You are on page 1of 73

Page 1 of 73

JHARKHAND STATE ELECTRICITY BOARD


OFFICE OF THE CHIEF ENGINEER (TRANSMISSION)
ENGINEERING BUILDING, DHURWA, RANCHI-834004

NIT No 922/ PR/ J SEB/ 12 13









Design, Engineering, Supply of materials/ Equipments (excluding
auto transformer), Erection, Testing and Commissioning of
1x132 kV Transformer Bay with Extension of 132 kV Main &
Transfer Bus including Erection of accessories and
commissioning of 150 MVA, 220/132/33 kV Auto Transformer at
Hatia-II on turnkey basis.



TECHNICAL AND COMMERCIAL PART


Issue to:
____________________________
____________________________
____________________________


Price of Tender Document: Rs. 10,000/-
Page 2 of 73
JHARKHAND STATE ELECTRICITY BOARD
OFFICE OF THE CHIEF ENGINEER (TRANSMISSION)
ENGINEERING BUILDING, DHURWA, RANCHI-834004

NIT No. 922/ PR/ J SEB/ 12-13









Design, Engineering, Supply of materials/ equipments (excluding auto
transformer), Erection, Testing and Commissioning of 1x132 kV
Transformer Bay with Extension of 132 kV Main & Transfer Bus
including Erection of accessories and commissioning of 150 MVA,
220/132/33 kV Auto Transformer at Hatia-II on turnkey basis

TECHNICAL AND COMMERCIAL PART

Cost of Tender Document Rs. 10,000/- paid by Cash / DD. No.

__________dated__________ /

Money receipt No. ______________dated_____________________ .


Tender Document issued. Ref. No . Dated.

Issued to:
____________________________
____________________________
____________________________
Page 3 of 73
PART A

CHAPTER I
P R E A M B L E

TENDER NOTICE
SHTICETENDER NOTICE
NIT No. 922/ PR / JSEB / 12-13

Sealed tenders containing Technical and Commercial (Part-I) and Price (Part-II) are invited from
reputed, capable, experienced and financially sound firm for the work as schedule below:
1. Name of Work : Design, Engineering, Supply of Materials/
Equipments (excluding auto transformer), Erection,
Testing and Commissioning of 1X132 kV
Transformer Bay with Extension of 132 kV Main &
Transfer Bus including Erection of accessories and
commissioning of 150 MVA, 220/132/33 kV Auto
Transformer at Hatia-II on Turnkey Basis.

2. Completion Period : 04 (Four) Months from the date of issue LOI.
4. Earnest Money Deposit : Rs. 2.75 Lacs.
5. Cost of BOQ : Rs. 10,000/- (Ten Thousand) (non refundable).
6. Period for Sale of B.O.Q. : 07.01.2013 to 18.01.2013
7. Date of Submission of Tender : Up to 15:00 Hrs. on 29.01.2013
8. Date of Opening of Tech. &
Comml. (Part-I) of the Tender : At 16:00 Hrs. on 29.01.2013
Qualifying Requirement
1. The Bidder should be a registered company under company Act of India or proprietorship
company.
2. The Bidder should have valid EPF and ESI registration.
3. The Bidder should have valid Electrical License issued/ recognized by any state
Government of India for executing the electrical works of requisite voltage class.
4. The Bidder should have experience of successfully completing supply of materials &
execution of the work of Erection, Testing & Commissioning of 132 kV or above voltage
class of at least two bay in last 5 years as on date of Bid opening.
5. The Bidder should have sound financial background to undertake the project and should
have a bank solvency of minimum Rs.1.00 Crs. or above and should submit copy of
attested bank solvency certificate / audited Balance sheet in this regard.
6. Annual turnover of the bidder for electrical works including supply of materials should
be at least Rs.0.50 Crores in each year on average basis during the last five year.
7. Tender without earnest money will be summarily rejected.
8. Bid documents should be paginated otherwise may be rejected.
B. Terms & Conditions
1. The bidder should have experience & professionally well versed in Design, Engineering,
Equipment Details and site works. A list in this regard should also be furnished.
Page 4 of 73
2. Black listed/ Ban on participation in any contract/ tender or any other pecuniary interest
directly or indirectly in any construction work/ Manufacture/ Supply/ financial
transaction pertaining to the Board by persons employed in the Board or their close /
blood relations/ proxies. The Bidder should submit an affidavit as a proof.
3. No postal or courier transaction of the documents will be entertained.
4. Any other term and conditions as detailed in B.O.Q will also be part of this NIT.
5. Issuance of tender document does not construe that they will be qualified automatically.
6. At any stage if it is found that bidder have submitted false document for the purpose of
qualifying in the tender, action as per law will be taken and the pending payment, BG,
Security amount of the bidder will be forfeited by the Board at any stage of execution.
7. Board reserves the right to reject any or all the tenders or distribute the work among more
than one bidder without assigning any reason thereof.
8. Tender document can be purchased from the office of the Chief Engineer (Transmission)
as per schedule on payment of cost of tender documents (Non-refundable) either in cash
or in the shape of Demand Draft in favor of Dy. Director of Accounts (Sectt.), J SEB,
Ranchi, payable at Ranchi or downloaded the tender document during the period of sale
as mentioned so that time can be saved for preparation of bid but the cost of Tender
document (Demand Draft) must be accompanied with Bid submission. All the pages of
the tender documents purchased / downloaded must be signed by the bidder as a token of
acceptance.
9. Address for Submission of Tender :
Chief Engineer (Transmission),
J harkhand State Electricity Board,
Engg. Building, HEC, Dhurwa, Ranchi 834 004 [Telephone 0651-2400 008 (O)]
10. This Tender Notice is also available on website www.jseb.in.
Note: 1. The bidders are advised to visit the site for an acquaintance with the site
conditions and availability of foundation materials rate at their own cost before
quoting their rate etc.
2. Bidder may visit website www.jseb.in for detail.

Sd/-
(R.N. Tiwary)
Chief Engineer (Transmission)
Page 5 of 73
PART A
CHAPTER II

INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDERING

2.1 Introduction
1. On behalf of J harkhand State Electricity Board, herein after referred to as JSEB Sealed
tenders are invited from established, experienced, financially sound and reliable
Contractors for execution of Design, Engineering, Supply of materials/ equipments
(excluding auto transformer), Erection, Testing and Commissioning of 1x132 kV
Transformer Bay with Extension of 132 kV Main & Transfer Bus including Erection of
accessories and commissioning of 150 MVA, 220/132/33 kV Auto Transformer at Hatia-
II on turnkey basis as detailed below.

2.2 TENDERER BID

The Tenderer Bid shall be submitted in one envelope in which there must be
following sealed envelopes:-
PART I (Techno &Comml)

Packet A :- Containing submission letter of bid proposal, earnest money deposit as demand
draft drawn in favour of DDA (Sectt) / Bank Guarantee/ Demand Draft issued by
any nationalized bank in favour of DDA (Sectt.), JSEB, Ranchi

Packet B :- (i) Containing documents in support of the qualifying criteria.

(ii) Containing documents related to technical part.

(iii) Containing documents related to commercial part.

Note: a) All the pages of the papers submitted with Part-I (Packet B) should be
indexed and page marked serially at the centre top of each page. Page
marking should be done by blue ball pen carefully without any cut (if cut put
initial) before sealing of the packet.
b) If even by mistake open price part is found in packet A or B their bid will be
summarily rejected and price part will be destroyed.

iv) Pre-qualification & Techno-commercial element of the Tender Bid here-in-
after called Pre-qualification Bid: Following documents must be
submitted with the packet A (Part-I). If the Tenderer fails to submit any of
the following documents their tender will be liable for rejection without any
further correspondence:

a) Proof of EMD,
b) Original tender document duly signed and stamped on each and every page
as an acceptance,
c) Prequalification requirement,
d) Deviation if any.
e) Proof for purchasing cost of tender documents paid by the bidder.
Note : Submission of extra papers other than the specific desired papers for the purpose of
making the tender bulky will be liable for rejection of the tender.

Page 6 of 73
PART II (Price Part)
Packet C:
Price elements of the Tender Bid here-in-after called Price Bid offer letter complete
with summary of price duly filled up in Price Schedule Performa.

2.3 OPENING OF TENDER

The tender will be opened in the office of Chief Engineer (Transmission) J harkhand State
Electricity Board, Engineering Building, Dhurwa, Ranchi -834004 on the due date of
opening.

2.4 QUALIFYING REQUIREMENT
A.
1. The Bidder should be a registered company under company Act of India or proprietorship
company.
2. The Bidder should have valid EPF and ESI registration.
3. The Bidder should have valid Electrical License issued/ recognized by any state
Government of India for executing the electrical works of requisite voltage class.
4. The Bidder should have experience of successfully completing supply of materials &
execution of the work of Erection, Testing & Commissioning of 132 kV or above voltage
class of at least two bay in last 5 years as on date of Bid opening.
5. The Bidder should have sound financial background to undertake the project and should
have a bank solvency of minimum Rs.1.00 Crs. or above and should submit copy of
attested bank solvency certificate / audited Balance sheet in this regard.
6. Annual turnover of the bidder for electrical works including supply of materials should
be at least Rs.0.50 Crores in each year on average basis during the last five year.
7. Tender without earnest money will be summarily rejected.
8. Bid documents should be paginated otherwise may be rejected.
B. Terms & Conditions
1. The bidder should have experience & professionally well versed in Design, Engineering,
Equipment Details and site works. A list in this regard should also be furnished.
2. Black listed/ Ban on participation in any contract/ tender or any other pecuniary interest
directly or indirectly in any construction work/ Manufacture/ Supply/ financial transaction
pertaining to the Board by persons employed in the Board or their close / blood relations/
proxies. The Bidder should submit an affidavit as a proof.
3. No postal or courier transaction of the documents will be entertained.
4. Any other term and conditions as detailed in B.O.Q will also be part of this NIT.
5. Issuance of tender document does not construe that they will be qualified automatically.
6. At any stage if it is found that bidder have submitted false document for the purpose of
qualifying in the tender, action as per law will be taken and the pending payment, BG,
Security amount of the bidder will be forfeited by the Board at any stage of execution.
7. Board reserves the right to reject any or all the tenders or distribute the work among more
than one bidder without assigning any reason thereof.
Page 7 of 73
8. Tender document can be purchased from the office of the Chief Engineer (Transmission) as
per schedule on payment of cost of tender documents (Non-refundable) either in cash or in
the shape of Demand Draft in favor of Dy. Director of Accounts (Sectt.), J SEB, Ranchi,
payable at Ranchi or downloaded the tender document during the period of sale as
mentioned so that time can be saved for preparation of bid but the cost of Tender document
(Demand Draft) must be accompanied with Bid submission. All the pages of the tender
documents purchased / downloaded must be signed by the bidder as a token of acceptance.
9. Address for Submission of Tender :
Chief Engineer (Transmission),
J harkhand State Electricity Board,
Engg. Building, HEC, Dhurwa, Ranchi 834 004 [Telephone 0651-2400 008 (O)]
10. This Tender Notice is also available on website www.jseb.in.

2.5 Validity of Tender

Tenderer shall keep his offer open for a minimum period of one hundred and eighty (180)
days from the date of opening of the tender.

2.6 Earnest Money

a) The tender must be accompanied with earnest money of Rs. 2.75 Lacs in the form of
demand draft/Bank Guarantee of the any nationalized Bank failing which the tender shall
be summarily rejected. These should be in favour of Dy. Director of Accounts (Sectt),
J SEB payable at Ranchi.

b) The earnest money shall remain deposited with the J harkhand Sate Electricity Board for
the period of validity of the offer prescribed in this tender i.e. 180 days from the date of
opening of tender or the finalization of the tender whichever is earlier.

d) The earnest money of the unsuccessful tenderer will, save as here-in-before provided, be
retuned to the unsuccessful tender (s) after award of the contract but the J harkhand State
Electricity Board shall not be responsible for any loss or depreciation that may happen to
the security for the performance of the stipulation to keep the offer open for the period
specified in the tender documents or to the earnest money while in their possession nor be
liable to pay interest thereon.

2.7 Execution of contract agreement - The tenderer whose tender is accepted shall be
required to appear in person at the office of the Chief Engineer (Transmission) J harkhand
State Electricity Board, Dhurwa, Ranchi or in case of a firm or corporation, a duly
authorized representative with proper power of attorney shall so appear and execute the
contract agreement within 07 days after issue of LOI. Failure to do so shall constitute a
breach of contract affected by the acceptance of the tender in which case the full value of
the earnest money accompanying the tender shall stand forfeited without prejudice to any
other rights or remedies.

In the event of any tenderer, whose tender is accepted, refuses to execute the contract
agreement as herein before provided, J SEB may determine that such tenderer has
abandoned the contract and there upon his tender and acceptance thereof shall be treated
as cancelled and J harkhand State Electricity Board shall be entitled to forfeit the full
amount of earnest money and to recover the damages for such default incidental to it.

2.8 Security Deposit on Acceptance of Tender
Page 8 of 73

i) Total 5% security deposit on acceptance of tender on accepted contract value shall be
deposited by contractor in shape of Demand Draft / Bank Guarantee of the any
nationalized Bank and /or Fixed Deposit Receipt as a Performance Guarantee. The
Security Deposit can be deposited with Dy. Director of Accounts (RE/PLAN) J .S.E.B.
The security money thus deposited will be retained as Performance Guarantee and
released after successful completion of the project and expiry of guarantee period.
Payment will be made only after depositing the security money and execution of contract
agreement.

ii) On receipt of the LOI of tender from the purchaser, the successful tenderer shall within
the period of 07 days deposit the security money for due fulfillment of the contract.

iii) The Earnest money of Rs. 2.75 lacs already paid by successful tenderer may be released
after depositing the full security amount as per relevant para.

iv) No interest will be payable on EMD amount.

2.9 Tenderers Address

The tenderer should state in the tender, his postal address, Fax No., Email ID, legibly and
clearly. Any communication sent in time, to the tenderer by post at his said address shall
be deemed to have reached the tenderer duly and in time. All documents after opening of
tender should be sent by Registered post or in person (authorized).

2.10 Right of Jharkhand State Electricity Board to deal with Tenders -

The authority for the acceptance of the tender will rest with the J harkhand State
Electricity Board. It shall be obligatory on the said authority to accept the lowest tender
or any other tender and no tenderer(s) shall demand neither any explanation for the cause
of rejection of his / their tender nor the J SEB undertake to assign reasons for declining to
consider or reject any particular tender or tenders.

2.11 Credential of Tenderer
The tenderer shall provide satisfactory evidence acceptable to J harkhand State Electricity
Board to show compliance of terms & condition of the tender.

2.12 Period of Completion
The entire work is required to be completed in all respects within 04(Four) months from
the date of issue of the Letter of Intent.

2.13 Quantum of work and materials The approximate quantity of various items of works
are included in schedule. The tenderer / contractor will be bound to execute the additional
quantities to the extent of ( +5% ) of the total agreemental value.

2.14 SCOPE OF WORK :

The works to be undertaken by the contractor shall include the following.

i) Design, Engineering, layout of equipments, supply of material (excluding transformer &
accessories).

ii) Construction of foundation plinth of 1 no. 150 MVA 220/132/33 Auto Transformer &
construction of foundation for its allied bays 132 kV with construction of cable trenches
etc.

iii) Erection, testing & commissioning of transformer & equipments in its allied bays,
structures, laying of earthing mat etc.
Page 9 of 73

iv) Receipt, including unpacking, of the equipments other than transformer at site security,
storages, preservation and conservation at site of work.

v) Insurance of complete work governed by the contract including the equipment from
the time of dispatch from the manufacturers factory till the issue of acceptance certificate.

vi) Unpacking, checking for damage/shortage, replacement, cleaning and erection.

vii) Transportation of equipments from various stores of J.S.E.B, at Hatia GSS.

