194
1 R R a a i i l l w w a a y y E E n n e e r r g g y y M M a a n n a a g g e e m m e e n n t t C C o o m m p p a a n n y y L L t t d d TENDER DOCUMENT FOR THE WORK Of “Metering Infrastructure up-gradation work confirming to the requirement of HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub- station of BBMB for Drawal point of Ballabhgarh TSS of Northern Railway.” October, 2014. A -PART-1 TENDER NO. : REMCL/CO/Metering Infra/Ballabgarh TSS/2014/(R) (Technical Bid) 1. Notice Inviting Tender 2. Detailed Notice inviting Tender 3. Notice Inviting Tender and Instructions to Tenderers 4. Tender & Contract Form 5. Special Conditions 6. Schedule A to F 7. Technical Specifications & Drawings Railway Energy Management Company Limited (A joint venture of RITES and Indian Railway) Ground floor, Central Wing, RITES Bhawan- 1, Sector-29, Gurgaon-122001 (Haryana) Tender Document issued to _________________________________ (Name of Tenderer) ________________________________________________ ______________________________ (Address of Tenderer) Signature of Officer issuing the document with Designation and Date of Issue ______________________

Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

  • Upload
    hacong

  • View
    223

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

1

RRaaiillwwaayy EEnneerrggyy MMaannaaggeemmeenntt CCoommppaannyy LLttdd

TENDER DOCUMENT FOR THE WORK Of

“Metering Infrastructure up-gradation work confirming to the requirement of

HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of Ballabhgarh TSS

of Northern Railway.”

October, 2014.

A -PART-1

TENDER NO. : REMCL/CO/Metering Infra/Ballabgarh TSS/2014/(R)

(Technical Bid) 1. Notice Inviting Tender 2. Detailed Notice inviting Tender 3. Notice Inviting Tender and Instructions to Tenderers 4. Tender & Contract Form 5. Special Conditions 6. Schedule A to F 7. Technical Specifications & Drawings

Railway Energy Management Company Limited (A joint venture of RITES and Indian Railway) Ground floor, Central Wing, RITES Bhawan- 1, Sector-29, Gurgaon-122001 (Haryana)

Tender Document issued to _________________________________ (Name of Tenderer) ________________________________________________ ______________________________ (Address of Tenderer) Signature of Officer issuing the document with Designation and Date of Issue ______________________

Page 2: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

2

PART 1

TECHNICAL BID

Page 3: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

3

Certified that this PART- 1 (A-Technical Bid) of the tender documents contains serially machined numbered pages from S. No. 001 to ------.

CERTIFICATE

(Name, Designation and Signature of Officer Issuing Tender Documents)

REMCL

Page 4: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

4

INDEX

S.No. Particular Page No. Part –I (Technical Bid)

1 Certificate 3 2 NIT - Notice Inviting Tender 5 3 Detailed Notice Inviting Tender 6-10

4 Section -1

Notice Inviting Tender And Instruction to Tenderers

11-37

5

Annexure –I to X, Performa – 1 to 3 38-75

6 Section -2 Tender & Contract Form 76-80 7 Section -3 Special Conditions 81-89 8 Section -4 Schedules A to F 90-98

9 Section- 5

& Section- 6

Technical Specification & Drawings 99-194

Page 5: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

5

NOTICE INVITING TENDER

Railway Energy Management Company Limited

(A joint venture of RITES and Indian Railway)

NIT No: REMCL/CO/Metering Infra/Ballabhgarh TSS/2014/(R)

REMCL on behalf of Northern Railway (NR) invites sealed tenders from contractors who fulfill Qualifying Criteria stipulated in tender documents for the work “Metering Infrastructure up-gradation work confirming to the requirement of HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of Ballabhgarh TSS of Northern Railway.”

Estimated Cost: 24.30 Lacs (Rupees Twenty Four Lakh Thirty Thousand only), EMD: Rs 25000 (Rupees Twenty Five Thousand only) , Completion period: 2 (two) months , Last date of submission of tender: 20.10.2014 up to 14.00 Hrs. Complete tender documents including Qualifying criteria etc. can be purchased from the office of DGM (Elect.), Railway Energy Management Company Limited (REMCL) GROUND Floor, Central Wing, RITES Bhawan, 1, Sector-29, Gurgaon 122001; Phone No.- 0124-2818733/2818767; Fax: 0124-2571660 at a cost of Rs. 5,000/-(Rs Five Thousand) (Non-refundable) in the form of a DD/PO/Banker’s Cheques in favour of Railway Energy Management Company Ltd. payable at Gurgaon (Haryana) on any working day from 09.10.2014 to 17.10.2014 (11:00 Hrs to 16:00 Hrs-Except Saturday, Sunday & Gazetted Holiday) or can be downloaded from our web site www.rites.com. Amendment/Corrigendum, if any, would be hosted on the website only.

Page 6: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

6

(A joint venture of RITES and Indian Railway)

Railway Energy Management Company Limited

1. Sealed tender in ‘Single packet system’ (i.e. Technical Bid and Financial Bid) are invited by REMC Limited for and on behalf of Northern Railways (NR) New Delhi, from experienced contractors/firms/companies for the work “Metering Infrastructure up-gradation work confirming to the requirement of HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of Ballabhgarh TSS of Northern Railway.”

DETAILED NOTICE INVITING TENDER

2. Scope of Work: “Metering Infrastructure up-gradation work confirming to

the requirement of HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of Ballabhgarh TSS of Northern Railway.”

• Northern Railway is one of the bulk Consumer of Dakshin Haryana Bijli

Vitran Nigam Ltd. (DHBVN) having HT connection (66kV double circuit) in the name of “Sr.DEE, TRD Northern Railways New Delhi”. This double circuit line is connected to 66/25 kV Railway’s owned Traction substations at Ballabhgarh and Hodal Traction Sub-Stations (TSSs) feeding Over Head Equipments (OHE) on Delhi-Mathura section of Northern/North Central Railway. For this 66kV line, Metering equipments including instrument transformers i.e. Current Transformers(CTs) and Potential Transformers/CVT (PTs) are provided at Bhakhra Beas Management Board (BBMB) owned 220 kV Grid sub-station at Balllabhgarh.

• Though the metering equipment including CTs & PTs etc. are in the jurisdiction of BBMB, yet these are proprietary of Haryana Vidyut Prasar Nigam Ltd. (HVPNL). A sketch/Key diagram indicating the above arrangement is enclosed with the tender.

• Northern Railway through REMCL has already processed an application for availing open access at this substation/66kV circuits for Railway.

• As per Regulation of Open Access, the metering along with infrastructure should be of Availability Based Tariff (ABT) compliant. Accordingly, the bidder’s scope of work is to Supply/Procurement, Installation, Testing and Commissioning of ABT compliant special energy meters of accuracy class 0.2 in addition to meter already installed at BBMB control room including modification/up gradation of ABT metering infrastructure of accuracy class 0.2s/0.2 at their own cost as per prescribed guidelines of HVPNL/DHBVNL/BBMB but not limited to the items of work as follows:-

Page 7: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

7

i. Supply/Procurement of ABT meter, metering infrastructure are as per enclosed BOQ with the tender document.

ii. Liaison and arrangement for Inspection of Meters & allied equipments from respective agencies as applicable at Manufacturer’s work.

iii. Liaison and arrangement for Testing of Meters & allied equipments at respective testing division of Discom.

iv. Liaison with Metering & Protection Department and other allied wings of Discom for Installation, commissioning, sealing of the respective equipments and Joint Inspection Report of all the meters to be installed at metering point. Work in Discom’s site including arrangement of crane, cable, welding, excavation, transmission hardware and cable accessories & cabling etc.

v. Any Civil work like foundation, iron structure, metal enclosure for CT-PT etc.

vi. Cabling electrical & general hardware, installation of CTs & PTs, arrangement for mounting of meter cubicle, welding etc. at metering point.

vii. Transportation Charges for testing of equipment’s to concern Testing Laboratories of DHBVN/HVPNL and subsequent delivery to Diwana Drawl Point.

viii. The delivery of equipments from supplier to the testing division. ix. The transportation charges (including transit insurance) for the delivery

of equipments from the testing division to Diwana Drawl Point. x. Liaison and obtaining NOC from concerned Transco/Discom/Statutory

Govt.Agency for the first instance as well as for the subsequent month of short Term period of power trading for one year from commencement.

• Hence, this work is to be carried out in the premises of existing/functional area of BBMB 220 kV Sub-Station Grid at Ballabhgarh. It is, therefore, suggested that all intending bidders may visit the site and acquaint themselves of the site conditions before bidding for the work

a) Tender No. : REMCL/Metering Infra/Ballabgarh.

b) Estimated cost of work: Rs. 24.30 Lacs (Rupees Twenty Seven Lacs Thiry Thousand Only) (approx.) based on prevailing market rates.

c) Earnest Money Deposit (EMD): Rs. 25000 (Rupees Twenty Five Thousand

only) in the form of Banker’s Cheque/ Pay Order/ Demand Draft payable at GURGAON in favour of Railway Energy Management Company Ltd.

d) Completion period: 2 (Two) months.

e) Tender Sale Start date (11:00 Hrs to 16:00 Hrs): 09.10.2014 and Close Date: 17.10.2014

f) Last Date of tender submission: 14:00 Hrs on 20.10.2014

Page 8: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

8

g) Date of tender opening: 14:30 Hrs on 20.10.2014. 3. Tender documents can be obtained on any working day at the time and period mentioned

above (except Saturday, Sunday and Gazetted Holiday) on payment of Rs 5000/- (Rupees Five Thousand Only) (non-refundable) in the form of Bank Draft / Banker Cheque / Pay order drawn on any schedule bank in favour of Railway Energy Management Company Ltd, payable at Gurgaon.

4. Tenders in One sealed packets, as detailed below, shall be received upto the

date and time of submission indicated in Para 3 above. Bids received after the stipulated date and time are liable to be rejected

.

Single Packet System: (Technical & Price Bid) The tenderer shall submit the tender in original in two sub packets (A&B) as under: Complete tender documents (both sub packet) shall be submitted in ‘single main envelope’, which will be containing the followings: Sub packet -AEnvelope (1) Earnest Money along with mandate form as per Annexure IX and Authority to Sign the tender documents. Envelope (2) Qualification Information (in Requisite Format). Envelope (3) Technical Bid comprising of PART-1 & 3 (A & C) of tender document.

containing:

Sub packet -B

5. Address for collection & submission of tender documents:

containing: Envelope (4) Price Bid (PART-2) (B)

DGM (Electrical), REMCL GROUND Floor, Central Wing, RITES Bhawan, 1, Sector-29, Gurgaon 122001; Phone No. - 0124-2818733/2818767; Fax: 0124-2571660.

6.

Qualifying Criteria:-

a) Work Experience: The firm should have completed successfully in its/his own name at least one similar work of minimum value of Rs. 19.44 Lacs OR at least two similar works each of minimum value of Rs. 12.15 Lacs OR at least three similar works each of minimum value of Rs. 9.72 Lacs during the last 5 (five) years prior to the last stipulated date for submission of bid. Credential certificates issued by Govt. organizations/ Semi Govt. Organizations/ Public Sector Undertakings/ Autonomous bodies of Central State Govts./ Municipal bodies/ Public limited companies listed in Stock exchange in India or Abroad, shall only be accepted for assessing the eligibility of a tenderer.

Page 9: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

9

b) Joint Ventures are not acceptable.

Similar Works

Similar Works shall mean the work of Installation, Testing and Commissioning of any 11 kV or above substation work and/or switchyard work and/or distribution/transmission line work.

7. Tender documents (except major drawings) can also be downloaded from

RITES website. Applications made on such a form/document shall be considered valid for participating in the tender process. The tenderer who wishes to download the form/document, should deposit the cost of document by demand draft in favour of Railway Energy management Company Ltd., Gurgaon while submitting his bid along with bid documents.

8. In case the bid of a tenderer who has downloaded the document from website is accepted, the contract shall be executed in the original/manual tender document issued by REMCL office, Gurgaon.

9. In case during the scrutiny of downloaded tender documents, any modification/correction, etc. is noticed as compared to the original documents posted on the website, the bid submitted by such a tenderer is liable to be rejected.

10. Pre-bid meeting will be held at 11:30 Hrs on 14.10.2014. at REMCL office, Gurgaon.

11. The firm has to abide by the rules and regulations of the Northern railway authority and shall also have to be abiding by labour laws prevailing in the state of Haryana.

12. REMCL reserves the right to accept or reject any/all the tenders in full or part without assigning any reasons whatsoever.

13. LANGUAGE OF BID

The Bid prepared by the bidder, all correspondence/drawings and documents relating to the bid exchanged by the bidder with the REMC Ltd shall be in English Language alone provided that any printed literature furnished by the bidder may be written in another language so long as accompanied by an English translation, in which case, for the purpose of interpretation of the bid, the English translation shall govern.

14. For other criteria and further details regarding similar works, % age of weightage of previous years on Turnover and Experience and the details of documents to be submitted and other terms & conditions etc., the tender

Page 10: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

10

documents may be seen at REMCL Office or at RITES web site www.rites.com.

Amendment/Corrigendum, if any, would be hosted on the website only.

M/s REMC Ltd

Page 11: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

11

Section – 1

NOTICE INVITING TENDER AND

INSTRUCTIONS TO TENDERERS

Page 12: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

12

INDEX S.N Para Particular Page No.

Section -1 Notice Inviting Tender And Instruction to Tenderers

1 1.0 General 13 Tender Notice 13

Estimate Cost of Work 13 Time of Completion 13

2 2.0 Brief Scope of Work 13-15 Availability of Site 15

3 3.0 Qualification Criteria To Be Satisfied 15-16 4 4.0 Format And Check list for Submission of Information

on Qualification Criteria 17

5 5.0 Content of Tender Document 17-18 6 6.0 Issue of tender Document 18-19 7 7.0 Pre- Bid Meeting 19 8 8.0 Amendment of Tender Documents 19-20 9 9.0 Tender Validity 20 10 10.0 Earnest Money 20 11 11.0 Alternate Proposal By Tenderers 21 12 12.0 Submission of Tender 22-26 13 13.0 Tender Opening, Evaluation And Clarification of

Application 26-27

14 14.0 Inspection of Site By The Tenderers 28

15 15.0 Employer’s Right on Acceptance of any Tender 28 16 16.0 Canvassing Prohibited 28 17 17.0 Employer’s Right on Accept Whole or part of The

Tender 28

18 18.0 Miscellaneous Rules And Direction 29-31 19 19.0 Signing of Contract Agreement 31-32 20 19.1.5 Zero Deviation Tender 32 23 19.1.5 Mandate Form 32 25 Annexure –I Qualifying Criteria for Work Contracts 33-37 26 Performa – 1 List of Similar Works 38-39 27 Performa – 2 Solvency Certificate 40 28 Performa – 3 Declaration by Bidder 41 29 Annexure IA Checklist of document to be submitted 42-44 30 Annexure IIA,

IIB(L), IIB(N) Letter of Transmittal – Other than JV 45-51

31 Annexure III Draft MOU 52-53 32 Annexure IV, V Power of Attorney 54-57 33 Annexure VI Letter of Acceptance 58-59 34 Annexure VII Form of Agreement 60-61 35 Annexure VIII Integrity Pact 62-67 36 Annexure IX Mandate Form 68-69 37 Annexure A Guidelines For banning of Business Dealing 70-74 38 Annexure X No Deviation Confirmation 75

Page 13: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

13

SECTION 1

1.0 GENERAL

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

1.1

Tender Notice

Tenders are invited by REMCL., a Joint venture of RITES Ltd & Indian Railways, acting for and on behalf of Northern Railways as an Agent/Power of Attorney Holder, from working contractors (including contractors who have executed works within the last five years reckoned from the scheduled date of opening of tender) of Railways, CPWD, MES, DOT, RITES, State PWD or any other Central / State Government Undertaking, Municipal Body, Autonomous Body of Central/State Governments or Public Ltd., Co. listed on BSE/NSE for the work of “Metering Infrastructure up-gradation work confirming to the requirement of HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of Ballabhgarh TSS of Northern Railway.”. Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their derivatives are synonymous).

• Estimated Cost The work is estimated to cost Rs. 24.30 Lacs (Rupees Twenty Four lacs Thirty Thousand) approx. This Estimate, however, is given merely as a rough guide.

of Work

• Time for The time allowed for completion will be 2 (Two) months from the date of start which is defined in Schedule F under Clause 5.1a of Clauses of Contract.

Completion

• Brief Scope of Work “Metering Infrastructure up-gradation work confirming to the requirement of HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of Ballabhgarh TSS of Northern Railway.”

• Northern Railway is one of the bulk Consumer of Dakshin Haryana Bijli Vitran Nigam Ltd. (DHBVN) having HT connection (66kV double circuit) in the name of “Sr.DEE, TRD Northern Railways New Delhi”. This double circuit line is connected to 66/25 kV Railway’s owned Traction substations at Ballabhgarh and Hodal Traction Sub-Stations (TSSs) feeding Over Head Equipments (OHE) on Delhi-Mathura section of Northern/North Central Railway. For this 66kV line, Metering equipments including instrument transformers i.e. Current Transformers(CTs) and Potential Transformers/CVT (PTs) are provided at Bhakhra Beas Management Board (BBMB) owned 220 kV Grid sub-station at Balllabhgarh.

Page 14: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

14

• Though the metering equipment including CTs & PTs etc. are in the jurisdiction of BBMB, yet these are proprietary of Haryana Vidyut Prasar Nigam Ltd. (HVPNL/DHBVN). A sketch/Key diagram indicating the above arrangement is enclosed with the tender.

• Northern Railway through REMCL has processed an application for availing open access at BBMB’s Grid substation/66kV circuits for Railway.

• As per Regulation of Open Access, the metering along with infrastructure should be of Availability Based Tariff (ABT) compliant. Accordingly, the bidder’s scope of work is to Supply/Procurement, Installation, Testing and Commissioning of ABT compliant special energy meters of accuracy class 0.2 in addition to meter already installed at BBMB control room including modification/up gradation of ABT metering infrastructure of accuracy class 0.2s/0.2 at their own cost as per prescribed guidelines of HVPNL/DHBVNL/BBMB but not limited to the items of work as follows:-

xi. Supply/Procurement of ABT meter, metering infrastructure are as per enclosed BOQ with the tender document.

xii. Liaison and arrangement for Inspection of Meters & allied equipments from respective agencies as applicable at Manufacturer’s work.

xiii. Liaison and arrangement for Testing of Meters & allied equipments at respective testing division of Discom/HVPNL.

xiv. Liaison with Metering & Protection Department and other allied wings of Discom for Installation, commissioning, sealing of the respective equipments and Joint Inspection Report of all the meters to be installed at metering point. Work in Discom’s site including arrangement of crane, cable, welding, excavation, and transmission hardware and cable accessories & cabling ICT/Summation CT etc, as necessary.

xv. Any Civil work like foundation, iron structure, metal enclosure for CT-PT etc.

xvi. Cabling electrical & general hardware, installation of 66 kV CT-PT, arrangement for mounting of meter cubicle, welding etc. at metering point.

xvii. Transportation Charges for testing of equipment’s to concerned Testing Laboratories of DHBVN/HVPNL/BBMB and subsequent delivery to Ballabhgarh Drawl point.

xviii. The delivery of equipments from supplier to the testing division, BBMB Ballabhgarh Sub-Division.

xix. The transportation charges (including transit insurance) for the delivery of equipments from the testing division to BBMB Ballabhgarh Sub-Division, as applicable.

xx. Liaison and obtaining NOC from concerned Transco/Discom/Statutory Govt. Agency for the first instance as well as for the subsequent month of short Term period of power trading for one year from commencement.

• Hence, this work is to be carried out in the premises of existing/functional area of BBMB 220 kV Sub-Station Grid at Ballabhgarh. It is, therefore, suggested that all intending bidders may visit the site and make themselves familiar of the site conditions before bidding for the work

Page 15: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

15

The firm will be responsible for obtaining all the necessary and required

clearance from statutory bodies concerned with the work.

• Availability

of Site

The work shall be carried out in the existing working/functional area of BBMB 220/66 KV Grid Sub-station ,Ballabhgarh. Bidder is required to visit the site, coordinate with the statutory Authorities like HVPNL/DHBVN/BBMB to get STOA for Northern Railways for their 66 kV feeder. It is therefore, necessary that the bidder is to assess the need of up gradation of Metering Infrastructure for ABT compliance and necessary Shut down/Power block for the same. Accordingly, the site for the work is available/ shall be made available.

3.0 QUALIFICATION CRITERIA TO BE SATISFIED

3.1 The Qualification Criteria to be satisfied are given at Annexure I enclosed. 3.2 The Qualification Criteria to be satisfied will depend on the category of

works, whether Small Works, Normal Works or Large Works. Small Works are those costing upto and including Rs.1 Crore, Normal Works are those costing upto Rs.30 Crores each and Large Works are those costing more than Rs.30 Crores. The work for which the Tender is being invited falls under the category of Small Works.

3.3 The Qualification Criteria to be satisfied will also depend on whether the

Work falls in Normal area or difficult area. Difficult area includes North East States, Jammu & Kashmir, Jharkhand, Chhattisgarh and Andaman & Nicobar Islands. Normal area covers all areas other than difficult area. The work for which this Tender has been invited falls under Normal area.

3.4 In this Tender Joint Venture is Not Applicable. In case Joint Venture is allowed the following will apply: a) If JV is successful in the Bid, the Contract will be awarded in the name of

JV. The JV Agreement should be executed within 15 days of receipt of Letter of Acceptance and the JV Agreement duly registered in accordance with law so as to be legally valid and binding on the members. The JV shall also open a Bank account in the name of JV and all payments due to the JV shall be credited by the Employer to that account only. To facilitate statutory deductions such as towards Income Tax, VAT etc. made from the amounts due to the JV being credited to the concerned Government Departments, the JV shall arrange to obtain in the name of JV, PAN/TIN etc as required.

Page 16: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

16

b) Bid submitted by a Joint Venture of two or more firms as Partners/Members shall be accompanied by the following documents: i) A copy of Joint Venture MOU/Agreement duly notarized so as to be

legally valid and binding on all the Partners/Members and incorporating the following provisions (Suggested format at Annexure III):

• The Bid and, in case of a successful Bid, the Agreement shall

be signed so as to be legally binding on all Partners/Members. • One of the Partners/Members shall be nominated as being in

charge and this authorization shall be evidenced by submitting Power of Attorney signed by legally authorized signatories of all the Partners/Members.

• The Partner-in-charge/Lead Member shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners/members of the Joint Venture and the entire execution of the Contract, shall be done exclusively with the Partner in charge.

• All the 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 statement to this effect shall be included in the authorization through a Power of Attorney in favour of the Partner-in-charge/Lead Member as well as in the Bid and in the Agreement (in case of a successful bid).

• Indication of the precise responsibility of all Partners/Members of the Joint Venture in respect of planning, design, construction equipment, key personnel, work execution and financing of the Project duly indicating the percentage in financing of JV by each Partner.

• In the case of Large Works, the maximum number of Partners can be only three and the Partner-in-Charge/Lead Member shall have more than 50% participation in financing of the JV and each of the other Members minimum 20% participation in financing of JV. In case of `Normal Works’, the Partner-in-Charge/Lead Partner shall be responsible for 100% financing of the J.V.

• All partners/members of the JV shall comply with the provisions in the Integrity Pact and any violation of the Pact by any partner/member shall be construed as a violation by the JV.

ii) Power of Attorney in favour of the Partner-in-charge/Lead Member

on the lines mentioned in item “a” above. (Suggested format at Annexure V).

3.5 The documents to be furnished by the Bidder to prove that he is satisfying

the Qualification Criteria laid down should all be in the Bidder’s name,

Page 17: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

17

except in cases where though the name has changed, the owners continued to remain the same and in cases of amalgamation of entities.

4.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON

QUALIFICATION CRITERIA 4.1 Other than Joint Ventures

The Tenderer shall furnish a Letter of Transmittal as given in Annexure II A enclosing the documents mentioned therein/listed in para 1(a) of Annexure IA.

4.2 Joint Ventures (For Large Works) (Not Applicable in this Tender)

The Partner in charge / Lead member shall furnish a Letter of Transmittal as given in Annexure II B (L) enclosing the documents mentioned therein/listed in para 1(b) of Annexure I A.

4.3 Joint ventures (For Normal Works) (Not Applicable in this Tender)

The Partner in charge / Lead Member shall furnish a Letter of Transmittal as given in Anneuxre II B (N) enclosing the documents mentioned therein/listed in para 1(c) of Annexure I A. (Note: - Tender document approving authority to delete Sub Para 3.2 or 3.3 or both as applicable.)

5.0 CONTENTS OF TENDER DOCUMENT 5.1 Each set of Tender or Bidding Document will comprise the Documents listed

below and addenda issued in accordance with para 7 : (A) PART – 1

Section 1 Notice Inviting Tender and Instructions to Tenderer. Section 2 Tender and Contract Form. Section 3 Special Conditions. Section 4 Schedules A to F Section 5 Technical Specifications Section 6 Drawings

:- Technical Bid Packet

(B) PART – 2:

- Financial Bid Packet

Schedule of Quantities (Bill of Quantities)

(C) PART – 3

Section 7 Conditions of Contract Section 8 Clauses of Contract

:- General Conditions of Contract

Page 18: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

18

Section 9 RITES Ltd Safety Code Section 10 RITES Ltd Model Rules for protection of Health

and Sanitary Arrangements for Workers

Section 11 RITES Ltd Contractor’s Labour Regulations

5.2 General Conditions of Contract (Compilation of Sections 7 to 11) with upto date correction slips is also available in RITES website

6.0 ISSUE OF TENDER DOCUMENT

<www.rites.com>

6.1 A complete set of Tender Document (Technical and Financial Bid) described in Para 5.1 above can be seen in the office of the DGM/Elect, REMCL,Central Wing, RITES Limited, RITES Bhawan, Plot No.1, Sector-29, Gurgaon-122001 (Haryana) between hours of 11.00 AM and 4.00 PM every day except on Saturdays, Sundays and Public Holidays.

6.2 One set of Tender Document may be purchased from the office of

DGM/Elect, REMCL,Central Wing, RITES Limited, RITES Bhawan, Plot No.1, Sector-29, Gurgaon-122001 (Haryana) from 09.10.2014 to 17.10.2014 for a non refundable fee per set of Rs.5,000.00 (Rupees Five Thousand Only) in the form of Demand Draft/ Pay Order/ Banker’s cheque drawn on any Scheduled Bank payable at New Delhi/Gurgaon in favour of Railway Energy Management Company Ltd , Gurgaon, on submission of an application.

6.3 Tender Documents including drawings can also be downloaded from RITES

Website (www.rites.com) and in such a case, the Tenderer shall deposit the cost of tender documents along with submission of tender, failing which his tender shall not be opened. The cost of tender documents shall be deposited in the form of a separate Banker’s cheque / Demand Draft / Pay Order and enclosed in the envelope containing the Earnest Money Deposit. The amendments / clarifications to the Tender documents will also be available on the above website.

6.4 Tender Documents downloaded from RITES website shall be considered

valid for participating in the tender process. During the scrutiny of downloaded tender document, if any modification / correction etc. is noticed as compared to the original documents posted on the website, the bid submitted by such a Tenderer is liable to be rejected. In case the bid of a Tenderer who has downloaded the document from website is accepted the contract shall be executed in the original / manual tender document issued by the concerned REMCL officer.

6.5 Clarifications on Tender Documents

A prospective Tenderer requiring any clarification on the Tender Document may notify DGM/Elect in writing or by telefax/ or by E-mail at the following Postal Address/ Fax No./E-mail address: DGM/Elect, REMCL,Central Wing, RITES Limited, RITES Bhawan, Plot No.1, Sector-29, Gurgaon-122001 (Haryana) ,Fax No. 0124-2571660

Page 19: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

19

In cases where Pre-Bid Meeting is not proposed to be held, request for clarifications including request for Extension of Time for submission of Bid, if any, must be received not later than 10 (ten) days prior to the deadline for submission of tenders. Details of such questions raised and clarifications furnished will be uploaded in RITES website without identifying the names of the Bidders who had raised the questions. Any modification of the Tender Document arising out of such clarifications will also be uploaded on RITES website only. In cases where Pre-Bid Meeting is proposed to be held, provisions in para 6.0 below may be referred to.

