7/28/2019 36253684 Tender Specifications for 33 KV Line
1/38
Siri Ram Syal Hydro Power Pvt. Ltd.Kotlu Hydroelectric Project (1.8MW)
Head Office 267, Masjid Moth,Udya Park New Dehli- 110 049
Tender Specifications for 33 KV single circuit Transmissionline from 1.8 MW Hydro Power House Neuli to 33/11 KVSubstation Sainj (HPSEB)including INTER CONNECTINGfacilities i.e. CT, PT, Circuitbreaker, Isolator and L As, to beprovided at 33/11 KV Substation Sainj (HPSEB)for the incoming33KV Single Circuit line.
Prepared by:- S.K.Saini Approved by:- C.M. Subba
D.G.M.(Electrical) General Manager
Siri Ram Syal Hydro Power Pvt. Ltd. Siri Ram Syal Hydro Power Pvt. Ltd.
Cost:- Rs. 1000/-(Rupies one thousand only)
Received vide draft * No. ----------------------------- Dated ----------- payable at State
Bank Of India(Kullu/ Neuli or Delhi)
Tender specification S no. ------- issued in favour of M/S---------------------------------
*The only mode of acceptable payment is by means of non refundable account
payee draft from a nationalized bank in the name ofSiri Ram Syal Hydro PowerPvt. Ltd. and payable as shown above.
7/28/2019 36253684 Tender Specifications for 33 KV Line
2/38
GENERAL
1.0Histery:- Siri Ram Syal Hydro Power Pvt. Ltd is a diversified company engaged in different
activities in many countries world over and has recently entered the Hydro Power field as well.
1.1Kotlu Hydroelectric Project (1.8MW) is a micro Hydel Project situated at Neuli a place at 10KM. distance from Sainj in Dist. Kullu of Himachal Pradesh. The 10Km.distance is a Unmettled
moterable Road and is mainly on the left bank of KOTLU NALA . The place has fallowing
distances by road/rail and air.
Road:- As stated above it is well connected and has a distance of 67 Km. from Mandi in
himachal and 195 Km. from Kiratpur in Punjab.
Rail:- The nearest rail head is at Kiratpur in Punjab (195km.) by Broad gauge line however
another Narrow gauge rail link up to Joginder Nagar in Mandi Distt. Of Himachal (125Km. app.)
is also there.
Air:- The nearest Aero Drome is at Bhunter in Kullu Distt. Of Himachal (65 Km. App.)
1.2 Kotlu Hydroelectric Project (1.8MW) is on the Left Bank of Kotlu Nala , a tributary of
Sainj Khad a further tributary of Beas River. Water has been diverted at 4Km. app. Up stream
the nala through 3km.long water conducting system with a net head of 370 meters at Neuli.
1.3 To evacuate power from the project a single circuit 33 kv line is considered sufficient
which will feed power to the main grid via 33kv S/S of HPSEB and will also cater to the needs of
other upcoming power projects of similar capacity. The proposed single circuit 33KV line is from
the project site at Neuli to 33/11 Kv. s/s of HPSEB at Sainj which is the only nearest one.
The total line length is approximately 10.5km. and is mainly proposed on the right bank of Kotlu
Nala except near Sainj Town where the nala merges with Sainj Khad and passes through the
town. The proposed site is mainly barren with minimum of Forest and private land.
The proposed line is decided to be erected on Turn-Key basis by inviting open bids from
prospective contractors having sufficient experience in the field. THE CONTRACTORS SHALL BE
FULLY RESPONSIBLE for the arrangement of corridor/forest clearance inclusive of tree
compensation if any/ acquisition of private land if any in the name of Siri Ram Syal Hydro Power
Pvt. Ltd. Actual cost as per the revnue /forest record as the case will be born by Siri Ram Syal
Hydro Power Pvt. Ltd, however all liosoning work with any department/public will be done by
the contractor within the contract amount as specified in General Terms And Conditions.
7/28/2019 36253684 Tender Specifications for 33 KV Line
3/38
CHAPTER:- II
General Terms And Conditions
2.0SCOPE OF THE CONTRACT: -
2.1 The total contract will be in two parts. The scope of this first contract is limited to thesupply of the material for the 33 KV single circuit Transmission line inclusive of INTERCONNECTING facilities ie CT, PT, Circuitbreaker, Isolator and L As, etc. to be erectedby the firm on "Turn-Key. The civil works where ever required, erection testing andcommissioning of the 33 KV single circuit line inclusive of INTER CONNECTINGfacilities ie CT, PT, Circuitbreaker, Isolator and L As, etc for this turnkey contract shallform the second contract which shall also be executed by the same firm.
2.2 The scope of work shall include complete project management and THECONTRACTORS SHALL BE FULLY RESPONSIBLE for the arrangement of
corridor/forest clearance inclusive of tree compensation if any/ acquisition of privateland if any in the name of Siri Ram Syal Hydro Power Pvt. Ltd. And also the design,engineering manufacturing testing and supply of material F.O.R. destination basis,transportation, insurance, storage, erection, testing and commissioning of Transmissionline from 1.8 MW Hydro Power House Neuli to 33/11 KV, HPSEB Sub-Station Sainj(HP) inclusive of INTER CONNECTING facilities ie CT, PT, Circuitbreaker, Isolator andL As, etc single source responsibility on "Turnkey Basis". The supply including steeltubular poles, conductor of size 7/4.26 AAAC GI wire 6SWG, M.S. Channel, M.S. Angleiron , 11 KV disc insulator (90 KN),
Stay sets, earthing sets, and all associated items of 33 KV single transmission lineinclusive of INTER CONNECTING facilities ie CT, PT, Circuitbreaker, Isolator and L As,etc. Any material not specifically mentioned in the contract but required to complete the
job is deemed to be included in the scope of the work of the contract. The scope also
includes detail survey of optimization pole location and route marking and as pertechnical detail given in The Technical specifications.2.3The contract includes supply of all the Labour, Materials, Equipments, Errection andcommissioning on Turn Key basis.
Nomenclature of items may be stated in a short form in the contract. However nomenclature and
specification as per HPSEB/HPPWD/CPWD norms will hold good and should be followed.
7/28/2019 36253684 Tender Specifications for 33 KV Line
4/38
All Tools & Machineries and Plants required for the execution of contract are to be arranged by the
contractor himself and Siri Ram Syal Hydro Power Pvt. Ltd. will not issue any such items.
2.4 The contractor/bidder may quote for the 33 KV single transmission line OR INTER CONNECTING
facilities ie CT, PT, Circuitbreaker, Isolator and L As, etc. to be provided at33/11 KV, HPSEB Sub-Station
Sainj OR both but in each case the contract shall be in two parts one for the supply of materials and theother for the errection and commissioning and the contractor shall be responsible for the execution of
both the parts.
3.0 PRICES: -
3-1 The prices quoted should be on "FIRM" basis. No price escalation should bedemanded during the execution of the contract.3.2 The rates quoted by the contractor should be for the entire scope of 33 KV singlecircuit Transmission line and theINTER CONNECTING facilities ie CT, PT,Circuitbreaker, Isolator and L As, etc material, to be provided at 33/11 KV, HPSEB Sub-Station Sainj (HP) . However the total execution prices per items may vary in
proportionate terms with any variation in line length/ substation work on plus or minusside .Erection testing and commissioning charges should be firm and final.3.2.1 The rates quoted should be for the entire Scope of erection, testing andcommissioning and associated Civil works . Right of way /the arrangement ofcorridor for the erection of 33 KV single circuit transmission line/ substationequipment shall be managed by the Contractor. Any compensation viz land, crop,trees etc- should be to the Contractor 's account. Only the actual cost of land asper the revenue record/forest department shall be payable by M/S SIRI RAM SYALHYDRO POWER PVT.LTD and the liasoning work should be carried out by thecontractor within the contract amount. The contractor should be solely responsibility tomake Lease Agreement for acquired property for the 99 years or registration in favor of
M/s SIRI RAM SYAL HYDRO POWER PVT.LTD as the case may be and thenecessaries documentation work (papers works) as required for Leasing & purchase ofrequired property should be arranged by the contractor within the contract amount.
3.3 The transportation and insurance charges should be shown separately but theoverall prices should be including these and the material should remain insured tillerection and commissioning and guarantee period thereof.
4.0 TAXES AND DUTIES: -
4.1 Any taxes and duties i.e. custom duties, excise duties, central sales tax and other
taxes and duties, levies payable by the Contractorfor any transaction between theirvendor/sub-suppliers while procuring any components, sub-components, rawmaterial and other material required should be included in the quoted prices and noclaims on this account should be forwarded to SIRI RAM SYAL HYDRO POWERPVT.LTD. For bought out items the excise duty and central sales tax/VAT should beincluded in the quoted prices and no such claim should be forwarded and the sale toSIRI RAM SYAL HYDRO POWER PVT.LTD should be as "Sale in transit basis" whereever possible and no ''C" form should be issued to the sub supplier/vender.
7/28/2019 36253684 Tender Specifications for 33 KV Line
5/38
4.2 The income Tax, surcharge on income tax and other taxes including tax deductionat source, shall be there as per the prevalent practice and necessary certificate thereofissued in this regard.4.3 Deduction of works tax at source shall be as per the provisions of Sales Tax act andshould be made from the bill of the Contractor.
4.4 Service Tax as prevalent at the time of execution of contract should be to theContractor account.
5.0 Terms of payment: - As a policy matter SIRI RAM SYAL HYDRO POWER PVT.LTDhas decided for the fallowing payment terms and no deviation but so ever shall beentertained at any stage.