2.15 INDIRECT TAXATION

The contractor and all personal employed by him shall pay such taxes as may be enforced
from time to time like income tax as payable under statutory law of India and the
purchaser will not accept any liability on this Account. Deduction of Income tax, works
tax etc. at source as per the provision of finance act and Income tax act in force or any
other act/ rule/ order enforced by central / state govt. may be made from the Contractor /
Sub contractor and the amount so deducted be credited to the central / State government.
Necessary TDS certificate as applicable shall be issued by the Board.

2.16 Termination of Contract

This contract shall be governed by the laws for the time being in force in the Republic of
India, however if contractor fail to fulfill contractual commitments for completion of this
work the purchaser may consider to terminate the contract and recover the damage from
the contractor due to their intactness to complete the work.

2.17 Source of Funds
The Board has arranged funds from Government of J harkhand/ Boards working fund and
will have sufficient funds in Indian currency for execution of the works.
2.18 Site visit
The Bidder, at the Bidders own responsibility and risk is encouraged to visit and
examine the Site of works and its surroundings and obtain all information that may be
necessary for preparing the Bid and entering into a contract for construction of the
Works. The costs of visiting the Site shall be at the Bidders own expense.
2.19 Bid Security Forfeiture
The Bid Security may be forfeited, if
(a) the Bidder withdraws the Bid after Bid opening during the period of Bid
Validity.
(b) the Bidder does not accept the correction of the Bid Price, or
(c) the successful Bidder fails within the specified time limit to
(i) sign the Agreement or
(ii) furnish the required Performance Security.
(d) In case of PO/ WO is not executed by the vendor in full.
2.20 Signing of Bid
Page 10 of 73
i The Bidder shall prepare one original and one copy of the documents comprising
the bid, bound with the volume containing the Form of Bid, and clearly marked
ORIGINAL and COPY as appropriate. In the event of discrepancy between
them, the original shall prevail.
ii The original and copy of the Bid shall be typed or written in indelible ink and
shall be signed by a person or persons duly authorized to sign on behalf of the
Bidder. All pages of the bid where entries or amendments have been made shall
be initialed by the person or persons signing the bid.
iii The Bid shall contain no alternations or additions, except those to comply with
instructions issued by the Employer, or as necessary to correct errors made by the
bidder in which case such corrections shall be initialed by the person or persons
signing the bid.
2.21 Deadline for submission of the Bids
i Bids must be received by the Board at the address specified above not later than
the time specified in the NIT. In the event of the specified date for the submission
of bids being declared a holiday by the Board, the Bid will be received upto the
appointed time on the next working day.
ii The Board may extend the deadline for submission of bids by issuing an
amendment , in which case all rights and obligations of the Board and the bidders
previously subject to the original deadline will then be subject to the new
deadline.
2.22 Late Bids
Any Bid received by the Board after the deadline prescribed will be returned unopened to
the bidder.
2.23 Award Criteria
The Board will award the Contract to the Bidder whose Bid has been determined
to be responsive to the Bidding documents and who has offered the lowest
evaluated bid price, provided that such Bidder has been determined to be eligible
in accordance with the provisions of relevant clauses of qualifying criteria.
2.24 Indemnity
For the equipment/ materials to be provided by the Contractor, it will be the
responsibility of the Contractor to take delivery, unload and store the materials at Site
and execute an indemnity Bond and obtain authorization letter from Board, in favour
of the Board and against loss, damage and any risks involved for the full value of the
materials. The indemnity Bond shall be furnished by the Contractor before
commencement of the supplies and shall be valid till the schedule date of Taking Over
of the equipment by the Board.
2.25 Taxes and Duties
i The Contractor shall be entirely responsible for payment of all taxes, duties, license
fees and other such levies legally payable/ incurred until delivery of the contracted
supplies to the Board.
Page 11 of 73
If it is statutory requirement to make deductions towards such taxes and duties or any
other applicable taxes and duties, the same shall be made by the Board and a certificate
for the same shall be issued to the Contractor.
ii The Contractor shall be solely responsible for the taxes that may be levied on the
Contractors persons or on earnings of any of his employees and may be made against
the Board. The Board does not take any responsibility whatsoever regarding taxes
under Indian Income Tax Act, for the Contractor or his personnel. If it is obligatory
under the provisions of the Indian Income Tax Act, deduction of Income Tax at source
shall be made by the Board.
iii The applicable octroi/entry tax in respect of all the items of supply should be included
in the quoted price of the tenderer.
iv Board would not bear any liability on account of Service Tax. Board shall, however,
deduct such tax at source as per the rules and issue necessary Certificate to the
Contractor.
v Sales Tax/VAT on Works Contract, Turnover Tax or any other similar taxes under the
Sales Tax/ VAT Act for services to be performed in India, as applicable is included in
Contract Price and Board would not bear any liability on this account. Board shall,
however, deduct such taxes at source as per the rules and issue Tax Deduction at
Source (TDS) Certificate and/or Form C to the Contractor.
2.26 Force Majeure If at anytime, during the continuance of this contract, the performance
in whole or in part by either party of any obligation under this contract shall be prevented
or delayed by reason of any war, hostility, acts of public enemy, civil commotion,
sabotage, serious loss or damages by fire, explosion, epidemics, strikes, lockouts or acts
of God (herein after referred to event) provided, notice of the happening of any such
event is given by either party to the other within 21 days from the date of occurrence
thereof, neither party shall be reason us such event, be entitled to terminate this,
contractor shall either party have any claim for damages against the other in respect of
such non-performance or delay in performance and works under the contract shall be
resumed as soon as practicable after such event has come to an end or ceased to exist, and
decision of the Engineer as to whether the work have been so resumed or not shall be
final and conclusive, PROVIDED FURTHER that if the performance in whole or in part
of any obligation under this contract is prevented or delayed by reason of any such event
for a period exceeding 60 days, either party may at its option terminate the contract,
provided that if the contract is so terminated under this clause, the purchaser will at the
time of such termination take over from the contract, at prices as provided for in the
contract, all erected equipment or equipments under erection as also all or any portion of
un-used, undamaged and acceptable equipment whether in store or in the course of
manufacture at supply rates of Schedule or at prices mutually agreed to where supply
rates of Schedule are not available.

2.27 Notice under local law

The contractor shall assist the purchaser throughout the continuation of the contract in
respect of all mattes arising out of the contracts, serve all notices and obtain all consents,
approvals and permission on behalf of purchaser required to be taken under any
regulation and by laws of the local or other authority which shall be applicable to the
work.

2.28 Loss in Transit J harkhand State Electricity Board will not pay any extra payment for
transit loss of any materials during transportation or from the work site.
Page 12 of 73

2.29 Scheme of work/Execution of work -

i. Within a period of 3 days beginning from the date of issue of Letter of Intent /
Acceptance of Tender, the Contractor shall submit detailed time schedule in Bar
Chart supported with PERT / CPM chart.

ii. Contractors understanding : It is understood and agreed that contractor has by
careful examination, satisfied himself as to the nature and location of the work,
the confirmation of the ground, the character, quality of the materials to be
encountered, the character of equipment and facilities needed preliminary to and
during the execution of the work, the general and local conditions, the labour
conditions prevailing therein and all other matters which can in any way affect the
works under the contract.

iii. Commencement of works: The contractor shall commence the work within 3
three days after award of LOI.

2.30 INSPECTION OF MATERIALS AT MANUFACTURERS PREMISES.
All the equipment/ materials purchased from outside agencies will be inspected at
site by the Engineer-In-Charge.
2.31 TEMPORARY WORKS: All temporary works necessary for the proper
execution of the works shall be provided and maintained by the contractor and
subject to the consent of the engineer shall be removed by him at his expense
when they are no longer required and in such manner as the engineer shall direct.
In the event of failure on the part of the contractor to remove the temporary
works, the engineer will cause to be removed and the cost as increased by
supervision and other incidental charges shall be recovered from the contractor. If
temporary huts are provided by the contractor on J SEB land for labour engaged
by him for the execution of the work, the contractor shall arrange for handing
over vacant possession of the said land after the work is completed. If the
contractors labour refuse to vacate, and have to be ejected by J SEB, necessary
expenses incurred by the J harkhand State Electricity Board in connection there
with shall be borne by the contractor.
2.32 a) ISSUE OF CREDIENTIAL
After successful completion of work credential will be issued by Chief Engineer
(Transmission) on recommendation of General Manager Cum Chief Engineer,
Transmission Zone I in favour of the contractor.

b) RELEASE OF SECURITY DEPOSIT

5% of the Order Value will have to be deposited as Security Deposit at the time of
agreement. Security Deposit will be released after one year from the date of actual
completion of guarantee period as per clause 2.43 by the contractor and on
recommendation of the General Manager concerned.

2.33 Indemnification by contractor:
In the event of any claim or demand being made or action being made or action being
brought against the purchaser for infringement of patent in respect of any equipment,
machine, plant, work or thing used or supplied by the Contractor under this contact or in
respect of any methods of using or working by the Purchaser of such equipment machine,
Page 13 of 73
plant work or thing, the contractor shall indemnify the purchaser and keep him indemnified
and harmless against all claims, costs, charges and expenses arising from or incurred by
reason of such claim provided that the Purchaser shall notify the contractor immediately
any claim is made and that the contractor shall be at liberty, if he so desires with the
assistance of the Purchaser if required but at the Contractors expenses, to conduct all
negotiations for the settlement of the same or any litigation that may arise there from and
provided that no such equipment, machine, plant work or thing, shall be used by the
Purchaser for any purpose of in any manner other than that for which they have been
supplied by the Contractor and specified under this contract.
2.34 Insurance:

a) The contractor shall take out and keep in force a policy or policies of insurance
against all liabilities of the contractor or the purchaser at common law or under
any statute in respect of accidents to person who shall be employed by the
contractor in or around the site of the contractors office for the purpose of
carrying out the work on the site. The contractor shall also make out and keep on
force a policy or policies of insurance against all recognized risks to their offices
and depots. Such insurance shall line all respects be to the approval of the
purchaser and if he so requires in his name.

b) Insurance of materials and installations.
The contractor shall take out and keep in force a policy or policies of insurance
against all liabilities of the contractor or the Purchaser at common law or under
any statute in respect of accident to persons till the installations are provisionally
handed over to the purchaser, for this purpose the installation shall be deemed to
have been provisionally handed over when provisional acceptance certificate is
issued for the installation in the section or commissioned or on the expiry of one
month after installation are given ready in all respect for handing over, whichever
is earlier, for commercial use.

c) The contractor should however, insure the materials brought to site against risks
in consequence of war and invasion as required under the emergency risks
(goods) Insurance Act 1962 from time to time.

d) The contractor shall take out all insurance covers in connection with the contact
with General Insurance Corporation of India. Or any of its subsidiary.

2.35 Accident

a) The contractor shall, in respect of all staff engaged by him or by his sub-
contractor, indemnify and keep the purchaser at all times indemnified and
protected against all claims make and liabilities incurred under Workmans
compensation Act the Factories Act and the payment of Wages Act, and
rules made there under from time to time or under any other labour and
Industrial legislation made from time to time.

b) The contractor shall indemnify and keep the purchaser indemnified and
harmless against all actions, suits, claim demands, costs, charges or
expenses arising in connection any death or injury sustained by any person
or persons within the J harkhand State Electricity Board premises sustained
due to the acts or omission of the contractor, his sub-contractors, his agents
or his staff during the executions of this contact irrespective of whether such
liability arises under the Workmans compensation Act, or Fatal Accident
Act or any other statute in force for the time being.

Page 14 of 73
c) The contractors liabilities to meet third party claims or the type outlined
above will be applicable only in cases where accidents have been caused by
bad design, workmanship, material or negligence on the part of the
contractor and further the liability of the contractor will be limited to Rs. 5
lacs for each accident.

d) The contractor shall be responsible for all repairs and rectification of
damages to installations erected or under erection due to, thefts, pilferage or
any other cause, in a section until the installation are provisionally handed
over to the purchaser.

2.36 Safety measures -
a) The contractor shall take all precautionary measures in order to ensure the
protection of his own personnel moving about or working on the J SEB
premises confirming to the relevant labour laws applicable in this region.

b) The contractor shall abide by all J harkhand State Electricity Board
regulations in force for the time being and ensure that the same are followed
by his representatives, Agents or sub-contractors or workmen. The Agency
is required to ask for any clarification in the cases of ambiguity after the
award of work. He shall give due notice to his employees and workers about
provision of this para.

c) The works must be carried out most carefully without any infringement of
the latest Indian Electricity Act or India Electricity Rules in force on the
J harkhand State Electricity Board, in such a way that they do not hinder
J harkhand State Electricity Board operation or affect the proper functioning
of or damage any J harkhand State Electricity Board equipment, structure
except as agreed to by the purchaser, provided that all damage and
disfiguration caused by the contractor shall be made good are repaired at his
own cost failing which cost of such repairs shall be recovered from the
contractor.

e) The contractor shall be responsible for safe custody of all equipments till
final acceptance.

2.37 Liquidated Damage:

The liquidated damage @ 0.50% of the total work value for each week of delay in
completion of project beyond Schedule date of completion will be levied subject to
maximum limit of 10% of the order value. The deduction will be done in proportion to
the amount released.
2.38 Corrupt or Fraudulent Practices
The Board requires that Bidder under this contract, observe the highest standard of ethics
during the procurement and execution of this contract. In pursuance of this policy, the
Board:
(a) Defines, for the purpose of these provisions, the terms set forth below as follows:
(i) corrupt practice means the offering, giving, receiving or soliciting of
any thing of value to influence the action of a public official in the
procurement process or in contract execution; and
(ii) fraudulent practice means a misrepresentation of facts in order to
influence a procurement process or the execution of a contract to the
detriment of the Employer, and includes collusive practice among Bidders
Page 15 of 73
(prior to or after bid submission) designed to establish bid prices at
artificial non-competitive levels and to deprive the Employer of the
benefits of free and open competition.
(b) Will reject a proposal for award of work if he determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices in
competing for the contract in question.
(c) Will declare a Bidder ineligible, either indefinitely or for a stated period of time,
to be awarded a contract/ contracts if he at any time determines that the Bidder
has engaged in corrupt or fraudulent practices in competing for, or in executing,
the contract.
2.39 PROVISINAL ACCEPTANCE

(i) Immediately after the completion of the installation the contractor shall certify
and advise the purchaser in writing that the installation is (i) complete, (ii), ready
for satisfactory commercial services and (iii) ready to be handed over. He will
also place at the disposal of the purchaser the required staff for inspection, testing
and putting it into operation.

(ii) The test or tests specified will be conducted jointly by the purchaser and
contractor, within a fortnight of receipt of advice of completion of installation by
the purchaser from the contractor.

(iii) After the purchaser is satisfied with the satisfactory working of the installations,
he will issue a Provisional acceptance Certificate, which would be signed by both
the parties. The provisional Acceptance Certificate will not be with held for any
minor defects. The minor defects will be defined in the detailed order for award of
work.

(iv) Should the result of inspection and tests be not satisfactory, an extension of one
month will be granted to the contractor to make good the defects and deficiencies
pointed out by the purchaser. Fresh inspection and tests will then be carried out
after the contractor has attended to the defects and deficiencies. If these tests are
also not satisfactory the purchaser may proceed at the contractors expense by all
means deemed expedient, to have the installation made satisfactory until they
comply with specifications and approved drawings and designs.

(v) In such a case or in the case of delay in completing the work under this contact
within the time limit the purchaser reserves the right, if he deems it possible to use
in reasonable manner any part of the installation even if some installations are not
completely erected. The purchaser will give to the contractor for this purpose
seven days previous notice. Contractor shall then take at his own expense all
necessary steps to complete the work in accordance with the provisions of the
contract. In case it becomes impossible to proceed with the above mentioned
taking overt tests, for reason, other than for which the contractor is responsible,
the Provisional acceptance Certificate shall be issued at or within mutually agreed
reasonable period not exceeding six months after completion of a installation.

(vi) The Firm to whom the work is awarded will use the materials only after
acceptance by the Engineer-in-Charge of the work.

NOTE: The issue of Provisional acceptance Certificate will not be withheld for
rectification of minor defects as distinct from rejected equipment, which may not
be essential for energization and operation of the installation. In such cases, only
Page 16 of 73
the value of the materials and costs of rectification of the manor defects shall be
with held from payments on provisional acceptance until rectifications is
complete is completed.

