0% found this document useful (0 votes)
15 views1,014 pages

Tendernotice 1

Dakshin Haryana Bijli Vitran Nigam Limited is inviting e-tenders for the development of distribution infrastructure for 11 kV feeders under a specific scheme. The tender includes a technical and price bid, with key dates for submission and opening outlined. Interested firms must register on specified websites and adhere to the bidding procedures detailed in the document.

Uploaded by

Anil Kumar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
15 views1,014 pages

Tendernotice 1

Dakshin Haryana Bijli Vitran Nigam Limited is inviting e-tenders for the development of distribution infrastructure for 11 kV feeders under a specific scheme. The tender includes a technical and price bid, with key dates for submission and opening outlined. Interested firms must register on specified websites and adhere to the bidding procedures detailed in the document.

Uploaded by

Anil Kumar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 1014

DAKSHIN HARYANA BIJLI VITRAN NIGAM LIMITED

DAKSHIN HARYANA BIJLI VITRAN NIGAM LIMITED


Registered Office: Block-B, Vidyut Sadan, Vidyut Nagar, Hisar, Haryana
Office of CE/SGP, DHBVN, GURUGRAM
E-mail- [email protected]
Website: www.dhbvn.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/SGP, Gurugram as per following details:

NIT No. Brief Scope of work Earnest Tender E-Service Estimated


Money document Fees fee (Non- Cost
deposit (Non- refundable) (INR Cr)
(INR refundable) (INR)
Cr) (INR)
Development of Distribution
TSGP- Infrastructure of 11 kV feeders 2.23 5900/- As 111.27
28/RDSS/ (Urban & Industrial) emanating including GST Applicable
2025-26 from 66 kV Sub-Stations Sector
58, Orient Steel of Faridabad
Circle, DHBVN under REVAMPED
REFORMS-BASED AND RESULTS-
LINKED, DISTRIBUTION SECTOR
SCHEME.

Key Dates:
Date of Release of RFB Notice/ NIT 13.05.2025 at 16:00
Date & Time of Pre-Bid Meeting 03.06.2025 at 11:00
Last date of Bid Submission 27.06.2025 upto 13:00
Date of Opening of Technical Part (First Envelope) of
30.06.2025 at 15:00
the bid
Note:

1. The Tender Documents fee and E-Service will be paid online.


2. The payment for EMD shall be made online/offline (as per provisions in the bid) 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.
3. If the tenders are cancelled or recalled on any grounds, the tender document & E-Service fees
will not be refunded to the bidder.
4. The pre-bid meeting and opening of Part-I of the e-tenders against the above NIT will be done
at the office of the CE/SGP, DHBVN, Gurugram, as per schedule.
5. For any clarification regarding bid preparation and bid submission, please contact:
M/s NIC, New Secretariat, ground floor, Sector-17 Chandigarh Contact no. 0120-4001002, 0120-
4001002, 0120-4001005, 0120-6277787
E - mail: [email protected]

6. The employer reserves the right to reject any or all of the tenders received, without assigning
DAKSHIN HARYANA BIJLI VITRAN NIGAM LIMITED

any reason.
7. The tender documents having detailed terms and conditions can be downloaded from the
website https://etenders.hry.nic.in, https://works.haryana.gov.in and www.dhbvn.org.in as
per schedule mentioned above. The e-tenders shall be received through website only. All
interested firms are requested to get themselves registered as vendors with the said websites
for submitting their bids. For any assistance, please contact – 9041049834, 0120- 4001002,
0120-4001005, 0120-6277787.
8. The bidders shall deposit one set of hard copy of bid duly stamped and signed after
27.06.2025 13:00 and before 30.06.2025 15:00 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 hard copy/
paper form shall not to be accepted / entertained.
9. Only those tenders shall be considered, who deposit the earnest money, e-service fee &
tender cost by due date.
10. Corrigendum, if any would be published online on the website i.e. https://etenders.hry.nic.in.
Note:

i) 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. For any assistance regarding registration and uploading of Bids
on Haryana Engineering Works Portal (HEWP), please contact – 9041049834 or
Email [email protected].

ii) The price bid / financial part is to be submitted online only. The price bid in hand /
paper form shall not be accepted / entertained.

-sd-
Chief Engineer/Smart Grid Project,
DHBVN, Gurugram
STANDARD BIDDING DOCUMENT
FOR
Full Turnkey Contract
(Design, Supply and Installation)
Dakshin Haryana Bijli Vitran Nigam (DHBVN)

Request for Bids


FOR
Development of Distribution Infrastructure of 11 kV feeders
(Urban & Industrial) emanating from 66 kV Sub-Stations Sector
58, Orient Steel of Faridabad Circle, DHBVN under REVAMPED
REFORMS-BASED AND RESULTS-LINKED, DISTRIBUTION SECTOR
SCHEME.

Key Dates
Date of Release of RFB/ NIT 13.05.2025 at 16:00

Date & Time of Pre-bid Meeting 03.06.2025 at 11:00

Deadline for Submission of Bid 27.06.2025 upto 13:00

Date & Time of Opening of Technical Part of Bid 30.06.2025 at 15:00

Office: Office of Chief Engineer/Smart Grid Project, DHBVN, Gurugram


Sector-16, IDC, Gurugram, Website: www.dhbvn.org.in
Email: [email protected], [email protected]
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.

Section 3: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.

Section 4 : 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.

PART 2 – EMPLOYER’S REQUIREMENTS

Section 6 : 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

PART 3 – CONDITIONS OF CONTRACT AND CONTRACT


FORMS

Section 7 : Conditions of Contract


This Section consists of two parts: General Conditions of Contract (GCC) and Special
Conditions of Contract (SCC). GCC includes general clauses to be applicable to the
Contract and the contents of SCC modify or supplement GCC.

Section 8 - 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 ........................................................ 29


I. Instructions to Bidders ............................................................................................ 29

1. Scope of Bid and Definitions .......................................................................................... 29

2. Fraud and Corruption ...................................................................................................... 32

3. Eligibility, Qualification Requirements .......................................................................... 32

4. Conflict of Interest .......................................................................................................... 32

5. Sections of Bidding Document ....................................................................................... 33

6. Bidding Process Management, Clarification of the Bidding Document, Site Visit and
Pre-Bid Meeting ...................................................................................................................... 34

7. Addenda/ Corrigendum/Amendment of Bidding Document .......................................... 36

8. Cost of Bidding ............................................................................................................... 36

9. Language of Bid .............................................................................................................. 36

10. Documents comprising Bid............................................................................................. 37

11. Process of Bid Submission.............................................................................................. 38

12. Alternative Bids .............................................................................................................. 39

13. Bid prices and Discounts ................................................................................................ 39

14. Currencies of Bid and Payment ...................................................................................... 44

15. Documents Establishing the Conformity of the Plant and Installation Services/ Works
44

16. Documents Establishing the Eligibility and Qualifications of the Bidder and Eligibility
of Plant and Installlation Services........................................................................................... 45

17. Period of Validity of Bids ............................................................................................... 46


Summary and Table of Contents 4

18. Bid Security/ Bid Securing Declaration .......................................................................... 46

19. Format and Signing of Bid .............................................................................................. 48

20. Submission of Bids ......................................................................................................... 49

21. Deadline for Submission of Bids .................................................................................... 49

22. Late Bids ......................................................................................................................... 50

23. Withdrawal, Substitution, and Modification of Bids ...................................................... 50

24. Public Opening of Technical Parts of Bids ..................................................................... 50

25. Confidentiality ................................................................................................................ 51

26. Clarification of Bids ........................................................................................................ 52

27. Deviations, Reservations, and Omissions ....................................................................... 52

28. Nonmaterial Nonconformities, Errors and Omissions .................................................... 52

29. Evaluation of Technical Parts ......................................................................................... 53

30. Determination of Responsiveness ................................................................................... 54

31. Public Opening of Financial Parts .................................................................................. 55

32. Evaluation of Financial Parts .......................................................................................... 57

33. Correction of Arithmetical Errors ................................................................................... 57

34. Comparison of Financial Parts ........................................................................................ 58

35. Preference ....................................................................................................................... 58

36. Abnormally Low Bids..................................................................................................... 58

37. Unbalanced or Front Loaded Bids .................................................................................. 58

38. Most Advantageous Bid .................................................................................................. 59

39. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ........................... 59

40. Award Criteria ................................................................................................................ 60

41. Employer’s Right to make minor adjustments at the time of Award ............................. 60

42. Notification of Award ..................................................................................................... 60


Summary and Table of Contents 5

43. Signing of Contract ......................................................................................................... 60

44. Performance Security ...................................................................................................... 61

45. Source of Funds .............................................................................................................. 62

46. Dedicated bank account of Contractor/Bidder ................................................................ 62


II. Bid Data Sheet (BDS) ............................................................................................. 63

Section - 4 : Bidding Forms - Technical Part of the Bid ........................................................ 70


Form 1 ................................................................................................................................. 70
Letter of Bid – Technical Part ...........................................................................................................70
Form 2 ................................................................................................................................. 75
Format for Bidder Information Sheet ..............................................................................................75
Form 3A .............................................................................................................................. 77
Format of Bid Securing Declaration (if applicable)...................................................................77
Form 3B .............................................................................................................................. 79
Format of Bank Guarantee for Bid Security..................................................................................79
Form 4 ................................................................................................................................. 81
Format of Power of Attorney of designated Bid Signatory by sole bidder/ lead joint
venture member .....................................................................................................................................81
Form 5 ................................................................................................................................. 84
Format of Declaration of conformance of the Bidder and the Facilities offered, to the
specified eligibility requirement .......................................................................................................84
Form 6 ................................................................................................................................. 86
Format for Affidavit of Self certification regarding Local Content in line with PPP-MII
order and #MoP Order/DoT order ....................................................................................................86
Form 7 ................................................................................................................................. 89
Format Of Power of Attorney by Each Member/ Partner of The Joint Venture in favour
of Lead Member/ Partner ....................................................................................................................89
Form 8 ................................................................................................................................. 91
Format of Joint Deed of Undertaking by the Joint Venture Partners/ Members ...............91
Joint Venture Agreement ....................................................................................................................95
Form 9 ................................................................................................................................. 96
Format for Details/ Data and Documentary Evidence in support of meeting the
Qualification Requirement .................................................................................................................96
Form 10 ............................................................................................................................. 102
Format of Bought-out & Sub-contracted Items .........................................................................102
Form 11 ............................................................................................................................. 104
Format of Undertaking on Compliance of Terms & Conditions of the Bidding
Documents including Scope of Work and other related requirements ................................104
Summary and Table of Contents 6

Form 12 ............................................................................................................................. 107


Format of Alternative, Deviations and Exceptions to the Provisions of RFB Document
................................................................................................................................................................. 107
Form 13 ............................................................................................................................. 109
Format of Work Completion Schedule ....................................................................................... 109
Form 14 ............................................................................................................................. 112
Format of Guarantee Declaration .................................................................................................. 112
Form 15 ............................................................................................................................. 113
Format of Information regarding Ex-employees...................................................................... 113
Form 16 ............................................................................................................................. 115
Format for Price Adjustment Data ............................................................................................... 115
Form 17 ............................................................................................................................. 117
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............................................................................................. 117
Form 18 ............................................................................................................................. 120
FORMAT OF Declaration for tax exemptions, reductions, allowances or benefits) .... 120
Form 19 ............................................................................................................................. 122
Format of Bank Guarantee verification Check list .................................................................. 122
Form 20 ............................................................................................................................. 127
Format of Additional Information ................................................................................................ 127
Form 21 ............................................................................................................................. 131
Format of Integrity Pact .................................................................................................................. 131

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


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

DAKSHIN HARYANA BIJLI VITRAN NIGAM (DHBVN)

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 of 11 kV feeders (Urban &


Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient Steel
of Faridabad Circle, DHBVN under REVAMPED REFORMS-BASED
AND RESULTS-LINKED, DISTRIBUTION SECTOR SCHEME.

NIT/RFB No: TSGP-28/RDSS/2025-26


Issued on: 13.05.2025

1. Dakshin Haryana Bijli Vitran Nigam (hereinafter also referred to as the Employer or
the Utility) invites online Bids for Development of Distribution Infrastructure at
Faridabad Circle (of 11 kV feeders (Urban & Industrial) emanating from 66 kV
Sub-Stations Sector 58, Orient Steel of Faridabad Circle, DHBVN) under
Revamped Reforms-based and Results-linked, Distribution Sector Scheme on behalf of
DHBVN. 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, Rs. 5,900/- for downloading on www.etenders.hry.nic.in and www.dhbvn.org.in
from 13.05.2025 to 27.06.2025. 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
Part 1 - Bidding Procedures and Requirements 9

its bid. In case of any non-compliance in this regard, the bids shall be out-rightly /
summarily rejected.
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 Utility 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 Utility 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 Utility 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 Utility.

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

Note: (i) 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.

(ii) 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 10

TABLE
RFB Notice/ NIT No. TSGP-28/RDSS/2025-26
Development of Distribution Infrastructure of 11 kV feeders
(Urban & Industrial) emanating from 66 kV Sub-Stations
Contract Title for the
Sector 58, Orient Steel of Faridabad Circle, DHBVN under
Procurement
REVAMPED REFORMS-BASED AND RESULTS-
LINKED, DISTRIBUTION SECTOR SCHEME.
Brief description of Scope of The scope of work under the subject package includes site
Works 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 which inter-alia includes:
 Renovation /Modernization /Upgradation /Augmentation
/Bifurcation /Realignment of the existing 11 kV feeders by
converting 11 kV overhead network into 11 kV underground
network through underground cable system/ overhead
ACSR.
 Addition/ augmentation of DTs.
 Installation of 11 kV RMUs.
 LT protection viz. LT ACBs/MCCBs etc.
 Replacement of LT Bare Conductor with LT Armoured
XLPE Cable/LT AB Cable of various sizes.
 Re-conductoring of existing worn out LT Line with new
ACSR Conductor of various sizes.
 Fencing alongwith associated civil works & dismantlement
of existing HT/LT system.
Mode of Procurement/Bidding Singe Stage Two-Envelope Bidding Process with e-Procurement/
e-Tendering
Date of Release of RFB Notice/
13.05.2025 at 16:00
NIT
Date & Time of Pre-Bid
03.06.2025 at 11:00
Meeting
Last date of Bid Submission 27.06.2025 upto 13:00
Date of Opening of Technical
30.06.2025 at 15:00
Part (First Envelope) of the bid
Opening of Financial Part To be notified later. Financial Part of bids from only those
(Second 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/ Office of Chief Engineer/Smart Grid Project,
Opening of Bids, as applicable Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)
Tele. 0124-4286730
Type of Procurement Plant (Design, Supply and Installation)
Part 1 - Bidding Procedures and Requirements 11

EMD/ Bid Security All bids must be accompanied by a bid security of Rs 2.23 crore.
Performance Security The Performance Security amount is [10%] 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 is : 24 Months from the
Effective Date of the Contract.
Address for Correspondence Office of Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)
Tele. 0124-4286730
Contact Details of E- Phone no.- 0120-4001002, 0120-4001005, 0120-6277787
Procurement Portal Support
Team:
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 document are
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
the JV 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
Part 1 - Bidding Procedures and Requirements 14

matter of law or official regulations, the Government of India prohibits commercial


relations with that country.

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;
Part 1 - Bidding Procedures and Requirements 15

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 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.


Part 1 - Bidding Procedures and Requirements 16

As per the aforesaid orders:

‘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.

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 year):
Part 1 - Bidding Procedures and Requirements 17

i. Experience in similar work (as per clause 2.1.3 mentioned below) under
single contract, costing not less than Rs. 77.89 Crores (i.e. 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. 44.51 Crores (i.e. 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. 33.38 Crores (i.e. 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 Rs. 33.38 Crores (i.e. 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% 1 contract of minimum
of the cost 30% of the cost
1. One partner fully meets B) 2 contracts, each of 1 contract of minimum
the qualification minimum 40% of the cost 30% of the cost
requirements C) 3 contracts, each of
1 contract of minimum
minimum 30% each of the
30% of the cost
cost
A) 1 contract of minimum 40% 1 contract of minimum
2. Both partners put together
of the cost 40% of the cost
meet the qualification
B) 2 contracts of minimum 1 contract of minimum
requirements
30% of the cost 30% of the cost
Part 1 - Bidding Procedures and Requirements 18

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

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.
Part 1 - Bidding Procedures and Requirements 19

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.
33.38 Crores (i.e. 30% of the estimated amount of the project).

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. 11.12 Crores
(i.e. 10% of the estimated amount of the project) 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.

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 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);
Part 1 - Bidding Procedures and Requirements 20

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.
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 Utility/ 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
Part 1 - Bidding Procedures and Requirements 21

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 Procedures and Requirements 22

Annexure I (Section – 2)

Assessing capacity of bidder


The criteria for assessing capacity of bidder shall be as below:
Requirement.’ The bid capacity of the turnkey contractor, shall be equal to or more
than the estimated cost of the tender. The same shall be assessed as per following
formula:
Bidding capacity = [A X N X 2] - B
The value of A and B to be based on the entire business of the btdder

• A: Maximum annual turnover in last 5 FYs (to be CA certified)


• N: Years prescribed for work completion under tender (but in order to standardize
the same, a value of [3] may be taken)
• B: Value of existing commitments & ongoing works for which LOI/LOA have
been issued (to be certified by the Company Secretary / whole-time Director /
CEO of the bidder) plus commitments on account of any LI declaration as part of
the DISCOM tender opening

Mechanism: If the State / DISCOM plans to open the financial bids of multiple
packages at around the same time, then the following mechanism shall be adopted:

1. Completion of technical evaluation of the packages and notification of the


financial bid opening date with at-least 10 days advance notice to the bidders,
2. Bidders to submit the updated details of the bidding capacity, as on / upto 7 days
before the opening of financial bid,
3. Financial bids shall be opened in descending order of the package size, starting
with the opening of the financial bid of the package / RFB with highest estimated
value,
4. Financial bids of only those bidders shall be opened, that have requisite bidding
capacity corresponding to the estimated value of any particular RFB / tender,
5. Before opening every financial bid, the Bid Capacity of all bidders shall be
assessed as per the defined bidding capacity formula, and including the bid value
of previous opened financial bid (if any) for which the bidder is LI.
6. The above process shall be repeated until opening of all the balance financial
bids.

However, there might be cases wherein the bidder has bid capacity as per the
estimated tender value, but Ll quote by the bidder takes it beyond its estimated
capacity. Then in such cases, as far as bid capacity clause is concerned, the bidder
shall still be considered for award.
Part 1 - Bidding Procedures and Requirements 23

Note:
If it desires, the Employer can include any new clauses and/or modify the proposed
clause in the SBD and/or adopt their state / Utility practice, to assess the capacity
and capability of the bidder should the circumstances warrant such assessment in
an overall interest of the Employer.
 The bidder is required to qualify following additional criteria:-

The Bidder shall demonstrate the Liquid Assets Details (as per FIN-2)
equivalent to 10% of the estimated cost of the work after deducting 10% of
the Current Commitments of the Bidder. For this purpose, the limits and
assets to be taken in account are given in Form Fin-1, Fin-2 & Fin-3, which
must be filled in this respect. The Bidder shall declare the amounts of its
Current Commitments (value of unexecuted projects) on the date of bid
submission.
The Bidder shall produce a certificate from the Statutory Auditors (in the case
of Companies) or a Chartered Accountant (in the case of firms/Sole
proprietors) certifying the value of its unexecuted contracts on the date of bid
submission. (Form Fin-1, Fin-2 & Fin-3 must be filled in this respect). The
Bidder will submit financial position as per Form Fin-1, Fin- 2 & Fin-3
(certified by CA) clearly indicating the Financial Status.

The Bidder will indicate financial position in sealed envelope i.e. un-utilized
Over Draft Limit, Un-utilized Cash Credit Limit and Bank Balance
(including FDR) as per Form Fin-2 (certified by CA) shall also be submitted
clearly indicating Financial Status on the Envelop.
Part 1 - Bidding Procedures and Requirements 24

FORM FIN -1
(Net Worth/Current Assets/Current liabilities Details)
As per balance sheet.

NAME OF THE BIDDER:


ADDRESS OF THE BIDDER:
A)
Description Amount
Paid up Equity Share Capital
Add: Reserves (Not being the revaluation
reserve)
Subtract: Intangible Assets
Subtract: Miscellaneous Expenditure to the extent
not written off and carry forward losses.
Balance
B)

Description Year______ Year______ Year______ Year______ Year______


(Rupees) (Rupees) (Rupees) (Rupees) (Rupees)
Current
Assets
Current
liability

Note: The above information should be as per latest audited balance sheet.

Signatures of the Authorized signatory


(Name of the signatory)
Rubber stamp of the firm/Company
Part 1 - Bidding Procedures and Requirements 25

Form FIN-2
Financial Resources
(Certified by CA)
Description Amount (Sanctioned Amount
Value certified by the (Un-utilised value
banks) certified by the
banks)
Overdraft limits
Cash Credit Limits
Letter of Credit
Bill Discounting
Trade Credit
Working Capital Loan
Total (A)
OR
Bank Balance

Total (A)

Description Amount
10% of the current commitments as indicated
in Form Fin-3 (B)

Description Amount
Liquidity available for this bid (A-B) (Should
be equal to or more than 10% of the
Estimated cost of the bid)

Note:
a) The bidder shall produce a certificate from the bank(s) which should be
valid on the date of bid submission giving amount of sanctioned limits
which should not be more than one month old from the date of submission
of bid along with certification by the banks that the mentioned credit
facilities are unencumbered.
b) The certificate should be issued by the banks unconditionally and on the
following Performa:
Sr. no. Description Detail of all Sanctioned Unutilized
securities against amount amount
which the limit has
been sanctioned
Overdraft
limits
Cash Credit
Part 1 - Bidding Procedures and Requirements 26

Sr. no. Description Detail of all Sanctioned Unutilized


securities against amount amount
which the limit has
been sanctioned
Limits
Letter of
Credit
Bill
Discounting
Trade Credit
Working
Capital Loan
Total (A)

1. It is certified that the above-mentioned credit facilities are unencumbered.


2. It is certified that the above-mentioned credit facilities are not
sanctioned against the same securities.
In addition to the above, the bidder shall also submit the declaration on
indemnity bond that he has sufficient funds to executive the work/ bid
and the above facilities are unencumbered and should be available with
him throughout the term/ currency of the contract.
a) The bidder shall produce a certificate from the bank certifying the
bank balance of the bidder (including amount of fixed deposits if
any). Such certificate should not be more than one month old on the
date of submission of bid.
b) The certificate issued by the Banks for the working capital limits
showing the complete detail of all the securities against which the
limits has been sanctioned. If the facilities have been sanctioned
against the same securities then the higher value amongst the
facilities shall be considered.
c) In case of sub limit of one another or are used interchangeable then
the unutilized value will be considered. For Example Say:-
i) In case of cash credit limit is a sub limit of Bank Guarantee then
the unutilized value of cash credit limit will be considered to
evaluate the liquid assets of the Firm.
Part 1 - Bidding Procedures and Requirements 27

ii) In case Bank Guarantee limit is the sub limit of cash credit limit
then the full sanctioned value of cash credit limit will be
considered.
d) In case liquidity available for this bid (A-B) is less than the
liquidity requirement, the price bid will not be opened.
e) No other credential will be considered to evaluate the LA except
mentioned in the Form FIN-02 above.
f) Any wrong declaration/ wrong submission / tempering / violation,
If detected/ found at any point of time shall be the sole
responsibility of the bidder. The bidder shall be liable for any
penalty/ damages for any loss of the Nigam as a result of such
wrong declaration / bogus documents/ tempered documents
including blacklisting/ debarring for three years or any other
punishment as decided by the Nigam.
Part 1 - Bidding Procedures and Requirements 28

FORM FIN -3
(Current commitments)
Against e-tender Enquiry No.
NAME OF THE BIDDER:
ADDRESS OF THE BIDDER:

Sr. Project description Amount


No. (Unexecuted value of the Contract)

Note: -
1. Use further similar size sheets, if required.
2. This certificate must be issued by the Chartered Accountant.
Such certificate should not be more than one month old on the
date of submission of the bid.

Signatures of the
Statutory auditor/Chartered Accountant
Alongwith rubber stamp
Part 1 – Bidding Procedures and Requirements 29

Section - 3 : Instructions to Bidders and Bid Data Sheet

Instructions to Bidders
General
1.1 In connection with the Notice Inviting Tenders
1. Scope of Bid and
(NIT)/ Request for Bids (RFB) Notice specified
Definitions
in Bid 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 contract under 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’/ ‘Utility’ means the entity, as
briefly described in Bid Data Sheet, that
has issued the Request for Bids for award
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,
Part 1 - Bidding Procedures and Requirements 30

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 Plant
to the Employer.
(g) “Contract” means a legally binding written
instrument entered between the Employer/
Utility 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
Part 1 - Bidding Procedures and Requirements 31

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.
(n) “RFB” means the Request for Bids issued
by Employer for 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 vice versa.
(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
Contractor and to carry out the inspection in
the field of the works carried out in the
Part 1 - Bidding Procedures and Requirements 32

RDSS scheme.

2.1 The Employer requires compliance with the Anti-


2. Fraud and Corruption
Corruption Guidelines/ Laws in force of the relevant
Government/ its instrumentalities/ Utility.
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 eligibility and qualification requirements


3. Eligibility, Qualification against the RFB are given in Section 2, for the
Requirements Bidders and the Plant/ Installation Services/ Works .
Bids, if any, from Bidders 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 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


4. Conflict of Interest Bidder found to have a conflict of interest shall be
disqualified. A 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;
Part 1 - Bidding Procedures and Requirements 33

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 Utility (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 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 JV member 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.

Contents of Bidding Document


5.1 The bidding document ( also referred to as the RFB
5. Sections of Bidding
document) consist of Parts 1, 2, and 3, which
Document
include all the sections indicated below, and should
Part 1 - Bidding Procedures and Requirements 34

be read in conjunction with any Addenda/


Corrigenda/ Amendments 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 furnish with its Bid,
all information 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-
Procurement or e- Tendering system) as specified in
the BDS shall be used to manage the bidding
a) Electronic Procurement
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.
Part 1 - Bidding Procedures and Requirements 35

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
b) Clarifications to Bidding may notify the Employer online or through any other
Documents mode if so specified in BDS. Clarifications requested
through any other mode shall 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 ITB 7 and
ITB 21.2.
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
c) Site Visit 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
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 purpose of the meeting will be to clarify issues
d) Pre-Bid Meeting 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
Part 1 - Bidding Procedures and Requirements 36

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 deadline for submission of


7. Addenda/
Bids, the Employer may amend the bidding
Corrigendum/Amendme
document by issuing addenda/ corrigendum/
nt of Bidding Document
amendment. The addendum/ corrigendum/
amendment will be in writing and appear on the e-
procurement system and through email notification
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 communicated to 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 deadline
for the submission of Bids, pursuant to ITB 21.2.

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 of the conduct or outcome of the
bidding process.

9.1 The Bid, as well as all correspondence and


9. Language of Bid
documents relating to the Bid exchanged by the
Bidder and the Employer, shall be written in
English. Supporting documents and printed
Part 1 - Bidding Procedures and Requirements 37

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 of
interpretation of the Bid, such translation shall
govern.

10.1 Under the Single Stage Two Envelope bidding


10. Documents comprising
process, the Bid shall comprise two Parts, namely
Bid
the Technical Part and 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 ITB 18, 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 Section2/ Section3;
10.2.5 Qualifications: documentary evidence in
accordance with ITB 16.2 establishing the
Bidder’s compliance 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
Part 1 - Bidding Procedures and Requirements 38

including Scope of Services and other related


requirements, towards 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


11. Process of Bid
using the relevant forms furnished in Section 4 -
Submission
Bidding Forms - Technical Part of the Bid. The priced
Schedules for 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 10 including the Letters of
Bid and filled-up priced Schedules for the Plant
and Installation Services/ Works, shall be submitted
online on e-procurement system specified in ITB
Part 1 - Bidding Procedures and Requirements 39

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 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


13. Bid prices and Discounts
quote for the entire Plant and Installation Services on
a “single 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
Part 1 - Bidding Procedures and Requirements 40

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 comprise the
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)
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 Utility, 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
Part 1 - Bidding Procedures and Requirements 41

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, 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
specified in 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
Utility, 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
Part 1 - Bidding Procedures and Requirements 42

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).
Aggregate of 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 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
Part 1 - Bidding Procedures and Requirements 43

determined will be used for price comparison.


13.6 The prices shall be either fixed or adjustable as
specified in 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 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
Part 1 - Bidding Procedures and Requirements 44

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


14. Currencies of Bid and
be paid for by the Employer, entirely in Indian
Payment
Rupees.

15.1 To establish the conformity of the Plant and


15. Documents Establishing
Installation Services/ Works to the bidding document,
the Conformity of the
the Bidder shall furnish as part of its Bid an
Plant and Installation
Undertaking on Compliance of terms & conditions of
Services/ Works
the Bidding Documents including Scope of Work,
conformance of Plant and Installation Services/ Works
to the technical specifications and standards 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 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
Part 1 - Bidding Procedures and Requirements 45

– 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, brand names,
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 Section 6,
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
Subcontractor proposed complies with the
requirements of Section 2 and Section 6.

16.1 To establish Bidder’s eligibility and eligibility of


16. Documents Establishing
Plants and Installation Services/ Works in accordance
the Eligibility and
with ITB 3 and Section 2, Eligibility Requirements,
Qualifications of the
Bidders shall complete the Letter of Bid – Technical
Bidder and Eligibility of
Part, and other forms included in Section 4 - Bidding
Plant and Installlation
Forms - Technical Part of the Bid.
Services
16.2 The documentary evidence of the Bidder’s
eligibility and qualifications, and eligibility of Plant
and Installation Services, to be furnished as per
Section 4 - Bidding Forms - Technical Part of the Bid,
Part 1 - Bidding Procedures and Requirements 46

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
17. Period of Validity of Bids
BDS or any extended date if amended by the
Employer in accordance 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


18. Bid Security/ Bid Bid Securing Declaration is specified in the BDS,
Securing Declaration the Bidder shall furnish as part of the Technical part
of its Bid, a Bid 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
Part 1 - Bidding Procedures and Requirements 47

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 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; or if 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 JV that submits
the Bid.
Part 1 - Bidding Procedures and Requirements 48

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
(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


19. Format and Signing of
with ITB 10 .
Bid
19.2 Bidders shall mark as “CONFIDENTIAL” information
in their Bids which is confidential to their business.
This may include proprietary information, trade
secrets, or commercial or financially sensitive
information.
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.
Part 1 - Bidding Procedures and Requirements 49

Submission of Bids
20.1 Bids, both Technical and Financial Parts, shall be
20. Submission of Bids submitted online on the e-procurement system
specified in ITB 6.1. 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 along with scanned copies of
requisite certificates/ documents as are mentioned in
different sections in the bidding document. Further,
if so 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


21. Deadline for Submission
ITB 11.3, the hard copy of specified documents must
of Bids
be delivered at the address mentioned therein, no
later than the deadline 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
deadline shall thereafter be subject to the deadline
as extended.
Part 1 - Bidding Procedures and Requirements 50

22.1 The electronic bidding system would not allow any


22. Late Bids
late submission of bids after due date & time as per
server time.

23.1 Bidders may modify their bids by using the


23. Withdrawal,
appropriate option for bid modification on e-
Substitution, and
procurement portal, before the deadline for
Modification of Bids
submission of bids. For this the bidder need not make
any additional payment towards the cost of bid
document, if applicable. For bid modification and
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.
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.

Public Opening of Technical Parts of Bids


24.1 The Employer shall, at the Bid opening, publicly
24. Public Opening of
open online the Technical Parts of all Bids, except as
Technical Parts of Bids
in the cases specified in ITB 22 and ITB 23.2,
received by the deadline of bid 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
Part 1 - Bidding Procedures and Requirements 51

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 notified by 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.

Evaluation of Bids - General Provisions


25.1 Information relating to the evaluation of Bids and
25. Confidentiality
recommendation of contract award, shall not be
disclosed to Bidders, or any other persons not
officially concerned with the Bidding process.
25.2 Any effort by a Bidder to influence the Employer
in the evaluation or contract award decisions may
result in the rejection of its Bid.
25.3 Notwithstanding 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.
Part 1 - Bidding Procedures and Requirements 52

26.1 To assist in the examination, evaluation,


26. Clarification of Bids
comparison of the Bids, and eligibility or
qualification of the Bidders, the 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
response shall be in writing. No change, including
any voluntary increase or decrease, in the prices or
substance of the Bid shall be sought, offered, or
permitted.
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


27. Deviations, Reservations,
definitions 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 withholding 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 required
in the bidding document.

28.1 Provided that a Bid is substantially responsive, the


28. Nonmaterial
Employer may waive any nonconformities in the
Nonconformities, Errors
Bid, which do not constitute a material deviation,
and Omissions
reservation or omission.
28.2 Provided that a Bid is substantially responsive,
the Employer may request that the Bidder submit
the necessary information or documentation,
within a reasonable period of time, to rectify
nonmaterial nonconformities or omissions in the
Bid related to documentation requirements.
Requesting information or documentation on such
Part 1 - Bidding Procedures and Requirements 53

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 nonmaterial
nonconformities 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.

Evaluation of Technical Parts of Bids


29.1 In evaluating the Technical Parts of each Bid, the
29. Evaluation of Technical
Employer shall use the requirements, criteria and
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 been determined to be
substantially responsive to the RFB/bidding
Part 1 - Bidding Procedures and Requirements 54

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:
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


30. Determination of
responsiveness is to be based on the contents of the
Responsiveness
Bid itself, as defined in ITB 10 read in conjunction
Part 1 - Bidding Procedures and Requirements 55

with ITB 26 and submitted as 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, 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,
inconsistent 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, or omission.
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, or
omission.

Public Opening of Financial Parts of Bids


31.1 Following the completion of the evaluation of the
31. Public Opening of
Technical Parts of the Bids, the Employer shall
Financial Parts
notify in writing those Bidders whose Bids were
considered non-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
Part 1 - Bidding Procedures and Requirements 56

(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;
(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
Part 1 - Bidding Procedures and Requirements 57

any discounts
31.5 Only Financial Parts of Bids that are opened at Bid
opening shall be considered for further evaluation.

Evaluation of Financial Parts of Bids


32.1 To evaluate the Financial Part of each Bid, the
32. Evaluation of Financial
Employer shall consider the following:
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 for correction of arithmetic errors
in 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


33. Correction of
the total amount from unit rates and quantities, and the
Arithmetical Errors
system also automatically populates the amount in
words from the amount in figures, and therefore there
is no scope of discrepancy and need for arithmetic
Part 1 - Bidding Procedures and Requirements 58

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


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

35.1 Purchase Preference shall apply for award of


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

36.1An Abnormally Low Bid is one where the Bid


36. Abnormally Low Bids
price, in combination with other elements of the
Bid, appears so low that it raises material concerns
with the Employer as to the capability of the Bidder
to perform the Contract for the offered Bid Price.
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.
36.3After 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.

37.1 Deleted
37. Unbalanced or Front
Part 1 - Bidding Procedures and Requirements 59

Loaded Bids

38.1 Having compared the evaluated cost/price of Bids


38. Most Advantageous Bid
as per ITB 34, and applying the provisions of ITB
35, the Employer shall determine the Most
Advantageous 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.
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


39. Employer’s Right to
any Bid, and to annul the Bidding process and
Accept Any Bid, and to
reject all Bids at any time prior to Contract Award,
Reject Any or All Bids
without thereby incurring any liability to Bidders.
In case of annulment, all Bids submitted and
specifically, Bid securities, if applicable as per ITB
18 and submitted, shall be promptly returned to the
Bidders.
Part 1 - Bidding Procedures and Requirements 60

Award of Contract
40.1 The Employer shall award the Contract to the
40. Award Criteria
successful 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


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

42.1 Prior to the date of expiry of the Bid validity, the


42. Notification of Award
Employer shall notify the successful Bidder, in
writing, that its Bid has 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 (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/


43. Signing of Contract
Notification of Award, the Employer shall
prepare the Contract Agreement, and keep it
Part 1 - Bidding Procedures and Requirements 61

ready in the office of the Employer for the


signature of the Employer and the successful
Bidder, within twenty-eight (28) 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.
43.2 Within twenty-eight (28) 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-eight (28) days of the receipt of


44. Performance Security
the Letter of Acceptance/ Notification of
Award from the Employer, the 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.
Part 1 - Bidding Procedures and Requirements 62

45.1The Employer named in the Bidding


45. Source of Funds
Documents intends to 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 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.

46.1If required by the Employer, the Contractor


46. Dedicated bank account
may be required to create a dedicated bank
of Contractor
account 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.
Part 1 - Bidding Procedures and Requirements 63

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 herein 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 : TSGP-28/RDSS/2025-26
[The NIT/RFB shall be published on e-Procurement portal]
The Employer is: Dakshin Haryana Bijli Vitran Nigam (DHBVN)
The name and identification of the package under this RFB is:
Development of Distribution Infrastructure of 11 kV feeders (Urban &
Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient Steel
of Faridabad Circle, DHBVN under REVAMPED REFORMS-
BASED AND RESULTS-LINKED, DISTRIBUTION SECTOR
SCHEME.

ITB 1.2 (c) The Dakshin Haryana Bijli Vitran Nigam Limited (DHBVN) is committed
to set new benchmarks in standards of corporate performance through the
pursuit of opertional and financial excellence. It aspires to be the best
distribution utilitiy in India by enhancing its technological leadership and
consumer satisfaction.

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.
Employer shall use the following Electronic-Procurement system to
manage this Request for Proposal (RFP) process: www.etenders.hry.nic.in
and www.dhbvn.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 /
Addendums / Clarifications, etc., Submissions of bids, Opening of
Bids, etc.
Part 1 - Bidding Procedures and Requirements 64

To aid and facilitate the Bidders 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:
[email protected], [email protected]
Requests for clarification should be received by the Employer no later
than: 07 days from date of issue of NIT/RFB]

ITB 6.5 Date, Time and Venue of Pre-Bid meeting:


03.06.2025, 11:00, Hetri House, IDC, Sector 16, Gurugram

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.
(vi) A Class Electrical License

ITB 11 Note for Bidders: Bidders have to submit the bids on the e-procurement
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, alongwith the Technical Part of their Bid:

1) Bank Guarantee of Earnest Money Deposit


Part 1 - Bidding Procedures and Requirements 65

2) Integrity Pact
3) Authorization Letter
4) Technical Bid Documents
5) Bid Validity Letter
6) Declaration against Non-Blacklisting
7) Tender Documents
8) PQR documents as per Tender documents
9) Technical Specifications

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

Office of Chief Engineer/Smart Grid Project,


Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)
Tele. 0124-4286730

ITB 13.1 Not Applicable

ITB 13.5.1(i), Final Destination (Site/ Project Site) is : Contractor’s Site Store in the
ITB 13.5.2 (i) work jurisdiction area of Operation Circle, DHBVN, Faridabad

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 i.e. upto and including 180 days
reckoned from the deadline for Submission of Bids specified in ITB
21.1, as may be extended by the Employer from time to time in
accordance therewith.

ITB 18.1 A Bid Security “shall be” required.


All bids must be accompanied by a bid security of Rs 2.23 crore.

ITB 18.2 (c) -None-

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 03 years.

ITB 19.3 The written confirmation of authorization to sign on behalf of the Bidder
shall consist of: Legally valid Power of Attorney on NJSP demonstrating
Part 1 - Bidding Procedures and Requirements 66

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: 27.06.2025
Time: 13:00

E. Public Opening of Technical Parts of Bids


ITB 24.1 The online opening of Technical Part of Bids, shall take place at:
Office of Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)
Tele. 0124-4286730

Date: 30.06.2025
Time: 15:00
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 NIT are required to submit online e-
tenders separately for each NIT and EMDs shall be paid separately for
each NIT as clearly mentioned in the tender documents.

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
Part 1 - Bidding Procedures and Requirements 67

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, shall be 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 methodology mentined in Section 6.
Employer’s Requirement:
(a) Time for Completion: The Plant and Installation Services specified in
Employer’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/
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]
(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%.
ITB 36 In the event of identification of a potentially Abnormally Low Bid, the
Employer 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
ITB 37 The percentage is [Not Applicable]
Part 1 - Bidding Procedures and Requirements 68

J. Award of Contract

ITB 44.1 The Performance Security amount is [10%] of Contract Price


The Standard Form of Performance Security acceptable to the Employer
shall be as specified in Section 8. Contract Forms.

The Contractor is required to create a dedicated bank account for usage of


ITB 46.1
the funds under the project, the Contractor is 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.
Part 1 - Bidding Procedures and Requirements 69

Annexure I (BDS)

Bidder Help Manual for E-Bidding

The Addendum/ Corrigendum in connection with the subject cited tender will be
issued/uploaded through web portal only. Therefore bidders are requested to visit the
e-Procurement System web portal https://etenders.hry.nic.in and
https://dhbvn.org.in regularly for such corrigendum’s / addendums or any other e-
tender related queries.
Part 1 – Bidding Procedures and Requirements 70

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


Form 1
Letter of Bid – Technical Part

Date of this Bid submission:


NIT/RFB No.: TSGP-28/RDSS/2025-26
Title of Procurement/ Contract: Development of Distribution Infrastructure of 11 kV
feeders (Urban & Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient
Steel of Faridabad Circle, DHBVN under Revamped Reforms-Based and Results-
Linked, Distribution Sector Scheme.

To: [insert complete name of Purchaser]


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 have not 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;
(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
Part 1 - Bidding Procedures and Requirements 71

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 that all 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 4 of 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
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
Part 1 - Bidding Procedures and Requirements 72

Sr. Document Status (Submitted/ Not


Submitted/ Not
Applicable)
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
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
Part 1 - Bidding Procedures and Requirements 73

Sr. Document Status (Submitted/ Not


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

(o) Contact Person


Part 1 - Bidding Procedures and Requirements 74

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 75

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/RFB No.: TSGP-28/RDSS/2025-26


Package Name/ Contract Title: Development of Distribution Infrastructure of 11 kV
feeders (Urban & Industrial) emanating from 66 kV
Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN 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 76

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 77

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 of 11 kV feeders (Urban & Industrial)
emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad Circle,
DHBVN under the Revamped Reforms-based and Results-linked, Distribution Sector
Scheme in response to Request For Bid (RFB) no: TSGP-28/RDSS/2025-26.

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 03 years
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 DHBVN 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}
Part 1 - Bidding Procedures and Requirements 78

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}

 Implementation & using of SFMS facility for confirmation of bank Guarantees;


a) The Bidder shall transmit the details of EMD in the form of Bank Guarantees
through issuer bank to State bank of India, SME branch Jindal Stainless Ltd.
Complex, OP Jindal Marg, Hisar.
b) All DDOs shall ensure to use and implement of SFMS facility of confirmation of
Bank Guarantees submitted in DHBVN against the EMDs/POs/WOs issued to
supplier. This facility shall be implemented, when DDOs will provide the
following bank details to the vendor issuer banks while making/issue BGs in
favor of DHBVN.

IFSC Code SBIN0004048


State bank of India, SME Branch, Jindal Stainless Ltd.
Branch Name Complex, OP Jindal Marg, Hisar
(E-mail – [email protected] )
c) State Bank of India, Branch Hisar will confirm the issued BGs on request of
DDOs on receipt of SFMS through internet banking system from BGs issuer bank
of supplier.
Part 1 - Bidding Procedures and Requirements 79

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

Format of Bank Guarantee for Bid Security

{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, duly signed on each page.}

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

To:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)
Tele. 0124-4286730

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.
TSGP-28/RDSS/2025-26 (the “RFB”) issued by DHBVN (hereinafter, the “Utility”) for
Development of Distribution Infrastructure of 11 kV feeders (Urban & Industrial)
emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad Circle,
DHBVN 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 to be submitted by
the Bidder along with 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]
hereby give this Bank Guarantee No. …………….[Insert Bank Guarantee number] dated
…………….[Insert the date of the Bank Guarantee], and hereby agree unequivocally and
unconditionally to pay immediately on demand in writing from the Utility any officer authorized
by it in this behalf any amount not exceeding [Amount] to the said Utility on behalf of the
Bidder.

We ……………. [Insert name of the Bank] also agree that withdrawal of the Bid or part thereof 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 terms 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
Part 1 - Bidding Procedures and Requirements 80

by the Utility 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 Utility.
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 Utility.
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 complete [Insert signature of the Bank’s
postal branch code, telephone and fax numbers, Authorized Signatory]
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.
 Implementation & using of SFMS facility for confirmation of bank Guarantees;
a) The Bidder shall transmit the details of EMD in the form of Bank Guarantees through
issuer bank to State bank of India, SME branch Jindal Stainless Ltd. Complex, OP
Jindal Marg, Hisar.
b) All DDOs shall ensure to use and implement of SFMS facility of confirmation of
Bank Guarantees submitted in DHBVN against the EMDs/POs/WOs issued to
supplier. This facility shall be implemented, when DDOs will provide the following
bank details to the vendor issuer banks while making/issue BGs in favor of DHBVN.
IFSC Code SBIN0004048
State bank of India, SME Branch, Jindal Stainless Ltd.
Branch Name Complex, OP Jindal Marg, Hisar
(E-mail – [email protected] )
Part 1 - Bidding Procedures and Requirements 81

c) State Bank of India, Branch Hisar will confirm the issued BGs on request of DDOs on
receipt of SFMS through internet banking system from BGs issuer bank of supplier.

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. TSGP-28/RDSS/2025-26 for Development of Distribution
Infrastructure of 11 kV feeders (Urban & Industrial) emanating from 66 kV Sub-
Stations Sector 58, Orient Steel of Faridabad Circle, DHBVN under the Revamped
Reforms-based and Results-linked, Distribution Sector Scheme (the “Project”) issued by
DHBVN, 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
Part 1 - Bidding Procedures and Requirements 82

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]

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
Part 1 - Bidding Procedures and Requirements 83

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 84

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.: TSGP-28/RDSS/2025-26


Package Name/ Contract Title: Development of Distribution Infrastructure of 11 kV
feeders (Urban & Industrial) emanating from 66 kV
Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN under the Revamped Reforms-based
and Results-linked, Distribution Sector Scheme

To:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)

Bidder’s Name and Address:


{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}
Part 1 - Bidding Procedures and Requirements 85

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 86

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.: TSGP-28/RDSS/2025-26


Package Name/ Contract Title: Development of Distribution Infrastructure of 11 kV
feeders (Urban & Industrial) emanating from 66 kV
Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN under the Revamped Reforms-based
and Results-linked, Distribution Sector Scheme

To:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)

Bidder’s Name and Address:


{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)
Part 1 - Bidding Procedures and Requirements 87

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 of plant/
goods/material/ services/works supplied by me for NIT No. TSGP-28/RDSS/2025-26
(Development of Distribution Infrastructure of 11 kV feeders (Urban & Industrial)
emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad Circle,
DHBVN under the Revamped Reforms-based and Results-linked, Distribution Sector
Scheme)

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 NIT No. TSGP-
28/RDSS/2025-26 (Development of Distribution Infrastructure of 11 kV feeders (Urban
& Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN under the Revamped Reforms-based and Results-linked, Distribution
Sector Scheme) is ……… percent (%).

That the plant/goods/material/ services/works supplied by me for NIT No. TSGP-


28/RDSS/2025-26 (Development of Distribution Infrastructure of 11 kV feeders (Urban
& Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN 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 ……………………… (insert the details of the location(s) at which value addition is
made).

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)/DHBVN/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


Part 1 - Bidding Procedures and Requirements 88

(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
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 89

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. TSGP-28/RDSS/2025-26 for Development of Distribution Infrastructure of 11
kV feeders (Urban & Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient
Steel of Faridabad Circle, DHBVN under the Revamped Reforms-based and Results-
linked, Distribution Sector Scheme, the bids for which have been invited by Chief
Engineer/Smart Grid Project, DHBVN, Gurugram (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 90

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 91

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. TSGP-28/RDSS/2025-26 for Development of
Distribution Infrastructure of 11 kV feeders (Urban & Industrial) emanating from 66
kV Sub-Stations Sector 58, Orient Steel of Faridabad Circle, DHBVN under the
Revamped Reforms-based and Results-linked, Distribution Sector Scheme of DHBVN,
a Company incorporated under the Companies Act of 1956 having its registered office at
Vidyut Sadan, Vidyut Nagar, Hisar (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 for
Development of Distribution Infrastructure of 11 kV feeders (Urban & Industrial)
emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad Circle,
DHBVN 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.
Part 1 - Bidding Procedures and Requirements 92

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.

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) do hereby 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
Part 1 - Bidding Procedures and Requirements 93

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 …………………..
Director’s Resolution dated …………….

Name ………………………..

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

WITNESS :

I. ………………………………

II. ………………………………
Part 1 - Bidding Procedures and Requirements 94

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 …………….

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 95

(Appendix to Technical Part of the Bid)

Joint Venture Agreement


(no specified format, bidders to use own format)
Part 1 - Bidding Procedures and Requirements 96

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.: TSGP-28/RDSS/2025-26


Package Name/ Contract Title: Development of Distribution Infrastructure of 11 kV
feeders (Urban & Industrial) emanating from 66 kV
Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN under the Revamped Reforms-based
and Results-linked, Distribution Sector Scheme

Page ________ of_ ______ pages


(Qualifying Requirement Data)
To:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)

Bidder’s Name and Address:


{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).
Part 1 - Bidding Procedures and Requirements 97

* We have submitted bid as individual firm.

* 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
Part 1 - Bidding Procedures and Requirements 98

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
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/Utility


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
Part 1 - Bidding Procedures and Requirements 99

applicable)

A8. Details/documentary evidence submitted in support of


stated experience/Contract
(Documentary evidence, such as copies of contract agreement/ letter of award/ utility
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 2021-22 : Rs. ----- lakhs
2. Financial Year 2022-23 : Rs. ----- lakhs
3. Financial Year 2023-24 : Rs. ----- lakhs

A3. Minimum Average Annual Turnover (MAAT)


1. Financial Year 2019-20 : Rs. ----- lakhs
2. Financial Year 2020-21 : Rs. ----- lakhs
3. Financial Year 2021-22 : Rs. ----- lakhs
4. Financial Year 2022-23 : Rs. ----- lakhs
5. Financial Year 2023-24 : 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 100

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.
Note:
Part 1 - Bidding Procedures and Requirements 101

(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 102

Form 10
(Appendix to Technical Part of the Bid)

Format of Bought-out & Sub-contracted Items

NIT/RFB No.: TSGP-28/RDSS/2025-26


Package Name/ Contract Title: Development of Distribution Infrastructure of 11 kV
feeders (Urban & Industrial) emanating from 66 kV
Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN under the Revamped Reforms-based
and Results-linked, Distribution Sector Scheme

Page ________ of_ ______ pages


To:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)

Bidder’s Name and Address:


{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 103

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 104

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. TSGP-28/RDSS/2025-26 dated
…………………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 of 11 kV feeders (Urban & Industrial)
emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad Circle,
DHBVN 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 DHBVN 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 DHBVN 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 105

I/We hereby undertake to provide the Plant and Installation Services and undertake to be the
single point of contact for DHBVN 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 DHBVN. In case of a failure to comply and/or variation
DHBVN 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 DHBVN 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 DHBVN.
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, DHBVN has discretion to
terminate the Contract and get the Plant and Installation Services delivered / work done
though third party.

I/We hereby affirm that the products and/or Plant and Installation Services offered by us
Part 1 - Bidding Procedures and Requirements 106

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
Memorandum No. 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 107

Form 12
(Appendix to Technical Part of the Bid)

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


Document

NIT/RFB No.: TSGP-28/RDSS/2025-26


Package Name/ Contract Title: Development of Distribution Infrastructure of 11 kV
feeders (Urban & Industrial) emanating from 66 kV
Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN under the Revamped Reforms-based
and Results-linked, Distribution Sector Scheme

Page ________ of_ ______ pages


To:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)

Bidder’s Name and Address:


{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 108

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 109

Form 13
(Appendix to Technical Part of the Bid)

Format of Work Completion Schedule

NIT/RFB No.: TSGP-28/RDSS/2025-26


Package Name/ Contract Title: Development of Distribution Infrastructure of 11 kV
feeders (Urban & Industrial) emanating from 66 kV
Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN under the Revamped Reforms-based
and Results-linked, Distribution Sector Scheme

Page ________ of_ ______ pages


To:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)

Bidder’s Name and Address:


{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
Part 1 - Bidding Procedures and Requirements 110

Sl. Period in months from the effective


Description of Work
No. date of Contract
b) completion
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 111

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 112

Form 14
(Appendix to Technical Part of the Bid)

Format of Guarantee Declaration


NIT/RFB No.: TSGP-28/RDSS/2025-26
Package Name/ Contract Title: Development of Distribution Infrastructure of 11 kV
feeders (Urban & Industrial) emanating from 66 kV Sub-
Stations Sector 58, Orient Steel of Faridabad Circle,
DHBVN under the Revamped Reforms-based and
Results-linked, Distribution Sector Scheme
Page ________ of_ ______ pages
To:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)
Bidder’s Name and Address:
{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):
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 113

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.: TSGP-28/RDSS/2025-26


Package Name/ Contract Title: Development of Distribution Infrastructure of 11 kV
feeders (Urban & Industrial) emanating from 66 kV
Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN under the Revamped Reforms-based
and Results-linked, Distribution Sector Scheme

Page ________ of_ ______ pages


To:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)

Bidder’s Name and Address:


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

Dear Sir/ Madam,

(Information regarding Ex-employees of DHBVN in our Organisation)


Dear Sir/ Madam,

We hereby furnish the details of ex-employees of DHBVN who had retired/ resigned at the
level of JE/SDO/XEN/SE/CE/Director from DHBVN 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
XXXXX (Name of XXXXX (Name of Organisation
Employer) Employer)
_________________________________________________________________________
Part 1 - Bidding Procedures and Requirements 114

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}
Part 1 - Bidding Procedures and Requirements 115

Form 16
(Appendix to Technical Part of the Bid)

Format for Price Adjustment Data


NIT/RFB No.: TSGP-28/RDSS/2025-26
Package Name/ Contract Title: Development of Distribution Infrastructure of 11 kV
feeders (Urban & Industrial) emanating from 66 kV
Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN under the Revamped Reforms-based
and Results-linked, Distribution Sector Scheme

Page ________ of_ ______ pages


To:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)

Bidder’s Name and Address:


{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
(Copper wound)
Part 1 - Bidding Procedures and Requirements 116

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 117

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.: TSGP-28/RDSS/2025-26


Package Name/ Contract Title: Development of Distribution Infrastructure of 11 kV
feeders (Urban & Industrial) emanating from 66 kV
Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN under the Revamped Reforms-based
and Results-linked, Distribution Sector Scheme

Page ________ of_ ______ pages


To:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)

Bidder’s Name and Address:


{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^ [ ]

(*^ tick ONLY 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 118

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 Registeration
No..
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 :
10. Bank Details for Electronic Payment Name of the Bank:
Address of Branch:
Account No.:
Type of Account:
[ ] Saving

[ ] Current
Part 1 - Bidding Procedures and Requirements 119

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):
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 120

Form 18
(Appendix to Technical Part of the Bid)

FORMAT OF Declaration for tax exemptions, reductions, allowances or benefits)

NIT/RFB No.: TSGP-28/RDSS/2025-26


Package Name/ Contract Title: Development of Distribution Infrastructure of 11 kV
feeders (Urban & Industrial) emanating from 66 kV
Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN under the Revamped Reforms-based
and Results-linked, Distribution Sector Scheme
Page ________ of_ ______ pages
To:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)
Bidder’s Name and Address:
{In case of JV bidder, mention name
and address of all the Joint Venture members}

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 DHBVN 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):

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


Notification No. and on which applicable origin
Clause Ref. No.
Part 1 - Bidding Procedures and Requirements 121

(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 122

Form 19
(Appendix to Technical Part of the Bid)

Format of Bank Guarantee verification Check list

NIT/RFB No.: TSGP-28/RDSS/2025-26


Package Name/ Contract Title: Development of Distribution Infrastructure of 11 kV
feeders (Urban & Industrial) emanating from 66 kV
Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN under the Revamped Reforms-based
and Results-linked, Distribution Sector Scheme

Page ________ of_ ______ pages


To:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)

Bidder’s Name and Address:


{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 123

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).…………..........................................
Part 1 - Bidding Procedures and Requirements 124

Appendix to Technical Part


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

Development of Distribution Infrastructure of 11 kV feeders (Urban & Industrial)


emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad Circle,
DHBVN under the Revamped Reforms-based and Results-linked, Distribution Sector
Scheme
(List of Special Maintenance Tools & Tackles)
To:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)

Bidder’s Name and Address:


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 125

Appendix to Technical Part


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

Development of Distribution Infrastructure of 11 kV feeders (Urban & Industrial)


emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad Circle,
DHBVN under the Revamped Reforms-based and Results-linked, Distribution Sector
Scheme
(List of Special Maintenance Tools & Tackles)

To:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)

Bidder’s Name and Address:

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)................…………............................……..
Part 1 - Bidding Procedures and Requirements 126

(Common Seal).…………........................................……..
Part 1 - Bidding Procedures and Requirements 127

Form 20
(Appendix to Technical Part of the Bid)

Format of Additional Information

NIT/RFB No.: TSGP-28/RDSS/2025-26


Package Name/ Contract Title: Development of Distribution Infrastructure of 11 kV
feeders (Urban & Industrial) emanating from 66 kV
Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN under the Revamped Reforms-based
and Results-linked, Distribution Sector Scheme

Page ________ of_ ______ pages


To:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)

Bidder’s Name and Address:


{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 128

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 129

(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), authorizing DHBVN 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 Contract Value of outstanding work Estimated completion date


(Rs.)

2.2 Financial Data :


(In Rs. Millions)
Actual Projection for next five
(previous five years) years
1. Total Assets
2. Current Assets
3. Total Liability
Part 1 - Bidding Procedures and Requirements 130

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 131

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 DHBVN Acting through
Shri……………………., Designation of the officer, (hereinafter called the "DHBVN”,
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 DHBVN propose to procure Plant and Installation Services as per the Scope
of Work Mentioned in the RFB document (hereinafter called the "Facilities”, against RFB
No. TSGP-28/RDSS/2025-26 for Development of Distribution Infrastructure of 11 kV
feeders (Urban & Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient
Steel of Faridabad Circle, DHBVN 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 DHBVN is a Ministry /Department of 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 DHBVN 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

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
Part 1 - Bidding Procedures and Requirements 132

abstain from bribing and other practices and the DHBVN 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 DHBVN

1.
1.1. The DHBVN undertakes that no official of the DHBVN, 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 DHBVN 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 DHBVN 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 the DHBVN with the full and verifiable facts and the same is
prima facie found to be correct by the DHBVN, necessary disciplinary proceedings, or
any other action as deemed fit, including criminal proceedings may be initiated by the
DHBVN 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 the DHBVN, 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 the DHBVN, 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,
Part 1 - Bidding Procedures and Requirements 133

any material or immaterial benefit or other advantage, commission, fees, brokerage,


or inducement to any official of the DHBVN 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 DHBVN 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 DHBVN 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 DHBVN 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 DHBVN 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.
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 DHBVN, or alternatively, if any relatives of an
officer of the DHBVN had financial interest/stake in the BIDDER’s/SUPPLIER’s
Part 1 - Bidding Procedures and Requirements 134

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 DHBVN.

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
DHBVN through any of the following instruments:
5.1.1. Bank Draft or a Pay Order in favour of ‘DHBVN’ payable at Hisar
5.1.2. A confirmed guarantee by an Indian Nationalised Bank, promising payment of
the guaranteed sum to the DHBVN on demand within three working days
without any demur whatsoever and without seeking any reasons whatsoever.
The demand for payment by the DHBVN shall be treated as conclusive proof of
payment.
5.1.3. Any other mode or through any other instrument (to be specified in the
TENDER.
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 DHBVN 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 DHBVN 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
Part 1 - Bidding Procedures and Requirements 135

BIDDER/SUPPLIER/SUPPLIER) shall entitle the DHBVN 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 DHBVN and the DHBVN 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 DHBVN, 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 BIDDER from the DHBVN 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 DHBVN, 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
DHBVN resulting from such cancellation/rescission and the
DHBVN/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 DHBVN/PRINCIPAL for a minimum
period of five years, which may be further extended at the discretion of the
DHBVN.
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 DHBVN with the BIDDER/SUPPLIER, the same
shall not be opened.
6.1.10. Forfeiture of performance Bond in case of a decision by the DHBVN to
forfeit the same without assigning any reason for imposing for sanction for
violation of this pact.
6.2. The DHBVN 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
Part 1 - Bidding Procedures and Requirements 136

code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for
prevention of corruption.
6.3. The decision of the DHBVN 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 DHBVN has appointed Independent Monitors (hereinafter referred to as
Monitors) for this Pact in consultation with the Central Vigilance Commission
(Names and Addresses of the Monitors shall be published subsequently by DHBVN.
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 DHBVN.
8.6. The BIDDER/SUPPLIER(s) accepts that the Monitors has the right to access without
restriction to all project documentation of the DHBVN 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 DHBVN
/Secretary in the Department/ within 8 to 10 weeks from the date of reference or
intimation to him by the DHBVN/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 DHBVN or its agencies shall be entitled to examine all the documents
including the Books of Accounts of the BIDDER/SUPPLIER and the BIDDER/SUPPLIER
Part 1 - Bidding Procedures and Requirements 137

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 DHBVN.