7.0 PRE-BID MEETING 7.1 The Tenderer or his official representative is invited to attend a pre-bid

meeting which will take place at the Office of REMCL ,Gurgaon on 14.10.2014 at 11:30 hrs.

7.2 The Tenderers are required to submit any question on issues relating to the

tender, in writing or by telefax or by E-mail so as to reach DGM/Elect (the official nominated for this purpose) not later than 3 (three) days before the date fixed for the meeting.

7.3 The purpose of the meeting will be to clarify the issues raised and to answer

supplementary questions on such issues. 7.4 Minutes of the meeting including the text of the questions raised (without

identifying the source of enquiry) and the responses given will be uploaded on RITES website. Any modifications of the Tender Document which may become necessary as a result of the Pre-bid Meeting shall be made exclusively through the issue of an Addendum / Corrigendum and not through the Minutes of the Pre-Bid Meeting. The Minutes of the Meeting as described above and the Addendum / Corrigendum, if any, will be uploaded on RITES website only.

7.5 Non-attendance at the Pre-bid Meeting will not be a cause for disqualification

of a tenderer. 8.0 AMENDMENT OF TENDER DOCUMENT 8.1 Before the deadline for submission of tenders, the Tender Document may

be modified by REMCL by issue of addenda/corrigendum. Issue of addenda / corrigenda will however be stopped 3 days prior to the deadline for submission of tenders as finally stipulated.

8.2 Addendum/ corrigendum, if any, will be hosted on website only and shall

become a part of the tender document. All Tenderers are advised to see the website for addendum/ corrigendum to the tender document which may be

Page 20: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

20

uploaded upto 7 days prior to the deadline for submission of Tender as finally stipulated.

8.3 To give prospective Tenderers reasonable time in which to take the

addenda/ corrigenda into account in preparing their tenders, extension of the deadline for submission of tenders may be given as considered necessary by RITES.

9.0 TENDER VALIDITY 9.1 The Tender shall be valid for a period of 90 days from the due date for

submission of Tender or any extended date as indicated in sub para below. 9.2 In exceptional circumstances, during the process of evaluation of tenders

and prior to the expiry of the original time limit for Tender Validity, the Employer may request that the Tenderers may extend the period of validity for a specified additional period. The request and the tenderer’s response shall be made in writing. A Tenderer may refuse the request without forfeiting his Earnest Money. A Tenderer agreeing to the request will not be permitted to modify his Financial Bid to a higher amount but will be required to extend the validity of the Earnest Money for the period of the extension.

10.0 EARNEST MONEY 10.1 The Tender should be accompanied by Earnest Money of Rs.25000 (Twenty

Five Thousand only) in any of the forms given below:- Banker’s Cheque / Pay Order/ Demand Draft payable at New Delhi/Gurgaon, drawn in favour of Railway Energy Management Company Ltd.

10.2 Any Tender not accompanied by Earnest Money in an acceptable form shall

be rejected by the Employer as non-responsive. 10.3 Refund of Earnest Money a) Two Packet System (Not Applicable)

The Earnest Money of the Tenderers whose Technical Bid is found not acceptable will be returned without interest soon after scrutiny of Technical Bid has been completed by the Employer subject to provisions of Para 10.4 (b).The Earnest Money of the Tenderers whose Technical Bid is found acceptable but Financial Bid is rejected will be returned without interest within 28 days of the end of Tender Validity Period subject to provisions of Para 10.4 (b). b) Single Packet System After evaluation of the Financial Bids, the Earnest Money of unsuccessful Tenderers will be returned without interest within 28 days of the end of Tender Validity Period subject to provisions of Para 10.4 (b).

Page 21: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

21

c) The earnest money shall be refunded only through electronic fund transfer. The tenderer shall submit RTGS/NEFT Mandate form as per proforma given in Annexure IX, duly filled in. d) In case of both Two Packet and Single Packet System, the Earnest Money of the successful Tenderer, without any interest, will be adjusted as a part of the Security Deposit payable in terms of provisions in the General Conditions of Contract (Clause 1A of Clauses of Contract).

10.4 The Earnest Money is liable to be forfeited

a) If after bid opening, but before expiry of bid validity or issue of Letter

of Acceptance, whichever is earlier, any Tenderer

i) Withdraws his tender or ii) Makes any modification in the terms and conditions of the

tender which are not acceptable to the Employer.

b) In case any statement/information/document furnished by the Tenderer is found to be incorrect or false.

c) In the case of a successful Tenderer, if the Tenderer

i) Fails to furnish the Performance Guarantee within the period

specified under Clause 1 of “Clauses of Contract”. or

ii) Fails to commence the work without valid reasons within the period as specified in Schedule F after the date of issue of Letter of Acceptance or from the first date of handing over of the site, whichever is later.

In case of forfeiture of E.M. as prescribed hereinabove, the Tenderer shall not be allowed to participate in the retendering process of the work.

11.0 ALTERNATIVE PROPOSALS BY THE TENDERERS

The Tenderers shall submit offers which comply strictly with the requirements of the Tender Document as amended from time to time as indicated in Para 8.0 above. Alternatives or any modifications shall render the Tender invalid.

11.1 (A) Performance Guarantee and security Deposit

The Successful Tenderer is also to deposit Additional Performance Guarantee in case of Unbalanced bid as explained in Special conditions. This will also be in the same Form as normal Performance Guarantee and deposited within the same time limit.

Recovery of Additional Performance Guarantee

Page 22: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

22

12.0 SUBMISSION OF TENDER 12.1 Two Packet System and Single Packet System (a) Two Packet System

PACKET A: - TECHNICAL BID Envelope 1 Earnest Money along with Mandate form as per

Annexure IX & Cost of Tender Document if the bid is submitted on the document downloaded from RITES website

(Not Applicable in this tender) The tenderer shall submit the Tender in original in two packets as under:-

Envelope 2 “Authority to Sign”, ‘Integrity Pact’ (If applicable) and Qualification Information along with all enclosures / documents as per Letter of Transmittal/ Checklist given in Annexure II A/ II B (L)/IIB(N). As regards “Authority to Sign” Para 12.2 below may be referred to. As regards ‘Integrity Pact’ (If applicable), para 12.7 below may be referred to.

Technical Bid (Part 1 and Part 3) (Refer Para 5.1) including Signature on Tender Form (Section 2) duly witnessed after filling up blanks therein. Each page of the above documents including all Drawings should bear the dated initials of the Tenderer along with the seal of the Company, in token of confirmation of having understood the Contents.

PACKET B: - FINANCIAL BID Envelope 3 Schedule/ Bill of Quantities.

Each page of the Financial Bid (Part 2 – Refer Para 5.1) should be signed by the Tenderer along with the seal of the company. In the last page of Financial Bid, at the end, the Tenderer should sign in full with the name of the Company, Seal of the Company and Date. All rates and amounts, whether in figures and words, must be written in indelible ink. Each Correction, Cutting, Addition and overwriting should be initialed by the Tenderer. The rates must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paisa and less and considering more than fifty paisa as rupee one. If the same item figures in more than one section/part

Page 23: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

23

of Schedule of Quantities, the Tenderer should quote the same rate for that item in all sections/parts. If different rates are quoted for the same item, the least of the different rates quoted only shall be considered for evaluation of that item in all sections/parts of the Schedule of Quantities. Instructions contained in subsequent Para 18.4 (a) on “Item rate tender” and 18.4 (b) on “Percentage rate tender” may be carefully studied and complied with.

b) Single Packet System

12.2 Authority to Sign

(Applicable in this tender): Both Technical Bid (including signature on Tender Form in Section 2 duly witnessed) and Financial Bid Documents will be submitted in one Packet. Precautions as described above for Two Packet System shall be observed by the tenderers.

a) If the applicant is an individual, he should sign above his full type

written name and current address. b) If the applicant is a proprietary firm, the Proprietor should sign above

his full type written name and the full name of his firm with its current address.

c) If the applicant is a firm in partnership, the Documents should be signed by all the partners of the firm above their full type written names and current addresses. Alternatively the Documents should be signed by the person holding Power of Attorney for the firm in the Format at Annexure IV.

d) If the applicant is a limited Company, or a Corporation, the Documents shall be signed by a duly authorized person holding Power of Attorney for signing the Documents in the Format at Annexure IV.

e) If the applicant is a Joint Venture, the Documents shall be signed by the Lead Member holding Power of Attorney for signing the Document in the Format at Annexure V. The signatory on behalf of such Lead Partner shall be the one holding the Power of Attorney in the Format at Annexure IV.

12.3 Items to be kept in mind while furnishing details

While filling in Qualification Information documents and the Financial Bid, following should be kept in mind:

i) There shall be no additions or alterations except those to comply with

the instructions issued by the Employer or as necessary to correct errors, if any, made by the Tenderers.

ii) Conditional Offer/ Tender will be rejected. Unconditional rebate/

discounts in the Financial offer will however be accepted.

Page 24: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

24

iii) The Employer reserves the right to accept or reject any conditional rebate/discounts. While evaluating the Bid Price, the conditional rebates/discounts which are in excess of the requirements of the bidding documents or otherwise result in accrual of unsolicited benefits to the Employer, shall not be taken into account.

12.4 Sealing and Marking of Tenders

12.4.1 Two Packet System (Not Applicable)

(a) PACKET A – TECHNICAL BID

Envelopes 1 & 2 as described in Para 12.1 (a) above should be sealed separately super scribing “Technical Bid” with Envelope Number, Name of the work and Name of the tenderer. In addition, the following should also be super scribed on the respective envelopes. Envelope 1 i) Earnest Money ii) Cost of Tender Document if the Bid is submitted on the

document downloaded from RITES website. Envelope 2 i) Authority to Sign, ‘Integrity Pact’ (If applicable as per para

12.7 below) and Qualification Information/ documents as per checklist in Annexure IIA / IIB(L)/ II B (N).

ii) Technical Bid including Drawings

Both the envelopes should be put in a packet which should be sealed. The following should be superscribed on the packet:

i) Packet A – Technical Bid ii) Name of the Work iii) Name of the Tenderer

(b) PACKET B – FINANCIAL BID

Envelope 3 – Financial Bid should be put in Packet B which should be sealed. The following should be super scribed on the packet. i) Packet B - Financial Bid

ii) Name of the work

iii) Name of the tenderer

(c) Both packets A and B should be put inside an outer envelope and sealed.

This envelope should be superscribed with the following details:

i) Tender for (Name of work)

Page 25: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

25

ii) Tender number

iii) Date and time of opening of Tender

iv) From (Name of Tenderer)

v) Addressed to ---- (REMCL Officer inviting the Tender)

12.4.2 Single Packet System (Applicable in this tender)

Two envelopes of Technical Bid and one of Financial Bid shall be made out as stipulated in Para 12.4.1 (a) and (b) above with the Name of the work and Name of the Tenderer super scribed on each of the envelopes. All the three envelopes shall be put in a Single Packet which shall be super scribed in the same manner as given in Para 12.4.1 (c) above.

12.4.3 If the envelopes and packets are not super scribed and sealed as indicated in Paras 12.4.1/ 12.4.2 above, the Employer will assume no responsibility for the misplacement or premature opening of the Tender.

12.5 Deadline for submission of Tender

12.5.1 Tenders must be received by the Employer at the following address not later than 20.10.2014 Hrs. on 1400 hrs. In the event of the specified date for the submission of the Tender being declared a holiday due to Strike/Bandh or on any account by the Employer, the Tenders will be received up to the appointed time on the next working day. Address for submission of Tender: DGM/Elect, REMCL,Central Wing, RITES Limited, RITES Bhawan, Plot No.1, Sector-29, Gurgaon-122001 (Haryana) ,Fax No. 0124-2571660

12.5.2 The Employer may extend the deadline for submission of Tenders by issuing an amendment in writing in accordance with Para 8.3 in which case all rights and obligations of the Employer and the Tenderer previously subject to the original deadline will be subject to new deadline.

12.6 Late Tender / Delayed Tender

Any Tender received by the Employer after the specified date and time of receipt of Tender will be returned unopened to the Tenderer.

12.7 Integrity Pact (Not Applicable in this Tender)

12.8 Modification and Withdrawal of Bids 12.8.1 Tenderers may modify or withdraw their bids by giving notice in writing

before the deadline prescribed in para 12.5 for submission of Bids.

Page 26: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

26

12.8.2 Each modification or withdrawal notice shall be prepared, sealed, marked and delivered in accordance with paras 12.1, 12.2 and 12.4 with the outer envelopes additionally marked ‘Modification’ or ‘Withdrawal’ as appropriate.

The envelopes for modifications on ‘Technical Bid’ and ‘Financial Bid’ shall be submitted in separate sealed envelopes and marked as ‘Modifications of Technical Bid’ or ‘Modifications of Financial Bid’ as the case may be.

12.8.3 No bid may be modified after the deadline for submission of Bids except as

indicated below. If a Bidder makes a suo moto offer of rebate / discount in his Financial Bid after the deadline for submission of Bids, such offer will not be considered for Financial evaluation of Tenders. But if the Tenderer is successful in the Bid based on his original offer without considering the suo moto offer, the rebate / discount offered will be taken into account for incorporation in the Contract Agreement.

12.8.4 Withdrawal or modification of a Bid, subject to provisions in Para 12.8.3

above, after the deadline for submission of Bids shall result in forfeiture of the Earnest Money.

13.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS OF APPLICATIONS 13.1 The Employer will open all the Tenders received (except those received late

or delayed) as described in para 13.3 below, in the presence of the Tenderers or their representatives who choose to attend at 20.10.2014 Hrs. on 1430 hrs. in the office of DGM/Elect, REMCL, Central Wing, RITES Limited, RITES Bhawan, Plot No.1, Sector-29, Gurgaon-122001 (Haryana) ,Fax No. 0124-2571660

In the event of the specified date of the opening being declared a holiday by the Employer, the Tenders will be opened at the appointed time and location on the next working day.

13.2 Two Packet System (Not Applicable in this tender)

(a) (i) The PACKET A will be opened and Envelope 1 containing Earnest

Money and Cost of Tender Document (where Bid is submitted in the document downloaded from RITES website) of all the Tenderers will be opened first and checked. If the Earnest Money furnished is not for the stipulated amount or is not in an acceptable form and where applicable, the cost of Tender Document has not been enclosed for the correct amount and in an acceptable form, the Envelope 2 of PACKET A (TECHNICAL BID) and PACKET B will be returned to the Tenderer concerned unopened at the time of opening of the Tender itself. The Envelopes 2 of PACKET A (TECHNICAL BID) of other Tenderers who have furnished Earnest Money of correct amount in acceptable form and where applicable the cost of Tender Document for the correct amount and in an acceptable form will then be opened. The Tenderer’s name, the presence of Earnest Money and Authority to sign and such other details as the Employer may consider appropriate will be announced by

Page 27: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

27

the Employer at the time of opening of Packet A. PACKET B (FINANCIAL BID) of the Tenderers whose Technical Bids have been accepted for evaluation will be checked to see if the seals are intact. All such PACKETS B will be put in an envelope and sealed. The Employer’s official opening the Tender will sign on this envelope and will also take the signatures of preferably at least two Tenderers or their representatives present. This envelope will be kept in safe custody by the Employer.

(b) The Employer will scrutinize the Technical Bids accepted for evaluation to determine whether each Tenderer has submitted `Authority to sign’ as per para 12.2 above and Integrity Pact (where applicable) duly signed and witnessed as per para 12.7 above;

(i) Meets the Qualification Criteria stipulated in Para 3.0; and (ii) Conforms to all terms, conditions and specifications of the Tender

Document without any modifications or conditions. (c) If required, the Employer may ask any such Tenderer for clarifications on

his Technical Bid. The request for clarification and the response from the Tenderer will be in writing. If a Tenderer does not submit the clarification/document requested, by the date and time set in the Employer’s request for clarification, the bid of such Tenderer is likely to be rejected. Tenderers whose Technical Bids are not found acceptable will be advised of the same and their Earnest Money and PACKET B (FINANCIAL BID) will be returned unopened. Tenderers whose Technical Bids are found acceptable will be advised accordingly and will also be intimated in writing of the time and date and place where and when the PACKET B (Financial Bid) will be opened.

(d) At the appointed place, time and date, in the presence of the Tenderers or

their representatives who choose to be present, the Employer will open the envelopes containing the PACKET B (FINANCIAL BID). The Tenderer’s name, the tender amount quoted and such other details as the Employer may consider appropriate will be announced by the Employer.

13.3 Single Packet System (Applicable in this tender) (a) Envelope 1 of all the Tenders will be opened first and checked. If the

Earnest Money furnished is not for the stipulated amount or is not in an acceptable form and where applicable the Cost of Tender Document has not been furnished for the correct amount and in an acceptable form, the remaining envelopes will be returned to the tenderer concerned unopened at the time of opening of the Tender itself. The Envelopes no. 2 of Technical Bid and no. 3 of Financial Bid of other Tenderers who have furnished Earnest Money and where applicable the Cost of Tender Document, in acceptable form will then be opened. The Tenderer’s name, the presence of Earnest Money, the Authority to Sign the Tender, amount quoted and such other details as the Employer may consider appropriate will be announced by the Employer.

Page 28: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

28

14.0 INSPECTION OF SITE BY THE TENDERERS Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their Tenders, as to the nature of the ground and sub-soil (as far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their Tender. A Tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The Tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, including cranes, water, electricity, access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. The Tenderer shall be responsible for arranging Shutdown/Power Block for the work as necessary. Submission of a tender by a Tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be issued to him by the Employer and local conditions and other factors having a bearing on the execution of the work.

15.0 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER

(i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If the Tenderer does not submit the clarification by the date and time set in the Employers request for clarification, such Tender is likely to be rejected.

(ii) The competent authority on behalf of the Employer does not bind

himself to accept the lowest or any other Tender and reserves to himself the authority to reject any or all the Tenders received without the assignment of any reason. All Tenders in which any of the prescribed conditions is not fulfilled or any condition is put forth by the Tenderer shall be summarily rejected.

16.0 CANVASSING PROHIBITED

Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the Contractors who resort to canvassing will be liable to rejection.

17.0 EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER

The competent authority on behalf of the Employer reserves to himself the right of accepting the whole or any part of the tender and the Tenderer shall be bound to perform the same at the rates quoted.

Page 29: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

29

18.0 MISCELLANEOUS RULES AND DIRECTIONS 18.1 The Tenderer shall not be permitted to tender for works if his near relative is

posted as Associated Finance Officer between the grades of AGM (F) and J.G.M (F) in the concerned

SBU Unit of RITES/REMCL or as an officer in any capacity between the grades of GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Gazetted officer in the organization of the Employer. Any breach of this condition by the Tenderer would render his Tender to be rejected. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Organisation of the Employer is allowed to work as a contractor for a period of one year after his retirement from the Employer’s service without the previous permission of the Employer in writing. The contract is liable to be cancelled if either the Contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Employer as aforesaid before submission of the tender or engagement in the Contractor’s service.

18.2 If required by the Employer, the Tenderers shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful Tenderers shall return all the drawings given to them.

18.3 Use of correcting fluid anywhere in tender document is not permitted. Such tender is liable for rejection.

18.4 a) In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender containing percentage below/above the rates quoted is liable to be rejected. Rates quoted by the Tenderer in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. However, if a discrepancy is found, the rates which correspond with the amount worked out by the Tenderer shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the Tenderer or it does not correspond with the rates written either in figures or in words then the rates quoted by the Tenderer in words shall be taken as correct. Where the rates quoted by the Tenderer in figures and in words tally but the amount is not worked out correctly, the rates quoted by the Tenderer will, unless otherwise provided, be taken as correct and not the amount. In the event that no rate has been quoted for any item(s), leaving space both in figure (s) or word(s) and the amount blank, it will be presumed that the Tenderer has included the cost of this/ these item (s) in other items and rate for such item (s) will be considered as zero and work will be required to be executed accordingly.

Page 30: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

30

b) In case of percentage Rate Tender only percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the Tenderer in percentage rate tender shall be accurately filled in figures and words so that there is no discrepancy. If, for any Schedule in Financial Bid, the total amount has been indicated by the Tenderer and if discrepancy is noticed in the percentages quoted in words and figures, then the percentage which corresponds with the total amount, shall, unless otherwise proved be taken as correct. If the total amount is not worked out or if worked out, it does not correspond with the percentages written either in figures or in words, then the percentage quoted by Tenderer in words shall be taken as correct. When the percentages quoted by the Tenderer in figures and in words tally but the total amount is not worked out correctly, the percentage quoted by the Tenderes shall be taken as correct, unless proved otherwise and the total amount worked out accordingly.

18.5 In the case of any Item rate tender where unit rate of any item/items

appears unrealistic, such tender will be considered as unbalanced and in case the Tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.

18.6 (a) In Item rate Tender all rates shall be quoted on the tender form. The

amount for each item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount in each Schedule should be written both in figures and in words. In case of figures, the word ‘Rs.’ should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. Rs.2.15 P and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be up to two decimal places. While quoting the rate in schedule of quantities, the word ‘only’ should be written closely following the amount and it should not be written in the next line.

(b) In Percentage Rate Tender, the Tenderer shall quote percentage below /

above (in figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible. In case of figures, the word “Rs” should be written before the figure rupees and word ‘P’ after the decimal figures (eg.) Rs.2.15 P and in case of words the word “Rupees” should precede and the word “Paisa” should be written at the end.

18.7 Sales-tax/VAT (except Service Tax), purchase tax, turnover tax or any other

tax/ Cess on material, labour and Works in respect of this Contract shall be payable by the Contractor and the Employer will not entertain any claim whatsoever in respect of the same. However, in respect of Service Tax, same shall be paid by the Contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the Contractor.

Page 31: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

31

18.8 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has submitted a Bid for a work, shall not be a witness for any other Bidder for the same work. Failure to observe the above stipulations would render all such Tenders submitted as a Bidder and / or as a witness, liable to summary rejection.

18.9 The Contractor shall be fully responsible for all matters arising out of the

Performance of the Contract and shall, at his own expense, comply with all laws/ acts/ enactments/ orders/ regulations/ obligations whatsoever of the Government of India, State Government, Local Body and any Statutory Authority.

18.10 Prices quoted by the bidder shall remain firm during the performance of the contract and not subject to variation on any account. The offer submitted with variable price will be treated as non-responsive and the same shall be rejected out rightly without assigning any reason.

19.0 SIGNING OF CONTRACT AGREEMENT 19.1.1 The Tenderer whose tender has been accepted will be notified of the award

by the Employer by issue of a `Letter of Acceptance’ ‘ prior to expiration of the Bid Validity period, in the form at Annexure VI.

The Letter of Acceptance will be sent to the Contractor in two copies one of which he should return promptly, duly signed and stamped. The Letter of Acceptance will be a binding Contract between the Employer and the Contractor till the formal Contract Agreement is executed.

19.1.2 Within the period as specified in Clause 1 of `Clause of Contract’, of the date of issue of Letter of Acceptance, the successful Tenderer shall deliver to the Employer, Performance Guarantee and Additional Performance Guarantee (where applicable) in the format prescribed.

19.1.3 The Tenderer whose Tender is accepted shall be required to submit at his cost stamp papers of appropriate value as per the provisions of Indian Stamp Act within 7 days of the date of issue of Letter of Acceptance.

19.1.4 At the same time the Employer notifies the successful Tenderer that his Tender has been accepted, the Employer will direct him to attend the Employer’s office within 7 days of issue of Letter of Acceptance for signing the Agreement in the proforma at Annexure VII. The Agreement will however be signed only after the Contractor furnishes Performance Guarantee and Additional Performance Guarantee (where applicable) and hence, where justified, the period of 7 days stipulated above will be extended suitably.

Page 32: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

32

19.1.5 ZERO DEVIATION TENDER: Bidder to note that this is a zero deviation bidding document. REMC will appreciate submission of offer based on the terms & conditions of this tender document to avoid wastage of time and money in seeking clarifications on technical and commercial aspect of the offer. Bidders may note that no technical and commercial clarifications will be sought for after receipt of the bid. Bid comprising any conditions/deviations will be considered as a ‘Conditional Offer/Tender’ and the same will be out rightly rejected without making any communication with the bidder. All the bidders should submit the ‘No Deviation Certificate’ as per Annexure-X.

19.1.6 Mandate Form: All the bidders should submit the ‘MANDATE FORM’ regarding Authorization for payments through Electronic Fund Transfer System (RTGS/NEFT) to authorize REMC Ltd to make all their payments, including refund of Earnest Money, through Electronic Fund Transfer System (RTGS/NEFT) as per Annexure-IX.

Page 33: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

33

ANNEXURE – I

QUALIFYING CRITERIA FOR WORKS CONTRACTS

1. Annual Financial Turnover (Not Applicable)

The bidder should have achieved a minimum annual financial turnover of Rs. --- in any one of the last 5 Financial Years.

Notes :

- The financial turnover will be taken as given under the head “Income” in audited Profit and Loss Account and excluding non-recurring income, income from other sources and stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the Income side of Profit and Loss Account. It does not mean Profit.

- Closing stocks in whatsoever manner should not form part of turnover. - Weightage of 5% (compounded annually) shall be given for equating the

financial turnover of the previous years to the current year.

- For considering the Financial Years, for example for a work for which the Tender is being opened in Financial Year 2011-12, the last five Financial Years shall be 2010-11, 2009-10, 2008-09, 2007-08 and 2006-07. For a Tender opened on (say) 06.06.11 (F.Y. 2011-12), with weightage of 5% compounded annually, the weightages to be applied on the Turnover of the previous five Financial Years will be : F.Y. 2010-11 = 1.050; F.Y. 2009-10 = 1.103; F.Y. 2008-09 = 1.158; F.Y. 2007-08 = 1.216; F.Y. 2006-07 = 1.276.

- The Bidder should furnish Annual Financial Turnover for each of the last 5 Financial Years in tabular form and give reference of the document (with page no.) relied upon in support of meeting the Qualification Criterion.

- The Bidder should submit self attested copy of Auditor’s Report along with Balance Sheet and Profit and Loss Statement along with Schedules for the relevant Financial Year in which the minimum criterion is met. Provisional audit reports or certified statements will not be accepted.

- If the Audited Balance Sheet for the immediately preceding year is not available in case of tender opened before 30 th Sept., audited Balance Sheets, Profit and Loss Statements and other financial statements of the five Financial Years immediately preceding the previous Financial Year may be adopted for evaluating the credentials of the Bidder.

- In case JV is permitted the following provisions will apply:

Page 34: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

34

Large Works (Not applicable in this tender)

For each Partner, the highest Annual Turnover in any of the last five Financial Years will be considered and the weighted figure for the current Financial Year will be worked out as described in Para 1 (Note 3). This should not be less than the figure arrived at by multiplying the minimum Annual Turnover stipulated for the Bidder in Qualification Criterion multiplied by the percentage of financial participation by that partner in the JV. Each partner should satisfy this requirement and thus automatically JV will satisfy the criterion of minimum Annual Turnover.

Normal Works (Not Applicable in this Tender) The Partner-in-charge/Lead Member shall singly meet this criterion. 2. WORK EXPERIENCE a) Similar Works Experience

(i)For works in normal areas (other than difficult areas)

The firm should have completed successfully in its/his own name at least one similar work of minimum value of Rs. 19.4 Lacs OR at least two similar works each of minimum value of Rs. 12.2 Lacs OR at least three similar works each of minimum value of Rs. 9.72 Lacs during the last 5 (five) years prior to the last stipulated date for submission of bid. Credential certificates issued by Govt. organizations/ Semi Govt. Organizations/ Public Sector Undertakings/ Autonomous bodies of Central State Govts./ Municipal bodies/ Public limited companies listed in Stock exchange in India or Abroad, shall only be accepted for assessing the eligibility of a tenderer (ii) For works in difficult areas (North East States, J&K, Jharkhand,

Chattisgarh and Andaman & Nicobar Islands) (Not Applicable)

The Bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture, at least one similar work of minimum value of Rs. ____ OR at least two similar works each of minimum value of Rs. ____ during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cutoff date shall not be considered.

