14 2 NOS. 3.240
25 25
2535
Ø16x32 SLOT,
2 NOS. BRACING ANGLE
23
90
90
50x8 MS FLAT

207
160 65 60 20 200 20

221
35 35
B 50 B
75
50 Ø18x36 SLOT
127 Ø14 HOLE
240
Ø18 HOLE

L50x50x6
(MIN)
30 68
(MIN)
30 35 35 30 Rural Electrification Corporation Ltd.
462 12 ANGLE SUPPORT 'A'
13
Ø18 HOLE

50
CHANNEL SUPPORT FOR OPERATING HANDLE 160
FOR OPERATING HANDLE CLAMP FOR
PROJECT:
180 BOTTOM CLAMP FOR 27
BELTING ANGLE (50x8)
OPERATING HANDLE 28
Deen DayalDistribution
Revamped Upadhyaya Sector
Gram Jyoti Yojna(RDSS)
Scheme (DDUGJY)
50 160 130 50
75

40 Ø18x36 SLOT 75
TITLE
260
Ø18x36 SLOT Ø14x28 SLOTTED HOLE
GA OF 11KV LINE SECTIONALIZER ON PCC/ PSC POLE
390
CHANNEL SUPPORT 'B' CHANNEL SUPPORT 15
A A
FOR OPERATING ROD
FOR OPERATING HANDLE DATE SCALE DRG. NO. REV. NO.
R0 NTS R0
14.01.09
REC/RDSS/11KV/05B
PROJECT SIZE SHT. NO.
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY A3 2 OF 2
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
002
BILL OF MATERIAL
190 300

H 829A H
1070 ERE DESCRIPTION QTY. REF. DRG. NO.
831,5

CODE
001 8m/200Kg. PSC POLE 1 NO. REC-XII Plan-GEN-001A
100

802A 002 11 kV PIN INSULATOR 3 NOS.


2NOS, M16x65
2NOS, M16x140
100

803A +1NO, M16x100


003 BARBED WIRE 3500 MM
004 11 kV DANGER BOARD 1 NO. REC-XII Plan-11KV-022
829
3000

005 SPIKE EARTHING 1 SET REC-XII Plan-GEN-012


G G
100

145 90 802A V- CROSS ARM 1 NO. REC-XII Plan-11KV-010


A DETAIL `A' 829 V- CROSS ARM SUPPORTING CHANNEL (3MEXTN) 1 NO. REC-XII Plan-11KV-010
2NOS, M16x140
829C 829A WELDED PLATE 1 NO. REC-XII Plan-11KV-010
829D 2NOS, M16x65 829D WELDED PLATE 1 NO. REC-XII Plan-11KV-010
1000

100

803C
200 400

829C WELDED WASHER PLATE 1 NO. REC-XII Plan-11KV-010


829D 2NOS, M16x65
803B
803A BACK CLAMP FOR V-CROSS ARM 1 NO. REC-XII Plan-11KV-010
F
814 CLAMP FOR DANGER BOARD 1 NO. REC-XII Plan-11KV-001 F
816 TOP CLAMP FOR ANTI CLIMBING DEVICE 1 NO. REC-XII Plan-11KV-001
1 817 BOTTOM CLAMP TOP ANTI CLIMBING DEVICE 1 NO. REC-XII Plan-11KV-001
E 803B BACK CLAMP FOR V CROSS ARM SUPPORTING CHANNEL 1 NO. REC-XII Plan-GEN-010
803C BACK CLAMP FOR V CROSS ARM SUPPORTING CHANNEL 1 NO. REC-XII Plan-GEN-010
NUTS & BOLTS AS REQD. REC-XII Plan-GEN-010
816
2NOS, M10x60
E
C GENERAL NOTES: E
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED
1000

3
2) MANUFACTURING TOLERANCE
UPTO 50mm - ± 5%
D
817 51 TO 100mm - ± 4%
2NOS, M10x60
150

4 DANGER
11000 VOLTS C
101 TO 300mm - ± 3%
2NOS, M8x60 11000 N
Okk¢YVLk
814 D
[kRkjk
ABOVE 300mm - ± 2%
3) ALL M.S. PARTS SHALL CONF0RM TO IS:2062
8000

D D
4) ALL M.S. FABRICATED ITEMS SHALL BE HOT DIP GALVANISED
AS PER IS:2629 & 4759
5) ALL THE ITEMS SHALL BE MARKED WITH ERECTION CODE.
6) WEIGHT MENTIONED IS FOR PACKING & FORWARDING PURPOSE.
C 7) ALL CHANNELS AND ANGLES SHALL CONFORM TO IS SP6 PART-1.
3000

RGGVY
NESCL ALL CHANNELS SHALL BE ISLC CHANNELS
C C
1500

FOR TENDER PURPOSE ONLY


1200
GL GL GL GL GL
300
B
Rural Electrification Corporation Ltd. B
AGGREGATES OR

Ø 20 SPIKE EARTHING
1500

Stone bolder 100mm


& above (60%) WITH
COMPACTED SOIL (40%)
Deen DayalDistribution
Revamped Upadhyaya Gram JyotiScheme
Sector Yojna (DDUGJY)
(RDSS)
RCC BASE
450x450x75
290 90 GA OF 11kV POLE EXTENSION FOR SINGLE PCC/ PSC POLE
500 600
A
ELEVATION SIDE A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/11KV/6A 1 OF 2 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
BILL OF MATERIAL
829A
1070 40 ERE
CODE
DESCRIPTION SECTION MATERIAL LENGTH kG./mtr. QTY. TOTAL Wt.
H MM KG. H
50x50x6 PLATE Ø22 HOLE 802A V CROSS ARM 75x40 M.S. 1398.36 5.7 1 NO. 7.970
831,5

TO BE WELDED 829 V-CROSS ARM SUPPORTING CHANNEL (3MEXTN) 100x50 M.S. 3000 9.56 1 NO. 28.68
829A WELDED PLATE 50x8 M.S. 88 3.14 1 NO. 0.276
829D WELDED PLATE 50x8 M.S. 330 3.14 2 NOS. 2.072
310

Ø18x36 HOLES 829C WELDED WASHER PLATE 50x8 M.S. 160 3.14 1 NO. 0.502
80 803A BACK CLAMP FOR V CROSS ARM 50x8 M.S. 336 3.14 1 NO. 1.055
814 CLAMP FOR DANGER BOARD 30x3 M.S. 660 0.701 1 NO. 0.462
G 816 TOP CLAMP FOR ANTI CLIMBING DEVICE 40x5 M.S. 395 1.60 2 NOS. 1.264 G
817 BOTTOM CLAMP FOR ANTI CLIMBING DEVICE 40x5 M.S. 413 1.60 2 NOS. 1.322
[75x40x5.7Kg/m = = 803B B.C. FOR V CROSS ARM SUPPORTING CHANNEL 50x8 M.S. 450 3.14 1 NO. 1.413
803C B.C. FOR V CROSS ARM SUPPORTING CHANNEL 50x8 M.S. 451 3.14 1NO. 1.416
829B
196 SPIKE 6mm ROD M.S. 125 0.22 56 NOS. 1.540
3000

310 370 310 TOTAL 47.972


ELEVATION DESCRIPTION SIZE MATERIAL LENGTH KG. QTY. TOTAL Wt.
MM KG.
F F
NUTS & BOLTS M16 140 0.283 2 NOS. 0.566
829C
NUTS & BOLTS M16 100 0.220 1 NO. 0.220
1070
29
NUTS & BOLTS M16 65 0.164 6 NOS. 0.984
100

PLAN NUTS & BOLTS M10 60 0.055 4 NOS. 0.220


829D
V- CROSS ARM 802A NUTS & BOLTS
SPRING WASHERS

M8
M16

60
3.5 THK.

0.05
0.009

2 NOS.
9 NOS.

0.100
0.081
600

SPRING WASHERS M10 3.5 THK. 0.003 4 NOS. 0.012


400

SPRING WASHERS M8 3.5 THK. 0.002 2 NOS. 0.004


E E
PLAIN WASHER M16 3 THK. 0.015 9 NOS. 0.135
829D 50x8 MS FLAT PLAIN WASHER M10 3 THK. 0.005 4 NOS. 0.02
200

PLAIN WASHER M8 3 THK. 0.004 2 NOS. 0.08


50

TOTAL 2.422
100
88 GENERAL NOTES: * 829A, 829D, 829C SHALL BE WELDED TO ITEM NO. 829
* 40 250 40
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED
V CROSS ARM WELDED PLATE 829A
829 2) MANUFACTURING TOLERANCE
SUPPORTING CHANNEL

50
D 30 100 30 UPTO 50mm - ± 5% D
50x8 MS FLAT 51 TO 100mm - ± 4%
Ø18x36 HOLES
104 101 TO 300mm - ± 3%

50
330
* ABOVE 300mm - ± 2%
50x8 MS FLAT WELDED PLATE 829D 3) ALL M.S. PARTS SHALL CONF0RM TO IS:2062
160 50x8 MS FLAT
(MIN) 30 38 38 30 (MIN) 4) ALL M.S. FABRICATED ITEMS SHALL BE HOT DIP GALVANISED
40

* AS PER IS:2629 & 4759


WELDED
829C 5) ALL THE ITEMS SHALL BE MARKED WITH ERECTION CODE.
C 196 WASHER PLATE 6) WEIGHT MENTIONED IS FOR PACKING & FORWARDING PURPOSE. C
7) ALL CHANNELS AND ANGLES SHALL CONFORM TO IS SP6 PART-1.
PLAN
Ø18 HOLE ALL CHANNELS SHALL BE ISLC CHANNELS
157
FOR TENDER PURPOSE ONLY
ELEVATION 50x8 MS FLAT
165
50x8 MS FLAT 38.5 38.5
104 50x8 MS FLAT
Rural Electrification Corporation Ltd.
B B
34,5 34,5
(MIN) 30 38 38 30 (MIN)

70
70
40

X-ARM Ø10 HOLE


30 30
Ø10 HOLE
30 30 (MIN) 250 (MIN)
Deen Dayal Upadhyaya
Revamped Gram
Distribution JyotiScheme
Sector Yojna (DDUGJY)
(RDSS)
(MIN) 250 (MIN)
PLAN
10

196 PLAN
BACK CLAMP FOR 803C
BACK CLAMP FOR 803B COMPONENTS FOR 11kV POLE EXTENSION FOR SINGLE PCC/PSC POLE
PLAN V-CROSS ARM SUPPORTING CHANNEL
V-CROSS ARM SUPPORTING CHANNEL
A CLAMPS & 803A A
X-ARM ASSEMBLY
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/11KV/6B 2 OF 2 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
4 Hole Ø20
1070 5 Welded

Hole Ø18
3 2

Welded 150 Welded


180

ELEVATION END VIEW

6 Hole Ø18

150

75 75 50 50
50 300 50 250

PLAN
BACK CLEAT
11KV 'V" Cross-Arm

BILL OF MATERIAL
PART Weight
DESCRIPTION QTY.
NO. (in Kg)

1 M. S. CHANNEL 75x40x6 = 710 LONG 1 No. 4.83


2 M. S. CHANNEL 75x40x6 = 635 LONG 1 No. 4.32
3 M. S. ANGLE 50x50x6 = 300 LONG 1 No. 1.35
4 M. S. ANGLE 65x65x6 = 125 LONG 2 Nos. 1.46
5 M. S. ANGLE 65x65x6 = 50 LONG 2 Nos. 0.58
6 M. S. CHANNEL 75x40x6 = 250 LONG 2 No. 3.4

All Dimensions are in mm.


12 11 10 9 8 7 6 5 4 3 2 1
H H
SILICONE RUBBER HOUSING
G G
M.S COUPLE PIN
F F
O 16
O91+1
E E
D D
S.S SPLIT PIN
C
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd. B
Deen Dayal Upadhyaya
Revamped GramSector
Distribution Jyoti Yojana(
Scheme DDUGJY)
(RDSS)
A
11 KV 45KN COMPOSITE INSULATOR
A
R0
REC/RDSS11kV/08
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6
5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
160 190

A-7
650

G G
300

1070
F F
800

E E
D D
Earth Wire
Pole
C C
FOR TENDER PURPOSE ONLY
ALL DIMENSIONS ARE IN MM.
ELEVATION END VIEW
B Rural Electrification Corporation Ltd. B
All Dimensions are in mm.
TENGENT LOCATION
Deen Dayal
Revamped Upadhyaya
Distribution Gram (RDSS)
Sector Scheme Jyoti Yojna (DDUGJY)
MAXIMUM SPAN-107 METERS
11 KV LINES CONDUCTOR FORMATION AND
NOTE:- 11 KV -CONSTRUCTION WITHOUT CONTINUOUS CLEARANCE WITH EARTH WIRE
A
EARTH WIRE VIDE A-2 IS PREFERRED. A
R0
PROJECT
REC/RDSS/11KV/09 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
Holes Ø20
65

G G
2
Welded
25
65

F BILL OF MATERIAL F
Part No. DESCRIPTION QTY.
100

1
405

1
M.S Channel 75x40x60=405 Long 1 NOS.
E
2 M.S Angle 65x65x6= 75 Long 2 NOS. E
Holes Ø 18 All Dimensions in mm
100

D D
40
ELEVATION END VIEW
C C
FOR TENDER PURPOSE ONLY
B Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution SectorGram
SchemeJyoti Yojna (DDUGJY)
(RDSS)
Plan 11 KV LINE POLE TOP BRACKET
A A
R0
PROJECT
REC/RDSS11KV/10 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
BILL OF MATERIAL
P.C.C SUPPORTS 8 MTR LONG 1 Nos.
CHANNELS (FOR V-CROSS ARM) REFER REC CONST. STD A-6 1 Nos.
CHANNELS (FOR HORIZONTAL CROSS ARM) 75X40-1150(APPROX.) 1 Nos.
F F
11 KV STRAIN INSULATORS WIOTH HARDWARE 3 Nos.
11 KV PIN INSULATORS WITH PINS 4 Nos.
POLE TOP BRACKET REFER REC CONST. STD A-7 1 No.
GUY SETS REFER REC CONST. STD G-2 1 No.
BUS PLATE REFER REC CONST. STD K-1 1 Nos.
PIPE/ROD EARTHING REFER REC CONST. STD J-2 1 Nos.
E E
BLACK CLAMP(FOR V-CROSS ARM) REFER REC CONST. STD K-2 1 No.
EARTHING MATERIAL,NUTS,BOLTS,CLAMPS ETC. AS REQUIRED
NOTE:-MAXIMUM SPAN BETWEEN THE TAPPING POLE AND
ADJACENT POLE OF THE BRANCH LINE - 50 MTR.
D D
C GL GL GL C
FOR TENDER PURPOSE ONLY
B Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution Gram
Sector Jyoti(RDSS)
Scheme Yojna (DDUGJY)
Elevation Side
11 KV LINES TAPPING ARRANGEMENT
A
for SPUR LINE A
R0
ALL DIMENSIONS ARE IN MM. REC/RDSS/11KV/11
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
BILL OF MATERIAL
G
F.C.C SUPPORTS 8 M 1 Nos. G
POLE TOP BRACKET 1 Nos.
V- CROSS ARM 1 Nos.
11 KV PIN INSULATORS WITH PINS 3 Nos.
SHACKLE INSULATORS 4 Nos.
U-CLAMP WITH BOLT 1 No.
EARTHING MATERIAL 1 No.
F F
BOLTS,NUTS,CLAMPS ETC. AS REQUIRED
BOLTS 16 O 1 Nos.
BASE PLATE 1 No.
NOTES:-
1. IF THROUGH BOLT ARRANGEMENT FOR FIXING
THE SHACKLE INSULATOR TO THE POLE IS
E
NOT POSSIBLE SUITBALE POLE CLAMP MAY E
BE USED.
2. THE EARTH-CUM-NETRUAL WIRE SHALL BE
RUN ON LT SHACKLE INSULATOR.
D D
GL GL
C C
FOR TENDER PURPOSE ONLY
B Rural Electrification Corporation Ltd. B
RGGVY-XII
Revamped Plan Projects
Distribution Sector Scheme (RDSS)
11 KV LINES CONDUCTOR FORMATION AND CLEARANCES
ALL DIMENSIONS ARE IN MM.
OF 11 KV 3-PHASE LINE IN 3-PHASE/SINGLE PHASE COMPOSITE SYSTEM
A
(PHASE - TO-NEUTRAL) A
R0
PROJECT
REC/RDSS11KV/12 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F
NOTE:- F
1. REFER REC CONSTRUCTION STANDARD
A-22 FOR TYPE OF POLE TO BE USED.
2. THE DRAWING INDICATES THE POSITION
OF GUY CLAMP ON THE POLE. THE
DIRECTION OF GUY WIRE SHALL BE
E
SUCH AS TO COUNTERACT .THE E
RESULTANT TENSION OF THE CONDUCTORS.
3. GUY ANGLE SHALL BE 30 TO 45.
D D
ELEVATION
C C
FOR TENDER PURPOSE ONLY
B Rural Electrification Corporation Ltd. B
Revamped Distribution
Deen Dayal Upadhyaya Sector
GramScheme
Jyoti (RDSS)
Yojana (DDUGJY)
ALL DIMENSIONS ARE IN MM.
PLAN 11 KV LINES CONDUCTOR FORMATION AND
ARRANGEMENT OF GUYS FOR 10 TO 60 ANGLE LOCATIONS
A
AT A-A' (SINGLE POLE SUPPORT) A
R0
PROJECT REC/RDSS/11KV/13 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
NOTE:-
1. REFER REC CONSTRUCTION STANDARD
A-22 FOR TYPE OF POLE TO BE USED.
2. THE DRAWING INDICATES THE POSITION
F
OF GUY CLAMP ON THE POLE. THE F
DIRECTION OF GUY WIRE SHALL BE
SUCH AS TO COUNTERACT .THE
RESULTANT TENSION OF THE CONDUCTORS.
3. GUY ANGLE SHALL BE 30 TO 45.
E E
D D
ELEVATION
C C
FOR TENDER PURPOSE ONLY
B Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution Gram
Sector Jyoti(RDSS)
Scheme Yojana (DDUGJY)
PLAN 11 KV LINES CONDUCTOR FORMATION AND
ARRANGEMENT OF GUYS FOR DEAD LOCATIONS (DOUBLE POLE SUPPORT)
A A
R0
PROJECT
REC/RDSS/11KV/14 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
18.2
44
165

SMALL STEEL HEAD


24Ø
1. PIN AS SHOWN SUITABLE FOR METAL
40 INSULATOR PIN
CROSS ARM.
2. FOR WOOD CROSS ARM INSTEAD OF
25 SPRINGS WASHER USE TWO SQUARE
12 R
WASHERS 50x50x5mm ON THE TOP AND THE
5

NOTES
OTHER BOTTOM
20Ø
11KV INSULATORS & FITTINGS
INSULATOR PINNUT
150

SPRING WASHER SCALE: NTS SEPT.-1972


HEXAGONAL NUT
100
ALL DIMENSION ARE IN mm.
Revamped Distribution Sector Scheme (RDSS)
TYPE S 165
IS:2488 (PART-II)
PIN INSULATOR
RDSS
145 35
6 100

25
16Ø

140
4
2

6 17.5Ø HOLE FPR


16Ø COTTER PIN

ELEVATION
END VIEW

11 KV INSULATOR &
S .No. BILL OF MATERIAL QTY. FITTINGS CLEVIS & TONGUE
TYPE STRAIN INSULATOR SET
1 BOLT - NUT - 10ØX145 1

2 SPRING WASHER 1 ALL DIMENSION ARE IN mm.

3 CROSS - ARM STRAPS 2 TENDER DRAWING

4 WASHER 2
TITLE : 11 KV INSULATOR &
5 COTTER PIN 2 FITTINGS CLEVIS & TONGUE
TYPE STRAIN INSULATOR SET
6 DISC INSULATOR 1 DRG. NO : NH / RE / INSULATOR /01

7 CLEVIS ENDED CLAMP


WITH ALUMINUM LINER 1
Side Tie In Position On 11 KV Pin Insulator
11kV CONDUCTOR DEAD-END FITTING IN POSITION
A

H
E

F
12

12
17
32 4

11 20
2 13 3 4 5
1
11

11
27
20 15O
35
10 45
10

10
THREADS TO SUIT M-12
MIG BOLT
20 85 TYPE"A"
30
9

9
30
8

8
M S RIVET ELECTRO GALVANISED M-6 BOLT,NUT( IS:1367)
WITH PLAIN AND SPRING WASHER

17
32 4
7

7
11
2 3 4 5
3 1
2
6

6
20 15O
35
10

MIG BOLT TYPE"B"


5

5
20
115
30
43 12
12 18
4

30 24

NOTES:- M S RIVET HOLE DIA TO SUIT M G BOLTS


3

1. ALUMINIUM ALLOY 'A-11' CONNECTOR GRIP WITH ELECTRIC


GALVANIZED MIO BOLT ,NUT WITH PLAIN AND SPRING ALL DIMENSIONS ARE IN MM.
WASHERS TO GRIP THE CONDUCTOR IN HORIZONTAL AND
VERTICAL DIRECTIONS.
2. ALUMINIUM ALLOY 'A-11'(IS:617-1975)BODY. FOR TENDER PURPOSE ONLY
3. EPOXY SEAL TO GUARD AGAINST ATMOSPHERIC EFFECTS.
4. HIGH PRESSURE FIT JOINT BETWEEN ALUMINIUM ALLOY AND
BRONZE COMPONENTS OF THE CONNECTOR. Rural Electrification Corporation Ltd.
5. HIGH STRENGTH CORROSION RESISTANT BRONZE BODY.
2

PROJECT:
Deen Dayal Upadhyaya Gram Jyoti Yojana (DDUGJY)
TITLE
Bimettalic Connector (H. T.) for
11kV Distribution Transformer
1

SIZE SCALE DRG. NO. SHT. NO. REV. NO.


R0
A3 NTS REC/RDSS/11KV/20 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
D

H
E

F
12 11 10 9 8 7 6 5 4 3 2 1
H H
G
BILL OF MATERIAL G
Part No. Description Qty.
1. M.S Channel 100 X50X6 = 3240 Long 2 Nos.
2. M.S Angle 65X65X6 = 1800 Long 2 Nos.
Details of 2
3. M.S Angle 50x50x6 = 2700 Long 2 Nos.
4. Strain Plate 3 Nos.
F F
5. M.S Angle 65X65X6 = 280 Long 4 Nos.
6. M.S Clamp 50x8 4 Nos.
7. Nut Bolts As reqd.
Details of 3
Details of 5 Details of 4
E E
Holes O 25
Back Cleat
Strain Plate
D D
M.S Flat
1. FLANGE OF ANGLE SHOULD BE WRAPPED ON OTHER SIDE OF
FLANGED AND THEN DRILLED.
2. ONE SIDE FLANGE SHOULD NOT BE CUT.
All dimensions are in mm.
C C
All holes are 18mm dim.
FOR TENDER PURPOSE ONLY
From Ground
level

B Rural Electrification Corporation Ltd. B


Deen Dayal
Revamped Upadhyaya
Distribution Gram
Sector Jyoti(RDSS)
Scheme Yojana (DDUGJY)
General Arrangement of DC Crosss-Arm and Bracing With
Back Cleat for PSC/PCC Poles
A A
R0
PROJECT
REC/RDSS/11KV/21 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
Hole Ø20 Hole Ø20 Welded
1070
300 300
1
4 5
3 2
Welded Hole Ø18
ELEVATION END VIEW
6
Hole Ø18
300 1070 300
25 275 300 300 50 50
150
50 50 25
250
75 PLAN 75
BACK CLEAT
Revamped Distribution Sector Scheme (RDSS)
4 Hole Ø20
15.30 5 Welded
1
Hole Ø18
3 2
Welded Welded
180
ELEVATION END VIEW
7
Hole Ø18
75 75 50 50
30 300 30 250
PLAN
BACK CLEAT
11KV 'V" Cross-Arm Revamped Distribution Sector Scheme (RDSS)
HOLES Ø10MM
HOLES Ø10MM NOTES:-
1) THE PLATE SHALL BE MADE FROM M.S. SHEET OF ATLEAST 1.6mm THICKNESS
& VITREOUS ENAMELED WHITE WITH LETTERS, FIGURES & THE CONVENTIONAL SKULL
& BONES IN SIGNAL RED COLOUR ON THE FRONT SIDE(IS 5-1978). THE REAR SIDE
OF THE PLATE SHALL ALSO BE ENAMELED.
2) ALL LETTERING SHOULD BE CENTRALLY SPACED.
3) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED.
Equivalent of Volts 4) MANUFACTURING TOLERANCE AS FOLLOWS
in Local Language
UP TO 50mm : ±5%
51 TO 100mm : ±4%
101 TO 300mm : ±3%
ABOVE 300mm : ±2%
Equivalent of Danger in
Local Language
Revamped Distribution Sector Scheme (RDSS)
BILL OF MATERIAL
ERE
DESCRIPTION QTY. REF. DRG. NO.
CODE
BILL OF MATERIAL
ERE TOTAL Wt.
DESCRIPTION SECTION MATERIAL LENGTH kG./mtr. QTY.
CODE MM KG.
TOTAL 30.97
DESCRIPTION SIZE MATERIAL LENGTH KG. QTY. TOTAL Wt.
MM KG.
TOTAL 0.752
GENERAL NOTES:
ELEVATION
PLAN
BACK CLAMP FOR Deen Dayal
Revamped Upadhyaya
Distribution SectorGram Jyoti
Scheme Yojana
(RDSS)
GUARDING CROSS ARM
PLAN
GUARDING CROSS ARM
1 OF 1 0
12 11 10 9 8 7 6 5 4 3 2 1
H H
M 16 OR 5/ 8'' BSW
M.S BOLTS WITH P.C.C POLE
NUTS,FLAT ROUND
&
SPRING WASHERS
G
25 9,9 70 25
G
90
6

F
145 F
E E
M. S FLAT
50X6 mm
M 16 OR 5/ 8'' BSW
D
M.S BOLTS WITH D
NUTS,FLAT ROUND
&
SPRING WASHERS
C
50
FRONT VIEW FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
Deen Dayal
Revamped Upadhyaya
Distribution GramScheme
Sector Jyoti Yojana(
(RDSS) DDUGJY)
TITLE
33 kv Line Pole Bracket
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS REC/RDSS/33kV/01 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
12 11 10 9 8 7 6 5 4 3 2 1
11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
Deen Dayal
Revamped Upadhyaya
Distribution Gram(RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
TITLE
DETAILS OF 33kV VCB FOUNDATION
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/33kV/02
11 10 9 8 7 6
530
1320
1525

1510
SAG
1525

POLE
GROUND CLEARANCE 5200
1500

C:\Users\user\Desktop\REC_Logo.jpg

ALL DIMENSION ARE IN mm.