11. Other Legal Actions


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
DHBVN 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.____________________________
Part 1 - Bidding Procedures and Requirements 138

2. ____________________________

[UTILITY NAME]
Name of the Officer
Designation
Deptt/MINISTRY/PSU

Witness
1.____________________________
2. ____________________________

* Provision of these clauses would need to be amended/deleted in line with the policy of the
[UTILITY NAME] in ¬regard to involvement of Indian agents of foreign supplies.
TSGP-28 Section - 5 : Bidding Forms - Financial Part of the Bid
Unit Erection
S. Unit Supply Rates Total Supply cost Total Erection Cost Total Cost
Description Unit Qty Rate
No. (inc Taxes) (in Rs) (In Rs) (In Rs)
(inc Taxes)
1 2 3 4 5 6 7 8 9
1 HT Cables
3C 400 mm2 11 kV TR-XLPE Armored cable Mtr 87150.00 3454.14 301028301.00 0.00 0.00 301028301.00
a
(HDPE Co-extruded Cable Duct)
3C 300 mm2 11 kV TR-XLPE Armored cable Mtr 100.00 2928.84 292884.00 0.00 0.00 292884.00
b
(HDPE Co-extruded Cable Duct)
3C 185 mm2 11 kV TR-XLPE Armored cable Mtr 76210.00 2172.66 165578418.60 0.00 0.00 165578418.60
c
(HDPE Co-extruded Cable Duct)
d 3C 400 mm2 11 kV TR-XLPE Armored cable Mtr 100.00 2262.01 226201.00 0.00 0.00 226201.00
e 3C 300 mm2 11 kV TR-XLPE Armored cable Mtr 100.00 2047.03 204703.00 0.00 0.00 204703.00
f 3C 185 mm2 11 kV TR-XLPE Armored cable Mtr 100.00 1441.97 144197.00 0.00 0.00 144197.00
2 Pipes/Cable Protection cover and Marker
a HDPE pipe 160 mm dia (PE-63) PN-4 for trenchless boring Mtr 300.00 559.20 167760.00 0.00 0.00 167760.00
b GI pipe 150 mm dia, B Class with clamp for cable rising & lowering on H-pole Mtr 1972.00 354.16 698403.52 33.44 65943.68 764347.20
c HT cable & LT Cable protection cover RCC slabs Nos. 500.00 238.83 119415.00 0.00 0.00 119415.00
HT & LT Cable RCC Route Marker and Straight Joint marker on cable route by grouting Nos. 1038.00 873.75 906952.50 0.00 0.00 906952.50
d
with stone blast, coarse sand including cement etc.
3 Straight Jointing Kit, O/D & I/D Termination Kit
a Straight Jointing kit for 11 kV 3C 400 mm2 cable Nos. 103.00 4467.78 460181.34 799.70 82369.10 542550.44
b Straight Jointing kit for 11 kV 3C 300 mm2 cable Nos. 1.00 4192.84 4192.84 799.70 799.70 4992.54
c Straight Jointing kit for 11 kV 3C 185 mm2 cable Nos. 1.00 3794.41 3794.41 799.70 799.70 4594.11
d ID Termination kit for 11 kV 3C 400 mm2 cable Nos. 217.00 1339.75 290725.75 799.70 173534.90 464260.65
e ID Termination kit for 11 kV 3C 300 mm2 cable Nos. 1.00 1271.02 1271.02 799.70 799.70 2070.72
f ID Termination kit for 11 kV 3C 185 mm2 cable Nos. 141.00 1168.50 164758.50 799.70 112757.70 277516.20
g OD Termination kit for 11 kV 3C 400 mm2 cable Nos. 1.00 1370.04 1370.04 799.70 799.70 2169.74
h OD Termination kit for 11 kV 3C 300 mm2 cable Nos. 1.00 1339.75 1339.75 799.70 799.70 2139.45
i OD Termination kit for 11 kV 3C 185 mm2 cable Nos. 1446.00 1271.02 1837894.92 799.70 1156366.20 2994261.12
4 RMUs (Ring Main Units)
Outdoor type 11 kV SF6 type extensible and motorized 5 way RMU (2LBS+3VCB) with Nos. 0.00 1586403.80 0.00 29957.84 0.00 0.00
a FPI as per IS (without FRTU) with the provision of self powered supply through 1 kVA
aux transformer (11/0.230 kV) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 5 way RMU (2LBS+3VCB) with Nos. 4.00 1556160.40 6224641.60 29386.72 117546.88 6342188.48
b
FPI as per IS (without FRTU) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 4 way RMU (2LBS+2VCB) with Nos. 8.00 1362327.70 10898621.60 25726.36 205810.88 11104432.48
c FPI as per IS (without FRTU) with the provision of self powered supply through 1 kVA
aux transformer (11/0.230 kV) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 4 way RMU (2LBS+2VCB) with Nos. 30.00 1333459.00 40003770.00 25181.20 755436.00 40759206.00
d
FPI as per IS (without FRTU) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 3 way RMU (2LBS+1VCB) with Nos. 9.00 967788.80 8710099.20 18275.84 164482.56 8874581.76
e FPI as per IS (without FRTU) with the provision of self powered supply through 1 kVA
aux transformer (11/0.230 kV) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 3 way RMU (2LBS+1VCB) with Nos. 22.00 938920.10 20656242.20 17730.68 390074.96 21046317.16
f
FPI as per IS (without FRTU) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 3 way RMU (3LBS) with FPI as Nos. 0.00 1168495.00 0.00 22066.00 0.00 0.00
g per IS (without FRTU) with the provision of self powered supply through 1 kVA aux
transformer (11/0.230 kV) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 3 way RMU (3LBS) with FPI as Nos. 1.00 1031025.00 1031025.00 19470.00 19470.00 1050495.00
h
per IS (without FRTU) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 3 way RMU (1LBS+2VCB) with Nos. 10.00 1079139.50 10791395.00 20378.60 203786.00 10995181.00
i FPI as per IS (without FRTU) with the provision of self powered supply through 1 kVA
aux transformer (11/0.230 kV) as per TS.
Unit Erection
S. Unit Supply Rates Total Supply cost Total Erection Cost Total Cost
Description Unit Qty Rate
No. (inc Taxes) (in Rs) (In Rs) (In Rs)
(inc Taxes)
1 2 3 4 5 6 7 8 9
Outdoor type 11 kV SF6 type extensible and motorized 3 way RMU (1LBS+2VCB) with Nos. 14.00 1036523.80 14511333.20 19573.84 274033.76 14785366.96
j
FPI as per IS (without FRTU) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 2 way RMU (2LBS) with FPI as Nos. 0.00 573249.90 0.00 10825.32 0.00 0.00
k per IS (without FRTU) with the provision of self powered supply through 1 kVA aux
transformer (11/0.230 kV) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 2 way RMU (2LBS) with FPI as Nos. 1.00 544381.20 544381.20 10280.16 10280.16 554661.36
l
per IS (without FRTU) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 2 way RMU (2LBS) with FPI as Nos. 0.00 544381.20 0.00 10280.16 0.00 0.00
m
per IS (without FRTU) as per TS. (Both side extensible)
Outdoor type 11 kV SF6 type extensible and motorized 2 way RMU (1LBS+1VCB) with Nos. 2.00 745087.40 1490174.80 14070.32 28140.64 1518315.44
n FPI as per IS (without FRTU) with the provision of self powered supply through 1 kVA
aux transformer (11/0.230 kV) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 2 way RMU (1LBS+1VCB) with Nos. 2.00 701097.00 1402194.00 13239.60 26479.20 1428673.20
o
FPI as per IS (without FRTU) as per TS.
Nos. 0.00 701097.00 0.00 13239.60 0.00 0.00
Outdoor type 11 kV SF6 type extensible and motorized 2 way RMU (1LBS+1VCB) with
p
FPI as per IS (without FRTU) as per TS. (Both side extensible)
Outdoor type 11 kV SF6 type extensible and motorized 1 way RMU (1LBS) with FPI as Nos. 28.00 329928.00 9237984.00 6230.40 174451.20 9412435.20
q
per IS (without FRTU) as per TS. (Both side extensible)
Outdoor type 11 kV SF6 type extensible and motorized 1 way RMU (1VCB) with FPI as Nos. 0.00 439904.00 0.00 8307.20 0.00 0.00
r
per IS (without FRTU) as per TS. (Both side extensible)
5 Distribution T/Fs
a 1000 kVA 11/0.433 kV DT, Cu wound, Oil Type as per TS. Nos. 0.00 2514955.40 0.00 955.60 0.00 0.00
b 630 kVA 11/0.433 kV DT, Cu wound, Oil Type as per TS. Nos. 62.00 1493252.73 92581669.26 955.60 59247.20 92640916.46
c 500 kVA 11/0.433 kV DT, Cu wound, Oil Type as per TS. Nos. 58.00 1451659.90 84196274.20 955.60 55424.80 84251699.00
d 400 kVA 11/0.433 kV DT, Cu wound, Oil Type as per TS. Nos. 46.00 1216968.32 55980542.72 678.89 31228.94 56011771.66
e 200 kVA 11/0.433 kV DT, Al wound, Oil Type as per TS. Nos. 2.00 344929.71 689859.42 731.23 1462.46 691321.88
f 1000 kVA Compact Sub-station. Nos. 1.00 3540567.81 3540567.81 66860.51 66860.51 3607428.32
g 630 kVA Compact Sub-station. Nos. 1.00 3204486.28 3204486.28 60513.90 60513.90 3265000.18
h 400 kVA Compact Sub-station. Nos. 1.00 2807538.16 2807538.16 53017.89 53017.89 2860556.05
6 Poles
a PCC Pole 11 Mtr Long Nos. 4.00 6697.59 26790.36 437.34 1749.36 28539.72
b PCC Pole 9 Mtr Long Nos. 672.00 3052.30 2051145.60 416.96 280197.12 2331342.72
7 Conductor
a 80 mm² ACSR for LT reconductoring Mtr 175764.00 91.96 16163257.44 2.77 486866.28 16650123.72
b 100 mm² ACSR for HT OH Line Mtr 100.00 113.53 11353.00 3.69 369.00 11722.00
c AL59 covered conductor, Racoon size for HT jumpering. Mtr 4012.00 254.32 1020331.84 2.77 11113.24 1031445.08
d AL59 covered conductor, Dog size for HT jumpering. Mtr 100.00 316.18 31618.00 3.69 369.00 31987.00
8 11 kV Insulators
a 11 kV Polymeric Pin Insulators with pin Nos. 30.00 192.23 5766.90 11.00 330.00 6096.90
b 11 kV Polymeric Disc Insulator 45 KN with fitting (Tongue & Clevis type) Nos. 10.00 265.62 2656.20 17.60 176.00 2832.20
9 LT Insulators
a LT Insulator Nos. 2738.00 11.65 31897.70 1.10 3011.80 34909.50
b Egg Insulator Nos. 402.00 11.65 4683.30 1.10 442.20 5125.50
10 M.S. Galvanized Items
Unit Erection
S. Unit Supply Rates Total Supply cost Total Erection Cost Total Cost
Description Unit Qty Rate
No. (inc Taxes) (in Rs) (In Rs) (In Rs)
(inc Taxes)
1 2 3 4 5 6 7 8 9
Fabrication and Supply of M.S. Galvanized items of TATA/SAIL make- Pole Top Kgs 61647.00 90.88 5602479.36 7.70 474681.90 6077161.26
Bracket/hamper, V/straight-Cross arm, Guarding cross arm, Back Clamps for V/straight-
Cross arm and Guard cross arm, DP Channel/angle, DP Channel clamp, Stay clamps
angle, Stay clamps side, DP cross bracing & clamps, half clamp, full clamp, D-Strap,
structure for mounting of isolator MS flat for knee bracing, MS Flat, Eye Screw Bolts,
a
Transformer platform set complete, various size of angle & channel and Cable end
termination/stand using total double compression brass glands etc., complete steel
items as required.
The weight and size of the above mentioned items shall be as per Nigam's approved
latest rate list and approved drawing.
b GI Nuts & Bolts with Washers (plain and spring) Kgs 3355.00 111.84 375223.20 7.70 25833.50 401056.70
11 Clamps
a PG clamp for 80/100 mm2 ACSR Nos. 934.00 46.60 43524.40 5.50 5137.00 48661.40
b Thimbles and glands off size (Sizes up to 95 Sq. mm.) Nos. 1984.00 18.23 36168.32 1.73 3432.32 39600.64
c Thimbles and glands off size (Sizes above 95 Sq. mm.) Nos. 9568.00 46.45 444433.60 4.39 42003.52 486437.12
12 11 kV stay set assembly & LT stay set assembly (excluding stay clamp & fasteners)
a Stay wire (7/8 SWG) Kgs 3752.00 100.35 376513.20 6.60 24763.20 401276.40
Hardware Fittings (8' long complete with X-Plate 460 mm of Angle 65x65x6 Elbow & rod Set 366.00 1499.36 548765.76 328.90 120377.40 669143.16
b
with Discs/egg insulator etc.) to complete 11 kV/LT stay set.
13 Earthing
a G.I. Pipe 40 mm dia 6 mtr. Long with salt & charcoal earthing set, B-class. Nos. 166.00 2214.67 367635.22 209.11 34712.26 402347.48
Maintenance free (Chemical) Earthing with all the allied materials per Nigam Nos. 504.00 4986.20 2513044.80 902.00 454608.00 2967652.80
b
Specification.
c Earthing with G.I. Strip 50x6 mm Kgs 3596.00 88.91 319720.36 16.70 60053.20 379773.56
11 kV triple post 400 Amps. GO Switch complete with handle, pipe & Supporting Nos. 2.00 11592.92 23185.84 1202.30 2404.60 25590.44
14
Channel.
15 11 kV LA (9 kV) Nos. 480.00 2213.50 1062480.00 57.20 27456.00 1089936.00
16 Barbed wire Kgs 4.00 105.16 420.64 6.60 26.40 447.04
17 Danger Plate Enamelled with clamp Nos. 336.00 79.22 26617.92 9.90 3326.40 29944.32
18 Number Plate Enamelled with clamp Nos. 168.00 79.22 13308.96 9.90 1663.20 14972.16
19 Phase Plate for each phase set of 3 (On each H-pole & 4-pole) Set 0.00 66.41 0.00 7.70 0.00 0.00
20 GI Wires
a Catenary wire 7/14 SWG Kgs 10.00 105.85 1058.50 1.78 17.80 1076.30
b GSL 8 SWG Kgs 7693.60 95.76 736739.14 1.23 9463.13 746202.26
21 LT Line Spacers Nos. 1230.00 11.65 14329.50 1.10 1353.00 15682.50
22 LT Protection
a 1600 Amps ACB, 4 Pole, Manual Operated, Fixed Type with enclosure Nos. 0.00 285937.60 0.00 5399.68 0.00 0.00
b 1250 Amps ACB, 4 Pole, Manual Operated, Fixed Type with enclosure Nos. 120.00 244853.88 29382465.60 4623.85 554862.00 29937327.60
c 800 Amps ACB, 4 Pole, Manual Operated, Fixed Type with enclosure Nos. 46.00 217202.60 9991319.60 4101.68 188677.28 10179996.88
d 400 Amps ACB, 4 Pole, Manual Operated, Fixed Type with enclosure Nos. 454.00 48114.50 21843983.00 908.60 412504.40 22256487.40
e 200 Amps MCCB with enclosure Nos. 98.00 38766.54 3799120.92 732.07 71742.86 3870863.78
f 100 Amps MCCB with enclosure Nos. 263.00 22682.55 5965510.65 428.34 112653.42 6078164.07
23 LT XLPE Cables
a LT XLPE Un-Armored 1C 630 mm2 cable Mtr 9120.00 902.89 8234356.80 17.05 155496.00 8389852.80
b LT XLPE Un-Armored 1C 300 mm2 cable Mtr 60.00 467.44 28046.40 14.88 892.80 28939.20
c LT XLPE Armored 4C 300 mm2 cable Mtr 7920.00 1922.07 15222794.40 36.89 292168.80 15514963.20
d LT XLPE Armored 4C 240 mm2 cable Mtr 100.00 1511.56 151156.00 36.89 3689.00 154845.00
e LT XLPE Armored 4C 185 mm2 cable Mtr 100.00 1222.93 122293.00 23.24 2324.00 124617.00
f LT XLPE Armored 4C 120 mm2 cable Mtr 100.00 1082.65 108265.00 23.24 2324.00 110589.00
g LT XLPE Armored 4C 95 mm2 cable Mtr 100.00 731.34 73134.00 19.37 1937.00 75071.00
Unit Erection
S. Unit Supply Rates Total Supply cost Total Erection Cost Total Cost
Description Unit Qty Rate
No. (inc Taxes) (in Rs) (In Rs) (In Rs)
(inc Taxes)
1 2 3 4 5 6 7 8 9
h LT XLPE Armored 4C 50 mm2 cable Mtr 100.00 338.91 33891.00 13.53 1353.00 35244.00
i LT XLPE Armored 4C 25 mm2 cable Mtr 100.00 173.28 17328.00 13.53 1353.00 18681.00
j LT XLPE Armored 4C 16 mm2 cable Mtr 352.00 146.37 51522.24 11.07 3896.64 55418.88
k LT XLPE Armored 2C 16 mm2 cable Mtr 100.00 126.93 12693.00 7.38 738.00 13431.00
l LT XLPE Armored 2C 10 mm2 cable Mtr 3000.00 117.19 351570.00 6.77 20310.00 371880.00
24 AB Cable
Mtr 100.00 1215.85 121585.00 19.80 1980.00 123565.00
a LT XLPE AB Cable 3Cx150 mm² (PH) + 1Cx150 mm² (N) + 1Cx125 mm² (M) + 16 mm² (SL)
Mtr 3291.00 937.75 3086135.25 19.80 65161.80 3151297.05
b LT XLPE AB Cable 3Cx120 mm² (PH) + 1Cx120 mm² (N) + 1Cx70 mm² (M) + 16 mm² (SL)
Mtr 100.00 760.29 76029.00 16.50 1650.00 77679.00
c LT XLPE AB Cable 3Cx95 mm² (PH) + 1Cx95 mm² (N) + 1Cx70 mm² (M) + 16 mm² (SL)
25 M.S. Galvanised Clamps and Connector for LT AB cable
a Suspension clamps Assembly with eye hook Nos. 75.00 495.13 37134.75 57.20 4290.00 41424.75
b Tension /dead end clamps (Bolted type) Assembly with eye hook Set 18.00 284.26 5116.68 33.00 594.00 5710.68
c Insulated Piercing connector (IPC) (50-150 mm2/50-150 mm2) Nos. 100.00 130.48 13048.00 12.32 1232.00 14280.00
d Insulated Piercing connector (IPC) (16-95 mm2/4-50 mm2) Nos. 64.00 103.69 6636.16 9.79 626.56 7262.72
LT PVC insulated un-armoured single core 50 mm2 size cable for connectivity with Mtr 201.00 70.82 14234.82 4.73 950.73 15185.55
e
distribution box
LT distribution box (sealable with lock facility) suitable for 10 no. consumers (2 mm Nos. 80.00 598.81 47904.80 67.10 5368.00 53272.80
26 CRCA sheet box, Bus bars for load as per DTs only with holes for incoming cable and
O/G cable with rubber glands).
27 Civil Works including material
a Pre-Cast Civil Foundation for RMUs Nos. 85.00 0.00 0.00 26716.07 2270865.95 2270865.95
Nos. 166.00 0.00 0.00 38016.00 6310656.00 6310656.00
b Pre-Cast Civil Foundation for Distribution Transformer (400, 500, 630 & 1000 kVA).
c Civil Foundation for 1000/630/400 kVA CSS Nos. 3.00 0.00 0.00 66000.00 198000.00 198000.00
Supply and Installation of Fencing of DTs, RMUs etc. of 2.0 mtr height with gate frame Sq. Mtr. 4516.00 0.00 0.00 1512.50 6830450.00 6830450.00
by using Hard Drawn Steel Wire Fabric (IRC) welded Mesh, MS Channel Box, MS
d Channel, MS flat including civil works complete as per TS & drawing with provision of
gravel in the fenced area as per technical specifications.

Mtr 155771.43 0.00 0.00 715.00 111376571.43 111376571.43


e Trenchless laying of HT cable with or without HDPE Pipe by using HDD method.
Mtr 4673.14 0.00 0.00 65.59 306511.44 306511.44
f HT Cable laying on cable trays, civil trench, through suitable size GI pipe, poles etc.
Excavation for trenches up to 2 mtr depth for size 1200 mm (depth) X 400 mm (width) Mtr 100.00 0.00 0.00 110.00 11000.00 11000.00
with supplying & laying 300 mm Yamuna sand for 1 no. cable including refilling the
excavated earth, watering, rolling compaction etc. complete in all respects along with
laying of cable and all necessary installation of material including HDPE pipes for
g road/rail crossing and for bridge crossings or as per site requirement, cable protection
cover RCC slabs, Bricks, Yamuna Sand and restoration of excavated portion to original
look as far as practical possible, joint marker, route marker of HT/ LT (3-core, 1-core) of
various sizes below the ground complete as per Drg./TS.
Unit Erection
S. Unit Supply Rates Total Supply cost Total Erection Cost Total Cost
Description Unit Qty Rate
No. (inc Taxes) (in Rs) (In Rs) (In Rs)
(inc Taxes)
1 2 3 4 5 6 7 8 9
Excavation for trenches up to 2 mtr depth for size 1200 mm (depth) X 700 mm (width) Mtr 100.00 0.00 0.00 150.00 15000.00 15000.00
with supplying & laying 300 mm Yamuna sand for 2 no. cable including refilling the
excavated earth, watering, rolling compaction etc. complete in all respects along with
laying of cable and all necessary installation of material including HDPE pipes for
h road/rail crossing and for bridge crossings or as per site requirement, cable protection
cover RCC slabs, Bricks, Yamuna Sand and restoration of excavated portion to original
look as far as practical possible, joint marker, route marker of HT/ LT (3-core, 1-core) of
various sizes below the ground complete as per Drg./TS.

Sq. Mtr. 100.00 0.00 0.00 As per HSR 0.00 0.00


i Construction of Civil Trench for laying of cable in sub-stations.
derived rates
Muffing of PCC Pole 11 Mtr Long Nos. 4.00 0.00 0.00 1548.80 6195.20 6195.20
j
(1.8 mtr below the ground and 0.3 mtr above the ground)
Muffing of PCC Poles 9 Mtr Long Nos. 672.20 0.00 0.00 908.60 610760.92 610760.92
k
(1.5 mtr below the ground and 0.3 mtr above the ground)
Sq. Mtr. 498.47 0.00 0.00 748.00 372854.49 372854.49
l Cutting/repair/finishing of interlocking paver block road including labor & material.
Cutting/repair/finishing of cemented concrete road including labor, material & Sq. Mtr. 2492.34 0.00 0.00 1205.60 3004768.55 3004768.55
m
sufficient curing.
Cutting/repair/finishing of metallic (Bituminous) road including labor, material & Sq. Mtr. 1495.41 0.00 0.00 344.30 514868.19 514868.19
n
sufficient curing.
o Cutting/repair/finishing of brick on edge road including labor & material. Sq. Mtr. 498.47 0.00 0.00 657.80 327892.63 327892.63
TOTAL-1 971287986.97 140433824.93
₹ 1,11,17,21,811.90
Estimate for dismantlement of material of existing HT and LT network along with Distribution T/F and allied material and transportation to Nigam stores.
S. Dismentalling Unit
Description Unit Qty Total Cost
No. Rates
1 HT Pole along with complete steel structure Nos. 725.00 493.90 358077.50
2 LT Pole along with complete steel structure Nos. 0.00 399.00 0.00
3 ACSR Conductor (50 mm. sq.) KM 106.00 1138.50 120681.00
4 ACSR Conductor (80 mm. sq.) KM 192.95 1386.00 267428.70
5 ACSR Conductor (100 mm. sq.) KM 0.00 1842.50 0.00
6 Distribution T/F 25 & 63 kVA Nos. 22.00 1475.65 32464.30
7 Distribution T/F 100 to 200 kVA Nos. 45.00 1691.25 76106.25
8 Distribution T/F 200 to 400 kVA Nos. 45.00 691.90 31135.50
9 Distribution T/F 400 to 630 kVA Nos. 1.00 830.50 830.50
10 Distribution T/F 630 to 1000 kVA Nos. 0.00 830.50 0.00
11 HT AB Cable 3CX50 mm.sq. with messenger wire KM 0.00 12914.00 0.00
12 HT AB Cable 3CX70 mm.sq. with messenger wire KM 0.00 13530.00 0.00
13 HT AB Cable 3CX95 mm.sq. with messenger wire KM 0.00 17220.50 0.00
14 HT AB Cable 3CX120 mm.sq. with messenger wire KM 0.00 19678.00 0.00
15 HT AB Cable 3CX185 mm.sq. with messenger wire KM 0.00 22137.50 0.00
16 HT XLPE Cable 3CX50 mm.sq KM 0.00 12298.00 0.00
17 HT XLPE Cable 3CX95 mm.sq KM 0.00 14756.50 0.00
18 HT XLPE Cable 3CX185 mm.sq KM 0.00 18447.00 0.00
19 HT XLPE Cable 3CX300 mm.sq KM 3.40 24596.00 83626.40
20 HT XLPE Cable 3CX400 mm.sq KM 0.00 32796.00 0.00
TOTAL-2 970350.15
Grand TOTAL (Supply+Erection+Dismantlement) ₹ 1,11,26,92,162
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
1. Foot survey and network designing of the system: .........................................................6
2. Laying of 11 kV/ LT underground cables through trenchless boring/ manual digging
and erection/Augmentation of overhead 11 kV/ LT lines through ACSR/ Cable: ........7
3. Erection/ Augmentation of 11/ 0.433 kV DT substations, 11 kV RMUs and LT
switchgear: ..........................................................................................................................8
4. Associated Civil works: ......................................................................................................9
5. Dismantlement of Existing 11 kV/ LT system: .................................................................9
6. Restoration: .........................................................................................................................9
7. Facilitation of the Updation of GIS system developed in DHBVN under R-APDRP: ...10
8. Documentation:.................................................................................................................10
9. Miscellaneous: ...................................................................................................................11
10. Final Checking, Testing and Commissioning: .................................................................14
U/G work: ................................................................................................................................14
Overhead Line Work: - ...........................................................................................................15
2. Survey ................................................................................................................................16
3. Project Management System..............................................................................................16
4. Quality Assurance and Evaluation Mechanism .................................................................19
Annexure-A..............................................................................................................................35
5. Type and Acceptance test ..................................................................................................49
6. Type Testing, Inspection, Testing & Inspection Certificate ..............................................49
7. Pre-Commisioning Tests ....................................................................................................51
8. Commisioning Tests ..........................................................................................................51
9. GIS mapping & asset tagging ............................................................................................52
10. Documentation ...................................................................................................................53
11. Return of replaced old materials to the area stores of Employer .......................................56
12. Miscellaneous activities .....................................................................................................57
13. Individual work components..............................................................................................59
13.1. New 33 KV Lines ....................................................................................................59
13.2. 66/11KV new Substation .........................................................................................67
13.3. New 33/11 kV Power Substation .............................................................................72
13.4. New 11 KV Lines ....................................................................................................95
13.5. Distribution Transformer Substations ....................................................................103
13.6. New LT Line ..........................................................................................................112
13.7. Augmentation and Renovation ..............................................................................118
13.8. High voltage distribution system (HVDS).............................................................133
13.9. Civil Works And Soil Investigation .......................................................................143
Part -2 : Employer’s Requirements 3

13.10. LT AB Cable Reconductoring Work .....................................................................175


13.11. Construction of New 11 kV Feeders and Associated Works for Separation of
Agricultural Consumers ...................................................................................................186
13.12. Underground Cabling.............................................................................................189
13.13. Specification for erection of 66 kV M/C, D/C tower / H-frame line : ...................194
13.14. Plinth Mounted Distribution Substations ...............................................................200
13.15. Installation, Testing & Commissioning of 3-phase outdoor Switched Capacitor
Bank 223

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
Part -2 : Employer’s Requirements 4

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.
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 signboard 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.
Part -2 : Employer’s Requirements 5

A photograph depicting installation of board shall be submitted to the Project Manager. The
list of Village/Town 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, Design of sign board, Actual Qty and Supply / Erection Rates will be
provided after award of works.

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

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:

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 which inter-alia includes:

 Renovation /Modernization /Upgradation /Augmentation /Bifurcation /Realignment of the existing


11 kV feeders by converting 11 kV overhead network into 11 kV underground network through
underground cable system/ overhead ACSR.
 Addition/ augmentation of DTs.
 Installation of 11 kV RMUs.
 LT protection viz. LT ACBs/MCCBs etc.
 Replacement of LT Bare Conductor with LT AB Cable/LT Armoured XLPE Cable of various sizes.
 Re-conductoring of existing worn out LT Line with new ACSR Conductor of various sizes.
 Fencing alongwith associated civil works & dismantlement of existing HT/LT system.

The quantity of material requiring dismantlement has been provided in the tender documents
and which shall be dismantled by the contractor by dismantling the material Section wise i.e. from
dead end pole to next dead end pole and similarly for underground lines with proper accounting and
returned to Nigam’s stores. Shorter lengths/quantity of dismantled ACSR/ Cable material without any
valid technical reason shall not be accepted.
Part -2 : Employer’s Requirements 6

The contractor will complete all the required work under the scope. Any electrical item which is
not mentioned in the tender documents and required for the faithful completion of the project shall be
in the scope of contractor for which no extra payment is allowed.
For civil works if any other item is required to complete the work then its price shall be paid as
per the Haryana Schedule Rates (HSR) plus current premium applicable at the time of awarding the
tender and +/- % over/ below the estimated rates as per letter of award.
Departmental charges like permission charges/ licensee fees/ security deposit etc. to be paid to
the Railways, Forest Department or any other Govt./ Statutory bodies will be borne by the Nigam on
actual basis. Initially the requisite charges are to be deposited by the turnkey contractor with the
concerned department. However, the same shall be reimbursed to the contractor on production of
proof of depositing this amount after completing the work for which amount is paid. However, any
other charges such as penalty, damage claim, insurance claim, restoration charges etc. which any of
the departments impose shall entirely be the responsibility of the contractor for which DHBVN will
bear no liability whatsoever.
Note: The details of proposed electrical network infrastructure are enclosed separately for
reference of the bidder. It is clarified that the project execution cost includes the cost of all labour
work, erection, all types of testing and commissioning as well as cost of dismantlement of material, any
unforeseen cost liability not mentioned in the tender, besides the other activities listed as under.
The following shall also be in the scope of the turnkey contractor.
1. Foot survey and network designing of the system:
 The proposed network sketches have already been provided for reference only.

 In the sketches, the locations of the proposed 11/0.433 kV DTs along with the RMUs, the
proposed route to be taken for laying of the under-ground cable/ erection of overhead
line with ACSR/ cable has been marked.
 The contractor shall survey the area taking the sketches provided as a reference. The
contractor shall carry out the mapping of the existing underground utilities such as water,
sewerage, telecom, Gas pipeline etc. by GPS and GPR (Ground Penetrating Radar)
equipment to avoid the damage to any utility at the time of execution.
 The network analysis and load flow studies of the proposed network shall be carried out
Part -2 : Employer’s Requirements 7

by the contractor by using software tools and any modifications required on account of
the same shall be incorporated after obtaining due approval from the Engineer in Charge
of the project.
 The contractor shall carry out the foot survey within 3 (three) months from the issue of
letter of award under the supervision of the Nigam’s representatives and shall after
conducting the foot survey submit four sets of sketches of the existing and proposed
system with proper legends along with the proposed Bill of Quantity viz-a-viz the work
order quantity, PERT chart, methodology – all complete in every respect - for approval by
the Nigam. The details regarding the cables type and size, ACSR size, the DTs capacity and
type, RMU types, LT protection etc. shall be shown in the same. The foot survey and the
Bill of Quantity and PERT Chart, methodology shall be approved by the Whole Time
Directors of the Nigam and one set of approved sketches, Bill of Quantity and PERT chart
shall be provided to the contractor.

2. Laying of 11 kV/ LT underground cables through trenchless boring/


manual digging and erection/Augmentation of overhead 11 kV/ LT
lines through ACSR/ Cable:
 The laying of the underground cable shall be carried out in accordance with the IS 1255
(1983): Code of practice for installation and maintenance of power cables up to and
including 33 kV rating and IS 3043 –Code of Practice for earthing and Nigam’s latest
instructions available on the website www.dhbvn.org.in.
 Wherever possible multiple 11 kV/LT cables on the same route shall be laid together in
different combinations with adequate clearances as per IE Rules and IE Act and other
prevalent standards of safety.
 The laying of U/G cables shall normally be done direct in ground through manual digging
or through trenchless boring by using HDPE pipes or co-extruded cable duct (CCD) cables
be used without 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 equipment,
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
Part -2 : Employer’s Requirements 8

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 laying of UG HT cable shall be done in the presence of representative of DHBVN in
controlled speed prescribed. It is also mentioned that the termination kits to be installed
on HT Cable be done by the trained/certified personnel from the manufacturer.
 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 erection of overhead 11 kV/LT lines with ACSR wherever required shall be carried out
as per the standard prevailing practices/specification and in accordance with the present
tender documents and in adherence to the IE rules & IE Act with latest amendments.

3. Erection/ Augmentation of 11/ 0.433 kV DT substations, 11 kV RMUs


and LT switchgear:
 The contractor shall supply and erect the Distribution Transformers, 11 kV RMUs & LT
switchgears strictly in accordance with the finalized and approved locations as per the
foot survey. In case any change is required due to ROW problems, alternate feasible
nearby location shall be worked out and got approved from Chief Engineer/Smart Grid
Project.
 Requisite safety clearances shall be maintained by the contractor as per the existing
provisions of IE Rules and IE Act.
 The installation of the DTs (400 kVA & above), RMUs etc. shall be over the ground on the
pre-cast plinths.
 The complete fencing of all the existing as well as proposed installations shall be carried
Part -2 : Employer’s Requirements 9

out by the contractor. The Danger signs/ plates shall be provided by the contractor for
the safety of people.
4. Associated Civil works:
 The pre-cast RCC plinths for mounting the DTs (400 kVA and above), RMUs and trenches
etc. and other related civil work erection shall be carried out by the contractor. The
plinths shall have the provision of cable entry and exit from beneath in case of RMUs. In
case of DTs the cable entry/ exit shall be alongside the plinth on the tray.

 The technical specifications of all the civil material under the NIT shall be based upon the
Haryana PWD B&R technical specifications.
 The rates of civil items/structures and design/dimensions are given in the tender
documents, however, the actual design/dimensions and drawings shall be got approved
by the contractor before actual execution and therefore in that case the rates of the civil
items/structures shall be calculated on pro-rata basis on the basis of the rates already
provided in the tender documents.
5. Dismantlement of Existing 11 kV/ LT system:
 The dismantlement of the existing 11 kV/ LT system shall be carried out by the contractor.
The contractor shall plan the dismantlement of the existing line in such a way that the
inconvenience to the consumers is minimal. The contractor shall get the methodology of
the same approved by the Nigam in addition to the approval of foot survey etc.
 The material to be dismantled shall be captured during the foot survey to be conducted
by the contractor. The dismantlement of the material is to be carried out in the presence
of the representative of DHBVN. The DHBVN’s dismantled material shall be returned to
the Nigam’s stores at Gurugram/ Ballabgarh after taking up the same in the records and
with proper accounting.
6. Restoration:
 The U/G laying of the power cables and erection of OH lines and other works may require
digging alongside/ across the roads/ streets/ pavements/or any other public/ private
area. The contractor has to restore the dugout area by back filling and suitable
compacting. The top layer has to be restored in the same fashion and condition to give it
Part -2 : Employer’s Requirements 10

the original look as far as practically possible.


 No payment towards any additional material, other than that provided in the BoQ /
labour/ erection/ services etc. cost required for the restoration shall be allowed to the
contractor in this regard, however, the proper restoration shall be considered as a part of
the laying of cables/erection of OH lines. Any permission charges of HSVP/ Municipal
Authority/ NHAI etc., if applicable, shall be refundable to the contractor on actual basis
on production of receipt, after the faithful completion of the work for which charges are
deposited.
7. Facilitation of the Updation of GIS system developed in DHBVN under
R-APDRP:
 DHBVN has implemented the part-A of RAPDRP under which various s/w modules have
been provided by the IT implementing agency. The existing electrical
infrastructure (primary & secondary) has been digitized (using Asset Mapping &
Consumer Indexing activities) over the GIS system (ESRI) and the GIS system in-turn has
been integrated with the other system applications deployed under R-APDRP. Any
changes in the existing infrastructure is being incorporated in the RAPDRP GIS system
through a third party under the direct supervision of DHBVN.
 As under the project, the existing overhead and U/G infrastructure is to be revamped
apart from augmenting/providing additional Distribution Transformer, RMUs etc. for
which the contractor will facilitate the third party appointed by DHBVN in carrying out
the Asset Mapping activities using DGPS based GIS survey of the newly erected
infrastructure and consumer indexing activities (on the desired format), which will be
validated for 100% accuracy by DHBVN on sample basis and eventual updation of the
existing system of GIS accordingly to the entire satisfaction of DHBVN. For facilitation of
the GIS system updation, the contractor shall deploy required qualified and trained
resources for field activities (Asset Mapping/ Consumer Indexing) along with GIS SME
(subject matter expert) for back office work.
8. Documentation:
 The contractor shall make sure that the documentation of the entire proposed system is
carried out simultaneously to the erection of the network. After the completion, testing
Part -2 : Employer’s Requirements 11

and commissioning of the entire system, the contractor shall provide colored laminated
sketches of the routes of the electrical network showing the cable / conductor sizes, RCC
route markers, DTs, RMUs, Earthing, Safety measures taken, etc. in the form of one single
chart (12 copies). In addition, 12 sets of A4 size glossy paper booklets of showing the area
wise breakup of the above sketches showing the enlarged view of the route shall also be
provided along with 6 nos. DVDs of the same as necessary pre-requisite of the
commissioning of the project.
9. Miscellaneous:
 The project aims at converting the existing 11 kV overhead system primarily into
underground system and LT system into underground in select areas as well as 11 kV / LT
overhead system with ACSR/ Cable also, with use of equipment such as DTs, RMUs, LT
panels to be plinth mounted. Care has been taken to provide the possible line routes as
reference but the responsibility of securing right of way rests with the contractor,
therefore, he shall satisfy himself of the right of way issues and shall be responsible for
laying of the new system and erection of the plinths and their mounted equipment.
 Care has been taken to make provision of all the items/materials/equipments required for
the execution within the scope of the project. The contractor shall examine the same and
may submit his observation in time so that decision on the same may be taken by the
Nigam and conveyed to all. But if any item which is required for the execution within the
scope of the project but has been left out then the contractor shall be responsible for
supply/erection/ of the same without any extra cost. The supply and erection of any petty
item required for the completion of the project such as double compression brass glands,
PG clamps, all types of thimbles along with the stand for Distribution transformer, HT/ LT
cable termination are within the scope of the contractor as per the requirement for which
the bidder will get the HT/ LT termination drawings at the DT approved from the Engineer
in charge of the project. The above petty items should be ISI mark wherever applicable.
 The contractor shall design the DTs in such a manner and make provision for smooth
entry of multiple cables both on HV/ LV side using double compression gland, cable box
design and supporting structure as required. The DT cable box should be made of
appropriate material which inhibits the de-rating of the cable.
Part -2 : Employer’s Requirements 12

 The Earthing to be provided shall be as per the Bill of material with the required ohmic
value as per the technical specifications.
 The underground system will be laid by way of power cables. The contractor shall provide
the suitable marking tapes on the cables after laying them underground and above the
RCC slabs as per the drawing. The marking to be made on the tape shall be got approved
by the contractor.
 It shall be the responsibility of the turnkey contractor that the laying as well as jointing of
power cables and testing and commissioning thereof is carried under the supervision of
the authorized experienced supervisor (min qualification – diploma in electrical engg and
5 years’ experience) of the manufacturer. The CVs of the supervisor(s) of each
manufacturer shall be approved by the Engineer-in-charge of the project.
 The design of the fencing of the electrical equipment has been given in the tender
documents whereas the actual requirement may be site specific which will be designed
by the contractor as per the site requirement. However, the payment of the design other
than that given in the tender documents shall be calculated on pro-rata basis and the
payment will be made on the basis of total perimeter of the design given per unit rate
quoted for the actual structure provided at site and the cost will be calculated on pro-rata
basis of the size given in the tender.

 In case of laying of LT cable underground the PCC poles etc. will get removed from which
the supply connections have been provided to the consumers at present. Therefore, the
scope of the contractor extends up to the point of connecting the newly laid LT system up
to the consumer meter which will be shifted to the new location i.e. on the outer wall of
the premises of the consumer/ inside the LT meter housing almirah, without any cost.
This shall be carried out by the contractor in the presence of the Nigam’s representative.
The sealing/ de-sealing of meter shall be the responsibility of the Nigam. The incoming
and outgoing cable before and after the meter shall be fixed on the walls through
cleating for which the design shall be got approved by the contractor. For relocating the
existing meters in such circumstances, the meter and MCB box will be provided by the
department.
Part -2 : Employer’s Requirements 13

 The warranty period of the material to be applicable is defined in the tender documents
which the bidder will procure from OEM. The bidder will supply the related documents
indicating therein that the warranty period demanded by the utility of the equipment is
also in line with the agreement made by the bidder with the OEM for purchase against
this project. The contractor will supply the certified copy of the agreement between him
and the OEM before commencing the supply.
 The contractor shall be responsible to provide adequate and robust earthing of the
system as well as high level of safety in accordance with the prevailing statutes/
guidelines/ best practices and IE Rules/ IE Act. Any deficiency in this regard leading to
damage to the property, equipments and humans/ animals etc. shall be unacceptable and
contractor may be subjected to punitive/ legal action as applicable by the law besides the
compensation to the affected party/ Nigam both.
 The contractor shall obtain all the requisite licenses from the respective Government
department wherever required.
 The project shall be considered as completed when all the activities as given in the tender
documents have been completed. In case the new feeders are proposed to be fed from
the proposed new HVPN power substations which are expected to come during the
course of execution of the project, there may arise a situation that commissioning of the
HVPN substations is delayed and therefore not in sync with the completion of the present
project, in that case all the activities under the scope be completed and the contractor
shall test and commission the newly laid system through the existing substations at no
extra cost and the project shall be considered as completed. However, during the
execution period whenever the HVPN substations become available for feeding then the
contractor shall complete the work from the new substations with the newly laid system
at no extra cost.
 Since the present work is for the supply and erection of infrastructure for a period of 2
years therefore certain policy changes are bound to happen which may have a bearing on
the project execution. The contractor is therefore advised to regularly visit the Nigam’s
website www.dhbvn.org.in wherein various instructions have been given. The contractor
Part -2 : Employer’s Requirements 14

shall incorporate the same while carrying out the execution of the project. Any major
implication arising due to the above shall be borne by the Nigam.
Material management, inspection requisition, procedure of inspection, sealing
procedure, DIs and post receipt inspection, etc. shall be carried out as per Quality
Assurance Plan (QAP) of the Nigam, which is available at the website www.dhbvn.org.in.
10. Final Checking, Testing and Commissioning:
After completion of Works, final checking of lines shall be done by the Contractor to ensure
that all the trench digging, Foundation Works, Pole Erection, U/G cable laying and Stringing
has been done according to specifications and as approved by the Employer. All the Works
shall be thoroughly inspected by the concerned Engineers of Smart Grid Project wing. It is
also added that after completion of the work the third party quality of work surveillance
may also be done, if so desired by the Owner. Date of inspection and clearances by Chief
Electrical Inspector will be considered as date of completion of works. As per prevailing
instructions of Nigam, 11 kV feeder for HT line works may be considered as unit of
measurement.
U/G work:
a) The earth filling of the dugout cable trenches has been properly done with adequate
compacting.
b) The restoration of the dugout roads, streets, ramps etc. have been properly carried
out.
c) All the cable exit points from the ground have been properly secured and protected
by way of using clamps/ cleats/ fasteners/ termination covering/ connectors or any
other suitable installation etc., after getting the design approved. Cable on
pole/poles be through GI pipe only so that cable shall not be visible on ground
which is prone to fire.
d) All the RCC markers have been properly planted with desired inscription.
e) The insulation of line as a whole is tested by the Contractor by providing his own
equipment, labor etc. to the satisfaction of Employer.
f) All the electrical equipments have been properly earthed to the satisfaction of
Part -2 : Employer’s Requirements 15

employer.
g) All conductor and earth wire accessories are properly installed.
h) All other requirement to complete Work like fixing of danger plate, phase plate,
number-plate, anti-climbing device (if applicable) etc. are properly installed.
i) The lines are tested satisfactorily, for inspection, by the Chief Electrical Inspector,
Haryana, before commissioning.
j) Covering of all live parts i.e. bushings of DTs etc. by 11 kV tape.
k) Cable laid depth must be 1 mtr. from the lowest FGL available and cable laying in
presence of DHBVN personnel only with limited speed prescribed.
Overhead Line Work: -
a) Sufficient back filled earth is lying over each pit and it is adequately approved
compacted.
b) All bolts are properly tightened and punched/tack welded.
c) The stringing of the conductors and earth wire has been done as per the sag and
tension charts and desired clearances are clearly available.
d) All conductor and earth wire accessories are properly installed.
e) All other requirement to complete Work like fixing of danger plate, phase plate,
number-plate, anti-climbing device etc. are properly installed.
f) The insulation of line as a whole is tested by the Contractor by providing his own
equipment, labor etc. to the satisfaction of Employer.
g) The Poles are properly grounded.
h) The lines are tested satisfactorily, for inspection, by the Chief Electrical Inspector,
Haryana, before commissioning.

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.
Part -2 : Employer’s Requirements 16

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 33 KV, 11KV and LT Line.
b. Proposed location of 33/11 KV sub-stations along with number, capacity of power
transformers and number of 11 KV feeders to be taken out.
c. Locations of new distribution transformers.
 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 control room, foundation for equipment, transformer,
isolators, VCB shall be approved by the Employer’s Engineer-in-charge.
 Within substation yard, all clamps and connectors used for bus-bar will be crimped. All the clamps
and connectors connecting the equipments shall be of bolted type.

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.
Part -2 : Employer’s Requirements 17

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.

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
Part -2 : Employer’s Requirements 18

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.
Part -2 : Employer’s Requirements 19

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.
 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 all 66/11 or 33/11 kV sub stations (New & Augmented) for quality of
material as per MQP/GTP, Approved Drawings, Technical Specifications, Datasheet and
erection works in the field as per FQP/approved drawings.
c. 100% verification of feeders created under the scheme.
d. 100% verification of materials utilised under the scheme.
e. 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 Civil works: Employer shall prepare a separate FQP/field execution drawings which
Part -2 : Employer’s Requirements 20

shall be approved by their competent authority which shall be uploaded at web portal. The
turnkey shall adhere to this FQP/drawings while carrying out physical works.Contractor

4.1.3. FQP for testing & commissioning: Employer shall prepare a comprehensive Pre-
commissioning test Check-list for testing & commissioning of 33/11kV or 66/11kV substation,
Distribution transformer Substation etc. The electrical system shall be energized only after
performing all tests as described in the pre-commissioningtest 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.

4.1.4. 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
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.
Part -2 : Employer’s Requirements 21

- 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
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 Contractor in 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.

4.1.5. 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,
Part -2 : Employer’s Requirements 22

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
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
discretion may 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.
Part -2 : Employer’s Requirements 23

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.
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
Part -2 : Employer’s Requirements 24

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>


Deleted

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
Part -2 : Employer’s Requirements 25

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.

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
 1% of Smart meters or 1,000 Meters in a project, whichever is less
 IT/OT/SCADA/DMS infrastructure – primarily at system level for highlevel functional
checks.

4.2.2. Field Works Quality Inspection:


(i) Substation inspection: 100% New and 5% of Augmentation Substations are to be
inspected in 2 (two) stages. Stage-I & Stage-II inspections shall cover 50% new substation & 2.5
% of Augmented substations respectively.
- Stage-I Inspection of TPQMA shall commence in a project when 50% New & 30% of
Augmentation substation works are completed in all respect.
- Stage-II inspection of TPQMA shall commence in a project when 100% New & 70 %
of Augmentation substation works are completed in all respect.

(ii) 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-II Inspection of TPQMA shall commence in a project when 70 % of HT Feeder
works are completed in all respect.
Part -2 : Employer’s Requirements 26

(iii) 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-I Inspection 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.

(iv) IT/OT/SCADA/DMS infrastructure: IT/OT/SCADA/DMS infrastructure are to be


inspected when works is completed in all the respect. For this:
1) TPQMA shall submit the report after inspections on RDSS portal along with all BoQ,
Photographs, SLD, etc.
2) TPQMA also verify the Contract Management Part once for each project and upload
deviations, if any observed in respect of the guidelines/ Standard Bidding Document,
adherence to QAM, Contractual provisions pertaining to defects identification and
rectification. (In this part TPQMA would give thrust on adherence on systems and
procedures of RDSS schemes by turnkey contractors during project implementation).
3) As only random inspections are to be carried out by TPQMA agencies leaving around 90 to
95% materials/works unchecked therefore there should be some stringent penal clause to be
made if materials /works verified by TPQMA found faulty/wage. The TKC is required to
rectify the observations / defects detected within 7 days of notification. However based on
severity the Employer may direct the Contractor on resolution mechanism / process and
timeline.

(v) 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.

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),
Part -2 : Employer’s Requirements 27

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 1st lot 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. Contractor shall 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 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 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.

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:
Part -2 : Employer’s Requirements 28

1) Power Transformer,
2) Circuit Breaker,
3) Insulators,
4) Cables / Conductors
5) Control & Relay Panel,
6) 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:
Power Transformers
Standards Applicable:-
IS:2026 Power Transformer
(Part I to IV)
IS:5 Colour for ready mixed paints
IS:325 Three Phase Induction Motors
IS:335 New insulating oil for transformers, switch gears
IS:1271 Classification of insulating materials for electrical machinery and apparatus in relati
on to their stability in services
IS:2071 Method of high voltage testing
IS:2099 High voltage porcelain bushings
IS:2147 Degree of protection
IS:2705 Current Transformers
IS:3202 Code of practice for climate proofing of electrical equipment
IS:3347 Dimensions for porcelain Transformer Bushings
IS:3637 Gas operated relays
IS:3639 Fittings and accessories for power Transformers
IS:5561 Electric Power Connectors
IS:6600/BS:CP Guide for loading of oil immersed Transformers
‟10:0
IS:10028 Code of practice for selection, installation and maintenance
of transformers, Part I. II and III
C.B.I.P. Public Manual on Transformers
ation
Proposed Tests as per IS
1 All standard routine tests in accordance with IS: 2026 with dielectric tests
corresponding to latest amendments of IS: 2026 shall be carried out.
2 All auxiliary equipment shall be tested as per the relevant IS. Test certificates shall
be submitted for bought out items.
3 High voltage withstand test shall be performed on auxiliary equipment and wiring
after complete assembly.
4 Following additional routine tests shall also be carried out on each transformer:
a) Magnetic Circuit Test on each core shall be tested for 1 minute at 2000 Volt DC
Part -2 : Employer’s Requirements 29

b) Oil leakage test on transformer

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

Circuit Breaker
Standards Applicable:-
IS: 13118 Specification for HV AC Circuit Breaker
IS: 14658 HV AC Circuit Breakers - Guide for Short-circuit and Switching Test Procedures for
Metal-enclosed and Dead Tank Circuit Breakers
IS: 2099 Specification for HV porcelain bushings
IS: 5621 Specification for porcelain hollow insulator.
IS: 8603 Specification for Dimension for Porcelain Transformer Bushing for use in heavily
polluted area.
IS: 3347 Specification for Dimension for Porcelain Transformer Bushing for use in normal and
lightly polluted area.
IS: 2633 Specification for method for testing uniformity of coating On Zinc coated articles.
IS: 5561 Specification for Electrical Power Connectors
Part -2 : Employer’s Requirements 30

IS: 2147 Specification for Degree of Protection

Proposed Tests as per IS


1 Single Capacitor bank breaking test
2 Short time withstand and Peak Withstand Current Test
3 Wet power frequency withstand voltage test
4 Lightening Impulse voltage withstand test
5 Temperature rise test
6 Mechanical Endurance Test(M2 Class)
7 Degree of Protection test of Control Cubicle

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
Part -2 : Employer’s Requirements 31

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

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
Part -2 : Employer’s Requirements 32

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 the Contractor for 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.
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. 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.
4.4. Implications for not meeting quality requirements by Contractor
4.4.1. In case of failures in testing:
a) 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.

b) 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.

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
Part -2 : Employer’s Requirements 33

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, Contractor shall also be
penalized based on the no. of materials/lots get rejected as per below table:
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:
Part -2 : Employer’s Requirements 34

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:

Sr. No. Defect criteria % Penalty imposed of contract 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 35

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 36

S. No Description Status Observations Location Picture


dia nuts and bolts
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 37

S. No Description Status Observations Location Picture


earthling.
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 38

S. No Description Status Observations Location Picture


Oil control valves are open between
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 39

S. No Description Status Observations Location Picture


entry in LTDB/SMC LTDB
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 40

S. No Description Status Observations Location Picture


96 Danger plate missing/improper
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 41

S. No Description Status Observations Location Picture


12 Proper tensioning is there on stay set
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 42

S. No Description Status Observations Location Picture


road/line for cradle guarding are there
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 43

S. No Description Status Observations Location Picture


50 Possible damage on ABC cable surface
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
4 Type of foundation used as per scope of work
Record whether line is passing through water
5 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 grove
8 of the insulator ( creepage distance
compromised)
9 More than one joint in one span
10 Any deflecting tension on 11 KV pin insulator
11 Proper tensioning of overhead conductor
Any knot/wrapping of overhead conductor is
12
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 overhead
16
conductor is there to nullify tension
Guy insulator, anchor plate/ thimble/ hardware
17
are provided with stay set
Part -2 : Employer’s Requirements 44

S. No Description Status Observations Location Picture


Proper erection of stay clamp using 12 mm dia
18 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
20 Proper galvanization of stay wire and stay set
21 Thimble is provided on turn buckle of stay 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 8
24 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 height
26
using proper clamp as per scope of work
Anti-climbing device (barbed wire/spike) are
27 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 there
30
are no steel wire visible
No physical damages appeared on PCC pole
31
surface
Cradle guard earthing is provided on each road
32
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
8 SWG G.I. wire is properly dressed with
35 support for V-Cross arm/Channel/Top clamp
earthing
GI wire to GI wire jointing is provided using
36
12 SWG GI nut bolts and washers
37 GI wire connection to earth pit is using 12 mm
Part -2 : Employer’s Requirements 45

S. No Description Status Observations Location Picture


GI nut bolt and washer
Earth pipe is properly inserted inside earth
38
without pipe hammering
Masonry enclosure is provided over individual
39
pipe earth pits
40 Funnel is provided over pipe earth pit
Proper jumpering using binding practices/PG
41
clamp
42 If under sized conductor used
Proper conductor clearances to ground is there
43 to avoid bird fault on end sectionizer support
where disc insulator are used
Proper pole to pole span length in the line. It
44
should not be less than 50 m.
If Pole to pole span is less than 50 m, record
45
the reason with pole numbers
46 Number of poles used per kilometre of the line
Record type and size of overhead conductors
47
used in the line
Shuttering is used during casting of cement
48
concrete foundation
Cement-concrete grouting foundation of end
49
supports
Measure quantum of cement concreting in any
50
one sample support
Measure cement concreting foundation in any
51
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
Surface finish and painting on Steel tubular
56
pole/RSJ/H Pole/Rail pole
Adequate tree cutting on either side of line
57
done
58 Pole to pole schedule enclosed with proforma
Pole numbering with "RDSS " inscription not
59
done ( properly)
Part -2 : Employer’s Requirements 46

S. No Description Status Observations Location Picture


Engraving of poles (Name of Manufacturer, SL
60
Nos etc.) not done
61 Line Spacers not used
62 Guy insulator not used in stay wire
63 Inadequate length of barbed wire

Checklist for inspection of REDB (Substation)


Location
Status Picture
S.N. Description Observation as per
(Yes/No) No.
SLD
Major Materials (CT/PT/CB/X'mer/Battery/
1 Panels /Structures/Conductor) as per
specifications
Record S. No., make and year of
2
manufacturing of Power transformer
Major Materials dispatched without
3
inspection
4 Construction as per Approved Drawing
Civil works FQP documentation maintained
5
during construction
Equipment (name it) provided in the BOQ/
6
drawing but not installed
Verification of pre-commissioning and
commissioning testes of substation
7 equipment i.e. Circuit Breaker, CT, PT,
transformer, Charger, Battery, Relays,
Control Panels, Switchgear, 11 KV cable etc
8 Present condition of main equipment
Functional Status of Transformer: WTI, OTI
etc, Relays, Battery Charger, Battery, CB,
9
CT, PT, Energy Meter, Control & Relay
panel
10 Transformer oil tested
Transformer Relays, CT, PT , CB ,
11 Switchgears, battery sets, etc charged after
test
Equipment charged after commissioning test
12

13 Gravel size proper


Part -2 : Employer’s Requirements 47

Earthing of main equipment, fence etc done


14
properly
15 Sub Station fencing provided
Cable trench made with cable trays – or
16
cables lying on trench floor
Whether Cable trenches have suitable slope
17
to ensure automatic draining of rainwater
18 Proper storage of equipment
19 Cables tied on cable trays
Glands, lugs used (wherever need - at cable
20
entries)
21 Dead end marking for cables is done
22 Earth mat provided
23 Undersized conductor/ cables used
Correct size of earthing conductor - flats, GI
24
wires etc used
25 Acid proof floor used in battery room
Fasteners (nut, bolts, clamps connectors,
26
hardwaresetc) as per specification
Switchgear rubber mats, chequer plates not
27
provided
FQP for material receipt and storage
28
maintained by Employer
29 Name of Feeder on Control Panel.
30 Name of Feeder on Outgoing DP structure
Working platform on 33 KV and 11 KV
31
outdoor VCB
32 Name of Substation board on the entrances
Painting of control room, water supply
33
position in Substation
General sanitation arrangement in the
34
control room building
Internal Lighting in the substation control
35
room
36 Closed fencing of the substation yard
Approach road to Power Transformer
37
foundation
Water logging/ Earth filling in the yard
38
trench
Part -2 : Employer’s Requirements 48

Partition wall between two Power


39
Transformers
Availability of Earthing Rod in the
40
substation
41 Availability of Permit & Work Book
Tracing of Earth connection of Power/
42
Distribution Transformer up to Earth Pit
43 Connection at Earth Pit
44 Jointing & Clamping of Earth Conductors
All Terminal Blocks at
45
CTs/PTs/Breaker/Panels/Junction Box
46 Earthing& Fencing is as per specification
Cable trench cover inside the control room
47
and in the yard.
48 Exhaust Fan in the Battery Room
49 Inter Battery connections
50 Battery Charger connection
51 Earthing of Control Panel
Termination of power cables at 11 KV
52 sides/LT sides of Power and Station
Transformer.
Inside pic of distribution board of station
53
transformer
54 Take Overall picture of station transformer
55 Connection of Lightning arrestor
Approximate clearance of live part in the
56
substation
57 Oil leakage in Power/Station Transformer
58 Area lighting in the substation
Material diagram of substation in the control
59
room
List of authorized operational personnel in
60
the substation
61 Connection at the bus-bar jumpers
62 Loop cables LT/HT/Control
63 Tagging on cable terminals
Work clearance on control panels and
64
sufficient lightening on the control panel
Part -2 : Employer’s Requirements 49

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 Contractor alongwith 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 50

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 51

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 52

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 53

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 54

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.
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.
Part -2 : Employer’s Requirements 55

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
requested in the specifications.

10.5.3. Each drawing submitted by the Contractor shall be clearly marked with the name of the
Part -2 : Employer’s Requirements 56

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.
 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.
Part -2 : Employer’s Requirements 57

 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/ wharf age charge, if any incurred, shall be paid by the Contractor
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.
Part -2 : Employer’s Requirements 58

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 [1] at site and insurance of personnel employed at site as required under
Workman's Compensation Act. Secur ity arrangement for watch an d guard as required sha ll be
mad e b y 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,
hand gloves, 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 over by 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.

[1]
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 59

13. Individual work components

13.1. New 33 KV Lines

1.00 Survey

Mapping of route of proposed new 33 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 and Quantity Inspecting officials to
execute inspection works.

2.00 Support (pole):

Following type of supports are envisaged for new 33 KV overhead lines-

a. 9.1 meter long /280 KG PCC Poles (PCC Pole as per state practice)
b. 11/13 m long galvenised H-Beam 152x152 mm 37.1 kg/m
c. 11 M long steel Tubular poles of Designation 540 SP 52 (IS 2713, Pt I, II, III 1980)
d. 13 M long steel Tubular poles of Designation 540 SP 72 (IS 2713, Pt I, II, III 1980)
e. 11/33 m Wide Galvanised Parallel Beam GI Poles (160x160 mm) extendable with jointing
plates – 30.44kg per meter

In rural area, PCC poles are to be used. In urban area, 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 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.
Part -2 : Employer’s Requirements 60

teel 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.

Painting of H-Beams and Steel Tubular Poles shall be performed at stores. Before shifting to
site for erection, poles shall be offered for inspection and approval by Project Manager. In
water bound areas and in NE areas, galavenized poles may be used. 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.
Add
The H beam poles shall be hot-dip galvanized thoroughly internally and externally as per
according to 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.

3.00 Fabricated steel items:


Project Manager.
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 61

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
(300x300x8mm) , nut-bolts, 2 Nos turn-buckles, 1.8 m long, 20 mm diameter solid GS stay
rod & 7/4.00 mm dia GI stranded wire complete.

Stay set shall be used at all turning locations, conductor dead end location, double pole
structure, triple pole structure, four pole structure to nullify the tension of conductor. At dead
end locations, stay sets shall be used in pairs in separate foundations. Erection of storm guys
at suitable location in straight line may also be provided.

0.3 cmt cement concreting in mixture 1 part cement, 3 part coarse sand, 6 part 40mm size
aggregate stone chips (1:3:6) shall be provided in each stay set foundation. 2 Nos. guy
insulator shall be provided in stranded GI wire at middle location between two turn buckles.
Shuttering and vibrator shall be used for cement concreting works.

6.00 Earthing:
Part -2 : Employer’s Requirements 62

Following earthing arrangements are envisaged for new 33 kV lines:

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
c. Chemical rod earthing using Carbon powder/Bentonite powder / Conductive concrete powder
including electrode with 2000mm long, 50 mm diameter GI pipe, GI Strip of 24x3mm
minimum.
d. 8 SWG GI Earthing Coil.
e. 6 SWG GI wire for earthing and guarding
f. 8 SWG GI wire for earthing and guarding

Each 33 kV line support shall be provided with one GI earthing spike made of 20 mm solid
rod or 8 SWG GI Earthing Coil and connected with 8 SWG GI wire. Overhead line structure
shall be connected to GI earthing spike or GI Earthing 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 Earthing Coil or GI Solid earth Road for earthing of
individual poles.

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.

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 –

33 KV polymer/porcelain Disc/Pin insulator with suitable hardware fittings shall be used.


Insulator should be tied properly using binding wire and 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 63

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 33 kV
lines:

a. 6/4.09 + 1/4.09 mm (80 mm² Al. Area) - Raccoon


b. 6/4.72 mm + 7/1.57 mm (100 mm² Al. Area) – Dog
c. 30/2.59 mm + 7/2.59 mm (150 mm² Al. Area) – Wolf
d. 30/3.00 + 7/3.00 mm (200 mm² Al. Area) - Panther

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.

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.
Conductor joint should not be in the middle span but may be planned nearer the support.

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 arm (as per state
practice).

9.00 Pole 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.
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.

10.00 Anti-climbing device:


Part -2 : Employer’s Requirements 64

3.5 kgs, 2.5mm dia (12 SWG) galvanized barbed wire shall be used on each 33 kV support.
Galvanized barbed wire should be properly dressed and crimped at termination. While
wrapping the wire on support, proper tension should be maintained.

11.00 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.

12.00 33 KV AB Switch:

33 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 Support foundation:

Cement concrete in mixture 1 part cement, 3 part coarse sand, 6 part 40mm size aggregate
stone chips (1:3:6) shall be used in all the types of 33 kV line supports.

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/ H-Beam poles/wide
parallel beam support 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/Wide parallel Beam/ H-beam supports and
cement concrete reinforced plate shall be used as base plate for PCC poles.
Part -2 : Employer’s Requirements 65

14.00 33 kV line for underground railway crossing –

A separate composite item of railway crossing is kept in BoQ. 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 join condition. Cable termination, cable identification, protective
covering, laying of jumpering cable etc shall all be completed in this head. This composite
item shall contain following key items:

a. 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, 8 Nos for jumpering cables.
e. 33 kV lightening arrestor station class 10kA (6 nos.),
f. 4 Nos GI 3-meters long pipe earthing/chemical earthing,
g. 6 SWG GI wires with GI nuts, bolts & washers,
h. Cable markers,
i. Bi-metallic clamps,
j. Jumpering with 33 kV Arial Bunched Cables 200 Sqmm dia (10 mtr) etc – 4 sets

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.

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 etc to the
inspector. Contractor shall rectify defects/deficiencies and submit compliance to the
observations with supporting photographs in digital form within one month from receipt of
observations.
Part -2 : Employer’s Requirements 66

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 33 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 67

13.2. 66/11KV new Substation

1.00 Electrical Details of New 66/11 KV Grid Substations –

No Name of Proposed Circle/ town 66 KV line Capacity in MVA Nos of proposed


Substation LILO or Radial 11 KV outgoing
feeders

2.00 Following works are in the scope of Employer:


a) Acquisition of land for the substation and its possession to start constructional activities,
b) Approach road to the substation land,

c) Availability of up-stream source and plan for incomer 66KV line (if the same is not part of
package)
d) General layout of the substation

e) Three (3phase) 415V AC power supply at one point on Contractor’s expense & as per
prevailing electricity tariff provided LT network is available in the vicinity of the proposed
substation.
f) Space for construction office & store yard for agency provided free of charge provided it is
available at site.

Since above works are not covered under substation works, Employer shall provide all above
input before start of substation work by turnkey Contractor. A format protocol note for
handing over/taking over of sub-station land, approach road, retaining wall(wherever needed)
and layout plan shall be signed between Project Manager and authorized representative of
Turnkey Contractor.

3.00 Following works are in the scope of Contractor:

The scope of works include on turnkey basis for design, engineering, manufacturing, shop
testing, transportation, supply, storage, erection, testing & commissioning of the following:

i. 66/11 KV new Sub-station at specified locations with 66 KV outdoor switchyard comprising


of ……………nos. bays with ……….nos. 66/11 KV 16/20/25/30 MVA Power Transformers,
66/11 KV transforms bays, 66 KV bus coupler bay and 11 KV indoor switchgear along with
switchyard control room and all associated facilities (to be modified suitably by utility).
Part -2 : Employer’s Requirements 68

The Scope includes:

a) Complete design and engineering of all the systems, sub-systems, equipment, material and
services.
b) Providing engineering data, drawings and O&M manuals for Employer’s review, approval
and records.
c) Manufacturing, supply, testing, packing, transportation and insurance from the manufacturer’s
work to the site including port and customs clearance, if required.
d) Receipt, storage, insurance, preservation and conservation of equipment at site.
e) All civil and structural works as required.
f) Fabrication, pre-assembly (if any), erection, testing and putting into satisfactory
operation of all the equipment/material including successful commissioning
g) Satisfactory conclusion of the contract.
h) Enabling work as per the site requirement.
In addition to the requirements indicated herein, all the requirements as stated in other
sections shall also be considered as a part of this specification as if completely bound
herewith.

The Bidder shall be responsible for providing all material, equipment and services specified or
otherwise which are required to fulfill the intent of ensuring operability, maintainability and
the reliability of the complete work covered under this specification.

It is not the intent to specify all aspects of design and construction of equipment mentioned
herein. The systems, sub-systems and equipment shall conform in all respect to high standards
of engineering, design and workmanship, and shall be capable of performing in continuous
commercial operation.

Whenever a material or 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 named.

The scope of work shall comprise, but not limited to the design, engineering, manufacture,
testing and inspection at manufacture’s works, packing, supply, transportation, transit
insurance, delivery to site, unloading, and storage and equipment erection including
associated civil and structural works. Further it
Part -2 : Employer’s Requirements 69

shall include the cabling, lighting, earthing, supervision, site testing, inspection and
commissioning of Sub-Station. The scope shall also include all enabling works required for
modification to existing facilities within the project area.

a. Bay Details:

The Sub-Station shall comprise of ……….nos. of 66/11 kV Transformer bay, 1 No. 66 kV


Bus-Coupler bay. The Sub-Station shall be with Double-Main bus-switching scheme for 66
kV (to be modified suitably by utility).

66 kV Bus bar shall be of ACSR zebra/……………… conductor (to be filled by utility).

The equipment and materials to be supplied by the Bidder shall form a complete 66 kV Sub-
Station.

Any items though not specifically mentioned but which are required to make the switchyard
complete in all respects for its safe, efficient, reliable and trouble free operation shall also be
deemed to be included and the same shall be supplied and erected by the Bidder without any
additional cost to Employer. The following items of works are covered under scope-

 66 kV equipment including structures: Circuit Breakers, Isolators with/without earth-switch,


current transformers, surge arresters, bus-post insulators and capacitor voltage transformers.
 Sub-Station Control Room Building or extension of existing one.
 66/11 kV Power Transformer of rating as specified (16/20/25/30 MVA as specified in
BOQ)
 Structures for supporting XLPE Power Cables connected to Secondary Terminals of Power
Transformer.
 11 KV ……….. MVAR Capacitor bank, isolator, series reactor & associated equipments for
……..banks of ……….. MVAR with structure (details to be filled by utility).
 100 kVA, 11 kV / 415V Station Transformer.
 11kV metal clad indoor switchgear with draw out type VCB, CT and PT, all control,
protection and mimic arrangement.
 Vacuum Contactor Panel for capacitor feeder.
 DC System: 220V.
 66 kV Sub-Station including internal roads, drains, boundary wall, gates, Barbed wire fencing
for complete substation boundary & Chain Link fencing for Switchyard, Borewell, oil sump
pit, Geo Technical Survey, soil investigation, Soil filling & compaction including construction
Part -2 : Employer’s Requirements 70

of retaining wall for Civil Works as required.


 Supply & Erection of material for all Civil Works including equipment & gantry structure
complete for 66KV outdoor yard equipment for transformer bay & line bay including earthing
system & lightening protection etc. Erection including supply of material for transformer
foundation, cable trench extension, fire wall for new power transformer.
 66 kV Sub-Station Materials.
 ACSR Zebra Conductor.
 G.S. Earth wire.
 Insulators and Hardware.
 Clamps, Connectors and Spacers.
 Bay Marshalling Box.
 Fire Fighting Equipment
 Complete earthing grid for a system fault current of 31.5 KA and 1s duration (to be modified
suitably by utility if required), earthing of all switchyard equipment including transformers
and direct stroke lightning protection system and its connection to earthing grid.
 Bidder shall make earth resistivity measurements at site and design the earthing grid as per
latest edition of relevant standards.
 Complete Direct Stroke Lightning Protection using Lightning Mast and/or shield wire and its
connection to earth mat.
 Power & Control cables, cabling (including inter pole and inter panel), Cabling between
equipment and panels, cable support angles, cable trays and accessories necessary for cable
erection such as glands, lugs, clamps for cables, ferrules, cable ties, hume pipe etc., cable
route markers for buried cables, cable trench with covers also included in the scope.
 Power & Control cable schedule & termination schedules shall be prepared by the Bidder.
 Internal and outdoor lighting system for control room building and 66 kV Sub-Station. The
substation area inside the fencing should be illuminated provided with 100 Watts LED flood
light fittings. Tubular poles 12m high as per IS: 2713 (Latest Version) shall be used for
installation of area light fixtures in Urban as well as Rural substations. Internal electrification
of the control room includes provision of fans, exhaust fans, LED illumination fixtures,
switches and sockets. Control Room lighting shall be designed to ensure 300 lux illumination
level through LED lamp fittings. The bidder shall submit calculation for achieving the above
illumination before start of lighting work for approval of project manager.
 Control, protection and metering system.
Part -2 : Employer’s Requirements 71

b. Services and Items:

The scope includes but not limited to the following services/items described herein and
elsewhere in specification:

a) System design and engineering


b) Supply of equipment and material
c) Civil works
d) Structural works
e) Erection works
f) Project management and site supervision
g) Testing and commissioning
h) Clearances from statutory authorities.

c. System Design and Engineering:

i. The Bidder shall be responsible for detailed design and engineering of overall system, sub-
systems, elements, system facilities, equipments, auxiliary services, etc. It shall include
proper definition and execution of all interfaces with systems, equipment, material and
services of Employer for proper and correct design, performance and operation of the project.
ii. Bidder shall provide complete engineering data, drawings, reports, manuals etc. for Employer’s
review, approval and records.
iii. The scope shall also include the design and engineering as per details elaborated elsewhere in
this specification.
iv. The Bidder shall carry out earth resistivity measurements at the switchyard site
v. Relay setting calculations shall also be submitted by the Bidder for approval.
vi. For all civil and structural works, the Bidder shall carry out design calculations; prepare all the
detailed construction and fabrication drawings.
4.00 Arrangement by the Contractor

Contractor shall make his own necessary arrangements for the following and for those not
listed anywhere else:

1. Distributions of power supply at all work areas in the substation premises.


2. Construction of office and store (open & covered)
3. Construction of workshop and material/field testing laboratory
4. Fire protection and security arrangements during construction stage

5.00 Civil works:


Part -2 : Employer’s Requirements 72

Details scope under civil works have been provided in this Part 2, Section 6 – “Civil Works
and Soil Investigation” mentioned subsequently.

6.00 Basic Reference Drawings

The reference drawings, which are indicative of the type of specifications Employer intends to
accept, shall be developed by Contractor and approved by Project Manager. 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 required for the substation.

13.3. New 33/11 kV Power Substation

1.00 Electrical Details of New 33/11 KV Grid Substations –

Nos of proposed
Name of Proposed 33KV line
No Division Capacity in KVA 11 KV outgoing
Substation LILO or Radial
feeders

2.00 Following works are in the scope of Employer and shall be executed by Project Manager:

a) Acquisition of land for the substation and its possession to start constructional activities,
b) Approach road to the substation land,
c) Leveling of the substation land,

d) Construction of retaining wall wherever required including cutting, digging or filling of earth
as required,

e) Availability of up-stream source and plan for incomer 33 KV line (if the same is not part of
package)
f) General layout of the substation

g) Three (3phase) 415V AC power supply at one point on Contractor’s expense & as per
prevailing electricity tariff provided LT network is available in the vicinity of the proposed
substation.
Part -2 : Employer’s Requirements 73

h) Space for construction office & store yard for agency provided free of charge provided it is
available at site.

Since above works are not covered under substation works, Employer/Employer shall provide
all above input before start of substation work by turnkey Contractor. A format protocol note
for handing over/taking over of sub-station land, approach road, retaining wall(wherever
needed) and layout plan shall be signed between Project Manager and authorized
representative of Turnkey Contractor.

3.00 Types of substation: Two types of substations are envisaged under this head as per following:

a. Partly-Outdoor substation – in this type, 33KV section comprising breakers, isolators, 11/0.4
KV station transformer, CTs, PT, Lightening Arrester, Power Transformer & 11 KV Capacitor
Bank, 33KV gantry shall be installed in out-door switch yard. Control panels of breakers shall
be installed inside the control room. All 11KV equipment like CTs, Breakers and control
panels, feeder meter shall be installed inside the control room. 11 KV cables shall be used for
connection of power transformer and breaker and Breaker to outgoing isolators. 11KV feeder
isolators and 11KV Lightening Arresters shall be installed outdoor.

b. Fully-Outdoor substation – in this type, all 33KV and 11 KV equipment comprising


Breakers, Isolators, CTs, PT, 11/0.4 KV Station Transformer, Lightening Arrester, Power
Transformer, metering equipment and 11 kV capacitor bank shall be installed in substation
yard i.e. outdoor. Control panels and feeder meter shall be installed indoor. Fully outdoor
substation shall be constructed using H-beam support or gantry structure supports as decided
by Project Manager.