- A weightage of 5% (compounded annually from the date of completion of the work to the submission of the Bid) shall be given for equating the value of works of the previous years to the current year.

Similar Works

Similar Works shall mean the work of Installation, Testing and Commissioning of any 11 kV or above substation work and/or switchyard work and/or distribution/transmission line work.

Notes:

Page 35: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

35

- Only such works shall be considered where physical completion of entire work is over or commissioning of work has been done, whichever is earlier.

- The Bidder should submit the details of such similar completed works as per the format at Proforma-1 enclosed.

- Works carried out by another Contractor on behalf of the Bidder on a back to back basis will not be considered for satisfaction of the Qualification Criterion by the Bidder.

- Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations/ Public Sector Undertakings/ Autonomous bodies of Central/State Governments / Municipal bodies/ Public Ltd. Cos. listed in Stock Exchange in India or abroad shall only be accepted for assessing the eligibility of a Tenderer.

- The cutoff date shall be calculated backwards from the last stipulated date for submission/ opening of Tender i.e. for a Tender which is being opened on 06.08.2011, the cutoff date shall be 07.08.06.

- In case JV is permitted the following provisions will apply: Large Works (Not applicable in this tender)

All the partners shall jointly meet this criterion. Normal Works

b) Construction Experience in key activities/specified components (Not Applicable)

(Not Applicable in this tender) The Partner-in-charge/Lead Member shall singly meet this criterion.

To qualify for award of the contract, each Bidder in his own name or as a member of a Joint Venture should have, in the last five Years prior to the last stipulated date for submission of the Bid, executed the following key activities in any one work* / more than one work* (* Strike out whichever is not applicable).

……………………………………………………………………………………………………………………………………………………………………………………………… (Ideally only very few and that too, specialized components of the work may be specified at the discretion of NIT approving authority).

Notes: - The work satisfying the criterion for a particular key activity may be

different from a work satisfying the criterion for another key activity.

Page 36: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

36

- The Bidder should furnish with his Bid a tabular statement giving contract-wise quantities of key activities / specialized components executed in the last 5 years which meet the Qualification Criterion along with documentary proof in support thereof (indicating page nos.).

- Even if a work has not been completed but if the specified quantity of the key activity has been completed, the same shall be taken into consideration for the purpose of this criterion.

- Any work executed by the Bidder as a member of a Joint Venture will be accepted provided there is documentary proof in support of the same either in the MOU/ Agreement of the JV or in a declaration by the other Members of that JV or the Client confirming that the specialized work was actually executed by the Bidder.

- In case JV is permitted the following provisions will apply: Large Works (Not Applicable)

All the partners shall jointly meet this criterion.

Normal Works (Not Applicable) Same as for large works.

3. SOLVENCY CERTIFICATE (Not Applicable)

A Solvency Certificate of minimum solvency of Rs.----- (suggested format at Proforma 2) from a Scheduled Bank issued not earlier than 6 months from the last date for submission of tender is required to be submitted by the bidder.

- The certificate so produced by the Bidder may be got verified from the issuing Bank.

Notes:

- In case JV is permitted the following provisions will apply:

- Large Works (Not Applicable) For each Partner, the figure in the Solvency Certificate issued as

above in favour of that Partner, should be not less than the minimum Solvency figure stipulated for the Bidder in the Qualification Criterion multiplied by percentage of financial participation by that Partner in the JV.

Normal Works (Not Applicable)

Page 37: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

37

The Partner-in-charge/Lead Member shall singly meet this criterion. 4 The applicant firm should have a positive Net Worth as per the last

audited financial statement. 5. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN

CASE OF BOTH LARGE AND NORMAL WORKS

a)

b)

Sub-Contractor’s Experiences and Resources Sub-Contractors’ Experiences and Resources will not be taken into

account in determining the Bidder’s compliance with the qualifying criteria.

If the Bidder is a wholly owned subsidiary of a company, the experience and resources of the owner/parent company or its other subsidiaries will not be taken into account. However, if the Bidder is a Company, the Experience and Resources of its subsidiaries will be taken into consideration.

6. DECLARATION BY THE BIDDER

Even though the Bidders may meet the above qualifying criteria, they are subject to be disqualified if they have

Experiences and Resources of the Parent Company and other subsidiary companies

a) Made misleading or false representation in the forms, statements and attachments in proof of the qualification requirements. In such a case, besides Tenderer’s liability to action

under para 10.4 of Instructions to Tenderers, the Tenderer is liable to face the penalty of banning of business dealings with him by RITES.

b) Records of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

c) Their business banned or suspended by any Central/State Government Department/ Public Undertaking or Enterprise of Central/State Government and such ban is in force.

d) Not submitted all the supporting documents or not furnished the relevant details as per the prescribed format.

A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/- duly attested by Notary/Magistrate should be submitted as per format given in Performa 3 enclosed.

Page 38: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

38

Proforma-1

LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION COMPLETED DURING THE LAST 5

YEARS

S. No. Client's Name and

Address

Name of the Work &

Location

Scope of work

carried out by

the Bidder

Agreement / Letter of Award No. and date

Contract Value Date of start

Date of Completion Reasons for delay in completion

if any

Ref. of document (with page

no.) in support of meeting

Qualification Criterion

Awarded Actual on completion

As per LOA/ Agreement

Actual

SEAL AND SIGNATURE OF THE BIDDER

Page 39: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

39

Note : 1. In support of having completed above works, attach self attested copies of

the completion certificate from the owner/client or Executing Agency / Consultant appointed by owner / Client indicating the name of work, the description of work done by the Bidder, date of start, date of completion (contractual & actual) and contract value as awarded and as executed by the Bidder . “Contract Value” shall mean gross value of the completed work including cost of materials supplied by the owner/client but excluding those supplied free of cost.

2. Such Credential certificates issued by Govt. Organizations/ Semi Govt. Organizations / Public Sector Undertakings / Autonomous bodies of Central or State Government / Municipal Bodies / Public Ltd. Co. listed on BSE/NSE shall only be accepted for assessing the eligibility of a Tenderer. In case of a Certificate from a Public Limited Co., the Bidder should also submit documentary proof that the Public Ltd. Co. was listed on BSE or NSE when the work was executed for it.

3. Information must be furnished for works carried out by the Bidder in his own name or proportionate share as member of a Joint Venture. In the latter case details of contract value including extent of financial participation by partners in that work should be furnished.

4. If a Bidder has got a work executed through a Subcontractor on a back to

back basis, the Bidder cannot include such a work for his satisfying the Qualification Criterion even if the Client has issued a Completion Certificate in favour of that Bidder.

5. Use a separate sheet for each partner in case of a Joint Venture. 6. Only similar works completed during the last 5 years prior to the last

stipulated date for submission of Bid, which meet the Qualification Criterion need be included in this list.

Page 40: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

40

Proforma 2 (Not Applicable)

SOLVENCY CERTIFICATE FROM A NATIONALISED

OR A SCHEDULED BANK

This is to certify that to the best of our knowledge and information, M/s ____________________, having their registered office at _____________, a customer of our Bank, is a reputed company with a good financial standing and can be treated as solvent to the extent of Rs. ___________. This certificate is issued without any guarantee or risk and responsibility on the Bank or any of its officers.

Signature with date

Senior Bank Manager (Name of Officer issuing the Certificate)

Name, address & Seal of the Bank/ Branch

Note: Banker’s Certificate should be on letter head of the Bank.

Page 41: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

41

Proforma 3

DECLARATION BY THE BIDDER

(Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary / Magistrate)

This is to certify that We, M/s. __________________________, in submission of this offer confirm that:- i) We have not made any misleading or false representation in the forms,

statements and attachments in proof of the qualification requirements; ii) We do not have records of poor performance such as abandoning the work,

not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

iii) No Central / State Government Department/ Public Sector Undertaking or

Enterprise of Central / State Government has banned/suspended business dealings with us as on date.

iv) We have submitted all the supporting documents and furnished the relevant

details as per prescribed format. v) List of Similar Works satisfying Qualification Criterion indicated in Proforma

1 does not include any work which has been carried out by us through a Subcontractor on a back to back basis.

vi) The information and documents submitted with the Tender and those to be

submitted subsequently by way of clarifications / making good deficient documents are correct and we are fully responsible for the correctness of the information and documents submitted by us.

vii) We understand that in case any statement/information/document furnished

by us or to be furnished by us in connection with this offer, is found to be incorrect or false, our EMD in full will be forfeited and business dealings will be banned.

SEAL, SIGNATURE & NAME OF THE BIDDER

Signing this document

Page 42: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

42

ANNEXURE I A

CHECK LIST OF DOCUMENTS TO BE SUBMITTED 1. a)

BY BIDDERS OTHER THAN JOINT VENTURES

i) Annual Financial Turnover (Not Applicable) - Annual financial turnover for each of the last 5 Financial Years

in tabular form. - Self attested copies of Auditor’s Report along with the Balance

Sheet and Profit and Loss Statement for the relevant Financial Year in which the minimum criterion is met (Refer Notes under Para 1 of Annexure I).

ii) Work Experience - Similar Work Experience : Proforma 1 of Annexure I with

details of 1, 2 or 3 works as the case may be, which satisfy requisite qualification criterion with self attested copies of supporting document (Refer Para 2a of Annexure I).

- Construction Experience in Key Activities/Specialized Components: Tabular Statement giving contract-wise quantities executed in last 5 years along with documentary proof in support of having met the criterion (Refer Para 2b of Annexure I).

iii) Solvency Certificate (Not Applicable)

Suggested format at Proforma 2 of Annexure I (Refer Para 3 of Annexure I)

iv) Declaration by Bidder

Proforma 3 (Refer Para 6 of Annexure I)

v) Integrity Pact (Not applicable in this Tender) : duly signed and witnessed in the format at Annexure VIII (Refer para 12.7 of NIT & Instructions to Tenderers)

b) BY JOINT VENTURE PARTNERS FOR “LARGE WORKS”

(Not Applicable)

Page 43: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

43

(1)

By Partner-in-Charge/Lead Member

i) JV MOU/Agreement (Refer Para 2.4 of NIT & Instructions to Tenderers)

ii) Power of Attorney (Refer Para 2.4 of NIT & Instructions to Tenderers)

iii) Annual Turnover : As in a(i) above iv) Work Experience

- Similar Work Experience: As in (a) (ii) above - Construction Experience in Key activities/ specialised

components: As in (a) (ii) above. v) Solvency Certificate: As in (a) (iii) above. vi) Net worth : As in (a) (IV) above. vii) Declaration by Bidder: As in (a) (v) above. viii) Integrity Pact: duly signed and witnessed, as in (a) (vi) above. (2)

By Partners other than Partner-in-Charge/Lead Member

i) Annual Turnover: As in (a) (i) above) ii) Work Experience

- Similar Work Experience: As in (a) (ii) above - Construction Experience in Key activities/specialized

components: As in (a) (ii) above. iii) Solvency Certificate: As in (a) (iii) above. iv) Net Worth: As in (a) (IV) above. v) Declaration by Bidder: As in (a) (v) above.

c)

BY JOINT VENTURE PARTNERS FOR “NORMAL WORKS” (Not applicable for this Tender)

(1)

By Partner-in-Charge/Lead Member

i) JV MOU/Agreement (Refer Para 3.4 of NIT & Instructions to Tenderers)

ii) Power of Attorney (Refer Para 3.4 of NIT & Instructions to Tenderers)

iii) Annual Turnover: As in a(i) above – to meet 100 % of requirement as per criterion

iv) Work Experience Similar Work Experience : As in (a) (ii) above – to meet

100% of requirement as per criterion Construction Experience in Key activities/specialised

components: As in (a) (ii) above. v) Solvency Certificate: As per (a) (iii) above – To the extent of

100% financial participation vi) Net Worth: As in (a) (IV) above.

Page 44: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

44

vii) Declaration by Bidder: As in (a) (v) above. vi) Integrity Pact: duly signed and witnessed, as in (a) (vi)

above.

(2)

By Partners other than Partner-in-Charge/Lead Member

i) Work Experience: Construction experience in Key Activities/ Specialized Components: As in (a) (ii) above.

ii) Declaration by Bidder: As in (a) (v) above.

Page 45: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

45

ANNEXURE II A

QUALIFICATION INFORMATION/CHECKLIST OF DOCUMENTS LETTER OF TRANSMITTAL BY OTHER THAN JOINT VENTURES

(On letter head of the Applicant) From To _____________ REMCL ._________ (Authority Inviting Tender) Sir,

Sub: Submission of Qualification information /documents as per Checklist. 1. I/We hereby submit the following documents in support of my/our satisfying

the Qualification Criteria laid down for the work:- a) Self attested copy of a certificate, confirming that the applicant is a

working contractor or has executed any work within the last five years reckoned from the date of opening of Tender, issued by Railways, CPWD, MES, DOT, RITES, State PWD or any other Central/State Government Undertaking, Municipal Body, Autonomous Body of Central or State Government or Public Limited Company listed on NSE/BSE.

b) Work Experience i) Similar Work Experience :- In Proforma 1 with details of 1 / 2

/ 3 works as applicable and self attested copies of supporting documents as mentioned therein.

ii) Construction experience in key activities / specialized components:

Tabular Statement giving contract wise quantities executed in last 5 years with documentary proof.

2. In addition the following supporting documents are also enclosed.

a) Self attested copy of Partnership Deed/Memorandum and Articles of

Association of the Firm. b) Self attested copies of PAN/TAN issued by the Income Tax

Department. c) Declaration – Proforma 3 d) Self attested copy of Sales Tax, Works Contract Tax, Service Tax

Registration Certificate (as applicable). e) Self attested copy of Registration under Labour Laws, like PF, ESI

etc. f) Self attested copy of ISO 9000 Certificate (if any) g) Integrity Pact (Not applicable): duly signed and witnessed.

Page 46: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

46

3. I authorize you to approach any Bank, Individual, Employer, Firm or Corporation, whether mentioned in the enclosed documents or not, to verify our competence and general reputation.

4. I also enclose written Power of Attorney of the signatory of the Tender on

behalf of the Tenderer.

Yours faithfully, Encl: As in Paras 1, 2 & 4

Signature of Applicant with Name _________________

Date with seal

Page 47: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

47

ANNEXURE II B (L) (Not Applicable)

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS

– LETTER OF TRANSMITTAL BY JOINT VENTURE

(FOR LARGE WORKS COSTING OVER Rs.30 CRORES) (To be signed by the Lead Member on his Letter Head)

From

To ______________ REMCL.___________ (AUTHORITY INVITING TENDER) Sir, Subject: Submission of Qualification Information/ documents as per Checklist. 1. As the Lead Member of the Joint Venture, I/We hereby submit the following

documents in support of our JV: a) Self certified copy of the Joint Venture Agreement/Memorandum of

Understanding. b) Power of Attorney in my/our favour as the Lead Member executed by the

authorized representatives of all the members. c) Self attested copy of Sales Tax, Works Contract Tax, and Service

Registration Certificate (as applicable). d) Self attested copy of Registration under Labour Laws, like PF, ESI etc. e) Self attested copy of ISO 9000 Certificate (if any) f) Integrity Pact (where applicable) – Duly signed and witnessed.

2) I/We also enclose the following documents pertaining to each of the

Partners including Lead Partner duly signed by the Authorized representative of each Partner/Member of J.V.

i) Qualification Criteria

a) Self attested copy of a certificate, confirming that the applicant is a working contractor or has executed any work within the last five years reckoned from the date of opening of Tender, issued by Railways, CPWD, MES, DOT, RITES, State PWD or any other Central/State Government Undertaking, Municipal Body, Autonomous Body of Central or State Government or Public Limited Company listed on NSE/BSE.

b) Annual Turnover

Page 48: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

48

- Annual financial turnover for each of the last 5 Financial Years in tabular form.

- Self attested copy of Auditor’s Report along with the Balance Sheet

and Profit and Loss Statement and Schedules for the relevant Financial Year in which the minimum criterion is met, with calculations in support of the same.

c) Work Experience - Similar Works Experience :- In Proforma 1 with details of 1 / 2 / 3

works as applicable and self attested copies of supporting documents as mentioned therein.

- Construction experience in key activities / specialized components:- Tabular Statement giving contract wise quantities executed in last 5

years with documentary proof.

d) Solvency Certificate - Proforma 2. e) Net Worth - The applicant firm should have a positive Net Worth as per

the last audited financial statement. (ii) Other Supporting Documents

a) Self attested copy of Partnership Deed/Memorandum and Articles of Association of the Firm.

b) Self attested copy of PAN/TAN issued by Income Tax Department. c) Declaration – Proforma 3

3) I/We authorize you to approach any Bank, Individual, Employer, Firm or Corporation, whether mentioned in the enclosed documents or not, to verify the competence and general reputation of each Member of our JV.

4) I also enclose written Power of Attorney of the signatory of the Tender on behalf of the Tenderer.

Encl: As in Paras 1, 2 & 4

Yours faithfully,

Signature of Applicant with Name Date and Seal

Page 49: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

49

ANNEXURE II B (N) (Not Applicable in this tender)

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS

- LETTER OF TRANSMITTAL BY JOINT VENTURE

(FOR NORMAL WORKS COSTING BETWEEN Rs.1 CRORE and Rs.30 CRORES)

(To be signed by the Lead Member in his Letter Head) From To ___________________________

REMCL.________________

(AUTHORITY INVITING TENDER) Sir, Subject: Submission of Qualification Information/ documents as per Checklist. As the Lead Member of the Joint Venture, I/We hereby submit the following documents in support of our JV: Details pertaining to JV a) Self certified copy of the Joint Venture Agreement / Memorandum of

Understanding. b) Power of Attorney in my/our favour as the Lead Member executed by the

authorized representatives of all the members. c) Self attested copy of a certificate, confirming that each Member of JV is a

working contractor or has executed any work within the last five years reckoned from the date of opening of Tender, issued by Railways, CPWD, MES, DOT, RITES, State PWD or any other Central/State Government Undertaking, Municipal Body, Autonomous Body of Central or State Government or Public Limited Company listed on NSE/BSE.

d) Self attested copy of Sales Tax, Works Contract Tax, Service Registration Certificate (as applicable).

e) Self attested copy of Registration under Labour Laws, like PF, ESI etc. f) Self attested copy of ISO 9000 Certificate ( if any) g) Integrity Pact (where applicable) duly signed and witnessed. Details pertaining to Lead Member (i) Qualification Criteria a) Annual Turnover

Page 50: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

50

- Annual financial turnover for each of the last 5 Financial Years in a tabular form.

- Self attested copy of Auditor’s Report along with the Balance Sheet

and Profit and Loss Statement and Schedules for the relevant Financial Year in which the minimum criterion is met, with calculations in support of the same.

b) Work Experience

- Similar Works Experience: - In Proforma 1 with details of 1 / 2 / 3

works as applicable and self attested copies of supporting documents as mentioned therein.

- Construction experience in key activities/ specialised components:- Tabular Statement giving contract wise quantities executed in last 5 years with documentary proof.

c) Solvency Certificate - Proforma 2. d) Net Worth - The applicant firm should have a positive Net Worth as per the

last audited financial statement. ii) Other supporting documents a) Declaration – Proforma 3 b) Self attested copy of PAN/TAN issued by the Income Tax Department. 2) I/We also enclose the following documents pertaining to each of the other

Partners of J.V. duly signed by the Authorized representative of each Partner/Member of J.V. i) Qualification Criteria - Work experience - Construction experience in key activities/ specialised components:-

As per para i (b) above as for Lead Member. ii) Other Supporting Documents

Self attested copy of Partnership Deed/ Memorandum and Articles of Association of the firm.

3) I/We authorize you to approach any Bank, Individual, Employer, Firm or Corporation whether mentioned in the enclosed documents or not, to verify the competence and general reputation of each Member of our JV.

Page 51: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

51

4) I also enclose written Power of Attorney of the signatory of the Tender on behalf of the Tenderer.

Yours faithfully,

Encl: As in Paras 1, 2 & 4

Signature of Applicant with Name Date and Seal

Page 52: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

52

ANNEXURE III (Not Applicable)

DRAFT MEMORANDUM OF UNDERSTANDING

EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE (On each firm’s Letter Head)

From _______________ _______________ To REMCL_______________ Dear Sir, Re: REMCL Tender Notice No.________________ dated _______ for_____

(Name of Work) We wish to conform that our company / firm (delete as appropriate) has formed a Consortium with _____ (insert names of all other members of the group) for purposes associated with your Tender No.__________ (Members who are not the Lead Member of the Consortium should add the following Paragraph) * * The Consortium is led by _________ (insert name of the Lead Member) whom we hereby authorize to act as leader on our behalf for the purposes of submission of Bid for ____ (name of work) and to incur liabilities and receive instructions for and on behalf of any and all the partners of the Joint Venture/Members of the Consortium. For this purpose we have executed a Power of Attorney in favour of ______ (name of the Lead Member) (Member who is the Lead Member of the Consortium should add the following paragraph)** ** In this Consortium we act as Lead Member and for the purposes of bidding for the work, represent the Consortium. Till the award of work, the Lead Partner shall furnish Bid bond and all other bonds/guarantees to the Employer on behalf of the Joint Venture, which shall be legally binding on all the partners of the Joint Venture. In the event of our Consortium being awarded the contract we agree to be jointly with ________ (insert names of all other members of the Consortium) and severally liable to REMCL, its successors and assigns for all obligations, liabilities, duties and responsibilities arising from or imposed by the contract subsequently entered into between REMCL and our Consortium.

Page 53: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

53

The precise responsibility of the Lead Member and other Members of the Consortium in respect of planning, design, construction equipment, key personnel, work execution and financing of the Work including Percentage of financial participation by each Member will be as indicated in the Annexure. These shall not be varied/ modified subsequently without your prior approval. We further agree that entire execution of the contract shall be carried out exclusively through the Lead Member. In case our Bid is successful, the Joint Venture Agreement incorporating the above provisions will be executed within 15 days of receipt of Letter of Acceptance from you and shall be registered at the place where the Agreement will be signed, so as to be legally valid and binding on all Members of the Consortium. We agree that the Joint Venture Agreement shall be valid during the entire currency of the Contract including the period of extension if any, and the maintenance period after the work is completed. We further confirm that we shall open a Bank Account in the name of JV and all payments due to the JV shall be made by you by crediting to that Account. To facilitate statutory deductions such as towards Income Tax and VAT made from the amounts due to us against our bills, being credited to the concerned Government departments, we shall obtain PAN/TIN number etc. as required and advise you the details before claming our first on-account bill. We affirm that the Integrity Pact with the Employer in the format at Annexure VIII (if applicable) shall be signed by the Lead Member duly witnessed, on behalf of the Joint Venture/Consortium. All Members including the Lead Member shall comply with the provision in the Integrity Pact and any violation of the Integrity Pact by any Member shall be construed as violation by the Joint Venture/Consortium. Encl: Annexure. Yours faithfully, Signature ____________ (Name of Signatory)___________ (Capacity of signatory)_________ Seal Witness 1 Witness 2 Name Name Address Address Occupation Occupation

Note: 1. To be executed by each Member of the Consortium individually.

Page 54: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

54

ANNEXURE IV

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY

POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing the Power of Attorney). We, M/s.______ (name of the firm/company with address of the registered office) hereby constitute, appoint and authorise Mr./Ms.______ (Name and residential address) who is presently employed with us and holding the position of ______ and whose signature is given below as our Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid for the work _____ (name of work), including signing and submission of application / proposal, participating in the meetings, responding to queries, submission of information / documents and generally to represent us in all the dealings with RITES or any other Government Agency or any person, in connection with the works until culmination of the process of bidding, till the Contract Agreement is entered into with REMCL and thereafter till the expiry of the Contract Agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall always be deemed to have been done by us. (Add in the case of a Consortium/Joint Venture) Our firm is a Member/Lead Member of the Consortium of ___________, _________ and ___________. Dated this the _____ day of ______ 20 (Signature and name of authorized signatory being given Power of Attorney) ___________ (Signature and name in block letters of *All the partners of the firm, * Authorized Signatory for the Company) (* Strike out whichever is not applicable) Seal of firm/ Company Witness 1: Witness 2:

Page 55: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

55

Name: Name: Address: Address: Occupation: Occupation: Notes: - In case the Firm / Company is a Member of a Consortium/ JV, the

authorized signatory has to be the one employed by the Lead Member. - 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 executants(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

Page 56: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

56

ANNEXURE V (Not Applicable)

FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM

/ JOINT VENTURE

(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the company who is issuing the Power of Attorney) Whereas ______ REMCL has invited bids for _______ (Name of work) for and on behalf of ________ as an Agent /Power of Attorney Holder. Whereas, the Members of the Consortium comprising of M/s.________, M/s.______, M/s.______ and M/s._______ (the respective names and addresses of the registered offices to be given) are interested in bidding for the work and implementing the same in accordance with the terms and conditions contained in the bid documents. Whereas, it is necessary for the members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do, for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium’s bid for the work. NOW THIS POWER OF ATTORNEY WITNESSETH THAT We, M/s._________ , M/s ________ and M/s_________hereby designate M/s. ______ being one of the members of the Consortium, as the Lead Member of the Consortium, to do on behalf of the Consortium, all or any of the acts, deeds or things necessary or incidental to the Consortium’s bid for the work, including submission of application proposal, participating in meetings, responding to queries, submission of information/documents and generally to represent the Consortium in all its dealings with REMCL or any other Government Agency or any person, in connection with the work until culmination of the process of bidding till the contract agreement is entered into with REMCL and thereafter till the expiry of the contract agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us/Consortium. Dated this the ________ day of _______ 20_______________ (Signature and Name in Block letters of *All the Partners of the firm / * Authorized Signatory for the Company) ____________ (* Strike out whichever is not applicable)

Page 57: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

57

Seal of firm / Company Witness 1 Witness 2 Name: Name: Address: Address: Occupation: Occupation: Notes: - To be executed by all the members individually, in case of a Consortium. - 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 executants (s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

Page 58: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

58

ANNEXURE VI

(FORM OF LETTER OF ACCEPTANCE) (By REGD POST / ACK.DUE)

(On the letter head of REMCL)

NO. : REMCL/ Dated:

To

_________________aggregate

(Name & Address of the Contractor)

Dear Sirs,

Sub: TENDER No. FOR THE WORK OF

Ref: Your Tender dated _________________ and letters dated

_____________

and this office letter Nos. ___________ dated___________ in reply to the

same.

This is to notify you that your Tender for the work under reference has been accepted by the Competent Authority of REMCL for a total Contract Price of Rs. _______ (Rupees _____________only) in its capacity as an Agent /Power of Attorney Holder acting for and on behalf of ______ (the Employer). Pursuant to Clause 1 of the Contract, you are required to furnish irrevocable Performance Guarantee for an amount equivalent to 5% (Five percent) of the Contract Price and an Additional Performance Guarantee for an amount of Rs. ------------ (if applicable). The Guarantee Bonds aggregating for an amount of Rs.______________ are required to be submitted within ___ days of issue of this Letter of Acceptance. Bank Guarantees issued by the following Banks will not be acceptable _____________________ (Names of Banks _________) The time of ________months allowed for execution of the work will be reckoned from the date of start as defined in Schedule F or from the first day of the handing over of the site, whichever is later, in accordance with phasing, if any, indicated in tender document. You are requested to contact _________ (complete designation and address of the Project Coordinator) for carrying out the contract.

Page 59: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

59

You are also requested to attend this office within Twenty Eight days from the date of issue of this letter for execution of the formal agreement. It may be noted that no payment shall be made for any work carried out by you till the Agreement is executed and till such time the Performance Guarantee and Additional Performance Guarantee (where applicable) has/have been submitted by you. This Letter of Acceptance is being sent to you in duplicate and you are requested to return without delay one copy of the letter duly signed and stamped, as a token of your acknowledgement. Kindly note that this Letter of Acceptance thereof shall constitute a binding Contract between us pending execution of formal Agreement. Your letters as well as this office letters referred to above shall form part of the Contract.

Yours faithfully,

REMCL

Agent / Power of Attorney Holder

For and on behalf of______ (The Employer)

Copy to:

1. ___________ (The Employer) for information.

