12.07.2015 Views

DELHI TRANSCO LIMITED

DELHI TRANSCO LIMITED

DELHI TRANSCO LIMITED

SHOW MORE
SHOW LESS
  • No tags were found...

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

<strong>DELHI</strong> <strong>TRANSCO</strong> <strong>LIMITED</strong>(A Government of NCT of Delhi Undertaking)Bidding DocumentsforTurnkey Package of 33 KV GIS Substationat GOPALPUR, New Delhi (India)_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 1 of 566


VOLUME – ICONDITIONS OF CONTRACTVolume –IConditions of ContractContentsSection - ISection - IISection -IIISection –IVInvitation for Bid (IFB)Instruction to Bidders (ITB)General Condition of Contract (GCC)Forms and Procedures_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 2 of 566


SECTION – IINVITATION FOR BID (IFB)_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 3 of 566


SECTION-IINVITATION FOR BID (IFB)Bids are invited for Design, Engineering, Manufacture, Transportation to Site,Insurance, Storage, Erection, Testing & Commissioning of 33kV GIS SubstationPackage at GOPALPUR, New Delhi (India) on turnkey basis.Date of issuance of IFB: 24.08.2009(International Competitive Bidding)Specification No: DTL/DGM (T) SSC-I/GPL/09-10/GIS/GT-021.0 Delhi Transco Ltd., invites Two Part Bids from eligible bidders for 33kV GISSubstation Package at GOPALPUR ,New Delhi on turnkey basis.1.1.1 The scope of work covered under this package shall include Complete ProjectManagement, Design, Engineering, Type Testing, Manufacture, Testing,Transportation to Site, Insurance, Storage, Erection, Testing & Commissioningof 33 kV GIS Substation including battery, battery charger and automationsystem at GOPALPUR in New Delhi (India) on Single Source Responsibility.The supply of major equipment includes:i. 33KV SF6 gas insulated Transformer/Line feeder bay modulescomprising of thea. SF6 gas insulated circuit breaker.b. Current Transformerc. Bus-Bar disconnectors with common grounding switch, safetygrounding switches etc.d. Surge Arrestore. Voltage Transformers etc.ii. Substation Automation System and Relay and Protection Panelsiii. LT switchgearsiv. Batteries and Battery Chargersv. Fire fighting protection Systemvi. Illumination Systemvii. Power and Control Cables, 33kV XLPE cable/duct for interconnectionto 33kV GIS and Power Transformer.viii.Other items like earth mat, fire fighting equipments etc.ix. Special Equipments for testing and maintenance.x. Support Structures.xi. Mandatory Spares._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 4 of 566


xii. Any equipment required for proper commissioning and functioningof the 33 KV GIS Sub-stationxiii.Associated civil works such as foundation of main and auxiliarystructures, soil investigation, construction of cable trenches, roads,storm water drainage, 33KV GIS-cum-Control Room building.1.1.2 The 33KV GIS and other equipment shall be complete with all fittings andcomponents necessary for its effective working and efficient performance andsatisfactory maintenance under the various operating conditions specified. Allsuch parts shall be deemed to be included with in the scope of supply whetherspecifically included or not in this specification in the tender schedule. Thesuccessful tenderer shall not be eligible for extra charges for such accessories.1.2 A complete set of Bidding Documents may be purchased by any interestedeligible Bidder or Bidder’s designated representative, on the submission of awritten application to the address below and upon payment (Non-refundable)of US$ 250 or Rs.10,000/- towards the cost of the documents, in the form of aDemand Draft payable to Delhi Transco Ltd. on all working days upto06.10.2009 between 11.00 hours to 16.00 hours1.3 The Qualifying Requirements are given in the Bidding Documents of thesubject package. The complete Bidding Documents including tender drawingsare also available at our website http://www.delhitransco.gov.in. Interestedbidders can download the Bidding Documents and commence preparation ofbids to gain time. However, they will be required to purchase the BiddingDocuments from Delhi Transco Ltd., (for submission of the bid), which willbe duly authenticated by the executive issuing the documents. In case of anydiscrepancy between the documents downloaded by the prospective bidderand the Bidding Documents (hard copy) issued by Delhi Transco Ltd. Official,the latter shall prevail.1.4 All bids must be accompanied by a Bid Security of Indian Rs.51,31,700/- orin equivalent amount in the currency of the bid based on the BillsClearing(B.C.) Selling Market Rate of Exchange (MRE) as established byState Bank Of India, prevalent as on one week prior to the date set for “Part-I,Techno-Commercial Bid Opening”.1.5 No margin of preference will be granted to plant & equipment manufactured inemployers country.1.6 A pre-bid conference will be held at the office of Delhi Transco Ltd., New Delhi,India on 09.09.2009 to clarify the Bidders the exact scope of the work, the basic dataavailable and other issues in accordance with relevant clause of the BiddingDocuments.1.7 All bids will be opened by the tender opening committee at the address below,Techno-Commercial bids (Part-I) shall be opened on 09.09.2009 at 11.30hours (IST) in the presence of Bidder’s representatives who choose to attend,at the address below:_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 5 of 566


DGM(T) SSC-IIDelhi Transco LimitedRoom No.-53, First FloorShakti Deep BuildingJhandewalan Extn,New Delhi – 110055The Techno-Commercial bids (Part-I) so opened shall be evaluated & thePrice bids (Part-II) of techno- commercially successful bidders shall only beopened thereafter. The date of opening of Part-II of the bids i.e. Price bidsshall be communicated to all techno- commercially successful bidders.1.8 Delhi Transco Ltd. shall not be responsible for any communication delay in anyrespect. However all information regarding the tender will be intimated wellbefore the time.1.9 Delhi Transco Ltd. shall not be responsible for any postal delays in respect ofrequest for issuance of Bidding Documents and / or dispatch of BiddingDocuments and / or submission of bids.2.0 Delhi Transco Ltd. Reserves the right to cancel / withdraw this Invitation forBids without assigning any reason and shall bear no liability whatsoeverconsequent upon such a decision.2.1 All correspondences with regard to the above shall be made to the addressbelow by post / in person:DGM (T) SSC-IIDelhi Transco LimitedRoom No.-53, First FloorShakti Deep BuildingJhandewalan Extn,New Delhi – 110055Phone:011-23632005FAX:011-23512823E mail: dgm.ssc2@delhitransco.gov.inFor more details, please visit our website http://www.delhitransco.gov.in2.2 All correspondences with regard to the execution of the work shall be made byManger (T) concerned._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 6 of 566


SECTION-IIINSTRUCTION TO BIDDERS (ITB)_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 7 of 566


CONTENTSFORINSTRUCTION TO BIDDER(SECTION II –ITB)_____________________________________________________________________Table of Clauses____________________________________________________________________A. Introduction1 Eligible Bidders2 Eligible Plant, Equipment and Services3 Cost of BiddingB. The Bidding Documents4 Content of Bidding Documents5 Clarification of Bidding Documents6 Amendment of Bidding DocumentsC. Preparation of Bids7 Language of Bid: English8 Documents Comprising the Bid9 Bid Form and Price Schedules10 Bid Prices11 Bid Currencies12 Bid Security13 Period of Validity of Bid14 Format and Signing of BidD. Submission of Bids15 Sealing and Marking of Bids16 Deadline for Submission of Bids17 Late Bids18 Modification and Withdrawal of Bids_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 8 of 566


E. Bid Opening and Evaluation19 Opening of Bids by Employer20 Clarification of Bids21 Preliminary Examination of Bids22 Conversion to Single Currency23 Detailed Technical & Commercial Evaluation (Part-I)24 Evaluation of Price bid (Part-II)25 Domestic Preference26 Contacting the EmployerF. Award of Contract27 Post-Qualification28 Award Criteria29 Employer's Right to Accept Any Bid and to RejectAny or All Bids30 Notification of Award31 Signing the Contract Agreement32 Performance Security33 Adjudicator34 Corrupt or Fraudulent PracticesAnnexure A (ITB)_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 9 of 566


SECTION – IIInstructions to Bidders (ITB)A. Introduction1.0 Eligible Bidders1.1 This Invitation for Bids, issued by the Employer, is open to all suppliers.Name of the Employer: <strong>DELHI</strong> <strong>TRANSCO</strong> <strong>LIMITED</strong>1.2 Bidders should not be associated, or have been associated in the past, directlyor indirectly, with a firm or any of its affiliates that has been engaged by theEmployer, to provide consulting services for the preparation of the design,specifications, and other documents to be used for the procurement of thefacilities, to be purchased under this Invitation for Bids.1.3 Government-owned enterprises in the India may also participate on their ownor as members of a joint venture or a consortium, if they are legally andfinancially autonomous, operate under commercial law, and are not dependentagencies of the Delhi Transco Limited.1.4 Bidders shall not be under a declaration of ineligibility for corrupt andfraudulent practices in accordance with sub-clause 34.1.2.0 Eligible Plant, Equipment, and Services2.1 For the purposes of these bidding documents, the words “facilities”, “plant andequipment” “installation services,” etc., shall be construed in accordance withthe respective definitions given to them in the Conditions of Contract.3.0 Cost of Bidding3.1 The Bidder shall bear all costs associated with the preparation and submissionof its bid, and the Employer will in no case be responsible or liable for thesecosts, regardless of the conduct or outcome of the bidding process.B. The Bidding Documents4.0 Content of Bidding Documents4.1 The facilities required, bidding procedures, contract terms and technicalrequirements are prescribed in the bidding documents. The bidding documentsinclude:Volume - I:Conditions of ContractSection ISection IIInvitation for Bids (IFB)Instructions to Bidder (ITB)_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 10 of 566


Section IIISection IVConditions of Contract (CC)Forms and Procedures (F&P)Volume -II: Technical SpecificationVolume -III: Bid Form, Price Schedule, AttachmentsSection ISection IISection IIISection IVBid FormAttachmentsGuaranteed Technical Particulars (GTP)Price Schedule4.2 The Bidder is expected to examine all instructions, forms, terms,specifications and other information in the bidding documents. Failure tofurnish all information required by the bidding documents or submission of abid not substantially responsive, to the bidding documents in every respectwill be at the Bidder's risk and may result in rejection of its bid.5.0 Clarification of Bidding Documents5.1 A prospective Bidder requiring any clarification of the bidding documentsmay notify the Employer in writing or by electronic media (hereinafter, theterm cable is deemed to include Electronic Data Interchange (EDI), or telefax)at the Employer's mailing address indicated below. Similarly, if a Bidder feelsthat any important provision in the documents, such as those listed in ITB SubClause 21, will be unacceptable, such an issue should be raised at this stage.The Employer will respond in writing to any request for clarification ormodification of the bidding documents that it receives no later than twentyeight (28) days prior to the deadline for submission of bids prescribed by theEmployer. No further clarifications shall be entertained thereafter. Writtencopies of the Employer's response (including an explanation of the query butnot identification of its source) will be sent to all prospective Bidders that havereceived the bidding documents.Address of Employer, telephone, FAX number & E-mail address:DGM(T) SSC-IIDelhi Transco LimitedRoom No.-53, First FloorShakti Deep BuildingJhandewalan Extn,New Delhi – 110055Phone: 011-23632005FAX: 011-23512823E mail: dgm.ssc2@delhitransco.gov.in_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 11 of 566


5.2 The Bidder is advised to visit and examine the site, where the facilities are tobe installed and its surroundings and obtain for itself on its own responsibility,all information that may be necessary, for preparing the bid and entering into acontract for supply and installation of the facilities. The costs of visiting thesite shall be at the Bidder's own expense.5.3 The Bidder and any of its personnel or designated representative will begranted permission by the Employer to enter upon its premises and lands forthe purpose of such inspection, but only upon the express condition that theBidder, its personnel and designated representative will release and indemnifythe Employer and its personnel and designated representative from and againstall liability in respect thereof and will be responsible for death or personalinjury, loss of or damage to property and any other loss, damage, costs andexpenses incurred as a result of the inspection.5.4 The bidder or his authorized representative is invited to attend pre-bidconference which will take place at the following address:Delhi Transco LtdConference Room, 4 th Floor,Shakti Sadan, Kotla RoadNew Delhi-110002The purpose of the conference will be to clarify any issues regardingthe Bidding Documents in general and the Technical Specifications inparticular. The bidder is required to submit questions in writing or by cable toreach the Employer at the address indicated above, not later than fifteen (15)days before the pre-bid conference.Record notes of conference including the text of the questions raised andresponses given will be transmitted without delay to all prospective bidderswho have purchased the Bidding Documents. Any modifications of the addingDocuments which may become necessary as a result of the pre-bid conferenceshall be made by the Employer exclusively through an amendment pursuant toITB Clause 6.0 and not through the record notes of the prebid conference.Non-attendance at the pre-bid conference will not be a cause fordisqualification of a bidder.6.0 Amendment of Bidding Documents6.1 At any time prior to the deadline for submission of bids, the Employer may,for any reason, whether at its own initiative, or in response to a clarificationrequested by a prospective Bidder, amend the bidding documents.6.2 The amendment will be notified in writing or by electronic media to allprospective Bidders that have purchased the bidding documents and will bebinding on them. Bidders are required, to immediately acknowledge receipt ofany such amendment, and it will be assumed that the information containedtherein will have been taken into account by the Bidder in its bid.6.3 In order to afford prospective Bidders, reasonable time in which to take theamendment into account, in preparing their bid, the Employer may, at its_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 12 of 566


discretion, extend the deadline for the submission of bids, in which case, theEmployer will notify all the bidders in writing of the extended deadline.C. Preparation of Bids7.0 Language of Bid7.1 The bid prepared by the Bidder and all correspondence and documents relatedto the bid exchanged by the Bidder and the Employer shall be written in theEnglish language, provided that any printed literature furnished by the Biddermay be written in another language, as long as such literature is accompaniedby a translation of its pertinent passages in the English language, in whichcase, for purposes of interpretation of the bid, the translation shall govern.8.0 Documents Comprising the Bid8.1 The bid submitted by the Bidder shall comprise the following documents:(a)Bid Form duly completed and signed by the Bidder, together with allAttachments identified in ITB Sub-Clause 8.3 below.(b) Price Schedules duly completed by the Bidder.(c)Tender document issued by DTL, duly signed and stamped on eachpage, by the bidder to confirm that he agrees to terms and conditionsof the bid. However, where ever specific deviation has been taken thesame must be listed only in attachment 6 and 6A.8.2 Bidders shall note that, they are entitled to submit an alternative bid. In suchcases, Bidders shall submit full details and justifications, etc., in Attachment 7to the bid as indicated in ITB Sub-Clause 8.3 (g).8.3 Each Bidder shall submit with its bid the following attachments:(a) Attachment 1: Bid SecurityA bid security furnished in accordance with ITB Clause 12.(b)Attachment 2: Power of AttorneyA power of attorney, duly authorized by a Notary Public, indicatingthat the person(s) signing the bid has the authority to sign the bid andthus that the bid is binding upon the Bidder during the full period of itsvalidity in accordance with ITB Clause 13.(c)Attachment 3 : Bidder's Eligibility and Qualifications_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 13 of 566


In the absence of prequalification, documentary evidence that theBidder is eligible to bid in accordance with ITB Clause 1 and isqualified to perform the contract if its bid is accepted.The documentary evidence of the Bidder's eligibility to bid shallestablish to the Employer's satisfaction that the Bidder, at the time ofsubmission of its bid, is from an eligible source country as defined inITB Sub-Clause 1.1.The documentary evidence of the Bidder's qualifications to perform thecontract, if its bid is accepted, shall establish to the Employer'ssatisfaction that the Bidder has the financial, technical, production,procurement, shipping, installation and other capabilities necessary toperform the contract, and, in particular, meets the experience and othercriteria outlined in the ITB.Bids submitted by a joint venture or a consortium of two or more firmsas partners shall comply with the following requirements:(i)(ii)(iii)(iv)(v)(vi)(vii)The bid shall include all the information required forAttachment 3 as described above for each joint venture orconsortium partner.The bid shall be signed so as to be legally binding on allpartners.One of the partners responsible for performing a keycomponent of the contract shall be designated as leader; thisauthorization shall be evidenced by submitting with the bid apower of attorney signed by legally authorized signatures.The leader shall be authorized to incur liabilities and receiveinstructions for and on behalf of any and all partners of thejoint venture or consortium, and the entire execution of thecontract, including payment, shall be done exclusively with theleader.All partners of the joint venture or consortium shall be liablejointly and severally for the execution of the contract inaccordance with the contract terms.A copy of the agreement entered into by the joint venture orconsortium partners shall be submitted with the bid.The joint venture agreement should indicate precisely theresponsibility of all members of JV in respect of scope_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 14 of 566


covered under this package as detailed in TechnicalSpecifications, Vol.-II of the Bidding Documents. This shouldnot be varied/ modified subsequently without prior approval ofthe Employer.In order for a joint venture or consortium to qualify, each of itspartners or combination of partners must meet the minimum criterialisted for an individual Bidder for the component of the contract, theyare designated to perform. Failure to comply with this requirement willresult in rejection of the joint venture or consortium's bid.A firm can be a partner in only one joint venture or consortium; bidssubmitted by joint ventures or consortia including the same firm aspartner will be rejected.In the case of a Bidder who offers to supply and/or install plant andequipment under the contract that the Bidder did not manufacture orotherwise produce and/or install, the Bidder shall (i) have the financialand other capabilities necessary to perform the contract; (ii) have beenduly authorized by the manufacturer or producer of the related plantand equipment or component to supply and/or install that item in theEmployer's country; and (iii) be responsible for ensuring that themanufacturer or producer complies with the requirements of ITB Sub-Clause 1.1 and meets the minimum criteria listed for an individualbidder for that item.Qualification requirements for bidders, including members of jointventures, subcontractors or vendors are enclosed as Annexure-A to theITB.(d)Attachment 4 & 4A: Eligibility and Conformity of the FacilitiesDocumentary evidence established in accordance with ITB Clause 2that the facilities offered by the Bidder in its bid or in any alternativebid (if permitted) are eligible and conform to the bidding documents.The documentary evidence of the eligibility of the facilities shallconsist of a statement on the country of origin of the plant andequipment offered, which shall be confirmed by a certificate of originissued at the time of shipment.The documentary evidence of the conformity of the facilities to thebidding documents may be in the form of literature, drawings and data,and shall furnish:(i)a detailed description of the essential technical and_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 15 of 566


performance characteristics of the facilities;(ii)(iii)a list giving full particulars, including available sources, of allspare parts, special tools, etc., necessary for the proper andcontinuing functioning of the facilities for 15 years, followingcompletion of facilities in accordance with provisions ofcontract; anda commentary on the Employer's Technical Specifications andadequate evidence demonstrating the substantial responsivenessof the facilities to those specifications. Bidders shall note thatstandards for workmanship, materials and equipmentdesignated by the Employer in the bidding documents areintended to be descriptive (establishing standards of quality andperformance) only and not restrictive. The Bidder maysubstitute alternative standards, brand names and/or catalognumbers in its bid, provided that it demonstrates to theEmployer's satisfaction, that the substitutions are substantiallyequivalent or superior to the standards designated in theTechnical Specifications.(e)Attachment 5: Subcontractors Proposed by the BidderThe Bidder shall include in its bid details of all major items of supplyor services, that it proposes to purchase or sublet, and shall give detailsof the name and nationality of the proposed Subcontractor, includingvendors, for each of those items. Bidders are free to list more than oneSubcontractor against each item of the facilities. Quoted rates andprices will be deemed to apply to whichever Subcontractor isappointed, and no adjustment of the rates and prices will be permitted.The Bidder shall be responsible for ensuring that any Subcontractorproposed complies with the requirements of ITB Sub-Clause 1.1, andthat any plant, equipment or services to be provided by theSubcontractor comply with the requirements of ITB Clause 2 and ITBSub-Clause 8.3, Attach. 3.(f)The Employer reserves the right to delete any proposed Subcontractorfrom the list prior to award of contract, and after discussion betweenthe Employer and the Contractor, Appendix 5 to the form of ContractAgreement shall be completed, listing the approved Subcontractors foreach item.Attachment 6 and 6A: DeviationsIn order to facilitate evaluation of bids, deviations, if any, from theTerms & Conditions of Technical/ Commercial Specifications shall be_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 16 of 566


listed in Attachment 6 and 6A for Part-I, Techno commercial Bid. Theprice of withdrawal of these deviations, if any, shall be included in thePart-II Price Bid in Attachment 6 & 6A. However, the attention of theBidders is drawn to the provisions of ITB Sub-Clause 21.4 regardingthe rejection of bids that are not substantially responsive to therequirements of the bidding documents. Bidders attention is also drawnto the provisions of ITB Sub-Clause 21.4.1 which requires the biddersto indicate the cost of withdrawal for deviations proposed, if any, tocritical provisions relating to clauses listed therein, failing which theirbid will be rejectedBidders may further note that except for the deviationslisted in Attachment 6 and Attachment 6A, the bid shall bedeemed to comply with all the requirements in the biddingdocuments and the bidders shall be required to comply withall such requirements of bidding documents and TechnicalSpecifications without any extra cost to the Employerirrespective of any mention to the contrary, any where elsein the bid.(g)Attachment 7: Alternative Bids(i)(ii)(iii)Bid with alternative time schedule is not acceptable.Except as provided under subparagraph (iii) below, bidderswishing to offer technical alternatives to the requirements ofthe bidding documents must first price the Employer's design ofthe facilities as described in the bidding documents, and shallfurther provide all information necessary for a completeevaluation of the alternatives by the Employer, includingdrawings, design calculations, technical specifications,breakdown of prices, proposed installation methodology andother relevant details Only the technical alternatives, if any, ofthe lowest evaluated bidder conforming to the basic technicalrequirements shall be considered by the Employer. Alternativebid is acceptable.When bidders are permitted in the ITB to submitalternative technical solutions for specified parts of thefacilities, Technical Specifications and Drawings. Technicalalternatives that comply with the performance and technicalcriteria specified for the facilities shall be considered by theEmployer on their own merits, pursuant to ITB Sub-Clause23.2. Alternative bid is acceptable._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 17 of 566


(h) Attachment 9: Work Completion Schedule.(i) Attachment 10: Guarantee Declaration.(j) Attachment 11: Information regarding ex-employees ofEmployer in Bidder’s firm.(k) Attachment 12: Unequivocal consent of the proposedAssigneefor the purpose of executing the‘SecondContract’ and/ or ‘Third Contract’ as anIndependent Contractor(Applicable to Foreign Bidders).(l) Attachment 13: Capacity and Experience of ProposedAssignee (Applicable to Foreign Bidders).9.0 Bid Form and Price Schedules9.1 The Bidder shall complete the Bid Form and the appropriate Price Schedulesfurnished in the bidding documents as indicated therein and in the SubsectionBid Form and Price Schedules of the bidding documents, following therequirements of ITB Clauses 10 and 11.10.0 Bid Prices10.1 Unless otherwise specified in the Technical Specifications, Bidders shall quotefor the entire facilities on a "single responsibility" basis such that the total bidprice covers all the Contractor's obligations mentioned in or to be reasonablyinferred from the bidding documents in respect of the design, manufacture,including procurement and subcontracting (if any), delivery, construction,installation and completion of the facilities including supply of mandatoryspares (if any). This includes all requirements under the Contractor'sresponsibilities for testing, pre-commissioning and commissioning of thefacilities and, where so required by the bidding documents, the acquisition ofall permits, approvals and licenses, etc.; the operation, maintenance andtraining services and such other items and services as may be specified in thebidding documents, all in accordance with the requirements of the Conditionsof Contract. Items against which, no price is entered by the bidder will not bepaid for by the Employer when executed and shall be deemed to be covered bythe prices for other items.10.2 Bidders are required to quote the price for the commercial, contractual andtechnical obligations outlined, in the bidding documents. If a Bidder wishes tomake a deviation, such deviation shall be listed in Attachment 6 and 6Aof itsbid. The Bidder shall also provide the additional price, if any, for withdrawalof the deviations._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 18 of 566


10.3 Bidders shall give a breakdown of the prices in the manner and detail calledfor in the Price Schedules. Where no Price Schedules are included in thebidding documents, Bidders shall present their prices in the following manner:Separate numbered Schedules shall be used for each of the followingelements. The total amount from each Schedule (1to6 shall be summarized ina Grand Summary (Schedule 7) giving the total bid price(s) to be entered inthe Bid Form.Schedule 1Plant and Equipment (including Mandatory SparesParts) to be supplied from Abroad, including TypeTest to be conducted in Abroad.Schedule 2Schedule 3Schedule 4Schedule 5ASchedule 5BSchedule 6 ASchedule 6 BSchedule 7Schedule 8Schedule 9Schedule 10Plant and Equipment (including Mandatory SparesParts) to be supplied from India, including Type Testto be conducted in India.Local Transportation, Insurance and other IncidentalServices (including port clearance etc.)Installation ChargesBreak-up of Type Test Charges for Type Tests to beconducted abroadBreak-up of Type Test Charges for Type Tests to beconducted in IndiaTraining charges for training to be Imparted Abroad.Training charges for training to be Imparted in India.Grand Summary of the Quoted Bid PriceDetails of taxes & duties not included in the Bid Price(in line with clause CC 14.4, CC 14.5 & CC 14.6Volume –I of Bidding Document)Min value of brought-out items for the purpose of SalesTax Declaration FormsRecommended Spare Parts & recommended testEquipment (in line with Technical specifications).Bidder shall note that plant & equipment included inschedule No. 1& 2 above exclude materials used forcivil, building & other constructions works. All suchmaterials shall be included & priced under scheduleNo.410.4 In the schedules, Bidder shall give the required details and a break down oftheir price as follows:_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 19 of 566


(a)(b)(c)Plant and equipment including mandatory spares to be supplied fromabroad (Schedule No. 1) and type test charges) for type test to beconducted abroad shall be quoted on a CIF port-of-entry basis. Inaddition, the FOB price shall also be indicated.Plant and equipment including mandatory spares manufactured orfabricated within the Employer's country including type test charges)for type test to be conducted in India(Schedule-2) shall be quoted on anEXW (ex factory, ex works, ex warehouse or off-the-shelf, asapplicable) basis, and shall be inclusive of all costs as well as dutiesand taxes paid or payable on components and raw materialsincorporated or to be incorporated in the facilities. Sales Tax, VAT,local Tax and other levies in respect of direct transaction between theEmployer and the Contractor and octroi/entry tax as applicable fordestination site/ State on all items of supply including bought-outfinished items, which shall be dispatched directly from the subvender’sworks to the Employer’s site (sale-in-transit) shall not beincluded in the EXW price but shall be quoted separately in Schedule-8.Local transportation, insurance, port handling and custom clearanceand port charges and other local costs incidental to delivery of thePlant and Equipment including mandatory spares shall bequoted separately (Schedule 3). The Employer shall be responsibleand be liable only for payment of custom duty on CIF componentof the Plant and equipment including mandatory sparest to beSupplied from abroad. However, the Employer, as an importer, shallFurnish promptly necessary clarifications and documents as may beRequired to be furnished by the importer for the purpose of customsClearance.(d) Installation/Erection Charges shall be quoted separately (Schedule 4)and shall include rates and prices for all labour, Contractor’sequipment, temporary works, materials, consumables and all mattersand things of whatsoever nature, provision of operations andmaintenance manuals etc. wherever identified in the biddingdocuments as necessary for the proper execution of all installationservices except those priced in other schedules. The expatriatesupervision charges shall be included in the charges for installationservices.(e)The break-up of Type test charges shall be furnished separately inSchedule 5A for the tests to be conducted abroad and in schedule 5bfor the tests to be conducted in India. Similarly break-up of TrainingCharges shall be furnished separately in Schedule 6a for the training tobe imparted abroad and in Schedule 6b for the training to be impartedin India._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 20 of 566


(f)(g)(h)The bidder shall include the Sales Tax on Works Contract, TurnoverTax or any other similar taxes under the Sales Tax Act for services tobe performed in Employer’s country, as applicable in their quoted bidprice and Employer would not bear any liability on this account.Employer shall, however, deduct such taxes at source as per the rulesand issue Tax Deducted at Source (TDS) Certificate to the bidder.The bidder shall include Service Tax & Surcharge/cess etc; on it asapplicable in their quoted bid price & employer would not bear anyadditional liability on this account, employer shall however deductsuch tax at sources as per the rules & issue necessary certificate to theContractor.Recommended Spare parts and Recommended Test equipment shall bequoted separately (Schedule 10) as specified in either sub-paragraph(a) or (b) above in accordance with the origin of the spare parts and testequipment.10.4.1 **Deemed Export BenefitsThere will be no Deemed Export Benefits.10.5 The terms EXW, CIF, CIP, etc., shall be governed by the rules prescribed inthe current edition of Incoterms, published by the International Chamber ofCommerce, 38 Cours Albert 1er, 75008 Paris, France.10.6 The prices shall be fixed.Fixed Price: Prices quoted by the bidder shall be fixed during the Bidder’sPerformance of the Contract and not subject to variation on any account. A bidsubmitted with an adjustable price quotation will be treated as non-responsiveand rejected.10.7 It is obligatory that the Bidders shall avail centralized shipping arrangementsthrough the 'Chartering Wing viz., ' TRANSCHART' of Ministry of SurfaceTransport, Govt. of India or otherwise the Bidders shall obtain on their own'No objection Certificate' from Ministry of Surface Transport, Govt. of Indiawell in advance. However, DTL shall not be responsible for any delaywhatsoever on this account.11.0 Bid Currencies11.1 Prices shall be quoted in the following currencies:(a) Plant and equipment including mandatory spares covered under ITBSub-Clause 10.4 (a) and recommended spare parts covered under ITBSub-Clause 10.4(e) shall be quoted in fully and freely convertiblecurrency as notified by RBI or INR.(b) Plant and equipment including mandatory spares covered under ITBSub-Clause 10.4 (b) to be supplied from within the Employer's countryshall be quoted in the currency of the employer's country._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 21 of 566


(c)Local transportation, insurance and other local costs incidental todelivery of the plant and equipment covered under ITB Sub-Clause10.4 (c) and installation services covered under ITB Sub-Clause 10.4(d) shall be quoted in local currency. However, Foreign Bidders, inadditionto the Rupee Component may also quote a portion in foreigncurrency to cover the expenditures towards expatriate personnel andimported equipment for the Services to be performed at site.12.0 Bid Security12.1 The bidder shall furnish, as a part of its bid, a bid security in the amount andcurrency as stipulated below.Amount of Bid Security: Indian Rs.51,31,700/- or in equivalent amount in thecurrency of the bid based on the Bills Clearing (B.C.) Selling Market Rate ofExchange (MRE) as established by State Bank of India, prevalent as on oneweek prior to the date set for Part –A “Techno-Commercial” Bid Opening.The bid security must be submitted in the form provided in the biddingdocument.12.2 The bid security shall, at the Bidder's option, be in the form of a crossed bankdraft/pay order/banks certified cheque /irrevocable letter of credit or a bankguarantee from a reputable bank selected by the Bidder and located in anyeligible country. The format of the bank guarantee shall be in accordance withthe form of bid security included in the bidding documents. Bid security shallremain valid for a period of forty-five (45) days beyond the original bidvalidity period, and beyond any extension subsequently requested under ITBSub-Clause 13.2.12.3 Any bid not accompanied by an acceptable bid security shall be rejected bythe Employer as being non-responsive. The bid security of a joint venturemust be in the name of all the partners in the joint venture submitting the bid.12.4 The bid securities of unsuccessful bidders will be returned as promptly aspossible, but not later than twenty-eight (28) days after the expiration of thebid validity period.12.5 The bid security of the successful bidder will be returned when the bidder hassigned the Contract Agreement, pursuant to ITB Clause 31, and has furnishedthe required performance security, pursuant to ITB Clause 32.12.6 The bid security may be forfeiteda) if the Bidder withdraws its bid during the period of bid validityspecified by the Bidder in the Bid Form; or(b) In case the Bidder does not withdraw the deviations proposed by him,if any, at the cost of withdrawal stated by him in the bid; or_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 22 of 566


(c)(d)(e)If the bidder does not accept the correction of its Bid Price pursuant toITB Sub-Clause 21.2; orIf, as per the Qualifying Requirements the Bidder has to submit a Deedof Joint Undertaking and he fails to submit the same, duly attested byNotary Public of the place(s) of the respective executants(s) orregistered with the Indian Embassy/High Commission in that country,within ten days from the date of intimation of post-bid discussion; orIn the case of a successful Bidder, if the Bidder fails within thespecified time limit(i) To sign the Contract agreement, in accordance with ITB Clause31, or(ii) To furnish the required performance security, inaccordance with ITB Clause 32.”12.7 In case the Bid is submitted by a Joint Venture, the Bid Security shall be inthe name of the Joint Venture covering all partners of the Joint Venture andnot in the name of the Lead Partner or any partner(s) of the Joint Venturealone.13.0 Period of Validity of Bid13.1 Bids shall remain valid for 180 days after the date of opening of bids(excluding the date of Bid Opening) pursuant to ITB Sub-Clause 16.1. A bidvalid for a shorter period shall be rejected by the Employer as being nonresponsive.13.2 In exceptional circumstances, the Employer may solicit the Bidders' consent toan extension of the bid validity period. The request and responses thereto shallbe made in writing or by cable. If a Bidder accepts to prolong the period ofvalidity, the bid security shall also be suitably extended. A Bidder may refusethe request without forfeiting its bid security. A Bidder granting the requestwill not be required nor permitted to modify its bid.14.0 Format and Signing of Bid14.1 The Bidder shall prepare an original and two copies/sets of the bid, clearlymarking each one as "Original Bid," "Copy NO. 1", "Copy NO. 2", etc., asappropriate. In the event of any discrepancy between them, the original shallgovern.14.2 The original and all copies of the bid, each consisting of the documents listed_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 23 of 566


in ITB Sub-Clause 8.1, shall be typed or written in indelible ink and shall besigned by the Bidder or a person or persons duly authorized to bind the Bidderto the contract. The latter authorization shall be indicated by written power ofattorney accompanying the bid and submitted as Attachment 2 to the Bidunder ITB Sub-Clause 8.3. All pages of the bid, except for un amended printedliterature, shall be initialled by the person or persons signing the bid.14.3 Any interlineations, erasures or overwriting shall only be valid if they areinitialled by the signatory (ies) to the bid.D. Submission of Bids15.0 Sealing and Marking of Bids15.1 The Bidder shall submit the sealed bids in Two Part i.e. PART-I (TECHNO-COMMERCIAL BID)” and PART-II (PRICE BID) each in separate envelope.The Bidder shall seal the original and each copy of the bid(s) in separateenvelopes duly marking the envelopes as "ORIGINAL BID" and "COPY NO.[Number]". Bid security in the amount stipulated in the ITB shall be submittedin a separate sealed envelope having marking as “Bid Security”. The separateenvelopes containing original & copies of PART-I (TECHNO-COMMERCIAL BID)”, “PART-II (PRICE BID) and Bid Security shall thenbe sealed in an outer envelope.15.2 The inner and outer envelopes shall(a) be addressed to the Employer at the address given in the ITB,In Person or by post:DGM(T) SSC-IIDelhi Transco LimitedRoom No.-53, First FloorShakti Deep BuildingJhandewalan Extn,New Delhi – 110055Phone: 011-23632005FAX: 011-23512823E mail: dgm.ssc2@delhitransco.gov.inand(b)bear the contract name indicated in the ITB, the Invitation for Bids titleand number indicated in the ITB., and the statement "DO NOT OPENBEFORE [date],"{except on the envelope containing Part-II(Pricebid)} to be completed with the time and date specified in the ITB,pursuant to ITB Sub-Clause 16.1.33 kV GIS Substation at GOPALPUR, New Delhi(India)Specification No.: DTL/DGM (T) SSC-I/GPL/09-10/GIS/GT-02_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 24 of 566


Do not open before 11.30 Hrs on 09.10.2009Bid guarantees in original shall be submitted in a separate envelopeon which the contents shall be super scribed.The Bid Forms and Price Schedules shall be enclosed in separateenvelope on which the contents shall be super scribed.15.3 The inner envelopes shall also indicate the name and address of the Bidder sothat the bid can be returned unopened in case it is declared "late."15.4 If the outer envelope is not sealed and marked as required by ITB Sub-Clause15.2 above, the Employer will assume no responsibility for the bid'smisplacement or premature opening. If the outer envelope discloses theBidder's identity, the Employer will not guarantee the anonymity of the bidsubmission, but this disclosure will not constitute grounds for bid rejection.15.5 Bid should be submitted in Bound form & each page should be signed.16.0 Deadline for Submission of Bids16.1 Bids must be received by the Employer at the address specified under ITB SubClause 15.2 no later than the time and date stated in the ITB. In the event ofthe specified date for the submission of bids being declared a holiday for theEmployer, the bids will be received upto the appointed time on the nextworking day. Dead line for submission of Bid and its modification andwithdrawal, if any:Date:09.10.2009 Time: Upto 11.00 Hrs (IST).16.2 The Employer may, at its discretion, extend this deadline for submission ofbids by amending the bidding documents in accordance with ITB Sub-Clause6.3, in which case all rights and obligations of Employer and Bidders willthereafter be subject to the deadline as extended.17..0 Late Bids17.1 Any bid received by the Employer after the bid submission deadlineprescribed by the Employer, pursuant to ITB Clause 16, will be rejected andreturned unopened to the Bidder.18.0 Modification and Withdrawal of Bids18.1 The Bidder may modify or withdraw its bid after submission, provided thatwritten notice of the modification or withdrawal is received by the Employerprior to the deadline prescribed for bid submission.18.2 The Bidder's modifications shall be prepared, sealed, marked and dispatched_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 25 of 566


as follows:(a)(b)The Bidders shall provide an original and two copies of anymodifications to its bid in two parts as provided in ITB clause 15,clearly identified as such, in two inner envelopes duly marked "BidModifications-Original" and "Bid Modifications-Copies." The innerenvelopes shall be sealed in an outer envelope, which shall be dulymarked "Bid Modifications." One (1) original and two (2) copies.Other provisions concerning the marking and dispatch of bidmodifications shall be in accordance with ITB Sub-Clauses 15.2, 15.3and 15.4.18.3 A Bidder wishing to withdraw its bid shall notify the Employer in writingprior to the deadline prescribed for bid submission. The notice of withdrawalshall(a)(b)be addressed to the Employer at the address named in the ITB, andbear the contract name, the IFB number, and the words "BidWithdrawal Notice." Bid withdrawal notices received after the bidsubmission deadline will be ignored, and the submitted bid will bedeemed to be a validly submitted bid.Dead Line for the submission of Bids; its modification & withdrawal; if any:Date: 09.10.2009 Time up to 11:00Hrs.18.4 No bid may be withdrawn in the interval between the bid submission deadlineand the expiration of the bid validity period specified in ITB Clause13Withdrawal of a bid during this interval may result in the Bidder's forfeiture ofits bid security, pursuant to ITB Sub-Clause 12.6.E. Bid Opening and Evaluation19.0 Opening of Bids by EmployerThe bids submitted by the bidders shall be opened in two phases. In the firstphase, the techno commercial bid ( Part-I) shall be opened and the bids of thebidders found techno commercially successful after detailed evaluation shallbe opened in the second phase.19.1 The Employer will open the bids including withdrawals and modificationsmade pursuant to ITB Cl. 19, in the presence of bidder’s designatedrepresentative who chooses to attend the opening at the time, on the date andat the place specified in the ITB. Bidders' representatives shall sign a register_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 26 of 566


as proof of their attendance.In the event of the specified date of bid opening being declared a holiday forthe Employer, the bids shall be opened at the appointed time and location onthe next working day."Bid Opening (Techno-commercial part-I):DGM(T) SSC-IIDelhi Transco LimitedRoom No.-53 , First FloorShakti Deep BuildingJhandewalan Extn,New Delhi – 110055Phone:011-23632005FAX:011-23512823E mail: dgm.ssc2@delhitransco.gov.inTime and date: Date 09.10.2009 Time: At 11.30 Hrs (IST).19.2 Envelopes marked “WITHDRAWAL” shall be opened first and the name ofthe Bidder shall be read out. Bids for which an acceptable notice ofwithdrawal has been submitted pursuant to ITB Clause 18 shall not be opened.19.3 The bidders’ names, deviations, bid modifications and withdrawals, thepresence (or absence) of bid security, and any such other details as theEmployer may consider appropriate, will be announced by the Employer at theopening. Subsequently, all envelopes marked “MODIFICATION” shall beopened and the submissions therein read out in appropriate detail. No bid shallbe rejected at bid opening except for late bids pursuant to ITB Clause 17. Atthe time of opening of price bids the bid prices, including any alternative bidprices or deviations, any discounts, and any such other details as the employermay consider appropriate, will also be announced by the employer.19.4 The Employer will prepare minutes of the bid opening, including theinformation disclosed to those present in accordance with ITB Sub-Clause19.3.19.5 Bids not opened and read out at the time of techno commercial bid opening inphase –I shall not be considered for further evaluation, irrespective of thecircumstances.20.0 Clarification of Bids20.1 During evaluation of bid i.e. part-I and Part-II, , the Employer may, at itsdiscretion, ask the Bidder(s) for a clarification of its bid. The request forclarification and the response shall be in writing, and no change in the price orsubstance of the bid shall be sought, offered or permitted._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 27 of 566