2.41 DEFECTIVE EQUIPMENT TO BE REPLACED:

(i) Notwithstanding the issue of provisional acceptance certificate and partial or full
use of any equipment if the complete plant or any portion thereof, before it is
finally takeover at the end of the guarantee period, found to be or to have become
defective in course of usage by the J harkhand State Electricity Boards due to
faulty material, design or workmanship or otherwise to fulfill the requirement of
the contact and its purpose, the purchaser shall normally give the contractor
prompt notice setting the particulars of such defects or failure and the contractor
prompt notice setting the particulars of such defects or failure and the contractor
shall forth with make the defects good or modify or replace the equipment as ma
be directed by the purchasers engineer at his own cost in all respect to make it
comply satisfactorily with the said requirement. Should the contractor fail to do so
within a reasonable time or not permit the serving of such notice, the purchaser
may repair or reject & replace the whole or part of such defective equipment, as
the case maybe, at the cost of the contractor. The contractors full liability under
this clause shall be satisfied by the payment to the purchaser of the extra total cost
if any of such replacement delivered and erected as provided for in the original
contact, such extra cost being the ascertained difference between the price paid by
the purchaser under the provision above mentioned for such replacement and the
contact price for the plant so replaced plus the sum if any paid by the purchaser to
the contractor in respect of such defective equipment should the purchaser to no
so replace the rejected equipment within a reasonable time, the contractors
liability under this clause shall be satisfied by the repayment by the contractors
liability under this clause shall be satisfied by the repayment by the contractor of
all moneys paid by the purchaser to him in respect of such rejected equipment.
Rejected/ defective materials shall be retuned to the contractor to the extent
possible.
(ii) The provision will apply only in respect of the equipment and components
supplied by the contractor or his sub contractor.

2.42 USE OF REJECTED MATERIALS

In the event of such rejection as aforesaid, the purchaser shall, without prejudice to his
other rights and remedies and in particulars without prejudice to his right sunder the
clause just preceding, be entitled to the use of the rejected equipment for a time
reasonably sufficient to enable him to obtain other replacement/ equipment. During
such period, if the rejected equipment is used commercially the contractor shall not be
entitled to the payments on provisional acceptance certificate until such rejected
equipment is rectified and/ or replaced, but the purchaser shall not be entitled to claim
any damage arising out of rejected equipment in respect of such period.

2.43 GUARANTEE:

(a) The contractor shall guarantee satisfactory working of the installations erected by
him, for a period of twelve months from the date of commercial operation or from
the date of Provisional acceptance of the installation by the purchaser whichever
is earlier. The guarantee for spares should be coincident with guarantee for
erected equipment.

(b) During this period of guarantee the contractor shall keep available an
experienced engineer and necessary equipment to attend to any defective
Page 17 of 73
installations and for satisfying himself that the J harkhand State Electricity Board
staff follow the prescribed procedure for operation and maintenance of
equipment. The contractor shall bear the cost of all modifications, additions or
substitutions that may be considered necessary due to faulty materials, design, or
workmanship for the satisfactory working of the equipment. The final decision
shall rest with the General Manager (Transmission), Concern.

(c) During the period of guarantee the contractor shall be liable for the
replacement of any part which maybe found defective in the equipment whether
such equipments be of his own manufactured or those of his sub contractors,
whether arising from faulty design, materials, workman or negligence in any
manner on the part of the contractor provided always that such defective parts as
are not reparable at site are promptly retuned to the contractor if so required by
him at his (contracts) own expenses. In case of type defects in contractors
equipments and components detected during the guarantee period, the contractor
should replace all such items irrespective of the fact whether all such item have
failed or not. The contractor shall bear the cost of repairs carried out on his behalf
by the purchaser at site. In such a case the contractor shall be informed in advance
of the work proposal to be carried out by the purchaser.

(d) If it becomes necessary for the contractor to replace or renew any defective
portions of this installation under the para aforesaid then the provision of the said
para shall also 1 apply to the portions of the installation so replaced or renewed
until the expiration of six moths from the date of such replacement or renewal or
until the end of above mentioned period whoever is later. Such extension shall not
applying the case of defects of a manor nature, the decision of the Electrical
Superintending Engineer, Concerned Division, J harkhand State Electricity Board
or his successor being final in the matter. If any defects be not remedied within a
reasonable time during the aforesaid period the purchaser may proceed to do the
or at the contractors risk and expense, but without prejudice to any other rights
and remedies which the purchaser may have against the contractor in respect of
such defects of faults.

(e) The repaired or renewal parts shall be delivered and erected on site free of charge
to the purchaser.

(f) In the case of the materials supplied by the purchaser liability will rest on the
contractor for failure on account of defective materials or workmanship and for
any consequential damages. Such defective materials if not yet erected in
installation will be returned by the contractor to the purchaser and such quantities
will be considered for the purpose of final reconciliation over and above
allowance.
(g) in case of any construction in the technical specification from the tender
documents & IS/CBI&P manual, IS & CBI & P manual/ will super scribed the all.
2.44 FINAL ACCEPTANCE

a) The final acceptance of the entire equipment installed on the section shall take
effect from the date of expiry of the period of guarantee as defined in relevant
para of the expiry of the last of the respective period of guaranty of various
sections for which PAC are issued or brought into commercial operation,
provided in any case that the contractor has complied fully with his obligations in
respect of each section, provided also that due attention has been paid byway of
maintenance by the purchaser.

b) If on other hand the contractor has not so complied with his obligations towards
fulfillment of contract, the purchaser may either extend the period of guarantee in
respect of the sub section until the necessary works are carried out by the
Page 18 of 73
contractor or carry out those works or have them carried out soumoto on behalf of
the contractor at the contractors expense. After expiry of the period of guarantee
for such section, a certificate of final acceptance shall be issued by the purchaser
and that will terminate the contract subject to restriction of para (d) below:
c) The purchaser shall not be liable to the contractor for any matter a rising out of or
in connection with the contract or execution of the work unless the contractor
shall have made a claim in writing in respect thereof before the issue of final
Acceptance Certificate under the clause.

d) Notwithstanding the issue of final acceptance Certificate, the contractor and the
purchaser (subject to sub clause as above) shall remain liable for fulfillment of
any obligation incurred under the provision of the contact prior to the issue of
Final Acceptance Certificate which remains unperformed at the time as the
certificate is issued and for determining the nature and extent of such obligation
the contract shall be deemed to remain in force between the parties thereto.
2.45 Price Offer

Offer letter complete with summary of price duly filled up in price schedule Proforma.
Price for each and every item must be quoted.

S.
No
Desc
ription
of items
Unit of
Measu
rement
Qua
ntity
Unit rate Total Amount
Amount
in Rs.
Amount
in
words
Supply Erection Supply Erection Total Total
1 2 3 4 5 6 7=4x5 8=4x6 9=7+8







Summary of prices

Sl.
No.
Description Total landed cost in figures In words

1 Supply of materials
2 Foundation & erection etc. of
equipment (Schedule B)

3
Grand total cost

2.46 PAYMENT:

Payment will be governed by the terms specified in relevant Para and in accordance
with accepted schedule of prices, read with relevant para of the other parts and chapters
of the Tender papers. The purchaser retains the right to withhold money due to
contractor arising out of this contract for any default of the contractor from other
contracts which the contractor may have with the J harkhand State Electricity Board.

(i) The contractor shall, whenever required, produce or cause to be product for
examination by the purchaser any quotation/ invoice, cost or other account, book of
account, voucher, receipt, letter memorandum, paper or writing or any copy of or
extract from any such document and also furnish information and returns verified in
such manner as may be required in any way relating to the execution of this contract or
Page 19 of 73
relevant for verifying or ascertaining the cost of the execution of this contract (the
decision of the purchaser on the question of relevancy of any documents, information
or return being final and biding on the parties). The contractor shall similarly produce
vouchers etc., if required, to prove to the purchaser, that materials supplied by him are
in accordance with the specifications laid down in the contract.

(ii) If any portion of the work be carried out by a sub contractor or any subsidiary or allied
firm or company, the purchaser shall have power to secure the books of such sub
contractor or any subsidiary or allied firm or company, through the contractor, and such
books shall be open to his inspection. The contractor should seek prior permission from
the purchaser for subletting whole and / or part of the work to any sub contractor.

(iii) The obligations imposed by sub clauses (i) and (ii) above are without prejudice to the
obligations of the contractor under any statute, rules or other binding to the contractor
or other condition of the contract.

(iv) It is agreed terms of the contract that purchaser reserves to itself the right to carry out
post payment audit and or technical examination of the works and the final bill
including all supporting vouchers, abstracts etc. and to make a claim on the contractor
for the refund of any excess amount paid to him if as a result of such examination any
over payment to him is discovered to have been made in respect of any work alleged to
have been done by him under the contract.
Page 20 of 73
PART A CHAPTER III

PRICES AND PAYMENT

3.1 SCHEDULE OF PRICE

i) Unit price: The Unit prices of various items of work shall be included in Schedule
irrespective of minor variations in basic quantities and use of alternative types of
various components and fittings approved by the purchaser. Minor changes in basic
designs shall not be affect the unit prices, so long as such changes are mutually
agreed to by the Purchaser and the contractor. All Unit Price shall be in RUPEES.

ii) Unit Price for materials: the unit prices indicated in Schedule of quantities & prices.
shall include the prices, of materials including all incidental charges for transport,
loading / unloading and handling of materials, commission for arranging dispatch by
rail/ road direct from manufactures factory and completing all necessary formalities
in this respect such as submission of forwarding notes, collection of J harkhand State
Electricity Board receipts, all insurance premia, bankers charges for bank guarantee,
indemnity bonds, inclusive of cost of stamps etc.

The price shall include all taxes, duties and levies (including octroi etc.) applicable on
this works contract. Therefore, they should quote their prices taking into account the
rate of taxes as leviable at the event of sale through works contract to the J harkhand
Government organization in that State. Form C and road permit WILL BE
SUPPLIED BY J SEB TO THE CONTRACTOR.
The prices shall also include provision for losses and wastages in transit and erection.

The unit prices indicated in column-6 of Schedule, of quantities & prices Section,
shall include cost of erection and testing to be done by the contractor and also cover
all cost of labour, administration of the contact, insurance premia, bankers charge for
guarantees, cost of stamps, cost of storage, loading and unloading and handling of
materials, and for any road transport which the contractor may use for carriage of
materials between his depot and depots and the site of work. The unit prices shall
include cost of works and adjustments necessary to be done by the contractor during
or after the test, carried out by the Purchaser.

(iii) Price Variation:

Since the completion of the project is within four months no price variation will
be given.

(iv) Supplement to Schedule of Prices

Quantity variation permitted upto +25% of the agreemental value as per existing
norms of J SEB irrespective of variation of individual/ group of items to the level
required for completion of the project.
(v) New item of work

a) If during the erection of the work the contractor is called upon the carry out any new
item of work not included in Schedule of quantities and prices, the contractor shall
execute such work at such prices as may be mutually agreed with the Purchaser
before commencement.

b) Provided that if the contractor is instructed to do some extra work / supply before the
rates are determined and agreed. In such case the contractor shall be entitled to be
Page 21 of 73
paid in respect of the work carried out or expenditure incurred by him prior to the
date of determination of the rates as aforesaid according to the rates as shall be fixed
by the purchaser on the application made by the agency justifying the reasonability of
the rates. However, if the contractor is not satisfied with decision of the purchaser in
this respect he may appeal to E.S.E., of concerned TC within 10 days of getting the
decision of the purchaser. Supported by analysis of the rates claimed. The E.S.E. of
concerned TC decision after hearing both the parities in the matter and after
acceptance of the same by Chief Engineer, Transmission will be final and binding on
the contractor and J harkhand State Electricity Board.

vi) Any individual quantity of work or material or erection may vary if required as per
actual site conditions up to a limit of total contract agreement value and not the
individual quantity limit as prescribed in the order, to enable the contractor to
continue the execution of work as per direction of the Engineer In charge and
accordingly payment will be released as per actual work done.


3.2 PRICE OF EQUIPMNETS, COMPONENTS AND MATERIALS

The prices of individual equipments, components and materials required for the work
inclusive of Excise Duty., Sales Tax and Insurance Premium under the Emergency Risk
(Goods), Insurance Act in force, if any, shall be included in the Schedule. The prices
shall be related to the actual prices of the components and materials to the contractor as
obtained by him at the time of submitting his tender. If required by the purchaser, the
tender / Contractor shall substantiate such prices. No adjustment of rates is permissible if
alternative approved fittings are used for any reasons whatsoever.


3.3 PRICES OF ADDITIONAL SUPPLIES

The additional supplies will be taken over from the contractor at the same prices.

3.4 PAYMENTS AND RECOVERIES

Subject to any deduction or recoveries which the Purchaser may be entitled to make
under the contract, the contractor shall, unless otherwise agreed to, be entitled to get the
following payments, subject to condition stipulated in subsequent paragraphs:

i) Payment of materials.
ii) Payments for erection.
iii) Payments for spares & additional supplies.
iv) Payment on provisional acceptance.
v) Final settlement.

3.5 MONTHLY STATEMENT OF CLAIMS

The Contractor shall prepare and furnish to the Engineer once in every month an
account giving full and detailed particulars of all claims for any additional expense to
which the Contractor may consider himself entitled and of all extra or additional works
ordered by the engineer which he has executed during the preceding month and no
claim for payment for any such work will be considered which has not been included in
such particulars.
Page 22 of 73

3.6 SIGNING OF NO CLAIMS CERTIFICATE

The contractor shall not be entitled to make any claim whatsoever against the
J harkhand Sate Electricity Boards under or by virtue of arising out of this contract, nor
shall the J harkhand State Electricity Board entertain or consider any such claim, if
made by the contractor, after he shall have signed a no claim certificate in favour of the
J harkhand State Electricity Board in such forms as shall be required by the J harkhand
State Electricity Board, after the works are finally measured up. The contractor shall be
debarred from disputing the corrections of the items covered by the No claim certificate
or demanding a reference to arbitration in respect thereof.

3.7 Equipment, components and material received for work

The contractor shall utilize all equipments, components or materials, procured
specifically for the purpose of execution of the work, in the work or other requirements.
Any materials left over at the end of the work shall not be disposed of without prior
approval of the purchaser in writing. The purchaser may within a period of six months
from the due date of Provisional Acceptance of the last section, switching / booster
station, notify the contractor of the purchaser interest in any or all of the surplus
materials and shall have the right to take over the materials, so indicted at prices
indicated in Schedule. The materials so notified by the purchaser shall be taken over by
the purchaser and paid for in full the contractor may use in any manner deemed fit, only
such surplus materials which are not covered by the purchasers notification after
getting the approval of the purchaser in writing.

3.8 JURISDICTION OF COURT

All dispute, claims, counter claims for or against the Board arising out of this tender
between the Board and the firm will be subject to exclusive jurisdiction of Court at
Ranchi (State of J harkhand) and no other court, forum, arbitrator.