M. S. CHANNEL
100x50x6.4 - 65
LONG WELDED
WITH ANGLE
67
65
25

100

75
20Ø HOLES
67

260
WELDED
100

140

380
260

380
80

100

100
16Ø HOLES

100

25
40
25
40

ELEVATION END VIEW


END VIEW
ELEVATION
Revamped Distribution Sector Scheme (RDSS)
755

G.L.
1525

G.L.
1500 GROUND CLEARANCE 5200
1110 400 565 225

G.L.

SIDE VIEW
G.L.
12 11 10 9 8 7 6 5 4 3 2 1
H H
Holes Ø25
75
BILL OF MATERIAL
75

G G
2 Part No. DESCRIPTION QTY.
Welded Welded
25

1
Channel 100x50x6=415 Long 1 NOS.
75

2 Angle 75x75x6= 75 Long 2 NOS.


F F
All Dimensions in mm
100

1
475

E E
Holes Ø 18
100

D D
C
100 40 50 C
FOR TENDER PURPOSE ONLY
ELEVATION SIDE VIEW
B Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution SectorGram
SchemeJyoti Yojana (DDUGJY)
(RDSS)
33 kV LINE POLE TOP BRACKET
A A
Plan R0
PROJECT
REC/RDSS/33kV/06 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
4
1530 5 8
Hole Ø25 Welded

1
8 Hole Ø18
3
2
230
Hole Ø18
6 450 400

170
130
50

ELEVATION END VIEW

75 75 Hole Ø18
75 710 75
7
PLAN 230
35 35
300
33KV 'V" Cross-Arm
BACK CLEAT (2 Nos.)
BILL OF MATERIAL
PART NO. DESCRIPTION QTY.
1 M. S. CHANNEL 100x50x6 = 1040 LONG 1 No.
2 M. S. CHANNEL 100x50x6 = 940 LONG 1 No.
3 M. S. ANGLE 65x65x6 = 710 LONG 1 No.
4 M. S. ANGLE 65x65x6 = 150 LONG 2 Nos.
5 M. S. ANGLE 65x65x6 = 75 LONG 2 Nos.
6 M. S. ANGLE 50x50x6 = 50 LONG 1 No.
7 M. S. CHANNEL 75x40x6 = 300 LONG 2 Nos.
8 M. S. PLATE 50x50x6 2 Nos.(Welded)

NOTE:- (1) a & b shown area for P.C.C. Poles

All Dimensions are in mm.


400 1530 400
Hole Ø25 Hole Ø25
5 Welded
2 1
4
3
Welded

a
Hole Ø18
450 400

170
170
50

ELEVATION END VIEW

7 Hole Ø18

a
35 35
100
PLAN
BACK CLEAT

33KV Bridling 'V" Cross Arm (Road Crossing)

BILL OF MATERIAL
PART STORE CODE
DESCRIPTION QTY.
NO. NO.
1 M. S. CHANNEL 100x50x6 = 1040 LONG 1 No. F-002308
2 M. S. CHANNEL 100x50x6 = 940 LONG 1 No. F-002308
3 M. S. ANGLE 65x65x6 = 710 LONG 1 No. F-000324
4 M. S. ANGLE 65x65x6 = 510 LONG 2 Nos. F-000324
5 M. S. ANGLE 65x65x6 = 75 LONG 4 Nos. F-000324
6 M. S. ANGLE 50x60x6 = 50 LONG 1 No. F-000263
7 M. S. CHANNEL 50x50x6 = 300 LONG 2 Nos. F-002308

Note: For P. C. C. Plot a = 230mm


b = 230mm

All Dimensions are in mm.


11 10
H H
G G
mounting bracket
SURGE ARRESTER
F F
Disconnector
Hole for mounting 146+5
E E
cable with
lug NOTES:-
Disconnector integrated into bracket
-Dia 13 hole in bracket for mounting onto
a channel in the field.mm
M-10
D D
MV SURGE ARRESTER
TYPE:NDA
Mounting Bracket and Disconnector
C C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd. B
Revamped
Deen DayalDistribution
UpadhyayaSector
GramScheme (RDSS)DDUGJY)
Jyoti Yojana(
All dimensions are in mm. Drawing of Bracket for 11 kV LA
A A
R0
REC/RDSS/DTR-SS/01
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT 1 OF 1 0
BY BY BY
11 10 9 8 7 6 5 4 3 2 1
1800

L.A.
11 K.V. HT CABLE
(3x50 SQ.MM.)
G.O. SWITCH

ISMC 75x40x6mm
CHANNEL X-ARM

D.O. FUSE

DANGER DANGER
10000

11/0.433kV TRANSFORMER
100 mm dia. G.I. PIPE
Along with Pole for HT Cable

LT CABLE

OPERATING HANDLE WITH LOCK

G.L. G.L.
1700

POLE MOUNTED SUB-STATION


2
C100X50
600

L50X50X6
C75x40
1500

1200

1
BILL OF MATERIAL
S.No
460 460 1 SUPPORT - 9m 2
760
2 CHANNEL 100X50 - 2800 (APP.) 2
1200

760
3 CHANNEL 75X40 - 1500 (APP.) 2
4 CHANNEL 75X40 - 2800(APP.) 4
DOUBLE C75X40 5 ANGLE 50X50X6 - 2800 (APP.) 3
6 ANGLE 35X35X5 - BREACHING FOR SUPPORTING
A - B SWITCH - 1000 ( APP.) 2
L50X50X6 FOR
7 ANGLE 35X35X5 - FOR TRANSFORMER BELTING 2
TRANSFORMER
8 ANGLE 75X40 - X. ARM FOR SUPPORTING
BELTING
A - B SWITCH - 1000 (APP.) 4
7500
9 DISTRIBUTION TRANSFORMER 1
C75X40
10 AIR BREAK SWITCH (HORIZONTAL TYPE) 1 SET
L35X35X5 L35X35X5
TRANSFORMER
UP TO
11 H. G. FUSE UNIT - 3 PHASE 1 SET
100 KVA BRACING 12 11 KV LIGHTING ARREST'S 3
TRANSFORMER 13 DISTRIBUTION BOX 1
DOUBLE C100X50 14 BASE PLATE (REFER K-1) 2

4500
15 20 15 DANGER BOARD 1
ADDITIONAL CLAMP DOUBLE C75X40 16 CLAMPS, NUTS, BOLTS, BARBED WIRE ETC AS REQD

3660
FOR RAILS BEAMS 17 L. T. CABLE AS REQD
TUBULAR POLES L.T. DISTRIBUTION
18 PIPE/ROD EAR THING (REFER J-2) AS REQD
BOX
19 EAR THING SET AS REQD

2440 APP
OPERATING 20 BOARD 1
HANDLE

2000
1250

2440
G 11 KV/433-250 V
DISTRIBUTION SUB-STATION (16/25 KVA)
(FOR ON LINE LINE LOCATIONS - ACROSS LINE)

1500
J-2 Revamped Distribution Sector Scheme (RDSS)
J-2 ELEVATION VIEW AT X-X
1350
2 2
600

5
1500

1200

3
3
BILL OF MATERIAL
460 760 760 460 7
L.T. LINE BRACING
11 KV
H.G
S.No
FUSE
1 SUPPORT - 9m 2
1200

2 CHANNEL 100X50 - 2800 (APP.) 2


4 3 CHANNEL 75X40 - 1500 (APP.) 2
4 CHANNEL 75X40 - 2800(APP.) 4
5 5 ANGLE 50X50X6 - 2800 (APP.) 3
6 ANGLE 35X35X5 - BREACHING FOR SUPPORTING
A - B SWITCH - 1000 ( APP.) 2
5
7500
7 ANGLE 35X35X5 - FOR TRANSFORMER BELTING 2
8 ANGLE 75X40 - X. ARM FOR SUPPORTING
6 A - B SWITCH - 1000 (APP.) 4
6 TRANSFORMER BRACING
UP TO 9 DISTRIBUTION TRANSFORMER 1
100 KVA 9 10 AIR BREAK SWITCH (HORIZONTAL TYPE) 1 SET
5490
4 11 H. G. FUSE UNIT - 3 PHASE 1 SET
2
12 11 KV LIGHTING ARREST'S 3
4500
15 13 13 DISTRIBUTION BOX 1
ADDITIONAL CLAMP
14 BASE PLATE (REFER K-1) 2

3660
FOR RAILS BEAMS
20 15 DANGER BOARD 1
TUBULAR POLES
16 CLAMPS, NUTS, BOLTS, BARBED WIRE ETC AS REQD

2440 APP
17 L. T. CABLE AS REQD
OPERATING 18 PIPE/ROD EAR THING (REFER J-2) AS REQD
HANDLE

2000
19 EAR THING SET AS REQD
20 BOARD 1
1250

2440
11 KV/433-250 V
DISTRIBUTION SUB-STATION
(FOR ON LINE LINE LOCATIONS - ACROSS LINE)

1500
VIEW AT X-X
ELEVATION
Revamped Distribution Sector Scheme (RDSS)
4.0553
1.6871
0.8747
30° 32°
SEE DETAIL AT 'A'
1.1601 1.0034
1.2945
SEE DETAIL AT 'B'
1.8414
C:\Users\user\Desktop\REC_Logo.jpg
2.3179
2.7630
Revamped Distribution Sector Scheme (RDSS)
F-7
400

400
700

760
2440

2440
700

760
400

400
REFER REC CONSTRUCTION
STANDARD F-2 REFER REC CONSTRUCTION
STANDARD F-4
310
PLAN
PLAN
CL OF PIN INSULATOR
400 500 CL OF PIN INSULATORS
CL OF PIN
205 75x40
75x40
ALL DIMENSION ARE IN MM
415
400 700 700 400
35x35x5 ELEVATION
2440
ELEVATION SIDE
Revamped Distribution Sector Scheme (RDSS)
Lightining Arrester

A.B Switch

L.A Earthing Lead

Pole
H.G Fuse

Grounded Pole Earth

Transformer

LT Circuit Breaker Box

AB Switch Handle

Earthing Electrode

C:\Users\user\Desktop\REC_Logo.jpg
12 11 10 9 8 7 6 5 4 3 2 1
H H
20Ø-200 LONG BOLT
NUT WITH SPRING & 75 X 40 - 520 LONG
SEE DATAILS M.S. CHANNEL
FLAT WASHERS
AT "B"
G G
TRANSFORMER

TRANSFORMER
440 450 440 450 300
A A
F F
20 Ø - 100 LONG BOLT
NUT WITH SPRING AND
FLAT WASHERS
ALTERNATIVE-I
E
ALTERNATIVE-II E
POLE MOUNTING LUG
20 Ø FLAT WASHER
2-JUMP PROOF LIPS
D D
75
32

TRANSFORMER
100
22

SLOT SPACING
POLE BOLT SPACING
20 Ø 100 LONG 20 Ø SPRING POLE CLAMP WITH
BOLT WITH NUT WASHER EXTENDED ARM 50X6 FLAT
440
450
DETAIL AT 'AA'
C
75
ALL DIMENSIONS ARE IN MM.
NOTE:-
DETAIL AT "B"
1.ALTERNATIVE-I WILL BE USED WHEN SUITABLE HOLES ARE FOR TENDER PURPOSE ONLY
AVAILABLE IN THE FOR THROUGH BOLTS.
2.ALTERNATIVE-I WILL BE USED WITH POLE CLAMPS.
B
Rural Electrification Corporation Ltd.
PROJECT:
Deen Dayal
Revamped Upadhyaya
Distribution Gram (RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
TITLE
Single Phase Transformer Mounting Details
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A3 NTS REC/RDSS/DTR-SS/08 1 OF 1 0
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
350
1100 HOT LINE
G
1100 CLAMP
G
BILL OF MATERIAL
350 P.C.C SUPPORTS 8 M 1 No.
400 POLE WITH BRACKET 1 No.
FUSE CUT OUT
11 KV PIN INSULATOR WITH PIN 1 No.
F
SHACKLE INSULATOR 1 No. F
A.B.C U-CLAMP WITH BOLT
800 1 No.
L.A WITH FIXTURE 1 No.
FUSE CUT OUT WITH FIXTURE 1 No.
SINGLE PHASE TRANSFORMER WITH 1 No.
400 L.A LT M.C.C.B AND FIXTURE
E A.B.C AS REQD. E
OPERATING POLE CLAMP 1 No.
HANDLE FOR
EARTHING MATERIAL,NUTS,BOLTS,CLAMPS,ETC. AS REQD.
L.T,M.C.C.B
HOTLINE CLAMP 1 No.
BASE PLATS 1 No.
5050
D D
SINGLE PHASE NOTE:-
THE TRANSFORMER MOUNTING DETAILS ARE GIVEN
TRANSFORMER IN R.E.C CONSTRUCTION STANDARD 'F-14'.
3800 ALL DIMENSIONS ARE IN MM.
C
FOR TENDER PURPOSE ONLY
G L G L
B
Rural Electrification Corporation Ltd.
1500
PROJECT:
Revamped Distribution
Deen Dayal Upadhyaya Sector
Gram Scheme (RDSS)(DDUGJY)
Jyoti Yojana
TITLE
Single Phase (Phase to Neutral)
ELEVATION SIDE
A
Distribution Sub-Station Arrangement
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A3 NTS REC/RDSS/DTR-SS/09 1 OF 1 0
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
1070
H H
300
HOT LINE BILL OF MATERIAL
CLAMP P.C.C POLE 7.5 M 1 No.
650 A.B.C
V-CROSS ARM 75X40 1 No.
G
HORIZONTAL CROSS ARM 75X40X1150 1 No.
G
11 KV PIN INSULATOR WITH PINS 2 No.
11 KV N.G FUSEOR FUSE CUT-OUT 2 No.
FUSE CUTOUT 11 KV L.A 2 No.
11 KV SINGLE PHASE TRANSFORMER 1 No.
M.S 50X50X6-600 FOR L.S'S FITTING 1 No.
F 1250 L.A. BASE PLATE 1 No. F
EARTHING MATERIAL,NUTS,BOLTS,CLAMPS AS REQD.
HOT LINE CLAMPS 2 NOS.
ABC AS REQD.
NOTE:-
1. TRANSFORMER MOUNTING DETAILS ARE AS PER REC
E OPERATING CONSTRUCTION STANDARAD F-14. E
2.AS AN ALTERNATIVE ARRANGEMENT TO ABC L.T LINE
HANDLE FOR SHOWN IN THE DRAWING,CABLE CONNECTION CAN BE
7500 MCCB USED TO THE FIRST POLE OF CONVENTIONAL L.T LINE
L.V. BUSHING
D D
SINGLE PHASE
3800 TRANSFORMER
C
G L G L
B
Rural Electrification Corporation Ltd.
1500
PROJECT:
Deen Dayal
Revamped Upadhyaya
Distribution Gram(RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
TITLE
Single Phase (Phase to Phase)
ELEVATION SIDE VIEW Distribution Sub-Station Arrangement
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A3 NTS REC/RDSS/DTR-SS/10 1 OF 1 0
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
L.A.
A
700 700
1000
1000
1000
BILL OF MATERIALS
SUPPORTS(8 M/200 KG)
B
HORIZONTAL CROSS ARM
400 400
100X50X6-150
L.T CABLE 100X50X6-150
FUSE CUTOUT L.A WITH FITTINGS
C
D.O FUSE WITH FITTINGS
25 KVA TRANSFORMER
L.T. BUSHING L.T.M.C.C.B
DISC INSULATOR WITH FITTINGS
25 KVA 3 PHASE STRUCTURE FOR TRANSMOUNTING:-
TRANSFORMER
100X50X6-1000
50X50X6-600
D D
8000 EARTHING MATERIAL
GUY SET
BASE PLATE
5400 NUTS, BOLTS,POLE TOP CLAMPS
E
STRUCTURE FOR D.O FUSE MOUNTING:- E
L.T. CABLE
100X50X6-600
50X50X6-400
2440 L.T.MCCB
F
1500 F
ALL DIMENSIONS ARE IN MM.
L G G L
FOR TENDER PURPOSE ONLY
1500
G
Rural Electrification Corporation Ltd. G

2
PROJECT:
Deen Dayal
Revamped Upadhyaya
Distribution Gram(RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
ELEVATION SIDE VIEW
TITLE
Distribution Sub-Station Mounting
Arrangement on Single Pole

1
H SIZE SCALE DRG. NO. SHT. NO. REV. NO. H
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A3 NTS REC/RDSS/DTR-SS/11 1 OF 1 0
12 11 10 9 8 7 6 5 4 3 2 1

H
E

F
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
TO LT POLE
F F
E
Protection Unit E
DTR METER
BOX
D D
C C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution Gram
Sector Jyoti(RDSS)
Scheme Yojana( DDUGJY)
All dimensions are in mm. DRAWING FOR FIXING ARRANGEMENT OF METER
A A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR-SS/12 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10
H H
G G
F F
E E
LOT No DATE
CLOCKS
D D
NOTES:-
All markings are obtained during moudling itself.
-Markings:Raychem,Type, Ur (Rating),Us (cov),
In (Non discharge current), Isc(short circuit capability)
,Mfg month & year
C C
FOR TENDER PURPOSE ONLY
Meter Board
B
Rural Electrification Corporation Ltd. B
Revamped Distribution
Deen Dayal Sector Scheme
Upadhyaya Gram (RDSS)
Jyoti Yojana( DDUGJY)
All dimensions are in mm.
Lay Out Drawing of Lighting Arrestor (1)
A A
R0
REC/RDSS/DTR-SS/13A
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10
M-10
H H
cable with
lug
G G
R 1.50
R 3.00 128+5
F F
105+5
E E
146+5
cable with
NOTES:-
lug
Nominal COV Uc = 8kV
Nominal rating Uc =10 kV
M-10 Nominal discharge current -5kA
D
Nominal creepage distance = 330mm D
Nominal dry arcing distance=163mm
MV SURGE ARRESTER
TYPE:NDA WITH DISCONNECTOR
C C
FOR TENDER PURPOSE ONLY
B Rural Electrification Corporation Ltd. B
MATERIAL :POLMER-EVA
MV SURGE ARRESTER
TYPE:NDA Deen Dayal
Revamped Upadhyaya
Distribution Gram Jyoti
Sector Scheme (RDSS)Yojana( DDUGJY)
HOUSING DETAILS
Lay Out Drawing of Lighting Arrestor (2)
A A
R0
All dimensions are in mm. REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT
REC/RDSS/DTR-SS/13B
1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10
H H
NOTES:-
G
Nominal COV Uc = 8kV G
A
Nominal rating Uc =10 kV
M-10 A
Nominal discharge current -5kA
Nominal creepage distance = 330mm
Nominal dry arcing distance=163mm
F F
MV SURGE ARRESTER
TYPE:NDA
SECTIONAL VIEW
E E
D D
SECTION A-A
All dimensions are in mm.
C C
FOR TENDER PURPOSE ONLY
B Rural Electrification Corporation Ltd. B
Revamped Distribution
Deen Dayal UpadhyayaSector Gram
SchemeJyoti
(RDSS)
Yojana( DDUGJY)
Lay Out Drawing of Lighting Arrestor (3)
A A
R0
PROJECT
REC/RDSS/DTR-SS/13C 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution SectorGram Jyoti
Scheme Yojana( DDUGJY)
(RDSS)
All dimensions are in mm. 4-IN-1 MMB FOR SINGLE PHASE METER WITH MOC
(MULTIPLE OUTGOING CONNECTOR BOX)
A A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/14 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution SectorGram
SchemeJyoti Yojana( DDUGJY)
(RDSS)
6-IN-1 MMB FOR SINGLE PHASE METER WITH MOC
All dimensions are in mm. (MULTIPLE OUTGOING CONNECTOR BOX)
A A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/15 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C C
B
Rural Electrification Corporation Ltd. B
Revamped
Deen Distribution
Dayal Upadhyaya SectorGram
Scheme (RDSS)
Jyoti Yojana( DDUGJY)
All dimensions are in mm. TAMPER PROOF DEEP DRAWN METAL METER BOX FOR HOUSING
THREE PHASE METER WITH CTs & MODEM
A A
R0
FOR TENDER PURPOSE ONLY REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/16 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C C
FOR TENDER PURPOSE ONLY
Rural Electrification Corporation Ltd. B
Revamped Distribution
Deen Dayal Sector Scheme
Upadhyaya (RDSS)
Gram Jyoti Yojana( DDUGJY)
All dimensions are in mm. HRC FUSE BASE FOR 63/100/200/315 KVA
A A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/17 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C C
B
Rural Electrification Corporation Ltd. B
Revamped
Deen Distribution
Dayal Upadhyaya SectorGram
Scheme (RDSS)
Jyoti Yojana( DDUGJY)
All dimensions are in mm. HRC FUSE LINK
A A
R0
FOR TENDER PURPOSE ONLY REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/19 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C C
B
Rural Electrification Corporation Ltd. B
Revamped Distribution
Deen Dayal Sector Scheme
Upadhyaya (RDSS)
Gram Jyoti Yojana( DDUGJY)
All dimensions are in mm.
A

FOR TENDER PURPOSE ONLY DETAILS OF LINK DISCONNECTOR FOR 63/100/200/315 KVA DISTRIBUTION BOX
A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/19 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
10 9 8 7 6 5 4 3 2 1
H
H
G
G
F
F
E
E
D
D
C
All dimensions are in mm. C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution SectorGram
SchemeJyoti Yojana( DDUGJY)
(RDSS)
10 KVA & 16 KVA L.T. DISTRIBUTION BOX WITH MCCBs (DEEP DRAWN TYPE)
A
A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/20 1 OF 1 0
BY BY BY
10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C C
B
Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution SectorGram
SchemeJyoti Yojana( DDUGJY)
(RDSS)
L.T. DISTRIBUTION BOX FOR 200 KVA
A A
All dimensions are in mm.
R0
FOR TENDER PURPOSE ONLY REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/21 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C C
B
Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution SectorGram Jyoti
Scheme Yojana( DDUGJY)
(RDSS)
All dimensions are in mm. L.T. DISTRIBUTION BOX WITH ASSY. DETAILS FOR 315 KVA
A A
R0
FOR TENDER PURPOSE ONLY REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/22 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C C
B
Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution SectorGram
SchemeJyoti Yojana( DDUGJY)
(RDSS)
L.T. DISTRIBUTION BOX WITH ASSY. DETAILS FOR 63/100 KVA
All dimensions are in mm.
A A
R0
FOR TENDER PURPOSE ONLY REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/23 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C C
B
Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution SectorGram Jyoti
Scheme Yojana( DDUGJY)
(RDSS)
16 KVA & 25 KVA 3-PHASE L.T. DISTRIBUTION BOX WITH MCCBs
All dimensions are in mm. (DEEP DRAWN TYPE)
A A
R0
FOR TENDER PURPOSE ONLY REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/24 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C C
B
Rural Electrification Corporation Ltd. B
Revamped
Deen Distribution
Dayal Upadhyaya SectorGram
Scheme (RDSS)
Jyoti Yojana( DDUGJY)
All dimensions are in mm. BIMETALLIC LUGS
A A
R0
FOR TENDER PURPOSE ONLY REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/25 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
10 9 8 7 6 5 4 3 2 1
H
H
G
G
F
F
E
E
D
D
C
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution SectorGram
SchemeJyoti Yojana( DDUGJY)
(RDSS)
All dimensions are in mm. LT DISTRIBUTION BOX FOR SINGLE PHASE ABC
A
A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/26 1 OF 1 0
BY BY BY
10 9 8 7 6 5 4 3 2 1
10 9 8 7 6 5 4 3 2 1
H
H
G
G
F
F
E
E
D
D
C
C
FOR TENDER PURPOSE ONLY
B