5.1 Payment for material: -(a) 80%(Eighty percent) payment of Ex-works of the cost of material including 100%(Hundred percent) excise duty, sale tax, freight, insurance on pro-rata basis will bemade within 45 days on receipt of material at site and submission of documents andfurnishing of documentary evidence of handing over of material at Contractor site storeto SIRI RAM SYAL HYDRO POWER PVT.LTD however it shall be issued immediatelyto the Firm against indemnity bond for execution of the work.(b) Balance 20% (Twenty percent) Ex-works of the payment will be made within 45 days(forty five days) after the material has been successfully erected/utilized at site andtested and commissioned in the system.(c) The payment shall be made after statutory deductions such as income tax, WCT andCST/VAT etc. from all running account bill of the Firm.5.2 Payment for erection & commissioning:-100% payment of the total erection & commissioning component of the contract price
shall be made after complete erection, testing & commissioning of the equipments bySIRI RAM SYAL HYDRO POWER PVT.LTD, Kullu (H.P) on certification by theEngineer/Manager in charge5.3 Delivery and Documents required on Dispatch to facilitate payment.
Fallowing documents will be required/ asked:-(a) Copies of the firms invoice showing letter of award reference goods /description,quantity dispatched, unit price, total amount (4 copies).(b) Packing list identifying contents of tender (4 copies).(c) Receipt of GR duly verified by the site Engineer in charge.(d) Manufacturer's/Firm's guarantee certificate of quality.(e) Material inspection clearance certificate (MICC) for dispatch issued by SIRI RAMSYAL HYDRO POWER PVT.LTD representative and the Firm's factory inspectionreport (2copies).
The above documents should reach the SIRI RAM SYAL HYDRO POWER PVT.LTDwithin seven days from the date of dispatch to enable the SIRI RAM SYAL HYDROPOWER PVT.LTD to make timely payment to the Contractor.5.4 PAYMENT DUE FROM THE FIRM:-
All cost and damages for which Contractor is liable to SIRI RAM SYAL HYDROPOWER PVT.LTD will be deducted from any payments due under the Contract. If the
7/28/2019 36253684 Tender Specifications for 33 KV Line
6/38
dues are insufficient Contractor shall pay the difference, failing which the performanceguarantee should be en-cashed5.5 Payment of Firm's Bills will be made:-1. by crossed cheque. issued directly to the contractor on furnishing a stamped receiptfor the amount of the cheque or to his authorised representative who has a power of
attorney conferring authority, to receive such payment from SIRI RAM SYAL HYDROPOWER PVT.LTD Neuli Kullu Distt, (HP), except where the firms are described in theirbid as a firm, in which case, the receipt must be signed in the name of the firm by one ofthe partners or by some other persons holding a power of attorney authorizing him to doso by the partners.2. The receipt of an accountant or clerk for any money paid will not be considered as anacknowledgement of receipt of such payment furnished to SIRI RAM SYAL HYDROPOWER PVT.LTD and the contractor shall be responsible for ensuring that theyprocures receipt signed/countersigned by the Engineer.6.0 MATERIAL:-
6.1 Contractor should guarantee that material/spare parts thereof shall be new andbest of kind from a reputed manufacturer, conforming to respectiveISS / IEC (Amended up to date), unused and originally coming frommanufacturer's plant to the destination Station. Used, rebuilt or over hauledmaterial will not be accepted. SIRI RAM SYAL HYDRO POWER PVT.LTD reserves theright for inspection of the material at the manufacture's premises or at site to verify thequality of the material. However, it will be the entire responsibility of the Contractor toensure quality of works. The material used shall be of standard make and manufacture.SIRI RAM SYAL HYDRO POWER PVT.LTD reserves the right to decide the brand ofthe material to be used.
6.2 Any material which are essentially required for the successful commissioning of theequipments but not included in the detailed order is deemed to have been covered bythe Contractor in their quoted prices.
6.3 The Technical particulars of all the material are to be vetted by the Contractorbefore placing the order for these material, Sub-suppliers from whom the material areproposed to be procured shall also have to be approved.
6.4 The Contractor shall submit the type tests certificate for various materials as per ISS/ IEC, conducted at recognized test lab in support of material Standard make. The typetest reports shall not be more than five years old.
7.0 Packing:-
The packing of the material should be as is required to prevent their damage ordeterioration during transit to the destination. The packing should be sufficient towithstand, without limitation, rough handling, during transit and exposure to extremetemperature, salt and precipitation during transit and open storage. Packing case size
7/28/2019 36253684 Tender Specifications for 33 KV Line
7/38
and weight should be taken into consideration, keeping in view the remoteness of finaldestination of goods and absence of heavy handling facilities at all points in transit.
The packing, marking and documentation within and outside the packages shouldcomply strictly with special requirements as shall be expressly provided for in the
contract and in any subsequent instructions given by SIRI RAM SYAL HYDRO POWERPVT.LTD.
7.1 Indemnity Bond:-
It will be the sole responsibility of the Contractor to take delivery, unload and store thematerial at site and execute an indemnity bond, trust receipt and obtaining authorizationletter as per Performa in favor of the SIRI RAM SYAL HYDRO POWER PVT.LTDagainst loss, damage and risk involved for the full value of the materials. The indemnitybond shall be furnished by the Contractor before commencement of the supplies andshall be valid till the scheduled date of testing, commissioning and handing over of the
equipment to SIRI RAM SYAL HYDRO POWER PVT.LTD
7.2Amendment to the Bill:-
SIRI RAM SYAL HYDRO POWER PVT.LTD shall be authorized to make anyamendment/ modification in respect of any previous bills.
7.3 Final Certificate of Payment:- As a conclusive evidence of the value of the Worksand that the works are in accordance with the Contract and further the Contractor hasperformed all his obligations under the contract except the obligations arising during theDefects Liability Period a Final Certificate of payment is proposed to be issued.Payment of the amount certified in the Final Certificate of Payment shall be conclusiveevidence that the Contractor has performed all his obligations under the Contractexcept:-(a) To the extent that fraud or dishonesty relates to or affects any matter dealt withinthe certificate, or(b) If any arbitration or court proceedings under the contract have been commenced byeither party before the expiry of 90 days after the issue of Final Certificate of Payment.(c) In the event of any defects noticed during the Defects Liability Period.
8.0 DRAWINGS & OPERATION MANUALS
8.1(i) Within 15 days after the date of contract The Contractor shall supply four copies ofthe approved drawings for the record. In case SIRI RAM SYAL HYDRO POWER
PVT.LTD requires modification of the drawings the Contractor shall carry out themodification and re-submit drawings within 7 days. One approved copy shall bereturned to the Contractor.ii) Drawings as approved above shall not be changed, without the prior written consentof SIRI RAM SYAL HYDRO POWER PVT.LTD.
7/28/2019 36253684 Tender Specifications for 33 KV Line
8/38
The Contractor should include in his offer for the supply of all necessary drawings and documents in four
sets in hard copy and one soft copy. The drawings should be prepared on Auto CAD. All drawings,
documents and catalogues should be in English language and all dimensions and weight in metric unit.
Any change required for completeness of the installation and satisfactory operation of the various
equipment and the system which may be carried out at site during erection, testing commissioning and
performance testing or to satisfy statutory requirements, should be incorporated by the contractor in
the drawings submitted by him during design approval stage. These as built drawings should be
submitted by the contractor before the provisional acceptance Certificate may be issued. The contractor
should supply following drawings/ calculations showing all necessary information for the purpose of
correct supply and field erection :-
Sag tension calculation for phase conductor and ground conductor indicating sag and tension at the
specified minimum and maximum temperature.
Line diagram for pole and structure showing electrical clearances for pole
Detail foundation and excavation drawing showing the proposed type of foundation along with
necessary calculations.
Detailed dimension drawing of insulators assemblies with all hardware, fittings and accessorize.
Bill of material with type and size of insulators, assemblies, hangers clamps, connectors fittings,
accessorize, hardware, earthing materials etc.
Pole and terminal H pole earthing drawings indicating type of earthing system adopted with sizeof
electrodes and earthing conductors.
8.2MISTAKES IN DRAWINGS:-The Contractor shall be responsible for the discrepancies errors or omissions in thedrawings, and other particulars supplied by him, whether such drawings and particularshave been approved by SIRI RAM SYAL HYDRO POWER PVT.LTD or not, providedthat such discrepancies, errors or omissions are not due to inaccurate information orparticulars furnished in writing by SIRI RAM SYAL HYDRO POWERPVT.LTD.(Responsibility for any extra cost reasonably incurred by the Contractor due toany alterations of the material necessitated by reason of inaccurate information suppliedwill be born by SIRI RAM SYAL HYDRO POWER PVT.LTD)8.3 VARIATIONS-ADDITIONS & OMISSIONS:-i) SIRI RAM SYAL HYDRO POWER PVT.LTD shall have power (i) to make alteration in.
omissions from, addition to, or substitutions for the original specifications, drawings,designs and instructions that may appear to him to be necessary or advisable during theprogress of the work, and (ii) to omit a part of the works in case of non-availability of aportion of the site or for any other reasons and the Contractor shall be bound to carryout the works in accordance with any instructions given to him in writing signed by theEngineer-in-Charge and such alterations, omissions, additions or substitutions shallform part of the contract as if originally provided therein and any altered, additional orsubstituted work which the Contractor may be directed to do in the manner specified
7/28/2019 36253684 Tender Specifications for 33 KV Line
9/38
above as part of the works, shall be carried out by the Contractor on the sameconditions in all respects including once on which he agreed to do the main work exceptas hereafter provided.ii) The time for completion of the works shall, in the event of any deviations resulting inadditional cost over the tendered value sum being ordered, be extended, if requested (i)
in the proportion which the additional cost of the altered, additional or substituted work,bears to the original tendered value (ii) 25% of the time calculated in (i) above or suchfurther additional time as may be considered reasonable by SIRI RAM SYAL HYDROPOWER PVT.LTDiii) Rates for such altered, additional or substituted work shall be determined by SIRIRAM SYAL HYDRO POWER PVT.LTD.iv) SIRI RAM SYAL HYDRO POWER PVT.LTD reserves the right to increase /decrease the quantity of items/purchased items listed in Price Schedule by 25% beforesigning of contract and/or during the currency of the contract at the same rate.