4.00 Power Transformers:

Power Transformers shall be 33/11 kV, 3 ph, 50 Hz, ONAN, Cu Wound, Outdoor
Conventional type Power Transformer along with transformer oil, Buchholtz relay, breather,
OTI & WTI, Marshalling Box, Conservator tank, oil level indicator, valves, Vent explosion
plug, control wiring between sensing equipment and marshalling box, cable supporting tray on
the body of transformer, transformer wheels, LV/HV bushing etc as required. Following type
and capacity of power transformers are envisaged under the scheme:

a) 1.60 MVA without tap changer


b) 3.15 MVA without tap changer
c) 5.00 MVA with off load / on load tap changer
d) 6.3 MVA with off load / on load tap changer
e) 8.00 MVA with off load / on load tap changer
Part -2 : Employer’s Requirements 74

f) 10.0 MVA with off load / on load tap changer


g) 12.5 MVA with off load / on load tap changer
Or any other rating as per latest Indian Standard Specification. Corresponding bus
conductor, gantry structures, LA, CT, Breaker, Isolators, Earth-switch, Power Cables may be
added as per the requirement of the equipment.

Transformer foundations shall be designed by turnkey Contractor considering manufacturer’s


recommendations. Cement concrete including reinforcement steel shall be used for the
foundation. Project Manager shall approved design and drawings of foundations. Proper
shuttering, vibrator, curing shall be performed while constructing the foundations. Transformer
rails shall also be provided for mounting of transformers on wheels.

2 sets of 50x8 mm galvanized neutral earthing strips shall be supplied with the transformer
along with braided copper conductor links for connections at bushing ends. Two distinct earth
connection shall be provided for neutral earthing. The earthing strips shall be mounted on
11KV post insulators. An isolating link shall be provided on individual earth strips for testing
purposes.

Transformer protective equipment like OTI, WTI and Buchholtz relay shall be tested during
pre-commissioning stage. Their electric connection upto marshalling box shall be performed as
per Original Equipment Manufacturer recommendations. Cable tray shall be installed for
laying of control cable shall be laid on cable tray on transformer body so that cable shall not
get heated by transformer temperature. While commissioning the transformer tripping of
breaker through all these equipment must be checked.

5.00 Breaker:
33 kV & 11 kV Vacuum Circuit Breakers shall be used for protection and control of power
circuits. In partly outdoor substation, all 11 KV switchgears shall be indoor mounted type and
33 KV breakers shall be outdoor mounting type whereas in fully outdoor substation, 11 KV as
well as 33 KV breakers shall be outdoor mounting type. In both the type of substation, control
panels shall be indoor type. Outdoor breakers are to be supplied with Current Transformers.
The outdoor mounting type breakers shall be supplied with its mounting galvanized steel
structures.

Detailed cable schedules, termination details and circuit diagrams of control panels,
transformer marshalling box, breaker marshalling box, and capacitor banks equipment shall be
prepared and submitted by turnkey Contractor for approval of Project Manager before
commencing the work.
Part -2 : Employer’s Requirements 75

Cement concrete including reinforcement steel shall be used for the foundation. Project
Manager shall approved design and drawings of foundations. Proper shuttering, vibrator,
curing shall be performed while constructing the foundations for breaker.

Permanent maintenance platform shall be constructed for outdoor breakers and CT. Project
Manager shall approve design of platform.

Control wiring between CT/breaker and control panel for outdoor mounting breakers/CT shall
be routed through Junction box. Metallic Junction box shall be installed on support gantry
structure of substation or on MS angle (50x50x6 mm) support. The boxes are to be erected,
electrically connected with the existing system, properly earthed, and labeled. The test report
of pre-commissioning checks shall be prepared and submitted. All CT terminals are to be ring
type and other terminals are of 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 Junction box 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 shall be provided of 10mm dia.

6.00 Station Transformer:

100 KVA, aluminium / copper wound, 11/0.4 KV (or 33/0.4 KV) Station Transformers shall be
installed on DP structure made of H-Beam 152x152 mm 37.1 kg 8 meter long or parallel
flanged beams WPB 160X30.44. Outdoor type Distribution Box/SMC Distribution Box/SMC
Distribution Box/SMC Distribution Box complying to IS 13410 for station transformer shall
be comprising of 200 A switch fuse unit, 6 Nos SP MCCB– 90 A, 2 Nos 32 A SP MCCB, 3-
ph, 63A, contactor controlled yard lighting timer unit, tri-vector electronic energy meter
(mounted in separate metallic LTCT cum meter box) with suitable CT, control/power cabling
and terminals, 1 No 20 A Industrial socket and switch for local power supply requirements,
mounting channel, clamps and hardware.

The Station Transformer substation shall be provided with Station Class LA, 33KV / 11KV AB
Switch and 33KV / 11KV DO Fuse. Except type of Distribution Board, Lightening Arresters,
and DP Structures, all other scope of work as mentioned under 100 KVA capacity Distribution
Transformer work shall be the scope of work under 100 KVA Station Transformer on LT side.

7.00 Gantry structures:

There are two type of gantry structures envisaged under the scheme.
Part -2 : Employer’s Requirements 76

a) Gantry structures made of H-Beam 152x152 mm 37.1 kg 8 meter long or parallel flanged
beams WPB 160X30.44 kg/m, double MS Channel 100x50mm for bus bar supports (Beam),
65x65x6mm angle for cross arms/supporting structures and 50x8mm flats for clamps along
with hardware items duly painted etc., and

b) Gantry structures made of Lattice structures of equal angles sections, flat as per approved
drawings. State practices are to be adopted in the design. All structural steel members and bolts
shall be galvanized after fabrication as per IS:4759 and zinc coating shall not be less than
610gm/sq. meter for all structural steel members. All L45x45x5 will have 23 mm back mark.
All L50x50x6 will have 28mm back mark. 3.5mm spring washers are to be used under each
nut, structural steel shall conform to IS 2026. All weld shall be 6mm filled weld unless
specified otherwise. All nuts and bolts shall be of property class 5.6 of IS 1367. Plain washers
shall be as per IS 2016 & spring washers shall be IS: 3063.

The gantry steel structures materials shall be hot-dip galvanized thoroughly internally and
externally as per according to IS: 2629 and IS: 2633 (with latest amendments). Galvanizing
shall be checked and tested in accordance with IS: 2633.

The gantry 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.

0.5m3 cement concrete in mixture 1 part cement, 3 part coarse sand, 4 part 20mm size
aggregate stone chips (1:3:4) shall be used in all the types of gantry supports.

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 provider. While starting work of support erection,
gang wise shutting and mobile vibrator shall be offered for inspection to Project Manager.
Part -2 : Employer’s Requirements 77

While erecting support, mercury level gauge must be used to ensure vertical erection of
support.

300x300mm X 12” inch height muffing shall be provided on gantry support to prevent direct
entry of rain water along the support. Cement Concrete of 1:2:4 (1 part Cement, 4 parts coarse
sand and 4 parts 20mm aggregate stones chips) shall be used for individual poles.

8.00 AC Distribution board (ACDB)

415 Volts, ACDB (IP 54 protection) shall be indoor floor mounted with mounting
arrangements, three phase-neutral voltmeter, three phase ammeter and Selector switches, 63
Amps TPN switch fuse unit in incomer circuit, 32 Amps TPN switches in outgoing circuits
equals the number of indoor breaker control panels plus number of outdoor VCB kiosk panel
and having 20% spare outgoing circuits, etc. Alternatively, ACDB can also be erected on
separate MS frame made of 50x50x6 angle.

Substation flooring shall be provided with suitable inserts to fix ISMC 75 channel. This
channel shall hold ACDB board. The board shall be installed on indoor trench. Cables shall
have bottom entry. The board shall be grounded by 50x6mm GI strip at two distinct
connections.

9.00 DC Distribution board (DCDB)

Indoor floor mounted,IP 54 protection, two pole 100 Amp 2 pole DC Switch Fuse unit as
incomer, two pole 40 Amp Switch Fuse units in outgoing circuits equals the numbers of indoor
breaker control panels plus numbers of outdoor VCB kiosks panels plus control room lighting
panel and 20% spares outgoing circuits. Direct Current Distribution Board shall be installed in
each substation. It would comprises of DC volt meter including mounting arrangements etc as
required as per technical specifications, approved drawings and scope of works. Alternatively,
DCDB can also be erected on separate MS frame made of 50x50x6 angle.

Substation flooring shall be provided with suitable inserts to fix ISMC 75 channel. This
channel shall hold DCDB board. The board shall be installed on indoor trench. Cables shall
have bottom entry. The board shall be grounded by 50x6mm GI strip at two distinct
connections.

10.00 Cables:

a. Control cables: 1.1 KV grade 2.5 mm2 PVC insulated and PVC sheathed, armored, stranded,
copper control cable with 2 core, 6 core and 10 core are envisaged in the substation.
Part -2 : Employer’s Requirements 78

b. HT Power Cables: In partly outdoor substation, 11KV XLPE Cables shall be used as per
following requirements;
 Between Power Transformer and Main transformer breaker
 Between Feeder breaker and outdoor feeder DP structures
 Between capacitor bank switch and capacitor bank

c. LT Power cables: 1.1 KV grade, armored, stranded, aluminum power cable PVC insulated and
PVC sheathed with complete accessories as per detailed engineering

 3.5Cx150mm2 (between station transformer & Distribution Box/SMC Distribution Box/SMC


Distribution Box/SMC Distribution Box)
 3.5Cx70mm2 (between Distribution Box/SMC Distribution Box & yard recepticles)
 3.5Cx35mm2 to be used from Station Transformer Distribution Board to:
 Control room building Internal Electrification DB,
 ACDB Board,
 Tube well Start Panel,
 Outdoor area lighting control and distribution panel
 2 core x16 mm2 for supply to area lighting masts.

d. LT cable for Internal Electrification works: following cables shall be used for internal
electrification purpose:

 1.1 KV PVC insulated PVC sheathed ISI marked, IS 694, 10mm 2, copper conductor, stranded,
for internal electrification works between main DB and Sub DB or Sub DB to switch board,
 1.1 KV PVC insulated PVC sheathed ISI marked, IS 694, 2.5mm 2 /4.00mm2, copper conductor,
stranded, for internal electrification works light & Fan and Power circuits respectively,
 1.1 KV PVC insulated PVC sheathed ISI marked, IS 694, 4.00mm 2, copper conductor, stranded
weather proof cable for connection between outdoor area lighting luminary fixtures and its
junction boxes,

Power Cables are to be laid as per best engineering practices. Power and control cables are to
be laid in different alignments in cable trench. However, in case power/control cable is
required to extend up to the equipment where cable trench is not constructed, they shall be laid
in underground trench of width 300 – mm wide, provided with 2 nd class brick protection
(Approx. 10 bricks per meter length of laying) and sand protective covering (200 mm thick)
and laid at the depth of 750mm minimum for LT cables and 1000mm for 11 kV cables. Laying
specification of cable shall be as detailed in CPWD specification of laying power cables.
Suitable loop length of 1.5 meter to be kept at the end points. Excessive loop lengths shall not
be paid.
Part -2 : Employer’s Requirements 79

11.00Metering & metering equipment:

Following two types of metering equipment are envisaged in the work comprising of:

a. 33 kV/110 V Metering equipment (CTPT unit) with CT of ratio 400-200/5 A


b. 11 kV/110 V Metering equipment (CTPT unit) with CT of ratio 300-150/5 A

Meter shall be HT trivector DLMS compliant category suitable for substation/feeder metering.
Meter shall be 3 ph 4 w 110 V 5 A accuracy class 0.5s with GSM (GPRS compatible) modem.

12.00Junction Box and Control Cabling:

Junction box is to be installed on support gantry structure of substation or erected on separate


galvanized steel structures in the yard nearer to metering equipment. The boxes are to be
erected, electrically connected with the existing system, properly earthed, and labeled. The test
report of pre-commissioning checks shall be prepared and submitted.

All CT terminals are to be ring type and other terminals are of 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 Meter-cum-meter box are to be earthed using 8 SWG GI wire direct connection to the
earthing. 2 Nos Earthing bolts on the distribution boards shall be provided of 10mm dia.

13.00 Capacitor banks:

Capacitor banks of 600 KVAr, 1200 KVAr and 1500 KVAr capacity shall be provided with
3.15 MVA, 5.0 MVA and 8.0 MVA capacity power Transformer respectively. Capacitor bank
shall comprises of switching vacuum circuit breaker, current transformers (100-50/5-5A), fully
automatic control panel mounted inside the substation buildings, 11 KV residual voltage
transformer, 11 KV three phase Isolator, Earthing system, capacitor banks complete with
individual fuses, interconnection mounting rakes, external fuses mounting arrangement, base
insulators & accessories, 3 Nos. 11 KV single phase Metal oxide (Gap less) lighting arresters,
isolators etc as per requirements. Hot dip galvanized mounting structure made of sections of
100x50x6 mm channel or 75x40x6 mm channel or 75x75x8 mm equal angles only.

14.00 DC emergency lighting:


Part -2 : Employer’s Requirements 80

At-least four Philips make LED bulbs are to be provided of 7 watts {2 Nos in control room, 1
No in station battery room, 1 No in yard area). These bulbs shall be fed by DC station battery.
The wiring of these bulbs shall be so designed that it will automatically turn ON in event of
failure of normal power supply. Provision for putting these bulbs OFF by operator is also to be
provided. Wiring is to be performed concealed using PVC insulated PVC sheathed 2.5 mm 2
stranded copper wire. An automatic change over switch is envisaged for this purpose. This may
be installed at prominent location, generally easily approachable by operator in the substation
control room.

15.00Station Battery and battery Charger:

Station battery are to be supplied with wooden racks made of teak/sal wood planks of thickness
not less than 25mm, support legs made of size not less than 2 inches X 2 inches. The battery
may be placed on two-tier formation of stand. The construction of battery rack shall suit site
conditions of their placement. The rack shall be painted with three coat of acid proof paint of
reputed make as approved by Project Manager. No metal fasteners / nails shall be used for
construction of battery racks. The stand shall be supported on insulators to obtain necessary
insulation from the earth and there shall be insulators between each cell and stand.

Initial charging of stationary battery shall strictly be as per Original Equipment Manufacturer
(OEM) recommendations. Detail charging and discharging cycle readings shall be recorded
and submitted to Project Manager for approval.

Battery room shall be provided with exhaust fan of air displacement capacity more than six
times volume of battery room per hour. Wooden doors and windows shall be provided in the
battery room. Anti-acid tiles shall be used in the floor and upto six feet height of the wall of the
battery room.

The battery connections / terminals are to be cleaned and provided with petroleum jelly.
Terminals hardware is to be provided with connecting cables. The inter-battery wiring cable
shall be neatly dressed using cable ties, clamped and wired using ferrules, tag mark. New
battery sets are to be provided with battery chargers as per detail specifications enclosed.
Interconnecting cables and power supply cables originating / terminating at the battery charger,
shall be neatly dressed using cable ties, clamped and wired using ferrules, tag marks, double
compression glands etc as applicable. Connecting cable and associated materials needed for
commissioning of charger shall be treated as part of the battery charger. 1.1 KV multi-strands,
30 sqmm, copper conductors, PVC insulated and PVC sheathed cable for DC wiring between
DCDB and Battery bank.

The agency shall provide following equipment at all the substations:


Part -2 : Employer’s Requirements 81

a) Two copies of battery instruction sheet duly laminated,


b) Two sets of ISI marked electrical hand gloves,
c) One cell testing voltmeter 3 – 0 – 3 volts,
d) Two syringe hydrometers
e) One thermometer with specific gravity correction scale,
f) One set of suitable spanners,
g) Two acid resistant funnel,
h) One acid resisting jar of 2 liters capacity,
16.00 Outdoor type Current Transformer and Potential Transformer:

Outdoor type CTs are to be erected on supporting structure provided on the breaker structure or
suitable structure as per state practices. Potential Transformers shall be erected on gantry
structures and connected with bus. In both the case, separate metallic Junction Box shall be
installed on support gantry structure of substation or erected on separate galvanized steel
structures in the yard nearer to equipment. The boxes are to be erected, electrically connected
with the existing system, properly earthed, and labeled. The test report of pre-commissioning
checks shall be prepared and submitted for approval of Project Manager.

All CT terminals are to be ring type and other terminals are of 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 in the junction box keeping 20% each spare ring type/fork type
terminals.

The junction box shall be earthed using 8 SWG GI wire direct connection to the earthing. 2
Nos Earthing bolts on the junction box of 10mm dia.

Testing and pre commissioning checks shall be conducted in accordance with OEM
recommendations and as approved by the Employer. Terminal connectors at HT as well as LT
side shall be provided with the CT/PT equipment.

17.00 Control Panels:

New panels as per the requirement of protection like feeder protection, transformer protection
or incomer protection are to be supplied with each newly supplied breaker:

a. In case of fully outdoor type substation, control Panel to be erected on ISMC75 (75x40x6 mm)
MS channel duly welded on MS angle inserted on indoor trench. Panels shall then be properly
aligned, Cables shall enter with double compression glands, codified, lugged, and dressed.
Part -2 : Employer’s Requirements 82

b. Breaker cum control panel shall be erected on ISMC 100(75x50x6 mm) MS channel duly
welded on MS angle inserted on indoor trench. Panels shall then be properly aligned, Cables
shall enter with double compression glands, codified, lugged, and dressed.
c. Functional checks shall be performed on the control panel as per control wiring diagram.
d. All alarm, annunciation and trip circuits / indication & alarm circuits shall be tested and made
operative,
e. The indication lamp shall be LED type lamp as per given specifications and shall be made
operative,
f. Indicating instruments shall be calibrated,
g. Grounding of panel at two different locations by 50x6mm flat shall be provided. ,
h. Control relays shall be calibrated and checked for tripping and closing operations,
i. Pick up time / trip time and tripping at normal and reduced voltages shall be checked, properly
adjusted and recorded,
j. Latching arrangement of relays shall be checked for operation,

18.00 Lightning Arrester:

Station Class LAs will be used in 33 KV and 11 KV with base steel structure, terminals bi –
metallic connectors / PG clamps and earth connectors. LAs are to be connected with separate
earth connection using 50x6mm GS flat. All LA terminals / connections are to be tightened.
All lightening arresters installed in grid substations shall be Station Class Lightening Arresters.

19.00 Internal Electrification:

Indoor Distribution Board having 63A TPN MCB, outgoing MCBs of suitable ratings for
power and light & fan circuits are to be installed. Internal electrification of the control room
includes provision of fans, exhaust fans, LED illumination fixtures, switches and sockets.

Two nos separate 3 m long 40 mm dia earthing shall be provided for internal electrification
works. 8 SWG GI wires shall connect following equipment:

a. Main Distribution Board and Sub-Distribution Boards,


b. ACDB, DCDB, Battery Chargers each at 2 distinct locations

Internal Electrification works’ wiring shall be provided with single core PVC insulated & PVC
sheathed 2.5 mm2 stranded ISI 694 marked copper flexible wire (for light and fan circuits) and
4.0 mm2 stranded ISI 694 marked copper flexible wire (for power points) in conceal
arrangement in 25 mm dia 2 mm thick PVC ISI marked pipe and 2.5mm thick switch boards in
flash arrangement. Neutral links are to be used in each switchboards. Jointing in neutral
conductor other than at switching board shall not be permitted.
Part -2 : Employer’s Requirements 83

Iron junction box made of 18 gauges CRCA sheet shall be used for switchboard; 2 mm thick
cotton impregnated hylum sheet is to be used for the purpose of switch board. ISI marked
switched and sockets are to be used for Internal Electrification works. Earth wire must be made
available duly connected with earth circuit for Earthing in each and every switchboard.

Reputed make indoor double door Miniature circuit breaker DB fitted with Miniature Circuit
Breakers of MDS/ Havells/ Standard make or equivalent ISI marked shall be used for the
protection. Reputed make LED fittings and 5-star energy efficient BLDC fans are to be used
for the substation. These materials are to be procured from authorized dealer of the materials
manufacturers only. Documentary evidence may be submitted for source of supply of all
electrical materials. Before procurement of materials Project Manager shall approve make, type
and quality of materials.

Control Room lighting shall be designed to ensure 300 lux illumination level through LED
lamp fittings. The bidder shall submit calculation for achieving the above illumination before
start of lighting work for approval of project manager.

20.00Yard Lighting:

The substation area inside the fencing shall be illuminated provided with 100 Watts LED flood
light fittings. Each fitting and its Junction box enclosures shall be IP 55 protection type. Water
and vermin proof-ness is a must. At least 4 Nos. fittings at all the four corners shall be
provided. Acceptable make of fitting, fixtures and lamp are Philips, Crompton, Alstom, and
Bajaj only.

Area light supply from Substation DB to be extended through 2X16 mm2 PVC insulated PVC
Sheathed aluminum stranded armored power cable laid in underground trench of width 300 –
mm wide, provided with 2nd class brick protection (Appro. 10 bricks per meter length of
laying) and sand protective covering (200 mm thick) and laid at the depth of 750mm minimum.
Laying specification of cable shall be as detailed in CPWD specification of laying power
cables. Suitable loop length of 1.5 metre to be kept at the end points.

Pole mounted junction box (and not the Control Gear Box supplied with the fitting) shall be
made of 2mm thick CR steel sheet of size 300X300X200mm fitted with SPN terminal block of
32A capacity, 10A SPN miniature circuit breaker of ISI mark and reputed manufacture. The JB
shall be hot dip galvanized. The JB shall also conform to IP 55 protection for enclosure.
Neoprene gasket shall be used in JB. 2 Nos. earthing terminals of 10 – mm dia shall be
provided with 25X6mm size of mounting clamps. Bidders shall get JB drawing approved
before start of manufacturing.
Part -2 : Employer’s Requirements 84

4 Sq.mm, 1100V grade, weather proof three core (One core for phase, one core for Neutral and
one core for earthing) aluminum stranded flexible conductor PVC sheathed and PVC insulated
cable conforming to IS 694 shall be used for connection of fitting and its Control Gear Box
from pole mounted Junction Box. Control Gear box must provide ISI approved components.
Copper wound heavy chocks shall be acceptable.

Tubular poles 12m high as per IS: 2713 (Latest Version) or WPB 160x23.83 kg/m parallel
flanged beams. embossed with ISI certification mark and pole designation shall be used for
installation of area light fixtures in Urban as well as Rural substations. Pole shall be designated
as 410 – SP - 60. Poles and fitting structures shall be painted with two coat of anti – rusting
bitumen paint inside and outside up to the planting depth and two coat zinc oxide paint
followed by 2 or more coats of aluminum paint of approved make, brand and shade on portion
of pole which will remain above ground level.

Steel tubular Poles/Wide Parallel Beams shall be hot-dip galvanized thoroughly internally and
externally as per according to IS: 2629 and IS: 2633 (with latest amendments). Galvanizing
shall be checked and tested in accordance with IS: 2633.

Steel tubular Poles/Wide Parallel Beams 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.

21.00ACSR / AAAC Conductor:

Following ACSR conductors (or equivalent AAAC conductor) are envisaged for bus bars,
jumpers, droppers:
Part -2 : Employer’s Requirements 85

a. 6/4.72 mm + 7/1.57 mm (100 sqmm Dog conductor),


b. 30/2.59 mm + 7/2.59 mm (150 sqmm Wolf conductor), and
c. 30/3.00 mm + 7/3.00 mm (200 sqmm Panther conductor)

Conductor shall be provided with hardware fittings, T-clamps, bi-metallic clamps and PG
clamps as per requirements. T – Clamps shall be provided on each jumper on bus bars. Line
jumpers shall be provided with adequate size of PG Clamps (Two numbers PG Clamps at each
end of jumper). Clamp shall be made of aluminium grade T-1F as per IS – 8309 having good
electrical quality aluminium material and shall not be brittle in nature. Suitable Bi – metallic
clamps shall be provided at bushings of transformers and circuit breakers. Also at all those
points where joining of two different materials is found, bi –metallic clamps shall be provided.

Care shall be taken while drawing conductor from the drum. Proper roller shall be used while
handling conductors during erection.

22.00Insulator, hardware and connections to equipment:

33 KV and 11 KV polymer/porcelain Disc/Pin insulator with suitable hardware fittings shall be


used. Insulator shall be tied properly using binding wire/helical form fitting. In road crossing
and line crossing locations bridling cross arms and pin insulator shall be used.

The individual insulator shall be checked for insulation resistance before overhead line
installation. Insulator shall properly be cleaned before installation. No damage/crack insulator
shall be used.

23.00Power receptacles:

Two power receptacles are envisages in switch yard area to provide power supply to
Transformer Oil Filtration machine and other testing and commissioning related works. Each
receptacles shall house 63A MCCB as incomer, 40A 3 phase socket/switch and 1 No, 20A
single phase Industrial type socket/switch of reputed brand and type.

24.00Tube well:

Deep Tube is envisaged for all the substations. Depending on the depth of the bore, suitable
capacity of submerged pump shall be installed. Bore diameter shall be 6” which must be
penetrated vertically in all type of soil condition. Before digging the bore, soil Resistivity
needs to be checked to ascertain the location of the best site for the tube well. Following works
are envisaged under this scope:
Part -2 : Employer’s Requirements 86

 Digging bore of diameter six inches. Providing MS casing on bore up to the suitable depth
finalized during detailed engineering.
 Providing new 3 phase submersible pump 32 stages or 30 stages depending on technical
requirements.
 Providing Start Panel of reputed make like L&T, Havells or equivalent make having single
phase protection, Over load protection, Pre – set timer of L&T make, Star Delta Starter,
Indications for Load currents in all three phases, Indications for Supply voltages in all three
phases etc. Starting panel must conform to IP 52 protection for enclosure. It shall be mounted
indoor inside the Control room on 50x50x6 mm GS angle supports. Start panel must be earthed
with 2 Nos 8 SWG wires. 4 core 16 Sq mm aluminum armored cable must be used for
energizing this Start Panel.
 Three phase, 4 wires, copper flexible supply cables suitable for submersible pump operations,
ISI marked, 1100V grade shall be connected to submersible pump through underground trench
up to the well as per CPWD specifications duly protected from brick and sand cushioning.
 A Heavy-duty gunmetal wheel valve (tap) may be provided on the discharge line for drinking
water requirements.
 Provision for lifting the pump in case of overhauling / breakdown maintenance may also be
provided.
 ISI marked PVC or 2nd GI Pipes are to be used for suction as well as discharge water lines.
 An open drain must be provided in the vicinity of the tube well. Detail arrangement shall be
finalized in detailed engineering.

25.00Yard Earthing:

Earthing shall be provided with GI earth pipe, GS solid rod 25 mm dia and 75x8mm GS flat
forming earth mat. 50x6mm GI flat shall be used for earth-riser along with GI wires / Stay
wires as per requirement of Project Manager. Project Manager shall approve arrangement of
earthing network. Following arrangement envisaged for grid/earth rod/ earth pipe: (Indicative
drawing is enclosed with the document)

Description of equipment Fully outdoor Substation


Earth Pit made of 3 m long, 2 Nos for power transformer neutral direct connection,
40 mm dia GI pipe 1 No for 33 kV & 11 kV Lightening Arresters direct
connection,
3 Nos. for station transformer,
2 Nos. for indoor panels,
2 Nos. for internal electrification works of control room,
and
2 Nos. for substation fencing
Part -2 : Employer’s Requirements 87

Earth rod GI solid 25 mm dia 19 Nos (+/-) 20%


Earth mat 75X8 mm GS Flat
Laying of earth mat Below ground 0.5 meter
Earth riser 50x6mm and 25x3 mm GI Flats

Description of equipment Partly outdoor Substation


Earth Pit made of 3 m long, 2 Nos for power transformer neutral direct connection,
40 mm dia GI pipe//Chemical 1 No for 33 kV & 11 kV Lightening Arresters direct
earthing connection,
3 Nos. for station transformer,
2 Nos. for indoor panels,
2 Nos. for internal electrification works of control room,
and
2 Nos. for substation fencing
Earth circuit should not be connected with Grid
mesh/other earthing pits.
Earth rod GS solid 25 mm dia 14 Nos (+/-) 20%
Earth mat 75X8 mm GS Flat
Laying of earth mat Below ground 0.5 meter
Earth riser 50x6mm and 25x3 mm GI Flats

Standard requirements / provisions of earthing are enclosed herewith. Connections of earth-


grid / earth – pit with Lightning Arrester and Power Transformer Neutral and Transformer
body (at two distinct points) are to be made using 50X6mm GS flat. Connections of other
equipment may be provided with 8 SWG GI wire or GI Stay wire as per approval of Project
Manager. Following arrangements are envisaged for earth connection:

1. Power Transformer Neutral 50x8 mm GS Flat


(Two distinct connections)
2. Transformer Body 50x6 mm GS Flat
3. Breaker body / legs (Two distinct connections) 50x6 mm GS Flat
4. Lightning Arrester 50x6 mm GS Flat
5. Station transformer Neutral 25x3 mm GI flat
(Two distinct connections)
6. Fencing 50x6 mm GI Flat
7. Control Panels (Two distinct connections) 50x6 mm GI Flat
8. Isolator structure / handle 50x6 mm GI Flat
9. Steel structure of substation 50x6 mm GI Flat
10. Line meters 25x3 mm GI Flat
11. CT, PT and Cable Tray 25x3 mm GI Flat
Part -2 : Employer’s Requirements 88

Fencing and gate shall be grounded. Moving portion of gate shall be grounded with flexible
braided conductors of equivalent aluminum 25 mm 2 sizes of conductors duly lugged and
bolted.

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 areas with poor with poor earth resistance where it is generally difficult to perform
maintenance activities, maintenance free earth pits shall be provided.

GI flats and GI wires must be properly dressed, bundled and fixed on supporting structure at 1
to 2 feet intervals.

26.0033 KV & 11 KV Isolators:

33 KV & 11 kV, 3-ph, 3 Pin type, Horizontal Mounting type, Gang Operated, Isolator Switch
shall be installed at suitable locations as per instructions of Project Manager to isolate line
section, power transformer, bus bars etc. B Class GI pipe shall be used (without any joints) for
operation of isolator switch. Isolator Switch structure and handle must be earthed using 50x6
GI flat.
Isolator cum earth switch – The employer may also opt for 33kV and 11kV Isolator cum earth
switch, In this case the Contractor is required to make provision for its power supply, control
supply and indications in control panel.

27.00Fabricated steel items:

The fabricated steel structures materials shall be hot-dip galvanized thoroughly internally and
externally as per 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 89

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. galvanized.

28.00Hardware:

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.

29.00Fire Protection System:

Fire Buckets filled with sand: The fire buckets confirming to IS 2546/1974 filled with sand
shall be installed at two places in new s/s – in control room and in switchyard near power
transformer. There shall be 4 no. of buckets at each location in a s/s. The buckets shall be
hanging on a steel stand. The buckets and the stand shall be as per relevant standards and will
be filled with sand.
In case of 66 kV power substation, The Contractor is required to make the provision of
sprinkler system, deluge valves, jockey pumps, Diesel pump etc including oil sock pits etc.

30.00Portable Fire Extinguishers:

Carbon dioxide type and Dry chemical powder type fire extinguishers are also to be installed in
newly constructed substation. All the portable extinguishers shall be of free standing type and
shall be capable of discharging freely and completely in upright position. Each extinguisher
shall have the instructions for operating the extinguishers on its body itself. All extinguishers
shall be supplied with initial charge and accessories as required. Portable type extinguishers
shall be provided with suitable clamps for mounting on walls or columns. All extinguishers
shall be painted with durable enamel paint of fire red color conforming to relevant Indian
Part -2 : Employer’s Requirements 90

Standards. Capacities of each type shall be as indicated in the schedule of quantities. Carbon
dioxide (CO2, type) extinguisher shall of 4.5 kg for control room conform to IS:2878. Dry
chemical powder type extinguisher shall be of 6 kg capacity for control room conform to
IS:2171.

31.00Safety and operation equipment:

The substation shall be equipped with one following equipment for smooth operation and
maintenance:

a. Megger 1000 Volt (Electrically as well as manually operated) of Megger/Fluke/Motwane or


equivalent make
b. Earth resistance meter, Megger/Fluke/Motwane or equivalent make
c. Crimping tool for cable from 2.5 sqmm to 185 sqmm,
d. Torque wrench M8 to M16
e. Multi-meter Motwane make analogue type,
f. Tong tester digital 0-600A capacity,
g. Allen key set,
h. ISI marked, Discharge rod 66 KV rating with discharging copper cables & terminals – 6 Nos
i. Electrician tool box – Taparia standard kit
j. Set of D-spanners
k. 12’’ size electrical screw driver
l. 12’’ size electrical hexagonal head screw driver
m. Pipe wrench suitable for 2 ½ inch dia pipe
n. ISI marked rubber mat rated for 11 KV insulation, ¾’’ thick, size 1000mm x 2000 mm – in front
of all the control panels.

Project Manager shall approve make and type of equipment.

32.00Following details shall be provided at each substations:

For suitable information to operating staff or the other related persons visiting the substation,
following facilities shall be provided before commissioning of substation or on date of
inauguration of the substation.

 Sketch of substations electrical circuit inside the substation in white cotton impregnated 2 mm
thick hylum sheet 2x2 feet size installed on the wall,
 Notice board 3x3 feet made out of 10 mm thick water proof ply, painted suitably and provided
with 1st class teak wood ribs at the sides of 2 x ½ inches size,
 Electrical safety charts,
Part -2 : Employer’s Requirements 91

 Provision for notifying name, address, telephone numbers, qualification details etc of the
operational staff Employer intends to post at the substations and their officials in hierarchy,
 Depicting working drawings of cable terminals details and cable laying details in laminated
sheets
 Color coding of bus bars and terminal conductors of the feeders using enamel painting round
marks and labeling name of feeders, equipment, etc as defined.

33.00Others:

Buildings for substation control room – shall be 10mx12m size. Details are enclosed in the
tender drawing. The buildings should also has provision for dedicated washrooms for female
employees in addition to male washrooms.

Indoor trenches covered with 6 mm thick chequirred plates: Concrete trench are required inside
control room with 50x50x6 mm GS angle inserted at the edges for erection of control panels.
Unused part of cable trench shall be covered with 6mm thick MS chequirred plates inside
control room. At the entry point of trench in control room, proper sealing arrangement shall be
provided so as to stop entry of reptiles and rainwater inside control room through trench.

Bi-metallic connectors shall be provided wherever there is a connection between two metal
parts on all electrical equipment like 33/11 KV Power transformer, 11/0.4 KV station
transformer, vacuum circuit breakers, isolators, DO Fuse, Lighting Arrester, etc.

34.00Labelling:

Each substation equipment shall be labelled using yellow base and black indication marks
(number or digits). 40/50 mm height digits/words shall 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 and equipment to site for erection. Base painting
and marking of digits shall be performed by a skilled and trained painter using branded enamel
paint, Project Manager shall approve type and brand of enamel paint. The identification of
phases through Red, Yellow and Blue circles shall be provided on transformer, CT, PT, 33 KV
and 11 KV feeder Double Pole structures.

Control panels shall be labelled from front as well as from the back by providing serial number
and name of feeder/transformer. The color coding sign on two adjacent panels shall also be
provided with 100mm dia color circle overlapping two adjacent panel sheet for safety purpose.
Part -2 : Employer’s Requirements 92

Labeling of following information is intended by the Employer preferably in local HINDI


language:

1. Transformer capacity and designated name like T - 1 or T – 2,


2. VCB designated name
3. Identification of CT & PT
4. Color coding of bus bars, transformer terminals, feeders phases (R-Y-B)
5. Name of incoming / outgoing feeder – like 11 KV Nandlapur Feeder I
6. Warning instruction, if any, of availability of two sources of HT supply on same structure.
7. Earth pit designation and date of checking,

35.00Danger board:
Each substation equipment and structures shall be provided with a danger board as per
approved drawing. Danger board shall 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.

36.00Site Testing and Pre – Commissioning Checks:

An indicative list of tests is given below. Contractor shall perform any additional test based on
specialties of the items as per the Field Quality Plan/ instructions of the equipment
manufacturer or Employer without any extra cost to the Employer. The Contractor shall
arrange all instruments required for conducting these tests along with calibration certificates
and shall furnish the list of instruments to the Employer for approval. Detail test certificates
duly signed by Employer’s representative & agency representative of tests jointly carried out at
site before putting the equipment in use, shall be submitted by the Contractor in three copies.

Agency shall also be responsible to prepare Single Line Diagram of substations and an overall
power distribution network of the circle showing 400KV, 220KV, 132KV, 33 KV network and
point of metering. A set of drawings which includes drawing of Single phasing AB Switch,
Substation earthing arrangement are enclosed for basic information. These drawings are not
necessarily showing the exact dimensions of the substations.

37.00Equipment test records, commissioning test records and drawings –

Factory test certificates of equipment, test certificates at the time of pre-dispatch inspections,
pre-dispatch inspection reports, pre-commissioning check results and post commissioning
check results shall be compiled and provided in three sets to Project Manager for his approval
and records.
Part -2 : Employer’s Requirements 93

A copy of such test record shall be offered to electrical inspector and other inspecting officials
during his/her visit to substation for inspection.

38.00Electrical Inspection by state Electrical Inspectorate:


The substations shall be subjected to the inspection of state owned Electrical Inspectorate for
which payment of fees shall be made by Employer.

The responsibility of Contractor shall include rectification / alteration / addition of installation


as per advice of electrical inspector for successful commissioning of the substations within
timelimit.

39.00Arrangement by the Contractor:

Contractor shall project-wise make his own separate arrangements for the following:

1. Opening of a site office-cum-store,


2. Distributions of power supply at all work areas in the substation premises.
3. Construction of office and store (open & covered)
4. Construction of steel fabrication workshop and material/field testing laboratory
5. Round the clock fire protection and security arrangements for site store-cum-office during
construction stage

40.00Civil works:

Details scope under civil works have been provided in “Civil Works and Soil Investigation”
at Section 6 of Part 2.

Foundation design for power transformer, outdoor type vacuum circuit breaker, control room
building, fencing, gantry structure etc shall be submitted by Contractor. While designing OEM
recommendations must be considered. Foundation for power transformer, outdoor type vacuum
circuit breaker, control room building and fencing shall be provided with reinforcement steel.
Project Manager shall approve foundation designs.

41.00Basic Reference Drawings:

The reference drawings, which are indicative of the type of specifications Employer intends to
accept, are annexed with the specification. 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
Part -2 : Employer’s Requirements 94

alter the locations of equipment to obtain the statutory electrical clearances required for the
substation.

The enclosed drawings give the basic scheme, layout of substation, associated services,
earthing arrangement. These drawings are provided for general information only.

Note: The insulation and RIV levels of the equipment shall be as per values given in the
respective chapter of the equipment.
42.00Commissioning spares:

The Contractor shall supply spares, which he expects to consume during installation testing
and commissioning of system. The quantity of these spares shall be decided based on his
previous experience, such that site works shall not be hampered due to non-availability of these
spares. Contractor shall submit a complete list of such spares along with the bid, the cost of
which shall be deemed to have been included in the lump-sum proposal price of the package.
The Contractor, if so agreed at a cost to be negotiated may leave the unused commissioning
spares at the site for use of Employer.

43.00Recommended spares:

The Contractor shall provide a list of recommended spares giving unit prices and total prices
for 3 years of normal continuous operation of equipment. This list shall take into consideration
and shall be given in a separate list. The Employer reserves the right to buy any or all the
recommended spares. The recommended spares parts shall be delivered at the site. The list of
recommended spares to be furnished by the Bidder shall also contain the following:

1. Location of each item installed along with reference drawing number.


2. Service life expectancy of each item.
3. Offer validity period

Price of recommended spares will not be used for evaluation of bids. The prices of these spares
will remain valid for a period of not less than 120 days after the date on which the validity of
main bid expires. Whenever recommended spares are the same as mandatory spares, then the
prices of the mandatory spares and such common recommended spares shall be the same.
Further, the prices of any recommended spares shall be subject to review by the Employer and
shall be finalized after mutual discussions.
Part -2 : Employer’s Requirements 95

13.4. 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) 9 Mtr. / 11 Mtr. Long PCC Pole


b) 8 m/140 kgs PCC Poles - (PCC Pole as per state practice)
c) 13 m long galvanized H-Beam 152x152 mm, 37.1 kg/mtr
d) 11 m long galvanized H-Beam 152x152 mm, 37.1 kg/mtr
e) 11 M/13 M long Steel Tubular poles of Designation 540 SP 52 (IS 2713, Pt I, II, III 1980)
f) 9 M long Steel Tubular poles of Designation 540 SP 28 (IS 2713, Pt I, II, III 1980)
g) 11 m long WPB 160x23.83 kg/m beams
h) 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
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.
Part -2 : Employer’s Requirements 96

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.

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 97

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:

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 electrode with 2000mm
Part -2 : Employer’s Requirements 98

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.

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:


Part -2 : Employer’s Requirements 99

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
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.
Part -2 : Employer’s Requirements 100

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:

0.5m3 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 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.

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.
Part -2 : Employer’s Requirements 101

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 Sqmm dia (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.

Horizontal drilling machine shall be used for horizontal bore below railway tracks.

15.00 Quality & Quantity inspection and compliance to the observation:


Part -2 : Employer’s Requirements 102

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 103

13.5. 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 104

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 105

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 106

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, CRGO or 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 107

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/bushing upto 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 108

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 109

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 110

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 111

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 m3 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 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 112

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.

13.6. 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) 9 Mtr./ 11 Mtr. Long PCC Poles


b) 8 M/140 kgs PCC Poles (PCC Pole as per state practice)
c) 11 M long galvanized H-Beam 152x152 mm, 37.1kg/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) 11 m Parallel Flanged beams WPB 160x23.83 kg/m for hilly and urban areas

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 are to be used of suitable length. In
hilly areas where handling of material is a challenge, tubular poles or Wide Parallel Beam GI
Part -2 : Employer’s Requirements 113

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
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.

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.
Part -2 : Employer’s Requirements 114

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.

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 electrode with 2000mm long, 50 mm diameter GI pipe, GI Strip of 24x3mm
minimum.8 SWG GI wire for earthing and guarding
Part -2 : Employer’s Requirements 115

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.

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.
Part -2 : Employer’s Requirements 116

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 sqmm aluminium 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 sqmm aluminium conductor cable as incomer and 4 nos. four
core 16 sqmm conductor cables as outgoing cables.

The Distribution Box/SMC Distribution Box shall be installed only at locations where BPL
connections are provided.

10. Connection from ABC cable:

2Cx25 sqmm stranded cable or 4Cx35 sqmm stranded cable 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:
Part -2 : Employer’s Requirements 117

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.

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
Part -2 : Employer’s Requirements 118

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
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.

13.7. Augmentation and Renovation

1. 33/11 kV substation augmentation

Following types of augmentation works are envisaged in 33/11 kV substation:

a. Installation of additional 3.15 MVA Transformer with two additional bay on 11 KV side.
b. Installation of additional 5 MVA Transformer with two additional bay on 11 KV side.
c. Installation of additional 6.3 MVA Transformer with three additional bay on 11 KV side.
d. Installation of additional 8 MVA Transformer with four additional bay on 11 KV side.
Part -2 : Employer’s Requirements 119

e. Installation of additional 10 MVA Transformer with four additional bay on 11 KV side.


f. 11 KV out-door yard extension for additional bay H-beam structure.
g. 11 KV out-door yard extension for additional bay by providing PCC support (pole).
h. 33 KV out-door yard extension for additional bay by providing H-beam structure.
i. Installation of 33 KV VCB for 1.6 MVA, 3.15 MVA, 5.0 MVA Transformer.
j. Augmentation of Power Transformer without additional bay on 11 KV side 1.65 MVA to 3.15
MVA.
k. Augmentation of Power Transformer without additional bay on 11 KV side 3.15 MVA to 5.0
MVA.
l. Augmentation of Power Transformer without additional bay on 11 KV side 5.00 MVA to 8.0
MVA.
m. Augmentation of Power Transformer without additional bay on 11 KV side with old transformer
1.6 MVA to 3.15 MVA.
n. Augmentation of Power Transformer without additional bay on 11 KV side with old transformer
3.15 MVA to 5.0 MVA.
o. Augmentation of Power Transformer using old transformer with 2 no. additional bay on 11 KV
side 1.6 MVA to 3.15 MVA.
p. Augmentation of Power Transformer using old transformer with 2 no. additional bay on 11 KV
side 3.15 MVA to 5.0 MVA.
q. Augmentation of Power Transformer with 2 no. additional bay on 11 KV side 1.6 MVA to 3.15
MVA.
r. Augmentation of Power Transformer with 2 no. additional bay on 11 KV side 3.15 MVA to 5.0
MVA.
s. Augmentation of Power Transformer with 2 no. additional bay on 11 KV side 5.00 MVA to 8.0
MVA.
t. Capacitor Bank 600 KVAR - Fixed type.
u. Capacitor Bank 1200 KVAR - Auto type.
v. Capacitor Bank 1500 KVAR - Auto type.
w. Revamping of 33/11 kV substation earth mat.

Above list is of various options of substation renovation/augmentation. The list of works is


indicative. Employer shall provide location wise exact details of works to be executed on
existing substation. Accordingly, various BoQ items (extracted from items of new 33/11 kV
substations) shall be utilized. Item-wise scope of works under new 33/11 kV substations is
detailed out under scope of new substation. It shall be utilized on item to item requirement under
renovation/augmentation of 33/11 kV substation also. Under this head, only damaged/defective
items with approval of Project Manager shall be replaced by good ones. All removed
defective/damaged items and good replaced power transformers received should be returned to
employer’s stores within a time limit decided by the Project Manager in the same condition as
replaced.
Part -2 : Employer’s Requirements 120

2. Renovation/Augmentation of 33 kV line

1.00 Augmentation of 3 phase 33 kV line using additional supports matching with length and type of
existing support is envisaged on following type of supports:
i. 9.1 meter long /280 KG PCC Poles (PCC Pole as per state practice)
ii. 11 m or 13 m long H-Beam 152x152 mm 37.1 kg/m
iii. 11 M long steel Tubular poles with welded steel base plate of Designation 540 SP 52 (IS 2713,
Pt I, II, III 1980)
iv. 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-

i. 6/4.72 mm+7/1.57 mm (100 mm² Al. Area) - Dog replacing existing raccoon conductor
ii. 6/4.09 + 1/4.09 mm (80 mm² Al. Area) - Raccoon replacing existing rabbit/weasel conductor
iii. 30/2.59 + 7/2.59 mm (150 mm² Al. Area) - Wolf replacing existing dog/raccoon conductor
iv. 30/3.00 + 7/3.00 mm (200 mm² Al. Area) - Panther replacing existing dog/raccoon/wolf
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
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
Part -2 : Employer’s Requirements 121

Item-wise scope of works under renovation/augmentation of 33 kV line is detailed out under


scope of new 33 kV line. It shall be utilized on item to item requirement under
renovation/augmentation of 33 kV line also.

3. 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 Mtr./ 11 Mtr. Long PCC Poles
c. 9 m or 11 m or 13 m long H-Beam 152x152 mm 37.1 kg/m
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. 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 122

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.

4. 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 123

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 124

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 125

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, CRGO or 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
Part -2 : Employer’s Requirements 126

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/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.
Part -2 : Employer’s Requirements 127

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.
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 128

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 129

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.

14.00 Support foundation:


Part -2 : Employer’s Requirements 130

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.

5. Renovation/Augmentation of LT line
Part -2 : Employer’s Requirements 131

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) 9 Mtr./ 11 Mtr. Long PCC Poles


b) 8 m/140 kgs PCC Poles (PCC Pole as per state practice)
c) 13 m long galvanized H-Beam 152x152 mm, 37.1kg/mtr
d) 11 m long galvanized H-Beam 152x152 mm, 37.1kg/mtr
e) 11 M long Steel Tubular poles with welded steel base plate of Designation 540 SP 52 (IS 2713,
Pt I, II, III 1980)
f) 9 M long pSteel Tubular poles with welded steel base plate of Designation 540 SP 28 (IS 2713,
Pt I, II, III 1980)
g) 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.
2.16 3X95(Ph)+1X70 (bare messenger cum neutral) +1x16 (insulated Street lighting) SQ.
Part -2 : Employer’s Requirements 132

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 133

13.8. 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 134

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 135

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 136

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 137

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, CRGO or 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 138

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 raccoon is 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/bushing upto 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 139

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 140

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 141

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 142

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 m3 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 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 143

13.9. 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 power sub-station, 66 kV line, 33 kV line,
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.

In case of R&M of existing substations, Contactor shall visit site to ascertain the amount of repair
and strengthening of structures and foundations, dismantling and new construction of structures and
foundations works are to be done before quoting. Contractor must furnish the design and drawings in
support of the activities mentioned above that are to be carried out in the R&M of existing substation
site.

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.
Part -2 : Employer’s Requirements 144

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
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.
Part -2 : Employer’s Requirements 145

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.

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


Part -2 : Employer’s Requirements 146

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
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.
Part -2 : Employer’s Requirements 147

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.

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
Part -2 : Employer’s Requirements 148

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.

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.
Part -2 : Employer’s Requirements 149

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.

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
Part -2 : Employer’s Requirements 150

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

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.
Part -2 : Employer’s Requirements 151

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
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
Part -2 : Employer’s Requirements 152

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
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.
Part -2 : Employer’s Requirements 153

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.

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
Part -2 : Employer’s Requirements 154

& 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.

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
Part -2 : Employer’s Requirements 155

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.

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


Part -2 : Employer’s Requirements 156

1. Work covered under this Clause of the Specification comprises the design and
construction of foundations and other RCC constructions for 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. 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.
Part -2 : Employer’s Requirements 157

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.
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.
Part -2 : Employer’s Requirements 158

6. Design shall consider any sub-soil water pressure that may be encountered following relevant
standard strictly.

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.
Part -2 : Employer’s Requirements 159

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.

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.
Part -2 : Employer’s Requirements 160

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.

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.
Part -2 : Employer’s Requirements 161

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
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.
Part -2 : Employer’s Requirements 162

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.

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.
Part -2 : Employer’s Requirements 163

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

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
Part -2 : Employer’s Requirements 164

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

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 -
Part -2 : Employer’s Requirements 165

(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 –
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
Part -2 : Employer’s Requirements 166

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:

i.Applying and grouting a slurry coat of neat cement using 2.75 kg/m 2 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.
Part -2 : Employer’s Requirements 167

xii.Plumbing & Sanitation

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.
Part -2 : Employer’s Requirements 168

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.

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
Part -2 : Employer’s Requirements 169

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.

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.
Part -2 : Employer’s Requirements 170

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.

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


Part -2 : Employer’s Requirements 171

(i) Sewerage system shall be provided for control room building.

(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 172

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 173

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 174

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 175

13.10. 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 176

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 177

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 178

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 179

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 180

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 sqmm Stranded cables 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
stranded aluminium 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 181

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
Box upto 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 Box upto
the meter board shall be carried out as per drawings. This includes GI wire for supporting
service cables from LT Distribution Box/SMC Distribution Box upto 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 182

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 183

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 184

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 185

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 186

13.11. 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 187

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 188

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.

ContractorContractorContractor
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.Contractor.

ContractorContractor

Contractor

ContractorContractor
1.7. 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 189

13.12. Underground Cabling


1. Survey

The detailed survey shall be carried out for the approved feeders/spur lines by the Contractor and
submitted for Employer’s approval. 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 190

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 191

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 192

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 193

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.
Part -2 : Employer’s Requirements 194

13.13. Specification for erection of 66 kV M/C, D/C tower / H-frame line :

1.1. GENERAL TECHNICAL PARTICULARS FOR ERECTION OF 66 KV LINES.


1.1.1. SCOPE :
The erection work covered under these sections consists mainly of
 Distribution of all materials to erection site.
 Stub setting.
 Tower Erection.
 Cold line Stringing.
 Testing and commissioning and Guarantee of Line.

1.1.2. The Contractor shall be fully responsible for completing all the above works and till them
are taken over by the Employer.
1.1.3. The methods of erection are dealt within details, but are left to the Contractor who shall
exercise his own judgment with regards to actual handling of materials and in deciding upon the best
methods to be adopted in the erection of the towers, conductors and other materials.

1.2. WAY LEAVE/TREE CUTTING AND OTHER CONSTRUCTION :


1.2.1. The Employer will arrange for write off way and for tree cutting clearance, the Contractor
will instruct his laborers & staff to use minimum area while doing the work where there are standing
crops. No person of the Contractor should pick in items from standing crops of fruits. The Contractor
should take all possible steps to avoid or minimize damage to standing crops etc.
1.2.2. The Contractor should immediately notify and obstruction or hindrance from local
community or the local authorities in the prosecution of the work to the concerned Engineer-in-
charge, but should not deal directly in the matter. The Engineer-in-charge will arrange to remove the
obstacles as soon as possible.

1.3. ACCESS TO LOCATIONS :


1.3.1. It will be the Contractor’s sole responsibility to take the materials up to the locations
required. Any path way, temporary road or temporary bridge required will have to be provided by
the Contractor at his cost. If for any reasons the above is not feasible the Contractor at his own cost
shall have to arrange transportation by Head roads.

1.4. DISTRIBUTION OF MATERIALS :


1.4.1. The Contractor has to take delivery of tower materials/lines materials from the Employer’s
stores and transport it to the respective tower erection sites and will be responsible for any damages
to or loss of all materials at any stage during the Transportation or erection. The materials that will
be issued by the Employer will be in ‘AS IS WHERE IS’ conditions at the store centre of the
Employer in the area during working hours days. All the materials received by the Contractor shall
Part -2 : Employer’s Requirements 195

be got insured for storages and erection risk by the Contractor at his own cost. An indemnity
Bond/Bonds have to be issued by the Contractor for the materials take over by him for erection.
1.4.2. On completion of the work all surplus tower and line materials including the excess Bolts
& Nuts and stub materials shall be returned by the Contractor to the nearest respective stores of the
Employer as per the instructions of the Engineer-in-charge of the works at no extra cost to the
Employer.
1.4.3. The Contractor shall submit the complete material account immediately after the works is
completed and in case not late than one month of completion and Handing over of the line.

1.5. STUB SETTING AND FOUNDATIONS :-


1.5.1. The Contractor shall be fully responsible for correct setting of stubs in accordance with
approved methods at the exact locations and alignments and in precisely correct level; stub setting
templates to the supplied by the Employer should be used for proper setting of stubs. The Contractor
will be responsible for constructing the foundations in accordance with the design of each type of
foundations supplied to him by the Employer and as per approved final schedules.
1.5.2. The foundation work includes stone revetment, concrete or earth filling above ground level
where necessary and stacking and tamping on the site of all surplus excavated soil. Surplus stone
should be stacked within the tower base.
1.5.3. Classification of Soil :
1. Normal soil : Which can be readily removed ordinary spades, shovels viz Normal Soil,
Black cotton soil, Hard & Soft Morrum and Yellow clay.
2. Soft Rock : Literate, line stone or rock which break away chips or slabs.
3. Hard-Rock : Rock which may need chiseling or blasting.
4. wet Soil : Soil encounters in wet location.

1.5.4. EXCAVATION FOR FOUNDATION :


1.5.4.1. The tenderer should quote different rates for different types of soil. The Contractor will be
intimated the alternative that will be operated, the payment for excavation will be limited to
guaranteed volume as per approved excavation drawings that will be furnished by the Employer to
the Contractor even though the Contractor may excavates more the sake or his own convenience. If
the excavated depth is more than the depth shown in approved drawings, the additional depth should
be filled in with lean concrete (1:4:8) at Contractor’s cost.

1.5.5. CONCRETE :
1.5.5.1. The cement required shall be supplied by the Contractor approved by the Employer
1.5.5.2. All cement is used shall be accountable. If the quantity of cement utilized in the work is
observed to be more than the permissible quantities worked out bases on the finally approved
foundation drawings and subject to the maximum as per the guaranteed volumes, irrespective of the
fact that the cost of cement is recovered from the Contractor’s Bills.
Part -2 : Employer’s Requirements 196

The cement consumption for difference types of concrete shall be considered as follows:-
1. M-20 Mix (1:1.5:3) 8.2 bags.
2. M-15 Mix (1:2:4) 6.5 bags.
1.5.5.3. The sand shall be of best quality containing hard siliceous materials, clean and of snap
angular grit type and free from earth or organics matter of salts and to the satisfaction of the
Engineer-in-charge. The sand shall be washed before use. No. salty or Darkish water shall be used
for concreting.
1.5.5.4. The aggregate shall be of the best quality to the satisfaction of the Engineer-in-charge and
brakes to maximum size of 40mm for thick concrete and 20mm thin concrete section. It should also
be free from grit and dirt.
1.5.5.5. The mixture of concrete to be used shall be such as to produce a sound : compact and water
proof concrete and shall not be weaker than 1:2:4 ratio with 20mm stone metal for chimney portion
and 40mm stone metal for mass concreting pyramid portion or slab portion, unit rates may be quoted
for concrete of M-15 Mix ratio. The concrete shall be mixed as stiff as the requirements of placing
the concrete in the form of moulds with case and degree to which concrete resists segregations will
permit. Hence the quantity of water used should not be too much.
1.5.5.6. Proper forms or moulds adequately braced to retain proper shape while concreting should
be used for chimney or pyramid and slab portions. Form boxes should be water tight so as not to
allow cement cream to come out leaving only sand and jelly to form money coml. in concrete. Form
excess boxes should be cleaned and oiled before using for concreting.
1.5.5.7. All wet locations must be kept completely dewatered both during the placing of concrete
and for 24 hours after completion. There should be no disturbance of concrete by water during this
period.
1.5.5.8. Form boxes should not be removed before 24 hours after concreting. Concrete surface
where required should be set right with tick cement and mortar immediately after removal of the
forms.
1.5.5.9. After 24 hours of pouring, the concrete should be cured by keeping it continuously wet for
14 days. The pit may be back filled with selected earth sprinkled with necessary amount of water and
well consolidated layers not exceeding 150mm after 48 hours and thereafter both the exposed top
and the fill shall be kept wet for the remainder of the prescribed time.
1.5.5.10. Payment for the quantity of excavation and concreting for each type of tower shall be made
on prorate basis of actual work done subject to the maximum of guaranteed volumes as per the
approved drawings to be furnished by the purchaser.
1.5.5.11. The supply of steel for reinforcement, if required is to be supplied by the Contractor
1.5.6. EXCAVATION IN ROCK :
1.5.6.1. Where towers are to be planted in rock, suitable holes should be drilled, but if drilling is
difficult, blasting may be resorted to, but sufficient care should be taken to eliminate the possibility
of serious cracking of the rock.
1.5.6.2. Care should also be taken to minimize the concreting for filling blasted areas. Stubs may
be shortened suitably in case of drilled holes as per design drawings.
Part -2 : Employer’s Requirements 197

1.6. ERECTION OF TOWERS :


1.6.1. The superstructure of towers should be erected on foundations after 14 days of concreting.
However, the method adopted for erection of towers is left to the decision of the Contractor subject
to the condition that be takes responsibility for any damages to materials. No. tower member should
get strained or bent during erection. The tower must be truly vertical after exaction and no straining
would be allowed to bring it in alignment. Maximum tolerance in verticality that will be permitted is
one mm per 360mm of tower height. All bolts and nuts shall be made fully tight and finally the bolt
threads shall be centre purchased to avoid nuts becoming loose, punching of bolts shall be made by
chamfering the threads with centre punch at least at three places equally spaced on contact surface of
bolts and nuts.
1.6.2. Tower erection shall include erection of all accessories and fittings including attachment
for step bolts, ladders, platform, ‘U’ Bolts shackles, Hangers, strain plates etc. and punching of bolts
and nuts so that towers are completed in all respect.
1.6.3. Suitable tower extension shall be erected to get desired ground clearance whenever
required. Which have been determined at the time of final survey.

1.7. GROUNDING :
1.7.1. It is necessary that in no case tower footing resistance should be more than 10 ohms.
During dry weather.
1.7.2. PIPE TYPE EARTHING :
1.7.2.1. At location where footing resistance does not exceeds 10 ohms the pipe type earthing as
per method specified by Employer would be followed. The Contractor will have to supply all
materials required for grounding including salt, finely broken coke/charcoal, G.I. Pipe G.I. Wire
clamp & Nuts-Bolts etc.
1.7.3. COUNTERPOISE EARTHING :
1.7.3.1. In place of high receptivity soil conditions, counterpoise earthing shall be adopted as per
Employer specifications to bring down the tower footing resistance below 10 ohms. The
counterpoise earthing shall be buried 600mm below ground level and for this purpose some space
should be left out in chimney coping portion at the time of stub setting. Coping should be complete
after installation of counterpoise earthing. All materials are to be supplied by the Contractor.

1.8. INSULATOR HOISTINGS:


1.8.1. Suspension Insulator strings shall be used on all tangent type towers with deviation up to 2
and tension insulator string on all shall medium, large angle and dead end type towers on all lines.
1.8.2. Insulators string shall be assembled on ground. These shall be cleaned and examined for
their cracks ships or defective glazing (not exceeding half centimeter square) and then hoisted by
careful handling, the work will include fitting of all hard wares and fitting in their proper places and
order.
Part -2 : Employer’s Requirements 198

1.9. STRINGING OF CONDUCTOR AND GROUND WORK:


1.9.1. Before commencing of stringing work, tower healthiness certificate of each & every tower
location must be submitted to Engineer in charge in writing.
1.9.2. Before commencing of stringing work, Contractor must obtain approval of sag tension
charts showing initial and final sags and tensions for various temperature and spans.
1.9.3. The Contractor shall be responsible and will take care of proper handling of drums from
stores to site, sufficient numbers of aluminum sketch blocks shall be used for laying out the A.C.S.R.
Conductors. Necessary precautions shall be taken to avoid conductor rubbing on the ground by
providing adequate ground rollers on supports. Additional rollers shall also be provided to cross
thorny hedges, forcing and other obstructions to avoid scratching of conductors. The conductor and
ground wire shall be made to sag correctly as per stringing charts before they are finally transferred
to the hard wares for conductors and to clamps for ground wire, No joints should be made at less
than 30 meters from the tower and that no joint shall be permitted in Railway., River & Road
crossing spans. There shall not be more than one joint in a span of each conductor. All conductors
shall be stressed to their maximum working load at the time of stringing.
1.9.4. The minimum clearance between the lowest point of conductor and ground shall not be
less than required those. All compression joints should be carefully made and a record of initial and
final length of the joints, jointly signed by Contractor’s and Employer’s representatives should be
maintained. Dynamometer shall be used in tensioning the conductors, check for sag should also be
made at intervals when conductors are drawn up. Over stressing, causing damage to towers, should
be avoided care should be exercised not to over tension the conductor. An extra sag if 150mm should
be allowed at all important tension points like Railway and River crossing. After being pulled the
conductor/ground wire shall not be allowed to hang in the stringing sheaves for more than 72 hours
before being pulled to the specified sag. During the time the conductor/ground wire is on the
stringing sheaves before sagging in, it shall be ensured that the conductors/ground wire is not
damaged to wind, vibration vehicles or other causes.
1.9.5. The conductor shall be pulled up to desired sag, and left in Arial stringing sheaves for at
least one hours after which the sag shall be rechecked and adjusted, if necessary, before clipping in
an transferring the conductors from the Arial stringing sheaves to the suspension clamps.
1.9.6. Conductor shall be clamped within 24 hours of sagging in. The sag will be checked the
first and last span of the section in case of sections up to eight spans and in one intermediate open
also for section with more than eight spans.
1.9.7. The stinging sheaves, when suspended on the transmission structure for sagging, shall be
so adjusted that the conductor will be on the sheaves at the same height as the suspension clamp to
which it is secured.
1.9.8. All the line conductors shall be terminated at sub-station structures whose details shall be
furnished by the Employer, at the appropriate times, The Contractor shall fix strain insulators on the
sub-station structures.
1.9.9. P.A Rods and Vibration Dampers shall be fitted at each suspension towers before final
clamping of conductor with insulator string. Vibration damper are to be fixed using aluminum tape
Part -2 : Employer’s Requirements 199

with each clamping bolt and in correct vertical position in relation to conductor. Compression type
joints are to be used for jointing of conductors. Each part connected with joints shall be perfectly
cleaned by wire brush and properly greased before final compression. All the joints of conductors
and earth wire shall be made in the best workmanship manner and shall be perfectly straight and
having maximum possible strength.
1.9.10. Stringing work includes the hoisting insulators, fixing hardware, lifting amour rods, and
vibration dampers, making joints, repair sleeve etc. All stringing tools and hydraulic compressor
machine should be arranged by the Contractor.

1.10. SUPPLY OF MATERIALS BY EMPLOYER :-


1. G.I. Tower Material & Nut-Bolts & ACD excluding barbed wire.
2. Conductors, Earth Wire, Disc Insulators, Hardware for conductor and Earth Wire as the case
may be.
3. All jointing materials and accessories for ACSR conductor.
4. Any other items required to complete the work.

1.11. 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 200

13.14. 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 201

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 202

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 203

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 204

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 50 0C
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 205

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 206

• 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 207

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 208

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 209

 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 210

 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 211

 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 212

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,
 engraved metal plate; or
 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 213

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/ m 2 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 214

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 215

 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 216

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 217

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 218

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 219

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 220

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 221

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 222

 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 223

voltage

433 V (rms) 3 KV (rms)


11 KV (rms) 12 KV (rms) 75 KV (Peak) 29 V (rms)
13.15. Installation, Testing & Commissioning of 3-phase outdoor Switched Capacitor Bank
Scope:
1.1 This specification covers design & supply of 1.98 & 3.96 MVAR (Employer may include the
requirements as per its need) capacitor bank along with all required equipments to be installed in
33kV sub stations. The capacitor bank shall consist of capacitor bank, circuit breaker, Series Reactor,
control & relay panel, isolators, LAs, CTs and NCT, conductor, all type of necessary connectors along
with suitable mounting structure. All these equipment shall have suitable terminal/equipment connectors
as detailed in Technical specification.

1.2 The equipments to be supplied against this specification are required for vital installations where
continuity of service is very important. The design, materials and manufacture of the equipment shall,
therefore, be of the highest order to ensure continuous and trouble-free service over the years

1.3 The equipment offered shall be complete with all parts necessary for their effective and trouble-free
operation. Such parts will be deemed to be within the scope of the supply irrespective of whether
they are specifically indicated in the commercial order or not.
1.4 Configuration: The major equipments involved for each mechanically switched shunt capacitor bank
are as follows:

1. 12.65 kV, 1980 kVAr ( or any other rating as defined by Employer), 3-Phase, 50 C/s housed in
Outdoor Type CRCA Panel, Capacitor bank having two variable step of 792 Kvar & one Variable steps
of 396 kVAr. Bank shall be complete with Capacitor units of 264/132 kVAr, Aluminium busbars, Pin &
Post insulators, HRC fuses, Surge arrestor etc. with details as follows-(1) 11 kV, Aluminium Wound,
Dry type Series reactors a) 0.52 kVAr for 792 kVAr step - 6 Nos. , b) 0.25 kVAr for 396 kVAr step - 3
Nos. (2) 11 kV, 3-Phase Dry Type RVT - 1 No. (3) 12 kV 3 Phase Indoor type metal enclosed Vacuum
Capacitor switches. - 3 Nos. (4) Indoor Type Automatic Control Unit - 1 No.(5) IP 55 , Outdoor CRCA
cubicle Panel for accommodating capacitors, Series Reactor, Vacuum contactor, Surge arrestor & Fuses

2. 12.65 kV, 3960 kVAr, 3-Phase, 50 C/s housed in Outdoor Type CRCA Panel, Capacitor bank having
two variable step of 792 Kvar & two Variable steps of 1188 kVAr. Bank shall be complete with
Capacitor units of 396/264 kVAr, Aluminium busbars, Pin & Post insulators, HRC fuses, Surge arrestor
etc.with details as follows-
(1) 11 kV, Aluminium Wound, Dry type Series reactors
a) 0.52 kVAr for 792 kVAr step - 6 Nos. ,
b) 0.8 kVAr for 1188 kVAr step - 6 Nos.
(2) 11 kV, 3-Phase Dry Type RVT - 1 No.
(3) 12 kV 3 Phase Indoor type metal enclosed Vacuum Capacitor switches. - 4 Nos.
(4) Indoor Type Automatic Control Unit - 1 No.(5) IP 55 , Outdoor CRCA cubicle Panel for
accommodating capacitors, Series Reactor, Vacuum contactor, Surge arrestor & Fuses etc
Part -2 : Employer’s Requirements 224

3. 11 kV Circuit Breaker
4. 11 kV Isolator with earth blade
5 11 kV lightning Arrestors
6. 11 kV Current Transformer
7. 11 kV Neutral current transformer
8. 11 kV Single phase Current Limiting Reactors
9. Control & Protection Equipment.
1.5. It is not the intent to specify herein complete details of design and construction. The equipment
offered shall conform to the relevant standards and be of high quality, sturdy, robust and of good design
and workmanship complete in all respects and capable to perform continuous and satisfactory operations
in the actual service conditions at site and shall have sufficiently long life in service as per statutory
requirements. The dimensional drawings attached with this specification and the notes thereto are
generally of illustrative nature. In actual practice, not withstanding any anomalies, discrepancies,
omissions, in-completeness, etc. in these specifications and attached drawings, the design and
constructional aspects, including materials and dimensions, will be subject to good engineering practice
in conformity with the required quality of the product, and to such tolerances, allowances and
requirements for clearances etc. as are necessary by virtue of various stipulations in that respect in the
relevant Indian Standards, IEC standards, I.E. Rules, I.E. Act and other statutory provisions.
1.6 The Tenderer/supplier shall bind himself to abide by these considerations to the entire satisfaction of
the purchaser and will be required to adjust such details at no extra cost to the purchaser over and above
the tendered rates and prices.
1.7 The tenderer shall furnish in his offer a list of recommended spares with unit rates for each set of
equipment that may be necessary for satisfactory operation and maintenance of circuit breaker and
Isolators for a period of 10 years. The purchaser reserves right of selection of items and quantities of
these spares to be ordered. The cost of such spares shall not be considered for tender evaluation.
1.8 The tenderer shall submit a list and unit rates of all the special tools, equipment and instruments
required for erection, testing, commissioning and maintenance of the equipment. The purchaser shall
decide the quantity of tools to be ordered. Prices of these tools shall not be considered for tender
evaluation. However, the list of necessary tools/equipment which will be supplied free of cost with each
CB may be furnished separately.