Rural Electrification Corporation Ltd. B


Deen Dayal
Revamped Upadhyaya
Distribution SectorGram
SchemeJyoti Yojana( DDUGJY)
(RDSS)
All dimensions are in mm. DEEP DRAWN TYPE 3 PHASE L.T. DISTRIBUTION BOX FOR AB CABLE
A
A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/27 1 OF 1 0
BY BY BY
10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H GLASS HOLDER H
SLIDING BOLT
INSULATED ADJUSTABLE STRIP EARTHING CLAMP
G G
PSPCL
F F
NEUTRAL
R - BUS BAR Y - BUS BAR BUS BAR B - BUS BAR
MIN. MIN. MIN.
METER PILLAR BOX
E E
NEUTRAL
R - BUS BAR Y - BUS BAR BUS BAR B - BUS BAR
D SECTION ''AA'' D
SECTION ''BB''
C C
Bus bar arrangement shown is indicative only. Arrangement can be modified as per
the bidder design. However, the minimum clearances as well as sequence of
insulated bus bars shall be maintained as per drawings / specification.
B PSPCL
Rural Electrification Corporation Ltd. B
Revamped Distribution
Deen Dayal SectorGram
Upadhyaya Scheme (RDSS)
Jyoti Yojana( DDUGJY)
Bus bar arrangement shown is indicative only. Arrangement can be modified as per
the bidder design. However, the minimum clearances as well as sequence of
PILLAR BOX WITH INSIDE DETAILS OF METER
SECTION ''AA''
insulated bus bars shall be maintained as per drawings / specification. All dimensions are in mm. MOUNTING ARRANGEMENT
A A
R0
SECTION ''BB''
FOR TENDER PURPOSE ONLY REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/28 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C
All dimensions are in mm. C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution SectorGram Jyoti
Scheme Yojana( DDUGJY)
(RDSS)
METAL METER BOX FOR SINGLE PHASE METER (DEEP DRAWN METHOD)
A A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/29 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
All dimensions are in MM.
C C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution SectorGram
SchemeJyoti Yojana( DDUGJY)
(RDSS)
METAL METER BOX FOR THREE PHASE METER (DEEP DRAWN METHOD)
A A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/DTR SS/30 1 OF 1 0
BY BY BY
10 9 8 7 6 5 4 3 2 1
NOTES
Revamped Distribution Sector Scheme (RDSS)
NOTES
Revamped Distribution Sector Scheme (RDSS)
NOTES
Revamped Distribution Sector Scheme (RDSS)
Revamped Distribution Sector Scheme (RDSS)
NOTES
Revamped Distribution Sector Scheme (RDSS)
NOTES
Revamped Distribution Sector Scheme (RDSS)
NOTES
Revamped Distribution Sector Scheme (RDSS)
NOTES
Revamped Distribution Sector Scheme (RDSS)
Revamped Distribution Sector Scheme (RDSS)
Revamped Distribution Sector Scheme (RDSS)
12 11 10 9 8 7 6 5 4 3 2 1
H H
STATION TRANSFORMER
INCOMING OUTGOING OUTGOING SUPPLY
G 11 KV FEEDER
33 KV
G
VCB
VCB
ME
CAPACITOR NO 1

33 KV
11 KV FEEDER 33 KV FEEDER 33 KV

INCOMER SUPPLY
11 KV FEEDER
VCB VCB VCB
VCB
ME
F F

33 KV
11 KV FEEDER
VCB
OPEN SPACE FOR MOVEMENT OF VEHICLE DURING
INSTALLATION OF POWER TRANSFORMER
INCOMING OUTGOING
E E
GATE
E-5
E-4
E-6
11 KV FEEDER 33 KV

OUTGOING SUPPLY
VCB ISOLATOR VCB
ME

33 KV
D E-1 SUMMARY D
E-1,E-2 SINGLE PIPE EARTH PIT
33 KV FEEDER 33 KV
11 KV FEEDER
VCB VCB VCB FOR FANCING & GATE

INCOMER SUPPLY
ME
11 KV FEEDER E-3 TO E-8 FOUR PIPE EARTH PIT
VCB

33 KV
FOR MESH
E-3
E-2
C 11 KV FEEDER
11 KV DP C/C

VCB ISOLATOR
CAPACITOR NO 3
FUTURE EXTENSION
GATE
CONTROL ROOM
TAKE OF DP C/C E-8
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
Deen Dayal
Revamped Upadhyaya
Distribution SectorGram Jyoti
Scheme Yojana (DDUGJY)
(RDSS)
TITLE
LAYOUT OF EARTHING IN ADD.33/11 kV S/S FOR MURRAM SOIL
A
SIZE SCALE SHT. NO. REV. NO.
DRG. NO.
R0
A4 NTS 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT REC/RDSS/33/11kV PSS/11A
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
E-9 E-6 E-7
STATION TRANSFORMER
INCOMING OUTGOING OUTGOING SUPPLY
G 11 KV FEEDER
33 KV
G
VCB
VCB
CAPACITOR NO 1

33 KV
E-4
11 KV FEEDER 33 KV FEEDER 33 KV

INCOMER SUPPLY
11 KV FEEDER
VCB VCB VCB
VCB
F F

33 KV
E-6
E-5
11 KV FEEDER
VCB
OPEN SPACE FOR MOVEMENT OF VEHICLE DURING
INSTALLATION OF POWER TRANSFORMER
E E
E-10 E-11
GATE
11 KV FEEDER
VCB ISOLATOR
D SUMMARY D
E-1,E-2 SINGLE PIPE EARTH PIT
33 KV FEEDER E-2
11 KV FEEDER
VCB
11 KV FEEDER
VCB VCB FOR FANCING & GATE
E-3 TO E-5 FOUR PIPE EARTH PIT
FOR CONTROL ROOM,NEUTRAL
AND 33KV LA
E-6 TO E-11 FOUR PIPE EARTH PIT FOR MESH
C 11 KV FEEDER
11 KV DP C/C

VCB ISOLATOR
CAPACITOR NO 2 CONTROL ROOM
FUTURE EXTENSION
TAKE OF DP C/C
FOR TENDER PURPOSE ONLY
E-3
B
Rural Electrification Corporation Ltd.
PROJECT:
Deen
Revamped Dayal Upadhyaya
Distribution Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
TITLE
LAYOUT OF EARTHING IN NEW 33/11 kV S/S FOR MURRAM SOIL
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 NTS
REC/RDSS/ 33/11kV PSS/11B
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
STATION TRANSFORMER
INCOMING OUTGOING OUTGOING SUPPLY
G 11 KV FEEDER
33 KV
G
VCB
VCB
ME
CAPACITOR NO 1

33 KV
11 KV FEEDER 33 KV FEEDER 33 KV

INCOMER SUPPLY
11 KV FEEDER
VCB VCB VCB
VCB
ME
F F

33 KV
11 KV FEEDER
VCB
OPEN SPACE FOR MOVEMENT OF VEHICLE DURING
INSTALLATION OF POWER TRANSFORMER
INCOMING OUTGOING
E E
GATE
E-12 E-11 E-10 E-9 E-8
E-14 E-13 E-3
E-16
11 KV FEEDER 33 KV

OUTGOING SUPPLY
VCB ISOLATOR VCB
ME

33 KV
D
E-21
E-1
E-22 E-23 SUMMARY D
E-1 TO E-3,3 NOS. BORE EARTHING 60 MTR DEPTH
33 KV FEEDER 33 KV
11 KV FEEDER
VCB VCB VCB & 150 MM GI PIPE OF B CLASS

INCOMER SUPPLY
ME
11 KV FEEDER ( 1 FOR PTR NEUTRAL , 1 FOR MESH & 1 FOR LA)
VCB

33 KV
E-4 TO E-23 20 NOS. CHEM ROD EARTHING FOR MESH.
E-20 E-7
E-2 E-3 E-6
C 11 KV FEEDER
11 KV DP C/C

VCB ISOLATOR
CAPACITOR NO 3
CONTROL ROOM
FUTURE EXTENSION
GATE
E-17
TAKE OF DP C/C
E-18
E-19
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
DeenDistribution
Revamped Dayal Upadhyaya Gram(RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
TITLE
LAYOUT OF EARTHING IN ADD.33/11 kV S/S FOR HARD ROCK
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 NTS REC/RDSS/ 33/11kV PSS /12A 0
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
STATION TRANSFORMER
INCOMING OUTGOING OUTGOING SUPPLY
G 11 KV FEEDER
33 KV
G
VCB
VCB
ME
CAPACITOR NO 1

33 KV
11 KV FEEDER 33 KV FEEDER 33 KV

INCOMER SUPPLY
11 KV FEEDER
VCB VCB VCB
VCB
ME
F F

33 KV
11 KV FEEDER
VCB
OPEN SPACE FOR MOVEMENT OF VEHICLE DURING
INSTALLATION OF POWER TRANSFORMER
INCOMING OUTGOING
E E
GATE
E-12 E-12 E-11 E-10 E-9 E-8
E-15 E-7
E-16
11 KV FEEDER 33 KV

OUTGOING SUPPLY
VCB ISOLATOR VCB
ME

33 KV
D E-1 SUMMARY D
E-1,E-2 SINGLE PIPE EARTH PIT
33 KV FEEDER 33 KV
11 KV FEEDER
VCB VCB VCB FOR FANCING & GATE

INCOMER SUPPLY
ME
11 KV FEEDER E-3 TO E-8 FOUR PIPE EARTH PIT
VCB

33 KV
FOR MESH
E-12
E-3 E-4 E-5 E-6
E-2
C 11 KV FEEDER
11 KV DP C/C

VCB ISOLATOR
CAPACITOR NO 3
FUTURE EXTENSION
GATE
CONTROL ROOM
E-17
TAKE OF DP C/C
E-18 E-19
E-20
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
Deen Distribution
Revamped Dayal Upadhyaya Gram Jyoti
Sector Scheme Yojana (DDUGJY)
(RDSS)
TITLE
LAYOUT OF EARTHING IN ADD.33/11 kV S/S FOR BLACK COTTON SOIL
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 NTS REC/RDSS/ 33/11kV PSS/13A 1 OF 1 0
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
E-17 E-16 E-15 E-14 E-13 E-12 E-11 E-10 E-9 E-8
STATION TRANSFORMER
INCOMING OUTGOING OUTGOING SUPPLY
G 11 KV FEEDER
33 KV
G
VCB
VCB
ME
CAPACITOR NO 1

33 KV
E-22 E-23 E-4 E-5 E-24
E-25
33 KV
11 KV FEEDER X-MER NO. 1 33 KV FEEDER VCB

INCOMER SUPPLY
11 KV FEEDER
VCB VCB
VCB
ME
F F

33 KV
E-21 E-6 E-7
11 KV FEEDER
VCB
OPEN SPACE FOR MOVEMENT OF VEHICLE DURING
INSTALLATION OF POWER TRANSFORMER
E E
GATE
E-19
E-15 E-20
E-1 11 KV FEEDER
VCB ISOLATOR
E-2
D SUMMARY D
X-MER NO. 2
E-1, E-2 SINGLE PIPE EARTH
33 KV FEEDER
11 KV FEEDER
VCB VCB FOR FANCING & GATE
11 KV FEEDER E-3 TO E-5 FOUR PIPE EARTH PIT
VCB
FOR CONTROL ROOM,NEUTRAL
AND 33 KV LA
E-6 TO E-26 20 NOS. SPIKE EARTH
C 11 KV FEEDER
11 KV DP C/C

VCB ISOLATOR
CAPACITOR NO 3
FUTURE EXTENSION
CONTROL ROOM
TAKE OF DP C/C E-3
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
DeenDistribution
Revamped Dayal Upadhyaya Gram (RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
TITLE
LAYOUT OF EARTHING IN NEW 33/11 kV S/S FOR BLACK COTTON SOIL
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 NTS REC/RDSS/ 33/11kV PSS/13B 0
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
BEAM ANGLE SIZE
ECL CCL EBL EBC VDIAM PBL PBC PDIAM DIAMOND
H MKD & NOS OF BOLTS H
G2 ANGLE SIZE L60X60X6 L60X60X6 L45X45X5 L45X45X5 2L45X45X5 B/B L45X45X5 L45X45X5 L60X60X6 L45X45X5
NOS OF BOLTS 2DS-6 TH. PLT 2DS-6 TH. PLT 02 02 02 02 02 02 02
G G
HIGHLIGHT:-
SPAN OF GIRDER=5.5M (C/C)
SPAN OF GIRDER=5.0M (CLEAR)
CROSS SECTION OF GIRDER=0.5MX0.5M
1. ALL DIMENSIONS ARE IN MM U.N.O.
F F
2. ALL UN-NOTED MEMBER ARE ISA
L45X45X5
3. ALL ANGLE SECTIONS USED ARE
EQUAL ANGLES.
4. ALL DIMENSIONS ARE CENTER LINE
DIMENSIONS U.N.O.
5. ALL CONNECTION BOLT SHALL BE
16MM DIA. BOLT OF CLASS 5.6
6. ALL STEEL ITEMS, BOLTS, NUTS &
E E
WASHERS SHALL BE HOT DIP
GALVANISED.
7. THE WT. OF THE ZINC COATING
D D
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.

2
PROJECT:
DeenDistribution
Revamped Dayal Upadhyaya Gram Jyoti
Sector Scheme Yojana (DDUGJY)
(RDSS)
TITLE
33kV BEAM STRUCTURE
A

1
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS REC/RDSS/33/11kV PSS/14A 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
BEAM ANGLE SIZE
ECL CCL EBL EBC VDIAM PBL PBC PDIAM DIAMOND
H
MKD & NOS OF BOLTS H
G2 ANGLE SIZE L50X50X6 L50X50X6 L45X45X5 L45X45X5 2L45X45X5 B/B L45X45X5 L45X45X5 L50X50X6 L45X45X5
NOS OF BOLTS 2DS-6 TH. PLT 2DS-6 TH. PLT 02 02 02 02 02 02 02
G G
F F
HIGHLIGHT:-
SPAN OF GIRDER=5.5M (C/C)
SPAN OF GIRDER=5.0M (CLEAR)
CROSS SECTION OF GIRDER=0.5MX0.5M
E E
1. ALL DIMENSIONS ARE IN MM U.N.O.
2. ALL UN-NOTED MEMBER ARE ISA
L45X45X5
3. ALL ANGLE SECTIONS USED ARE
EQUAL ANGLES.
4. ALL DIMENSIONS ARE CENTER LINE
DIMENSIONS U.N.O.
5. ALL CONNECTION BOLT SHALL BE
D
16MM DIA. BOLT OF CLASS 5.6 D
6. ALL STEEL ITEMS, BOLTS, NUTS &
WASHERS SHALL BE HOT DIP
GALVANISED.
7. THE WT. OF THE ZINC COATING
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.

2
PROJECT:
Deen
Revamped Dayal Upadhyaya
Distribution Gram Jyoti
Sector Scheme Yojana (DDUGJY)
(RDSS)
TITLE
11kV BEAM STRUCTURE
A

1
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT REC/RDSS/33/11kV PSS/14B
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
TOWER ANGLE SIZE
PA PB PC PD PE PF GA GB GC GD GE GF
MKD & NOS OF BOLTS
H H
T1 ANGLE SIZE L50X50X6 L50X50X6 L65X65X6 L65X65X6 L65X65X6 L75X75X6 L45X45X5 L45X45X5 L45X45X5 L45X45X5 L45X45X5 L45X45X5
NOS OF BOLTS 02 02 3DS-6 TH. PLT 3DS-6 TH. PLT 3DS-6 TH. PLT 3DS-6 TH. PLT 02 02 02 02 02 02
TOWER ANGLE SIZE
JA JB JC JD JE JF AA AB AE DA DB DC
MKD & NOS OF BOLTS
T1 ANGLE SIZE L45X45X5 L45X45X5 L45X45X5 L45X45X5 L45X45X5 L45X45X5 L65X65X6 L65X65X6 L45X45X5 L45X45X5 L45X45X5 L45X45X5
NOS OF BOLTS 02 02 02 02 02 02 02 02 02 02 02 02
G G
AE
MIN. 525MM EMBEDED
COLUMN MARKED 'T1' IS A CORNER TOWER WITH PEAK
AE BASE PLATE
SUPPORTING ONE BEAM OF SPAN 3.5M (C/C)
300X300X16 THK.
CONNECTED AT 6.5M.
F F
150X8 THK. SPAN OF BEAM=3.5M (C/C)
RIB PLATE HEIGHT OF BEAMS=6.5M
HEIGHT OF COLUMN=6.5M & 2.0M (PEAK)
AA
CL BEAM G2B 6 THK. FILLET WELD
AA
1. ALL DIMENSIONS ARE IN MM U.N.O.
E E
2. ALL UN-NOTED MEMBER ARE ISA L45X45X5
3. ALL ANGLE SECTIONS USED ARE EQUAL ANGLES.
4. ALL DIMENSIONS ARE CENTER LINE DIMENSIONS U.N.O.
5. ALL CONNECTION BOLT SHALL BE 16MM DIA. BOLT OF
CLASS 5.6
6. ALL STEEL ITEMS, BOLTS, NUTS & WASHERS SHALL BE
HOT DIP GALVANISED.
7. THE WT. OF THE ZINC COATING SHALL BE AT LEAST
AB
8. COMPATIBLE FOR MOUNTING SPIKE ON PEAK OF TOWER.
D D
AB
BEAM G4 AT 6.5M LEVEL
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.

2
PL PL PL PL PROJECT:
GL GL GL GL DeenDistribution
Revamped Dayal Upadhyaya Gram Jyoti
Sector Scheme Yojana (DDUGJY)
(RDSS)
TITLE
33kV TOWER STRUCTURE MARKED "T1"
A

1
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT REC/RDSS/33/11kV PSS/15
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
B
G
A G
B
F F
E E
D D
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.

2
PROJECT:
RevampedDeen Dayal Upadhyaya
Distribution Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
TITLE
SEPTIC TANK & SOAK PIT DETAILS
A

1
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT REC/RDSS/33/11kV PSS/16
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
3250
E E
D D
C
FOR TENDER PURPOSE ONLY
50 50
B
Rural Electrification Corporation Ltd.

2
100
PROJECT:
Revamped Deen Dayal Upadhyaya
Distribution Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
TITLE
DETAILS OF RCC ROAD AND DRAIN
A

1
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS REC/RDSS/33/11kV PSS/17 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
300
750.0000
E E
450.0000
500.0000
D D
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.

2
PROJECT:
Deen
Revamped Dayal Upadhyaya
Distribution Gram(RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
TITLE
G.A. OF CONTROL BUILDING
A

1
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS REC/RDSS/33/11kV PSS/18 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
40
G 60 G
600.0300 300.0150 39.9600
44.9550
39.9600 60
50
49.9500
25
850.0425 200.0100 114.8850
25 75
200.0100 124.8750
F F
25.0013 150.1742
125.0063
75.0038
100.0050
E E
999.5750
75.0038 125.0063 125.0063 75.0038
49.8321
50.2739
49.8251
D D
99.8168
50
400 49.8251
49.8876
1000.0500
50
100
200
C
100
560.0280 455.0228
400
25.0013 25.0013 FOR TENDER PURPOSE ONLY
75.0038
B
Rural Electrification Corporation Ltd.

2
PROJECT:
Deen
Revamped Dayal Upadhyaya
Distribution Gram (RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
TITLE
DETAILS OF CABLE TRENCHES
A
(INSIDE CONTROL ROOM)

1
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS REC/RDSS/33/11kV PSS/19A 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
7.5000 570 7.5000
7.5000 7.500090.0000 90.0000 90.0000 150
90.0000 820
H H
150.0000
150.0000 112.5000
150
375.0000
225.0000 30 40 30
674.8220
562.8816
592.5000 795.0000 375.0000 150.0000 50
405.0000 345.0000
862.5000
232.1184
G
270.0000 270.2500 100 G
187.5000
187.5000 112.5000
112.5000 75
75
112.5000
100 749.2875 100
112.5000
100 1124.2875 100
F F
112.5000 112.5000
149.6459
150.9728
149.6250
299.7500
E E
1000 50
149.6250
1000
55 149.8125
60
50
50
25
D
25 75 D
570
820 100 100
187.5000
100
C 300
300
112.5000 112.5000
820 930.0000
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.

2
PROJECT:
RevampedDeen Dayal Upadhyaya
Distribution Gram(RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
TITLE
DETAILS OF CABLE TRENCHES
A
(SWITCHYARD AREA)

1
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS REC/RDSS/33/11kV PSS/19B 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
($= 01 9;,/8 !9<6" )'<< B@% A>3 "CG?#
)'<< B@% A>3 / (,'<< 38BC0=24 "CG?# %$= 75. ($$ 2540 * &($33 .189+4-/ !9<6"
500.1261
?22 (.).+
2>?8=6
90.0000
)'<< B@% A>3
500
('' B@% *'' 344?
1800
G 2000 1710 ?>294C F8C7 ?22 G
(.).+
2000 1875
($= 0#1# 616/
200
125 230.0000
1000
50.0000
(TYP.)
200.0000
F744; ! 5;0C
75.0000
100 800 .756 ,5298 %)= 38 75. * '$$ 2540
300 300
1400 1600 1400 1600 1400 1600 1400
F F
700 3000.0000 3000.0000 3000.0000 700
200
100
75
750 1480 5230 750
A
(TYP)
(''H,'H- C79% <B% 5;0C
F4;343 C> 10A 5A0<4
($= 01 616/
230.0000
B 300.0000
(TYP) 260
&(= 75;4. +9 ,59953
&$= 38 ,+7
E E
650 3000.0000 3000.0000 3000.0000 650 A A A
90° 90°
499.8953 B B
250
300.0000 50.1904
10
90.0000
D 50 230 80 230 50 50 230 50 D
1250 5000
1800 1800
2000 1710
300 C>? >5 A>03&2>=2A4C4 8=
230
>?4=8=6 ?A>58;4 ,'H- C79% <B 5;0C
200
,'H- C79% <B 5;0C 2DAE43
230
300
200 125 ,'H- C79% 5;0C
,'H- C79% 5;0C ;D6 &$= 38 75.
300 )'' ;>=6 / *''2&2
125 %)= 38 +2.756
1000 1000 ?22 (.).+ "CG?#
200.0000
('<< B@D0A4 A>3
200.0000 ,'H- C79% 5;0C$('' ;6%
75.0000
200 F4;3 F8C7 60C4
225.0000 ('<< B@D0A4 A>3
100
C
50.0000 B B
50.0000 50.0000 50.0000
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.

2
PROJECT:
RevampedDeen Dayal Upadhyaya
Distribution Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
TITLE
DETAIL OF BOUNDARY WALL FOR
A
SWITCHYARD WITH ENTRRANCE GATE

1
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS REC/RDSS/33/11kV PSS/20A 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
90°
500.0000 499.7049
H 500.0000 H
50.0000 ($= 01 9;,/8 !9<6" )'>> DB% C@5 "EIA#
('>> DB% C@5 1 )*'>> 5;DE2?46 "EIA# %$= 75. ($$ 2540 * &($33 .189+4-/ !9<6"
600.0000
A44 (0)0+
500 )'>> DB% C@5
4@A;?8
2000.0000 2000.0000
30° ('' DB% *'' 566A
A@4<6E H;E9 A44
1400.0000 (0)0+
($= 0#1# 616/
50.0000
50.0000
50.0000
200.0000 200.0000
G 2000 G
200.0000 200.0000 1875
200.0000
800.0000 800.0000
800.0000
400.0000
400.0000
2500 400.0000 H966= ! 7=2E
(TYP)
I/ 1 )''4&4 3@E9H2ID .756 ,5298 %)= 38 75. * '$$ 2540 800
I(' 1 )''4&4 3@E9H2ID 300 300
., E9<% A44 (0+0/
)$I(-
200
,'J- E9<% >D 7=2E (,' E9<% D2?5 7;==;?8
F 230 F
150
75
125 700 3500 700
300
%)= 38 +2.756
6
I/ 1 )''4&4
)$I(-
500.0000
100 ('>> DBF2C6 C@5 (''J,'J- E9<% >D% 7=2E
H6=565 E@ 32C 7C2>6
"6?=2C865# ($= 01 616/
600.0000 100
E E
&(= 75;4. +9 ,59953
&$= 38 ,+7
30°
1400.0000
1300
50.0000 50
E@A @7 C@25&4@?4C6E6 ;?
@A6?;?8 AC@7;=6
200.0000
,'J- E9<% 7=2E ,'J- E9<% >D 7=2E 4FCG65
500
200.0000 &$= 38 75. 300 300
230 1300
D 800.0000 ,'J- E9<% 7=2E =F8
300 )'' =@?8 1 *''4&4
10
,'J- E9<% 7=2E$('' =8% ('>> DBF2C6 C@5 500 A44 (0)0+ "EIA#
H6=5 H;E9 82E6
400.0000
50 500 300 500 50 50 500 300 500 50 200
3270
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.

2
PROJECT:
Deen
Revamped Dayal Upadhyaya
Distribution Gram Jyoti
Sector Scheme Yojana (DDUGJY)
(RDSS)
TITLE
DETAIL OF FENCING FOR SWITCHYARD WITH
GATE ARRANGEMENT
A

1
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS REC/RDSS/33/11kV PSS/20B
1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
12 11 10 9 8 7 6 5 4 3 2 1
Revamped Distribution Sector Scheme (RDSS)
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.

2
PROJECT:
Deen Dayal
Revamped Upadhyaya
Distribution SectorGram Jyoti
Scheme Yojana (DDUGJY)
(RDSS)
TITLE
Single Line Diagram of 1x3.15MVA (Type-A)
33/11KV Substation with Indoor 11kV Switchgear
A

1
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS REC/RDSS/33/11kV PSS/22A 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.

2
PROJECT:
DeenDistribution
Revamped Dayal Upadhyaya
Sector Gram Jyoti
Scheme Yojana (DDUGJY)
(RDSS)
TITLE
Single Line Diagram of 1x5MVA (Type-B)
33/11KV Substation with Indoor 11kV Switchgear
A

1
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT REC/RDSS/33/11kV PSS/22B
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.

2
PROJECT:
Deen Dayal
Revamped Upadhyaya
Distribution Gram
Sector Jyoti(RDSS)
Scheme Yojana (DDUGJY)
TITLE
Single Line Diagram of 2x5MVA (Type-C)
33/11KV Substation with Indoor 11kV Switchgear
A

1
SCALE DRG. NO. SHT. NO. REV. NO.
R0 SIZE
NTS REC/RDSS/33/11kV PSS/22C 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A3
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.