(To be included on the Original sent to the Contractor)

2. Project Coordinator (Complete designation and address)

3. Associated Finance (Not in original)

Page 60: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

60

ANNEXURE VII

FORM OF AGREEMENT

(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE) Agreement No. ________ dated _________

THIS AGREEMENT is made on ________ day of ______ Two thousand ________ between Railway Energy Management Company ltd.(REMCL) a Government of India Enterprise and a Company registered under Companies Act, 1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi - 110092 and its Corporate Office at Central wing, RITES BHAWAN, Plot No.1, Sector 29, Gurgaon (Haryana) representing through ____________, REMCL acting for and on behalf of and as an Agent /Power of Attorney Holder of _____ hereinafter called the Employer (which expression shall, wherever the context so demands or requires, include their successors in office and assigns) on one part and M/s.______ hereinafter called the Contractor (which expression shall wherever the context so demands or requires, include his/ their successors and assigns) of the other part. WHEREAS the Employer is desirous that certain works should be executed viz.___________ (brief description of the work) and has by Letter of Acceptance dated ____ accepted a tender submitted by the Contractor for the execution, completion, remedying of any defects therein and maintenance of such works at a total Contract Price of Rs. ______ (Rupees ______________ only) NOW THIS AGREEMENT WITNESSETH as follows:- 1. In this Agreement words and expressions shall have the same meaning as

are respectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents in conjunction with addenda/ corrigenda to Tender

Documents shall be deemed to form and be read and construed as part of this agreement viz.

The Letter of Acceptance dated______. Priced Schedule (Bill) of Quantities Notice Inviting Tender and Instructions to Tenderers. RITES Tender and Contract Form Special Conditions Schedules A to F. Technical Specifications Drawings Amendments to Tender Documents (List enclosed) General Conditions of Contract (read with Correction Slip Nos. 1 to --) comprising of

(i) Conditions of Contract (ii) Clauses of Contract

Page 61: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

61

(iii) RITES Safety Code (iv) RITES - Model Rules for the protection of Health and Sanitary

arrangements for Workers (v) RITES – Contractor’s Labour Regulations.

3. In consideration of the payment to be made by the Employer to the

Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute, complete, remedy defects therein and maintain the works in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay to the Contractor in consideration of

the execution, completion, remedying of any defects therein and maintenance of the works, the contract price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused their respective common seals to be hereinto affixed (or have herewith set their respective hands and seals) the day and year first above written.

SIGNED, SEALED AND DELIVERED BY ____________________________ In the capacity of _____ On behalf of M/s. _________

(The Contractor)

In the presence of

Witnesses (Signature, Name & Designation) 1. 2.

______________________________ representing REMCL In the capacity of Agent / Power of Attorney Holder For and on behalf of _________

(The Employer) In the presence of Witnesses (Signature, Name & Designation) 1. 2.

Page 62: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

62

ANNEXURE VIII (Not Applicable)

INTEGRITY PACT

Between

REMCL. acting for and on behalf of and as an Agent / Power of Attorney Holder of State Trading Corporation of India Ltd. hereinafter called the

“Employer” AND ____________ hereinafter referred to as "The Bidder/Contractor" Preamble The Employer intends to award the contract for , Installation and commissioning of the Metering Infrastructures of 0.2s class ABT and related CT&PT of similar type, including but not limited to ‘Inspection, Testing and Installation of Metering Infrastructure (item 1 above) and Liasioning work with concerned government authorities as and when required. The Employer values full compliance with all relevant laws and regulations, and economic use of resources, and of fairness and transparency in his relations with the Bidder/s and/or contractor/s. In order to achieve these goals, the Employer will appoint an Independent External Monitor (IEM) who will monitor the Tender process and execution of the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Employer

(1) The Employer commits himself to take all measures necessary to prevent corruption and to observe the following principles:-

1. No employee of the Employer, personally or through family

members, will in connection with the tender or for the execution of the contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

2. The Employer will, during the tender process, treat all Bidders with

equity and reason. The Employer will in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential/additional information

Page 63: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

63

through which the Bidder could obtain an advantage in relation to the tender process or the contract execution.

3. The Employer will exclude from the process all known prejudiced

persons. (2) If the Employer obtains information on the conduct of any of his employees

which is a criminal offence under the IPC (Indian Penal Code) /PC (Prevention of Corruption) Act, or if there be a substantive suspicion in this regard, the Employer will inform its Chief Vigilance Officer and in addition can initiate disciplinary action.

Section 2 – Commitments of the Bidder/Contractor

(1) The Bidder/Contractor commits himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

1. The Bidder/Contractor will not directly or through any other person or

firm, offer, promise or give to any of the Employer’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

2. The Bidder/Contractor will not enter with other Bidders into any

undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions, to restrict competitiveness or to introduce cartelization in the bidding process.

3. The Bidder/Contractor will not commit any offence under the relevant

IPC/PC Act; further the Bidder/ Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Employer as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

4. The Bidder/Contractor will, when presenting his bid, disclose any and

all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

Page 64: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

64

(2) The Bidder/ Contractor will not instigate third persons to commit offences

outlined above or be an accessory to such offences.

Section 3-Disqualification from tender process and exclusion from future contracts

If the Bidder/Contractor, before award or during execution has committed a transgression through a violation of Section 2 above, or in any other form such as to put his reliability or credibility in question, the Employer is entitled to disqualify the Bidder/Contractor from the tender process or take action as per the procedure mentioned in the "Guideline on banning of business dealing” annexed and marked as Annexure "A".

Section 4- Compensation for Damages

(1) If the Employer has disqualified in terms of the provisions in Section 3, the Bidder/Contractor from the tender process prior to the award of contract, the Employer is entitled to demand and recover the damages equivalent to Earnest Money Deposit/ Bid Security.

(2) If the Employer has terminated the contract during execution in terms of the

provisions under Section 3, the Employer shall be entitled to demand and recover from the Contractor the damages equivalent to Earnest Money Deposit, Security Deposits already recovered and Performance Guarantee, which shall be absolutely at the disposal of the Employer.

Section -5 Previous transgression

(1) The Bidder/ Contractor declares that no previous transgression occurred in the last 3 years with any other Company in any country conforming to the Anti-Corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

(2) If the Bidder/Contractor makes incorrect statement on this subject, he can

be disqualified from the tender process or action can be taken as per the procedure mentioned in "Guideline on banning of business dealing".

Section -6 Equal treatment of all Bidders/Contractors/Sub-Contractors

Page 65: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

65

(1) The Bidder/Contractor undertakes to demand from all partners/sub-contractors (if permitted under the conditions/ clauses of the contract) a commitment to act in conformity with this Integrity Pact and to submit it to the Employer before signing the contract.

(2) The Bidder/ Contractor confirms that any violation by any of his

partners/sub-contractors to act in conformity with the provisions of this Integrity Pact can be construed as a violation by the Bidder/Contractor himself, leading to possible Termination of Contract in terms of Section 4.

(3) The Employer will disqualify from the tender process all bidders who do not

sign this Pact or violate its provisions.

Section 7- Criminal charges against violating Bidders/Contractors/Sub-Contractors

If the Employer obtains knowledge of conduct of a Bidder, Contractor or Partners/Sub-Contractor, or of an employee or a representative or an associate of a Bidder, Contractor or Sub-Contractor, which constitutes corruption, or if the Employer has substantive suspicion in this regard, the Employer will inform the same to its Chief Vigilance Officer.

Section -8 Independent External Monitor/Monitors

(1) The Employer shall appoint competent and credible Independent External Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and will perform his functions neutrally and independently. He will report to the CEO/REMCL

(3) The Bidder/Contractor accepts that the Monitor has the right of access without restriction to all Project documentation of the Employer including that provided by the Contractor. The Contractor 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 Partners/Sub-Contractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/Contractor/Partners/Sub-Contractor with confidentiality.

(4) The Employer will provide to the Monitor 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 Employer

Page 66: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

66

and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices or has reason to believe that violation of the

agreement by the Employer or the Bidder/ Contractor, has taken place, he will request the Party concerned to discontinue or take corrective action, or to take any other relevant action. The Monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner or refrain from action or tolerate action.

(6) The Monitor will submit a written report to the CEO/REMCL. Within 8-10

weeks from the date of reference or intimation to him by the Employer and should the occasion arise, submit proposal for correcting problematic situations.

(7) If the Monitor has reported to the CEO/REMCL of a substantiated suspicion

of an offence under relevant IPC/PC Act, and the CEO/REMCL has not, within reasonable time, taken visible action to proceed against such offender or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner.

(8) The word Monitor would include both singular and plural.

Section – 9 Pact Duration This pact begins when both parties have legally signed it. It expires for the Contractor when his Security Deposit is released on completion of the Maintenance Period and for all other Tenderers six months after the Contract has been awarded. If any claim is made/lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact specified above, unless it is discharged/determined by CEO/REMCL

Section 10 Other Provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction shall be as stated in the Contract Agreement.

(2) Changes and supplements as well as termination notices need to be made

in writing.

Page 67: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

67

(3) If the Contractor is a partnership or a consortium, this agreement must be signed by the Partner in charge/ Lead Member nominated as being incharge and who holds the Power of Attorney signed by legally authorized signatories of all the partners/Members. The Memorandum of Understanding /Joint Venture Agreement will incorporate a provision to the effect that all Members of the Consortium will comply with the provisions in the Integrity Pact to be signed by the Lead Member on behalf of the Consortium. Any violation of Section 2 above by any of the Partners/Members will be construed as a violation by the consortium leading to possible Termination of Contract in terms of Section 3

(4) Should one or several provisions of this agreement turn out to be invalid,

the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

REMCL Agent / Power of Attorney Holder _________________________ _________________________ (For & on behalf of the Employer) (For the Bidder/Contractor) (Office Seal) (Office Seal) Place:………………………… Date:………………………. Witness 1: (Name & Address) ----------------------------- ----------------------------- ----------------------------- ----------------------------- Witness 2 (Name & Address) ----------------------------- ----------------------------- ----------------------------- -----------------------------

Page 68: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

68

ANNEXURE IX

(Applicable in this tender) MANDATE FORM

To REMCL ----------------- ----------------- ----------------- Dear Sir, Authorization for payments through Electronic Fund Transfer System (RTGS/NEFT) We hereby authorize REMCL to make all our payments, including refund of Earnest Money, through Electronic Fund Transfer System (RTGS/NEFT). The details for facilitating the payments are given below:

(TO BE FILLED IN CAPITAL LETTERS)

1 NAME OF THE BENEFICIARY

2 ADDRESS WITH PIN CODE

3 (A)TELEPHONE NO. WITH STD CODE

(B)MOBILE NO.

4 BANK PARTICULARS

A BANK NAME

B BANK TELEPHONE NO. WITH STD CODE

C BRANCH ADDRESS WITH PIN CODE

D BANK FAX NO. WITH STD CODE

E 11 CHARACTER IFSC CODEOF THE BANK (EITHER ENCLOSE A CANCELED CHEQUE OR OBTAIN BANK CERTIFICATE AS APPENDED)

F BANK ACCOUNT NUMBER AS APPERAING ON THE CHEQUE BOOK

G BANK ACCOUNT TYPE (TICK ONE) SAVING/ CURRENT/ LOAN/ CASH CREDIT/ OTHERS

H IF OTHERS, SPECIFY

5 PERMANENT ACCOUNT NUMBER (PAN)

6 E-MAIL ADDRESS

Page 69: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

69

I/We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit is not affected at all for reasons of incomplete or incorrect information, I/We would not hold REMCL. Responsible. Bank charges for such transfer will be borne by us. Date________ SIGNATURE

(AUTHORISED SIGNATORY)

Name___________________

BANK CERTIFICATION

It is certified that the above mentioned beneficiary holds bank account No. _______________________ with our branch and the Bank particulars mentioned above are correct. Date__________ SIGNATURE

(AUTHORISED SIGNATORY)

Name_________________ OFFICIAL STAMP

Page 70: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

70

ANNEXURE-A

Guidelines on Banning of Business Dealings 1. Introduction 1.1 REMCL, being a Public Sector Enterprise and ‘State’, within the meaning of

Article 12 of Constitution of India, has to ensure preservation of rights enshrined in Chapter III of the Constitution. REMCL has also to safeguard its commercial interests. It is not in the interest of REMCL to deal with Agencies who commit deception, fraud or other misconduct in the execution of contracts awarded / orders issued to them. In order to ensure compliance with the constitutional mandate, it is incumbent on REMCL to observe principles of natural justice before banning the business dealings with any Agency.

1.2 Since banning of business dealings involves civil consequences for an

Agency concerned, it is incumbent that adequate opportunity of hearing is provided and the explanation, if tendered, is considered before passing any order in this regard keeping in view the facts and circumstances of the case.

2. Scope 2.1 The procedure of (i) Suspension and (ii) Banning of Business Dealing with

Agencies, has been laid down in these guidelines. 2.2 It is clarified that these guidelines do not deal with the decision of the

Management not to entertain any particular Agency due to its poor / inadequate performance or for any other reason.

2.3 The banning shall be with prospective effect, i.e., future business dealings. 3. Definitions

In these Guidelines, unless the context otherwise requires: i) `Bidder / Contractor / Supplier’ in the context of these guidelines is

indicated as ‘Agency’.

ii) ‘Competent Authority’ and ‘Appellate Authority’ shall mean the following: a) The Director shall be the ‘Competent Authority’ for the

purpose of these guidelines. CEO/REMCL shall be the ‘Appellate Authority’ in respect of such cases.

Page 71: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

71

b) CEO/REMCL shall have overall power to take suo-moto action

on any information available or received by him and pass such order(s) as he may think appropriate, including modifying the order(s) passed by any authority under these guidelines.

iii) ‘Investigating Department’ shall mean any Department, Division or

Unit investigating into the conduct of the Agency and shall include the Vigilance Department, Central Bureau of Investigation, the State Police or any other department set up by the Central or State Government having powers to investigate.

4. Initiation of Banning / Suspension:

Action for banning / suspension business dealings with any Agency should be initiated by the department/ unit having business dealings with them after noticing the irregularities or misconduct on their part.

5. Suspension of Business Dealings

5.1 If the conduct of any Agency dealing with REMCL is under investigation by

any department, the Competent Authority may consider whether the allegations under investigation are of a serious nature and whether pending investigation, it would be advisable to continue business dealing with the Agency. If the Competent Authority, after consideration of the matter including the recommendation of the Investigating Department/Unit, if any, decides that it would not be in the interest to continue business dealings pending investigation, it may suspend business dealings with the Agency. The order to this effect may indicate a brief of the charges under investigation. The order of such suspension would operate for a period not more than six months and may be communicated to the Agency as also to the Investigating Department.

The Investigating Department/Unit may ensure that their investigation is completed and whole process of final order is over within such period.

5.2 As far as possible, the existing contract(s) with the Agency may be

continued unless the Competent Authority, having regard to the circumstances of the case, decides otherwise.

5.3 If the Agency concerned asks for detailed reasons of suspension, the

Agency may be informed that its conduct is under investigation. It is not necessary to enter into correspondence or argument with the Agency at this stage.

5.4 It is not necessary to give any show-cause notice or personal hearing to the

Agency before issuing the order of suspension. However, if investigations are not complete in six months time, the Competent Authority may extend

Page 72: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

72

the period of suspension by another three months, during which period the investigations must be completed.

6. Grounds on which Banning of Business Dealings can be initiated 6.1 If the security consideration, including questions of loyalty of the Agency to

the State, so warrants; 6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is

convicted by a Court of Law for offences involving moral turpitude in relation to its business dealings with the Government or any other public sector enterprises or REMCL, during the last five years;

6.3 If there is strong justification for believing that the Directors, Proprietors,

Partners, owner of the Agency have been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolations, etc;

6.4 If the Agency employs a public servant dismissed / removed or employs a

person convicted for an offence involving corruption or abetment of such offence;

6.5 If business dealings with the Agency have been banned by the Govt. or any

other public sector enterprise; 6.6 If the Agency has resorted to Corrupt, fraudulent practices including

Misrepresentation of facts; 6.7 If the Agency uses intimidation / threatening or brings undue outside

pressure on the Company (REMCL) or its official in acceptance / performances of the job under the contract;

6.8 If the Agency indulges in repeated and / or deliberate use of delay tactics in

complying with contractual stipulations; 6.9 Based on the findings of the investigation report of CBI / Police against the

Agency for malafide / unlawful acts or improper conduct on his part in matters relating to the Company (REMCL) or even otherwise;

6.10 Established litigant nature of the Agency to derive undue benefit; 6.11 Continued poor performance of the Agency in several contracts;

(Note: The examples given above are only illustrative and not exhaustive. The Competent Authority may decide to ban business dealing for any good and sufficient reason).

7. Banning of Business Dealings

Page 73: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

73

7.1 A decision to ban business dealings with any Agency shall apply throughout

the Company. 7.2 If the Competent Authority is prima-facie of view that action for banning

business dealings with the Agency is called for, a show-cause notice may be issued to the Agency as per paragraph 8.1 and an enquiry held accordingly.

8. Show-cause Notice 8.1 In case where the Competent Authority decides that action against an

Agency is called for, a show-cause notice has to be issued to the Agency. Statement containing the imputation of misconduct or mis-behaviour may be appended to the show-cause notice and the Agency should be asked to submit within 30 days a written statement in its defence. If no reply is received, the decision may be taken ex-parte.

8.2 If the Agency requests for inspection of any relevant document in

possession of REMCL, necessary facility for inspection of documents may be provided.

8.3 After considering the reply of the Agency and other circumstances and facts

of the case, a final decision for Company-wide banning shall be taken by the Competent Authority. The Competent Authority may consider and pass an appropriate speaking order: a) For exonerating the Agency if the charges are not established; b) For banning the business dealing with the Agency.

8.4 The decision should be communicated to the Agency concerned along with a

reasoned order. If it decided to ban business dealings, the period for which the ban would be operative may be mentioned.

9. Appeal against the Decision of the Competent Authority 9.1 The Agency may file an appeal against the order of the Competent Authority

banning business dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall be preferred within one month from the date of receipt of the order banning business dealing, etc.

9.2 Appellate Authority would consider the appeal and pass appropriate order

which shall be communicated to the Agency as well as the Competent Authority.

10. Review of the Decision by the Competent Authority

Page 74: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

74

Any petition / application filed by the Agency concerning the review of the banning order passed originally by Competent Authority under the existing guidelines either before or after filing of appeal before the Appellate Authority or after disposal of appeal by the Appellate Authority, the review petition can be decided by the Competent Authority upon disclosure of new facts /circumstances or subsequent development necessitating such review.

11. Circulation of the names of Agencies with whom Business Dealings have been banned.

11.1 Depending upon the gravity of misconduct established, the Competent Authority of REMCL may circulate the names of Agency with whom business dealings have been banned, to the Ministry of Railways and PSUs of Railways, for such action as they deem appropriate.

11.2 If Ministry of Railways or a Public Sector Undertaking of Railways request

for more information about the Agency with whom business dealings have been banned a copy of the report of Inquiring Authority together with a copy of the order of the Competent Authority/ Appellate Authority may be supplied.

12. Restoration 12.1 The validity of the banning order shall be for a specific time & on expiry of

the same, the banning order shall be considered as "withdrawn". 12.2 In case any agency applies for restoration of business prior to the expiry of

the ban order, depending upon merits of each case, the Competent Authority which had passed the original banning orders may consider revocation of order of suspension of business/lifting the ban on business dealings at an appropriate time. Copies of the restoration orders shall be sent to all those offices where copies of Ban Orders had been sent.

Page 75: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

75

ANNEXURE- X

(Applicable in this Tender)

NO DEVIATION CONFIRMATION To, REMC. Ltd. Plot No.1 Sector 29 Gurgaon Dear Sir, We understand that any deviation/exception in any form may result in rejection of bid. We , therefore, certify that we have not taken any exception/ deviations anywhere in the bid and we agree that if any deviation/ exception is mentioned or noticed, our bid may be rejected.

Place: [Signature of authorized

Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 76: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

76

Section - 2

TENDER & CONTRACT FORM

Page 77: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

77

Index

S.No. Para Particular Page No. Section -2

1 Tender & Contract Form 78-80

Page 78: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

78

SECTION 2

TENDER AND CONTRACT FORM FOR WORKS

To CEO/REMCL REMCL Ltd. Plot No.1 Sector-29, Gurgaon-122001

Sub: TENDER FOR THE WORK OF ______________________________________________________ ______________ (TENDER No. _____________________________ ISSUED BY ________________)

TENDER 1. I/We have read and examined the Notice Inviting Tender and Instructions to

Tenderers, Special Conditions, Schedules A to F, Technical Specifications, Drawings, Schedule / Bill of Quantities and General Conditions of Contract as well as other documents and rules referred to in GCC and all the details contained in the Tender Document for the work.

2. I/We hereby tender for the execution and completion of the work and

remedy any defects therein, specified in the Schedule of Quantities within the time specified in Schedule “F”, and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Notice Inviting Tender and Instructions to Tenderers and in Clause 11 of the Clauses of Contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

3. We agree that our tender shall remain valid for a period of 90 days from the

due date for submission of bid or extended date as stipulated and not to make any modifications in its terms and conditions.

4. A sum of Rs. ___________ (Rupees _________ only) is hereby forwarded

in the form of Banker’s cheque/Pay Order /Demand Draft issued in favour of REMCL Ltd., payable at _________ as the Earnest Money.

Page 79: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

79

5. If I/We withdraw my/our tender during the period of tender validity or before

issue of Letter of Acceptance whichever is earlier or make modifications in the Terms and Conditions of the Tender which are not acceptable to the Employer, then the Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit entire Earnest Money absolutely.

6. If I/We fail to furnish the prescribed Performance Guarantee and Additional

Performance Guarantee (if applicable) within prescribed period, I/We agree that the said Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit the said Earnest Money absolutely.

7. If, I/We fail to commence the work within the specified period, I/We agree

that the Employer shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the Earnest Money and Performance Guarantee and Additional Performance Guarantee (if applicable) absolutely.

8. Further, I/We hereby agree that in case of forfeiture of Earnest Money or

both Earnest Money & Performance Guarantee and Additional Performance Guarantee (if applicable) as aforesaid in paras 5 to 7, I/We shall be debarred from participation in re-tendering process of the work.

9. On issue of Letter of Acceptance by the Employer, I/We agree that the said

Earnest Money shall be retained by the Employer towards Security Deposit, to execute all the works referred to in the Tender document upon the Terms and Conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule F at rates as stipulated in relevant Clauses of contract and those in excess of that limit at the rates to be determined in accordance with the provisions contained in Clauses 12.2 and 12.3 of the tender form.

10. I/We hereby agree that I/ We shall sign the Formal Agreement with the

Employer within 7 days from the date of issue of Letter of Acceptance. In case of any delay, I/We agree that we shall not submit any Bill for Payment till the Contract Agreement is signed.

11. I/We hereby declare that I/We shall treat the tender documents, drawings

and other records connected with the work as secret/confidential documents and shall not communicate information derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the Employer/State.

Page 80: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

80

12. I/We hereby declare that I/We have not laid down any condition/deviation to any content of Technical Bid and/or Financial Bid. I/We agree that in case any condition is found to be quoted by us in the Technical and/or Financial Bid, my/our Tender may be rejected.

13. I/We understand that the Employer is not bound to accept the lowest or any tender he may receive. I/We also understand that the Employer reserves the right to accept the whole or any part of the tender and I/We shall be bound to perform the same at the rates quoted.

14. Until a formal agreement is prepared and executed, this bid together with our

written acceptance thereof shall constitute a binding contract between us and REMCL.

15. I am/We are signing this Tender offer in my / our capacity as one/those

authorized to sign on behalf of my/our company/as one holding the Power of Attorney issued in my favour as Lead Member by the Members of the Joint Venture.

Signature of Authorized Person/s Date Name/s & Title of Signatory Name of Tenderer Postal Address Seal Witness Signature Name Postal Address Occupation

Page 81: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

81

Section - 3

SPECIAL CONDITIONS

Page 82: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

82

Index S. No. Para Particular Page No.

Section -3 Special Conditions

1 1.0 General 83 2 2.0 Sub-contractor 83 3 3.0 Inspection & Approval of the work by

local authority 83

4 4.0 Training 83 5 5.0 Pre-delivery Inspection & approval 84 6 6.0 Tender drawings and Shop Drawings 84 7 7.0 Documents to be furnished on

completion of installation 84-85

8 8.0 Performance Testing at Site 85 9 9.0 Guarantee 85

10 10.0 Watch and Ward of Installation 85 11 11.0 Co-ordination 86 12 12.0 Handing over the works on

completion 86

13 13.0 Compliance to Standards/Specifications-

86-87

14 14.0 Co-ordination with other Agency 87 15 15.0 Compliance to bye-laws 87 16 16.0 Samples and prior approval 87 17 17.0 Performance test of the installations 87 18 18.0 Terms of payment 87-88 19 19.0 Clarifications of discrepancies 88 20 20.0 Additional Performance Guarantee 88 21 21.0 Application for electric supply/ liaison 89 22 22.0 Defect liability period 89

Page 83: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

83

SPECIAL CONDITIONS

1. GENERAL:

The following Special Conditions shall be read in conjunction with General Conditions of Contract. If there are any provisions in these Special Conditions, which are at Variance with the provisions in the above-mentioned documents, the Provisions in this Special Conditions shall take precedence.

2. Sub-contractor:- Tenderer, if wishes to associate sub-contractors for any of the discipline/section of the work shall state so in his technical bid. Such sub-contractors should at least be registered with CPWD or MES or Railways or P&T or any other central/state Govt. /PSU in the appropriate class of contractors eligible for tendering for such section of the work.

3. INSPECTION & APPROVAL OF THE WORK BY LOCAL AUTHORITY

Northern Railway has processed an application for availing open access at BBMB’s Grid substation for their 66kV circuits feeding to Ballabhgarh TSS. As per Regulations of Open Access, the metering along with infrastructure should be of Availability Based Tariff (ABT) compliant. The present metering equipment including CTs & PTs etc. are not conforming to requirements of STOA.

Accordingly, the bidder’s scope of work is to Supply/Procurement, Installation,

Testing and Commissioning of ABT compliant metering infrastructure of accuracy class 0.2s/0.2 at their own cost as per prescribed guidelines of HVPNL/DHBVNL including necessary liaison for obtaining all necessary clearances & approvals from statuary authorities of HVPNL/DHBVN/BBMB or as the case may be for commencing Open Access and to continue the same up to a period of year from the date of commencement. The assets are to be handed over to the DHBVN/HVPNL/BBMB after commissioning and commencement of Open Access by the bidder.

Any fee payable to the statutory authority for obtaining approvals/clearance is

required to be paid by the contractor. However the necessary reimbursement of the fee deposited by the contractor to any statutory authority (as mentioned above) will be made on production/submission of the valid documentary proof/evidence.

4. Training: The contractor has to provide on-site training to the client staff and

also operate the system (if required) for a period of one month from the date of handing over free of cost.

Page 84: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

84

5. Pre-delivery Inspection & approval: The contractor shall offer the pre-delivery inspection of all the materials at manufacturers work to the Engineer-in-charge. The intimation for such inspections shall be given at least 07 days in advance from the date of proposed inspection. RITES along with CLIENT representative may inspect any/all the materials required in this project. All the testing facilities and all the consumables including the fuel etc. shall be provided by the contractor and nothing extra shall be paid on this account.

6. Tender drawings and Shop Drawings:

The work shall be executed as per latest working drawings to be prepared by the contractor after award of work and submitted to the Engineer-in-charge/appropriate statutory authority for approval. The Drawings & data provided are for guidance to the contractor. The exact dimensions, location, distance & levels etc shall be governed by the space conditions. The equipment offered shall be suitable for installation in the spaces shown in these drawings / available at site. The contractor shall prepare and submit to REMCL/ appropriate statutory authority for approval detailed shop/working drawings of all works on award of the work. Two set of all such working drawings shall be submitted to REMCL/ appropriate statutory authority for approval, including such changes as may have been suggested by the Engineer-in-charge as required at the earliest - within 07 days of awarding of the work. The contractor shall also take parallel action (after award of work) for submission of applications along with the drawings, documents & details etc. to various Statutory Bodies/Authorities for obtaining their approval/clearances, as necessary.

The contractor shall re- submit 4 sets of all the working drawings to the REMCL within 7 days from date of receiving comments if any from the REMCL after incorporating the comments.