3.9 LABOUR

i) WAGES TO LABOUR

The contractor shall be responsible to ensure compliance with the provisions of the
minimums wages act herein after referred to a the said act and the rules made the re-
under in respect of any employees directly or through petty contractors or sub
contractors employed by him. The wage payment sheet signed jointly by the agency as
well as the Project in charge will be enclosed along with the erection and
commissioning bills.

ii). PROVISIONS OF PAYMENTS OF WAGES ACT:

The contractor shall comply with the provisions of the payment of wages act and the
rules made there under in respect of all employed directly or through petty contractors
or sub contractors employed by him in the work. If in compliance with the terms of the
contract the contractor directly or through petty contractors or sub contractors shall
supply any labour to be used wholly or partly under direct order and control of the
engineer whether in connection with works to be executed hereunder or otherwise for
the purpose of the engineer such labour shall never-th-less, be deemed to comprise of
persons employed by the contractor and any moneys which may be ordered to be paid
by the engineer shall be deemed to be moneys payable by the engineer on behalf of the
contractor and the engineer may on failure of the contractor to repay such moneys to
Page 23 of 73
the J harkhand State Electricity Board deduct the same from any moneys due to the
contractor in terms of the contact. The J harkhand State Electricity Board shall be
entitled to deduct from any moneys due to the contractor whether under this contract or
any other contract all moneys paid or payable by the J harkhand State Electricity Board
by way compensation of aforesaid or for costs of expenses in connection with any
claim there to and the decision of the engineer upon any question arising but of the
effect or force on this clause shall be final and binding upon the contractor.


iii) PROVISIONS OF CONTRACT LABOUR REGULATION AND ABOLITION
ACT 1970.

a) The contractor shall comply with provisions of the contract labour regulation and
abolition act 1970 and the contract labour regulation and abolition central rules
1971 as modified from time to time, where ever applicable and shall also
indemnify the J SEB from and against any claims under the aforesaid act and the
rules.

b) The contractor shall obtain a valid license under the aforesaid act modified from
time to time before the commencement of the work and continue to have a valid
license until the completion of the work. Any failure to fulfill this requirement
shall attract the penal provisions of the contract arising out of the resultant non
execution of the work.

c) The contractor shall pay to labour employed by him directly or through sub
contractors the wages as per provision of the aforesaid act and the rule wherever
application. The contractor shall not withstanding the provisions of the contract to
the contrary, cause to be paid the wages to labour indirectly engaged on the work
including any engaged by sub contractor in connection with the said works as if
the labour had been immediately employed by him.

d) In every case in which, by virtue of the provisions of the aforesaid act or the rules,
the J harkhand State Electricity Board is obliged to pay any amount of wages to a
workman employed by the contractor or sub contractor in execution of the work
or to incur any expenditure in providing welfare and health amenities required to
be provided under the aforesaid act and the rules or to incur any expenditure on
account of the contingent liability of the J harkhand State Electricity Board due to
the contractor failure to fulfill his statutory obligations under the aforesaid act or
the rules the J harkhand State Electricity Board will recover from the contractor
the amount of wages so paid or the amount of expenditure so incurred and with
out prejudice to the rights of the J harkhand State Electricity Board under section
20 sub section 2 and section 21 sub section 4 of the aforesaid act the J harkhand
State Electricity Board shall be at liberty to recover such amount or part thereof
by deducting if from the security deposit and or from any sum due to the
contractor whether under the contract or otherwise made against it under sub
section 1 of section 20 and sub section on request of the contractor and upon his
giving to the J harkhand State Electricity Board full security for all costs for which
the J harkhand State Electricity Board might become liable in contesting such
claim. The decision of the J harkhand State Electricity Board regarding the amount
actually recoverable from the contractor as stated above shall be final and binding
on the contractor.

e) In respect of all labour directly or indirectly employed in the work for
performance of the contractor part of the contract the contractor shall comply with
or caused to be complied with the provision of the aforesaid rules wherever
applicable.
Page 24 of 73

3.10 REPORTING OF ACCCIDENTS TO LABOUR

The contractor shall be responsible for the safety of all employees employed directly or
through petty contractors or sub contractors employed by him on the works and shall
report serious accidents to any of them however and wherever occurring on the works
to the engineer or the engineers representative and shall make every arrangements to
render all possible assistance.


3.11 PROVISION OF WORKMENS COMPENSATION ACT.

In every case in which by virtue of the provisions of section 12 sub section 1 of the
workman compensation act 1923 J SEB is obliged to pay compensation to a workman
employed directly or through petty contractor or sub contractors employed by the
contractor in executing the work, J harkhand State Electricity Board will recover from
the contractor the amount of the compensation so paid, and without prejudice to the
right of J harkhand State Electricity Boards under section 132 sub section 2 of the said
act J harkhand State Electricity Board shall be at liberty to recover such amount or any
part there of by deducting from the security deposit or from any sum due by J harkhand
State Electricity Board to the contractor whether under these conditions otherwise.
J harkhand State Electricity Board shall not be bound to contest any claim made against
under section 123 sub section 1 of the said act except on the written request of the
contractor and upon his giving to J harkhand State Electricity Board full security for all
costs for which J SEB might become liable in contesting the claim.


3.12 INVOICING PROCEDURE

a) The contractor shall submit his invoice after successful commencement of supply and
erection to the Engineer-Incharge of the work. Separate invoices shall be submitted for
different types of payments mentioned above. all invoices shall be submitted with
original supporting documents or certified true copies of supporting documents, wherever
these are acceptable to the Purchasers Engineer. Where copies of original documents are
required in support of several invoices, true certified copies of the original documents
may be forwarded to the Purchasers Engineer, with his consent. The invoices should be
in accordance with the billing schedule.

b) Invoice shall be submitted only on the basis of agreed principles and prices, quantities ad
measurement of work completed shall be approved by the purchasers Engineer prior to
the submission of invoices. For this purpose, the schedule of quantities and measurements
submitted by the Contractor for approval of the Purchasers Engineer may be only upto
the extent of work completed except in the case of payments on provisional acceptance.

3.13 PAYMENT GUIDELINES:-

i) All payments to the contractor under this contract shall be made by Dy. Director of
Accounts (RE/PLAN), J harkhand State Electricity Board, Ranchi on submission of the
relevant documents.

ii) PAYMENT FOR MATERIALS
Following documents will be required for payment of materials.

a) Materials Receipt Certificate from site store respectively.
b) Suppliers Challan
Page 25 of 73
c) Routine Test Reports
d) Contractors bill will be verified by Engineer-in-charge of J SEB.
e) LR / TR / RR
3.14 Engineer in Charge of the work
Electrical Superintending Engineer, Transmission Circle, Ranchi will be Overall Incharge
of the work, / Electrical Executive Engineer, Transmission Division Ranchi will be
Engineer Incharge of the Work and Assistant Executive Engineer, Transmission Sub
Division Hatia-II will be Site Incharge of the work.
3.15 Paying Authority
Dy Director (RE/Plan) will be the paying authority.
3.16 PAYMENT FOR SUPPLY/ERECTION
Following documents will be required for payment of erection.
i. Contractors bill duly verified by Engineer-in-charge of J SEB, supported with records
concerning issue of materials /erection etc.

ii. Subject to any deductions from the Contract price as per Contract. The Contractor shall
be entitled to receive the Contract price in the following manner:-

3.17 Payment

1. 80% of the Contract price for supply and erection portion on successful
accomplishment of supply/ erection in proportionate to the erection work.

2. 15% of the Contract price for supply and erection portion on successful testing of the
equipment / installation.

3. 5% of the contract value for supply and erection portion after successful completion,
testing and commissioning of the project duly certified by the J .S.E.B. Engineer in-
Charge and issue of Provisional Acceptance Certificate by the J .S.E.B. Engineer-in-
Charge.

3.18 PAYMENTS FOR SPARES, COMPONENTS & ADDL. SUPPLIES.

a) The contractor shall receive payment for supply for spares at rates indicated in
the schedule of quantities and for any additional supplies at Schedule rates on
delivery of such supplies to the purchaser after due adjustment if any.

b) The contractor shall receive payment for the supply of spare components and
parts for maintenance on delivery of such suppliers, to the Purchaser in
accordance with the prices included in Schedule.

3.19 EXCISE DUTY AND SALES TAX

a) All taxes, duties and levies (including Octroi etc.) arising out of the transaction
between the contractor and his sub-contractors/ suppliers for this work will be
included in the rates quoted by the contractor in the relevant schedule.

Page 26 of 73
No claim for variation in the rates of excise duty, sales tax and levies
(including octroi etc. due to any reason whatsoever will be accepted by
J harkhand State Electricity Board.

b) Wherever the law make it statutory for the Purchaser to deduct any amount
towards Sales Tax on works contract, the same will be deducted and remitted to
the concerned authority.

3.20 FINAL SETTLEMENT

On expiry of the guarantee period and issue of the certificate of final acceptance for the
entire installations, the Performance B.G will be refunded or Bank Guarantee released to
the Contractor after adjustment of any dues payable by the Contractor to the Purchaser
after satisfactory performance issued by Engineer-in-Charge counter signed by Overall
Engineer in-charge of the work.

3.21 MEASUREMENTS

a) Payments for field work shall be made in accordance with approved designs and
drawings and measured in relevant units, except where provided or otherwise. In
case the dimensions of the work are more than those shown in approved designs
and drawings, the Contractor will not be entitled to any extra payment unless the
dimensions are increased on account of physical impossibility of carrying out the
work line accordance with approved drawings and designs, subject to approval by
the Purchaser before execution, in case the dimensions of work are less than those
shown in the approved designs and drawings and the work is accepted without
being rejected, payment will be made as per work actually done.

b) The measurement will be made generally in accordance with standard engineering
practice and in conformity with the explanatory Notes.

3.22 Progress report

The supplier/ contractor shall submit to the purchaser at such intervals and in such
form as may be required by him, detailed progress reports of the manufacture and/
or dispatch of the equipment ordered on them as well as execution of works.

Page 27 of 73
Summary of prices

Schedule Reference Schedule
Total landed cost (Rs)
in figures In words

A Supply of Materials
B Erection of Materials
Foundation works
Transportation of materials from
J SEB stores.

Grand total cost

(Price Breakup)

Landed Cost inclusive of all taxes & duties as noted below :
1. Excise Duty :
2. Sales Tax :
3. Other levies :
i. Octroi :
ii. Entry Tax :
iii. Other (Please specify) :
Total taxes & duties (1+2+3) :

Total LumpsumBid Price including Taxes & Duties and other levies, if the Contract is awarded to us
Rs.....(in figures) and ..(in words)



Date: (Signature)..
Place: (Printed Name) ..
(Designation)
(Common Seal).

Page 28 of 73
SCHEDULE A (SUPPLY)
Erection, Testing & Commissioning of equipment, structures, materials etc. for 132 kV
bays at GSS Hatia II

Sl.
No.
Particulars Unit Qty. Rate (Rs.) Amount (Rs.)
1 220 kV LA No. 03
2 132 kV Breaker Set 01
3 132 kV CT No. 03
4 132 kV LA No. 03
5 132 kV L.L. Isolator No. 03
6 Disc Insulator 120/90 KN
i) 120 KN
ii) 90 KN

No.
No.

350
400

7 220/132 kV Transformer Control & Relay
Panel with energy meters and other
accessories
No. 01
8 Supply of Copper Control Cable
i) 18 core x 2.5 sq. mm
ii) 12 core x 2.5 sq. mm
iii) 12 core x 6 sq. mm
iv) 4 core x 2.5 sq. mm
v) 2 core x 2.5 sq. mm

KM
KM
KM
KM
KM

1.0
1.0
1.0
1.0
1.0

9 Anchor bolt, nut with washer
(a) 32 mm
(b) 20 mm

No.
No.

130
120

10 MS Flat 50 x 6 mm MT 2.50
11 Sub-station structure MT 35.12
12 Post insulator No. 350
13 ACSR Zebra Conductor KM 3
Grand Total


Page 29 of 73
SCHEDULE B (FOUNDATION)
Civil work for cost of construction of foundation of 150 MVA, 220/132/33 kV bays &
cable trenches at GSS Hatia II

Civil foundation work for construction of foundation of 100 MVA, 220/132 kV Auto
Transformer at GSS Lalmatia

Sl.
No.
Description Qty. Rate Amount
1. Earth work in excavation in foundation trenches
in ordinary soil and disposal of excavated earth
as obtained to a distance upto 50 mtrs. including
all lift, levelling, ramming the foundation
trenches, removing the roots of trees, shurbs all
complete as per direction of E/I

Schedule Rate 5.1.1 w.e.f. 01.02.10
103.275 M
3

2. Providing coarse clean sand filling in foundation
trenches including ramming & watering in layers
not exceeding 150 mm thick with all leads
including cost of materials, labours royalty and
taxes all complete or as per direction of E/I
(5.1.10)
09.225 M
3

3. Providing designation 75A one brick flat soling
joints filled with local sand including cost of
watering, taxes, royalty all complete as per
direction of E/I (5.6.1)
61.50 M
2

4. Providing P.C.C. (M-100) (1:3:6) in foundation
with approved quality of stone metal grade III
(53 mm to 22.4 mm size) and clean coarse sand
of FM-2.523 including screening mixing cement
concrete in mixture and place in position,
vibration, curing, taxes and royalty all complete
as per direction of E/I (5.3.3)
12.763 M
3

5. Providing RCC (M-150) (1:2:4) in foundation
trenches and plinth with approved quality of
stone chips (20 mm to 6 mm) graded and clean
coarse sand of FM-2.523 including screening,
shuttering, mixing, cement concrete in mixture,
placing in position, vibrating, striking, curing
(but excluding the cost of reinforcement) taxes
and royalty all complete as per direction of E/I
(5.3.5)
23.116 M
3

6. Providing thick cement plaster (1:3) with
approved quality of sand of FM-1.5 including
cost of screening, curing with all leads & lift of
water scaffolding taxes and royalty of complete
18.54 M
2


Page 30 of 73
Sl.
No.
Description Qty. Rate Amount
as per direction of E/I (5.7.1)
7. Providing 1.5 mm thick cement punning
including curing, carriage of water with all leads
& lift as per direction of E/I (5.7.11)
18.54 M
2

8. Earth work in filling in foundation trenches back
filling of machinery structures plinth in laying
not exceeding 150 mm well watered and fine
dressing of earth within a lead of 50 m and lifted
of 1.5 mm complete job as per direction of E/I.
(5.1.8)
40% of excavated earth i.e. 40% of 103.275 M
3
)
42 M
3

9. Providing M.S. rod (Tor) reinforcement carriage
of m. s. rod to work site, cutting bending, biding
and placing in position supply of annealed wire
with all cost of labours & materials as per
direction of E/I.
(i) 20 mm m. s. rod (Tor)
(ii) 16 mm m. s. rod (Tor)
(iii) 10 mm m. s. rod (Tor)





1.692 MT
0.682 MT
0.146 MT

10. Carriage of Materials
a. Cement & steel 3 KM
b. Local sand 3 KM
c. Coarse Sand 8 KM
d. Bricks 8 KM
e. Stone Chips

13.393 MT
9.225 M
3

17.573 M
3

1986 Nos.
32.79 M
3


11. Fittings & fixing of Anchor bolts as per direction
of E/I
172 Nos.
12. Supply, fitting & fixing of Rail Poles on
Transformer plinth as required
a) Cost of rail pole, 2 nos. length 4 mtrs
each of 100 lbs weight total 8 mtrs.

b) Cost of M.S. Plate 20 mm thickness 12
nos. sizes 1 x 6
Lot 1

13. Earth work in excavation in foundation trenches
in ordinary soil and disposal of excavated earth
as obtained to a distance upto 50 mtrs. including
all lift, leveling, ramming the foundation
trenches, removing the roots of trees, shrubs all
complete as per direction of E/I.