2
PROJECT:
DeenDistribution
Revamped Dayal Upadhyaya Gram Jyoti
Sector Scheme Yojana (DDUGJY)
(RDSS)
TITLE
Layout Section of 33/11 KV Substation
A

1
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS REC/RDSS/33/11kV PSS/23 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
12 11 10 9 8 7 6 5 4 3 2 1
Revamped Distribution Sector Scheme (RDSS)
Revamped Distribution Sector Scheme (RDSS)
Revamped Distribution Sector Scheme (RDSS)
12 11 10 9 8 7 6 5 4 3 2 1
H

R 11KV BUSBAR H
Y
B
G G
11000/110V
P.T.
F R F
Y
B
KWH KWH
CosØ
E E
NOTE:-
D
A V A 1.EACH OF THE IN COMING AND OUTGOING 11 KV PANELS SHOULD
D
BE PROVIDED WITH A kWh. METER AND AN AMMETER FOR PROPER
ASSESSMENT OF LOSSES.IN ADDITION , EACH INCOMING PANEL
SHOULD HAVE A VOLTMETER. IN CASE THERE ARE NO INCOMING
SELECTOR SELECTOR PANELS,A VOLTAMETER SHOULD BE PROVIDED ON ONE OF THE
RELAY SELECTOR
SWITCH SWITCH RELAY
SWITCH OUTGOING PANELS.
(i) PROTECTION
C
& INSTRUMENT 2.ONLY ONE P.T AND ONE POWER FACTOR METER NEED BE PROVIDED
C.T. AT EACH SUB-STATION.
(i) METERING
C.T.
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
FROM PROJECT:
TRANSFORMER OUTGOING
FEEDER
DeenDistribution
Revamped Dayal Upadhyaya Gram Jyoti
Sector Scheme Yojana (DDUGJY)
(RDSS)
INCOMING PANEL OUTING PANEL TITLE
33-11kV Sub-Stn. Metering Arrangement.
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A3 NTS REC/RDSS/33/11kV PSS/27
12 11 10 9 8 7 6 5 4 3 2 1
33 KV Incomer

33KV LA

33 KV Isolator

33KV CT

33KV VCB

33 KV Isolator
Bus Isolator
33KV Bus Bar

33 KV Isolator

33KV VCB 33KV VCB

33KV CT

33KV LA

33/11KV Transformer
5 MVA

11KV LA
CT CT
VCB
VCB

Isolator

11 KV Isolator

VCB VCB VCB VCB VCB VCB


11/0.433 KV
100KVA Station
Transformer
Capacitor Feeder 1 Feeder 2 Feeder 3 Feeder 4 Feeder 5 Feeder 6
Bank

C:\Users\user\Desktop\REC_Logo.jpg
11 10 9 8 7 6 5 4 3 2 1
H H
HIG6E3 & N;6G 6C9 BDCI> D<
B6CJ<68IJG?C=

5 5
+.)
+.)
B6CJ<68IJG;G
! B6CJ<68IJG;G ##"##
!
G G

+)') g)'+
*.)
CDI; 3& +.)
I>?8@C;HH 5 )'0 g)').
I;CH?A; HIG;C=I> 5 0'.@C BW\W[b[
;ADC=6I?DC 5 ,)"BW\4 <?C?H> 5 +7
B6I;G?6A 5 HH +)+
F F
L;?=>I E;G B;I;G 5 )'**) @U $BW\%
G6L B6I;G?6A $8DBEDH?I?DC% IDA;G6C8; 5 6H E;G 6HIB !6 -1)!
7J8@A;3&
HI6C96G9 86H?C=3 &
,+

$9DJ7A; L?C9?C=%
I>?8@ )'0[[ [Pd'
E E

688DBD96I;
HIG6E L?I>
688DBD96I; HIG6E
L?I> L?9I> +)[[g)'+ [Pd
*-

+0'.
D D

,-.
*'+
CDI; 3&
B6I;G?6A 5 HH ,)-4 L;?=>I E;G E?;8;51 =_P[`'
G6L B6I;G?6A IDA;G6C8; 5 6H E;G 6HIB !6 -1)!
FJ6CI?IN E;G HI6C96G9 7DM 5 *)) \]`'
C
FOR TENDER PURPOSE ONLY
B -) +-.
83O9]Rb[T \a` P\S HTaa W\U`OG TZO9T`Ya]^OS]c\Z]P S'X^U
Rural Electrification Corporation Ltd.
* H'H HIG6E 86H?C= * E]Ze^_]^eZT\T PROJECT:
+ H'H HIG6E 7D7?C * E]Ze^_]^eZT\T Deen Dayal
Revamped Upadhyaya
Distribution Gram
Sector Jyoti(RDSS)
Scheme Yojana (DDUGJY)
CDI; 3&
, H'H HIG6E .) B HH +)+ TITLE
=GDHH L;?=>I E;G 86H?C= 5 .'0 @U $6^^_]d'%
&+!$- ")0(/*.1*-, %12 #'1)/*'+ FJ6CI?IN E;G HI6C96G9 86GIDC 7DM 5 . \]`'
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/LT-ACC-ABC/01 0
11 10 9 8 7 6 . - , + *
11 10 9 8 7 6 5 4 3 2 1
H H
B?C
G G
7G;6@?C= 6EEA?86I?DC
AD69
<*3*0@C H?C=A; 6C8>DG
<+3 +.@C 9DJ7A; 6C8>DG
<,3 +-@C HI6N HNHI;B L?I> ,,
<-3 *0@C ?C9?86I?K;
F F
/-
**-
E E
D D

12
C
FOR TENDER PURPOSE ONLY
B
83O9]Rb[T \a` P\S HTaa W\U`OG TZO9T`Ya]^OS]c\Z]P S'X^U
Rural Electrification Corporation Ltd.
PROJECT:
Deen Dayal
Revamped Upadhyaya
Distribution Gram
Sector Jyoti(RDSS)
Scheme Yojana (DDUGJY)
TITLE
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/LT-ACC-ABC/02 1 OF 1 0
11 10 9 8 7 6 . - , + *
11 10 9 8 7 6 5 4 3 2 1
H H
6C8>DG?C= 6HH;B7AN 3&
G G
F F
E *)) E
7G68@;I 3&
6C8>DG?C= $9;69&;C9% 8A6BE 3&
CDI; 3& **.
D
B6I;G?6A3 6AJB?C?JB 6AADN D

**)
HE;8?<?86I?DC 3& 6H E;G C< 8,,&)-*
BW\Wb[b[ 7_TPYW\U
A]PS $@C%
15
C
*-) FOR TENDER PURPOSE ONLY
B ,))
83O9]Rb[T
83O9]Rb[T\a`
\a` P\S
P\SHTaa
HTaaW\U`OGTZO9T`Ya]^OS]c\Z]PS'X^U
W\U`OG TZO9T`Ya]^OS]c\Z]P S'X^U
Rural Electrification Corporation Ltd.
HE;8?<?86I?DC 3& 6H E;G C< 8,,&)-* PROJECT:
+ Deen Dayal Upadhyaya Gram Jyoti Yojana (DDUGJY)
Messenger 8PQZT GP\UT $[[ % BW\Wb[b[ 7_TPYW\U Revamped Distribution Sector Scheme (RDSS)
Type BW\ BPd A]PS $@C%
25 50 TITLE
INSULATED/BARE 10
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/LT-ACC-ABC/03A 0
11 10 9 8 7 6 . - , + *
11 10 9 8 7 6 5 4 3 2 1
H H
6C8>DG?C= 6HH;B7AN 3&
G G
F F
6C8>DG?C= $9;69&;C9% 8A6BE 3&
E -1) E
*))
7G68@;I 3&
D D
CDI; 3&
B6I;G?6A3 6AJB?C?JB 6AADN
HE;8?<?86I?DC 3& 6H E;G C< 8,,&)-*
HE;8?<?86I?DC 3& 6H E;G C< 8,,&)-*
+
Messenger 8PQZT GP\UT $[[ % BW\Wb[b[ 7_TPYW\U
BW\Wb[b[ 7_TPYW\U Type BW\ BPd A]PS $@C%
C A]PS $@C% 70 95
**. INSULATED/BARE 20
+)
FOR TENDER PURPOSE ONLY

**)
B
83O9]Rb[T
83O9]Rb[T
\a` \a`
P\SP\S
HTaaHTaa
W\U`OG
W\U`OG
TZO9T`Ya]^OS]c\Z]P
TZO9T`Ya]^OS]c\Z]P
S'X^U
S'X^U
Rural Electrification Corporation Ltd.
PROJECT:
Deen Dayal
Revamped Upadhyaya
Distribution Gram
Sector Jyoti(RDSS)
Scheme Yojana (DDUGJY)
TITLE
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/LT-ACC-ABC/03B
11 10 9 8 7 6 . - , + *
8 7 6 5 4 3 2 1

H H

G G

F F

E E

D D

FOR TENDER PURPOSE ONLY


B
83O9]Rb[T\a` P\S HTaaW\U`OGTZO9T`Ya]^OS]c\Z]PS'X^U

Rural Electrification Corporation Ltd.


PROJECT:
Deen Dayal Upadhyaya Gram Jyoti Yojana (DDUGJY)

TITLE

A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/LT-ACC-ABC/04 0

8 7 6 . - , + *
8 7 6 5 4 3 2 1

H H

G G

F F

E E

D D

GT^ Fae' 9T`R_W^aW]\ BPaT_WPZ

C
* * 8T\a_PZ ^P_a 6``T[QZe 9_PcW\U

+ * EZbU 6``T[QZe 9_PcW\U

, * HVTP_VTPS EZ]eRP_Q]\PaT =<& \Pab_PZ

- * BPYW\U 8]Z]b_ LVWaT


<DG I;C9;G EJGEDH; DCAN

B
83O9]Rb[T\a` P\S HTaaW\U`OGTZO9T`Ya]^OS]c\Z]PS'X^U

Rural Electrification Corporation Ltd.


PROJECT:
Deen Dayal Upadhyaya Gram Jyoti Yojana (DDUGJY)

TITLE

A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0

REV. NO. PREPARED CHECKED APPROVED DATE PROJECT


A4 1:100 REC/RDSS/LT-ACC-ABC/05A 1 OF 1 0

8 7 6 . - , + *
12 11 10
H H
SHER HEAD
G G
HEXAGONAL HEAD BOLT & NUT MB
FINISH:ELECTRO-GLAVANISED
RUBBER PADS
CONTACT TEETH
F
MATERIAL:COPPER ALLOY F
CORROSION RESISTANT SURFACE TREATMENT
OUTER BODY
MATERIAL:UV STABILIZED THERMOPLASTICS
E E
SUITABLE FOR MAIN CONDUCTOR SIZES 16 TO 95 MM &
TAP CONDUCTOR SIZES 1.5 TO 50 MM2
TOLERANCE : + 5% FOR ALL DIMENSIONS
867A; G6C=;3
HJ?I67A; <DG *) ID 2. HF'BB B6?C $7P_T(?\`bZPaTS%
# *'. ID *) HF'BB I6E$7P_T(?\`bZPaTS%
D D
L;?=>I3 !L! =_P[` $6^^_]d%
G6I;9 I?=>I;C?C= IDGFJ;3 !M! C[
0 * CJI B/ HI;;A
/ * L6H>;G HI;;A
C . * H8G;L
7A69;
HI;;A
6A 6AADN
All dimensions are in mm. C
- +
, * H;6A I'E';A6HIDB;G
+ * ADL;G 7D9N I>;GBD EA6HI?8 & 7A68@
* * JEE;G 7D9N I>;GBD EA6HI?8 & 7A68@ FOR TENDER PURPOSE ONLY
G;E FIN 9;H8G?E?I?DC B6I;G?6A
B Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution Gram
Sector Jyoti(RDSS)
Scheme Yojana( DDUGJY)
INSULATION PIERCING CONNECTOR
A A
R0
REC/RDSS/LT-ACC-ABC/05B
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
8 7 6 5 4 3 2 1

H H

G G

F F

E E
867A; G6C=;3
HJ?I67A; <DG *) ID 2. HF'BB B6?C $7P_T(?\`bZPaTS% # *'. ID *) HF'BB I6E$7P_T(?\`bZPaTS%
L;?=>I3 !L! =_P[` $6^^_]d%
G6I;9 I?=>I;C?C= IDGFJ;3 !M! C[

D D
0 * CJI B/ HI;;A
/ * L6H>;G HI;;A
. * H8G;L HI;;A
- + 7A69; 6A 6AADN
, * H;6A I'E';A6HIDB;G
+ * ADL;G 7D9N I>;GBD EA6HI?8 & 7A68@
C
* * JEE;G 7D9N I>;GBD EA6HI?8 & 7A68@
G;E FIN 9;H8G?E?I?DC B6I;G?6A

FOR TENDER PURPOSE ONLY


B
83O9]Rb[T\a` P\S HTaaW\U`OGTZO9T`Ya]^OS]c\Z]PS'X^U

Rural Electrification Corporation Ltd.


PROJECT:
Deen Dayal Upadhyaya Gram Jyoti Yojana (DDUGJY)
TITLE

A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0

REV. NO. PREPARED CHECKED APPROVED DATE PROJECT


A4 1:100 REC/RDSS/LT-ACC-ABC/06A 1 OF 1 0

8 7 6 . - , + *
12 11 10
H H
BOLT :5 /16'' X 1 1 /4'' LONG
FLAT ROUND WASHER
PRESSURE PAD
G TOP CLAMP G
BOTTOM CLAMP
F F
FRONT VIEW ISOMETRIC VIEW
E E

26
18
D D
All dimensions are in mm.
C C
TOP VIEW
FOR TENDER PURPOSE ONLY
2 2
SUITABLE FOR 2.5 mm TO 50 mm CONDUCTOR
B material of clamp body : extruded aluminium alloy Rural Electrification Corporation Ltd. B
fginish:natural & degreased
material of bolt & washer : Mild steel
Deen Dayal
Revamped Upadhyaya
Distribution Sector Gram
SchemeJyoti Yojana(
(RDSS) DDUGJY)
finish: electro-zinc plated
tolerance :+ 5% for all dimensions. EARTHING CONNECTOR
A A
R0
REC/RDSS/LT-ACC-ABC/06B
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
11 10 9 8 7 6 5 4 3 2 1
H H
- * BDJCI?C= 7G68@;I 8H*- >;6I IG;6I;9 6AJB?C?JB 6AADN C6
HJHE;CH?DC 6HH;B7AN 3&
, + BDK67A; A?C@ AB.- ( AB *.)) I>;GBD EA6HI?8 7A68@
CDI; 3& + * A;K;G EH /&*- I>;GBD EA6HI?8 7A68@
* * 7D9N&EH .- ( EH *.)) I>;GBD EA6HI?8 7A68@
B6I;G?6A3 H;; I67A;
G;E FIN 9;H8G?E?I?DC B6I;G?6A 8DADJG
L;?=>I3,1) =G6BH$6^^_]d%
B6G@?C=3;H .- *-&+ *-)
G G
F F
-
*1.

,
+
E E
*
HJHE;CH?DC 6HH;B7AN 3&
*)) HE;8?<?86I?DC 3& 6H E;G C< 8,,&)-)
+
Product Messenger 8PQZT GP\UT $[[ % 9WP $[[%
D 7G68@;I 3& 8H *- Reference Type BW\ BPd BW\ BPd D
ES 54 14-2 INSULATED 25 70 6 14
CDI; 3&
B6I;G?6A3 >;6I IG;6I;9 6AJB?C?JB 6AADN
*-)
B6G@?C=3 8H *-
HE;8?<?86I?DC 3& 6H E;G C<8,,)-)
C

10
FOR TENDER PURPOSE ONLY
B
83 O9]Rb[T\a` P\S HTaaW\U`OGTZO9T`Ya]^OS]c\Z]PS'X ^U
Rural Electrification Corporation Ltd.
PROJECT:
Deen Dayal
Revamped Upadhyaya
Distribution Gram Jyoti
Sector Scheme (RDSS)Yojana (DDUGJY)

,.
TITLE
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/LT-ACC-ABC/07A
11 10 9 8 7 6 . - , + *
11 10 9 8 7 6 5 4 3 2 1
H H
HJHE;CH?DC 6HH;B7AN 3&
CDI; 3&
B6I;G?6A3 H;; I67A;
*-)
G G
F - F
*1.

,
+
E E
* HJHE;CH?DC 6HH;B7AN 3&
HE;8?<?86I?DC 3& 6H E;G C< 8,,&)-)
*))
+
Messenger 8PQZT GP\UT $[[ % A]PS
Type BW\ BPd @C
7G68@;I 3& INSULATED/BARE 25 50 12
D D
CDI; 3& - * BDJCI?C= 7G68@;I >;6I IG;6I;9 6AJB?C?JB 6AADN C6
, + BDK67A; A?C@ I>;GBD EA6HI?8 7A68@
B6I;G?6A3 >;6I IG;6I;9 6AJB?C?JB 6AADN
*-) + * A;K;G I>;GBD EA6HI?8 7A68@
HE;8?<?86I?DC 3& 6H E;G C<8,,)-) * * 7D9N I>;GBD EA6HI?8 7A68@
G;E FIN 9;H8G?E?I?DC B6I;G?6A 8DADJG
C

10
FOR TENDER PURPOSE ONLY
B
83 O9]Rb[T\a` P\S HTaaW\U`OGTZO9T`Ya]^OS]c\Z]PS'X ^U
Rural Electrification Corporation Ltd.
PROJECT:
Deen Dayal
Revamped Upadhyaya
Distribution Gram (RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)

,.
TITLE
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/LT-ACC-ABC/07B 1 OF 1 0
11 10 9 8 7 6 . - , + *
11 10 9 8 7 6 5 4 3 2 1
- * BDJCI?C= 7G68@;I >;6I IG;6I;9 6AJB?C?JB 6AADN C6
HJHE;CH?DC 6HH;B7AN 3&
, + BDK67A; A?C@ I>;GBD EA6HI?8 7A68@
H H
CDI; 3& + * A;K;G EH I>;GBD EA6HI?8 7A68@
* * 7D9N I>;GBD EA6HI?8 7A68@
B6I;G?6A3 H;; I67A;
G;E FIN 9;H8G?E?I?DC B6I;G?6A 8DADJG
*-)
G G
10

F F
-
*1-

,
+
E E
*
*))
7G68@;I 3&
D D
CDI; 3&
B6I;G?6A3 >;6I IG;6I;9 6AJB?C?JB 6AADN HJHE;CH?DC 6HH;B7AN 3&
*-)
HE;8?<?86I?DC 3& 6H E;G C< 8,,&)-)
HE;8?<?86I?DC 3& 6H E;G C<8,,)-)
+
Messenger 8PQZT GP\UT $[[ % A]PS
Type BW\ BPd @C
INSULATED/BARE 70 95 15
C

10
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
Deen Dayal
Revamped Upadhyaya
Distribution Gram Jyoti
Sector Scheme Yojana (DDUGJY)
(RDSS)

,.
TITLE
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/LT-ACC-ABC/07C 0
=;C;G6A IDA;G6C8; DC 9?B;CH?DCH3 g."
11 10 9 8 7 6 . - , + *
12 11 10 9 8 7 6 5 4 3 2 1
H H
S.NO. Description Vol. in m3
G G
1 Excavation ( 0.5Ø x0.6x1.5M) 0.45
2 Concreting (Ø0.5x0.05x 1/6th length in mm )
+0.014 Cut for muffing
F F
!(( "')%*-'+*- #,% '* )) /*(%-- +.&%,0'-% )%*.'+*%$
E E
500
300

GL.
NOTES:-
1.UNLESS OTHERWISE SPECIFIED, ALL DIMENSIONS ARE IN MM.
Line
2.THIS ARRANGEMENT SHALL BE USED
D Direction FOR ALL TAPPING POLES ,DEAD END POLES , DTC D

600
ANGULAR POLES, CROSSING, 2/4 POLE STRUCTURES AND FOR
1500

A A ALL 33 KV POLES.
CONCRETING (1:2:4)
Foundation With
C
Concreting (1:2:4)
Section A-A FOR TENDER PURPOSE ONLY
75
B
500 Rural Electrification Corporation Ltd.
Deen Dayal
Revamped Upadhyaya
Distribution Gram
Sector Jyoti(RDSS)
Scheme Yojana (DDUGJY)
Concrete Foundation For PSC Poles
CONCRETE (PCC) FOUNDATION DETAILS FOR PSC POLES
A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/GEN/01 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
S.No. Description Vol. in m 3
H H
1 Excavation (0.5x0.6x1.5M) 0.45
RCC Base Plate 0.015
2
G
Size (0.45X0.45X0.075 M) G
)88 *793;?7<;? />3 7; 99 A;83??
F

RCC Base Plate 450 X 450 X 75 <@63>C7?3 93;@7<;32 F


,/;A4/1@A>7;5 -<83>/;13 /? +<88<C?
.=@< '"99 ( '!
'# @< #""99 ( &!
G.L G.L #"# @< %""99 ( %!

450
)0<B3 %""99 ( $!

600
E E
Line
Direction
r
450
D D
1500

A A 500
Aggregates or
Stone bolder 10mm
& above (60%) WITH
NOTES:-
C
Compacted Soil (40%) 1. UNLESS OTHERWISE SPECIFIED, ALL DIMENSIONS ARE IN MM.
2. AGGREGATES OF SIZE <80 MM ( LARGE SIZE AS PER TABLE-3 OF IS 383).
RCC Base Plate As per FOR TENDER PURPOSE ONLY
REC Standard K1
Size 450 X 450 X 75
75
B
Rural Electrification Corporation Ltd.
450
500 Deen Dayal
Revamped Upadhyaya
Distribution Gram
Sector Jyoti Yojana
Scheme (RDSS)(DDUGJY)
Plain Foundation for PSC Pole FOUNDATION DETAILS OF PSC/PCC Pole
FILLING WITH EXCAVATED SOIL ,BRICKBATTING & COMPACTION)
A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/GEN/02 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
18.2
Small Steel Head
44

G G
165

Ø24
F
NOTES:- F
Insulator Pin 1)PIN AS SHOWN SUITABLE FOR METAL CROSS ARM.
40
2) FOR WOOD CROSS ARM INSTEAD OF SPRING WASHER
25 ,USE TWO SQUARE WASHERS 50X50X5 MM. ONE ON TOP
12 R AND THE OTHER AT BOTTOM.
5

E
3) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED. E
20Ø 4) MANUFACTURING TOLERANCE AS FOLLOWS
UP TO 50mm : ±5%
51 TO 100mm : ±4%
101 TO 300mm : ±3%
D D
ABOVE 300mm : ±2%
150

Spring Washer
Hexagonal Nut
100

C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
PIN INSULATOR
DeenDistribution
Revamped Dayal Upadhyaya Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
TITLE
PIN INSULATOR
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS REC/RDSS/GEN/03 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
BILL OF MATERIAL
H H
S.NO. DESCRIPTION ERECTION SECTION LENGTH Wt/Mtr QTY TOTAL Wt.
MARK in MM Kg/M Kg
1 Clamp for Earth Pipe GI Flat 40x3 146 0.942 2 Nos 0.275
2 Bolts & Nuts M12 30 0.057 2 Nos 0.114
G
CL of Pole 3 Spring Washer M12 3.5mm Thk. 0.006 2 Nos 0.012 G
TOTAL WT. 0.401
GL. GL.
Funnel
200
300

Clamp
GL. GL. 1200 21R
F 200 F
300

12Ø Bolts & Nuts

500
8 S.W.G. G.I. Wire from Pole 8 S.W.G. G.I. Wire Spring Washer
20
500 20 40X3 G.I Flat
20 20
150

40MM Ø G.I Pipe Class`B'


E
Clamp for Earth Pipe E
Charcoal or Coke
75 and Salt alternate
Layer of 300 mm NOTES:-
1. ALL DIMENSIONS ARE IN MM.

3000
2. EARTH TERMINAL OF G.I
40mm Ø G.I Pipe Class`B'
2500

STRIP 40x3 WITH 2 NOS. 12Ø STUDS.