Completion Drawings: After completion of work, the contractor shall have to submit the 4 sets of hard copies + 1 Tracing + 3 Soft Copy (in ‘Auto CAD’ applicable version) in CD of the drawings related to work.

7. DOCUMENTS TO BE FURNISHED ON COMPLETION OF INSTALLATION Six sets of the following shall be furnished to REMCL/CLIENT by the contractor on completion of the work:-

a) Completion Drawings as per Clause 7 above. i. Manufacturer’s catalogues of all equipment and accessories, operation

and maintenance manuals of all major equipment, detailing all adjustments, operation and maintenance procedure. c) Manufacturer’s Guarantee / Warrantee certificates of all the

equipments & materials etc.

Page 85: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

85

d) Clearances/approval of various Statutory Bodies/Authorities for this system if any.

e) Any other information the Engineer-in-charge may deem fit. No completion certificate will be issued until the above drawings and documents are submitted to the Engineer-in-charge.

8. Performance Testing at Site: After completion of erection at site & a preliminary warm up period, acceptance trial run of a minimum period of 7 days duration shall be conducted at site. The trial shall be conducted in the presence of the Engineer-in-charge/ appropriate statutory authority/statutory body and the test results shall be recorded in an approved format. The contractor at his cost shall provide all facilities labour, instruments, materials and consumables etc. as required for the test. Tests proving the satisfactory performance of all operating gear and safety functions and controls shall be carried out. All calibrated instruments, materials, load configuration, fuel, lubricating oil and labour required for carrying out of the test shall be provided by the contractor free of cost. The contractor shall give ample notice of the test to the Engineer-in-charge/ appropriate statutory authority/statutory body.

All such equipments shall be tested for calibration at any approved laboratory, If required by the Engineer-in-charge. All testing equipment shall be preferably located in special room meant for the purpose.

9- Guarantee The contractor shall guarantee the complete Installation for a period of 12 months from the date of commencement of Open Access or the date of handing over the plant to DHBVN whichever is later. During this period, the contractor shall also facilitate necessary liaison for STOA to REMCL/northern Railway.

10. Watch and Ward of Installation:- The contractor shall be fully responsible for the maintenance including

watch and ward of all the installations provided by him until the works are handed over to client/Northern Railway/REMCL/ Appropriate statutory authority.

Thereafter, the work can be handed over to the Client along with all

inventories, completion plans etc. as required.

Page 86: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

86

11- CO-ORDINATION:

The Contractor shall co-operate with any other agency working in the same

project, compare plans, specifications and the time schedules and so arrange his work that there will be no interference. The Contractor shall forward to the Engineer-in-charge all correspondence and drawings so exchanged. Failure to check plans for conditions will render the contractor responsible for bearing the cost of any subsequent change found necessary or damages done.

However, contractor shall afford necessary facilities to execute the work simultaneously with other agencies executing the works like electrification, horticulture, external services and other building works for the same project. REMCL/Northern Railway shall entertain no claim on this account.

The work shall be executed in close Coordination with the HVPNL/BBMB. This being the essence of the contract, an activity chart clearly showing critical areas should be furnished before commencing the work but not later than 7 days from issued of LOA, for proper monitoring and coordination

12- HANDING OVER THE WORKS ON COMPLETION:

On satisfactory completion of all the works as per the provision of the Contract, the Contractor shall hand over the works to the HVPNL/BBMB through client/Northern Railway. The Contractor shall ensure that all the testing commissioning & trial run operation of all the system are simultaneously carried out so as to make the same functional immediately on completion. It shall be the responsibility of the contractor to obtain clearances from all the Statutory Bodies like HVPNL, BBMB, DHBVN etc required for the installations prior to commissioning & handing over the same after completion of work, For commencement of STOA and upto one year from final commencement of STOA. The contractor has to submit the test reports, manufacturer manual. Also refer relevant IS code/CPWD/HVPNL/BBMB/DHBVN specifications for inspection of material, as applicable.

13. Compliance to Standards/Specifications- All material to be used on works shall bear I.S. Certification work unless

otherwise the make specified in the item or special conditions appended with the tender document. In case I.S. marked materials or the materials mentioned in the tender document are not used due to non-availability, the materials used shall conform to I.S. code or CPWD Specifications applicable in this contract. In such cases the Engineer-in-charge shall satisfy himself about the quality of such materials and give his approval in writing. Only articles classified as “First Quality” by the manufacturers shall be used unless otherwise specified. All materials not having I.S. marking shall be tested as per provision of the Mandatory Tests in CPWD

Page 87: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

87

Specifications and the relevant IS specifications. The Engineer-in-charge may relax the condition regarding testing if the quantity of materials required for the work is small. For the products bearing ISI certification work, no further testing is required at site. In all such cases of use of IS certified materials, proper proof of procurement of materials from authentic manufactures shall be provided by the contractor to the satisfaction of Engineer-in-charge.

14. Co-ordination with other Agency- Other agencies doing work of electrification, Lifts work, other building work,

horticulture work etc. for this project will also simultaneously execute the works and the contractor shall afford necessary facilities for the same. The contractor shall leave such necessary holes, openings, etc. for laying/burying in the work pipes, cables, conduits, clamps boxes and hooks for fan clamps, etc. as may be required for the electric, sanitary, air-conditioning, fire-fighting, PA system, telephone system, C.C.T.V. system etc. and nothing extra over the agreement rates shall be paid for the same.

15. Compliance to bye-laws:- The work shall be carried out in a manner complying in all respects with the

requirements of relevant bye-laws of local body under the jurisdiction of which the work is to be executed or as directed by the Engineer-in-charge and nothing extra shall be paid on this account.

16. Samples and prior approval

For items, where so required, samples shall be prepared before starting the particular items of work for prior approval of the engineer-in-charge and nothing extra shall be payable on this account.

17. PERFORMANCE TEST OF THE INSTALLATIONS

The contractor shall give a performance test of the entire installation(s) for 7 days as per standard specifications before the work is finally accepted and nothing extra whatsoever shall be payable to the contractor for the test.

No payment shall be made without test certificate of the items.

18. TERMS OF PAYMENT:

a) 70% of quoted rate (on pro-rata basis) as per Contract against supply of material at site in good condition accompanied by ‘ín-Principle’ approval for commencement of STOA and other relevant test certificates and documents after deducting towards any recovery as per contract.

b) 20% of quoted rate (on pro-rata basis) as per Contract against satisfactory

installation of equipment at site after deducting towards any recovery as per contract and the payment already made.

c) 10% of quoted rate as per Contract upon successful testing, commissioning, of installation, successful handing over of installation including submission of final approval from the various Statutory Bodies/Authorities or any other Statutory

Page 88: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

88

Body and final commencement of STOA after deducting towards any recovery as per contract and the payments already made.

19. CLARIFICATIONS OF DISCREPANCIES

In the case of Discrepancies between the schedules of quantity, the specifications and/ or the Drawings, the following order of preference shall be followed. 1. Description of schedule of quantities.

2. Specific conditions & Technical Specifications and Special

Conditions, if any.

3. Drawings.

4. CPWD/DHBVN/HVPNL/BBMB Specifications.

5. Indian Standard Specifications of BIS

6. IEC Standard:-IEC 62053-21,22,23 and any other Indian

Standard/IEC for CT-PT & ABT meter, as applicable.

20. Additional Performance Guarantee:

The contractor will also be required to deposit additional Performance Guarantee of an amount as determined by the Employer to take care of the unbalanced bid by the Contractor in relation to the Employer’s estimate of the cost of the work for some identified items. Clause 1 of Contract will be applicable for the additional Performance Guarantee on the following:

i) Form in which can be deposited

ii) Period of validity and when it will be refunded to the

contractor

iii) Circumstances under which the Employer can make a

claim on the Additional Performance Guarantee.

(When L-1 offer is less than 90% of the justified/market rate analysis cost, the bid should be treated as unbalanced. The workability of the rates should be assessed. For this purpose, the L-1 bidder shall be advised to produce detailed price analysis for any or all items on Bill of quantities to demonstrate the inherent consistency of those prices with the construction methods and schedule proposed. If on evaluation, the rate/price analysis is not found to be satisfactory, the L-1 bidder should be asked to furnish additional performance guarantee to the extent the total quoted cost is lower than 90% of justified cost/market rate analysis cost.)

Page 89: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

89

21. APPLICATION FOR ELECTRIC SUPPLY/ LIASION (Not Appilcable) The Contractor shall be responsible for filing and follow up application for electric supply to the project. The contractor shall carry out all the liaison work required for obtaining electric supply at site commencing from filing of application. This liaison shall be deemed to be a part of the contract. The contractor shall be responsible for obtaining the NOC from Electrical/Fire safety Inspector of the State/Area/Electrical.

22. DEFECT LIABILITY PERIOD The defect liability should is one year reckoned from the date of issue of completion certificate by REMCL for the completed work which will be issued after completion of the above noted work or commencement of Open Access whichever is later. The above period is also termed as maintenance period. Throughout the above maintenance period of one year sufficient staff and material/ equipments etc. will be arranged by the contractor to enable to carry out the repairs/ rectifications immediately whenever pointed out by REMCL. All defects noticed during the period of the contract also during the defect liability period of 12 months after completion of the work except those pertaining to leakage / dampness and termite attack which are governed by respective clause of contact should be completely and satisfactorily rectified by the contractor within a reasonable period without any extra payment for the same. In case defects are such as cannot be rectified or the contractor fails to rectify these satisfactorily or completely, REMCL reserves the right to get the rectification work done at the risk and cost of the contractor. During this period, the bidder will facilitate liaison STOA for obtaining necessary clearances and NOC necessary for continuance of STOA to REMCL/Northern Railway. The decision of REMCL in this regard should be final and binding on the contractor and should be beyond purview of the dispute settlement clause 25 of General conditions of contract.

Page 90: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

90

Section - 4

SCHEDULES A TO F

Page 91: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

91

Index

S.No. Para Particular Page No. Section -4

Schedules A to F 92-98

Page 92: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

92

SECTION 4 PROFORMA OF SCHEDULES

(Operative Schedules to be supplied separately to each intending Tenderer)

SCHEDULE ‘A’ Schedule of quantities ( As per Bill of Quantities attached)

(BOQ attached with Financial Bid)

SCHEDULE ‘B’ –

Schedule of materials to be issued to the contractor. (Refer Clause 10 of Clauses

of Contract)

S.No Description of items

Quantity Rates in Figures & words at which the material will be charged to the contractor

Place of Issue

1 2 3 4 5

- Not Applicable -

SCHEDULE ‘C’ –

Tools and plants to be hired to the contractor. (Refer clause 34 of Clauses of

Contract).

S.No Description Hire charges per day Place of Issue 1 2 3 4

- Not Applicable -

SCHEDULE ‘D’

Extra schedule for specific requirements/documents for the work, if any.

- Not Applicable -

SCHEDULE ‘E’ –

Page 93: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

93

Schedule of components of Cement, Steel, other materials, POL, Labour etc .for price escalation. (Refer Clause 10CC of Clauses of Contract). (To be worked out and filled by NIT approving authority. The Components and their

percentages may be modified depending on the nature of work).

CLAUSE 10 CC (Not Applicable) Component of Cement (Xc)

expressed as percent of total value of work _______%

Component of steel (X5)

expressed as percent of total value of work ______%

Component of other materials (XM) (except cement & steel)

expressed as per cent of total value of work 70%

Component of labour (Y)

expressed as percent of total value of work 30 %

Component of P.O.L (Z)

expressed as percent of total value of work _______%

______________

Total 100 %_

SCHEDULE ‘F’ Reference to General Conditions of Contract

Name of Work:. “Metering Infrastructure up-gradation work confirming to the requirement of HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of Ballabhgarh TSS of Northern Railway.”

Estimated cost of work Rs. - 24,30,000/-

Earnest money: Rs. 25,000/-

Performance Guarantee (Ref. Clause 1) 5% of Tendered value.

Security Deposit: (Refer clause 1A) 5% of Tendered value

Notice Inviting Tender and Instruction to Tenderers Chief Executive Officer inviting tender: Officer/REMCL

Page 94: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

94

CONDITIONS OF CONTRACT Definitions

2 (iv) Employer NR

2(v) Engineer-in-Charge JGM

2(vii) Accepting Authority GM/CEO

2(ix) Percentage on cost of materials and labour to cover all 15% Overheads and profits. 2(x) Standard Schedule of Rates Non-Shcedule Items, As per relevant

specification of HVPNL/DHBVN/BBMB 2(xiii) Date of commencement of work 7 days from the date of issue of LOA or the first date of handing over of site

whichever is earlier.

9 (a) (ii) General Conditions of Contract RITES General Conditions of Contract July 2011 Edition (with upto date

correction slips) CLAUSES OF CONTRACT Clause 1 (i) Time allowed for submission of P.G. from the date of issue of Letter of Acceptance subject 15 days. to maximum of 15 days Maximum allowable extension beyond the period provided in (i) Above subject to a maximum of - 7 days Clause 2 Authority for fixing compensation under GM/CEO Clause 2 (Authority competent to accept Tender)

Page 95: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

95

Clause 2A Whether Clause 2A shall be applicable NO Clause 5 5.1 (a) Time allowed for execution of work 2 months from the date of start Date of start 7 days from the date of issue of Letter of Acceptance or the first Date of handing over of site whichever is earlier. 5.1 (b) TABLE OF MILESTONE(S) (Not Applicable) S.No Description of Milestone

(Physical) Time allowed in days (from date of start)

Amount to be withheld in case of non achievement of milestone

1 2 3 4 Clause 5A – Shifting of stipulated date of completion Competent Authority Accepting Authority as clause 2(vii) of Conditions of specified in Contract Clause 6 A Whether Clause 6 or 6A applicable 6*/6A* (Clause 6 is applicable) Clause 7 Gross work to be done together with net payment/adjustment of advances for material collected, if any, since the last such Not Applicable payment for being eligible to interim payment Clause 10A i) Whether Material Testing Laboratory is to be provided at site. NO

Page 96: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

96

ii) If “YES” list of equipments to be provided Refer Annexure ------- (to

be attached)

Clause 10 B Whether Clause 10 B(ii) to (v) applicable NO Clause 10 CC Whether Clause 10CC applicable NO Clause 11 Specifications to be followed for execution For CPWD DSR Items:- of work CIVIL WORKS CPWD Specifications 2009 Vol. I & II .

ELECTRICAL WORKS CPWD General Specifications Part I Internal 2005 Part II External 1994 Part III Lifts & Escalators

2003 Part IV Substations 2007

(a) Instrument Transformers & Energy Meter

i) Current Transformer ii) Potential Transformer iii) Energy Meter As per relevant specifications of DHBVN/RVPNL/BBMB

Part V Wet Riser Sprinkler System 2006 Part VI Heating, Ventilation & Air Conditioning Works 2005 Part VII DG Sets 2006 For Non DSR Items and items of

Specialized nature in Railway Works etc.

Page 97: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

97

Technical Specifications under Section No. 5.

Clause 12 Clause 12 Clause 12.2, 12.3 & 12.5

Deviation Limit beyond which Clauses 12.2, 12.3 & 12.5 shall apply

i) For Non-foundation items

Plus 25%. Minus No limit ii) For Foundation Items Plus 100% Minus No limit

Note:- For Earthwork, individual classification quantity can vary to any extent but overall Deviation Limits will be as above.

12.5 Definition of Foundation item if other than that described in Clause 12.5

Not applicable

Clause 16 Competent Authority for deciding reduced rates

CEO/REMCL

Clause 18 List of mandatory machinery, tools & plants to be deployed by the Contractor at site:- (N.A.)

1._______________ _ 2._________________ 3.____________________ 4.________________ 5._________________ 6.____________________ Clause 25

25 (i) Appellate Authority Director/RITES

Appointing Authority CMD/RITES Clause 36 (i) & (iii)

Minimum Qualifications & Experience required and Discipline to which should belong

(a) Site Engineer

Graduate with 5 years experience or retired Assistant Engineer possessing at least recognized diploma in Engineering.

(b) Discipline to which the

Principal Technical Representative should Belong

Elect./Mech.

Page 98: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

98

Clause 42

i)(a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates printed by CPWD

Not Applicable

ii) Variations permissible on theoretical quantities.

Not Applicable

a) Cement

- for works with estimated cost put to tender not more than Rs.5 lakhs

Not Applicable

-for works with estimated cost put to tender more than Rs.5 lakhs

Not Applicable

b) Bitumen for All Works Not Applicable c)Steel Reinforcement and

structural steel sections for each diameter, section and category

Not Applicable

d) All other materials Nil Clause 46

Whether Clause 46.11.1A applicable NO

Whether Clause 46.13A applicable NO Clause 46.17

City of Jurisdiction of Court New Delhi Clause 47.2.1

Sum for which Third Party Insurance to be obtained.

Rs. 5.00 Lakhs per occurrence with the number of occurrences limited to four.

Clause 55 Whether clause 55 shall be applicable.

NO

If yes, time allowed for completion of sample floor/unit.

Not Applicable.

Page 99: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

99

.

Section – 5 & 6

TECHNICAL SPECIFICATIONS & DRAWINGS

Page 100: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

100

Index S.No. Para Particular Page No.

Section- 5 & 6 Technical Specification & Drawings

1 1 Standard specifications issued by CPWD 101 2 2 Standard specifications issued by

Ministry of Surface Transport 102

3 3 Standard specifications issued by Indian Railways

102

4 4 List of approved make 102 5 5 Single line Key diagram of 220kV sub-

station BBMB Ballabhgarh (indicating Railway Circuit-I & II.

105

6 6 Special specifications(not covered by any of the above standard specifications )

6.1 Application for Short Term Open Access (STOA) by Northern Railways

106-120

6.2 HVPNL technical Specification No. HPDS/S-85/HPM-465/Vol-II (july,2013)

121-148

6.3 HVPNL Technical Specification No.HPD/s-76/HPM-466/Prot. (Nov-2012 for CVTs and PTs

149-172

6.4 Technical specification of ABT meter specification No:CSC-46/R-1/DH/UH/P&D/2010-2011

173-194

Page 101: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

101

SECTION 5

TECHNICAL SPECIFICATIONS 1.0 STANDARD SPECIFICATIONS ISSUED BY CPWD 1.1 Civil Engineering Works CPWD Specification 2009 Vol. I & II. These Specifications have replaced

CPWD Specifications 1996 along with Correction Slips issued on them. These Specifications cover all types of Building Works. The specifications are available as a printed document issued by CPWD and also in soft copy PDF Format in CPWD website.

1.2 Electrical Engineering Works

Part No. Description Year of issue I Internal 2005 II External 1994 III Lifts and Escalators 2003 IV Sub Stations 2007 Instrument Transformers &

Energy Meter

i) Current Transformer

ii) Potential Transformer

iii) Energy Meter

V Wet Riser and Sprinkler System 2006 Heating, Ventilations & Air

Conditioning Works. 2005

VI D.G.Sets 2006 The above documents are available as Priced Document issued by CPWD

and in soft copy PDF Format in CPWD website. 1.3 Other Works

Foundation, GI Structure, Metal enclosure & control panel: Construction of Foundation, GI structure, metal enclosure & control panel shall be as per relevant specification of HVPNL/DHBVN.

Page 102: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

102

2.0 STANDARD SPECIFICATIONS ISSUED BY MINISTRY OF SURFACE TRANSPORT

Specifications for Road and Bridge works (Fourth Revision) August 2001 have been published by Indian Road Congress as a priced document. These Specifications cover exhaustively various Road and Bridge works.

3.0 STANDARD SPECIFICATIONS ISSUED BY INDIAN RAILWAYS

Railway Board vide their letter No. 2009/LMD/01/03 dated 14/01/2010 have advised that they have approved issue of “Indian Railways Unified Standard Specifications or Materials and works with corresponding Indian Railways Unified Standard Schedule of items (for rates of Materials and works)”. These documents are to be published by Northern Railway on behalf of Railway Board after the Zonal Railways have made out “Schedule of Rates” as applicable to them based on “Standard Analysis of Rates of items”. These Specifications however cover only Building and Road works generally on the lines of CPWD and Ministry of Surface Transport. They do not cover Track works which are governed by Manuals and RDSO/Indian Railway Specifications. Pending publication of Unified Standard Specifications, the specifications issued by the zonal Railways will be applicable.

4.0 SPECIAL SPECIFICATIONS (NOT COVERED BY ANY OF THE ABOVE

STANDARD SPECIFICATIONS )

1) Indian Origin, ABT compliant, Hermetically Sealed, Outdoor, Oil Cooled, Live Tank Type, Double Core, Current transformer with insulators having creepage distance of 25 mm/kV generally as per HVPNL Technical specification no. HPD/S-85/HPM-465/Vol-II (July-2013) or latest as enclosed at Annexure, . Ratio: 800-400/1-1A Amps Core -1 Core -2 Rated Burden 30 VA 30 VA Accuracy class 0.2S 0.2S ISF <5 <5 Frequency 50 Hz STC 25 kA for 1 Second Voltage level 66 kV, effectively earthed System BIL 72.5 kV Applicable standard IS 2705/1992

2) Indian Origin, ABT compliant, Summation CT, generally as per relevant specification of HVPNL/DHBVN/CEA as enclosed. Ratio 1+1+1/1A Class 0.2s/ Suitable for ABT metering Burden 5VA

Page 103: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

103

3) Indian Origin, ABT compliant, Hermetically Sealed, Outdoor, Oil Cooled, Single Phase, Single Pole Insulated, Electromagnetic Type, Voltage Transformer with Insulators having a creepage distance of 25 mm/kV . Generally as per relevant specification of HVPNL / DHBVN.Specification No. HPD/S-76/HPM-466/Prot. (Nov-2012) enclosed. Ratio : 66 kV 110 V

--------- / -------- √3 √3 WINDING-I

Rated Burden : 10 VA Accuracy Class : 0.2 Frequency : 50 Hz Voltage factor : 1.2 Continuous & 1.5 for 30 Seconds System Condition : 66 kV; effectively earthed system Insulation Level : 72.5 kV Applicable standard : IS 3156/1992

4) Indian Origin, ABT meter, Accuracy Class 0.2S, CT Ratio -/1A, PT Ratio -

/110VAC-1Nos and complete with one set of meter reading instrument ,necessary software and panel generally as per relevant specification of HVPNL / DHBVN. No. CSC-46/R-1/DH/UH/P&D/2010-2011. (Enclosed).

Page 104: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

104

4.0 List of Approved Make

1. The bidder should visit the site and make him -self familiar with the work involved and the make & rating of equipments/accessories already provided at sub-station and should quote accordingly.

2. All material/equipments should conform to latest requirement and technical specifications of HVPNL/DHBVN/BBMB and bidder should take prior approval of respective items from HVPNL/DHBVN/BBMB before procurement.

5.0 Drawings- The following drawings/documents are enclosed with the tender for general guidance 5.1Single line Key diagram of 220kV sub-station BBMB Ballabhgarh (indicating Railway Circuit-I & II. (Enclosed as Annexure Key diagram BBMB) 6.0 Special specifications (not covered by any of the above standard specifications ) 6.1 Application for Short Term Open Access (STOA) by Northern Railways (Enclosed as Annexure SPEC-1) 6.2 HVPNL technical Specification No. HPDS/S-85/HPM-465/Vol-II (july,2013) (Enclosed as Annexure SPEC-2) 6.3 HVPNL Technical Specification No.HPD/s-76/HPM-466/Prot. (Nov-2012 for CVTs and PTs (Enclosed as Annexure SPEC-3) 6.4 Technical specification of ABT meter specification No:CSC-46/R-1/DH/UH/P&D/2010-2011(Enclosed as Annexure SPEC-4) Note: Latest version of the above specifications to be considered after due

approval of HVPN/DHBVN/BBMB.

Page 105: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 106: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 107: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 108: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 109: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 110: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 111: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 112: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 113: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 114: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 115: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 116: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 117: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 118: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 119: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 120: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 121: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-1

HARYANA VIDYUT PRASARAN NIGAM LTD.

TECHNICAL SPECIFICATION

FOR

420kV CT, 245kV, 145kV, 72.5kV & 36kV CTs & NCTs & 12kV NCTs

SPECIFICATION No. HPD/S-85/HPM-465/Vol-II (July, 2013) Chief Engineer/MM Design Directorate, HVPNL, Shakti Bhawan, Sec-6, Panchkula-134109 (Haryana) Tel./Fax No. -0172-2583724 Email:- [email protected] [email protected] CONTENTS

Page 122: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-2

CLAUSE NO. TITLE PAGE NO. 1.0 SCOPE 3

2.0 STANDARDS 3 3.0 SERVICE CONDITIONS 4

4.0 PRINCIPAL PARAMETERS 4 5.0 GENERAL TECHNICAL REQUIREMENTS 6 6.0 TESTS 10 7.0 DOCUMENTATION 10 ANNEXURES I. COREWISE DETAILS FOR A-(i) 420kV CT (2000-1000/1-1A, 2000-1000-500/1-1-1A) 12 B-(i) 245kV TRANSFORMER CTs (450-300/0.577-1-1-1-1A) 12 B-(ii/a) 245kV LINE CUM BUS COUPLER CTs (1200-800-400/1-1-1-1-1A) FOR 220KV S/STNS. 13 B-(ii/b) 245kV LINE CTs (2000-1000/1-1-1-1-1A) FOR 220KV S/STNS. 14 B-(iii) 245kV B/C CT (2400-1200/1-1-1-1A) FOR 400KV S/STNS. 15 B-(iv) 245kV T/F I/C CT (900-600-300/1-1-1-1-1A) 16 B-(v) 245kV NCTs (450-300/1A) 16 C-(i) 145kV T/F I/C CTs (750-500/0.577-1-1-1A) 17 C-(ii) 145kV TRANSFORMER CTs WITH METERING CORE (250-150-100/0.577-1-1-1A) 17 C-(iii) 145kV LINE CT AND 145kV B/C CTs for 132kV S/Stns. (600-300-150/1-1-1A) 18 C-(iv) 145kV NCTs (250-150-100/1A) 18 C-(v) 145kV BUS COUPLER CT (750-500/1-1A) for 160MVA 220/132kV T/Fs 18 D-(i) 72.5kV T/F I/C CTs (1500-1000/0.577-1-1-1A) 19 D-(ii) 72.5kV T/F CTs (300-200-150/0.577-1-1A) FOR 66/11kV T/Fs 19 D-(iii) 72.5kV LINE CT AND 72.5kV B/C CTs (600-300-150/1-1-1A) for 66kV S/Stns. 20 D-(iv) 72.5kV TRANSFORMER INCOMER NCTs (1500-1000/1A) 20 D-(v) 72.5kV NCTs (300-200-150/1A) FOR 66/11kV T/Fs 21 D-(vi) 72.5kV BUS COUPLER CT (1500-1000/1-1A) for 160MVA 220/66kV T/Fs 21 E-(i) 36 kV T/F I/C CTs FOR 132/33KV T/F WITH 26.3KA STC (1000-600-400/0.577-5-5-1A) 22 E-(ii) 36kV T/F I/C CTs FOR 220/33KV T/F WITH 26.3KA STC (2000-1000/0.577-5-5-1A) 22 E-(iii) 36kV LINE CUM CAPACITOR CTs WITH 26.3KA STC (400-300/5-1A) 23 E-(iv) 36kV T/F I/C NCTs (1000-600-400/5A) FOR 132/33KV T/F WITH 26.3KA STC 23 E-(v) 36kV T/F I/C NCTs (2000-1000/5A) FOR 220/33KV T/F ITH 26.3KA STC 23 E-(vi) 36kV Bus Coupler CTs (2000-1000/5A) FOR 220/33KV T/F WITH 26.3KA STC 24 E-(vii) 36kV TRANSFORMER CTs(100-50/5-5A) FOR 4 MVA 33/11KV T/F WITH 26.3KA STC 24 E-(viii) 36kV T/F NCT (100-50/5A) FOR 4 MVA 33/11KV T/F WITH 26.3KA STC 24 F-(i) 12kV NCTs (1800-900/5A) FOR 25/31.5 MVA 25 F-(ii) 12kV NCTs (1200-900/5A) FOR 12.5/16 MVA & 16/20 MVA 25 F-(iii) 12kV NCTs (300-150/5A) FOR 4 MVA 33/11KV T/F 25 II. GUARANTEED TECHNICAL PARTICULARS 26

Page 123: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-3

1.0 SCOPE

1.1 This specification provides for design, engineering, manufacture, testing of out-door instrument transformers alongwith terminal connectors for protection and metering services in different 400/220/132/66kV S/Stns. in the state of Haryana.