9.0 INSURANCE OF MATERIAL:-The Contractor should notify the Insurance Company to insure the material under theopen Insurance policy valid till commissioning of the eqipment. The insurance shouldcover transit, storage, erection and commissioning. The Insurance cover should have thename of SIRI RAM SYAL HYDRO POWER PVT.LTD. as co-insurer and all theclaims/damages lodged with the company should be reimbursed to SIRI RAM SYALHYDRO POWER PVT.LTD only. The process of the claim should however be theresponsibility of the Contractor.10.0 CONTRACT SECURITY AND PERFORMANCE GURANTEE:-
10.1 As a policy matter SIRI RAM SYAL HYDRO POWER PVT.LTD expects aPerformance Bank Guarantee from the prospective bidders/contractors/firms from a
Nationalized Bank, in the Form enclosed. The guarantee amount should be equal to10% of the contract price and should guarantee the faithful performance of the contractin accordance with the terms and conditions in these documents and specifications. Theguarantee should be valid up to 12 months after the commissioning of the Equipment.
10.2 The performance guarantee should cover additionally the following guarantees toSIRI RAM SYAL HYDRO POWER PVT.LTD:-a) The Contractor should guarantee the successful and satisfactory operation ofmaterial furnished and erected under the contract, as per the specification anddocuments.b) The Contractor should further guarantee that the material provided and
Erected/installed by him shall be free-from all defects in the design, material andworkmanship and shall upon written notice from SIRI RAM SYAL HYDRO POWERPVT.LTD fully remedy free of expenses such defects as may be developed under thenormal use of the said material within the period of guarantee specified in the relevantclauses of bid documents.
10.3 The Contract performance guarantee intends to secure the performance of theentire Contract.
7/28/2019 36253684 Tender Specifications for 33 KV Line
10/38
10.4 The contract performance guarantee is to be returned without any interest at theend of guarantee period.
11.0 SIGNING OF CONTRACT:-Within Thirty (30) days of the notification of the award, the Contractor should sign and
date the contract with SIRI RAM SYAL HYDRO POWER PVT.LTD. The Contractor shall
however be paid for the work done during this period, if any, after signing of the contract
agreement irrespective of the submission of running account bill. All the documents
listed under reference also should form part of the contract. None signing of contract
shall, however will absolve the firm of its obligations to words the contract
12.0 INSPECTION & TESTING DURING MANUFACTURE:-i) The Contractor shall inform SIRI RAM SYAL HYDRO POWER PVT.LTD about thesource of supply of material and the representative shall be entitled at all reasonable
times during manufacture to inspect, examine and test on the premises the material andworkmanship of all the material to be supplied under this Contract and if part of the saidmaterial is being manufactured on other premises, the Contractor shall obtainpermission to inspect, examine, and test as if the materials were being manufactured onhis premises. Such inspection, examination and testing shall not relieve the Contractorof its obligations under this contract.ii) Before dispatch, all the material/items shall be subjected to routine and acceptancetests in accordance with relevant issue of ISS./IEC (amended up to date).iii) The Contractor shall give SIRI RAM SYAL HYDRO POWER PVT.LTD. fifteen (15)days notice in writing of the date and the place at which the material will be ready forinspection & testing. The Contractor shall also arrange to furnish the type test
certificates of material from the supplier of material.iv) Where the contract provides for tests on the premises of the Contractor or of any ofits sub-suppliers, he shall provide such assistance, labour, materials, electricity, fuel andinstruments as may be required or as may be reasonably demanded to carry out suchtests efficiently.v) When the material had passed the specified tests a certificate to this effect in writingshall be issued to the Contractor. The reasonable copies of the tests certificates shall beprovided.vi) Material shall only be dispatched after getting clearance from SIRI RAM SYALHYDRO POWER PVT.LTD. No material be dispatched without having been tested asper relevant standards or specifications.
vii) The inspection by authorized representative shall not absolve the Contractor of hisobligation of supplying the material in accordance with the specifications.
13.0. DELIVERIES:-Time being the essence, of the contract the material shall bedispatched in such a manner that the equipments commissioning is completed in Six (6)months from the date of letter of intent.
14.0. CONTRACTOR'S DEFAULT LIABILITY:-
7/28/2019 36253684 Tender Specifications for 33 KV Line
11/38
i) SIRI RAM SYAL HYDRO POWER PVT.LTD may upon written notice of default to theContractor, terminate the Contract in circumstances detailed hereunder:-
a) If in the Judgment, the Contractor fails to make delivery of material for Completion of
the works within the time specified in the Contract Agreement or within the period forwhich extension has been granted to him.b) If in the judgment, the Contractor fails to comply with any of the other provisions ofthis contract.
ii) In the event SIRI RAM SYAL HYDRO POWER PVT.LTD terminates the Contract asa whole or in parts as provided in paragraph 14 (i) above, the right to purchase uponsuch terms and in such manner as may deem appropriate, material similar to that forwhich the contract has been terminated and the Firm will be liable to pay SIRI RAMSYAL HYDRO POWER PVT.LTD for any additional costs for purchasing such similarmaterial without prejudice to right to levy penalty for delay as defined in the specific
Clause .
iii) If this contract is terminated as provided in paragraph 14 (i) SIRI RAM SYAL HYDROPOWER PVT.LTD in addition to any other rights provided in this Contract may requirethe Contractor to transfer title and deliver any of the following cases in the manner andas directed.
a) Any completed material:-
b) Such partially completed material, drawings, information and contract rightshereinafter called manufacturing materials the Contractor has specifically produced oracquired for the performance of the contract as terminated. SIRI RAM SYAL HYDROPOWER PVT.LTD shall pay the Contract price for completed material delivered and / orerected and accepted and for manufactured material delivered and accepted.
iv) In the event SIRI RAM SYAL HYDRO POWER PVT.LTD does not terminate thecontract as provided in paragraph 14 (i) the Contractor shall continue the performanceof the contract, in which case he shall be liable for penalty for delay as set out in thespecific Clause until the material is accepted.
15.0 BANKRUPTCY:-
If the Contractor become bankrupt or have a receiving order made against himor compound with creditors, or being a Corporation under process of beingwound up, not being a voluntary windings up for the purpose only ofamalgamation or reconstruction or carry on its business under a receiverfor the benefit of its creditors or any of them SIRI RAM SYAL HYDRO POWERPVT.LTD shall be at liberty: -
7/28/2019 36253684 Tender Specifications for 33 KV Line
12/38
a) To terminate the contract forthwith by notice in writing to the Contractor or to theliquidator or receiver or to any person in whom the contract may become vested and toact in the manner provided in clause 14 as though the last mentioned notice has beenthe notice referred to in such article and the equipment has been taken out of theContractor 's hands.
b) To give such liquidator, receiver, or other person the option of carrying out thecontract subject to his providing a guarantee for the due and faithful performance of theContract up to an amount to be determined by SIRI RAM SYAL HYDRO POWERPVT.LTD.
16.0 PENALTY FOR DELAY IN COMPLETION:-
If the Contractor fails to execute the contract within the time specified in the ContractAgreement or any extension thereof, a sum equivalent to half percent (0.5%) of the totalvalue of the sub package of contract for each calendar week of delay or part thereof
shall be deducted as penalty. The total penalty shall not exceed five percent (5%) of thetotal value of Contract. In case the delay for the sub-package (effecting thecommissioning of the work )the penalty shall be 0.5% of contract value for eachcalendar week of delay subject to maximum of 5% of contract value.
17.0 FORCE MAJEURE:-
The Contractor shall not be liable for any penalty for delay or for failure to perform thecontract for reasons of Force Majeure such as acts of God, acts of the public enemy,acts of local authorities or Government, fires, floods, epidemics, quarantine restriction,strikes, transporters strike and provided that the Contractor shall within ten (10) daysfrom the happening of such delay notify SIRI RAM SYAL HYDRO POWER PVT.LTD inwriting of the cause of delay who shall verify the facts and grant such extension as facts
justify.
18.0 REPLACEMENT:-
If the material or any portion thereof is damaged or lost during transit, or erection tillcommissioning, the replacement of such material shall be effected by the Contractorwithin a reasonable time to avoid unnecessary delay in the commissioning of theequipments.
19.0. REJECTION:-
In the event of any of the material supplied by the Contractor is found defective inworkmanship or otherwise not in conformity with the requirements of the Contractspecification SIRI RAM SYAL HYDRO POWER PVT.LTD shall either reject the materialor request the Contractor in writing to rectify the same. The Contractor on receipt ofsuch notification shall either rectify or replace the defective material free of cost. If theContractor fails to do so, SIRI RAM SYAL HYDRO POWER PVT.LTD May:-
7/28/2019 36253684 Tender Specifications for 33 KV Line
13/38
a) At its option replace or rectify such defective material and recover the extra cost soinvolved from the Contractor plus fifteen percent; orb) Terminate the contract for default.