D 12 Ø Holes 3. MANUFACTURING TOLERANCE. D
UPTO 50mm - ± 5%
51 TO 100mm - ± 4%
101 TO 300mm - ± 3%
ABOVE 300mm - ± 2%
4. MS PARTS SHALL CONFIRM TO IS:2062
5. ALL MS PARTS TO BE HOT DIP
C GALVANISED AS PER IS 2629 & 4759.
Earthing For Ordinary 6.WEIGHT MENTIONED IS FOR PACKING & FORWARDING PURPOSE ONLY
Soil where Pipe could
be Hammered
FOR TENDER PURPOSE ONLY
B
300 300
Rural Electrification Corporation Ltd.
Earthing for
Hard Stiff or Medium Clay DeenDistribution
Revamped Dayal Upadhyaya Gram
Sector Scheme Jyoti
(RDSS) Yojana (DDUGJY)
PIPE TYPE EARTHING
A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/GEN/04 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
NOTES:-
G G
1) THE CONCRETE MIX SHALL BE OF M15 GRADE
2) BASE PLATE IS NOT NECESSARY FOR CONCRETE LOCATIONS
3) EQUIVALENT SIZE OF STONE PAD CAN BE USED AS BASE PLATE
WHEREVER AVAILABLE ECONOMICALLY.
4) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED.
F F
E E
D D
FOR TENDER PURPOSE ONLY
C
B
Rural Electrification Corporation Ltd.
PROJECT:
Deen Dayal
Revamped Upadhyaya
Distribution Gram (RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
TITLE
RCC BASE PAD FOR PCC POLE
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0 COMMON FOR ALL
A3 NTS REC/RDSS/GEN/05A 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
RCC BASE PLATE
STONE BASE PLATE
25 mm
HT Wire 4 mm
F F
E E
D D
C
C
B FOR TENDER PURPOSE ONLY
Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution GramScheme
Sector Jyoti Yojana(
(RDSS)DDUGJY)
A All dimensions are in mm. DRAWING FOR STONE/RCC BASE PLATE
FOR STAY SET
A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/GEN/05B 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6
5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
RCC BASE PLATE
STONE BASE PLATE
25 mm
HT Wire 4 mm
F F
E E
D D
25 mm 25 mm
C
C
B
FOR TENDER PURPOSE ONLY
Rural Electrification Corporation Ltd. B
Revamped
Deen Dayal Distribution Sector
Upadhyaya Gram Scheme
Jyoti (RDSS)
Yojana( DDUGJY)
A
All dimensions are in mm. DRAWING FOR STONE/RCC BASE PLATE
FOR STAY SET
A
R0
REC/RDSS/GEN/5C
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6
5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
RCC BASE PLATE
STONE BASE PLATE
25 mm
HT Wire 4 mm
F F
E E
D D
C
C
B
FOR TENDER PURPOSE ONLY
Rural Electrification Corporation Ltd. B
Revamped
Deen Distribution
Dayal Upadhyaya Sector
Gram Scheme
Jyoti Yojana((RDSS)
DDUGJY)
A
All dimensions are in mm. DRAWING FOR STONE/RCC BASE PLATE
FOR STAY SET
A
R0
REC/RDSS/GEN/5D
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6
5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
Type & Size of Service Cable
H H
Type Connected Load Size
Twin Core Thermoplastic 2
Wooden Brush Upto 2 KW 2.5 mm
Insulated W.P.
G.I Wire 3.15mm Cables As PER
2
Guy (G.I Wire 3.15 mm) IS 3035 (Part-I) Above 2 KW 4.0 mm
G G
IS 3035 (Part-III) to 4 KW
Service Support/ 20Ø G.I Pipe
or L 35x 35x5 with
25 Ø PVC Pipe
Thermoplastic Insulated
Weather Proof Cable
F Meter Board Minimum Ground Clearance F
Dimension Across the Road Along the Road Else Where
A 5800 5500 4000
E E
Tiled Roofing or Other Gabled Roofing
Eye Bolt
Clamp (16x300 to 375
Notes:
Out
D 1. The Maximum Span to be limited to 35 Meters. D
2. Before wire 3.15mm size (10SWG) will be of Hard
Quality as per IS: 280-1962
3(a). G.I. Pipe 20Ø will be of Medium Class as per IS:
1161-1968.
2
PVC Pipe Ø25 (b) Alternatively L 35x35x5 with 25Ø PVC Pipe as
per IS: 2509-1963 may be used.
C
4. Clamps to be made from 40x3 M.S. Flat
FOR TENDER PURPOSE ONLY
B Rural Electrification Corporation Ltd.
Multi Storey or Single Storey Deen Dayal
Revamped Upadhyaya
Distribution Gram
Sector Scheme Jyoti
(RDSS) Yojana (DDUGJY)
Single Storey-Flat/R.C.C Roofing Building with High Roofing
LT Service Connection Single Phase
A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/GEN/06 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
GL. GL.
G G
200
300

500

F F
8 S.W.G. G.I. Wire
500
E
20 Ø G.I Rod NOTES:- E
1. ALL DIMENSIONS ARE IN MM.
2. EARTH TERMINAL SHOULD BE MADE OF G.I
12Ø STRIP 40x3 WITH 1NO. 12Ø STUD.
3. MANUFACTURING TOLERANCE.
UPTO 50mm - ± 5%
2500
51 TO 100mm - ± 4%
Welding 101 TO 300mm - ± 3%
D D
ABOVE 300mm - ± 2%
4. CLAMP IS TO BE WELDED TO SPIKE.
5. THE WHOLE ASSEMBLY IS TO BE HOT DIP GALVANISED(IS:2629&4759)
6. ALL MS PARTS SHALL CONFIRM TO IS :2062
7. WEIGHT MENTIONED IS FOR PACKING AND FORWARDING PURPOSE ONLY.
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
Revamped Distribution
Deen Dayal Sector Scheme
Upadhyaya Gram (RDSS)
Jyoti Yojana (DDUGJY)
SPIKE TYPE EARTHING FOR NORMAL SOIL
A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/GEN/07 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H

APP.
2.5m
1200
From Support
600
GL GL
G G
300

NO. 8 SWG GI
Wire Closely
Wound 115 Turns
1.85 kG
F F
Refilled Earth
C of Pole
L Charcoal or Coke And
E
Salt in alternate layers E
of 300mm
1500

50
Earthing Spiral
Spiral Earth Wire
8 SWG G.I NOTES:-
450

D D
1) All dimensions are in mm unless otherwise mentioned.
2) Manufacturing Tolerance.
a) Dia of GI wire : ±2.5%
b) All other dimensions as given below
3) MS wire shall conform to IS 280
350 4) All MS parts shall be hot dip galvanised as per IS 2629 and IS 4759.
C
5) In rocky areas where digging upto 1500 mm is not possible,earthing
407.21 arrangement in horizontal configuration buried at a depth not less than
800 mm shall be used.
6) Weight mentioned is for packing and forwarding purpose only.
Coil Earthing Details FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
Deen
Revamped Dayal Upadhyaya
Distribution Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
TITLE
SPIRAL EARTHING DETAILS
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0 COMMON FOR ALL
A3 NTS REC/RDSS/GEN/08 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
145 )88 *793;?7<;? />3 7; 99 A;83?? <@63>C7?3
93;@7<;32 BILL OF MATERIAL
H ,/;A4/1@A>7;5 -<83>/;13 /? +<88<C? H
x

.=@< '"99 ( '! ITEM DESCRIPTION SECTION MATERIAL LENGTH QTY.


1 NO. MM
'# @< #""99 ( &!
1 TURN BUCKLE ASSEMBLY G.I 1 NO.
#"# @< %""99 ( %!
)0<B3 %""99 ( $! a EYE BOLT Ø20mm G.I 550 1 NO.
b SUPPORTING ANGLE L50x50x6 G.I 180 1 NO.
c EYE HOOK Ø16mm 1000 1 NO.
0 30° 45° Soil Filling 1600 Anchor Rod G.I
A 750 1100
G B 1500 1300 d WASHER 4MM G.I. 40X40 1 NO. G
e NUT M20 G.I. 2 NOS.
600

45

2 ANCHOR ROD & ANCHOR PLATE G.I. 1 NO.


a ANCHOR ROD Ø16mm G.I 1900 1 NO.
6

PLAN M10 Grade PCC


STAY PIT - ANCHOR ASSEMBLY
b ANCHOR PLATE(REC STANDARD K-1) 75 MM 450X450 1 NO.
RCC
c
SQUARE WASHER 8 MM G.I. 40X40 1 NO.
Anchor Plate d
GUY INSULATOR NUT M16 G.I. 1 NO.
F 200x200x+6mm F
3 GUY INSULATOR 1 NO.
STAY INSULATOR MAKE-OFF
4 STAY WIRE 7/3.15mm G.I.
5 THIMBLE G.I. 2 NOS.
3
D

R10
Ø40
Concreting 0.2cm
WELEDED
Ø16 G.I ROD Ø23,04 G.I ROD
E
NOTES:- E

1800
648
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED.

8,64
57,6
WELDED WELDED SQUARE WASHER
HEXAGONAL NUT 2) ALL M.S. ITEM SHALL BE HOT DIP GALVANISED AS PER IS 2629&4759

25
ANCHOR ROD

432
116 2a
259,2 C 75x40 OR
L 50x50x6 Ø25 HOLE

648
3) MANUFACTURING TOLERANCE
Ø20 M.S. ROD
UPTO 50mm - ± 5%

450
3050

WELDED 51 TO 100mm - ± 4%
D 450
101 TO 300mm - ± 3% D
TURN BUCKLE 2b RCC ANCHOR PLATE(REC STANDARD K1)
1
Ø22 HOLE Ø18 HOLE
ABOVE 300mm - ± 2%
4) M.S MATERIAL SHALL CONFIRM TO IS: 2062.

40

40
4 40 40
SQUARE WASHER(40x40x4) SQUARE WASHER(40x40x8) 5) GUY INSULATORS TO BE UTILISED AS PER SPECIFICATION FOR
HT & LT LINES RESPECTIVELY.
6) FOR FIRM SOILS, ONLY SOIL FILLING WITH COMPACTION TO BE DONE
Stay Set Arrangement
C
GL GL
tanØ=d/D (5)THIMBLE
d=DtanØ FOR TENDER PURPOSE ONLY

800
2
END MAKING OF GUY WIRE
Soil Filling
1500

A
1:2:4 600
B Concrete Rural Electrification Corporation Ltd.

800
RCC Base
450x450x75 1600 ANCHOR ROD
Guy Assembly

B
DeenDistribution
Revamped Dayal Upadhyaya Gram Jyoti
Sector Scheme Yojana (DDUGJY)
(RDSS)
(Conventional Arrangement) 500X500
REC Construction Standard ANCHOR PLATE
Concreting to be done
G-1 where soil is not Firm ELEVATION STAY SET ARRANGEMENT FOR 11KV/LT LINE
A
Stay Set Arrangement
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/GEN/09A 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H
145 H
x

1
R10
Ø40
WELEDED
G G
Ø16 G.I ROD
Ø16 G.I ROD

1800
450

6
3
D

40
F
WELDED WELDED SQUARE WASHER F
HEXAGONAL NUT

25
300
116 2a ANCHOR ROD
180 C 75x40 OR
L 50x50x6

450
Ø25 HOLE
Ø20 M.S. ROD
3050

450
E
WELDED E
4
450
2b RCC ANCHOR PLATE(REC STANDARD K1)
GL GL
1 TURN BUCKLE
d=DxTAN0 Ø22 HOLE Ø18 HOLE
800

40

40
SOIL FILLING
1500

D D
1:2:4
CONCRETE
40 40
800
RCC BASE
450x450x75 SQUARE WASHER(40x40x4) SQUARE WASHER(40x40x8)
GUY ASSEMBLY
(CONVENTIONAL ARRANGEMENT) 500X500
REC CONSTRUCTION STANDARD CONCRETING TO BE DONE
G-1 WHERE SOIL IS NOT FIRM
(SEE NOTE-6)
0 VARIES FROM 30 TO 45 DEG
C
NOTES:-
GUY INSULATOR
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED.
2) ALL M.S. ITEM SHALL BE HOT DIP GALVANISED AS PER IS 2629&4759 FOR TENDER PURPOSE ONLY
3) MANUFACTURING TOLERANCE
UPTO 50mm - ± 5%
51 TO 100mm - ± 4%
101 TO 300mm - ± 3%
B
STAY INSULATOR MAKE-OFF ABOVE 300mm - ± 2%
Rural Electrification Corporation Ltd.
4) M.S MATERIAL SHALL CONFIRM TO IS: 2062.
5) GUY INSULATORS TO BE UTILISED AS PER SPECIFICATION FOR
(5)THIMBLE HT & LT LINES RESPECTIVELY.
6) FOR FIRM SOILS, ONLY SOIL FILLING WITH COMPACTION TO BE DONE
DeenDistribution
Revamped Dayal Upadhyaya Gram Jyoti
Sector Scheme Yojana( DDUGJY)
(RDSS)
STAY SET ARRANGEMENT ON 8M/140KG/PCC POLE
A
END MAKING OF GUY WIRE
R0
REC/RDSS/GEN/09B
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
145 BILL OF MATERIAL
H H
ITEM DESCRIPTION SIZE MATERIAL LENGTH kG./mtr. QTY. TOTAL Wt.
NO. MM KG.
001 8m/200 KG. PCC POLE AS REDQ.
900 CLAMP FOR PCC POLE (11KV SUPPORT) 50x8 MS 378 3.14 2 NOS. 2.373
X

901 CLAMP FOR PCC POLE (LT LINE) 50x8 MS 385 3.14 2 NOS. 2.418
902 CLAMP FOR STRUT POLE 50x8 MS 366 3.14 2 NOS. 2.298
NUTS & BOLT M16 65 0.164 3 NOS. 0.492
G G
902 SPRING WASHER M16 3.5 THK. 0.009 3 NOS. 0.027
3 NOS. M16x65 PLAIN WASHER M16 3 THK. 0.015 3 NOS. 0.045
TOTAL 7.653
900 OR 901
F F
155
168
50x8 MS FLAT 175
50x8 MS FLAT 50x8 MS FLAT
6500

240 344 240 240


240 240 320 240
240 240 320 240

160
43
35

35
001

160

160
E E

43

32
Ø18 HOLE
Ø18 HOLE Ø18 HOLE

400

400
200

200

200
254
261 244
314
321 304
D D
CLAMP FOR PCC POLE 900
CLAMP FOR PCC POLE CLAMP FOR STRUT POLE 902
LT LINE 901
11 KV SUPPORT
GENERAL NOTES:
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED
2) MANUFACTURING TOLERANCE.
UPTO 50mm - ± 5%
51 TO 100mm - ± 4%
101 TO 300mm -± 3%
C
ABOVE 300mm - ± 2%
3) ALL M.S. PARTS SHALL CONF0RM TO IS:2062
4) ALL M.S. FABRICATED ITEMS SHALL BE HOT DIP GALVANISED
GL GL GL GL
AS PER IS:2629 & 4759
5) ALL THE ITEMS SHALL BE MARKED WITH ERECTION CODE.
6) WEIGHT MENTIONED IS FOR PACKING & FORWARDING PURPOSE ONLY. FOR TENDER PURPOSE ONLY
7) ALL CLAMPS AND ANGLES SHALL CONFORM TO IS:SP6 PART-1.
ALL CHANNELS SHALL BE ISLC CHANNELS.
1500

Rural Electrification Corporation Ltd.

`D'
B
RCC BASE
PROJECT:
450x450x75
Deen
Revamped Dayal Upadhyaya
Distribution Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
STRUT
TITLE
(CONVENTIONAL ARRANGEMENT)
STRUT ARRANGEMENT
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0 COMMON FOR ALL
1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A3 NTS REC/RDSS/GEN/10
12 11 10 9 8 7 6 5 4 3 2 1
11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
Deen Dayal
Revamped Upadhyaya
Distribution Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
TITLE
DETAILS OF 500MM WIDE CABLE TRENCH
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1 0
A4 1:100
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
11 10 9 8 7 6
11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
DeenDistribution
Revamped Dayal Upadhyaya Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
TITLE
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1 0
A4 1:100
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
G. I. Stay Wire
G
Hellically Formed End Fitting G
F F
Thimble
E E
Stay Rod
D D
NOTE: FOR DETAILS OF HELLICALLY FORMED GUY GRIPS REFER REC SPECIFICATION NO. 25/1983
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
Deen DayalSector
Revamped Distribution Upadhyaya Gram
Scheme Jyoti Yojana (DDUGJY)
(RDSS)
TITLE
Guy -End Assembly
(Using Hellically Formed Fitting)
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A3 NTS REC/RDSS/GEN/12 1 OF 1 0
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
350

300 300 300


875

G G
NOTES :-
1. SINGLE GUY ARRANGEMENT AS PER
FIGURE 1, 2 & 3 CAN BE USED WHEN
TOTAL TENSION TO BE TAKEN ON THE
F
GUY DOES NOT EMCEED THE FOLLOWING F
LIMITS
2. IN THE DURABLE GUY ARRANGEMENT THE
2
FOUNDATION OF THE GUYS SHOULD BE
SO PLACED THAT ONE DOES NOT REDUCE
THE STRENGTH OF THE OTHER . IN OTHER
E
WORDS, THE SOIL WHICH RESISTS THE E
UP - LIFT SHOULD NOT BE DISTURBED
WHILE DIGGING THE FOUNDATION FOR
FIG :- 1 FIG :- 2 FIG :- 3 THE OTHER STAY.
SINGLE GUY
250

3. FOR DETAILS OF COMPONENTS OF GUY


ASSEMBLY, REFER, G - 1.
D D
C
.
1500
FOR TENDER PURPOSE ONLY
B
DOUBLE GUY 1500 Rural Electrification Corporation Ltd.
PROJECT:
DeenDistribution
Revamped Dayal Upadhyaya Gram
Sector Scheme Jyoti
(RDSS) Yojana (DDUGJY)
TITLE
Guying Arrangement Single & Double Guy
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A3 NTS REC/RDSS/GEN/13 1 OF 1 0
12 11 10 9 8 7 6 5 4 3 2 1
11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
DeenDistribution
Revamped Dayal Upadhyaya Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
TITLE
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/GEN/14
11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
PCC Pole EARTH
WIRE TERMINAL PCC Pole
G G
F
Back filling with F
excavated soil and
Boulder Put refill with bolder and
excavated soil
E E
Earthing coil
D D
BASE PAD
For 11 Kv & LT Pole
Coaching of 0.02 cm or stone
block of size 450x450x75 mm.
C C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd. B
Deen Distribution
Revamped Dayal Upadhyaya Gram Jyoti
Sector Scheme Yojana( DDUGJY)
(RDSS)
All dimensions are in mm. DRAWING FOR POLE PIT FOR PCC POLE FOR NORMAL SOIL
A A
R0
PROJECT
REC/RDSS/GEN/15 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
HOLES Ø10MM
NOTES:-
1) THE PLATE SHALL BE MADE FROM M.S. SHEET OF ATLEAST 1.6mm THICKNESS
& VITREOUS ENAMELED WHITE WITH LETTERS, FIGURES & THE CONVENTIONAL SKULL
E & BONES IN SIGNAL RED COLOUR ON THE FRONT SIDE(IS 5-1978). THE REAR SIDE E
OF THE PLATE SHALL ALSO BE ENAMELED.
2) ALL LETTERING SHOULD BE CENTRALLY SPACED.
3) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED.
4) MANUFACTURING TOLERANCE AS FOLLOWS
*;?5@.618> 92 -96>= UP TO 50mm : ±5%
58 ,9/.6 ,.83?.831 51 TO 100mm
101 TO 300mm
: ±4%
: ±3%
D D
ABOVE 300mm : ±2%
*;?5@.618> 92 ).831< 58
C
,9/.6 ,.83?.831
FOR TENDER PURPOSE ONLY
'66 )5718=598= .<1 58 77 ?861== 9>41<A5=1 718>59810
+53! %!" & #"$- ).831< (9.<0
B
Rural Electrification Corporation Ltd.
PROJECT:
Deendayal
Revamped Upadhyaya
Distribution Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
TITLE
433V DANGER BOARD
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS REC/RDSS/LT-OH/01 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
145
BILL OF MATERIAL
1
SR. NESCL
500

H
10 NO. ERE H
DESCRIPTION QTY. REF. DRG. NO.
12 CODE
3NOS, M16x65
1 1 001 8m/200Kg. PSC POLE 1 NO. REC-XII Plan-GEN-001A
300

500

13
3NOS, M16x65
2 003 BARBED WIRE 3.5 MTR
14 9 3 022 433V DANGER BOARD 1 NO. REC-XII Plan-LT-016
11 4 005 SPIKE EARTHING 1 SET REC-XII Plan-GEN-012
5 006 STAY SET ARRANGEMENT 1 SET
G
3 NOS. M16x65 G
5 6 814M CLAMP FOR DANGER BOARD 1 NO. REC-XII Plan-LT-015 (SHT-2)
300

SUSPENSION CLAMP 7 816 TOP CLAMP TOP ANTI CLIMBING DEVICE 1 SET REC-XII Plan-LT-015 (SHT-2)
8 817 BOTTOM CLAMP TOP ANTI CLIMBING DEVICE 1 SET REC-XII Plan-LT-015 (SHT-2)
CONNECTIONS TO BE MADE
USING PIERCING CONNECTORS 9 818A CLAMP FOR EYE HOOK 2 NOS. REC-XII Plan-LT-015 (SHT-2)
10 10 818B CLAMP FOR EYE HOOK 2 NOS. REC-XII Plan-LT-015 (SHT-2)
8 PHASE CONDUCTOR
11 019 EYE HOOK 2 NOS. REC-XII Plan-LT-015 (SHT-2)
2NOS, M10x60
12 026 SUSPENSION CLAMP 1 SET REC-XII Plan-LT-015 (SHT-2)
F F
GUY 13 025 DEAD-END CLAMP 1 SET REC-XII Plan-LT-015 (SHT-2)
1000

2 NUTS & BOLTS AS REQD. REC-XII Plan-LT-015 (SHT-2)


9 3NOS. M16x65
2NOS, M10x60 MESSANGER WIRE
2NOS, M8x50
7 3
8000

E E
NOTES:
32 32
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED.
M8x50 BOLT
2) MANUFACTURING TOLERANCE AS FOLLOWS
SPRING & PLAIN UP TO 50mm : ±5%
3000

WASHER
51 TO 100mm : ±4%
D TAP CONDUCTOR SERVICE CABLE 101 TO 300mm : ±3% D
CONDUCTOR
ABOVE 300mm : ±2%
3) ALL M.S. PARTS SHALL CONFORM TO IS:2062
4) ALL M.S. FABRICATED ITEMS SHALL BE HOT DIP GALVANISED
42 42 AS PER IS:2629 & 4759.
THE BOLT SHOULD BE SUITABLE SUNK 5) ALL THE ITEMS SHALL BE MARKED WITH ERECTION CODE.
SO AS TO PREVENT ITS ROTATION
6) WEIGHT MENTIONED IS FOR PACKING & FORWARDING PURPOSE.

25
GL GL DURING TIGHTENING OF NUT
C C
7) ALL CHANNELS AND ANGLES SHALL CONFORM TO IS:SP6 PART-1
300

50
ALL CHANNELS SHALL BE ISLC CHANNELS.

25
Ø20 SPIKE EARTHING
TOP VIEW (WITH BOLT REMOVED) INDICA
SWIVEL ACTION SO AS TO GRIP CONDUCT FOR TENDER PURPOSE ONLY
OF UNEQUAL SIZES
9>6- !)! 9>6- !*!
(SUTABLE FOR JUMPER (SUTABLE FOR TAPPING
B CONNECTIONS FOR OF SERVICE CONNECTIONS) 7-+ B
LINE TO LINE TAPPING)
+54897;+9154 89)4,)7, Rural Electrification Corporation Ltd.

2500
290 -%'(
500 $ 62-)8- 459- 90)9 ;, +544-+957 80)22 *- ;8-, .57
3-88)4/-7 =17- )4, 61-7+14/ +544-+957 80)22 *- PROJECT:
RevampedDeendayal
Distribution Upadhyaya
Sector SchemeGram Jyoti Yojana (DDUGJY)
;8-, .57 )* +)*2-&
ELEVATION "61-7+14/ +544-+957 +544-+9154 ,-9)128 805=4 )*5<-# (RDSS)
4 $ .57 ,-9)128 5. 61-7+14/ +544-+957
62-)8- 7-.-7 3)4;.)+9;7-7!8 ,7)=14/ TITLE
8;*3199-, 8-6)7)9-2> GA & COMPONENT DETAILS OF AB CABLE CONNECIONS
A
AND TAPPING ARRANGEMENT A
SCALE REV. NO.
NTS 0
R0 SIZE DRG. NO. SHT. NO.
REV.NO. DATE DESCRIPTION DRAWN DESIGN CHKD. CLEARED BY APPD DATE A3 REC/RDSS/LT-OH/02A 1 OF 2
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
30 30 159 30 70 25 BILL OF MATERIAL
NESCL
SR.
H
ERE LENGTH TOTAL Wt. H
NO. DESCRIPTION SECTION MATERIAL kG./mtr. QTY.
CODE MM KG.
35

1 814M CLAMP FOR DANGER BOARD 30x3 M.S. 610 0.701 1 NO. 0.428
20

2 818A CLAMP FOR EYE HOOK 50x8 M.S. 430+430 3.14 1 SET 2.7
35

3 818B CLAMP FOR EYE HOOK 50x8 M.S. 434+434 3.14 1 SET 2.726
Ø18 HOLES
4 816 TOP CLAMP FOR ANTI CLIMBING DEVICE 40x5 M.S. 395+395 1.60 1 SET 1.264
(TYP.)
5 817 BOTTOM CLAMP FOR ANTI CLIMBING DEVICE 40x5 M.S. 413+413 1.60 1 SET 1.322
CLAMP FOR EYE HOOK 818A 50x8 MS FLAT
G G
SPIKE 6mm ROD M.S. 125 0.22 56 NOS. 1.54
1 SET=2 NOS.(HALF CLAMP) TOTAL 9.98
30 30 163 30 70 25
Ø18 ROUND SR.
SECTION Ø18 HOLES NO. DESCRIPTION SECTION MATERIAL LENGTH kG./mtr. QTY. TOTAL Wt.
35

MM KG.
6mm THK. 5 NUTS & BOLTS M16 65 0.164KG/NO. 6 NOS. 0.984
20

F F
6 NUTS & BOLTS M10 60 0.055KG/NO. 4 NOS. 0.220
35
35

7 NUTS & BOLTS M8 50 0.05KG/NO. 2 NOS. 0.100


Ø18 HOLES
8 SPRING WASHERS M16 3.5 THK. 0.009KG/NO. 6 NOS. 0.054
(TYP.) RED HOLE
9 SPRING WASHERS M10 3.5 THK. 0.003KG/NO. 4 NOS. 0.012
CLAMP FOR EYE HOOK 818B 50x8 MS FLAT 60 25 70 25
10 SPRING WASHERS M8 3.5 THK. 0.002KG/NO. 2 NOS. 0.004
1 SET=2 NOS.(HALF CLAMP) EYE HOOK 019
11 PLAIN WASHER M16 3 THK. 0.015KG/NO. 6 NOS. 0.090
REC
E CONSTRUCTION STANDARD 12 PLAIN WASHER M10 3 THK. 0.005KG/NO. 4 NOS. 0.020 E
E-35 13 PLAIN WASHER M8 3 THK. 0.004KG/NO. 2 NOS. 0.080
TOTAL 1.564
NOTES:
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED.
2) MANUFACTURING TOLERANCE AS FOLLOWS
95 UP TO 50mm : ±5%
D D
51 TO 100mm : ±4%
101 TO 300mm : ±3%
30x3 MS FLAT ABOVE 300mm : ±2%

25
SEE NOTE-2 3) ALL M.S. PARTS SHALL CONFORM TO IS:2062
4) ALL M.S. FABRICATED ITEMS SHALL BE HOT DIP GALVANISED

25
190

AS PER IS:2629 & 4759.