1.2 It is not the intent to specify herein complete / all details of the design and construction of equipment. However the equipment shall conform in all respects to high standards of engineering design and workmanship and shall be acceptable to the purchaser, who will interpret the meanings of drawings and specifications and shall have the power to reject any work or material, which in his judgement is not in accordance therewith. The equipment offered shall be complete with all components necessary for its effective and trouble free operation. Such components shall deemed to be within the scope of supply irrespective of whether those are specifically brought out in this specification and or the commercial order or not.

2.0 STANDARDS

Unless otherwise specified elsewhere in this specification the rating as well as performance and testing of the instrument transformers shall conform but not limited to the latest revisions and amendments available at the time of placement of order of all the relevant standards as listed hereunder.

2.1 INSTRUMENT TRANSFORMERS :

Sr. No. Standard No. Title 1. IS:2165 Insulation Co-ordination for equipment of 100kV and above.2. IS:2705

(I to IV) Current Transformers.

3. IS:2099 Bushings for alternating voltages above 1000Volts. 4. IS:3347 Dimensions of porcelain transformer bushings. 5. IS:2071 Method of High Voltage Testing. 6. IS:335 Insulating oil for transformers Switchgears. 7. IS:2147 Degree of protection provided by enclosures for low voltage

switchgear and control. 8. IS:2633 Method of testing hot dipped galvanized articles. 9. IS:4800 Enameled round winding wires. 10. IS:5561 Terminal connectors. 11. IS:11065 Drawings. 12. IEC 44-1 Current Transformers.

13. IEC-270

(or IS:11322) Partial Discharge Measurement

14. IEC-44(4) Instrument Transformer measurement of PDs. 15. IEC-171 Insulation co-ordination. 16. IEC-60 High voltage testing techniques. 17. IEC-8263 Method for RIV test on high voltage insulators. 18. Indian Electricity Rules 1956. 19. IS:5621 Hollow porcelain insulators.

Page 124: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-4

2.2 Equipment meeting with the requirements of other authoritative standards, which ensure equal or better performance than the standards mentioned above, shall also be considered. When the equipment offered by the supplier conforms to other standards salient points of difference between standards adopted and the standards specified in this specification shall be clearly brought out in the relevant schedule. Four copies of such standards with authentic translation in English shall be furnished alongwith the offer.

3.0 SERVICE CONDITIONS:

3.1 Equipment to be supplied against this specification shall be suitable for satisfactory continuous operation under the following tropical conditions:-

1. Location IN THE STATE OF HARYANA 2. Max. ambient air temp(OC) 50 3. Min. ambient air temp (0C) -2.5 4. Maximum Relative humidity (%) 100 5. Minimum Relative humidity (%) 26 6. Average annual rainfall (mm) 900 7. Max. wind pressure (Kg/sq.m.) 195 8. Max. altitude above mean sea level

(meters) 1000

9. Isoceraunic level (days/year) 50 10. Seismic level (horizontal

acceleration) 0.3g

Note : Moderately hot and humid tropical climate conducive to rust and fungus growth. The climatic conditions are also prone to wide variations in ambient conditions. Smoke is also present in the atmosphere. Heavy lightening also occurs during June to October.

4.0 PRINCIPAL PARAMETERS:

The current transformers covered in this specification shall meet the technical requirements listed hereunder.

PRINCIPAL TECHNICAL PARAMETERS:

Sr. No.

Item 420kV 245kV 145kV 72.5kV 36kV 12kV

1. Type of C.T./ installation.

Single phase, dead/live tank, oil filled, Hermetically sealed, outdoor type.

2. Type of Mounting Steel Structures 3. Suitable for system

Frequency 50 Hz

4. Highest system Voltage (KV rms)

420 245 145 72.5 36 12

5. Minimum Neutral CT Insulating Voltage

- 33 15 15 15 8.66

6. Current Ratio A/A a. Line CT 2000-1000-

500/1-1-1-1-1 1200-800-400/ 1-1-1-1-1, 2000-1000/1-1-1-1-1

600-300-150/ 1-1-1

600-300-150/ 1-1-1

400-300/5-1 -

b. Transformer CT 2000-1000-500/1-1-1-1-1

450-300/0.577-1-1-1-1

250-150-100/ 0.577-1-1-1

300-200-150/0.577-1-1

100-50/5-5 -

Page 125: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-5

Sr. No.

Item 400kV 245kV 145kV 72.5kV 36kV 12kV

c. Transformer Incomer CT - 900-600-300/1-1-1-1-1

750- 500/ 0.577-1-1-1

1500-1000/ 0.577-1-1-1

2000-1000/ 0.577-5-5-1, 1000-600-400/0.577-5-5-1

-

d. Capacitor CT - - - - 400-300/5-1A - e. NCT

- 450-300/1 250-150-100/1 300-200-

150/1, 1500-1000/1

2000-1000/5, 1000-600-400/5, 100-50/5

1800-900/5, 1200-900/5, 300-150/5

f. Bus Coupler/Tie CT 2000-1000-500/1-1-1-1-1

2400-1200/ 1-1-1-1, 1200-800-400/1-1-1-1-1

750-500/1-1A, 600-300-150/ 1-1-1

1500-1000/1-1A, 600-300-150/ 1-1-1

2000-1000/5 -

7. Method of Earthing the System

Solidly Earthed

8. Rated Continuous Thermal current

125% for all taps

9. Ratio taps The tapings shall be only on secondary winding. 10. Acceptable limit of

temperature rise above the specified ambient temperature for continuous operation at rated current.

As per IS:2705 or equivalent IEC

11. Acceptance partial discharge level at 1.1 times the rated voltage.

As per IS:11322-1985 or equivalent IEC

12. 1.2/50 microsecond lightning impulse withstand voltage (kVp) a. CTs 1425 1050 650 325 170 - b. NCTs - 170 95 95 95 75 13. 1 minute dry & wet power frequency withstand Voltage primary (kV rms) a. CTs 630 460 275 140 70 - b. NCTs - 70 38 38 38 28 14. Power frequency over

voltage withstand requirement for secondary winding (kV rms) (for 1 minute)

3

15. Min. creepage distance of porcelain housing (mm) a. CTs 10500 6125 3625 1815 900 - b. NCTs - 900 440 440 440 250 16. Rated short time

withstand current (kArms) for 1 Second.

40 40 31.5 31.5 26.3 18.4

17. Rated Dynamic withstand current (kAp)

100 100 78.75 78.75 65.75 46

18. Maximum Creepage Factor

4.0

Page 126: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-6

5.0 GENERAL TECHNICAL REQUIREMENTS :

5.1 The insulation of the instrument transformer shall be so designed that the internal insulation shall have higher electrical withstand capability than the external insulation. The designed dielectrics withstand values of external and internal insulation's shall be clearly brought out in the guaranteed technical particulars. The dielectric withstand values specified in this specification are meant for fully assembled instrument transformers.

5.2 PORCELAIN HOUSING:

5.2.1. The details of location and type of joint, if provided on the porcelain, shall be furnished by the Supplier alongwith the offer. The housing shall be made of homogeneous, vitreous porcelain of high mechanical and dielectric strength, glazing of porcelain shall be uniform brown or dark brown colour with a smooth surface arranged to shed away rain water or condensed water particles (fog).

5.2.2 Details of attachment of metallic flanges to the porcelain shall be brought out in the offer. Nuts and bolts or screws used for fixation of the interfacing porcelain bushings for taking out terminals shall be provided on flanges cemented to the bushings and not on the porcelain.

5.3 METAL TANK: The metal tanks shall have bare minimum number of welded joints so as to minimize possible locations of oil leakage. The metal tanks shall be made out of mild steel/stainless steel/aluminum alloy, depending on the requirement. Welding in horizontal plane is to be avoided as welding at this location may give way due to vibrations during transport resulting in oil leakage. Supplier has to obtain specific approval from purchaser for any horizontal welding used in the bottom tank. The castings of base, collar etc, shall be diecast and tested before assembly to detect cracks and voids if any.

5.4 SURFACE FINISH :

The ferrous parts exposed to atmosphere shall be hot dip galvanized or shall be coated with atleast two coats of Zinc Rich Epoxy painting. All nuts, Bolts and washers shall be of stainless steel.

5.5 INSULATING OIL:

Insulating oil required for first filling of the instrument transformer shall be covered in Supplier's scope of supply. The oil shall meet the requirements of latest edition IS:335 or equivalent IEC.

5.6 PREVENTION OF OIL LEAKAGE & ENTRY OF MOISTURE:

5.6.1 The supplier shall ensure that the sealing of instrument transformer is properly achieved. In this connection the arrangement provided by the Supplier at various locations including the following ones shall be described, supported by sectional drawings. i) Locations of emergence of primary and secondary terminals. ii) Interface between porcelain housing and metal tank/s. iii) Cover of the secondary terminal box.

5.7 GASKETS: For gasketed joints, wherever used nitrile butyl rubber gaskets shall be used. The gasket shall be fitted in properly machined groove with adequate space for accommodating the gasket under compression.

5.8 OIL LEVEL INDICATORS: Instrument transformers shall be provided with oil sight window (Prismatic Type) at suitable location

so that the oil level is clearly visible with naked eye to an observer standing at ground level.

5.9 EARTHING:

Page 127: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-7

Metal tank of instrument transformer shall be provided with two separate earthing terminals for bolted connection to 50x8mm MS flat to be provided by the Purchaser for connection to station earth mat.

5.10 LIFITING AND TRANSPORTATION ARRANGEMENTS: Instrument transformer shall be provided with suitable lifting arrangement to lift the entire unit. The lifting arrangement shall be clearly shown in the general arrangement drawing. Lifting arrangement (lifting eye) shall be positioned in such a way as to avoid any damage to the porcelain housing or the tanks during lifting for installation/transport. Necessary string guides, if required shall be offered which shall be removable type. The CT/NCT shall be so constructed that it can be easily transported to site within the allowable transport limitation and in horizontal position, if the transport limitations so demand.

5.11 NAME PLATE: The instrument transformer shall be provided with non-corrosive, legible name plate with the

information specified in relevant standards, duly engraved/punched on it. In addition to these the following specific points shall also be marked on the name plate.

i) P.O. No. with date and (item No, if any) ii) Connection diagram. iii) Rated continuous thermal current. iv) General knee point voltage formula.

The size of nameplate and its location on the equipment should be such that it is clearly readable with naked eyes while standing on ground.

5.12 TERMINAL CONNECTORS: 5.12.1 Suitable terminal connectors of type 4” IPS Aluminium tube for 400kV CTs (Rigid type for one side

and expansion type for other side) and suitable terminal connectors for connecting twin tarantulla for 220kV T/F I/C CTs, 220kV B/C CT (2400-1200/1-1-1-1A),220kV Line CT (2000-1000/1-1-1-1-1A), 33kV B/C CTs, 33kV T/F I/C CT (2000-1000/0.577-5-5-1A), 33kV T/F I/C NCT (2000-1000/5A), 132kV B/C CT(750-500/1-1A), 66kV B/C CT(1500-1000/1-1A), 66kV T/F I/C CT, 66kV T/F I/C NCT & single Tarantulla conductor for 220kV T/F, Line/B.C CTs, 220kV NCTs, 132kV T/F I/C CT, 33kV Line cum Capacitor CT (400-300/5-1A) meant for 220/33kV T/F, twin ACSR Zebra for 33kV T/F I/C CT (1000-600-400/0.577-5-5-1A), 33kV T/F I/C NCT (1000-600-400/5A) meant for 40/50MVA 132/33kV T/F & for Single ACSR Zebra for remaining CTs/NCTs shall be supplied. Suitable terminal earth connectors for earthing connections shall also be provided.

5.12.2. The terminal connectors shall meet the following requirements: 1) Terminal connectors shall be manufactured and tested as per IS:5561 or equivalent IEC. 2) All castings shall be free from blowholes, surface blisters, cracks and cavities. All sharp edges and

corners shall be blurred and rounded off. 3) No part of a clamp shall be less than 10mm thick. 4) All ferrous parts shall be hot dip galvanized conforming to IS:2633 or equivalent IEC. 5) For bimetallic connectors, copper alloy liner of minimum 2mm thickness shall be cast integral with

aluminium body. 6) Flexible connectors shall be made from tinned copper/ aluminium sheets. 7) All current carrying parts shall be designed and manufactured to have minimum contact resistance. 8) Connectors shall be designed to be corona free in accordance with the requirements stipulated in

IS:5561 or equivalent IEC.

5.13 INTERNAL INSULATION: Enamel, if used for conductor insulation, shall be polyvinyl acetate type and shall meet the requirements of IS:4800 or equivalent IEC. Polyester enamel shall not be used. Double cotton cover, if used, shall be suitably covered to ensure that it does not come in contact with oil.

Page 128: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-8

5.14 TEMPERATURE RISE:

The temperature rise on any part of equipment shall not exceed maximum temperature rise specified in IS:2705 or equivalent IEC. However, the permissible temperature rise is for a maximum ambient temperature of 50o C.

5.15 PRESSURE RELIEF DEVICE: Suitable arrangement shall be made for compensation of variation in the oil volume due to ambient variation and to take care of internal abnormal pressures. The pressure variation shall be kept within limits, which do not impair the tightness of the instrument transformer. A pressure relief device capable of releasing abnormal internal pressure shall be provided.

5.16 SECONDARY TERMINAL BOXES:

The CT secondary terminals except for CTs with metering core having accuracy class 0.2S shall be brought out in a weather proof terminal box. The terminal box shall be provided with removable gland plate. In case of CTs, with metering core having accuracy class 0.2S, CT secondary terminals shall be brought out in two separate weatherproof terminal boxes.

In the first box, all the terminals of cores of CTs except metering core having accuracy class 0.2S shall be brought out. The terminal box shall be provided with removable gland plate.

The terminal of metering core having accuracy class 0.2S CTs, shall be brought out in the second terminal box. This shall also be provided with a removable gland plate. This terminal box shall be provided with proper sealing facility.

The terminal box/boxes shall be dust and vermin proof. The dimensions of the terminal box/boxes and its/their openings shall be adequate to enable easy access and working space with use of normal tools.

5.17 POLARITY : Polarity shall be indelibly marked on each primary and secondary terminal. Facility shall be provided for short-circuiting and grounding of the secondary terminals inside the terminal box.

5.18 OIL FILLING AND DRAIN VALVES: The instrument transformers shall be vacuum filled with oil after processing and thereafter hermetically sealed to eliminate breathing and to prevent air and moisture from entering the tanks. Sealing type oil filling and/or oil sampling cocks shall be provided with facility to reseal the same. The method adopted for hermetic sealing shall be described in the offer.

5.19 INSTRUMENT SECURITY FACTOR: The instrument security factor of metering core shall be low enough and less than 5. This shall be

demonstrated on all the ratios of the metering core, in accordance with procedure specified in IS:2705 or equivalent IEC. In case the instrument security factor of less than 5 is not possible to be achieved on higher ratios, auxiliary CTs of ratio 1/1 of relevant accuracy class shall be deemed to be included in the supplier's scope of supply. This shall also be specifically brought out by the supplier in his offer. However, the provision of auxiliary CT is not acceptable in case of CTs having accuracy class 0.2S as these CTs are to be used for commercial metering purpose.

5.20 PRIMARY WINDING:

The design density for short circuit current as well as conductivity of the metal used for primary winding shall meet the requirement of IS:2705 or equivalent IEC. The supplier shall in his offer furnish detailed calculations for selection of winding cross-sections.

5.21 SECONDARY WINDING:

Page 129: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-9

Suitably insulated wire of electrolytic grade shall be used for secondary windings. Type of insulation used shall be described in the offer. For multi ratio design, suitable tapping shall be provided on secondary winding only. Ratio tap selection through primary side shall not be acceptable.

5.22 CORE: The exciting current of the CT shall be as low as possible. The supplier shall furnish alongwith his offer the magnetization curve/s for all the core/s. The cores shall be of high grade, non-ageing electrical silicon laminated steel of low hysterisis loss and high permeability to ensure high accuracy at both normal and over current.

5.23 PRIMARY TERMINALS:

For 400kV CT, 220 kV Line CT (2000-1000/1-1-1-1-1A), 220kV Bus Coupler CT (2400-1200/1-1-1-1A), 66kV T/F I/C CT (1500-1000/0.577-1-1-1A), 66kV T/F I/C NCT (1500-1000/1A), 66kV B/C CT (1500-1000/1-1A), 33kV T/F I/C CT (2000-1000/0.577-5-5-1A & 1000-600-400/0.577-5-5-1A), 33kV T/F I/C NCT (2000-1000/5A & 1000-600-400/5A) & 33kV Bus Coupler CT the primary terminal shall be made out of rods of not less than 40mm dia. copper or equivalent as per IS/IEC and for remaining CTs/NCTs the primary terminals shall be made out of rods not less than 30mm dia. copper or equivalent as per ISS\IEC.

5.24 DEVIATION FROM SPECIFICATION: Any deviation from the specification shall be clearly brought out separately. In the absence of any specific mention, it shall be implied that the equipment offered is entirely according to this specification.

5.25 TEST TAP: The 72.5 kV and above voltage level, instrument transformers shall be provided with suitable test tap for measurement of tests such as partial discharges etc. in factory as well as at site. Provision shall be made of a screw on cap for solid and secured earthing of the test tap connection, when not in use. A suitable caution plate shall be provided duly fixed on the cover of the secondary terminal box indicating the purpose of the test tap and necessity of its solid earthing as per prescribed method before energizing the equipment.

NOTE:- The Overall Tolerance for dimensions, Quantity of Oil, Weight, etc should be +5% max. The General Tolerance should be as per ISS. Tolerance for Mounting Dimension should be +5mm.

6.0 TESTS: 6.1 TYPE TESTS

The equipment offered should be fully type tested. In case, the equipment of the type and design offered has already been type tested, the supplier shall furnish 4 sets of type test reports alongwith the offer. The type test reports should not be more than seven years old, reckoned from the date of bid opening and the type test should have been carried out in accordance with ISS-2705(1992)/equivalent IEC from Govt./ Govt. approved test house. However, temperature rise test although covered under type tests will be got conducted by the supplier on one piece of total ordered quantity of each type, at his premises in the presence of the inspecting officer of the purchaser, without any extra charges. The purchaser reserves the right to demand repetition of some or all the type tests in the presence of purchaser's representative.

6.2 ACCEPTANCE AND ROUTINE TESTS:

i) All acceptance including Tan Delta test and routine tests as stipulated in the relevant standards shall be carried out by the Supplier in presence of purchaser's representative, unless dispensed with in writing by the Purchaser.

Page 130: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-10

ii) Immediately after finalisation of the programme of routine /acceptance testing, the Supplier shall give sufficient advance intimation to the Purchaser to enable him to depute his representative for witnessing the testing.

7.0 DOCUMENTATION:

7.1 All drawings shall conform to international standards organisation (ISO) `A' series of drawing sheet/Indian Standards Specification IS:11065. All drawings shall be in ink and suitable for microfilming. If drawings are computerized than all drawings shall be nicely printed. All dimensions and data shall be in S.I.Units.

7.2 List of drawings:

a) General outline and assembly drawings of the equipment. b) Graphs showing the performance of equipment's in regard to magnetisation characteristics; ratio &

phase angle curves, ratio correction factor curves. c) Sectional views showing: i) General Constructional Features. ii) Materials/Gaskets/Sealing used. iii) The insulation & the winding arrangements, method of connection of the primary / secondary

winding to the primary/ secondary terminals etc. iv) No. of Turns, Cross-Sectional Area, Current density of Primary and secondary windings. v) Porcelain used and its dimensions. d) Arrangement of terminals and details of connection studs provided. e) Name plate. f) Schematic drawing. g) Detailed drawing of pressure release device with detailed literature. h) Terminal connector drawing.

NOTE:- All above drawings should bear a minimum space (14X10cm) for stamping the approval of

drawings by the purchaser.

Page 131: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-11

7.3 The bidder shall submit four sets of final versions of complete and correct equipment drawings except 7.2 (b) above (actual of which shall be supplied at the time of inspection) for purchaser’s approval alongwith bid in a sealed envelope. The purchaser shall communicate his comments/approval on the drawings to the supplier within 21 days from the date of issue of LOI. The submission of complete and correct readable drawings for approval is the responsibility of the bidder/supplier. The supplier shall, if so required by the purchaser, modify the drawings and resubmit four copies of the modified drawings for purchaser’s approval within two weeks from the date of purchaser’s comments. Then, the purchaser shall approve the revised drawings within two weeks from the date of its receipt.

7.4 The manufacturing of the equipment shall be strictly in accordance with the approved drawings and no deviation shall be permitted without the written approval of the purchaser. All manufacturing and fabrication work in connection with the equipment prior to the approval of the drawing shall be at the supplier's risk.

7.5 The successful bidder shall also supply one set of nicely bound all the approved drawings & instruction manual containing handling, installation, testing and commissioning of equipment at the time of despatch of material to the consignee with each equipment for our field staff without which the supply will not be considered as complete supply. In addition, 5 sets of such bound manuals and final approved drawings shall be supplied for reference & record in our design office alongwith one good quality soft copy (CD) of approved drawings and instruction manuals, if computerized.

7.6 Approval of drawings / work by Purchaser shall not relieve the Supplier of his responsibility and liability for ensuring correctness and correct interpretation of the latest revision of applicable standards, rules and codes of practices. The equipment shall conform in all respects to high standards of engineering, design, workmanship and latest revisions of relevant standards at the time of ordering and purchaser shall have the power to reject any work or material which in his judgement is not in full accordance therewith.

NOTE :- (i) In case the equipment offered by the Supplier does not meet with the requirement of technical specification the offer of the firm shall not be considered.

(ii) Supplier shall provide special label on the LIVE Tank CTs and its packing for caution in handling the CTs carefully.

Page 132: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-12

ANNEXURE I-A(i) COREWISE DETAILS OF 420 kV CTs

(2000-1000-500/1-1-1-1-1A)

NUMBER OF CORES – 5

Core No.

Application Current ratio

Output burden (VA)

Accuracy class

Min. knee Pt. Voltage Vk

Max. CT sec. wdg. Resistance (ohms)

Max. Excitation current at Vk (in mA)

1 2 3 4 5 6 7 8 1 BUS DIFF

MAIN 2000-1000 /1

- PS 2000/1000 10/5 30 on 2000/1 Tap; 60 on 1000/1 Tap

2 BUS DIFF CHECK

2000-1000/1

- PS 2000/1000 10/5 30 on 2000/1 Tap; 60 on 1000/1 Tap

3 METERING 2000-1000-500/1

10

0.2S ISF<5 for 500/1A,

ISF<10 for 1000/1A,

ISF<20 for 2000/1A

- -

-

4 TRANS. BACKUP/ LINE PROTN.

2000-1000-500/1

- PS 4000/2000/1000

10/5/2.5 30 on 2000/1 Tap;60 on 1000/1 Tap; 120 on 500/1 Tap

5 TRANS. DIFF/ LINE PROTN.

2000-1000-500/1

- PS 4000/2000/1000

10/5/2.5 30 on 2000/1 Tap;60 on 1000/1 Tap; 120 on 500/1 Tap

ANNEXURE I-B(i) COREWISE DETAILS OF 245kV Transformer CTs

(450-300/0.577-1-1-1-1A)

NUMBER OF CORES - 5

Core No.

Application Current Ratio (A)

Output burden (VA)

Accuracy class as per IEC 185

Formula for minimum knee-point voltage At CT Secondary resistance at 750C at 300A tap (Volt)

Maximum Exciting Current (mA)

I.S.F./ A.L.F

1 2 3 4 5 6 7 8 1 DIFFERENTIAL

PROTECTION 450-300/ 0.577

- PS 40 (RCT+2) 30 @Vk/4 -

2 REF PROTECTION 450-300/1 - PS 14 (RCT+2) 30 @Vk/2 -

3 OVER CURRENT PROTECTION / BUS BAR PROTECTION

450-300/1 - PS 40 (RCT+4) 30 @Vk/2 -

4 BUSBAR PROTECTION (FOR LOW IMPEDANCE SCHEME)

450-300/1 - PS 40 (RCT+4) 30 @Vk/2 -

5 METERING 450-300/1 10 0.2S - - <5

NOTE : 4th core for bus bar protection has been kept in view of general design being followed in HVPNL. In case this CT is used on a sub station having high impedance bus bar protection scheme or no bus bar protection scheme then this core shall be short-circuited at site.

Page 133: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-13

ANNEXURE I-B(ii/a)

COREWISE DETAILS OF 245kV LINE CUM BUS-COUPLER CTs

(1200-800-400/1-1-1-1-1 A)

NUMBER OF CORES – 5

Core No.

Application Current Ratio (A)

Output burden(VA)

Accuracy class as per IEC 185

Formula for minimum knee point voltage At CT Secondary resistance at 750C at 800Atap (Volt)

MaximumExciting Current (mA)

InstrumentSecurity factor

1 2 3 4 5 6 7 8 1. MAIN–I

DISTANCE PROTECTION

1200-800-400/1

- PS 80(RCT+9) 80 @ Vk -

2. MAIN–II DISTANCE PROTECTION

1200-800-400/1

- PS 80(RCT+9) 80 @ Vk -

3. BUS DIFFERENTIAL MAIN

1200-800-400/1

- PS 100(RCT+4) 30 @ Vk/2 -

4. BUS DIFFERENTIAL CHECK

1200-800-400/1

- PS 100(RCT+4) 30 @ Vk/2 -

5. METERING 1200-800-400/1

10 0.2S - - ISF<5 for ratio 400/1, ISF<10 for ratio 800/1, ISF<20 for

ratio 1200/1 NOTE :

1. 5 cores of 245kV line CT have been kept in view of general design being followed in HVPNL.

2. In case this CT is used exclusively for bus bar protection purpose on a transformer circuit at sub station having high impedance bus bar protection scheme then core no 1, 2 & 5 shall be short circuited at site.

3. In case this CT is used for feeder circuit on a sub station having low impedance bus bar

protection scheme then core no. 4 shall be short circuited at site and where there is no bus bar protection scheme core no. 3 & 4 shall be short circuited at site.

ANNEXURE I-B(ii/b)

Page 134: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-14

COREWISE DETAILS OF 245kV LINE CTs

(2000-1000/1-1-1-1-1 A)

NUMBER OF CORES – 5

Core No.

Application Current Ratio (A)

Output burden(VA)

Accuracy class as per IEC 185

Formula for minimum knee point voltage At CT Secondary resistance at 750C at 1000A tap (Volt)

MaximumExciting Current (mA)

InstrumentSecurity Factor/ A.L.F

1 2 3 4 5 6 7 8 1. MAIN–I

DISTANCE PROTECTION

2000-1000/1

- PS 1600 20-40 -

2. MAIN–II DISTANCE PROTECTION

2000-1000/1

- PS 1600 20-40 -

3. BUS DIFFERENTIAL MAIN

2000-1000/1

- PS 1600 20-40 -

4. BUS DIFFERENTIAL CHECK

2000-1000/1

- PS 1600 20-40 -

5. METERING 2000-1000/1

10 0.2S - - ISF<5 for ratio 1000/1, ISF<10 for

ratio 2000/1,

NOTE :

1. 5 cores of 245kV line CT have been kept in view of general design being followed in HVPNL.

2. In case this CT is used exclusively for bus bar protection purpose on a transformer circuit at sub station having high impedance bus bar protection scheme then core no 1, 2 & 5 shall be short circuited at site.

3. In case this CT is used for feeder circuit on a sub station having low impedance bus bar protection scheme then core no. 4 shall be short circuited at site and where there is no bus bar protection scheme core no. 3 & 4 shall be short circuited at site.

ANNEXURE I-B(iii)

Page 135: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-15

COREWISE DETAILS OF 245 kV BUS COUPLER CTs FOR 400KV S/STNS.

(2400-1200/1-1-1-1A)

NUMBER OF CORES - 4

Core No.