1.9 11 KV Multiple switched Automatic Capacitor bank(CRCA Cubicle panel) shall be


manufactured by principle manufacturer of capacitor banks..

2.0 STANDARDS
The equipment shall conform (for performance and testing thereof) in all respects to the
relevant Indian/International Standards specifications with latest amendments thereto.

2.1 INDIAN STANDARDS


IS NO. Title
Part -2 : Employer’s Requirements 225

13925:1998 Specification for H.T. shunt Capacitor


IS 9920-2002 Vacuum Contactors/ Capacitor Switch
IS 9921 -1985 Isolator
IS 2705 Current Transformer
IS 3070 Lighting Arrestor
IS 3156 Residual Voltage Transformer.
IS 5553 Series Reactor
IEC 61000 Automatic Power Factor Controller

The other components such as VCB panel & other auxiliary equipments shall comply with
the latest version of latest Indian/International standards.

2.3 Equipment conforming to other internationally accepted standards which ensure equal or
higher quality than the above mentioned standards would also be acceptable. In such

case bidders, who wish to offer material conforming to standards other than listed above,
shall clearly bring the salient points of difference between the standards forward/adopted and
specified hereinabove. Four copies of such standards with authentic English Translation shall
be furnished along with the offer. In case of conflict order of preference shall be (1) ISS (2)
IEC (3) other standards. In case of any difference between provisions of these standards and
provision of this specification the provision contained in this specification shall prevail.
30 SERVICE CONDITIONS
The capacitor Bank to be supplied against this specification shall be required to operate
satisfactorily and continually under the following moderately hot and humid tropical climate
conducive to rust and fungus growth
 Location: - To be defined by the Employer
 Maximum ambient air temperature (deg. C) To be defined by the Employer
 Minimum ambient temperature (deg. C) To be defined by the Employer
 Average daily ambient air temperature (deg/C) To be defined by the Employer
 Maximum relative Humidity (%) To be defined by the Employer
 Maximum altitude above sea level (M) To be defined by the Employer
 Average annual rainfall (MM) To be defined by the Employer
 Isoceraunic level (days per year) To be defined by the Employer
 Sciemic level (Horigental accn.) To be defined by the Employer
 Maximum wind pressure 0kg/sqm) To be defined by the Employer

40 PRINCIPAL PARAMETER
The equipment covered under this specification shall conform to specific parameters given
below:
Part -2 : Employer’s Requirements 226

4.1 CAPCITOR BANKS

Sl. No. Item Specification

1. Nominal system voltage 11 KV


2. Rated voltage of capacitor bank 12.65 KV
Output of capacitor bank at 12.65 KV 1980 & 3960 KVAR (To be given by
4. Rated line current To be filled by Employer
5. Connection of capacitor bank Single star
6. No. of phases 3
7. Rated voltage of individual capacitor unit To be filled by Employer
8. Capacity of individual capacitor unit To be filled by Employer
9. Insulation level RMS-28 KV
Peak -75 KV
10. Maximum temp. rise over ambient 10 C
measured on container
11. Type of discharge Internally though resistor provided
within the Unit
12. Type of fuse External fuse
13. Type of installation Outdoors
14. Power loss (Tan delta) Not to exceed 0.2 watt/KVAR
subject to tolerance as per standard.

Capacitor Bank Rating:

Sl.N Transformer Rating of Steps configuration


o. Capacity Capacitor Bank kVAr X No. of Steps
(MVA) (MVAr) (Switched)
1 5 1.98 396+792+792
2 8 & 10 3.96 792+792+1188+1188
3 Any other Any other rating To be specified by
capacity as as defined by the Employer
defined by Employer
Employer

Note: The stages may be changed during detailed engineering Residual Voltage Transformer

5.0 TECHNICAL REQUIREMENT

5.1 CAPACITOR UNIT

The capacitor shall be of unit type construction suitable for indoor installation having high
dielectric strength. No sun protection will be provided. The capacitor bank shall be complete
with mounting frames, insulators and all other components for formation of capacitor bank.
Part -2 : Employer’s Requirements 227

The bank shall be open type complete with inter connecting aluminum bus bars and
adequate clearance shall be provided between phases and phase to earth..
The capacitor should be able to withstand 10% overvoltage and 30% over current (r.m.s.
value) arising due to over voltage and harmonics

5.2 ASSEMBLY
Capacitor units of 132, 264 & 396 KVAR, 7.3 single phase shall be connected in parallel
in each phase to form a three phase star connected capacitor bank. The bank shall be
mounted on a steel frame work in suitable one/two tier formation and shall be so arranged that
an individual unit of 132, 264 & 396 KVAR can be removed easily without disturbing the
complete assembly/ other units.

5.3 CONTRUCTION OF CAPACITOR UNIT

A. CONTAINER
The container shall be built from CRCA of sufficient thickness (not less than 1.6 mm) to
avoid damages to the tank in case of internal fault. It shall be of fabricated construction
with all joints properly welded and designed to withstand rough handing and should be
hydraulically tested before assembling the internal elements. It shall be adequately epoxy
pointed. The lid of container shall be properly welded to the container.
The capacitor unit shall be hermetically sealed after the entire assembly has been dried and
impregnated with suitable liquid (Dielectric.) The capacitor elements shall be thoroughly
dried and impregnated with an impregnate which has been completely refined and degasified
so as not to have any impurities or gas which may cause deterioration of the dielectric. The
impregnate used shall have low viscosity and high chemical stability and should be non-
PCB. The container shall be adequately insulated from capacitor elements. Sufficient 'Wall'
insulation shall be provided so that the capacitor units meant for use of 11 KV nominal
system can be place directly on grounded steel structures. The metallic surface of capacitor
units shall be epoxy painted making capacitor units suitable for installing outdoor under
moist tropical climatic conditions. Capacitorpanel shall be bolted type design. Capacitor
Panel shall have IP-55 Degree ofprotection. Capacitor Panel shall be Powder coated

B. CAPACITOR UNIT
The capacitor unit shall have aluminium foil as conducting layer. The dielectric used shall be
polypropylene film by using layers of polypropylene film shall have the following
compatibility criterion: -
(i) Polypropylene film shall conform to standard specification with latest amendments, for
plastic film for new generation.
(ii) Compatibility between oil film (after thermal aging at 115 C for 96 Hrs.)
The impregnate used shall be non PCB liquid with low be accumulating, rapid bio
degradation and low toxicity. Adequate number of such elements shall be assembled and
enclosed in the enclosure to form a single phase unit with terminal bushings. The air in the
enclosure and moisture absorbed by the paper shall be removed under high vacuum at
elevated temperature and replaced by suitable impregnating medium having high
permeability, high dielectric strength and non-inflammable properties.
Part -2 : Employer’s Requirements 228

C. DISCHARGE DEVICE:
Suitable discharge device shall be connected across the capacitor unit in accordance with IS:
13925. The discharge device shall reduce the residual voltage from the crest value of the
rated voltage to 50 V the or less within 10 Minutes after the capacitor is disconnected
from the source supply.

D. EARTHING CONNECTIONS:
The container of each capacitor unit shall be provided with suitable earthing terminal
clearly marked with Earth symbol.

E. MARKING:
The capacitor unit shall be provided with a rating plate and terminal markings as
stipulated in IS: 13925. The bidder shall submit the type test report along with the bid.

F. FUSES
Each capacitor element shall be protected by External HRC fuse of suitable rating
and interruption capacity so that a faulty capacitor element shall be disconnected by fuse.
The fuse shall satisfactorily operate under ambient conditions. The following requirements
shall be considered while selecting the right size of fuse.
a. Ability to withstand the maximum discharge current from healthy capacitor
element.
b. Capability of handing fault current so as to Blow off before the in case rupture
takes place thereby avoiding damage to adjoining capacitor elements/capacitor
units.

G. BUSHINGS
Bushing shall be of porcelain or polycrete and shall be jointed to the case by welding
method (Weldable type bushing) to ensure adequate and permanent seal. Leads shall be
brought out through one-piece bushing and welded to the terminal stud to make a strong and
positive electrical contract. Bushing terminal shall be of stainless steel.
Capacitors to be tested for cyclic Over voltage and 3 G test for mechanical shock &
vibration, bidder has to clarify / confirm these points in GTP

5.4 PHYSICAL ARANGEMENT OF BANK


Star point of the capacitor bank shall be ungrounded. The mounting rack arrangement shall
be such that one no. additional unit in each phase can be installed in future for increasing
capacity.

5.5 AUTOMATIC CONTROL UNIT

(a) Switching Arrangement:


The Automatic control unit shall be provided inside the control; room to
continuously monitor total load KVAR on secondary side of the transformer and shall
automatically switch ON or switch OFF the capacitor banks through the operation of 12 KV
Capacitor Switch in accordance with the parameter given in table no. 4.2 Overriding
Part -2 : Employer’s Requirements 229

provision shall also be made for electrical switching ON or OFF of the capacitor switch by
the operator from the ACU control box.

(b) Time Delay:


The switching ON operation will take place after period of 10 minutes. The
switching OFF operation of relevant steps will be instantaneous.

(c) Controls:
The Automatic control unit shall instantly switch OFF the capacitor bank in the following
contingencies occurring in any of the phases.
i) Voltage increased by 10% above the rated voltage of 11 KV.
ii) Power transformer current impedance (due to single phasing and for any other
reasons) between any of the two phases exceeding 20% of the lowest, iii) Current increases
in any capacitor unit by 30% above the rated current (only the relevant capacitor switch
will open).Current between any of the two phases of the capacitor bank differs more than 15%
of the lowest current of the 3 phases (only the relevant capacitor switch will open).

(d) Monitoring Facility:


A suitable display should be provided to indicate the capacitor current in each phases of
the complete capacitor bank on the ACU panel inside the control room. Indications shall
also be provided to indicate ON & OFF status of each capacitor bank. Along with audio
alarm indicating tripping of capacitor bank and ON /OFF,visual display window be
provided on control panel. Automatic Control unit shall have
GSM(4G/3G/2G/GPRS)/CDMA connectivity; suitable modem shall be connected
along with control unit to transfer the data to remote locations.Provision of SIM will
be under the scope of bidder.Bidder has to provide online Dashboard to the Employer
users as per their requirements, Capable to show real time data and capable to
generate MIS as per requirement .Bidder has to establish secure head end system on
cloud which will be under the scope of bidder.Data transferred from Modem to Head
end system through secure APN SIM, for the entire agreemented period.

GSM / GPRS MODEM Specifications:

• Quad-band 850/900/1800/1900MHz
• GPRS multi-slot class 12/10
• GPRS mobile station class B
• Compliant to GSM phase 2/2+
– Class 4 (2 W @ 850/900MHz)
– Class 1 (1 W @ 1800/1900MHz)
• Control via AT Commands (3GPP TS 27.007, 27.005 and enhanced AT Commands)

(e) Control Power:


The AC control voltage for operation of the ACU shall be taken from substation
battery. The required control voltage shall be 230 VAC supply.
Part -2 : Employer’s Requirements 230

(f) Temperature Variation:


The control equipment and associate circuitry shall be suitable for operation at an
ambient temperature in the range of + 5 deg C to (+) 50 deg C.

(g) Protection of ACU:


Besides in-built protection against lines surges and transient over voltages, suitable
fuses/MCB shall be provided for protection against over current. The ACU shall remain fully
functional during and after line surges and transient over voltages.

(h) Control Unit Casing:


Except for the terminals, the ACU shall be enclosed in a suitable casing so as to avoid
ingress of dust.
ACU should be installed at inside of substation on Floor mounting arrangement.

56 VACUUM CONTACTOR SWITCHES


This specification covers 11 KV, 50 Hz, Indoor type automatic Vacuum Contactor
Switch suitable for switching capacitor in steps.

(a) Applicable Standards:


Unless otherwise stipulated in this specification the Vacuum Contactor Switch shall comply
with the latest version of IS:9920 (AC Switches for voltages above 1000 V). Capacitor
should be tested by International Labs as per IEC 60265-1 (1998)

(b) Rated Voltage:


The rated voltage for the Vacuum Contactor Switch shall be 12 KV. This represents the
highest system voltage corresponding to the nominal system voltage of 11 KV 12.65 KV.

(c) Rated Current:


The standard rated normal current shall be 200A

(d) Rated Capacitive Switching Current:


The rated capacitive switching current shall not be less than 100 A Note: The
capability of the Vacuum Contactor Switch shall also take into account the parallel
switching of capacitor bank steps.

(e) Rated Short Time Current:


The rated short time symmetrical current for 1 second shall be 10KA (rms AC.
component).

(f) Rated Short Circuit Making Current: The rated making current shall be 25 KA Peak .

(g) Basic Impulse Level (BIL):


The rated basic impulse level of Vacuum Contactor Switch to earth as also across the
open terminals shall be 75 KV.
Part -2 : Employer’s Requirements 231

(h) Control Supply:


The control power for closing the Vacuum Contactor Switch shall be 230 V single phase
AC supply. The closing mechanism shall be suitable for a voltage variation of (+) 10% to (-)
20%.

(i) Design & Construction Requirement:


Type:
a. The Capacitor Switch shall be of vacuum type.
b. The Vacuum Contactor Switch shall be of three phase construction and shall be
suitable for remote operation.
c. The Vacuum Contactor Switch shall be suitable for indoor installation and shall have
sealed weather proof type construction.
d. The enclosure of the Vacuum Contactor Switch shall be provided with two earthing
terminals marked with the earth symbol.
e. The bushings provided on the switch shall have clamp type of terminals to directly
receive aluminium conductors up to 10mm dia in both horizontal and vertical
directions. The terminal arrangement shall be such as to avoid bimetallic corrosion.

(j) Operating Mechanism:


The operating mechanism shall be either solenoid or motor charged spring for which the
control supply shall be as per clause 31.

(k) Mechanical and Electrical Endurance:


The Vacuum Contactor Switch shall be capable of performing not less than 10,000
mechanical operations and 10,000 electrical operations at 100A capacitive current
without getting damaged.

(l) Marking:
The Vacuum Contactor Switch shall be provided with a legible and indelibly marked
name plate with the following:
a) Name of the manufacturer.
b) Type, designation and serial number.
c) Rated voltage and current.
d) Rated frequency.
e) Number of poles.
f) Rated short time current (symmetrical).
g) Rated making current.
h) Rated capacitive switching current.
i) Date of manufacturing.
j) Property of respective Employer

(m) Testes: The Vacuum Contactor Switch shall be subjected to the following tests in accordance
with the IS:9920 (Part-IV), & Should also be tested by international labs as per IEC 60265-
1(1998)

(i) Type Tests


Part -2 : Employer’s Requirements 232

a) Tests to verify the insulation level, including withstand tests at power frequency
voltages on auxiliary equipment.
b) Tests to prove that the temperature rise of any part does not exceed the specified
values.
c) Making and breaking tests including tests for the rated capacitive current.
d) Tests to prove the capability of the switch to carry the rated short time current.
e) Tests to prove satisfactory operation and mechanical/electrical endurance.

(ii) Routine Tests


a) Power frequency voltage dry tests.
b) Voltage tests for auxiliary circuits.
c) Measurement of the resistance of the main circuits.
d) Tests to prove satisfactory operation.

5.7 AUXILARY EQUIPMENTS


Isolator:
(i) The Isolator shall be Outdoor type, 11 KV, 400Amp, Single throw, Double break, off
load type, triple pole, Horizontal gang operated with earth switch.
(ii) Tests: The Isolator shall be type tested and shall be subjected to routine and
acceptance test in accordance with IS: 1818-1972.
(iii) The bidder shall submit guaranteed technical particulars along with their bid.

5.8. LIGHTNING ARRESTOR


(i) The specification covers the supply, delivery, erection, testing & commissioning
of 9 KV, 10 KA, Station class heavy duty, gapless, metal (zinc) oxide
surge arrestors complete along with clamps, complete fitting and
accessories for installation on outdoor type 11 KV switchgear, transmission lines,
transformers etc.
(ii) Tests: The Lightning Arrestors shall be type tested and shall be subjected
to routine and acceptance test in accordance with IS: 3070.
(iii) The bidder shall submit guaranteed technical particulars along with their bid.

5.8 B) Suitable one number RC surge suppressor shall be provide per bank inside of cubicle
panel.
LA and Isolator shall be mounted on same structure and outgoing of Isolator shall be connected
with CRCA capacitor panel through suitable power cable .

5.9 RESIDUAL VOLTAGE TRANSFORMERS


The residual voltage transformers shall be in door type, dry with primary in star and
secondary in star & tertiary in open delta formation. The neutral of the primary winding
shall kept fully insulated and would be isolated from ground. The tertiary winding in open
delta shall be used to energise the neutral unbalanced voltage withstand relay. The RVT
should be suitable to discharge the capacitor bank to voltage not exceeding as per
standards with latest amendments thereof. The RVT should be designed to with stand the
temperature rise due to energy discharge in to it capacitors in case of tripping. All the type
test as per IS including temperature rise test should be furnished.
Part -2 : Employer’s Requirements 233

RVT shall be mounted inside a cubicle.

5.10 HRC FUSES

Suitable indoor type 11 KV HRC fuses along with the mounting insulators etc. to
provide proper protection for the capacitor unit shall form part of the equipment to be
supplied.

5.11 SERIES REACTORS

0.2 % Series reactor per phase per step of capacitor rating for inrush current restriction to
be connected on neutral end as per IS: 5553. The rated voltage shall be 12 KV. The
reactor shall be dry type single phase reactors mounted on post insulators and designed to
carry 130 % of rated current continuously without exceeding the temperature rise &
shall be applicable for thermal class of insulation used. The reactor shall be mounted on
structure.
i. Tests: The series reactor shall be type tested and shall be subjected to routine and
acceptance test in accordance with IS: 5553.
ii. The bidder shall submit guaranteed technical particulars along with their bid.

5.12 CAPACITOR CUBICLE:


It shall be free standing outdoor type sheet steel enclosure fabricated from 2 mm. thick CRCA
sheets. Capacitor cubical shall be mounted on mild steel channel frame and base frame shall be
provided with mounting holes for fixing on concrete foundation. All doors and covers shall be
designed to avoid ingress of water, moisture, dust etc. and shall be provided with suitable
gaskets to achieve IP-55 degree of protection. Covers and doors shall be provided with electrical
interlocks to avoid access to live parts. Viewing glasses shall be provided to view inside parts
like fuses, contactors. CFL type internal panel lighting shall also be provided to have proper
view in the night. Capacitor enclosure shall be duly powder coated. FRP canopy shall be
provided at the top and which projects about 200 mm beyond cubicle on all sides. All LT
internal wiring shall be fire retardant cable of 2.5sq.mm. All cable entries shall be from bottom
through cable glands of suitable size. HT XLPE cable entry shall be through a cable entry box
mounted on cubicle or fixed separately on foundation and coupled to the cubicle. Necessary
Danger plate & Name plate etc shall be provided at prominent places. All other necessary
fittings and accessories should be provided by manufacturer to ensure safe and smooth operation
of the equipment.
Cubicle panel shall have provision of Internal Arc prevention as per IEC 62271-200
Cubicle panel shall be bolted type design.
Cubicle panel shall be IP 55 degree of protection.
Cubicle panel shall be powder coated.
5.13 BUS BARS AND INTERCONNECTION MATERIALS

Suitable bus bar arrangement shall be provided by the supplier and requisite quantity of bus
bar material shall be provided for the Bank. All bus bars shall be aluminum flats with
suitable cross section . Bus bar connections between Bank and RVT. Shall also be provided.
Part -2 : Employer’s Requirements 234

5.14 ACCESSIORIES

Each capacitor bank cubicle panel shall be provided with the following accessories:-

1. 2 Nos. earthing terminals


2. Clamps and connectors
3. Aluminum bus bar
4. RC Surge Suppressor one no per bank
5. RVT
6. Capacitors
7. Series reactor
8. Vacuum Contactor
9. Rating plate

All other accessories required for erection, assembly and commissioning of the capacitor bank

ACU shall be floor mounted and kept inside of substation building near to VCB panel.
LA and Isolator shall be mounted on external structure and to be kept outside.

5.15 RATING PLATE


Each unit shall be fitted with a rating plate giving clearly the particulars specified of
marking as per standards:

5.16 CLEARNCESINSTALLATION AND MAINTENCACE INSTRUCTIONS:


The supplier shall provide 3 sets of detailed instruction manuals and drawings covering all
aspects of installation and maintenance of the capacitor bank and the associated equipments.

5.17 OPERATION OF CAPACITOR BANK


a. The capacitors are proposed to be connected in 3 phase, 11 KV, 50 Hz system.
The maximum symmetrical short circuit level on 11 KV systems is 26.2 kA for
1seconds.
b. It is to be specifically noted that 1.5 & 3 MVAR capacitors banks are intended for
use at our 33/11 KV receiving substations within our distribution network.
c. Maximum permissible over voltage shall be as per standards and latest
amendments thereof.
d. Permissible increase in current loading due to any or all of the following shall not
exceed 30% of the rated current.
1. Increased voltage
2. Increased frequency
3. Non sinusoidal voltage
e. The capacitors shall be suitable for operating in temperature category 50° C as per
standards.
Note:- All the parameters which are not covered under the above mentioned
specification will be considered according to IS.
Part -2 : Employer’s Requirements 235

6.0 TESTS

6.1 TYPES TESTS


All the offered equipment shall be fully type tested by the bidder as per relevant standards
including the type tests mentioned below. Type test should have been conducted on the
similar or higher capacity of equipments for 11 KV or 33 KV class of capacitor bank from
recognized test laboratory preferably CPRI or other Govt. test labs within 5 years prior to
date of opening of bid. The bidder shall furnish four sets of test reports as per relevant
standards for each type of equipment offered. along with the bid. The offers received without
type tests shall be tested as non responsive and rejected.
a. Thermal stability
b. Capacitor less tangent measurement at elevated temperature.
c. A.C. voltage test between terminal & container.
d. Lightening impulse voltage test between terminal and container.
e. Short circuit discharge test.

6.2 ACCEPTING TEST


All acceptance tests stipulated in relevant standards and including those as mentioned
below shall be carried out by the Supplier in presence of Purchaser's representative.
a. Capacitance measurement test
b. Capacitor loss tangent measurement test.
c. Voltage test between terminals.
d. A.C. voltage test between terminal and container.
e. Tests of internal discharges device.
f. Sealing test

The method shall be subject to agreement between the Supplier and Purchaser where it is
not specified in the relevant standards. The Purchaser reserves the right to carry out any
other test (s) of reasonable nature, in addition to above mentioned tests, at works/test house
of the Supplier or any other recognized laboratory/Research Institute to satisfy that the
material compiles with the intent of this specification

7.0 INSPECTION
The inspection shall be carried out by the Purchaser at two stages of manufacture i.e.
inspection during manufacturing and final inspection and testing. The Supplier shall keep the
Purchaser informed in advance of the manufacturing programmer so that the arrangement
can be made for inspection. The Manufacturer shall grant free access to works, for
Purchaser's representative at a reasonable time. Inspection and acceptance of any equipment
under this specification by the Purchaser shall not relieve the Supplier of his obligation of
furnishing the equipment in accordance with this specification and shall not prevent
subsequent rejection if the equipment is found to be defeat/not as per this specification.
All acceptance tests and inspection shall be carried out at the place of manufacture
unless otherwise specifically agreed upon by the contractor and Purchase. The contractor
shall offer to the inspecting official (s) representing the Purchase, all reasonable facilities
without charge, to satisfy that the material is being furnished in accordance with this
Part -2 : Employer’s Requirements 236

specification. The Purchase has the rights to have the tests carried out at his own cost by an
independent agency wherever there is a dispute regarding the quality of the supply.
The contractor shall give not less than 15 days advance intimation to enable the purchase to
depute his representative for witnessing the state/acceptance tests.

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.
Part -2 : Employer’s Requirements 237

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.

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.
Part -2 : Employer’s Requirements 238

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
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.

14.FACILITY MANAGEMENT SERVICES

Bidder shall provide service for monitoring of working of capacitor bank by visiting every
installed capacitor bank location once in three months and submit report asper attached
sheet.
Part -2 : Employer’s Requirements 239

Indicative Scope of Work for Facility Management Services to be carried out for Keeping
12.65 kV, HT Capacitor bank System at 33/11kV Sub-Stations Healthy and Operational
1 Visiting each substation on quarterly basis , and log the measurement of 11 KV Incomer breaker data in following for
Sl Name Rating Incomers Date of KHW KVAH Date of KWH KVAH Tota
No of S/s of Energy Current PF1 Last PF2 betw
bank meter Recording Recording tw
serial no recor

1
2
3
.
.
n
These readings shall be MRI based and submitted to concerned Executive Engineer office for applying payment of F
2
shall be paid on quarterly basis .
During quarterly visit , bidder shall check the complete capacitor bank for any deficiency , if any deficiency is noticed
3 rectified within fortnight .In addition to this the healthiness of relay/trip circuit and proper operation in undervo
conditions should be ensured by the bidder.
At the event of any fault occurred ,shall be duly communicated to bidder by substation in charge or concerned SDO o
4 to be attended within 7 working days time , and resolution of such complaints specific to capacitor bank shall be done
complaint attend date.
To establish one office in each zone - with provision of e-mail and mobile communication connectivity and shall have
5
qualified technicians to attend faults / provide services .
6 All required spares shall be kept at FMS Zonal Centres for prompt service .
7 Any other activity required to ensure the contracted Capacitor bank System is operational for maximum time.
Part -2 : Employer’s Requirements 240

Annexure-B
General Technical Instructions

Technical Instructions of RDSS


1.1. 33 V Line support ............................................................................................. 241
1.2. 11 KV line Support and DTR Substation support ............................................ 242
1.3. Route And Terrain ............................................................................................ 242
1.4. Detailed Survey................................................................................................. 243
1.5. Profile Plotting .................................................................................................. 243
1.6. Road Crossing ................................................................................................... 243
1.7. Railways Crossings ........................................................................................... 243
1.8. Telecommunication, LT or HT Line Crossing ................................................. 244
1.9. Details En-route ................................................................................................ 244
1.10. Clearances - General ......................................................................................... 244
1.11. Electrical System Data ...................................................................................... 246
1.12. Pole Location .................................................................................................. 246
1.13. Construction ...................................................................................................... 247
1.14. Erection of DP Structure for Angle Locations .................................................. 247
1.15. Concreting ......................................................................................................... 247
1.16. Providing Of Guys To Supports ....................................................................... 247
1.17. Guy Strain Insulators ........................................................................................ 248
1.18. Fixing Of Cross-Arms....................................................................................... 249
1.19. Insulators And Bindings ................................................................................... 249
1.20. Conductor Erection ........................................................................................... 250
1.21. Tensioning and Sagging Operations ................................................................. 251
1.22. Clipping In ........................................................................................................ 251
1.23. Fixing of Conductors and Earthwire Accessories ............................................. 252
1.24. Replacement ...................................................................................................... 252
1.25. Tying Of Conductor On Pin Insulators ............................................................. 252
1.26. Kind And Size Of Tie Wire To Be Used .......................................................... 253
1.27. Rules Of Good Tying Practice .......................................................................... 253
1.28. Conductors At Different Voltages On Same Supports ..................................... 253
1.29. Earthing ............................................................................................................. 254
1.30. Anti-Climbing Devices ..................................................................................... 255
1.31. Testing And Commissioning ............................................................................ 255
1.32. River Crossing .................................................................................................. 256
1.33. Guarding ........................................................................................................... 256
1.34. Repair to conductors ......................................................................................... 257
1.35. LT Lines and Service connection ..................................................................... 257
Part -2 : Employer’s Requirements 241

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 242

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/m may 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 243

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 244

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 245

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 meter
for 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 246

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 247

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 248

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
Part -2 : Employer’s Requirements 249

are to be used in stay wires only. All stay conductors are to be provided with guy insulators as per
following specifications.
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.
Part -2 : Employer’s Requirements 250

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.

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
Part -2 : Employer’s Requirements 251

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
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
Part -2 : Employer’s Requirements 252

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.

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.
Part -2 : Employer’s Requirements 253

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.

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


Part -2 : Employer’s Requirements 254

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
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:


Part -2 : Employer’s Requirements 255

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
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.
Part -2 : Employer’s Requirements 256

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.

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.
Part -2 : Employer’s Requirements 257

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.

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
Part -2 : Employer’s Requirements 258

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 1
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 detailed specifications and drawings are available on the web site of Nigam i.e.
https://dhbvn.org.in/web/portal/new-specifications,
https://www.dhbvn.org.in/web/portal/drawings and https://uhbvn.org.in/web/portal/technical-
specs. The latest specification on the date of submission of bid will be applicable. The warranty of
equipment shall be for the period as per provisions made in the Technical Specifications of the
Nigam from date of commissioning and where the warranty period has not been specified, the
same shall be 12 months.

S. No. Description TS No.


1 HT Cables
a 3C 400 mm2 11 kV TR-XLPE Armored cable (HDPE Co-extruded Cable Duct) 111/R-3
b 3C 300 mm2 11 kV TR-XLPE Armored cable (HDPE Co-extruded Cable Duct) 111/R-3
c 3C 185 mm2 11 kV TR-XLPE Armored cable (HDPE Co-extruded Cable Duct) 111/R-3
d 3C 400 mm2 11 kV TR-XLPE Armored cable 111/R-3
e 3C 300 mm2 11 kV TR-XLPE Armored cable 111/R-3
f 3C 185 mm2 11 kV TR-XLPE Armored cable 111/R-3
2 Pipes/Cable Protection cover and Marker
a HDPE pipe 160 mm dia (PE-63) PN-4 for trenchless boring 141/R-1
b GI pipe 150 mm dia, B Class with clamp for cable rising & lowering on H-pole BIS
c HT cable & LT Cable protection cover RCC slabs 138/R-1
HT & LT Cable RCC Route Marker and Straight Joint marker on cable route by
d 138/R-1
grouting with stone blast, coarse sand including cement etc.
3 Straight Jointing Kit, O/D & I/D Termination Kit
a Straight Jointing kit for 11 kV 3C 400 mm2 cable 85
b Straight Jointing kit for 11 kV 3C 300 mm2 cable 85
Part 2: Employer’s Requirements 2
c Straight Jointing kit for 11 kV 3C 185 mm2 cable 85
d ID Termination kit for 11 kV 3C 400 mm2 cable 86/R-1
e ID Termination kit for 11 kV 3C 300 mm2 cable 86/R-1
f ID Termination kit for 11 kV 3C 185 mm2 cable 86/R-1
g OD Termination kit for 11 kV 3C 400 mm2 cable 86/R-1
h OD Termination kit for 11 kV 3C 300 mm2 cable 86/R-1
i OD Termination kit for 11 kV 3C 185 mm2 cable 86/R-1
4 RMUs (Ring Main Units)
Outdoor type 11 kV SF6 type extensible and motorized 5 way RMU
a (2LBS+3VCB) with FPI as per IS (without FRTU) with the provision of self- 117/R-3
powered supply through 1 kVA aux transformer (11/0.230 kV) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 5 way RMU
b 117/R-3
(2LBS+3VCB) with FPI as per IS (without FRTU) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 4 way RMU
c (2LBS+2VCB) with FPI as per IS (without FRTU) with the provision of self- 117/R-3
powered supply through 1 kVA aux transformer (11/0.230 kV) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 4 way RMU
d 117/R-3
(2LBS+2VCB) with FPI as per IS (without FRTU) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 3 way RMU
e (2LBS+1VCB) with FPI as per IS (without FRTU) with the provision of self- 117/R-3
powered supply through 1 kVA aux transformer (11/0.230 kV) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 3 way RMU
f 117/R-3
(2LBS+1VCB) with FPI as per IS (without FRTU) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 3 way RMU (3LBS)
g with FPI as per IS (without FRTU) with the provision of self-powered supply 117/R-3
through 1 kVA aux transformer (11/0.230 kV) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 3 way RMU (3LBS)
h 117/R-3
with FPI as per IS (without FRTU) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 3 way RMU
i (1LBS+2VCB) with FPI as per IS (without FRTU) with the provision of self- 117/R-3
powered supply through 1 kVA aux transformer (11/0.230 kV) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 3 way RMU
j 117/R-3
(1LBS+2VCB) with FPI as per IS (without FRTU) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 2 way RMU (2LBS)
k with FPI as per IS (without FRTU) with the provision of self-powered supply 117/R-3
through 1 kVA aux transformer (11/0.230 kV) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 2 way RMU (2LBS)
l 117/R-3
with FPI as per IS (without FRTU) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 2 way RMU (2LBS)
m 117/R-3
with FPI as per IS (without FRTU) as per TS. (Both side extensible)
Outdoor type 11 kV SF6 type extensible and motorized 2 way RMU
n (1LBS+1VCB) with FPI as per IS (without FRTU) with the provision of self- 117/R-3
powered supply through 1 kVA aux transformer (11/0.230 kV) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 2 way RMU
o 117/R-3
(1LBS+1VCB) with FPI as per IS (without FRTU) as per TS.
Outdoor type 11 kV SF6 type extensible and motorized 2 way RMU
p (1LBS+1VCB) with FPI as per IS (without FRTU) as per TS. (Both side 117/R-3
extensible)
q Outdoor type 11 kV SF6 type extensible and motorized 1 way RMU (1LBS) 117/R-3
Part 2: Employer’s Requirements 3
with FPI as per IS (without FRTU) as per TS. (Both side extensible)
Outdoor type 11 kV SF6 type extensible and motorized 1 way RMU (1VCB)
r 117/R-3
with FPI as per IS (without FRTU) as per TS. (Both side extensible)
5 Distribution T/Fs
a 1000 kVA 11/0.433 kV DT, Cu wound, Oil Type as per TS. 119/R-3
b 630 kVA 11/0.433 kV DT, Cu wound, Oil Type as per TS. 119/R-3
c 500 kVA 11/0.433 kV DT, Cu wound, Oil Type as per TS. 119/R-3
d 400 kVA 11/0.433 kV DT, Cu wound, Oil Type as per TS. 119/R-3
e 200 kVA 11/0.433 kV DT, Al wound, Oil Type as per TS. 142
f 1000 kVA Compact Sub-station. 129/R-1
g 630 kVA Compact Sub-station. 129/R-1
h 400 kVA Compact Sub-station. 129/R-1
6 Poles
a PCC Pole 11 Mtr Long 15/R-2
b PCC Pole 9 Mtr Long 7/R-2
7 Conductor
a 80 mm² ACSR for LT reconductoring 51/R-3
b 100 mm² ACSR for HT OH Line 51/R-3
c AL59 covered conductor, Racoon size for HT jumpering. 191
d AL59 covered conductor, Dog size for HT jumpering. 191
8 11 kV Insulators
a 11 kV Polymeric Pin Insulators with pin 84/R-2
b 11 kV Polymeric Disc Insulator 45 KN with fitting (Tongue & Clevis type) 84/R-2
9 LT Insulators
a LT Insulator 62
b Egg Insulator 59
10 M.S. Galvanized Items
Fabrication and Supply of M.S. Galvanized items of TATA/SAIL make- Pole Top
Bracket/hamper, V/straight-Cross arm, Guarding cross arm, Back Clamps for
V/straight-Cross arm and Guard cross arm, DP Channel/angle, DP Channel
clamp, Stay clamps angle, Stay clamps side, DP cross bracing & clamps, half
clamp, full clamp, D-Strap, structure for mounting of isolator MS flat for knee
a --
bracing, MS Flat, Eye Screw Bolts, Transformer platform set complete,
various size of angle & channel and Cable end termination/stand using total
double compression brass glands etc., complete steel items as required.
The weight and size of the above mentioned items shall be as per Nigam's
approved latest rate list and approved drawing.
b GI Nuts & Bolts with Washers (plain and spring) 234
11 Clamps
a PG clamp for 80/100 mm2 ACSR 192
b Thimbles and glands off size (Sizes up to 95 Sq. mm.) 200
c Thimbles and glands off size (Sizes above 95 Sq. mm.) 200
11 kV stay set assembly & LT stay set assembly (excluding stay clamp &
12
fasteners)
a Stay wire (7/8 SWG) 6/R-2
Hardware Fittings (8' long complete with X-Plate 460 mm of Angle 65x65x6
b --
Elbow & rod with Discs/egg insulator etc.) to complete 11 kV/LT stay set.
Part 2: Employer’s Requirements 4
13 Earthing
Drg. No.
a G.I. Pipe 40 mm dia 6 mtr. Long with salt & charcoal earthing set, B-class.
PD/5
Maintenance free (Chemical) Earthing with all the allied materials per Nigam
b 140
Specification.
c Earthing with G.I. Strip 50x6 mm BIS
11 kV triple post 400 Amps. GO Switch complete with handle, pipe &
14 249
Supporting Channel.
15 11 kV LA (9 kV) 123
16 Barbed wire 68
17 Danger Plate Enamelled with clamp PD/3
18 Number Plate Enamelled with clamp PD/3

19 Phase Plate for each phase set of 3 (On H-pole & 4 pole) PD/3

20 GI Wires
a Catenary wire 7/14 SWG 6/R-2
b GSL 8 SWG 16/R-2
21 LT Line Spacers 186
22 LT Protection
a 1600 Amps ACB, 4 Pole, Manual Operated, Fixed Type with enclosure 248
b 1250 Amps ACB, 4 Pole, Manual Operated, Fixed Type with enclosure 248
c 800 Amps ACB, 4 Pole, Manual Operated, Fixed Type with enclosure 248
d 400 Amps ACB, 4 Pole, Manual Operated, Fixed Type with enclosure 248
e 200 Amps MCCB with enclosure 25/R-1
f 100 Amps MCCB with enclosure 25/R-1
23 LT XLPE Cables
a LT XLPE Un-Armored 1C 630 mm2 cable 114/R-3
b LT XLPE Un-Armored 1C 300 mm2 cable 114/R-3
c LT XLPE Armored 4C 300 mm2 cable 115/R-3
d LT XLPE Armored 4C 240 mm2 cable 115/R-3
e LT XLPE Armored 4C 185 mm2 cable 115/R-3
f LT XLPE Armored 4C 120 mm2 cable 115/R-3
g LT XLPE Armored 4C 95 mm2 cable 115/R-3
h LT XLPE Armored 4C 50 mm2 cable 115/R-3
i LT XLPE Armored 4C 25 mm2 cable 115/R-3
j LT XLPE Armored 4C 16 mm2 cable 115/R-3
k LT XLPE Armored 2C 16 mm2 cable 115/R-3
l LT XLPE Armored 2C 10 mm2 cable 115/R-3
24 AB Cable
LT XLPE AB Cable 3Cx150 mm² (PH) + 1Cx150 mm² (N) + 1Cx125 mm² (M) +
a 179
16 mm² (SL)
LT XLPE AB Cable 3Cx120 mm² (PH) + 1Cx120 mm² (N) + 1Cx70 mm² (M) + 16
b 179
mm² (SL)
LT XLPE AB Cable 3Cx95 mm² (PH) + 1Cx95 mm² (N) + 1Cx70 mm² (M) + 16
c 179
mm² (SL)
25 M.S. Galvanised Clamps and Connector for LT AB cable
Part 2: Employer’s Requirements 5
a Suspension clamps Assembly with eye hook 72
b Tension /dead end clamps (Bolted type) Assembly with eye hook 72
c Insulated Piercing Connector as per site requirement 54
LT distribution box (sealable with lock facility) suitable for 10 no. consumers
26 (2 mm CRCA sheet box, Bus bars for load as per DTs only with holes for 181
incoming cable and O/G cable with rubber glands).
27 Civil Works including material
a Pre-Cast Civil Foundation for RMUs Drg
Pre-Cast Civil Foundation for Distribution Transformer (400, 500, 630 & 1000
b Drg
kVA).
Supply and Installation of Fencing of DTs, RMUs etc. of 2.0 mtr height with
gate frame by using Hard Drawn Steel Wire Fabric (IRC) welded Mesh, MS
c Channel Box, MS Channel, MS flat including civil works complete as per TS & 247
drawing with provision of gravel in the fenced area as per technical
specifications.
Trenchless laying of HT cable with or without HDPE Pipe by using HDD
d 138/R-1
method.
Cable laying on cable trays, civil trench, through suitable size GI pipe, poles
e --
etc.
Excavation for trenches up to 2 mtr depth for size 1200 mm (depth) X 400
mm (width) with supplying & laying 300 mm Yamuna sand for 1 no. cable
including refilling the excavated earth, watering, rolling compaction etc.
complete in all respects along with laying of cable and all necessary
f installation of material including HDPE pipes for road/rail crossing and for Drg
bridge crossings or as per site requirement, cable protection cover RCC slabs,
Bricks, Yamuna Sand and restoration of excavated portion to original look as
far as practical possible, joint marker, route marker of HT/ LT (3-core, 1-core)
of various sizes below the ground complete as per Drg./TS.
Excavation for trenches up to 2 mtr depth for size 1200 mm (depth) X 700
mm (width) with supplying & laying 300 mm Yamuna sand for 2 no. cable
including refilling the excavated earth, watering, rolling compaction etc.
complete in all respects along with laying of cable and all necessary
g installation of material including HDPE pipes for road/rail crossing and for Drg
bridge crossings or as per site requirement, cable protection cover RCC slabs,
Bricks, Yamuna Sand and restoration of excavated portion to original look as
far as practical possible, joint marker, route marker of HT/ LT (3-core, 1-core)
of various sizes below the ground complete as per Drg./TS.
h Construction of Civil Trench for laying of cable in sub-stations. PD/15
Part 2: Employer’s Requirements 6

Minimum Guarantee/Warranty Required for supplied Materials


Notwithstanding any of the specifications above, the minimum Guarantee/Warranty
requirement for major materials shall be as per below table:

S. No. Material Guarantee / Warranty


3 phase Distribution Transformers 72 months from commissioning and 78 months from
1. 11 or 33 kV/433-250 V (Outdoor) receipt in turnkey contractor’s site store.
LT Aerial Bunched Cables 60 months from commissioning and 66 months from
2. receipt in turnkey contractor’s site store.
LT upto (1100 V) XLPE Armoured 60 months from commissioning and 66 months from
3. Insulated receipt in turnkey contractor’s site store.
Letters for Amendment in Technical Specification
The bidder shall ensure that due attention has been given in supply of materials and erection
works as per latest amendments issued by REC from time to time.
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.................................................................................................. 7
A. Contract and Interpretation ................................................................................................... 7

1. Definitions ...........................................................................................................................7

2. Contract Documents.........................................................................................................10

3. Interpretation....................................................................................................................11

4. Communications ...............................................................................................................13

5. Law and Language ...........................................................................................................13

6. Fraud and Corruption .....................................................................................................14


B. Subject Matter of Contract .................................................................................................. 14

7. Scope of Facilities .............................................................................................................14

8. Time for Commencement and Completion ....................................................................15

9. Contractor’s Responsibilities .......................................................................................... 15

10. Employer’s Responsibilities ............................................................................................. 17


C. Payment .............................................................................................................................. 18

11. Contract Price...................................................................................................................18

12. Terms of Payment ............................................................................................................19

13. Securities ...........................................................................................................................20

14. Taxes and Duties ...............................................................................................................21


D. Intellectual Property ........................................................................................................... 21

15. License/Use of Technical Information ............................................................................21

16. Confidential Information .................................................................................................22


Part – 3: Conditions of Contract and Contract Forms 3
E. Execution of the Facilities .................................................................................................. 23

17. Representatives .................................................................................................................23

18. Work Program ..................................................................................................................26

19. Subcontracting ..................................................................................................................28

20. Design and Engineering ...................................................................................................29

21. Procurement .....................................................................................................................31

22. Installation ........................................................................................................................34

23. Test and Inspection ..........................................................................................................42

24. Precommissioning, Commissioning, Guarantee Tests and Completion of the Facilities


45

25. Operational Acceptance ...................................................................................................51


F. Guarantees and Liabilities .................................................................................................. 52

26. Completion Time Guarantee ...........................................................................................52

27. Defect Liability .................................................................................................................53

28. Functional Guarantees .....................................................................................................56

29. Patent Indemnity ..............................................................................................................57

30. Limitation of Liability ......................................................................................................59


G. Risk Distribution ................................................................................................................ 59

31. Transfer of Ownership.....................................................................................................59

32. Care of Facilities ...............................................................................................................61

33. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification ....62

34. Insurance ...........................................................................................................................63

35. Unforeseen Conditions .....................................................................................................69

36. Change in Laws and Regulations ....................................................................................71

37. Force Majeure ..................................................................................................................71

38. War Risks..........................................................................................................................73

H. Change in Contract Elements .............................................................................................75


Part – 3: Conditions of Contract and Contract Forms 4
39. Change in the Facilities ................................................................................................... 75

40. Extension of Time for Completion ................................................................................. 76

41. Suspension ........................................................................................................................ 77

42. Termination ..................................................................................................................... 79

43. Assignment ....................................................................................................................... 87


I. Claims, Disputes and Arbitration .......................................................................................87

44. Contractor’s Claims ........................................................................................................ 87

45. Disputes and Arbitration ................................................................................................ 89


J. Additional ...........................................................................................................................90

46. Up-front intimation of approved manufacturers and criterion for Fresh Vendor
approval ................................................................................................................................. 91

47. Up-front intimation of Guaranteed Technical Particulars .......................................... 91

48. Turnkey Contractor’s Store at Project site................................................................... 91

49. Handing over of assets .................................................................................................... 92

50. Supply of Materials in lots .............................................................................................. 93

51. Contract Closing .............................................................................................................. 93

52. Suspension of business dealings...................................................................................... 94


Special Conditions of Contract ..............................................................................................100

Section - 8 : Contract Forms .............................................................................................. 106


2. BID SECURITY FORM ..................................................................................................107
3a. FORM OF NOTIFICATION BY THE EMPLOYER TO THE BANK ...........................111
3b. FORM OF NOTIFICATION BY THE EMPLOYER TO THE BANK ...........................112
4. FORM OF ‘NOTIFICATION OF AWARD OF CONTRACT’ ......................................114
5. FORM OF CONTRACT AGREEMENT.........................................................................125
[Alternative – a]................................................................................................................... 125
[Alternative – b] .................................................................................................................. 131
Appendix-1: TERMS AND PROCEDURES OF PAYMENT ............................................ 139
Appendix-2 : PRICE ADJUSTMENT ................................................................................ 148
Appendix-3 : INSURANCE REQUIREMENTS ................................................................ 165

Appendix-4 : TIME SCHEDULE ....................................................................................... 171


Appendix-5 : LIST OF APPROVED SUBCONTRACTORS............................................. 173
Appendix-6 : SCOPE OF WORKS AND SUPPLY BY THE EMPLOYER ...................... 174
Appendix-7 : LIST OF DOCUMENTS FOR APPROVAL OR REVIEW ......................... 176
Part – 3: Conditions of Contract and Contract Forms 5
Appendix-8 : GUARANTEES, LIQUIDATED DAMAGES FOR NON –
PERFORMANCE ............................................................................................................... 177
6. PERFORMANCE SECURITY FORM.............................................................................178
7. BANK GUARANTEE FORM FOR ADVANCE PAYMENT ........................................182
8. FORM OF COMPLETION CERTIFICATE....................................................................185
9. FORM OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE
EQUIPMENT HANDED OVER IN ONE LOT BY DHBVN FOR PERFORMANCE OF ITS
CONTRACT .................................................................. 186
10. FORM OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE
EQUIPMENT HANDED OVER IN INSTALLMENTS BY DHBVN FOR PERFORMANCE OF ITS
CONTRACT ................................................................................ 190
11. FORM OF AUTHORISATION LETTER .......................................................................194
12. FORM OF TRUST RECEIPT FOR PLANT, EQUIPMENT AND MATERIALS
RECEIVED ......................................................................................................................196
13. FORM OF EXTENSION OF BANK GUARANTEE ......................................................197
14. FORM OF POWER OF ATTORNEY FOR JOINT VENTURE .....................................199
15. FORM OF UNDERTAKING BY THE JOINT VENTURE PARTNERS .......................202
16. FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF
CREDIT/FACILITIES .....................................................................................................207
17. FORM OF OPERATIONAL ACCEPTANCE .................................................................209
18. FORM OF SAFETY PLAN TO BE SUBMITTED BY THE CONTRACTOR WITHIN
SIXTY DAYS OF AWARD OF CONTRACT ...............................................................210
19. FORM OF JOINT DEED OF UNDERTAKING BY THE SUB-CONTRACTOR
ALONGWITH THE CONTRACTOR ............................................................................227
20.FORM OF CERTIFICATE OF FINANCIAL PARAMETERS FOR QR
..........................................................................................................................................230
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 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
Part – 3: Conditions of Contract and Contract Forms 7
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 Contractor under 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 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


Part – 3: Conditions of Contract and Contract Forms 8
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 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
Part – 3: Conditions of Contract and Contract Forms 9
relevant part thereof) as provided in GCC Clause 27 (Defect
Liability) hereof.
2. Contract
Documents 2.1 Subject to Article 1.2 (Order of Precedence) of the Contract
Agreement, all documents forming part of the Contract (and
all parts thereof) are intended to be correlative,
complementary and mutually explanatory.

The Contract shall be read as a whole.


3. Interpretation
3.1 In the Contract, except where the context requires otherwise:

3.1.1 words indicating one gender include all genders;

3.1.2 words indicating the singular also include the plural


and words indicating the plural also include the
singular;

3.1.3 provisions including the word “agree,” “agreed,” or


“agreement” require the agreement to be recorded in
writing;

3.1.4 the word “tender” is synonymous with “Bid,”


“tenderer,” with “Bidder,” and “tender documents”
with “Bidding Document,” and

3.1.5 “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 contract.

3.4 Amendment
Part – 3: Conditions of Contract and Contract Forms 10

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

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
Part – 3: Conditions of Contract and Contract Forms 11
substantial or major assembling of components, a
commercially recognized product results that is substantially
in its basic characteristics or in purpose or utility 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.

4.2 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.
6. Fraud and
Corruption 6.1 The Employer requires compliance with the stipulations 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
Part – 3: Conditions of Contract and Contract Forms 12
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 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 and 8.1 The Contractor shall commence work on the Facilities within the
Completion period specified in the SCC 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 the SCC or
within such extended time to which the Contractor shall be
entitled under GCC Clause 40 hereof.
9. Contractor’s
Responsibilities 9.1 The Contractor shall design, manufacture including 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 twenty-eight (28) days
prior to Bid submission. The Contractor acknowledges that any
failure to acquaint itself with all such data and information shall
Part – 3: Conditions of Contract and Contract Forms 13
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 relevant
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 Contractor
in 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 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
Responsibilities 10.1 All information and/or data to be supplied by the
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
Part – 3: Conditions of Contract and Contract Forms 14
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 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 utilities and
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/
Part – 3: Conditions of Contract and Contract Forms 15
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 the Facilities or as
otherwise provided in the Contract.

11.3 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 eligible 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.>
13. Securities
13.1 Issuance of Securities

The Contractor/Bidder shall provide the securities specified


Part – 3: Conditions of Contract and Contract Forms 16
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- one (21)


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 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
Part – 3: Conditions of Contract and Contract Forms 17
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. Taxes and Duties
14.1 Except as otherwise specifically provided in the
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 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
Part – 3: Conditions of Contract and Contract Forms 18
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 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 e f f e c t u p o n
r e c e i p t o f s u c h n o t i c e b y t h e Contractor. The Project
Part – 3: Conditions of Contract and Contract Forms 19
Manager shall represent and act for the Employer at all times
during the performance of the Contract. All notices,
instructions, 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.

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
Part – 3: Conditions of Contract and Contract Forms 20
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’s deputy.

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 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


Part – 3: Conditions of Contract and Contract Forms 21
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 S C C p u r s u a n t t o
S u b -Clause 8 . 2 a n d a n y 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


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,
Part – 3: Conditions of Contract and Contract Forms 22
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 Agreement titled 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 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,
the Contractor 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 the Project
Manager, prior to that date, instructs the Contractor to assign the
benefits of such obligations to the Employer, then the Contractor
shall do so.
Part – 3: Conditions of Contract and Contract Forms 23
20. Design and
Engineering 20.1 Specifications and Drawings

20.1.1 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.

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.

20.1.2 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.

20.2 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.

20.3 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
Part – 3: Conditions of Contract and Contract Forms 24
shall be executed only after the 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, 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
Part – 3: Conditions of Contract and Contract Forms 25
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 Manager an amended document and
obtained the Project Manager’s approval thereof,
pursuant to the provisions of this GCC Sub-Clause
20.3.
21. Procurement
21.1 Plant

The Contractor shall procure and transport all Plant in an


expeditious and orderly manner to the Site.

21.2 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:

21.2.1 The Employer shall, at its own risk and expense,


transport each item to the place on or near the Site 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.

21.2.2 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.
Part – 3: Conditions of Contract and Contract Forms 26
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 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 Transportation

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
Part – 3: Conditions of Contract and Contract Forms 27
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 Benchmark: 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 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
Part – 3: Conditions of Contract and Contract Forms 28
personnel to be employed on the Site. The Employer
will, if requested by the Contractor, use his best
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 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
Part – 3: Conditions of Contract and Contract Forms 29
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.

22.2.5 Working 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 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.
Part – 3: Conditions of Contract and Contract Forms 30

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.

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.
Part – 3: Conditions of Contract and Contract Forms 31

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 the Site 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.

22.2.10Supply of Water

The Contractor shall, having regard to local conditions,


provide on the Site an adequate supply of drinking and

22.2.11Prohibition 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.

22.2.12Prohibition 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
Part – 3: Conditions of Contract and Contract Forms 32
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 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 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


Part – 3: Conditions of Contract and Contract Forms 33
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
shall keep the Site 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 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


Part – 3: Conditions of Contract and Contract Forms 34
expense all lighting, 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 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


Part – 3: Conditions of Contract and Contract Forms 35
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 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 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.
24. Precommissioning,
Commissioning, 24.1 Pre- Commissioning
Part – 3: Conditions of Contract and Contract Forms 36
Guarantee Tests and
Completion of the 24.1.1 As soon as the Facilities or any part thereof have, in
Facilities the opinion of the Contractor/Bidder, been 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 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-
Part – 3: Conditions of Contract and Contract Forms 37
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 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
Part – 3: Conditions of Contract and Contract Forms 38
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

24.4.1 As 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 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
Part – 3: Conditions of Contract and Contract Forms 39
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 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
Commissioning/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-
Part – 3: Conditions of Contract and Contract Forms 40
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 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. Operational
Acceptance 25.1 Operational Acceptance
Part – 3: Conditions of Contract and Contract Forms 41
25.1.1 Subject to GCC Sub-Clause 24.7, Operational
Acceptance shall occur in respect of the Facilities or
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 deemed to have
occurred upon Completion. In case if the
requirements of GCC 25.1.1 have 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.

25.1.3 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.

25.1.4 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 a written communication/
intimation.
F. Guarantees and Liabilities
26. Completion Time
Guarantee 26.1 The Contractor guarantees that it shall attain 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.
Part – 3: Conditions of Contract and Contract Forms 42

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 thereby suffered by the Employer.
27. Defect Liability
27.1 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 provisions contained herein,
the provisions, if any, specified in SCC shall also apply.

27.2 The Defect Liability Period shall be Twelve (12)


m o n t h s 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 of every 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,
Part – 3: Conditions of Contract and Contract Forms 43
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 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
Part – 3: Conditions of Contract and Contract Forms 44
remedial work, whereupon the Contractor shall carry out such
tests.

If such part fails the tests, the Contractor shall carry 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 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.
Part – 3: Conditions of Contract and Contract Forms 45

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 Contractor eventually
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 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
Part – 3: Conditions of Contract and Contract Forms 46
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 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
Part – 3: Conditions of Contract and Contract Forms 47
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.
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.

31.4 Notwithstanding the transfer of ownership of the Plant, 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.
Part – 3: Conditions of Contract and Contract Forms 48

31.5 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 authorization
letter from Employer as per specified proforma, in favor 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.

31.6 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 dispatch documents, furnish trust Receipt for
such plant/ goods/ equipment/material and also execute an
Indemnity Bond in favor 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 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
Part – 3: Conditions of Contract and Contract Forms 49
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,
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 Property; 33.1 Subject to GCC Sub-Clause 33.3, the Contractor shall
Accident or Injury indemnify and hold harmless the Employer and its employees
to Workers; and officers from and against any and all suits, actions or
Indemnification 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,
Part – 3: Conditions of Contract and Contract Forms 50
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 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.

33.4 The 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
Part – 3: Conditions of Contract and Contract Forms 51
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 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 of the Employer.
If the work is completed earlier than the period of policy
considered, the Contractor shall obtain the refund as per
Part – 3: Conditions of Contract and Contract Forms 52
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 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


Part – 3: Conditions of Contract and Contract Forms 53
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.
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, 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
Part – 3: Conditions of Contract and Contract Forms 54
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 under
all 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 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.
Part – 3: Conditions of Contract and Contract Forms 55
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;

(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.
Part – 3: Conditions of Contract and Contract Forms 56
36. Change in Laws and
Regulations 36.1 If, after the date twenty-eight (28) days prior to the date of Bid
submission, in India, any law, regulation, 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 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 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
Part – 3: Conditions of Contract and Contract Forms 57
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 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
Part – 3: Conditions of Contract and Contract Forms 58
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

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
Part – 3: Conditions of Contract and Contract Forms 59
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 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 introduce a Change by issuing an


amendment to the Contract and amending the Contract Price, by
varying the quantities 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 Completion 40.1 The Time(s) for Completion specified in the SCC pursuant to
GCC Sub-Clause 8.2 shall be extended if 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


Part – 3: Conditions of Contract and Contract Forms 60
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 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 accordance 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
Part – 3: Conditions of Contract and Contract Forms 61
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 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
Part – 3: Conditions of Contract and Contract Forms 62
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 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
leave the Site in a clean and safe condition

(b) terminate all subcontracts, except those to be assigned


Part – 3: Conditions of Contract and Contract Forms 63
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
(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.
Part – 3: Conditions of Contract and Contract Forms 64

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 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 remedy the same
within fourteen (14) days of its receipt of such notice, then the
Part – 3: Conditions of Contract and Contract Forms 65
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 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.
Part – 3: Conditions of Contract and Contract Forms 66

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.

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
Part – 3: Conditions of Contract and Contract Forms 67
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 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 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.
Part – 3: Conditions of Contract and Contract Forms 68
43. Assignment
43.1 Neither the Employer nor the Contractor shall, 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.

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
Part – 3: Conditions of Contract and Contract Forms 69
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 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. Disputes and
Arbitration 45.1 The Parties shall seek to resolve any dispute amicably by 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 45.2 shall
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 following
provisions:
Part – 3: Conditions of Contract and Contract Forms 70

i) Disputes shall be settled through conciliation or


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. Up-front intimation
of approved 46.1 Employer shall up-front intimate list containing name of
manufacturers and already approved vendors/manufacturers of various sub-
criterion for Fresh transmission and distribution materials. Employer shall up-load
Vendor approval the list on their web portal. The turnkey 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 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. Up-front intimation
of Guaranteed 47.1 Technical Specifications are enclosed with the bid documents.
Technical Employer shall up-front intimate acceptable Guaranteed
Particulars Technical Particulars of various materials through their web
portal.

47.2 The turnkey Contractor will examine these documents and


Part – 3: Conditions of Contract and Contract Forms 71
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. Turnkey
Contractor’s Store 48.1 “Project wise separate Site Store in Operation Circle,
at Project site DHBVN, Faridabad (under the work jurisdiction area) shall be
maintained and manned by turnkey Contractor. Same store shall
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 permitted.


49. Handing over of
assets 49.1 On completion of erection and testing of a section of 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).
Part – 3: Conditions of Contract and Contract Forms 72

While offering section of work / substation for commissioning


and handing over, turnkey Contractor 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 lots 50.1 Item wise mobilization of materials shall be planned in [6 lots
or as decided by the Employer]. Employer shall arrange pre-
dispatch inspections for at least [6 lots or as decided by the
Employer] at his own expenditure. However, in case of approved
quantity variation, employer may consider to increase 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 authorized person of Contractor shall also sign the
joint inspection report along with the Employer. All such cost
shall be borne by the Contractor.
51. Contract Closing
51.1 On completion of handing over formality and 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.
Part – 3: Conditions of Contract and Contract Forms 73

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. Suspension of
business dealings 52.1 Employer shall suspend business dealings with 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 Acceptance/Notification of Award
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.
Part – 3: Conditions of Contract and Contract Forms 74

g) If the proprietors of the Contractor have been guilty of


malpractices such as bribery, corruption, fraud, substitution
of the tenders, 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;

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 commits fraud as defined under the Fraud


Prevention Policy of Employer.

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
Part – 3: Conditions of Contract and Contract Forms 75
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 76

ATTACHMENT 1 to GCC
Fraud and Corruption

1. Purpose
1.1 1.1 Government’s/Dakshin Haryana Bijli Vitran Nigam Limited’s Anti-Corruption Laws/
Guidelines apply with respect to procurement.
2. Requirements
2.1 Dakshin Haryana Bijli Vitran 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, Dakshin Haryana Bijli Vitran 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 Dakshin Haryana Bijli
Vitran 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 77

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,
Dakshin Haryana Bijli Vitran 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
Dakshin Haryana Bijli Vitran 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
Dakshin Haryana Bijli Vitran Nigam Limited or its subsidiaries/ affiliates; and (iii) to
receive the proceeds of any loan made by the [Dakshin Haryana Bijli Vitran Nigam
Limited or otherwise to participate further in the preparation or implementation of any
Dakshin Haryana Bijli Vitran 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 78

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 Contractor as
under:

(i) Contract Part I (Supply of Plant Contract): for 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, 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: Dakshin Haryana Bijli Vitran Nigam Limited
GCC 1.1 The Project Manager is: Superintending Engineer/Smart Grid Project, DHBVN,
Gurugram of Dakshin Haryana Bijli Vitran Nigam Limited
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 Dakshin Haryana Bijli Vitran Nigam Limited]
GCC 8.1 The Contractor shall commence work on the Facilities (w.e.f. the receipt of
Notification of Award) within the period specified in the SCC 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.
Part – 3: Conditions of Contract and Contract Forms 79
GCC 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 the SCC or within such extended time to which the Contractor shall be entitled
under GCC Clause 40 hereof.
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 Agreement as per which the contract
price for 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 [10%] 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 shall be as mentioned


below: -

If the quoted rate is below estimated rates and the deviation is between
10% to 25% of the estimated rate, the contractor will submit Performance
Security in place of 10% of Performance Security as under

Sr. Scenario BG to be
No. submitted is
1 If Estimate Rate = Quoted Rate i.e. Rs.100 10%
2 If Estimate Rate (Rs.100) & Quoted rate Rs.90 10%
3 If Estimate Rate (Rs.100) & Quoted rate Rs.85 15%
4 If Estimate Rate (Rs.100) & Quoted rate Rs.76 24%
5 If the Quoted rate is below Rs.75 (Bid shall be rejected
However, if the circumstances allow the Nigam has right to
considered)

The Standard Form of Performance Security acceptable to the Employer


shall be as specified in Section 8. Contract Forms.

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.
GCC 13.3.2 The Bank Guarantee towards Performance Security shall be issued by a Bank
mentioned below:
[A Scheduled/ Nationalized Bank]
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 equal to more than [all] shall necessarily require prior
approval of the Employer (DHBVN). However, sub-contract for engagement of
labour shall not require prior approval of the Employer.
GCC 23 1) Category – A (Pre-Dispatch Inspection & Testing at NABL accredited
Part – 3: Conditions of Contract and Contract Forms 80
Labs):
a) This category shall include high ticket materials (all items/materials
except Steel Structures, fabricated steel items and petty items etc.)
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 1st lot 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.
Contractor shall 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 (i.e.,
Only Steel Structures, fabricated steel items and petty items etc.) 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 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.
Part – 3: Conditions of Contract and Contract Forms 81
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 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.
Third Party Inspection at NABL accredited lab: Employer shall also ensure that
for major materials as discussed above samples from 1 st 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 the vendor/sub-vendor shall also be debarred for 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. Defect criteria % Penalty imposed on


Part – 3: Conditions of Contract and Contract Forms 82
No. 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.
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.
GCC 27.2 The minimum Guarantee/Warranty required for Major Materials: -
Part – 3: Conditions of Contract and Contract Forms 83
Notwithstanding any of the specifications, the minimum Guarantee/Warranty
required for Major Materials shall be as per table given at S. No. 2 of part-3,
Technical Specifications for equipment.
GCC 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.
GCC 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.
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) Chandigarh
GCC 50.1 Item wise mobilization of materials shall be planned in [No. of lots shall be decided
by CE/SGP, DHBVN, Gurugram case to case basis]. Employer shall arrange pre-
dispatch inspections for at least [No. of lots shall be decided by CE/SGP, DHBVN
Gurugram case to case basis] at his own expenditure. However, in case of
approved quantity variation, employer may consider to increase 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 authorized person of Contractor
shall also sign the joint inspection report along with the Employer. All such cost
shall be borne by the Contractor.
Part – 3: Conditions of Contract and Contract Forms 84

Section - 8: Contract Forms


Part – 3: Conditions of Contract and Contract Forms 85

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:
The Chief Engineer/Smart Grid Project,
Dakshin Haryana Bijli Vitran Nigam,
Hetri House, Sector-16, IDC, Gurugram (Haryana)
Tele. 0124-4286730
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 of 11 kV feeders (Urban & Industrial) emanating from 66 kV Sub-
Stations Sector 58, Orient Steel of Faridabad Circle, DHBVN under the Revamped
Reforms-based and Results-linked, Distribution Sector Scheme (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
DHBVN (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
(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
Part – 3: Conditions of Contract and Contract Forms 86

(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

Fax Number
Part – 3: Conditions of Contract and Contract Forms 87

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) .

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 88

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 r e f e r t o t h e s u b j e c t B a n k G u a r a n t e e e x e c u t e d b y y o u i n o u r f a v o u r f o r
……………………. as Bid Security for the bid submitted by M/s ............. (insert name of the
Bidder) ………... against Development of Distribution Infrastructure of 11 kV feeders
(Urban & Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN under the Revamped Reforms-based and Results-linked, Distribution
Sector Scheme;

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 DHBVN 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 ‘Dakshin Haryana
Bijli Vitran Nigam Limited’, payable at Hisar’.

Thanking you,
For. ................ (Name of the Employer)

(AUTHORISED SIGNATORY)
Copy to:
…..(Registered Office of the Bank)….
Part – 3: Conditions of Contract and Contract Forms 89

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 of 11 kV feeders
(Urban & Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN under the Revamped Reforms-based and Results-linked, Distribution
Sector Scheme

We, Dakshin 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 Dakshin Haryana Bijli Vitran Nigam Limited, payable at Hisar.

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 90

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 of 11 kV feeders (Urban & Industrial) emanating from 66 kV Sub-
Stations Sector 58, Orient Steel of Faridabad Circle, DHBVN under the Revamped Reforms-
based and Results-linked, Distribution Sector Scheme

(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 ……….., and downloaded 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


(Document Code No ................................. )
Part – 3: Conditions of Contract and Contract Forms 91

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)-1 with this Notification of Award.