The provision of this clause shall not prejudice SIRI RAM SYAL HYDRO POWER
PVT.LTD rights under clause 16.0 & 21-0 or the rights as available in Law.
20.0 EXTENSION OF TIME:-
Generally no extension of time will be granted. It will be granted only in exceptionalcases wherein it is found that the completion of contract is delayed due to reasonsbeyond the control of the Contractor. The Contractor in such case shall without delaygive notice to SIRI RAM SYAL HYDRO POWER PVT.LTD in writing of its claim for anextension of time. On receipt of such notice may agree to extend the Contractcompletion date as may be reasonable but without prejudice to other terms andconditions of the Contract. No price escalation shall be allowed during the extended
period.
21.0. PERIOD OF WARRANTY:-
21.1 The Contractor shall warrant that the material will be newand best of kind froma reputed manufacturer, conforming to respective ISS / IEC (Amended up to date),unused and originally coming from manufacturer's plant to the destinationStation and in accordance with the Contract Documents and free from defects in
material and workmanship for a period of 12 months from the date of commissioning.The Contractor 's liability shall be limited to the replacement of any defective part in thematerial of its own manufacture or those of its Sub-Contractors, under normal use andarising solely from faulty design, materials and /or workmanship provided always thatsuch defective parts are repairable at the site and are not in meantime essential in theCommercial use of the material. Such replaced/defective parts shall be returned to theContractor unless otherwise arranged. No repairs or replacement shall normally becarried out by SIRI RAM SYAL HYDRO POWER PVT.LTD when the material is underthe supervision of the Contractor 's supervisory Engineer.
21.2 In the event of any emergency where in the judgment of the Engineer, delaywould cause serious loss or damages, repairs or adjustment may be made by SIRIRAM SYAL HYDRO POWER PVT.LTD or a third party without advance notice to theContractor and the cost of such work shall be paid by the Contractor. In the event suchaction is taken, the Contractor will be notified promptly and shall assist whereverpossible in making necessary correction. This shall not relieve him of its liabilities underthe terms and conditions of the Contract.
21.3 If it becomes necessary for the Contractor to replace or renew any defectiveportions of the works, the provision of this clause shall apply to portion of the works soreplaced or renewed until the expiry of 12 months from the date of replacement/renewalof the defective part/portion of work. If any defects are not remedied within a reasonable
7/28/2019 36253684 Tender Specifications for 33 KV Line
14/38
time, SIRI RAM SYAL HYDRO POWER PVT.LTD may proceed to do the work at theContractors risk and cost, but without prejudice to any other rights, against him inrespect of such defects.
21.4 The repaired or new parts will be furnished and erected free of cost by the
Contractor. If any repair is carried out on Contractor 's behalf at the site, he shall bearthe cost of such repairs.
21.5 The cost of any special or general overhaul rendered necessary during themaintenance period due to defects in the material or defective work carried out by theContractor, the same shall be born by him.
21.6 The acceptance of the material by SIRI RAM SYAL HYDRO POWER PVT.LTDshall in no way relieve the Contractor of its Obligations under this clause.
21.7 In the case of those defective parts, which are not repairable at Site but are
essential for the Commercial operation of the material, the Contractor and SIRI RAMSYAL HYDRO POWER PVT.LTD shall mutually agree to a Program of replacement orrenewal, which will minimize interruption to the maximum extent.
21.8 At the end of the Guarantee Period, the Contractor 's liability ceases except forlatent defects (*). For latent defects, his liability as mentioned in clause nos. 21.1 to 21.7above shall remain till the end of 3 years from the date of completion of GuaranteePeriod.
21.9 The provisions contained in this clause will not be applicable:-
(a) If SIRI RAM SYAL HYDRO POWER PVT.LTD has not used the material accordingto generally approved industrial practice and in accordance with the conditions oroperation specified and in accordance with operating manuals, if any.
(b) In cases of normal wear and tear of the parts to be specifically mentioned by theFirm in the offer.(*) Latent Defects shall mean such defects caused by faulty design, material orworkmanship, which cannot be detected during inspection, testing etc. based on thetechnology available for carrying out such tests.
22.0 NON-ASSIGNMENT:-
The Contractor shall not assign or transfer the contract or any part thereof without theprior approval in writing of SIRI RAM SYAL HYDRO POWER PVT.LTD
23.0 CERTIFICATES NOT TO AFFECT RIGHTS OF THE PURCHASER OR THECONTRACTOR:-
7/28/2019 36253684 Tender Specifications for 33 KV Line
15/38
The issuance of any certificates by SIRI RAM SYAL HYDRO POWER PVT.LTD or anyextension of time granted shall neither prejudice the rights in terms of the Contract norwill this relieve the Contractor of its obligations for due performance of the Contract.
24.0 SETTLEMENT OF DISPUTES:-
i) Except as otherwise specifically provided in the Contract, all disputes concerningquestion of fact arising under the Contract shall be decided by SIRI RAM SYAL HYDROPOWER PVT.LTD subject to a written appeal. These decisions shall be final to theparties hereto.
ii) Any disputes or differences including those considered as such by only one of theparties arising out of or in connection with this contract shall be to the extent possiblesettled amicably between the parties.
iii) If amicable settlement cannot be reached then all disputes/issues shall be settled by
Arbitration as provided in Article 25.
25.0 SETTLEMENT OF DISPUTES BY ARB1TRAT10N:-
"All matters, questions, disputes, differences and/ or claims arising out of and/ orconcerning and/ or in connection and/ or in consequences or relating to this Contractwhether or not obligations of either of both parties under this Contract be subsisting atthe time of such dispute and whether or not this Contract has been terminated orpurported to be terminated or completed, shall be referred to the Arbitrator to beappointed/nominated by SIRI RAM SYAL HYDRO POWER PVT.LTD. The Award of the
Arbitrator shall be binding on the parties to this Contract." In case, the Arbitrator towhom dispute/difference, so referred, is unable to function as such at any stage for anyreasons, whatsoever or his award being set aside by the Court for any other reason, theother Arbitrator, shall be appointed by SIRI RAM SYAL HYDRO POWER PVT.LTD.Such Arbitrator shall be entitled to proceed with the reference from the stage at which ithad been left by his predecessor or to conduct the proceedings afresh as he may deemfit or as the case may be. Party invoking arbitration shall specify the dispute(s) to bereferred to the arbitration under this clause together with the amount (s) claimed inrespect of each dispute. If work under the contract has not been completed when adispute or any matter what-so-ever is referred to arbitration, the Contractor shall not beentitled to suspend such work to which the dispute relates and payment to theContractor shall be continued to be made in terms of the contract. If the Contractor(s)omit/neglect to prefer any claim(s) in writing within 90 (Ninety) days of the date onwhich the dispute arises during the execution of the works for which such dispute issought to be raised or date of intimation of the preparation of the bill thereof, whicheveris earlier, the claim of the Contractor will be deemed to have been waived andabsolutely barred and SIRI RAM SYAL HYDRO POWER PVT.LTD shall be dischargedand released of all the liabilities under the contract in respect of such item(s). Likewiseall disputes(s) referred to above shall be preferred as provided above within 90(Ninety)days from the execution of work(s) otherwise all claim(s) shall stand extinguished.
7/28/2019 36253684 Tender Specifications for 33 KV Line
16/38
Provided, in the event of the rejection of Contractor 's claim(s) by SIRI RAM SYALHYDRO POWER PVT.LTD, the Contractor shall within 30(Thirty) days after receivingintimation in writing of such decision shall give notice in writing requesting the dispute(s)may be referred for arbitration. In all cases referred for arbitration, the Arbitrator shallassign reasons under all circumstances on which the decision is based, 'the decision of
the Arbitrator shall be conclusive, final and binding on the parties. Subject to theprovisions of the contract to the contrary as aforesaid, the provisions of the "Arbitrationand Conciliation Act, 1996" or any statutory modification of re-enactment thereof andthe rules made there under and for the time being in force shall apply to all arbitrationproceedings under this clause.26.0 LAWS GOVERNING CONTRACT:-
The contract shall be construed according to and subject to the laws of India. OnlyCourts at Shimla/Delhi shall have sole jurisdiction in case of any dispute.
27.0 SCHEDULE AND PROGRESS REPORT:-
27-1 The Contractor shall submit at such times as may be required by SIRI RAM SYALHYDRO POWER PVT.LTD or his authorized representatives, the PERT chartprogrammers and order in which he proposes to carry-out the work with the dates andestimated completion times for various parts of the supply and erection Work. Suchschedules and networks shall be within the overall schedule of completion of supply anderection of eqiupments as per terms of the Contract and is to be submitted within 15days from the award of work. SIRI RAM SYAL HYDRO POWER PVT.LTD may notallow the Contractor to start work for non-submission of the above charts.
27.2 During the progress of the work, the Contractor shall furnish SIRI RAM SYALHYDRO POWER PVT.LTD regular monthly progress reports and such other reports onthe manufacture, supply and erection Works and organization including feed backinformation for updating/revising the critical path networks as may be required. Everyright to visit the Contractors works to verify if works are progressing as per programmed/or otherwise should be there.