Application Current Ratio (A)

Output burden (VA)

Accuracy class as per IEC 185

Formula for minimum knee point voltage At CT Secondary resistance at 750C at 2400Atap (Volt)

Maximum Exciting Current (mA)

ALF/ISF

1 2 3 4 5 6 7 8 1. O/C & E/F

PROTECTION

2400-1200/1

15 5P - - 10

2. BUS DIFFERENTIAL

2400-1200/1

- PS 100(RCT+4) 30 @ Vk/2 -

3. BUS DIFFERENTIAL CHECK

2400-1200/1

- PS 100(RCT+4) 30 @ Vk/2 -

4. METERING 2400-1200/1

10 1.0 - - ISF<5

Page 136: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-16

ANNEXURE I-B(iv)

COREWISE DETAILS OF 245 kV Transformer INCOMER CTs

(900-600-300/1-1-1-1-1A)

NUMBER OF CORES - 5

ANNEXURE I-B (v)

COREWISE DETAILS OF 245kV NEUTRAL CTs

(450-300/1A)

NUMBER OF CORE - 1

Application Current Ratio (A)

Accuracy class as per IEC 185

Formula for minimum knee-point voltage at CT Secondary resistance at 750C at 300Atap(Volt)

Maximum Exciting Current (mA)

Minimum Insulation Voltage (kV)

1 2 3 4 5 6 REF PROTECTION 450-300/1 PS 14(RCT+2) 30 @ VK/2

33

Core No.

Application Current Ratio (A)

Output burden (VA)

Accuracy class as per IEC 185

Formula for minimum knee-point voltage At CT Secondary resistance at 750C at 900Atap (Volt)

Maximum Exciting Current (mA)

I.S.F./ A.L.F

1 2 3 4 5 6 7 8 1 DIFFERENTIAL

PROTECTION 900-600-300/1 - PS 40 (RCT+2) 30 @Vk/4 -

2 OVER CURRENT & EARTH FAULT PROTECTION

900-600-300/1 15 5P - - 10

3 METERING 900-600-300/1 10 0.2S - - <5 4 BUSBAR PROTECTION

MAIN DIFF. 900-600-300/1 - PS 40 (RCT+4) 30 @Vk/2 -

5 BUSBAR PROTECTION CHECK DIFF.

900-600-300/1 - PS 40 (RCT+4) 30 @Vk/2 -

Page 137: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-17

ANNEXURE I-C(i)

COREWISE DETAILS OF 145kV TRANSFORMER INCOMER CT

(750-500/0.577-1-1-1A)

NUMBER OF CORES – 4

Core No.

Application Current Ratio (A)

Output burden (VA)

Accuracy Class as per IEC 185

Formula for minimum knee-point voltage At CT Secondary resistance at 750C at 500Atap (Volt)

Maximum Exciting Current (mA)

I.S.F./A.L.F.

1 2 3 4 5 6 7 8 1. DIFFERENTIAL

PROTECTION 750-500/

0.577 - PS 40 (RCT+2) 30 @ Vk/4 -

2. REF PROTECTION

750-500/1 - PS 90 (RCT+2) 37.5 @ Vk/2 -

3. OVER CURRENT ANDEARTH FAULTPROTECTION

750-500/1 15 5P - - ALF10

4. METERING 750-500/1 10 0.2S - - ISF<5

ANNEXURE I-C(ii)

COREWISE DETAILS OF 145kV TRANSFORMER CT

(250-150-100/0.577-1-1-1A) No. OF CORES = 4

Core No.

Application Current Ratio (A)

Output burden

(VA)

Accuracy class as per IEC 185

Formula for minimum knee-point voltage At CT Secondary resistance at 750C at 100A tap (Volt)

Maximum Exciting Current

(mA)

A.L.F.

1 2 3 4 5 6 7 8 1. DIFFERENTIAL

PROTECTION 250-150-100/0.577

- PS 40 (RCT+1) 30 @ Vk/4 -

2. REF PROTECTION

250-150-100/1

- PS 20 (RCT+1) 30 @ Vk/2 -

3. OVER CURRENT PROTECTION

250-150-100/1

15 5P - - 10

4. METERING 250-150-100/1

10 0.2S - - ISF<5

ANNEXURE I-C(iii)

COREWISE DETAILS OF 145kV LINE CT AND 145kV BUS COUPLER CT for 132kV S/STNS.

Page 138: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-18

(600-300-150/1-1-1A)

No. OF CORES = 3 Core No.

Application Current Ratio (A)

Output burden(VA)

Accuracy classas per IEC 185

Formula for minimum knee-point voltage At CT Secondary resistance at 750C at 300Atap (Volt)

Maximum Exciting Current (mA)

A.L.F./ I.S.F.

1 2 3 4 5 6 7 8 1 DISTANCE

PROTECTION 600-300-150/1 - PS 120 (RCT+4.5)

80 @ VKP -

2 OVER-CURRENT

& EARTH FAULT PROTECTION

600-300-150/1 15 5P - - ALF 10

3 METERING 600-300-150/1 10 0.2S - - ISF<5 for ratio 150/1, ISF<10 for ratio 300/1, ISF<20 for ratio 600/1

ANNEXURE I-C(iv)

COREWISE DETAILS OF 145kV NEUTRAL CT

(250-150-100/1A)

No. OF CORE= 1 CoreNo.

Application Current Ratio (A)

Output burden

(VA)

Accuracy class as per

IEC 185

Formula for minimum knee-point voltage At CT Secondary resistance at 750C at 100A tap (Volt)

Maximum Exciting Current (mA)

Minimum Insulation Voltage (kV)

1 2 3 4 5 6 7 8 1 REF

PROTECTION 250-150-100/1

- PS 20 (RCT+1)

30 @ VK/2 15

ANNEXURE I-C(v)

COREWISE DETAILS OF 145kV BUS COUPLER CT for 160MVA 220/132kV T/Fs.

(750-500/1-1A)

No. OF CORES = 2 Core No.

Application Current Ratio (A)

Output burden (VA)

Accuracy class as per IEC 185

A.L.F./ I.S.F.

1 2 3 4 5 8 2 OVER-CURRENT & EARTH

FAULT PROTECTION 750-500/1 15 5P ALF 10

3 METERING 750-500/1 10 1.0 ISF<5

Page 139: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-19

ANNEXURE I-D(i)

COREWISE DETAILS OF 72.5kV TRANSFORMER INCOMER CT

(1500-1000/0.577-1-1-1A)

NUMBER OF CORES - 4

Core No.

Application Current Ratio (A)

Output burden

(VA)

Accuracy class

as per IEC 185

Formula for minimum knee-point voltage At CT Secondary resistance at 750C at 1000A tap (Volt)

Maximum Exciting Current (mA)

A.L.F./I.S.F.

1 2 3 4 5 6 7 8 1 DIFFERENTIAL

PROTECTION 1500-1000/0.577 - PS 40 (RCT+2)

30 @ VK/4 -

2 REF

PROTECTION 1500-1000/1 - PS 14 (RCT+2) 30 @ VK/2

3 OVER CURRENT & EARTH FAULT PROTECTION

1500-1000/1 15 5P - - ALF 10

4 METERING 1500-1000/1 10 0.2S - - ISF <5

ANNEXURE I-D(ii)

COREWISE DETAILS OF 72.5kV TRANSFORMER CT FOR 66/11kV T/Fs

(300-200-150/0.577-1-1)

No. OF CORES = 3

Core No.

Application Current Ratio (A)

Output burden(VA)

Accuracy class as per IEC 185

Formula for minimum knee-point voltage At CT Secondary resistance at 750C at 300A tap (Volt)

MaximumExciting Current (mA)

A.L.F

1 2 3 4 5 6 7 8 1 DIFFERENTIAL

PROTECTION 300-200-150/0.577

- PS 40(RCT+4)

30 @ VK/2 -

2 REF PROTECTION 300-200-150/1 - PS 40(RCT+4)

30 @ VK/2 -

3 OVER CURRENT PROTECTION

300-200-150/1 15 5P - - 10

ANNEXURE I-D(iii)

Page 140: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-20

COREWISE DETAILS OF 72.5kV LINE CT AND 72.5kV BUS COUPLER CT for 66kV S/STNS.

(600-300-150/1-1-1A)

No. OF CORES = 3

Core No.

Application Current Ratio (A)

Output burden(VA)

Accuracy class as per IEC 185

Formula for min knee point voltage At CT Secondary res. at 750C at 300A tap (Volt)

MaximumExciting Current (mA)

A.L.F./ I.S.F.

1 2 3 4 5 6 7 8 1 DISTANCE

PROTECTION 600-300-150/1 - PS 80(RCT+4) 40 @VK/2 -

2 OVER

CURRENT & EARTH FAULT PROTECTION

600-300-150/1 15 5P - - ALF 10

3 METERING 600-300-150/1 10 0.2S - - ISF<5 for ratio 150/1,

ISF<10 for ratio300/1,

ISF<20 for ratio 600/1

ANNEXURE I-D(iv)

COREWISE DETAILS OF 72.5kV TRANSFORMER INCOMER NCT

(1500-1000/1A)

No. OF CORES= 1

Core No.

Application Current Ratio (A)

Output burden (VA)

Accuracy class as per IEC 185

Formula for min knee point voltage At CT Secondary res. at 750C at 1000A tap (Volt)

Maximum Exciting Current (mA)

Minimum Insulation Voltage (kV)

1 2 3 4 5 6 7 8 1 REF PROTECTION 1500-1000/1 - PS 14

(RCT+2)

30 @ VK/2 15

ANNEXURE-I D(v)

Page 141: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-21

COREWISE DETAILS OF 72.5 kV NEURAL CT FOR 66/11kV T/Fs

(300-200-150/1)

No. OF CORE = 1

Core No.

Application Current Ratio (A)

Output burden (VA)

Accuracy class as per IEC 185

Formula for minimum knee point voltage at CT secondary resistance at 750 at 300A tap (Volt)

Maximum exciting current (mA)

Minimum Insulation voltage (kV)

1 2 3 4 5 6 7 8 1. REF

PROTECTION 300-200-150/1

- PS 20 (RCT+1) 30 @ Vk/2 15

ANNEXURE I-D(vi)

COREWISE DETAILS OF 72.5kV BUS COUPLER CT for 160MVA 220/66kV T/Fs.

(1500-1000/1-1A)

No. OF CORES = 2

Core No.

Application Current Ratio (A)

Output burden (VA)

Accuracy class as per IEC 185

A.L.F./ I.S.F.

1 2 3 4 5 8 2 OVER-CURRENT & EARTH

FAULT PROTECTION 1500-1000/1 15 5P ALF 10

3 METERING 1500-1000/1 10 1.0 ISF<5

Page 142: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-22

ANNEXURE I-E(i)

COREWISE DETAILS OF 36kV TRANSFORMER INCOMER CT FOR 40/50MVA 132/33kV T/F AND OTHER RATINGS OF 132/33KV T/Fs WITH 26.3KA STC

(1000-600-400/0.577-5-5-1) No. OF CORES = 4

Core No.

Application Current Ratio (A)

Output burden(VA)

Accuracy class as Per IEC 185

Formula for minimum knee point voltage At CT Secondary resistance at 750C at 400A tap (Volt)

Maximum Exciting Current (ma)

A.L.F./ I.S.F.

1 2 3 4 5 6 7 8 1 DIFFERENTIAL

PROTECTION 1000-600-400/0.577 PS 40 (RCT+1) 30@VK/4

2 REF PROTECTION

1000-600-400/5 - PS 100(RCT+1) 75@VK/2

3 OVER CURRENT & EARTH FAULT PROTECTION

1000-600-400/5 15 5P - - 10

4 MAIN METERING

1000-600-400/1 10 0.2S - - <5 for ratio 300/1 <10 for ratio 400/1 <20 for ratio 600/1

ANNEXURE-I-E(ii)

COREWISE DETAILS OF 36kV TRANSFORMER INCOMER CT FOR 220/33KV WITH 26.3KA STC (2000-1000/0.577-5-5-1)

No. OF CORES = 4

Core No.

Application Current Ratio (A)

Output Burden (VA)

Accuracy class as per IEC 185

Formula for minimum knee-point voltage At CT Secondary resistance at 750C at 2000A tap (Volt)

Maximum Exciting Current (mA)

A.L.F./ ISF

1 2 3 4 5 6 7 8 1 DIFFERENTIAL

PROTECTION 2000-1000/ 0.577

- PS 40 (RCT+1) 30@ V K/4 -

2 REF. PROT. 2000-1000/ 5 - PS 100 (RCT+1) 75@ V K/2 - 3 OVER CURRENT

& EARTH FAULT PROT.

2000-1000/5 15 5P - - 10

4 MAIN METERING 2000-1000/1 10 0.2S - - For ratio 1000/1 ISF<5. For ratio 2000/1 ISF<10.

Page 143: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-23

ANNEXURE I-E(iii) COREWISE DETAILS OF 36kV LINE CUM CAPACITOR CT for 33kV LINE BAY AND FOR

20MVAR & 10MVAR CAPACITOR BANKS ON 220/33KV T/F & 40/50MVA 132/33kV T/F WITH 26.3KA STC

(400-300/5-1)

No. OF CORES = 2

Core No.

Application Current Ratio (A) (VA)

Output Burden

Accuracy Class as per IEC 185

A.L.F.

1. 2. 3. 4. 5. 6. 1. OVER CURRENT & EARTH

FAULT PROTECTION 400-300/5 15 5P 10

2. METERING 400-300/1 10 0.2S For ratio 300/1 ISF<5, For ratio 400/1 ISF<10.

ANNEXURE I-E(iv)

COREWISE DETAILS OF 36kV TRANSFORMER INCOMER NCT FOR 40/50MVA 132/33kV T/F

AND OTHER RATINGS OF 132/33KV T/Fs WITH 26.3KA STC

(1000-600-400/5) No. OF CORES = 1

Core No.

Application Current Ratio (A)

Output burden

(VA)

Accuracy class as Per IEC 185

Formula for minimum knee point voltage At CT Secondary resistance at 750C at 400A tap (Volt)

MaximumExciting Current (mA)

Minimum Insulation Voltage (kV)

1 2 3 4 5 6 7 8 1 REF

PROTECTION 1000-600-400/5 - PS 100 (RCT+1)

75@ VK/2 15

ANNEXURE-I-E(v)

COREWISE DETAILS OF 36kV TRANSFORMER INCOMER NCT FOR 220/33KV T/F WITH 26.3KA STC

(2000-1000/5) No. OF CORES = 1

Core No.

Application Current Ratio (A)

Output Burden (VA)

Accuracy class as per IEC 185

Formula for minimum knee-point voltage At CT Secondary resistance at 750C at 2000A tap (Volt)

Maximum Exciting Current (mA)

Minimum Insulation Voltage

(kV)

1 2 3 4 5 6 7 8 1 REF

PROTECTION 2000-1000

/5 - PS 100 (RCT+1) 75@ VK/2 15

ANNEXURE-I-E(vi)

Page 144: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-24

COREWISE DETAILS OF 36kV BUS COUPLER CT FOR 220/33KV WITH 26.3KA STC

(2000-1000/5A)

No. OF CORES = 1

Core No.

Application Current Ratio (A)

Output Burden (VA)

Accuracy class as per IEC 185

A.L.F.

1 2 3 4 5 6 1 OVER CURRENT

& EARTH FAULT PROTECTION

2000-1000/ 5A

15 5P 10

ANNEXURE I-E(vii)

COREWISE DETAILS OF 36kV TRANSFORMER CT WITH 26.3KA STC FOR 4 MVA 33/11kV T/F

(100-50/5-5)

No. OF CORES = 2

Core No.

Application Current Ratio (A)

Output burden

(VA)

Accuracy class as Per IEC 185

Formula for minimum knee point voltage At CT Secondary resistance at 750C at 100A tap (Volt)

MaximumExciting Current (mA)

Minimum Insulation Voltage (kV)

1 2 3 4 5 6 7 8 1 REF

PROTECTION 100-50/5 - PS 100 (RCT+1)

75@ VK/2 -

2 OVER

CURRENT PROTECTION

100-50/5 15 5P - - 10

ANNEXURE I-E(viii)

COREWISE DETAILS OF 36kV TRANSFORMER NCT WITH 26.3KA STC FOR 4 MVA 33/11kV T/F

(100-50/5)

No. OF CORE = 1

Core No.

Application Current Ratio (A)

Accuracy class as per IEC 185

Formula for minimum knee-point voltage At CT Secondary resistance at 750C at 100A tap (Volt)

MaximumExciting Current (mA)

Minimum Insulation Voltage (kV)

1 2 3 4 5 6 7 1 REF

PROTECTION 100-50/5 PS 100 (RCT+1)

75@ VK/2 15

ANNEXURE-I F(i)

Page 145: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-25

COREWISE DETAILS OF 12 kV NEUTRAL CT FOR 25/31.5 MVA T/F

(1800-900/5)

No. OF CORE = 1

Core No.

Application Current Ratio (A)

Accuracy class as per IEC 185

Formula for minimum knee point voltage at CT secondary resistance at 750 at 1800A tap (Volt)

Maximum exciting current (mA)

Minimum Insulation voltage (kV)

1 2 3 4 5 6 7 1. REF

PROTECTION 1800-900/5 PS 95 (RCT+1) 75@ Vk/2 8.66

ANNEXURE I-F(ii)

COREWISE DETAILS OF 12kV NEUTRAL CT FOR 12.5/16 MVA & 16/20 MVA T/F

(1200-900/5)

No. OF CORE = 1

Core No.

Application Current Ratio (A)

Accuracy class as per IEC 185

Formula for minimum knee-point voltage At CT Secondary resistance at 750C at 1200A tap (Volt)

Maximum Exciting Current (mA)

Minimum Insulation Voltage (kV)

1 2 3 4 5 6 7 1 REF

PROTECTION 1200-900/5 PS 95 (RCT+1)

75@ VK/2 8.66

ANNEXURE I-F(iii)

COREWISE DETAILS OF 12kV NEUTRAL CT for 4MVA 33/11kV T/F

(300-150/5)

No. OF CORE = 1

Core No.

Application Current Ratio (A)

Accuracy class as per IEC 185

Formula for minimum knee-point voltage At CT Secondary resistance at 750C at 300A tap (Volt)

Maximum Exciting Current (mA)

Minimum Insulation Voltage (kV)

1 2 3 4 5 6 7 1 REF

PROTECTION 300-150/5 PS 95 (RCT+1)

75@ VK/2 8.66

Page 146: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-26

ANNEXURE-II

GUARANTEED TECHNICAL PARTICULARS

(To be filled in by the Supplier separately for each type and voltage rating).

1. Manufacturer's Name

2. Type/Installation.

3. Conforming to standard.

4. Rated voltage.

5. Rated frequency.

6. Detail of cores.

*Core No. I II III IV V

6.1 Purpose of cores.

6.2 Rated Secondary Current.

6.3 Class of accuracy.

6.4 Accuracy limit factor.

6.5 Formula governing minimum

knee point voltage at CT

Secondary resistance corrected

to 75 C.

6.6 Instrument security factor.

6.7 Secondary limiting voltage.

6.8 Maximum Secondary resistance

corrected to 75 C.

6.9 Rated burden.

6.10 Exciting current

for Distance protection

core at Vk, for Bus

Bar protection core & REF Core at

Page 147: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-27

Vk/2. and for differential protection

Core at Vk/4

* No. of cores as per applicability for a particular type of current

7. Rated primary current.

8. Rated short time withstand

current (kA rms) for

1 second duration.

9. Rated dynamic withstand

current (kA peak).

10. Rated continuous thermal current (pu).

11. One minute power

frequency withstand

voltage (kV rms)

a) Dry

b) Wet

12. 1.2/50 micro-second

impulse withstand voltage (kV peak)

13. One minute power

frequency withstand

voltage of secondary

winding (kV rms)

14. Minimum creepage

distance (mm)

15. Maximum creepage factor.

16. Winding

a) No. of primary turns

b) Primary amp. turns

Page 148: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Downloads\CT-NCT spec-July, 2013.doc CT-28

(Dynamic condition)

c) Current density

d) Area of Cross-section & material

i) Primary turns ii) Secondary turns 17. I.S. to which the oil conforms.

18. Weight of oil (kg).

19. Quantity of oil (Ltrs)

20. Total weight (kg).

21. Maximum shipping weight (kg)

22. Overall dimension.

23. Mounting details.

24. Maximum permissible

temperature rise of

winding when referred

to maximum ambient

temperature of 50 C

in terms of clause 7.2

(Table 2 of IS:2705

Part-1-1992 ) or

Equivalent IEC

Page 149: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

HARYANA VIDYUT PRASARAN NIGAM

TECHNICAL SPECIFICATION FOR

420kV CVTs, 245kV, 145kV & 72.5kV CAPACITOR VOLTAGE TRANSFORMERS & POTENTIAL

TRANSFORMERS AND 36kV POTENTIAL TRANSFORMERS

SPECIFICATION No. HPD/S-76/HPM-466/Prot. (NOV-2012)

Chief Engineer/MM Design Directorate, HVPNL, Shakti Bhawan, Sec-6, Panchkula-134109 (HARYANA). Tel./Fax No. 0172-2583724

Email:- [email protected] [email protected]

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 150: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

CONTENTS ----------------------------------------------------------------------------- CLAUSE NO. TITLE PAGE NO. ------------------------------------------------------------------------------ 1.0 SCOPE 3 2.0 STANDARDS 3 3.0 SERVICE CONDITIONS 4 4.0 PRINCIPAL PARAMETERS 4

5.0 GENERAL TECHNICAL REQUIREMENTS 5 6.0 TESTS 10 7.0 DOCUMENTATION 11 ANNEXURES I. COREWISE DETAILS FOR

A-(i) 420kV CVTs 13 B-(i) 245kV CVTs 14 B-(ii) 245kV PTs 15 C-(i) 145kV CVTs 16 C-(ii) 145kV PTs WITH METERING CORE 17 D -(i) 72.5kV CVTs 18 D-(ii) 72.5kV PTs 19 E (i) 36kV PTs 20

II. A GUARANTEED TECHNICAL PARTICULARS 21 OF CVTs II. B GUARANTEED TECHNICAL PARTICULARS 23 OF PTs

-----------------------------------------------------------------------

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 151: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

1.0 SCOPE :

1.1 This specification provides for design, engineering, manufacture, testing of outdoor instrument transformers alongwith terminal connectors for protection and metering services in different 420/220/132/66kV S/Stn. in Haryana.

1.2 It is not the intent to specify completely herein all details of the design and construction of equipments. However the equipment shall conform in all respects to high standards of engineering design and workmanship and shall be acceptable to the purchaser, who will interpret in a manner the meanings of drawings and specifications and shall have the power to reject any work or material, which in his judgement is not in accordance therewith. The equipment offered shall be complete with all components necessary for its effective and trouble free operation. Such components shall be deemed to be within the scope of supply irrespective of whether those are specifically brought out in this specification and or the commercial order or not.

2.0 STANDARDS:

Sl.No. Standard No. Title. 1. IS : 3156

(Part-I to Part-III) Voltage transformer

2. IS : 3156 (Part-IV) Capacitor Voltage Transformer 3. IS : 2099 High Voltage porcelain bushing. 4. IS : 3347 Dimensions of porcelain transformer bushings 5. IS : 2071 Method of High Voltage Testing 6. IS : 335 Insulating oil for transformers and switchgears 7. IS : 2165 Insulation Co-ordination for equipments of 100 kV and

above. 8. IS : 2147 Degree of protection provided by enclosures for low

voltage switchgear and control. 9. IEC- 186 Voltage Transformers 10. IEC - 186A First supplement to IEC publication 186 11. IEC - 270 Partial discharge Measurement 12. IS - 5561 Terminal Connectors 13. IS -4800 Enameled round winding wires 14. IEC- 44 (4) Instrument Transformer measurement of PDs 15. IEC-171 Insulation Co-Ordination 16. IEC - 358 Coupling capacitor divider. 17. IEC-60 High Voltage testing techniques. 18. IEC-8263 Method for RIV test on high voltage insulators. 19. IS: 9348 Coupling capacitors and capacitor dividers 20. IS: 2633 Methods of testing hot dipped galvanized articles 21. IS: 11065 Drawings. 22. Indian Electricity Rules 1956 23. IS: 5621 Hollow porcelain insulators.

2.2 Equipment meeting with the requirements of other authoritative standards, which ensure equal or better performance than the standards mentioned above, shall also be considered. When the equipment offered by the supplier

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 152: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

conforms to other standards salient points of difference between standards adopted and the standards specified in this specification shall be clearly brought out in the relevant schedule. Four copies of such standards with authentic translation in English shall be furnished alongwith the offer.

3.0 SERVICE CONDITIONS :

Equipment to be supplied against this specification shall be suitable for satisfactory continuous operation under the following tropical conditions:-

i) Location IN THE STATE OF HARYANA ii) Max. ambient air temp(°C) 50 iii) Min. ambient air temp (°C) -2.5 iv) Maximum Relative humidity (%) 100 v) Minimum Relative humidity (%) 26 vi) Average annual rainfall (mm) 900 vii) Max. wind pressure (Kg/sq.m.) 195 viii)Max. altitude above mean sea level (meters) 1000 ix) Isoceraunic level (days/year) 50 x) Seismic level (horizontal acceleration) 0.3g.

Note : Moderately hot and humid tropical climate conducive to rust and fungus growth. The climatic conditions are also prone to wide variations in ambient conditions. Smoke is also present in the atmosphere. Heavy lightening also occur during June to October.

4.0 PRINCIPAL PARAMETERS :

The capacitor voltage transformers and potential transformers covered in this specification shall meet the technical requirements listed hereunder.

PRINCIPAL TECHNICAL PARAMETERS:

Specification Sl. No.

Item 420kV 245kV 145kV 72.5kV 36kV

1. Type/Installation Single Phase, Oil filled,Self cooled, Hermetically sealed Outdoor type _____

2. Type of mounting -----Steel structure---------- 3. Highest system

voltage (kV rms) 420 245 145 72.5 36

4. Suitable for system frequency 50 Hz

5. Rated primary voltage (kV rms

400/√3 220/√3

132/√3 66/√3 33/√3

6. i)

No. of Secondary Cores & Secondary Voltage (Volts) PT

-

Core I,II 110/√3

Core I,II,III 110/√3

Core I,II 110/√3

Core I,II 110/√3

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 153: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

ii)

CVT Core I,II,III 110/√3

Core I,II, III 110/√3

Core I,II, III 110/√3

Core I,II 110/√3

-

7. Method of earthing the system

Solidly earthed

8. 1.2/50 microsecond lightning impulse withstand voltage (kVp)

1425 1050 650 325 170

9. 1 Minute dry & wet power frequency withstand voltage primary (kV rms)

630 460 275 140 70

10. Min. creepage distance of porcelain housing (mm)

10500 6125 3625 1815 900

11. Creepage factor (max.)

4.0

12. Rated voltage factor

1.2 continuous and 1.5 for 30 seconds

13. Equivalent capacitance at power frequency for carrier coupling for CVT (PF)

8800+10% -5%

N.A

14. Resultant high frequency capacitance for CVT (PF)

8800 in carrier frequency range of 40 KHz N.A to 500 KHz with variation in capacitance as contained in IEC-358 (i.e- 20% & +50%)

15. One minute power frequency withstand voltage for secondary winding (kV rms)

3.0

16. Max. temperature rise over ambient of 50°C

As per IS:3156 or equivalent IEC

5.0 GENERAL TECHNICAL REQUIREMENTS: 5.1 Common for all CVTs & PTs 5.1.1 The insulation of the instrument transformers shall be so designed that the

internal insulation shall have higher electrical withstand capability than the external insulation. The designed dielectric withstand values of external and

internal insulations shall be clearly withstand values specified in this

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 154: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

guaranteed technical particulars. The dielectric withstand values specified in this specification are meant for fully assembled instrument transformers.

5.1.2 Porcelain Housing : 5.1.2.1 The details of location and type of joint, if provided on the porcelain, shall be

furnished by the supplier alongwith the offer. The housing shall be made of homogeneous, vitreous porcelain of high mechanical and dielectric strength, glazing of porcelain shall be of uniform brown or dark brown colour with a smooth surface arranged to shed away rain water or condensed water particles (fog).