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
Part – 3: Conditions of Contract and Contract Forms 92

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 of 11 kV feeders (Urban & Industrial) emanating from 66 kV Sub-
Stations Sector 58, Orient Steel of Faridabad Circle, DHBVN 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 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 of 11 kV feeders (Urban & Industrial) emanating from 66 kV Sub-
Stations Sector 58, Orient Steel of Faridabad Circle, DHBVN which inter-alia include:

 Renovation /Modernization /Upgradation /Augmentation /Bifurcation /Realignment of


the existing 11 kV feeders by converting 11 kV overhead network into 11 kV
underground network through underground cable system/ overhead ACSR.
 Addition/ augmentation of DTs.
 Installation of 11 kV RMUs.
 LT protection viz. LT ACBs/MCCBs etc.
 Replacement of LT Bare Conductor with LT Armoured XLPE Cable/LT AB Cable of
various sizes.
 Re-conductoring of existing worn out LT Line with new ACSR Conductor of various sizes.
 Fencing alongwith associated civil works & dismantlement of existing HT/LT system.
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 of 11 kV feeders
(Urban & Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient Steel
of Faridabad Circle, DHBVN 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)
Part – 3: Conditions of Contract and Contract Forms 93

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)
.............................
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.

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 ……
Part – 3: Conditions of Contract and Contract Forms 94
(Specify the value) ................ i.e. equal to [10% (Ten 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 of 11
kV feeders (Urban & Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient
Steel of Faridabad Circle, DHBVN under the Revamped Reforms-based and
Results-linked, Distribution Sector Scheme shall be 24 months from the date of
issue of this Notification of Award 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

.................(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 95

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 of 11 kV feeders (Urban &
Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient Steel of
Faridabad Circle, DHBVN under the Revamped Reforms-based and Results-
linked, Distribution Sector Scheme Specification No.:… Domestic
Competitive Bidding. (Project Funding: Domestic).
(Contract Part II)

Dear Sir,

10.0 REFERENCE

This has reference to the following:

10.1 Our Request for Bids (RFB) dated ………...

10.2 RFB/ bidding documents for the subject package issued vide our letter Ref. No.
……………….. dated ……….., and downloaded 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


(Document Code No ................................. )
Part – 3: Conditions of Contract and Contract Forms 96

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)-1 with this Notification of Award.

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
Part – 3: Conditions of Contract and Contract Forms 97

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 of 11 kV feeders (Urban & Industrial) emanating from 66 kV
Sub-Stations Sector 58, Orient Steel of Faridabad Circle, DHBVN 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 of 11 kV feeders
(Urban & Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient Steel
of Faridabad Circle, DHBVN 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.
 Renovation /Modernization /Upgradation /Augmentation /Bifurcation /Realignment of
the existing 11 kV feeders by converting 11 kV overhead network into 11 kV
underground network through underground cable system/ overhead ACSR.
 Addition/ augmentation of DTs.
 Installation of 11 kV RMUs.
 LT protection viz. LT ACBs/MCCBs etc.
 Replacement of LT Bare Conductor with LT Armoured XLPE Cable/LT AB Cable of
various sizes.
 Re-conductoring of existing worn out LT Line with new ACSR Conductor of various sizes.
Part – 3: Conditions of Contract and Contract Forms 98
 Fencing alongwith associated civil works & dismantlement of existing HT/LT system.

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

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 99

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 [10% (Ten 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 of 11 kV
feeders (Urban & Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient
Steel of Faridabad Circle, DHBVN under the Revamped Reforms-based and
Results-linked, Distribution Sector Scheme shall be 24 months from the date of
issue of this Notification of Award 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

.................(Name of the Employer)............

(Authorised Signatory)

Enclosures:
Part – 3: Conditions of Contract and Contract Forms 100

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 modified appropriately to suit the specific
requirement of the Contract.
Part – 3: Conditions of Contract and Contract Forms 101

5. FORM OF CONTRACT AGREEMENT

[Alternative – a]

CONTRACT AGREEMENT PART I FOR SUPPLY OF PLANT BETWEEN DAKSHIN


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) Dakshin Haryana Bijli Vitran Nigam a company incorporated under the laws of Companies
Act 1956/2013 (with amendment from time to time) and having its Registered Office at
Vidyut Sadan, Vidyut Nagar, Hisar and its Corporate Office at Vidyut Sadan, Vidyut Nagar,
Hisar (hereinafter called "the Employer" and also referred to as “DHBVN”)

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 102

WHEREAS the Employer desires to engage the Contractor to design, manufacture, test,
deliver, install, commission and complete certain Facilities, viz. Development of
Distribution Infrastructure of 11 kV feeders (Urban & Industrial) emanating from 66
kV Sub-Stations Sector 58, Orient Steel of Faridabad Circle, DHBVN 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 the Contract 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 of 11 kV feeders (Urban & Industrial)
emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad Circle,
DHBVN 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 of 11 kV
feeders (Urban & Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient
Steel of Faridabad Circle, DHBVN which inter-alia include:
 Renovation /Modernization /Upgradation /Augmentation /Bifurcation /Realignment of
the existing 11 kV feeders by converting 11 kV overhead network into 11 kV
underground network through underground cable system/ overhead ACSR.
 Addition/ augmentation of DTs.
 Installation of 11 kV RMUs.
 LT protection viz. LT ACBs/MCCBs etc.
 Replacement of LT Bare Conductor with LT Armoured XLPE Cable/LT AB Cable of
various sizes.
 Re-conductoring of existing worn out LT Line with new ACSR Conductor of various sizes.
 Fencing alongwith associated civil works & dismantlement of existing HT/LT system.
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
Part – 3: Conditions of Contract and Contract Forms 103
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:

 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)


Part – 3: Conditions of Contract and Contract Forms 104

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 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 the this Contract Agreement
Part – 3: Conditions of Contract and Contract Forms 105
Part I and the Contract shall be read and construed accordingly.
Part – 3: Conditions of Contract and Contract Forms 106

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 of 11 kV feeders (Urban & Industrial) emanating from 66 kV Sub-
Stations Sector 58, Orient Steel of Faridabad Circle, DHBVN under the Revamped
Reforms-based and Results-linked, Distribution Sector Scheme, and the scope of work is
briefly described below:

 Renovation /Modernization /Upgradation /Augmentation /Bifurcation /Realignment of


the existing 11 kV feeders by converting 11 kV overhead network into 11 kV
underground network through underground cable system/ overhead ACSR.
 Addition/ augmentation of DTs.
 Installation of 11 kV RMUs.
 LT protection viz. LT ACBs/MCCBs etc.
 Replacement of LT Bare Conductor with LT Armoured XLPE Cable/LT AB Cable of
various sizes.
 Re-conductoring of existing worn out LT Line with new ACSR Conductor of various sizes.
 Fencing alongwith associated civil works & dismantlement of existing HT/LT system.
Part – 3: Conditions of Contract and Contract Forms 107

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 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 108

5. FORM OF CONTRACT AGREEMENT

[Alternative – b]

CONTRACT AGREEMENT PART II FOR SUPPLY OF INSTALLATION SERVICES


BETWEEN DAKSHIN 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) Dakshin Haryana Bijli Vitran Nigam a company incorporated under the laws of
Companies Act 1956/2013 (with amendment from time to time) and having its Registered
Office at Vidyut Sadan, Vidyut Nagar, Hisar and its Corporate Office at Vidyut Sadan,
Vidyut Nagar, Hisar (hereinafter called "the Employer" and also referred to as “DHBVN”)

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) ...............................
Part – 3: Conditions of Contract and Contract Forms 109

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)

WHEREAS the Employer desires to engage the Contractor to design, manufacture, test,
deliver, install, commission and complete certain Facilities, viz Development of
Distribution Infrastructure of 11 kV feeders (Urban & Industrial) emanating from 66
kV Sub-Stations Sector 58, Orient Steel of Faridabad Circle, DHBVN 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 the Contract 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 of 11 kV feeders (Urban & Industrial)
emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad Circle, DHBVN
under the Revamped Reforms-based and Results-linked, Distribution Sector Scheme,
and the scope of work is briefly described below:

 Renovation /Modernization /Upgradation /Augmentation /Bifurcation /Realignment of


the existing 11 kV feeders by converting 11 kV overhead network into 11 kV
underground network through underground cable system/ overhead ACSR.
 Addition/ augmentation of DTs.
 Installation of 11 kV RMUs.
 LT protection viz. LT ACBs/MCCBs etc.
 Replacement of LT Bare Conductor with LT Armoured XLPE Cable/LT AB Cable of
various sizes.
 Re-conductoring of existing worn out LT Line with new ACSR Conductor of various sizes.
 Fencing alongwith associated civil works & dismantlement of existing HT/LT system.

NOW IT IS HEREBY AGREED as follows:


Article 1. Contract Documents
1.1 Contract Documents (Reference GCC Clause 2)
Part – 3: Conditions of Contract and Contract Forms 110
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.

(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.
Part – 3: Conditions of Contract and Contract Forms 111

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)

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)


Part – 3: Conditions of Contract and Contract Forms 112

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 this Contract 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
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 of 11 kV feeders (Urban &
Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient Steel of
Faridabad Circle, DHBVN under the Revamped Reforms-based and Results-
linked, Distribution Sector Scheme and the scope of work is briefly described
below:

 Renovation /Modernization /Upgradation /Augmentation /Bifurcation /Realignment of


the existing 11 kV feeders by converting 11 kV overhead network into 11 kV
underground network through underground cable system/ overhead ACSR.
Part – 3: Conditions of Contract and Contract Forms 113
 Addition/ augmentation of DTs.
 Installation of 11 kV RMUs.
 LT protection viz. LT ACBs/MCCBs etc.
 Replacement of LT Bare Conductor with LT Armoured XLPE Cable/LT AB Cable of
various sizes.
 Re-conductoring of existing worn out LT Line with new ACSR Conductor of various sizes.
 Fencing alongwith associated civil works & dismantlement of existing HT/LT system.

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.

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 114

(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 115

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
10% 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 116

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 2nd
Part – 3: Conditions of Contract and Contract Forms 117

Installment 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 118

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 2 nd 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 ten percent (10%) 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/
materials on 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 119

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 120

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.

2.3. Third & Final Installment (10%):


Part – 3: Conditions of Contract and Contract Forms 121

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 122

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
Completion Certificate 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
model. The mobile application for GIS mapping has to be provided by the
Employer.
Part – 3: Conditions of Contract and Contract Forms 123

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 60 days period on certified amount due but not paid at the end
of such period. The applicable interest rate on the delayed amount will be equal to
the marginal cost of funds based lending rate (MCLR) for one year of the State
Bank of India, as applicable on the 1st April 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 124

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 125

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 126

The price payable shall be subject to adjustment, up or down in accordance with the
following formula:

P = 0.01 X Po ( 6 + 32 X (C / Co) + 27 X (ES / ESo) + 12 X (IS / ISo) + 4 X (IM /


IMo) + 9 X (TO / TOo) + 10 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 is 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 = 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 127

Note : In case of any clarifications in the above formula kindly refer the IEEMA price
variation formula given in circular IEEMA/PVC/PWR TRF_upto 400 KV/2021
effective from 1st September 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 + 22 X ( AL / ALo) + 36 X( ES / ESo ) + 12 X ( IS / ISo ) + 5 X (
IM / IMo ) + 10 X( TO / TOo ) + 7 X ( 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 128

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 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_AL_upto 2.5 MVA/2021
effective from 1st September 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 129

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 130

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 131

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/05 dated 24.04.2018 effective
Part – 3: Conditions of Contract and Contract Forms 132

from 1st November 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 133

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/dispatch or 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 134

(A) Steel Tubular Poles


𝑷 = 𝑷˳ 𝟏𝟎𝟎 ( 𝟕 + 𝟕𝟎 𝑰𝑺 𝑰𝑺˳ + 𝟏𝟑 𝒁𝒏 𝒁𝒏˳ + 𝟏𝟎 𝑾 𝑾˳)
(B) Polygonal Poles
𝑷 = 𝑷˳ 𝟏𝟎𝟎 ( + 𝟔𝟒 𝑰𝑺 𝑰𝑺˳ + 𝟏𝟑 𝒁𝒏 𝒁𝒏˳ + 𝟏𝟒 𝑾 𝑾˳)
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 135

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 1st April 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 Breakers and 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 136

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 137

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 138

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 139

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 the 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 tendering.
The above prices and indices are as published by IEEMA vide Circular reference
IEEMA(PVC)/CABLE(R-1)/--/-- prevailing as on 1st working day of the month i.e.
one month prior to the 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/2017 effective from 1 st
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 140

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 141

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 company.
Part – 3: Conditions of Contract and Contract Forms 142

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 143

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 144

shall be Rs. 10 crores for


single occurrence/multiple
( V) occurrences in aggregate
during entire policy period.
For projects of more than
Rs.500 crores, the third party
liability limit shall be Rs. 25
crores for single occurrence/
multiple occurrences in
aggregate during entire
policy period.
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 145

(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 146

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 147

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 24 Months


Infrastructure of 11 kV feeders
(Urban & Industrial) emanating from
66 kV Sub-Stations Sector 58, Orient
Steel of Faridabad Circle, DHBVN
under the Revamped Reforms-based
and Results-linked, Distribution
Sector Scheme [Specification No.:
XXXXXXXX].

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.

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.
Part – 3: Conditions of Contract and Contract Forms 148

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 149

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 150

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 151

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 152

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. 16/10 KVA, 11/0.250 kV, 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 153

6. PERFORMANCE SECURITY FORM

Bank Guarantee No. …………………… Date...................

Contract No.....................................

…………..[Name of Contract]…………………….

To: [Name and address of Employer]

Dear Ladies and/or Gentlemen,

We refer to the Contract ("the Contract") signed on ..............(insert date of the


Contract)…..... between M/s. XXXXX (Name of Employer), having its Registered Office at
XXXXX (Registered Address of employer) (“the Employer”/” XXXXX (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 of 11 kV feeders (Urban &
Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad Circle,
DHBVN 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.
XXXXX (Name of Employer), having its Registered Office at XXXXX (Registered Address
of employer) (“the Employer”/” XXXXX (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") and the Contract
("the Contract") signed on ..............(insert date of the Contract)…..... between XXXXX
(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)
Part – 3: Conditions of Contract and Contract Forms 154

........................................................................................, 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 of 11 kV feeders (Urban & Industrial) emanating from 66 kV Sub-Stations
Sector 58, Orient Steel of Faridabad Circle, DHBVN 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., Ten
Percent (10%) 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
(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.
Part – 3: Conditions of Contract and Contract Forms 155

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

email

Common Seal of the Bank


Witness:

Signature

Name

Address
Part – 3: Conditions of Contract and Contract Forms 156

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 157

7. BANK GUARANTEE FORM FOR ADVANCE PAYMENT

Bank Guarantee No. …………………… Date...................

Contract No.....................................

…………..[Name of Contract]…………………….

To: [Name and address of the Employer]

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 of 11 kV feeders (Urban &
Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad Circle,
DHBVN 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.

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.
Part – 3: Conditions of Contract and Contract Forms 158

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

Name

Address

Contact Number(s): Tel. Mobile


Part – 3: Conditions of Contract and Contract Forms 159

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 160

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 161

9. FORM OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR


FOR THE EQUIPMENT HANDED OVER IN ONE LOT BY DHBVN 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 .......... (insert name of the
Employer)......., a Company incorporated under the Companies Act, 1956/2013 (with
amendment from time to time) having its Registered Office at .........(insert registered
address of the Employer) and its project at ..................... (hereinafter called "......(abbreviated
name of the Employer)........" which expression shall include its successors and assigns):

WHEREAS ......(abbreviated name of the Employer)........ 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 (abbreviated name of
the Employer)........ 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 ......(abbreviated name of the
Employer)........ for the Equipment handed over to it by ......(abbreviated name of the
Employer)........ 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 ......(abbreviated name of the Employer) 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
Part – 3: Conditions of Contract and Contract Forms 162

documents in respect of the said Equipments duly endorsed by (abbreviated name


of the Employer)........ in favour of the Contractor shall be construed as handing over
of the Equipment purported to be covered by such title documents and the Contractor
shall hold such Equipment in trust as a Trustee for and on behalf of (abbreviated
name of the Employer).........

2. That the Contractor is obliged and shall remain absolutely responsible for the
safe transit/protection and custody of the Equipment at ......(abbreviated name
of the Employer)........ 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 ......(abbreviated name of the
Employer)......... The Contractor undertakes to keep ......(abbreviated name of
the Employer)........ 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 ......(abbreviated name of the Employer)........ 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, (abbreviated name of the Employer) 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 ......(abbreviated name of the Employer)........ 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
Part – 3: Conditions of Contract and Contract Forms 163

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 ......(abbreviated name of the Employer)........ without any demur,
reservation or protest. This is without prejudice to any other right or remedy that may
be available to ......(abbreviated name of the Employer)........ 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
......(abbreviated name of the Employer)........, 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)


Part – 3: Conditions of Contract and Contract Forms 164

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
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 165

10. FORM OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR


FOR THE EQUIPMENT HANDED OVER IN INSTALLMENTS BY
DHBVN 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 Dakshin 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 ......(insert registered address of
the Employer)........ and its project at .……………….…...... (hereinafter called DHBVN)........"
which expression shall include its successors and assigns):

WHEREAS DHBVN 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 DHBVN 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 DHBVN for the Equipment handed over
to it by DHBVN 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 DHBVN 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
Part – 3: Conditions of Contract and Contract Forms 166

of the subsequent installments of the Equipment as required by DHBVN 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 DHBVN 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 DHBVN

That the Contractor is obliged and shall remain absolutely responsible for the safe
transit/protection and custody of the Equipment at DHBVN 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 DHBVN The
Contractor undertakes to keep DHBVN harmless against any loss or damage that
may be caused to the Equipment.

2. 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.

That DHBVN 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, DHBVN 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 DHBVN to return the equipment without any demur or
reservation.
Part – 3: Conditions of Contract and Contract Forms 167

3. 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 DHBVN without any demur, reservation or protest. This is
without prejudice to any other right or remedy that may be available to DHBVN
against the Contractor under the Contract and under this Indemnity Bond.

4. 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 DHBVN, 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...........................
Part – 3: Conditions of Contract and Contract Forms 168
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
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 169

11. FORM OF AUTHORISATION LETTER

Ref. No:

Date :

To

M/s....................................................
..........................................................
..........................................................

REF.: Contract No. …………………….. dated ................... for ........…….........................


awarded by Dakshin Haryana Bijli Vitran Nigam Limited

Dear Sir,

Kindly refer to Contract No. ………………………………. dated ............................... for


........................... You are hereby authorised on behalf of Dakshin 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 (registered
address of the Employer) ………………… and 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.


Part – 3: Conditions of Contract and Contract Forms 170

Schedule of Material/Equipment covered under Dispatch Title Document (RR No./LR No.
.................)

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 171

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 of 11 kV feeders
(Urban & Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN under the Revamped Reforms-based and Results-linked, Distribution
Sector Scheme by Dakshin 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 Dakshin 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 172

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 of 11 kV feeders (Urban & Industrial)
emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad Circle,
DHBVN 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 173

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 174

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 No............................ Package ............................ the bids for which have been
invited by ……… (insert name of the Employer along with address) .................... (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 175

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 176

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 177

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 thelaws 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 permittedassigns ) 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
No……..…………. for Development of Distribution Infrastructure of 11 kV feeders
(Urban & Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient Steel of
Faridabad Circle, DHBVN under the Revamped Reforms-based and Results-linked,
Distribution Sector Scheme of …….. (insert names of the Employer) …………….., a
Company incorporated under the Companies Act of 1956/2013 (with amendment from time
to time) having its registered office at …………….(insert registered address of the
Employer) (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 of 11 kV feeders (Urban & Industrial) emanating from 66 kV Sub-
Stations Sector 58, Orient Steel of Faridabad Circle, DHBVN 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.

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.
Part – 3: Conditions of Contract and Contract Forms 178

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) do hereby 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
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.
Part – 3: Conditions of Contract and Contract Forms 179

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 …………………..
Director’s Resolution dated …………….

Name ………………………..
Part – 3: Conditions of Contract and Contract Forms 180

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 …………….

Name ………………………..

Designation ………………….
(Signature of the authorized
Part – 3: Conditions of Contract and Contract Forms 181

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 182

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 Dakshin Haryana Bijli Vitran
Nigam Limited against their tender specification Vide ref.
No.………………… for Development of Distribution Infrastructure of 11 kV feeders
(Urban & Industrial) emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad
Circle, DHBVN 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 183

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 184

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 ......(insert name of the Employer)........, a company incorporated under
the Companies Act, 1956/2013 (with amendment from time to time) having its Registered
Office at ......(insert registered address of the Employer)........ for its Contract for
Development of Distribution Infrastructure of 11 kV feeders (Urban & Industrial)
emanating from 66 kV Sub-Stations Sector 58, Orient Steel of Faridabad Circle, DHBVN under
the Revamped Reforms-based and Results-linked, Distribution Sector Scheme

WHEREAS DHBVN 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
XXXX (Name of Employer) Engineer In-charge/Project Manager from time to time as
required.
Part – 3: Conditions of Contract and Contract Forms 185

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 XXXX(Name of Employer) site In-charge for his review and record.

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
Part – 3: Conditions of Contract and Contract Forms 186

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 XXXX (Name of the Employer). 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
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
Part – 3: Conditions of Contract and Contract Forms 187

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. XXXX (Name of the Employer)
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 XXXX (Name of the
Employer) 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 XXXX (Name of the Employer) 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.

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.
Part – 3: Conditions of Contract and Contract Forms 188

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 XXXX (Name of the Employer) 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
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 / XXXX
(Name of the Employer) Safety Rule/ Safety Instructions / Statutory safety requirement
Part – 3: Conditions of Contract and Contract Forms 189

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.

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.
Part – 3: Conditions of Contract and Contract Forms 190

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 / XXXX (Name of the
Employer) 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,
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 XXXX (Name of the Employer)
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
Part – 3: Conditions of Contract and Contract Forms 191

from XXXX (Name of the Employer) 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
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.
Part – 3: Conditions of Contract and Contract Forms 192

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.

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 193

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 194

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 195

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 Contractor along 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 196

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 197

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 198

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 199

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

_
[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 200

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 201

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 XXXX (Name of the
Employer) a Company incorporated under the Companies Act of 1956/2013 (with
amendment from time to time) having its registered office at XXXX (Registered Address of
the Employer) (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 works in 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 RDSS works.

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 XXXX (Name of the
Employer), 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 202

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 xxxxx (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 …………………….
Part – 3: Conditions of Contract and Contract Forms 203

(Signature of the authorized


Name ……………………….. representative)

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 204

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
[Publish Date]
Ref. No. REC/RDSS/21-22/
Sub: Standard Bidding Documents for Infrastructure works under RDSS
Dear Sir/Madam,
Consequent upon the launch of the Reforms-Based and Results-Linked, Revamped Distribution Sector
Scheme (RDSS), Standard Bidding Documents (SBD) for the Infrastructure works were circulated to
all the States vide REC letter No. REC/RDSS/20-21/___ dated __/__/___. Subsequently based upon
the observations received from different stakeholders the revised version of the SBD has been uploaded
on REC’s website.
A guidance note is hereby enclosed with this letter to enable the States for a better understanding of
the document guidance for making necessary modifications as per their requirements/ practices. The
note also contains a checklist of all the changes required to done in the SBD to customize these
documents in-line with specific project requirements.
This for your kind information and necessary action please.
Thanking you.

Yours Sincerely,

(XXXXX)
To,
The Chairman/Managing Director (s)
All Discoms
Copy to:
1. The Joint Secretary (Distribution), MoP, Shram Shakti Bhawan, New Delhi
2. The CMD, PFC Ltd.
3. Sr. CPM/CPMs, REC, ROs
Guidance Note | SBD for “Development of Distribution Infrastructure under Revamped
Reforms-Based and Results-Linked, Distribution Sector Scheme (RDSS)”
I. Overview

1. This Model Standard Bidding Document (SBD) has been prepared for the selection of contractors
to carry out various infrastructure development works envisaged by the DISCOMs across the
country under the Revamped Reforms-Based and Results-Linked, Distribution Sector Scheme
(RDSS).
2. The provisions in angle brackets (< >) are for guidance and should be omitted from the Request
for Bids (RFB), before they are issued to prospective Bidders.
3. All Project-specific provisions in this RFB have been enclosed in square parenthesis ([ ]) and
highlighted in yellow, may be modified, as necessary, before issuing the RFB to prospective
Bidders. The square parenthesis should be removed after carrying out the required modification.
The list of such items has been captured as a checklist in Annexure-1.
4. The model SBD includes the following parts and corresponding sections:
Part Section Description
1. Request for Bids (RFB)
This Section includes the Notice for Request for
Notice / Notice Inviting
Proposals
Tender
This Section contains information regarding
2. Eligibility and specific eligibility and qualification requirements
Qualification applicable for prospective bidders to be
Requirements considered for further evaluation of their
proposals
“Bid Data Sheet” contains information specific to
1. Bidding
selection and corresponds to the clauses in
Procedures and
3. Instruction to Bidders “Instructions to Bidders” that call for selection-
Requirements
and Bid Data Sheet specific information. “Instructions to Bidders”
provides information to help prospective bidders
prepare their proposals
This Section includes the forms for Technical
4. Bidding Forms-
Proposal that are to be completed by the
Technical part of the bid
prospective bidders
This Section includes the financial forms that are
5. Bidding Forms-
to be completed by the prospective bidders,
Financial part of the bid
including the bidders’ costing and pricing
Part Section Description
This Section describes the background
information of the Project, Scope of Work,
System Requirement, Specifications, Quality
2. Employer’s 6. Employer’s
Requirements, Standards, Activities and Tasks,
Requirements Requirements
Plans, Deliverables, Documentation and other
requirements/ details related to and/or connected
with the Project
This Section includes standard contract form. It
includes General Conditions of Contract
(“GCC”) and Special Conditions of Contract
7. Conditions of Contract
(“SCC”). The SCC include clauses specific to
this contract to supplement the General
3. Conditions of
Conditions.
contract and
This Section includes the form used to notify,
contract forms
Award of the Contract to the successful bidder
and the form for Performance Security to be
8. Contract Forms
furnished by the bidder and other forms
necessary for satisfactory performance of the
contract.

5. 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 which inter-alia include:
 Loss Reduction
o Segregation of the Agricultural/Mix feeders,
o Feeder bifurcation,
o Reconductoring works,
o Underground cabling in natural disaster-prone areas,
o HVDS
o AB Cabling
o Installation of Capacitor Banks
 Modernization and System Augmentation
o New 66/11 kV, 33/11 kV, 22/11 kV, 33/22 kV, 66/33 kV Power Substation,
o New 66 kV Lines, New 33 kV Lines, New 22 KV Lines, New 11 kV Lines,
o Augmentation of Power Sub-station and 66kV, 33kV, 22kV, 11kV line,
o Renovation works (Excluding routine O&M works),
o DTR Substations,
o LT Line,
o Under-ground cabling works,
The DISCOM may amend the above list in the RFB based on its requirement and the package
being issued.
6. Bid Structure –
i. Single Stage Two-Envelope Bidding Process with e-Procurement/ e-Tendering.
ii. The bid comprises of two parts – The Technical part and The Financial Part, both the parts
shall be submitted simultaneously.
iii. The Technical part of the bid shall contain Letter of the Bid-Technical, Bid Security/Bid
security declaration as applicable, authorizations, eligibility and qualification details and
supporting documents, and other documents.
iv. The Financial Part includes the price schedules, the Technical Part shall not include any
financial information related to the bid price.
v. Technically qualified Bidder with the lowest Financial Bid shall be considered as the
Successful Bidder and shall be considered for award of the Contract

II. 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
Substation Contracts 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
S.No Description Guidance
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.
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 after
Employer 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 1st April 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.
S.No Description Guidance
13. Performance Bank 3% of the estimated value is to be furnished by the selected bidder
Guarantee 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.
16. Estimate for the work Project Implementing Agencies (Employer) are requested to
based on Price prepare their estimate based on their approved latest Schedule of
Schedule 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
S.No Description Guidance
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 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
S.No Description Guidance
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.
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
S.No Description Guidance
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:
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 for
(Optional Clause) 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 modify
bidder 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,
S.No Description Guidance
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.
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.

III. 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
S.No Description Action
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 line with 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 that no 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 course.
6. Inspection Testing of major materials under Category 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 1st lot
S.No Description Action
and any other lot as decided by the DISCOM. The 2nd
lot should preferably 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.

Note:
i. The Employer is advised to carefully read the document and insert Employer specific and RFP
specific details in the blank and/or highlighted portions.
ii. This guidance note and the associated SBD are to be followed. However, in case of any
contradiction, the provisions in the operational guidelines for the Revamped Distribution
Sector Scheme issued vide letter 29.07.2021, and any subsequent amendments released by the
Nodal Agency shall prevail.
Annexure – I: Checklist showing details to be filled up in Standard Biding Documents to make
it ready for project specific requirements
1. Part – 1 : Bidding Procedures and Requirements

Section/ Clause No. Page


S.No. Symbol to be filled Content to be filled
Heading / Form No. No.
Cover Multiple details
1 - - -
Page highlighted in yellow
Name of
1 - 8 [Utility Name]
DISCOM/Utility
XXXXX [Name of Name of the circle or
2 - 8
District] District District as applicable
3 - 8 XXXXX [State name] Name of State
[insert the name of the Insert the name of the
4 - 8 contract/ brief details of the contract and brief details
Works required] of scope of works
[insert NIT/RFB reference NIT/RFB reference
5 - 8
number] number
[insert date when RFB is
6 - 8
issued to the market]
[……..Name of the Name of
7 1 8
Utility…. ] DISCOM/Utility
Name of
8 1 8 XXXX[DISCOM Name]
DISCOM/Utility
[ …name of website to be websites from where the
9 3 8
inserted by Utility………] RFB can be downloaded
Section - Dates from which the
1 10 3 8 [….. to …… <dates>] the downloading begins
and closes
RFB Notice / NIT
11 Table 10 [………………………….]
Number
Contract Title for the
12 Table 10 […………………………..]
Procurement
XXXX [Name of the Name of the circle or
13 Table 10
District] district District as applicable
[Insert date in Date of Release of RFB
14 Table 10
DD/MM/YYYY Format] Notice/ NIT
[Insert time and date in Date & Time of Pre-Bid
15 Table 10
DD/MM/YYYY Format] Meeting
[Insert date in
Last date and time of
16 Table 10 DD/MM/YYYY Format,
Bid Submission
up to …… Hours (IST)]
Date and time of
[Insert date in
Opening of Technical
17 Table 10 DD/MM/YYYY Format, at
Part (First Envelope) of
….. Hours (IST)]
the bid
Location of Submission/
Please specify the exact
18 Table 11 Opening of Bids, as
location
applicable
Amount of EMD or BID
19 Table 11 XXXXXXX/-
security
[10% <This % age may be
modified by Utility taking Percentage of
20 Table 11
into account GoI performance security
guidelines/ Orders>]
[………… fill in bid
validity period required in
21 Table 11 Bid Validity period
number of days like 90/120
etc.]
Time of completion in
22 Table 11 …………
months
[(Name of Person),
(Designation), Name, designation,
(Department/ Division), Department, Adress,
23 Table 11
(Address), Mail ID, Mobile No. of
(eMail………….), (Mobile the contact person
no………..)]
Name, Mpbile No., and
[( Name……..) (Mobile
E-Mail ID of support
24 Table 11 No. …………….),
team for E-procurement
(eMail Id……………) ]
portal
[..insert name of the
1 1.3.a. 13 Name of the State
State…]
[ … insert the amount
equal to 70% of the Enter the equivalent
2 2.1.1.i 17
estimated amount of the amount
project….]
[ … insert the amount
equal to 40% of the Enter the equivalent
3 2.1.1.ii 17
estimated amount of the amount
project….]
Section - [ … insert the amount
2 equal to 30% of the Enter the equivalent
4 2.1.1.iii 17
estimated amount of the amount
project….]
[ … insert the amount
equal to 30% of the Enter the equivalent
5 2.1.2 17
estimated amount of the amount
project….]
Amount equal to 30%
of the estimated cost of
6 2.2.2 19 Rs._____Lakhs
the project rounded off
upto two decimal places
Amount equal to 10%
of the estimated cost of
7 2.2.3 19 Rs._____Lakhs
the project rounded off
upto two decimal places
<The clause to be The clause to be
8 ITB 37 52 retained/deleted by the retained/deleted as
Employer as required> applicable
<The clause to be The clause to be
9 ITB 46 56 retained/deleted by the retained/deleted as
Employer as required> applicable
BDS - ITB [insert reference number of Reference number of the
1 57
1.1 the Request for Bids] RFB
BDS - ITB 57 Name of the
2 [insert Utility Name]
1.1 utility/DISCOM
BDS - ITB 57 [insert name and Name and identification
3
1.1 identification of package] of the package
BDS - ITB 57 [insert brief description of Brief description of the
4
1.2(c) the Utility] utility
57 [ insert the web address of web address of the
the portal on which portal on which
BDS - ITB
5 Electronic Procurement Electronic Procurement
6.1
will be conducted by the will be conducted by the
Utility] Utility/DISCOM
[………………..insert e-
BDS - ITB mail address of the Utility E-mail ID of DISCOM
6 58
6.2 for seeking for seeking clarifications
Section - clarifications….]
3 58 [insert no. of days e.g.
BDS - ITB
7 7/10/ 14 days from date of Number of days
6.2
issue of NIT/RFB]
BDS - ITB 58 Date of the Pre-bid
8 [__________________]
6.5 meeting
BDS - ITB 58 Time of the Pre-bid
9 [__________________]
6.5 meeting
BDS - ITB 58 Place of the Pre-bid
10 [__________________]
6.5 meeting
58 <list any additional
document not already listed
in ITB 10.2 that must be
BDS - ITB submitted with the Bid. List of additional
11
10.2.8 The list of additional documents
documents may include
the following, otherwise
delete this row>
<list any additional
document not already listed
BDS - ITB in ITB 11.3 that must be List of additional
12 59
10.3.3 submitted with the documents
Financial Part of the Bid,
otherwise delete this row>
[Insert any one of the
BDS - ITB following, as may be Applicable clause to
13 59
11.3 applicable and delete the kept other to be deleted
rest]
i)…………………
BDS - ITB List of documents to be
14 59 ii)………………..
11.3 shared in hardcopy
iii)………………..
BDS - ITB
15 59 ……… Full name of person
11.3
BDS - ITB
16 59 ………… Street address
11.3
BDS - ITB
17 59 ……. Floor/room number
11.3
BDS - ITB
18 59 ……… City
11.3
BDS - ITB
19 59 ……… PIN/Postal code
11.3
Components/ parts of
the Plant and Installation
BDS - ITB Services that are
20 60 _______________
13.1 envisaged to be
provided by the
Employer
BDS - ITB 60
13.5.1(i), Name of location where
21 ______
ITB 13.5.2 plant is to be installed
(i)
BDS - ITB 60 [….. 60/90/ 120/ 150/ or
22 Number of days
17.1 180 days …….]
60 insert “shall be” or
BDS - ITB [insert “shall be” or “shall
23 “shall not be” additional
18.1 not be”]
clause as applicable
BDS - ITB 60
24 [] amount of bid security
18.1
[Other forms of acceptable
BDS - ITB Bid securities: Other forms of
25 61
18.2 (c) …………………. acceptable bid securities
…………………..]
BDS - ITB
26 61 ______ years Number of years
18.8
[…… Legally valid Power
of Attorney demonstrating
the authority of the
signatory to sign the
BDS - ITB Insert as clause as
27 61 Bid…… ]
19.3 applicable
OR
[……insert other
requirement as may be
applicable…..]
BDS - ITB
28 62 ____ Insert date
21.1
BDS - ITB
29 62 ____ Insert time
21.1
BDS - ITB 62 [insert street address and
30 Street adress
24.1 number]
BDS - ITB 62 [insert floor and room
31 Floor/room number
24.1 number, if applicable]
BDS - ITB 62 [insert name of city or
32 City
24.1 town]
BDS - ITB 62 [insert day, month, and
33 Date
24.1 year, e.g. 15 June, 2016]
62 [insert time, and identify if
BDS - ITB
34 a.m. or p.m. e.g. 10:30 Time
24.1
a.m.]
BDS - ITB 62
35 _________ Insert average or highest
28.3
62 [GST, quoted separately as
per ITB 13.12, shall be
BDS - ITB considered for arriving at
36 GST
32.1 (e) the evaluated Bid cost/
price and comparison of
Bids.]
<These factors may be
related to the
characteristics,
performance, and terms and
conditions of procurement
of the Plant and Installation
Services, and may be
modified by the Utility as
BDS - ITB Modifications as
37 63 considered appropriate .
32.1(f) deemed fit
The effect of the factors
selected, if any, shall be
expressed in monetary
terms to facilitate
comparison of Bids, from
amongst those set out in
Section 6, Employer’s
Requirement >
63 Put yes or no, and make
BDS - ITB
38 [insert Yes or No] sutable mofifications in
32.1(f)
the clause
BDS - ITB 63 [insert any other specific any specific
39
32.1(f) criteria here] requirements
63 [… if any, indicated/
BDS - ITB
40 quoted, in the Technical Cost of withdrawal
32.1(f)
Part of the Bid..]
64 <Include the following
Provision to be
BDS - ITB herein if the provisions do
41 retained/deleted as
36 not apply, otherwise delete
applicable
this row>
Insert percentage if the
BDS - ITB [……. Insert the provision is applicable
42 64
37 percentage…….] otherwise insert "Not
Applicable"
[10% <This % age may be
BDS - ITB modified by Utility taking Percentage of
43 64
44.1 into account GoI performance security
guidelines/ Orders>]
Rate of additional
BDS - ITB performance security if
44 64 […..]
44.1 applicable otherwise
insert "Not Applicable"
< if the clause is not
"Not applicable or
BDS - ITB applicable, indicate “Not
45 64 clause as per
44.1 Applicable” otherwise
requirement
indicate the following>
< to be inserted by Utility
Annexure I Bidder manual for E-
46 65 as per their e-Procurement
(BDS) Bidding
System>
Form specific details to
1 Form 1 67 -
be updated
Form specific details to
2 Form 2 72 -
be updated
Form specific details to
3 Form 3A 75 -
be updated
Form specific details to
4 Form 3B 77 -
Section - be updated
4 Form specific details to
5 Form 4 79 -
be updated
Form specific details to
6 Form 5 81 -
be updated
Form specific details to
7 Form 6 82 -
be updated
Form specific details to
8 Form 7 85 -
be updated
Form specific details to
9 Form 8 88 -
be updated
Form specific details to
10 Form 9 94 -
be updated
Form specific details to
11 Form 10 99 -
be updated
Form specific details to
12 Form 11 101 -
be updated
Form specific details to
13 Form 12 104 -
be updated
Form specific details to
14 Form 13 107 -
be updated
Form specific details to
15 Form 14 110 -
be updated
Form specific details to
16 Form 15 112 -
be updated
Form specific details to
17 Form 16 114 -
be updated
Form specific details to
18 Form 17 116 -
be updated
Form specific details to
19 Form 18 120 -
be updated
Form specific details to
20 Form 19 122 -
be updated
Attachment Form specific details to
21 124 -
4A be updated
Attachment Form specific details to
22 126 -
4B be updated
Form specific details to
23 Form 20 127 -
be updated
Form specific details to
24 Form 21 131 -
be updated
1 139 XXXX Name of the district
1
2 139 XXXX Name of State
Section - 3 141 XXXX Name of the district
2
5 4 141 XXXX Name of State
5 142 XXXX Name of the district
3
6 142 XXXX Name of State
2. Part – 2 : Employer’s Requirements

Clause No. Page


Section S.No. Symbol to be filled Content to be filled
/ Form No. No.
Individual scope
components to be
<To be modified by the
modified/deleted/inserted as
1 - 50 Employer as per the
per the work envisaged in
works envisaged>
the approved DPR of the
Section Employer
6 Technical specifications of
individual components to be
<To be modified by the
modified/deleted/inserted as
2 - 234 Employer as per the
per the work envisaged in
works envisaged>
the approved DPR of the
Employer

3. Part – 3 : Conditions of Contract and Contract Forms

Clause No. Page


Section S.No. Symbol to be filled Content to be filled
/ Form No. No.
[or as decided by the
1 GCC 50.1 90 Lot number
Discom]
Attachment Name of the DISCOM /
2 96,97 [Utility Name]
- 1 to GCC Utility
[Insert complete legal
SCC - GCC Name of the DISCOM /
4 98 name of the DISCOM /
1.1 Utility
Utility]
[Insert complete legal
SCC - GCC name of the Project Name of the Project
5 98
1.1 Manager deployed by the Manager
DISCOM / Utility]
Section [Insert supply spare parts
-7 required for operations
SCC - GCC and maintenance, and the
6 99 List of spare parts
7.3 provision thereof
required by the DISCOM
/ Utility]
SCC - GCC
7 99 [XX Days] Number of Days
8.1
SCC - GCC
8 99 XX Months Number of Months
8.2
[10% <This % age may
SCC - GCC be modified by Utility Percentage of Performance
9 99
13.3.1 taking into account GoI Security
guidelines/ Orders>]
[…%age to be filled in by
the Utility pursuant to
ITB clause 37.1 …eg. the
SCC - GCC percentage of the bid Percentage of additional
10 99
13.3.1 price in excess of the perfromance security
percentage specified in
the said clause limited to
…xxxx.. ..]
[….. Utility to insert
details of the Bank from
SCC - GCC whom the Bank
11 99 List of Banks
13.3.2 Guarantee towards
Performance Security is
acceptable…]
[ …insert percentage e.g.
SCC - GCC 5%/ 10% etc. as
12 99 Percentage
19.3 considered appropriate by
Utility….]
[ …..insert number of
SCC - GCC
13 103 months eg. 24 or 36 Number of months
27.8
etc…..]
[ …..insert number of
SCC - GCC
14 102 years eg. 5 or 7 or 10 Number of years
27.8.1
etc…..]
SCC - GCC [To be inserted by
15 103 Place of dispute arbitration
45.2(a) Employer]
Form specific details to be
1 Form 2 105 -
updated
Form specific details to be
2 Form 3a 109 -
updated
Form specific details to be
3 Form 3b 110 -
updated
Form specific details to be
4 Form 4a 112 -
updated
Form specific details to be
5 Form 4b 117 -
updated
Section Form 5
-8 Form specific details to be
6 [Alternative 123 -
updated
- a]
Form 5
Form specific details to be
7 [Alternative 129 -
updated
- b]
Form specific details to be
8 Form - 6 176 -
updated
Form specific details to be
9 Form - 7 180 -
updated
Form specific details to be
10 Form - 8 183 -
updated
Form specific details to be
11 Form - 9 184 -
updated
Form specific details to be
12 Form - 10 188 -
updated
Form specific details to be
13 Form-11 192 -
updated
Form specific details to be
14 Form - 12 194 -
updated
Form specific details to be
15 Form - 13 195 -
updated
Form specific details to be
16 Form - 14 197 -
updated
Form specific details to be
17 Form - 15 200 -
updated
Form specific details to be
18 Form - 16 205 -
updated
Form specific details to be
19 Form - 17 207 -
updated
Form specific details to be
20 Form - 18 209 -
updated
Form specific details to be
21 Form - 19 225 -
updated
Form specific details to be
22 Form - 20 228 -
updated
Key amendments made in Version-2 of the SBD as compared to the previous version
Part - 1
1. Alhtough the bid validity period has been left open upto the discretion of the DISCOM, it may
preferrably be kept at 180 days.
2. Definition of Liquid Assets has been revised and included.
3. In the provision for submitssion of price bid, it has been included that the Contractor has to submit
the ex-works price by adjusting GST input credit.

Part - 2
4. In the scope under loss reduction works, AB Cabling and Installation of capacitor bank have also
been added. However, the DISCOM is free to edit this to add/ delete items as per its requirements/
sanctioned DPR/ package design.
5. Provision of 9/11/13 metre STP added for 33/11 KV lines.
6. Detailed Quality Assurance Mechanism (QAM) has been included to be developed/ followed by
the DISCOM/ Contractor as well as to be implemented by the Nodal Agency/ its appointed
TPQMA in line with RDSS guidlines. Some of the key points include:
a. Contractor to mandatorily accompany DISCOM for Pre-Dispatch Inspection and jointly
sign-off test reports.
b. Contractor to setup at least one testing facility for each contract at the district/ project area
for testing of Cables/ Conductors, DTs and Insulators. This is however optional for the
DISCOM to exercise.
c. Penalties included to be levied on the Contractor for failure of testing as well as defects/
faults identified during field/ site inspections.
d. DISCOM/ Nodal Agency reserves the right to carry out field inspections through mobile
vans.
7. Distribution Transformer specifications changed as per efficiency level 1 of BIS standard. Further,
options for other material to be used for transformer core, have also been included.

Part - 3
8. Interest to be paid by DISCOM to the Contractor, in case of delay in payment beyond 60 days.
9. In the event of early payment, the DISCOM would be eligible to get a rebate, if the invoice is paid
within 10 days.
10. Price Variation clause has been made applicable from the effective date of the contract.
11. Price Variation and adjustment mechanism for STP has also been included.
Note: The above reflects only the key changes made across the SBD. There have however been other
changes made in the scope, technical specifications, price formats etc., especially in Part-2 of the SBD.
DAKSHIN/UTTAR HARYANA BIJLI VITRAN
NIGAM

QUALITY ASSURANCE PLAN


TABLE OF CONTENTS

Sr No Description Page No

1. Sources of material 3
2. Material Quality Assurance 3
2.1. Submission of Quality Assurance Procedure 4
2.2. Inspection Call Raised by vendor / contractor 4
2.3. Inspection Requisition to Inspecting Officer / Third Party Agency 5
2.4. Material Inspection at the firm’s premises 6
2.5. Sealing Procedure for the inspected material 7
2.6. Dispatch Instructions 7
2.7. Acceptance of material at the stores 8
3. Material Inspection at DHBVN/UHBVN stores for Nigam Purchase 8
4. Material Inspection at Contractor stores for Turnkey Contracts 9
4.1. Verification of material at stores by Joint Verification Committee 9
4.2. Team of XENs 10
5. Workmanship and measurements of erected material 10
5.1. Checking during erection phase 10
5.2. Team of XENs 10
5.3. Taking over 10
6. Delivery and Payment Schedule 11
ANNEXURE – I 12
ANNEXURE – II 13
ANNEXURE – III 15
ANNEXURE – IV 17
ANNEXURE – V 18

2
1. Sources of Material

DHBVN/UHBVN undertakes material procurement through various media as per its


requirement to execute various projects. The pre-dispatch and post-dispatch quality
inspections for the following three major categories are required:-

a) Material directly procured by Nigam : MM Department


b) Material procured under the turnkey contracts : PD&C Department
c) Material procured under turnkey contracts : Field Offices

Apart from pre-dispatch quality inspection, the measurement and workmanship of erected
material is also essential in the following cases:-

1) Turnkey execution of the contract by PD&C and field offices


2) Work executed departmentally
3) Work got executed by prospective consumers through private contractors

The Material is required to be inspected under all the three heads as mentioned above to
ensure proper quality. The material shall be inspected as per the provisions of relevant
IS/IEC and specifications of the Nigam which should necessarily be referred to during
inspection and it shall be ensured that the test results are in accordance with the
Standards/Specifications.
Hereunder, a process flow is laid down for inspection of the material being procured by the
Nigam to ensure effective quality checks.
Large number of items required for day to day maintenance of Low Distribution system (not
enlisted against centrally procured items) are being procured locally by field offices as per
provision in Delegation of Power (DOP). Since these items are procured in smaller numbers
at a time, (though the total quantity becomes sizeable) as such it become necessary to
procure these items on central level as there is no proper procedure to check & ensure the
price & quality of the material. It would be appropriate that items of regular use required in
sizeable quantity may be procured by MM for the entire utility.

2. Material Quality Assurance


This includes the material which is:
o Procured directly by the Nigam through MM department.
o Supplied to the Nigam under turnkey contracts i.e. supply, erection and
commissioning of new 33kV sub-stations, replacement of defective equipments,
3
bifurcation of feeders, erection of new LD system, release of tubewell connections
or any other project etc. These projects are mainly dealt by PD&C department in
DHBVN/UHBVN and also by field offices.

2.1. Submission of Quality Assurance Procedure

The Vendor / Contractor at the time of submission of the drawings for approval from
DHBVN/UHBVN is also required to submit a Quality Assurance Procedure (QAP) of the
materials to be supplied for review and approval. In this QAP, the vendor / contractor
shall clearly indicate the quality measures being taken by the manufacturer to maintain
the quality of the finished product. The drawings/QAP once approved shall not be
required to be submitted for approval again.

QAP will indicate the following details:-


i) Tests being performed on the raw material purchased by manufacturer for
manufacturing of the finished product.
ii) Tests being conducted during manufacturing of the product (In process testing).
iii) Tests which shall be done on the finished product at the time of pre-dispatch
inspection.
iv) Test results assured by the vendor.
v) Tests procedure followed for the inspection with full details of test setup etc.

The Inspection shall be carried out on the basis of the approved QAP. All the details
provided by the vendor / contractor shall be verified by Nigam / Third Party during the
inspection and if any deviation is found from the approved documents, it will be noted
in the inspection report.

2.2. Inspection call raised by Vendor / Contractor

The vendor / contractor will give inspection call notice 20 days in advance of date of
readiness of material or as provided in the NIT to the below mentioned agencies:

1. For Work Orders issued by PD&C : CGM / PD&C


2. For Purchase Order issued by MM : CGM / MM
3. For work order issued by Field offices : SE/OP (Concerned)/Const.

The Inspection call will be generated in a pre-defined format as per Annexure – I.

4
The vendor / contractor shall also provide a copy of approved QAP, drawings along with
the inspection call. Vendor / contractor should give it in writing that he is ready for the
inspection and in case of any default on his part, appropriate action in form of penalty
will be taken by DHBVN/UHBVN.

2.3. Inspection Requisition to Inspecting Officer / third party agency

After the Inspection call is received by the concerned department, the department shall
depute inspecting Officer from DHBVN/UHBVN / third party for inspection of the said
item within stipulated time frame as below :-

1 PD&C Department : Within 2 working days of receipt of Inspection


Call from the Vendor / Contractor
2 MM Department
For material within Contract : Within 5 working days from date of receipt of
Delivery Period (CDP) Inspection Call
3 For material beyond CDP : Within 7 working days from date of (i.e. for
delayed delivery) receipt of Inspection Call
4 Field Offices : Within 2 working days of
receipt of Inspection Call from Vendor /
Contractor

The Inspection requisition shall be provided in the format as per Annexure – II.
The Inspecting officer/agency shall be provided with all the relevant documents like
QAP, Drawings, Minutes of Meetings of previous Inspection etc. before the inspection
for preparation.
The nomination of inspecting officer would be delegated to CGM(PD&C) / CGM(MM) /
SE(OP). The following norms shall be applicable for the nomination of inspecting officer
deputed for the inspection of material.
• Material worth upto and including Rs. 30 Lacs : DHBVN/UHBVN officer
• Material irrespective of cost . : Third party agency
such as QSS, QUEST
Shanthala Power

Note:-
In case of T/Fs & electronics meters :Joint inspection of 3rd party
and Nigams officer/s
The Third Party Agency will be nominated by WTDs at their level irrespective of
cost payable to the inspecting agency.

5
The Inspecting Officer will be deputed in rotation for which a separate register will be
maintained in the office of CGM(PD&C) / CGM(MM) / SE(OP)/Const. Any deviation from
the above will be with the approval of Director (Projects). Duty once assigned will not be
changed under any circumstances.
It is the duty of the Inspecting officer to prepare himself for the inspection. The
inspector shall be well conversant with the relevant Standards, Specifications, Test
methods, test results etc before going for the inspection.

2.4. Material Inspection at the firm’s premises

The Inspector shall carry out the inspection at the works of the vendor as per the
approved QAP and the progress of the same shall be apprised to the Head of the
Department on regular basis. The instructions for the inspecting officers for conducting
inspection at the vendor’s works are as follows:-

• Inspecting Officer/agency shall contact the firm’s representative/s responsible


for testing and inform him the time of visit for the inspection by mail. A copy of
the mail shall be given to HOD of concerned department for reference and
record.
• Inspecting officer(s) will report their arrival at & departure from firm’s premises
through landline phone to HOD of Inspection Requisition (IR) Agency.
• As soon as the Inspecting Officer reaches the firm’s premises for inspection, he
shall ask for the list of the materials being offered for inspection.
• In case of change in the quantity from the quantity indicated in the Inspection
Call / Requisition, a variation of maximum +20% shall be allowed and the
inspecting officer(s) will inform the HOD, about the quantity offered and obtain
telephonic approval to be confirmed in writing, later.
• Have a casual round of the premises to cross check the quantity indicated in the
Inspection Requisition (IR) or offered for inspection.
• Only ready material to be accepted for testing.
• Randomly tick mark on the packing list to draw the samples as per the sampling
procedure indicated in the relevant Indian Standard.
• Append signature on samples with permanent ink marker.
• Obtain copies of raw material / in process tests carried out by the firm as per the
QAP. Verify the results as indicated in the QAP.
• Check calibration certificates of testing instruments.
• Check validity of BIS license, wherever applicable.
• Test check the testing instruments.

6
• The entire inspection procedure shall be videographed. The video shall clearly
show the quantity offered for inspection, sample selection & tests carried out.
• Follow the IS & technical specifications for conducting acceptance tests on
samples.
• All the tests must be witnessed personally by the Inspecting Officer. The Test
results shall be noted down separately by the Inspecting Officer. The test results
indicated in the final test reports shall be cross-checked with the noted values
available with the Inspecting Officer.
• The copies of the inspection report may be mailed to the IR Agency from the
firm’s premises itself before leaving the premises.
• Hard copy of Inspection report may be submitted on the next date positively.

2.5. Sealing Procedure for the inspected material

Before the officer leaves for the inspection, the concerned department shall provide
seals to the officer required for material to be inspected. A proper record shall be
maintained by the concerned department regarding the details of seals issued to the
concerned inspecting engineer.
Once the material clears all the acceptance tests as per specifications, it shall be
effectively sealed with seals provided by Nigam and the details of seals affixed may be
clearly indicated in the inspection report. The seals shall be provided on the material in
such fashion that these do not get damaged / defective during transportation, loading
& unloading. Where it is not possible to affix Polycarbonate seals, digitally signed paper
seals be affixed duly covered and protected with cellular tape.
Procedure for sealing arrangement for major equipments is under process and shall be
approved by WTDs separately.
In case of inspection being conducted by 3rd part agency, polycarbonate seals
shall be issued to them as per requirement (in lump –sum on monthly basis )

2.6. Dispatch Instructions

The Inspection Requisition (IR) agency will issue dispatch instructions within maximum
two days of receipt of inspection report. Simultaneously, copies of the inspection report
may be mailed to consignees.
The IR agency will monitor to ensure that the material inspected is dispatched within
reasonable time after the issue of dispatch instructions to crosscheck fake inspection, if
any. Delay in dispatch, if any, has to be justified with reasons.

7
2.7. Acceptance of material at the stores

As soon as the material is received, the Store Incharge shall verify the seal numbers
provided against the items as listed in the inspection report. In case of any discrepancy
in the seal numbers, the same shall be brought to notice of Inspection Requisition
Agency. The store incharge will also carry out the physical checking of material for
various parameters and in case of any observation, report the matter to Requisition
Agency.
The material found with seal numbers not matching with the list or observed doubtful
in physical parameters shall not be taken on books for issue to the field offices.

3. Material Inspection at DHBVN/UHBVN stores for Nigam Purchase

Checking of material received at DHBVN/UHBVN store shall be carried out as under:

a) A team of 2 XENs to be nominated by CGM/MM will carry out random checking


to ensure quality and quantity of material received in Nigam’s stores.
b) The team will draw sample from each lot received in anyone of the stores to
carry out checking as under:-
• Genuineness of seals provided during inspection
• Workmanship of material received in store
• Quantity of material inspected viz-a-viz received quantity.
• Quality of material received in the store
c) The above said inspection / checking would be carried out to check all physical
parameters as per approved technical specifications of the Nigam / Engineering
Design / Drawings.
d) The above said team would also draw samples randomly for any material for its
testing from any NABL accredited testing lab as approved by the Nigam.
e) A committee of two XENs to be constituted by Director/Projects at random may
also draw sample from any lot for cross checking as per (b) & (d) above.
f) The material received at the store shall not be issued to field offices before the
test reports from NABL accredited lab is received by DHBVN/UHBVN. However,
in case of any urgency to issue material in the field, an undertaking may be
obtained from the Vendor stating that in case the material fails in the NABL Lab,
the cost of replacement of material including its erection and dismentaling at
site, transport of material from store of DHBVN/UHBVN etc. shall be borne by
the vendor. The whole LOT of material shall be considered as rejected in such
case.

8
4. Material Inspection at Contractor stores for Turnkey Contracts

4.1. Inspection of material procured under turnkey contracts shall be conducted in the
similar manner as envisaged for material procured by MM department.
Verification of material received at contractor’s site store shall be carried out as under:

a) A committee of 2 officers of the rank of Executive Engineers would ensure


checking quality and quantity of material brought by the turnkey contractor in
his site stores. The officers for the said committee would be appointed by
CGM/PD&C or CE/OP concerned, in rotation.
b) The above said checking would be carried out in line with the source of
procurement of material i.e. to be procured from prescribed empanelled firms
only and further for the quantity & quality mentioned in the contract.
c) The committee will draw sample from each lot received in anyone of the store to
carry out checking as under:-
• Genuineness of seals provided during inspection
• Workmanship of material received in store
• Quantity of material inspected viz-a-viz received quantity
• Quality of material received in the store
d) The above said inspection / checking would be carried out to check all physical
parameters as per approved technical specifications of the Nigam / Engineering
Design / Drawings as stipulated in the turnkey bid documents.
e) After completion of the above said inspection / checking, a joint verification
report (JVR) would be prepared by this committee for submission to the
concerned office and monitoring agency i.e. SE/Const. or concerned SE (OP) as
the case may be for reference and record in their office.
f) The above said committee may also draw samples randomly for any material for
its testing from any NABL accredited testing lab as approved by the Nigam,
maintaining confidentiality. No single Lab is to be patronized.
g) The payments to the contractors would be released on the basis of reports
submitted by the committee through JVR and subject to reports received from
testing lab.
h) The material received at the site stores of contractor shall not be allowed for use
unless the test reports from NABL accredited lab is received by DHBVN/UHBVN.
However, in case of any urgency to issue material in the field, an undertaking
may be obtained from the Vendor stating that in case the material fails in the
NABL Lab, the cost of replacement of material including its erection and
dismentaling at site, transport of material from stores of DHBVN/UHBVN etc.

9
shall be borne by the vendor. The whole LOT of material shall be considered as
rejected in such case

4.2. Randomly, a committee of two XENs to be constituted by Director/Projects may also


draw sample from any lot for cross checking as per (c).

5. Workmanship and Measurements of erected material

5.1. Checking during erection phase

It is the responsibility of concerned office to carry out inspection during the erection of
material at site by Contractor. The following shall be checked:-
a) Whether the work is being carried out as per the Work Order
b) Standard Drawings are being followed or not
c) Erection is being done as per the standard practices
d) Inspected material is used at the site
e) Measurement of works

To ensure proper quality and workmanship on the works under execution, the
following checks shall be exercised by various field officers / officials without any
exception.

1. JE (OP/Const) : 100% of work done under each turnkey contract in his


area
2. SDO (OP/Const) : 20% of work done under each turnkey contract in his
area
3. XEN (OP/Const) : 20% of work checked by SDO/OP/Const. under each
turnkey contract per sub-division

5.2. The team may be nominated at random by Director/Projects which will carry out the
inspection of minimum 10% works executed to check workmanship, quality and
quantity of material used.

5.3. Taking-Over
• In addition to the above checking, a committee of two XENs, one each from
operation and construction wing will be constituted by CGM/PD&C or CE/OP
concerned to carry out joint inspection of works executed by turnkey contractor

10
before taking over the work and their report will be considered final for all
intents and purposes.
• A joint verification report shall be made, indicating all the shortcomings
observed in the erection.
• Contractor shall be given time to rectify the erection works as per the
observations in the JVR.
• The contractor shall give in writing that all the shortcomings have been resolved
and the works are ready for taking over as per the DHBVN/UHBVN standards to
be verified by same team which raised the observation points.
• The balance payments to the contractors would be released on the basis of final
reports submitted by the committee.
6. Delivery Schedule and Payment Terms

The material provided in the turnkey contract shall be allowed to be delivered in order of its
sequence of installation in the field. Material required later and delivered earlier shall not
qualify for release of payment. Normally the supply of material shall be splitted into 3 to 4
lots as per its requirement to complete the work within Contract Delivery Period (CDP).
However, in case the value of the turnkey contract is high and CDP is longer in case of work
order issued by PD&C, the number of lots beyond 4 (lots), if any will be decided by
CGM/PD&C. Similarly, if the value and CDP of the contract is low, the material can be
accepted in two lots with the approval of CE/OP.
Please refer Annexure – V for the delivery and payment schedule for the turnkey contracts
to be executed under PD&C.

Chief Engineer/MM
DHBVN Hisar

11
ANNEXURE – I

Format for raising Inspection Call by the Vendor / Contractor

From,
Name of the Firm with Complete Address

To,
Concerned Department (CGM(PD&C)/CGM(MM)/SE(OP))
Address

Subject:- Inspection Call for _____ No [Items] as per Work Order / Purchase Order No -
__________ dt. _________

Sir,
This is with reference to subject cited Work Order / Purchase Order. We would like to inform
that below mentioned material is ready for Inspection:

Sr No Item Quantity as Quantity already Quantity offered Balance Contract


Description per WO/PO Inspected & for Inspection Quantity Delivery
supplied Period

It is requested to kindly depute an officer for inspection of the materials. The name and contact
details of the person responsible for getting the inspection conducted is:-

_______________ [Contact Details of Person]


_______________ [Date and Place for Inspection]

Signature
Name
Designation
Company Seal
Note:-

12
All the details like WO/PO number, quantity ordered, quantity already inspected, quantity
offered for inspection, date of inspection, place etc shall be clearly indicated in the format.

13
ANNEXURE – II
Format for Inspection requisition to Inspecting Officer / Third Party
From,
Concerned Department (CGM(PD&C/CGM(MM)/SE(OP))
Address

To,
Inspecting Officer / Third party agency

Subject:- Inspection Requisition for _____ No [Items] as per Work Order / Purchase Order No - __________ dt. ______________
placed on M/s _________________

With reference to subject Work Order / Purchase Order No. and Vendor / Contractor inspection call dated. ___________, you are
requested to carry out the inspection of following material:

Sr Name & Complete Address Material Reference Quantity Quantity Quantity Balance Contract
No of the supplier along with Description Standard, as per already now Quantity Delivery Period
works, telephones/Fax & DHBVN/UHBVN WO/PO supplied offered for
telegraphic address specs, drawings Inspection

The name and contact details of the person responsible from for getting the inspection conducted is:-

_______________ [Contact Details of Person]


_______________ [Date and Place for Inspection]

Signature & Designation of


Inspection Requisition Agency

Encl: - Inspection Call by the Vendor / Contractor


ANNEXURE – III

Format for Joint Verification Report

Name of the Work : - ___________________


Name of the Contractor : - ___________________
Work Order No : - ___________________ dt. ______________
Circle / Division/ Sub-Division : - ___________________
Joint Verification Committee : - ___________________ DHBVN/UHBVN
[Name of Officers] ___________________ Contractor’s representative

Short description of Work:


____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
____________________________________________________________________________________________________________
Joint Verification of the material received at the stores of _____________________ [Name of Contractor] was performed on
___________ [date]. The observations on the same are listed below:-

Quantity as Quantity as Quantity


Particulars of the Balance Position
Sr No. per Work per Inspection Received at Physical Parameters Remarks
Material Quantity of Seals
Order Report site store

15
In view of the above mentioned remarks, __________________________ [Name of the Contractor] shall rectify the defects
observed at the earliest and the same shall be verified by the Joint Committee for confirmation.

It is also informed that the _______________________ [Material Name] bearing Sr No. ____________ [Serial number] shall be sent
to the ___________________ [NABL accredited testing Lab] for testing.

Signature of Contractor Signature & Designation Signature & Designation


or his representative of checking officer of checking officer

16
17
ANNEXURE – IV

Format for checking during erection of material by the contractor

Name of the Work : - ___________________


Name of the Contractor : - ___________________
Work Order No : - ___________________ dt. ______________
Circle / Division/ Sub-Division : - ___________________
Name of Inspecting Officer : - ___________________
Inspection Report No. & Date : - ___________________

Short description of Work:


______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________

Checking was conducted on the progress and quality of erection work on __________ [date]
and the report of the same is as below [Example]:-
As per Standard
Sr No. Description of Work Remarks
Practice (Yes/No)
1. Distribution Transformer Erection Yes --
Earthing Strip not
2. DT Earthing No
connected to earth point.
1. Sag not maintained by
the contractor.
3. Conductor stringing for HT feeders No
2. Steel Structure at H
Poles not earthed
4.
5.

In view of the above mentioned remarks, the contractor __________________________ [Name


of the Contractor] be directed to rectify the defects observed at the earliest and the same shall
be communicated to this Office for necessary verification.

Signature and Designation of 1.


Checking Officers 2.
ANNEXURE – V

Delivery and Payment Schedules for Turnkey Contracts

Sr Material to be Payment against supply and


Lot No Eligibility for supply of material
No supplied erection

50% of the cost of material


30% of material as per As mentioned in the bid
1 Lot – 1 supplied in Lot-1 on the basis of
Bid document
JVR
50% of the cost of material
supplied in Lot-2 on the basis of
30% of material as per
After erection of 80% of the JVR +
foot survey
2 Lot – 2 material supplied in Lot-1 and 40% of cost of material of Lot-1
Including spillage as
certified by Xen (OP/Const) against erection +
above
85% of erection charges of the
work done.
50% of the cost of material
After erection of 100% of supplied in Lot-3 on the basis of
material supplied in Lot - 1 AND JVR +
30% of material as per
3 Lot – 3 80% of the material supplied in 40% of cost of material of Lot-2
foot survey
Lot-2 and certification by Xen on erection +
(Op/Const.) 85% of erection charges of the
work done.
50% of the cost of material
After erection of 100% of supplied in Lot-4 on the basis of
Balance 10% of material supplied in Lot - 2 AND JVR +
4 Lot – 4 material as per Foot 80% of the material supplied in 40% of cost of material of Lot-3
survey Lot-3 and certification by Xen on erection +
(“Op/Const.) 85% of erection charges of the
work done.
Balance Payment (i.e. 10% of
cost of material in Lot - 1, 2 & 3 +
50% of cost of material in Lot-4 +
5 -- -- -- balance payment for erection) to
be made after taking over
(including CEI Clearance if
required)

19
1 Item no.

2 Originating office Chief Engineer/MM

3 MD/Director concerned Director/Projects

4 Approved by Director/Projects

5 Subject Quality Assurance Plan

6 Meeting to be placed in (BOD’s) Board of Directors

Quality Assurance Plan for DHBVN/UHBVN is prepared and put up for kind
consideration and approval of the Board of Directors please.

DA/As above

Chief Engineer/MM
DHBVN Hisar

20
HB V HB V
LEGEND:-
D

D
N

N
POWER &
POWER
OPTICAL
CABLE
CABLE

G.L G.L G.L G.L


BACK FILLED WITH BACK FILLED WITH
EXCAVATED EARTH EXCAVATED EARTH
WARNING TAPE WARNING TAPE
NOTE:-
1. ALL DIMENSIONS ARE IN mm.
1200 1200
RCC CABLE COVER RCC CABLE COVER 2. THE ORIENTATION OF R.C.C. SLAB TO BE FOLLOWED AS MENTIONED IN THE DRAWING.
300 300 3. THE DESIRED MINIMUM CLEARANCE FOR THE CABLE IN GROUND AS FOLLOWS.
275 275 275 275
POWER CABLE TO CONTROL CABLE 0.2m
BRICK BRICK
POWER CABLES TO COMMUNICATION CABLE 0.30m
150 11 kV/LT CABLE 150 11 kV/LT CABLE POWER CABLE TO GAS/WATER MAIN 0.30m

100 100
65 65
SAFETY NOTE:-
JAMUNA SAND 300
JAMUNA SAND 132 250 129

660 660 1. ALL SAFETY PRECAUTION i.e USAGE OF PPE's ETC NEED TO BE TAKEN CARE DURING THE INSTALLATION.
2. WARNING BOARD REQUIRED FOR SAFETY MEASURES. SHALL BE PROVIDED AT THE JUNCTION ALON THE TRENCH.
SECTION ON ORDINARY ROAD POWER CABLE+ OPTICAL CABLE SECTION ON ORDINARY ROAD D/C
3. BARRICADES WITH CORRUGATED SHEETS PAINTED WITH RED AND WHITE STRIPS SHALL BE PROVIDED ALONG THE
ENTIRE TRENCH.
4. WARNING RED LIGHTS SHALL BE PROVIDED OVER THE AVOID THE ACCIDENT IN THE NIGHT.