421.242 M
3


14. Providing coarse clean sand filling in foundation
trenches including ramming & watering in layers
not exceeding 150 mm thick with all leads
41.365 M
3



Page 31 of 73
Sl.
No.
Description Qty. Rate Amount
including cost of materials, labours royalty and
taxes all complete or as per direction of E/I
15. Providing designation 75A one brick flat soling
joints filled with local sand including cost of
watering, taxes, royalty all complete as per
direction of E/I

283.45 M
3


16. Providing P.C.C. (M-100) (1:3:6) in foundation
with approved quality of stone metal grade III
(53 mm to 22.4 mm size) and clean coarse sand
of FM-2.523 including screening mixing cement
concrete in mixture and place in position,
vibration, curing, taxes and royalty all complete
as per direction of E/I

137.942 M
3


17. Providing RCC (M-150) (1:2:4) in foundation
trenches and plinth with approved quality of
stone chips (20 mm to 6 mm) graded and clean
coarse sand of FM-2.523 including screening,
shuttering, mixing, cement concrete in mixture,
placing in position, vibrating, striking, curing
(but excluding the cost of reinforcement) taxes
and royalty all complete as per direction of E/I

19.402 M
3


18. Providing thick cement plaster (1:3) with
approved quality of sand of FM-1.5 including
cost of screening, curing with all leads & lift of
water scaffolding taxes and royalty of complete
as per direction of E/I

199.98 M
2


19. Providing 1.5 mm thick cement punning
including curing, carriage of water with all leads
& lift as per direction of E/I (5.7.11)
199.98 M
2


20. Fitting & fixing of Anchor bolts as per direction
of E/I
191 Nos.

21. Providing designation 75A brick works in cm
(1:3) in foundation and plinth with approved
quality of clean coarse sand of FM 2 to 2.5
including providing 10 mm thick mortor joints,
cost of screening, scaffolding, racking curing,
taxes and royalty all complete as specification
and direction of E/I
11.25 M
3


22. Providing M.S. rod (Tor) reinforcement carriage
of m. s. rod to work site, cutting bending, biding
and placing in position supply of annealed wire






Page 32 of 73
Sl.
No.
Description Qty. Rate Amount
with all cost of labours & materials as per
direction of E/I.
(i) 12 mm m. s. rod (Tor)
(ii) 10 mm m. s. rod (Tor)
(iii) 8 mm m. s. rod (Tor)
(iv) M.S. angle 50 x 50 x 5 mm


0.841 MT
0.013 MT
0.022 MT
0.190 MT
23. Carriage of materials
(a) Cement & steel 3 KM
(b) Coarse sand (8 KM appx)
(c) Local sand (3 KM)
(d) Bricks from (8 KM approx.)
(e) Stone chips (266.186 M
3
) from (8 KM
approx.)

41.636 MT
83.801 M
3
41.365 M
3

13723 Nos.
147.04 M
3




24. Earth work in filling in foundation trenches back
filling of machinery structures plinth laying not
exceeding 150 mm well watered and fine
dressing of earth within a lead of 50 m and lift of
1.5 m complete job as per direction of E/I
168.49 M
3


Grand Total


Page 33 of 73
SCHEDULE B (ERECTION) II
Erection, Testing & Commissioning of equipment, structures, laying of earthing mat,
earthing of equipment & structures in 150 MVA, Auto Transformer bays at GSS Hatia-
II

Sl.
No.
Particulars Unit Qty. Rate (Rs.) Amount (Rs.)
A Design, drawing and layout for installation
of 150 MVA Transformer with accessories
as well as extension of bay as per safety
yardstick
Lot 1
B Erection, testing & commissioning of 150
MVA 220/132/33 kV Auto Transformer
No. 1
C Erection, testing & commissioning of
following equipments as required:

1 220 kV LA No. 03
2 132 kV Breaker Set 01
3 132 kV CT No. 03
4 132 kV LA No. 03
5 132 kV L.L. Isolator No. 03
D Erection of sub-station structures on their
respected foundation
MT 35.12
E Jumpering/ connections from equipment to
equipment & bush bar etc.
Pt. 225
F String of all three phases with ACSR Zebra
conductor including cutting, biding, banding
& stepping etc. all complete as per direction
of E/I
Mtr. 1000
G Laying of control cable, terminate to
equipment & panel including dressing on
cable racks, tagging etc. complete as per
direction of E/I
i) 18 core x 2.5 sq. mm
ii) 12 core x 2.5 sq. mm
iii) 12 core x 6 sq. mm
iv) 4 core x 2.5 sq. mm
v) 2 core x 2.5 sq. mm




Mtr.
Mtr.
Mtr.
Mtr.
Mtr.




1000
1000
1000
1000
1000

H Laying out of earthing mat, earthing the
equipment and structure with 50x6 mm MS
Flat including cutting, binding, banding,
welding etc. all complete as per direction of
E/I
i) Spacer 100 Nos.
ii) Tension fitting for Zebra 30 Nos.
iii) Suspension fitting for zebra 30
Nos.
iv) Connectors
Lot

Page 34 of 73
a) T-Connector compression
type for zebra 36 Nos.
b) Bus support to zebra 21
Nos.
c) Isolator to zebra 36 Nos.
d) CT stud to zebra 15 Nos.
e) Breaker to zebra 15 Nos.
f) T-connector zebra to zebra
15 Nos.
g) LA to zebra 6 Nos.
h) PG clamp zebra to zebra 15
Nos.
i) 132 kV LT Bushing to zebra
36 Nos.
j) 220 kV HT Bushing to zebra
6 Nos.
I Erection of 120/90 KN Disc Insulators No. 750
Grand Total

Page 35 of 73
(SCHEDULE B III)

Transportation & sundry expenditure

Sl.
No.
Particulars Qty. Rate Amount
1. To & fro transportation of filter machine from
available site to working site

KM
2. Sundry expenditure for servicing & minor
repairing of filter machine lathe & machining
works fabrication of flanges with pipes, petty
purchase involved & other unseen items etc.
L.S.
Grand Total


Page 36 of 73
CHAPTER IV
SPECIFIC TECHNICAL PARTICULARS
4.1 SCOPE
This specification covers specific technical particulars, climatic and isoceraunic
conditions and system particulars suiting which the circuit breakers shall be
offered as per the guaranteed technical requirements given in section II of this
specification and the schedule of requirements specified herein for use in sub-
stations.
4.2 Climatic and Isoceraunic conditions
4.2.1
The climatic conditions at site under which the equipment shall operate
satisfactorily are as follows:
(a) Maximum ambient temperature of air in shade (
o
C) 50
(b) Minimum ambient temperature of the air in shade (
o
C) 4
(c) Maximum daily average ambient temperature (
o
C) 35
(d) Maximum yearly average ambient temperature (
o
C) 30
(e) Maximum relative humidity (%) 100
(f) Average number of thunderstorm days per annum 80
(g) Average annual rainfall (cm) 125
(h) Maximum wind pressure (Kg/M
2
) 150
(i) Earthquake acceleration (g) 0.5x2 g
(j) Height above sea (m) Not exceeding 1000

4.2.2 The equipment offered shall be suitable for continuous operation at the full rated
copacity under the above conditions.

4.3 Type and rating
The equipment shall comply with the following technical requirement:

132 kV Circuit Breaker (Conforming to IEC 62271 100)
145/132 kV

i) Type of Circuit Breaker SF6
ii) No. of Poles 3

iii) Rated voltage in KV 132

iv) Max. operating Voltage in KV. 145

v) Rated normal current in Amps. 3150 A

vi) Frequency (cycles/sec) 50

viii) Symmetrical Breaking current
at rated voltage (KA) 40


Page 37 of 73
x) Short time current (3 sec) 40 KA
xi) Operating duty (0-0.3sec-CO - 3 min - CO)

xiii) Latching requirement Trip free operation

xiv) Interrupting time (cycles) Less than 4 cycles

xv) Ambient Temperature ----- 50C--------

xviii) Basic Insulation level (KV) 650 KV

xix) Insulation level :

a) Dry withstand (1 min) (KV) 275
b) Wet withstand (1 min) (KV) 275
c) Impulse withstand (KV) 650
( 1.2/50 micro-sec.)
xx) Operating Mechanism Motor operated spring spring/ Air Pressure operated

132 kV Current Transformer (Conforming to IEC 62271 100)
C.T. Ratio 600 300 150/ 1-1-1-1-1A


1. Type Outdoor oil filled type. Dead tank.
2. Nominal rated voltage 132 kV
3. Highest system voltage in KV 145 kV
4. System Frequency & Earthling 50 CPS & effectively earthed
5. Basic Insulation Level (KVP) 650 KVP
6. One minute P.F. Withstand voltage in KV rms 275 KV (rms)
7. Rated continuous thermal 120% of the rated current
8. Short time current rating for One Sec. (Type
test to be submitted)
31.5 KA for 1 Sec.
9. Primary current 600-300-150A, 800-400-200A
10. Rated secondary current in Amp. IA (As applicable)
11. No. of cores in the Secondary 4 (As applicable)
12. Ratio As mentioned above
13. Accuracy Class
1. Core I 0.2S
2. Core II 5P 10
3. Core III PS

Page 38 of 73
4. Core IV PS
5. Core V PS
14. Accuracy limit factor
1. Core I
2. Core II
3. Core III 2 to 5
4. Core IV
4. Core V
15. Purpose of Core I Metering
2. Core II Relaying
3. Core III Relaying
4. Core IV Relaying
5. Core V Relaying
16. Rated burden at minimum temp in VA
Core I 30 VA
Core II 40 VA
Core III
Core IV
Core V
17. Minimum knee point voltage in volts (VK)
Core I 200 Volts for PS cores incase of 1A
Core II CT for lowest tap
Core III 100 Volts for PS cores incase of 5A
Core IV
Core V
CT for lowest tap.
18. Secondary winding resistance at 75
0
C Applicable for PS cores
19. Exciting current in milli amp <30 MA at VK/4
20. Turn ratio error for the cores of PS classes. <0.25%
21. Limit of composite error at primary saturations
current (for protection core)
Within 5% for Protection core only
22. Creepage distance in mm

Page 39 of 73
a) Total 3625 mm
23. Rated dynamic current 78.8 KAP
24. Magnetization current To be submitted with the offer.
25. Mounting details structure 330 mm square holes for mounting on as
applicable
26. Current density for normal current (1.6A/Sq. mm for Copper Conductor & 1.0A/
Sq. mm for Aluminium Conductor)
27. Insulation Class A
28. Standard As per IEC, 44-1/IS:2705

132 kV LA (Conforming to IEC 62271 100)
132 kV
1. Normal systemvoltage 132
2. Rating KV (RMS) 120
3. Max. continuous operating voltage KV RMS 102
4. Nominal discharge current (KA) peak
5. Line discharge class. 10
6. Energy discharge capability (KJ /KV) of rated voltage not less than 3
7. Lighting Impulse Residual voltage (KVP)
i) 5 KA 320
ii) 10 KA 340
iii) 20 KA 380
8. Maximumsteep front current Impulse residual voltage (KVP) (10 KA for 10 ms) 400
9. Switching Impulse Residual voltage ( 45x90) (KAP) at 1000 Amps 280
10. Temp. power frequency voltage withstand capability 100
i) 0.1 Sec. 323
ii) 1 Sec. 310
iii) 10 Sec. 297
iv) 100 Sec. 277
11. Insulation with stand voltage KV (rms)
I. - Dry 280
II. - Wet 230
12. Pressure Relief class As per IEC:TC-37 WG 4 document

132 KV LOW LEVEL ISOLATOR
1. No. of poles : Three
2. Type : Outdoor, structure mounted, center post rotating, double
break with pressure relieving type contacts.
3. Standard : IS 18181961 with amendment no. 1 to 6 IEC 129
(1961), IEC 129A (1968)
IS 9921 (Part I to V) 1982 to 1985 (with latest
amendments)
4. a) Rated Voltage : 145 KV.
b) Nominal System Voltage : 132 KV

Page 40 of 73
5. Rated continuous current : 1600 A
6. Rated frequency and number of
phases
: 50 Hz +2.5%, Three phase.
7. a) Rated Short time current : 31.5 KA for 3 sec.
b) Rate Peak withstand current : 100 KA
8. No. of Break : Double
9. Class : Outdoor
10. Current density at the minimum
cross section of the switch blade
amp/ sq. mm
: Not more than 2.5 Amps./ Sq. mm
11. Material of moving contact : HDEG copper pipe/ flat
12. Particulars of fixed contact
a) Type : Heavy duty high pressure reverse loop, self cleaning
b) Material : HDEG Copper
c) Whether silver plated : YES
d) No. per phase : 02 (Two)
13. Clearance (Minimum)
a) Between live parts and ground : 1472 mm
b) Between phases : 2200 mm
c) Between fixed contact and
blade in open position
: 950 mm
14. Torque required to operate the
switch
: Not more than 30 Kg-m.
15. 1 minute dry power frequency
with stand voltage

a) Across the isolating distance : 315 kV RMS
b) To earth and between poles : 275 kV RMS
16. Type of break : Horizontal.
17. Type of mounting : Horizontal upright.
18. Basic Insulation level
i) To earth and between poles
ii) Across the isolating distance
:
650 KVP
750 KVP

19. Maximum temperature rise of current carrying parts when carrying :
i) Rated continuous current : 40
0
C over a ambient of 50
0
C
ii) Rated short time withstand
current and rated peak withstand
current.
: As per Cl No. 4 & 5 of IS-9921
Part II 1982

20. Operation :
i) For 145 KV & 33 kV : Totally enclosed Kiosk for manual operation (Gang
type)
21. Interlock : Electrical
22. The Isolators under scope of supply shall be complete with all necessary fittings and accessories
as applicable.
The Isolators complete with Insulators and Terminal Connectors should confirm to the detail
design requirement of this specification.
23. Tests : All the tests as stipulated in IS 9921 Part I to Part V
1982 to 1985, for Isolators; and IS-2544 1973 53540 &
IEC 6018, 60273 or latest edition for Insulators. IS-2147

Page 41 of 73
or latest edition for operation of Kiosk and IS-5561 or
latest edition for Terminal Connectors shall be
conducted. All the tests as indicated below under Tests
are to be conducted at no extra cost to J.S.E.B.
24. Guaranteed technical : The Tenderer must carefully fill all the schedules
indicated in the GTP.
(Writing as per IS or as per drawing/ catalogue will not
be accepted)

PVC Insulation cables (Conforming to IS 694 : 1990)
Hardware fittings PVC insulator cables (conforming to IS 10162 : 1982)
Nuts bolts and fasteners (Conforming to IS 204 : 1992 or equivalent)
Control & Relay (Conforming to IS applicable) for 1 A CT and 220 V DC supply): For
132 kV SF6 Circuit breaker.

Insulators (Conforming to IS as applicable).
Note: The above mentioned all materials subject to satisfaction of J SEB.

Page 42 of 73
GUARANTEED TECHNICAL PARTICULARS
132 kV Circuit Breaker (Conforming to IEC 62271 100)
145/132 kV

i) Type of Circuit Breaker
ii) No. of Poles

iii) Rated voltage in KV

iv) Max. operating Voltage in KV.

v) Rated normal current in Amps.

vi) Frequency (cycles/sec)

viii) Symmetrical Breaking current
at rated voltage (KA)

x) Short time current (3 sec)
xi) Operating duty

xiii) Latching requirement

xiv) Interrupting time (cycles)

xv) Ambient Temperature

xviii) Basic Insulation level (KV)

xix) Insulation level :

a) Dry withstand (1 min) (KV)
b) Wet withstand (1 min) (KV)
c) Impulse withstand (KV)
( 1.2/50 micro-sec.)
xx) Operating Mechanism

132 kV Current Transformer (Conforming to IEC 62271 100)
C.T. Ratio 600 300 150/ 1-1-1-1-1A


1. Type
2. Nominal rated voltage
3. Highest system voltage in KV

Page 43 of 73
4. System Frequency & Earthling
5. Basic Insulation Level (KVP)
6. One minute P.F. Withstand voltage in KV rms
7. Rated continuous thermal
8. Short time current rating for One Sec. (Type
test to be submitted)

9. Primary current
10. Rated secondary current in Amp.
11. No. of cores in the Secondary
12. Ratio
13. Accuracy Class
1. Core I
2. Core II
3. Core III
4. Core IV
5. Core V
14. Accuracy limit factor
1. Core I
2. Core II
3. Core III
4. Core IV
4. Core V
15. Purpose of Core I
2. Core II
3. Core III
4. Core IV
5. Core V
16. Rated burden at minimum temp in VA
Core I
Core II
Core III
Core IV

Page 44 of 73
Core V
17. Minimum knee point voltage in volts (VK)
Core I
Core II
Core III
Core IV
Core V

18. Secondary winding resistance at 75
0
C
19. Exciting current in milli amp
20. Turn ratio error for the cores of PS classes.
21. Limit of composite error at primary saturations
current (for protection core)

22. Creepage distance in mm
a) Total
23. Rated dynamic current
24. Magnetization current
25. Mounting details structure
26. Current density for normal current
27. Insulation Class
28. Standard

132 kV LA (Conforming to IEC 62271 100)
132 kV
1. Normal systemvoltage
2. Rating KV (RMS)
3. Max. continuous operating voltage KV RMS
4. Nominal discharge current (KA) peak
5. Line discharge class.
6. Energy discharge capability (KJ /KV) of rated voltage not less than
7. Lighting Impulse Residual voltage (KVP)
i) 5 KA
ii) 10 KA
iii) 20 KA
8. Maximumsteep front current Impulse residual voltage (KVP) (10 KA for 10 ms)
9. Switching Impulse Residual voltage ( 45x90) (KAP) at 1000 Amps
10. Temp. power frequency voltage withstand capability
i) 0.1 Sec.