C 5) ALL THE ITEMS SHALL BE MARKED WITH ERECTION CODE. C
2 NOS. Ø10 HOLES 6) WEIGHT MENTIONED IS FOR PACKING & FORWARDING PURPOSE.
34.5 34.5
7) ALL CHANNELS AND ANGLES SHALL CONFORM TO IS:SP6 PART-1
ALL CHANNELS SHALL BE ISLC CHANNELS.
30 170 30
FOR TENDER PURPOSE ONLY
6mm ROD SPIKE
PLAN 814M SECTION A-A
B
Rural Electrification Corporation Ltd. B
DANGER CLAMP
PROJECT:
Revamped Deendayal Upadhyaya
Distribution Sector SchemeGram Jyoti Yojana (DDUGJY)
(RDSS)
TITLE
GA & COMPONENT DETAILS OF AB CABLE CONNECIONS
A
AND TAPPING ARRANGEMENT A
DATE SCALE VENDER DRG. NO. REV. NO.
NTS 0
SIZE DRG. NO. SHT. NO.
REV.NO. DATE DESCRIPTION DRAWN DESIGN CHKD. CLEARED BY APPD DATE A3 REC/RDSS/LT-OH/02B 2 OF 2
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
BILL OF MATERIAL
ERE
DESCRIPTION QTY. REF. DRG. NO.
H CODE H
001 8m/200Kg. PSC POLE 1 NO. REC-XII Plan-GEN-001A
GENERAL NOTES: 003 BARBED WIRE 3.5 MTR.
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED 022 433V DANGER BOARD 1 NO.
2) MANUFACTURING TOLERANCE. 005 SPIKE EARTHING 1 SET REC-XII Plan-GEN-012
UPTO 50mm - ± 5% 008 STAY SET ARRANGEMENT 1 SET REC-XII Plan-GEN-007
51 TO 100mm - ± 4% 814M CLAMP FOR DANGER BOARD 1 NO. REC-XII Plan-LT-001
3 NOS. M16x65 101 TO 300mm -± 3%
ABOVE 300mm - ± 2%
816
817

TOP CLAMP FOR ANTI CLIMBING DEVICE


BOTTOM CLAMP TOP ANTI CLIMBING DEVICE

1 SET
1 SET

REC-XII Plan-LT-007
REC-XII Plan-LT-007
G G
3) ALL M.S. PARTS SHALL CONF0RM TO IS:2062 810F CLAMP FOR STAY SET 1 SET REC-XII Plan-LT-015
4) ALL M.S. FABRICATED ITEMS SHALL BE HOT DIP GALVANISED 818A CLAMP FOR EYE HOOK 1 SET
818A AS PER IS:2629 & 4759 019 EYE HOOK 1 NO.
5) ALL THE ITEMS SHALL BE MARKED WITH ERECTION CODE. 025 DEAD END CLAMP 1 NO.
019 6) WEIGHT MENTIONED IS FOR PACKING & FORWARDING PURPOSE ONLY. NUTS & BOLTS AS REQD. REC-XII Plan-LT-014
7) ALL CLAMPS AND ANGLES SHALL CONFORM TO IS:SP6 PART-1.
100

ALL CHANNELS SHALL BE ISLC CHANNELS. BILL OF MATERIAL


ERE SECTION MATERIAL LENGTH kG./mtr. TOTAL Wt.
810F CODE
DESCRIPTION
MM
QTY.
KG.
F 814M CLAMP FOR DANGER BOARD 30x3 M.S. 610 0.701 1 NO. 0.428 F
816 TOP CLAMP FOR ANTI CLIMBING DEVICE 40x5 M.S. 395 1.60 2 NOS. 1.264
025
GUY 817
810F

BOTTOM CLAMP FOR ANTI CLIMBING DEVICE


CLAMP FOR STAY SET

40x5
50x8

M.S.
M.S.

413
368

1.60
3.14

2 NOS.
2 NOS.

1.322
2.311
SPIKE 6mm ROD M.S. 125 0.22 56 NOS. 1.54
818A CLAMP FOR EYE HOOK 50x8 M.S. 430 3.14 2 NOS. 2.700
019 EYE HOOK 1 NO.
025 DEAD END CLAMP 1 NO.
50x8 MS FLAT Ø18 HOLES NUTS & BOLTS M16 65 0.164KG/NO. 5 NOS. 0.820
E E
Ø16 ROUND NUTS & BOLTS M10 60 0.055KG/NO. 4 NOS. 0.220
30 30 159 30 70 25 SECTION NUTS & BOLTS M8 60 0.05KG/NO. 2 NOS. 0.100
6mm THK.
SPRING WASHERS M16 3.5 THK. 0.009KG/NO. 5 NOS. 0.045
SPRING WASHERS M10 3.5 THK. 0.003KG/NO. 4 NOS. 0.012
SPRING WASHERS M8 3.5 THK. 0.002KG/NO. 2 NOS. 0.004
35

35
PLAIN WASHER M16 3 THK. 0.015KG/NO. 5 NOS. 0.075
PLAIN WASHER M10 3 THK. 0.005KG/NO. 4 NOS. 0.02
RED HOLE PLAIN WASHER M8 3 THK. 0.004KG/NO. 2 NOS. 0.08
Ø18 HOLE
TOTAL 10.941
D (TYP) D
60 25 70 25
50

EYE HOOK 019


30 30 175 30 70 25 REC
CONSTRUCTION STANDARD
CLAMP FOR EYE HOOK 818A E-35
C C
238
CONE
50
162
50x8 MS FLAT 26 U-BAR
22

6
30 30 30 30
FOR TENDER PURPOSE ONLY

48
72

22

20
34

52
17
35
20

B
25 LOCK NUT Rural Electrification Corporation Ltd. B
205
35

Ø18 HOLE INSULATED DEAD END CLAMP 025


PLAN REC Deendayal Upadhyaya Gram Jyoti Yojana (DDUGJY)
CONSTRUCTION STANDARD Revamped Distribution Sector Scheme (RDSS)
STAY SET CLAMP 810F E-35
GA OF LT LINE FORMATION ON SINGLE 8M/200 kG
PSC POLE (DEAD END) WITH LT AB CABLE
A A
R0
PROJECT
REC/RDSS/LT-OH/03 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
BILL OF MATERIAL
H
ERE DESCRIPTION QTY. REF. DRG. NO. H
CODE
1 8m/200Kg. PSC POLE 1 NO. REC-XII Plan-GEN-001A
2 BARBED WIRE 3.5 MTR.
3 433V DANGER BOARD 1 NO.
4 SPIKE EARTHING 1 SET REC-XII Plan-GEN-012
814M CLAMP FOR DANGER BOARD 1 NO. REC-XII Plan-LT-001
G
POLE CLAMP 3 NOS. M16x65 816 TOP CLAMP FOR ANTI CLIMBING DEVICE 1 SET REC-XII Plan-LT-001
G
817 BOTTOM CLAMP TOP ANTI CLIMBING DEVICE 1 SET REC-XII Plan-LT-001
REC-XII Plan-LT-013
EYE HOOK 818A
019

CLAMP FOR EYE HOOK


EYE HOOK

1 SET
1 NO. REC-XII Plan-LT-013
026 SUSPENSION CLAMP 1 NO. REC-XII Plan-LT-013
NUTS & BOLTS AS REQD.
019
BILL OF MATERIAL
F
818A ERE TOTAL Wt.
F
DESCRIPTION SECTION MATERIAL LENGTH kG./mtr. QTY.
CODE MM KG.
026 814M CLAMP FOR DANGER BOARD 30x3 M.S. 610 0.701 1 NO. 0.428
816 TOP CLAMP FOR ANTI CLAMP DEVICE 40x5 M.S. 395 1.60 2 NOS. 1.264
817 BOTTOM CLAMP FOR ANTI CLAMP DEVICE 40x5 M.S. 413 1.60 2 NOS. 1.322
25 Ø14 SPIKE 6mm ROD M.S. 125 0.22 56 NOS. 1.540
818A CLAMP FOR EYE HOOK 50x8 M.S. 430 3.14 2 NOS. 2.700
E E
019 EYE HOOK 1 NO.
50x8 MS FLAT CLAMP KEEPER
AL. ALLOY AL. ALLOY
026 SUSPENSION CLAMP 1 NO.
30 30 159 30 70 25
NUTS & BOLTS M16 65 0.164KG/NO. 3 NOS. 0.492
NUTS & BOLTS M10 60 0.055KG/NO. 4 NOS. 0.220
98+4

NUTS & BOLTS M8 60 0.05KG/NO. 2 NOS. 0.100


35

SPRING WASHERS M16 3.5 THK. 0.009KG/NO. 3 NOS. 0.027


Ø18 HOLE SPRING WASHERS M10 3.5 THK. 0.003KG/NO. 4 NOS. 0.012
D D
(TYP)
SPRING WASHERS M8 3.5 THK. 0.002KG/NO. 2 NOS. 0.004
PLAIN WASHER M16 3 THK. 0.015KG/NO. 3 NOS. 0.045
105+4 40 PLAIN WASHER M10 3 THK. 0.005KG/NO. 4 NOS. 0.020
30 30 175 30 70 25 *
SUSPENSION CLAMP 026 PLAIN WASHER M8 3 THK. 0.004KG/NO. 2 NOS.
TOTAL
0.080
FOR DETAILS OF SUSPENSION CLAMP 8.254
CLAMP FOR EYE HOOK 818A PLEASE REFER MANUFACTURER'S DRAWING
C
SUBMITTED SEPARATELY C
Ø18 ROUND
SECTION
6mm THK. Ø18 HOLES GENERAL NOTES: FOR TENDER PURPOSE ONLY
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED
2) MANUFACTURING TOLERANCE.
UPTO 50mm - ± 5%

35
51 TO 100mm - ± 4%
B
101 TO 300mm -± 3%
Rural Electrification Corporation Ltd. B
ABOVE 300mm - ± 2%
RED HOLES 3) ALL M.S. PARTS SHALL CONF0RM TO IS:2062
60 25 70 25 4) ALL M.S. FABRICATED ITEMS SHALL BE HOT DIP GALVANISED
AS PER IS:2629 & 4759
RevampedDeendayal Upadhyaya
Distribution Gram(RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
5) ALL THE ITEMS SHALL BE MARKED WITH ERECTION CODE.
EYE HOOK 019
6) WEIGHT MENTIONED IS FOR PACKING & FORWARDING PURPOSE ONLY. GA OF LT LINE FORMATION ON SINGLE 8M/200 kG
REC 7) ALL CLAMPS AND ANGLES SHALL CONFORM TO IS:SP6 PART-1.
PSC POLE (IN LINE ARRAIGNMENT) WITH LT AB CABLE
A
CONSTRUCTION STANDARD ALL CHANNELS SHALL BE ISLC CHANNELS.
A
E-35
R0
PROJECT REC/RDSS/LT-OH/04 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
90
42,5 BILL OF MATERIAL
023 100 20 50
ERE
200

A M12x115 CODE
DESCRIPTION QTY. REF. DRG. NO.
300

H H
2 NOS. M16x65
30 30
600

Ø18 HOLE 001 8M/200Kg. PSC POLE 1 NO. REC-XII Plan-GEN-001A


300

150

B 003 BARBED WIRE 3.5MTR


2 NOS. M16x65
831A
Ø16 HOLE 005 SPIKE EARTHING 1 SET REC-XII Plan-GEN-012
200

008 STAY SET ARRANGEMENT 1 SET REC-XII Plan-GEN-007


2NOS, M16x65 023 022 415V DANGER BOARD 1 NO.
231
155

M12x50 023 LT SHACKLE INSULATOR (TYPE-1) 2 NOS.


831A SHACKLE INSULATOR MOUNTING CHANNEL 1 NO.
M12x80 814M CLAMP FOR DANGER BOARD 1 NO. REC-XII Plan-LT-001
008 816 TOP CLAMP FOR ANTI CLIMBING DEVICE 1 NO. REC-XII Plan-LT-001
G G
30 30

817 BOTTOM CLAMP FOR ANTI CLIMBING DEVICE 1 NO. REC-XII Plan-LT-001
811 STAY SET CLAMP 1 SET
834 TOP CLAMP FOR SHACKLE INSULATOR CHANNEL 1 SET
35 92,5
833 U-CLAMP FOR SHACKLE INSULATOR 2 NOS.
834D BOTTOM CLAMP FOR SHACKLE INSULATOR CHANNEL 1 SET
TOP CLAMP FOR 834
2 NOS. M16x65 SHACKLE INSULATOR CHANNEL
M16x150 832 20 50 42,5 BILL OF MATERIAL
2NOS, M10x60 ERE DESCRIPTION SECTION MATERIAL LENGTH kG./mtr. QTY. TOTAL Wt.
F
CODE MM KG. F

30 30
Ø18 HOLE 831A SHACKLE INSULATOR MOUNTING CHANNEL 75x40 M.S. 550 5.7 1 NO. 3.135
814M CLAMP FOR DANGER BOARD 30x3 M.S. 610 0.701 1 NO. 0.428
Ø16 HOLE
1000

816 TOP CLAMP FOR ANTI CLIMBING DEVICE 40x5 M.S. 395 1.60 2 NOS. 1.264
817 BOTTOM CLAMP FOR ANTI CLIMBING DEVICE 40x5 M.S. 413 1.60 2 NOS. 1.322
811 CLAMP FOR STAY SET 50x8 M.S. 363 3.14 2 NOS. 2.304

236
160
834 TOP CLAMP FOR SHACKLE INSULATOR CHANNEL 50x8 M.S. 837 3.14 1 SET 2.628
2NOS, M10x60 834D BOTTOM CLAMP FOR SHACKLE INSULATOR CHANNEL50x8 M.S. 847 3.14 1 SET 2.659
150

DANGER
433
433 N
VOLTS
Okk¢YVLk
DETAIL `A' DETAIL `B' 833 U-CLAMP 30x6 M.S. 325 1.415 2 NOS. 0.919
[kRkjk
SPIKE 6mm ROD M.S. 125 0.22 56 NOS. 1.540

30 30
E E
022 TOTAL 16.199
8000

550
35 92,5 TOTAL Wt.
DESCRIPTION SIZE MATERIAL LENGTH KG. QTY.
50 300 150 50 MM KG.
150 BOTTOM CLAMP FOR 834D NUTS & BOLTS M16 150 0.299 2 NOS. 0.598
SHACKLE INSULATOR CHANNEL NUTS & BOLTS M16 65 0.164 6 NOS. 0.984
NUTS & BOLTS M12 115 0.134 2 NOS. 0.268

75
NUTS & BOLTS M12 80 0.102 2 NOS. 0.204
3000

NUTS & BOLTS M12 50 0.075 2 NOS. 0.150


D Ø14 HOLE Ø18 HOLE Ø14 HOLE NUTS & BOLTS M10 60 4 NOS. 0.220 D
0.055
171 NUTS & BOLTS M8 60 0.050 2 NOS. 0.100
SPRING WASHERS M16 3.5 THK. 0.009 8 NOS. 0.072

40
95
SPRING WASHERS M12 3.5 THK. 0.009 6 NOS. 0.054
50x8 MS FLAT
SPRING WASHERS M10 3.5 THK. 0.003 4 NOS. 0.012
SHACKLE INSULATOR MOUNTING CHANNEL831A
SPRING WASHERS M8 3.5 THK. 0.002 2 NOS. 0.004
30 30 30 30

66
PLAIN WASHER M16 3 THK. 0.015 8 NOS. 0.120
PLAIN WASHER M12 3 THK. 0.015 6 NOS. 0.090

25
105 20 PLAIN WASHER M10 3 THK. 0.005 4 NOS. 0.020
Ø14 HOLE
C
1200 (TYP) PLAIN WASHER M8 3 THK. 0.004 2 NOS. 0.080
C
TOTAL 2.976

75
GL GL GL Ø18 HOLE
PLAN
300

STAY SET CLAMP 811


U- CLAMP 30x6 FOR TENDER PURPOSE ONLY
833
COMPACTED SOIL (40%)
BRICK BAT (60%) WITH
AGGREGATES OR

Ø 20 SPIKE EARTHING
1500

GENERAL NOTES:
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED
2) MANUFACTURING TOLERANCE Rural Electrification Corporation Ltd.

2500
B B
UPTO 50mm - ± 5%
51 TO 100mm - ± 4%
101 TO 300mm - ± 3%
ABOVE 300mm - ± 2%
3) ALL M.S. PARTS SHALL CONF0RM TO IS:2062

450x450x75
RCC BASE
90
4) ALL M.S. FABRICATED ITEMS SHALL BE HOT DIP GALVANISED
AS PER IS:2629 & 4759 RevampedDeendayal Upadhyaya
Distribution Gram(RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
005 5) ALL THE ITEMS SHALL BE MARKED WITH ERECTION CODE.
600 6) WEIGHT MENTIONED IS FOR PACKING & FORWARDING PURPOSE.
SIDE VIEW 7) ALL CLAMPS AND ANGLES SHALL CONFORM TO IS:SP 6 PART-1. GA OF LT LINE VERTICAL FORMATION ON SINGLE
ALL CHANNELS SHALL BE ISLC CHANNELS.
A
8M/200 kG PSC POLE (AT DEAD END) 1Ph, 2WIRE A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/05 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
550
145 BILL OF MATERIAL
023
50 300 150 50
ERE DESCRIPTION QTY. REF. DRG. NO.
200

H A CODE H
300

2 NOS. M16x65 150 001 8M/200Kg. PSC POLE 1 NO. REC-XII Plan-GEN-001A
600
300

003 BARBED WIRE 3.5MTR


150

B 005 SPIKE EARTHING 1 SET


75

2 NOS. M16x65 REC-XII Plan-GEN-012


831A 008 STAY SET ARRANGEMENT 1 SET
022 415V DANGER BOARD 1 NO.
2NOS, M16x65
Ø14 HOLE Ø18 HOLE Ø14 HOLE
023 LT SHACKLE INSULATOR (TYPE-1) 2 NOS.
831A SHACKLE INSULATOR MOUNTING CHANNEL 1 NO. REC-XII Plan-LT-011
40

814M CLAMP FOR DANGER BOARD 1 NO. REC-XII Plan-LT-001


816 TOP CLAMP FOR ANTI CLIMBING DEVICE 1 NO. REC-XII Plan-LT-001
G G
008 SHACKLE INSULATOR MOUNTING CHANNEL831A 817 BOTTOM CLAMP FOR ANTI CLIMBING DEVICE 1 NO. REC-XII Plan-LT-001
810F STAY SET CLAMP 1 SET REC-XII Plan-LT-011
832 CLAMP FOR SHACKLE INSULATOR CHANNEL 2 SET REC-XII Plan-LT-011
100 833 U-CLAMP FOR SHACKLE INSULATOR 2 NOS. REC-XII Plan-LT-011
M12x115
BILL OF MATERIAL
816 023 ERE TOTAL Wt.
SECTION MATERIAL LENGTH kG./mtr.
200

20 DESCRIPTION QTY.
F
2NOS, M10x60 CODE MM KG. F
74 41
831A SHACKLE INSULATOR MOUNTING CHANNEL 75x40 M.S. 550 5.7 1 NO. 3.135
M12x50

30 30
Ø18 HOLE 814M CLAMP FOR DANGER BOARD 30x3 M.S. 610 0.701 1 NO. 0.428
M12x80 816 TOP CLAMP FOR ANTI CLIMBING DEVICE 40x5 M.S. 395 1.60 2 NOS. 1.264
1000

003
817 BOTTOM CLAMP FOR ANTI CLIMBING DEVICE 40x5 M.S. 413 1.60 2 NOS. 1.322
E Ø16 HOLE

171
CLAMP FOR STAY SET 50x8 M.S. 368 3.14 2 NOS. 2.311

95
810F
832 CLAMP FOR SHACKLE INSULATOR CHANNEL 50x8 M.S. 822 3.14 2 SET 5.162
817
833 U-CLAMP 30x6 M.S. 325 1.415 2 NOS. 0.919

30 30
2NOS, M10x60
150

SPIKE 6mm ROD M.S. 125 0.22 56 NOS. 1.540


2NOS, M8x60
TOTAL 16.081
E E
814M
022 65 115
2 NOS. M16x65
8000

M16x150 832 CLAMP FOR 832 DESCRIPTION SIZE MATERIAL LENGTH KG. QTY. TOTAL Wt.
MM KG.
D SHACKLE INSULATOR CHANNEL
NUTS & BOLTS M16 150 0.299 2 NOS. 0.598
NUTS & BOLTS M16 65 0.164 6 NOS. 0.984
NUTS & BOLTS M12 115 0.134 2 NOS. 0.268
NUTS & BOLTS M12 80 0.102 2 NOS. 0.204
CONDUCTOR NUTS & BOLTS M12 50 0.075 2 NOS. 0.150
3000

D D
NUTS & BOLTS M10 60 0.055 4 NOS. 0.220
001
NUTS & BOLTS M8 60 0.050 2 NOS. 0.100
DETAIL `A' DETAIL `B' SPRING WASHERS M16 3.5 THK. 0.009 8 NOS. 0.072
SPRING WASHERS M12 3.5 THK. 0.009 6 NOS. 0.054
SPRING WASHERS M10 3.5 THK. 0.003 4 NOS. 0.012
238 SPRING WASHERS M8 3.5 THK. 0.002 2 NOS. 0.004
162 PLAIN WASHER M16 3 THK. 0.015 8 NOS. 0.120
50x8 MS FLAT
PLAIN WASHER M12 3 THK. 0.015 6 NOS. 0.090
30 30 30 30 105 20
Ø14 HOLE PLAIN WASHER M10 3 THK. 0.005 4 NOS. 0.020
C C
(TYP) PLAIN WASHER M8 3 THK. 0.004 2 NOS. 0.080

35 20 35
1200
TOTAL 2.976

75
GL GL GL
300
PLAN
Ø18 HOLE
U- CLAMP 30x6 833
FOR TENDER PURPOSE ONLY
STAY SET CLAMP 810F

Ø 20 SPIKE EARTHING
B GENERAL NOTES:
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED
Rural Electrification Corporation Ltd. B

2500
2) MANUFACTURING TOLERANCE
UPTO 50mm - ± 5%
51 TO 100mm - ± 4%
101 TO 300mm - ± 3%
RCC BASE
450x450x75
ABOVE 300mm - ± 2%
3) ALL M.S. PARTS SHALL CONF0RM TO IS:2062
Deendayal
Revamped Upadhyaya
Distribution Gram Jyoti
Sector Scheme Yojana (DDUGJY)
(RDSS)
4) ALL M.S. FABRICATED ITEMS SHALL BE HOT DIP GALVANISED
AS PER IS:2629 & 4759
290 005 5) ALL THE ITEMS SHALL BE MARKED WITH ERECTION CODE.
500
6) WEIGHT MENTIONED IS FOR PACKING & FORWARDING PURPOSE. GA OF LT LINE VERTICAL FORMATION ON SINGLE
7) ALL CLAMPS AND ANGLES SHALL CONFORM TO IS:SP 6 PART-1.
A
ELEVATION
ALL CHANNELS SHALL BE ISLC CHANNELS.
8M/200 kG PSC POLE (AT ANGULAR LOCATION) 1Ph, 2WIRE A
R0
REC/RDSS/LT-OH/06
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT 1 OF 1 0
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
BILL OF MATERIAL
H ! H
ERE DESCRIPTION QTY. REF. DRG. NO.
CODE
"
G G
F F
GENERAL NOTES:
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED
2) MANUFACTURING TOLERANCE
E UPTO 50mm - ± 5% E
51 TO 100mm - ± 4%
101 TO 300mm - ± 3%
ABOVE 300mm - ± 2%
3) ALL M.S. PARTS SHALL CONF0RM TO IS:2062
4) ALL M.S. FABRICATED ITEMS SHALL BE HOT DIP GALVANISED
AS PER IS:2629 & 4759
5) ALL THE ITEMS SHALL BE MARKED WITH ERECTION CODE.
D 6) WEIGHT MENTIONED IS FOR PACKING & FORWARDING PURPOSE. D
7) ALL CLAMPS AND ANGLES SHALL CONFORM TO IS:SP 6 PART-1.
ALL CHANNELS SHALL BE ISLC CHANNELS.
DETAIL `A' DETAIL `B'
C C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd. B
Deendayal
Revamped Upadhyaya
Distribution Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
GA OF LT LINE VERTICAL FORMATION ON SINGLE
A
ELEVATION 8M/200 kG PSC POLE (IN LINE ARRANGEMENT) 1Ph, 2WIRE A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/07A 1 OF 2 0
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
BILL OF MATERIAL
ERE TOTAL Wt.
DESCRIPTION SECTION MATERIAL LENGTH kG./mtr. QTY.
H
CODE MM KG. H
G G
TOTAL 13.771
2)$%+,& *.24,$3/1 -/4.3*.( %)$..&, 46 %,$-0 "!5#
DESCRIPTION SIZE MATERIAL LENGTH KG. QTY. TOTAL Wt.
MM KG.
F F
E E
D D
%,$-0 '/1 TOTAL 2.600
6mm ROD SPIKE 2)$%+,& *.24,$3/1 %)$..&,
SECTION A-A
C C
GENERAL NOTES:
1) ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE MENTIONED
FOR TENDER PURPOSE ONLY
2) MANUFACTURING TOLERANCE
UPTO 50mm - ± 5%
51 TO 100mm - ± 4%
B 101 TO 300mm - ± 3% Rural Electrification Corporation Ltd. B
ABOVE 300mm - ± 2%
3) ALL M.S. PARTS SHALL CONF0RM TO IS:2062
PLAN 4) ALL M.S. FABRICATED ITEMS SHALL BE HOT DIP GALVANISED Deendayal Upadhyaya Gram Jyoti Yojana (DDUGJY)
Revamped Distribution Sector Scheme (RDSS)
AS PER IS:2629 & 4759
5) ALL THE ITEMS SHALL BE MARKED WITH ERECTION CODE.
6) WEIGHT MENTIONED IS FOR PACKING & FORWARDING PURPOSE. COMPONENT FOR LT LINE VERTICAL FORMATION ON
7) ALL CLAMPS AND ANGLES SHALL CONFORM TO IS:SP 6 PART-1. SINGLE 8M/200 kG PSC POLE (IN LINE ARRANGEMENT) 1Ph, 2WIRE
A
ALL CHANNELS SHALL BE ISLC CHANNELS. A
ELEVATION
DANGER CLAMP
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/7B 2 OF 2 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
HORIZONTAL
SAGS SPACING
EARTH
KNOB
275