21.0 Preliminary Examination of Bids21.1 The Employer will examine the bids to determine whether they are complete,whether any computational errors have been made, whether required suretieshave been furnished, whether the documents have been properly signed, andwhether the bids are generally in order.21.2 Arithmetical errors will be rectified on the following basis. If there is adiscrepancy between the unit price and the total price, which is obtained bymultiplying the unit price and quantity, or between subtotals and the totalprice, the unit or subtotal price shall prevail, and the total price shall becorrected. If there is a discrepancy between words and figures, the amount inwords will prevail. If the Bidder does not accept the correction of errors, itsbid will be rejected and the bid security will be forfeited in accordance withITB Sub-Clause 12.6 (c)".21.3 The Employer may waive any minor informality, nonconformity orirregularity in a bid that does not constitute a material deviation, whether ornot identified by the Bidder in Attachment 6 and 6A to its bid, and that doesnot prejudice or affect the relative ranking of any Bidder as a result of thetechnical and commercial evaluation, pursuant to ITB Clauses 23 and 24.21.4 Prior to the detailed evaluation of PART-I (TECHNO-COMMERCIALBID)”, the Employer will determine whether each bid is of acceptable quality,is generally complete and is substantially responsive to thebidding documents. For purposes of this determination, a substantiallyresponsive bid is one that conforms to all the terms, conditions andspecifications of the bidding documents without material deviations,objections, conditionality or reservations. A material deviation, objection,conditionality or reservation is one (i) that affects in any substantial way thescope, quality or performance of the contract; (ii) that limits in any substantialway, inconsistent with the bidding documents, the Employer's rights or thesuccessful Bidder's obligations under the contract; or (iii) whose rectificationwould unfairly affect the competitive position of other Bidders who arepresenting substantially responsive bids. The PART-II (PRICE BID) shall beopened only of those bidders whose TECHNO-COMMERCIAL BID bids areof acceptable quality, thereafter.21.4.1 Bids containing deviations from critical provisions relating to (i) to (vi) belowwill be considered as non responsive:(i)(ii)Appendix 2 to the Form of Contract Agreement (Price Adjustment):Clause No. 10.6 ITBBid Security: Clause No. 12.1,12.2 ITB._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 28 of 566


(iii)(iv)(v)Performance Security: Clause 13.3 CCLiquidated Damages & (Functional Guarantee): Clause 28 & 28.5 CCDefect Liability: Clause No. 27 CC(vi) Payment: Clause No.12 CCHowever, the bidders wishing to propose deviations to any of the aboveprovisions must provide in the Attachment - 6A of the bid, the cost ofwithdrawal of such deviations. If the deviation to any of these provisions isnot priced, the bid will be rejected. The evaluated cost of the bid shall include,in addition to the costs described in ITB Clause 24, the cost of withdrawal ofthe deviations from the above provisions to make the bid fully compliant withthese provisions.At the time of Award of Contract, if so desired by the Employer, the biddershall withdraw these deviations listed in Attachment 6 and Attachment 6A atthe cost of withdrawal stated by him in the bid. In case the bidder does notwithdraw the deviations proposed by him, if any, at the cost of withdrawalstated by him in the bid, his bid will be rejected and his bid security forfeited."21.5 If a bid is not substantially responsive, it will be rejected by the Employer,and may not subsequently be made responsive by the Bidder by correction ofthe nonconformity. The Employer’s determination of a bid’s responsiveness isto be based on the contents & compliance of the complete provisions ofTECHNO-COMMERCIAL bid itself without recourse to extrinsic evidence.22.0 Conversion to Single Currency22.1 “To facilitate evaluation and comparison, the Employer will convert all bidprices expressed in the amounts in various currencies in which the bid price ispayable, to the currency of the Employer's country i.e.Indian rupees at BillsClearing (B.C.) Selling Rate of Exchange established by State Bank of India(SBI), for similar transactions one day prior to the date of Part-I TechnoCommercial Bid opening.” .23.0 Detailed Technical & Commercial Evaluation (Part-I)23.1 The Employer will carry out a detailed evaluation of the Techno-Commercial(Part-I) offer to determine whether the technical/Commercial aspects are inaccordance with the requirements set forth in the bidding documents. In orderto reach such a determination, the Employer will examine and compare thetechnical/commercial aspects of the bids on the basis of the informationsupplied by the bidders, taking into account the following factors:(a)overall completeness and compliance with the Techno-CommercialSpecifications and Drawings; deviations from the Technical_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 29 of 566


Specifications as identified in Attachment 6 to the bid; suitability ofthe facilities offered in relation to the environmental and climaticconditions prevailing at the site; and quality, function and operation ofany process control concept included in the bid. The bid that does notmeet minimum acceptable standards of completeness, consistency anddetail will be rejected for non responsiveness.(b)(c)(d)achievement of specified performance criteria by the facilities &Qualifying requirements as provided in Annexure-A of ITB. Theevaluation will also take into account the Bidder's financial, technicaland production capabilities.type, quantity and long term availability of mandatory andrecommended spare parts and maintenance services.any other relevant factors, if any, listed in the ITB, or that theEmployer deems necessary or prudent to take into consideration.23.2 When alternative technical sections have been permitted and offered inAttachment 7 to the bid, the Employer will make similar evaluation of thealternatives, which will be treated in the technical and commercialevaluations as if they were base bids. Where alternatives are notpermitted, but have in any event been offered, they shall be ignored.24.0 Evaluation and comparison of Bids24.1 The Employer will evaluate and compare the Bids previously determined tobe substantially responsive, pursuant to ITB Clause 21.24.2 The Employer's evaluation of Bid will exclude and not take into account anyallowance for price adjustment during the period of execution of the Contract,if provided in the Bidding Documents.24.3 The comparison shall be of ex-works price of the goods offered from withinIndia, such price shall include all costs as well as duties and taxes paid orpayable on components and raw-materials incorporated or to be incorporatedin the goods and the CIF Port-of-Entry price of the goods offered from outsideIndia.24.4 Arithmetical errors will be rectified on the following basis. If there is adiscrepancy between the unit price and the total price, which is obtained bymultiplying the unit price and quantity, or between subtotals and the totalprice, the unit or subtotal price shall prevail, and the total price shall becorrected. If there is a discrepancy between words and figures, the amount inwords will prevail. If the Bidder does not accept the correction of errors, itsbid will be rejected._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 30 of 566


24.5 The Employer's evaluation of Bid will take into account, in addition to the Exworks/CIFbid price, the following factors.(a)For goods offered from within India.(i)(ii)(iii)(iv)(v)(vi)(vii)Cost of inland transportation, insurance of finished goods.Cost of installation services viz., unloading, storage, handlingat site, insurance, installation including associated civil works,testing & commissioning of equipment/material, as specified.Excise duty, sales tax and other duties/levies such as octroiduty/entry tax payable on all goods including bought out itemsexcept service tax. The bidder shall include Service tax andsurcharge /cess etc. on it as applicable in their quoted bid priceand Employer would not bear any additional liability on thisaccount.The cost of incidental services.Performance and productivity of the equipment offeredCost of Withdrawal of Deviations (Attachment 6 & 6AVol III)Time Schedule(b)For goods offered from abroad.(i)(ii)(iii)(iv)(v)(vi)(vii)(viii)Cost of inland transportation & insurance including charges forport clearance/port handling.Cost of installation viz., unloading, storage, handling at site,insurance, installation including associated civil works, testing& commissioning of equipment/materials to be supplied.Indian customs duty and any other similar import taxes whichmay be levied for importation of the goods.The cost of incidental services.Octroi duty/entry tax, which is incidental to the delivery ofgoods at the final destination site except service tax. The biddershall include Service tax and surcharge/cess etc. on it asapplicable in their quoted bid price and Employer would notbear any additional liability on this account.Performance and productivity of the equipment offered.Cost of withdrawal of Deviation (Attachment 6 & 6A Vol-III.)Time ScheduleThe following method will be followed in respect of the following:24.6 (a) Inland Transportation, ex-factory or from Port of Entry,Insurance and Incidentals:Bidder shall quote separately for inland transportation (including porthandling & port clearance for goods offered from abroad) insurancecharges and other incidental costs for delivery of goods to the FinalDestination Site. The Bidders shall be required to assess the distance of_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 31 of 566


the site from Ex-factory/Port of Entry to India and shall quote acomposite and uniform unit rate for each equipment and also the totalprice for inland transportation & insurance charges for the package.(b)Cost of Installation servicesi) The cost of services for unloading, storage, handling at site,insurance installation including associated civil works, testing& commissioning of equipment/material shall be quoted by theBidder in the manner indicated in price schedule.ii) Total charges of expatriate personnel of a Foreign Bidder, forwhich the Bidder wishes to be paid, shall be quoted by theBidder in the Bid (it shall include all foreign and Indian travelexpenses, boarding and lodging charges and other incidentalexpenses).(c)Contractual and Commercial DeviationsA. Bids containing deviations from critical provisions relating tothe following clauses will be considered as non – responsive:(i)(ii)Appendix 2 to the Form of Contract Agreement (PriceAdjustment): Clause No. 10.6 ITBBid Security: Clause No. 12.1,12.2 ITB.(iii) Performance Security: Clause 13.3 CC(iv) Liquidated Damages & (Functional Guarantee): Clause28 & 28.5 CC(v)Defect Liability: Clause No. 27 CC(vi) Payment: Clause No.12 CCHowever, the Bidders, wishing to propose deviations to any ofthe above provisions, must provide the cost of withdrawal ofsuch deviations in Attachment 6A Volume-III of the BiddingDocuments.The cost of withdrawal of other Technical and Commercialdeviations, if any, be given in Attachment 6 of biddingdocument Vol-III.If the deviation to any of the provisions is not priced, the bidwill be rejected.-At the time of award of contract, if so desired by theEmployer, the Bidder shall withdraw the deviations listed in_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 32 of 566


Deviation Schedules of Bid Form, Price and Other Schedules intheir bid at the cost of withdrawal stated by him in the bid. Incase the Bidder does not withdraw the deviations proposed byhim, if any, at the cost of withdrawal stated by him in the bid,his bid will be rejected and his bid security forfeited.B. The evaluation shall be based on the evaluated cost of fulfillingthe Contract with all commercial, contractual and technicalobligations under the Bidding Documents. In arriving at theevaluated cost, the price of withdrawal of deviations asmentioned above, shown in the relevant schedule of Bid Form,price and other schedules, will be used.(d)Cost of incidental servicesThe Bidders are required to quote for these incidental services i.e TypeTest, Training etc. and these shall be included in the Bid Price.(e)Performance & productivity of the Equipment(i)(ii)Bidder shall state the guaranteed performance or efficiency inresponse to the Technical Specifications. Plant & Equipmentoffered shall have minimum performance specified inTechnical Specification to be considered responsive. Bidsoffering Plant and Equipment with a performance less that thespecified may be rejected.For the purpose of evaluation, the adjustment on the basis ofper unit of differential loss in terms of Indian Rupees indicatedin Clause 24.5 of Conditions of Contract will be added to thebid price.The best parameter of loss quoted for the equipment by anytechnically responsive bidder shall be taken as basis and thatquoted by the particular bidder shall be used to arrive atdifferential price to be applied for the bid.(f)For the purpose of evaluation, an adjustment per month @ 2% shall beadded to the quoted prices (Lumpsum bid price excluding duties &taxes)of the bidder offering deliveries/ completion later than theearliest completion period i.e. 9 months in the acceptable range of 9 to12 months of completion.No credit will be given for the earlier delivery/ completion and offerswith delivery/completion beyond the acceptable range of 9 to 12months of completion will be treated as unresponsive.24.7 Bidder has to quote for the complete scope of work for subject package asstated in Section- Technical Specification, Vol.-II & Section I Vol.- I of the_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 33 of 566


Bidding Documents. Bids covering partial scope of the work as specified inTechnical Specification will be treated as incomplete and shall be rejected.24.8 Conditional discount/rebate, if any, offered by the bidder shall not be takeninto consideration for evaluation. It shall, however, be considered in case ofaward.Discount(s)/rebate(s) offered by the bidder shall be indicated as a percentageof price component(s) and not as a lumpsum amount. Bidder shall alsoindicate in his bid, the price component(s) on which the percentage discount isto be applied. In case the price component(s) on which the percentage discountis applicable is not indicated in the bid, then the discount will be adjusted inthe total bid price [i.e. proportionately on each price component], in the eventof award. However, if lumpsum discount is offered, the same shall be adjustedin full from the ex-works price component (by proportionately reducing exworksprice of individual items), in case of award.24.9 Any adjustments in price that result from the above procedures shall be added,for purposes of comparative evaluation only, to arrive at an "Evaluated BidPrice." Bid prices quoted by Bidders shall remain unaltered. ”25.0 This clause may be treated as deleted.26.0 Contacting the Employer26.1 From the time of the opening of bids to the time the contract is awarded if anybidder wishes to contact the Employer on any matter related to the bid, itshould do so in writing.26.2 Any effort by a Bidder to influence the Employer in the Employer's bidevaluation, bid comparison or contract award decisions may result in rejectionof the Bidder's bid.F. Award of Contract27.0 Post-Qualification27.1 The Employer will determine to its satisfaction whether the Bidder selected asTechno-Commercially qualified & having submitted the lowest evaluatedresponsive bid is qualified to satisfactorily perform the contract in terms of thequalifying requirements stipulated in the ITB 8.3 (c) and (e)".27.2 The determination will take into account the Bidder's financial, technical andproduction capabilities, in particular its contract, work in hand, futurecommitments and current litigation. It will be based upon an examination ofthe documentary evidence of the Bidder's qualifications submitted by theBidder in Attachment 3 to the bid, as well as such other information as the_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 34 of 566


Employer deems necessary and appropriate.27.3 An affirmative determination will be a prerequisite for award of the contract tothe Bidder. A negative determination will result in rejection of the Bidder'sbid, in which event the Employer will proceed to the next lowest evaluated bidto make a similar determination of that Bidder's capabilities to performsatisfactorily.27.4 The capabilities of the vendors and subcontractors proposed in Attachment 5to the bid to be used by the lowest evaluated Bidder will also beevaluated for acceptability. Their participation should be confirmed with aletter of intent between the parties, as needed. Vendor or subcontractor bedetermined to be unacceptable, the bid will not be rejected, but the Bidder willbe required to substitute an acceptable vendor or subcontractor without anychange to the bid price.28.0 Award Criteria28.1 Subject to ITB Clause 29, the Employer will award the contract to thesuccessful Bidder whose bid has been determined to be substantiallyresponsive and to be the lowest evaluated bid, further provided that the Bidderis determined to be qualified to perform the contract satisfactorily.28.2 The Employer may request the Bidder to withdraw any of the deviations listedin Attachment 6 and 6A to the winning bid, at the price shown for thedeviation in Attachment 6 to the bid. Bidder would be required to comply withall other requirements of the Bidding Documents except for those deviationswhich are accepted by the Employer."28.3 The Employer reserves the right to vary the quantityof any of the sparesand/or delete any items of spares altogether at the time of Award of Contract."28.4 The mode of contracting with the successful bidder will be as per stipulationoutlined in CC and briefly indicated below:In the case of successful Indian Bidder, the award shall be made asfollows:(i)(ii)First Contract: For Ex-Works supply and CIF supply, if any, of allequipments and materials including mandatory spares identifyingseparately the CIF and EXW components of the Supply.Second Contract: For providing all services i.e. inland transportationfor delivery at Site, unloading storage, handling at Site, installation,Testing and Commissioning including performance testing in respect ofall the equipments supplied under the "First Contract" and any other_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 35 of 566


services specified in the Contract Documents.Both contracts will contain a crossfall breach clause specifying that breach ofone will constitute breach of the other.In the case of successful foreign Bidder, the award shall be made as follows:(i)(ii)First Contract: For CIF supply of all offshore equipments andmaterials including mandatory spares.Second Contract: For Ex-Works supply of all equipments andmaterials including mandatory spares and(iii) Third Contract: For providing all services i.e. porthandling and custom clearance for the imported goods, further loadingand inland transportation for delivery at Site, unloading, storage,handling at Site, installation, testing and commissioning includingperformance testing in respect of all the equipmentsupplied under the First and Second Contracts andAll the three contracts will contain a crossfall breach clause specifying thatbreach of one will constitute breach of the others. The foreign bidder, however,has the option, to be exercised as a part of his bid proposal, to propos anAssignee to execute the Second and/or Third Contract.It is our understanding that as per extant provisions, Indian Income Tax is notpayable on sale of goods, if contract is on Principal-to-Principal basis and thetitle of goods passes to the Employer outside India as in the proposed FirstContract. The bidders are, however, advised to check the position from theirown sources.29.0 Employer's Right to Accept Any Bid and to Reject Any or All Bids29.1 The Employer reserves the right to accept or reject any bid, and to annul thebidding process and reject all bids at any time prior to award of contract,without thereby incurring any liability to the affected Bidder or bidders or anyobligation to inform the affected Bidder or bidders of the grounds for theEmployer's action. <strong>DELHI</strong> <strong>TRANSCO</strong> <strong>LIMITED</strong> reserves the right to waiveminor deviations if they do not materially affect the capability of the Bidder toperform the contract.”30.0 Notification of Award30.1 Prior to the expiration of the period of bid validity, the Employer will notifythe successful Bidder in writing by registered letter or by cable, to beconfirmed in writing by registered letter, that its bid has been accepted. The_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 36 of 566


notification of award will constitute the formation of the contract.30.2 Upon the successful Bidder's furnishing of the performance security pursuantto ITB Clause 32, the Employer will promptly notify each unsuccessful Bidderand will discharge its bid security, pursuant to ITB Sub-Clause 12.4.31.0 Signing the Contract Agreement31.1 At the same time as the Employer notifies the successful Bidder that its bidhas been accepted, the Employer will send the Bidder the Contract Agreementprovided in the bidding documents, incorporating all agreements between theparties.31.2 Within twenty-eight (28) days of receipt of the Contract Agreement, thesuccessful Bidder shall sign and date the Contract Agreement and return it tothe Employer.32.0 Performance Security32.1 Within twenty-eight (28) days after receipt of the notification of award, thesuccessful Bidder shall furnish the performance security 10% (Ten percent) ofthe contract price in the form provided in the section "Sample Forms andProcedures" of the bidding documents or in another form acceptable to theEmployer. The performance security of a joint venture shall be in the name ofjoint venture.32.2 Failure of the successful Bidder to comply with the requirements of ITBClause 31 or Clause 32 shall constitute sufficient grounds for the annulment ofthe award and forfeiture of the bid security, in which event the Employer maymake the award to the next lowest evaluated Bidder or call for new bids.33.0 Adjudicator33.1 No provision for adjudicator.34.0 Corrupt or Fraudulent Practices34.1 The DTL requires that Bidders/Suppliers/Contractors, observe the higheststandard of ethics during the procurement and execution of such contracts. Inpursuance of this policy, the DTL:(a) defines, for the purposes of this provision, the terms set forth below asfollows:(i) "corrupt practice" means the offering, giving, receiving orsoliciting of any thing of value to influence the action of a publicofficial in the procurement process or in contract execution; and_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 37 of 566


(ii)"fraudulent practice" means a misrepresentation of facts inorder to influence a procurement process or the execution of acontract to the detriment of the Borrower, and includescollusive practice among Bidders (prior to or after bidsubmission) designed to establish bid prices at artificial noncompetitivelevels and to deprive the Borrower of the benefitsof free and open competition;(b)(c)will reject a proposal for award if it determines that the Bidderrecommended for award has engaged in corrupt or fraudulent practicesin competing for the contract in question;will declare a firm ineligible, either indefinitely or for a stated periodof time, if it at any time determines that the firm has engaged incorrupt or fraudulent practices in competing for, or in executing thiscontract.34.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause 42.2of the Conditions of Contract._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 38 of 566


Annexure-AQualification of the Bidder“Qualification of bidder will be based on meeting the minimum pass/fail criteriaspecified in Part-A below, regarding the Bidder's technical experience and financialposition as demonstrated by the Bidder's responses in the corresponding BidSchedules. The bidder shall also be required to furnish the information specified inPart-B in their Bid. Technical experience and financial resources of any proposedsubcontractor(s) (except as specified in Part-A below) shall not be taken into accountin determining the Bidder's compliance with the qualifying criteria. The bid can besubmitted by an individual firm or a Joint Venture of two or more firms or by a firmhaving foreign collaboration.PART- A1.1 Eligible Bidders:(a)Manufacturers of GIS who have the experience of manufacture,supply, erection, testing and commissioning of the GIS as per thecriteria/conditions mentioned for Manufacturing and Erection in clauseno. 1.1.1 & 1.1.2 respectively below.OR(b)(c)Manufacturers of GIS who have the experience of manufacture andsupply mentioned in clause no. 1.1.1 below and the Erection, Testing& Commissioning of GIS is carried out through an erector as a subcontractor,who has the experience as per the criteria/conditionsmentioned in 1.1.2 below. The bid shall include consent letter (as performat Annexure-D1) from the proposed Erector.ORErectors who have the experience as per the criteria/conditionsmentioned in 1.1.2 below and supply GIS from such manufacturer(s)who fulfils the criteria mentioned at 1.1.1 below. The bid shall includeconsent letter (as per format Annexure-D2) from the proposed GISmanufacturer stating that the manufacturer shall furnish an additionalperformance guarantee for an amount of 10% of the cost of such GIS.This performance guarantee shall be in addition to the ContractPerformance Guarantee to be submitted by the bidder.(d)ORA joint venture firm consisting of two or more partners each of whomshall be:_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 39 of 566


i. Either the Manufacturers of GIS meeting the technicalexperience as mentioned in clause no. 1.1.1 below or/andii. Erectors having technical experience as mentioned in clauseno. 1.1.2 below.Each of the Partners of the Joint Venture must meet the minimumqualifying requirements given under clause 1.1.1and/ or 1.1.2.However, all the partners of Joint Venture shall meet collectively, therequirements of Clauses 1.1.1 and 1.1.2 below. The Technocommercialand legal arrangement between the Joint Venture partnersshall be in line with the clause 1.1.3 below. All thedocuments/evidences as required should be submitted along with thePart-I, Techno-Commercial bid.OR(e)Indian manufacturers who have Technical Collaboration with a foreignfirm(collaborator) or the GIS manufacturers who have establishedproduction line in India for these equipment(s) based on technologicalsupport of their parent company/ principal provided the saidCollaborator or the said Parent company/Principal meet theexperience as mentioned in clause no. 1.1.1 below and erection, testingand commissioning of GIS is carried out by either such manufacturerhimself meeting criteria in clause 1.1.2 or through an erector meetingcriteria at clause 1.1.2. The Techno-commercial and legal arrangementbetween them shall be as per clause 1.1.4 below. All thedocuments/evidences as required in this regard should be submittedalong with the Part-I, Techno-Commercial bid.1.1.1 Experience for GIS Manufacturer(s):GIS Manufacturer(s) as referred in clause no 1.1 above should:a. Have experience in manufacturing and supplying of 33 kV or highervoltage class GIS for at least last five years as on the date of bid openingandb. Have designed, manufactured, supplied, erected, tested as per IEC orequivalent standard and commissioned not less than two (2) GISinstallations having cumulatively at least 14(fourteen) 33kV or highervoltage Circuit Breaker bays of 31.5kA or higher short circuit level, andthe same should have been in successful operation for last two(2) years ason the date of bid opening._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 40 of 566


1.1.2 Experience for Erection, Testing & Commissioning:The Erectors for Erection, Testing & Commissioning of GIS should be:Manufacturer(s) of 33 kV or higher class GIS who have successfully erected,tested and commissioned not less than two (2) GIS installations havingcumulatively at least 14(fourteen) 33kV or higher voltage Circuit Breaker baysand the same should have been in successful operation for at least two(2)years, as on the date of bid opening,ORThe Erectors who have successfully erected, tested and commissioned not lessthan two (2) GIS installations having cumulatively at least 14(fourteen) 33kVor higher voltage Circuit Breaker bays and the same should have been insuccessful operation for at least two(2) years, as on the date of bid opening,ORThe erectors have successfully Erected, Tested & Commissioned not less thantwo (2) Outdoor Substations or Switchyards having cumulatively at least14(fourteen) 33kV or higher voltage Circuit Breaker bays and the same shouldhave been in successful operation for at least two (2) years, as on the date ofbid opening, provided the Erection, testing and commissioning of 33 kV GISis executed under the supervision of the GIS manufacturer.1.1.3 Techno- Commercial and Legal Arrangement of Joint Venture:In case of Joint Venture, the following conditions shall also apply:i. The bid, and in case of successful bid, the specified Form of Agreementshall be signed so as to be legally binding on all partners (Form enclosed).ii.Each of the Partners of the Joint Venture must meet the minimum qualifyingrequirements given under clause 1.1.1and/ or 1.1.2. However, all thepartners of Joint Venture shall meet collectively, the requirements of Clauses1.1.1 and 1.1.2 above.iii.One of the partners shall be nominated as Lead Partner, and the LeadPartner shall be authorized to incur liabilities and receive instructions for andon behalf of any and all partners of the Joint Venture, and the entireexecution of the Contract shall be done with the Lead Partner and paymentunder the contract shall be received by the Lead Partner on behalf of the_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 41 of 566


Joint Venture as per Power conferred to him in the Power of Attorney. Theauthorization shall be evidenced by submitting a Power of Attorney signedby legally authorized signatory of all the partners as per Performa in section“Annexure” of General Conditions of Contract, Vol-I. The payment underthe Contract can also be received by other partner(s) based on authorizationof Lead Partner.iv.All the partners of the joint venture shall be liable jointly and severally forthe execution of the Contract in accordance with the Contract terms, and astatement of this effect shall be included in the authorization mentionedunder (iii) above as well as in the Bid Form and in the Contract Form (incase of a successful bid);v.Agreement entered into by the Joint Venture partners shall be submitted withthe bid.1.1.4 Techno-Commercial and Legal Arrangement For Indian Manufacturerwith Foreign firm for Foreign Collaboration and for Foreign Firmestablishing plant in India with their Parent Company:1. The Foreign Collaborators and the foreign manufacturers who haveestablished production line in India for GIS, as referred in para 1.1 (e )above should have requisite experience as provided in clause 1.1.1 and1.1.2 for complete design, manufacture, erection, testing & commissioningof 33kV or above voltage class GIS. Indian GIS manufacturers referred inpara1.1(e) above shall enter into Technical Collaboration agreement withthe aforesaid foreign firm for complete design, manufacture, engineeringand testing, of 33kV and above voltage class GIS.2. Such Indian GIS manufactures shall have to submit the Type Test Reportsfor GIS identically manufactured by the Collaborator/ParentCompany/Principals for 33kV class or above GIS and furnish certificate tothis effect from the Collaborator/Parent Company/Principals that sincemanufacturing procedure is same, the tests are applicable to productmanufactured in India under phased manufacturing programme. Also thematerial for GIS should be similarly certified by the Collaborator.3. The Indian GIS manufacturer shall furnish a legally enforceableundertaking (jointly with Parent Company/Principals or Collaborator) toguarantee quality, timely supply, performance and warranty obligationsand be responsible under the contract in accordance with the requirementof the contract._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 42 of 566


4. The Collaborator/Parent Company/Principal should undertake backupsupport for 5 years for successful operation of the offered GIS.5. Such Indian GIS manufacturer should be duly authorized by theCollaborator/Parent Company/Principals to supply and / or install the GISin the owner’s country.6. A confirmation letter from the Collaborator/Parent Company/Principalsalong with the bid stating that Collaborator/Parent Company/Principalsshall furnish an additional performance guarantee for an amount of 10% ofthe cost of such GIS to guarantee their obligations toward the owner asreferred hereinbefore or elsewhere in the NIT conditions. Thisperformance guarantee shall be in addition to the Contract PerformanceGuarantee to be submitted by the bidder. Notwithstanding the aforesaidconfirmation the bidder shall be responsible as a condition of contract forthe performance guarantee of their Collaborator or as the case may be oftheir parent company/Principal.7. All the above documents shall be submitted by the bidder along with thebid.8. The above Contract Performance Guarantee from the Collaborator/ParentCompany/Principals shall be submitted in favour of owner as provided inForm 6A.1.1.5 General Requirements1. The bidder shall furnish documentary evidence in support of the qualifyingrequirement stipulated as above along with the bid.2. All the Bidders shall submit the proof of work executed by them along withthe Performance Certificates in support of their qualification.3. The bidder shall have a project manager with 15 years experience in executingsuch contract of comparable nature including not less than five years asmanager._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 43 of 566


4. The bidder should have adequate after sales support facility or shall establishthe same in India for GIS so as to attend warrantee provisions under thiscontract.5. For the purpose of qualifying requirement, one no. of circuit breaker bay shallbe considered as a bay, used for controlling a line or a transformer or a buscoupler and comprising of at least one circuit breaker, two disconnectors andthree nos. of single phase CTs/ Bushing CTs.1.2 Financial Position:1.2.1 Individual Firms:For the purpose of this particular bid, bidders shall meet the followingminimum criteria:a) Minimum Average Annual Turnover (MAAT) of the bidder for the bestthree years out of last five financial years as annualised should be:MAAT (US$) = (1.5 x Estimated Cost) / completion period in yearsb) Bidder shall have Liquid Assets (LA) and/or evidence of access to oravailability of credit facilities of not less than:LA (US$) = (3 x estimated cost) /completion period in monthsIn case bidder is a holding company, MAAT & LA referred to in clause 1.2.1(a) & (b) above shall be, that of holding company only (i.e. excluding itssubsidiary / group companies). In case bidder is a subsidiary of a holdingcompany, MAAT & LA referred to in clause 1.2.1 (a) & (b) above shall bethat of subsidiary company only (i.e. excluding its holding company).Note: In case completion period is less than one (1) year, the denominator tocalculate MAAT and LA shall be considered as one (1) and twelve (12)respectively.1.2.2 Joint Venture Firms:The figures for each of the partners of the joint venture shall be added togetherto determine the bidder’s compliance with the minimum qualifying criteria setout in Clause 1.2.1 (a) & (b) above. However, in order for a joint venture toqualify, partners of the joint venture must meet the following minimumcriteria:The lead partner shall meet, not less than 40% of the minimum criteria givenat Para 1.2.1 (a) & (b) above._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 44 of 566


Each of the other partner(s) shall meet not less than 25% of the criteria givenat 1.2.1 (a) & (b) above.1.2.3 Indian Manufacturers with Foreign Collaboration:PART-BThe Indian manufacturer should meet the minimum financial qualifyingcriterion as mentioned in Clause 1.2.1 above.1.1 Financial & Capacity Requirements1.1.1 Bidder shall be financially sound.i. Bidder shall submit a certificate from their Banker(s) as per format (as perappendix-I to annexure (ITB) of Conditions of Contract, Vol-I) indicatingvarious fund based/non fund based limits sanctioned to the bidder and theextent of utilization as on date. Such certificate should have been issuednot earlier than three months prior to the date of bid opening.ii. Bidder shall submit a monthly cash flow projection for execution of thecontract having regard to implementation schedule. Bidder should indicatehow funding gap in each month is proposed to be met.iii. Bidder shall submit the complete Annual reports together with Auditedstatement of accounts of the company for last five years.1.1.2The Bidder shall submit the audited balance sheet and income statement of itsown (separate) for the last 5 years (five years) and must demonstrate thesoundness of their financial position showing long term profitability. Wherevernecessary the Employer may make enquiries with the Bidder's bankers.1.1.3In the event the Bidder (being a company registered/ incorporated outside Indiaor otherwise) is not able to furnish the above information of its own (separate),being a subsidiary company and the accounts are being consolidated with theirGroup/ Holding/ Parent company, the Bidder should submit the balance sheet,income statement, other information as required, of its own (separate), (not of itsGroup/ Holding/ Parent company) duly certified by:i. Their statutory Auditor; orii.A Certified Public Accountant; or_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 45 of 566


iii.Their Company Secretary certifying that it is based on auditedaccounts, as the case may be.Similarly, if the Bidder happens to be a Group / Holding / Parent company, theBidder should submit the above information of its own (separate), exclusive ofits Subsidiaries, duly certified by:i. Their statutory Auditor; orii.iii.A certified Public Accountant; orTheir Company Secretary certifying that it is based on auditedaccounts, as the case may be.1.2 GIS Manufacturer shall have adequate GIS sub-station Design infrastructureand capacity & procedures including quality control. Erector shall haveadequate erection facilities and capacity & procedures including qualitycontrol.2.0 To be qualified for award, bidders shall provide evidence satisfactory to theEmployer of their capability and adequacy of resources to carry out theContract effectively. Bids shall include the following information:a. Copies of original documents defining the constitution or legal status,place of Registration and principal place of business; written power ofattorney of the Signatory of the bid to commit the bidder;b. The qualification and experience of key personnel, proposed forcarrying out the work;c. Proposal for subcontracting elements of the supply of materialsamounting to more than 10% of the Bid Price for each element;d. Litigation History: Information regarding any current litigation inwhich the bidder is involved, the parties concerned and disputedamount;3.0 Bids submitted by a joint venture of firms as partners shall comply withfollowing requirements.a. The bid shall include all the information listed in sub clause 2.0 (a) to(d) of PART - B above for each joint venture partnerb. The bid, and in case of successful bid, the Form of Agreement shall besigned, so as to be legally binding on all partners;_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 46 of 566


4.0 No margin of preference will be granted to plant & equipment manufactured inemployers country.5.0 Public Sector CompaniesMajority publicly owned enterprises domiciled in India may be eligible to qualify if,in addition to meeting all the above requirements, they also;a. are commercially oriented legal entities, distinct from the Employer, andare not a government department;b. are financially autonomous, as demonstrated by requirements in theirconstitutions to provide separate audited accounts, and return on capital,powers to raise loans and obtain revenues, through the sale of goods orservices; andc. are managerially autonomous.6.0 Notwithstanding anything stated above the Employer reserves the right to assessthe bidder's capability and capacity to perform the contract, should thecircumstances warrant such assessment in the over all interest of the Employer.”_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 47 of 566


Annexure D-1CONSENT LETTER FROM ERECTOR TO BE FURNISHED BY THE GISMANUFACTURER( To be submitted on the letter head of the company)To,Delhi Transco LimitedShakti Sadan Kotla RoadNew Delhi-110002In respect of Turnkey package for Design, Engineering, Manufacture,Transportation to Site, Insurance, Storage, Erection, Testing & Commissioningof 33kV GIS Substation Package at GOPALPUR, New Delhi (India) on turnkeybasis.Tender No. : DTL/DGM (T) SSC-I/GPL/09-10/GIS/GT-02Dear Sir,The undersigned on behalf of M/s ………….. having its registered office at ………..Wish to confirm as under:1. That we shall carry out erection, testing and commissioning of GIS equipmentsfor M/s …………. Meeting the technical specifications as specified in DelhiTransco Limited said Tender No. DTL/DGM (T) SSC-I/GPL/09-10/GIS/GT-022. That we as an Erector meet the qualification criterion as specified inclause1.1.2 ofpart-A, Annexure-A, ITB Vol-I of the said Tender No. DTL/DGM (T) SSC-I/GPL/09-10/GIS/GT-023.That we shall Carry out erection. Testing and commissioning of GIS equipments inline with the agreed time schedule between Delhi Transco Limited and M/s………..4. That documentation in respect of our qualification and experience is enclosed withthis consent letter as per requirement of Tender Specification.That, undersigned is authorized to submit this consent/ confirmation letter on behalfof M/S ……..(Authorization letter enclosed)For and behalf of M/S……..Signature…………………………Name…………………………….Designation………………………Seal……………………………….._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 48 of 566


Annexure D-2CONSENT LETTER FROM GIS MANUFACTURER TO BE FURNISHED BYTHE ERECTOR( To be submitted on the letter head of the company)To,Delhi Transco LimitedShakti Sadan Kotla RoadNew Delhi-110002In respect of Turnkey package for Design, Engineering, Manufacture,Transportation to Site, Insurance, Storage, Erection, Testing & Commissioningof 33kV GIS Substation Package at GOPALPUR, New Delhi (India) on turnkeybasis.Tender No. : DTL/DGM (T) SSC-I/GPL/09-10/GIS/GT-02Dear Sir,The undersigned on behalf of M/s ………….. having its manufacturing units at ………..and registered office at……………..Wish to confirm as under:1. That we shall supply GIS equipments to M/s …………. Meeting the technicalspecifications as specified in Delhi Transco Limited said Tender No. DTL/DGM(T) SSC-I/GPL/09-10/GIS/GT-022. that we as GIS manufacture meet the qualification criterion as specified in clause1.1.2 of part-A, Annexure-A, ITB Vol-I of the said Tender No. DTL/DGM (T)SSC-I/GPL/09-10/GIS/GT-023. That we shall supply the GIS equipments in line with the agreed time schedulebetween Delhi Transco Limited and M/s………..4. That documentation in respect of our qualification and experience is enclosed withthis consent letter as per requirement of Tender Specification.5. That we shall undertake the supervision of erection, testing and commissioning incase of award of contract to M/s ………( To be submitted by an erector who is nothaving GIS experience as provided in clause 1.1.2)6. That, we shall furnish additional performance guarantee (Unconditional) for anamount of 10% of the cost of GIS equipments as per NIT.That, undersigned is authorized to submit this consent/ confirmation letter on behalfof M/S ……..(Authorization letter enclosed)For and behalf of M/S……..Signature…………………………Name…………………………….Designation………………………_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 49 of 566


Seal………………………………..[Appendix-I] of Annexure-AFORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDITFACILITIESBANK CERTIFICATEThis is to certify that M/s ……………………………. (Full Name & Address) ………………………………………………………………………………………………..Who are submitting their bid to Delhi Transco Ltd. as sole bidder*/partner of JV*#against their tender specification vide Ref. No.________________ & date___________ is our Customer for the past _________________ years.Their financial transactions with our bank have been satisfactory They enjoy thefollowing fund based on non-fund based and non-fund based limits including forguarantees, L/C and other credit facilities with us against which the extent ofutilization as on date is also indicated below :Sl.No. Type of Facility Sanctioned Limit as onDateUtilization as on DateThis letter is issued at the request of M/s. _________________________________Name of BankName of Authorised SignatoryDesignationPhone No.Fax No.AddressSd/-____________________________________________________________________________________________________________SEAL OF THE BANK :Note :* Strike out whichever is not applicable.# Separate details to be furnished by different partners of JV._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 50 of 566


SECTION-IIICONDITIONS OF CONTRACT (CC)_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 51 of 566