Page 45 of 73
ii) 1 Sec.
iii) 10 Sec.
iv) 100 Sec.
11. Insulation with stand voltage KV (rms)
I. - Dry
II. - Wet
12. Pressure Relief class As per IEC:TC-37 WG 4 document

132 KV LOW LEVEL ISOLATOR
1. No. of poles :
2. Type :
3. Standard :
4. a) Rated Voltage :
b) Nominal System Voltage :
5. Rated continuous current :
6. Rated frequency and number of
phases
:
7. a) Rated Short time current :
b) Rate Peak withstand current :
8. No. of Break :
9. Class :
10. Current density at the minimum
cross section of the switch blade
amp/ sq. mm
:
11. Material of moving contact :
12. Particulars of fixed contact
a) Type :
b) Material :
c) Whether silver plated :
d) No. per phase :
13. Clearance (Minimum)
a) Between live parts and ground :
b) Between phases :
c) Between fixed contact and
blade in open position
:
14. Torque required to operate the
switch
:
15. 1 minute dry power frequency
with stand voltage

a) Across the isolating distance :
b) To earth and between poles :
16. Type of break :
17. Type of mounting :
18. Basic Insulation level
i) To earth and between poles
ii) Across the isolating distance
:
19.

Page 46 of 73
i) Rated continuous current :
ii) Rated short time withstand
current and rated peak withstand
current.
:
20. Operation :
i) For 145 KV & 33 kV :
21. Interlock :
2.3 RELAYS

The type of relays to be used in the Control & Relay Panels shall be strictly as per the
description given below, otherwise tender will not be considered:

All relays shall be back connected draw-out type or plug in type in modular flush mounting
dust tight cases and in dull black enamel finish. Front of the relays shall be covered with
transparent cover.

Test blocks for secondary injection test shall be incorporated in the relay. Flag type operating
indicators reset devices suitable for operation from the front of the relay case without opening
the cover, shall be provided. There should be an interlock so that no modules can be removed
without isolating supplies, inhibiting all output contacts, and short circuiting current
transformer connections.

The relays shall comply in all respect the requirements; of IS - 3213 - 1965 or equivalent
standards and shall be suitable for operation under the climatic condition specified. The
current coils shall be rated for a continuous current of 1A/5A depending on relevant CT
Secondary current and the voltage coil for 110/63.5V normal. The contacts of the relays shall
be silvered and precaution shall be taken to prevent or minimize damage due to arcs which
have to be successfully broken against 250 Volts D.C. When open, the contacts shall withstand
voltage of 115% of the normal circuit voltage.

The auxiliary relays shall be designed for continuous operation at 250 V.D.C. and shall
withstand 110% rated voltage continuously. This shall also be suitable for satisfactory
operation at 80% rated Voltage.

The relays must be suitable for protective scheme described below. The tenderers shall submit
along-with the tender detailed operational sequence, relay characteristics, circuit diagrams and
descriptive literatures.

They shall invariably be free from the influence of any electrical interference signal from
either related AC or DC source.

(a) Numerical Relays
The numerical relays to be used should mandatory have the following features otherwise
relays will not be acceptable.
The offered relays shall be completely numerical with Protection elements realized using
software algorithm. Hardware based measurement shall not be acceptable.

Page 47 of 73
The relay should have high immunity to electrical and electromagnetic interference.
The same relay shall be provided with both 1A and 5A CT inputs and shall be selectable at
site.

It shall be possible to energize the relay from either AC or DC auxiliary supply.

The offered relay shall have a comprehensive local MMI for interface. It shall have the
following minimum elements so that the features of the relay can be accessed and setting
changes can be done locally.

At least 32 character alphanumeric backlit LCD display unit
At least 4 fixed LEDs (for trip, Alarm, Relay available & Relay out of service) & 8
programmable LEDs which can be assigned to any protection function for local
annunciation.
Tactile keypad for browsing and setting the relay menu

The relays should have two communication ports viz. Front RS232 port for local
communication for relay settings, modifications, extraction and analysis of
fault/event/disturbance records from a laptop and a Rear RS485 for remote communication
to SCADA system.

The relays shall have the following tools for fault diagnostics

Fault record The relay shall have the facility to store atleast 5 last fault records with
information on cause of trip, date, time, trip values of electrical parameters.
Event record The relay shall have the facility to store at least 250 event records with 1ms
resolution.
Disturbance records The distance protection relay shall have capacity to store at least 10
records each with 10 secs. duration.

It shall be possible to store these information in the event of an auxiliary supply failure
with the help of a battery backup.

The relay settings shall be provided with two levels of password protection.

It shall be possible to change the relay setting from the front panel using the key pads.

The relay shall have comprehensive self-diagnostic feature. This feature shall continuously
monitor the healthiness of all the hardware and software elements of the relay. Any failure
detected shall be annunciated through a output watchdog contact. The fault diagnosis
information shall be displayed on the LCD and also through the communication port.

The Numerical Relays shall be provided with 1 Set of common support software
compatible with both Windows 98 and NT 4.0 which will allow easy settings of relays in
addition to uploading of event, fault, disturbance records, measurements. The relay settings
shall also be changed from local or remote using the same software.


Page 48 of 73
All protective relays, auxiliary relays and timers except the lock out relays and interlocking
relays specified shall be provided with self-reset type contacts. All protective relays and
timers shall be provided with externally hand reset positive action operation indicators with
inscription subject to Purchaser's approval. All protective relays which do not have built-
in hand-reset operation indicators shall have additional auxiliary relays with operating
indicators (Flag relays) for this purpose. Similar separate operating indicator (auxiliary
relays) shall also be provided in the trip circuits of protections located outside the board
such as bucholtz relays, oil and winding temperature protection, sudden pressure devices,
fire protection etc.

Additional timers with sufficient Nos. of contacts shall be provided in the main protective
numerical relays for purchasers use.

No control relay, which shall trip the power circuit breaker when the relay is de-energized,
shall be employed in the circuits.

Provision shall be made for easy isolation of trip circuits of each relay for the purpose of
testing and maintenance.

Auxiliary seal-in-units provided on the protective relays shall preferably be of shunt
reinforcement type.

The Numerical relays in general shall conform to the following specifications of IEC towards
atmospheric environment

Temparature : IEC60255-6:1988 , IEC60068-2-1:1990/A2:1994, IEC60068-2-2:1974/A2:1994

Humi di t y : I EC 60068- 2- 3 : 1969

(b) AUXILIARY RELAYS :

Self reset auxiliary voltage relays rated for specified D.C voltage shall be provided for use in
the interlocking schemes for multiplication of contacts suiting contact duties of protective
relays and for monitoring of control supplies and circuits. Monitoring relays for lockout relay
circuits shall be connected in series with lockout relays coils. The tenderer shall be responsible
to ensure that the monitoring relay ratings are such that they shall positively pick-up through
the breaker coils / lockout relays coils monitored, but the breakers / lockout relays shall not
operate with such a connection.
The supply and circuit monitoring relay shall be connected to initiate an alarm upto failure of
respective supply / circuit. They shall preferable have reverse flags. Which drop when relay is
deenergised. Otherwise, an indicating lamp shall be provided with each monitoring relay for
indication of its operation.
Close positions relays of main supply circuit beakers initiating automatic closure of stand by
supply breakers shall have adequate time delay on drop out so that complete closure of stand
by supply breaker is ensured. This feature will be used for obtaining limitation of duration of
impulse for automatic closure of stand by supply breakers. In case the close position relays
with such time delay are not available , additional slugged D.C auxiliary with adequate time

Page 49 of 73
delay on drop out be supplied for automatic reverse closure . The exact arrangement will
depend on the actual control schemes and shall be subject to the approval of purchaser.

The lockout trip relays shall be multi contact, hand reset type. The latching mechanism shall
be positive and insensitive to vibration and shock. The reset devices on the front of the relay
panel shall not permit manual tripping. Each lock-out relay shall be furnished with a panel
mounted isolating arrangement to permit opening of trip circuits for testing.

(c) TRIP CIRCUIT SUPERVISION RELAYS:
If required by the purchaser the trip circuits shall be supervised by means of relays. The
scheme shall continuously monitor the trip circuit before closing and after closing of the
breaker. The scheme shall detect (i) failure of trip supply (ii) open circuit of trip coil or trip
circuit wiring and (iii) failure of mechanism to complete the tripping operation. The relays
shall have necessary contacts to be connected to the annuciator available in the annunciation
panel for visual and audible indication of the failure of tip circuit.
2.4 ELECTRICAL EQUIPMENT AND WIRING
Electrical equipment furnished by the contractor shall be designed for use under the climatic
conditions prevailing at site .Metal parts shall be protected against corrosion by plating and / or
painting. All wiring, both bower and control, shall have insulation of non-hygroscopic type
unless specifically stated otherwise.

The use of materials of hygroscopic nature (leather, paper, fibre, cotton and like) shall be
avoided as far as possible in no case these materials shall be employed where an electrical
insulating functions is involved. All welding, casing twine, felt ,etc. shall be treated with
fungicides and insecticides no fabric treated with linseed oil or linseed oil varnish shall be used
.

All instruments and devices on and in the panels whether furnished by the tenderer or others
shall be mounted and completely wired to terminal blocks ready for external connections.

The small wiring carried out shall be of an adequate cross section and not less that 2.5mm
2

copper wire for C.T circuit and 1.5 mm
2
copper wire for the P.T and other circuits, each wire
shall be continuous from and to end shall not have any joint within itself.

All wires shall have PVC insulation grade 650 volts super flexible multistrand and shall be
suitable for switchboard wiring and comply with the requirements of relevant standards. Each
wire shall bear an identifying ferule or tag at each end or connecting point.

2.5 TERMINAL BLOCKS:
All outgoing control wiring shall terminate on terminal blocks, preferably vertically mounted
on the side of each panel. All wire terminations shall be carried out with compression type
connections. Suitable supports shall be provided for the incoming cables. The terminal block
shall be arranged to provide maximum accessibility to all conductors terminations and
arrangement preventing ready access to other terminal screws will bolt be accepted . At least
ten percent spare terminals shall be provided over above the number required and shall be
suitably distributed on each terminal block.

Page 50 of 73
The terminal block be fully enchased with easily removable covers and made of molded , not
inflammable plastic material with bases and barriers molded integrally , such blocks shall have
washer head binding screws for external circuit wire connections and white making strip for
circuit identification. All control cables shall preferably terminate in Ross Courtney terminals
and washers or crimp age. All terminals shall be clearly marked with identification numbers or
letters to facilitate connection to the external wiring. Terminal blocks shall include separate
terminal for testing the relays and instruments and short circuiting of the C.T,S is these
facilities are not provide elsewhere in the manufactures equipment no more than two wires
shall be connected to any terminal .

Purchasers control cables shall be 2.5, 4.8, 6.0 or 10 mm
2
size copper or equivalent aluminum
and shall enter from below. Terminals shall be suitable for connection of copper as well as
aluminum conductors.
The control schemes shall incorporate necessary isolating devices for easy testing and isolation
of faults in control and signaling circuits.
Panel manufacturer shall furnish and amount all required material. Such as terminal blocks
steel enclosures. Troughs conduits and necessary fittings. In addition, the manufacturer shall
furnish:-

One set of fuses for each fuser circuit with individual branch circuits, if any not separately
fused. Fuses and terminals shall be provided for tapping of control supply for equipment
located elsewhere.

Necessary arrangement must be made for receiving/ distributing /isolating and fusing of DC
control and signaling supply , details for which shall be furnished to the successful tenderer .

A copper bar ground bus extending the entire length of panels shall be provided. Suitable
arrangement shall be for connecting both ends of each bus to the station ground. All ground
connection of devices and circuits shall be connected to the panel ground bus.

2.6 SPACE HEATERS:
Tubular space heaters suitable for connection to single phase 240 volts so HZ. Supply shall be
provided at the bottom of the cubicles to prevent condensation of moisture. The watt loss shall
be low enough to keep the surface temperature well below visible limits.

2.7 TEST BLOCKS:
Switch board type , back connected , semi flush mounting type test block with contacts
suitably rated shall be provided with links or there devices to enable insertion of a series
devices into the circuit without causing open circuit in the devices into the circuit without
causing open circuit in the C.T secondary or to enable short circuiting of the C.T secondary .
Test block covers shall be provided with suitable sealing arrangement to prevent unauthorized
access to the test stubs. If any test plugs are to be used with the test blocks, 6 Nos. of each type
of such block & plugs shall be supplied free with main equipment.


2.8 SAFETY EARTHING:

Page 51 of 73
Earthing of current free metallic parts or metallic bodies of the equipment fitted on the panel
shall be done with soft draw single conductor bare copper. A copper ground bus extending
along the entire length of the panels shall be provided. Suitable clamp type terminals shall be
furnished for connecting both ends, of the bus to the station earth system the neutral point of
the star connected L,V windings of instrument transformers, whenever necessary shall be
connected with the main earth wire of the panel earthing system , multiple earthing of any
instrument transformer circuit shall be avoided .


1.02.00 TRANSFORMER PROTECTION

The Power transformers are equipped with on load tap changing gear for plus 5% and minus
15% percent voltage variation from nominal ratio.

1.02.01 Circuit shall be wired for Buchholz alarm and trip (both for Main Tank &
Diverter tank), PRV alarm and trip, high winding Temperature alarm & trip, oil temperature
alarm and trip, low oil level alarm and annunciation devices.

1.02.02 Differential Protection

The transformers shall be protected by Numerical type differential relays. The differential
relays shall have such 'percent slope' characteristics that no change in setting will be needed
when the transformer taps are changed. There shall be no mal-operation at maximum through
fault current and the relays shall be suitable for through fault current upto 15 times full load
current.

The relays shall have means to restrain operation on transient inrush of magnetizing current
during switching either from HV or LV side. The relay shall also be stable in the event of
sudden loss of complete load. To maintain differential protection stability under over
excitation conditions, relay should also be incorporated with 5
th
harmonic current based
blocking., The characteristics shall take care of the unbalance between the current of CTs on
HV and LV side and shall be adjustable.

The current transformer's magnetization and ratio error curves shall be taken into consideration
to co-ordinate the characteristics of CTs and relays. Suitable interposing CTs are to be
included in the offer.

1.02.03 Restricted Earth fault protection

Instantaneous high stability circulating current type restricted earth fault protection relay shall
be provided in the HV side. It shall be electromechanical type tuned to system frequency. The
relay shall also have suitable non-linear resistor to limit the peak voltage to 1000 volts.

1.03.00 TRIPPING RELAY

High Speed Tripping Relay shall be instantaneous (operating time not to exceed 10 milli-
seconds and shall reset within 20 milli-seconds). It shall be D.C. operated and have adequate
contacts to meet the requirement of scheme and other function like auto-reclose relay, LBB

Page 52 of 73
relay as well as cater to associated equipment like event logger, Disturbance recorder, fault
Locator etc. It shall be provided with operation indicators for each element/coil.

1.04.00 TRIP CIRCUIT SUPERVISION RELAY

The relay shall be capable of monitoring the healthiness of each 'phase' trip-coil (s) and
associated circuit of circuit breaker during 'ON' and 'OFF' conditions. The relay shall have
adequate contacts for providing connection to alarm and event logger. The relay shall have
time delay on drop-off not less than 200 milliseconds and be provided with operation
indications for each phase.

1.05.00 D.C. SUPPLY SUPERVISION RELAY

The relay shall be capable of monitoring the failure of D.C. supply to which, it is connected. It
shall have adequate potential free contacts to meet the scheme requirement. The relay shall
have a 'time delay on drop-off' of not less than 100 milli-seconds and be provided with
operation indicator/flag.