28.0 CROSS FALL BREACH:-
The total package for execution work of 33 KV single circuit Transmission line from 1.8MW Hydro Power House Neuli to 33/11 KV Substation Sainj (HPSEB)including INTERCONNECTING facilities i.e. CT, PT, Circuitbreaker, Isolator and L As, to be provided at33/11 KV Substation Sainj (HPSEB)for the incoming 33KV Single Circuit line is beingawarded through two indivisible different contracts one for The supply of material andother for erection & commissioning. Contractor shall be fully responsible for theworks to be executed under both the Contracts and it is expressly understood andagreed that any breach in one Contract shall automatically be deemed as a breach ofthe other Contract and any such breach or occurrence or default giving SIRI RAM SYALHYDRO POWER PVT.LTD a right to terminate both the contracts and / or recoverdamages their under. However, such breach or default or occurrence in the one
7/28/2019 36253684 Tender Specifications for 33 KV Line
17/38
Contract shall not automatically relieve the Contractor of any of its responsibility /obligation under the other Contract. It is also expressly understood and agreed byContractor that the material to be supplied under the "First Contract" when installed andcommissioned under the "second Contract" shall give satisfactory performance inaccordance with the provisions of the Contracts.
29.0 LAND FOR INFRASTRUCTURE & STORAGE:-
The Contractor shall make its own arrangement for construction of structures includingproper facilities required for work at its own cost. The Contractor has also to make itsown arrangement to obtain the necessary land for his infrastructures auxiliary works etc.on lease from the locals.
30.0 CHANGE OF QUANTITY:-
SIRI RAM SYAL HYDRO POWER PVT.LTD reserve the right to vary the quantities of
items or groups of items as specified in the bill of quantity as may be necessary.
31.0 OPERATION AND MAINTENANCE: -
Upon successful completion of all the works erection, testing and commissioning ofequipments, these will be handed over for operation control. However, it would be thesole responsibility of the Contractor at his risk and cost to maintain the material anditems for successful operation of the equipments for one year from the date ofCommissioning. In case of outage of any material, due to defect, the provision of clauseat Sr. No. 21 i.e. PERIOD OF WARRANTY referred above shall apply.
32.0 STATUORY CLEARANCES
32.1 LABOUR
The contractor shall comply with all the provisions of acts, laws ,any regulation or by laws of any local or
other statutory body applicable in relation to the execution of the work, such as:
Payment of wages act 1936 (Amended)
Minimum wages act, 1948 (Amended)
The contract labour (Regulation and abolition) act, 1970 with rules framed there under as amended.
Workmen compensation act, 1923 as amended by amendment act No.6 of 1976
Employers liability act 1938 (Amended)
Maternity benefit act, 1961 (Amended)
The industrial dispute act,1947 (Amended)
Payment of bonus act, 1965 and amendment act no. 43 of 1977 and no.48 of 1978 and amendments
thereof.The industrial employment (standing orders ) act, 146 (Amended)
The personal injuries (compensation insurance) act,1963 and any modification hereof and rules made
there under from time to time, the contractor shall take into account all the above said financial
liabilities in his quoted rates and nothing extra, shall be payable on this account.
32.2 PAYMENT OF LABOUR WAGES
The payment to labors shall be the sole responsibility for the contractor and the contractor shall submit
NOC from the relevant labors while submitting the bill for payment. SIRI RAM SYAL HYDRO POWER
7/28/2019 36253684 Tender Specifications for 33 KV Line
18/38
PVT.LTD is in no way responsible for any payment due to the labors for the works conducted by the
contractor and shall have every right to inquire directly to the labors in respect of the payment to labors
or any other problems being faced by them during the currency of this contract. If any labor issues rose
during the currency of the contract i.e. non-payment or any other related issues SIRI RAM SYAL HYDRO
POWER PVT.LTD reserves its right to terminate the contract.
32.3 CHILD LABOUR
According to the existing norms of the Child Labor the contractor should not depute any child for any
work stipulated in the work contract and if SIRI RAM SYAL HYDRO POWER PVT.LTD finds that the child
labor is being used, the agreement stands immediately terminated and all damages what so ever will be
to the contractors account.
32.4FOREST CONSERVATION ACT
The Contractors shall strictly comply with all the provisions of forest conservation Act, 1980 under no
circumstances any tree will be cut or destroyed in the vicinity of the project area. The contractor shall
instruct the labors so as to prevent them from damaging the forest and will supply adequate fuel. Incase
any damage to the forest property/ tree or environment is reported the matter shall be dissolved by the
contractor at his own cost, risk and responsibility, failing which SIRI RAM SYAL HYDRO POWER PVT.LTD
shall have every right to initiate appropriate legal proceedings against the contractor.
33.0 Special Terms and Conditions33.1 Safety Measures
Contractor shall at his own cost be responsible for safety and protection barrier, warning signals and
devices and posting of flagmen at the desired location along the routes to be used.
33.2 FIRST AID
Notwithstanding contractors obligation to comply with the requirements of the safety manuals the
contractor shall be responsible for providing operation and maintenance of first aid at the site for its
employees and shall be responsible for any consequences thereof.
CHAPTER:- III
Technical Specifications
3.0 Scope of Work
7/28/2019 36253684 Tender Specifications for 33 KV Line
19/38
The contract includes supply of all the Labors, Materials,
Equipments and liosoning work where ever required and final Errection and
commissioning on Turn Key basis.
3.1
Nomenclature of items may be stated in a short form in the contract. However
nomenclature and specification as per HPSEB/HPPWD/CPWD norms will hold
good and should be followed.
3.2
All Tools & Machineries and Plants required for the execution of contract are
to be arranged by the contractor himself and Siri Ram Syal Hydro Power Pvt. Ltd.
will not issue any such items.
3.3
33 KV single circuit Transmission line is from 1.8 MW Hydro Power House
Neuli to 33/11 KV Substation Sainj (HPSEB). The Transmission line comprises
of aforesaid 10.5 Km (Approximately) overhead and is to be constructed betweenPower House( Under Construction) to the existing substation at Sainj of HPSEB.
Erection and commissioning of equipments for 33 kV line bay at Sainj ie CT, PT,
Circuitbreaker, Isolator and LAs, etc. and line equipments at Kotlu Power House
are also included in the scope. The scope also covers construction of civil
foundation works where ever required.
3.4
The scope of work under Transmission line contract in general shall be for
complete conformity with the requirements for commissioning of the 33 kV
overhead line and equipments for 33 kV line bay at Sainj ie CT, PT,
Circuitbreaker, Isolator and LAs, etc. and line equipments at Kotlu Power House.
The services, materials, equipments to be provided for the purpose shall include
but not limited to the following;-
(i) Arrangement of corridor/forest clearance inclusive of tree compensation if any/
acquisition of private land if any after complete survey in the name of Siri Ram Syal Hydro
Power Pvt. Ltd. And also the design, engineering manufacturing testing and supply of
materials F.O.R. destination basis, transportation, insurance, storage, erection, testing and
commissioning of Transmission line from 1.8 MW Hydro Power House Neuli to 33/11 KV,
HPSEB Sub-Station Sainj (HP) inclusive of INTER CONNECTING facilities ie CT, PT,
Circuitbreaker, Isolator and L As, etc single source responsibility on "Turnkey Basis". The
supply including steel tubular poles, conductor of size 7/4.26 AAAC GI wire 6SWG, M.S.
Channel, M.S. Angle iron , 11 KV disc insulator (90 KN).
(ii) Complete loading/unloading & transportation of materials up to installation site.
Arrangement for storage of materials, approach to different work areas, transportation of
7/28/2019 36253684 Tender Specifications for 33 KV Line
20/38
men & material to different work sites as required including removal of material,
equipment, packing materials etc. from site after completion of work.
(iii) Liosoining/Co-ordination with other departments and project implementation agencies
(PIA), statutory bodies such as HPSEB, State Electrical Inspectorate, etc.
(iv) Supply of all accessories viz. anti-climbing devices with barbed wire, danger/ caution notice
plates in English/ Hindi and local language as per IE. Rules.
3.5 The scope of civil works for transmission line shall include but not be limited
to the followings:-
(i) Foundation work with muffs for single / Double Pole structures.
(ii) Earthwork in excavation & backfilling in soft and hard rocks, soling & sub
grade work and plain cement concrete & reinforced cement concrete work for
foundations where ever required. Haulage distance for disposal of unserviceable
if any shall be as directed by the Local authorities.
(iii) Preparation of earth pits in an approved manner.
(iv) All designs for civil works shall be compatible with the operatingconditions of the project site.
(v) All items covered under scope above / specifications shall be complete in all
respects with all such accessories and devices which are essential for proper
design, installation & operation. All these accessories and devices are deemed
to be included in the offer, irrespective of where these are specifically
mentioned herein or not.
4.0DESIGN BASIS
4.1Overhead line should be laid on the land acquired by way of lease orpurchased and duly registered in the name of Siri Ram Syal Hydro Power Pvt.
Ltd.
4.2The basic design parameters shall be as follows: -
i) Nominal system voltage : 33 kVii) Highest system voltage : 36 kV
iii) System frequency : 50 HZ
iv) System earthing : Solidly earthed.
v) Power frequencies withstand voltage : 75 kV
vi) Basic Insulation Level : 170kVpeakimpulses.
vii) Maximum short circuit current : 25kAfor 3 Second.