CONTENTSFORCONDITIONS OF CONTRACT(SECTION III –CC)_____________________________________________________________________Table of ClausesA. Contract and Interpretation1 Definitions2 Documents3 Interpretation4 Notices5 Governing Law6 Settlement of DisputesB. Subject Matter of Contract7 Scope of Facilities8 Time for commencement and completion9 Contractor’s Responsibilities.10 Employer’s ResponsibilitiesC. Payment.11 Contract Price12 Terms of Payment.13 Securities.14 Taxes and DutiesD. Intellectual Property15 Copyright16 Confidential InformationE. Execution of Facilities17 Project Manager18 Work Program19 Subcontracting20 Design and Engineering21 Procurement22 Installation23 Test and Inspection24 Completion of the Facilities25 Commissioning and Operational Acceptance_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 52 of 566


F. Guarantees and Liabilities26 Completion Time Guarantee27 Defect Liability28 Functional Guarantee29 Patent Indemnity30 Limitation of LiabilityG. Risk Distribution31 Transfer of Ownership32 Care of Facilities33 Loss of or Damage to Property; Accident orInjury to Workers; Indemnification34 Insurance35 Unforeseen Conditions36 Change in Laws and Regulations37 Force Majeure38 War RisksH. Change in Contract Elements39 Change in the Facilities40 Extension of time for completion41 Suspension.42 Termination43 Assignment.44 Construction of Contract_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 53 of 566


A. Contract and Interpretation:1.0 Definitions:Section IIIConditions of Contract (CC)1.1 The following words and expressions shall have the meanings herebyassigned to them:"Contract" means the Contract Agreement entered into between theEmployer and the Contractor, together with the Contract Documents referredto therein; they shall constitute the Contract, and the term "the Contract”shall in all such documents be construed accordingly."Contract Documents" means the documents listed in Article 1.1 (ContractDocuments) of the Form of Contract Agreement (including any amendmentsthereto)."CC" means the Conditions of Contract hereof."Day" means calendar day of the Gregorian Calendar."Month" means calendar month of the Gregorian Calendar."Employer" means the person named as below and includes the legalsuccessors or permitted assigns of the Employer.Delhi Transco Ltd.Shakti SadanNew Delhi-110002Fax No. – 011-23620320Tel. No. -011-23556659Project Manager" means the person appointed by the Employer in themanner provided in CC Sub-Clause 17.1 (Project Manager) hereof andnamed as such in the CC to perform the duties delegated by the Employer.The Project Manager is: [Name, address, telephone, cable and facsimilenumbers ]_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 54 of 566


"Contractor" means the person(s) whose bid to perform the Contract hasbeen accepted by the Employer and is named as such in the ContractAgreement, and includes the legal successors or permitted assigns of theContractor.The Contractor is : [Name, address, telephone, cable and facsimilenumbers ]"Contractor's Representative" means any person nominated by theContractor and named as such in the CC and approved by the Employer inthe manner provided in CC Sub-Clause 17.2 (Contractor's Representativeand Construction Manager) hereof to perform the duties delegated by theContractor.The Contractor’s Representative is: [Name, address, telephone, cableand facsimile numbers]"Subcontractor," including vendors, means any person to whom executionof any part of the Facilities, including preparation of any design or supply ofany Plant and Equipment, is sub-contracted directly or indirectly by theContractor, and includes its legal successors or permitted assigns."Arbitrator" means the person or persons appointed by agreement betweenthe Employer and the Contractor to make a decision on or to settle anydispute or difference between the Employer and the Contractor referred tohim or her by the parties pursuant to CC Sub-Clause 6.2 (Arbitrator) hereof."Contract Price" means the sum specified in Article 2.1 (Contract Price) ofthe Contract Agreement, subject to such additions and adjustments thereto ordeductions therefrom, as may be made pursuant to the Contract."Facilities" means the Plant and Equipment to be supplied and installed, aswell as all the Installation Services to be carried out by the Contractor underthe Contract."Plant and Equipment" means permanent plant, equipment, machinery,apparatus, articles and things of all kinds to be provided and incorporated inthe Facilities by the Contractor under the Contract (including the spare partsto be supplied by the Contractor under CC Sub-Clause 7.3 hereof), but doesnot include Contractor's Equipment."Installation Services" means all those services ancillary to the supply ofthe Plant and Equipment for the Facilities, to be provided by the Contractorunder the Contract; e.g., transportation and provision of marine or othersimilar insurance, inspection, expediting, Site preparation works (includingthe provision and use of Contractor's Equipment and the supply of allconstruction materials required), installation, testing, Precommissioning,commissioning, operations, maintenance, the provision of operations and_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 55 of 566


maintenance manuals, training, etc."Contractor's Equipment" means all plant, facilities, equipment,machinery, tools, apparatus, appliances or things of every kind required in orfor installation, completion and maintenance of Facilities that are to beprovided by the Contractor, but does not include Plant and Equipment, orother things intended to form or forming part of the Facilities."Site" means the land and other places upon which the Facilities are to beinstalled, and such other land or places as may be specified in the Contract asforming part of the Site.“Effective Date” means the date from which the Time for Completion shallbe determined as stated in Article 3 (Effective Date for Determining Timefor Completion) of the form of Contract Agreement.“Time of completion “ - Means the time within which completion of theFacilities as whole (or of a part of the Facilities where a separate Time forcompletion of such part has been prescribed) and “Operational Acceptance”(Taking Over) by the employer is to be attained in accordance with thestipulations in the CC and the relevant provisions of the Contract.Time for completionSl.No.1.a)ActivitiesOperational Acceptance by the Employerupon successful completion of :33 kV GIS Substation at GOPALPUR,New Delhi(India).Duration in monthsfrom the effective dateof contract9 to 12 monthsThe successful Bidder shall be required to prepare detailed Network(s) andproject implementation plans & programmes and finalize the same with theEmployer as per requirement specified in Technical Specifications, whichshall form a part of the Contract.Note: For the purpose of evaluation, an adjustment per month @ 2% shall beadded to the quoted prices(Lump sum bid price excluding duties & taxes)ofthe bidder offering deliveries/ completion later than the earliest completionperiod i.e. 12 months in the acceptable range of 9 to 12 months ofcompletion. No credit will be given for the earlier delivery/completion andoffers with delivery/completion beyond the acceptable range of 9 to 12months of completion will be treated as unresponsive."Completion" means that the Facilities (or a specific part thereof wherespecific parts are specified in the CC) have been completed operationally and_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 56 of 566


structurally and put in a tight and clean condition, and that all work inrespect of Precommissioning of the Facilities or such specific part thereofhas been completed and commissioning has been attained as per TechnicalSpecifications."Precommissioning" means the testing, checking and other requirementsspecified in the Technical Specifications that are to be carried out by theContractor in preparation for Commissioning as provided in CC Clause 24(Completion) hereof.“Commissioning” means operations of the facilities or any part thereof tobe carried out by the Contractor as provided in CC Sub-Clause 25.1(commissioning) hereof, for the purpose of carrying out Guarantee Test(s)."Guarantee Test(s)" means the test(s) specified in the TechnicalSpecifications to be carried out to ascertain whether the Facilities or aspecified part thereof is able to attain the Functional Guarantees specified inthe Technical Specifications in accordance with the provisions of CC Sub-Clause 25.2 (Guarantee Test) hereof."Operational Acceptance" means the acceptance by the Employer of theFacilities (or any part of the Facilities where the Contract provides foracceptance of the Facilities in parts), which certifies the Contractor'sfulfillment of the Contract in respect of Functional Guarantees of theFacilities (or the relevant part thereof) in accordance with the provisions ofCC Clause 28 (Functional Guarantees) hereof and shall include deemedacceptance in accordance with CC Clause 25 (Commissioning andOperational Acceptance) hereof."Defect Liability Period” means the period of validity of the warrantiesgiven by the Contractor commencing at Completion of the Facilities or a partthereof, during which the Contractor is responsible for defects with respect tothe Facilities (or the relevant part thereof) as provided in CC Clause 27(Defect Liability) hereof.2. Contract Documents2.1 Subject to Article 1.2 (Order of Precedence) of the Contract Agreement, alldocuments forming part of the Contract (and all parts thereof) are intended tobe correlative, complementary and mutually explanatory. The Contract shallbe read as a whole.3. Interpretation3.1 Language3.1.1 Unless the Contractor is a national of the Employer's country and theEmployer and the Contractor agree to use the local language, all Contract_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 57 of 566


Documents, all correspondence and communications to be given, and allother documentation to be prepared and supplied under the Contract shallbe written in English, and the Contract shall be construed and interpreted inaccordance with that language.3.1.2 If any of the Contract Documents, correspondence or communications areprepared in any language other than the governing language under CC SubClause 3.1.1 above, the English translation of such documents,correspondence or communications shall prevail in matters of interpretation.3.2 Singular and PluralThe singular shall include the plural and the plural the singular, except wherethe context otherwise requires.3.3 HeadingsThe headings in the CC are included for ease of reference, and shall neitherconstitute a part of the Contract nor affect its interpretation.3.4 PersonsWords importing persons or parties shall include firms, corporations andgovernment entities.3.5 IncotermsUnless inconsistent with any provision of the Contract, the meaning of anytrade term and the rights and obligations of parties thereunder shall be asprescribed by Incoterms.Incoterms means international rules for interpreting trade terms published bythe International Chamber of Commerce (latest edition), 38 Cours Albert 1er,and 75008 Paris, France.3.6 Entire AgreementSubject to CC Sub-Clause 16.4 hereof, the Contract constitutes the entireagreement between the Employer and Contractor with respect to the subjectmatter of Contract and supersedes all communications, negotiations andagreements (whether written or oral) of parties with respect thereto madeprior to the date of Contract.3.7 AmendmentNo amendment or other variation of the Contract shall be effective unless it_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 58 of 566


is in writing, is dated, expressly refers to the Contract, and is signed by aduly authorized representative of each party hereto.3.8 Independent ContractorThe Contractor shall be an independent contractor performing the Contract.The Contract does not create any agency, partnership, joint venture or otherjoint relationship between the parties hereto.Subject to the provisions of the Contract, the Contractor shall be solelyresponsible for the manner in which the Contract is performed. Allemployees, representatives or Subcontractors engaged by the Contractor inconnection with the performance of the Contract shall be under the completecontrol of the Contractor and shall not be deemed to be employees of theEmployer, and nothing contained in the Contract or in any subcontractawarded by the Contractor shall be construed to create any contractualrelationship between any such employees, representatives or Subcontractorsand the Employer.3.9 Joint Venture or ConsortiumIf the Contractor is a joint venture or consortium of two or more firms, allsuch firms shall be jointly and severally bound to the employer for thefulfilment of the provisions of the Contract and shall designate one of suchfirms to act as a leader with authority to bind the joint venture or consortium.The composition or the constitution of the joint venture or consortium shallnot be altered without the prior consent of the Employer.3.10 Non-Waiver3.10.1 Subject to CC Sub-Clause 3.10.2 below, no relaxation, forbearance, delay orindulgence by either party in enforcing any of the terms and conditions of theContract or the granting of time by either party to the other shall prejudice,affect or restrict the rights of that party under the Contract, nor shall anywaiver by either party of any breach of Contract operate as waiver of anysubsequent or continuing breach of Contract.3.10.2 Any waiver of a party's rights, powers or remedies under the Contract mustbe in writing, must be dated and signed by an authorized representative ofthe party granting such waiver, and must specify the right and the extent towhich it is being waived.3.11 SeverabilityIf any provision or condition of the Contract is prohibited or rendered invalidor unenforceable, such prohibition, invalidity or unenforceability shall notaffect the validity or enforceability of any other provisions and conditions ofthe Contract._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 59 of 566


3.12 Country of Origin4. Notices"Origin" means the place where the materials, equipment and other suppliesfor the Facilities are mined, grown, produced or manufactured, and fromwhichthe services are provided.4.1 Unless otherwise stated in the Contract, all notices to be given under theContract shall be in writing, and shall be sent by personal delivery, airmailpost, special courier, cable, telegraph, telex, facsimile or Electronic DataInterchange (EDI) to the address of the relevant party set out in the SpecialConditions of Contract, with the following provisions.Employer’s address for notice purposes: [Name, address and telephone,cable and facsimile numbers]Contractor’s address for notice purposes: [Name, address and telephone,cable and facsimile numbers]4.1.1 Any notice sent by cable, telegraph, telex, facsimile or EDI shall beconfirmed within two (2) days after despatch by notice sent by airmail postor special courier, except as otherwise specified in the Contract.4.1.2 Any notice sent by airmail post or special courier shall be deemed (in theabsence of evidence of earlier receipt) to have been delivered ten (10) daysafter despatch. In proving the fact of despatch, it shall be sufficient to showthat the envelope containing such notice was properly addressed, stampedand conveyed to the postal authorities or courier service for transmission byairmail or special courier.4.1.3 Any notice delivered personally or sent by cable, telegraph, telex, facsimileor EDI shall be deemed to have been delivered on date of its despatch.4.1.4 Either party may change its postal, cable, telex, facsimile or EDI address oraddressee for receipt of such notices by ten (10) days' notice to the otherparty in writing.4.2 Notices shall be deemed to include any approvals, consents, instructions,orders and certificates to be given under the Contract .5. Governing Law5.1 The Contract shall be governed by and interpreted in accordance with thelaws of the Employer’s country._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 60 of 566


6. Settlement of Disputes6.1. AdjudicatorNot applicable.6.2.0 ArbitrationIf at any time any question, dispute or difference shall arise between theEmployer and the Contractor in connection with or arising out of theContract or the carrying out of the Works either party shall be entitled torefer the matter to be finally settled by arbitration in accordance with thefollowing provisions:6.2.1 In the event of the Contractor being an Indian party, that is to say a citizenand/or a permanent resident of India, a firm or company duly registered orincorporated in India, the arbitration shall be conducted by three arbitrators.One each to be nominated by the Contractor and the Employer and the thirdto be appointed as an umpire by both the arbitrators in accordance with theIndian Arbitration Act. If either of the parties fails to appoint its arbitratorwithin sixty (60) days after receipt of a notice from the other party invokingthe Arbitration clause, the arbitrator appointed by the party invoking thearbitration clause shall become the sole arbitrator to conduct the arbitration.6.2.2 The arbitration shall be conducted in accordance with the provisions of theIndian Arbitration & Conciliation Act, 1996 or any statutory modificationthereof. The venue of arbitration shall be New Delhi, India.6.2.3 In the event of foreign Contractor, the arbitration shall be conducted inaccordance with the Rules of Conciliation and Arbitration of theInternational Chamber of Commerce by three arbitrators, one each to beappointed by the Employer and the Contractor and the third to be appointedby the Court of Arbitration of the International Chamber of Commerce, inaccordance with the said "Rules". The arbitration shall be conducted at NewDelhi, India. The language of arbitration shall be English.6.2.4 The Arbitrator(s) shall have full power to open up review and revise:a) Any decision of the Employer referred to arbitration , andb) Any certificate of the Employer related to the dispute.6.2.5 The award given by the Arbitrator(s) under the Sub-clauses 6.2.1 & 6.2.3shall be a speaking award.6.2.6 Works to ContinuePerformance of the Contract shall continue during arbitration proceedingsunless the Employer shall order suspension. If any such suspension isordered the reasonable costs incurred by the Contractor and occasionedthereby shall be added to the Contract Price. No payments due or payableby the Employer shall be withheld on account of pending reference toarbitration._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 61 of 566


6.2.7 Time Limit for ArbitrationFormal notice of arbitration must be given to the other party, and whererequired to the appropriate arbitration body no later than 90 days after theissue of the Final Certificate of Payment.6.2.8 Law and Procedure6.2.8.1 Applicable LawThe law, which is to apply to the Contract and under which the Contract isto be construed, shall be Indian law.6.2.8.2 Procedural LawThe law governing the procedure and administration of any arbitrationinstituted pursuant to Clause 6.0 shall be Indian law.B. Subject Matter of Contract7. Scope of Facilities7.1. Unless otherwise expressly limited in the Technical Specifications, theContractor’s obligation cover the provision of all Plant and Equipment andthe performance of all Installation Services required for the design, themanufacture (including procurement, quality assurance, construction,installation, associated civil works, Precommissioning and delivery) of thePlant and Equipment and the installation, completion, commissioning andperformance testing of the facilities in accordance with the plans,procedures, specifications drawings, codes and any other documents asspecified in the Technical specifications. Such specifications include, but arenot limited to, the provision of supervision and engineering services thesupply of labour, materials, equipment, spare parts (as specified in CC subclause7.3 below) and accessories, Contractor’s Equipment; constructionutilities and supplies, temporary materials, structures and facilities,transportation (including without limitation, unloading and hauling to, fromand at the Site); and storage except for those supplies, works and servicesthat will be provided or performed by the Employer, as set forth inAppendix-6 (Scope of Works and Supply by the Employer) to the ContractAgreement.7.2 The Contractor shall, unless specifically excluded in the Contract, performall such work and/or supply all such items and materials not specificallymentioned in the Contract but that can be reasonably inferred from theContract as being required for attaining Completion of the Facilities as ifsuch work and/or items and materials were expressly mentioned in theContract.7.3 In addition to the supply of Mandatory Spare Parts included in the Contract,the Contractor agrees to supply spare parts required for the operation and_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 62 of 566


maintenance of the Facilities for the period specified in the CC. However,the identity, specifications and quantities of such spare parts and the termsand conditions relating to the supply thereof are to be agreed between theEmployer and the Contractor, and the price of such spare parts shall be thatgiven in Price Schedule No. 6, which shall be added to the Contract Price.The price of such spare parts shall include the purchase price thereof andother costs and expenses (including the Contractor's fees) relating to thesupply of spare parts.The Contractor shall ensure the availability of spare parts for the supplieditems for a minimum period of fifteen (15) years from operationalacceptance by the Employer7.4 The Contractor shall carry sufficient inventories to ensure an ex-stock supplyof consumable spares for the plant and equipment. Other spare parts andcomponents shall be supplied as promptly as possible, but at the most withinsix (6) months of placing the order and opening the letter of credit.7.5 In the event of termination of production of spare parts:(i) The Contractor shall send advance notification to the Employer ofthepending termination, with 2 (two) years time to permit the Employertoprocure needed requirements, and(ii) Following such termination, the contractor shall furnish at no cost tothe Employer the blueprints, drawings and specifications of the spareparts, if requested.8. Time for Commencement and Completion8.1 The Contractor shall commence work on the Facilities within the periodspecified in the CC and without prejudice to CC Sub-Clause 26.2 hereof, theContractor shall thereafter proceed with the Facilities in accordance with thetime schedule specified in Appendix 4 (Time Schedule) to the ContractAgreement.The contractor shall commence work on the facilities from the EffectiveDate of Contract for determining Time for completion as specified in thecontract.8.2. The Contractor shall attain Completion of the Facilities (or of a part where aseparate time for Completion of such part is specified in the Contract) withinthe time stated in the CC or within such extended time to which the_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 63 of 566


Contractor shall be entitled under CC Clause 40 (Extension of Time forCompletion) hereof.The operational Acceptance of the Facilities shall be attained within12(twelve) months from the Effective Date of Contract9. Contractor's Responsibilities9.1 The Contractor shall design, manufacture (including associated purchasesand/or subcontracting), install and complete the Facilities with due care anddiligence in accordance with the Contract.9.2 The Contractor confirms that it has entered into this Contract on the basis ofa proper examination of the data relating to the Facilities (including any dataas to boring tests) provided by the Employer, and on the basis of informationthat the Contractor could have obtained from a visual inspection of the Site(if access thereto was available) and of other data readily available to itrelating to the Facilities as at the date twenty-eight (28) days prior to bidsubmission. The Contractor acknowledges that any failure to acquaint itselfwith all such data and information shall not relieve its responsibility forproperly estimating the difficulty or cost of successfully performing theFacilities.9.3 The Contractor shall acquire in its name all permits, approvals and/orlicenses from all local, state or national government authorities or publicservice undertakings in the country where the Site is located that arenecessary for the performance of the Contract, including, without limitation,visas for the Contractor's and Subcontractor's personnel and entry permits forall imported Contractor's Equipment. The Contractor shall acquire all otherpermits, approvals and/or licenses that are not the responsibility of theEmployer under CC Sub-Clause 10.3 hereof and that are necessary for theperformance of the Contract.9.4 The Contractor shall comply with all laws in force in the country where theFacilities are installed and where the Installation Services are carried out.The laws will include all national, provincial, municipal or other laws thataffect the performance of the Contract and bind upon the Contractor. TheContractor shall indemnify and hold harmless the Employer from and againstany and all liabilities, damages, claims, fines, penalties and expenses ofwhatever nature arising or resulting from the violation of such laws by theContractor or its personnel, including the Subcontractors and their personnel,but without prejudice to CC Sub-Clause 10.1 hereof.9.5 Any Plant, Material and Services that will be incorporated in or be requiredfor the Facilities and other supplies shall have their origin as specified underCC Clause 1 (Country of Origin)._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 64 of 566


9.6 The Contractor shall permit the Bank to inspect the Contractor's accountsand records relating to the performance of the Contractor and to have themaudited by auditors appointed by the Bank, if so required by the Bank.10. Employer's Responsibilities10.1 The Employer shall ensure the accuracy of all information and/or data to besupplied by the Employer as described in Appendix 6 (Scope of Works andSupply by the Employer) to the Contract, except when otherwise expresslystated in the Contract.10.2 The Employer shall be responsible for acquiring and providing legal andphysical possession of the Site and access thereto, and for providingpossession of and access to all other areas reasonably required for the properexecution of the Contract, including all requisite rights of way, as specifiedin Appendix 6 (Scope of Works and Supply by the Employer) to the ContractAgreement. The Employer shall give full possession of and accord all rightsof access thereto on or before the date(s) specified in Appendix 6.10.3 The Employer shall acquire and pay for all permits, approvals and/or licensesfrom all local, state or national government authorities or public serviceundertakings in the country where the site is located which such authoritiesor undertakings require the Employer to obtain them in the Employer’sname, are necessary for the execution of the Contract (they include thoserequired for the performance by both the Contractor and the Employer oftheir respective obligations under the Contract), including those specified inAppendix 6 ( Scope of works and supply by the Employer) to the ContractAgreement.10.4 If requested by the Contractor, the Employer shall use its best endeavours toassist the Contractor in obtaining in a timely and expeditious manner allpermits, approvals and/or licenses necessary for the execution of theContract from all local, state or national government authorities or publicservice undertakings that such authorities or undertakings require theContractor or Subcontractors or the personnel of the Contractor orSubcontractors, as the case may be, to obtain.10.5 Unless otherwise specified in the Contract or agreed upon by the Employerand the Contractor, the Employer shall provide sufficient, properly qualifiedoperating and maintenance personnel, shall supply and make available allraw materials utilities, lubricants, chemicals, catalysts, other materials andfacilities, and shall perform all works and services of whatsoever nature, toenable the Contractor to properly carry out Pre-commissioning,Commissioning and Guarantee Tests, all in accordance with the provisionsof Appendix 6 (Scope of works and supply by the Employer) to the ContractAgreement at or before the time specified in the program furnished by theContractor under CC Sub-Clause 18.2 (Program of Performance ) hereof and_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 65 of 566


in the manner thereupon specified or as otherwise agreed upon by theEmployer and the Contractor.10.6 The Employer shall be responsible for the continued operation of thefacilities after Operational Acceptance, in accordance with CC 25.310.7 All costs and expenses involved in the performance of the obligations underthis CC Clause 10 shall be the responsibility of the Employer, save those tobe incurred by the Contractor with respect to the performance of GuaranteeTests,in accordance with CC Sub-Clause 25.2.C. Payment11. Contract Price11.1 The Contract Price shall be as specified in Article 2 (Contract Price andTerms of Payment) of the Form of Contract Agreement.11.2 The Contract Price shall be on lump sum basis. The Contract price shall beadjusted on account of variation in quantity in accordance with clause 39CC. Further the CIF/Ex-works price component and installation pricecomponent shall also be subject to price adjustment in line with theprovisions of Appendix 2 to Form of Contract Agreement11.3 Subject to CC Sub-Clauses 9.2, 10.1 and .35 (Unforeseen Conditions)hereof, the Contractor shall be deemed to have satisfied itself as to thecorrectness and sufficiency of the Contract Price, which shall, except asotherwise provided for in the Contract, cover all its obligations under theContract.12. Terms of Payment12.1 The Contract Price shall be paid as specified in Appendix 1 (Terms andProcedures of Payment) to the Contract Agreement. The procedures to befollowed in making application for and processing payments shall be thoseoutlined in the same Appendix 1.12.2 No payment made by the Employer herein shall be deemed to constituteacceptance by the Employer of the Facilities or any part(s) thereof.12.3 The currency or currencies in which payments are made to the Contractorunder this Contract shall be specified in Appendix 1 (Terms and Proceduresof Payment) to the Contract Agreement, subject to the general principle thatpayments will be made in the currency or currencies in which the ContractPrice has been stated in the Contractor's bid._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 66 of 566


12.4 All payments shall be made in currency or currencies specified in thecorresponding Appendix 1 (Terms and Procedures of Payment) to theContract Agreement, pursuant to CC 12.3.13. Securities13.1 Issuance of SecuritiesThe Contractor shall provide the securities specified below in favour of theEmployer at the times, and in the amount, manner and form specified below.13.2 Advance Payment Security13.2.1 The Contractor shall, within twenty-eight (28) days of the notification ofcontract award, provide a security in an amount equal to the advancepayment calculated in accordance with Appendix 1 (Terms and Proceduresof Payment) to the Contract Agreement, and in the same currency orcurrencies with a validity of up to ninety (90) days beyond the date ofCompletion of the Facilities in accordance with CC Clause 24”13.2.2 The Security shall be in the form provided in the bidding documents or inanother form acceptable to the Employer. The security shall be dischargedafter completion of the facilities or relevant party thereof.Procedure for effective reduction in the Advance Payment Security:The advance Payment Security shall be allowed to be reduced every three(3) months after First Running Account Bill/ Stage payment under theContract. The cumulative amount of reduction at any point of time shall notexceed seventy five percent (75%) of the advance corresponding tocumulative value of the Facilities completed as per a certificate to be issuedby the Project Manager. It should be clearly understood that reduction in thevalue of security for advance shall not in any way dilute the Contractor’sresponsibility and liabilities under the Contract including in respect of theFacilities for which reduction in the value of security is allowed.13.3 Performance Security13.3.1 The Bidder shall submit performance guarantee of 10% of the contract valuewithin twenty eight (28) days of the notifications of award, valid for 12Months from operational acceptance. Then this performance guarantee shallbe renewed periodically every year for next four years. Even the renewal ofperformance guarantee shall be done by the contractor one month prior tothe expiry date._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 67 of 566


The bidder will submit an undertaking to the owner with a copy to thebanker issuing the performance bank guarantee that the bidder will renewand submit the bank guarantee within thirty days before the expiry of bankguarantee failing which it shall be encashed and credited in favour of DTLautomatically by the banker without waiting for any instructions from DTL.13.3.2 The performance security shall be in the form of unconditional BankGuarantee attached hereto in the Section IV - Sample Forms and Procedures.13.3.3 Reduction in the security pro rata to the Contract Price of any part of theFacilities is not admissible since separate time for Completion of part of thefacilities is not applicable. However, if the Defects Liability Period has beenextended on any part of the Facilities pursuant to CC sub-clause 27.8 hereof,the Contractor shall issue an additional security in an amount proportionateto the Contract Price of that part. The Security shall be returned to theContractor immediately after its expiration, provided, however, that if theContractor pursuant to CC Sub-Clause 27.10, is liable for an extendedwarranty obligation, the performance security shall be extended for theperiod and up to the amount specified in the CC clause 27.13.3.4. In case of award of the contract to a Joint Venture, the performance securityand the Bank Guarantee for advance payment shall be submitted in the nameof the Joint Venture and not in the name of the Lead Partner or anyPartner(s) of the Joint Venture alone.13.4 Issuing BanksThe Advance Payment Security and Performance Security are to be providedby the Contractor in the form of ‘Bank Guarantee’ which should be issuedeither:(a) by a reputed bank located in the country of Employer and acceptable totheEmployer,or(b) by a foreign bank confirmed by either its correspondence bank located inthecountry of Employer which should be reputed and acceptable to theEmployer,or(c)By a Public Sector Bank in the country of Employer._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 68 of 566


All banks except Public Sector Banks of the Employer’s country shall havewith overall international corporate rating or rating of long term debt not lessthan A-(A minus) or equivalent by a reputed rating agency.14. Taxes and Duties14.1 For CIF Contract, the Contractor shall be entirely responsible for payment ofall taxes, stamp duties, licence fees and other such levies imposed out-sidethe employer’s country.14.2 In case of Contract for domestic supplies and services, the Contractor shallbe entirely responsible for payment of all taxes, duties, licence fees and othersuch levies legally payable incurred until delivery of the contracted suppliesto the Employer.14.3 The Contractor shall be solely responsible for the taxes that may be levied onthe Contractor’s persons or on earnings of any of his employees and shallhold the Employer indemnified and harmless against any claims that may bemade against the employer. The Employer does not take any responsibilitywhatsoever regarding taxes under Indian Income Tax Act, for the Contractoror his personnel. If it is obligatory under the provisions of the Indian IncomeTax Act, deduction of Income Tax at source shall be made by the Employer.14.4 In case of CIF Contacts, any Indian Customs duties or levies including theStamp Duty and Import Licence Fee levied by the Government of India orany State Government in India on the equipment and materials covered inthe Contract to be imported in to India against employer’s Import Lincenceand which will become the property of the Employer under the Contract,shall be to the Employer’s account and shall be paid directly by theEmployer to Government of India or concerned authorities . In the event acontractor is required by law to pay such levies in India, the same shall bereimbursed by the Employer to the Contractor in Indian Rupees, uponpresentation of satisfactory documentary evidence for having made suchpayments. The successful bidder shall submit a comprehensive list of all thegoods to be imported in to India under the Contract to enable the Employerto obtain the Import Licence endorsement of Project Imports for availingconcessional rate of customs and import duties. However, the successfulbidder shall arrange to get equipment assessed under ‘Project Rate” or ‘meritrate’ of custom duty whichever is less as permitted under relevantnotification for the type of Project. Any additional liabilities of customs andimport duties or penalty thereon, due to discrepancy in the said list of goodsor any other lapse of the Contractor, shall be to the account of the Contract.As of now, there is no sales tax or excise duty applicable in respect of thetransaction between the Employer and the Contractor in respect of suppliesfrom abroad.14.5 In case of local supplies and services, all Customs Duties and Levies, Octroi,Excise Duties, Sales Tax payable on equipments, components, subassemblies,raw materials and any other items used for their consumption or_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 69 of 566


dispatched directly to the Employer from their Sub-supplier (i.e. sale-intransitat concessional rate) shall be included in the Bid price and any suchtaxes, duties, levies additionally payable will be to Contractor's account andno separate claim on this behalf will be entertained by the Employer.However, octroi/entry tax as applicable for destination site/state on all itemsof supply including bought-out finished items, which shall be dispatcheddirectly from the sub-vendor’s works to the Employer’s site (sale-in-transit),shall not be included in the bid price. The applicable octroi/entry tax inrespect of the said items of supply would be reimbursed to the Contactorseparately by the Employer subject to furnishing of documentary proof.The bidder shall include Service tax and surcharge/cess etc, on it as applicable intheir quoted bid price and employer would not bear any additional liability on thisaccount. Employer shall however deduct such tax at sources as per the rules andissue necessary Certificate to the contractor.14.6 In case of local supplies, Excise duty, sales tax (but not surcharge in lieu ofsales-tax) local taxes and other levies solely in respect of the transactionbetween the Employer and the Contractor under the Contract, if any, shallnot be included in the bid price, but those shall be indicated separatelywherever applicable. These amounts will be payable (along with subsequentvariation if any), by the Employer on the supplies made by the Contractorbut limited to the tax liability on the transaction between the Employer andthe Contractor. Employer shall, however, issue requisite sales tax declarationforms14.7 The Contractor shall include the Sales Tax on Works Contract, TurnoverTax or any other similar taxes under the Sales Tax Act for services to beperformed in Employer’s country, as applicable in their quoted bid price andEmployer would not bear any liability on this account. Employer shall,however, deduct such taxes at source as per the rules and issue TaxDeduction at Source (TDS) Certificate to the Contractor.14.8 For payment/reimbursement of Sales Tax, in respect of despatches madedirectly from Bidders works, under on shore supply package, invoices raisedby the Bidder shall be accepted as documentary evidence. Similarly, prenumberedinvoices duly signed by authorized signatory will be considered asevidence for payment of Excise Duty.14.9 Indian Bidders, offering imported goods “off-the-shelf” or dispatcheddirectly from the Indian Port of disembarkation, must include all taxes andduties like customs duties and levies etc. (except Octroi / entry tax) in theirbid price and the Employer shall not entertain any claim, whatsoever, in thisregard, except Octroi / entry tax.D. Intellectual Property15. Copyright_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 70 of 566


15.1 The copy right in all drawings, documents and other materials containingdata and information furnished to the Employer by the Contractor hereinshall remain vested in the Contractor or, if they are furnished to theEmployer directly or through the Contactor by any third party, includingsupplies of materials, the copyright in such materials shall remain vested insuch third party.The Employer shall however be free to reproduce all drawings, documentand other material furnished to the Employer for all purpose of the Contractincluding, if required, for operation and maintenance.16. Confidential Information16.1 The Employer and the Contractor shall keep confidential and shall not,without the written consent of the other party hereto, divulge to any thirdparty any documents, data or other information furnished directly orindirectly by the other party hereto in connection with the Contract, whethersuch information has been furnished prior to, during or following terminationof the Contract. Notwithstanding the above, the Contractor may furnish to itsSubcontractor(s) such documents, data and other information it receives fromthe Employer to the extent required for the Subcontractor(s) to perform itswork under the Contract, in which event the Contractor shall obtain fromsuch Subcontractor(s) an undertaking of confidentiality similar to thatimposed on the Contractor under this CC Clause.16.16.2 The Employer shall not use such documents, data and other informationreceived from the Contractor for any purpose other than the operation andmaintenance of the Facilities. Similarly, the Contractor shall not use suchdocuments, data and other information received from the Employer for anypurpose other than the design, procurement of Plant and Equipment,construction or such other work and services as are required for theperformance of the Contract.16.3 The obligation of a party under CC Sub-Clauses 16.1 and 16.2 above,however, shall not apply to that information which(a) now or hereafter enters the public domain through no fault of that party(b) can be proven to have been possessed by that party at the time ofdisclosureand which was not previously obtained, directly or indirectly, fromtheother party hereto(c) otherwise lawfully becomes available to that party from a third party thathas no obligation of confidentiality._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 71 of 566


16.4 The above provisions of this CC Clause 16 shall not in any way modify anyundertaking of confidentiality given by either of the parties hereto prior tothe date of the Contract in respect of the Facilities or any part thereof.16.5 The provisions of this CC Clause 16 shall survive termination, for whateverreason, of the Contract.E. Execution of the Facilities17. Representatives17.1 If the Project Manager is not named in the Contract, then within fourteen (14days) of the Effective Date, the Employer shall appoint and notify theContractor in writing of the name of Project manager. The Employer mayfrom time to time appoint some other person as the Project manager in placeof the person previously so appointed, and shall give a notice of the name ofsuch other person to the Contractor without delay. The Employer shall takeall reasonable care to see that no such appointment is made at such a timeor in such a manner as to impede the progress of work on the Facilities. TheProject Manager shall represent and act for the employer at all times duringthe currency of the Contract. All notices, instructions, orders, certificates,approvals and all other communications under the Contract shall be given bythe Project Manager, except as herein otherwise provided.All notices, instructions, information and other communications given by theContractor to the employer under the Contract shall be given to the ProjectManager, except as herein otherwise provided.17.2 Contractor's Representative & Construction Manager17.2.1 If the Contractor's Representative is not named in the Contract, then withinfourteen (14) days of the Effective Date, the Contractor shall appoint theContractor's Representative and shall request the Employer in writing toapprove the person so appointed. If the Employer makes no objection to theappointment within fourteen (14) days, the Contractor's Representative shallbe deemed to have been approved. If the Employer objects to theappointment within fourteen (14) days giving the reason thereof, then theContractor shall appoint a replacement within fourteen (14) days of suchobjection, and the foregoing provisions of this CC Sub-Clause 17.2.1 shallapply thereto.17.2.2 The Contractor's Representative shall represent and act for the Contractor atall times during the currency of the Contract and shall give to the ProjectManager all the Contractor's notices, instructions, information and all othercommunications under the Contract.All notices, instructions, information and all other communications given by_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 72 of 566


the Employer or the Project Manager to the Contractor under the Contractshall be given to the Contractor's Representative or, in its absence, its deputy,except as herein otherwise provided.The Contractor shall not revoke the appointment of the Contractor'sRepresentative without the Employer's prior written consent, which shall notbe unreasonably withheld. If the Employer consents thereto, the Contractorshall appoint some other person as the Contractor's Representative, pursuantto the procedure set out in CC Sub-Clause 17.2.1.17.2.3 The Contractor's Representative may, subject to the approval of theEmployer (which shall not be unreasonably withheld), at any time delegateto any person any of the powers, functions and authorities vested in him orher. Any such delegation may be revoked at any time. Any such delegationor revocation shall be subject to a prior notice signed by the Contractor'sRepresentative, and shall specify the powers, functions and authoritiesthereby delegated or revoked. No such delegation or revocation shall takeeffect unless and until a copy thereof has been delivered to the Employer andthe Project Manager.Any act or exercise by any person of powers, functions and authorities sodelegated to him or her in accordance with this CC Sub-Clause 17.2.3 shallbe deemed to be an act or exercise by the Contractor's Representative.17.2.3.1 Notwithstanding any thing stated in CC sub-Clause 17.1 and 17.2.1 above,for the purpose of execution of Contract, the Employer and the Contractorshall finalize and agree to a Contract Co-ordination Procedure and all thecommunication under the Contract shall be in accordance with such ContractCoordination Procedure.17.2.4 From the commencement of installation of the Facilities at the site untilOperational Acceptance, the Contractor’s Representative shall appoint asuitable person as the construction manager, (hereinafter referred to as “theConstruction Manager”). The Construction Manager shall supervise allwork done at the site by the Contractor and shall be present at the sitethrough-out normal working, hours, except when on leave, sick or absent forreasons connected with the proper performance of the Contract. Wheneverthe Construction Manager is absent from the Site, a suitable person shall beappointed to act as his or her deputy.17.2.5 The Employer may by notice to the Contractor object to any representative orperson employed by the Contractor in the execution of the Contract who, inthe reasonable opinion of the Employer, may behave inappropriately, may beincompetent or negligent, or may commit a serious breach of the Siteregulations provided under CC Sub-Clause 22.3. The Employer shall provideevidence of the same, whereupon the Contractor shall remove such personfrom the Facilities._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 73 of 566