HB V HB V
D

D
N

POWER &
POWER
OPTICAL
CABLE
CABLE

G.L G.L
G.L G.L DHBVN
BACK FILLED WITH BACK FILLED WITH SMART CITY CIRCLE, GURUGRAM
EXCAVATED EARTH EXCAVATED EARTH
WARNING TAPE WARNING TAPE

1200 1200
RCC CABLE COVER RCC CABLE COVER
300
275 275 275
300
275 275 PROJECT:-
BRICK HDPE PIPE
150 11 kV/LT CABLE 150 11 kV/LT CABLE SMART CITY PROJECT, GURUGRAM

100 65 65

300
250
JAMUNA SAND 125 250 125

960 660

SECTION ON ORDINARY ROAD CROSSING D/C


SECTION ON ORDINARY ROAD POWER CABLE (DC) + OPTICAL CABLE D/C TITLE:-
11 kV POWER AND OPTICAL FIBER CABLE IN EXCAVATED TRENCH.

115

225

65
ENLARGE SIZE OF BRICK
NOTE:- LEGEND:-
MATERIAL-ALUMNIUM
THICKNESS-2mm

NOTE:-
1) ALL DIMENSIONS ARE IN mm.
2) ALL LETTER SHALL BE ENGRAVED AND PAINTED WITH
SIZE OF LETTER-5mm ACRYLIC EXTERIOR GRADE PAINT IN BLACK COLOUR.
3) THE TAG SHALL BE TIED WITH THE CABLE USING
75mm
1 sqmm nylon wire.
4) IDENTIFICATION TAG TO BE PUT ON ALONG THE CABLE
@ 2.5m DISTANCE AT ALTERNATE LOCATIONS AS SHOWN IN FIG.

FROM FEEDER(NAME)
TO FEEDER(NAME) 35mm

11KV CKT-I

DHBVN
SMART CITY CIRCLE, GURGAON

2mm HOLE TO BIND NYLON WIRE

75mm

PROJECT:-
SMART CITY PROJECT (PHASE-1), GURGAON
FROM FEEDER(NAME) MISCELLANEOUS
TO FEEDER(NAME) 35mm
11KV CKT-II
TITLE:-
IDENTIFICATION TAG 11KV POWER CABLE

10M

ERECTION DIAGRAM
LEGEND:-
DANGER MARK
450
CONCRETE
75 300 75
500
75

270 120
NOTE:-

U/G CABLE
A 75 A
1) ALL DIMENSIONS ARE IN mm.
200 Thk.CC 1:4:8
Marker 2) CABLE ROUTE MARKER SHALL BE AT AN INTERVAL OF MAX. 200 MTR.
PLAN AND ALSO AT TURNING POINT OF THE POWER CABLE ROUTE.

3) ROUTE JOINT MARKER SHALL BE INSTALLED AT THE REQUIRED POINTS


AWAY FROM THE CABLE ROUTE TOWARDS THE FOOTPATH.

4) WHENEVER THERE IS A JOINT IN THE ROUTE, JOINT MARKER SHALL BE USED.

5) IN CASE OF "JOINT MARKER" THE WORD "JOINT" SHALL

B 75 300 75 500 BE ENGRAVED IN PLACE OF ROUTE IN FRONT VIEW.


25 6) HIGH YIELD STRENGTH DEFORMED BARS (Fe 415) CONFORMING
4 NOS.-8O STIRUPPS
175 TO IS: 1786 SHALL BE USED AS REINFORCEMENT STEEL.
DHBVN 7) GRADE OF CONC. SHALL BE M-25 FOR THE ROUTE MARKER.
11KVCABLE 310
200 ROUTE 8) CLEAR COVER TO ALL REINFORCEMENT SHALL BE 25mm.
450 000mm
6 NOS.-8O BAR 5 9) ALL LETTER'S SHALL BE ENGRAVED
800
IN THE DRAWING WITH 5mm DEPTH.
140
200 625 FGL FGL
800 10) THE MARKER SHALL BE PAINTED WITH YELLOW AS BASE COLOUR
B
AND LETTERS WITH BLACK COLOUR. THE PAINT USED SHALL HAVE

200 PROPERTIES OF RADIUM SO THAT THE MARKER AS WELL AS


350
400

AS PER IF RULE
THE LETTERS REMAIN VISIBLE DUE TO REFLECTION FROM VEHICULAR
25 200
125 125 LIGHT DURING NIGHT TIME.
25 25
50 11) ALL PAINT USED SHALL BE WEATHER PROOF AND NOT FADE WITHIN
B
PCC 1:4:8
120 WHEN EXPOSED TO U-V LIGHT FOR MINIMUM 7 YEARS.
450
SECTION. AT A-A 12) FRONT SIDE LETTERS OF MARKER-EACH LETTER OF FIRST ROW SHALL
SECTION. AT B-B FRONT ELEVATION
SECTION.AT A-A OCCUPY 40mm WIDE SPACE WITH A GAP OF 16mm BETWEEN ADJACENT LETTERS.
300
4 NOS.-8O STIRRUPS U/G CABLE 13) FRONT SIDE LETTERS OF MARKER-EACH LETTER OF SECOND ROW SHALL

120 OCCUPY 20mm WIDE SPACE WITH A GAP OF 8mm BETWEEN ADJACENT LETTERS

A 6 NOS.-8O BAR A HOWEVER LETTER V & C SHALL BE LEFT TO THE LEFT SIDE OF LETTERS K & C.
PLAN 14) BACK SIDE LETTERS OF THE MARKER-EACH LETTER OF FIRST ROW SHALL
REINFORCEMENT DETAIL OCCUPY 20mm WIDE SPACE WITH A GAP OF 8mm BETWEEN ADJACENT LETTERS

THE DANGER MARK SHALL BE ENGRAVED.

DANGER MARK 15) BACK SIDE LETTERS OF MARKER-EACH LETTER OF SECOND ROW ON BACK SHALL

LETTERS ENGRAVED ENGRAVED LETTERS ENGRAVED


OCCUPY 15mm WIDE SPACE WITH A GAP OF 7mm BETWEEN ADJACENT LETTERS
300
300 OR ELES AS SPECIFIED IN THE DRAWING.

105 16) APPROXIMATE DISTANCE FROM THE NEAREST CABLE TO BE PAINTED


DHBVN DHBVN
103 11KVCABLE 270 ON THE MARKER ACCORDING TO THE SITE BELOW TO THE ARROW.
11KVCABLE 250
JOINT ROUTE THE DIRECTION OF ARROW TO BE PAINTED AS PER SITE
450 000mm
000mm CONTACT NO DISTANCE OF NEAREST CABLE EACH LETTER OF THIS ROW SHALL OCCUPY 15mm WIDE SPACE
FOR C/L OF ROUTE MARKER TO
0124-2450144 WITH A GAP OF 7mm BETWEEN ADJACENT LETTERS.
200 180BE PAINTED BY ERECTION BA.
FGL FGL FGL FGL FGL FGL
REFRENCE:-
350 1) REFER CEA REGULATIONS-2010.
350 350
2) REFER IS 432-PART 1 -1982 FOR SPECIFICATION FOR MILD STEEL AND MEDIUM

TENSILE STEEL BARS AND HARD -DRAWN STEEL WIRE FOR CONCRETE REINFORCEMENT.
3) REFER DHBVN SPECIFICATION FOR POWER CABLE LAYING WORKS.
300
INSCRIPTION DETAILS INSCRIPTION DETAILS
FOR LETTERS
BACK VIEW FOR CABLE
MARKER
FOR LETTERS DHBVN
SMART CITY CIRCLE, GURGAON

PROJECT:-
SMART CITY PROJECT (PHASE-1), GURGAON
11KV CABLE INSTALLATION
TITLE:-
R.C.C. ROUTE/JOINT MARKER FOR 11KV CABLES
LEGEND:-

NOTE:-
1) ALL DIMENSIONS ARE IN mm.
150mm DEEP RED COLOUR BACKGROUND
LETTERING IN BLACK

DANGER 11000V DHBVN CABLE

150mm 150mm

LDPE SHEET OF 150 MICRONS THICK


DHBVN
SMART CITY CIRCLE, GURGAON

PROJECT:-
SMART CITY PROJECT (PHASE-1), GURGAON

TITLE:-
WARNING TAPE FOR 11KV CABLE LAYING
FOUNDATION DETAILS FOR 400/630/1000 KVA DISTRIBUTION TRASNFORMER (PRECAST)

1800 750
800 200 800 500x500 HOLE IN SLAB SHALL BE 12 NOS 12Ø BARS
CUT OUT FOR LT/HT
FILLED WITH CONCRETE (1:1.5.3) BEFORE EQUALLY PLACED
CABLE ENTRY 300
ERECTION OF TRANSFORMER
RCC COLUMN
750 300
200x200x10 THK. 300 4 NOS 16Ø MS ROD FOR VERTICAL
400 8Ø @ 150 C/C (TYP)
MS PLATE LIFTING PURPOSE
300 900
300 12Ø MS ROD HOOK - 04 NOS FOR SECTION A-A
VERTICAL LIFTING OF SLAB (TYP.)
500 2 NOS 16Ø VERTICAL
1800 450 1800
150 300
150Ø CRODVE 50 THK.
LEG 8Ø @ 200 C/C (TIES)
500 8Ø @ 150 C/C 300
900

400 SECTION B-B


(ENLAROED)

650 500 650


BAR SHALL BE BENT AND TIED WITH 12Ø MS ROD HOOK - 04 NOS FOR
COLUMN REINFORCEMENT BEFORE CONCRETING VERTICAL LIFTING OF SLAB (TYP.)
CUT OUT FOR LT/HT VIEW C-C 100

CABLE ENTRY 125 100


100
100

TYPICAL DETAIL OF LIFTING HOOK ARRANGEMENT


(FOR SLAB)
(ENLAROED)
650 500 650 500x500 HOLE IN SLAB SHALL BE
4 NOS 16Ø MS ROD LIFTING HOOK
12Ø MS ROD LIFTING HOOK (TYP) DETAIL - D FILLED WITH CONCRETE (1:1.5:3) BEFORE
FOR COLUMN (TYP)
ERECTION OF TRANSFORMER
8Ø @ 150 C/C
BOTHWAY DETAIL - E 125

300
B B
125
150 150 DOWEL BARS TO BE TIED WITH PROCCTED COLUMN
8Ø @ 150 C/C 300 120
A A 225 REINFORCEMENT BEFORE CONCRETING
BOTHWAY
700 PROCCTED COLUMN REINFORCEMENT
8Ø @ 150 C/C 225 12NOS 12Ø BARS
45
(TYP) (3NOS) EQUALLY PLACED 1300
300
225 225
DETAIL - D
2LEG 8Ø @ 200 C/C 300 4DWM DIA PVC PIPE 300MM
(LIFTING HOOK ARRANCEMENT)
LONG FOR LIFTING
675 (REINFORCEMENT NOT SHOWEL FOR CLARITY)
GL GL 2500 (ENLAROED)
200
4DWM DIA PVC PIPE 300MM
200
300x300 LONG FOR LIFTING 40
700 RCC PILLAR 8NOS 16Ø
200 120 2 NOS 10Ø - 350 LG
10Ø @ 200 C/C BOTH
B B 1200 HOLD FAST WELDED
WAY AT TOP RCC 10Ø @ 200 C/C BOTH 40
TO MS PLATE
WAY AT BOTTOM VIEW F-F
200x200x10 THK.
(ENLAROED)
PCC (1:4:8) MS PLATE
300

100

100 1550 100 200x200x10 THK.


MS PLATE
FOUNDATION DETALS
F 75 F 2 NOS 10Ø - 350 LG
10
HOLD FAST WELDED
50 50
100 TO MS PLATE
DETAIL - E
(ENLAROED)
DETAILS OF FOUNDATION FOR 4WAY RMU
(M+2LBS+2VCB) (M/S L&T EBG MAKE)

CL OF FDN.BOLT CL OF FDN.BOLT
811
(BOLT TO BOLT)
10Ø @ 250 C/C (TYP)

300
FGL 40Ø PVC PIPE FGL
FOR LIFTING

8Ø @ 250
500 C/C (TYP) 8Ø @ 250 C/C (TYP)
400 150

75MM THK.
75
PCC 1:4:8 (TYP)
10Ø @ 250
75 C/C (TYP)
75
150 605 150
905

SECTION A-A

ISMC 100x50 2071


905 LG 1455 604
47
21 30
20
12

ISMC 100x50 ISMC 100x50


1355 LG ISMC 100x50 905 LG
625 LG
811 667 605 685
ISMC 100x50 10NOS HOLES ON BASE FRAME
1971 LG 340
30 FOR EQUIPMENT MOUNTING
30
30
20 21 20 20
47 4NOS - M10
50 622.5 622.5 226 400 50 FOUNDATION BOLT

A BASE FRAME DETALS

2131
75 525 1081 525 75
47
75 CL OF FDN.BOLT
150
CL OF PEDESTAL
28

905 605 40Ø PVC PIPE 811 (FDN B/B)


FOR LIFTING (TYP)
CL OF PEDESTAL
28
47
150 CL OF FDN.BOLT
75
4NOS - M10
50 2031 (FDN B/B) 50 FOUNDATION BOLT
CL OF FDN.BOLT CL OF FDN.BOLT

FOUNDATION DETALS
A
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 3 NOS.
2 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 BILL OF MATERIALS
CHANNEL SUPPORT FOR 19 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
ELEVATION FOR TENDER PURPOSE ONLY
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 (RDSS)
Sector Scheme Jyoti 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 (RDSS)
Sector Scheme Jyoti 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
1 55
168
50x8 MS FLAT 17 5
50x8 MS FLAT 50x8 MS FLAT
6500

24 0 344 24 0 240
2 40 2 40 320 240
2 40 2 40 320 24 0

160
43
35

35
001

160

160
E E

43

32
Ø18 HOLE
Ø18 HOLE Ø18 HOLE

400

400
200

200

200
254
2 61 244
314
3 21 304
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 (RDSS)
Sector Scheme Jyoti Yojana( DDUGJY)
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
*;[email protected]> 92 -96>= UP TO 50mm : ±5%
58 ,9/.6 ,.83?.831 51 TO 100mm
101 TO 300mm
: ±4%
: ±3%
D D
ABOVE 300mm : ±2%
*;[email protected]> 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 Upadhyaya
SchemeGram Jyoti Yojana (DDUGJY)
;8-, .57 )* +)*2-&
ELEVATION "61-7+14/ +544-+957 +544-+9154 ,-9)128 805=4 )*5<-# Distribution Sector (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.
8M/200 kG PSC POLE (AT DEAD END) 1Ph, 2WIRE
A 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.
ELEVATION
ALL CHANNELS SHALL BE ISLC CHANNELS.
8M/200 kG PSC POLE (AT ANGULAR LOCATION) 1Ph, 2WIRE
A 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
H H
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
3TT REC LIMTED 3TR {t fafars
4RTNOR I JH/A Government of India Enterprise
REC Regd. Omce: Core-4, scOPE Complex, 7, Lodhi Road, New Delhi 110003
Endloss onergy. infinito possibilitios.
Corporate office: REC World Headquarters Plot No. 1-4
Near IFFCOChowk Metro Station, Sector-29, Gurugram 122001 (Haryana)
Tel +91 124 444 1300 Website: www.recindia.com
CIN: L40101DL1969GOI005095 | GST No.: 6AAACR4512R3Z3

REC/RDSS/2022-23/389 Date: 13.01.2023

To
CMD(s)/ MD(s)
All DISCOMs

Subject: Use of eco-friendly materials under RDSS

Dear Sir/ Madam,


The Ministry of Environment, Forests and Climate Change (MoEF &CC) and Central
Pollution Control Board (CPCB) have notified Plastic Waste Management Rules (PWM) dated
18th March, 2016 and guidelines. These guidelines dated 25th May, 2016 are available on
the website of MoEF&CC and are also attached herewith. As per clause 5.2.1 of these
guidelines, "The most preferred option is minimization of use of Sheet Moulding Compound
(SMC)/ Fiber Re-inforced Plastic (FRP/Polycarbonate polymer products & promoting use of
alternate material, which could be easily recyclable/ reusable/ degradable."
Therefore, it is encouraged that eco-friendly & recyclable/ reusable/ degradable
materials may be utilized while procuring various materials under RDSS. However, if State
Discoms/ Power Departments use SMC/ FRP/ Polycarbonate polymer products due to their
operationall functional requirements, then the Discoms shall ensure the collection of such
plastic waste generated and its final disposal after the end of its useful life, as per the Plastic
Waste Management (PWM), 2016 (along with its latest amendments).

Thanking you,

Yours faithfully,

Rahui Dvivedi, IAS


(Executive Director, PMD-Coord)
Copy to:
JS (Distribution), Ministry of Power, New Delhi
Guidelines for Disposal of Thermoset Plastic Waste
including Sheet moulding compound (SMC)/Fiber
Reinforced Plastic (FRP)
( As per Rule 5(c) of Plastic Waste Management Rules, 2016 dated 18th March, 2016)

CENTRAL POLLUTION CONTROL BOARD


(Ministry of Environment, Forest and Climate Change,
Government of India)
‘Parivesh Bhawan’ C.B.D.Cum-Office Complex,
East Arjun Nagar, Shahdara, Delhi-110032
(25th May, 2016)
CONTENTS

S.No. ITEM Page No.


1.0 Background 2
2.0 Definition of Thermoset Polymer including SMC/FRP Plastic waste 2-3
3.0 Chemical Structure & Properties of Thermosetting Polymers 3-6
4.0 Sources of SMC/FRP Plastic Waste 7
5.0 Management of Thermoset Polymer Including SMC/FRP Waste 7-12
5.1 Collection, Segregation & Transportation 7-8
5.2 Management / Disposal options 8-9

5.2.1 Minimization of waste 10


5.2.2 Co-processing of thermosetting polymer waste in cement 10
plants
5.2.3 Secured Landfill 10-11
6.0 Recommendations & Conclusion 11
7.0 References 11
NGT Order in OA No. 124/2014 dated 27.01.2015: Annexure-I 12-13

1
2

Background:

It is well known that plastic waste are non-biodegradable & remain on earth for
several years. Further, some of the plastic waste like thermoset plastic waste can’t be
remoulded / recycled and may cause environmental issues. In view of non-recyclable
nature of the thermoset plastic, the petitioner Sh. Money Goyal & Akash Seth filed a
petition No OA 124/2014 in Hon’ble NGT in respect of non-recyclability of SMC/FRP
enclosures being used by some Electricity Departments in Haryana, Punjab, UP etc. Hon’ble
NGT while hearing the said matter on 27.01.2015 passed the following direction:-

“The CPCB in consultation with the MoEF shall constitute such a Committee
within a period of 2 weeks from the date of receipt of the copy of the order and
thereafter, we request the Committee thus constituted to study the entire aspect
and give its recommendations to the CPCB expeditiously in any event within 4
weeks.”

The copy of the Hon’ble NGTs Order is attached as Annexure-I. In compliance of the
Order of the Hon’ble NGT, Central Pollution Control Board constituted a Committee
comprising officials from MoEF & CC, BIS, CIPET, IIT Delhi and Associated Cement
Company (ACC) for framing guidelines for the purpose of proper and appropriate disposal
of SMC/FRP plastic waste.

As per the Rule 5(c) of Plastic Waste Management Rules, 2016 notified by the
Ministry vide G.S.R 320 (E) dated 18th March, 2016, “Thermo set plastic waste shall be
processed and disposed off as per the guidelines issued from time to time by the Central
Pollution Control Board.”

2.0 Definition of Thermoset Polymer including SMC/FRP Plastic waste:

Thermoset plastic when cured by heat or other means, changes into a substantially
infusible or insoluble product. The thermoset polymer is a kind of plastic, which due to its
composite chemical structure can’t be re-moulded / recycled. The thermoset plastic
discarded after use are accumulated & landfilled. The SMC/FRP products are a kind of
thermoset plastics commonly made from composites of glass fibers embedded in polyester
resin, vinylester resin, epoxy resins etc.

2.1 Definition of Sheet Moulding Compound (SMC):-

Sheet moulding compound (SMC) or sheet moulding composite is a ready to mould


glass-fiber reinforced polyester material primarily used in compression moulding. This is
manufactured by dispersing long strands (usually >1”) of chopped fiber (commonly glass
fibers or carbon fibers on a bath of resin (commonly polyester resin, vinylester resin or
epoxy resin). The longer fibers in SMC result in better strength properties than standard
bulk moulding compound (BMC) products.

2.2 Definition of Fibre Reinforced Polymer (FRP):-

The FRP are both thermoset and thermoplastic, FRP products having thermoset
base material are discussed here. FRP composite materials consist of two or more distinct
physical phases, one of which, the fibrous, is dispersed in a continuous matrix phase.
Composites offer the designer a combination of properties not available in traditional
3

materials. It is possible to introduce the fibres in the polymer matrix at highly stressed
regions in a certain position, direction and volume to obtain maximum efficiency from the
reinforcement, and then, within the same member to reduce the reinforcement to a
minimal amount at regions of low stress. Other advantages offered by the material are its
lightness, resistance to corrosion, resilience, translucency and greater efficiency in
construction compared to the more conventional materials.

3.0 Chemical Structure & Properties of Thermosetting Polymers:


3.1. Epoxy resins

3.1.1 The terminology ‘epoxy resin’ is generally applicable to both prepolymers as well as
to cured resins. The former contains reactive epoxy groups whereas the cured resin may or
may not contain reactive epoxy groups. While the term can be justified in the former case,
the cured resins are also called epoxy resins. Epoxy resins typically contain a three
membered ring with -O- atom. Different terminologies are also used to specify the group
such as epoxide, oxirane and ethoxyline group, RCHOCH2. Commercial epoxy resins
usually contain aliphatic, cycloaliphatic, or aromatic backbones. Epoxy resins are highly
reactive presumably due to the strained three membered ring structures and react with
many nucleophilic and electrophilic reagents. Therefore, a wide variety of organic
compounds having active hydrogen atoms can be used as curatives. These include amines
(both aliphatic/aromatic and primary/secondary), phenols, carboxylic acids, thiols,
anhydrides etc. The general reaction of epoxy resin with these compounds are presented
below;
3.1.2 Epoxy resins possess high resistance to chemicals and corrosion, besides having
moderate toughness, flexibility and excellent mechanical and electrical behaviour. Epoxy
resins are also used as outstanding adhesives for different substrates. Epoxies are used in
tooling, for laminates in flooring and to a small extent in moulding powders and in road
surfacing. Epoxy resins are used for encapsulation of miniature components, particularly
in space crafts. Epoxy resin laminates are useful in aircraft industry, while Carbon
fiber/epoxy resin composites are used for structural modification in aeroplanes and epoxy
/ aramid fibers find uses in the design of small boats.
3.2. Unsaturated polyester resins

3.2.1 Linear unsaturated polyesters, which are often, called prepolymers have varied
industrial applications. Unsaturation is introduced into the resin molecule using an
unsaturated dicarboxylic acid such as maleic acid. For example, polyester of the following
type is generated by reaction between ethylene glycol and maleic acid;
3.2.1 Commercial unsaturated polyesters are based on phthalic acid, maleic acid,
ethylene glycol, and butanediol. The crosslink density, which represents the average
number of crosslinks between polyester chains and the average length of the crosslinks,
determines the mechanical properties of the product. The crosslink density, in turn,
depends on the relative amount of the unsaturated acids used to prepare the prepolymer.
The average length of the crosslinks depends on the relative amounts of the prepolymer
and monomer and on the copolymerization behaviour of the two double bonds. For
example, fumarate-styrene system yields a harder and tougher material than
fumaratemethyl methacrylate system. The unsaturated polyester- matrix is employed in
fiber-reinforced plastics (FRP) structures. The resins are also useful for decorative
4

coatings. The resin finds use in the manufacturing of large structures such as boats and car
bodies since it is curable at room temperature. The powder form of the resin is used in
solution or emulsion form as binders for glass-fiber performs and for the manufacture of
pre-impregnated cloths.
3.3. Phenolic resins

3.3.1 Phenolic polymers are obtained by the polymerization of phenol with formaldehyde
[1]. The polycondensation reaction can be accelerated either by acids or by bases. The
reaction yields resole prepolymers (resole phenolics) which are mixtures of mononuclear
methylolphenols and various dinuclear and polynuclear compounds. Other products
include substitution at o- and p- positions and the type of bridge between the rings
(methylene versus ether). The typical ratio of formaldehyde to phenol is 1.2:1. Substituted
phenols such as cresols (o-, m-, and p-), p-butylphenol, resorcinol, and bisphenolA are used
for specific applications. Other aldehydes such as acetaldehyde, glyoxal, 2-furaldehyde are
also used. The composition and molecular weights of the resole depend on the ratio of
monomers, pH, temperature and other reaction conditions. For crosslinking temperature
as high as 180oC is necessary. During the curing process, methylene and ether bridges are
formed between benzene rings to yield a network structure. Phenolic mouldings are hard,
insoluble and heat resistant materials, since they are highly cross linked and interlocked
[2]. The type of resin and filler influence the chemical resistance of the cured material.
Cresol and xylenol-based resins are inert towards NaOH attack, whereas simple phenol
formaldehyde will be affected. Phenolic mouldings are resistant to acids except 50 %
sulphuric acid, formic acid, and oxidizing acids, if the filler used is also resistant. The reins
are stable up to 200oC.
3.3.2 Phenol-formaldehyde mouldings are widely used for domestic plugs and switches.
Used in electrical industry where high electrical insulation properties are not needed. It is
used for making cases, knobs, handles and telephones. In automobile industry, the resins
are used for making fuse-box covers, distributor heads, and in other applications where
electrical insulation together with adequate heat resistance are needed. Heat resistant
grade of the resins are used for saucepan handles, saucepan lid knobs, lamp housings,
cooker handles, welding tongs, and electrical iron parts. Since the resin is hard and can be
electroplated, it is used in the manufacture of ‘golf ball’ heads for typewriters etc. Bottle
caps and closures are made from the resin in large quantities.

3.4. Urea-formaldehyde resin


3.4.1 It is an amino plastic, a term generally used to represent resinous polymers formed
by the interaction of amines or amides with aldehydes. The cured products form cross
linked insoluble and infusible thermoset. Compared to phenolic resins, the resins are
cheaper, light in colour, and have better resistance to electrical tracking. However, it
exhibits higher water absorption and poor heat resistance. The mono and dimethylol
derivatives, formed during the reaction, further condense with urea to give the final resin
structure.
3.4.2 There are many desirable properties for U-F moulding powders that enable to keep
it in the highest application level. The wide range of colours is a reason for the widespread
use of the material. U-F resins do not impart taste and odour to foodstuffs and beverages
with which they come in contact. Another added advantage is their good electrical
insulation properties with particularly good resistance to tracking. The resin can resist
5

continuous heat upto a temperature of 70oC. Some physical properties of urea-


formaldehyde resins are presented in the Table 1.

3.4.3 The major application of urea-formaldehyde resin is in the field of electric and
electronic applications. It’s mainly used for making plugs, sockets and switches. In
addition, it is used for domestic applications such as pot and panhandles and table wares.
In the sanitary sector, the resins are used as toilet seats and miscellaneous bathroom
equipment. The wide colour range and freedom from taste and odour make the material a
good choice for the manufacture of bottle caps and closures. However, nowadays, its
consumption in this area has been reduced by the development of new thermoplastics.
Buttons are made from U-F moulding powders due to its resistance to detergents and dry-
cleaning solvents. Miscellaneous uses include meat trays, toys, knobs, lampshades etc. The
bulk of U-F resins are used as adhesives for particleboard, plywood and furniture
industries. Another application of the resin is in the manufacture of chipboard. U-F resins
are also used to make foams. U-F foams are placed on airport runways to act as an arrester
bed to stop aircraft that overshoot during emergency landings or abortive take-offs.
Another large scale application of the resin lies in the manufacture of firelighters.
Table 1. Properties of urea-formaldehyde resins

Property Units α-cellulose filled Wood flour filled Plasticized Translucent

Specific gravity - 1.5-1.6 1.5-1.6 1.5-1.6 1.5-1.55

Tensile strength 103lbf/in 7.5-11.5 7-9.5 7-10 8-12

Impact strength ft/bf 0.20-0.35 0.16-0.35 0.16-0.24 0.14-0.2

Cross-breaking 103lbf/in 11-17 11-16.5 13.5-15.5 13-17


strength

Dielectric 0.001 in 120-200 60-180 100-200 70-130


Strength

Volume resistivity Ωm 1013-1015 1013-1015 1014-1015 -

Water absorption

24h at 24°C mg 50-130 40-170 50-90 50-100

30min at 100°C mg 180-460 250-600 300-450 300-600

3.5. Melamine-formaldehyde resin

3.5.1 Melamine-Formaldehyde (MF) can also react to give methylol derivatives of


melamine. The methylol derivative with excess melamine undergoes polycondensation to
give linear polymer, which forms three-dimensional network structure with further
6

quantities of melamine monomer. The M-F resins are characterized by superior properties.
3.5.2 The mineral-filled resins are having low water absorption. The melamine resin is
having better resistance to attack by aqueous solutions such as fruit juice and beverages.
Good electrical properties are maintained at elevated temperatures. Better heat resistance
and greater hardness are the added advantages. They have a wide colour range, besides
track being and scratch resistance.

3.5.3 Mineral-filled melamine based compositions have superior electrical insulation and
heat resistance to the cellulose-filled grades. The resins are used for the manufacture of
decorative foils in compression moulding. The principal application of the resin is for the
manufacture of tableware. A wide colour range distribution, surface hardness and stain
resistance are the reasons. Cellulose-filled compositions are used at small levels for the
manufacture of trays, clock cases and radio cabinets. The mineral-filled compounding are
used in electrical applications and knobs and handles for kitchen utensils. M-F resins are
widely employed for laminating applications owing to their high hardness, good scratch
resistance, freedom from colour and heat resistance. They are also used as adhesives.
Melamine-formaldehyde condensates are useful in textile industry. They are useful agents
for permanent glazing, rot proofing, wool shrinkage control and, with phosphorus
compounds, flame proofing. The resin can be used to prepare paper with enhanced wet-
strength.
3.6. Polyimides

3.6.1 In Polyamides, the branched nature of the functional group facilitates the
production of polymers. The backbone consists mainly of ring structures and hence high
softening points. The polymers exhibit high thermal stability and are hence valuable for
high temperature applications. Aromatic polyimides are formed by the polycondensation
of dianhydrides with diamines. For example, polycondensation of pyromellitic anhydride
with p,p′-diaminodiphenyl results in the synthesis of polyimides. The reaction is carried
out in two steps. In the first step, the reaction is conducted with suitable solvents such as
DMF at around 50oC, where polymerization takes place with the formation of polyamic
acid Thepolyamic acid is then casted as a film, by evaporating the solvent and baked at
300oC in the atmosphere of nitrogen. Where polycondensation takes place to form the
product. In the second step, the product is converted into the required shape. Polyimides,
which can be either thermoplastic or thermoset, are widely used in aerospace applications.
3.6.2 Thermosetting polyimides provide easier processing and higher thermal resistance,
while thermoplastic polyimides offer greater toughness. A comparison of the properties of
epoxy and polyimide thermoset matrices is furnished in Table 2.

3.6.3 The polymer is having excellent resistance to oxidative degradation and is inactive
towards most chemicals other than strong bases and high-energy radiations. The principal
application of polyimides is as compressor seals in jet engines. It is used in data processing
equipment such as pressure discs, sleeves, bearings, and as friction elements and as valve
shafts in shut-off valves. Due to their heat resistance capacity and resistant to deformation,
the polymers are used in soldering and welding equipment. However, the disadvantage of
the polymer is that they may undergo hydrolysis and crack in water or steam at
temperatures above 100oC. For such purposes, polyetheretherketones (PEEK) are
employed.
7

Table 2. Properties of Composite Matrices

Property Epoxy Polyimide

Modulus, GPa 2.8-4.2 3.2


Tensile Strength, MPa 55-130 56
Compressive strength, MPa 140 187
Density, g cm-3 1.15-1.2 1.43

Thermal expansion coefficient, 10-6 oC 45-65 50

4.0 Sources/uses of SMC/FRP Plastic Waste;

The wide utilization of Thermoset Polymers including Sheet Moulding Compound


(SMC)/Fibre Reinforced Plastics (FRP) is due to the combination of their mechanical and
physical properties at the lowest system cost, without compromising on quality. Thermoset
plastics are used in a broad range of applications, such as:

 Automotive: cars, trucks and other commercial and agricultural vehicles (body
parts, structure and engine parts)
 Mass transport: trains, trams, light railways and monorail
 Electrical & electronics: housing, fuses, switchgear, etc.
 Building & construction: civil engineering and household fixtures
 Domestic appliances: coffee machines, toasters, irons etc.
 Sanitary: bathroom suites and hygienic surfaces.
 Power utilities: MCB boxes etc.

5.0 Management of Thermoset Polymer including SMC/FRP Waste


The use of polymer materials has simplified the modern life. At the same time, the
extensive use of polymer materials in every walk of life have caused serious waste
problems. The handling of increased amount of polymer waste has become a serious issue
globally and is also a cause of depletion of petroleum resources which are an essential
requirement of the mankind.

5.1 Collection, Segregation & Transportation

5.1.1 At present, no system exists with Municipal Bodies for collection, segregation &
transportation of all kind of plastic waste including SMC/FRP/Polycarbonate plastic waste.
However, as per Rule “6” of the Plastic Waste Management Rules, 2016:-
“1. Every local body shall be responsible for development and setting up of
infrastructure for segregation, collection, storage, transportation, processing and disposal
of the plastic waste either on its own or by engaging agencies or producers.
8

2. The local body shall be responsible for setting up, operationalisation and co-
ordination of the waste management system and for performing the associated functions,
namely:-

(a) Ensuring segregation, collection, storage, transportation, processing and


disposal of plastic waste;
(b) ensuring that no damage is caused to the environment during this process;
(c) ensuring channelization of recyclable plastic waste fraction to recyclers;
(d) ensuring processing and disposal on non-recyclable fraction of plastic waste
in accordance
with the guidelines issued by the Central Pollution Control Board;
(e) creating awareness among all stakeholders about their responsibilities;
(f) engaging civil societies or groups working with waste pickers; and
(g) ensuring that open burning of plastic waste does not take place.

3. The local body for setting up of system for plastic waste management shall seek
assistance of producers and such system shall be set up within one year from the date of
final publication of these rules in the Official Gazette of India.

4. The local body to frame bye-laws incorporating the provisions of these rules.”

5.1.2 As per the Rule “9(1)” of the Plastic Waste Management Rules, 2016, The producers,
within a period of six months from the date of publication of PWM Rules, 2016, shall work
out modalities for waste collection system based on Extended Producers Responsibility
and involving State Urban Development Departments, either individually or collectively,
through their own distribution channel or through the local body concerned. In case of
disposal of SMC/FRP waste etc. is carried out in cement kilns, the monitoring of air quality
including dioxin/furan shall be the responsibility of producers to monitor the air quality
on regular basis or as the case may be.

5.2 Management /Disposal Options:

The most deserved options are:

(i) Minimizing the waste generation


(ii) Co-processing in cement kilns
(iii) Disposal in secured landfills

Based on the various options practiced globally for disposal of plastic waste
including SMC/FRP wastes and the waste management hierarchy, recommendation on
collection & disposal of SMC/FRP wastes are illustrated in Fig - 1:
9

Figure – 1: Collection and Disposal of SMC/FRP Waste

Sources of SMC/FRP Polymer Waste Generation through their use in


 Automotive Industry
 Mass Transport Industry
 Electrical & Electronics Industry
 Building & Construction Activities
 Domestic Appliances, and
 Sanitary Application
 Power Utilities

Collection by Collection by local


manufacturing/waste authorities
generating industries
through EPR

Co-processing in cement kilns for complete


recovery of material & energy value present in the
plastic waste

Secured
Landfilling
10

5.2.1 Minimizing the waste generation

The most preferred option is minimization of use of SMC/FRP/Polycarbonate


polymer products & promoting use of alternate material, which could be easily
recyclable/reusable/degradable.

5.2.2 Co-processing of Thermosetting polymer waste in cement plants:-

Co-processing is a more environmentally friendly and sustainable method of waste


disposal as compared to land filling and incineration because of reduced emissions and no
residue after the treatment. Co-processing refers to the use of waste materials in industrial
processes as alternative fuels or raw material (AFR) to recover energy and material from
them. Due to the high temperature and long residence time in cement kiln, all types of
wastes can be effectively disposed without any harmful emissions. As per the Basal
Convention, variety of wastes including hazardous wastes, get disposed in an
environmentally safe and sound manner through the technology of co-processing in
cement kiln. Disposal of SMC / FRP wastes through co-processing is practiced in many
countries as a regular method for their environmentally sound disposal. In India also, the
capability of disposing FRP in an environmentally sound manner has been demonstrated
through a co-processing trial carried out by ACC Limited in their Madukkarai Cement
Works in Tamil Nadu. The results of this trial have demonstrated that there is no untoward
impact of co-processing of FRP in the cement kiln on emissions or on the product quality.
This trial was carried out at a Thermal Substitution Rate (TSR) of 0.924% which was
reviewed by CPCB and permission to regularly co-process FRP waste in cement kiln at
Madukkarai Cement Works granted.

5.2.2.1 Pre requisites for Co-processing of SMC/FRP polymer waste in cement


plants:

Following should be considered as a prerequisite for permitting Co-processing of


SMC/FRP wastes in cement plants.

a) The Producers of thermoset plastic, major user like industries, Electricity authority
etc in consultation with local authority shall arrange to collect the SMC/FRP waste
and handover to cement plants. They shall maintain a record of quantity generated
and handed over to Cement plant.

b) The Cement plant shall maintain a record of quantity received and utilised by them.

c) The producers of SMC/FRP, major user like industries, Electricity authority etc shall
assist the cement plants for establishment of required facilities for utilization of
SMC/FRP like shredding, feeding system, safety measures as applicable for co-
incineration, online emission monitoring for PM, SO2 and NOx, and stack monitoring
of heavy metals, dioxin and furans based on Extended Producers Responsibility.

5.2.3 Secured Landfill:

Secured landfill is another option that can be utilised for disposal of the thermoset
waste. The experience has however demonstrated that the land utilised for the landfill
purpose gets locked and the liability associated with this land, filled-up with materials
11

tends to continue forever, besides the land remains unusable. Most countries have stopped
the practice of utilising landfill as the option for disposal of wastes. The cost of landfill
expected to keep on increasing over the time due to increase in land and fuel coils. Further,
availability of land is a major issue in the cities/towns, therefore, this method could be
ranked as least preferred option. The producers of thermoset plastic -SMC/FRP boxes in
collaboration with power utilities may also explore the possibility of establishing common
secured landfills for disposal of thermoset waste including SMC/FRP etc.

6.0 Recommendations & Conclusion:

 The most preferred option is minimization of use of SMC/FRP/Polycarbonate


polymer products & promoting use of alternate material, which could be easily
recyclable / reusable / degradable
 The preferred option for disposal of thermoset plastic -SMC/FRP wastes is
therefore co-processing in cement plants due to its high temperature (upto2000°C
and long residence time). The producers of thermoset plastic, major user like
industries, Electricity authority etc, in consultation with local authority, cement
plants shall working out modalities for co-processing of such waste in cement kiln.
 The producers of SMC/FRP, major user like industries, Electricity authority etc shall
assist the cement plants for establishment of required facilities for utilization of
SMC/FRP like shredding, feeding system, safety measures as applicable for co-
incineration, online emission monitoring for PM, SO2 and NOx, and stack monitoring
of heavy metals, dioxin and furans based on Extended Producers Responsibility.
 The State Pollution Control Board / Pollution Control Committee may consider
stipulating suitable condition in consent order of the such Cement Plants on the co-
processing of SMC/FRP/Polycarbonate polymer products.
 SPCB/PCC may consider incentives such as reduction of water cess / consent fee etc
for such cement plants.

7.0 References

1. Odian, G. 2004, Principles of polymerization, Fourth edition, Wiley interscience,


AJohn Wiley & Sons, Inc.
2. Brydson, J.A., editor. 1999, Plastic materials. Seventh edition, Butterworth-
Heinemann, Oxford:Elsevier
3. Jones, J.L., Ochyuski, F.W., Rackley, F.A. 1962, Chem. Ind. (London), 1686.
4. Bower, G.M., and Frost, L.W., 1963, J. Polym. Sci., A, 1, 3135.
5. Report on Co-processing Trial by ACC Madukkarai: Report No. :
ACC/AFR/MK/2009/04
6. BIS/ISO Vocabulary: IS:2001/ISO 472:1999
7. Recycling of Thermosetting Polymers by Raju Thomas, Poornima Vijayan & Saba
Thomas
12

Annexure – I

BEFORE THE NATIONAL GREEN TRIBUNAL


PRINCIPAL BENCH, NEW DELHI

Original Application No. 124/2014


And
M.A. No. 382/2014 & M.A. No. 64/2015

Money Goyal&Ors.V/s Ministry of Environment & Forests &Ors.

CORAM: HON’BLE JUSTICE DR. P. JYOTHIMANI, JUDICIAL MEMBER


HON’BLE MR. B.S. SAJWAN, EXPERT MEMBER
HON’BLE MR. RANJAN CHATTERJEE, EXPERT MEMBER

Present: Applicant / Appellant : Mr.HaminderSyal and Mr.Akash


Seth, Advs.
Respondent No. 1 : Mr.VikasMalhotra, Adv.
Respondent No. 3 : Ms.ManishaAgrawalNarain, Adv.
andMr. S.L.
Gundli, Sr. Law Officer, CPCB
Respondent No. 4 : Mr.NitinKaushal and Mr. Rahul
Meena, Advs.
Respondent Nos. 6to8 : Mr.Jayat K. Sud, SSC, PSPCL and
Ms. Bonita Singh, Advs.
Respondent No. 9 : Mr.Tarunvir Singh Khehar and
GurmeetKhehar, Advs.

Date & Order of the Tribunal


Remarks

Item No. 3 Respondent no. 3, CPCB has filed M.A. No.64/2015. The 3rd respondent
has filed the above M.A seeking permission from this Tribunal to
January, 27 constitute an Expert group to frame guidelines on the subject matter
2015 involved.
13

In the previous order of this Tribunal dated 12.12.2014 we have


directed the CPCB as well as MoEF to jointly frame guidelines for
the purpose of proper and appropriate disposal of SMC/FRP
plastics and produce the same today. It is the case of the CPCB
that since the Waste Management relating to plastic requires a
thorough scientific study, the CPCB felt appropriate to constitute
an expert group consisting of Members from CIPET, BIS, IIT-D and
ICPE. It is their case that if such expert group studies the effects as
well as the consequences of such a project it will be appropriate
for the project to come in proper manner, for safe disposal of the
non- recyclable and non- biodegradable plastic. The learned
Counsel appearing for MoEF Mr.Malhotra, also submit that
constitution of such Committee will be an appropriate step for
better handling of the situation. Accordingly, taking note of the
entire situation, we are of the view, that the request made on
behalf of CPCB in the miscellaneous application has to be
conceded. Accordingly, M.A. No. 64/2015 stand allowed and is
accordingly disposed of. The CPCB in consultation with the MoEF
shall constitute such a Committee within a period of 2 weeks from
the date of receipt of the copy of the order and thereafter, we
request the Committee thus constituted to study the entire aspect
and give its recommendation to the CPCB expeditiously in any
event within 4 weeks.

In the meantime, the order passed in the last two paragraphs in


the earlier order shall continue to be in operation.
Stand over to 5th March, 2015.
………….…………….……………., JM
(Dr. P. Jyothimani)

……………….……………………., EM
(B.S. Sajwan)

……………….……………………., EM
(RanjanChatterjee)
[Published in the Gazette of India, Part-II, Section-3, Sub-section (i)]
Ministry of Environment, Forest and Climate Change

Notification

New Delhi, the 18th March, 2016

G.S.R 320(E).― Whereas the Plastic Waste (Management and Handling) Rules, 2011
published vide notification number S.O 249 (E), dated 4th February, 2011 by the Government
of India in the erstwhile Ministry of Environment and Forests, as amended from time to time,
provided a regulatory frame work for management of plastic waste generated in the country;

And whereas, to implement these rules more effectively and to give thrust on plastic
waste minimization, source segregation, recycling, involving waste pickers, recyclers and
waste processors in collection of plastic waste fraction either from households or any other
source of its generation or intermediate material recovery facility and adopt polluter’s pay
principle for the sustainability of the waste management system, the Central Government
reviewed the existing rules;

And whereas, in exercise of the powers conferred by sections 6, 8 and 25 of the


Environment (Protection) Act, 1986 (29 of 1986),the draft rules, namely, the Plastic Waste
Management, Rules, 2015 were published by the Government of India in the Ministry of
Environment, Forest and Climate Change vide number G.S.R. 423(E), dated the 25th May,
2015 in the Gazette of India, inviting objections and suggestions from all persons likely to be
affected thereby, before the expiry of a period of sixty days from the date on which copies of
the Gazette containing the said notification were made available to the public;

And Whereas copies of the said Gazette were made available to the public on the 25th
May, 2015;

And Whereas the objections and suggestions received within the said period from the
public in respect of the said draft rules have been duly considered by the Central
Government;

NOW, Therefore, in exercise of the powers conferred by sections 3,6 and 25 of the
Environment (Protection) Act, 1986 (29 of 1986), and in supersession of the Plastic Waste (
Management and Handling ) Rules, 2011, except as respects things done or omitted to be
done before such supersession, the Central Government hereby makes the following rules,
namely:-

1. Short title and commencement.-(1)These rules shall be called the Plastic Waste
Management Rules, 2016.

(1) Save as otherwise provided in these rules, they shall come into force on the date of their

1
publication in the Official Gazette.

2. Application.-(1) These rules shall apply to every waste generator, local body, Gram
Panchayat, manufacturer, Importers and producer.

(2) The rule 4 shall not apply to the export oriented units or units in special economic
zones, notified by the Central Government, manufacturing their products against an order for
export: Provide this exemption shall not apply to units engaged in packaging of gutkha,
tobacco and pan masala and also to any surplus or rejects, left over products and the like.

3. Definitions.- In these rules, unless the context otherwise requires.-

(a) “Act” means the Environment (Protection) Act, 1986 (29 of 1986);

(b) “brand owner” means a person or company who sells any commodity under a
registered brand label.

(c) “carry bags” mean bags made from plastic material or compostable plastic material,
used for the purpose of carrying or dispensing commodities which have a self
carrying feature but do not include bags that constitute or form an integral part of the
packaging in which goods are sealed prior to use.

(d) "commodity" means tangible item that may be bought or sold and includes all
marketable goods or wares;

(e) “compostable plastics” mean plastic that undergoes degradation by biological


processes during composting to yield CO2, water, inorganic compounds and biomass
at a rate consistent with other known compostable materials, excluding conventional
petro-based plastics, and does not leave visible, distinguishable or toxic residue;

(f) “consent" means the consent to establish and operate from the concerned State
Pollution Control Board or Pollution Control Committee granted under the Water
(Prevention and Control of Pollution) Act, 1974 (6 of 1974), and the Air (Prevention
and Control of Pollution) Act, 1981 (14 of 1981);

(g) “disintegration” means the physical breakdown of a material into very small
fragments;

(h) “extended producer’s responsibility ” means the responsibility of a producer for the
environmentally sound management of the product until the end of its life;

(i) “food-stuffs” mean ready to eat food products, fast food, processed or cooked food in
liquid, powder, solid or semi-solid form;
(j) “facility” means the premises used for collection, Storage, recycling, processing and
disposal of plastic waste;

(k) “importer” means a person who imports or intends to import and holds an Importer -
Exporter Code number, unless otherwise specifically exempted.

(l) “institutional waste generator” means and includes occupier of the institutional
buildings such as building occupied by Central Government Departments, State
Government Departments, public or private sector companies, hospitals, schools,
colleges, universities or other places of education, organisation, academy, hotels,
restaurants, malls and shopping complexes;

(m) “manufacturer” means and include a person or unit or agency engaged in production
of plastic raw material to be used as raw material by the producer.

(n) “multilayered packaging” means any material used or to be used for packaging and
having at least one layer of plastic as the main ingredients in combination with one or
more layers of materials such aspaper, paper board, polymeric materials, metalised
layers or aluminium foil, either in the form of a laminate or co-extruded structure;

(o) “plastic” means material which contains as an essential ingredient a high polymer
such as polyethylene terephthalate, high density polyethylene, Vinyl, low density
polyethylene, polypropylene, polystyrene resins, multi-materials like acrylonitrile
butadiene styrene, polyphenylene oxide, polycarbonate, Polybutylene terephthalate;

(p) “plastic sheet” means Plastic sheet is the sheet made of plastic;

(q) “plastic waste”means any plastic discardedafter use or after their intended use is
over;

(r) “prescribed authority” means the authorities specified in rule 12;

(s) “producer” means persons engaged in manufacture or import of carry bags or


multilayered packaging or plastic sheets or like, and includes industries or individuals
using plastic sheets or like or covers made of plastic sheets or multilayered packaging
for packaging or wrapping the commodity;

(i) "recycling" means the process of transforming segregated plastic waste into a new
product or raw material for producing new products;

(t) "registration” means registration with the State Pollution Control Board or Pollution
Control Committee concerned, as the case may be;
(u) “street vendor” shall have the same meaning as assigned to it in clause (l) of sub-
section (1) of Section 2 of the Street Vendors (Protection of Livelihood and
Regulation of Street Vending) Act, 2014 (7 of 2014);

(v) “local body” means urban local body with different nomenclature such as municipal
corporation, municipality, nagarpalika, nagarnigam, nagarpanchayat, municipal
council including notified area committee (NAC) and not limited to or any other local
body constituted under the relevant statutes such as gram panchayat, where the
management of plastic waste is entrusted to such agency;

(w) “virgin plastic” means plastic material which has not been subjected to use earlier
and has also not been blended with scrap or waste;

(x) “waste generator” means and includes every person or group of persons or
institution, residential and commercial establishments including Indian Railways,
Airport, Port and Harbour and Defense establishments which generate plastic waste;

(y) “waste management” means the collection, storage, transportation reduction, re-use,
recovery, recycling, composting or disposal of plastic waste in an environmentally
safe manner;

(z) “waste pickers” mean individuals or agencies, groups of individuals voluntarily


engaged or authorised for picking of recyclable plastic waste.

4. Conditions.- (1) The manufacture,importer stocking, distribution, sale and use of


carry bags, plastic sheets or like, or cover made of plastic sheet and multilayered packaging,
shall be subject to the following conditions, namely:-

a) carry bags and plastic packaging shall either be in natural shade which is without any
added pigments or made using only those pigments and colourants which are in
conformity with Indian Standard : IS 9833:1981 titled as “List of pigments and
colourants for use in plastics in contact with foodstuffs, pharmaceuticals and drinking
water”, as amended from time to time;

b) Carry bags made of recycled plastic or products made of recycled plastic shall not be
used for storing, carrying, dispensing or packaging ready to eat or drink food stuff’;

c) carry bag made of virgin or recycled plastic, shall not be less than fifty microns in
thickness;

d) plastic sheet or like, which is not an integral part of multilayered packaging and cover
made of plastic sheet used for packaging, wrapping the commodity shall not be less
than fifty microns in thickness except where the thickness of such plastic sheets
impair the functionality of the product;

e) the manufacturer shall not sell or provide or arrange plastic to be used as raw material
to a producer, not having valid registration from the concerned State Pollution
Control Boards or Pollution Control Committee;

f) sachets using plastic material shall not be used for storing, packing or selling gutkha,
tobacco and pan masala;

g) recycling of plastic waste shall conform to the Indian Standard: IS 14534:1998 titled
as Guidelines for Recycling of Plastics, as amended from time to time;

h) The provision of thickness shall not be applicable to carry bags made up of


compostable plastic. Carry bags made from compostable plastics shall conform to the
Indian Standard: IS 17088:2008 titled as Specifications for Compostable Plastics, as
amended from time to time. The manufacturers or seller of compostable plastic carry
bags shall obtain a certificate from the Central Pollution Control Board before
marketing or selling; and

i) plastic material, in any form including Vinyl Acetate - Maleic Acid - Vinyl Chloride
Copolymer, shall not be used in any package for packaging gutkha, pan masala and
tobacco in all forms.

5. Plastic waste management.- (1) The plastic waste management by the urban local
bodies in their respective jurisdiction shall be as under:-

(a) plastic waste, which can be recycled, shall be channelized to registered plastic waste
recycler and recycling of plastic shall conform to the Indian Standard: IS 14534:1998
titled as Guidelines for Recycling of Plastics, as amended from time to time.

(b) local bodies shall encourage the use of plastic waste (preferably the plastic waste
which cannot be further recycled) for road construction as per Indian Road Congress
guidelines or energy recovery or waste to oil etc. The standards and pollution control
norms specified by the prescribed authority for these technologies shall be complied
with.

(c) Thermo set plastic waste shall be processed and disposed off as per the guidelines
issued from time to time by the Central Pollution Control Board.

(d) The inert from recycling or processing facilities of plastic waste shall be disposed of
in compliance with the Solid Waste Management Rules, 2000 or as amended from
time to time.
6. Responsibility of local body.- (1) Every local body shall be responsible for
development and setting up of infrastructure for segregation, collection, storage,
transportation, processing and disposal of the plastic waste either on its own or by engaging
agencies or producers.

(2) The local body shall be responsible for setting up, operationalisation and co-
ordination of the waste management system and for performing the associated functions,
namely:-

(a) Ensuring segregation, collection, storage, transportation, processing and


disposal of plastic waste;
(b) ensuring that no damage is caused to the environment during this process;
(c) ensuring channelization of recyclable plastic waste fraction to recyclers;
(d) ensuring processing and disposal on non-recyclable fraction of plastic waste in
accordance with the guidelines issued by the Central Pollution Control Board;
(e) creating awareness among all stakeholders about their responsibilities;
(f) engaging civil societies or groups working with waste pickers; and
(g) ensuring that open burning of plastic waste does not take place.

(3) The local body for setting up of system for plastic waste management shall seek
assistance of producers and such system shall be set up within one year from the date of final
publication of these rules in the Official Gazaette of India.

(4) The local body to frame bye-laws incorporating the provisions of these rules.

7. Responsibility of Gram Panchayat.- (1) Every gram panchayat either on its own or
by engaging an agency shall set up, operationalise and co-ordinate for waste management in
the rural area under their control and for performing the associated functions, namely,-

(a) ensuring segregation, collection, storage, transportation, plastic waste and


channelization of recyclable plastic waste fraction to recyclers having valid
registration; ensuring that no damage is caused to the environment during this
process;
(b) creating awareness among all stakeholders about their responsibilities; and
(c) ensuring that open burning of plastic waste does not take place

8. Responsibility of waste generator.- (1) The waste generator shall.-

(a) take steps to minimize generation of plastic waste and segregate plastic waste at
source in accordance with the Solid Waste Management Rules, 2000 or as amended
from time to time.

(b) not litter the plastic waste and ensure segregated storage of waste at source and
handover segregated waste to urban local body or gram panchayat or agencies
appointed by them or registered waste pickers’, registered recyclers or waste
collection agencies;

(2) All institutional generators of plastic waste, shall segregate and store the waste
generated by them in accordance with the Municipal Solid Waste (Management and
Handling) Rules, 2000 notified vide S.O 908(E) dated the 25th September, 2000 under the
Act or amendment from time to time and handover segregated wastes to authorized waste
processing or disposal facilities or deposition centers either on its own or through the
authorized waste collection agency.

(3) All waste generators shall pay such user fee or charge as may be specified in the bye-
laws of the local bodies for plastic waste management such as waste collection or operation
of the facility thereof, etc.;

(4) Every person responsible for organising an event in open space, which involves
service of food stuff in plastic or multilayered packaging shall segregate and manage the
waste generated during such events in accordance with the Municipal Solid Waste
(Management and Handling) Rules, 2000 notified vide S.O 908(E) dated the 25th
September, 2000 under the Act or amendment from time to time.

9. Responsibility of producers, Importers and Brand Owners.- (1) The producers,


within a period of six months from the date of publication of these rules, shall work out
modalities for waste collection system based on Extended Producers Responsibility and
involving State Urban Development Departments, either individually or collectively, through
their own distribution channel or through the local body concerned.

(2) Primary responsibility for collection of used multi-layered plastic sachet or pouches
or packaging is of Producers, Importers and Brand Owners who introduce the products in the
market. They need to establish a system for collecting back the plastic waste generated due
to their products. This plan of collection to be submitted to the State Pollution Control Boards
while applying for Consent to Establish or Operate or Renewal. The Brand Owners whose
consent has been renewed before the notification of these rules shall submit such plan within
one year from the date of notification of these rules and implement with two years thereafter.

(3) manufacture and use of non- recyclable multilayered plastic if any should be phased
out in Two years time.

(4) The producer, within a period of three months from the date of final publication of
these rules in the Official Gazette shall apply to the Pollution Control Board or the Pollution
Control Committee, as the case may be, of the States or the Union Territories administration
concerned, for grant of registration.

(5) No producer shall on and after the expiry of a period of Six Months from the date of
final publication of these rules in the Official Gazette manufacture or use any plastic or
multilayered packaging for packaging of commodities without registration from the
concerned State Pollution Control Board or the Pollution Control Committees.

(6) Every producer shall maintain a record of details of the person engaged in supply of
plastic used as raw material to manufacture carry bags or plastic sheet or like or cover made
of plastic sheet or multilayered packaging.

10. Protocols for compostable plastic materials.-Determination of the degree of


degradability and degree of disintegration of plastic material shall be as per the protocols of
the Indian Standards listed in Schedule-I to these rules.

11. Marking or labelling.-(1) Each plastic carry bag and multilayered packaging shall
have the following information printed in English namely,-

(a) name, registration number of the manufacturer and thickness in case of carry
bag;
(b) name and registration number of the manufacturer in case of multilayered
packaging; and
(c) name and certificate number [Rule 4(h)] in case of carry bags made from
compostable plastic

(2) Each recycled carry bag shall bear a label or a mark “recycled” as shown below and
shall conform to the Indian Standard: IS 14534: 1998 titled as “Guidelines for Recycling of
Plastics”, as amended from time to time;

NOTE: PET-Polyethylene terephthalate, HDPE-High density polyethylene, V-Vinyl (PVC),


LDPE- Low density polyethylene, PP-Polypropylene, PS-Polystyrene and Other
means all other resins and multi-materials like ABS (Acrylonitrile butadiene styrene),
PPO (Polyphenylene oxide), PC (Polycarbonate), PBT (Polybutylene terephalate) etc.

Each carry bag made from compostable plastics shall bear a label “compostable” and
shall conform to the Indian Standard : IS or ISO 17088:2008 titled as Specifications
for “Compostable Plastics”.

12. Prescribed authority.- (1) The State Pollution Control Board and Pollution Control
Committee in respect of a Union territory shall be the authority for enforcement of the
provisions of these rules relating to registration, manufacture of plastic products and
multilayered packaging, processing and disposal of plastic wastes.

(2) The concerned Secretary-in-charge of Urban Development of the State or a Union


Territory shall be the authority for enforcement of the provisions of these rules relating to
waste management by waste generator, use of plastic carry bags, plastic sheets or like, covers
made of plastic sheets and multilayered packaging.

(3) The concerned Gram Panchayat shall be the authority for enforcement of the
provisions of these rules relating to waste management by the waste generator, use of plastic
carry bags, plastic sheets or like, covers made of plastic sheets and multilayered packaging in
the rural area of the State or a Union Territory.

(4) The authorities referred to in sub-rules (1) to (3) shall take the assistance of the
District Magistrate or the Deputy Commissioner within the territorial limits of the jurisdiction
of the concerned district in the enforcement of the provisions of these rules.

13. Registration of producer, recyclers and manufacturer,- (1) No person shall


manufacture carry bags or recycle plastic bags or multilayered packaging unless the person
has obtained a registration from the State Pollution Control Board or the Pollution Control
Committee of the Union Territory concerned, as the case may be, prior to the commencement
of production;

(2) Every producer shall, for the purpose of registration or for renewal of registration,
make an application to the State Pollution Control Board or the Pollution Control Committee
of the Union territory concerned, in Form I

(3) Every person recycling or processing waste or proposing to recycle or process plastic
waste shall make an application to the State Pollution Control Board or the Pollution Control
Committee, for grant of registration or renewal of registration for the recycling unit, in Form
II.

(4) Every manufacturer engaged in manufacturer of plastic to be used as raw material by


the producer shall make an application to the State Pollution Control Board or the Pollution
Control Committee of the Union territory concerned, for the grant of registration or for the
renewal of registration, in Form III.

(5) The State Pollution Control Board or the Pollution Control Committee shall not issue
or renew registration to plastic waste recycling or processing units unless the unit possesses a
valid consent under the Water (Prevention and Control of Pollution) Act, 1974 (6 of 1974)
and the Air (Prevention and Control of Pollution) Act, 1981 (14 of 1981) along with a
certificate of registration issued by the District Industries Centre or any other Government
agency authorised in this regard.
(6) The State Pollution Control Board or the Pollution Control Committee shall not renew
registration of producer unless the producer possesses and action plan endorsed by the
Secretary in charge of Urban Development of the concerned State or Union Territory for
setting of plastic waste management system.

(7) On receipt of the application complete in all respects for the registration for recycling
or processing of plastic waste under sub-rule (3), the State Pollution Control Board may, after
such inquiry as it considers necessary and on being satisfied that the applicant possesses
appropriate facilities, technical capabilities and equipment to handle plastic waste safely, may
grant registration to the applicant on fulfilment of the conditions as may be laid down in
terms of registration.

(8) Every State Pollution Control Board or Pollution Control Committee shall take a
decision on the grant of registration within ninety days of receipt of an application which is
complete in all respects.

(9) The registration granted under this rule shall initially be valid for a period of one year,
unless revoked, suspended or cancelled and shall subsequently be granted for three years.

(10) State Pollution Control Board or the Pollution Control Committees shall not revoke,
suspend or cancel registration without providing the opportunity of a hearing to the producer
or person engaged in recycling or processing of plastic wastes.

(11) Every application for renewal of registration shall be made at least one hundred
twenty days before the expiry of the validity of the registration certificate.

14. Responsibility of retailers and street vendors- (1) Retailers or street vendors shall
not sell or provide commodities to consumer in carry bags or plastic sheet or multilayered
packaging, which are not manufactured and labelled or marked, as per prescribed under these
rules.

(2) Every retailers or street vendors selling or providing commodities in, plastic carry
bags or multilayered packaging or plastic sheets or like or covers made of plastic sheets
which are not manufactured or labelled or marked in accordance with these rules shall be
liable to pay such fines as specified under the bye-laws of the local bodies.

15. Explicit pricing of carry bags.- (1) The shopkeepers and street vendors willing to
provide plastic carry bags for dispensing any commodity shall register with local body. The
local body shall, within a period of six months from the date of final publication of these
rules ion the Official Gazette of India notification of these rules, by notification or an order
under their appropriate state statute or byelaws shall make provisions for such registration on
payment of plastic waste management fee of minimum rupees forty eight thousand @ rupees
four thousand per month. The concerned local body may prescribe higher plastic waste
management fee, depending upon the sale capacity. The registered shop keepers shall display
at prominent place that plastic carry bags are given on payment.

(2) Only the registered shopkeepers or street vendors shall be eligible to provide plastic
carry bags for dispensing the commodities.

(3) The local body shall utilize the amount paid by the customers for the carry bags
exclusively for the sustainability of the waste management system within their jurisdictions.

16. State Level Monitoring Committee.- (1) The State government or the union
Territory shall, for the purpose of effective monitoring of implementation of these rules,
constitute a State Level Advisory Committee consisting of the following persons, namely;-

(a) the Secretary, Department of Urban Development - Chairman


(b) Director from State Department of Environment - Member
(c) Member Secretary from State Pollution Control Board
or Pollution Control Committee - Member
(d) Municipal Commissioner - Member
(e) one expert from Local Body - Member
(f) one expert from Non-Governmental
involved in Waste Management - Member
(g) Commissioner, Value Added Tax or his nominee, -
Member
(h) Sales Tax Commissioner or Officer - Member
(i) representative of Plastic Association,
Drug Manufacturers Association,
Chemical Manufacturers Association - Member
(j) one expert from the field of Industry - Member and
(k) one expert from the field of academic institution - Member
(l) Director , Municipal Administration- Convener

The State Level Advisory Body shall meet at least once in Six Month and may invite
experts, if it considers necessary.

17. Annual reports.- (1) Every person engaged in recycling or processing of plastic
waste shall prepare and submit an annual report in Form-IV to the local body concerned
under intimation to the concerned State Pollution Control Board or Pollution Control
Committee by the 30th April, of every year.

(2) Every local body shall prepare and submit an annual report in Form –V to the
concerned Secretary-in-charge of the Urban Development Department under intimation to the
concerned State Pollution Control Board or Pollution Control Committee by the 30th June,
everyyear.
(3) Each State Pollution Control Board or Pollution Control Committee shall prepare and
submit an annual report in Form VI to the CPCB on the implementation of these rules by the
31st July, of every year.

(4) The CPCB shall prepare a consolidated annual report on the use and management of
plastic waste and forward it to the Central Government along with its recommendations
before the 31st August of every year.

Schedule-I
[See rule 10]

1. IS / ISO 14851: 1999 Determination of the ultimate aerobic biodegradability of


plastic materials in an aqueous medium-Method by measuring the oxygen
demand in a closed Respirometer

2. IS / ISO 14852: 1999 Determination of the ultimate aerobic biodegradability of


plastic materials in an aqueous medium-Method by analysis of evolved carbon
dioxide

3. IS / ISO 14853: 2005 Plastics- Determination of the ultimate anaerobic


biodegradation of plastic materials in an aqueous system-Method by
measurement of biogas production

4. IS /ISO 14855-1: 2005 Determination of the ultimate aerobic biodegradability


of plastic materials under controlled composting conditions-Method by
analysis of evolved carbon dioxide (Part-1 General method)

5. IS / ISO 14855-2: 2007 Determination of the ultimate aerobic biodegradability


of plastic materials under controlled composting conditions-Method by
analysis of evolved carbon dioxide (Part-2: Gravimetric measurement of
carbon dioxide evolved in a laboratory- scale test )

6. IS / ISO 15985: 2004 Plastics- Determination of the ultimate anaerobic


biodegradation and disintegration under high-solids anaerobic digestion
conditions- Methods by analysis of released biogas

7. IS /ISO 16929: 2002 Plastics- Determination of degree of disintegration of


plastic materials under defined composting conditions in a pilot - scale test
8. IS / ISO 17556: 2003 Plastics- Determination of ultimate aerobic
biodegradability in soil by measuring the oxygen demand in a Respirometer or
the amount of carbon dioxide evolved

9. IS / ISO 20200:2004 Plastics- Determination of degree of disintegration of


plastic materials under simulated composting conditions in a laboratory - scale
test
FORM - I

[See rules 13 (2)]

APPLICATION FOR REGISTRATION FOR PRODUCERS or Brand Owners

From: ..........................................
……………………………
…………………………….(Name and full address of the occupier)
To
The Member Secretary,
.............………. Pollution Control Board or Pollution Control Committee
…………………………………….
…………………………………….
Sir,

I /We hereby apply for registration under rule 9 of the Plastic Waste Management Rules,
2015
1. Producers
PART – A
GENERAL
1.(a) Name and location of the unit
(b) Address of the unit
(c) Registration required for manufacturing of:
(i) Carry bags;
(a) petro- based,
(b) Compostable
(ii) Multilayered plastics

(d) Manufacturing capacity


(e) In case of renewal, previous registration number
and date of registration
2. Is the unit registered with the District Industries
Centre of the State Government or Union
territory? If yes, attach a copy.
3.(a) Total capital invested on the project
(b) Year of commencement of production
4. (a) List and quantum of products and by-products
(b) List and quantum of raw materials used
5. Furnish a flow diagram of manufacturing process
showing input and output in terms of products and
waste generated including for captive power
generation and water.