7/28/2019 36253684 Tender Specifications for 33 KV Line
21/38
viii) Number of circuits on pole : Single
ix) Configuration of phase conductor : Horizontal/vertical/
Triangular suspension
type/ as per practices
followed in the area by
HPSEB.
x) Configuration of ground wire : N/A
xi) Type of phase conductor and size : 7/4.26 AAAC Conductor
xii) Type of ground wire : 6 SWG G.I. Wire
(wherever required for
Road Crossing).
xiii) Type of Insulator : 33kV Porcelain insulator
Disc /Pin.
xiv) Number of Disc per string unit for : Three Discs wherever
tension and suspension string : required.xv) Design Span : 70-110 m/or as per
Topography of the area
&practices followed in
the area/ HPSEB.
xvi) Maximum ambient temperature : 40 Deg. C
xvii) Minimum ambient temperature : Minus 05
xviii) Highest conductor temperature for : 70 Deg CSag-tension calculations.
xix) Maximum wind pressure on conductor: 45 Kg per Sq m (or asper relevant I.S.S.)
(For sag tension Calculation) Whichever Stringent.
xx) Maximum wind pressure on structure : 130 kg per Sq m (As per
Relevant I.S.S.)
xxi) Snow thickness : As per local available data.
5.0 STANDARDS
5.1 All equipment and their accessories covered under this specification shall be designed
manufactured and tested in compliance with latest relevant standards published by the Bureau of Indian
standards (BIS) IS- 5613 (Part2), Central Board of Irrigation and Power (CBIP), International Electro
technical Commission (IEC), Guide lines & code of State Electricity Board (HPSEB) etc.
5.2 All equipment shall confirm to the latest Indian Electricity Rules as regards safety, earthing and
other essential provisions specified there in for installation and operation of the electrical installations &
plant.
6.0 OTHER REQUIREMENTS
7/28/2019 36253684 Tender Specifications for 33 KV Line
22/38
6.1All working parts, in so far as possible, are to be arranged for convenience of operation,
inspection and ease of replacement with minimum down time. All like parts of equipments supplied
shall be interchangeable.
6.2Workman ship and materials shall be of good commercial quality suitable for the purpose
intended and in accordance with the highest standards and practices for equipment of the kind.
7.0 SAFETY
7.1 All equipments shall be complete in all respect with approved safety devices wherever applicable
for safety to personals from a high voltage/potential hazards. The provisions for the safe access of
equipments for the operation and maintenance by operating and maintenance personnel should be
provided.
7.2 Continuity of power supplies being the prime consideration and should be in a manner so as to
facilitate inspections, testing, maintenance, cleaning and repairs at site.
7.3 The contractor shall take adequate precautions for the safety of installations / operating
personnel working in the region, during errection and commissioning. Safety codes prescribed
by the owner / workings in the area and those fallowed by statutory bodies should also be
followed by the contractor.
8.0 PAINTING
Whether or not energized all equipments/ steel works etc. where ever required must be painted
to prevent any rusting corrosion, sulphation or any other physical damage.
9.0 LUBRICATION
All equipments shall be provided with proper lubrication on all points where ever required and should
also be approachable for satisfactory lubrication in future.
10.0 LINE ROUTE
As already said under clause 4.1 above Overhead line should be laid on the land acquired by way of
lease or purchased and duly registered in the name of Siri Ram Syal Hydro Power Pvt. Ltd. The
contractor shall prepare a survey for the entire line route to finalize the poles locations, deviation angles
and height to ascertain the statutory clearances above ground/ roads and the existing installations ie
buildings / structures etc.
11.0 ELECTRICAL DESIGN
11.1 General
The power system as a whole in the area should be considered for design of the system to
ascertain fault levels in accordance with the established methods of analysis taking into consideration,
and shall additionally cover the following;
7/28/2019 36253684 Tender Specifications for 33 KV Line
23/38
11.2 Voltage Class
The voltage class shall be of 33 kV for design.
11.3 Insulation Requirements
The insulation levels shall confirm to IS: 2165 (Part-1)-1977, IS: 2165 (Part-2)- 1983 and IS: 3716-19784.
12.0 STRUCTURES
12.1 11meter long pole confirming to relevant IS code or as per practices followed by HPSEB shall
be used.
12.2 The cross arms required shall be of structural steel confirming to IS:2062 Grade A and
IS:2062- Grade B. Bolts/Nuts and Washers shall comply with the requirements as specified in IS:802
(Part-1/sectiom-1)
12.3 Steel sections-to be used should be straight, free from cracks, rust, and scales and pit-
tings. Angle sections should have appropriate root radius as per IS 808.
12.4 Burrs at the edges should be removed. Cropping cutting shall normally be done after
straightening/ bending is over.
12.5 Bolt holes should be punched or drilled to size. Slanting/blurred holes will not be
tolerated. Burrs lefty due to a punch or dril l should be smoothened.
12.6 The length of bolts should be such as to avoid the threaded portion to touch members.
Minimum two to three threads shall be left exposed after tightening of Nuts.
12.7 Nuts/ bolts threads should be oiled before dispatch.
12.8 The nuts, bolts and washer should be galvanized as per provision of relevant IS
specification.
12.9 Effective and mechanically sound anti climbing devices with barbed wire should be
provided at a height of 2.5 mtr from ground level where ever required.
12.10 Galvanized spring washers should be provided for all bolts.
13.0 SELECTION OF SPAN AND TENSION
The spans lengths and ground clearances should be as per the Indian Electricity Act and further finalized
keeping in view the profile of the land and proper clearance considerations. In any case the spans should
not cross the design limit set for the working tensions on the conductors. Adequate adjustments for
tensions in adjacent spans for compensation due to temperature variations and due to unequal tensions
in other spans should be made by trough string deflection and other means as applicable. The
calculation sheet shall be submitted for verification before start of job.
14.0 POWER CONDUCTORS AND ACCESSORIES
7/28/2019 36253684 Tender Specifications for 33 KV Line
24/38
14.1 Power Conductors should be of Hard-drawn standard aluminums/ aluminums alloy conductors /
galvanized steel-cored and tested as per IS: 398-1976 and packing as per IS: 1778-1980.
14.2 All fittings and accessories required for the conductor and ground wire should confirm to
provisions of IS: 2121. (Part 1 & Part 2) 1981.
14.3 No mid span joints in any case shall be tolerated as such Conductor lengths should be selected ina manner to avoid these.
14.4 Vibration dampers should be provided as per provisions of IS: 9708 1980 to damp the Aeolian
vibration on conductors wherever required.
14.5 Line configuration and Conductor Spacing:
The minimum conductor spacing should be as per provisions of IS: 5613 (Part 1 & Part 2) 1985
and further as per the requirements of mid- span clearance, insulator string length, cross-arm adopted
for the supporting structures, amount and type of loadings etc. (minimum clearance between the
conductors should not be less than 1.5 meters or the practices followed by HPSEB in such areas).
Contractor should submit the calculation sheet in support of the same.
14.6 Stringing of phase conductor.
a) Relevant sag tension charts as per design calculations should be followed during conductor
and ground wire sagging. Over stringing of conductors, poles, insulators or fittings should not be there.
Specified clearances including the crossings at roads and existing over head lines if any should be
maintained.
b) Due consideration to the adjoining spans should be given while stringing/sagging sections.
Uniform horizontal tension should prevail over the entire span and suspension insulator strings should
remains vertical. Ground wires should also be sagged properly and securely clamped at the pole before
laying the phase conductors. Tension meter of tested accuracy should be used for tension
measurements of conductors and ground wires.
c) Ends of conductors and ground wires shall be cleaned off the protective greasing if any before
clamping or jointing at dead End/ terminal H poles.
d) Swing free clamp armour rods should be used at each suspension. The armour rods should
be centered on the conductors at points, the suspension clamp is to be connected. When completed the
rods shall fit snugly against the conductors and with each other.
14.7.1 Provisions of the Indian Electricity Rules 1956 as amended 2004 and IS: 802 (Part 1)-1977should
be fallowed for limiting the maximum working tension for conductors. These working tensions shall notexceed the actual ruling spans in excess of the design span for which the maximum working tensions are
calculated and used in the design and selection of poles. The appropriate allowances on sags should be
there to reduce tensions to the limits.
14.7.2 The designed pole capacity to have tension of the value should also be considered. If tensions in
adjacent sections differ due to any reasons but so ever, the relevant section poles should be checked for
7/28/2019 36253684 Tender Specifications for 33 KV Line
25/38
there capacities to withstand the resultant unbalanced longitudinal loads plus the existing loadings
according to design specifications and the position of the pole.
14.7.3 The still air earth wire sag should not exceed the conductor sag within the
specified range of temperature to ensure the minimum shield angle and the minimum specified mid-
span clearance.
14.8 EARTH WIRE AND ACCESSORIES
Wherever required the galvanized steel earth wire of size not less than 8 SWG and tensile strength of
110 kgf/mm2 conforming to IS: 2141-1968 shall be used.
15.0 EARTHING
15.1 All metal supports including the reinforced and prestressed cement concrete supports used for
overhead lines and metallic fittings there to shall be permanently and efficiently earthed.
15.2 Each stay- wire, unless an insulator has been placed init at height not less than 3.0 meters from the
ground should be earthed.15.3 Earthing of poles shall conform to IS: 3043-1987
16.0. INSULATORS, HARDWARE, FITTINGS AND ACCESSORIES
16.1. Disc insulators to be used should be of wet process brown glazed porcelain and shall be
designed/procured and tested as per IS: 731-1971 and IS: 3188-1965. The number and size of discs
should be in such a manner that assembled insulators conform to the insulation levels specified in IS:
731-1971.