17.2.6 If any representative or person employed by the Contractor is removed inaccordance with CC Sub-Clause 17.2.5, the Contractor shall, where required,promptly appoint a replacement.18. Work Program18.1 Contractor's OrganizationThe Contractor shall supply to the Employer and the Project Manager a chartshowing the proposed organization to be established by the Contractor forcarrying out work on the Facilities. The chart shall include the identities ofthe key personnel together with the curricula vitae of such key personnel tobe employed within twenty-one (21) days of the Effective Date. TheContractor shall promptly inform the Employer and the Project Manager inwriting of any revision or alteration of such an organization chart.18.2 Program of PerformanceThe form of the program of performance of the Contract shall be in the formof the Critical Path Method (CPM), the PERT network, or otherinternationally used programs.Within twenty-eigtht (28) days after the date of Notification of Award, theContractor shall prepare and submit to the Project Manager a detailedprogram of performance of the Contract, made in the form specified in theCC and showing the sequence in which it proposes to design, manufacture,transport, assemble, install and pre-commission the Facilities, as well as thedate by which the Contractor reasonably requires that the Employer shallhave fulfilled its obligations under the Contract so as to enable theContractor to execute the Contract in accordance with the program and toachieve completion, commissioning and Acceptance of the Facilities inaccordance with the Contract. The program so submitted by the Contractorshall accord with the Time Schedule included in appendix-4 (TimeSchedule) to the Contract Agreement and any other dates and periodsspecified in the Contract. The Contractor shall update and revise theprogram as and when appropriate or when required by the Project Manager,but without modification in the Times for Completion given in the CC andany extension granted in accordance with CC Clause 40, and shall submit allsuch revisions to the Project Manager.18.3 Progress ReportThe Contractor shall monitor progress of all the activities specified in theprogram referred to in CC Sub-Clause 18.2 (Program of Performance) above,and supply a progress report to the Project Manager every month.The progress report shall be in a form acceptable to the Project Manager andshall indicate: (a) percentage completion achieved compared with the_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 74 of 566


planned percentage completion for each activity; and (b) where any activityis behind the program, giving comments and likely consequences and statingthe corrective action being taken.18.4 Progress of PerformanceIf at any time the Contractor's actual progress falls behind the programreferred to in CC Sub-Clause 18.2 (Program of Performance), or it becomesapparent that it will so fall behind, the Contractor shall, at the request of theEmployer or the Project Manager, prepare and submit to the Project Managera revised program, taking into account the prevailing circumstances, andshall notify the Project Manager of the steps being taken to expedite progressso as to attain Completion of the Facilities within the Time for Completionunder CC Sub Clause 8.2 (Time for Commencement and Completion), anyextension thereof entitled under CC Sub-Clause 40.1 (Extension of Time forCompletion), or any extended period as may otherwise be agreed uponbetween the Employer and the Contractor.18.5 Work ProceduresThe Contract shall be executed in accordance with the Contract Documentsand the procedures given in the section on Sample Forms and Procedures ofthe Contract Documents.The Contractor may execute the Contract in accordance with its ownstandard project execution plans and procedures to the extent that they do notconflict with the provisions contained in the Contract.19. Subcontracting19.1 Appendix 5 (List of Approved Subcontractors) to the Contract Agreementspecifies major items of supply or services and a list of approvedSubcontractors against each item, including vendors. Insofar as noSubcontractors are listed against any such item, the Contractor shall preparea list of Subcontractors for such item for inclusion in such list. TheContractor may from time to time propose any addition to or deletion fromany such list. The Contractor shall submit any such list or any modificationthereto to the Employer for its approval in sufficient time so as not to impedethe progress of work on the Facilities. Such approval by the Employer forany of the Subcontractors shall not relieve the Contractor from any of itsobligations, duties or responsibilities under the Contract.19.2 The Contractor shall select and employ its Subcontractors for such majoritems from those listed in the lists referred to in CC Sub-Clause 19.1.19.3 For items or parts of the Facilities not specified in Appendix 5 (List ofApproved Subcontractors) to the Contract Agreement, the Contractor mayemploy such Subcontractors as it may select, at its discretion._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 75 of 566


Application of this provision by the Contractor for selection of sub-Contractors shall be limited to a threshold value of equivalent -----------including provisions stipulated in Quality Plan(s).20. Design and Engineering20.1 Specifications and Drawings20.1.1 The Contractor shall execute the basic and detailed design and theengineering work in compliance with the provisions of the Contract, orwhere not so specified, in accordance with good engineering practice.The Contractor shall be responsible for any discrepancies, errors oromissions in the specifications, drawings and other technical documents thatit has prepared, whether such specifications, drawings and other documentshave been approved by the Project Manager or not, provided that suchdiscrepancies, errors or omissions are not because of inaccurate informationfurnished in writing to the Contractor by or on behalf of the Employer.20.1.2 The Contractor shall be entitled to disclaim responsibility for any design,data, drawing, specification or other document, or any modification thereofprovided or designated by or on behalf of the Employer, by giving a noticeof such disclaimer to the Project Manager.20.2 Codes and StandardsWherever references are made in the Contract to codes and standards inaccordance with which the Contract shall be executed, the edition or therevised version of such codes and standards current at the date twenty-eight(28) days prior to date of bid submission shall apply unless otherwisespecified. During Contract execution, any changes in such codes andstandards shall be applied after approval by the Employer and shall betreated in accordance with CC Clause 39.3 (Changes Originating fromContractor).20.3 Approval/Review of Technical Documents by Project Manager20.3.1 The Contractor shall prepare (or cause its subcontractors to prepare) andfurnish to the Project Manager the documents listed in Appendix-7(List ofDocuments for Approval or Review) to the Contract Agreement for itsapproval or review as specified and as in accordance with the requirementsof CC sub-Clause 18.2 (Program of Performance).Any part of the Facilities covered by or related to the documents to beapproved by the Project Manager shall be executed only after the ProjectManager’s approval thereof._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 76 of 566


CC sub-Clause 20.3.2 through 20.3.7 shall apply to those documentsrequiring the Project Manager’s approval, but not to those furnished to theProject Manager for its review only.20.3.2 Within twenty one (21) days after receipt by the Project Manager of anydocument requiring the Project Manager’s approval in accordance with CCSub-Clause 20.3.1, the Project Manager shall either return one copy thereofto the Contractor with its approval endorsed thereon or shall notify theContractor in writing of its disapproval thereof and the reasons therefore andthe modifications that the Project Manager proposes.20.3.3 The Project Manager shall not disapprove any document, except on thegrounds that the document does not comply with some specified provision ofthe Contract or that it is contrary to good engineering practice.20.3.4 If the Project Manager disapproves the document, the Contractor shallmodify the document and resubmit it for the Project Manager’s approval inaccordance with CC sub-Clause 20.3.2. If the Project Manager approves thedocuments subject to modification(s), the Contractor shall make the requiredmodifications the document shall be deemed to have been approved.The procedure, for submission of the documents by the Contractor and theirapproval by the Project Manager shall be discussed and finalized with theContractor.20.3.5 If any dispute or difference occurs between the Employer and the Contractorin connection with or arising out of the disapproval by the Project Managerof any document and/or any modification(s) thereto that cannot be settledbetween the parties within a reasonable period, then such dispute ordifference may be referred to an Arbitration for determination in accordancewith CC Sub Clause 6.2 (Arbitration) hereof. If such dispute or difference isreferred to an Arbitration, the Project Manager shall give instructions as towhether and if so, how, performance of the Contract is to proceed. TheContractor shall proceed with the Contract in accordance with the ProjectManager's instructions, provided that if the Arbitration upholds theContractor's view on the dispute and if the Employer has not given noticeunder CC Sub Clause 6.2 (arbitration), then the Contractor shall bereimbursed by the Employer for any additional costs incurred by reason ofsuch instructions and shall be relieved of such responsibility or liability inconnection with the dispute and the execution of the instructions as theArbitration shall decide, and the Time for Completion shall be extendedaccordingly.20.3.6 The Project Manager's approval, with or without modification of thedocument furnished by the Contractor, shall not relieve the Contractor of anyresponsibility or liability imposed upon it by any provisions of the Contractexcept to the extent that any subsequent failure results from modificationsrequired by the Project Manager._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 77 of 566


20.3.7 The Contractor shall not depart from any approved document unless theContractor has first submitted to the Project Manager an amended documentand obtained the Project Manager's approval thereof, pursuant to theprovisions of this CC Sub-Clause 20.3. If the Project Manager requests anychange in any already approved document and/or in any document basedthereon, the provisions of CC Clause 39 (Change in the Facilities) shallapply to such request.21. Procurement21.1 Plant and EquipmentSubject to CC Sub-Clause 14.2, the Contractor shall manufacture or procureand transport all the Plant and Equipment in an expeditious and orderlymanner to the Site.21.2 Employer-Supplied Plant, Equipment, and MaterialsIf Appendix 6 (Scope of Works and Supply by the Employer) to the ContractAgreement provides that the Employer shall furnish any specific items ofmachinery, equipment or materials to the Contractor, the followingprovisions shall apply:21.2.1 The Employer shall, at its own risk and expense, transport each item to theplace on or near the Site as agreed upon by the parties and make such itemavailable to the Contractor at the time specified in the program furnished bythe Contractor, pursuant to CC Sub-Clause 18.2 (Program of Performance),unless otherwise mutually agreed.21.2.2 Upon receipt of such item, the Contractor shall inspect the same visually andnotify the Project Manager of any detected shortage, defect or default. TheEmployer shall immediately remedy any shortage, defect or default, or theContractor shall, if practicable and possible, at the request of the Employer,remedy such shortage, defect or default at the Employer's cost and expense.After inspection, such item shall fall under the care, custody and control ofthe Contractor. The provision of this CC Sub-21.2.2 shall apply to any itemsupplied to remedy any such shortage or default or to substitute for anydefective item, or shall apply to defective items that have been repaired.21.2.3 The foregoing responsibilities of the Contractor and its obligations of care,custody and control shall not relieve the Employer of liability for anyundetected shortage, defect or default, nor place the Contractor under anyliability for any such shortage, defect or default whether under CC Clause 27(Defect Liability) or under any other provision of Contract.21.3 Transportation21.3.1 The Contractor shall at its own risk and expense transport all the Plant and_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 78 of 566


Equipment and the Contractor's Equipment to the Site by the mode oftransport that the Contractor judges most suitable under all thecircumstances.21.3.2 Unless otherwise provided in the Contract, the Contractor shall be entitled toselect any safe mode of transport operated by any person to carry the Plantand Equipment and the Contractor's Equipment.21.3.3 Upon despatch of each shipment of the Plant and Equipment and theContractor's Equipment, the Contractor shall notify the Employer by telex,cable, facsimile or Electronic Data Interchange (EDI) of the description ofthe Plant and Equipment and of the Contractor's Equipment, the point andmeans of despatch, and the estimated time and point of arrival in the countrywhere the Site is located, if applicable, and at the Site. The Contractor shallfurnish the Employer with relevant shipping documents to be agreed uponbetween the parties.21.3.4 The Contractor shall be responsible for obtaining, if necessary, approvalsfrom the authorities for transportation of the Plant and Equipment and theContractor's Equipment to the Site. The Employer shall use its bestendeavors in a timely and expeditious manner to assist the Contractor inobtaining such approvals, if requested by the Contractor. The Contractorshall indemnify and hold harmless the Employer from and against any claimfor damage to roads, bridges or any other traffic facilities that may be causedby the transport of the Plant and Equipment and the Contractor's Equipmentto the Site.21.4Customs ClearanceThe Contractor shall, at its own expense, handle all imported Plant andEquipment and Contractor’s Equipment at the point(s) of import and shallhandle any formalities for customs clearance including liabilities for portcharges if any, subject to the Employer’s obligations under CC sub-Clause14.4, provided that if applicable laws or regulations require any applicationor act to be made by or in the name of the employer, the employer shall takeall necessary steps to comply with such laws or regulations. In the event ofdelays in customs clearance due to the fault of the employer, the Contractorshall be entitled to an extension in the Time for Completion, pursuant to CCClause 4021.5 Delivery and Documents21.5.1 For Imported GoodsUpon shipment, the Contractor shall notify the Employer and the Insurancecompany by cable or telex of the full details of the shipment includingContract number, description of goods, quantity, the vessel, the bill oflading/Airway Bill number and date, port of loading, , date of shipment, port_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 79 of 566


of discharge, etc. The Contractor shall mail the following documents to theEmployer, with a copy to the Insurance Company:1) Copies of the Contractor’s invoice showing Contract Agreementreference, goods description, quantity, unit price, total amount;2) Original (3/3) and six copies of the negotiable, clean on-board bill oflading/Air way Bill marked freight prepaid and six copies of nonnegotiable bill of lading / Airway Bill;3) Copies of packing list identifying contents of each package(6 copies);4) Original insurance policy certification (3 copies);5) Manufacture’s / Contractor’s guarantee certificate of Quality;6) Material Inspection & Clearance Certificate (MICC) for dispatch,issued by the Employer’s representative and the Contractor’s factoryinspection report, test certificates( 3 copies); and7) Certificate of origin.The above documents shall be air mailed/faxed by the Contractor toreach the Employer with in one week from date of shipment to enablethe Employer to make progressive payment to the Contractor and alsomake necessary arrangement for payment of custom duties etc. TheContractor will be responsible for any consequent expenses due todelay in furnishing the above documentation.21.5.2 For Domestic GoodsUpon shipment, the Contractor shall notify the employer and the InsuranceCompany by cable or telex of the full details of the dispatch includingContract number, description of goods, quantity, R/R or L/R number anddate, place of loading, date of dispatch etc. The Contractor shall mail thefollowing documents to the Employer, with a copy to Insurance Company:1) Copies of the Contractor’s invoice showing Contract Agreementreference, goods description, quantity, unit price, total amount(6copies);2) Copies of packing list identifying contents of each package(6 Copies);3) Railway receipt / Receipted LR ;4) Manufacturer’s / Contractor’s guarantee certificate of Quality.5) Material Inspection & Clearance Certificate (MICC) for dispatchissued by the Employer’s representative and the Contractor’s factory_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 80 of 566


21.6 Packinginspection report & test certificate (3 copies) and insurance certificate(3 copies); and6) Certificate of origin.21.6.1 The Contractor shall provide such packing of the Goods as it is required toprevent their damage or deterioration during transit to their final destinationas indicated in the Contract. The packing shall be sufficient to withstand,without limitation, rough handling during transit and exposure to extremetemperatures, salt and precipitation during transit and open storage. Packingcase size and weights shall take into consideration, where appropriate, theremoteness of the goods final destination and the absence of heavy handlingfacilities at all points in transit.21.6.2 The packing, marking and documentation within and outside the packagesshall comply strictly with such special requirements as shall be expresslyprovided for in the Contract and, subject to any subsequent instructionordered by the Employer consistent with the requirements of the Contract.21.7 Indemnity BondFor the equipment/material to be provided by the Contractor, it will be theresponsibility of the Contractor to take delivery, unload and store thematerial at Site and execute an Indemnity Bond and obtain authorizationletter from Employer as per Performa given at Section-IV in favour of theEmployer against loss, damager and any risks involved for the full value ofthe material. This Indemnity Bond shall be furnished by the Contractorbefore commencement of the supplies and shall be valid till the scheduleddate of Operational Acceptance of the equipment by the Employer22. Installation22.1 Setting Out/Supervision/Labour22.1.1 Bench Mark: The Contractor shall be responsible for the true and propersetting-out of the Facilities in relation to bench marks, reference marks andlines provided to it in writing by or on behalf of the Employer.If, at any time during the progress of installation of the Facilities, any errorshall appear in the position, level or alignment of the Facilities, theContractor shall forthwith notify the Project Manager of such error and, at itsown expense, immediately rectify such error to the reasonable satisfaction ofthe Project Manager. If such error is based on incorrect data provided inwriting by or on behalf of the Employer, the expense of rectifying the sameshall be borne by the Employer._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 81 of 566


22.1.2 Contractor's Supervision:The Contractor shall give or provide all necessary superintendence duringthe installation of the Facilities, and the Construction Manager or its deputyshall be constantly on the Site to provide full-time superintendence of theinstallation. The Contractor shall provide and employ only technicalpersonnel who are skilled and experienced in their respective callings andsupervisory staff who are competent to adequately supervise the work athand.22.1.3 Labour:(a) The Contractor shall provide and employ on the Site in the installation ofthe Facilities such skilled, semi-skilled and unskilled labour as is necessaryfor the proper and timely execution of the Contract. The Contractor isencouraged to use local labour that has the necessary skills.(b) Unless otherwise provided in the Contract, the Contractor shall beresponsible for the recruitment, transportation, accommodation andcatering of all labour, local or expatriate, required for the execution of theContract and for all payments in connection therewith.(c) The Contractor shall be responsible for obtaining all necessary permit(s)and/or visa(s) from the appropriate authorities for the entry of all labourand personnel to be employed on the Site into the country where the Site islocated.(d) The Contractor shall at its own expense provide the means of repatriationto all of its and its Subcontractor's personnel employed on the Contract atthe Site to their various home countries. It shall also provide suitabletemporary maintenance of all such persons from the cessation of theiremployment on the Contract to the date programmed for their departure.In the event that the Contractor defaults in providing such means oftransportation and temporary maintenance, the Employer may providethe same to such personnel and recover the cost of doing so from theContractor.(e) The Contractor shall at all times during the progress of the Contract useits best endeavours to prevent any unlawful, riotous or disorderly conductor behaviour by or amongst its employees and the labour of itsSubcontractors.(f) The Contractor shall, in all dealings with its labour and the labour of itsSubcontractors currently employed on or connected with the Contract,pay due regard to all recognized festivals, official holidays, religious or othercustoms and all local laws and regulations pertaining to the employment of_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 82 of 566


labour.22.2 Contractor's Equipment22.2.1 All Contractor's Equipment brought by the Contractor onto the Site shall bedeemed to be intended to be used exclusively for the execution of theContract. The Contractor shall not remove the same from the Site without theProject Manager's consent that such Contractor's Equipment is no longerrequired for the execution of the Contract.22.2.2 Unless otherwise specified in the Contract, upon completion of the Facilities,the Contractor shall remove from the Site all Equipment brought by theContractor onto the Site and any surplus materials remaining thereon.22.2.3 The Employer will, if requested, use its best endeavors to assist theContractor in obtaining any local, state or national government permissionrequired by the Contractor for the export of the Contractor's Equipmentimported by the Contractor for use in the execution of the Contract that is nolonger required for the execution of the Contract.22.3 Site Regulations and SafetyThe Employer and the Contractor shall establish Site regulations setting outthe rules to be observed in the execution of the Contract at the Site and shallcomply therewith. The Contractor shall prepare and submit to the Employer,with a copy to the Project Manager, proposed Site regulations for theEmployer's approval, which approval shall not be unreasonably withheld.Such Site regulations shall include, but shall not be limited to, rules inrespect of security, safety of the Facilities, gate control, sanitation, medicalcare, and fire prevention.22.3.1 Compliance with Labour Regulations22.3.1.1 During continuance of the contract, the Contractor and his sub-contractorsshall abide at all times by all applicable existing labour enactments and rulesmade there under, regulations notifications and bye laws of the State orCentral Government or local authority and any other labour law (includingrules), regulations, bye laws that may be passed or notification that may beissued under any labour law in future either by the State or the CentralGovernment or the local authority. The employees of the Contractor and theSub-contractor in not case shall be treated as the employees of the Employerat any point of time.22.3.1.2 The Contractor shall keep the employer indemnified in case any action istaken against the employer by the competent authority on account ofcontravention of any of the provisions of any Act or rules made there under,regulations or notifications including amendments._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 83 of 566


22.3.1.3 If the Employer is caused to pay under any law as principal employer suchamounts as may be necessary to cause or as observe, or for non observanceof the provisions stipulated in the notifications / byelaws / Acts / Rules /regulations including amendments, if any, on the part of the Contractor, theEmployer shall have the right to deduct any money due to the Contractorunder this contract or any other contract with employer including his amountof performance security for adjusting the aforesaid payment. The Employershall also have right to recover from the Contractor any sum required orestimated to be required for making good the loss or damage suffered by theEmployer.22.3.1.4 Salient features of some major laws applicable to establishments engaged inbuilding and other construction works:a) Workmen Compensation Act 1923: The Act provides forcompensation in case of injury by accident arising out of and duringthe course of employment.b) Payment of Gratuity Act 1972: Gratuity is payable to an employeeunder the Act on satisfaction of certain conditions on separation if anemployee has completed 5 years service or more or on death the rate of15 days wages for every completed year of service. The Act isapplicable to all establishments employing 10 or more employees.c) Employee P.F. and Miscellaneous Provision Act 1952: The Actprovides for monthly contribution by the employer plus workers @10% or 8.33%. The benefits under the Act are:1) Pension or family pension on retirement or death, as the case maybe.2) Deposit linked insurance on death in harness of the worker.3) Payment of P.F. accumulation on retirement/death etc.d) Maternity Benefit Act 1951: The Act provides for leave and someother benefits to women employees in case of confinement ormiscarriage etc.e) Contract Labour (Regulation & Abolition) Act 1970: The Act providesfor certain welfare measures to be provided by the Contractor tocontract labour and in case the Contractor fails to provide, the same arerequired to be provided, by the Principal Employer by law. ThePrincipal Employer is required to take Certification of Registration andthe Contractor is required to take license from the designated Officer.The Act is applicable to the establishments or Contractor of PrincipalEmployer if they employ 20 or more labour contract labour.f) Minimum Wages Act 1948: The Employer is supposed to pay not lessthan the Minimum Wages fixed by appropriate Government as perprovision of the Act if the employment is a scheduled employment._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 84 of 566


Construction of Buildings, Roads, Runways are scheduledemployments.g) Payment of Wages Act 1936: It lays down as to by what date thewages are to paid, when it will be paid and what deductions can bemade from the wages of the workers.h) Equal Remuneration Act 1979: The Act provides for payment of equalwages for work of equal nature to Male and Female workers and fornot making discrimination against Female employees in the matters oftransfers, training and promotions etc.i) Payment of Bonus Act 1965: The Act is applicable to allestablishments employing 20 or more employees. The Act providesfor payments of annual bonus subject to a minimum of 8.33% of wagesand maximum of 20% of wages to employees drawing Rs.3500/- permonth or less. The bonus is to be paid to employees getting Rs.2500/-per month or above upto Rs.3500/- per month shall be worked out bytaking wages as Rs.2500/-per month only. The Act does not apply tocertain establishments. The newly set-up establishments are exemptedfor five years in certain circumstances. Some of the StateGovernments have reduced the employment size from 20 to 10 for thepurpose of applicability of this Act.j) Industrial Dispute Act 1947: The Act lays down the machinery theprocedure for resolution of Industrial disputes, in what situations astrike or lock out becomes illegal and what are the requirements forlaying off or retrenching the employees or closing down theestablishment.k) Industrial Employment (Standing Orders) Act 1946: It is applicable toall establishments employing 100 or more workmen (employment sizereduced by some of the States and Central Government to 50). TheAct provides for laying down rules governing the conditions ofemployment by the Employer on matters provided in the Act and getthe same certified by the designated Authority.l) Trade Unions Act 1926: The Act lays down the procedure forregistration of trade unions of workmen and employers. The TradeUnions registered under the Act have been given certain immunitiesfrom civil and criminal liabilities.m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibitsemployment of children below 14 years of age in certain occupationsand processes and provides for regulation of employment of children inall other occupations and processes. Employment of Child Labour isprohibited in Building and Construction Industry._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 85 of 566


n) Inter-State Migrant workmen’s (Regulation of Employment &Conditions of Service) Act 1979: The Act is applicable to anestablishment which employs 5 or more inter-state migrant workmenthrough an intermediary (who has recruited workmen in one state foremployment in the establishment situated in another state).The Inter-State migrant workmen, in an establishment to which this Act becomesapplicable, are required to be provided certain facilities such ashousing, medical aid, travelling expenses from home upto theestablishment and back, etc.o) The Building and Other Construction workers (Regulation ofEmployment and Conditions of Service) Act 1996 and the Cess Act of1996: All the establishments who carry on any building or otherconstruction work and employ 10 or more workers are covered underthis Act. All such establishments are required to pay cess at the ratenot exceeding 2% of the cost of construction as may be modified bythe Government. The Employer of the establishment is required toprovide safety measures at the Building or construction work and otherwelfare measures, such as Canteens, First-Aid facilities, Ambulance,Housing accommodations for workers near the work place etc. TheEmployer to whom the Act applies has to obtain a registrationcertificate from the Registering Officer appointed by the government.p) Factories Act 1948: The Act lays down the procedure for approval atplans before setting up a factory, health and safety provisions, welfareprovisions, working hours, annual earned leave and renderinginformation regarding accidents or dangerous occurrences todesignated authorities. It is applicable to premises employing 10persons or more with aid of power or 20 or more persons without theaid of power engaged in manufacturing process.22.3.2 Protection of EnvironmentThe Contractor shall take all reasonable steps to protect the environment onand off the Site and to avoid damage or nuisance to persons or to property ofthe public or others resulting from pollution noise or other causes arising asconsequence of his methods of operation.During continuance of the Contract, the Contractor and his Sub-contractorsshall abide at all times by all existing enactments on environmentalprotection and rules made there under, regulations, notifications and byelawsof the State or Central Government, or local authorities and any otherlaw, bye-law, regulations that may be passed or Notification that may beissued in this respect in future by the State or Central Government or thelocal authority.Salient features of some of the major laws that are applicable are givenbelow: The Water (Prevention and Control of Pollution) Act, 1974, Thisprovides for the prevention and control of water pollution and the_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 86 of 566


maintaining and restoring of wholesomeness of water. ‘Pollution’ meanssuch contamination of water or such alteration of the physical, chemical orbiological properties of water or such discharge of any sewage or tradeeffluent or of any other liquid, gaseous or solid substance into water(whether directly or indirectly) as may, or is likely to, create a nuisance orrender such water harmful of injurious to public health or safety, or todomestic, commercial, industrial, agricultural or other legitimate uses, or tothe life and health of animals or plants or of aquatic organisms.The Air (Prevention and Control of Pollution) Act, 1981, This provides forprevention, control and abatement of air pollution. ‘Air Pollution’ means thepresence in the atmosphere of any ‘air pollutant’, which means any solid,liquid or gaseous substance (including noise) present in the atmosphere insuch concentration as may be or tend to be injurious to human beings orother living creatures or plants or property or environment.The Environment (Protection) Act, 1986, This provides for the protectionand improvement of environment and for matters connected therewith andthe prevention of hazards to human beings, other living creatures, plants andproperty. ‘Environment’ includes water, air and land and the interrelationshipwhich exists among and between water, air and land, and humanbeings, other living creatures, plants, micro-organism and property.The Public Liability Insurance Act, 1991: This provides for public liabilityinsurance for the purpose of providing immediate relief to the personsaffected by accident occurring while handling hazardous substances and ormatters connected herewith or incidental thereto. Hazardous substancemeans any substance or preparation which is defined as hazardous substanceunder Environment (Protection) Act, 1986, and exceeding such quantity asbe specified by notification by the Central Government.22.4 Opportunities for Other Contractors22.4.1 The Contractor shall, upon written request from the Employer or the ProjectManager, give all reasonable opportunities for carrying out the work to anyother contractors employed by the Employer on or near the Site.22.4.2 If the Contractor, upon written request from the Employer or the ProjectManager, makes available to other contractors any roads or ways themaintenance for which the Contractor is responsible, permits the use by suchother contractors of the Contractor's Equipment, or provides any otherservice of whatsoever nature for such other contractors, the Employer shallfully compensate the Contractor for any loss or damage caused or occasionedby such other contractors in respect of any such use or service, and shall payto the Contractor reasonable remuneration for the use of such equipment orthe provision of such services.22.4.3 The Contractor shall also so arrange to perform its work as to minimize, to_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 87 of 566


the extent possible, interference with the work of other contractors. TheProject Manager shall determine the resolution of any difference or conflictthat may arise between the Contractor and other contractors and the workersof the Employer in regard to their work.22.4.4 The Contractor shall notify the Project Manager promptly of any defects inthe other contractors' work that come to its notice, and that could affect theContractor's work. The Project Manager shall determine the correctivemeasures, if any, required to rectify the situation after inspection of theFacilities. Decisions made by the Project Manager shall be binding on theContractor.22.5 Emergency WorkIf, by reason of an emergency arising in connection with and during theexecution of the Contract, any protective or remedial work is necessary as amatter of urgency to prevent damage to the Facilities, the Contractor shallimmediately carry out such work.If the Contractor is unable or unwilling to do such work immediately, theEmployer may do or cause such work to be done as the Employer maydetermine is necessary in order to prevent damage to the Facilities. In suchevent the Employer shall, as soon as practicable after the occurrence of anysuch emergency, notify the Contractor in writing of such emergency, thework done and the reasons therefor. If the work done or caused to be done bythe Employer is work that the Contractor was liable to do at its own expenseunder the Contract, the reasonable costs incurred by the Employer inconnection therewith shall be paid by the Contractor to the Employer.Otherwise, the cost of such remedial work shall be borne by the Employer.22.6 Site Clearance22.6.1 Site Clearance in Course of Performance: In the course of carrying out theContract, the Contractor shall keep the Site reasonably free from allunnecessary obstruction, store or remove any surplus materials, clear awayany wreckage, rubbish or temporary works from the Site, and remove anyContractor's Equipment no longer required for execution of the Contract.22.6.2 Clearance of Site after Completion: After Completion of all parts of theFacilities, the Contractor shall clear away and remove all wreckage, rubbishand debris of any kind from the Site, and shall leave the Site and Facilitiesclean and safe.22.7 Watching and LightingThe Contractor shall provide and maintain at its own expense all lighting,fencing, and watching when and where necessary for the proper executionand the protection of the Facilities, or for the safety of the owners and_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 88 of 566


occupiers of adjacent property and for the safety of the public.22.8 Work at Night and on Holidays22.8.1 Unless otherwise provided in the Contract, no work shall be carried outduring the night and on public holidays of the country where the Site islocated without prior written consent of the Employer, except where work isnecessary or required to ensure safety of the Facilities or for the protectionof life, or to prevent loss or damage to property, when the Contractor shallimmediately advise the Project Manager, provided that provisions of this CCSub-Clause 22.8.1 shall not apply to any work which is customarily carriedout by rotary or double-shifts.22.8.2 Notwithstanding CC Sub-Clauses 22.8.1 or 22.1.3, if and when theContractor considers it necessary to carry out work at night or on publicholidays so as to meet the Time for Completion and requests the Employer'sconsent thereto, the Employer shall not unreasonably withhold such consent.23. Test and Inspection23.1 The Contractor shall at its own expense carry out at the place of manufactureand/or on the Site all such tests and/or inspections of the Plant andEquipment and any part of the Facilities as are specified in the Contract.23.2 The Employer and the Project Manager or their designated representativesshall be entitled to attend the aforesaid test and/or inspection, provided thatthe Employer shall bear all costs and expenses incurred in connection withsuch attendance including, but not limited to, all travelling and board andlodging expenses.23.3 Whenever the Contractor is ready to carry out any such test and/orinspection, the Contractor shall give a reasonable advance notice of such testand/or inspection and of the place and time thereof to the Project Manager.The Contractor shall obtain from any relevant third party or manufacturerany necessary permission or consent to enable the Employer and the ProjectManager (or their designated representatives) to attend the test and/orinspection. For notification of testing, four weeks shall be deemed asreasonable advance notice.23.4 The Contractor shall provide the Project Manager with a certified report ofthe results of any such test and/or inspection.If the Employer or Project Manager (or their designated representatives) failsto attend the test and/or inspection, or if it is agreed between the parties thatsuch persons shall not do so, then the Contractor may proceed with the testand/or inspection in the absence of such persons, and may provide theProject Manager with a certified report of the results thereof._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 89 of 566


23.5 The Project Manager may require the Contractor to carry out any test and/orinspection not required by the Contract, provided that the Contractor'sreasonable costs and expenses incurred in the carrying out of such test and/orinspection shall be added to the Contract Price. Further, if such test and/orinspection impedes the progress of work on the Facilities and/or theContractor's performance of its other obligations under the Contract, dueallowance will be made in respect of the Time for Completion and the otherobligations so affected.23.6 If any Plant and Equipment or any part of the Facilities fails to pass any testand/or inspection, the Contractor shall either rectify or replace such Plant andEquipment or part of the Facilities and shall repeat the test and/or inspectionupon giving a notice under CC Sub-Clause 23.3.23.7 If any dispute or difference of opinion shall arise between the parties inconnection with or arising out of the test and/or inspection of the Plant andEquipment or part of the Facilities that cannot be settled between the partieswithin a reasonable period of time, it may be referred to an Arbitration fordetermination in accordance with CC Sub-Clause 6.223.8 The Contractor shall afford the Employer and the Project Manager, at theEmployer's expense, access at any reasonable time to any place where thePlant and Equipment are being manufactured or the Facilities are beinginstalled, in order to inspect the progress and the manner of manufacture orinstallation, provided that the Project Manager shall give the Contractor areasonable prior notice.23.9 The Contractor agrees that neither the execution of a test and/or inspection ofPlant and Equipment or any part of the Facilities, nor the attendance by theEmployer or the Project Manager, nor the issue of any test certificatepursuant to CC Sub-Clause 23.4, shall release the Contractor from any otherresponsibilities under the Contract.23.10 No part of the Facilities or foundations shall be covered up on the Sitewithout the Contractor carrying out any test and/or inspection required underthe Contract. The Contractor shall give a reasonable notice to the ProjectManager whenever any such part of the Facilities or foundations are ready orabout to be ready for test and/or inspection; such test and/or inspection andnotice thereof shall be subject to the requirements of the Contract.23.11 The Contractor shall uncover any part of the Facilities or foundations, orshall make openings in or through the same as the Project Manager mayfrom time to time require at the Site, and shall reinstate and make good suchpart or parts.If any part of the Facilities or foundations have been covered up at the Siteafter compliance with the requirement of CC Sub-Clause 23.10 and are_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 90 of 566


found to be executed in accordance with the Contract, the expenses ofuncovering, making openings in or through, reinstating, and making good thesame shall be borne by the Employer, and the Time for Completion shall bereasonably adjusted to the extent that the Contractor has thereby beendelayed or impeded in the performance of any of its obligations under theContract.24. Completion of the Facilities24.1 As soon as the Facilities or any part thereof has, in the opinion of theContractor, been completed operationally and structurally and put in a tightand clean condition as specified in the Technical Specifications, excludingminor items not materially affecting the operation or safety of the Facilities,the Contractor shall so notify the Employer in writing.24.2 Within seven (7) days after receipt of the notice from the Contractor underCC Sub-Clause 24.1, the Employer shall supply the operating andmaintenance personnel specified in Appendix 6 (Scope of Works and Supplyby the Employer) to the Contract Agreement for Pre-commissioning of theFacilities or any part thereof.Pursuant to Appendix 6 (Scope of Works and Supply by the Employer) tothe Contract Agreement, the Employer shall also provide, within the saidseven (7) day period, the raw materials, utilities, lubricants, chemicals,catalysts, facilities, services and other matters required for Precommissioningof the Facilities or any part thereof.24.3 As soon as reasonably practicable after the operating and maintenancepersonnel have been supplied by the Employer and the raw materials,utilities, lubricants, chemicals, catalysts, facilities, services and other mattersif so specified in Appendix-6 (scope of works and supply by the Employer)have been provided by the Employer in accordance with CC Sub-Clause24.2, the Contractor shall commence Pre-commissioning of the Facilities orthe relevant part there of in preparation for Commissioning.24.4 As soon as all works in respect of Pre-commissioning are completed and inthe opinion of the Contractor, the facilities or any part thereof is ready forcommissioning, the contractor shall commence Commissioning as perprocedures stipulated in Technical Specification and as soon asCommissioning is satisfactorily completed, the Contractor shall so notify theProject Manager in writing. (Also refer CC 25.2.3)24.5 The Project Manager shall, within fourteen (14) days after receipt of theContractor's notice under CC Sub-Clause 24.4, either issue a CompletionCertificate in the form specified in the Forms and Procedures section in thebidding documents, stating that the Facilities or that part thereof have_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 91 of 566


eached Completion as at the date of the Contractor's notice under CC Sub-Clause 24.4, or notify the Contractor in writing of any defects and/ordeficiencies.If the Project Manager notifies the Contractor of any defects and/ordeficiencies, the Contractor shall then correct such defects and/ordeficiencies, and shall repeat the procedure described in CC Sub-Clause24.4.If the Project Manager is satisfied that the Facilities or that part thereof havereached Completion, the Project Manager shall, within seven (7) days afterreceipt of the Contractor's repeated notice, issue a Completion Certificatestating that the Facilities or that part thereof have reached Completion as atthe date of the Contractor's repeated notice.If the Project Manager is not so satisfied, then it shall notify the Contractorin writing of any defects and/or deficiencies within seven (7) days afterreceipt of the Contractor's repeated notice, and the above procedure shall berepeated.24.6 If the Project Manager fails to issue the Completion Certificate and fails toinform the Contractor of any defects and/or deficiencies within fourteen (14)days after receipt of the Contractor's notice under CC Sub-Clause 24.4 orwithin seven (7) days after receipt of the Contractor's repeated notice underCC Sub-Clause 24.5, or if the Employer makes use of the Facilities or partthereof, then the Facilities or that part thereof shall be deemed to havereached Completion as of the date of the Contractor's notice or repeatednotice, or as of the Employer's use of the Facilities, as the case may be.24.7 As soon as possible after Completion, the Contractor shall complete alloutstanding minor items so that the Facilities are fully in accordance with therequirements of the Contract, failing which the Employer will undertakesuch completion and deduct the costs thereof from any monies owing to theContractor.24.8 Upon Completion, the Employer shall be responsible for the care andcustody of the Facilities or the relevant part thereof, together with the risk ofloss or damage thereto, and shall thereafter take over the Facilities or therelevant part thereof.25. Commissioning and Operational Acceptance25.1 Commissioning25.1.1 Commissioning of the Facilities or any part thereof shall be completed by theContractor as per procedures detailed in Technical Specifications._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 92 of 566


25.1.2 The Employer shall unless otherwise specified in Technical Specificationssupply the operating and maintenance personnel and all raw material,utilities, lubricants, chemicals, catalysts, facilities, service and other mattersrequired for Commissioning.25.2 Guarantee Test25.2.1 The Guarantee Test (and repeats thereof) shall be conducted by theContractor after commissioning of the Facilities or the relevant part thereofto ascertain whether the Facilities or the relevant part can attain theFunctional Guarantees specified in the Contract Documents. TheContractor’s and Project Manager’s advisory personnel shall attend theGuarantee Test. The Employer shall promptly provide the Contractor withsuch information as the Contractor may reasonably require in relation to theconduct and results of the Guarantee Test (and any repeats thereof).25.2.2 If for reasons not attributable to the Contractor, the Guarantee Test of theFacilities or the relevant part thereof cannot be successfully completedwithin the period from the date of Completion specified in the CC or anyother period agreed upon by the Employer and the Contractor, the Contractorshall be deemed to have fulfilled its obligations with respect to theFunctional Guarantees, and CC Sub-Clauses 28.2 and 28.3 shall not apply.The Guarantee Test of the Facilities shall be successfully completed withintwenty-six weeks from the date of Completion.25.2.3 Completion- Guarantee test- acceptanceIn the event that the Contractor is unable to proceed with the Precommissioningof the Facilities pursuant to Sub-Clause 24.3, or with theGuarantee Test pursuant to Sub-Clause 25.2, for reasons attributable to theEmployer either on account of non-availability of other facilities under theresponsibilities of other contractor(s), or for reasons beyond the Employer’scontrol, the provisions leading to “deemed” completion of activities such asCompletion of the Facilities, pursuant to CC Sub-Clause 24.6, OperationalAcceptance, pursuant to CC Sub-Clause 25.3.4, Contractor’s obligationsregarding Defect Liability Period, pursuant to CC Sub Clause 27.2,Functional Guarantee, pursuant to CC Clause 28, Care of Facilities, pursuantto CC Clause 32, and Suspension, pursuant to CC Sub-Clause 41.1, shall notapply. In this case, the following provisions shall apply.25.2.3.1 When the Contractor is notified by the Project Manager that he will beunable to proceed with the activities and obligations pursuant to above Sub-Clause CC 25.2.3, the Contractor shall be entitled to the following:a) the Time of Completion shall be extended for the period of suspensionwithout imposition of liquidated damages pursuant to CC Sub-Clause26.2._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 93 of 566