1.06.00 SAFETY EARTHING
1.07.01 Current free metallic parts or metallic bodies of equipment shall be earthed with
soft drawn single conductor bare copper. Tail connection shall have minimum area of 16 sp.
mm and main connection 60 sq. mm. These wires shall be connected by Ross-Courtney
terminals and clamp junctions. Soldered connections shall not be employed.

1.07.02 The neutral point of star connected LV winding of instrument transformers and
one corner of the delta/open delta connected LV side of instrument transformers shall be
similarly earthed by tail connected with the main earth wire of the switchboard earthing
system. Multiple earthing of any instrument transformer circuit shall be avoided.

1.07.03 The main earth connection for each panel shall be brought out to terminals for
connection to the station earthing system.

1.08.00 DRAWING & LITERATURE

1.08.01 Triplicate copies of the following drawing and literature shall be submitted
along with the tender.

a) Dimensioned details of each unit cubicle complete assembly of switchboard.

b) Dimensioned front and rear view of the switch boards with instrument and
device position marked.
c) List of all equipment and devices.

d) Pictorial views of control switches, indicating instruments, test blocks, Terminal blocks
and exploded views of draw out type instruments and fuse blocks.


Page 53 of 73
e) Schematic wiring diagram of protection scheme, synchronizing circuit, annunciator
circuit, Disturbance Recorder, fault locator etc.

f) Illustrative and descriptive literature, general technical data and specifications of
each and every type of relays, meters, instruments and other devices offered.

1.09.00 Contract drawings & literature
In the event of an order, the contractor shall submit three prints of each drawing for the
approval of the purchaser. After the drawings are approved, six copies of each drawing printed
on 90 GSM paper shall be supplied for immediate use.

One set of velographs for all drawings (as erected) and ten sets of print of such drawings
printed on 90 GSM paper and mounted on cloth shall be supplied as contract drawings.

a) Dimensioned detail drawings of the panels showing front view, rear view and side
view.

b) Template for foundation and details of the cable trench and cable holes in the
foundation platform.

c) Elementary diagrams of all control, metering, protection, annunciation and other
circuits. All devices shall be numbered according to ASA or International usage,
which shall be separately coded.

d) Cabling and wiring diagram of the front and rear cubicles and inter-connections
between them. Ferrule number, device numbers grouping for cable take off etc. shall
be distinctly shown.

e) Inter-connection diagram between switchboard and switch gear equipment, power
transformers, instrument transformers etc. showing clearly the connection
between the terminal blocks of the switchgear and control panel.

f) Dimensional outline, drilling diagram and special mounting arrangement, if any of
each type of various devices on the switchboard.

g) Internal wiring diagram of all devices and elementary wiring of relay where internal
wiring is intricate.

h) Construction details of control switches, terminal block, test blocks etc.

1.10.00 In the event of a contract being awarded ten copies of each set of the following
literatures shall be supplied :

a) Literature describing construction, operation, adjustment and rating specifications of all
the protective and auxiliary relays recording instruments, metering instrument, control
switches etc.


Page 54 of 73
b) List of spare parts, identification number of renewable parts of relays, instruments and
switches to enable the Purchaser to procure spare parts correctly at a later date.
BILL OF MATERIALS FOR DUPLEX TYPE CONTROL PANEL FOR 220/132 KV
POWER TRANSFORMER (MINIMUM REQUIREMENT)

1) Moving coil type Ammeter to operate from 220KV CT - 1 No.

2) Ammeter selector switch for HV side - 1 No.

3) Moving coil type Ammeter to operate from 33KV CT - 1 No.

4) Ammeter selector switch for LV side - 1 No.

5) Two element MW meter suitable for 3 phase 3 wire load - 1 No.
to operate from 220KV CT & PT

6) 3 position 12 way (min) spring return to neutral - 2 Nos.
control switch with lost motion and sequential
device for 220KV & 33KV Breaker control.

7) 3 position 24 way (min.) protection transfer switch (lockable)- 1 No.

8) Indicating lamps complete with resistor and lens - 12Nos.
for 220 KV side.

9) Indicating lamps complete with resistor and lens - 7Nos.
for 33 KV side.
10) Synchronizing socket - 1 set

11) Solid state annunciator with Facia for HV side - 1Set
(with at least 25% spare but not less than 12 ways)

12)Solid state annunciator with Facia for LV side - 1 Set
(with at least 25% spare but not less than 12 ways)

13) Push button for alarm accept/reset/test - 3 Nos
(common for HV & LV )

14) Push button for T.C. healthy - 4 Nos

15) Push button for DC supply Fail Test/Accept function - 2Nos.

16) Saturated core ICTs to be mounted inside panel as - 6 Nos.
required in metering circuit.

17) Any other item required for implementation of the respective scheme.

Page 55 of 73

DUPLEX TYPE RELAY PANEL FOR 220/132 KV POWER TRANSFORMER
(MINIMUM REQUIREMENT)

1) Trip circuit supervision relay for HV side - 2 Nos.

2) Trip circuit supervision relay for LV side - 2 Nos.

3) Auxiliary relay for breaker closing - 1 No.

4) Auxiliary tripping relay for trip transfer scheme - 1 set

5) Set of triple pole numerical transformer - 1 No.
differential relay suitable for 3 winding transformer
with suitable technique to ensure stability during inrush
currents and transient overfluxing conditions complete
with external ICTs for ratio matching & Vector correction
facility as required for HV and LV side CTs.

6) Triple pole electromechanical non-directional IDMT -1 No.
over current relay with high set instantaneous unit for
backup protection for HV side.

7) Single pole electromechanical non-directional IDMT - 2 Nos.
over current relay with high set instantaneous unit for
backup protection for LV side.

8) Electromechanical Restricted earth fault relay for HV side. 1 No.

9) Single pole electromechanical non-directional IDMT - 1 No.
earth fault relay for HV side.

10) Single pole non-directional instantaneous earth fault 1 No.
relay with Timer (0.1sec 9.9 sec) for 33KV
common Earth Fault protection with at least 4(four)
Pairs NO contacts.

11) 3(Three) element auxiliary relay with hand reset contact for - 2 Nos.
Main tank/OLTC Buchholz, OTI, WTI, PRV ,OIL LEVEL
LOW etc. for trip & Annunciation.(Each element shall have
3 pairs NO & 1 pair NC contacts).

12) Local breaker failure back-up protection relay with - 1 No.
timer and associated tripping relay for HV side if not
built-in in the main relay.

13) High speed hand reset type trip relay - 1 No.
for Tripping & Annunciation of HV Breakers

Page 56 of 73
with sufficient Nos. of spare contacts(25%).

14) High speed hand reset type trip relay - 1 No.
for Tripping & Annunciation of LV Breakers
with sufficient Nos. of spare contacts(25%).

15) One set of following is to be supplied along with complete Package:
a) Communication software for the relay
b) Communication cable

16) Any other item required for implementation of the scheme.

SPECIFIC TECHNICAL PARTICULARS OF ACSR ZEBRA CONDUCTOR.
CONDUCTOR DATA

(a) Complete Conductor.
(i) Code Name : "Zebra"
(ii) Size/Stranding : 54/3.18 mm +7/3.18
mm steel.
(iii) ISS to which conductor shall conform to : IS : 398-Part-II
(as amended upto date)
(iv) Nominal copper area. : 260 Sq. mm
(v) Diameter of complete conductor. : 28.62 mm
(vi) Nominal Aluminium area : 420.0 Sq. mm
(vii) Sectional area of Aluminium : 428.9 Sq. mm.
(viii) Total sectional area : 484.5 Sq. mm
(ix) Approximate total weight : 1621.00 Kg/KM
(x) Ultimate tensile strength of conductor. : 13,316 Kg
(xi) Minium average ultimate tensile stress. : 17.51 Kg/mm
2

(xii) Calculated resistance at 20degree (maxm.) : 0.069150 hm/Km
(xiii) Final modulus of Elasticity. : 69 GN/m 2
(xvi) Co-efficient of linear expansion :
19.30x10-6 per
o
C
(xv) Standard length in which conductor will be
supplied
: 1.2 Kms +5%/ or as
Per site requirement
(xvi) Lay Ratio :

Page 57 of 73
(a) Steel Core Max-28
(b) Aluminium 12 wires Max-17
Minim-13
Minim-10
18 Wires Maxm-16 Minim-10
24 Wires Maxm-14 Minim-10
(B) Strands Aluminum
WIRES
Steel
WIRES
(i) No. of strand 54 7
(ii) Diameter (mm)
(a) Standard 3.18 3.18
(b) Maximum 3.21 3.24
(c) Minimum 3.15 3.15
(iii) Sectional area (mm2) 7.942 7.942
(iv) Weight (Kg/Km) 21.47 62.00/61.95
(v) Resistance at 20
0
C when corrected to standard wt.
(a) Standard (ohm/Km) 3.582
(b) Maximum (ohm/Km) 3.618/3.651
(vi)Mininium ultimate tensile
stress (Kg/mm
2
) 16.59

134.00
(vii) Minimum breaking load. 1.20 134.00
(a) Before stranding (KN) 1.29 10.43
(viii) After stranding (KN)/
Zinc Coating. 1.23
9.91
(a) No. of one minute dip 3
(b) Minimum weight of zinc 260 gm/m
2

(c) Process of galvanizing
3.16.2. REEL OR DRUM
Hot dip

(a) No. of standard length One
(b) Dimension of reel or drum As per requirement
(c) Specification for drum IS: 1778


Page 58 of 73
PART-A CHAPTER-V
FORM OF TENDER
FORMAT

FORM - A
Format for undertaking

To
The Chief Engineer (Trans.)
J SEB, Ranchi

Sub: The details as per terms of the tender for Design, Engineering, Supply of materials/
equipments (excluding auto transformer), Erection, Testing and Commissioning of
1x132 kV Transformer Bay with Extension of 132 kV Main & Transfer Bus including
Erection of accessories and commissioning of 150 MVA, 220/132/33 kV Auto
Transformer at Hatia-II on turnkey basis.

Ref: NIT No 922/PR/J SEB/12-13.

Sir,
With reference to the above NIT we undertake that the following documents submitted
as per terms of the tender is true in all respect and if any statement found false Board may
recover the due amount as per terms of the Order/NIT/ Terminate the contract any time.
1.
2.
3.
4.
5.
.



Signature of the bidder









Page 59 of 73


FORM - B


OFFER LETTER


From:
________________________
________________________

To,
Chief Engineer (Transmission),
J harkhand State Electricity Board,
Engg. Building, HEC, Dhurwa, Ranchi 834 004
Telephone 0651-2400 008 (O)

Subject: Design, Engineering, Supply of materials/ equipments (excluding auto
transformer), Erection, Testing and Commissioning of 1x132 kV Transformer Bay
with Extension of 132 kV Main & Transfer Bus including Erection of accessories
and commissioning of 150 MVA, 220/132/33 kV Auto Transformer at Hatia-II on
turnkey basis.

Ref. : NIT No 922/PR/J SEB/12-13

Dear Sir,

I/ we the undersigned hereby offer to execute the works relating to the subject work
mentioned in the Tender paper. Completion within a period of 03 months from the date
of issue of letter of intent / letter of Acceptance of Tender and in strict compliance with
the provisions detailed in the Tender papers, appended here to including Instructions to
Tenderers and conditions of Tendering. Conditions of contract and specifications as
included therein and as modified by this Tender at such rates as are specified in
schedules appended here to. The summary of prices is attached in Packet B(Price
Part).

1. I/We agree that this Tender shall not be restricted or withdrawn and shall
remain open for acceptance for and during the period of 180 days from
the date fixed for opening the same.

2. I/We have read each and every page of the Tender paper and I/We fully
understand the Terms, Conditions and other provisions as contained in the
Tender papers and I/We agree that the same shall apply to my/our
Tender as modified by my our offer and I/we shall be bound by it.


Page 60 of 73
3. I/We have signed with seal of all pages of tender paper as a token acceptance.

4. I/ We have deposited earnest money of Rs. 2.75 lacs by Bank Guarantee/ DD in
favour of DDA (Sectt.), J harkhand State Electricity Board.

The full value of Earnest Money shall stand forfeited without prejudice to other
rights and remedies, if.

a) I/We do not execute the Contract documents within 7 days of receipt of notice
by the J SEB that such documents are ready or

b) I/We do not commence work within 03 days of receipt of the instruction to that
effect.

Seal of the Tenderer
Yours faithfully,



Signature of the Tenderers


Place _______________
Dated, the

Witnessed by :-

1. Signature
Name in Block Capital
Address

2. Signature
Name in Block Capital
Address

Tenderers full name and
address.

Page 61 of 73
FORMAT EMD
FORM FOR EARNEST MONEY DEPOSIT


(To be issued by Nationalized Banks)

To,
DDA (Sectt.), J SEB
Engineering Building,
HEC, Dhurwa, Ranchi

Whereas .(Name of Bidder) (hereinafter called the
Bidder) has submitted his bid dated.(date) for the construction /
supply
of(name
of contract) (hereinafter called the Bid) against NIT No /PR/J SEB/.
Know all People by these presents that We(name of the
Bank) of ..(name of country) having our registered office at
(hereinafter called the Bank) are bound unto..DDA (Sectt.),
J SEB, Ranchi (hereinafter called the purchaser) the sum of
Rs* for which well and truly to be made to the said
Purchaser the Bank binds itself, his successors and assigns by these presents.
Sealed with the Common Seal of the said Bank this day of .20
The Conditions of this obligation are :
a. If after Bid opening the Bidder withdraws his Bid during the period of
bid validity specified in the Bid,
Or
b. If the Bidder having been notified of the acceptance of his Bid by the
Purchaser the period of Bid validity,
i. fails or refuses to execute the Form of Agreement in accordance
with the Instructions to Bidders, if required,
or

Page 62 of 73
ii. fails or refuses to furnish the Performance Security, in
accordance with the instructions to Bidders,
or
iii. does not accept the correction of the Bid Price pursuant to
relevant clause of the bid.
We undertake to pay the Purchaser up to the above amount upon receipt
of his first written demand, without the Purchaser having to substantiate his demand,
provided that in his demand the Purchaser will note the amount claimed by him is due t
him owing to the occurrence of one or any of the three conditions, specifying the
occurred condition or conditions.
This guarantee will remain in force up to and including the date
** months after the deadline for submission of Bids as such deadline is
stated in the instruction to Bidders or as it may be executed by the Purchaser, notice of
which extension(s) to the Bank not later than the above date.

We, .bank lastly undertake not to revoke this guarantee
during its currency except with the previous consent of the board in writing.

Date the day of .20

For ..Bank

Signature of the Bank.

Witness..Seal..

(Signature, name and address).

.
* The Bidder should insert the amount of the guarantee in words and figures
denominated in Indian Rupees. This figure should be the same as shown in
relevant clause of the Bidding Document.
** Months after the end of the validity period of the Bid. Date should
mentioned by the Purchaser in relevant clauses of the Bidding Document.

Page 63 of 73
FOR SECURITY DEPOSIT / PERFORMANCE GUARNATEE/ CONTRACT
GUARANTEE.
FROM OF GUARANTEE BOND
(To be issued by approved nationalized Banks)
This deed of Guarantee is made this .
days of .between ..
(Name of the bank and its.


Constitution with detailed address including its head office) (hereinafter called the Bank
which expression shall, where the context so admits include its successor and permitted assign)
of the one part and the J harkhand State Electricity Board being the Board constituted under
Section-5 read with Section 12 of the Electricity (supply) Act., 1948 (Act No. LIV of 1948)
having its head office at Engineering Building , Dhurwa, Ranchi 834 004 (hereinafter called
the Board which expression shall, where the context so admits include its successor and
permitted assign) of the other part.

1. Whereas ..(name of the contractor or supplier if a Co.) being
a company registered under the Indian Companies Act having its registered office at
(name of the contractors) or supplier (s), if a partnership
firm).bearing registration no. .. of the year
with the registrar of firms at and having its registered office at
.(Name of contractor or supplier if individual
..fathers name.and having his principal place of business at
.(hereinafter called The said contractor (s)/the said supplier(s) entered into an
agreement No..dated for the Board (hereinafter called he said
purchase order work order.