275

X Y
G G
UP TO 750 300 450
30 X Y X 30 30 450 750 TO 1200 450 450
F F
75 X 40
WEIGHT 5.7 Kg/m
E E
D D
C C
3 PHASE 1 PHASE
5 WIRE 3 WIRE
END VIEW
ELEVATION ELEVATION FOR TENDER PURPOSE ONLY
B Rural Electrification Corporation Ltd. B
TANGENT LOCATION
MAXIMUM SPAN-57 MTRS.
Deen
Revamped Dayal Upadhyaya
Distribution Sector SchemeGram
(RDSS)Jyoti Yojana (DDUGJY)
415/240V Conductor Formation and Clearance Horizontal Formation
A A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/08 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
75
300
300
300
300

NETURAL CUM
EARTH EARTH WIRE
KNOB
ELEVATION END VIEW Revamped Distribution Sector Scheme (RDSS)
415 240V LINES CONDUCTOR FORMATION AND
CLEARANCES Vertical Formation
1 OF 1 0
12 11 10 9 8 7 6 5 4 3 2 1
H H
Bill of Material
Supports 7.5 M 1 No.
Earth Knob V-Cross Arm 1 No.
Black Clamp 1 No.
G G
Pole Top Bracket 1 No.
L.T Pin Insulators 4 Nos.
L.T Pin 4 No.
Earth Knob 1 No.
Bolt 10 O 4 No.
F F
Horizontal
Sags Spacing
X Y
E UP TO 750 300 450 E
750 TO 1200 450 450
D D
GL GL GL
C C
FOR TENDER PURPOSE ONLY
ELEVATION END VIEW
B Rural Electrification Corporation Ltd. B
Tangent Location
Maximum Span-67 Mtr.
Deen Distribution
Revamped Dayal Upadhyaya Gram
Sector Scheme Jyoti
(RDSS) Yojana (DDUGJY)
Note:- All Dimension are in mm. 415/240V Line Supports Horizontal Formation
A A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/10 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
EARTH
KNOB
30 X Y X 30
G G
30 X Y X 30
F F
E E
A
Figure-1
UP TO 10 for 7/2-11 mm & 7/2.59 ACSR
UP TO 5 for 7/23.35 mm ACSR Pole Shall be of
Special Strength
D D
B C
Figure-2 Figure-3
( 10 TO 30) ( 30 TO 60)
D
C Figure-4 C
( 60 TO 90)
Horizontal Spacing
x y FOR TENDER PURPOSE ONLY
300 450
B Rural Electrification Corporation Ltd. B
All Dimension are in mm.
Deen
Revamped Dayal Upadhyaya
Distribution Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
Arrangement of Conductors at Angle Location 415/240 Volts Lines
(Cross Country) Horizontal Formation
A A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/11 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
Bill of Material
Cross Arm 75x40-5.7 kg/m
Supports 7.5 M 1 No.
Earth Knob
Cross Arm 1 No.
G
Black Clamp 1 No. G
L.T Pin Insulators 3 Nos.
L.T Pin 3 Nos.
Earth Knob 1 No.
F F
Bolt 16 O with Nuts 2 No.
Horizontal
E
Sags Spacing E
X Y
Pole 300 450
UP TO 750
750 TO 1200 450 450
D D
GL GL GL
C C
FOR TENDER PURPOSE ONLY
B Rural Electrification Corporation Ltd. B
ELEVATION END VIEW
DeenDistribution
Revamped Dayal Upadhyaya Gram
Sector Scheme Jyoti
(RDSS) Yojana (DDUGJY)
415/240V Line Conuctor Formation And Clearances
Note:- All Dimension are in mm. 3O,4W (Horizontal Formation)
A A
R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/12 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
Bill of Material
G
8 M Supports 1 No. G
U- Clamp 3 Nos.
Shackle Insulators 3 Nos.
F Netural Cum
Earth Knob 1 No. F
Earth Wire Bolt 16 O with Nuts 4 No.
Earth Knob
E E
Pole
D D
C C
GL GL GL
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd. B
Revamped
DeenDistribution Sector SchemeGram
Dayal Upadhyaya (RDSS)
Jyoti Yojana (DDUGJY)
415/240V Line Conuctor Formation And Clearances
ELEVATION END VIEW 3O,4W (Vertical Formation)
A A
Note:- All Dimension are in mm. R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/13 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
Bill of Material
8 M Supports 1 No.
G G
Netural Cum U- Clamp 2 Nos.
Earth Wire
Shackle Insulators 2 Nos.
Earth Knob 1 No.
Bolt 16 O with Nuts 3 No.
F F
Earth Knob
E E
Pole
Pole
D D
C GL GL GL C
FOR TENDER PURPOSE ONLY
B Rural Electrification Corporation Ltd. B
END VIEW
Deen
Revamped Dayal Upadhyaya
Distribution Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
ELEVATION
415/240V Line Conuctor Formation And Clearances
1O,3W (Vertical Formation)
A A
Note:- All Dimension are in mm. R0
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/14 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
Tests:-
The Spaces shall comply with the
following Test Requirements:-
G 1. Dry Power Frequency Withstand Voltage 23KV. G
2 Wet Power Frequency Withstand Voltage 10KV.
3.Three Specification Shall be Maintained At A
Temp. of 70_2C For Period of 24 Hours.After
This Treatment,The Speciments shall Not Show
F F
Any Deformity,And After Cooling ,shall Have A
Minimum Tensile Strength of 375 Kg/Cm(500 Kg
For 13mm Dia Spacer)
E E
6mm. Dia Sprial Hole NOTE:-
( To Grip AAC/ACSR
Conductor From While 1 And 2 Will Be Treated AS Type Tests.
7/ 2.11 To 7/ 3.35 mm) The Third Test Will Be Carried Out On Each
Batch of 5000 Nos.
D D
C C
A View of the PVC Spacers FOR TENDER PURPOSE ONLY
on the L.T Line
B Rural Electrification Corporation Ltd. B
Deen Dayal Upadhyaya Gram Jyoti Yojana (DDUGJY)
Revamped Distribution Sector Scheme (RDSS)
L.T Lines PVC Spacer
A A
R0
Note:- All Dimension are in mm.
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/15 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
C C
FOR TENDER PURPOSE ONLY
R6
B
Rural Electrification Corporation Ltd. B
Deen
Revamped Dayal Upadhyaya
Distribution Sector SchemeGram
(RDSS)Jyoti Yojana (DDUGJY)
Earth Knob For L.T Line
A A
R0
Note:- All Dimension are in mm.
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/16 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
C1 C2 C3 C4
NOTES:-
1. FOR 7/ 2.11 mm AND 7/ 2.59 mm ACSR THE ANGLE OF
G DEVIATION MAY BE TAKEN UP TO 10. G
2. FOR 7/ 3.35 mm ACSR THE ANGLE OF DEVIATION MAY
BE TAKEN UP TO 5.
3. REFER REC CONSTRUCTION STANDARD B-19 .FOR
TYPE OF POLE TO BE USED.
F
Guy F
4.THE DRAWING INDICATES THE POSITION OF GUY
WIRE SHALL BE SUCH AS TO COUNTERACT.THE
RESULTANT TENSION OF THE CONDUCTORS.
5.GUY ANGLE SHALL BE 30 TO 45.
E E
NOTATIONS:-
C1,C2,C3 PHASE CONDUCTORS
C4 EARTH CUM NEUTRAL
D D
C C
Elevation FOR TENDER PURPOSE ONLY
B Rural Electrification Corporation Ltd. B
Guy
DeenDistribution
Revamped Dayal Upadhyaya Gram
Sector Scheme Jyoti
(RDSS) Yojana (DDUGJY)
Plan 415V/240V Lines Conductor Formation And Arrangement of
Guys For 0 TO 10 Angle Locations(3-Phase,4Wire,Horizontal Formation)
A A
R0
Note:- All Dimension are in mm.
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/17 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
C1 C2 C3 C4 NOTES:-
1. REFER REC CONSTRUCTION STANDARD B-19 .FOR
TYPE OF POLE TO BE USED.
G G
2.THE DRAWING INDICATES THE POSITION OF GUY
WIRE SHALL BE SUCH AS TO COUNTERACT.THE
RESULTANT TENSION OF THE CONDUCTORS.
Guy 3.GUY ANGLE SHALL BE 30 TO 45.
F F
E
NOTATIONS:- E
C1,C2,C3 PHASE CONDUCTORS
C4 EARTH CUM NEUTRAL
D D
C
Elevation C
FOR TENDER PURPOSE ONLY
B Guy Rural Electrification Corporation Ltd. B
Plan Deen
Revamped Dayal Upadhyaya
Distribution Gram
Sector Scheme Jyoti
(RDSS) Yojana (DDUGJY)
415V/240V Lines Conductor Formation And Arrangement of
Guys For 30 TO 60 Angle Locations(3-Phase,4Wire,Horizontal Formation)
A A
R0
Note:- All Dimension are in mm.
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/18 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
NOTES:-
C1,2,3,4
1. REFER REC CONSTRUCTION STANDARD B-19 .FOR
TYPE OF POLE TO BE USED.
C1 C2 C3 C4
G G
2.THE DRAWING INDICATES THE POSITION OF GUY
WIRE SHALL BE SUCH AS TO COUNTERACT.THE
RESULTANT TENSION OF THE CONDUCTORS.
3.GUY ANGLE SHALL BE 30 TO 45.
F F
Guy
E
NOTATIONS:- E
C1,C2,C3 PHASE CONDUCTORS
C4 EARTH CUM NEUTRAL
D D
Elevation
Guy
C C
FOR TENDER PURPOSE ONLY
Guy
B
Rural Electrification Corporation Ltd. B
Deen Distribution
Revamped Dayal Upadhyaya Gram
Sector Scheme Jyoti
(RDSS) Yojana (DDUGJY)
415V/240V Lines Conductor Formation And Arrangement of
A
Plan Guys For 60 TO 90 Angle Locations(3-Phase,4Wire,Horizontal Formation)
A
R0
Note:- All Dimension are in mm.
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/19 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
NOTES:-
C1 C2 C3 C4 1. REFER REC CONSTRUCTION STANDARD B-19 .FOR
TYPE OF POLE TO BE USED.
G G
2.THE DRAWING INDICATES THE POSITION OF GUY
WIRE SHALL BE SUCH AS TO COUNTERACT.THE
RESULTANT TENSION OF THE CONDUCTORS.
3.GUY ANGLE SHALL BE 30 TO 45.
F F
Guy
E NOTATIONS:- E
C1,C2,C3 PHASE CONDUCTORS
C4 EARTH CUM NEUTRAL
D D
ELEVATION
C C
Guy
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd. B
Deen Distribution
Revamped Dayal Upadhyaya Gram
Sector Scheme Jyoti
(RDSS) Yojana (DDUGJY)
PLAN
415V/240V Lines Conductor Formation And Arrangement of
Guys For Dead End Locations(3-Phase,4Wire,Horizontal Formation)
A A
R0
Note:- All Dimension are in mm.
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/20 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
NOTES:-
C1 C2 C3 C4
G
1. REFER REC CONSTRUCTION STANDARD B-19 .FOR G
TYPE OF POLE TO BE USED.
2.THE DRAWING INDICATES THE POSITION OF GUY
WIRE SHALL BE SUCH AS TO COUNTERACT.THE
RESULTANT TENSION OF THE CONDUCTORS.
F F
3.GUY ANGLE SHALL BE 30 TO 45.
Guy
E E
NOTATIONS:-
C1,C2,C3 PHASE CONDUCTORS
C4 EARTH CUM NEUTRAL
D D
C C
FOR TENDER PURPOSE ONLY
Elevation
B Rural Electrification Corporation Ltd. B
Guy
Deen Dayal Upadhyaya Gram Jyoti Yojana (DDUGJY)
Revamped Distribution Sector Scheme (RDSS)
Plan 415V/240V Lines Conductor Formation And Arrangement of
Guys For 0 TO 10 Angle Locations(3-Phase,4Wire,Horizontal Formation)
A A
R0
Note:- All Dimension are in mm.
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/21 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
NOTES:-
C5
1. REFER REC CONSTRUCTION STANDARD B-19 .FOR
TYPE OF POLE TO BE USED.
G
C1 C2 C3 C4 G
2.THE DRAWING INDICATES THE POSITION OF GUY
WIRE SHALL BE SUCH AS TO COUNTERACT.THE
RESULTANT TENSION OF THE CONDUCTORS.
3.GUY ANGLE SHALL BE 30 TO 45.
F F
Guy
E
NOTATIONS:- E
C1,C2,C3,C5 PHASE CONDUCTORS
C4 EARTH CUM NEUTRAL
D D
C C
Elevation FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd. B
Guy
Deen Dayal
Revamped Upadhyaya
Distribution Gram(RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
415V/240V Lines Conductor Formation And Arrangement of
Plan Guys For 10 TO 30 Angle Locations(3-Phase,5Wire,Horizontal Formation)
A A
R0
Note:- All Dimension are in mm.
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/22 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H
C5 H
C1 C2 C3 C4 NOTES:-
1. REFER REC CONSTRUCTION STANDARD B-19 .FOR
TYPE OF POLE TO BE USED.
G G
2.THE DRAWING INDICATES THE POSITION OF GUY
WIRE SHALL BE SUCH AS TO COUNTERACT.THE
Guy
RESULTANT TENSION OF THE CONDUCTORS.
3.GUY ANGLE SHALL BE 30 TO 45.
F F
E
NOTATIONS:- E
C1,C2,C3,C5 PHASE CONDUCTORS
C4 EARTH CUM NEUTRAL
D D
C
Elevation C
FOR TENDER PURPOSE ONLY
B
Guy Rural Electrification Corporation Ltd. B
Deen Distribution
Revamped Dayal Upadhyaya Gram (RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
Plan
415V/240V Lines Conductor Formation And Arrangement of
Guys For 30 TO 60 Angle Locations(3-Phase,5Wire,Horizontal Formation)
A A
R0
Note:- All Dimension are in mm.
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/23 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H
C5 C5 H
NOTES:-
C1 C2 C3 C4
G
1. REFER REC CONSTRUCTION STANDARD B-19 .FOR G
TYPE OF POLE TO BE USED.
2.THE DRAWING INDICATES THE POSITION OF GUY
WIRE SHALL BE SUCH AS TO COUNTERACT.THE
RESULTANT TENSION OF THE CONDUCTORS.
F F
3.GUY ANGLE SHALL BE 30 TO 45.
Guy
E E
NOTATIONS:-
C1,C2,C3,C5 PHASE CONDUCTORS
C4 EARTH CUM NEUTRAL
D D
Elevation
Guy
C C
FOR TENDER PURPOSE ONLY
Guy
B Rural Electrification Corporation Ltd. B
Deen
Revamped Dayal Upadhyaya
Distribution Sector SchemeGram Jyoti
(RDSS) Yojana (DDUGJY)
Plan 415V/240V Lines Conductor Formation And Arrangement of
Guys For 60 TO 90 Angle Locations(3-Phase,5Wire,Horizontal Formation)
A A
R0
Note:- All Dimension are in mm.
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/24 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H
C5
NOTES:- H
1. REFER REC CONSTRUCTION STANDARD B-19 .FOR
TYPE OF POLE TO BE USED.
G C1 C2 C3 C4 2.THE DRAWING INDICATES THE POSITION OF GUY G
WIRE SHALL BE SUCH AS TO COUNTERACT.THE
RESULTANT TENSION OF THE CONDUCTORS.
3.GUY ANGLE SHALL BE 30 TO 45.
F F
Guy
E NOTATIONS:- E
C1,C2,C3,C5 PHASE CONDUCTORS
C4 EARTH CUM NEUTRAL
D D
ELEVATION
C C
Guy FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd. B
Deen Distribution
Revamped Dayal Upadhyaya Gram (RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
PLAN 415V/240V Lines Conductor Formation And Arrangement of
Guys For Dead End Locations(3-Phase,5Wire,Horizontal Formation)
A A
R0
Note:- All Dimension are in mm.
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/25 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
75

H H
NOTES:-
C0 1. REFER REC CONSTRUCTION STANDARD B-19 .FOR
G G
TYPE OF POLE TO BE USED.
300

2.THE DRAWING INDICATES THE POSITION OF GUY


725

WIRE SHALL BE SUCH AS TO COUNTERACT.THE


650

C1 RESULTANT TENSION OF THE CONDUCTORS.


300
350

F F
3.GUY ANGLE SHALL BE 30 TO 45.
50

C2
300
250

E E
550

C3 NOTATIONS:-
C0,C1,C2,C3 PHASE CONDUCTORS
300

C4 EARTH CUM NEUTRAL


D
C4 D
C
Guy C
FOR TENDER PURPOSE ONLY
B Rural Electrification Corporation Ltd. B
Deen
Revamped Dayal Upadhyaya
Distribution Gram
Sector Scheme Jyoti
(RDSS) Yojana (DDUGJY)
Elevation
415V/240V Lines Conductor Formation And Arrangement of
Guys For Dead End Locations(3-Phase,5Wire, Vertical Formation)
A A
R0
Note:- All Dimension are in mm.
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/26 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
75

NOTES:-
G 1. REFER REC CONSTRUCTION STANDARD B-19 .FOR G
C1 TYPE OF POLE TO BE USED.
300

2.THE DRAWING INDICATES THE POSITION OF GUY


475
400

WIRE SHALL BE SUCH AS TO COUNTERACT.THE


RESULTANT TENSION OF THE CONDUCTORS.
C2
200 350

F F
3.GUY ANGLE SHALL BE 30 TO 45.
300

C3
500

300

E E
NOTATIONS:-
C4 C1,C2,C3, PHASE CONDUCTORS
C4 EARTH CUM NEUTRAL
Guy
D D
C C
FOR TENDER PURPOSE ONLY
B Rural Electrification Corporation Ltd. B
Deen Distribution
Revamped Dayal Upadhyaya Gram
Sector Scheme Jyoti
(RDSS) Yojana (DDUGJY)
Elevation
415V/240V Lines Conductor Formation And Arrangement of
Guys For Dead End Locations(3-Phase,4Wire, Vertical Formation)
A A
R0
Note:- All Dimension are in mm.
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT REC/RDSS/LT-OH/27 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
90
15

75
TYPE-1

115Ø
20Ø

5R

13 R MIN
100

3R

TENDER DRAWING
55Ø TITLE : 415/ 240 VOLTS
65Ø SHACKLE INSULATOR
DRG. NO : NH / RE /
100Ø INSULATOR / 02
TYPE - 2

415/ 240 VOLTS


SHACKLE INSULATOR
ALL DIMENSION ARE IN mm.

NOTE : THE ENCLOSED DIMENSIONS ARE MANDATORY.


OTHER DIMENSIONS AND THE PROFILES ARE
GIVEN FOR GUIDANCE
18Ø Hole 30

Straps 3x40
100 75
145
145
80
Spring Washer 60

100
145
U Clamp 6x40

80 Spring Washer
20 145 20

Straps 3x30
75 50
115
115
65
Spring Washer 65

12

75
115
U Clamp 6x30

65 Spring Washer

C:\Users\user\Desktop\REC_Logo.jpg
12 11 10 9 8 7 6 5 4 3 2 1
H H
a
G G
ELEVATION
c
PLAN
F
d DETAIL'A'
F
e
ELEVATION SIDE CONNECTOR ASSEMBLY
TWO SRANDARD SIZES OF SERVICE CONNECTORS, TYPE A AND TYPE B SAHALL HAVE
E
THE FOLLOWING DIMENSIONS/ APPLICATIONS. E
TYPE DIMENSIONS APPLICATIONS
a b c d e LINE CONDUCTORS SERVICE CABLE
A 30 mm2 ACSR AND 50 mm2 ACSR/AAC 2 2
2.5 mm TO 10 mm ALUMINIUM CABLE
36 12 35 10.5 21 (WEASEL,RABBIT AND ANT )
20 mm2ACSR , 30 mm2 ACSR AND 25 mm2 2
2.5 mm TO 10 mm2 ALUMINIUM CABLE
D
B 30 12 30 8 16 AAC ( SQUIRREL , WEASEL AND GNAT ) D
ELEVATION SIDE
SEE DETAIL AT 'A'
C
ALL DIMENSION ARE IN MM.
CONDUCTOR
CLIP FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
SERVICE CONNECTOR
PROJECT:
DeenDistribution
Revamped Dayal Upadhyaya Gram (RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
TITLE
PVC CABLE
Finished Joint Using Service Connector
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A3 NTS REC/RDSS/LT-OH/31 1 OF 1 0
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
STEP: I. MIX THE ' RESIN' AND 'HARDNER' AS PER INSTRUCTIONS OF
THE MANUFACTURER TO PREPARE PUTTY.
F F
I
E E
CLIP
STEP: II. MIX T-JOINT BY TWISTING OF STANDS OR BY USING
BINDING WIRE AS PER NORMAL PRACTICE.
D D
II
C

3
STEP: lII. APPLY PUTTY OVER THE JOINT TO COMPLETELY
CLIP ENCAPSULATE THE JOINT.
FOR TENDER PURPOSE ONLY
B
C:\Users\user\Desktop\REC_Logo.jpg
Rural Electrification Corporation Ltd.

2
PROJECT:
Deen DayalSector
Revamped Distribution Upadhyaya Gram
Scheme Jyoti Yojana (DDUGJY)
(RDSS)
III TITLE
Application of Epoxy Compound on T-Joint
A
for L. T. Service Connections

1
1
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
PREPARED CHECKED APPROVED DATE PROJECT
A3 NTS REC/RDSS/LT-OH/32 1 OF 1 0
REV. NO.

H
E
12 11 10 9 8 7 6 5 4 3 2 1

F
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
NOTE:- T-CONNECTOR CAN BE USED TO TAP SERVICE
CONNECTIONS FROM THE LINE OR FOR TAPPING
A BRANCH LINE FROM THE MAIN LINE.
E E
FIGURE-1
FIG.1 SHOWS THE T-CONNECTOR
FIGURE-2 FIG.2 SHOWS THE T-CONNECTOR
IN POSITION.
D
FIG.3 SHOWS TAPPING OF SERVICE D
CONNECTIONS USING
T-CONNECTORS.
C
ALL DIMENSIONS ARE IN MM.
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
FIGURE-3 PROJECT:
Deen Dayal Sector
Revamped Distribution Upadhyaya Gram
Scheme Jyoti Yojana (DDUGJY)
(RDSS)
TITLE
Hellically Formed Fittings T-Connector
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
A3 NTS REC/RDSS/LT-OH/34 1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT

H
12 11 10 9 8 7 6 5 4 3 2 1
A

H
E

F
12

12
A
11

11
B
10

10
C
9

9
8

8
7

7
FIGURE-1
6

6
5

5
FIGURE-2
4

FIGURE-3
3

A. SHOWS THE CORE SPLICE


B. SHOWS THE FILLER RODS
C. SHOWS THE OUTER SPLICE.
FIG.1 SHOWS THE CORE SPLICE - IN POSITION FOR TENDER PURPOSE ONLY
FIG.2 SHOWS THE CORE SPLICE AND FILLER
RODS IN POSITION.
Rural Electrification Corporation Ltd.
FIG.3 SHOWS THE COMLETE JOINT AND THE
2

OUTER SPLICE IN POSITION.


PROJECT:

Deen Dayal Upadhyaya Gram Jyoti Yojana (DDUGJY)


TITLE

Helically Formed Fittings Splice For ACSR Joints


1

SIZE SCALE DRG. NO. SHT. NO. REV. NO.