) payments due to the Contractor in accordance with the provisionsspecified in Appendix I (terms and Procedures of Payment) to theContract Agreement, which would have not been payable in normalcircumstances due to non-completion of the subject activities, shall bereleased to the Contractor against submission of a security in the formof a bank guarantee of equivalent amount acceptable to the Employer,and which shall become null and void when the Contractor will havecomplied with its obligations regarding these payments, subject to theprovisions of Sub-Clause CC 25.2.3.2 below.c) the expenses toward the above security and extension of othersecurities under the Contract, of which validity need to be extended,shall be reimbursed to the Contractor by the Employer.d) The additional charges toward the care of the Facilities pursuant to CCSub-Clause 32.1 shall be reimbursed to the Contractor by theEmployer for the period between the notification mentioned above andthe notification mentioned in Sub-Clause CC 25.2.3.3 below. Theprovisions of CC sub-Clause 33.2 shall apply to the Facilities duringthe same period.25.2.3.2 In the event that the period of suspension under Sub-Clause CC 25.2.3actually exceeds one hundred eighty (180) days, the Employer and theContractor shall mutually agree to any additional compensation payable tothe Contractor.25.2.3.3 When the Contractor is notified by the Project Manager that the Facilities areready for Pre-commissioning, the Contractor shall proceed without delay inperforming all activities and obligations under the Contract.25.3 Operational Acceptance25.3.1 Subject to CC Sub-Clause 25.4 (Partial Acceptance) below, OperationalAcceptance shall occur in respect of the Facilities or any part thereof when(a)(c)(b)the Guarantee Test has been successfully completed and theFunctional Guarantees are met; orThe Guarantee Test has not been successfully completed or has notbeen carried out for reasons not attributable to the Contractor withinthe period from the date of Completion specified in the CC or anyother agreed upon period as specified in CC Sub-Clause 25.2.2 abovebut successful completion of the facilities has been achieved; orthe Contractor has paid the liquidated damages specified in CC SubClause 28.3 hereof; and(d)any minor items mentioned in CC Sub-Clause 24.7 hereof relevant to_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 94 of 566


the Facilities or that part thereof have been completed.(e)As built drawings, and operating and maintenance manuals and CD’setc. as per Technical Specifications of the Bidding Documents arefurnished.25.3.2 At any time after any of the events set out in CC Sub-Clause 25.3.1 haveoccurred, the Contractor may give a notice to the Project Manager requestingthe issue of an Operational Acceptance Certificate in the form provided inthe Bidding Documents or in another form acceptable to the Employer inrespect of the Facilities or the part thereof specified in such notice as at thedate of such notice.25.3.3 The Project Manager shall, after consultation with the Employer, and withintwenty-one (21) days after receipt of the Contractor’s notice, issue anOperational Acceptance Certificate.25.3.4 If within twenty one (21) days after receipt of the Contractor’s notice, theProject Manager fails to issue the Operational Acceptance Certificate or failsto inform the Contractor in writing of the justifiable reasons why the ProjectManager has not issued the Operational Acceptance Certificate, theFacilities or the relevant part thereof shall be deemed to have been acceptedas at the date of the Contractor’s said notice.25.4 Partial Acceptance25.4.1 If the Contract specifies that Completion and Commissioning shall be carriedout in respect of parts of the Facilities, the provisions relating to Completionand Commissioning including the Guarantee Test shall apply to each suchpart of the Facilities individually, and the Operational Acceptance Certificateshall be issued accordingly for each such part of the Facilities.25.4.2 If a part of the Facilities comprises facilities such as buildings, for which noCommissioning or Guarantee Test is required, then the Project Manager shallissue the Operational Acceptance Certificate for such facility when it attainsCompletion, provided that the Contractor shall thereafter complete anyoutstanding minor items that are listed in the Operational AcceptanceCertificate.F. Guarantees and Liabilities26. Completion Time Guarantee26.1 The Contractor guarantees that it shall attain Completion of the Facilities (ora part for which a separate time for completion is specified in the CC) within_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 95 of 566


the Time for Completion specified in the CC pursuant to CC Sub-Clause 8.2,or within such extended time to which the Contractor shall be entitled underCC Clause 40 (Extension of Time for Completion) hereof.26.2 If the Contractor fails to comply with the Time for Completion in accordancewith Clause CC 26 for the whole of the facilities, then the Contractor shallpay to the Employer a sum equivalent to half percent (0.5%) of the ContractPrice as liquidated damages for such default and not as a penalty, withoutprejudice to the Employer’s other remedies under the contract, for eachweek or part thereof which shall elapse between the relevant Time forCompletion and the date stated in Operational Acceptance Certificate of thewhole of the work subject to the limit of 5% of Contract Price.. TheEmployer may, without prejudice to any other method of recovery, deductthe amount of such damages from any monies due or to become due to theContractor. The payment or deduction of such damages shall not relieve theContractor from his obligation to complete the Works, or from any other ofhis obligations and liabilities under the Contract.For the application of liquidated damages, the schedule date for OperationalAcceptance of the entire system shall be the basis, and not intermediateschedule milestone.26.3 No bonus will be given for earlier Completion of the Facilities or partthereof.27. Defect Liability27.1 The Contractor warrants that the Facilities or any part thereof shall be freefrom defects in the design, engineering, materials and workmanship of thePlant and Equipment supplied and of the work executed.27.2 The Defect Liability Period shall be five years from the date of OperationalAcceptance of the facilities (or any part thereof).If during the Defect Liability Period any defect should be found in thedesign, engineering, materials and workmanship of the Plant and Equipmentsupplied or of the work executed by the Contractor, the Contractor shallpromptly in consultation and agreement with the Employer regardingappropriate remedying of the defects, and at its cost, repair, replace orotherwise make good (as the Contractor shall, at its discretion, determine)such defect as well as any damage to the Facilities caused by such defect.The Contractor shall not be responsible for the repair, replacement or makinggood of any defect or of any damage to the Facilities arising out of orresulting from any of the following causes:(a) improper operation or maintenance of the Facilities by the Employer(b) operation of the Facilities outside specifications provided in the Contract_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 96 of 566


(c) normal wear and tear.The Defect Liability Period shall be Five Years from the date of OperationalAcceptance of Facilities ( or any part thereof.).27.3 The Contractor's obligations under this CC Clause 27 shall not apply to(a) any materials that are supplied by the Employer under CC Sub-Clause21.2 (Employer-Supplied Plant, Equipment and Materials), are normallyconsumed in operation, or have a normal life shorter than the DefectLiability Period stated herein(b)any designs, specifications or other data designed, supplied or specifiedby or on behalf of the Employer or any matters for which the Contractorhas disclaimed responsibility herein(c) any other materials supplied or any other work executed by or on behalfof the Employer, except for the work executed by the Employer underCC Sub-Clause 27.7.27.4 The Employer shall give the Contractor a notice stating the nature of anysuch defect together with all available evidence thereof, promptly followingthe discovery thereof. The Employer shall afford all reasonable opportunityfor the Contractor to inspect any such defect.27.5 The Employer shall afford the Contractor all necessary access to theFacilities and the Site to enable the Contractor to perform its obligationsunder this CC Clause 27. The Contractor may, with the consent of theEmployer, remove from the Site any Plant and Equipment or any part of theFacilities that are defective if the nature of the defect, and/or any damage tothe Facilities caused by the defect, is such that repairs cannot beexpeditiously carried out at the Site.27.6 If the repaid, replacement or making good is of such a character that it mayaffect the efficiency of the Facilities or any part thereof, the Employer maygive to the Contractor a notice requiring that tests of the defective part of theFacilities shall be made by the Contractor immediately upon completion ofsuch remedial work, whereupon the Contractor shall carry out such tests.If such part fails the tests, the Contractor shall be carry out further repair,replacement or making good (as the case may be) until that part of theFacilities passes such tests.The tests in character shall in any case be not less than what has alreadybeen agreed by the employer and the Contractor for the originalequipment/part of the Facilities._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 97 of 566


27.7 If the Contractor fails to commence the work necessary to remedy suchdefect or any damage to the Facilities caused by such defect within areasonable time (which shall in no event be considered to be less than fifteen(15) days), the Employer may, following notice to the Contractor, proceed todo such work, and the reasonable costs incurred by the Employer inconnection therewith shall be paid to the Employer by the Contractor or maybe deducted by the Employer from any amount due the Contractor orclaimed under the Performance Security.27.8 If the facilities or any part thereof cannot be used by reason of such defectand/or making good of such defect, the Defect Liability Period of theFacilities or such part, as the case may be, shall be extended by a periodequal to the period during which the Facilities or such part cannot be used bythe Employer because of any of the aforesaid reasons.Upon correction of the defects in the Facilities or any part thereof byrepair/replacement, such repair/replacement shall have the Defect LiabilityPeriod extended by a period of Sixty (60) months from the time suchreplacement/repair of the facilities or any part thereof.”27.8.1 At the end of Defect Liability Period, the Contractor’s liability ceases exceptfor latent defects. The Contractor’s liability for latent defects warranty shallbe limited to period of five (5) years from the end of Defect Liability Period.For the purpose of this clause, the latent defects shall be the defectsinherently lying within the material or arising out of design deficiency,which do not manifest themselves during the Defect Liability Period definedin this CC Clause 27, but later.27.9 Except as provided in CC Clauses 27 and 33 (Loss of or Damage toProperty/ Accident or Injury to Workers/Indemnification), the Contractorshall be under no liability whatsoever and howsoever arising, and whetherunder the Contract or at law, in respect of defects in the Facilities or any partthereof, the Plant and Equipment, design or engineering or work executedthat appear after operational acceptance or any part thereof, except wheresuch defects are the result of the gross negligence, fraud, criminal or wilfulaction of the Contractor.27.10 In addition, the Contractor shall also provide an extended warranty for anysuch component of the Facilities and during the period of time as may bespecified in the CC. Such obligation shall be in addition to the defect liabilityspecified under CC Sub-Clause 27.2.28. Functional Guarantee28.1 The Contractor guarantees that during the Guarantee Test, the Facilities andall parts thereof shall attain the Functional Guarantees specified in Appendix_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 98 of 566


8 (Functional Guarantees) to the Contract Agreement, subject to and uponthe conditions therein specified.28.2 If, for reasons attributable to the Contractor, the minimum level of theFunctional Guarantees specified in Appendix 8 (Functional Guarantees) tothe Contract Agreement are not met either in whole or in part, the Contractorshall at its cost and expense make such changes, modifications an/oradditions to the Plant or any part thereof as may be necessary to meet at leastthe minimum level of such Guarantees. The Contractor shall notify theEmployer upon completion of the necessary changes, modifications and/oradditions, and shall request the Employer to repeat the Guarantee Test untilthe minimum level of the Guarantees has been met. If the Contractoreventually fails to meet the minimum level of Functional Guarantees, theEmployer may consider termination of the Contract pursuant to CC Sub-Clause 42.2 and recover the payments already made to the Contractor.28.3 If, for reasons attributable to the Contractor, the Functional Guaranteesspecified in Appendix 8 (Functional Guarantees) to the Contract Agreementare not attained either in whole or in part, but the minimum level of theFunctional Guarantees specified in Appendix 8 (Functional Guarantees) tothe Contract Agreement is met, the Contractor shall, at the Employer'soption, either(a) make such changes, modifications and/or additions to the Facilities orany part thereof that are necessary to attain the Functional Guaranteesat its cost and expense within a mutually agreed time and shall requestthe Employer to repeat the Guarantee Test, or(b)pay liquidated damages to the Employer in respect of the failure tomeet the Functional Guarantees in accordance with the provisions inAppendix 8 (Functional Guarantees) to the Contract Agreement.28.4 In case the Employer exercises its option to accept the equipment after levyof liquidated damages, the payment of liquidated damages under CC subclause 28.3, upto the limitation of liability specified in the Appendix-8(Functional Guarantees) to the Contract Agreement, shall completely satisfythe Contractor’s guarantees under CC Sub clause 28.3, and the Contractorshall have not further liability whatsoever to the Employer in respectthereof. Upon the payment of such liquidated damages by the Contractor,the Project Manager shall issue the Operational Acceptance Certificate forthe Facilities or any part thereof in respect of which the liquidated damageshave been so paid.28.5 Functional Guarantees, Liquidated Damages for Non-Performance28.5.1 The bidder shall guarantee that the equipment offered shall meet the ratingand performance requirements stipulated for various equipment covered inthis specification. The bidder shall also furnish a declaration in the manner_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 99 of 566


prescribed and included in the relevant schedule of Bid Form & PriceSchedules for guarantees, which shall attract levy of liquidated damages fornon-performance.29. Patent Indemnity29.1 The Contractor shall, subject to the Employer's compliance with CC SubClause 29.2, indemnify and hold harmless the Employer and its employeesand officers from and against any and all suits, actions or administrativeproceedings, claims, demands, losses, damages, costs, and expenses ofwhatsoever nature, including attorney's fees and expenses, which theEmployer may suffer as a result of any infringement or alleged infringementof any patent, utility model, registered design, trademark, copyright or otherintellectual property right registered or otherwise existing at the date of theContract by reason of: (a) the installation of the Facilities by the Contractoror the use of the Facilities in the country where the Site is located; and (b)the sale of the products produced by the Facilities in any country.Such indemnity shall not cover any use of the Facilities or any part thereofother than for the purpose indicated by or to be reasonably inferred from theContract, any infringement resulting from the use of the Facilities or any partthereof, or any products produced thereby in association or combination withany other equipment, plant or materials not supplied by the Contractor,pursuant to the Contract Agreement.29.2 If any proceedings are brought or any claim is made against the Employerarising out of the matters referred to in CC Sub-Clause 29.1, the Employershall promptly give the Contractor a notice thereof, and the Contractor mayat its own expense and in the Employer's name conduct such proceedings orclaim and any negotiations for the settlement of any such proceedings orclaim.If the Contractor fails to notify the Employer within twenty-eight (28) daysafter receipt of such notice that it intends to conduct any such proceedings orclaim, then the Employer shall be free to conduct the same on its own behalf.Unless the Contractor has so failed to notify the Employer within the twentyeight(28) day period, the Employer shall make no admission that may beprejudicial to the defence of any such proceedings or claim.The Employer shall, at the Contractor's request, afford all availableassistance to the Contractor in conducting such proceedings or claim, andshall be reimbursed by the Contractor for all reasonable expenses incurred inso doing.29.3 The Employer shall indemnify and hold harmless the Contractor and itsemployees, officers and Subcontractors from and against any and all suits,actions or administrative proceedings, claims, demands, losses, damages,costs, and expenses of whatsoever nature, including attorney's fees and_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 100 of 566


expenses, which the Contractor may suffer as a result of any infringement oralleged infringement of any patent, utility model, registered design,trademark, copyright or other intellectual property right registered orotherwise existing at the date of the Contract arising out of or in connectionwith any design, data, drawing, specification, or other documents ormaterials provided or designed by or on behalf of the Employer.30. Limitation of Liability30.1 Except in cases of criminal negligence or willful misconduct,(a)(b)the Contractor shall not be liable to the Employer, whether in contract,tort, or otherwise, for any indirect or consequential loss or damage,loss of use, loss of production, or loss of profits or interest costs,provided that this exclusion shall not apply to any obligation of theContractor to pay liquidated damages to the Employer andthe aggregate liability of the Contractor to the Employer, whetherunder the Contract, in tort or otherwise, shall not exceed the totalContract Price, provided that this limitation shall not apply to the costof repairing or replacing defective equipment, or to any obligation ofthe Contractor to indemnify the Employer with respect to patentinfringement.G. Risk Distribution31. Transfer of Ownership31.1 Ownership of the plant and equipment (including spare parts) to be importedinto the country where the site is located shall be transferred to the Employerupon loading on to the mode of transport to be used to convey the Plant andEquipment from the country of origin to that country and upon endorsementof the dispatch documents in favour of Employer.31.2 Ownership of the Plant and Equipment (including spare parts) procured inthe country where the site is located, shall be transferred to the Employerupon loading on to the mode of transport to be used to carry the Plant andEquipment from the works to the site and upon endorsement of the dispatchdocuments in favour of Employer.31.3 Ownership of the Contractor's Equipment used by the Contractor and itsSubcontractors in connection with the Contract shall remain with theContractor or its Subcontractors.31.4 Ownership of any Plant and Equipment in excess of the requirements for theFacilities shall revert to the Contractor upon Completion of the Facilities orat such earlier time when the Employer and the Contractor agree that the_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 101 of 566


Plant and Equipment in question are no longer required for the Facilitiesprovided quantity of any Plant and Equipment specifically stipulated in theContract shall be the property of the Employer whether or not incorporatedin the Facilities.31.5 Notwithstanding the transfer of ownership of the Plant and Equipment, theresponsibility for care and custody thereof together with the risk of loss ordamage thereto shall remain with the Contractor pursuant to CC Clause 32(Care of Facilities) hereof until Completion of the Facilities or the partthereof in which such Plant and Equipment are incorporated.32. Care of Facilities32.1 The Contractor shall be responsible for the care and custody of the Facilitiesor any part thereof until the date of Completion of the Facilities pursuant toCC Clause 24 (Completion of the Facilities) or, where the Contract providesfor Completion of the Facilities in parts, until the date of Completion of therelevant part, and shall make good at its own cost any loss or damage thatmay occur to the Facilities or the relevant part thereof from any causewhatsoever during such period. The Contractor shall also be responsible forany loss or damage to the Facilities caused by the Contractor or itsSubcontractors in the course of any work carried out, pursuant to CC Clause27 (Defect Liability). Notwithstanding the foregoing, the Contractor shall notbe liable for any loss or damage to the Facilities or that part thereof causedby reason of any of the matters specified or referred to in paragraphs (a), (b)and (c) of CC Sub Clauses 32.2 and 38.1.32.2 If any loss or damage occurs to the Facilities or any part thereof or to theContractor's temporary facilities by reason of(a) (insofar as they relate to the country where the Site is located) nuclearreaction, nuclear radiation, radioactive contamination, pressure wavecaused by aircraft or other aerial objects, or any other occurrences thatan experienced contractor could not reasonably foresee, or ifreasonably foreseeable could not reasonably make provision for orinsure against, insofar as such risks are not normally insurable on theinsurance market and are mentioned in the general exclusions of thepolicy of insurance, including War Risks and Political Risks, taken outunder CC Clause 34 (Insurance) hereof(b) any use or occupation by the Employer or any third party (other than aSubcontractor) authorized by the Employer of any part of theFacilities(c)any use of or reliance upon any design, data or specification providedor designated by or on behalf of the Employer, or any such matter forwhich the Contractor has disclaimed responsibility herein, TheEmployer shall pay to the Contractor all sums payable in respect of the_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 102 of 566


Facilities executed, notwithstanding that the same be lost, destroyed ordamaged, and will pay to the Contractor the replacement value of alltemporary facilities and all parts thereof lost, destroyed or damaged. Ifthe Employer requests the Contractor in writing to make good any lossor damage to the Facilities thereby occasioned, the Contractor shallmake good the same at the cost of the Employer in accordance withCC Clause 39 (Change in the Facilities). If the Employer does notrequest the Contractor in writing to make good any loss or damage tothe Facilities thereby occasioned, the Employer shall either request achange in accordance with CC Clause 39 (Change in the Facilities),excluding the performance of that part of the Facilities thereby lost,destroyed or damaged, or, where the loss or damage affects asubstantial part of the Facilities, the Employer shall terminate theContract pursuant to CC Sub-Clause 42.1 (Termination for Employer'sConvenience) hereof, except that the Contractor shall have noentitlement to profit under paragraph (e) of CC Sub Clause 42.1.3 inrespect of any unexecuted Facilities as at the date of termination.32.3 The Contractor shall be liable for any loss of or damage to any Contractor'sEquipment, or any other property of the Contractor used or intended to beused for purposes of the Facilities, except (i) as mentioned in CC Sub-Clause32.2 (with respect to the Contractor's temporary facilities), and (ii) wheresuch loss or damage arises by reason of any of the matters specified in CCSub-Clauses 32.2 (b) and (c) and 38.1.32.4 With respect to any loss or damage caused to the Facilities or any partthereof or to the Contractor's Equipment by reason of any of the mattersspecified in CC Sub-Clause 38.1, the provisions of CC Sub-Clause 38.3 shallapply.33. Loss of or Damage to Property; Accident or Injury to Workers;Indemnification33.1 Subject to CC Sub-Clause 33.3, the Contractor shall indemnify and holdharmless the Employer and its employees and officers from and against anyand all suits, actions or administrative proceedings, claims, demands, losses,damages, costs, and expenses of whatsoever nature, including attorney's feesand expenses, in respect of the death or injury of any person or loss of ordamage to any property (other than the Facilities whether accepted or not),arising in connection with the supply and installation of the Facilities and byreason of the negligence of the Contractor or its Subcontractors, or theiremployees, officers or agents, except any injury, death or property damagecaused by the negligence of the Employer, its contractors, employees,officers or agents.33.2 If any proceedings are brought or any claim is made against the Employerthat might subject the Contractor to liability under CC Sub-Clause 33.1, theEmployer shall promptly give the Contractor a notice thereof and the_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 103 of 566


Contractor may at its own expense and in the Employer's name conduct suchproceedings or claim and any negotiations for the settlement of any suchproceedings or claim.If the Contractor fails to notify the Employer within twenty-eight (28) daysafter receipt of such notice that it intends to conduct any such proceedings orclaim, then the Employer shall be free to conduct the same on its own behalf.Unless the Contractor has so failed to notify the Employer within the twentyeight(28) day period, the Employer shall make no admission that may beprejudicial to the defense of any such proceedings or claim.The Employer shall, at the Contractor's request, afford all availableassistance to the Contractor in conducting such proceedings or claim, andshall be reimbursed by the Contractor for all reasonable expenses incurred inso doing.33.3 The Employer shall indemnify and hold harmless the Contractor and itsemployees, officers and Subcontractors from any liability for loss of ordamage to property of the Employer, other than the Facilities not yet takenover, that is caused by fire, explosion or any other perils, in excess of theamount recoverable from insurances procured under CC Clause 34(Insurance), provided that such fire, explosion or other perils were notcaused by any act or failure of the Contractor.33.4 The party entitled to the benefit of an indemnity under this CC Clause 33shall take all reasonable measures to mitigate any loss or damage which hasoccurred. If the party fails to take such measures, the other party's liabilitiesshall be correspondingly reduced.34. Insurance34.1 To the extent specified in Appendix 3 (Insurance Requirements) to theContract Agreement, the Contractor shall at its expense take out andmaintain in effect, or cause to be taken out and maintained in effect, duringthe performance of the Contract, the insurances set forth below in the sumsand with the deductibles and other conditions specified in the said Appendix.The identity of the insurers and the form of the policies shall be subject tothe approval of the Employer, who should not unreasonably withhold suchapproval.(a) Cargo Insurance During TransportCovering loss or damage occurring while in transit from the Contractor's orSubcontractor's works or stores until arrival at the Site, to the Plant andEquipment (including spare parts thereof) and to the Contractor's Equipment.(b) Installation All Risks Insurance_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 104 of 566


Covering physical loss or damage to the Facilities at the Site, occurring priorto Completion of the Facilities, with an extended maintenance coverage forthe Contractor's liability in respect of any loss or damage occurring duringthe Defect Liability Period while the Contractor is on the Site for the purposeof performing its obligations during the Defect Liability Period.(c) Third Party Liability InsuranceCovering bodily injury or death suffered by third parties (including theEmployer's personnel) and loss of or damage to property occurring inconnection with the supply and installation of the Facilities.(d)Automobile Liability InsuranceCovering use of all vehicles used by the Contractor or its Subcontractors(whether or not owned by them) in connection with the execution of theContract.(e) Workers' CompensationIn accordance with the statutory requirements applicable in any countrywhere the Contract or any part thereof is executed.(f) Employer's LiabilityIn accordance with the statutory requirements applicable in any countrywhere the Contract or any part thereof is executed.(g) Other InsurancesSuch other insurances as may be specifically agreed upon by the partieshereto as listed in the said Appendix 3.34.2 The Employer shall be named as co-insured under all insurance policiestaken out by the Contractor pursuant to CC Sub-Clause 34.1, except for theThird Party Liability, Workers' Compensation and Employer's LiabilityInsurances, and the Contractor's Subcontractors shall be named as co-insuredunder all insurance policies taken out by the Contractor pursuant to CC Sub-Clause 34.1 except for the Cargo Insurance During Transport, Workers'Compensation and Employer's Liability Insurances. All insurer's rights ofsubrogation against such co-insured for losses or claims arising out of theperformance of the Contract shall be waived under such policies.34.3 The Contractor shall, in accordance with the provisions of Appendix 3(Insurance Requirements) to the Contract Agreement, deliver to theEmployer certificates of insurance (or copies of the insurance policies) asevidence that the required policies are in full force and effect. The_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 105 of 566


certificates shall provide that no less than twenty-one (21) days' notice shallbe given to the Employer by insurers prior to cancellation or materialmodification of a policy.34.4 The Contractor shall ensure that, where applicable, its Subcontractor(s) shalltake out and maintain in effect adequate insurance policies for theirpersonnel and vehicles and for work executed by them under the Contract,unless such Subcontractors are covered by the policies taken out by theContractor.34.5 The Employer shall at its expense take out and maintain in effect during theperformance of the Contract those insurances specified in Appendix 3(Insurance Requirements) to the Contract Agreement, in the sums and withthe deductibles and other conditions specified in the said Appendix. TheContractor and the Contractor's Subcontractors shall be named as co-insuredsunder all such policies. All insurers' rights of subrogation against such coinsuredsfor losses or claims arising out of the performance of the Contractshall be waived under such policies. The Employer shall deliver to theContractor satisfactory evidence that the required insurances are in full forceand effect. The policies shall provide that not less than twenty-one (21) days'notice shall be given to the Contractor by all insurers prior to anycancellation or material modification of the policies. If so requested by theContractor, the Employer shall provide copies of the policies taken out bythe Employer under this CC Sub-Clause 34.5.34.6 If the Contractor fails to take out and/or maintain in effect the insurancesreferred to in CC Sub-Clause 34.1, the Employer may take out and maintainin effect any such insurances and may from time to time deduct from anyamount due the Contractor under the Contract any premium that theEmployer shall have paid to the insurer, or may otherwise recover suchamount as a debt due from the Contractor. If the Employer fails to take outand/or maintain in effect the insurances referred to in CC 34.5, theContractor may take out and maintain in effect any such insurances and mayfrom time to time deduct from any amount due the Employer under theContract any premium that the Contractor shall have paid to the insurer, ormay otherwise recover such amount as a debt due from the Employer. If theContractor fails to or is unable to take out and maintain in effect any suchinsurances, the Contractor shall nevertheless have no liability orresponsibility towards the Employer, and the Contractor shall have fullrecourse against the Employer for any and all liabilities of the Employerherein.34.7 Unless otherwise provided in the Contract, the Contractor shall prepare andconduct all any claims made under the policies effected by it pursuant to thisCC Clause 34, and the monies payable by any insurers under all theinsurance except Third Party Liability Insurance, Workers’ Compensation,and Employer’s Liability, shall be paid to the joint account of the Employerand the Contractor and such amounts paid shall be apportioned between theEmployer and the Contractor in accordance with the respective_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 106 of 566


esponsibilities under the Contract. The Employer shall give to theContractor all such reasonable assistance as may be required by theContractor. With respect to insurance claims in which the Employer’sinterest is involved, the Contractor shall not give any release or make anycompromise with the insurer without the prior written consent of theEmployer. With respect to insurance claims in which the Contractor’sinterest is involved, the Employer shall not give any release or make anycompromise with the insurer without the prior written consent of theContractor.35. Unforeseen Conditions35.1 If, during the execution of the Contract, the Contractor shall encounter on theSite any physical conditions (other than climatic conditions) or artificialobstructions that could not have been reasonably foreseen prior to the date ofthe Contract Agreement by an experienced contractor on the basis ofreasonable examination of the data relating to the Facilities (including anydata as to boring tests) provided by the Employer, and on the basis ofinformation that it could have obtained from a visual inspection of the Site(if access thereto was available) or other data readily available to it relatingto the Facilities, and if the Contractor determines that it will in consequenceof such conditions or obstructions incur additional cost and expense orrequire additional time to perform its obligations under the Contract thatwould not have been required if such physical conditions or artificialobstructions had not been encountered, the Contractor shall promptly, andbefore performing additional work or using additional Plant and Equipmentor Contractor's Equipment, notify the Project Manager in writing of(a) the physical conditions or artificial obstructions on the Site that could nothave been reasonably foreseen(b) the additional work and/or Plant and Equipment and/or Contractor'sEquipment required, including the steps which the Contractor will orproposes to take to overcome such conditions or obstructions(c) the extent of the anticipated delay(d) the additional cost and expense that the Contractor is likely to incur.On receiving any notice from the Contractor under this CC Sub-Clause 35.1,the Project Manager shall promptly consult with the Employer andContractor and decide upon the actions to be taken to overcome the physicalconditions or artificial obstructions encountered. Following suchconsultations, the Project Manager shall instruct the Contractor, with a copyto the Employer, of the actions to be taken.35.2 Any reasonable additional cost and expense incurred by the Contractor infollowing the instructions from the Project Manager to overcome suchphysical conditions or artificial obstructions referred to in CC Sub-Clause35.1 shall be paid by the Employer to the Contractor as an addition to theContract Price._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 107 of 566


35.3 If the Contractor is delayed or impeded in the performance of the Contractbecause of any such physical conditions or artificial obstructions referred toin CC Sub-Clause 35.1, the Time for Completion shall be extended inaccordance with CC Clause 40 (Extension of Time for Completion).36. Change in Laws and Regulations36.1 If, after the date twenty-eight (28) days prior to the date of Bid submission,in the country where the Site is located, any law, regulation, ordinance, orderor by-law having the force of law is enacted, promulgated, abrogated orchanged (which shall be deemed to include any change in interpretation orapplication by the competent authorities) that subsequently affects the costsand expenses of the Contractor and/or the Time for Completion, the ContractPrice shall be correspondingly increased or decreased, and/or the Time forCompletion shall be reasonably adjusted to the extent that the Contractor hasthereby been affected in the performance of any of its obligations under theContract. However, these adjustments would be restricted to directtransactions between the Employer and the Contractor and not onprocurement of raw materials, intermediary components etc. by theContractor. Further, no adjustment of the Contract Price shall be made onaccount of variation in deemed export benefits. Notwithstanding theforegoing, such additional or reduced costs shall not be separately paid orcredited if the same has already been accounted for in the price adjustmentprovisions where applicable, in accordance with the Appendix 2 to theContract Agreement.37. Force Majeure37.0 This has been added as clause no. 45.37.1 "Force Majeure" shall mean any event beyond the reasonable control of theEmployer or of the Contractor, as the case may be, and which is unavoidablenotwithstanding the reasonable care of the party affected, and shall include,without limitation, the following:(a) war, hostilities or warlike operations (whether a state of war be declaredor not), invasion, act of foreign enemy and civil war(b) rebellion, revolution, insurrection, mutiny, usurpation of civil or militarygovernment, conspiracy, riot, civil commotion and terrorist acts(c) confiscation, nationalization, mobilization, commandeering or requisitionby or under the order of any government or de jure or de facto authorityor ruler or any other act or failure to act of any local state or nationalgovernment authority(d) strike, sabotage, lockout, embargo, import restriction, port congestion,_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 108 of 566


lack of usual means of public transportation and communication,industrial dispute, shipwreck, shortage or restriction of power supply,epidemics, quarantine and plague(e) earthquake, landslide, volcanic activity, fire, flood or inundation, tidalwave, typhoon or cyclone, hurricane, storm, lightning, or other inclementweather condition, nuclear and pressure waves or other natural or physicaldisaster(f) shortage of labour, materials or utilities where caused by circumstancesthat are themselves Force Majeure.37.2 If either party is prevented, hindered or delayed from or in performing any ofits obligations under the Contract by an event of Force Majeure, then it shallnotify the other in writing of the occurrence of such event and thecircumstances thereof within fourteen (14) days after the occurrence of suchevent.37.3 The party who has given such notice shall be excused from the performanceor punctual performance of its obligations under the Contract for so long asthe relevant event of Force Majeure continues and to the extent that suchparty's performance is prevented, hindered or delayed. The Time forCompletion shall be extended in accordance with CC Clause 40 (Extensionof Time for Completion).37.4 The party or parties affected by the event of Force Majeure shall usereasonable efforts to mitigate the effect thereof upon its or their performanceof the Contract and to fulfil its or their obligations under the Contract, butwithout prejudice to either party's right to terminate the Contract under CCSub Clauses 37.6 and 38.5.37.5 No delay or non performance by either party hereto caused by the occurrenceof any event of Force Majeure shall(a) constitute a default or breach of the Contract(b) (subject to CC Sub-Clauses 32.2, 38.3 and 38.4) give rise to any claim fordamages or additional cost or expense occasioned thereby if and to the extentthat such delay or non performance is caused by the occurrence of an eventof Force Majeure.37.6. If the performance of the Contract is substantially prevented, hindered ordelayed for a single period if more than sixty (60) days or an aggregateperiod of more than one hundred and twenty (120) days on account of one ormore events of Force Majeure during the currency of the Contract, theparties will attempt to develop a mutually satisfactory solution, failing whichthe dispute will be resolved in accordance with CC Clause.6._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 109 of 566


37.7. Notwithstanding CC Sub-Clause 37.5, Force Majeure shall not apply to anyobligation of the Employer to make payments to the Contractor herein.38. War Risks38.1 "War Risks" shall mean any event specified in paragraphs (a) and (b) of CCSub-Clause 37.1 and any explosion or impact of any mine, bomb, shell,grenade or other projectile, missile, munitions or explosive of war, occurringor existing in or near the country (or countries) where the Site is located.38.2 Notwithstanding anything contained in the Contract, the Contractor shallhave no liability whatsoever for or with respect to(a) destruction of or damage to Facilities, Plant & Equipment, or any partthereof(b) destruction of or damage to property of the Employer or any third party(c) injury or loss of life if such destruction, damage, injury or loss of life iscaused by any War Risks, and the Employer shall indemnify and hold theContractor harmless from and against any and all claims, liabilities, actions,lawsuits, damages, costs, charges or expenses arising in consequence of or inconnection with the same.38.3 If the Facilities or any Plant and Equipment or Contractor's Equipment orany other property of the Contractor used or intended to be used for thepurposes of the Facilities shall sustain destruction or damage by reason ofany War Risks, the Employer shall pay the Contractor for(a) any part of the Facilities or the Plant and Equipment so destroyed ordamaged (to the extent not already paid for by the Employer)(b) replacing or making good any Contractor's Equipment or other propertyof the Contractor so destroyed or damaged,(c) replacing or making good any such destruction or damage to theFacilities or the Plant and Equipment or any part thereof so far as may berequired by the Employer, and as may be necessary for completion of thefacilities.If the Employer does not require the Contractor to replace or make good anysuch destruction or damage to the Facilities, the Employer shall eitherrequest a change in accordance with CC Clause 39 (Change in the Facilities),excluding the performance of that part of the Facilities thereby destroyed ordamaged or, where the loss, destruction or damage affects a substantial partof the Facilities, shall terminate the Contract, pursuant to CC Sub-Clause42.1 (Termination for Employer's Convenience)._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 110 of 566


38.4 Notwithstanding anything contained in the Contract, the Employer shall paythe Contractor for any increased costs or incidentals to the execution of theContract that are in any way attributable to, consequent on, resulting from, orin any way connected with any War Risks, provided that the Contractor shallas soon as practicable notify the Employer in writing of any such increasedcost.38.5 If during the performance of the Contract any war risks shall occur thatfinancial or otherwise materially affect the execution of the Contract by theContractor with due and proper consideration given to the safety of its andits Subcontractors personal engaged in the work on the facilities, provided,however, that if the execution of the work on the facilities becomesimpossible or is substantially prevented for a single period of more thansixty (60) days or an aggregate period of more the one hundred and twenty( 120) days on account of any war Risks, the parties will attempt to developa mutually satisfactory solution, failing which the dispatch will be resolvedin accordance with CC Clause.6.38.6 In the event of termination pursuant to CC Sub Clause. 38.3, the rights andobligation of the employer and the Contractor shall be specified in CC Sub-Clause 42.1.2 and 42.1.3, expect that the Contract shall have no entitlementto profit under paragraph (e) of CC Sub Clause 42.13 in respect of anyunexecuted facilities as of the date of termination.H. Change in Contract Elements39. Change in the Facilities39.1 Introducing a Change39.1.1 Subject to CC Sub-Clauses 39.2.5 and 39.2.7, the Employer shall have theright to propose, and subsequently require, that the Project Manager orderthe Contractor from time to time during the performance of the Contract tomake any change, modification, addition or deletion to, in or from theFacilities (hereinafter called "Change"), provided that such Change fallswithin the general scope of the Facilities and does not constitute unrelatedwork and that it is technically practicable, taking into account both the stateof advancement of the Facilities and the technical compatibility of theChange envisaged with the nature of the Facilities as specified in theContract.39.1.2 The Contractor may from time to time during its performance of the Contractpropose to the Employer (with a copy to the Project Manager) any Changethat the Contractor considers necessary or desirable to improve thequality,efficiency or safety of the Facilities. The Employer may at itsdiscretion approve or reject any Change proposed by the Contractor,provided that the Employer shall approve any Change proposed by theContractor to ensure the safety of the Facilities._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 111 of 566