6. Status of compliance with these rules- Thickness –


fifty micron (Yes/No)
PART – B
PERTAINING TO LIQUID EFFLUENT AND GASEOUS EMISSIONS
7. (a) Does the unit have a valid consent under the
Water (Prevention and control of Pollution)
Act, 1974 (6 of 1974)?
If yes, attach a copy
(b) Does the unit have a valid consent under the
Air (Prevention and Control of Pollution) Act,
1981 (14 of 1981)?
If yes, attach a copy
PART – C
PERTAINING TO WASTE
8. Solid Wastes or rejects:
(a) Total quantum of waste generated
(b) Mode of storage within the plant
(c) Provision made for disposal of wastes
9. Attach or Provide list of person supplying plastic
to be used as raw material to manufacture carry
bags or plastic sheet of like or multilayered
packaging
10. Attach or provide list of personnel or brand
Owners to whom the products will be supplied
11. Action plan on collecting back the plastic wastes
Name and Signature

Designation
Date :
Place :

II Brand Owners:
PART – A
GENERAL
1. Name, address and Contact number
2 In case of renewal, previous registration number
and date of registration
3 Is the unit registered with the District Industries
Centre of the State Government or Union
territory? If yes, attach a copy.
4.(a) Total capital invested on the project
(b) Year of commencement of production
5. (a) List and quantum of products and by-products
(b) List and quantum of raw materials used
PART – B
PERTAINING TO LIQUID EFFLUENT AND GASEOUS EMISSIONS
5 Does the unit have a valid consent under the
Water (Prevention and control of Pollution)
Act, 1974 (6 of 1974)?
If yes, attach a copy
6 Does the unit have a valid consent under the
Air (Prevention and Control of Pollution) Act,
1981 (14 of 1981)?
If yes, attach a copy
PART – C
PERTAINING TO WASTE
7. Solid Wastes or rejects:
(c) Total quantum of waste generated
(d) Mode of storage within the plant
(d) Provision made for disposal of wastes
8. Attach or Provide list of person supplying plastic
material
9 Action plan on collecting back the plastic wastes

Name and Signature

Designation

Date :

Place :
FORM - II
[see rule 13 (3)]

APPLICATION FORM FOR REGISTRATION OF UNITS ENGAGED IN


PROCESSING OR RECYCLING OF PLASTIC WASTE

1. Name and Address of the


unit

2. Contact person with


designation, Tel./Fax
/email

3. Date of commencement

4. No. of workers (including


contract labour)
5. Consents Validity a. Water (Prevention & Control of Pollution) Act, 1974;
Valid up to _________________

b. Air (Prevention & Control of Pollution) Act, 1981;


Valid up to_________________
c. Authorization ; valid up to ….
6. Manufacturing Process Please attach a flow diagram of the manufacturing process
flow diagram for each product.
7. Products and installed Products Installed capacity
capacity of production
(MTA)
8. Waste Management: S Type Category Qty.
No
a. Waste generation in processing (i)
plastic-waste
(ii)
(iii)
b. Waste Collection and transportation
(attach details)
c. Waste Disposal details S Type Category Qty
No
(i)
(ii)
d. Provide details of the disposal
facility, whether the facility is
authorized by SPCB or PCC
e. Please attach analysis report of
characterization of waste generated
(including leachate test if applicable)
9. Details of plastic waste proposed to be (i) Name
acquired through sale, auction, contract (ii) Quantity required /year
or import, as the case may be, for use as
raw material
10. Occupational safety and health aspects Please provide details of facilities
11. Pollution Control Measures
Whether the unit has adequate pollution If Yes, please furnish details
control systems or equipment to meet
the standards of emission or effluent.
Whether unit is in compliance with Yes/No
conditions laid down in the said rules.
Whether conditions exist or are likely to Yes/No
exist of the material being handled or
processed posing adverse immediate or
delayed impacts on the environment.
Whether conditions exist (or are likely Yes/No
to exist) of the material being handled
or processed by any means capable of
yielding another material (e.g. leachate)
which may possess eco-toxicity.
12. Any other relevant information
including fire or accident mitigative
measures
13. List of enclosures as per rule

Name and Signature

Designation
Date :
Place :
FORM - III
[See rules 13(4)]

APPLICATION FOR REGISTRATION FOR MANUFACTURERS of plastic raw


materials

From: ..........................................
……………………………
…………………………….(Name and full address of the occupier)
To
The Member Secretary,
.............………. Pollution Control Board or Pollution Control Committee
…………………………………….
…………………………………….
Sir,

I/We hereby apply for registration under the Plastic Waste Management Rules, 2011

PART – A
GENERAL
1.(a) Name and location of the unit
(b) Address of the unit
(c) In case of renewal, previous registration number
and date of registration
2. Is the unit registered with the DIC or DCSSI of
the State Government or Union territory? If yes,
attach a copy.
3.(a) Total capital invested on the project
(b) Year of commencement of production
(c) List of producers and quantum of raw materials
supplied to producers
Name and Signature

Designation
Date :

Place :
Form - IV
[See rules 17 (1)]

Format of Annual Report by Operator of plastic waste processing or recycling Facility


to the Local Body
Period of Reporting:

(1) Name and Address of operator of the


facility

(2) Name of officer in-charge of the


facility
(Telephone/Fax/Mobile/ E-mail)
(3) Capacity:

(4) Technologies used for management


of plastic waste:

(5) Quantity of plastic waste received


during the year being reported upon
along with the source
(6) Quantity of plastic waste processed
(in tons):
- Plastic waste recycled(in tons)
- Plastic waste processed (in tons)
- Used (in tons)
(7) Quantity of inert or rejects sent for
final disposal to landfill sites:

(8) Details of land fill facility to which


inert or rejects were sent for final
disposal:
- Address
-Telephone
(9) Attach status of compliance to
environmental conditions, if any
specified during grant of Consent or
registration

Signature of Operator
Dated :
Place:
Form - V
[See rules 17(2)]

FORMAT FOR ANNUAL REPORT ON PLASTIC WASTE MANAGEMENT TO BE


SUBMITTED BY THE LOCAL BODY
Period of Reporting:
(1) Name of the City or Town and State:

(2) Population
(3) Area in sq. kilometers
(4) Name & Address of Local body
Telephone No.
Fax No.
E-mail:
(5) Total Numbers of the wards in the area under
jurisdiction
(6) Total Numbers of Households in the area under
jurisdiction
(7) Number of households covered by door to door
collection
(8) Total number of commercial establishments and
Institutions in the area under jurisdiction
-Commercial establishments
- Institutions
(9) Number of commercial establishments and
Institutions covered by door to door collection
-Commercial establishments
- Institutions
(10) Summary of the mechanisms put in place for
management of plastic waste in the area under
jurisdiction along with the details of agencies
involved in door to door collection
(11) Attach details of infrastructure put in place for
management of plastic waste generated in the area
under jurisdiction
(12) Attach details of infrastructure required, if any along
with justification
(13) Quantity of Plastic Waste generated during the year
from area under jurisdiction (in tons)
(14) Quantity of Plastic Waste collected during the year
from area under jurisdiction (in tons)
(15) Quantity of plastic waste channelized for recycling
during the year (in tons)
(16) Quantity of plastic waste channelized for use during
the year (in tons)
(17) Quantity of inert or rejects sent to landfill sites during
the year (in tons)
(18) Details of each of facilities used for processing and
disposal of plastic waste
Facility-I
i) Name of operator
ii) Address with Telephone Number or Mobile
iii) Capacity
iv) Technology Used
v) Registration Number
vi) Validity of Registration (up to)

Facility-II
i) Name of operator
ii) Address with Telephone Number or Mobile
iii) Capacity
iv) Technology Used
v) Registration Number
Validity of Registration (up to)
(19) Give details of:
Local body’s own manpower deployed for collection
including street sweeping, secondary storage,
transportation, processing and disposal of waste.
(20) Give details of:
Contractor or concessionaire’s manpower deployed
for collection including street sweeping, secondary
storage, transportation, processing and disposal of
waste.
(21) Mention briefly, the difficulties being experienced by
the local body in complying with provisions of these
rules including the financial constrains, if any
(22) Whether an Action Plan has been prepared for
improving solid waste management practices in the
city? If yes (attach copy)
Date of revision:

Signature of CEO or Municipal Commissioner or


Executive Officer or Chief Officer
Date:
Place:
Form-VI
STATE-WISE STATUS OF IMPLEMENTATION OF PLASTIC WASTE MANAGEMENT RULES, 2016 FOR THE YEAR … ANNUAL
REPORT Format

Name Estimated No. Of registered Plastic No. of Details of Partial or Status of Explici Details of No. of Number of
of the Plastic Manufacturing or Unregistere Plastic Waste complete Marking t the meeting violation Municipal
SPCB Waste Recycling (including d plastic Management ban on Labelling on Pricin of State s and Authority or
or generation multilayer, compostable) manufactur (PWM) e.g. usages of carry bags g of Level action Gram
PCC Tons Per units. (Rule 9) ing Collection, Plastic (Rule 8) carry Advisory taken on Panchayatun
Annum Recycling Segregation, Carry Bags [Specify the bags Body (SLA) non- der
(TPA) units. (in Disposal (through number of (Rule along with complia jurisdiction
residential (Co-processing Executive units or not 10) its nce of and
Plasti Compo Multilay or road Order) ( complied)co recommend provisio Submission of
c stable er unapproved construction Attach copy mplied ations on ns of Annual
units Plastic Plastic areas) etc.) (Rules 6) of Implementa these Report to
Units units (Attach notification tion (Rule Rules CPCB
separate sheet) or executive 11) (Rule 12)
order )
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11)

[F.No. 17-2/2001-HSMD]

Bishwanath Sinha
Joint Secretary to Government of India

22
[Published in the Gazette of India, Part-II, Section-3, Sub-section (i)]
Ministry of Environment, Forest and Climate Change

Notification

th
New Delhi, the 18 March, 2016,
as amended 27th March, 2018,

G.S.R 320(E). ― Whereas the Plastic Waste (Management and Handling) Rules, 2011
published vide notification number S.O 249 (E), dated 4th February, 2011 by the Government of
India in the erstwhile Ministry of Environment and Forests, as amended from time to time,
provided a regulatory frame work for management of plastic waste generated in the country;

And whereas, to implement these rules more effectively and to give thrust on plastic waste
minimization, source segregation, recycling, involving waste pickers, recyclers and waste
processors in collection of plastic waste fraction either from households or any other source of
its generation or intermediate material recovery facility and adopt polluter’s pay principle for the
sustainability of the waste management system, the Central Government reviewed the existing
rules;

And whereas, in exercise of the powers conferred by sections 6, 8 and 25 of the Environment
(Protection) Act, 1986 (29 of 1986),the draft rules, namely, the Plastic Waste Management,
Rules, 2015 were published by the Government of India in the Ministry of Environment, Forest
and Climate Change vide number G.S.R. 423(E), dated the 25th May, 2015 in the Gazette of
India, inviting objections and suggestions from all persons likely to be affected thereby, before
the expiry of a period of sixty days from the date on which copies of the Gazette containing the
said notification were made available to the public;

And Whereas copies of the said Gazette were made available to the public on the 25th May,
2015;

And Whereas the objections and suggestions received within the said period from the public in
respect of the said draft rules have been duly considered by the Central Government;

NOW, Therefore, in exercise of the powers conferred by sections 3,6 and 25 of the Environment
(Protection) Act, 1986 (29 of 1986), and in supersession of the Plastic Waste (Management and
Handling) Rules, 2011, except as respects things done or omitted to be done before such
supersession, the Central Government hereby makes the following rules, namely: -

1. Short title and commencement. –


(1) These rules shall be called the Plastic Waste Management (Amendment) Rules, 2018
(2) They shall come into force on the date of their publication in the Official Gazette.
2. Application. - (1) These rules shall apply to every waste generator, local body, Gram
Panchayat, manufacturer, Importers and producer.
(2) The rule 4 shall not apply to the export oriented units or units in special economic zones,
notified by the Central Government, manufacturing their products against an order for
export: Provide this exemption shall not apply to units engaged in packaging of gutkha,
tobacco and pan masala and also to any surplus or rejects, left over products and the like.

3. Definitions. - In these rules, unless the context otherwise requires. -

a. “Act” means the Environment (Protection) Act, 1986 (29 of 1986);

ab. “alternate use” means use of material for a purpose other than for which it was
conceived, which is beneficial because it promotes resource efficiency;

b. “brand owner” means a person or company who sells any commodity under a
registered brand label;

c. “carry bags” mean bags made from plastic material or compostable plastic material,
used for the purpose of carrying or dispensing commodities which have a self-carrying
feature but do not include bags that constitute or form an integral part of the packaging
in which goods are sealed prior to use;

d. "commodity" means tangible item that may be bought or sold and includes all
marketable goods or wares;

e. “compostable plastics” mean plastic that undergoes degradation by biological


processes during composting to yield CO2, water, inorganic compounds and biomass
at a rate consistent with other known compostable materials, excluding conventional
petro-based plastics, and does not leave visible, distinguishable or toxic residue;

f. “consent" means the consent to establish and operate from the concerned State
Pollution Control Board or Pollution Control Committee granted under the Water
(Prevention and Control of Pollution) Act, 1974 (6 of 1974), and the Air (Prevention
and Control of Pollution) Act, 1981 (14 of 1981);

g. “disintegration” means the physical breakdown of a material into very small


fragments;

ga. “energy recovery” means energy recovery from waste that is conversion of waste
material into usable heat, electricity or fuel through a variety of processes
including combustion, gasification, pyralisation, anaerobic digestion & landfill
gas recovery”;

h. “extended producer’s responsibility” means the responsibility of a producer for the


environmentally sound management of the product until the end of its life;
i. “food-stuffs” mean ready to eat food products, fast food, processed or cooked food in
liquid, powder, solid or semi-solid form;

j. “facility” means the premises used for collection, Storage, recycling, processing and
disposal of plastic waste;

k. “importer” means a person who imports or intends to import and holds an Importer -
Exporter Code number, unless otherwise specifically exempted.

l. “institutional waste generator” means and includes occupier of the institutional


buildings such as building occupied by Central Government Departments, State
Government Departments, public or private sector companies, hospitals, schools,
colleges, universities or other places of education, organisation, academy, hotels,
restaurants, malls and shopping complexes;

m. “local body” means urban local body with different nomenclature such as municipal
corporation, municipality, nagar palika, nagar nigam, nagar panchayat, municipal
council including notified area committee (NAC) and not limited to or any other local
body constituted under the relevant statutes such as gram panchayat, where the
management of plastic waste is entrusted to such agency;

n. “manufacturer” means and include a person or unit or agency engaged in production


of plastic raw material to be used as raw material by the producer.

o. “multi-layered packaging” means any material used or to be used for packaging and
having at least one layer of plastic as the main ingredients in combination with one or
more layers of materials such as paper, paper board, polymeric materials, metalized
layers or aluminium foil, either in the form of a laminate or co-extruded structure;

p. “plastic” means material which contains as an essential ingredient a high polymer


such as polyethylene terephthalate, high density polyethylene, Vinyl, low density
polyethylene, polypropylene, polystyrene resins, multi-materials like acrylonitrile
butadiene styrene, polyphenylene oxide, polycarbonate, Polybutylene terephthalate;

q. “plastic sheet” means Plastic sheet is the sheet made of plastic;

r. “plastic waste” means any plastic discarded after use or after their intended use is
over;

s. “prescribed authority” means the authorities specified in rule 12;

t. “producer” means persons engaged in manufacture or import of carry bags or multi-


layered packaging or plastic sheets or like, and includes industries or individuals using
plastic sheets or like or covers made of plastic sheets or multi-layered packaging for
packaging or wrapping the commodity;
u. "recycling" means the process of transforming segregated plastic waste into a new
product or raw material for producing new products;

v. "registration” means registration with the State Pollution Control Board or Pollution
Control Committee concerned, as the case may be;

w. “street vendor” shall have the same meaning as assigned to it in clause (l) of sub-
section (1) of Section 2 of the Street Vendors (Protection of Livelihood and
Regulation of Street Vending) Act, 2014 (7 of 2014);

x. “virgin plastic” means plastic material which has not been subjected to use earlier
and has also not been blended with scrap or waste;

y. “waste generator” means and includes every person or group of persons or


institution, residential and commercial establishments including Indian Railways,
Airport, Port and Harbour and Defence establishments which generate plastic waste;

z. “waste management” means the collection, storage, transportation reduction, re-use,


recovery, recycling, composting or disposal of plastic waste in an environmentally
safe manner;

aa. “waste pickers” mean individuals or agencies, groups of individuals voluntarily


engaged or authorised for picking of recyclable plastic waste.

4. Conditions. (1)- The manufacture, importer stocking, distribution, sale and use of carry bags,
plastic sheets or like, or cover made of plastic sheet and multi-layered packaging, shall be
subject to the following conditions, namely: -

a. Carry bags and plastic packaging shall either be in natural shade which is without any
added pigments or made using only those pigments and colorants which are in
conformity with Indian Standard: IS 9833:1981 titled as “List of pigments and colorants
for use in plastics in contact with foodstuffs, pharmaceuticals and drinking water”, as
amended from time to time;

b. Carry bags made of recycled plastic or products made of recycled plastic shall not be
used for storing, carrying, dispensing or packaging ready to eat or drink food stuff’;

c. Carry bag made of virgin or recycled plastic, shall not be less than fifty microns in
thickness;

d. Plastic sheet or like, which is not an integral part of multi-layered packaging and cover
made of plastic sheet used for packaging, wrapping the commodity shall not be less than
fifty microns in thickness except where the thickness of such plastic sheets impair the
functionality of the product;
e. The manufacturer shall not sell or provide or arrange plastic to be used as raw material to
a producer, not having valid registration from the concerned State Pollution Control
Boards or Pollution Control Committee;

f. Sachets using plastic material shall not be used for storing, packing or selling gutkha,
tobacco and pan masala;

g. Recycling of plastic waste shall conform to the Indian Standard: IS 14534:1998 titled as
Guidelines for Recycling of Plastics, as amended from time to time;

h. The provision of thickness shall not be applicable to carry bags made up of compostable
plastic. Carry bags made from compostable plastics shall conform to the Indian Standard:
IS 17088:2008 titled as Specifications for Compostable Plastics, as amended from time
to time. The manufacturers or seller of compostable plastic carry bags shall obtain a
certificate from the Central Pollution Control Board before marketing or selling; and

i. Plastic material, in any form including Vinyl Acetate - Maleic Acid - Vinyl Chloride
Copolymer, shall not be used in any package for packaging gutkha, pan masala and
tobacco in all forms.

5. Plastic waste management: - The plastic waste management by the urban local bodies in
their respective jurisdiction shall be as under: -

a. Plastic waste, which can be recycled, shall be channelized to registered plastic waste
recycler and recycling of plastic shall conform to the Indian Standard: IS 14534:1998
titled as Guidelines for Recycling of Plastics, as amended from time to time;

b. Local bodies shall encourage the use of plastic waste (preferably the plastic waste which
cannot be further recycled) for road construction as per Indian Road Congress guidelines
or energy recovery or waste to oil etc. The standards and pollution control norms
specified by the prescribed authority for these technologies shall be complied with;

c. Thermo set plastic waste shall be processed and disposed of as per the guidelines issued
from time to time by the Central Pollution Control Board; and

d. The inert from recycling or processing facilities of plastic waste shall be disposed of in
compliance with the Solid Waste Management Rules, 2000 or as amended from time to
time.

6. Responsibility of local body. - (1) Every local body shall be responsible for development and
setting up of infrastructure for segregation, collection, storage, transportation, processing and
disposal of the plastic waste either on its own or by engaging agencies or producers.

(2) The local body shall be responsible for setting up, operationalisation and co-ordination of
the waste management system and for performing the associated functions, namely: -
(a) Ensuring segregation, collection, storage, transportation, processing and disposal of
plastic waste;
(b) ensuring that no damage is caused to the environment during this process;
(c) ensuring channelization of recyclable plastic waste fraction to recyclers;
(d) ensuring processing and disposal on non-recyclable fraction of plastic waste in
accordance with the guidelines issued by the Central Pollution Control Board;
(e) creating awareness among all stake holders about their responsibilities;
(f) engaging civil societies or groups working with waste pickers; and
(g) ensuring that open burning of plastic waste does not take place.

(3) The local body for setting up of system for plastic waste management shall seek assistance
of producers and such system shall be set up within one year from the date of final
publication of these rules in the Official Gazette of India;

(4) The local body to frame bye-laws incorporating the provisions of these rules.

7. Responsibility of Gram Panchayat. - Every gram panchayat either on its own or by


engaging an agency shall set up, operationalise and co-ordinate for waste management in the
rural area under their control and for performing the associated functions, namely, -

a) ensuring segregation, collection, storage, transportation, plastic waste and


channelization of recyclable plastic waste fraction to recyclers having valid
registration; ensuring that no damage is caused to the environment during this
process;
b) creating awareness among all stakeholders about their responsibilities; and
c) ensuring that open burning of plastic waste does not take place

8. Responsibility of waste generator. - (1) The waste generator shall. -

a. Take steps to minimize generation of plastic waste and segregate plastic waste at source
in accordance with the Solid Waste Management Rules, 2000 or as amended from time
to time;

b. Not litter the plastic waste and ensure segregated storage of waste at source and handover
segregated waste to urban local body or gram panchayat or agencies appointed by them
or registered waste pickers’, registered recyclers or waste collection agencies;

(2) All institutional generators of plastic waste, shall segregate and store the waste generated by
them in accordance with the Municipal Solid Waste (Management and Handling) Rules,
2000 notified vide S.O 908(E) dated the 25th September, 2000 under the Act or amendment
from time to time and handover segregated wastes to authorized waste processing or
disposal facilities or deposition centres either on its own or through the authorized waste
collection agency;
(3) All waste generators shall pay such user fee or charge as may be specified in the bye-laws of
the local bodies for plastic waste management such as waste collection or operation of the
facility thereof, etc.; and

(4) Every person responsible for organising an event in open space, which involves service of
food stuff in plastic or multi-layered packaging shall segregate and manage the waste
generated during such events in accordance with the Municipal Solid Waste (Management
and Handling) Rules, 2000 notified vide S.O 908(E) dated the 25th September, 2000 under
the Act or amendment from time to time.

9. Responsibility of producers, Importers and Brand Owners. –

1) The producers, within a period of six months from the date of publication of these rules,
shall work out modalities for waste collection system based on Extended Producers
Responsibility and involving State Urban Development Departments, either individually
or collectively, through their own distribution channel or through the local body
concerned;

2) Primary responsibility for collection of used multi-layered plastic sachet or pouches or


packaging is of Producers, Importers and Brand Owners who introduce the products in
the market. They need to establish a system for collecting back the plastic waste
generated due to their products. This plan of collection to be submitted to the State
Pollution Control Boards while applying for Consent to Establish or Operate or Renewal.
The Brand Owners whose consent has been renewed before the notification of these rules
shall submit such plan within one year from the date of notification of these rules and
implement with two years thereafter;

3) Manufacture and use of multi-layered plastic which is non - recyclable or non -


energy recoverable or with no alternate use of plastic if any should be phased out in
Two years time;

4) The producer, within a period of three months from the date of final publication of these
rules in the Official Gazette shall apply to the Pollution Control Board or the Pollution
Control Committee, as the case may be, of the States or the Union Territories
administration concerned, for grant of registration;

5) No producer shall on and after the expiry of a period of Six Months from the date of final
publication of these rules in the Official Gazette manufacture or use any plastic or multi-
layered packaging for packaging of commodities without registration from the concerned
State Pollution Control Board or the Pollution Control Committees; and

6) Every producer shall maintain a record of details of the person engaged in supply of
plastic used as raw material to manufacture carry bags or plastic sheet or like or cover
made of plastic sheet or multi-layered packaging.
10. Protocols for compostable plastic materials. -Determination of the degree of degradability
and degree of disintegration of plastic material shall be as per the protocols of the Indian
Standards listed in Schedule-I to these rules.

11. Marking or labelling. -(1) Each plastic carry bag and multi-layered packaging shall
have the following information printed in English namely, -

a. name, registration number of the manufacturer and thickness in case of carry bag;

b. name and registration number of the manufacturer in case of multi-layered


packaging; and

c. name and certificate number [Rule 4(h)] in case of carry bags made from
compostable plastic

(2) Each recycled carry bag shall bear a label or a mark “recycled” as shown below and shall
conform to the Indian Standard: IS 14534: 1998 titled as “Guidelines for Recycling of
Plastics”, as amended from time to time;

NOTE: PET-Polyethylene terephthalate, HDPE-High density polyethylene, V-Vinyl (PVC),


LDPE- Low density polyethylene, PP-Polypropylene, PS-Polystyrene and Other means all
other resins and multi-materials like ABS (Acrylonitrile butadiene styrene), PPO
(Polyphenylene oxide), PC (Polycarbonate), PBT (Polybutylene terephalate) etc.

Each carry bag made from compostable plastics shall bear a label “compostable” and shall
conform to the Indian Standard: IS or ISO 17088:2008 titled as Specifications for
“Compostable Plastics”.

12. Prescribed authority. –

(1) The State Pollution Control Board and Pollution Control Committee in respect of a
Union territory shall be the authority for enforcement of the provisions of these rules
relating to registration, manufacture of plastic products and multi-layered packaging,
processing and disposal of plastic wastes;
(2) The concerned Secretary-in-charge of Urban Development of the State or a Union
Territory shall be the authority for enforcement of the provisions of these rules relating to
waste management by waste generator, use of plastic carry bags, plastic sheets or like,
covers made of plastic sheets and multi-layered packaging;

(3) The concerned Gram Panchayat shall be the authority for enforcement of the provisions
of these rules relating to waste management by the waste generator, use of plastic carry
bags, plastic sheets or like, covers made of plastic sheets and multi-layered packaging in
the rural area of the State or a Union Territory; and

(4) The authorities referred to in sub-rules (1) to (3) shall take the assistance of the District
Magistrate or the Deputy Commissioner within the territorial limits of the jurisdiction of
the concerned district in the enforcement of the provisions of these rules.

13. Registration of producer, recyclers and manufacturer, -

1. No person shall manufacture carry bags or recycle plastic bags or multi-layered


packaging unless the person has obtained a registration from the State Pollution Control
Board or the Pollution Control Committee of the Union Territory concerned, as the case
may be, prior to the commencement of production;

2. Every producer or brand-owner shall, for the purpose of registration or for renewal
of registration, make an application in Form-I to

i. “The concerned State Pollution Control Board or Pollution Control Committee of


the Union territory, if operating one or two States or Union Territories”; or
ii. “The Central Pollution Control Board, if operating in more than two States or
Union Territories”.
3. Every person recycling or processing waste or proposing to recycle or process plastic
waste shall make an application to the State Pollution Control Board or the Pollution
Control Committee, for grant of registration or renewal of registration for the recycling
unit, in Form II.
4. Every manufacturer engaged in manufacturer of plastic to be used as raw material by the
producer shall make an application to the State Pollution Control Board or the Pollution
Control Committee of the Union territory concerned, for the grant of registration or for
the renewal of registration, in Form III.

5. The State Pollution Control Board or the Pollution Control Committee shall not issue or
renew registration to plastic waste recycling or processing units unless the unit possesses
a valid consent under the Water (Prevention and Control of Pollution) Act, 1974 (6 of
1974) and the Air (Prevention and Control of Pollution) Act, 1981 (14 of 1981) along
with a certificate of registration issued by the District Industries Centre or any other
Government agency authorised in this regard.
6. The State Pollution Control Board or the Pollution Control Committee shall not renew
registration of producer unless the producer possesses and action plan endorsed by the
Secretary in charge of Urban Development of the concerned State or Union Territory for
setting of plastic waste management system;

7. On receipt of the application complete in all respects for the registration for recycling or
processing of plastic waste under sub-rule (3), the State Pollution Control Board may,
after such inquiry as it considers necessary and on being satisfied that the applicant
possesses appropriate facilities, technical capabilities and equipment to handle plastic
waste safely, may grant registration to the applicant on fulfilment of the conditions as
may be laid down in terms of registration;

8. Every State Pollution Control Board or Pollution Control Committee shall take a
decision on the grant of registration within ninety days of receipt of an application which
is complete in all respects;

9. The registration granted under this rule shall initially be valid for a period of one year,
unless revoked, suspended or cancelled and shall subsequently be granted for three years;

10. State Pollution Control Board or the Pollution Control Committees shall not revoke,
suspend or cancel registration without providing the opportunity of a hearing to the
producer or person engaged in recycling or processing of plastic wastes; and

11. Every application for renewal of registration shall be made at least one hundred twenty
days before the expiry of the validity of the registration certificate.

14. Responsibility of retailers and street vendors-


1. Retailers or street vendors shall not sell or provide commodities to consumer in carry
bags or plastic sheet or multi-layered packaging, which are not manufactured and
labelled or marked, as per prescribed under these rules;
2. Every retailers or street vendors selling or providing commodities in, plastic carry bags
or multi-layered packaging or plastic sheets or like or covers made of plastic sheets
which are not manufactured or labelled or marked in accordance with these rules shall be
liable to pay such fines as specified under the bye-laws of the local bodies.

15. Shall be deleted, as amended 2018

16. State Level Monitoring Committee. - (1) The State government or the union Territory
shall, for the purpose of effective monitoring of implementation of these rules, constitute a
State Level Advisory Committee consisting of the following persons, namely; -
a The Secretary, Department of Urban Development Chairman,
b Director from State Department of Environment Member,
c Member Secretary from State Pollution Control Board Member,
or Pollution Control Committee
d Municipal Commissioner Member,
e One expert from Local Body Member,
f One expert from Non-Governmental involved in Waste Management Member,
g Commissioner, Value Added Tax or his nominee, Member,
h Sales Tax Commissioner or Officer Member,
i Representative of Plastic Association, Drug Manufacturers Member,
Association, Chemical Manufacturers Association
j One expert from the field of Industry Member,
k One expert from the field of academic institution Member &
l Director, Municipal Administration Convener

The State Level Advisory Body shall meet at least once in Six Month and may invite
experts, if it considers necessary.

17. Annual reports. – (1) Every person engaged in recycling or processing of plastic waste
shall prepare and submit an annual report in Form-IV to the local body concerned under
intimation to the concerned State Pollution Control Board or Pollution Control Committee
by the 30th April, of every year;

(2) Every local body shall prepare and submit an annual report in Form –V to the concerned
Secretary-in-charge of the Urban Development Department under intimation to the
concerned State Pollution Control Board or Pollution Control Committee by the 30 th
June, every year;

(3) Each State Pollution Control Board or Pollution Control Committee shall prepare and
submit an annual report in Form VI to the CPCB on the implementation of these rules by
the 31st July, of every year; and

(4) The CPCB shall prepare a consolidated annual report on the use and management of
plastic waste and forward it to the Central Government along with its recommendations
before the 31st August of every year.
SCHEDULE-I
[See rule 10]

1. IS / ISO 14851: 1999 Determination of the ultimate aerobic biodegradability of


plastic materials in an aqueous medium-Method by measuring the oxygen
demand in a closed Respirometer

2. IS / ISO 14852: 1999 Determination of the ultimate aerobic biodegradability of


plastic materials in an aqueous medium-Method by analysis of evolved carbon
dioxide

3. IS / ISO 14853: 2005 Plastics- Determination of the ultimate anaerobic


biodegradation of plastic materials in an aqueous system-Method by
measurement of biogas production

4. IS /ISO 14855-1: 2005 Determination of the ultimate aerobic biodegradability


of plastic materials under controlled composting conditions-Method by
analysis of evolved carbon dioxide (Part-1 General method)

5. IS / ISO 14855-2: 2007 Determination of the ultimate aerobic biodegradability


of plastic materials under controlled composting conditions-Method by
analysis of evolved carbon dioxide (Part-2: Gravimetric measurement of
carbon dioxide evolved in a laboratory- scale test )

6. IS / ISO 15985: 2004 Plastics- Determination of the ultimate anaerobic


biodegradation and disintegration under high-solids anaerobic digestion
conditions- Methods by analysis of released biogas

7. IS /ISO 16929: 2002 Plastics- Determination of degree of disintegration of


plastic materials under defined composting conditions in a pilot - scale test
8. IS / ISO 17556: 2003 Plastics- Determination of ultimate aerobic
biodegradability in soil by measuring the oxygen demand in a Respirometer or
the amount of carbon dioxide evolved

9. IS / ISO 20200:2004 Plastics- Determination of degree of disintegration of


plastic materials under simulated composting conditions in a laboratory – scale
Test.
FORM - I
[See rules 13 (2)]

APPLICATION FOR REGISTRATION FOR PRODUCERS or BRAND OWNERS


From: ..........................................
……………………………
……………………………. (Name and full address of the occupier)
To
The Member Secretary,
.............………. Pollution Control Board or Pollution Control Committee
…………………………………. …………………………………….
Sir,
I /We hereby apply for registration under rule 9 of the Plastic Waste Management Rules, 2016, as
amended 2018.
I-PRODUCERS
S. No PART – A (GENERAL)
1 a. Name and location of the unit
b. Address and Contact number
c. Registration required for manufacturing of:
(i) Carry bags;
(a) petro- based,
(b) Compostable
(ii) Multi-layered plastics
d. Manufacturing capacity
e. In case of renewal, previous registration number and date of registration
2 Is the unit registered with the District Industries Centre of the State
Government or Union territory? If yes, attach a copy.
3(a) Total capital invested on the project
(b) Year of commencement of production
4(a) List and quantum of products and by-products
(b) List and quantum of raw materials used
5 Furnish a flow diagram of manufacturing process showing input and output
in terms of products and waste generated including for captive power
generation and water.
6 Status of compliance with these rules- Thickness – fifty microns (Yes/No)
PART – B (PERTAINING TO LIQUID EFFLUENT AND GASEOUS EMISSIONS)
7 Does the unit have a valid consent under the Water (Prevention and control of
Pollution) Act, 1974?
If yes, attach a copy.
8 Does the unit have a valid consent under the Air (Prevention and control of
Pollution) Act, 1981?
If yes, attach a copy.
PART – C (PERTAINING TO WASTE)
9 Solid Wastes or rejects:
a) Total quantum of waste generated
b) Mode of storage within the plant
c) Provision made for disposal of wastes
10 Attach or Provide list of person supplying plastic to be used as raw material to
manufacture carry bags or plastic sheet of like or multi-layered packaging
11 Attach or provide list of personnel or Brand Owners to whom the
products will be supplied
12 Action plan on collecting back the plastic wastes
Date: Name and Signature
Place: Designation
II - BRAND OWNERS

S. No PART – A (GENERAL)
1 Name, Address and Contact number
2 In case of renewal, previous registration number and date of
registration
3 Is the unit registered with the District Industries Centre of
the State Government or Union territory? If yes, attach a
copy
4(a) Total capital invested on the project.
(b) Year of commencement of production
5(a) List and quantum of products by-products
(b) List and quantum of raw materials used
PART – B (PERTAINING TO LIQUID EFFLUENT AND GASEOUS EMISSIONS)
6 Does the unit have a valid consent under the Water
(Prevention and control of Pollution) Act, 1974?
If yes, attach a copy.
7 Does the unit have a valid consent under the Air (Prevention
and control of Pollution) Act, 1981?
If yes, attach a copy.
PART – C (PERTAINING TO WASTE)
8 Solid Wastes or rejects:
a) Total quantum of waste generated
b) Mode of storage within the plant
c) Provision made for disposal of wastes

9 Attach or Provide list of person supplying plastic material


10 Action plan on collecting back the plastic wastes

Date: Name and Signature


Place: Designation
FORM – II
[SEE RULE 13 (3)]
Application Form for Registration of Units Engaged in Processing or Recycling of Plastic Waste

1 Name and Address of the unit


2 Contact person with designation, Tel./Fax /email
3 Date of commencement
4 No. of workers (including contract labour)
5 Consent Validity a. Water (Prevention & Control of Pollution)
Act, 1974;
Valid up to _________________
b. Air (Prevention & Control of Pollution) Act,
1981;
Valid up to _________________
c. Authorization; valid up to ….
6 Manufacturing Process Please attach a flow diagram of the manufacturing
process flow diagram for each product.
7 Products and installed capacity of production Products Installed capacity
(MTA)
8 Waste Management: S. No. Type Category Qty.
a. Waste generation in processing plastic-waste i
ii
b. Waste Collection and transportation (attach
details)
c. Waste Disposal details S. No. Type Category Qty.
i
d. Provide details of the disposal facility, whether
the facility is authorized by SPCB or PCC

e. Please attach analysis report of characterization


of waste generated (including leachate test if
applicable)
9 Details of plastic waste proposed to be i. Name
acquired through sale, auction, contract or import, ii. Quantity required /year
as the case may be, for use as raw material
10 Occupational safety and health aspects Please provide details of facilities
11 Pollution Control Measures
Whether the unit has adequate pollution control If Yes, please furnish details
systems or equipment to meet the standards of
emission or effluents.
Whether unit is in compliance with conditions Yes/No
laid down in the said rules.
Whether conditions exist or are likely to exist of Yes/No
the material being handled or processed posing
adverse immediate or delayed impacts on the
environment.
Whether conditions exist (or are likely to exist) of Yes/No
the material being handled or processed by any
means capable of yielding another material (e.g.
leachate) which may possess eco-toxicity.
12 Any other relevant information including fire
or accident mitigative measures
13 List of enclosures as per rule

Date: Name and Signature


Place: Designation
FORM - III
[SEE RULES 13(4)]

APPLICATION FOR REGISTRATION FOR MANUFACTURERS OF


PLASTIC RAW
MATERIALS
From: ..........................................
……………………………
…………………………….(Name and full address of the
occupier)
To
The Member Secretary,
.............………. Pollution Control Board or Pollution Control
Committee
…………………………………….
…………………………………….
Sir,
I/We hereby apply for registration under the Plastic Waste
Management Rules, 2011

PART – A
GENERAL

1.(a) Name and location of the unit

(b) Address of the unit

In case of renewal, previous registration number and


(c) date of
registration

Is the unit registered with the DIC or DCSSI of the


2. State
Government or Union Territory? If yes, attach a copy.

3.(a) Total capital invested on the project

(b) Year of commencement of production

List of producers and quantum of raw materials


(c) supplied to
producers

Date: Name and Signature


Place: Designation
Form - IV
[SEE RULES 17 (1)]
FORMAT OF ANNUAL REPORT BY OPERATOR OF PLASTIC WASTE PROCESSING
OR
RECYCLING FACILITY TO THE LOCAL BODY
Period of Reporting:
(1) Name and Address of operator of the facility

(2) Name of officer in-charge of the facility


(Telephone/Fax/Mobile/ E-mail)

(3) Capacity:

(4) Technologies used for management of plastic


waste:

(5) Quantity of plastic waste received during the


year being
reported upon along with the source

(6) Quantity of plastic waste processed (in tons):


- Plastic waste recycled(in tons)
- Plastic waste processed (in tons)
- Used (in tons)

(7) Quantity of inert or rejects sent for final


disposal to landfill
sites:

(8) Details of land fill facility to which inert or rejects


were sent for final disposal: - Address –
Telephone

(9) Attach status of compliance to environmental


conditions, if any specified during grant of Consent
or registration

Dated: Signature of Operator


Place:
Form - V
[SEE RULES 17(2)]
FORMAT FOR ANNUAL REPORT ON PLASTIC WASTE MANAGEMENT TO BE
SUBMITTED BY THE LOCAL BODY
Period of Reporting:
(1) Name of the City or Town and State:

(2) Population
(3) Area in sq. kilometres
(4) Name & Address of Local body
Telephone No.
Fax No.
E-mail:
(5) Total Numbers of the wards in the area under jurisdiction
(6) Total Numbers of Households in the area under jurisdiction
(7) Number of households covered by door to door collection
Total number of commercial establishments and Institutions in the area
(8) under
jurisdiction
-Commercial establishments
- Institutions
Number of commercial establishments and Institutions covered by door to
(9) door
collection
-Commercial establishments
- Institutions
Summary of the mechanisms put in place for management of plastic waste in the
(10) area
under jurisdiction along with the details of agencies involved in door to
door
collection
Attach details of infrastructure put in place for management of plastic waste
(11) generated
in the area under jurisdiction
(12) Attach details of infrastructure required, if any along with justification
Quantity of Plastic Waste generated during the year from area under jurisdiction
(13) (in
tons)
Quantity of Plastic Waste collected during the year from area under jurisdiction
(14) (in
tons)
(15) Quantity of plastic waste channelized for recycling during the year (in tons)
(16) Quantity of plastic waste channelized for use during the year (in tons)
(17) Quantity of inert or rejects sent to landfill sites during the year (in tons)
(18) Details of each of facilities used for processing and disposal of plastic waste
Facility-I
i) Name of operator
ii) Address with Telephone Number or Mobile
iii) Capacity
iv) Technology Used
v) Registration Number
vi) Validity of Registration (up to)
Facility-II
i) Name of operator
ii) Address with Telephone Number or Mobile
iii) Capacity
iv) Technology Used
v) Registration Number
Validity of Registration (up to)
(19) Give details of:
Local body’s own manpower deployed for collection including street sweeping,
secondary storage, transportation, processing and disposal of waste.
(20) Give details of:
Contractor or concessionaire’s manpower deployed for collection including street
sweeping, secondary storage, transportation, processing and disposal of waste.
(21) Mention briefly, the difficulties being experienced by the local body in complying
with provisions of these rules including the financial constraints, if any
(22) Whether an Action Plan has been prepared for improving solid waste management
practices in the city? If yes (attach copy)
Date of revision:

Date: Signature of CEO/Municipal Commissioner or


Executive Officer/Chief Officer
Place:
FORM-VI

STATE-WISE STATUS OF IMPLEMENTATION OF PLASTIC WASTE MANAGEMENT


RULES, 2016, AS AMENDED 2018, FOR THE YEAR…
ANNUAL REPORT FORMAT

Name Estimat Implemen Details of Plastic Partial/com No. of registered No. of Status of No. of Explicitly Status of Submiss
of the ed tation of Waste plete ban on Manufacturing/Recyclin unregister Marking, violatio pricing of submissio ion of
SPCB/ Plastic thickness Management usage of g Units (Rule 13) ed Labelling ns & carry bags n of Annual
PCC Waste of less (PWM) e.g. Plastic Manufact on carry action from Annual Report
generati than 50 Collection, carry bags Plastic Compos Multilay uring or bags taken on producers, Report by to
on. microns Segregation, (through Units table er Recycling (Rule 11) non- brand ULBs to CPCB
Tons carry bags Disposal (Co- Executive Plastic Plastic Units (in Specify complia owners SPCB/PC (Rule
per (virgin/ Processing, Road Order) Units Units residential No. of nce of and Cs 17)
annum recycled). construction, Attach copy or units not provisio importers (Rule 16)
(TPA) (Rule 4c) etc.) Rules (5 & of unapprov complied ns of (Rule 15)
6). notification ed areas). PWM
(Attach Action or (Rule 13) Rules,
Plan) Executive 2016, as
Order amende
d, 2018
(Rule
12)

1 2 3 4 5 6 7 8 9 10 11 12
2 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]

करते हुए, उक्त जनर्म के जनर्म 5 के उप-जनर्म (3) के खंड (क) के तहत नोरिस क आवश्र्कता को लोक जहत में समाप्त
करने के पश्चात्, एति् द्वारा प्लाजस्ट्िक अपजिष्ि प्रबंधन जनर्म, 2016 में और संिोधन करने के जलए जनम्नजलजखत जनर्म
बनाती है, अथाात् :-

1. (1) इन जनर्मों का संजक्षप्त नाम प्लाजस्ट्िक अपजिष्ि प्रबंधन (िूसरा संिोधन) जनर्म, 2021 है।
(2) वे रािपत्र में उनके प्रकािन क तारीख को प्रवृत्त होंगे ।

2. प्लाजस्ट्िक अपजिष्ि प्रबंधन जनर्म, 2016 में, जनर्म 4 में, उप-जनर्म (1) में, खंड (ख) के स्ट्थान पर जनम्नजलजखत
खंड रखा िाएगा, अथाात् :-
‘‘(ख) पुनचादित प्लाजस्ट्िक से जनर्मात कै री बैगों र्ा पुन्चदित प्लाजस्ट्िक से जनर्मात उत्पािों का उपर्ोग तत्काल
खाने र्ा पीने र्ोग्र् खाद्य पिाथों के भंडारण, वहन, प्रबंधन र्ा पैककं ग के जलए भारतीर् खाद्य सुरक्षा और मानक
प्राजधकरण द्वारा खाद्य सुरक्षा और मानक अजधजनर्म, 2006 (2006 का 34) के तहत उपर्ुक्त मानकों और
समुजचत जवजनर्मन के संबंध में िारी अजधसूचना के अधीन दकर्ा िा सकता है;’’।

रिप्पण: मूल जनर्मों को अजधसूचना संख्र्ा सा.का.जन. 320 (अ), तारीख 18 माचा, 2016 द्वारा भारत के रािपत्र में
प्रकाजित दकर्ा गर्ा था और तत्पश्चात् अजधसूचना संख्र्ा सा.का.जन. 285 (अ), तारीख 27 माचा, 2018 द्वारा
संिोजधत दकर्ा गर्ा था और उसमें अंजतम संिोधन अजधसूचना संख्र्ा सा.का.जन. 571 (अ), तारीख 12 अगस्ट्त,
2021 द्वारा दकर्ा गर्ा।
[फा.सं. 17/17/2021-एचएसएमडी]
नरे ि पाल गंगवार, संर्ुक्त सजचव

MINISTRY OF ENVIRONMENT, FOREST AND CLIMATE CHANGE


NOTIFICATION
New Delhi, the 17th September, 2021

G.S.R. 647(E).—Whereas, the Plastic Waste Management Rules, 2016 were notified by the Ministry
of Environment, Forest and Climate Change vide notification number G.S.R. 320 (E), dated the 18th March, 2016;
Whereas clause (b) of sub-rule (1) of rule 4 of the said rules provides that carry bags made of recycled plastic
or products made of recycled plastic shall not be used for storing, carrying, dispensing or packaging ready to eat or
drink food stuff;
Whereas, Food Safety and Standards Act, 2006 (34 of 2006) is an Act to consolidate the laws relating to food
and to establish the Food Safety and Standards Authority of India for laying down science based standards for articles
of food and to regulate their manufacture, storage, distribution, sale and import, to ensure availability of safe and
wholesome food for human consumption and for matters connected therewith or incidental thereto;
Now therefore, in exercise of powers conferred by sections 6, 8 and 25 of the Environment (Protection) Act,
1986 (29 of 1986), read with sub-rule (4) of rule 5 of the Environment (Protection) Rules, 1986, the Central
Government after having dispensed with the requirement of notice under clause (a) of sub-rule (3) of rule 5 of the said
rule in public interest, hereby makes the following rules to further amend the Plastic Waste Management Rules, 2016,
namely:-
1. (1) These rules may be called the Plastic Waste Management (Second Amendment) Rules, 2021.
(2) They shall come into force on the date of their publication in the Official Gazette.

2. In the Plastic Waste Management Rules, 2016, in rule 4, in sub-rule (1), for clause (b), the following clause
shall be substituted, namely: -
[भाग II—खण्ड 3(i)] भारत का रािपत्र : असाधारण 3

“(b) carry bags made of recycled plastic or products made of recycled plastic can be used for storing,
carrying, dispensing, or packaging ready to eat or drink food stuff subject to the notification of appropriate
standards and regulation under the Food Safety and Standards Act, 2006 (34 of 2006) by the Food Safety and
Standards Authority of India;”.

Note: The principal rules were published in the Gazette of India, vide number G.S.R 320 (E), dated the 18th March,
2016 and subsequently amended vide notification number G.S.R 285 (E), dated the 27 th March, 2018 and last
amended vide notification number G.S.R. 571 (E), dated the 12 th August, 2021.

[F. No. 17/17/2021 -HSMD]


NARESH PAL GANGAWAR, Jt. Secy.

Uploaded by Dte. of Printing at Government of India Press, Ring Road, Mayapuri, New Delhi-110064
and Published by the Controller of Publications, Delhi-110054.
[भाग II—खण्ड 3(i)] भारत का राजपत्र : ऄसाधारण 21
MINISTRY OF ENVIRONMENT, FOREST AND CLIMATE CHANGE
NOTIFICATION
New Delhi, the16th February, 2022
G.S.R. 133(E).—In exercise of the powers conferred by sections 3, 6, and 25 of the Environment
(Protection) Act 1986 (29 of 1986), the Central Government hereby makes the following rules further to amend the
Plastic Waste Management Rules, 2016, namely: -
1. (1) These rules may be called the Plastic Waste Management (Amendment) Rules, 2022.
(2) They shall come into force on the date of their publication in the Official Gazette.
2. In the Plastic Waste Management Rules, 2016 (hereinafter referred to as the said rules), in rule 9, in sub-rule
(1), for the words ―as per guidelines issued under these rules from time to time‖, the words ―as per guidelines
specified in SCHEDULE – II‖ shall substituted.
3. In the said rules, after SCHEDULE – I, the following Schedule shall be inserted namely:-
„SCHEDULE-II
[See Rule 9 (1)]
Guidelines on Extended Producer Responsibility for Plastic Packaging
1. Background:
(1.1) The Ministry of Environment, Forest and Climate Change (MoEFCC), (hereinafter referred to as ‗The
Ministry‘), notified the Plastic Waste Management Rules, 2016 on 18 th March, 2016. The Ministry also notified the
Solid Waste Management Rules, 2016 on 8th April, 2016. As plastic waste is part of solid waste, therefore, both the
rules apply to managing plastic waste in the country.
(1.2) The Plastic Waste Management Rules, 2016, mandate the generators of plastic waste to take steps to minimize
generation of plastic waste, not to litter the plastic waste, ensure segregated storage of waste at source and hand over
segregated waste in accordance with rules. The rules also mandate the responsibilities of local bodies, gram
panchayats, waste generators, retailers and street vendors to manage plastic waste. (1.3) The Plastic Waste
Management Rules, 2016 cast Extended Producer Responsibility on Producer, Importer, and Brand Owner. Extended
Producer Responsibility shall be applicable to both pre-consumer and post-consumer plastic packaging waste.
(1.4) These guidelines provides framework for implementation of Extended Producer Responsibility. The Guidelines
provide the roles and responsibilities of Producers, Importers, Brand Owners, Central Pollution Control Board, State
Pollution Control Board or Pollution Control Committees, recyclers and waste processors for effective
implementation of Extended Producer Responsibility. The definitions given in Plastic Waste Management Rules,
2016, apply until, specifically mentioned in these guidelines;
2. Date of Coming into Effect:
These guidelines shall come into force with immediate effect. The on-going processes related to Extended Producer
Responsibility obligations will be aligned with these guidelines.
3. Definitions:
(a) ―Biodegradable plastics‖ means that plastics, other than compostable plastics, which undergoes complete
degradation by biological processes under ambient environment (terrestrial or in water) conditions, in specified time
periods, without leaving any micro plastics, or visible, distinguishable or toxic residue, which have adverse
environment impacts, adhering to laid down standards of Bureau of Indian Standards and certified by Central
Pollution Control Board.
(b) “Brand Owner” means a person or company who sells any commodity under a registered brand label or trade
mark;
(c) ―Carry Bags‖ (covered under Category II of plastic packaging – Clause (5.1) (II)) means bags made from plastic
material or compostable plastic material, used for the purpose of carrying or dispensing commodities which have a
self-carrying feature but do not include bags that constitute or form an integral part of the packaging in which goods
are sealed prior to use ;
(d) ―End of Life disposal‖ means using plastic waste for generation of energy and includes co-processing (e.g. in
cement kilns) or waste to oil or for road construction as per Indian Road Congress guidelines, etc;
(e) ―Extended Producer Responsibility‖ means the responsibility of a producer for the environmentally sound
management of the product until the end of its life;
22 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
(f) ―Importer‖ means a person who imports plastic packaging product or products with plastic packaging or carry
bags or multilayered packaging or plastic sheets or like;
(g) ―Plastic‖ means material which contains as an essential ingredient a high polymer such as polyethylene
terephthalate, high density polyethylene, Vinyl, low density polyethylene, polypropylene, polystyrene resins, multi-
materials like acrylonitrile butadiene styrene, polyphenylene oxide, polycarbonate, polybutylene terephthalate;
(h) ―Plastic Packaging‖ means packaging material made by using plastics for protecting, preserving, storing and
transporting of products in a variety of ways.
(i) ―Plastic Sheet‖ means plastic sheet is the sheet made of plastic;
(j) ―Plastic Waste Processors‖ means recyclers and entities engaged in using plastic waste for energy (waste to
energy), and converting it to oil (waste to oil), industrial composting.
(k) ―Pre-consumer plastic packaging waste‖ means plastic packaging waste generated in the form of reject or
discard at the stage of manufacturing of plastic packaging and plastic packaging waste generated during the packaging
of product including reject, discard, before the plastic packaging reaches the end-use consumer of the product.
(l) ―Post-consumer plastic packaging waste” means plastic packaging waste generated by the end-use consumer
after the intended use of packaging is completed and is no longer being used for its intended purpose.
(m) ―Producer‖ means person engaged in manufacture or import of carry bags or multilayered packaging or plastic
sheets or like, and includes industries or individuals using plastic sheets or like or covers made of plastic sheets or
multilayered packaging for packaging or wrapping the commodity;
(n) ―Recyclers‖ are entities who are engaged in the process of recycling of plastic waste;
(o) "Recycling" means the process of transforming segregated plastic waste into a new product or raw material for
producing new products;
(p) ―Reuse‖ means using an object or resource material again for either the same purpose or another purpose without
changing the object's structure;
(q) ―Use of recycled plastic‖ means recycled plastic, instead of virgin plastic, is used as raw material in the
manufacturing process;
(r) ―Waste Management‖ means the collection, storage, transportation reduction, re-use, recovery, recycling,
composting or disposal of plastic waste in an environmentally sound manner;
(s) ―Waste to Energy‖ means using plastic waste for generation of energy and includes co-processing (e.g. in cement
kilns).
4. Obligated Entities:
The following entities shall be covered under the Extended Producer Responsibility obligations and provisions of
these guidelines namely: -
(i) Producer (P) of plastic packaging;
(ii) Importer (I) of all imported plastic packaging and / or plastic packaging of imported products;
(iii) Brand Owners (BO) including online platforms/marketplaces and supermarkets/retail chains other
than those, which are micro and small enterprises as per the criteria of Ministry of Micro, Small and
Medium Enterprises, Government of India.;
(iv) Plastic Waste Processors
5. Coverage of Extended Producer Responsibility:
(5.1) The following plastic packaging categories are covers under Extended Producer Responsibility:

(i) Category I
Rigid plastic packaging;

(ii) Category II
Flexible plastic packaging of single layer or multilayer (more than one layer with different types of plastic),
plastic sheets or like and covers made of plastic sheet, carry bags, plastic sachet or pouches;
(iii) Category III
[भाग II—खण्ड 3(i)] भारत का राजपत्र : ऄसाधारण 23
Multilayered plastic packaging (at least one layer of plastic and at least one layer of material other than
plastic);
(iv) Category IV
Plastic sheet or like used for packaging as well as carry bags made of compostable plastics.
(5.2) The Extended Producer Responsibility Guidelines covers the following with respect to plastic packaging
namely: -

(i) Reuse;
(ii) Recycling;
(iii) Use of recycled plastic content;
(iv) End of life disposal.
6. Registration:
(6.1) (a)The following entities shall register on the centralized portal developed by Central Pollution Control Board
namely: -

(i) Producer (P);


(ii) Importer (I);
(iii) Brand owner (BO);
(iv) Plastic Waste Processor engaged in (a) recycling, (b) waste to energy, (c) waste to oil, and (iv) industrial
composting,
(b) Registration of Producers, Importers & Brand-Owners (operating in one or two states) and Plastic Waste
processors shall be done by State Pollution Control Board or Pollution Control Committee through the centralized
Extended Producer Responsibility portal developed by Central Pollution Control Board.
(c) After these guidelines have come into effect, with respect to, entities starting their business in a particular year and
placing their products in market in that year, they shall have Extended Producer Responsibility target obligations from
the next year.
(6.2) The entities covered under clause 6.1 shall not carry any business without registration obtained through on-
line centralized portal developed by Central Pollution Control Board.
(6.3) The entities covered under clause (6.1) shall not deal with any entity not registered through on-line
centralized portal developed by Central Pollution Control Board.
(6.4) In case, it is found or determined that any entity registered on the on-line portal has provided false
information or has willfully concealed information or there is any irregularity or deviation from the conditions
stipulated while obtaining registration under Extended Producer Responsibility guidelines, then the registration of
such an entity would be revoked for a one -year period after giving an opportunity to be heard. The entities whose
registration has been revoked shall not be able to register afresh for the period of revocation.
(6.5) In case any entity falls in more than one sub-category mentioned in the clause (6.1) then the entity shall
register under each of those sub-categories separately. Further, in cases, where the entity has units in different states,
in a particular sub-category mentioned in clause 6.1, then these units shall also be registered separately. However,
only one registration under a sub category in a state would be needed, even if, more than one unit are located in a
state. The registration shall be as per Standard Operating Procedure laid down by Central Pollution Control Board for
the purpose, as per these Guidelines.
(6.6) While registering, the entities shall have to provide PAN Number, GST Number, CIN Number of the company
and Aadhar Number and PAN Number of authorized person or representative and any other necessary information as
required.
7. Targets for Extended Producer Responsibility and obligations of Producers, Importers & Brand-Owners:
(7.1) The Extended Producer Responsibility targets for the Producers, Importers & Brand-Owners shall be
determined category-wise.
(7.2) Producer (P):
(a) Extended Producer Responsibility target (Refer example 1 to 3 in Annexure):
24 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
Eligible Quantity in MT (Q 1) shall be the average weight of plastic packaging material (category-wise) sold in the
last two financial years (A) plus average quantity of pre-consumer plastic packaging waste in the last two financial
years (B) minus the annual quantity (C) supplied to the entities covered under sub-clause 4 (iii) in the previous
financial year as under: -
Q 1 (in MT) = (A + B) -
and the Extended Producer Responsibility target shall be determined category-wise , as given below
Extended Producer Responsibility target

Year Extended Producer Responsibility target


(as a percentage of Q1 - category-wise)
I 2021 - 22 25 %

II 2022 - 23 70 %

III 2023 - 24 100 %

The Extended Producer Responsibility target in MT category-wise, as applicable, shall be provided by Producer, as
part of Action Plan on the centralized portal developed by Central Pollution Control Board.
(b) Obligation for recycling (Refer example 1 to 3 in Annexure):
The Producer shall ensure minimum level of recycling (excluding end of life disposal) of plastic packaging waste
collected under Extended Producer Responsibility Target, category-wise, as given below namely: -

Minimum level of recycling (excluding end of life disposal) of plastic packaging waste
(% of Extended Producer Responsibility Target)
Plastic packaging category 2024-25 2025-26 2026-27 2027-28 and onwards

Category I 50 60 70 80
Category II 30 40 50 60
Category III 30 40 50 60
Category IV 50 60 70 80

In case of Category IV plastic packaging category (plastic sheet or like used for packaging and carry bags made of
compostable plastics), the minimum level of recycling means processing plastic packaging waste for composting
through industrial composting facilities.
(c) End of life disposal (refer examples 1 to 3 in Annexure):
(i) Only those plastics, which cannot be recycled will be sent for end of life disposal such as road construction, waste
to energy, waste to oil, cement kilns (for co processing) etc. as per relevant guidelines issued by Indian Road Congress
or Central Pollution Control Board from time to time.
(ii) The producers shall ensure end of life disposal of the plastic packaging waste only through methodologies
specified in Rule 5 (1) (b) of Plastic Waste Management Rules, 2016,

(d) Obligation for use of recycled plastic content (Refer example 6 in Annexure)
The Producer shall ensure use of recycled plastic in plastic packaging category-wise as given below namely: -
Mandatory use of recycled plastic in plastic packaging
(% of plastic manufactured for the year)
[भाग II—खण्ड 3(i)] भारत का राजपत्र : ऄसाधारण 25
Plastic packaging 2025-26 2026-27 2027-28 2028-29 and onwards
category
Category I 30 40 50 60
Category II 10 10 20 20
Category III 5 5 10 10

In cases, where it is not possible to meet the obligation in respect of recycled plastic content on account of statutory
requirements, the exemption will be granted by Central Pollution Control Board on case-to-case basis. However, in
such cases, the Producers, Importers & Brand-Owners will have to fulfil its obligation of use of recycled content (in
quantitative terms) through purchase of certificate of equivalent quantity from such Producers, Importers & Brand-
Owners who have used recycled content in excess of their obligation. Central Pollution Control Board will develop
mechanism for such exchange on the centralized online portal.
7.3 Importer (I):
(a) Extended Producer Responsibility Target (Refer example 1 to 3 in Annexure)
Eligible Quantity in MT (Q 2) shall be the average weight of all plastic packaging material and / or plastic packaging
of imported products (category-wise) imported and sold in the last two financial years (A) plus average quantity of
pre-consumer plastic packaging in the last two financial years (B) waste minus the annual quantity (C) supplied to the
entities covered under sub-clause 4 (iii) in the previous financial years as under: -

Q 2 (in MT) = (A + B) - C
and the Extended Producer Responsibility target shall be determined, category-wise , as given below namely: -
Year Extended Producer Responsibility target
(as a percentage of Q 2 - category-wise)
I 2021 - 22 25 %
II 2022 - 23 70 %
III 2023 - 24 100 %

The Extended Producer Responsibility target in MT category-wise, as applicable, shall be provided by Importer as
part of Action Plan on the centralized portal developed by Central Pollution Control Board.

(b) Obligation for recycling (Refer example 1 to 3 in Annexure)


The Importer shall ensure minimum level of recycling (excluding end of life disposal) of plastic packaging waste
collected under extended producer responsibility Target, category-wise, as given below.
Minimum level of recycling (excluding end of life disposal) of plastic packaging waste
(% of extended producer responsibility Target)

Plastic packaging category 2024-25 2025-26 2026-27 2027-28 and onwards

Category I 50 60 70 80
Category II 30 40 50 60
Category III 30 40 50 60
Category IV 50 60 70 80

In case of Category IV plastic packaging category (plastic sheet or like used for packaging and carry bags made of
compostable plastics), the minimum level of recycling means processing plastic packaging waste for composting
through industrial composting facilities.
(c) End of life disposal (refer examples 1 to 3 in Annexure)
(i) Only those plastics, which cannot be recycled will be sent for end of life disposal such as road construction, waste
to energy, waste to oil as per relevant guidelines issued by Indian Road Congress or Central Pollution Control Board
from time to time.
26 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
(ii) The importer shall ensure end of life disposal of the plastic packaging waste only through methodologies specified
in rule 5 (1) (b) of Plastic Waste Management Rules, 2016, as amended.
(d) Obligation for use of recycled plastic content (Refer example 6 in Annexure)
The Importer shall ensure use of recycled plastic in plastic packaging category-wise as given below.
Mandatory use of recycled plastic in plastic packaging
(% of imported plastic for the year)

Plastic packaging 2025-26 2026-27 2027-28 2028-29 and onwards


category
Category I 30 40 50 60
Category II 10 10 20 20
Category III 5 5 10 10

Any recycled plastic used in imported material shall not be counted towards fulfilment of obligation. The importer
will have to fulfil its obligation of use of recycled content (in quantitative terms) through purchase of certificate of
equivalent quantity from such Producers, Importers & Brand-Owners who have used recycled content in excess of
their obligation. Central Pollution Control Board will develop mechanism for such exchange on the centralized online
portal.
7.4 Brand Owner (BO):
a) Extended Producer Responsibility target (refer examples 1 to 3 in Annexure)
Eligible Quantity in MT (Q 3) shall be the average weight of virgin plastic packaging material (category-wise)
purchased and introduced in market in the last two financial years (A) plus average quantity of (B) of pre-consumer
plastic packaging in the last two financial years as under: -
Q 3 (in MT) = A + B
The Extended Producer Responsibility target shall be determined, category-wise , as given below namely: -

Year Extended Producer Responsibility Target


(as a percentage of Q3 - category-wise)

I 2021 - 22 25 %

II 2022 - 23 70 %

III 2023 - 24 100 %

The Extended Producer Responsibility target in MT category-wise, as applicable, shall be provided by Brand Owner
as part of the Action Plan on the centralized portal developed by Central Pollution Control Board.
(b) Obligation for reuse (refer examples 4 and 5 in Annexure):
I. The Brand Owner using Category I (rigid) plastic packaging for their products shall have minimum obligation
to reuse such packaging as given below: -
Provided that the reuse of Category I rigid plastic packaging in food contact applications shall be subject to regulation
of Food Safety and Standards Authority of India.
(II) Minimum obligation to reuse for Category I (rigid plastic packaging).

Year Target (as percentage of Category I


rigid plastic packaging in products sold
annually)
[भाग II—खण्ड 3(i)] भारत का राजपत्र : ऄसाधारण 27
A Category I rigid plastic packaging with volume or weight equal or
more than 0.9 liter or kg but less than 4.9 litres or kg, as the case
may be

I 2025 – 26 10
II 2026 – 27 15
III 2027-28 20
IV 2028-29 and onwards 25
B Category I rigid plastic packaging with volume of weight equal or
more than 4.9 litres or kg.