2. Whereas, in accordance with clauseof the said agreement/
the said purchase order, the Board has agreed to make a payment to the said contractor(s)/
said supplier (s) of Rs. .being cost of equipment/project to
percent of value of contract under the said agreement/ the said
purchase order on presentation by the said contractors(s)/ the said supplier (s) of the Bank
Guarantee duly approved by the Board for Rs.
(Rs...) only
beingpercent of the value of the contract,

AND WHERE AS , in accordance with clause. Of the
said agreement/ the said purchase order, the Bank has at the request of the said contractor (s) /
the said supplier (s) agreed to give their guarantee and the Board has agreed to accept the said
Bank Guarantee for the aforesaid sum.

NOW THESE PRESENT WITNESETH AS FOLLOWS : In consideration of the Board
having agreed to make a payment to the said contractor(s)/ the said supplier(s) of Rs.
.as per terms and conditions mentioned in the
said agreement/ the tems and conditions mentioned in the said agreement/ the said purchase
order, on presentation of Bank guarantee for Rs. ..(Rupees) only, we

Page 64 of 73
Bank Limited do hereby undertake to pay to he Board an amount not
exceeding s. .against any damage or non-payment or
..suffered or would be caused to be suffered by the
.reason of any breach by the said contractor(s) / supplier(s) of the terms
and conditions contained in the said agreement / the said purchase order.

3. We ..bank do hereby undertake to pay the amount due and payable
under this guarantee without any demur, merely on a demand, from the Board stating that
amount claimed is due to way of loss or damage caused to or would be closed to or suffered
by the Board stating by reason of any breach of the said contractor(s) / the said supplier (s) of
any of the terms and condition contained in the said agreement/ the said purchase order or by
reason of the said contractors (s) the said suppliers failure to perform the said agreement/
the said purchase work order. Any such demand on the bank shall be conclusive as regards
the amount due and payable by the Bank under this guarantee. However our liability under
this guarantee shall be restricted to an amount not exceeding Rs.


4. We, ..Bank further agree that the guarantee herein
contained remain in full force and effect during the period that would be taken for the
performance of the said agreement/ the said purchase order/ work order and that it shall
continue to be enforceable till all the dues of the Board under or by virtue of the said
agreement the said purchase order/ work order has been fully paid and its claims satisfied or
discharged or till the Board certifies that the terms and conditions of the said agreement / the
said purchase order/ work order are fully and properly carried out by the said contractor(s)
the said supplier (s) and accordingly discharges the guarantee. Unless a demand or claim
under this guarantee is made on us in writing on or before
we shall be discharged from all liability under this
guarantee thereafter.
5. We, .Bank further agree with Board that the Board
shall have the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said agreement / the aid
purchase order / work order or to extent time of performance by the said contractor (s) the said
supplier (s) from time to time or to postpone for any time or from time to time, any or the
powers exercisable by the Board against the said contractor (s) the said supplier (s) the said
supplier (s) and to forbear or enforce any of the terms and conditions relating to the said
agreement/ the said purchase order / work order and we shall not be relieved from our
liability by reason of any such variation, or extension being granted to the said contractor (s)
the said supplier (s) or for any forbearance act of commission on the part of the Board or any
indulgence by the Board to the said contractor (s) the said purchase order / work order or by
any such matter or thing whatsoever which under the low relating to sureties would but for
this provision have effect of so relieving us.

6. We, .Bank lastly undertake not to revoke this guarantee
during its currency except with the previous consent of the Board in writing.

Date theday of .20.
For Bank


Page 65 of 73
CONTRACT FORM FOR AGREEMENT

This contract made this .only of of Two Thousand ..
between the J harkhand State Electricity Board, constituted under Section 5
of the Electricity (Supply) Act., 1948 (herein after referred to as The Board) on the one part
and Sri in his own behalf and on behalf of other member of the J oint
family/proprietor of the firm S/O. Sri by
religion.P.OP.S..District.(in the
State of ) P.S..District or
as partnership firm/J oint stock company duly
registered under the Indian partnership Act. 1932/Indian company Act., 1913/1956 bearing
registration No. 19with the Registrar of Firms/Registrar of J oint Stock companies at
..acting through itsnamely
SriS/Opermanent resident of
village/TownP.O.P.S
.District.in the State of
at present residing at
Village/Town.P.O.
..P.SDistrict..
(hereinafter referred to as the contractor/Supplier, which expression, shall unless excluded
by or repugnant to the context, including his heirs, legal representatives, successors,
executors, administrators and permitted assigns on the other part.


Where as the Board agrees to award the complete work of .
Materials and the Supplier / Contractor has agreed to execute the said work in accordance
with J harkhand State Electricity Boards notice inviting Tender No. general
conditions of tenders and the bill of quantity and Contractor/ Supplier proposal No.
..dated and on
the following terms and conditions.


i) The contractor/ supplier agrees to execute the above work and deliver the above said
materials conformity with the provisions of the general conditions of NIT and other

Page 66 of 73
documents referred to above which forms a part of this contract withinmonths
from execution of this contract.

ii) The Board hereby agrees to pay to the Contractor/Supplier on due performance of the
contract, price of Rs. .from the Boards fund in the manner and in accordance with
terms specified in the NIT as also in the P.O./WO No.dated ..to be
issued.

iii) Other conditions, if any, to be mentioned.
In witness whereof the said Parties hereto have hereunto set and subscribed their
respective hand and seal the day and year first above written.


I signed by/ or on behalf of the contractor/supplier ..Authorised by the
Contractor/ supplier under deed of ..dated .(Strike off the works not
needed. Where the signature is made under authorization made by a deed resolution, the
consumer should furnish an attested copy of such deed. Resolution).







Signature on behalf of the Board

Signature of the behalf of the Supplier/ Contractor
Supplier/Contractor
(Seal of the Contractor/ Supplier


1. Witness 1. Witness


2. Witness 2. Witness .


Page 67 of 73

STANDING INDEMNITY BOND FOR PAYMENTS OF MATERIALS
(stamp value of Rs. 100/- only)
We, M/s __________________________________hereby undertake that w held
at our stores depots at ___________________________for and on behalf of the
J harkhand State Electricity Board acting in the premises through the Chief
Engineer (Transmission), J .S.E.B. __________________hereinafter referred to
as the Purchaser) all materials for which Payment of Materials payment
have been made to us against the contract for . on the
J SEB also referred to as vide Letter of Acceptance of Tender No.
_____________ dated ____________________ and materials handed over to us
by the Purchaser for the purpose of execution of the said contract, until such
time the materials are duly erected for otherwise handed over to him.

We shall be entirely responsible for the safe custody and protection of the said
materials against all risk till they are duly delivered as erected equipment to the
purchaser, or as he may direct otherwise and shall indemnify the purchaser
against any loss, damage, or deterioration whatsoever in reset of the said
materials while in our possession and against disposal of surplus materials. The
said materials shall at all times by upon to inspection by any officer authorized
by the Chief Engineer (Transmission), incharge of the Jharkhand State
Electricity Board.

Should any loss, damage or deterioration of materials occur or surplus materials
disposed off and refund becomes due, the purchaser shall be entitled to recover
form us the full cost as per prices included in Schedule rate to the Contract (As
applicable) and in respect of other materials as indicated in loss or damages, if
any, alongwith the amount to be refunded without prejudice to any other
remedies available to him by deduction from any sum due or any sum which at
any time hereafter become due to us under the said or any other Contact.

Dated this ______________________day of __________________201

(for and on behalf of )
M/s ______________________________(Contractor)
Signature of Witness :
Name of witness IN BLOCK LETTER
ADDRESS



Page 68 of 73
APPROVED LIST OF VENDORS FOR EQUIPMENTS AND MATERIALS
1) POWER TRANSFORMER:
i) BHEL ii) TELK iii) CGL iv) AREVA v)
EMCO vi) KANOHAR vii) SIEMENS viii) T & R ix) Vijai
Electricals x) ABB xi) Marsons Ltd.
2) 132 KV BREAKER:
i) BHEL ii) CGL iii) AREVA iv) SIEMENS
v) VIJ AY ELECTRICALS
3) 33 KV BREAKER:
i) AREVA ii) CGL iii) SIEMENS iv) BHEL v) SCT
vi) EASUN REYROLLE vii) VISHAL viii) VICTRANS
4) 132 KV C.T. & CVT:
i) BHEL ii) AREVA iii) VIJ AY ELECTRICALS iv) CGL
v) SCT vi) VISHAL vii) VICTRANS
5) 33 KV C.T. & P.T:
i) SCT ii) VIJ AY ELECTRICALS iii) CGL iv) TARIT
v) AREVA vi) VISHAL vii) VICTRANS viii) EASUN
REYROLLE
6) 132 KV ISOLATOR:
i) OBLUM ii) ALLIANCE iii) PEI iv) TRANS-ELECTRICALS
v) MULLAR & CO. vi) A.K. Engineering
7) 33 KV ISOLATOR:
i) OBLUM ii) ALLIANCE iii) PEI iv) TRANS. ELECTRICALS.


Page 69 of 73
v) Mullar & co.
8) 132 KV/ 33 KV LA:
i) ELPRO ii) AREVA iii) OBLUM iv) CGL
9) CONTROL AND RELAY PANEL:
i) AREVA ii) SIEMENS iii) ABB iv) EASUN REYROLLE
10) INSULATORS:
i) BHEL ii) W.S. INDUSTRIES iii) J AYSHREE
iv) MODERN v) BIRLA NGK vi) INSULATORS &
ELECTRICALS
vii) IAC Electricals
11) CONNECTORS:
i) IAC ELECTRICALS ii) FRA MOURO iii) DESIGNERS AND
ENGINEERS iv) BEST AND CROMPTON v) ELECTROMECH &
TRANSTECH
12) STATION TRANSFORMER:
i) BHARAT BIJ LEE ii) EMCO iii) CGL iv) RTS v) HHE
13) BATTERY:
i) EXIDE ii) AMARA RAJ A iii) HBL NIFE iv) STAR
PLUS
v) WEZEL
14) BATTERY CHARGER:
i) CHHABI ii) CALDYNE iii) AMARA RAJ A
iv) HBL KNIFE v) Signotron (India) Pvt. Ltd., Kolkata
15) LUMINARIES AND LAMPS:

Page 70 of 73
i) PHILIPS ii) CGL iii) BAJ AJ iv) SURYA
v) ANCHOR
16) CABLES:
i) INCAB ii) CCI iii) NICCO iv) FORT GLOSTER
v) RPG CABLES vi) CRYSTAL vii) KEL INDUSTRIES
viii) INSUCON CABLES ix) ASHOKA INDUSTRIES x) CRYSTAL
17) A.C.B./ M.C.C.B.:
i) L&T ii) SIEMENS iii) CGL iv) SCHNIDER v)
AREA
18) RELAYS:
i) AREVA ii) SIEMENS iii) EASUN REYROLLE
19) TERMINAL:
i) ELMEX ii) CONNECTWELL iii) GE iv) ESSEN
20) FUSES AND FUSE BASE:
i) G.E. ii) AREVA iii) HAVELLS iv) ANCHOR
21) STEEL MATERIALS:
i) SAIL ii) TISCO
iii) IISCO iv) RINL
22) BOLTS & NUTS:
i) GKW ii) TATA iii) ASP
iv) BI v) MERCURIUM vi) NEXO-IND
vii) PROSTUMDAS & SONS viii) SUPREME IX) ISWP
23) CEMENT:
i) LAFARGE ii) ACC iii) L & T
iv) RAYMOND v) BALAJ I SUPER CEMENT

Page 71 of 73
24) CONDUITS:
i) DEBASHIS ii) K.K. INDUSTRIES
25) FAN:
i) GEC ii) CROMPTON iii) POLAR
iv) KHAITAN v) USHA vi) KESSAL
26) WIRING MATERIALS:
a) WIRES
i) NICCO ii) KDK iii) CRYSTAL
iv) SUPERCAB v) ELECTROCAB vi) FINOLEX
b) PLUG, SOCKET, SWITCHES
i) REYROLLE ii) ANCHOR iii) BEST & CROMPTON
iv) SCHNIDER v) UNISTAR vi) HAVELLS
27) STRUCTURES

i) M/s SUNSTEEL (P) LTD ii) M/s TRANSRAIL
iii) MATALITE iv) M/s FABRIC ASSOCIATED
PRODUCTS. v) UNISTAR vi) SUPRIME
vii) ASHUTOSH viii) FABCON
ix) M/s SUNRISE STRUCTURES PVT. LTD.,
x) SANGAM STRUCTURES LIMITD
xi) FERRO GALVA I. L. xii) UTKAL STEEL LIMITED
28) JUNCTION BOXES:
i) DESIGNERS & ENGINEERS ii) R.T. ENTERPRISE
iii) AIM ENGG. iv) BOSE CORPORATION
v) ELECTROMECH & TRANSTECH
29) N2 INJECTION FIRE PROTECTION SYSTEM:
i) C.T.R.

Page 72 of 73
30) LTAC PANEL & DCDB:
i) CALDYNE AUTOMATICS, CALCUTTA
ii) EASTERN ELECTRIC CORPORATION, CALCUTTA
iii) TRIO ENGINEERS iv) R.T. ENTERPRISE
v) BOSE CORPORATION vi) AIM ENGG. WORKS.
vii) HAVELLS
31) M.DB/ LIGHTING PANEL/ A.C.D.C. CHANGEOVER BOARD/ SWITCH
BOARD
i) CALDYNE AUTOMATICS, CALCUTTA
ii) EASTERN ELECTRIC CORPORATION, CALCUTTA
iii) TRIO ENGINEERS iv) R.T. ENTERPRISE
v) BOSE CORPORATION vi) AIM ENGG. WORKS.
vii) HAVELLS viii) BCH
32) LIGHTING POLE:
i) J INDAL ii) BANSAL iii) SUPREME iv)
ASHUTOSH
v) UNISTAR
33) AL. PIPE BUS:
i) IAC ii) HINDALCO iii) BALCO
34) CONDUCTOR:
i) EMC ii) HVPL iii) PENNAR AL. CO.
iv) CABCON INDIA PVT. v) SHASHI CABLES
vi) PIONEER METAL LTD. vii) GALADA
viii) BINDAWALA ix) B.S. INDUSTRIES x) HITECH
xi) HIREN xii) PRATEEK WIRE xiii) LUMINO INDUSTRIES
xiv) PALRIWAL INDUSTRIES, RANCHI
35) GROUND WIRE:
i) GENERAL ENGG. WORKS CAL ii) BHILAI WIRE PVT. LTD., BHILAI

Page 73 of 73
iii) BHARAT WIRE ROPE iv) USHA MARTIN
v) MIKI WIRE WORKS vi) NIRMAL WIRE
36) LUGS:
i) DOWELS ii) HAVELLS iii) MDS iv) ANCHOR
37) CABLE GLANDS:
i) SUNIL & CO. ii) PIE iii) ARUP
38) HARDWARE:
i) IAC ELECTRICALS ii) EMC iii) DESIGNERS AND ENGINEERS
iv) STAR IRON WORKS v) ASBESCO INDIA vi) SUPREMES
vii) EMI TRANSMISSION
viii) ALUMINUM ELECTRICALS INDUSTRIES, VARANASI
39) PIPES:
i) TATA ii) J INDAL iii) INDIAL TUBE
40) ANNUNCIATOR:
i) MINILEC ii) J VS iii) BHARNI
41) PLCC EQUIPMENT WITH LINE TRAPS:
i) AREVA ii) BPL
42) WINDOW/ SPLIT TYPE AIR CONDITIONER:
i) BLUE STAR ii) CARRIER iii) VOLTAS
iv) LG v) HITACHI vi) DAIKIN
Note: Any vendor whose performance are not satisfactory and not responsive to our
schedule may be deleted from the list of vendors and suitable new vendor may
be included on the basis of their credentials. Hence purchasing of materials
should be in consultation with Chief Engineer (Transmission).

You might also like