39.1.3 Notwithstanding CC Sub-Clauses 39.1.1 and 39.1.2, no change madenecessary because of any default of the Contractor in the performance of itsobligations under the Contract shall be deemed to be a Change, and suchchange shall not result in any adjustment of the Contract Price or the Timefor Completion.39.1.4 The procedure on how to proceed with and execute Changes is specified inCC Sub-Clauses 39.2 and 39.3, and further details and sample forms areprovided in the Sample Forms and Procedures section in the biddingdocuments.39.2 Changes Originating from Employer39.2.1 If the Employer proposes a Change pursuant to CC Sub-Clause 39.1.1, itshall send to the Contractor a "Request for Change Proposal," requiring theContractor to prepare and furnish to the Project Manager as soon asreasonably practicable a "Change Proposal," which shall include thefollowing:(a) brief description of the Change(b) effect on the Time for Completion(c) estimated cost of the Change(d) effect on Functional Guarantees (if any)(e) effect on any other provisions of the Contract.39.2.2 Prior to preparing and submitting the "Change Proposal," the Contractorshall submit to the Project Manager an "Estimate for Change Proposal,"which shall be an estimate of the cost of preparing and submitting theChange Proposal. Upon receipt of the Contractor's Estimate for ChangeProposal, the Employer shall do one of the following:(a) accept the Contractor's estimate with instructions to the Contractor toproceed with the preparation of the Change Proposal(b) advise the Contractor of any part of its Estimate for Change Proposal thatis unacceptable and request the Contractor to review its estimate(c) advise the Contractor that the Employer does not intend to proceed withthe Change.39.2.3 Upon receipt of the Employer's instruction to proceed under CC Sub-Clause39.2.2 (a), the Contractor shall, with proper expedition, proceed with thepreparation of the Change Proposal, in accordance with CC Sub-Clause39.2.1.39.2.4 The pricing of any Change shall, as far as practicable, be calculated inaccordance with the rates and prices included in the Contract. If such ratesand_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 112 of 566


prices are inequitable, the parties thereto shall agree on specific rates for thevaluation of the Change.39.2.5 If before or during the preparation of the change proposal it becomes apparentthat the aggregate effect of compliance therewith and with all other changeorders that have already become binding upon the contractor under this CCClause 39 would be increase or decrease the contractor price as originally setforth in Article- 2 ( Contract price and Terms of payment) of the contractagreement by more than fifteen ( 15) percent, the Contract may given awritten notice of objection there to prior to furnish the change proposal asaforesaid. If the employer accept the contractors objection, the employer andthe contractor shall agree on specific rates for valuation of the change.The Contractor failure to so object shall neither affect its right to object toany subsequent requested change or change orders herein, nor affect its rightto taken into account, when making such subsequent objection, thepercentage increase or decrease in the contract price that any change notobjected to by the contractor represents.39.2.6 If rates and prices of any change are not available in the contract, the partiesthereto shall agree on specific rates for the valuation of the change. Uponreceipt of the change proposal, the employer and the contract shall mutuallyagree upon all matters therein contained. With in fourteen (14) days aftersuch agreement, the employer shall, if it intends to proceed with change,issue the contractor with a change order.If the employer is unable to reach a decision with in fourteen (14) days, itshall notify the contractor with details of when the contractor can expect adecision.If the employer decides not to proceed with the change for whatever reason,it shall, with in the said period of fourteen (14), notify the contractoraccordingly. Under such circumstances, the contractor shall be entitled toreimbursement of all costs reasonably incurred by it in the preparation of thechange proposal, provided that these do not exceed.The amount given by the Contract in its estimate for charge proposalsubmitted in accordance with CC Sub – Clause 39.2.2.39.2.7 If the Employer and the Contractor cannot reach agreement on the price forthe Change, an equitable adjustment to the Time for Completion, or anyother matters identified in the Change Proposal, the Employer maynevertheless instruct the Contractor to proceed with the Change by issue of a"Pending Agreement Change Order."Upon receipt of a Pending Agreement Change Order, the Contractor shallimmediately proceed with effecting the Changes covered by such Order. Theparties shall thereafter attempt to reach agreement on the outstanding issues_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 113 of 566


under the Change Proposal.If the parties cannot reach agreement within sixty (60) days from the date ofissue of the Pending Agreement Change Order, then the matter may bereferred to the Arbitration in accordance with the provisions of CC Sub-Clause 6.2 (Arbitration).39.3 Changes Originating from Contractor39.3.1 If the Contractor proposes a Change pursuant to CC Sub-Clause 39.1.2, theContractor shall submit to the Project Manager a written "Application forChange Proposal," giving reasons for the proposed Change and including theinformation specified in CC Sub-Clause 39.2.1.Upon receipt of the Application for Change Proposal, the parties shall followthe procedures outlined in CC Sub-Clauses 39.2.6 and 39.2.7. However,should the Employer choose not to proceed, the Contractor shall not beentitled to recover the costs of preparing the Application for ChangeProposal.39.4 The scope of work under the package(s) shall be as per the TechnicalSpecification, Vol- II of bidding Documents. The quantity variationapplicable for the existing scope shall be generally as per the following andthe quantity variation shall be notified within four (4) months from the dateof LOA.a) The employer reserves the right to increase or decrease the quantity ofdifferent items of the specified good and services to the extant offifteen percent (15%) of the contract prices, by way of suitableamendment to the contract, without any change I unit rate/price and/ orother terms and conditions of the contract. However, the quantities ofindividual items of goods and services may vary up to any extent.b) The contract price for (i) items for which quantities have beenindicated as lump sum/ lot/ set 9ii) items for which quantities were tobe estimated by the bidder, including additional items ( falling under(i) and / or (ii) considered necessary by the bidder for successfulcompletion of the works as per TS and indicated by him in his bid,shall remain constant unless there is change made in the scope of workby the employer. The quantities and unit prices (a) subsequentlyarrived while approving the bill of quantities (BOQ)/ billing breakupof lump sum/lot/set quantities and/ or (b) quantities estimated by thebidder /contractor shall be for on account payment purpose only. Incase additional quantities, over and above the quantities in BOQ/billing break up and/or estimated by the bidder/contractor are requiredfor the successful completion of the scope of work as per technicalspecification, the contractor shall execute additional quantities of these_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 114 of 566


items for which no additional payments shall be made over and abovethe lump sum contract price.In case quantities of these items supplied at site are in excess of thatrequired for successful completion of scope of work, such additionalquantities shall be property of the contractor and than shall be allow totake back the same from the site for which no deduction from the lumpsum contract price shall be made. Further in case actual requirement ofquantities for successful completion of scope of work is less than thequantities identified in the approved BOQ/ billing break up and/orestimated by the bidder/ contractor, the lump sum contract price shallremain unchanged and no deduction shall be made from the lump sumprice due to such reduction of quantities. It shall be the responsibilityof the bidder to pay all statutory taxes, duties and levies to theconcerned authority’s surplus material which would otherwise havebeen, lawfully payable. The bidder shall submit an indemnity bond tokeep the employer harmless from any liability, before release to suchmartial to the bidder by the employer.40. Extension of Time for Completion40.1 The Time(s) for Completion specified in the CC shall be extended if theContractor is delayed or impeded in the performance of any of its obligationsunder the Contract by reason of any of the following :(a) any Change in the Facilities as provided in CC Clause 39 (Change in theFacilities)(b) any occurrence of Force Majeure as provided in CC Clause 37 (ForceMajeure), unforeseen conditions as provided in CC Clause 35 (UnforeseenConditions), or other occurrence of any of the matters specified or referred toin paragraphs (a), (b) and (c) of CC Sub-Clause 32.2(c) any suspension order given by the Employer under CC Clause 41(Suspension) hereof or reduction in the rate of progress pursuant to CC Sub-Clause 41.2 or(d) any changes in laws and regulations as provided in CC Clause 36(Change in Laws and Regulations) or(e) any default or breach of the Contract by the Employer, specificallyincluding failure to supply the items listed in Appendix 6 (Scope of Worksand Supply by the Employer) to the Contract Agreement, or any activity, actor omission of any other contractors employed by the Employer or_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 115 of 566


(f) any other matter specifically mentioned in the Contract;by such period as shall be fair and reasonable in all the circumstances and asshall fairly reflect the delay or impediment sustained by the Contractor.40.2 Except where otherwise specifically provided in the Contract, the Contractorshall submit to the Project Manager a notice of a claim for an extension ofthe Time for Completion, together with particulars of the event orcircumstance justifying such extension as soon as reasonably practicableafter the commencement of such event or circumstance. As soon asreasonably practicable after receipt of such notice and supporting particularsof the claim, the Employer and the Contractor shall agree upon the period ofsuch extension. In the event that the Contractor does not accept theEmployer's estimate of a fair and reasonable time extension, the Contractorshall be entitled to refer the matter to an Arbitration, pursuant to CC Sub-Clause 6.2 (Arbitration).40.3 The Contractor shall at all times use its reasonable efforts to minimize anydelay in the performance of its obligations under the Contract by such periodas shall be fair & reasonable in all circumstances & as shall be fairly reflectthe delay or impediment sustained by the Contractor.41. Suspension41.1 The Employer may request the Project Manager, by notice to the Contractor,to order the Contractor to suspend performance of any or all of itsobligations under the Contract by Such notice shall specify the obligation ofwhich performance is to be suspended, the effective date of the suspensionand the reasons thereof. The Contractor shall thereupon suspend performanceof such obligation (except those obligations necessary for the care orpreservation of the Facilities) until ordered in writing to resume suchperformance by the Project Manager.If, by virtue of a suspension order given by the Project Manager, other thanby reason of the Contractor's default or breach of the Contract, theContractor's performance of any of its obligations is suspended for anaggregate period of more than ninety (90) days, then at any time thereafterand provided that at that time such performance is still suspended, theContractor may give a notice to the Project Manager requiring that theEmployer shall, within twenty-eight (28) days of receipt of the notice, orderthe resumption of such performance or request and subsequently order achange in accordance with CC Clause 39 (Change in the Facilities),excluding the performance of the suspended obligations from the Contract.If the Employer fails to do so within such period, the Contractor may, by afurther notice to the Project Manager, elect to treat the suspension, where itaffects a part only of the Facilities, as a deletion of such part in accordance_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 116 of 566


with CC Clause 39 (Change in the Facilities) or, where it affects the whole ofthe Facilities, as termination of the Contract under CC Sub-Clause 42.1(Termination for Employer's Convenience).41.2 In case,(a) the Employer has failed to pay the Contractor any sum due under theContract within the specified period, has failed to approve any invoice orsupporting documents without just cause pursuant to Appendix 1 (Termsand Procedures of Payment) to the Contract Agreement, or commits asubstantial breach of the Contract, the Contractor may give a notice to theEmployer that requires payment of such sum, with interest thereon asstipulated in CC Sub-Clause 12.3, requires approval of such invoice orsupporting documents, or specifies the breach and requires the Employerto remedy the same, as the case may be. If the Employer fails to pay suchsum together with such interest, fails to approve such invoice orsupporting documents or give its reasons for withholding such approval,or fails to remedy the breach or take steps to remedy the breach withinfourteen (14) days after receipt of the Contractor's notice or(b) the Contractor is unable to carry out any of its obligations under theContract for any reason attributable to the Employer, including but notlimited to the Employer's failure to provide possession of or access to theSite or other areas in accordance with CC Sub-Clause 10.2, or failure toobtain any governmental permit necessary for the execution and/orcompletion of the Facilities; then the Contractor may by fourteen (14)days' notice to the Employer suspend performance of all or any of itsobligations under the Contract, or reduce the rate of progress.41.3 If the Contractor's performance of its obligations is suspended or the rate ofprogress is reduced pursuant to this CC Clause 41, then the Time forCompletion shall be extended in accordance with CC Sub-Clause 40.1, andany and all additional costs or expenses incurred by the Contractor as a resultof such suspension or reduction shall be paid by the Employer to theContractor in addition to the Contract Price, except in the case of suspensionorder or reduction in the rate of progress by reason of the Contractor's defaultor breach of the Contract.41.4 During the period of suspension, the Contractor shall not remove from theSite any Plant and Equipment, any part of the Facilities or any Contractor'sEquipment, without the prior written consent of the Employer.42. Termination42.1 Termination for Employer's Convenience42.1.1 The Employer may at any time terminate the Contract for any reason bygiving the Contractor a notice of termination that refers to this CC Sub-Clause 42.1._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 117 of 566


42.1.2 Upon receipt of the notice of termination under CC Sub-Clause 42.1.1, theContractor shall either immediately or upon the date specified in the noticeof termination(a) cease all further work, except for such work as the Employer may specifyin the notice of termination for the sole purpose of protecting that part ofthe Facilities already executed, or any work required to leave the Site in aclean and safe condition(b) terminate all subcontracts, except those to be assigned to the Employerpursuant to paragraph (d)(ii) below(c) remove all Contractor's Equipment from the Site, repatriate theContractor's and its Subcontractors' personnel from the Site, remove fromthe Site any wreckage, rubbish and debris of any kind, and leave thewhole of the Site in a clean and safe condition(d) In addition, the Contractor, subject to the payment specified in CCSubClause 42.1.3, shall(i) deliver to the Employer the parts of the Facilities executed by theContractor up to the date of termination(ii) to the extent legally possible, assign to the Employer all right, titleand benefit of the Contractor to the Facilities and to the Plant andEquipment as at the date of termination, and, as may be required bythe Employer, in any subcontracts concluded between the Contractorand its Subcontractors(iii) deliver to the Employer all non-proprietary drawings,specifications and other documents prepared by the Contractor or itsSubcontractors as at the date of termination in connection with theFacilities.42.1.3 In the event of termination of the Contract under CC Sub-Clause 42.1.1, theEmployer shall pay to the Contractor the following amounts:a. The Contract Price, properly attributable to the parts of the Facilitiesexecuted by the Contractor as of the date of terminationb. The costs reasonably incurred by the Contractor in the removal of theContractor's Equipment from the Site and in the repatriation of theContractor's and its Subcontractors' personnelc. The amounts to be paid by the Contractor to its Subcontractors inconnection with the termination of any subcontracts, including anycancellation charges_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 118 of 566


d. Costs incurred by the Contractor in protecting the Facilities andleaving the Site in a clean and safe condition pursuant to paragraph (a)of CC Sub-Clause 42.1.2e. The cost of satisfying all other obligations, commitments and claimsthat the Contractor may in good faith have undertaken with thirdparties in connection with the Contract and that are not covered byparagraphs (a) through (d) above.42.2 Termination for Contractor's Default42.2.1 The Employer, without prejudice to any other rights or remedies it maypossess, may terminate the Contract forthwith in the following circumstancesby giving a notice of termination and its reasons therefore to the Contractor,referring to this CC Sub-Clause 42.2:(a) if the Contractor becomes bankrupt or insolvent, has a receiving orderissued against it, compounds with its creditors, or, if the Contractor is acorporation, a resolution is passed or order is made for its winding up(other than a voluntary liquidation for the purposes of amalgamation orreconstruction), a receiver is appointed over any part of its undertaking orassets, or if the Contractor takes or suffers any other analogous action inconsequence of debt(b) if the Contractor assigns or transfers the Contract or any right or interesttherein in violation of the provision of CC Clause 43 (Assignment).(c) if the Contractor, in the judgment of the Employer has engaged in corruptor fraudulent practices in competing for or in executing the Contract.For the purpose of this sub-clause :"corrupt practice" means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurementprocess or in contact execution."fraudulent practice" means a misrepresentation of facts in order to influencea procurement process or the execution of a contract to the detriment of theBorrower, and includes collusive practice among Bidders (prior to or afterbid submission) designed to establish bid prices at artificial non-competitivelevels and to deprive the Borrower of the benefits of free and opencompetition".42.2.2 If the Contractor(a)has abandoned or repudiated the Contract._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 119 of 566


(b) has without valid reason failed to commence work on the Facilitiespromptly or has suspended (other than pursuant to CC Sub-Clause 41.2) theprogress of Contract performance for more than twenty-eight (28) days afterreceiving a written instruction from the Employer to proceed.(c) persistently fails to execute the Contract in accordance with theContract or persistently neglects to carry out its obligations under theContract without just cause.(d) refuses or is unable to provide sufficient materials, services or labourto execute and complete the Facilities in the manner specified in theprogram furnished under CC Clause 18.2 (Program of Performance) at ratesof progress that give reasonable assurance to the Employer that theContractor can attain Completion of the Facilities by the Time forCompletion as extended then the Employer may, without prejudice to anyother rights it may possess under the Contract, give a notice to the Contractorstating the nature of the default and requiring the Contractor to remedy thesame. If the Contractor fails to remedy or to take steps to remedy the samewithin fourteen (14) days of its receipt of such notice, then the Employermay terminate the Contract forthwith by giving a notice of termination to theContractor that refers to this CC Sub Clause 42.2.42.2.3 Upon receipt of the notice of termination under CC Sub-Clauses.42.2.1 or42.2.2, the Contractor shall, either immediately or upon such date as isspecified in the notice of termination,(a) cease all further work, except for such work as the Employer mayspecify in the notice of termination for the sole purpose of protecting thatpart of the Facilities already executed, or any work required to leave the Sitein a clean and safe condition(b) terminate all subcontracts, except those to be assigned to the Employerpursuant to paragraph (d) below(c) deliver to the Employer the parts of the Facilities executed by theContractor up to the date of termination(d) to the extent legally possible, assign to the Employer all right, title andbenefit of the Contractor to the Works and to the Plant and Equipment asat the date of termination, and, as may be required by the Employer, in anysubcontracts concluded between the Contractor and its Subcontractors(e) deliver to the Employer all drawings, specifications and other documentsprepared by the Contractor or its Subcontractors as at the date oftermination in connection with the Facilities.42.2.4 The Employer may enter upon the Site, expel the Contractor, and complete_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 120 of 566


the Facilities itself or by employing any third party. The Employer may, tothe exclusion of any right of the Contractor over the same, take over and usewith the payment of a fair rental rate to the Contractor, with all themaintenance costs to the account of the Employer and with anindemnification by the Employer for all liability including damage or injuryto persons arising out of the Employer's use of such equipment, anyContractor's Equipment owned by the Contractor and on the Site inconnection with the Facilities for such reasonable period as the Employerconsiders expedient for the supply and installation of the Facilities.Upon completion of the Facilities or at such earlier date as the Employerthinks appropriate, the Employer shall give notice to the Contractor that suchContractor's Equipment will be returned to the Contractor at or near the Siteand shall return such Contractor's Equipment to the Contractor in accordancewith such notice. The Contractor shall thereafter without delay and at its costremove or arrange removal of the same from the Site.42.2.5 Subject to CC Sub-Clause 42.2.6, the Contractor shall be entitled to be paidthe Contract Price attributable to the Facilities executed as at the date oftermination, the value of any unused or partially used Plant and Equipmenton the Site, and the costs, if any, incurred in protecting the Facilities and inleaving the Site in a clean and safe condition pursuant to paragraph (a) of CCSub Clause 42.2.3. Any sums due the Employer from the Contractoraccruing prior to the date of termination shall be deducted from the amountto be paid to the Contractor under this Contract.42.2.6 If the Employer completes the Facilities, the cost of completing the Facilitiesby the Employer shall be determined. If the sum that the Contractor isentitled to be paid, pursuant to CC Sub Clause 42.2.5, plus the reasonablecosts incurred by the Employer in completing the Facilities, exceeds theContract Price, the Contractor shall be liable for such excess.If such excess is greater than the sums due the Contractor under CCSubClause 42.2.5, the Contractor shall pay the balance to the Employer, andif such excess is less than the sums due the Contractor under CC Sub-Clause42.2.5, the Employer shall pay the balance to the Contractor.The Employer and the Contractor shall agree, in writing, on the computationdescribed above and the manner in which any sums shall be paid.42.3 Termination by Contractor42.3.1 If (a) the Employer has failed to pay the Contractor any sum due under theContract within the specified period, has failed to approve any invoice orsupporting documents without just cause pursuant to Appendix 1 (Termsand Procedures of Payment) of the Contract Agreement, or commits asubstantial breach of the Contract, the Contractor may give a notice to theEmployer that requires payment of such sum, with interest thereon asstipulated in CC Sub-Clause 12.3, requires approval of such invoice orsupporting documents, or specifies the breach and requires the Employer toremedy the same, as the case may be. If the Employer fails to pay such sumtogether with such interest, fails to approve such invoice or supporting_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 121 of 566


documents or give its reasons for withholding such approval, fails to remedythe breach or take steps to remedy the breach within fourteen (14) days afterreceipt of the Contractor's notice, or(b) The contractor is unable to carry out any of its obligations under thecontract for any reason attributable to the employer, including but notlimited to the employer’s failure to provide possession of or access to thesite or other areas or failure to obtain any governmental permit necessary forthe execution and/or completion of the Facilities, which the employer isrequired to obtain as per provision of the contract as per relevant applicablelaws of the country.then the Contractor may give a notice to the Employer thereof, and if theEmployer has failed to pay the outstanding sum, to approve the invoice orsupporting documents, to give its reasons for withholding such approval, orto remedy the breach within twenty-eight (28) days of such notice, or if theContractor is still unable to carry out any of its obligations under theContract for any reason attributable to the Employer within twenty-eight(28) days of the said notice, the Contractor may by a further notice to theEmployer referring to this GCC Sub-Clause 42.3.1, forthwith terminate theContract.42.3.2 The Contractor may terminate the Contract forthwith by giving a notice tothe Employer to that effect, referring to this CC Sub-Clause 42.3.2, if theEmployer becomes bankrupt or insolvent, has a receiving order issuedagainst it, compounds with its creditors, or, being a corporation, if aresolution is passed or order is made for its winding up (other than avoluntary liquidation for the purposes of amalgamation or reconstruction), areceiver is appointed over any part of its undertaking or assets, or if theEmployer takes or suffers any other analogous action in consequence of debt.42.3.3 If the Contract is terminated under CC Sub-Clauses 42.3.1 or 42.3.2, then theContractor shall immediately(a) cease all further work, except for such work as may be necessary for thepurpose of protecting that part of the Facilities already executed, or any workrequired to leave the Site in a clean and safe condition(b) terminate all subcontracts, except those to be assigned to the Employerpursuant to paragraph (d)(ii)(c) remove all Contractor's Equipment from the Site and repatriate theContractor's and its Subcontractor's personnel from the Site(d) In addition, the Contractor, subject to the payment specified in CC SubClause 42.3.4, shall(i)deliver to the Employer the parts of the Facilities executed by theContractor up to the date of termination(ii) to the extent legally possible, assign to the Employer all right, titleand benefit of the Contractor to the Facilities and to the Plant and_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 122 of 566


Equipment as of the date of termination, and, as may be requiredby the Employer, in any subcontracts concluded between theContractor and its Subcontractors(iii) deliver to the Employer all drawings, specifications and otherdocuments prepared by the Contractor or its Subcontractors as ofthe date of termination in connection with the Facilities.42.3.4 If the Contract is terminated under CC Sub-Clauses 42.3.1 or 42.3.2, theEmployer shall pay to the Contractor all payments specified in CC Sub-Clause 42.1.3, and reasonable compensation for all loss or damage sustainedby the Contractor arising out of, in connection with or in consequence ofsuch termination.42.3.5 Termination by the Contractor pursuant to this CC Sub-Clause 42.3 is withoutprejudice to any other rights or remedies of the Contractor that may beexercised in lieu of or in addition to rights conferred by CC Sub-Clause 42.3.42.4 In this CC Clause 42, the expression "Facilities executed" shall include allwork executed, Installation Services provided, and Plant and Equipmentacquired (or subject to a legally binding obligation to purchase) by theContractor and used or intended to be used for the purpose of the Facilities,up to and including the date of termination.42.5 In this CC Clause 42, in calculating any monies due from the Employer tothe Contractor, account shall be taken of any sum previously paid by theEmployer to the Contractor under the Contract, including any advancepayment paid pursuant to Appendix 2 (Terms and Procedures of Payment) tothe Contract Agreement.43. Assignment43.1 Neither the Employer nor the Contractor shall, without the express priorwritten consent of the other (which consent shall not be unreasonablywithheld), assign to any third party the Contract or any part thereof, or anyright, benefit, obligation or interest therein or thereunder, except that theContractor shall be entitled to assign either absolutely or by way of chargeany monies due and payable to it or that may become due and payable to itunder the Contract.44 Construction of the contract44.1 The contracts to be entered into with the successful bidder shall be as under.For Foreign bidder :_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 123 of 566


--- “ First contract” for CIF supply of all equipment and materials includingmandatory spares:--- “Second Contract” for Ex-works supply of all equipment and materialsincluding mandatory spares:--- “ Third contract” for providing all services i.e. port handling and customclearance for the imported goods , further loading and inland transportationfor delivery at site ,unloading, storage handling at site , installation ,testingand commissioning including performance testing in respect of all theequipments supplied under both “ First contract” and “Second Contract” andany other services specified in the contract documents.For Domestic Bidder:--- “ First contract” for Ex-works supply and CIF supply , if any of allequipment and materials including mandatory spares identifying separatelythe CIF and Ex-works components of the supply.---- “Second Contract” for providing all services i.e. inland transportationfor delivery at site ,unloading, storage handling at site, installation ,testingand commissioning including performance testing in respect of all theequipments supplied under “ First contract” and any other services specifiedin the contract documents.44.2 The award of 2/3 separate contract (in case of foreign bidder) /two separatecontracts (in case of domestic bidder ) shall not in any way dilute theresponsibility of the contractor for the successful completion if the facilityas per specification and breach in one contract shall automatically beconstrued as a breach of the others contracts which will confer a right on theemployer to terminate the others contracts also at the risk and the cost of thecontractor.44.3 If the foreign bidder has proposed an assignee in his bid to execute thesecond and / or Third contact and has also furnished written unequivocalconsent of the proposed Assignee to work as independent contractor on theterms offered by the bidder and the employer is satisfied withexperience/qualification of the proposed Assignee, the employer will enterin to the Second Contractor and/ or “ Third Contract” with the saidAssignee. Further, the said Assignee, in addition to the contract performancesecurity to be provided by the contractor for ten percent (10%) of the valueof all three contract i.e. first contract, second contract and third contract,shall provide with in twenty-eight (28) days of the notification of Contractaward , Contract performance security equivalent to ten (10%) of the valueof the second contract and/or Third Contract for the due performance ofContract with a validity up to sixty (60) days beyond the defect liabilityperiod. It is expressly understood and agreed that all the three Contract shallcontain the aforesaid cross fall clause._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 124 of 566


44.4 It is further expressly understood and agreed that in case the option is notexercised by the bidder or the Assignee fails to enter in to the secondContractor and/ or third contract with the employer or if the employer in itsjudgment does not find acceptance of the proposed assignee as itsContractors, then the bidder shall obliged to enter in to and execute all thethree contracts with the employer and all the three Contracts shall containthe aforesaid cross fall breach clause.44.5 In case of two/ three contracts entered into as above or where the employerhands over his equipment to the contractor for executing the contract thanthe contractor shall at the time of taking delivery of equipment through billof lading or other dispatch documents, furnish trust receipt for plant,equipment and materials and also execute an Indemnity bond in favour ofthe employer in the form acceptable to the employer for keeping theequipment in safe custody and to utilize the same exclusively for thepurpose of the said Contract. Samples of Performa for the Trust receipt andIndemnity bond are enclosed under Section IV (Sample forms andprocedures). The employer shall also issue separate authorization letter tothe Contract to enable him to take physical delivery of plant, equipment andmaterials from the employer as per Performa enclosed under Section IV(sample forms and procedures).44.6 The Contract will be signed in two original and the contactor shall beprovided with one signed original and the rest will be retained by theemployer.44.7 The contractor shall provide free of cost to the employer all the engineeringdata, drawing and descriptive materials submitted with the bid, in at leasttwo (2) copies to form a part of the contract immediately after notification ofAward.44.8 Subsequent to signing of the contract, the contractor at his own cost shallprovide the employer with at least fifteen (15) true copies of contractagreement within thirty ( 30) days after signing of the contract.45. Specific RequirementThe bidder shall be responsible for safety of human and equipment duringthe working. It will be the responsibility of the Contractor to co-ordinate andobtain clearance from Electrical Inspector (Govt. of NCT of Delhi) beforecommissioning. Any additional items, modification due to observation ofsuch statutory authorities shall be provided by the Contractor at no extra costto the Employer. However the necessary fee of the Inspector shall bereimbursed by DTL_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 125 of 566


SECTION-IVSAMPLE FORMS AND PROCEDURES_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 126 of 566


CONTENTSFORFORMS AND PROCEDURESSECTION IV_____________________________________________________________________Item___________________________________________________________________1. Bid Forms2. Bid Security Form3a. Form of notification by the employer to the bidder3b. Form of sight draft4a. Form of ‘Notification of Award of Contract’for Supply of Plant and Equipment4b. Form of ‘Notification of Award of Contract’for Installation of Plant and Equipment5. Form of Contract Agreementa. Appendix 1 Terms and Procedures of Paymentb. Appendix 2 Price Adjustmentc. Appendix 3 Insurance Requirementsd. Appendix 4 Time Schedulee. Appendix 5 List of Approved Subcontractorsf. Appendix 6 Scope of Works and Supply by the Employerg. Appendix 7 List of Document for Approval or Reviewh. Appendix 8 Functional Guarantees6. Performance Security Form6 A Performance Security Form (For collaborator/Manufacturer ofcable / cable system)7. Bank Guarantee Form for Advance Payment8. Form of Completion Certificate9. Form of Operational Acceptance Certificate10. Change Order Proceduresa. Annexure 1 Request for Change Proposalb. Annexure 2 Estimates for Change Proposalc. Annexure 3 Acceptance of Estimatesd. Annexure 4 Change Proposale. Annexure 5 Change Orderf. Annexure 6 Pending Agreement Change Orderg. Annexure 7 Application for Change Proposal_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 127 of 566


h. Annexure 8 Change Order Log11. Form of Indemnity Bond to be executed byThe Contractor for The Equipment Handed OverIn One Lot by Delhi Transco Ltd. for Performance of ItsContract12. Form of Indemnity Bond to be executed by theContractor for The Equipment Handed Over in InstallmentsBy Delhi Transco Ltd for Performance of Its Contract13. Form of Authorization Letter14. Form of Trust Receipt for Plant, Equipment andMaterials Received15. Form of Extension of Bank Guarantee16. Form of Power of Attorney for Joint Venture17. Form of Joint Venture Agreement18. Performa of Joint Undertaking by the CollaboratorAlong with the Bidder/Manufacturer_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 128 of 566


1. BID FORMPlease Refer Volume III_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 129 of 566


2. BID SECURITY FORMDate: ....……...IFB No.: .....……Name of Contract:……………………To: (Name and Address of Employer)WHEREAS ………………(name of Bidder) (hereinafter called "the Bidder") hassubmitted its Bid dated ……………………(date of bid) for the performance of theabove-named Contract (hereinafter called "the Bid")KNOW ALL PERSONS by these present that WE…………………(name of bank)of………….. (address of bank) (hereinafter called "the Bank"), are bound unto…………………...……..(name of Employer) (hereinafter called "the Employer") in thesum of: ……………………………………………………………………………..………for which payment well and truly to be made to the said Employer, the Bank bindsitself, its successors and assigns by these presents.Sealed with the Common Seal of the said Bank this .............. day of .......... 20 ….…THE CONDITIONS of this obligation are:(1) if the Bidder withdraws its bid during the period of bid validity specified by theBidder in the Bid Form: or(2) In case the Bidder does not withdraw the deviations proposed by him, if any, atthe cost of withdrawal stated by him in the bid; or(3) If the bidder does not accept the correction of its Bid Price pursuant to ITB SubClause 21.2; or(4) If, as per the Qualifying Requirements the Bidder has to submit a Deed of JointUndertaking and he fails to submit the same, duly attested by Notary Public ofthe place(s) of the respective executant(s) or registered with the IndianEmbassy/High Commission in that country, within ten days from the date ofintimation of post bid discussion; or(5) in the case of a successful Bidder, if the Bidder fails within the specified time_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 130 of 566


limit(i) to sign the Contract Agreement, in accordance with ITB Clause 31, or(ii) to furnish the required performance security, in accordance with ITBClause 32.WE undertake to pay to the Employer up to the above amount upon receipt of its firstwritten demand, without the Employer having to substantiate its demand, providedthat in its demand the Employer will note that the amount claimed by it is due to it,owing to the occurrence of any of the above-named CONDITIONS or theircombination, and specifying the occurred condition or conditions.This guarantee will remain in full force up to and including (the date 45 days after theperiod of bid validity), and any demand in respect thereof must reach the Bank notlater than the above date.For and on behalf of the Bank……………………..(Signature)in the capacity of……………………………Common Seal of the BankNote: In case the bid is submitted by a Joint Venture, the bid security shall be in thename of the Joint Venture and not in the name of the Lead Partner or any otherPartner(s) of the Joint Venture._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 131 of 566


3a. FORM OF NOTIFICATION BY THE EMPLOYER TO THEBIDDERM/s…………….Ref.: Your proposal against our IFB No...…………………………………………………Forfeiture of Bid Guarantee amount.Dear Sirs,Whereas you have furnished as a part of your proposal the Bid Guarantee in the formof irrevocable and confirmed Letter of CreditNo.....................................................................................dated.....…..................openedby ………………………….………………..for a sum of .............................................(Bank's name)…………………………………………………….........................................................payable to .............................................Name ofthe Employer) on demand without any reservation, demur or protest, contest andrecourse at....……………………………(Name and place of Bank).In terms of the aforesaid Bid Guarantee, we do hereby forfeit the Guarantee amount.For..................(Name of the Employer)(AUTHORISED SIGNATORY)_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 132 of 566


N.B. The Letter of Credit should not stipulate any other performa of notificationdifferent from this format. No change whatsoever in the said performa isacceptable to the Employer.3b. FORM OF SIGHT DRAFTDrawn under L.C. No.......................................................dated……….................................of.........................................................................................................…………………..........................(Name of Bank that opened the L.C.)At sight promptly pay to ...........................................................................………...(Name of the Bank at which L.C. is negotiable)………...............................or order sum of....................................................................(for payment to the Employer) for value received. (Amount of L.C.)For...................(Name of the Employer)(AUTHORISED SIGNATORY)To,(Name and Address of theBank which opened L.C.)_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 133 of 566


4a. FORM OF NOTIFICATION OF AWARD OF CONTRACT'FORSUPPLY OF PLANT AND EQUIPMENTNOTE: INSTRUCTIONS INDICATED IN ITALICS IN THIS NOTIFICATION OFAWARD ARE TO BE TAKEN CARE OF BY THE ISSUING AUTHORITY.Ref. No. :Date :…..(Contractor's Name & Address)…...Attn : Mr..............Sub : Notification of Award of Contract for Supply of........................................(Package Name) ........................... as per Specification No………………...........Dear Sir,1.0 This has reference to the following:(i)(ii)Our Invitation for Bids (IFB) No. ………………………....…...... dated …...............Bidding Documents for the subject package issued to you vide our letter no.…………. dated............................... .. comprising the following :…………………... (List out all the Sections/Volumes of the BiddingDocuments along with Tender Drawings etc. as issued to the bidder)..............................................Errata/Amendment No.................... to.............................. (Name ofSection/Volume of the Bidding Documents to which Errata/Amendmentpertains).................... issued to you vide our letter no………………....dated....................................(Applicable only if any Errata/Amendment to the Bidding Documents has_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 134 of 566


een issued subsequently)(iii)Clarifications furnished to you on the Bidding Documents vide our letterno..............dated ……………. based on the query raised by you/one of theprospective bidders. (Use as applicable)(Applicable only if any clarification to the Bidding Documents has beenissued subsequently)(INCLUDE AS FURTHER SUB-PARAGRAPHS ANY OTHER CORRESPONDENCEMADE TO THE BIDDER AFTER ISSUANCE OF BIDDING DOCUMENTS UP TO BIDOPENING)(iv)Your Proposal for the subject package submitted vide your letter No. ....………...dated.................................and its modification vide letter no………………dated ........................... (Delete if not applicable).(v) Our Fax message/letter No. …………………… ...dated………................regarding extension of validity of bid and that of the Bank Guarantee towardsBid Security.(Applicable only if any extension has been sought subsequently)(INCLUDE AS FURTHER SUB-PARAGRAPHS ANY OTHER CORRESPONDENCEMADE TO OR BY THE BIDDER AFTER BID OPENING)(vi)(vii)Our Fax message/letter No.…………………….dated……………………………….. inviting you for post bid discussions.Post bid discussions and meetings we had with you from……………………………to ……………………….. resulting into the following Minutes ofMeeting enclosed herein with this Notification of award:(a) Minutes of Meeting regarding Commercial issues (APPENDIX - ....)(b) Minutes of Meeting on Technical issues (APPENDIX - ....)(c) Minutes of Meeting regarding Work Schedule (APPENDIX - ....)(d) Minutes of Meeting regarding Quality Assurance Aspects (APPENDIX- …...)2.0 We confirm having accepted your proposal submitted vide letter no. ………………. dated ...............and its modification vide letter no……………..dated(Delete if not applicable) read in conjunction with all the specifications,terms & conditions of the Bidding Documents, Your subsequent letters (Use ifrelevant) and agreed Minutes of Meeting referred to in para 1.0 above andaward on you the Contract for the work of .........................……...(Indicatebrief Scope of Work)..........................................of ………………………...(Name of Package) …………... for ………………(Name of project) …………………..…as per Specification No. : …………………..(hereinafter_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 135 of 566


eferred to as the 'First Contract').3.0 We have also notified you vide our Notification of Award No........………....dated ................ for award of another Contract on you for the work of.................... (Indicate brief scope of work of the Second Contract) …………… of the equipment/materials to be supplied by you under this 'FirstContract' including Performance and Guarantee test for complete ..............…….(Name of Package)......................... for ……………(Name of Project)………........... as per Specification No…………….(hereinafter referred to as the'Second Contract').You shall also be fully responsible for the works to be executed under the'Second Contract' and it is expressly understood and agreed by you that anybreach under the 'Second Contract' shall automatically be deemed as a breachof this 'First Contract' and vice-versa and any such breach or occurrence ordefault giving us a right to terminate the 'Second Contract' and/or recoverdamages thereunder, shall give us an absolute right to terminate this Contractand/or recover damages under this 'First Contract' as well and vice-versa.However, such breach or default or occurrence in the 'Second Contract' shallnot automatically relieve you of any of your responsibility/obligations underthis 'First Contract'. It is also expressly understood and agreed by you that theequipment/materials to be supplied by you under this 'First Contract' wheninstalled and commissioned under the 'Second Contract' shall give satisfactoryperformance in accordance with the provisions of the Contract.4.0 The total Contract Price for the entire scope of work under the Contract shallbe ……….(Specify the amount and currency)................................ as per thefollowing break up:(i) Ex-manufacturing works/place ………………………………………………….of despatch price (both in India)/ CIF/CIP port of entry price(Use as Applicable)for Main Equipment(ii) Ex-manufacturing works/place …………………………………………………of despatch price (both in India)/ CIF/CIP port of entry price(Use as Applicable)for Mandatory Spares(iii) Type test charges ………………………………………………………………(Delete if not applicable)TOTAL (i + ii + iii)(................. (Specify the total amount in words)…………………….)5.0 You shall prepare and finalise the Contract Documents for signing of theformal Contract Agreement and shall enter into the Contract Agreement with_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 136 of 566


us, as per the performa enclosed with the Bidding Documents, on non-judicialstamp paper of appropriate value within…………...(Specify)……….....daysfrom the date of this Notification of Award.6.0 This Notification of Award is being issued to you in duplicate. We requestyou to return its duplicate copy duly signed and stamped on each pageincluding all the enclosed Appendices, by the authorised signatory of yourcompany as a proof of your acknowledgement and confirmation.Please take the necessary action to commence the work and confirm action.Encl. : As above.Yours faithfully,for and on behalf of..(Name of the Employer)...(Authorised Signatory)_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 137 of 566


4b. FORM OF 'NOTIFICATION OF AWARD OF CONTRACT'FORINSTALLATION OF PLANT AND EQUIPMENTRef. No. :Date :NOTE: INSTRUCTIONS INDICATED IN ITALICS IN THIS NOTIFICATION OFAWARD ARE TO BE TAKEN CARE OF BY THE ISSUING AUTHORITY.…(Contractor's Name & Address)...Attn : Mr………………...Sub : Notification of Award of Contract for Installation, testing and commissioningof ………. (Package Name) ................. as per Specification No. …………………….Dear Sir,1.0 This has reference to the following:(i) Our Invitation for Bids (IFB) No. ………………………... dated ..................(ii)Bidding Documents for the subject package issued to you vide our letter no.………... dated............................... comprising the following :……………………...(List out all the Sections/Volumes of the BiddingDocuments along with Tender Drawings etc. as issued to the bidder)....…………………………….. Errata/Amendment No..........… to...........................(Name of Section/Volume of the Bidding Documents to whichErrata/Amendment pertains) ………..issued to you vide our letter no. ……..... dated………….(Applicable only if any Errata/Amendment to the Bidding Documents hasbeen issued subsequently)(iii)Clarifications furnished to you on the Bidding Documents vide our letterno.….... dated .................. based on the query raised by you/one of theprospective bidders (Use as applicable).(Applicable only if any clarification to the Bidding Documents has beenissued subsequently)(INCLUDE AS FURTHER SUB-PARAGRAPHS ANY OTHER CORRESPONDENCE MADETO THE BIDDER AFTER ISSUANCE OF BIDDING DOCUMENTS UP TO BID OPENING)(iv) Your Proposal for the subject package submitted vide your letter No. …………. dated………… and its modification vide letter no. ………………….……_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 138 of 566