16.2 Insulator fittings shall conform to the provision of IS: 2486-1974.
16.3 Breaking strength of the insulator string assembly shall be as follows:-a) Suspension String Not less than 50 percent of the ultimate strength of the conductor
specified in appropriate part in IS: 398 (Parts 1 to 4)
b) Tension String Not less than 95 percent of the ultimate strength of the conductor
specified in appropriate part in IS: 398 (Part 1 to 4).
16.4 Insulator strings should have Electro-mechanical strength of not less than 80% of the combined
ultimate tensile strength of tension insulator of conductor. (The ultimate tensile strength of tension
insulator string shall not be less than 90 kN.) The tension insulator string shall be complete with dead
end compression clamps. The ultimate strength of compression type clamp should be more than 95% of
ultimate strength of conductor.
16.5The suspension clamp should accommodate AAAC phase conductor covered with armour rods
confirming to IS: 739 and shall be free centre type. Discs identical to those used for tension strings shall
also be used for suspension string so that Disc strength and creepage distance remain unaltered for
future interchangeability, if required. The slipping strength of suspension clamps shall be within 8% to
15% of the UTS of corresponding conductors.
7/28/2019 36253684 Tender Specifications for 33 KV Line
26/38
All steel components except spring washers shall be hot galvanized as per IS: 2633. Spring washers shall
be electro galvanized.
17.0 STAY SET
17.1 Hard drawn galvanized steel wires should be used as stay wire. The tensile strength of this wire
should not be less than 70 Kgf/ sqmm and standards wires be used for the purpose.
17.2 Galvanized mild steel rods should be used for stay rods. The tensile strength of these rods shall not
be less than 42 Kgf/ sqmm.
17.2Stays should be anchored by base plate of suitable dimensions.
17.3Stay sets should be connected to the pole having porcelain guy insulator. Suitable clamps be used to
connect stay wires and rods to the anchor.
18.0 FOUNDATIONS
18.1 The foundation designs shall conform to IS: 456:2000 and IS: 4091-1979. The design should have
the consideration of heavy rain, topography and land slide prone area of the project site.
18.2The thickness of the concrete in the chimney portion pole footings shall be such that it shall provide
a minimum cover of not less than 125 mm from any part of the sub angle.
18.3 The muffing shall be at least up to 300 mm above the ground level or finished formation level
whichever is higher.
18.4 The pole in foundation shall not be less than 1/6th
of its total length below the developed ground
level.
19.0 CLEARENCES
19.1The minimum clearances shall be in accordance with Indian electricity Rules, 1956 as amended 2004and reproduced below:-
7/28/2019 36253684 Tender Specifications for 33 KV Line
27/38
19.2 Clearance between Earth wire and Power conductor-The minimum mid span clearance shall be 1.5
meters subject to the following:
1) These should also meet the requirements of angle of shielding.
2) The earth wire sag shall be not be more than 90 percent of corresponding sag of
conductor under still air conditions for the entire specified temperature range.
19.3 The minimum live electrical clearance from live conductor to earthed metal parts shall not be
less then the following in different operating conditions:-
S.N. Type of insulator string Swing in degree Clearance for Line voltage
33kV (in mm)
1 Pin insulator Single 300
2 Tensionstring (Single/Double) Double 300
3 Jumper Nil 300
10 300
20 300
30 300
4 Single pole Nil
15 300
45 300
60 300
20.0 45 kV CLASS LIGHTNING ARRESTERS
Clearance Minimum value in mtr or as
per local practices.
1. Clearance to Ground
a) Across street
b) Along street
c) Other area
2. Clearance to buildings
a) Vertical from highest object
b) Horizontal from nearest point
3. Between lines when crossing each other
a) 33 kV
5.8
5.8
4.5
3.66
1.83
2.43
7/28/2019 36253684 Tender Specifications for 33 KV Line
28/38
Station class, heavy duty , gapless, ZnO, non linear, resistance type lightning arrester of the specified
voltage class and nominal discharge current of 10 kA suitable for outdoor installation in single pole
assembly for line to earth connection shall be designed, procured and tested as per IEC 99-4. The
installation shall be complete with Line and Earth side connections. The grounding of LA should be in a
proper way with insulated cable between LA and the ground electrode.
21.0 INSTALLATION,TESTING,COMMISSIONING AND PERFORMANCE TESTING.
21.1 Being a TURN KEY PROJECT Complete errection of 33 kV transmission line with fittings &
accessories supplied / procured from others based on the drawings, specifications and bill
of materials including civil works and commissioning after performance tests shall be the
sole responsibility of the contractor.
21.2 The electrical works shall be carried only by an electrical contractor, holding a valid license
issued by the Chief Electrical Inspector (Government of Himachal Pradesh)/ HPSEB for
works of the voltage class not less than 33 kV Or under the direct supervision of a
person(s) holding valid certificate of competency as stated or recognized so by the state
Government. The contractor shall furnish the name and particulars of certificates of
competency of the supervisors and workmen have to be engaged for the job against these
specifications.
21.3 The installation shall have to be got approved by the contractor from
statutory Government authorities i.e. Chief Electrical Inspectorate. Any modification in the
equipment or installation that may deem necessary shall have to be carried out by the
contractor at no extra cost to the Owner.
22.0 Poles
22.1 Foundation-
1) A pit of the minimum depth 1/6th of the Pole should be there. The depth of pit for 10/11
mtr poles should in no case be less than 1.5 mtr, or as per HPSEB practices.
2) All poles shall be correctly aligned before concreting and the back filling of the pit with
excavated soil.
22.2 Cross arms
The cross arms should be of 100mm x 50 mm ISMC channel or as per practice
followed by HPSEB.
22.3 Stay
7/28/2019 36253684 Tender Specifications for 33 KV Line
29/38
1 The position of pit should normally be such that the stay makes as large an angle
as possible with the support. A good angle for the stay will be within the range of 40 to 60
degree.
2 The depth of the pit should be such that a length of 450 mm of stay rod shall be
projected above the ground level. The size of pit should be suitable for foundation of
size 420mm x 420 mm.
3 The stay rod with the stay plate should be embedded in cement concrete 1:3:6 in such
a way that the top of the concrete block is well below the ground level.
1. A porcelain stay insulator (guy insulator) should be inserted in the stay wire at
a height of 3 mtr. vertically above the ground level.
2. The stay clamp should be located near the centre of gravity of the pull of theoverhead conductors.
3. One end of the stay wire shall be fixed to the bow tightener or the stay grip of
the stay rod and the other end to the stay clamp fixed to the pole by means of
well spliced joints using GI thimbles. Turn buckle, when used, should be
installed at the top of the stay wire.
4. The stay wire should also be connected and bounded properly to the
continuous earth wire.
5. Double stay should be provided at all dead ends and at any other place as
required by Engineer-in-charge. In such cases, there should as far as possible,be set parallel to each other.
22.4 Clamps
1 The clamps should be fixed to the support either by a through bolt, nut and washer
arrangement or by a suitable pole clamp with bolt, nut and washer.
22.5 Insulators
1. Pin insulators/ Disc insulator should be fixed on the cross arm by suitable clamps as
specified.
2. Care should be taken that insulators are not damaged during erection and damaged
insulator is not used.
22.6 Conductors
7/28/2019 36253684 Tender Specifications for 33 KV Line
30/38
1. The general precautions during storage, handling and laying off shall be taken.
2. While laying off, the conductor shall be taken from the top of the drum and the drum
rotated in the direction of arrow mark on it.
3. The insulators should be bounded with the line conductor with the help of aluminium
binding wire. The size of binding wire shall not be less than 2 sq-mm.
4. Where conductors forming parts of systems at different voltages are erected on the same
supports, adequate clearance and guarding should be provided.
22.7 Jumpers
1. Jumpers from dead end points on one side of the pole to the other side of the pole should
be by the conductors of the same material and current carrying capacity as that of the line
conductor.
2. The jumpers should be fixed with the line conductors with suitable parallel groove (PG)clamps.
3. The minimum clearance of 330 mm between the live jumpers and other metallic parts
should be maintained under maximum deflection conditions due to high wind velocities.
22.8 Anti climbing devices:-
1. The anti climbing device of barbed wire confirming to IS 278-1969 having 4 point barbs spaced
75 (plus minus 12 mm) apart and weighing 108/125 gm/m shall be wrapped helically with a
pith of 75 mm around the limb of the pole and tied firmly commencing from a height of 3
meter and up to 3.75 meter as directed by the engineer-in-charge.
2. All poles should be fitted with danger plates confirming to IS 2551-1963 at a height of 3
meter from ground indicating the voltage of the line.
23.0 EARTHING
All the non-current carrying metal parts of electrical installation should be earthed properly. All
metal conduits, trucking, earthing and all other parts made of metal should be bounded together
and connected by means of specified earthing conductors to an effective earthing system. The
lightning shield wire should be earthed separately. All earthing will be in conformity with the
relevant Indian Electricity Rules 1956 and Indian Standard Specification IS: 3043-1966.
23.1Earthing Conductor
All earthing conductors should be of high conductivity G.I. and protected against
mechanical injury or corrosion.
23.2 Size of Earthing Conductor
7/28/2019 36253684 Tender Specifications for 33 KV Line
31/38
All metal parts at dead should be earthed with a minimum of 4 mm dia (8 SWG) bare G.I.
wire.
23.3 Earthing Station
Plate Electrode Earthing.