5.1.2.2 Details of attachment of metallic flanges to the porcelain shall be brought out in the offer. Nuts and bolts or screws used for fixation of the interfacing porcelain bushings for taking out terminals, shall be provided on flanges cemented to the bushings and not on the porcelain.

5.1.3 METAL TANK: The metal tanks shall have bare minimum number of welded joints so as to minimise possible locations of oil leakage. The metal tanks shall be made out of mild steel/Stainless steel/aluminium alloy, depending on the requirement. Welding in horizontal plane is to be avoided as welding at ths location may give way due to vibratins during transport resulting in oil leakage. Supplier has to obtain specific approval from purchaser for any horizontal welding used in the bottom tank.

5.1.4 Surface Finish: The ferrous parts exposed to atmosphere shall be hot dip galvanised or shall be coated with atleast two coats of zinc rich epoxy painting. All nuts, bolts and washers shall be made out of stainless steel.

5.1.5 Insulating Oil: Insulating oil required for first filling of the instrument transformer shall be covered in supplier's scope of supply. The oil shall meet the requirements of latest edition IS:335 or equivalent IEC.

5.1.6 Prevention of Oil leakages and Entry of Moisture: 5.1.6.1 The supplier shall ensure that the sealing of instrument transformer is

properly achieved. In this connection the arrangement provided by the supplier at various locations including the following ones shall be described, supported by sectional drawings.

i) Locations of emergence of primary and secondary terminals. ii) Interface between porcelain housing and metal tanks. iii) Cover of the secondary terminal box.

5.1.7 GASKETS: For gasketed joints, wherever used nitrile butyl rubber gaskets shall be used. The gasket shall be fitted in properly machined groove with adequate space for accommodating the gasket under compression.

5.1.8 Oil level indicators: Instrument transformers shall be provided with oil sight window (Prismatic Type) at suitable location so that the oil level is clearly visible with naked eye to an observer standing at ground level.

5.1.9 EARTHING:

Page 155: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

Metal tank of the instrument transformer shall be provided with two separate earthing terminals for bolted connection to 50X8mm MS flat to be provided by the Purchaser for connection to station earth-mate.

5.1.10 LIFTING & TRANSPORTATION ARRANGEMENTS: Instrument transformer shall be provided with suitable lifting arrangement, to lift the entire unit. The lifting arrangement shall be clearly shown in the general arrangement drawings. Lifting arrangement (lifting eye) shall be positioned in such a way so as to avoid any damage to the porcelain housing or the tanks during lifting for installation/transport. If necessary, string guides shall be offered which shall be of removable type. The instrument transformers shall be so constructed that it can be easily transported to site within the allowable transport limitation and in horizontal position, if the transport limitations so demand.

5.1.11 NAME PLATE: The instrument transformer shall be provided with non-corrosive, legible name plate with the information specified in relevant standards, duly engraved/punched on it. In addition to these P.O. NO.& Connection diagram shall also be marked in rating plate.

5.1.12 TERMINAL CONNECTORS: Suitable terminal connectors of type 4” IPS Aluminium tube for 400kV CVTs and suitable terminal connectors for connecting single Tarantulla conductor for 220kV CVTs/PTs & for Single ACSR Zebra in 132kV, 66kV CVTs/PTs & 33kV PTs shall be supplied. Suitable terminal earth connectors for earthing connections shall also be provided.

5.1.12.1 The terminal connectors shall meet the following requirements: 1) Terminal connectors shall be manufactured and tested as per IS:5561 or equivalent

IEC. 2) All castings shall be free from blow holes, surface blisters, cracks and cavities. All

sharp edges and corners shall be blurred and rounded off. 3) No part of a clamp shall be less than 10mm thick. 4) All ferrous parts shall be hot dip galvanized conforming to IS:2633 or equivalent IEC. 5) For bimetallic connectors, copper alloy liner of minimum 2mm thickness shall be cast

integral with aluminium body. 6) Flexible connectors shall be made from tinned copper/aluminium sheets. 7) All currents carrying parts shall be designed and manufactured to have minimum

contact resistance. 8) Connectors shall be designed to be corona free in accordance with the requirements

stipulated in IS: 5561 or equivalent IEC.

5.1.13 INSULATION: Enamel, if used for conductor insulation, shall be polyvinyl acetate type or amide emide type and shall meet the requirements of IS:4800 or equivalent IEC. Polyester enamel shall not be used. Double cotton cover, if used, shall be suitably covered to ensure that it does not come in contact with oil.

5.1.14 TEMPERATURE RISE:

The temperature rise on any part of equipment shall not exceed maximum temperature rise specified in IS:3156 or equivalent IEC. However, the permissible temperature rise indicated is for a maximum ambient temperature of 50°C.

5.1.15 OIL FILLING & DRAIN VALVES:

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 156: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

The instrument transformers shall be vacuum filled with oil after processing and thereafter hermetically sealed to eliminate breathing and to prevent air and moisture from entering the tanks, sealing type oil filling and/or oil sampling cocks shall be provided with facility to reseal the same. The method adopted for hermetic sealing shall be described in the offer.

5.1.16 PRESSURE RELIEF DEVICE: Suitable arrangement shall be made to accommodate the expansion and contraction of oil due to temperature variation. The pressure variation shall be kept within limits which do not impair the tightness of the instrument transformer. A pressure relief device capable of releasing abnormal internal pressure shall be provided.

5.2 CAPACITOR VOLTAGE TRANSFORMER (CVT): 5.2.1 The CVTs comprising of a capacitor divider unit and electromagnetic unit shall be

single phase, oil filled hermetically sealed, self cooled, outdoor type and suitable for direct line connection without any fuse and isolating switches, These CVTs are required to be used on interlinking substations in Haryana power system for the purpose of protection, synchronising, interlocking, carrier coupling and metering. CVTs shall be suitable for connecting the carrier terminals to single circuit and double circuit transmission lines for phase to phase coupling for power line carrier, voice communication, telemetering & teleprinting services.

5.2.2 The secondary terminals of potential unit, high frequency coupling terminal and the earthing terminals shall be brought out separately and housed in a water proof cabinet outside the main steel chamber.

5.2.3 The capacitor voltage transformer shall be suitable for simultaneous use as measuring unit, for feeding voltage supply to protective relays and as coupling capacitor for carrier transmission i.e. for voice communication, carrier protective relays, telemetering, teleprinting services over one or more carrier channels in the frequency range of 40 to 500KHz.

5.2.4 The capacitors shall be designed for wide frequency band and low dielectric loss. Their natural frequency shall be considerably higher than the carrier frequency range of 40 KHz to 500 KHz.

5.2.5 The unit capacitors shall be so designed that no damage to internal elements or change in electrostatic capacitance is resulted by the application of impulse voltage.

5.2.6 Each CVT including its emvt unit shall be filled with insulating oil conforming to IS:335 or equivalent IEC. And shall be hermetically sealed against moisture and dust.

5.2.7 The electromagnetic voltage transformer unit of CVT intended for out-door installation whose primary is to be fed by the inter-mediate tapping of capacitor divider shall be of oil immersed, self cooled design and shall be suitable for metering, relaying & synchronising services. The core of this transformer shall be of high accuracy at normal & high voltages. The primary winding shall be connected through a compensating reactor to compensate the voltage increase at inter-mediate tapping, whatever is the load within range of rated burden.

5.2.8 The design shall be free from corona effect to keep noise level of carrier frequency link very low. Use may be made of grading rings or Electrostatic screen for this purpose if required.

5.2.9 The design shall be suitable for rapid reclosing of the circuit and shall be capable of accurate and proportionate transmission of sudden variation in the primary voltage.

5.2.10 Each CVT shall be provided with a suitable damping device so that ferro resonance oscillation due to saturation of iron core of transformer or any inductance connected in

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 157: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

parallel with it and initiated by either over voltages on the net work side or by opening of the short circuited primary or secondaries, shall be practically zero. Oscillations of the secondary voltages which may arise as a result of breakdown of primary voltages due to short circuits shall not affect the proper working of protective relays. This shall confirm to provisions of clause:42 of IEC recommendations 186-A.

5.2.11 Design of the potential units of the CVT shall be based on the following requirements in connection with protective relaying.

i) They must transmit accurately sudden drops of primary voltage. ii) The CVTs must not enter into sub-harmonic resonance and transient oscillations during

energisation. They must be damped out with sufficient rapidness. iii) They must have sufficiently low short circuit impedance as seen from secondary.

5.2.12 A device shall be incorporated in a capacitor voltage transformer for the purpose of limiting over voltages which may appear across one or more of its components and/or to prevent sustained ferro resonance. The device may include a spark gap and may be located in several different ways according to its nature. (Clause 2.12 of IS:3156 (Part-IV)-1978 or IEC-186A Clause 37.12)

5.2.13 SECONDARY TERMINAL BOXES: 5.2.13.1 Suitable terminal boxes with removable gland plate for facilitating the entry of H.F.

Cable & VT control cables shall be provided at an accessible position. 5.2.13.2 The secondary terminals of 420kV, 245kV, 145kV & 72.5kV CVTs shall be brought out

in two separate weather proof terminal boxes and it shall be provided with a removable gland plates. In case of 420kV, 245kV & 145kV CVTs, in the first box, secondary terminals of Core-I & II (i.e. Protection and measurement cores) shall be brought out. For 72.5kV CVT in the first box the secondary terminals of 1st core (i.e. Protection and measurement core) shall be brought out. In the second box the secondary terminals of 3rd core (i.e metering Core) of 420kV, 245kV & 145kV CVTs and 2nd core (i.e metering Core) of 72.5kV CVT shall be brought out. The Metering secondary terminal box shall be provided with proper sealing facility.

5.3 Voltage Transformer (PT):

5.3.1. CORE: 5.3.1.1 The voltage transformers shall be oil immersed, sealed type and self cooled, suitable

for the services indicated & conforming to the modern practices of designs and construction. The core shall be of high grade, non ageing, electrical silicon laminated steel of low hysteresis loss and high permeability to ensure high accuracy at both normal and over voltages.

5.3.1.2 The design of PT shall be based on following requirements. i) They must transmit sudden drops of primary voltages. ii) They must have sufficiently low short circuit impedance as seen from secondary.

5.3.2. SECONDARY TERMINAL BOXES: 5.3.2.1 The secondary terminals of the PTs except 145KV PTs (having 3 cores) & 36kV PTs

(Having two cores) shall be brought out in a weather proof terminal box and it shall be provided with a removable gland plate. In case of 145kV & 36kV PTs, two separate weather proof terminal boxes shall be provided.

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 158: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

In the first box, the terminals of core-I & II of 145kV PT and Core-II of 36kV PT shall be brought out. The terminal box shall be provided with a removable gland plate. In the second box, the terminals of Core-III of 145kV PT (i.e. metering core) and core-I of 36kV PT shall be brought out. The terminal box shall be provided with a removable gland plate and with proper sealing facility.

5.3.2.2 All the fuses and the links shall be provided at the V.T terminal boxes.

5.3.2.3 The primary winding of voltage transformers will be connected phase to ground.

6.0 TESTS : 6.1 TYPE TEST 6.1.1 TYPE TESTS OF POTENTIAL TRANSFORMERS (PT's)

The equipment offered should be fully type tested. In case, the equipment of the type and design offered has already been type tested, the supplier shall furnish 4 sets of type test reports alongwith the offer. The type test reports should not be more than seven years old, reckoned from the date of bid opening and the type test should have been carried out in accordance with ISS-2705(1992)/equivalent IEC from Govt./ Govt. approved test house.

However, temperature rise test although covered under type tests will be got conducted by the supplier on one piece of total ordered quantity of each type, at his premises in the presence of the inspecting officer of the purchaser, without any extra charges. The purchaser reserves the right to demand repetition of some or all the type tests in the presence of purchaser's representative.

6.1.2 TYPE TESTS OF CAPACITIVE VOLTAGE TRANSFORMERS (CVT's) The equipment offered should be fully type tested. In case, the equipment of the type and design offered has already been type tested, the supplier shall furnish 4 sets of type test reports of the following tests alongwith the offer.

Tests as per clause No. 12.1, 12.2 & 14 of IEC-358 (1990)and clause 10.1 (b), 10.1 (d), 10.1(e), 10.1(f), 49,51,52 & 53 of IEC-186 (1987) latest addition of IEC's to be considered.

The type test reports should not be more than seven years old, reckoned from the date of bid opening and the type test should have been carried out in accordance with IEC-358(1992) and IEC-186 (1987) from Govt. approved test house. However, temperature rise test although covered under type tests will be got conducted by the supplier on one place of total ordered quantity of each type, at his premises in the presence of the inspecting officer of the purchaser, without any extra charges. The purchaser reserves the right to demand repetition of some or all the type tests in the presence of purchaser's representative.

6.2 ACCEPTANCE AND ROUTINE TESTS : i) All acceptance and routine tests as stipulated in the relevant standards shall be carried

out by the Supplier in presence of purchaser's representative, unless dispensed with in writing by the Purchaser.

ii) Immediately after finalisation of the programme of routine /acceptance testing , the Supplier shall give sufficient advance intimation to the Purchaser to enable him to depute his representative for witnessing the testing.

7.0 DOCUMENTATION:

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 159: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

7.1 All drawings shall conform to international standards organisation (ISO) `A' series of drawing sheet/Indian Standards Specification IS:11065. All drawings shall be in ink and suitable for microfilming. If drawings are computerized than all drawings shall be nicely printed. All dimensions and data shall be in S.I.Units.

7.2 List of drawings:

a) General outline and assembly drawings of the equipment. b) Graphs showing the performance of equipment's in regard to magnetisation

characteristics; ratio & phase angle curves, ratio correction factor curves. c) Sectional views showing: i) General Constructional Features. ii) Materials/Gaskets/Sealing used. iii) The insulation & the winding arrangements, method of connection of the primary /

secondary winding to the primary/ secondary terminals etc. iv) Porcelain used and its dimensions. d) Arrangement of terminals and details of connection studs provided. e) Name plate. f) Schematic drawing. g) Detailed drawing of pressure release device with detailed literature. h) Terminal connector drawing.

NOTE:- All above drawings should bear a minimum space (14X10cm) for stamping the

approval of drawings by the purchaser.

7.3 The bidder shall submit four sets of final versions of complete and correct equipment drawings except 7.2 (b) above (actual of which shall be supplied at the time of inspection) for purchaser’s approval alongwith bid in a sealed envelope. The purchaser shall communicate his comments/approval on the drawings to the supplier within 21 days from the date of issue of LOI. The submission of complete and correct readable drawings for approval is the responsibility of the bidder/supplier. The supplier shall, if so required by the purchaser, modify the drawings and resubmit four copies of the modified drawings for purchaser’s approval within two weeks from the date of purchaser’s comments. Then, the purchaser shall approve the revised drawings within two weeks from the date of its receipt.

7.4 The manufacturing of the equipment shall be strictly in accordance with the approved

drawings and no deviation shall be permitted without the written approval of the purchaser. All manufacturing and fabrication work in connection with the equipment prior to the approval of the drawing shall be at the supplier's risk.

7.5 The successful bidder shall also supply one set of nicely bound all the approved drawings & instruction manual containing handling, installation, testing and commissioning of equipment at the time of dispatch of material to the consignee with each equipment for our field staff without which the supply will not be considered as complete supply. In addition, 5 sets of such bound manuals and final approved drawings shall be supplied for reference & record in our design office alongwith one good quality soft copy (CD) of approved drawings and instruction manuals, if computerized.

7.6 Approval of drawings / work by Purchaser shall not relieve the Supplier of his

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 160: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

responsibility and liability for ensuring correctness and correct interpretation of the latest revision of applicable standards, rules and codes of practices. The equipment shall conform in all respects to high standards of engineering, design, workmanship and latest revisions of relevant standards at the time of ordering and purchaser shall have the power to reject any work or material which in his judgement is not in full accordance therewith.

NOTE :- 1. In case the equipment offered by the Supplier does not meet with the requirement of technical specification the offer of the firm shall not be considered.

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 161: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

ANNEXURE- I A (i)

COREWISE DETAILS OF 420kV CAPACITOR VOLTAGE TRANSFORMER (CVT)

Sl. No.

Requirement Particulars

1. Rated Primary voltage 400/√3kV 2. Type Single phase 3. No. of Secondaries 3 4. Rated voltage factor 1.2 continuous & 1.5 for 30 seconds

5. Capacitance (minimum) 8800 (+10%, -5%) pico farads 6. Rated voltage (volts) Secondary-I

110/√3 Secondary-II

110/√3 Secondary-III

110/√3 7. Application Metering &

Protection Protection Metering

8. Accuracy 1/3P 3P 0.2 9. Output burden (VA) 100 50 50 10Percentage voltage error &

phase displacement (minutes) for respective specified accuracy classes.

As per ISS/IEC

Note:- Each winding shall fulfill its respective specified accuracy requirement within its

specified output range whilst at the same time the other winding has an output of any value form zero to 100% of the output range specified for the other winding in line with clause 6.2.1 of IS 3156 (Part-2 & Part-3) 1992 or its equivalent IEC.

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 162: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

ANNEXURE- IB(i)

COREWISE DETAILS OF 245kV CAPACITOR VOLTAGE TRANSFORMER (CVT)

Sl. No.

Requirement Particulars

11. Rated Primary voltage 220/√3kV

12. Type Single phase

13. No. of Secondaries 3

14. Rated voltage factor 1.2 continuous & 1.5 for 30 seconds

15. Capacitance (minimum) 8800 (+10%, -5%) pico farads

16. Rated voltage (volts) Secondary-I

110/√3

Secondary-II

110/√3

Secondary-III

110/√3

17. Application Protection &

Measurement

Protection Metering

18. Accuracy 1/3P 3P 0.2

19. Output burden (VA) 100 50 10

20. Percentage voltage error & phase displacement (minutes) for respective specified accuracy classes.

As per ISS/IEC

Note:- Each winding shall fulfil its respective specified accuracy requirement within its

specified output range whilst at the same time the other winding has an output of any value form zero to 100% of the output range specified for the other winding in line with clause 6.2.1 of IS 3156 (Part-2 & Part-3) 1992 or its equivalent IEC.

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 163: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

ANNEXURE- IB(ii)

COREWISE DETAILS OF 245kV POTENTIAL TRANSFORMER (PT)

Sl. No.

Particulars Requirement

1. Rated Primary voltage 220/√3kV

2. Type Single phase

3. No. of Secondaries 2

4. Rated voltage factor 1.2 continuous & 1.5 for 30 seconds

5. Rated voltage (volts) Secondary-I

110/√3

Secondary-II

110/√3

6. Application Protection &

Measurement

Protection

7. Accuracy 1/3P 3P

8. Output burden (VA) 150 50

9. Percentage voltage error &

phase displacement

(minutes) for respective

specified accuracy classes.

As per ISS/IEC

Note:- Each winding shall fulfil its respective specified accuracy requirement within its

specified output range whilst at the same time the other winding has an output of any value form zero to 100% of the output range specified for the other winding in line with clause 6.2.1 of IS 3156 (Part-2 & Part-3) 1992 or its equivalent IEC.

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 164: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

ANNEXURE- IC(i)

COREWISE DETAILS OF 145kV CAPACITOR VOLTAGE TRANSFORMER (CVT).

Sl. No.

Requirement Particulars

1. Rated Primary voltage 132√3kV

2. Type Single phase

3. No. of Secondaries 3

4. Rated voltage factor 1.2 continuous & 1.5 for 30 seconds

5. Capacitance (minimum) 8800 (+10%, -5%) pico farads

6. Rated voltage (volts) Secondary-I

110/√3

Secondary-II

110/√3

Secondary-III

110/√3

7. Application Protection &

Measurement

Protection Metering

8. Accuracy 1/3P 3P 0.2

9. Output burden (VA) 50 25 10

10. Percentage voltage error &

phase displacement

(minutes) for respective

specified accuracy classes.

As per ISS/IEC

Note:- Each winding shall fulfil its respective specified accuracy requirement within its

specified output range whilst at the same time the other winding has an output of any value form zero to 100% of the output range specified for the other winding in line with clause 6.2.1 of IS 3156 (Part-2 & Part-3) 1992 or its equivalent IEC.

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 165: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

ANNEXURE- IC(ii)

COREWISE DETAILS OF 145kV POTENTIAL TRANSFORMER (PT).

Sl. No.

Particulars Requirement

1. Rated Primary voltage 132/√3kV

2. Type Single phase

3. No. of Secondaries 3

4. Rated voltage factor 1.2 continuous & 1.5 for 30 seconds

5. Rated voltage (volts) Secondary-I

110/√3

Secondary-II

110/√3

Secondary-III

110/√3

6. Application Protection &

Measurement

Protection METERING

7. Accuracy 1/3P 3P 0.2

8. Output burden (VA) 250 25 20

9. Percentage voltage error &

phase displacement

(minutes) for respective

specified accuracy classes.

As per ISS/IEC

Note:- Each winding shall fulfil its respective specified accuracy requirement within its

specified output range whilst at the same time the other winding has an output of any value form zero to 100% of the output range specified for the other winding in line with clause 6.2.1 of IS 3156 (Part-2 & Part-3) 1992 or its equivalent IEC.

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 166: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

ANNEXURE- ID(i)

COREWISE DETAILS OF 72.5kV CAPACITOR VOLTAGE TRANSFORMER (CVT)S.

Sl. No.

Requirement Particulars

1. Rated Primary voltage 66/√3kV

2. Type Single phase

3. No. of Secondaries 2

4. Rated voltage factor 1.2 continuous & 1.5 for 30 seconds

5. Capacitance (minimum) 8800 (+10%, -5%) pico farads

6. Rated voltage (volts) Secondary-I

110/√3

Secondary-II

110/√3

7. Application Protection &

Measurement

Metering

8. Accuracy 1/3P 0.2

9. Output burden (VA) 50 10

10. Percentage voltage error &

phase displacement

(minutes) for respective

specified accuracy classes.

As per ISS/IEC

Note:- Each winding shall fulfil its respective specified accuracy requirement within its

specified output range whilst at the same time the other winding has an output of any value form zero to 100% of the output range specified for the other winding in line with clause 6.2.1 of IS 3156 (Part-2 & Part-3) 1992 or its equivalent IEC.

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 167: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

ANNEXURE- ID(ii)

COREWISE DETAILS OF 72.5kV POTENTIAL TRANSFORMER (PT).

Sl. No.

Particulars Requirement

1. Rated Primary voltage 66/√3kV

2. Type Single phase

3. No. of Secondaries 2

4. Rated voltage factor 1.2 continuous & 1.5 for 30 seconds

5. Rated voltage (volts) Secondary-I

110/√3

Secondary-II

110/√3

6. Application Protection &

Measurement

Protection

7. Accuracy 1/3P 3P

8. Output burden (VA) 250 25

9. Percentage voltage error &

phase displacement

(minutes) for respective

specified accuracy classes.

As per ISS/IEC

Note:- Each winding shall fulfil its respective specified accuracy requirement within its

specified output range whilst at the same time the other winding has an output of any value form zero to 100% of the output range specified for the other winding in line with clause 6.2.1 of IS 3156 (Part-2 & Part-3) 1992 or its equivalent IEC.

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 168: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

ANNEXURE- IE(i)

COREWISE DETAILS OF 36kV POTENTIAL TRANSFORMER (PT) OF 2 CORES.

Sl. No

Requirement Particulars

1. Rated Primary voltage 33/√3kV

2. Type Single phase

3. No. of Secondaries 2

4. Rated voltage factor 1.2 continuous & 1.5 for 30 seconds

5. Rated voltage (volts) Secondary-I

110/√3

Secondary-II

110/√3

6. Application Main metering Metering & Protection

7. Accuracy 0.2 1/3P

8. Output burden (VA) 10 50

9. Percentage voltage error &

phase displacement

(minutes) for respective

specified accuracy classes.

As per ISS/IEC

Note:- Each winding shall fulfil its respective specified accuracy requirement within its

specified output range whilst at the same time the other winding has an output of any value form zero to 100% of the output range specified for the other winding in line with clause 6.2.1 of IS 3156 (Part-2 & Part-3) 1992 or its equivalent IEC.

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 169: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

ANNEXURE-IIA GUARANTEED TECHNICAL PARTICULARS

CAPACITIVE VOLTAGE TRANSFORMER 1. Name of manufacturer 2. Type and model

3. Rated voltage (kV)

4. Capacitance :

a) Primary capacitance C1 (pf) b) Secondary capacitance C2 (pf) c) Equivalent capacitance C (pf)

5. Number of secondary windings 6. Rated secondary windings :

a) Winding-I (volts) b) Winding -Ii (volts)

7. Rated secondary burden: a) Winding - I (VA) b) Winding - II (VA)

8. Accuracy class of each secondary : a) Winding -I (VA) b) Winding - II (VA)

9. Rated voltage factor with rated burden. 10. One minute power frequency withstand:

Test (Dry) voltage (kV rms)

11. One minute power frequency withstand test (wet) voltage (kV rms)

12. 1.2/50 micro second impulse wave withstand test voltage (kV rms)

13. One minute power frequency withstand voltage on secondaries (kV rms)

14. Total creepage distance (mm) 15. Creepage factor

16. Is CVT suitable for carrier

frequency in the range of 40 to 500 KHz? (Yes/No)

17. Natural frequency of coupling capacitors 18. Rated Primary

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 170: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

burden of potential devices (VA)

19. Temperature rise at 1.2 times rated voltage with rated burden (°C) 20. Guaranteed value of temp. coefficient.

(percent per °Ce

21. Guaranteed value of radio interference voltage in micro-volts at different voltages.

22. Guaranteed sealing test. The pressure at

which sealing test is to be carried out.

23. Guaranteed value of the H.F capacitances and equivalent series resistance at different.

24. Value of stray capacitance and stray conductance in the carrier frequency range of 40 to 500 KHz.

25. Weight of oil and the standard to which it conforms

i) In capacitor unit (Kg/IS) ii) In measuring unit. (Kg/IS)

26. Total weight (Kg)

27. Over -all dimensions (mm)

28. Mounting flange dimensional details

29. Whether CVT are suitable for Carrier communication, carrier protection, carrier telemetering and carrier teleprinting services, metering, relaying protection, synchronising and interlocking purposes.

30. Do the CVTs contain built in (Yes/No) compensating reactors and damping device in P.T. portion?

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 171: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

ANNEXURE-IIB POTENTIAL TRANSFORMER

1. Manufacturer's type and designation. 2. Type

3. Rated Frequency

4. Rated primary voltage

5. Number of secondary windings

6. Rated secondary windings :

a) Winding-I b) Winding -II c) Winding -III

7. Class of Accuracy. a) Winding - I b) Winding - II c) Winding -III

8. Limits of errors. a) Winding -I

i) Percentage voltage ratio error ii) Phase displacement. (Minutes)

b) Winding - II i) Percentage voltage ratio error ii) Phase displacement (minutes)

c) Winding - III i) Percentage voltage ratio error iii) Phase displacement (minutes)

9. Rated burden. a) Winding - I b) Winding -II c) Winding-III

10. Rated voltage factor and time 11. Temperature rise at 1.2 times rated voltage when

applied continuously with rated burden (°C)

12. Insulation class of

a) Primary windings b) Secondary windings

13. One minute power frequency: (Dry) withstand Test voltage (kV)

14. One minute power frequency (wet)

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

Page 172: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway

C:\Users\itms\Desktop\design\PT & CVT-Nov, 2012.doc

withstand test voltage (kV)

15. 1.2/50 micro second impulse withstand test voltage (kV peak)

16. One minute power frequency withstand voltage on secondaries (volts)

17. a) Creepage distance. c) Creepage factor

18. Standard to which the equipment conforms 19. Standard to which the oil conforms

20. Total weight of the P.T.

21. Overall dimensions

22. Mounting details

23. Weight of the oil

24. Total shipping weight.

Page 173: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 174: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 175: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 176: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 177: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 178: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 179: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 180: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 181: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 182: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 183: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 184: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 185: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 186: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 187: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 188: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 189: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 190: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 191: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 192: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 193: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway
Page 194: Railway Energy Management Company Ltd - Rites · Railway Energy Management Company Ltd ... HVPNL/BBMB/DHBVN at Ballabhgarh Grid sub-station of BBMB for Drawal point of ... Railway