..dated .............. (Delete if not applicable).(v)Our Fax message/letter No. ………………….. dated....................... regardingextension of validity of bid and that of the Bank Guarantee towards BidSecurity.(Applicable only if any extension has been sought subsequently)(INCLUDE AS FURTHER SUB-PARAGRAPHS ANY OTHER CORRESPONDENCEMADE TO OR BY THE BIDDER AFTER BID OPENING)(vi)(vii)Our Fax message/letter No. …………….. dated ……………. inviting you forpost bid discussions.Post bid discussions and meetings we had with you from ..................to ………. resulting into the following Minutes of Meeting enclosed herein with thisNotification of Award:(a) Minutes of Meeting regarding Commercial issues (APPENDIX - ....)(b) Minutes of Meeting on Technical issues (APPENDIX - ....)(c) Minutes of Meeting regarding Work Schedule (APPENDIX - ....)(d) Minutes of Meeting regarding Quality Assurance Aspects (APPENDIX -…..)2.0 We confirm having accepted your proposal submitted vide letter no. ……………..dated................ and its modification vide letter no. ……………..……...... dated …………………(Delete if not applicable) read in conjunction withall the specifications, terms & conditions of the Bidding Documents, Yoursubsequent letters (Use if relevant) and agreed Minutes of Meeting referred toin para 1.0 above and award on you the Contract for the work of ... ...(Indicatebrief Scope of Work).................. of ……………... (Name ofPackage) ...................... for …………….(Name of project)....……… as perSpecification No.: .............................................(hereinafter referred to as the'Second Contract').3.0 We have also notified you vide our Notification of Award No. .....………………….. dated…………….... for award of another Contract on you for the workof ……………….. (Indicate brief scope of work of the First Contract)………………………... of the equipment/ materials to be supplied by you under the'First Contract' including Performance and Guarantee Test for complete ……………....(Name of Package)............. for ………....(Name of Project) …....………..as per Specification No………….. (hereinafter referred to asthe 'First Contract'). You shall also be fully responsible for the works to beexecuted under the 'First Contract' and it is expressly understood and agreedby you that any breach under the 'First Contract' shall automatically bedeemed as a breach of this 'Second Contract' and vice-versa and any suchbreach or occurrence or default giving us a right to terminate the 'FirstContract' and/or recover damages there-under, shall give us an absolute right_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 139 of 566


to terminate this Contract and/or recover damages under this 'Second Contract'as well and vice-versa. However, such breach or default or occurrence in the'First Contract' shall not automatically relieve you of any of yourresponsibility/obligations under this 'Second Contract'. It is also expresslyunderstood and agreed by you that the equipment/materials to be supplied byyou under the 'First Contract' when erected and commissioned under this'Second Contract' shall give satisfactory performance in accordance with theprovisions of the Contract.4.0 The total Contract Price for the entire scope of work under the Contract shallbe …….....(Specify the amount and currency)………… as per the followingbreak up:(i)(ii)(iii)Inland transportation and inland transit insurance charges includingport clearance, port handling and port charges (Delete if notapplicable) for Main Equipment : ……………………………….Inland transportation and inland transit insurance charges includingport clearance, port handling and port charges (Delete if notapplicable) for Mandatory Spares: ……………………………….Unloading and handling at site, storage, erection, testing andcommissioning including performance testing and insurance coveringall the activities :……………………………….TOTAL (i + ii + iii)..............................................................................................................................(Specify the total amount in words)5.0 You shall prepare and finalize the Contract Documents for signing of theformal Contract Agreement and shall enter into the Contract Agreement withus, as per the performa enclosed with the Bidding Documents, on non-judicialstamp paper of appropriate value within ………………...(Specify)……….................days from the date of this Notification of Award.6.0 This Notification of Award is being issued to you in duplicate. We requestyou to return its duplicate copy duly signed and stamped on each pageincluding all the enclosed Appendices, by the authorized signatory of yourcompany as a proof of your acknowledgement and confirmation.Please take the necessary action to commence the work and confirm action.Yours faithfully,for and on behalf of..(Name of the Employer)...(Authorised Signatory)_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 140 of 566


5. FORM OF CONTRACT AGREEMENTTHIS CONTRACT AGREEMENT is made the ……………............... day of ............,20………..BETWEEN(1) .................................................................a corporation incorporated under the laws(Name of Employer)of ..................................................................and having its principal place of business(law of country of Employer)at.....................................................(Address of Employer) (hereinafter called "theEmployer")and(2) ..........................................................., a corporation incorporated under the laws of(Name of Contractor)…………………………………………….. and having its principal place of business(Country of Contractor)at ………………………………..… (Address of Contractor) (hereinafter called "theContractor")WHEREAS the Employer desires to engage the Contractor to design, manufacture,test, deliver, install, complete and commission certain Facilities, viz.……..........................................................................................("the Facilities") and the(List of Facilities)Contractor has agreed to such engagement upon and subject to the terms andconditions hereinafter appearing.NOW IT IS HEREBY AGREED as follows:Article 1. Contract Documents1.1 Contract Documents (Reference CC Clause 2)The following documents shall constitute the Contract between the Employerand the Contractor, and each shall be read and construed as an integral part ofthe Contract:(1) This Contract Agreement and the Appendices hereto(2) Notification of Award.(3) Conditions of Contract_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 141 of 566


(4) Technical Specifications and Drawings(5) The Bid and Price Schedules submitted by the Contractor(6) Procedures (as listed)(7) Any other documents shall be added here1.2 Order of Precedence (Reference CC Clause 2)In the event of any ambiguity or conflict between the Contract Documentslisted above, the order of precedence shall be the order in which the ContractDocuments are listed in Article 1.1 (Contract Documents) above.1.3 Definitions (Reference CC Clause 1)1.3.1 Capitalized words and phrases used herein shall have the same meanings asare ascribed to them in the Conditions of Contract.Article 2.Contract Price and Terms of Payment2.1 Contract Price (Reference CC Clause 11)The Employer hereby agrees to pay to the Contractor the Contract Price inconsideration of the performance by the Contractor of its obligationshereunder. The Contract Price shall be the aggregate of:.…………………………………………………………...…………... …………………………………………….(amount of foreign currency in words)(.....…………...............................)(amount in figures)and.……………………………………………………………..……………………………………………………………...(amount of local currency in words)(................................………...........)(amount in figures)or such other sums as may be determined in accordance with the terms andconditions of the Contract.2.2 Terms of Payment (Reference CC Clause 12)The terms and procedures of payment according to which the Employer willreimburse the Contractor are given in Appendix 1 (Terms and Procedures of_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 142 of 566


Payment) hereto.Article 3.Effective Date for Determining Time for Completion3.1 Effective Date (Reference CC Clause 1)The Time of Completion of Facilities shall be determined from the date of theNotification of Award provided all of the following conditions have beenfulfilled within a period of two (2) months from the date of said Notificationof Award:(a)This Contract Agreement has been duly executed for and on behalf of theEmployer and the Contractor;(b)(c)The Contractor has submitted to the Employer the Performance Security andthe Advance Payment Guarantee;The Employer has paid the Contractor the Advance Payment.Each party shall use its best efforts to fulfil the above conditions for which itis responsible as soon as practicable.3.2 If the Conditions listed under 3.1 are not fulfilled within two (2) months fromdate of Notification of Award because of reasons attributable to the Employer,the contract would become effective only from the date of fulfilment of theabove conditions and, the parties shall discuss and agree on an equitableadjustment to the Contract Price and the time for completion and/or otherrelevant conditions of the Contract. The Contractor shall not however, benefit(in reckoning the Time for Completion) on account of its delay in providingthe Performance Security or the Bank Guarantee for advance payment beyondthe period provided in the Contract.Article 4. It is expressly understood and agreed by and between the Contractor andthe Employer that the Employer is entering into this Agreement solely on itsown behalf and not on behalf of any other person or entity. In particular it isexpressly understood and agreed that the Government of India (GoI) is not aparty to this Agreement and has no liabilities, obligations or rights hereunder.It is expressly understood and agreed that the Employer is an independentlegal entity with power and authority to enter into contracts solely on its ownbehalf under the applicable laws of India and the general principals ofContractLaw.The Contractor expressly agrees, acknowledges and understands that theEmployer is not an Agent, Representative or Delegate of the GoI. It is furtherunderstood and agreed that the GoI is not and shall not be liable for any acts,omissions, commissions, breaches or other wrongs arising out of the Contract.Accordingly, the Contractor expressly waives, releases and foregoes any andall actions or claims, including cross claims, impleader claims or counterclaims against the GoI arising out of this Contract and covenants not to sue the_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 143 of 566


Article 5.Article 6.GoI as to any manner, claim, cause of action or thing whatsoever arising of orunder this Agreement.AppendicesThe Appendices listed in the attached List of Appendices shall be deemed toform an integral part of this Contract Agreement.Reference in the Contract to any Appendix shall mean the Appendicesattached hereto, and the Contract shall be read and construed accordingly.Notwithstanding the award of contract under two/three separatecontracts, any breach under one contract shall be deemed to be a breach of theother contract(s).IN WITNESS WHEREOF the Employer and the Contractor have caused thisAgreement to be duly executed by their duly authorized representatives the day andyear first above written.Signed by for andon behalf of the EmployerSigned by for andon behalf of the ContractorSignatureSignatureTitlein the presence ofTitlein the presence ofCONTRACT AGREEMENTdated the ................................................. day of ………………….... 20...BETWEEN("the Employer")and("the Contractor")(Separate Contract Agreements shall be executed by the Employer and the Contractorin accordance with the Construction of the Contract stipulated at clause 28.4 of ITB.The forms of Contract would be similar except for necessary changes required to suitthe individual Contracts)._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 144 of 566


APPENDICESAppendix 1Appendix 2Appendix 3Appendix 4Appendix 5Appendix 6Appendix 7Appendix 8Terms and Procedures of PaymentPrice AdjustmentInsurance RequirementsTime ScheduleList of Approved SubcontractorsScope of Works and Supply by the EmployerList of Document for Approval or ReviewFunctional Guarantees_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 145 of 566


TERMS AND PROCEDURES OF PAYMENTAPPENDIX 1In accordance with the provisions of CC Clause 12 (Terms of Payment), theEmployer shall pay the Contractor in the following manner and at the followingtimes, on the basis of the Price Breakdown given in the section on price schedules.Payments will be made in the currencies quoted by the Bidder unless otherwiseagreed between the parties. The Contractor may make applications for payment inrespect of part deliveries as work proceeds.1. TERMS OF PAYMENT1.1 In addition to the Conditions stipulated under CC Clause 12, the followingterms & Conditions will apply.Supply Portion1.2 Advance Payment: 10% (Ten percent) of the CIF / Ex-works price component(inclusive of mandatory spares) of the Contract price shall be paid as * interestbearing advance after signing the Contract Agreement and on submission of:i) unconditional acknowledgement of LOA by the contractorii) Contractor’s detailed invoiceiii) unconditional and irrevocable Advance Bank Guarantee** forequivalent amountiv) Performance Securityv) Detailed BAR CHART and its approval by DTL.Note:* This payment is an optional payment. The Contractor has the option oftaking the interest bearing initial advance or otherwise. In case, the Contractoropts for this interest bearing initial advance, the same shall be paid to theContractor on fulfilment of above conditions and an interest on monthlyoutstanding amount will be charged at the rate of 11.5% per annum. Themonthly outstanding amount for the purpose of calculating the interest shall beworked out at the end of each calendar month considering proportionateadjustment of advance against dispatch payment. In case, the Contractor optsnot to take interest bearing advance as above, it would be mandatory for himto submit the documents listed at Sl. No.(i), (iv) and (v) above within thirty(30)days of issuance of LOA.** In case the Contract is awarded to a Joint Venture, the Advance BankGuarantee shall be in the name of the Joint Venture covering all partners ofthe Joint Venture and not in the name of the lead partner or any partner(s) ofthe Joint Venture alone._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 146 of 566


The bank guarantee(s) for advance shall be kept valid till 90 days afterissuance of Operational Acceptance Certificate. The value of bank guaranteetowards advance shall be proportionately reduced every three (3) months afterFirst Running Account Bill/Stage payment under the Contract. Thecumulative amount of reduction at any point of time shall not exceed seventyfive percent (75%) of the advance corresponding to cumulative value of theFacilities completed as per a certificate to be issued by the Project Manager.1.3 Progressive Payment1.3.1 Fifty percent (50%) ## of the CIF / Ex-works price component (inclusive ofmandatory spares) of each item ( as identified in the price schedule) shippedshall be paid through irrevocable Letter of Credit (L/C) established in favourof the Contractor and on submission of documents specified in CC Clause21.0 (shipping Documents).##In case, the Contractor opts not to take interest bearing initial advance thenthis payment shall be 60% instead of 50%.Further Twenty five percent (25%) of the CIF / Ex-Works price (exclusive ofmandatory spares) of each item shipped shall be paid after receipt and storageof material at site and on physical verification by the Employer. Formandatory spares, balance Forty percent (40%) of the CIF / Ex-Works. Priceof each item shipped shall be paid after receipt and storage of material at siteand on physical verification by the Employer.Works price of each item shipped shall be paid after receipt and storage ofmaterial at site and on physical verification by the Employer.1.4 Final PaymentThe final fifteen percent (15%) of the CIF / Ex-Works price component(exclusive of mandatory spares) of the equipment shall be paid on successfulcompletion of erection, testing and commissioning, issuance of OperationalAcceptance Certificate and proof of submission of the required no. ofreproducible, O&M manuals, approved drawings, data sheets, test reports,pamphlets and manual of spares, maintenance & testing equipment etc.1.5 Price Component for Installation (including Civil Works) and Services(a) AdvanceTen percent (10%) of the total Contract Price for services viz. installation(including civil works) component except inland transportation (including porthandling) & inland insurance shall be paid as α interest bearing initial advanceon establishment of Contractor’s Site office and submission of a bankguarantee* of equivalent amount valid till 90 days after issuance ofOperational Acceptance Certificate._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 147 of 566


αThis payment is an optional payment. The Contractor has the option oftaking the interest bearing advance or otherwise.In case, the Contractor opts for this interest bearing advance, the same shall bepaid to the Contractor on fulfilment of above conditions and an interest onmonthly outstanding amount will be charged at the rate of 11.5% per annum.The monthly outstanding amount for the purpose of calculating the interestshall be worked out at the end of each calendar month against the progressivepayment for the work done.In case the Contractor opts not to take interest bearing advance as above, itwould be mandatory for him to submit the document listed at sr. (d) abovewithin 30 days of issuance of LOA.*In case the Contract is awarded to a Joint Venture, the Advance BankGuarantee shall be in the name of the Joint Venture covering all partners ofthe Joint Venture and not in the name of the lead partner or any partner(s) ofthe Joint Venture alone.(b)(i)(ii)(iii)Progressive PaymentNinety percent (90%) of the total installation (including civil works)component of the Contract price (In case the contractor opts not to takeinterest bearing advance as above) or Eighty percent (80%) of the totalinstallation (including civil works) component of the Contract price (Incase the contractor opts to take interest bearing advance as above)shall be paid progressively monthly on pro-rata basis on certificationby Employer’s representative, on certificate for the quantum of workdone and on the successful completion of quality check point involvedin erection.The balance ten percent (10%) of the total installation (including civilworks) price components of contracts price shall be paid oncommissioning and issuance of Operational Acceptance Certificate.Hundred percent (100%) of inland transportation (including porthandling) and inland insurance charges shall be paid to the Contractorpro-rata to the value of the equipment received at site and onproduction of invoices by the Contractor. The aggregate of all suchpro-rata payments shall, however, not exceed the total amount quotedby the bidder in his proposal and incorporated in the Contract.1.6 Taxes & DutiesTaxes & Duties in respect of transaction between Employer and theContractor and octroi /entry tax as applicable for destination site/state on allitems of supply including bought-out finished items (as identified in theContract), which shall be dispatched directly from the sub-vendor’s works to_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 148 of 566


the Employer’s site (sale-in-transit) will be paid after each shipment againstdocumentary evidence. This payment shall be released by Employer directlyto the Contractor against invoices to be submitted by the Contractor.1.7 Type Test ChargesThe type test charges shall be paid on successful completion of all type testsspecified and on approval of the test results by the Employer.1.8 Training ChargesThe training charges shall be paid on successful completion of training and onapproval of the same by the Employer.2. PAYMENT PROCEDURES2.1 Method of PaymentThe Employer shall make payments promptly within thirty (30) days ofsubmission of an invoice/claim by the Contractor. All the payment shall bereleased to the Contractor directly except the payment due on shipment, whichshall be paid through irrevocable confirmed Letter of Credit. The Letter ofCredit shall be established by the Employer in time for shipments to be madeas scheduled.Note: Pro-rata shall refer to functionally complete part(s) of the facilities, forwhich unit rates are identified in the contract._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 149 of 566


APPENDIX 2PRICE ADJUSTMENTThe prices are to remain FIRM and FIXED for the duration of the Contract._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 150 of 566


APPENDIX 3INSURANCE REQUIREMENTSInsurances to be taken out by the ContractorIn accordance with the provisions of CC Clause 34, the Contractor shall at its expensetake out and maintain in effect, or cause to be taken out and maintained in effect,during the performance of the Contract, the insurances set forth below in the sumsand with the deductibles and other conditions specified. The identity of the insurersand the form of the policies shall be subject to the approval of the Employer, suchapproval not to be unreasonably withheld.(a)Cargo Insurancecovering loss or damage occurring, whilst in transit from the Contractor's ormanufacturer's works or stores until arrival at the Site, to the Facilities(including spare parts therefore) and to the Construction Equipment to beprovided by the Contractor or its Subcontractors.Amount Deductible limits Parties Insure From To165% of the (CIF NIL Contractor & Warehouse Warehousevalue) Employer + 60 days(b)Installation All Risks Insurancecovering physical loss or damage to the Facilities at the Site, occurring priorto Completion of the Facilities, with an extended maintenance coverage forthe Contractor's liability in respect of any loss or damage occurring during theDefect Liability Period while the Contractor is on the Site for the purpose ofperforming its obligations during the Defect Liability Period.Amount Deductible limits Parties Insured From To165% of the NIL Contractor/ Receipt Upto Defect(Contract Price) Sub-contractor at site Liability period& Employer(c)Third Party Liability Insurancecovering bodily injury or death suffered by third parties (including theEmployer's personnel) and loss of or damage to property (including theEmployer's property and any parts of the Facilities which have been acceptedby the Employer) occurring in connection with the supply and installation of_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 151 of 566


the Facilities.Amount Deductible limits Parties Insured From ToRs. 0.5 million NIL Contractor/ Commencement Upto Defectper person Sub-contractor of work Liabilityper occasion period(d)Automobile Liability Insurancecovering use of all vehicles used by the Contractor or its Subcontractors(whether or not owned by them) in connection with the supply and installationof the Facilities. Comprehensive insurance in accordance with statutoryrequirements.(e)Worker's Compensationin accordance with the statutory requirements applicable in any country wherethe Facilities or any part thereof is executed.(f)Employer's Liabilityin accordance with the statutory requirements applicable in any country wherethe Facilities or any part thereof is executed.(g)Other InsurancesThe Contractor is also required to take out and maintain at its own cost thefollowing insurances:Amount Deductible limits Parties Insured From ToNIL Contractor/ Receipt Upto DefectSub-contractor at site Liability& EmployerperiodThe Employer shall be named as co-insured under all insurance policies takenout by the Contractor pursuant to CC Sub-Clause 34.1 above except for theThird Party Liability, Worker's Compensation and Employer's LiabilityInsurances, and the Contractor's Subcontractors shall be named as co-insuredunder all insurance policies taken out by the Contractor pursuant to CC Sub-Clause 34.1 above except for the Cargo, Worker's Compensation andEmployer's Liability Insurances, and all insurer's rights of subrogation againstsuch co-insured for losses or claims arising out of the performance of theContract shall be waived under such policies._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 152 of 566


Insurances to be taken out by the EmployerThe Employer shall at its expense take out and maintain in effect during theperformance of the Contract the following insurances.Details:...Amount Deductible limits Parties Insured From To-------------- NIL--------------------------_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 153 of 566


APPENDIX 4TIME SCHEDULE1. The Project Completion Schedule shall be as follows :Sl. No. Activities Duration in monthsfrom theeffective date ofContract1. Operational acceptance by the employerupon successful completion of :a. 33 KV GIS Substation at GOPALPUR, NewDelhi(India).9 to 121.1 The bidder shall include in his proposal his programme for furnishing andinstallation of the equipment including related civil work covered under thispackage. The programme shall be in the form of a master networkplan(MNW) and shall identify the various activities like design, engineering,manufacturing, supply, installation, factory testing, transportation to site,site testing and commissioning guarantee test and operational acceptanceetc. of the entire 33 kV GIS Substation GOPALPUR, New Delhi(India). Thenetwork plan shall confirm to the above completion schedule. No credit willbe given for earlier completion.1.2 This master network will be discussed and agreed before Award in line withabove, engineering drawing and data submission schedule shall also bediscussed and finalized before Award. Liquidated damages for delay insuccessful completion of operational Acceptance at rates specified in Clause26.2 of CC shall be applicable beyond the date specified above.1.3 The employer reserves the right to request minor changes in the workschedule at the time of Award of Contracts to the successful Bidder.1.4 The successful Bidder shall be required to prepare detailed Network(s) andproject implementation plans & programmes and finalize the same with theEmployer as per the requirement specified in Technical Specifications,which shall form a part of the Contract._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 154 of 566


APPENDIX 5LIST OF APPROVED SUBCONTRACTORSPrior to award of Contract, the following details shall be completed indicating thosesub-contractors proposed by the Bidder by Attachment to its bid that are approved bythe Employer for engagement by the Contractor during the performance of thecontract.The following Subcontractors are approved for carrying out the item of the facilitiesindicated. Where more than one Subcontractor is listed, the Contractor is free tochoose between them, but it must notify the Employer of its choice in good time priorto appointing any selected Subcontractor. In accordance with CC Sub-Clause 19.1,the Contractor is free to submit proposals for Subcontractors for additional items fromtime to time. No Subcontractors shall be placed with any such Subcontractors foradditional items until the Subcontractors have been approved in writing by theEmployer and their names have been added to this list of Approved Subcontractors.Item of Facilities Approved Subcontractors Nationality_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 155 of 566


SCOPE OF WORKS AND SUPPLY BY THE EMPLOYERAPPENDIX 6The following personnel, facilities, works and supplies will be provided/supplied bythe Employer, and the provisions of CC 10, 20, 21 and 24 as well as Employerresponsibilities stated in technical specifications shall apply as appropriate.All personnel, facilities, works and supplies will be provided by the Employer ingood time so as not to delay the performance of the Contractor in accordance with theapproved Time Schedule and Program of Performance pursuant to CC Sub-Clause18.2.Unless otherwise indicated, all personnel, facilities, works and supplies will beprovided free of charge to the Contractor.PersonnelCharge to Contractor - NoneNILFacilitiesCharge to Contractor - None except as noted1. Permission will be arranged by the Employer for full site and facilities accessas required for site surveys and for the installation, connection and testing ofcommunication equipment and systems. Such permission shall be requestedby the Contractor one month prior to the Scheduled need for such access,consistent with the Contractors "Project Implementation Plan", Subsequent toapproval of such "Plan" by Employer.Electricity and WaterCharge to Contractor - as notedThe Contractor shall be entitled to use for the purposes of the facilities such suppliesof electricity and water as may be available on the Site and shall provide anyapparatus necessary for such use. The Contractor shall pay the Employer at theapplicable tariff plus Employer's overheads, if any, for such use. Where such suppliesare not available, the Contractor shall make his own arrangement for provision of anysupplies he may require.Data and InformationCharge to Contractor - NoneEmployer will provide all the information and the engineering drawings, schematicdiagrams and interface data for all Employer specified equipment to the availablewith the Employer.WorksCharge to Contractor - None--------------------------------------------------NIL------------------------------------------------SuppliesCharge to Contractor - None-----------------------------------------------NIL---------------------------------------------------_____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 156 of 566


APPENDIX - 7LIST OF DOCUMENTS FOR APPROVAL OR REVIEWPursuant to CC Sub-Clause 20.3.1, the Contractor shall prepare, or cause itsSubcontractor to prepare, and present to the Project Manager in accordance with therequirements of CC Sub-Clause 18.2 (Program of Performance), the followingdocuments for:A. Approval1.2.3.B. Review1.2.3.Note :Bidder shall furnish the exhaustive list, which shall be discussed and finalized forincorporation into the Contract Agreement._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 157 of 566


APPENDIX – 8AFUNCTIONAL GUARANTEESGUARANTEES, LIQUIDATED DAMAGES FOR NON PERFORMANCE1. The equipment offered shall meet the rating and performance requirementsstipulated in Technical Specification for various equipment or indicated inData requirement._____________________________________________________________________T. No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 158 of 566


6. PERFORMANCE SECURITY FORM(For Bidder)Bank Guarantee – UnconditionalDate…………………………..Contract No…………………..[Name of Contract]To: [Name and address of the Employer]Dear Ladies and / or Gentlemen,We refer to the Contract (“the Contract”) signed on………………………………..……date…………….] between you and .…………………………………….(“theContract”) concerning design, execution and completion of (Brief description of theFacilities).By this letter we, the undersigned , …………………………..…………………a Bank(or Company) organized under the laws of …………………………..and having itsregistered/ Principal office at …………………………..…………………………dohereby jointly and Severally with the Contractor Price irrevocably guarantee paymentto you up to ten percent(10%) of the Contract Price until sixty (60) days beyond theDefect Liability Period.We undertake to make payment under this Letter of Guarantee upon receipt by us ofyour first written demand signed by your duly authorized officer declaring theContractor to be in default under the Contract and without cavil or argument any sumor sums within the above named limits, without your need to prove or show groundsor reasons for demand and without the right of the Contractor to dispute or questionsuch demand.Our liability under this Letter of Guarantee shall be to pay to you whichever is thelesser of the sum so requested or the amount then guaranteed hereunder in respect ofany demand duly made hereunder prior to expiry of the Letter of Guarantee, withoutbeing entitled to inquire whether or not this payment is lawfully demanded.This letter of Guarantee shall be valid from the date of issue until sixty (60) daysbeyond the Defect Liability Period of the Facilities i.e. upto an inclusive of ………………………………….…(year, month and date.)Except for the documents herein specified, no other documents or other action shallbe required, notwithstanding any applicable law or regulation.If the Defect Liability Period is extended with respect to any part of the Facilities inaccordance with the Contract, the validity of this letter or Guarantee shall be extendedwith respect to ten percent (10%) of the Contract Price of that part until expiry of 60days beyond such extended Defect Liability Period.Our liability under this letter of Guarantee shall become null and void immediatelyupon its expiry, whether it is returned or not, and no claim may be made hereunderafter such expiry or after the aggregate of the sums paid by us to you shall equal thesums guaranteed hereunder, whichever is the earlier._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 159 of 566


All notice to be given under shall be given by registered (airmail) posts to theaddressee at the address herein set out or as otherwise advised by and between theparties hereto.We hereby agree that any part of the Contract may be amended, renewed, extended,modified, compromised, released or discharged by mutual agreement between youand the Contractor, and this security may be exchanged or surrendered without in anyway impairing or affecting our liabilities hereunder without notices to us and withoutthe necessity for any additional endorsement, consent or guarantee by us, provided,however, that the sum guaranteed shall not be in increased or decreased.No action, event or condition which by any applicable law should operate to dischargeus from liability hereunder shall have any effect and we hereby waive any right wemay have to apply such law so that in all respects our liability hereunder shall beirrevocable and, except as stated herein, unconditional in all respects.Yours truly,Name of the Bank……………………………….Authorized SignatureSignature of Witness…………Name…………………………Address………………………..Note:1. The non-judicial stamp papers of appropriate value shall be purchased in thename of Bank who issues the ‘Bank Guarantee’.2. Performance Security is to be provided by the successful bidder in the form ofa bank guarantee which should be issued either:(a)(b)(c)by a reputed bank located in the country of Employer and acceptable tothe Employer, orby a foreign bank confirmed by either its correspondent bank located inthe country of Employer which should be reputed and and acceptable tothe Employer, orby a Public Sector Bank in the country of Employer.All banks except Public Sector Banks of the Employer’s country shall havewith overall international corporate rating or rating of long term debt not lessthan A- (A minus) or equivalent by a reputed rating agency._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 160 of 566


Date…………………………..Contract No…………………..[Name of Contract]6A. PERFORMANCE SECURITY FORM( Form For Collaborator/Manufacturer of 33 KV GIS )To: [Name and address of the Employer]Dear Ladies and / or Gentlemen,Bank Guarantee – UnconditionalWe refer to the Contract (“the Contract”) signed on………………………………..……date…………….] between you and .…………………………………….(“theContract”) concerning design, execution and completion of (Brief description of theFacilities).By this letter we, the undersigned , …………………………..…………………a Bank(or Company) organized under the laws of …………………………..and having itsregistered/ Principal office at …………………………..…………………………dohereby jointly and Severally with the Contractor Price irrevocably guarantee paymentto you up to ten percent(10%) of the Contract Price until sixty (60) days beyond theDefect Liability Period.We undertake to make payment under this Letter of Guarantee upon receipt by us ofyour first written demand signed by your duly authorized officer declaring theContractor to be in default under the Contract and without cavil or argument any sumor sums within the above named limits, without your need to prove or show groundsor reasons for demand and without the right of the Contractor to dispute or questionsuch demand.Our liability under this Letter of Guarantee shall be to pay to you whichever is thelesser of the sum so requested or the amount then guaranteed hereunder in respect ofany demand duly made hereunder prior to expiry of the Letter of Guarantee, withoutbeing entitled to inquire whether or not this payment is lawfully demanded._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 161 of 566


This letter of Guarantee shall be valid from the date of issue until sixty (60) daysbeyond the Defect Liability Period of the Facilities i.e. upto an inclusive of ………………………………………(year, month and date.)Except for the documents herein specified, no other documents or other action shallbe required, notwithstanding any applicable law or regulation.If the Defect Liability Period is extended with respect to any part of the Facilities inaccordance with the Contract, the validity of this letter or Guarantee shall be extendedwith respect to ten percent (10%) of the Contract Price of that part until expiry of 60days beyond such extended Defect Liability Period.Our liability under this letter of Guarantee shall become null and void immediatelyupon its expiry, whether it is returned or not, and no claim may be made hereunderafter such expiry or after the aggregate of the sums paid by us to you shall equal thesums guaranteed hereunder, whichever is the earlier.All notice to be given under shall be given by registered (airmail) posts to theaddressee at the address herein set out or as otherwise advised by and between theparties hereto.We hereby agree that any part of the Contract may be amended, renewed, extended,modified, compromised, released or discharged by mutual agreement between youand the Contractor, and this security may be exchanged or surrendered without in anyway impairing or affecting our liabilities hereunder without notices to us and withoutthe necessity for any additional endorsement, consent or guarantee by us, provided,however, that the sum guaranteed shall not be in increased or deceased.No action, event or condition which by any applicable law should operate to dischargeus from liability hereunder shall have any effect and we hereby waive any right wemay have to apply such law so that in all respects our liability hereunder shall beirrevocable and, except as stated herein, unconditional in all respects.Yours truly,Name of the Bank………………………………._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 162 of 566


Authorized SignatureSignature of Witness…………Name…………………………Address………………………..Note:1. The non-judicial stamp papers of appropriate value shall be purchased in thename of Bank who issues the ‘Bank Guarantee’.2. This performance security is to be provided by the Collaborator of thesuccessful bidder who is the manufacturer of the 33KV GIS , in the form of abank guarantee which should be issued either:(a)(b)(c)by a reputed bank located in the country of Employer and acceptable tothe Employer, orby a foreign bank confirmed by either its correspondent bank located inthe country of Employer which should be reputed and and acceptable tothe Employer, orby a Public Sector Bank in the country of Employer.All banks except Public Sector Banks of the Employer’s country shall havewith overall international corporate rating or rating of long term debt not lessthan A- (A minus) or equivalent by a reputed rating agency._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 163 of 566


7. BANK GUARANTEE FORM FOR ADVANCE PAYMENT[Name of Contract]To: [Name and address of the Employer]Date……………..Contract No……..Dear Ladies and/or Gentlemen,We refer to the Contract ("the Contract") signedon..................................................................between you and................................................. ("the Contractor") concerning design,execution and completion of (Brief description of the Facilities)…………………………. ..Whereas, in accordance with the terms of the said Contract, the Employer has agreedto pay or cause to be paid to the Contractor an Advance Payment in the amount of ………………………………………………………(Amount of foreign currency in words)...…………........................................................................................(....................)(Amount infigures)and.………………………………………………………………………………………………..(Amount of local currency in words)..………………………………………………………………….....(............................)(Amount in figures)By this letter we, the undersigned, ……….………………….., a Bank (or company)organized under the laws of ........................................... and having itsregistered/principal office at…………………………………………... do herebyjointly and severally with the Contractor irrevocably guarantee repayment of the saidamounts upon the first demand of the Employer without cavil or argument in theevent that the Contractor fails to commence or fulfil its obligations under the terms ofthe said Contract, and in the event of such failure, refuses to repay all or part (as thecase may be) of the said advance payment to the Employer.Provided always that the Bank's obligation shall be limited to an amount equal to theoutstanding balance of the advance payment, taking into account such amounts,which have been repaid by the Contractor from time to time in accordance with theterms of payment of the said Contract as evidenced by appropriate paymentcertificates._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 164 of 566


This Guarantee shall remain in full force from the date upon which the said advancepayment is received by the Contractor until the date upon which the Contractor hasfully repaid the amount so advanced to the Employer in accordance with the terms ofthe Contract. At the time at which the outstanding amount is NIL, this Guarantee shallbecome null and void, whether the original is returned to us or not.Any claims to be made under this Guarantee must be received by the Bank during itsperiod of validity, i.e. upto 90 (ninety) days after the date of operational acceptanceby the Employer i.e. on or before....................................................(year, month, date).Yours truly,Name of the Bank………………………..Authorized SignatureSignature of Witness……………………...Name………………...Address...............................Note :1. The non-judicial stamp papers of appropriate value shall be purchased in thename of bank who issues the 'Bank Guarantee'.2. Advance Bank Guarantee is to be provided by the successful bidder in theform of a bank guarantee which should be issued either:(a)(b)(c)by a reputed bank located in the country of Employer and acceptableto the Employer, orby a foreign bank confirmed by either its correspondent bank locatedin the country of Employer which should be reputed and acceptable tothe Employer, orby a Public Sector Bank in the country of Employer.All banks except Public Sector Banks of the Employer's country shall have withoverall international corporate rating or rating of long term debt not less than A- (Aminus) or equivalent by a reputed rating agency._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 165 of 566


8. FORM OF COMPLETION CERTIFICATEDate…………………...Name of Contract………Contract No…………...To:(Name and address of the Contractor)Dear Ladies and/or Gentlemen,Pursuant to CC 24 (Completion of the Facilities) of the General Conditions of theContract entered into between yourselves and the Employer dated …………………..…………... relating to the ...………………………………...(Brief description of the Facilities)we hereby notify you that the following part(s) of the Facilities was (were) completeon the date specified below, and that, in accordance with the terms of the Contract,the Employer hereby takes over the said part(s) of the Facilities, together with theresponsibility for care and custody and the risk of loss thereof on the date mentionedbelow :1. Description of the Facilities or part thereof... …………………………………...2. Date of Completion :…………………………………………………………….However, you are required to complete the outstanding items listed in the attachmenthereto as soon as practicable.This letter does not relieve you of your obligation to complete the execution of theFacilities in accordance with the Contract nor of your obligations during the DefectsLiability Period.Very truly yours,Title(Project Manager)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 166 of 566


9. FORM OF OPERATIONAL ACCEPTANCE CERTIFICATEDate…………………...Name of Contract………Contract No…………...To:(Name and address of the Contractor)Dear Ladies and/or Gentlemen,Pursuant to CC 25.3 (Operational Acceptance) of the General Conditions of theContract entered into between yourselves and the Employer dated............……….relating to the .....……………………………………...(Brief description of the facilities)we hereby notify you that the Functional Guarantees of the following part(s) of theFacilities were satisfactorily attained on the date specified below.1. Description of the Facilities or part thereof ...................…………....2. Date of Operational Acceptance : …………………………………..This letter does not relieve you of your obligation to complete the execution of theFacilities in accordance with the Contract nor of your obligations during the DefectsLiability Period.Very truly yours,Title(Project Manager)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 167 of 566


10.CHANGE ORDER PROCEDUREContract No. ……………………CONTENTS1. GENRAL2. CHANGE ORDER LOG3. REFERENCE FOR CHANGES4. ANNEXURESANNEX 1ANNEX 2ANNEX 3ANNEX 4ANNEX 5ANNEX 6ANNEX 7ANNEX 8Request for Change ProposalEstimates for Change ProposalAcceptance of EstimatesChange ProposalChange OrderPending Agreement Change OrderApplication for Change ProposalChange Order Log_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 168 of 566


CHANGE ORDER PROCEDURE1. GeneralThis section provides samples of procedures and forms for implementingchanges in the Facilities during the performance of the Contract in accordancewith CC 39 (Change in Facilities) of the Conditions of Contract.2. Change Order LogThe Contractor shall keep an up-to-date change Order Log to show the currentstatus of Requests for Change and Changes authorized or pending as Annex-8Entries of the Changes in the Change Order Log shall be made to ensure thatthe log is up-to-date. The Contractor shall attach a copy of the current ChangeOrder Log in the monthly progress report to be submitted to the Employer.3. References for Changes(i)(ii)(iii)(iv)(v)Request for Changes as referred to in CC Clause 39 shall be seriallynumbered CR-X-nnn.Estimate for Change Proposal as referred to in CC Clause 39 shall beserially numbered CN-X-nnn.Acceptance of Estimate as referred to in CC Clause 39 shall be seriallyNumbered CA-X-nnn.Change Proposal as referred to in CC Clause 39 shall be seriallynumbered CP-X-nnn.Change Order as referred to in CC Clause 39 shall be seriallynumbered CO-X-nnn.Notes :(a)Requests for Change issued from the Employer’s Home Office and thesite representatives of the Employer shall have the following respectivereferences:Home OfficeSiteCR-H-nnnCR-S-nnn(b)The above number “nnn” is the same for Request for Change, Estimatefor Change Proposal Acceptance of Estimate, Change Proposal ChangeOrder._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 169 of 566


REQUEST FOR CHANGE PROPOSAL[ANNEXURE 1]……………………………………………………………………………………………….(Employer’s Letterhead)………………………………………………………………………………………………To : (Contractor’s Name and Address)Date : …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………Attention : (Name and Title)…………………………………………………………………………………………………………………………………………………………………………(Contract Name)………………… (Contract No.)…………………..…………………………………..…………………………………..Dear Ladies and/ or Gentlemen :With reference to the captioned Contract, you are requested to prepare and submit aChange Proposal for the Change noted below in accordance with the followinginstructions within ………………………….days of the date of this letter. (or onbefore[date])1. Title of Change :………………………………………………………………………2. Change Request No…………………… (Rev………………………….)3. Originator of Change:Employer (Name)…………………………………………………..Contractor (by Application for Change Proposal No………*)* Refer to ANNEX 7.4. Brief Description of Change :………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………5. Facilities and/ or Item No. of equipment related to the requested Change :………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 170 of 566


6. Reference drawings and /or technical documents for the request of Change :Drawings No. / Document No.Description………………………………………………………………………………………………………………………………………………………………………………………………7. Detailed conditions or special requirements on the requested Change :……………………………… ………………………………………………………………………… ………………………………………………………………………… …………………………………………8. General Terms and Conditions :(1) Please submit your estimate to us showing what effect the requestedChange will have on the Contract Price.(2) Your estimate shall include your claim for the additional time, if anyfor completion of the requested Change.(3) If you have any opinion negative to the adoption of the requestedChange in connection with the conformability to the other provisionsof the Contract on the safety of the Plant or Facilities Please inform usof your opinion in your proposal of revised provisions.(4) Any increase or decrease in the work of the Contractor relating to theservices of its personnel shall be calculated.(5) You shall not proceed with the execution of the work for the requestedChange Until we have accepted and confirmed the amount and naturein writing…………………………….(Employer’s Name)(Signature)………………………..(Name of signatory)…….……………………(Title of signatory)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 171 of 566