Earthing electrode shall consist of a tinned G.I. Pipe of not less than 40 mm(minimum) x 2.5
m long. The pipe electrode should be buried in ground projecting about 152 mm above the
ground.
Wherever possible, earth electrode should be located as near the water tap, water drain or a
down take pipe as possible. Earth electrode should be kept clear of the building foundations
and in no case should it be nearer than 2 meters from the outer surface of the wall.
24.0 Tools & tackles:
The contractor should arrange at site all handling, erection, testing and
commissioning tools tackles, equipments, cranes, measuring & testing equipments/test kits.The contractor should provide skilled, semi skilled & unskilled labors and technical personnel
as may be required for the successful completion of job in time. The contractor should name
his site supervisor for co-ordination and supervision of the work. The contractor shall be
responsible for getting his installation approved from the statutory authorities any
modifications and tests required / asked for by The Authorities shall be arranged at no extra
cost. He shall also be responsible for testing/commissioning and performance guarantee
within the specified time for all items supplied /erected/commissioned by him.
25.0 GENERALCHECKS/TESTS
Fallowing checks/ tests shall include but not be limited to be carried by the contractor at site before
commissioning of transmission lines:-
25.1 Sufficient backfilling of earth is there at each foundation pit and is compacted adequately.
25.2 The steel sections are straight and un-damaged.
25.3 The bolts and nuts are having washers, properly tightened and locked.
25.4 The insulators are free of conspicuous foreign material / mud and no shells are damaged.
25.5 The fittings and accessories of conductors and ground wire are erected in accordance with
the drawings and are complete.
25.6 The conductors are positioned properly and clamped.
25.7 Every connection is properly tightened.
25.8 Every bolt/ nut/ safety pin forming a part of the equipments is properly locked.
25.9 Concrete chimneys and cappings there of are good and finally shaped.
7/28/2019 36253684 Tender Specifications for 33 KV Line
32/38
25.10 The poles are vertical within the tolerable limits.
26.0. PERFORMANCE TESTS:
26.1 On satisfactory completion of Erection work, every item of the equipment and the system
as a whole shall under go a performance test. The performance test of the equipment and system as a
whole shall be carried out before and after charging at specified voltage levels for at least three days
unless otherwise directed by SIRI RAM SYAL HYDRO POWER PVT.LTD.
26.2 Completion certificate for the equipment will be issued after the smooth and trouble free
performance and subject to the provisions of other terms conditions specified elsewhere in the award
documents being fulfilled by the contractor.
26.3 Insulation Resistance Tester (Megger) of a minimum range of 25KV shall be used and the values
recorded for a permanent record.
FORM-IV
PROFORMA OF AGREEMENT
(To be executed on non-judicial Stamp Paper)
7/28/2019 36253684 Tender Specifications for 33 KV Line
33/38
This Agreement made this . . . . . . . . . . . . day of . . . . . . . .. . . . . . .. . . . . .. . . .. 2009 between Siri Ram
Syal on the one part and . . . . . . . . . . . Having its registered Office at . . . . .. . . .. .. . .. .. . .. . ( therein
after referred to as owner or Siri Ram Syal which expression shall include its administrators, Company
incorporated under the Companies Act, 1956) on the one part and . . . . . . . . . .. . . . . . . . . . . Having its
registered office at . . . . . . . . . . . . . . . . . . There in after referred to as contractor or . . . . . . .. . . . . . . . .X . .
. .. . . .. .. . . . .. . . . . . Na me of contracting company which expression shall include its administrators
successors, executers and permitted assigns) of the other part.
Whereas Siri Ram Syal desirous invited Bids for design, manufacture, transportation to site, supply,
Errection ,Testing & commissioning of . . . . . . . . . .. as per specifications No.. . . .. . . . . .
. . . . AND WHEREAS . . . . . . . . . . . . . . . . . Had participated in the above referred bidding vide their
proposal No. . . . . . . . . . . Dated . . . . . . .. . And awarded the contract to . . . . . . . .X . . .. . . . . . . . . .. .. . . .
On terms and conditions documents referred to therein, which have been accepted by . . . . . . . . . . .. .
Resulting into contract.
NOW THEREFORE THIS DEED WITHNESSETH AS UNDER1.0ARTICLE
1.1AWARD OF CONTRACT
Siri Ram Syal has awarded the contract to . . . . . . . . . . . . .X . . . . . . . . . . . For the work of . . . .
. . . . . . . . . . . . on terms and conditions contained in its Letter of Award No. . . . . . . . . . . . .
Dated . . . . .. .. .. and the documents referred to therein ,the award has taken effect from
aforesaid Letter of Award . The terms and expression s used in the agreement shall have the
same meaning as are assigned to them in the contract documents so referred to in the
succeeding Article .
2.0 CONTRACT DOUCMENTS2.1. The contract shall be performed strictly as per the terms and conditions stipulated herein
and in the following documents attached herewith ( herein after referred to as Contract
Documents)
i. Siri Ram Syal Bidding Documents in respect of specification No.. . . . . .. . . . . . . . . . . . . .
.
Issued vide its Letter No. . . . . . . . . . . . . . . Dated . . . . . . . . . . . consisting of invitation to
Bid , Instruction to Bidders,Gernal & Special Conditions of Contract and all other
sections Entitled conditions of contract including all arrangements issued vide its letter
No. ..................
ii. Siri Ram Syal Technical Specification including amendments issued vide its letter No. Dated
X is proposal
No. Dated Along with
Proposal sheets ,data Requirments,payment ,Terms and work Schedules submitted by . . . . . . . . . titled
as . . . . . . . . .
7/28/2019 36253684 Tender Specifications for 33 KV Line
34/38
iii. Agreed Minutes of the meeting held on . . . . . . . . Between Siri Ram Syal and M/S. . . . . . .
iv. Siri Ram Syal Letter of Award No......... dated . . . . duly accepted by . . . . . .
V. Quality plans for manufacturing and field activities entitled as Quality Plan. Contract Network .
All the aforesaid Contract Documents shall form an integral part of this
Agreement, in so as the same or any part conform to the Bidding Documents
And what has been specially agreed to by the Owner in its Letter of Award. Any Matter inconsistent
therewith, contrary or repugnant there to specially by the contractor. For the sake of brevity this agreement
along with its aforesaid contract documents shall be referred to the Agreement.
3.0 Conditions & Covenants
3.1 The scope of, Contract, Consideration, Terms of Payment, Taxes wherever applicable ,Insurance
Liquidated Damages, performance Guarantee
And all other Terms and condition are contained in Siri Ram Syal Letter
Of Award No. . . . . . Dated . . . . . . . . read in conjunction with
Other aforesaid contract documents. The contract shall be duly performed by the contractor strictly and
faithfully in accordance with the terms of the Agreement
3.2 The scope of work shall also include supply and installation of all such Items which are not specifically
mentioned in the contract Documents
But which are
Needed for successful , efficient , safe and reliable operation of the equipment unless otherwise
specifically excluded in the specifications under exclusion or Letter of Award .
3.1 Time Schedule
3.1.1 Time is the essence of the contract and schedules shall be strictly adhered to and . . . . . . . . . .
Shall perform the work in accordance with the agreed schedule.
3.2 Quality Plans
3.2.1 The Contractor is responsible for the proper execution of the quality plans . The work beyond
the customers hold points will progress only with the owner consent. The owner will also under take
quality surveillance and quality audit of the contractors /Sub-Contractors works, systems, processors
and quality control activities. The contractor for the agrees that any change in the quality plan will be
7/28/2019 36253684 Tender Specifications for 33 KV Line
35/38
made only with the Owners approval. The contractor shall also perform all quality control activities,
inspection and test agreed with the owner to demonstrate full compliance with the contract
requirement .
3.2.2 The contractor also agrees to provide the owner with the necessary facilities for carrying out
Inspection, quality audit and quality surveillance of contractors and its sub-contractors quality
Assurance Systems and manufacturing activities .
These shall include but not limited to the following :
i. Relevant plant standards, drawing & procedures.
ii. Detailed Quality Assurance System manuals for manufacturing activities.
3.2.3 It is expressly agreed to by the Contractor that non withstanding the fact that the contract is
termed as Supply Cum- Erection contract or indicates the breakup the contract consideration , for
convenience of operation and for payment of Sales Tax on supply portion .It is in fact one composite
Contract on single source responsibility basis and the contract is bond to perform the total contract on
his on and no performance of any part or portion of the contract shall be deemed to be a breach of the
entire contract .
3.2.4 The Contract guarantees that the equipment package under the contract shall meet the ratings
and performance parameters as stipulated in the technical specifications and in the event of any
deficiencies found in the requisite performance figures, the owner may at its opinion reject the
equipment package or alternatively accept it on the terms and conditions and subject to levy of the
Liquidated damages in terms of contract documents. The amount of liquidated damages so livable shall be in
accordance with the contract document and without any limitation.
3.2.5 It is further agreed by the contractor that the contract performance guarantee shall in no way be
constructed to limit or restrict the owners right to re-cover the damages /compensation due to short-fall in
the equipment performance figure as stated above or under any other clause of the agreement . The amount
of damages /compensation shall be recoverable either by way of deduction from the contract price, contract
performance guarantee and /or otherwise.
The contract performance guarantee furnished by the contractor is irrecoverable and unconditional and
owner shall have the powers to invoke
it not withstanding any dispute or difference between the owner and the contractor pending before anycourt, tribunal, arbitrator or any other authority.
3.2.6 This Agreement constitues full and complete understanding between the parties and terms of the
presents. It shall supersede and prior