I 2025 – 26 70
II 2026 – 27 75
III 2027-28 80
IV 2028-29 and onwards 85

(III) The quantity of rigid packaging reused by brand Owner shall be calculated by reducing virgin plastic
packaging manufactured/imported/purchased in that year from the sales of the Brand Owner. The brand owner shall
provide this information on the centralized portal developed by Central Pollution Control Board.
(IV) The quantity of Category I rigid plastic packaging reused shall be reduced from the total plastic packaging
used under Category I by the obligated entities (Brand Owners).
III. The quantity of Category I rigid plastic packaging reused during the year 2022 – 2023 and 2023-2024, shall be
reduced from the total plastic packaging used under Category I.
(c) Obligation for recycling (refer examples 1 to 3 in Annexure):
The Brand Owner shall ensure minimum level of recycling (excluding end of life disposal) of plastic packaging waste
collected under Extended Producer Responsibility target, category-wise, as given below.
Minimum level of recycling (excluding end of life disposal) of plastic packaging waste
(% of Extended Producer Responsibility Target)

Plastic packaging category 2024-25 2025-26 2026-27 2027-28 and onwards


Category I 50 60 70 80
Category II 30 40 50 60
Category III 30 40 50 60
Category IV 50 60 70 80

In case of Category IV plastic packaging category (plastic sheet or like used for packaging and carry bags made of
compostable plastics), the minimum level of recycling means processing plastic packaging waste for composting
through industrial composting facilities.
(d) End of life disposal (refer examples 1 to 3 in Annexure)
(i) Only those plastics, which cannot be recycled will be sent for end of life disposal such as road construction, waste
to energy, waste to oil, as per relevant guidelines issued by Indian Road Congress or Central Pollution Control Board
from time to time.
(ii) The Brand Owner shall ensure end of life disposal of the plastic packaging waste only through methodologies
specified in rule 5 (1) (b) of the Plastic Waste Management Rules, 2016, as amended.
(e) Obligation for use of recycled plastic content (refer examples 6 in Annexure)
(i) The Brand Owner shall ensure use of recycled plastic in plastic packaging, category-wise, as given below namely:
Mandatory use of recycled plastic in plastic packaging
28 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
(% of manufactured plastic for the year)

Plastic packaging 2025-26 2026-27 2027-28 2028-29 and onwards


category
Category I 30 40 50 60
Category II 10 10 20 20
Category III 5 5 10 10

(ii) In cases, where it is not possible to meet the obligation in respect of recycled plastic content on account of
statutory requirements, the exemption will be granted by Central Pollution Control Board on case-to-case basis.
However, in such cases, the Producers, Importers & Brand-Owners will have to fulfil its obligation of use of
recycled content (in quantitative terms) through purchase of certificate of equivalent quantity from such Producers,
Importers & Brand-Owners who have used recycled content in excess of their obligation. Central Pollution Control
Board will develop mechanism for such exchange on the centralized online portal.
(iii) In case, where Brand Owner is also Producer and/or Importer of plastic packaging material, the clause 7.2 and 7.3
shall also apply for determining their Extended Producer Responsibility targets and obligations as Producer and /or
Importer, respectively.
(7.5) The Extended Producer Responsibility target in MT category-wise, as applicable, shall be provided by all
Producers, Importers & Brand-Owners as part of Action Plan on the centralized portal developed by Central Pollution
Control Board.
(7.6) The obligations for reuse, recycling of waste and use of recycled plastic content in packaging shall be
reviewed every five years based upon available technologies for meeting the Targets specified.
(7.7) Extended Producer Responsibility on plastic packaging will promote sustainable packaging, as per guidelines
prepared by Central Pollution Control Board, inter alia based on the following criteria,
(i) package designing promoting reuse;
(ii) package designing amenable for recycling;
(iii) recycled plastic content in plastic packaging material and; (iv) package designing for environment.
(7.8) In case, the obligated entity utilizes plastic packaging which is 100% biodegradable in the ambient
environment leaving no traces of micro plastics or chemical residue or any other traces having adverse environmental
and health impacts as certified by regulatory entities Central Pollution Control Board, Bureau of Indian Standards,
Central Institute of Petrochemicals Engineering & Technology, the Extended Producer Responsibility target will not
be applicable for such material.
8. Generation of surplus Extended Producer Responsibility certificates, carry forward and offsetting against
previous year Extended Producer Responsibility targets and obligations, and sale and purchase of surplus
Extended Producer Responsibility certificates:
(8.1) A Brand Owner who has fulfilled their Extended Producer Responsibility targets, category-wise, can use the
surplus for the following namely: -
(i) Off setting previous year shortfall subject to clause 9.5;
(ii) Carry forward for use in succeeding year;
(iii) Sell it to other Producers, Importers & Brand-Owners.
(8.2) Surplus in one category can only be used for off-setting, carry forward and sale in the same category. A
surplus under reuse can be used for against reuse, recycling and also end of life disposal. A surplus under recycling
can be used for recycling and end of life disposal. A surplus under end of life disposal cannot be used for reuse or
recycle.
(8.3) Producers, Importers & Brand-Owners can also meet their Extended Producer Responsibility obligations
under a category by purchasing surplus Extended Producer Responsibility certificates from other Producers, Importers
& Brand-Owners of the same category.
(8.4) Such transactions shall be recorded and submitted by the Producers, Importers & Brand-Owners on the
online portal while filing annual returns under the Extended Producer Responsibility framework. Central Pollution
Control Board will develop mechanism for such exchange on the centralized portal.
9. Imposition of Environmental Compensation:
[भाग II—खण्ड 3(i)] भारत का राजपत्र : ऄसाधारण 29
(9.1) Environmental Compensation shall be levied based upon polluter pays principle, with respect to non-
fulfilment of Extended Producer Responsibility targets by Producers, Importers &
Brand Owners, for the prupose of protecting and improving the quality of the environment and preventing,
controlling and abating environment pollution .
(9.2) Central Pollution Control Board shall lay down guidelines for imposition and collection of environment
compensation on Producers, Importers & Brand-Owners, recyclers and end of life processors, in case of non-
fulfilment of obligations set out in these guidelines, and the same shall be notified. The Guidelines for Environmental
Compensation shall be updated, as required.
(9.3) The Environment Compensation, as applicable, shall be levied by Central Pollution Control Board on the
Producers, Importers & Brand-Owners operating in more than two states with respect to non-fulfillment of their
Extended Producer Responsibility targets, responsibilities and obligations in these guidelines.
(9.4) The Environment Compensation, as applicable, shall be levied by respective State Pollution Control Board on
the Producers, Importers & Brand-Owners operating in their jurisdiction (for Producers, Importers & Brand-Owners
not operating in more than two states/Union Territory‘s), Plastic Waste Processors which includes recyclers and other
waste processors – waste to energy, waste to oil, co-processors, with respect to non-fulfillment of their Extended
Producer Responsibility targets or responsibilities and obligations set out under these guidelines. In case, the State
Pollution Control Board or Pollution Control Committee does not take action in reasonable time, the Central Pollution
Control Board shall issue directions to the State Pollution Control Board /Pollution Control Committee.
(9.5) Payment of environmental compensation shall not absolve the Producers, Importers & Brand-Owners of the
obligations set out in these guidelines. The unfulfilled Extended Producer Responsibility obligations for a particular
year will be carried forward to the next year for a period of three years. In case, the shortfall of Extended Producer
Responsibility obligation is addressed within three years. The environmental compensation levied shall be returned to
the Producers, Importers & Brand-Owners as given below, namely
(i) Within one year of levying of EC: 75% return;
(ii) Within two years 60% return;
(iii) Within three years 40% return,
After completion of three years on environmental compensation getting due the entire environmental compensation
amount shall be forfeited. This arrangement shall allow for collection and recycling of plastic packaging waste by
Producers, Importers & Brand-Owners in later years as well.
(9.6) The funds collected under environmental compensation shall be kept in a separate Escrow account by Central
Pollution Control Board or State Pollution Control Board or Pollution Control Committee. The funds collected shall
be utilized in collection, recycling and end of life disposal of uncollected and non-recycled or non- end of life disposal
of plastic packaging waste, on which the environmental compensation is levied. Modalities for utilization of the funds
for plastic waste management on an annual basis would be recommended by the Committee for Extended Producer
Responsibility implementation and approved by the Competent Authority in the Ministry.
10. Role of Producers, Importers & Brand-Owners:
(10.1) The Producers, Importers & Brand-Owners shall have to register through the online centralized portal
developed by Central Pollution Control Board. The certificate of registration shall be issued using the portal.
(10.2) Producers, Importers & Brand-Owners shall provide Action Plan containing information on the Extended
Producer Responsibility Target, category-wise, where applicable, through the online centralized portal developed by
Central Pollution Control Board, along with application for registration or renewal of registration under Plastic Waste
Management Rules, 2016. The Action Plan shall cover tenure of the Registration as per the provisions of Plastic
Waste Management Rules, 2016. The standard operating procedure for registration and the action plan pro forma shall
be developed by Central Pollution Control Board as per these guidelines.
(10.3) Brand Owner covered under clause 4 (iii) shall provide details of plastic packaging purchased from Producers
and/or Importers covered under clause 4 (i) and 4 (ii) separately. The quantities attributed to each Producer and
Importer covered under clause 4 (i) and 4 (ii) obligated upon Brand Owner shall be deducted from the obligation of
Producers and Importers. The record of such purchase including category-wise quantity purchased, shall be
maintained separately by Brand Owner.
(10.4) The Producers and Importers covered under clauses 4 (i) and 4 (ii) will maintain the record of the quantity of
plastic packaging material made available to Brand Owner covered under clause 4 (iii). The record of such sale
including category-wise quantity sold, will be maintained separately by Producers and Importers. In case such records
are not maintained, they will have to fulfil the complete Extended Producer Responsibility obligation. The online
platform shall cross-check the declaration of transactions among Producers, Importers & Brand-Owners.
30 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
(10.5) In order to develop a separate waste stream for collection of plastic packaging waste for directly fulfilling
Extended Producer Responsibility obligations, the Producers, Importers & Brand-Owners may operate schemes such
as deposit refund system or buy back or any other model. This will prevent mixing of plastic packaging waste with
solid waste.
(10.6) The Producers, Importers & Brand-Owners shall file annual returns on the plastic packaging waste collected
and processed towards fulfilling obligations under Extended Producer Responsibility with the Central Pollution
Control Board or concerned State Pollution Control Board or Pollution Control Committee as per pro forma
prescribed by Central Pollution Control Board by the 30 th June of the next financial year. Information on the reuse
and/or recycled content used for packaging purposes will also be provided. The details of the registered recyclers
from whom the recycled plastic has been procured will also be provided.
11. Role of Plastic Waste Processors (Recyclers or Other Waste Processors including industrial composting
facilities)
(11.1) All plastic waste processors shall have to register with concerned State Pollution Control Board or Pollution
Control Committee in accordance with provision 13(3) of Plastic Waste Management Rules, 2016 on the centralized
portal developed by Central Pollution Control Board. Central Pollution Control Board shall lay down uniform
procedure for registration within three months of the publication of these guidelines.
(11.2) The Plastic waste processors shall submit annual returns after end of every financial year by 30th April of the
next financial year on the quantity of plastic waste processed category-wise as per prescribed pro forma on the
centralized portal developed by Central Pollution Control Board.
(11.3) The total quantity of plastic waste processed by plastic waste processors and attributed to Producers, Importers
& Brand-Owners, on an annual basis, will be made available on the centralized portal developed by Central Pollution
Control Board as also on the website of Plastic waste processors.
(11.4) In case, at any stage it is found that the information provided by the plastic waste processor is false, the plastic
waste processor shall be debarred by State Pollution Control Board, as per procedure laid down by Central Pollution
Control Board , from operating under the Extended Producer Responsibility framework for a period of one year.
(11.5) Only plastic waste processors registered under Plastic Waste Management Rules, 2016, as amended, shall
provide certificates for plastic waste processing, except in case of use of plastic waste in road construction. In case
where plastic waste is used in road construction the Producers, Importers & Brand-Owners shall provide a self-
declaration certificate in pro forma developed by Central Pollution Control Board. The certificate provided by only
registered plastic waste processors shall be considered for fulfilment of Extended Producer Responsibility obligations
by Producers, Importers & Brand-Owners.
(11.6) The pro forma for the certificate shall be developed by Central Pollution Control Board. In no case, the amount
of plastic packaging waste recycled by the enterprise shall be more than installed capacity of the enterprise. The
certificates will be for plastic packaging category-wise and shall include GST data of the enterprise.
(11.7) The certificate for plastic packaging waste provided by registered plastic waste processors shall be in the name
of registered Producers, Importers & Brand-Owners or Local authorities, as applicable, based upon agreed modalities.
Central Pollution Control Board will develop mechanism for issuance of such certificate on the centralized portal.
(11.8) The Plastic Waste Processors undertaking end-of-life disposal of plastic packaging waste viz. waste to energy,
waste to oil, cement kilns (co processing) shall provide information on an annual basis as per prescribed pro forma, on
the centralized portal developed by Central Pollution Control Board. These entities shall ensure the disposal of plastic
packaging waste as per relevant rules, guidelines framed by regulatory bodies in an environmentally sound manner.
12. Role of Central Pollution Control Board
(12.1) The Central Pollution Control Board shall register Producers, Importers & Brand-Owners who are operating in
more than two states and plastic waste processors, through online portal. Central Pollution Control Board shall
prescribe the standard operating procedure for registration of Producers, Importers & Brand-Owners under Plastic
Waste Management Rules, 2016.
(12.2) The Central Pollution Control Board may charge fee for processing of applications for registration and an
annual fee for processing of returns, as per procedure prescribed by CPCB. In case, where Producers, Importers &
Brand-Owners, are operating in the jurisdiction of a State Pollution Control Board or Pollution Control Committee,
the Central Pollution Control Board as per guidelines so decided, will share the application fee with the concerned
State Pollution Control Board or Pollution Control Committee.
(12.3) The registration shall be done within two weeks from the submission of a complete application online by the
Producers, Importers & Brand-Owners. The tenure of registration shall be as per Plastic Waste Management Rules,
2016.
(12.4) Central Pollution Control Board by itself or through a designated agency shall verify compliance of Producers,
Importers & Brand-Owners through inspection and periodic audit, as deemed appropriate. Central Pollution Control
[भाग II—खण्ड 3(i)] भारत का राजपत्र : ऄसाधारण 31
Board, as required, can also verify compliance of Plastic Waste Processors through inspection and periodic audit. In
case of plastic waste processors and Producers, Importers & Brand-Owners operating in a State or Union Territory,
Central Pollution Control Board may, if required, direct State Pollution Control Board or Pollution Control
Committee to take action.
(12.5) Central Pollution Control Board shall publish the list of Producers, Importers & Brand-Owners who have failed
to meet Extended Producer Responsibility targets and obligations in the previous financial year, on an annual basis,
by 30th September of the next financial year.
(12.6) The Central Pollution Control Board will establish a mechanism to ensure a regular dialogue between relevant
stakeholders involved in the fulfilment of extended producer responsibility obligations for plastics under the Plastic
Waste Management Rule, 2016.
(12.7) The Central Pollution Control Board shall carry out a compositional survey of collected mixed municipal waste
to determine the share of plastic waste as well as different categories of plastics packaging material on a half-yearly
basis.
(12.8) The Central Pollution Control Board shall carry out review of technologies related to plastic packaging and
plastic waste management for techno-economic viability and feasibility specifically with respect to clause 7.6.
13. Role of State Pollution Control Board or Pollution Control Committee:

(13.1) The concerned State Pollution Control Board or Pollution Control Committee shall register Producers,
Importers & Brand-Owners (operating in one or two states) and plastic waste processors, through the online portal
developed by Central Pollution Control Board. Provision for registration shall be made on the Extended Producer
Responsibility portal. State Pollution Control Board or Pollution Control Committee by itself or through a designated
agency shall verify compliance of Producers, Importers & Brand-Owners through inspection and periodic audit, as
deemed appropriate, of Producers, Importers & Brand-Owners as well as plastic waste processors in their jurisdiction
as per the Plastic Waste Management Rule, 2016.
(13.2) The State Pollution Control Board or Pollution Control Committee shall bring out a list of entities (Exception
Report) who have not fulfilled their Extended Producer Responsibility responsibilities on annual basis and publish the
same on their website. The State Pollution Control Board or Pollution Control Committee shall submit the Annual
Reports submitted by Producers, Importers & Brand-Owners and plastic waste processors in their jurisdiction to
Central Pollution Control Board and upload the same on the online Extended Producer Responsibility portal.
(13.3) State Pollution Control Board or Pollution Control Committee will establish a mechanism to ensure a regular
dialogue between relevant stakeholders involved in the fulfilment of extended producer responsibility obligations
under the Plastic Waste Management Rule, 2016.
(13.4) State Pollution Control Board or Pollution Control Committee shall carry out a compositional survey of
collected mixed municipal waste to determine the share of plastic waste as well as different categories of plastics
packaging material on a half-yearly basis.
14. Plastic Packaging Waste Collection System by Producers, Importers & Brand-Owners
(14.1) Producers, Importers & Brand-Owners while fulfilling their Extended Producer Responsibility obligations may
develop collection and segregation infrastructure of plastic packaging waste, as required, based on the category of
plastics. It may include the following based on implementation modality of Extended Producer Responsibility
adopted by Producers, Importers & Brand-Owners: -(a) establish waste plastic collection points and Material
Recovery Facilities (MRFs);
(b) ensure the collection of the plastic packaging waste from the collection points, with a frequency that is
proportionate to the area covered and the volume;
(c) offer the collection of plastic, from the entities like urban local bodies, gram panchayats, other public authorities
or third parties carrying out waste management, and provide for the collection from all entities that have made use of
that offer; provide for the necessary practical arrangements for collection and transport;

(d) ensure that the plastic packaging waste collected from the collection points are subsequently subject to recycling
in a registered facility by a recycler or its permitted end use in the designated manner.
(14.2) Producers, Importers & Brand-Owners may ensure the network of collection points taking into account
population size, expected volume of plastic or packaging waste, accessibility and vicinity to end-users, not being
limited to areas where the collection and subsequent management is profitable.
(14.3) The entities involved in waste collection will hand over the waste for treatment and recycling or for identified
end uses.
32 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
(14.4) Participation of voluntary collection points - voluntary collection points will hand over plastic packaging waste
to the Producers, Importers & Brand-Owners or third party agencies acting on their behalf with a view to their
treatment and recycling or their identified end use.
15. Fulfilment of Extended Producer Responsibility Obligations
The Producers, Importers & Brand-Owners shall have to provide the details of recycling certificate only from
registered recyclers along with the details of quantity sent for end of life disposal, by 30th June of next financial year
while filing annual returns on the online portal. The details provided by Producers, Importers & Brand-Owners and
registered plastic waste processors will be cross-checked by the online portal. In case of difference, the lower figure
would be considered towards fulfilment of Extended Producer Responsibility obligation of Producers, Importers &
Brand-Owners. The certificates shall be subject to verification by Central Pollution Control Board or State Pollution
Control Board or Pollution Control Committee, as the case may be.
16. Centralized Online Portal
(16.1) Central Pollution Control Board shall establish an online system for the registration as well as for filing of
annual returns by Producers, Importers & Brand-Owners, plastic waste processors of plastic packaging waste by 31 st
March 2022:-
(16.2) The online system developed by Central Pollution Control Board for the registration as well as for filing of
returns by Producers, Importers & Brand-Owners shall reflect the plastic packaging material introduced in the market
Producers, Importers & Brand-Owners in a financial year. It shall also reflect the details regarding the audit of the
Producers, Importers & Brand-Owners as well as recyclers or other waste processors of plastic packaging waste.
(16.3) The State Pollution Control Board or Pollution Control Committee shall also use the centralized portal
developed by Central Pollution Control Board for registration of Producers, Importers & Brand-Owners as well as
recyclers/waste processors. The centralized portal would act as the single point data repository with respect to orders
and guidelines related to implementation of Extended Producer Responsibility for plastic packaging under Plastic
Waste Management Rule, 2016 Producers, Importers & Brand-Owners may, if they so desire, facilitate the
development of online web portal or platform.
(16.3) Till the online web portal is developed all activities related to implementation of Extended Producer
Responsibility under the Plastic Waste Management Rules, 2016 will be done in an offline manner.
17. Monitoring
State Pollution Control Board or Pollution Control Committee shall submit annual report on Extended Producer
Responsibility portal with respect to fulfilment of Extended Producer Responsibility by Producers, Importers &
Brand-Owners (which include manufacturers of plastic packaging material) and plastic waste processors in the
State/Union Territory to Central Pollution Control Board. The report shall also be submitted to the State Level
Monitoring Committee constituted under the Plastic Waste Management Rules, 2016. State Pollution Control Board
or Pollution Control Committee shall also submit annual report with respect to recyclers or end of life disposal in the
State or Union Territory to Central Pollution Control Board by 31 st July of the next year.
18. Committee for Extended Producer Responsibility under PWM Rules
(18.1) A committee shall be constituted by the Central Pollution Control Board under chairpersonship of Chairman,
Central Pollution Control Board to recommend measures to Ministry of Environment, Forest and Climate Change for
effective implementation of Extended Producer Responsibility including amendments to Extended Producer
Responsibility guidelines. The committee shall monitor the implementations of Extended Producer Responsibility and
also take such measures as required for removal of difficulties. The Committee shall also be tasked with the guiding
and supervision of the online portal including approval of requisite forms or pro forma.
(18.2) The committee shall comprise of representative from concerned line Ministries/Departments such as Ministry
of Housing and Urban Affairs, Ministry of Micro, Small and Medium Enterprises, Department of Drinking Water and
Sanitation, Department of Chemical and Petrochemicals; Bureau of Indian Standards, three State Pollution Control
Board or Pollution Control Committee, Central Institute of Plastic Engineering and Technology (CIPET), National
Environmental Engineering Research Institute (NEERI), and three industry associations, and any other invitee as
decided by the chairperson of the committee.

ANNEXURE
Examples for Clause 7
Extended Producer Responsibility Target and Minimum level of recycling of plastic packaging waste
[Refer Clause 7.2 (a), (b) & (c), Clause 7.3 (a), (b) & (c), and Clause 7.4 (a), (b) & (c)]
Example 1:
[भाग II—खण्ड 3(i)] भारत का राजपत्र : ऄसाधारण 33

Year 2022-23
Plastic packaging introduced in the market category-wise 100 MT
(Category II Flexible plastic packaging)
Extended Producer Responsibility Target @ 70 % 70 MT
Minimum level of recycling of plastic packaging waste Quantity of plastic packaging waste collected under
collected under Extended Producer Responsibility - no Extended Producer Responsibility and recycled as per
threshold has been prescribed actuals

Quantity of plastic packaging waste collected under


Extended Producer Responsibility and used for energy
recovery, co-processing, road construction, waste to oil
etc. as per actuals
Example 2:

Year 2024-25
Plastic packaging introduced in the market category-wise 100 MT
(Category II Flexible plastic packaging)
Extended Producer Responsibility Target @ 100 % 100 MT
Minimum level of recycling of plastic packaging waste Minimum 30 MT of plastic packaging waste collected
collected under Extended Producer Responsibility @ 30% under Extended Producer Responsibility needs to be
recycled.
Remaining plastic packaging waste collected(Maximum
70 MT) may be used for energy recovery, co-processing,
road construction, waste to oil etc.
Example 3:

Year 2028-29
Plastic packaging introduced in the market category-wise 100 MT
(Category II Flexible plastic packaging)
Extended Producer Responsibility Target @ 100 % 100 MT
Minimum level of recycling of plastic packaging waste Minimum 60 MT of plastic packaging waste collected
collected under Extended Producer Responsibility @ 60 % under Extended Producer Responsibility needs to be
recycled.
Remaining plastic packaging waste collected(Maximum
40 MT) may be used for energy recovery, co-processing,
road construction, waste to oil etc.

Reuse
[Refer Clause 7.4 (b)]
Example 4:
Year 2025 – 26 (Minimum obligation for reuse comes into effect)
Plastic packaging introduced in the market category-wise 100 MT
(Category I Rigid Plastic Packaging)
Reuse of Category I rigid plastic packaging with volume 15 MT
or weight equal or more than 0.9 litres or
34 THE GAZETTE OF INDIA : EXTRAORDINARY [PART II—SEC. 3(i)]
kilogrammes bUnion Territory less than 4.9 litres or (Reuse @ 15 %; minimum obligation for reuse 10 %)
kilogrammes
Fresh plastic packaging introduced (A) 85 MT
Extended Producer Responsibility target for compliance 85 MT
@ 100% of (A)
Minimum level of recycling of Category I plastic Minimum 51 MT of plastic packaging waste collected
packaging waste collected under Extended Producer under Extended Producer Responsibility needs to be
Responsibility @ 60% recycled.
A maximum of 34 MT plastic packaging waste collected
may be used for energy recovery, co-processing, road
construction, waste to oil etc.
Example 5:
For Year 2022 - 23
Plastic packaging introduced in the market category-wise 100 MT
(Category I Rigid Plastic Packaging)
Reuse of Category I rigid plastic packaging with volume 10 MT
or weight equal or more than 0.9 litres or
kilogrammes bUnion Territory less than 4.9 litres or
kilogrammes
Fresh plastic packaging introduced (A) 90 MT
Extended Producer Responsibility Target @ 35 % of (A) 31.5 MT
Use of recycled plastic content
[Refer Clause 7.2 (d), 7.3 (d)]
Example 6:
Year 2025-26
Plastic packaging introduced in the market category-wise 100 MT
(Category II Flexible plastic packaging)
Extended Producer Responsibility Target as per clause 5.1 100 MT
@ 100 %
Minimum content of recycled plastic in packaging @ 10% 10 MT of plastic content in the packaging should be
recycled plastic

90 MT of virgin plastic content in packaging



[F. No. 17/2/2001 – Part I - HSMD]

NARESH PAL GANGWAR, Addl. Secy.

Note : The principal rules were published in the Gazette of India, Extraordinary, Part II Section 3, Sub-Section (i)
vide number G.S.R 320 (E) dated the 18 th March, 2016 and subsequently amended vide notification numbers
G.S.R 285 (E) dated the 27th March, 2018, G.S.R. 571 (E) dated the 12 th August, 2021 and G.S.R. 647 (E)
dated the 17th September, 2021.

Uploaded by Dte. of Printing at Government of India Press, Ring Road, Mayapuri, New Delhi-110064
and Published by the Controller of Publications, Delhi-110054.
Cable 3x400mm2
Loop cable

.
Cable 3x400mm2

Cable 3x185mm2
AUX
3w(1L+2V)

1740Mtr

3W

10Mtr 280Mtr 60Mtr

25KVA HT 315KVA 63KVA


Chatemet DSP School Pani wala
450Mtr

4W
63KVA 63KVA
Aanand Subash HT 250KVA 100KVA
10Mtr
gardan gardan National Animal Jhilmil Dhaba

50Mtr 150Mtr 200Mtr 90Mtr


260Mtr
40Mtr 50Mtr 140Mtr
25KVA HT 1000KVA
63KVA HT 60KW 63KVA
Fram House DPSG
Grand Aura Near Grand Aura Fun Max
330Mtr

3W

10Mtr 20Mtr 220Mtr 90Mtr

HT 80KW 63KVA
100KVA HT 200KVA Bank wala
Chaye Patti
Jhilmil CNG Gas
loop cable 950mtr
wiht Piyala Road
FDR

Cable 3x400mm2
Loop cable

Cable 3x400mm2

Cable 3x185mm2
.
Cable 3x400mm2
Loop cable

AUX Cable 3x400mm2


3w(1L+2V)

Cable 3x185mm2

2550Mtr

2W(1L+1V)
1130Mtr

Village starting
100KVA
Kuldeep 3500Mtr

100KVA
SHIYAM WALA
Village Gadpuri
63KVA 63KVA
Batra Altab

20Mtr

63KVA 63KVA 63KVA 63KVA 63KVA


New Con Amir Safi RL Colony Altab
110Mtr

80Mtr 40Mtr
70Mtr 70Mtr 50Mtr
. 130Mtr

100KVA 100KVA-II HT 200KVA HT 350KVA


Barkat wala Barkat wala Relince ERSS
70Mtr 50Mtr 80Mtr 330Mtr
100KVA 30Mtr
25KVA 63KVA 25KVA Balviki 20Mtr 10Mtr 10Mtr
khan wala Mandir Juta wali 50Mtr

company 40Mtr 20Mtr


100KVA
Patake 20Mtr 20Mtr
110Mtr 30Mtr 40Mtr
25KVA 100KVA- 63KVA- 63KVA- HT 100KVA
HT 400KVA Jyoti Jyoti Haji pappu amir
30Mtr Khan
Plastic
40Mtr 30Mtr
100KVA
Patake 63KVA-
30Mtr Pandit 40Mtr

25KVA 63KVA-
1300Mtr
63KVA 10Mtr
Arora
Arora
Nanda
63KVA-
HT 200KVA 20Mtr Pandit
50Mtr
Rajender
63KVA 40Mtr
10Mtr
20Mtr Thomson 25KVA-
20Mtr water box

25KVA HT 175KVA
Pandit Sun rise
10Mtr
20Mtr
100KVA
Majid wala 63KVA 63KVA 63KVA
Medical Suraj Suraj
10Mtr
90Mtr
100KVA 10Mtr
10Mtr
63KVA Haji papu 63KVA
25KVA Chheti lala Medical
Highway 80Mtr 130Mtr 50Mtr 90Mtr

260Mtr
25KVA HT 350KVA
63KVA Godown Chemical
40Mtr
Sanjay
100KVA 140Mtr
Masjid wala 25KVA
(Agu-100to 25KVA 200KVA 100KVA
water 100KVA 63KVA
500KVA ) water SCHOOL Medical store
supply 10Mtr Shiyam wala Medical wala
supply 30Mtr
3W(2L+1V)+1L 220Mtr 20Mtr
90Mtr 20Mtr 80Mtr 60Mtr 90Mtr
130Mtr 180Mtr
200KVA
260Mtr 100KVA Dankal gali
Cable 3x400mm2
Kapoor Loop cable
(Agu-100to 110Mtr
DP
500KVA )
Cable 3x400mm2

Cable 3x185mm2
63KVA
Gadda
63KVA 70Mtr
100KVA 63KVA
Malik wala Colony wala Jain wala
63KVA
80Mtr
50Mtr capital40Mtr
60Mtr

63KVA
Malik wala
360Mtr

25KVA
Calander
90Mtr

25KVA
KP wala
110Mtr

100KVA
Colony wala
.

400Mtr
AUX
3w+1L

10Mtr 30Mtr 50Mtr 150Mtr


30Mtr
loop cable 350mtr HT 200KVA HT 200KVA HT 200KVA
HT 200KVA HT 200KVA
wiht Old Pating P.no.213 P.no.210 ACE
P.no.214 P.no.211
FDR 330Mtr

3W

40Mtr 50Mtr 260Mtr


10Mtr
HT 600KVA HT 200KVA 25KVA
100KVA office wala
63KVA P.no.187 P.no.189
100KVA 100KVA 63KVA 63KVA 350Mtr P.no.186
P.no.658 P.no.661 P.no.660 P.no.663-II P.no.663-I

20Mtr 10Mtr 10Mtr 10Mtr


10Mtr

3W 90Mtr 4W+1L

20Mtr 70Mtr 10Mtr 20Mtr 20Mtr


10Mtr 10Mtr
100KVA HT 200KVA 25KVA 63KVA 63KVA 630KVA New
63KVA
90Mtr P.no.165 P.no.164 Jio Tower P.no.697-I P.no.700 DTR
P.no.697-II

600Mtr
40Mtr 30Mtr
3W(1L+2V) 100KVA
200KVA
10Mtr P.no.268 P.no.229

20Mtr 20Mtr 50Mtr 20Mtr


AUX
100KVA 100KVA HT 250KVA 63KVA
P.no.719 P.no.712 200KVA 10Mtr 4W
P.no.719 P.no.719 P.no.656
(Agu-200to 10Mtr 20Mtr 20Mtr 20Mtr
10Mtr
500KVA ) HT 200KVA HT 200KVA 400KVA New
HT 200KVA 200KVA
P.no.340 P.no.341 P.no.341 P.no.341
P.no.339

30Mtr 20Mtr 10Mtr


70Mtr 20Mtr 20Mtr 10Mtr
63KVA 100KVA 63KVA 500KVA New HT 200KVA HT 100KVA HT 200KVA
P.no.653 P.no.652 P.no.655 P.no.656 P.no.338 P.no.337 P.no.335

4W

DP 40Mtr 30Mtr 10Mtr 40Mtr 30Mtr 50Mtr


70Mtr 90Mtr
63KVA HT 200KVA 200KVA 30Mtr 400KVA New HT 200KVA HT 200KVA
100KVA 200KVA
P.no326 P.no.331 P.no.319 P.no.319 P.no.322 ETB
P.no329 P.no.319
(Agu-200to (Agu-200to
630KVA ) 630KVA )

loop cable 230mtr


wiht Pating Zone Cable 3x400mm2
Hyd.FDR Loop cable

Cable 3x400mm2

Cable 3x185mm2
. 63KVA
P.no.547
AUX
40Mtr
3w(1L+2V)
100KVA
P.no.567
20Mtr
1100Mtr
100KVA
P.no.567
AUX 200KVA 20Mtr
P.no.554
4W (Agu-200to
10Mtr
630KVA )
20Mtr
90Mtr

10Mtr 10Mtr 30Mtr 10Mtr 30Mtr 70Mtr


30Mtr 70Mtr 30Mtr 30Mtr 90Mtr
70Mtr HT 200KVA 100KVA 200KVA 200KVA 100KVA 63KVA 100KVA
63KVA 63KVA 63KVA
100KVA 200KVA 100KVA 63KVA P.no.576 P.no.573 P.no.573 P.no.538 P.no.507 P.no.570
P.no.368 P.no.376 P.no.570
P.no.350 P.no.350 P.no.335 P.no.360 P.no.365 (Agu-200to (Agu-100to
(Agu-200to
(Agu-200to 630KVA ) 630KVA ) 630KVA )
500KVA )

480Mtr

loop cable 150mtr


wiht Pating Zone
Hyd. FDR

4W

20Mtr 10Mtr 20Mtr 30Mtr 40Mtr 10Mtr


60Mtr 10Mtr 10Mtr 30Mtr 10Mtr

HT 200KVA 63KVA HT 200KVA 100KVA 200KVA 63KVA 100KVA 63KVA


100KVA HT 200KVA 63KVA
P.no.347 P.no.414 P.no.348 P.no.401 P.no.401 P.no.459 P.no.396 P.no.396
P.no.416 P.no.345 P.no.396-I
(Agu-200to (Agu-100to
500KVA ) 500KVA )

Cable 3x400mm2
Loop cable

Cable 3x400mm2

Cable 3x185mm2
100KVA
Suwiming Pool

80Mtr .
100KVA HT 200KVA 30Mtr
100KVA Dagar Dagar 630KVA New 200KVA 63KVA AUX
Devinder Properties Properties DTR Kheta Dagar satpal 3w(1L+2V)

300Mtr 10Mtr 140Mtr 50Mtr 160Mtr


80Mtr 530Mtr loop cable 380mtr
wiht HSIDC sec.58
25KVA loop cable 350mtr FDR
4w 220Mtr 3W+2L
Dagar wiht new Plating
40Mtr
FDR
10Mtr 410Mtr 190Mtr
40Mtr 240Mtr 40Mtr 30Mtr 30Mtr 10Mtr 63KVA HT 200KVA 100KVA
63KVA 63KVA 25KVA 63KVA 200KVA 200KVA Pani wala P.no.216 Dagar
Rajender Rajender Om parkash neel Kanth Neel kanth PLD School pani wala
Forge
100KVA 220Mtr
P.no.578

20Mtr 4W

90Mtr 150Mtr 10Mtr 80Mtr 30Mtr


20Mtr 20Mtr
20Mtr 70Mtr 150Mtr 60Mtr 10Mtr
400KVA New 200KVA 63KVA 63KVA 63KVA 100KVA
63KVA 200KVA 100KVA 100KVA 100KVA P.no.208-II pani wala
100KVA DTR Dagar P.no.208 Devinder
P.no.744 Khajan Satish dagar
P.no.744 Bachu Dagar Devindr wala
(Agu-100to
500KVA )
430Mtr

3W(1L+2V)

10Mtr 20Mtr 20Mtr 20Mtr 20Mtr 20Mtr 40Mtr


30Mtr 20Mtr 20Mtr 20Mtr 10Mtr 100KVA 100KVA 100KVA 63KVA 63KVA 63KVA
HT 200KVA
100KVA P.no.584 P.no.641 P.no.589 P.no.636 P.no.635 P.no.630
200KVA 100KVA HT 200KVA P.no.537
100KVA (Agu-100to (Agu-63to
P.no.579 P.no.645 P.no.646 P.no.585
P.no.649 500KVA ) 500KVA )
(Agu-100to
630KVA )

Cable 3x400mm2
Loop cable

Cable 3x400mm2

Cable 3x185mm2
Cable 3x400mm2
Loop cable

.
Cable 3x400mm2
AUX
3w(1L+2V)
310Mtr Cable 3x185mm2
100KVA
deep Steel
55Mtr

100KVA
Dagar wala
10Mtr

100KVA
Dagar wala 500KVA New
200KVA 100KVA 100KVA
P.no.472-II P.no. 476 P.no.470 P.no.476
930Mtr
10Mtr

15Mtr
4W+1L 10Mtr 20Mtr

loop cable 150mtr


10Mtr
wiht Old Plating
Zone FDR 200KVA
P.no.24
(Agu-200to
500KVA )
200Mtr 85Mtr

200KVA
P.no.505
(Aug-63to 63KVA
20Mtr
500KVA) P.no.505A
63KVA 200KVA
P.no.505 25Mtr P.no.484
200KVA 500KVA New (Agu-200to
20Mtr 63KVA
4W P.no.479 P.no. 483 630KVA )
200KVA P.no.467
P.no.483
10Mtr (Agu-200to 10Mtr 55Mtr 10Mtr

630KVA )
30Mtr

63KVA
P.no.494
10Mtr

63KVA
P.no.493
10Mtr

63KVA
P.no.496
(Agu-63to
170Mtr 630KVA )
100KVA 100KVA
Rohtash P.no.599

40Mtr 25Mtr

100KVA
P.no.598

63KVA 10Mtr

P.no.518
200KVA
10Mtr 10Mtr
10Mtr
P.no.598
10Mtr 63KVA 63KVA 200KVA
200KVA P.no.526 P.no.598 P.no.598
P.no.520-I 35Mtr
63KVA
(Agu-200to 10Mtr
P.no.598
630KVA )
3w(2v+1L) 10Mtr
200KVA
P.no.520-II
10Mtr
500KVA
(Agu-200to New DTR
10Mtr 630KVA ) Jain wali gali loop cable 1000mtr
10Mtr
wiht HUDA P.Zone
630KVA 200KVA FDR
New DTR jain wali gail
P.no. 516 10Mtr (Agu-200to
10Mtr 500KVA )
4W+1L
120Mtr
100KVA 10Mtr 200KVA
P.no.514-I 200KVA 200KVA 200KVA
P.no.596 Dev dat Techno sine manoj wala 63KVA
10Mtr (Agu-200to100KVA (Agu-200to (Agu-200to P.no.592 100KVA
500KVA ) P.no.558 630KVA ) 630KVA ) P.no.593
100KVA 100KVA 100KVA 10Mtr

P.no.514-II P.no.509 P.no.510 40Mtr


10Mtr 10Mtr 10Mtr 15Mtr

20Mtr 35Mtr 45Mtr


DP
63KVA 63KVA .
P.no. 307 P.no. 300 3410Mtr
HT 200KVA (Agu-63to (Agu-63to HT 500KVA HT 125KVA 63KVA 63KVA
DP
P.no.287E 500KVA ) 630KVA ) P.no.287A P.no.286 P.no.286 P.no.283
15Mtr
15Mtr 10Mtr
500KVA 30Mtr
20Mtr
15Mtr 40Mtr
10Mtr P.no. 08 HT 315KVA
4w+2L HT 250KVA
100Mtr 630KVA New HT 250KVA (Agu-500to PP Rolling
230Mtr
630KVA ) Batan wala
10Mtr P.no. 45 P.no.08
25KVA 5W
loop cable 50mtr 10Mtr 10Mtr 260Mtr 425Mtr
P.no.304
wiht ACTL FDR 400Mtr

35Mtr 15Mtr 45Mtr 25Mtr


100KVA 63KVA 63KVA
P.no. 24 P.no. 36 P.no.9&10 HT 315KVA
loop cable 255mtr 4w
10Mtr (aug-63to630P.no.14
wiht HUDA 130Mtr KVA)
SSec.59 FDR
HT 425KVA 10Mtr 10Mtr 15Mtr 10Mtr
P.no.228A 100KVA
63KVA 400KVA New 63KVA
P.no. 42
110Mtr P.no. 44 P.no. 43 P.no. 41
(Agu-100to
63KVA 630KVA )
63KVA
P.no.280 P.no.277
loop cable 110mtr
20Mtr 15Mtr
wiht
63KVA HSIDCPhase-II
63KVA P.no. 274 FDR
P.no.223 (Agu-63to
45Mtr 400KVA )
10Mtr

HT 200KVA Cable 3x400mm2


500KVA New P.no.228B Loop cable
P.no. 222
25Mtr
10Mtr

63KVA Cable 3x400mm2


HT 200KVA
P.no. 222
P.no.228C
(Agu-63to
630KVA ) 15Mtr Cable 3x185mm2
10Mtr

HT 200KVA
63KVA P.no.287C
P.no.221
10Mtr 50Mtr

DP
HT 100KVA
P.no.220
Cable 3x400mm2
Loop cable

Cable 3x400mm2
.

AUX
Cable 3x185mm2
3w(1L+2V)

1440Mtr

4W
120Mtr
10Mtr

20Mtr 10Mtr 10Mtr 10Mtr


60Mtr
25Mtr
20Mtr 90Mtr 80Mtr 100KVA
100KVA HT 500KVA 200KVA 200KVA 100KVA 100KVA 100KVA
HT 315KVA HT 250KVA 200KVA P.no.451-IV
P.no.604 p.no.607 P.no.83A P.no.450 P.no.451 P.no.451-II P.no.451-III
p.no.603 p.no.602 P.no.602-II
(Agu-200to (Agu-200to
630KVA ) 630KVA )

230Mtr

30Mtr
5W
200KVA 10Mtr
P.no.424-I
(Agu-200to 80Mtr 60Mtr 35Mtr
DP
10Mtr
630KVA ) HT 500KVA 100KVA
10Mtr 63KVA HT 315KVA
200KVA P.no.423 p.no.342 P.no.447 p.no.609
P.no.424-II
(Agu-200to 10Mtr

630KVA )
10Mtr

100KVA
P.no.425 10Mtr 25Mtr
10Mtr
200KVA HT 315KVA
200KVA 63KVA
P.no.342-II p.no.344
P.no.342-II P.no.343
(Agu-200to
(Agu-200to
500KVA )
400KVA )

loop cable 230mtr


wiht New Plating
FDR
Cable 3x400mm2
Loop cable
AUX .
50Mtr

3W Cable 3x400mm2
HT 500KVA
P.no Goldan glexy
1100Mtr Cable 3x185mm2
63KVA
Highway

2930Mtr 100KVA
Bhubariya

30Mtr

HT 200KVA
Sidhart
loop cable 950mtr
30Mtr
wiht IRCON FDR
HT 200KVA
Auto wala
30Mtr
63KVA 63KVA-II 63KVA-II 63KVA
sanjay sanjay sanjay RJMT
200KVA
Medical 160Mtr
20Mtr 20Mtr
10Mtr

63KVA 63KVA 100KVA 63KVA 10Mtr


4W+1L
RSMT Shindhu sanjay RJMT
200KVA
50Mtr Gali No.2 20Mtr 10Mtr 10Mtr 10Mtr
90Mtr 63KVA
60Mtr sanjay
900Mtr HT 200KVA
HT 200KVA anjali
Girf wala
730Mtr
250Mtr

100KVA
Sardar wala HT 200KVA 63KVA 63KVA HT 200KVA
satish goyal New Con Gori sankar sardar
160Mtr
3W(1L+2V) 160Mtr 30Mtr 40Mtr
160Mtr
25KVA 63KVA
63KVA 63KVA HT 200KVA
10Mtr Thana HT 200KVA Abhishek
Rajinder Pandit Goyal
devi

50Mtr 50Mtr 70Mtr 60Mtr 50Mtr


Cable 3x400mm2
Loop cable
.

30Mtr
Cable 3x400mm2
AUX
3w(1L+2V)
Cable 3x185mm2

4300Mtr

2W(1L+1V)

300Mtr
Village Starting 100KVA
sanjay
Cable 3x400mm2
Loop cable

. Cable 3x400mm2

430Mtr Cable 3x185mm2

Village starting
100KVA
3W(1L+2V) 100Mtr Ranm Niwash
10Mtr

100KVA
Virander
30Mtr

HT 315KVA
P.no.167
30Mtr

25KVA
Om Dharam kata
20Mtr

HT 500KVA
Om Dharam kata

40Mtr

63KVA
Om Dharam kata
100KVA
P.no.E2
55Mtr
Cable 3x400mm2
63KVA
Loop cable
P.no.E8
140Mtr
.
Cable 3x400mm2
HT 250KVA
AUX
O1
90Mtr 3w(1L+2V)
Cable 3x185mm2
63KVA DP
P.no.P4 35Mtr 340Mtr
25Mtr

200KVA 63KVA HT 250KVA 63KVA


P.no.O3 100KVA 100KVA 200KVA P.no.A12
P.no.B-9 P.no.57 P.no.A3 A1
10Mtr 10Mtr P.no.B-7
25Mtr

20Mtr 45Mtr 25Mtr


50Mtr
4W
230Mtr 4W+1L
370Mtr
HT 40Mtr
500KVA 100KVA
P.no.B11 loop cable 660mtr
S1 40Mtr wiht New Plating
30Mtr FDR
200KVA
P.no.S1 100Mtr

80Mtr 3w(2v+1L) HT 315KVA


B17
HT
250KVA 10Mtr
60Mtr
R-17 90Mtr
30Mtr

HT 200KVA
250KVA P.no.N9 295MtrDP HT 250KVA
HT 315KVA B19
R-10 60Mtr M1
55Mtr

40Mtr 65Mtr
HT 315KVA
DP N1
HT 315KVA 135Mtr
63KVA
N7 P.no.B23
35Mtr 100KVA
Block L3
HT 315KVA 10Mtr
N8
30Mtr 100KVA
P.no.M3
HT 250KVA
35Mtr
N6
20Mtr 63KVA
P.no.M4
DP
20Mtr

DP
Cable 3x400mm2
Loop cable

.
Cable 3x400mm2

AUX
3w(1L+2V) Cable 3x185mm2

640Mtr

60Mtr
HT 315KVA HT 400KVA
P.no.F7 P.no.F6
HT 315KVA
P.no.24 15Mtr 60Mtr DP
40Mtr

40Mtr

100KVA
10Mtr P.no.F1

4W 63KVA 100KVA HT 400KVA


P.no.F9 P.no.F-6 P.no.F6
HT 315KVA DP
15Mtr 35Mtr
50Mtr P.no.F10 40Mtr
10Mtr

85Mtr 63KVA HT 315KVA HT 315KVA 200KVA


P.no.G7 P.no.G8 P.no.H1 P.no.H1
230Mtr
HT 400KVA DP
15Mtr 10Mtr 35Mtr
P.no.G9 15Mtr
25Mtr
125Mtr
100KVA HT 315KVA 63KVA 200KVA HT 500KVA HT 500KVA
P.no.14 P.no.13 water supply water supply p.no.19 p.no.18
5W 60Mtr 60Mtr 10Mtr 15Mtr 10Mtr
10Mtr

10Mtr

35Mtr
DP
loop cable 1000mtr
HT 400KVA wiht HUDA P.Zone
H-11 FDR

200KVA
P.no.G6

15Mtr

HT 315KVA
G6
85Mtr

200KVA 140Mtr
P.no. Block D DP

40Mtr

200KVA
P.no. Block 84

50Mtr

DP
Cable 3x400mm2
Loop cable

Cable 3x400mm2

.
Cable 3x185mm2

230Mtr loop cable 70mtr


wiht HUDA sec.59
FDR
4W+1L
10Mtr 360Mtr

30Mtr 10Mtr 50Mtr


320Mtr
15Mtr
100KVA 500KVA New 100KVA
100KVA 63KVA 100KVA Neel kamal NeelKamal Monu Dagar
Mahinder Jk tyar Hari chand 100KVA (Agu-100to
(Agu-100to Neelkamal
(Agu-100to 630KVA ) 500KVA )
630KVA )

430Mtr

3W
10Mtr

205Mtr 10Mtr 95Mtr 100Mtr 135Mtr


63KVA HT 250KVA 100KVA 100KVA 100KVA HT 315KVA
220Mtr Khan Amit dagar Anil dagar Bajaji Popi Dagar Satveer
(Agu-100to (Agu-100to
630KVA ) 630KVA )

3W
10Mtr

95Mtr 20Mtr 325Mtr

100KVA 25KVA 100KVA 63KVA


110Mtr
Ram Chand Nanak Nanak Manish
(Agu-100to (Agu-100to
100KVA 630KVA ) 630KVA )
Concrete

loop cable 1000mtr


3W+1L wiht sec.57 FDR
410Mtr
10Mtr

25Mtr 10Mtr 85Mtr


10Mtr
90Mtr
63KVA 100KVA
100KVA 100KVA 25KVA
Deepak-I Sita ram
Deepak -IV Deepak-III Deepak-II
(Agu-100to
630KVA )
100KVA
P.no.22 4W 100KVA
63KVA (Agu-100to P.no.27
10Mtr 100KVA 63KVA 200KVA
630KVA ) 140Mtr 63KVA Aug-100to
P.no.22 Sita ram P.no.26
P.no.17 P.no.16 630KVA)
Dagar
10Mtr 10Mtr 40Mtr 10Mtr 120Mtr
10Mtr 10Mtr 85Mtr 30Mtr
25Mtr 63KVA 100KVA 63KVA
100KVA
P.no.22 Dev dat Sita ram
DP Ravi Dagar

320Mtr

75Mtr 75Mtr
DP
20Mtr
60Mtr
100KVA 100KVA 100KVA
P,no.57-II Pani Plant harwati
5W (Agu-100to (Agu-200to (Agu-200to
630KVA ) 630KVA ) 630KVA )
10Mtr
45Mtr

10Mtr 70Mtr 50Mtr 45Mtr 95Mtr


35Mtr
100KVA 10Mtr 500KVA New 100KVA
500KVA New 100KVA 63KVA P,no.57-I
100KVA 100KVA
Nale wala Nale wala P.no.02 P,no.08 P.no.09
Nale wala Ved engg.
(Agu100to (Agu-100to (Agu-100to
630KVA ) 500KVA ) 630KVA )
loop cable 160mtr
wiht Saroorpur
FDR
63KVA 100KVA HT 250KVA HT 250KVA
P.no.253 P.no.261 P.no.238 P.no.270
.
loop cable 520mtr
250Mtr 60Mtr 20Mtr
10Mtr 900Mtr wiht Sunped FDR
70Mtr AUX 10Mtr

63KVA 3W(1L+2V) 3W+2L


100Mtr 70Mtr
ITI wala
630KVA New HT 200KVA HT 200KVA
60Mtr P.no.285 P.no.285 P.no.286
510Mtr
DP 90Mtr 70Mtr
loop cable 250mtr
70Mtr
wiht sec.58 FDR
HT 250KVA HT 300KVA HT 300KVA
P.no.230 P.no.232 P.no.233
4W+1L

20Mtr 20Mtr 20Mtr 10Mtr 50Mtr 70Mtr


310Mtr 10Mtr 1120Mtr
63KVA HT 250KVA 200KVA
63KVA HT 250KVA HT 250KVA 500KVA
400KVA New RSPL-II P.no.08 RSPL
HT 250KVA RSPL RSPL P.no.09 NewDTR (Agu-200to
P.no.219
630KVA )
280Mtr

3W(1L+2V)

20Mtr 70Mtr 20Mtr 240Mtr 100Mtr 70Mtr


DP
50Mtr 10Mtr 90Mtr

25KVA HT 200KVA 100KVA


HT 250KVA HT 200KVA HT 200KVA HT 250KVA
P.no.225 500KVA New P.no.21 P.no.14
P.no.221 P.no.224 P.no.227 P.no.22
Matel Arora (Agu-100to
500KVA )

Cable 3x400mm2
Loop cable

Cable 3x400mm2

Cable 3x185mm2
Cable 3x400mm2
Loop cable

.
Cable 3x400mm2
AUX
3w(1L+2V)
Cable 3x185mm2

HT 250KVA
P.no.49
20Mtr
1650Mtr 100KVA
P.no.48
(Agu-100to
630KVA )
20Mtr

HT 315KVA
P.no.47
50Mtr HT 250KVA 100KVA HT 315KVA HT 315KVA 100KVA HT 200KVA
P.no.45 P.no.44 P.no.43 P.no.42 P.no.41 P.no.40
HT 200KVA
AUX 10Mtr P.no.46 30Mtr
20Mtr 30Mtr 30Mtr 60Mtr
30Mtr
loop cable 520mtr 4W+1L
10Mtr
wiht New Plating
FDR
30Mtr 100KVA
10Mtr P.no.38
3W
20Mtr 200KVA
New DTR
HT 250KVA
P.no.38
40Mtr

220Mtr HT 200KVA
P.no.36
40Mtr

HT 200KVA
P.no.35 260Mtr
100KVA
P.no.66
3W+1L
HT 200KVA (Agu-100to 100KVA 63KVA 100KVA 500KVA New 100KVA
P.no.34 90Mtr 500KVA ) P.no.106 P.no.63 P.no.107 P.no.110 P.no.111

30Mtr 20Mtr 20Mtr 60Mtr 20Mtr


200KVA 20Mtr
20Mtr
P.no.66 HT 250KVA
(Agu-200to P.no.170 100KVA
500KVA ) P.no.140
20Mtr
20Mtr

25KVA 63KVA
P.no.64 P.no.114
20Mtr 20Mtr

25KVA
100KVA
390Mtr P.no.115
P.no.62
20Mtr 20Mtr

63KVA HT 250KVA
P.no.60 P.no.116
20Mtr 20Mtr

63KVA 63KVA
P.no.58 P.no.117
63KVA 10Mtr
P.no.159 10Mtr
3W(1L+2V)
30Mtr 20Mtr
63KVA 100KVA
P.no.57 P.no.133
HT 250KVA
P.no.104 20Mtr 20Mtr

20Mtr
63KVA HT 250KVA
P.no.56 P.no.122
HT 250KVA
P.no.102 20Mtr 10Mtr

20Mtr
100KVA
63KVA P.no.123
63KVA P.no.55
10Mtr
P.no.99 20Mtr
40Mtr
63KVA 63KVA
P.no.54 P.no.124
63KVA
20Mtr
P.no.76
20Mtr
63KVA 63KVA 63KVA
P.no.78 P.no.51 P.no.124-II
3W(1L+2V) 20Mtr 10Mtr
100KVA 100KVA 100KVA
10Mtr P.no.87 P.no.50 P.no.123
63KVA
(Agu-100to 100KVA (Agu-100to
63KVA 100KVA (Agu-100to P.no.52
630KVA ) P.no.50 630KVA )
P.no.86 P.no.87 630KVA ) 10Mtr
30Mtr

50Mtr
10Mtr
50Mtr 20Mtr
63KVA
P.no.129
20Mtr
200Mtr

DP
63KVA
P.no.128
Cable 3x400mm2
Loop cable

Cable 3x400mm2
.

AUX Cable 3x185mm2


3w(1L+2V)

2050Mtr

3W+1L
200KVA
P.no.143
(Agu-200to
630KVA )
200KVA
P.no.143
20Mtr

HT 250KVA 100Mtr
P.no.169

30Mtr
63KVA
P.no.171
40Mtr

HT 250KVA
P.no.168 63KVA
20Mtr P.no.173
250Mtr
70Mtr
100Mtr
HT 250KVA
P.no.167 HT 250KVA
20Mtr
P.no.174
20Mtr

HT 250KVA 200KVA
P.no.146 P.no.175
(Agu-200to
20Mtr 500KVA )
20Mtr
100KVA
P.no.147 HT 315KVA
P.no.177
20Mtr loop cable 250mtr
4W wiht Star wire FDR
100KVA
P.no.166 AUX
HT 315KVA
10Mtr P.no.178
20Mtr

400KVA New
P.no.150 HT 315KVA
10Mtr
P.no.181
10Mtr
100KVA
10Mtr
P.no.151 100KVA
P.no.179
4W 10Mtr

HT 250KVA
20Mtr P.no.164 HT 315KVA
P.no.180
10Mtr

HT 250KVA 30Mtr
100Mtr P.no.163 63KVA
10Mtr
P.no.182
80Mtr
200KVA
100KVA
New DTR
P.no.162 DP
10Mtr

10Mtr 630KVA
2W(1L+1V)
New DTR
HT 250KVA HT 250KVA 100KVA 63KVA 63KVA 10Mtr
10Mtr
P.no.158 P.no.159 P.no.157 P.no.156-II P.no.156
100KVA
30Mtr 20Mtr 10Mtr 10Mtr 10Mtr P.no.154
100KVA
P.no.156
.

loop cable 310mtr AUX


wiht HSIDC Phase
3w(1L+2V)
-II FDR

2860Mtr

45Mtr 15Mtr 20Mtr DP


100KVA AUX 10Mtr

P.no.29 HT 1000KVA HT 315KVA HT 200KVA


10Mtr 4W 110Mtr
3W+1L P.no.191 P.no.1&2 P.no.3&4
10Mtr 10Mtr 10Mtr 10Mtr
10Mtr 63KVA 63KVA
63KVA P.no.17
P.no.30
HT 200KVA P.no.73
P.no.72
10Mtr
100KVA
P.no.74 210Mtr
10Mtr
63KVA
P.no.71 200KVA
25Mtr
P.no.76-II 10Mtr
63KVA
P.no.69 63KVA
20Mtr P.no.76
10Mtr
DP 3W
200KVA 400KVA New
P.no.76-I
10Mtr P.no. 106
20Mtr

HT 250KVA 10Mtr 25Mtr 20Mtr 10Mtr

P.no.77 HT 25KVA 100KVA


63KVA 63KVA
P.no.84 P.no.83 15Mtr
P.no.90-II P.no.90
HT 200KVA
P.no.106
20Mtr
70Mtr

HT 500KVA
P.no.81

AUX

3w(1L+2V)
63KVA 10Mtr
10Mtr
P.no.91
10Mtr 35Mtr 40Mtr

20Mtr 10Mtr HT200KVA HT500KVA HT400KVA 200KVA


P.no.93 P.no.64 P.no.110 P.no.110
10Mtr HT630KVA HT250KVA
P.no.107 P.no.108
HT315KVA
P.no.92
10Mtr Cable 3x400mm2
Loop cable

400KVA Cable 3x400mm2


New DTR

Cable 3x185mm2
.

AUX
100KVA 3w(1L+2V)
Deepak dagar
63KVA (Agu-100to HT 315KVA 390Mtr
HT 315KVA
Baba MKT 630KVA ) Unicall
Unicall
70Mtr
25Mtr 70Mtr 250Mtr 80Mtr
10Mtr
80Mtr 20Mtr 185Mtr 25KVA HT 200KVA 100KVA 63KVA HT 200KVA
4W Unicall Unicall Unicall Unicall Unicall

570Mtr

10Mtr
110Mtr

4W 150Mtr 430Mtr
135Mtr 15Mtr
HT 2500KVA 25KVA 63KVA 63KVA 63KVA
rubber Highway BP Petrol 63KVA
Pehlwan hotal NERO Tech
1130Mtr
Nero tech
(Agu-63to (Agu-63to
500KVA ) 500KVA )
10Mtr

205Mtr
3W
35Mtr

HT 250KVA
25KVA 100KVA
Oil wala
Petrol Pump HP Petrol
(Agu-100to
500KVA )
loop cable 200mtr
wiht GI Sec.59
FDR
Cable 3x400mm2
Loop cable

Cable 3x400mm2

Cable 3x185mm2
.
AUX
3w(1L+2V)
HT 500KVA HT 250KVA
2250Mtr HT 500KVA
P.no 134 P.no 5&6
115Mtr AUX P.no 135
4W+1L 50Mtr 30Mtr 20Mtr
DP
200Mtr
HT 1250KVA
P.no 3&4 63KVA
Police chowki
45Mtr (Agu-63to
155Mtr 145Mtr
660Mtr
3w(2v+1L) 63KVA 63KVA 400KVA )
Hindustan Shiyam
780Mtr 10Mtr

260Mtr 90Mtr 60Mtr


DP
295Mtr
200KVA 25KVA 400KVA New HT 200KVA
shamsan ghat Highway Shamsan Ghat Nagar wala
(Agu-200to
4W 500KVA )
10Mtr

30Mtr 65Mtr 45Mtr

500KVA HT 250KVA 63KVA 200KVA HT 315KVA 63KVA 25KVA HT 200KVA


New DTR P.no A2 P.no.63 P.n. 82 P.no 82 P.no.81 Fire Brick water box
(Agu-200to (Agu-25to
500KVA ) 400KVA )
Cable 3x400mm2
Loop cable
220Mtr

Cable 3x400mm2

Cable 3x185mm2

loop cable 400mtr


wiht ACTL FDR

4W
20Mtr 10Mtr

35Mtr 30Mtr 55Mtr


10Mtr

HT 400KVA HT 315KVA 63KVA HT 250KVA


HT 400KVA P.n. 87
P.no B8 P.no A6 P.no A5 HT 250KVA
P.no A8
(Agu-63to P.no 86
400KVA )
.
AUX
1400Mtr
AUX 3w(1L+2V) Cable 3x400mm2
10Mtr Loop cable
3W+1L HT 200KVA
P.no.69
loop cable 70mtr
20Mtr
wiht HUDA Sec.59 770Mtr
Cable 3x400mm2
FDR HT 315KVA
AUX P.no.68
10Mtr Cable 3x185mm2
3W
HT 315KVA
P.no.119
75Mtr

450Mtr
HT 1000KVA
P.no.118

25Mtr
AUX HT 2000KVA
P.no.113
4W
HT 1000KVA
10Mtr P.no.112
190Mtr 40Mtr

AUX HT 1315KVA
P.no.111
2w(1v+1L)
10Mtr

HT 315KVA HT 1200KVA
P.no.102 P.no.103

60Mtr
.
AUX
350Mtr
10Mtr
loop cable 380mtr
wiht Old Plating 3W+1L 110Mtr 90Mtr
20Mtr 160Mtr 300Mtr
FDR HT 200KVA 400KVA New HT 200KVA HT 200KVA HT 200KVA HT 200KVA
Buster DTR P.no.793 P.no.791 P.no.805 P.no.809

320Mtr

AUX 63KVA
HT 200KVA near PP 400KVA New 630KVA New 63KVA HT 200KVA HT 200KVA HT 200KVA
40Mtr 4W P.no.PP Rolling rolling DTR DTR P.no.1135 P.no.1138 P.no.1138 P.no.1140
170Mtr

60Mtr 70Mtr 40Mtr 240Mtr 290Mtr 80Mtr 240Mtr 130Mtr 60Mtr 40Mtr
40Mtr 70Mtr

HT 200KVA 63KVA HT 200KVA HT 200KVA


HT 100KVA HT 200KVA 30Mtr
P.no.1087 P.no.1100 P.no.1100 P.no.901
P.no.1098 P.no.811
DP
600Mtr

3W
10Mtr

230Mtr 160Mtr 20Mtr


30Mtr
100KVA HT 200KVA HT 200KVA HT 200KVA HT 200KVA
P.no.1091 P.no.1091 P.no.1152 P.no.1148 P.no.1147

950Mtr

4W
120Mtr 10Mtr

250Mtr 30Mtr 20Mtr 50Mtr 110Mtr


260Mtr 190Mtr 170Mtr 90Mtr
100KVA 100KVA 100KVA 200KVA 63KVA 500KVA New 63KVA 63KVA HT 200KVA
500KVA New 100KVA
Khan MKT Kahan wala Popi dagar Tulsi dagar Parking DTR Tirpal-II Tirpal P.no.1142
DTR Sarjeet
(Agu-100to (Agu-100to (Agu-100to (Agu-100to (Agu-200to
400KVA ) 500KVA ) 500KVA ) 400KVA ) 500KVA )

loop cable 250mtr


wiht Khandawli
FDR
Cable 3x400mm2
Loop cable

Cable 3x400mm2

Cable 3x185mm2
Cable 3x400mm2
Loop cable

Cable 3x400mm2
.

Cable 3x185mm2 AUX


3w(1L+2V)

170Mtr

AUX
100KVA 200KVA
63KVA Theke wala
ICE wala 4W
Petrol pump (Agu-200to
400KVA New (Agu-100to
(Agu-63to 100KVA 25KVA 630KVA )
ICE wala 630KVA )
630KVA ) Petrol pump Tower wala

60Mtr 190Mtr 80Mtr 10Mtr


220Mtr 10Mtr 450Mtr
10Mtr
100KVA 100KVA
Kalu wala Kalu wala
1120Mtr (Agu-100to (Agu-100to
500KVA ) 630KVA )

AUX

3W+1L

loop cable 500mtr


wiht HSIDC Part-II
FDR 10Mtr 220Mtr 20Mtr 70Mtr
20Mtr
HT 250KVA 100KVA 100KVA 63KVA
630KVA New Computer P.no.168
water Buster Computer
Computer (Agu-100to (Agu-63to
(Agu-100to
500KVA ) 630KVA ) 630KVA )
340Mtr

3W

30Mtr 20Mtr 40Mtr 10Mtr


50Mtr

HT 200KVA 63KVA 63KVA 400KVA New 63KVA 170Mtr

P.no.188 P.no.185 P.no.178 P.no.178 P.no.175


(Agu-63to
630KVA )

3W
10Mtr

80Mtr 60Mtr 100Mtr 70Mtr 40Mtr

63KVA 100KVA 63KVA HT 200KVA 63KVA


400KVA P.no.155 P.no.100 P.no.162 P.no.167 P.no.168
P.no.143 (Agu-63to (Agu-100to (Agu-63to
(Agu-400to 400KVA ) 400KVA ) 400KVA )
400KVA )
140Mtr
100KVA
P.no.135 63KVA
(Agu-100to HT 150KVA HT 80KW P.no.132
25KVA
P.no.135 63KVA (Agu-63to 25KVA
500KVA ) P.no.134 P.no.102
P.no.127 630KVA ) P.no.105
4W
10Mtr 30Mtr 20Mtr 30Mtr 20Mtr
40Mtr
10Mtr
10Mtr 10Mtr

180Mtr
10Mtr 180Mtr 30Mtr 50Mtr
20Mtr 25Mtr 63KVA HT 300KW
500KVA New 63KVA 63KVA 630KVA New Theke wala P.no.191
HT 200KVA 63KVA 63KVA
P.no.138 P.no.122 P.no.140 Theke wala 550Mtr
P.no.124 P.no.123 P.no.138
(Agu-63to
400KVA )

3w(2v+1L)

10Mtr 270Mtr

480Mtr
90Mtr 30Mtr 20Mtr 20Mtr 200Mtr 90Mtr 270Mtr
200Mtr
20Mtr
200KVA
25KVA 63KVA 200KVA 400KVA New 500KVA New 100KVA 200KVA 63KVA 63KVA 63KVA
P.no.302 P.no.697 HT 200KVA
P.no.637 P.no.618 Lohoya Lohiya Lohiya P.no.303-I P.no.303 P.no.682 P.no.706
Mandi ACTL
Cable 3x400mm2
Loop cable

Cable 3x400mm2
.

Cable 3x185mm2 AUX


3w(1L+2V)

2050Mtr 80Mtr 20Mtr 40Mtr 80Mtr


AUX AUX 10Mtr HT 495KW
HT 250KW
HT 450KW HT 200KW HT 200KW P.no.47
P.no.14
3W+1L 3W+1L P.no.50 P.no.16 P.no.15
300Mtr

50Mtr 20Mtr 40Mtr 10Mtr


63KVA 25KVA 500KVA New HT 72KW 240Mtr
P.no.117 P.no.119 DTR P.no.120 3W
280Mtr 400KVA New
10Mtr P.no.26

140Mtr 10Mtr 30Mtr 40Mtr


3w(2v+1L)
25KVA 500KVA New HT 255KW HT 300KW 10Mtr
10Mtr 140Mtr P.no.36 P.no.26 P.no.35 P.no.27
30Mtr 30Mtr 10Mtr 10Mtr
20Mtr
63KVA
100KVA 63KVA 63KVA P.no.26
HT 325KVA HT 99KW 63KVA
P.no.116 P.no.113 P.no.111
P.no.52 P.no.114 P.no.109 10Mtr

400KVA New 20Mtr


HT 250KW
P.no.71 P.no.28
180Mtr 3W
20Mtr 10Mtr 20Mtr 80Mtr 30Mtr
20Mtr
63KVA 63KVA 25KVA HT 545KW
63KVA HT 180KVA
P.no.71 P.no.72 P.no.91 P.no.54
P.no.73 P.no.53
63KVA
P.no.70 200KVA 63KVA 63KVA HT 200KW
10Mtr 80Mtr
P.no.42 P.no.39 P.no.49 P.no.38

63KVA
P.no.69

2W(1L+1V)
10Mtr
HT 110KW
P.no.309
30Mtr 810Mtr 40Mtr

200KVA HT 225KW
100KVA HT 225KW 290Mtr
P.no.42 P.no.308
Keshar P.no.199
dagar
HT 315KW
40Mtr 4W+1L P.no.52

63KVA 63KVA HT 200KW 30Mtr 20Mtr


loop cable 250mtr
P.no.39 P.no.49 P.no.38
wiht GI Sec.-59 63KVA
10Mtr FDR P.no.27
10Mtr 30Mtr 20Mtr 60Mtr 10Mtr 10Mtr 10Mtr
63KVA 63KVA 63KVA 63KVA 200Mtr
63KVA 230Mtr
P.no.57 P.no.58 P.no.31 P.no.32
P.no.37
DP
80Mtr 10Mtr 10Mtr 40Mtr
30Mtr

63KVA 63KVA 63KVA 63KVA HT 100KW 63KVA


P.no.24 P.no.26 P.no.66 P.no.64 P.no.29 P.no.30

3W(1L+2V)
10Mtr

10Mtr 20Mtr 50Mtr 20Mtr


10Mtr 10Mtr 10Mtr
50Mtr
63KVA 63KVA 63KVA 63KVA
63KVA 63KVA 63KVA 400KVA New 63KVA
P.no.81 P.no.71 P.no.19 P.no.18
P.no.77 P.no.78 P.no.79 P.no.79 P.no.72

20Mtr

90Mtr 50Mtr 20Mtr


20Mtr 20Mtr 10Mtr 70Mtr 10Mtr

63KVA 63KVA 63KVA 63KVA


500KVA New 200KVA 63KVA 25KVA 400KVA New
P.no.04 P.no.82 P.no.88 P.no.18
P.no.07 P.no.07 P.no.10 P.no.15 P.no.99
.

380Mtr

3W
10Mtr

30Mtr 150Mtr 100Mtr

200KVA 500KVA New 200KVA 200KVA


810Mtr EWS flate
babu nagar Babu Nagar EWS flate-II
400KVA New (Agu-200to (Agu-200to (Agu-200to
Community 400KVA ) 400KVA ) 400KVA )

200KVA 200KVA 200KVA


20Mtr HEMRAJ 4W
Kua wala HEMRAJ-II
(Agu-200to 10Mtr
(Agu-200to (Agu-200to 400KVA New 100KVA
500KVA ) 500KVA ) 630KVA ) hemraj Punjab Bank
50Mtr 130Mtr 80Mtr
100Mtr 10Mtr 10Mtr 10Mtr 140Mtr
400Mtr 100KVA 200KVA 200KVA 200KVA
200KVA BABA wala Union Bank Unian bank Balviki
Community
(Agu-200to (Agu-200to
(Agu-200to
20Mtr 400KVA ) 400KVA )
500KVA )
530Mtr

60Mtr 20Mtr 20Mtr 60Mtr

400KVA New 400KVA New 100KVA 200KVA 100KVA


Baba dairy Balviki Balviki santosh bsnl
(Agu-100to (Agu-100to
4w 400KVA ) 400KVA )

10Mtr

60Mtr 90Mtr 30Mtr 60Mtr


70Mtr 70Mtr 100Mtr 90Mtr 130Mtr 200KVA 200KVA
200KVA 100KVA 400KVA
200KVA 63KVA 25KVA 25KVA Govt.school
25KVA Sastri New Karam veer
Kanahiya Kabadi wala Govt.school girl Mandir Govt.school (Agu-200to
Aara wala (Agu-200to (Agu-100to DTR
(Agu-200to (Agu-63to (Agu-25to (Agu-25to 400KVA )
500KVA ) 400KVA ) 400KVA ) 400KVA ) 400KVA )
400KVA )

Cable 3x400mm2
loop cable520 mtr
Loop cable
wiht Star wire FDR

Cable 3x400mm2

Cable 3x185mm2

Signature Not Verified


Digitally signed by KULVINDER SINGH
Date: 2025.05.11 15:30:09 IST
Location: Haryana-HR

You might also like