R0

REV. NO. PREPARED CHECKED APPROVED DATE PROJECT


A3 NTS REC/RDSS/LT-OH/35 1 OF 1 0
D

H
E

F
A

H
E

F
12

12
11

11
10

10
9

9
SERVICE CONNECTOR

APPLICATION OF CRIMPING TOOL


8

8
UNCRIMPED PORTION
7

7
6

6
CONDUCTOR
5

5
4

4
SERVICE CABLE
3

A VIEW OF CRIMPED SERVICE CONNECTOR (PARTLY CRIMPED)

FOR TENDER PURPOSE ONLY

Rural Electrification Corporation Ltd.


2

PROJECT:

Deen Dayal Upadhyaya Gram Jyoti Yojana (DDUGJY)


TITLE
CRIMPED JOINT FOR L.T. SERVICE CONNECTION
1

SIZE SCALE DRG. NO. SHT. NO. REV. NO.


R0

REV. NO. PREPARED CHECKED APPROVED DATE PROJECT


A3 NTS REC/RDSS/LT-OH/36 1 OF 1 0
D

H
E

F
11 10 9 8 7 6 5 4 3 2 1
H H
Cable
entry
G G
F Table of F
Operator
E E
Cable
entry
D D
Cash Collection Room Battery Room
C
Ladies Gents
Consumer Shed Toilet Toilet
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
Proposed Control Room Layout plan PROJECT:
of 33 /11 KV Rural substation Deen
Revamped Dayal Upadhyaya
Distribution Gram(RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
TITLE
Proposed Control Room Layout plan of 33 /11 KV Rural substation
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/Control Room/01A 0
11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
Cable
G entry G
F F
Table of
Operator
E E
CONTROL ROOM
FIRST FLOOR
D D
Cable
entry
C
Stairs Battery and SCADA Room
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
EXTENDED GALLERY RevampedDeen Dayal Upadhyaya
Distribution Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
FOR BATTERY ROOM TITLE
Proposed Double story Control Room Layout plan of 33 /11 KV
A
substation in CITY/TOWN ZONE
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/Control Room/01B
12 11 10 9 8 7 6
11 10 9 8 7 6 5 4 3 2 1
H H
G G
Cash Collection Room
F F
Customere care Hall
E E
GROUND FLOOR
D D
Stairs Ladies Toilet Gents Toilet
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
Proposed Double story Control Room Layout plan PROJECT:
Deen
Revamped Dayal Upadhyaya
Distribution Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
of 33 /11 KV substation in CITY/TOWN ZONE
TITLE
Proposed Double story Control Room Layout plan of 33 /11 KV
A
substation in CITY/TOWN ZONE
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/Control Room/01C 1 OF 1 0
11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
FB3
645; 483 95 2417

H H
TYPICAL R/F DETAILS OF SLAB

STIRRUPS AS PER LONGITUDINAL


TYPICAL SECTION OF BEAM

SHEDULE RENF.
S2
STIRRUPS FB1 FB1
G OR LINK G
FB3 FB3
L D1

ALTERNATE BARA BENT


UP AT 45 DEGREE
645; 483 95 2417

F F
R/F as per details

TYPICAL STIRRUPS
OR LINKS DETAILS
L D1

S3
-(&'/ %+$ 95 2417

FB2 FB2
*$ .,#+ 95 2417

*$ .,#+ 95 2417

E
FB2 FB2 FB2 E
DEVLOPMENT LENGTH ' LD'
LD FOR HYSD BARS WITH
Fy=415 N/MMSQ.
645; 483 95 2417

"%(!'&)%&*'*(

FB1
GB1
CONCRETE GRADE Ld

FB1
S2 S4
645; 483 95 2417

#"$#
M:20 47X DLA
D D
CGB1 FB2 FB2 FB2
C
GROUND FLOOR SLAB BEAM DETAILS FIRST FLOOR SLAB BEAM PLAN
!/0," REINFORCEMENT
)$ TOP REINFORCEMENT BOTTOM REINFORCEMENT STIRRUPS DETAIL
SR. EXTRA EXTRA AT AT MID
BEAM SIZE CONTINUE CONTINUE AT MID SUPP.SUPPORT(ST1) SUPPORT(ST2)
NO. AT SUPP.
1. GB1 200X420 2-10 mm O 2-10 mm O 2-10 mm O 2-10 mm O 8mm@175c/c 8mm@225c/c FOR TENDER PURPOSE ONLY
2. GB2 200X420 2-12 mm O 2-12 mm O 2-12 mm O 2-12 mm O 8mm@175c/c 8mm@225c/c
B
SCHEDULE OF GROUND FLOOR ROOF SLAB:
3. GB3 200X520 2-20 mm O 2-20 mm O 2-20 mm O 2-20 mm O 8mm@175c/c 8mm@225c/c Rural Electrification Corporation Ltd.
REINFORCEMENT PROJECT:
Deen Dayal Upadhyaya Gram Jyoti Yojana (DDUGJY)
SR. SLAB
THK.
ALONG ALONG EXTRA SUPPORT ON TOP REMARKS
ALONG ALONG
Revamped Distribution Sector Scheme (RDSS)
NO. MARKED SHORT SPAN LONG SPAN
SHORT SPAN LONG SPAN
TITLE
10T-175 C/C
1. S2 120 8T-200 C/C 10T-350 C/C ONE WAY
ALT CRANK
FIRST FLOOR SLAB BEAM & DETAILS
10T-150 C/C
A 2. S3 120 10T-175 C/C 10T-300 C/C ONE WAY
ALT CRANK
8T-175 C/C 8T-175 C/C SIZE SCALE DRG. NO. SHT. NO. REV. NO.
3. S4 120 ALT CRANK ALT CRANK 8T-350 C/C 8T-350 C/C ONE WAY
R0
1 OF 1 0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100
REC/RDSS/CIVIL/01
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H GB3 H
645; 483 95 2417

STIRRUPS AS PER LONGITUDINAL


SHEDULE RENF.
TYPICAL R/F DETAILS OF SLAB
TYPICAL SECTION OF BEAM

STIRRUPS
OR LINK
S2
G GB1 GB1 G
GB3 GB3
L 22

L 21

ALTERNATE BARS BENT

TYPICAL STIRRUPS
F F
OR LINKS DETAILS
-(&'/ 483 95 2417

UP AT 45 DEGREE

S3
L D1

R/F as per details

GB2 GB2
-(&'/ %+$ 95 2417
*($ .,#+ 95 2417

*($ .,#+ 95 2417

E E
DEVLOPMENT LENGTH ' LD'
LD FOR HYSD BARS WITH
Fy=415 N/MMSQ. GB2 GB2 GB2
CONCRETE GRADE Ld
M:20 47X DLA
645; 483 95 2417

staircase

"%(!'&)%&*'*(

with staircase R/F


s1 cantilever slab

GB1
GB1
GB1

GB1
D D
645; 483 95 2417

S1 S1

#"$#
GB2 GB2 GB2
C GROUND FLOOR SLAB BEAM DETAILS
REINFORCEMENT
TOP REINFORCEMENT BOTTOM REINFORCEMENT STIRRUPS DETAIL GROUND FLOOR SLAB BEAM PLAN
!/0,"
SR. EXTRA EXTRA AT AT MID
)$ BEAM SIZE CONTINUE CONTINUE AT MID SPANSUPPORT(ST1) SPAN(ST2)
NO. AT SUPP.
1. GB1 200X420 2-10 mm O 2-10 mm O 2-10 mm O 2-10 mm O 8mm@175c/c 8mm@225c/c
GB2 8mm@175c/c 8mm@225c/c
FOR TENDER PURPOSE ONLY
2. 200X420 2-12 mm O 2-12 mm O 2-12 mm O 2-12 mm O
3. GB3 200X520 2-20 mm O 2-20 mm O 2-20 mm O 2-20 mm O 8mm@150c/c 8mm@200c/c
B
SCHEDULE OF GROUND FLOOR ROOF SLAB:
Rural Electrification Corporation Ltd.
REINFORCEMENT PROJECT:
SR. SLAB
THK.
ALONG ALONG EXTRA SUPPORT ON TOP REMARKS
ALONG ALONG
RevampedDeen Dayal Upadhyaya
Distribution Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
NO. MARKED SHORT SPAN LONG SPAN
SHORT SPAN LONG SPAN
TITLE
8T-175 C/C
1. S1 120 8T-225 C/C 8T-350 C/C ONE WAY
ALT CRANK
GROUND FLOOR SLAB BEAM & DETAILS
10T-175 C/C
A 2. S2 120 ALT CRANK
8T-200 C/C 10T-300 C/C ONE WAY
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
10T-150 C/C 10T-350 C/C
3. S3 120 ALT CRANK
10T-175 C/C ONE WAY
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/CIVIL/02 1 OF 1 0
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
CASH COUNTER
G G
W2 W2 4 MM GLASS WITH
ALLUMINIUM FOIL
4 MM GLASS WITH
ALLUMINIUM FOIL
4 MM GLASS WITH
ALLUMINIUM FOIL
4 MM GLASS WITH
ALLUMINIUM FOIL
4 MM GLASS WITH
ALLUMINIUM FOIL
4 MM GLASS WITH 4 MM GLASS WITH 4 MM GLASS WITH
1 2 3 4 ALLUMINIUM FOIL ALLUMINIUM FOIL ALLUMINIUM FOIL
4 MM GLASS WITH
ALLUMINIUM FOIL
F F
D1 GLASS
0.10 WALL UP TO 1.0 M HT
0.10 M BRICK WALL
NOVAPAN
E CUSTOMER CARE HALL E
W1 W1
ELEVATION
D
D1 D
SPECIFICATION FOR ALUMINIUM SECTIONS
FIRST SECTION 40 MMX60MM
LADIES GENTS
TOILET TOILET CLEAT SECTION 15MM(TRIANGULAR)
C UP DOOR STYLE ( TOP) 40 MMX100MM
DOOR STYLE ( BOTTOM) 40 MMX150MM
D1
D2/V D2/V
FOR TENDER PURPOSE ONLY
B
UP Rural Electrification Corporation Ltd.
PROJECT:
Deen Dayal Upadhyaya Gram Jyoti Yojana (DDUGJY)
GROUND FLOOR WORKING PLAN Revamped Distribution Sector Scheme (RDSS)
SECTION TITLE
GROUND FLOOR COUNTER ALLUMINIUM PARTITION DRAWING
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/CIVIL/03 1 OF 1 0
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
G CASH COUNTER G
W2 W2
F F
TOILET TOILET
CUSTOMER CARE HALL
E W1 W1 E
D D
LADIES GENTS GT
TOILET TOILET
UP
TOILET DETAILS (1:20)
IC
C
D2/V D2/V
UP
FOR TENDER PURPOSE ONLY
B
GROUND FLOOR TOILET LAYOUT Rural Electrification Corporation Ltd.
PROJECT:
Deen
Revamped Dayal Upadhyaya
Distribution Gram(RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
TITLE
GROUND FLOOR TOILET LAYOUT
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/CIVIL/04 0
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
5A
5A
5A 5A
G G
CASH COUNTER
CASH COUNTER
5A
5A
5A 5A
CONTROL ROOM
CUSTOMER CARE HALL
F F
E D1 D1 E
BATTERY ROOM
DN
TOILET TOILET SKADA AND
UP
D D
UP
W2
GROUND FLOOR ELECTRICAL PLAN FIRST FLOOR ELECTRICAL PLAN
C
INDEX
5 AMP POINT BRACKET POINT DISTRIBUTION BOX
FOR TENDER PURPOSE ONLY
B
15 AMP POINT EXHAUST FAN CEILING POINT Rural Electrification Corporation Ltd.
PROJECT:
RevampedDeen Dayal Upadhyaya
Distribution Gram
Sector Scheme Jyoti Yojana (DDUGJY)
(RDSS)
FAN POINT TUBE LIGHT POINT BELL TITLE
GROUND & FIRST FLOOR ELECTRICAL LAYOUT
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/CIVIL/05 1 OF 1 0
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
E E
D D
PLINTH LEVEL(+0.45)
PLINTH LVL +0.45
C GROUND LEVEL(0.00)
0.60 X0.60 VITIRIFIED TILE FLOORING
ELEVATION
PLINTH BEAM
0.10 THICK P.C.C (MIX-1:2:6)
COPPA FILLING WITH TOP COARSE OF DUST FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
SECTION - XX
PROJECT:
Deen
Revamped Dayal Upadhyaya
Distribution Gram(RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
TITLE
ELEVATION & SECTION -XX
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/CIVIL/06 1 OF 1 0
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
A B C
H H
R.C.C BEAM
MAIN R/F OF COLUMN
1
G G
PLINTH BEAM DEVLOPMENT LENGTH ' LD'
LD FOR HYSD BARS WITH
NATURAL GROUND LVL. Fy=415 N/MMSQ.
CONCRETE GRADE Ld
M:20 47X DLA
F
2 F
SCHEDULE OF COLUMNS
PCC 1:3:5 (M-10)
BOTTOM REN. OF
FOOTING REFER TABLE
E E
TYP. ELEVATION OF COL
(SHOWING SPACING OF STIRRUPS)
TYP. COLUMN DETAIL
3
100 mm WIDE PCC
BOTTOM STEEL ALONG 'B'
D D

BOTTOM STEEL ALONG 'L'

LONGER SPAN
4
1 1
C
(SHORTER SPAN)
SCHEDULE OF FOOTING PLAN
TYPICAL STEPPED FOOTING DETAIL
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
Deen DayalSector
Revamped Distribution Upadhyaya
SchemeGram Jyoti Yojana (DDUGJY)
(RDSS)
TITLE
CENTRE LINE WITH COLUMN LAYOUT & FOOTING DETAILS
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/CIVIL/07 1 OF 1 0
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
14
STAIRCASE DETAILS
11 17 20
RISER-150 mm Tread-250 mm
STAIRCASE B
Walst Slab 110 mm. TH.
10
G UP
Main R/F-T 12 mm.@150 mm .c/c G
A A Dlastb. R/F-T 10mm. @200 mm.c/c
8 4 1
F
PLAN F
MAIN R/F - 12 mm. O
20 bar@200 mm.c/c
E E
12
D D
DISTB. R/F - 8 mm. O
DISTB. R/F - 8 mm. O bar@200 mm.c/c
bar@200 mm.c/c
1 DETAIL OF REINF.
PLINTH LVL +0.45 DETAIL OF REINF.
(AT LANDING BEAM)
(AT PLINTH BEAM)
C
Top -2 T 12 mm
0.60 X0.60 VITIRIFIED TILE FLOORING PLINTH BEAM (ex at supports)
0.10 THICK P.C.C (MIX-1:2:6)
COPPA FILLING WITH TOP COARSE OF DUST stps. T 8mm@275mm. c/c at mid FOR TENDER PURPOSE ONLY
span & @225mm. c/c at supports
B
SECTION - AA' Rural Electrification Corporation Ltd.
Bottom -2 T 12 mm
( ex at mid span) PROJECT:
Deen
Revamped Dayal Upadhyaya
Distribution Gram(RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
TITLE
LB(100 mm x 400 mm.)
STAIR DETAIL
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/CIVIL/08 1 OF 1 0
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
LB 1
LB 1

G G
TYPICAL R/F DETAILS OF CHAJJA
LINTEL
F F
FIRST FLOOR LEVEL
TYPICAL SECTION
LB 1

LB 1
E E
CHAJJA SLAB DETAILS
TYPE THICKNESS MAIN R/F DISTRIBUTION
S1 120 MM 8mm@150c/c 8mm@175c/c
CANTILIVER SLABTYPE
LINTEL BEAM DETAILS
D REINFORCEMENT D
LB2
TOP REINFORCEMENT BOTTOM REINFORCEMENT STIRRUPS DETAIL
SR. EXTRA EXTRA AT AT MID
BEAM SIZE CONTINUE CONTINUE
NO. AT SUPP. AT MID SUPP. SUPPORT(ST1) SPAN(ST2)
1. LB1 200X200 2-10 mm O 1-10 mm O 2-10 mm O 1-10 mm O 8mm@150c/c 8mm@200c/c
2. LB2 200X200 2-10 mm O 2-10 mm O 8mm@175c/c 8mm@225c/c
C
LB2 LB2 LB2
FOR TENDER PURPOSE ONLY
B
GROUND FLOOR LINTEL PLAN Rural Electrification Corporation Ltd.
PROJECT:
DeenDistribution
Revamped Dayal Upadhyaya Gram Jyoti
Sector Scheme Yojana (DDUGJY)
(RDSS)
TITLE
GROUND FLOOR LINTEL CHAJJA LAYOUT & DETAIL
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/CIVIL/09 1 OF 1 0
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
LB 1
LB 1

G G
LINTEL TYPICAL R/F DETAILS OF CHAJJA
F FIRST FLOOR LEVEL F
TYPICAL SECTION
LB 1

E LB 1 E
CHAJJA SLAB DETAILS
TYPE THICKNESS MAIN R/F DISTRIBUTION
S1 CANTILIVER SLABTYPE 120 MM 8mm@150c/c 8mm@175c/c
LB2 LB3
LINTEL BEAM DETAILS
D D
REINFORCEMENT
TOP REINFORCEMENT BOTTOM REINFORCEMENT STIRRUPS DETAIL
SR. EXTRA EXTRA AT AT MID
BEAM SIZE CONTINUE CONTINUE
NO. AT SUPP. AT MID SUPP. SUPPORT(ST1) SUPPORT(ST2)
1. LB1 200X200 2-10 mm O 1-10 mm O 2-10 mm O 1-10 mm O 8mm@150c/c 8mm@200c/c
C 2. LB2 200X200 2-10 mm O 2-10 mm O 8mm@175c/c 8mm@225c/c
3. LB3 100X200 2-10 mm O 2-10 mm O 8mm@175c/c 8mm@225c/c
FOR TENDER PURPOSE ONLY
FIRST FLOOR LINTEL PLAN
B
Rural Electrification Corporation Ltd.
PROJECT:
Deen
Revamped Dayal Upadhyaya
Distribution Gram (RDSS)
Sector Scheme Jyoti Yojana (DDUGJY)
TITLE
FIRSTFLOOR LINTEL CHAJJA LAYOUT & DETAIL
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/CIVIL/10 1 OF 1 0
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
WINDOW ( W1) WINDOW ( W2)
W2 W2 3.00 X1.20 = 2 No. 1.50 X1.20 = 2 No.
ALLUMINIUM SECTION ALLUMINIUM SECTION
F F
WINDOW FRAME DETAIL
E E
W1 W1
LINTEL
D D
LADIES GENTS
TOILET TOILET
DOOR (D1) RIGHT DOOR (D1) RIGHT DOOR (02/V1) RIGHT DOOR (02/V1) RIGHT
VENTILATOR (V1)
1.00X2.10=2 No. 1.00X2.10=1 No. 0.75X2.10=1 No. 0.75X2.10=1 No.
0.75X0.60=2 No.s
C UP SINGLE PATTAM SINGLE PATTAM SINGLE PATTAM SINGLE PATTAM
DEWAS SECTION
ALLUMINIUM SECTION ALLUMINIUM SECTION DEWAS SECTION DEWAS SECTION
X X
D2/V D2/V
UP
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
Revamped Distribution Sector Scheme (RDSS)
TITLE
GROUND FLOOR WORKING & OPENING DETAIL
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/CIVIL/11 1 OF 1 0
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
40 TO 50 MM THICK FINISHED 40 TO 50 MM THICK FINISHED
15 MM THICK CEMENT
FLAD STONE COVER FLAD STONE COVER
PLASTER IN 1:3CM INSIDE
CABLE TRENCH
SANGLE FOR SUPPORTING
40X40 5MM AT 1500 MMC/C
YARD LEVEL
CEMENT CONC. 1:2:4
F F
40X40 MM M S ANGLE FOR MOORUM FILLING
SUPPORTING CABLES
1500 MM C/C IN SIDE CABLE TRENCH
FILLED UP WITH SPOILS BASE CONC. 1:4:8
E E
BASE CONC. 1:4:8
WITH 40MM METAL WELL COMPACTED MOORUM
D D
HARD SOIL BLACK COTTON SOIL
C
FOR TENDER PURPOSE ONLY
B
Rural Electrification Corporation Ltd.
PROJECT:
Revamped Distribution Sector Scheme (RDSS)
TITLE
PROPOSED CABL TRENCH
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 NTS REC/RDSS/CIVIL/12 0
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
W2 W2
WINDOW ( W1) WINDOW ( W2) VENTILATOR (V2)
F 3.00 X1.20 = 2 No. 1.50 X1.20 = 3 No. 0.90X0.60=1 No.s F
ALLUMINIUM SECTION ALLUMINIUM SECTION ALLUMINIUM SECTION
CONTROL ROOM
WINDOW FRAME DETAIL
E E
W1 W1
D D
D1 D1
DN
BATTERY ROOM DOOR (D1) RIGHT DOOR (D1) LEFT
SKADA AND V2 1.00X2.10=3 No. 1.00X2.10=2 No.
C SINGLE PATTAM SINGLE PATTAM
ALLUMINIUM SECTION ALLUMINIUM SECTION
X X
DOOR FRAME DETAIL
FOR TENDER PURPOSE ONLY
W2
B
Rural Electrification Corporation Ltd.
FIRST FLOORWORKING PLAN PROJECT:
Revamped Distribution
Deen Dayal Sector
Upadhyaya Scheme
Gram Jyoti(RDSS)
Yojana (DDUGJY)
TITLE
FIRST FLOOR WORKING & OPENING DETAIL
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
1 OF 1
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/CIVIL/13 0
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
PB3
H H
645; 483 95 2417

645; 483 95 2417

TYPICAL SECTION OF BEAM

PB1 PB1
STIRRUPS AS PER LONGITUDINAL
G SHEDULE RENF. G
PB3
STIRRUPS
OR LINK
-(&'/ 483 95 2417

F F
-(&'/ %+$ 95 2417

PB2 PB2
*($ .,#+ 95 2417

*($ .,#+ 95 2417

TYPICAL STIRRUPS
OR LINKS DETAILS
E PB2 PB2 PB2 E
DEVLOPMENT LENGTH ' LD'
645; 483 95 2417

LD FOR HYSD BARS WITH


Fy=415 N/MMSQ.
645; 483 95 2417

CONCRETE GRADE Ld

PB1
PB1
PB1

PB1
M:20 47X DLA
D D
PB2 PB2 PB2
!/0,"
C
)$
GROUND FLOOR PLINTH BEAM
PLINTHN BEAM DETAILS
REINFORCEMENT
TOP REINFORCEMENT BOTTOM REINFORCEMENT STIRRUPS DETAIL
FOR TENDER PURPOSE ONLY
AT AT MID
SR. EXTRA EXTRA
BEAM SIZE CONTINUE CONTINUE SUPPORT(ST2)
B NO. AT SUPP. AT MID SPAN SUPPORT(ST1)
SPAN
Rural Electrification Corporation Ltd.
1. PB3 200X300 2-10 mm O 1-10 mm O 2-10 mm O 1-10 mm O 8mm@175c/c 8mm@225c/c
PROJECT:
2. PB2 200X300 2-12 mm O 2-10 mm O 2-12 mm O 2-10 mm O 8mm@175c/c 8mm@225c/c Revamped Distribution
Deen Dayal UpadhyayaSector Scheme
Gram Jyoti(RDSS)
Yojana (DDUGJY)
3. PB1 200X500 2-16 mm O 2-16 mm O 2-16 mm O 2-16 mm O 8mm@150c/c 8mm@200c/c TITLE
GROUND FLOOR PLINTH BEAM PLAN & DETAILS
A
SIZE SCALE DRG. NO. SHT. NO. REV. NO.
R0
REV. NO. PREPARED CHECKED APPROVED DATE PROJECT
A4 1:100 REC/RDSS/CIVIL/14 1 OF 1 0
12 11 10 9 8 7 6
12 11 10 9 8 7 6 5 4 3 2 1
H H
G G
F F
Back filling with
excavated soil and
Boulder
E E
D D
C C
FOR TENDER PURPOSE ONLY
B Rural Electrification Corporation Ltd. B
Deen DayalDistribution
Revamped UpadhyayaSector
Gram Scheme
Jyoti Yojana(
(RDSS)DDUGJY)
All dimensions are in mm.
DRAWING FOR CONCRETING OF DP 8 Mtr. LONG 140 KG
PCC POLE
A A
R0
REC/RDSS/CIVIL/15
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10
H H
stayset
G G
Back fillingh with
excavated soil
and bracket
1500 FOR 30 ANGLE
1300 FOR 45 ANGLE
F F
E E
D D
All dimensions are in mm.
C C
FOR TENDER PURPOSE ONLY
1350 FOR 30 ANGLE
1700 FOR 45 ANGLE
Rural Electrification Corporation Ltd. B
Deen Dayal
Revamped Upadhyaya
Distribution SectorGram Jyoti
Scheme Yojana( DDUGJY)
(RDSS)
CONCREATING FOR STAY SET FOR 11 KV LINE AND LT LINE
A
R0
REC/RDSS/CIVIL/15
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT 1 OF 1 0
BY BY BY
10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

Digitally signed by Dipak Kumar Kanodia


H H

Signature Not Verified


Date: 2023.01.04 09:40:16 IST
Location: Haryana-HR
G G
F
Back filling with F
excavated soil and
Boulder
E E
D D
All dimensions are in mm.
C C
FOR TENDER PURPOSE ONLY
B Rural Electrification Corporation Ltd. B
Deen DayalDistribution
Revamped UpadhyayaSector
Gram Scheme
Jyoti Yojana(
(RDSS) DDUGJY)
DRAWING FOR CONCRETING OF PCC/PSC POLE DOUBLE STRUCTURE FOR
TRANSFORMER MOUNTING
A A
R0
REC/RDSS/CIVIL/17
REV. NO. PREPARED CHECKED APPROVED DATE
PROJECT 1 OF 1 0
BY BY BY
12 11 10 9 8 7 6 5 4 3 2 1

You might also like