ESTIMATE FOR CHANGE PROPOSAL[ANNEXURE 2]…………………………………………………………………………………………(Contractor’s Letterhead)…………………………………………………………………………………………To : (Employer’s Name and Address)Date : ……………………….Attention : (Name and Title)……………………………………………………………………………………………………………………………………………………………………Contract Name…………………………….Contract Number………………………………Dear Ladies and /or Gentlemen:With reference to your Request for Change Proposal, we are pleased to notify you ofthe approximate cost of preparing the below-referenced Change Proposal inaccordance with CC Sub-Clause 39.2.1 of the Conditions of Contract. Weacknowledge that your agreement to the cost of preparing the Change Proposal, inaccordance with CC Sub-Clause 39.2.2, is required before estimating the Cost forChange work.1. Title of Change : ……………………………………………………………………2. Change Request No………………………….. (Rev………………………)3. Brief Description of Change :…………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………4. Scheduled Impact of Change :…………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 172 of 566


5. Cost for Preparation of Change Proposal (in the currencies of the Contract)……………………………………………………………………………………………………………………………………………………………………(a) Engineering (Amount)(i) Engineer ______hrs x______rate/hr = _______(ii) Draftsperson _______hrs x______rate/hr = ________Sub-total _______hrs ________Total Engineering Cost________(b) Other Cost ________Total Cost (a) + (b)________……………………………………….(Contractor’s Name)……………………………………….(Signature)……………………………………….(Name of Signatory)(Title of signatory)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 173 of 566


[ANNEXURE 3]ACCEPTACE OF ESTIMATES…………………………………………………………………………………(Employer’s Letterhead)…………………………………………………………………………………To : (Contractor’s Name and Address) Date : …………………Attention : (Name and Title) …………………………………………………….…………………………………………………………………………………Contract Name : ………………………Contract Number………………………….Dear Ladies and /or Gentlemen :We hereby accept your Estimate for Change Proposal and agree that youshould proceed with the preparation of the Change Proposal.1. Title of Change : …………………………………………………………….2. Change Request No. ………………… (Rev …………………)3. Estimate for Change Proposal No. ………… (Rev ………………..)4. Acceptance of Estimate No…………………...(Rev ………………)5. Brief Description of Change :……………….……………….……………….……………….………………………….……………….……………….……………….…………6. Other Terms and Conditions In the event that we decide not to order theChange accepted, you shall be entitled to compensation for the cost ofpreparation of Change Proposal described in your estimate for ChangeProposal mentioned in para. 3 above in accordance with CC Clause 39.0 of theConditions of Contract.……………….……………….(Employer’s Name)……………….……………….(Signature)……………….……………….(Name and Title of signatory)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 174 of 566


[ANNEXURE 4]CHANGE PROPOSAL………………………..………………………..…………………………..(Contractor’s Letterhead)………………………..………………………..…………………………...To : (Employer’s Name and Address)Date : …………………………………………..………………………..………………………………………………..………………………..………………………………………………..………………………..………………………Attention : (Name and Title)………………………..………………………..……………………….………………………..………………………..……………………….(Contract Name) ………………………. (Contract No.) ……………………………………………………………………………Dear Ladies and / or GentlemenIn response to your Request for Change Proposal No. ……………………..…we hereby submit our proposal as follows :1. Title of Change : (Name) ………………………..………………….2. Change Request No. ……………………(Rev ………………………)3. Originator of Change : Employer (Name) ………………………..Contractor (Name) ……………………….4. Brief Description of Change :………………………..………………………..……………………………………………..………………………..………………………5. Reasons for Change :………………………..………………………..………………………………………………..………………………..………………………6. Facilities and/ or Item No. of equipment related to the requested Change :………………………..………………………..………………………………………………..………………………..………………………_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 175 of 566


7. Reference drawings and/ or technical documents for the requested Change :Drawing No. / Document No. Description……………………………………………………..……………………………………………………..8. Estimate of increase / decease / (in the currencies of the contract to theContract Price resulting from Change Proposal(Amount)(a) Direct Material …………………………….(b) Major construction equipment ……………………………..(c) Direct field labour (Total hrs) …………………………….(d) Subcontracts …………………………….(e) Indirect material and labour ……………………….(f) Site supervision …………………………….(g)Head office technical staff salariesProcess engineer ______hrs @______rate/hr____________Project engineer ______hrs @______rate/hr____________Equipment engineer ______hrs @______rate/hr____________Procurement______hrs @______rate/hr____________Draftsperson______hrs @______rate/hr____________Total ______hrs @ ____________(h) Extraordinary costs (computer, travel, etc.) _______________(i)Fee for general administration______% of Items _____________(j) Taxes and customs duties _______________Total lump sum cost of Change Proposal[sum of Items (a) to (j)] _______________Cost to prepare Estimate for Change Proposal(amount payable if Change is not accepted _______________9. Additional time for Completion required due to Change Proposal :10. Effect on the other Functional Guarantees11. Effect on the other terms and Conditions of the Contract.12. Validity of this Proposal : Within …………………….days after receipt of thisProposal by the Employer_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 176 of 566


13. Other Terms and Conditions of this Change Proposal:(a)(b)You are requested to notify us of your acceptance, comments orrejection of this detailed Change Proposal within………………………..days form your receipt of this Proposal.The amount of any increase and/ or decrease shall be taken intoaccount in the adjustment of the Contract Price.(c) Contractor’s cost for preparation of this Change Proposal :(Note) This cost shall be reimbursed by the Employer in case of Employer’swithdrawal or rejection of this Change Proposal without default of theContractor in accordance with CC Clause 39.0 of the Conditions of Contract.…………………………………..(Contractor’s Name)…………………………………(Signature)…………………………………(Name of signatory)…………………………………(Title of signatory)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 177 of 566


[ANNEXURE 5]CHANGE ORDER………………………..………………………..…………………………..(Contractor’s Letterhead)………………………..………………………..…………………………...To : (Employer’s Name and Address)Date : …………………………………………..………………………..………………………………………………..………………………..………………………………………………..………………………..………………………Attention : (Name and Title)………………………..………………………..……………………….………………………..………………………..……………………….(Contract Name) ………………………. (Contract No.) ……………………………………………………………………………Dear Ladies and / or Gentlemen :We approve the Change Order for the work specified in the Change ProposalNo…… and agree to adjust the Contract Price, Time for Completion and/ orother conditions of the Contract in accordance with CC Clause 39.0 ofGeneral Conditions ofContract.1. Title of Change : (Name) ………………………..………………….2. Change Request No. ……………………(Rev ………………………)3. Change Order No……………………….(Rev………………………)4. Originator of Change : Employer (Name) ………………………..Contractor (Name) ……………………….5. Authorized Price :Ref. No. ………………… …………(Number)Date : …………………..Foreign currency portion ………plus Local currency portion………….6. Adjustment of Time for CompletionNone Increase ……………..days Decrease …………..days7. Other effects, if anyAuthorized by :……………………….Date : …………………….(Employer)Accepted by : ……………………….. ..Date : ……………………(Contractor)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 178 of 566


[ANNEXURE 6]PENDING AGREEMENT CHANGE ORDER………………………..………………………..…………………………..(Contractor’s Letterhead)………………………..………………………..…………………………...To : (Employer’s Name and Address)Date : …………………………………………..………………………..………………………………………………..………………………..………………………………………………..………………………..………………………Attention : (Name and Title)………………………..………………………..……………………….………………………..………………………..……………………….(Contract Name) ………………………. (Contract No.) ……………………………………………………………………………Dear Ladies and / or Gentlemen :We instruct you to carry out the work in the Change Order detailed below inaccordanceWith CC 39.0 of the Conditions of Contract.1. Title of Change : (Name) ………………………..………………….2. Employer Request for Change Proposal No……(Rev ………) Dated…………3. Contractor’s Change Proposal No……………(Rev……….) Dated…………4. Brief Description of Change :………………………..………………………..………………………..………………………..………………………..………………………5. Facilities and/ or Item No. of equipment related to the requested Change :………………………..………………………..…………………………..………………………..………………………..…………………………..6. Reference drawings and/ or technical documents for the requested ChangeDrawing No. / Document No. Description……………………………………….……………………..……………………………………….……………………..7. Adjustment of time for completion :8. Other change in the Contract terms :9. Other terms and Conditions :……………………………..(Employer’s Name)(Signature)…………………………….. (Name of signatory…………………………..(Title of signatory)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 179 of 566


[ANNEXURE 7]APPLICATION FOR CHANGE PROPOSAL………………………..………………………..…………………………...(Contractor’s Letterhead)………………………..………………………..…………………………...To : (Employer’s Name and Address)Date : …………………………………………..………………………..………………………………………………..………………………..………………………………………………..………………………..………………………Attention : (Name and Title)………………………..………………………..……………………….………………………..………………………..……………………….(Contract Name) ………………………. (Contract No.) ……………………………………………………………………………Dear Ladies and / or Gentlemen :We hereby propose that the below mentioned work be treated as a Change in theFacilities.1. Title of Change :(Name) ………………………..……………………..……….2. Application for Change Proposal No……………… (Rev ………………)Dated …………….3. Brief Description of Change :………………………..………………………..………………………..……………………………………………………………………………………………………………………….4. Reasons for Change :………………………..………………………..…………………………..………………………..………………………..…………………………..5. Order of Magnitude Estimation (in the currencies of the Contract).…………………………………………………………………………….…………………………………………………………………………….6. Scheduled Impact of Change :……………………………………………………………………………._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 180 of 566


……………………………………………………………………………….7. Effect on Functional Guarantee. If any :…………………………………………………………………………….…………………………………………………………………………….8. Appendix…………………………………………………………………………….…………………………………………………………………………….……….….……………………(Contractor’s Name)(Signature)………………………………..(Name of signatory)………………………………..(Title of signatory)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 181 of 566


[ANNEXURE 8]CHANGE ORDER LOG……………………………………….……………………………………………………………………..………………………..…………………………...(Contractor’s Letterhead)………………………..………………………..…………………………...To : (Employer’s Name and Address)Date : …………………………………………..………………………..………………………………………………..………………………..………………………………………………..………………………..………………………Attention : (Name and Title)………………………..………………………..……………………….………………………..………………………..……………………….(Contract Name) ………………………. (Contract No.) ……………………………………………………………………………Dear Ladies and / or Gentlemen :(Contract Name)…………………….………………………………….………………………………….(Contract No……………….We hereby furnish the up-to date change order log to show the current status ofrequest for changes and authorized or pending.S1. Employer’s Contractor Contractor’s Change Pending Remarks*No. Request for application Change order No.change for change proposalproposal No. proposal includingincluding including revisionrevision revision………………………………(Contractor’sName)(Signature)………………………………………...(Name of signatory)……………………………………….Title of SignatoryNote :(i)*In case Employer has authorized to carryout the work pending agreement change order,the details of such authorization shall be furnished ._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 182 of 566


(ii)The contractor shall attach a copy of the current change order log in the monthlyprogress report to be submitted to the Employer every month.11. FORM OF INDEMNITY BOND TO BE EXECUTED BY THECONTRACTOR FOR THE EQUIPMENT HANDED OVER IN ONELOT BY <strong>DELHI</strong> <strong>TRANSCO</strong> LTD. FOR PERFORMANCE OF ITSCONTRACTINDEMNITY BONDTHIS INDEMNITY BOND is made this …….… day of……………… 200……by……………… a Company registered under the Companies Act, 1956/ Partnershipfirm/ proprietary concern having its Registered Office at…………..(hereinafter calledas ‘Contractor’ or “Obligor” which expression shall include its successors andpermitted assigns) in favour of <strong>DELHI</strong> <strong>TRANSCO</strong> LTD, a Company incorporatedunder the Companies Act, 1956 having its Registered Office at Shakti Sadan, KotlaRoad, New Delhi-110002.WHEREAS <strong>DELHI</strong> <strong>TRANSCO</strong> LTD. has awarded to the Contractor a contract for ………………...vide its Notification of Award/ Contract No……………. ………...dated …………..and its Amendment No………………….(applicable whenamendments have been issued) (hereinafter called the “Contract”) in terms of whichDTL is required to hand over various Equipment to the Contractor for execution ofthe Contract.And WHEREAS by virtue of Clause No…………of the said Contract, the Contractoris required to execute an Indemnity Bond in favour of DTL for the Equipmenthanded over to it by DTL for the purpose of performance of the Contract/ Erectionportion of the contract (hereinafter called the “Equipment”)AND THEREFORE, This Indemnity Bond witnesseth as follows:1. That in consideration of various Equipment as mentioned in the Contract,valued at (amount in words………………………………) handed over to theContractor for the purpose of performance of the Contract, the Contractorhereby undertakes to indemnify and shall keep DTL indemnified, for the fullvalue of the Equipment. The Contractor hereby acknowledges receipt of theEquipments as per dispatch title documents handed over to the Contractor dulyendorsed in their favour and detailed in the Schedule appended hereto. It isexpressly understood by the Contractor that handing over of the dispatch titledocuments in respect of the said equipments duly endorsed by DTL in favourof the contractor shall be construed as handling over of the equipmentpurported to be covered by such title documents and the contractor shall holdsuch equipment in trust as a Trustee for and on behalf of DTL.2. That the contractor is obliged and shall remain absolutely responsible for thesafe transit/protection and custody of the equipment of DTL project Siteagainst all risks whatsoever till the equipment are duly used/erected inaccordance with the terms of the contract and the plant/package duly erectedand commissioned in accordance with the terms of the contract, is taken over_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 183 of 566


y DTL. The contractor undertakes to keep DTL harmless against any loss ordamage that my be caused to the equipments.3. The contractor undertakes that the equipment shall be used exclusively for theperformance/execution of the contract strictly in accordance with its terms andconditions and no part of the equipment shall be utilized for any other work orpurpose whatsoever. It is clearly understood by the contractor that nonobservance of the obligations under this indemnity bond by the contractorshall inter-alia constitute a criminal breach of trust on the part of the contractorfor all intents and purpose including legal/penal consequences.4. That DTL is and shall remain the exclusive owner of the equipment free fromall encumbrances, charges or liens of any kind, whatsoever. The equipmentshall be all times be open to inspection and checking by the employer oremployer’s representative in this regard. Further DTL shall always be free atall times to take possession of the equipment in whatever form the equipmentmay be, if in its opinion, the equipments are likely to be endangered,mis-utilised or intended for use other than those specified in the contract, byany acts of omission or commission on the part of the contractor or any otherperson or on account of any reason whatsoever and the contractor bindshimself and undertakes to comply with the directions of demand of DTL toreturn the equipment without any demur or reservation.5. That this indemnity Bond is irrevocable. If at any time any loss or damageoccurs to the Equipment or the same or any part thereof is mis-utilised in anymanner whatsoever, then the Contractor hereby agrees that the decision of theEmployer’s Representative as to assessment of loss or damage to theEquipment shall be final and binding on the Contractor. The Contractor bindsitself and undertakes to replace the lost and /or damaged Equipment at its owncost and/ or shall pay the amount of loss to DTL without any demur,reservation or protest. This is without prejudice to any other right or remedythat may be available to DTL against the Contractor under the Contract andunder this Indemnity Bond.6. NOW THE CONDITION of this Bond is that if the Contractor shall duly andpunctually comply with the terms and conditions of this Bond to thesatisfaction of DTL, THEN, the above Bond shall be void, but otherwise, itshall remain in full force and virtue.IN WITNESS, the Contractor has hereunto set its hand through its authorizedrepresentative under the common seal of the Company, the day, month and yearfirst above mentioned._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 184 of 566


SCHEDULEParticulars of Quantity Particulars of Value of the Signature of theThe Equipment Despatch title Equipment Attorney inHanded Documents token of receipt_________________RR/ GR No.Date of lading& Carrier…..WITNESSFor and on behalf ofM/s……………………………1. 1. Signature……………………. Signature…………………………………2. Name………………………… Name……………………………3. Address……………………… Address…………………………Authorized representative2. 1. Signature…………………….2. Name………………………… (Common Seal)(In case of Company)3. Address………………………Indemnity Bonds are to be executed by the authorized person and (i) in case ofcontracting Company under common seal of the Company or (ii) having the power ofattorney issued under common seal of the company with authority to executeIndemnity Bonds, (iii) in case of (ii), the original Power of Attorney if it is GeneralPower of Attorney and such documents should be attached to Indemnity Bond._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 185 of 566


12. FORM OF INDEMNITY BOND TO BE EXECUTED BY THECONTRACTOR FOR THE EQUIPMENT HANDED OVER ININSTALLMENTS BY <strong>DELHI</strong> <strong>TRANSCO</strong> LTD FOR PERFORMANCEOF ITS CONTRACTINDEMNITY BONDTHIS INDEMNITY BOND is made this …………….day of …………200………by…..…………………………………….……….a Company registered under theCompanies Act, 1956/ Partnership firm/ proprietary concern having its RegisteredOffice at ………..…………………(hereinafter called as ‘Contractor’ or ‘Obligor’which expression shall include its successors and permitted assigns) in favour of<strong>DELHI</strong> <strong>TRANSCO</strong> LTD a Company incorporated under the Companies Act, 1956having its Registered Office at Shakti Sadan, Kotla Marg, New Delhi-110002WHEREAS DTL has awarded to the Contractor a Contractor for …………………vide Its Notification of Award/Contract No. ……………………dated …………….and Amendment No. ………………………...(applicable when amendments have been issued ) (hereinafter called the“Contract”) in terms of which DTL is required to handover various Equipments tothe Contractor for execution of the Contract.AND WHEREAS by virtue of Clause No………of the said Contract, the Contractoris Required to execute an Indemnity Bond in favour of DTL for the Equipmenthanded over to it by DTL for the purpose of performance of the contract/ Erectionportion of the Contract (hereinafter called the “Equipment”.)NOW THEREFORE, This Indemnity Bond witnesseth as follows:1. That in consideration of various Equipments as mentioned in the Contract,valued at (amount in words ………………………………………...) to behanded over to the Contractor in instalments from time to for the purpose ofperformance of the contract, the Contractor hereby undertakes to indemnifyand shall keep DTL indemnified, for the full value of Equipment. TheContractor her5eby acknowledges receipt of the initial instalment of theequipment per details in the schedule appended hereto. Further, the Contractoragrees to acknowledge receipt of the subsequent instalments of the Equipmentas required by DTL in the form of Schedules consecutively numbered whichshall be attached to this Indemnity bond so as to form integral parts of thisBond It is expressly understood by the Contractor shall be construed ashanding over the Equipment purported to be covered by such title documentsand the Contractor shall hold Equipments in trust as a Trustee for and onbehalf of DTL2 That the contractor is obliged and shall remain absolutely responsible for thesafe transit/protection and custody of the equipment of DTL project Siteagainst all risks whatsoever till the equipment are duly used/erected inaccordance with the terms of the contract and the plant/package duly erectedand commissioned in accordance with the terms of the contract, is taken over_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 186 of 566


y DTL. The contractor undertakes to keep DTL harmless against any loss ordamage that may be caused to the equipments.3. The contractor undertakes that the equipment shall be used exclusively for theperformance/execution of the contract strictly in accordance with its terms andconditions and no part of the equipment shall be utilized for any other work orpurpose whatsoever. It is clearly understood by the contractor that nonobservance of the obligations under this indemnity bond by the contractorshall inter-alia constitute a criminal breach of trust on the part of the contractorfor all intents and purpose including legal/penal consequences.4. That DTL is and shall remain the exclusive owner of the equipment free fromall encumbrances, charges or liens of any kind, whatsoever. The equipmentshall be all times be open to inspection and checking by the employer oremployer’s representative in this regard. Further DTL shall always be free atall times to take possession of the equipment in whatever form the equipmentmay be, if in its opinion, the equipments are likely to be endangered,misutilised or intended for use other than those specified in the contract, byany acts of omission or commission on the part of the contractor or any otherperson or on account of any reason whatsoever and the contractor bindshimself and undertakes to comply with the directions of demand of DTL toreturn the equipment without any demur or reservation.5. That this indemnity Bond is irrevocable. If at any time any loss or damageoccurs to the Equipment or the same or any part thereof is mis-utilised in anymanner whatsoever, then the Contractor hereby agrees that the decision of theEmployer’s Representative as to assessment of loss or damage to theEquipment shall be final and binding on the Contractor. The Contractor bindsitself and undertakes to replace the lost and /or damaged Equipment at its owncost and/ or shall pay the amount of loss to DTL without any demur,reservation or protest. This is without prejudice to any other right or remedythat may be available to DTL against the Contractor under the Contract andunder this Indemnity Bond.6. NOW THE CONDITION of this Bond is that if the Contractor shall duly andpunctually comply with the terms and conditions of this Bond to thesatisfaction of DTL, then. The above Bond shall be void, but otherwise, itshall remain in full force and virtue.IN WITNESS, the Contractor has hereunto set its hand through its authorizedrepresentative under the common seal of the Company, the day, month and yearfirst above mentioned._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 187 of 566


SCHEDULE No. 1Particulars of Quantity Particulars of Value of the Signature of theThe Equipment Despatch title Equipment Attorney inHanded Documents token of receipt_________________RR/ GR No.Date of lading& CarrierFor and on behalf of…..WITNESSM/s……………………………1. 1. Signature……………………. Signature………………………2. Name………………………… Name………………………3. Address……………………… Address………………………Authorized representative2. 1. Signature…………………….2. Name………………………… (Common Seal)(In case of Company)3. Address………………………Indemnity Bonds are to be executed by the authorized person and (i) in case ofcontracting Company under common seal of the Company or (ii) having the power ofattorney issued under common seal of the company with authority to executeIndemnity Bonds, (iii) in case of (ii), the original Power of Attorney if it is GeneralPower of Attorney and such documents should be attached to Indemnity Bond.13. FORM OF AUTHORIZATION LETTER: <strong>DELHI</strong> <strong>TRANSCO</strong><strong>LIMITED</strong>._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 188 of 566


REF. No.TO,DATE:M/s……………………….…………………………………………………………REF: Contract No……………………… dated ………………….. for……………………… awarded by Delhi Transco limited.Dear Sir,Kindly refer to Contract No. …………………………. Dated ……….. for ………..You are hereby authorized on behalf of Delhi Transco Limited, having its registeredoffice at Delhi Transco Limited, Shakti Sadan, Kotla Road New Delhi-110002 and itsproject at ……….to take physical delivery of materials/equipments covered underDispatch Document/Consignment Note No……………………….. dated……………………… and as detailed in the enclosed schedule for the sole purpose of successfulperformance of the aforesaid contract and for no other purpose, whatsoever.Encl: As above(Signature of project AUTHORITY)**Designation …………………….Date ……………………..** To be signed not below the rank of Manager.• Mention LR/RR No.14. FORM OF TRUST RECEIPT FOR PLANT, EQUIPMENTAND MATERIALS RECEIVED_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 189 of 566


We M/s (Contractor’sName)____________________________________________havingour Principal place of business at _____________________________having beenawarded a Contract No. _________________ dated ______________for (ContractName) by (Name of Employer) ____________________________.We do hereby acknowledge the receipt of the Plant, Equipment and Materials as arefully described and mentioned under Documents of Title/RR/LR etc and in theschedule annexed here to, which shall form an integral part of this receipt as“Trustee” of __________________________ (Name of Employer ). The aforesaidmaterials etc. so received by us shall be exclusively used in the successfulperformance of the aforesaid contract and for no other purpose whatsoever. Weundertake not to create any charge, lien or encumbrance over the aforesaid materialsetc, in favour of any other person /institution (s) / Banks.For M/s ________________________________(Contractor’s Name)Dated:_____________Place: _____________(AUTHORISED SIGNATORY)SEAL OF COMPANY15. FORM OF EXTENSION OF BANK GUARANTEE_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 190 of 566


Ref No……………………..Dated………………………Delhi Transco Limited,Shakti Sadan, Kotla RoadNew Delhi 110002.IndiaDear Sirs,Sub: - Extension of Bank Guarantee No. ………………… for………………..favoring yourself expiring on ………………………. On account of M/s…………………….. in respect of Contract No………………………………. dated ……………….. (hereinafter called original Bank Guarantee).At the request of M/s ……………………. We ………………….. Bank branch officeat……………. Having its Head Office at …………………… do hereby extend ourliability under the above mentioned Guarantee No……………………… dated ………….. for a further period of ………………. Years/Month from to …………….Expire on ………………. Except as provide above, all other terms and conditions ofthe original Bank Guarantee No……………………. dated……………… shall remainunaltered and binding.Please treat this as an integral part of the original Guarantee to which it would beattached.Yours Faithfully,For…………………….Manager. Agent/AccountantPower of attorney No………………..Dated …………………………..SEAL OF BANKNote : The non. Judicial stamp paper of appropriate value shall be purchased in the name of the bankwho has issued the bank Guarantee.16. FORM OF POWER OF ATTORNEY FOR JOINT VENTURE.( On Non-judicial Stamp paper of Appropriate Value to be purchased in the name of joint Venture)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 191 of 566


KNOW ALL MEN BY THESE PRESENTS THAT WE, the partners whose detailsare given hereunder …………………………….. have formed a Joint Venture underthe laws of …………………………. And having our Registered Office(S) / HeadOffice (s) at ………………………………………… ( hereinafter called the JointVenture which expression shall unless repugnant to the context or meaning thereof,include its successors, administrators and assigns) acting through M/s ……………………………being the partner in-charge do hereby constitute, nominate and appointM/s ………………………………… a Company incorporated under the laws of …………………………………and having its registered / Head Office at …………….. asour duly constituted lawful Attorney (hereinafter called “ Attorney” or “ AuthorizedRepresentative” or “ Partner In- charge”) to exercise all or any of the powers for andon behalf of the joint Venture in regard to Specification No………………… Package……………………… the bids for which have been invited by Delhi TranscoLimited, Shakti Sadan Building, Kotla Road, New Delhi, India ( hereinafter calledthe “ Employer”) to undertaking the following acts :i) To submit proposal and participate in the aforesaid Bid Specification ofthe Employer on behalf of the “Joint Venture”.ii)To negotiate with the employer the terms and conditions for award of theContract pursuant to the aforesaid Bid and to sign the Contract with theEmployer for and on behalf of the ‘JOINT VENTURE’.iii)iv)To do any other act or submit any document related to the above.To receive, accept and execute the Contract for and on behalf of the “JointVenture”.It is clearly understood that the partner In-charge (Lead Partner) shall ensureperformance of the Contract(s) and if one or more partner fail to perform theirrespective portions of the Contract(s), the same shall be deemed to be default byall the partners.It is expressly understood that this Power of Attorney shall remain valid bindingand irrevocable till completion of the Defect Liability Period in terms of theContract.The joint Venture hereby agrees and undertaking to ratify and confirm all thewhatsoever the said Attorney/ Authorized Representatives/Partner in- chargequotes in the bid, negotiates And signs the Contract with Employer and / orproposes to act on behalf of the Joint Venture by virtue of this Power of Attorneyand the same shall bind the joint Venture as if done by itself.In WITNESS THEREOF the partners Constituting the joint Venture as aforesaidhave executed these present on this …………… day of …………………. Underthe Common Seal(s) of their Companies._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 192 of 566


for and on behalf of thePartners of joint Venture………………..………………….………………….The Common Seal of the above Partners of the Joint Venture:The Common Seal has been affixed the unto in the presence of:WITNESS1. Signature………………………..Name…………………………..Designation ……………………..Occupation……………………….2. Signature………………………..Name…………………………..Designation ……………………..Occupation……………………….17. FORM OF JOINT VENTURE AGREEMENT(On non-judicial stamp paper of appropriate value to be purchased in the name of joint venture)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 193 of 566


PERFORMA OF JOINT VENTURE AGREEMENT BETWEEN …………………………. AND …………………………….. FOR BID SPECIFICATION NO…………………………. OF <strong>DELHI</strong> <strong>TRANSCO</strong> <strong>LIMITED</strong>THIS joint venture agreement executed on this …………………… day of Twothousand……………. between M/s ……………………. a company incorporatedunder the laws of …………………………….. and having its registered office at……………………………( hereinafter called the “Lead partner” which expression shallinclude its successors executors and permitted assigns), M/s ………………………….a company incorporated under the laws of …………………………….. and havingits registered office at……………………………………………( hereinafter called“the partner” which expression shall include its successors executors and permittedassigns) andM/s …………………………. a company incorporated under the laws of …………………………….. and having its registered office at………………………..……(hereinafter called “the partner” which expression shall include its successors,executors and permitted assigns) for the purpose of making a bid and entering into acontract (in case of award) against the specification No………………………………for…………………………(Name of the Package) …………………..under………………(Name of the project) …………………………….of Delhi Transco limited ,acompany incorporated under the Companies Act of 1956 having its registered ShaktiSadan, Kotla Road New Delhi-110002, India (hereinafter caller the; “Employer”)Whereas the employer invited bids as per the above mentioned Specification for thedesign, manufacture, supply, installation, testing and commissioning ofequipment/materials stipulated in the bidding documents for…………………(Nameof the Package) …………….under…………………………….(Name the project)AND WHEREAS Annexure-A, section-ITB (qualification of the bidder) formingpart of the bidding documents, .stipulates that a joint Venture of two or more qualifiedfirms as partners, meeting the joint Venture fulfills all other requirements underAnnexure-A, Section ITB (qualification of the bidder) and in such a case, the BIDFORM shall be signed by all the partners so as to legally bind all the partners of theJoint Venture, who as will be jointly and severally liable to perform the contract andall obligations hereunder.The above clause further states that the joint venture agreement shall be attached tothe bid and the contract performance guarantee will be as per the format enclosed withthe bidding document without any restriction or liability for either party.AND WHEREAS the bid has been submitted to the Employer vide proposal No……………………….. dated……………….by Lead partner based on the joint ventureagreement between all the partners under these present and the bid in accordance withthe requirements of Annexure-A, section ITB (Qualification of the Bidders), has beensigned by all the partners._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 194 of 566


NOW THIS INDENTURE WITNESS AS UNDER:In consideration of the above premises and agreements all the partners to this jointventure do hereby now agree as follow:1. In consideration of the award of the contract by the Employer to the joint venturepartners, we, the partners to the joint venture agreement do hereby agree that M/s……………………….. shall act as lead partner and further declare and confirmthat we shall joint and severally be bound unto the Employer for the successfulperformance of the Contract and shall be fully responsible for the design,manufacture, supply, and successful performance of the equipments in accordancewith the Contract.2. In case of any breach of the said Contract by the Lead Partner of other partner(s)of the joint Venture agreement, the partner(s) do hereby agree to be fullyresponsible for the successful performance of the contract and carry out all theobligations and responsible under the Contract in accordance with therequirements of the Contract.3. Further if the Employer suffers any loss or damage on account of any breach inthe Contract or any shortfall in the performance of the equipment in meeting theperformance guaranteed as per the specification in terms if the Contract, thepartner(s) of these present undertake to promptly make good such loss or damagescaused to the Employer, on its demand without any demur. It shall not benecessary or obligatory for the Employer to proceed against Lead Partner to thesepresents before proceeding against or dealing with the other Partner(s).4. The financial liability of the partner of this joint venture agreement to theEmployer, with respect to any of the claims arising out of the performance or nonperformanceof the obligations set forth in the said joint venture agreement, readin conjunction with the relevant conditions of the Contract shall, however, not belimited in any way so as to restrict or limit the liabilities of any of the partners ofthe joint Venture agreement.5. It is expressly understood and agreed between the partners to the joint ventureagreement that the responsibilities and obligations of each of the partners shall beas delineated in Appendix-I (* To be incorporated suitably by the partners) to thisagreement. It is further agreed by the partners that the above sharing ofresponsibilities and obligations shall not in any way be a limitation of joint andservable responsibilities of the partners under this Contract./6. This joint venture agreement shall be constructed and interpreted in accordancewith the laws of India and the courts of Delhi shall have the exclusive jurisdictionin all matters arising there under.7. In case of an award of a Contract, we the partners to the joint venture agreementdo hereby agree that we shall be jointly and severally responsible for furnish acontract performance security from a bank in favour of the Employer in thecurrency/currencies of the Contract._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 195 of 566


8. It is further agreed that the venture agreement shall be irrevocable and shall forman integral part of the Contract, and shall continue to be enforceable till theEmployer discharges the same. It shall be effective from the date first mentionedabove for all purpose and intents.IN WITNESS WHEREOF, the partners to the joint venture agreement have throughtheir authorized representatives executed these present and affixed Common Seals oftheir companies, on the day, month and year first mentioned above.For Lead partner1. Common Seal of ……………has been affixed in my/our (Signature of authorized representative)presence pursuant to theName...............................................Board of Director's resolution dated... Designation....................................Signature............................... Common Seal of the companyName....................................Designation……………….. ………...........................................2. Common Seal of ……………has been affixed in my/ourpresence pursuant to theBoard of Director's resolution dated...Signature...............................Name....................................Designation………………..For partner(Signature of authorized representative)Name...............................................Designation....................................Common Seal of the company………...........................................WITNESSES:1 ………………………………..(Signature)Name…………………………..………………………………….(Official address)2. ………………………………..(Signature)Name…………………………..………………………………….(Official address)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 196 of 566


18. PROFORMA OF JOINT UNDERTAKING BY THE COLLABORATORALONGWITH THE BIDDER/MANUFACTUREROn non-judicial stamp paper of appropriate valueTHIS DEED OF UNDERTAKING executed this ………………… day of Two Thousandand……………… by……………………… a company incorporated under the laws of…………………………….. and having its registered office at……………………………(hereinafter called the “ Collaborator” which expression shall include its successors,executors and permitted assigns) and ………….a company incorporated under the lawsof …………………………….. and having its registered office at……………………………(hereinafter called the “Manufacturer” which expression shall include itssuccessors, executors and permitted/ assigns) and………………a company incorporatedunder the laws of …………………………….. and having its Registered office at……………………………( here in after called “Bidder” which expression shall include itssuccessors, executors and permitted assigns) in favour of Delhi Transco Limited, havingits Registered office at Shakti Sadan, Kotla Marg, New Delhi.(herein after called the“Employer” which expression shall include its successors executors and permittedassigns)WHEREAS the “Owner” invited Bid as per Specification No. ---------------- for theexecution of -----------------------AND WHEREAS Clause No. -----------------, Section -----------------,of ---------------------,Vol.- ----------- forming part of the Bid Documents inter-alia stipulates that the Bidderand/or Manufacturer alongwith its collaborator must fulfill the Qualifying Requirementsfor the *------------------ and be jointly and severally bound and responsible for thesuccessful performance of the * -------------------offered in the event the bid submitted bythe bidder is accepted by the Owner resulting in Contract.AND WHEREAS the bidder has submitted its bid to the Owner vide Proposal No.----------------- dated ------------- based on the collaboration /association of theCollaborator with the Bidder/Manufacturer.NOW THEREFORE THIS UNDERTAKING WITNESSTH as under.1.0 In consideration of the award of Contract by the Owner to the Bidder (herein afterreferred to as the “Contract”) we, the collaborator and the Bidder/Contractor and/or manufacturer do hereby declare that we shall be jointly and severally boundunto the <strong>DELHI</strong> <strong>TRANSCO</strong> <strong>LIMITED</strong> , for the successful performance of the *---------------- and shall be fully responsible for the design, manufacturer , testing,supply on FOR destination delivery at site basis and supervision of unloading atsite, storage, erection, testing & commissioning and successful performance of the*--------------- in accordance with the Contract Specifications.2.0 Without in any way affecting the generality and total responsibility in terms of deedof Undertaking, the Collaborator in particular hereby agrees to depute their technicalexperts from time to time to the Bidder/Contractor’s/Manufacture’s Works/ Owner’sproject site as mutually considered necessary by the Owner, bidder/Contractor,Manufacturer and the collaborator to ensure proper design, engineering,manufacturer, testing ,supply on for destination delivery at site basis and supervisionof unloading at site , storage, erection, testing and commissioning and successful_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 197 of 566


performance of the collaborator shall advise the manufacturer/contractor suitablemodifications of designs and implement necessary corrective measures to dischargethe obligations under the contract.3.0 This deed of undertaking shall be constructed and interpreted in accordance with thelaws of India and the Courts in Delhi shall have exclusive jurisdiction in all mattersarising under the undertaking.4.0 As a security, the collaborator/manufacturer shall part from the contractorsperformance guarantee furnish a contract performance guarantee from its Bank infavour of the Owner on a form acceptable to the Owner. The value of such guaranteeshall be equivalent to 10% of price of the equipment as identified in the contractawarded by the Owner to the bidder/contractor and it shall be part of guaranteetowards the faithful performance/ compliance of this deed of undertaking in terms ofthe contract. The guarantee shall be unconditional, irrevocable and valid for the entireperiod of the contract, namely till the and of the warranty period*-------------------------under the contract. The bank guarantee amount shall be payableto the owner on demand without any reservation or demur.5.0 We the collaborator/bidder/contractor and /or manufacturer agree this undertakingshall be irrevocable and shall form integral part of a contract and further agree thatthis undertaking shall continue to be enforceable till the owner discharges it. It shallbecome operative from the effective date of contract.IN WITNESS WHEREOF the collaborator, the manufacturer and/or the bidder/contractor have through their Authorized Representatives executed these present a fixedcommon seals of their respective Companies, on the day, month and year first abovementioned.WITNESSES:1.-----------------------(Signature)(Name in Block Letter)(Office Address)For CollaboratorSignature of Authorized(Representative)Name--------------------Common seal of Company----------------------------_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 198 of 566


2. ----------------------- Signature of Authorized(Signature)(Representative)(Name in Block Letter)Name--------------------(Office Address)Common seal of Company--------------------------------For Manufacturer3. ----------------------- Signature of Authorized(Signature)(Representative)(Name in Block Letter)Name--------------------(Office Address)Common seal of Company--------------------------------Note:(i)(ii)(iii)This deed of Joint undertaking duly certified by the Company Secretary shall be submitted alongwith the bid. Further, the deed of Joint Undertaking attested by Notary Public of the place(s) ofthe respective executants (s ) or registered with the Indian Embassy/ High Commission in thecountry shall be submitted by the bidder within ten (10 ) days from the date of intimation of postbid discussion. In case the bidder fails to submit the deed of Joint Undertaking as mentioned above, the bidders bid guarantee may be forfeited.In the event the bidder is a Manufacturer and the collaboration is between collaborator and theBidder, then the Joint deed of Undertaking shall be accordingly.*The name(s) of equipment for which Joint deed of undertaking is to be submitted is to beinserted.(iv)The manufacturer may be having ongoing collaboration agreement or had collaboration agreementin the past with the collaborator._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 199 of 566


<strong>DELHI</strong> <strong>TRANSCO</strong> <strong>LIMITED</strong>(A Government of NCT of Delhi Undertaking)Bidding DocumentsforTurnkey Package of 33 KV GIS Substationat GOPALPUR, New Delhi (India)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 200 of 566


i. e xeVOLUME – IITECHNICAL SPECIFICATIONSINDEX VOLUME-IISECTION :I PROJECTSECTION:IISF6 GAS INSULATED METAL ENCLOSEDSWITCHGEAR (GIS)SECTION: IIISECTION: IVGENERAL TECHNICAL REQUIREMENTS (GTR)SPECIFIC EQUIPMENTSTECHNICAL SPECIFICATION FOR SPECIFICEQUIPMENTSSECTION : VSECTION:VISECTION: VIISECTION : VIIITECHNICAL SPECIFICATIONS FOR FIRE PROTECTION SYSTEMLT SWITCHGEARPOWER & CONTROL CABLESTECHNICAL SPECIFICATIONS FORUNARMORED U/G FIBEROPTIC CABLESECTION:IXQUALITY ASSURANCE PROGRAMMESECTION:X BATTERY & BATTERY CHARGERSECTION : XISECTION: XIIWORKSLIGHTING SYSTEMTECHNICAL SPECIFICATION FOR CIVILOF SUB-STATIONS LIGHTING SYSTEMSECTION :XIIISECTION : XIVSUBSTATION AUTOMATION SYSTEMDG SET_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 201 of 566


_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 202 of 566


i. e xeSECTION IPROJECT1.0 General1.1 Preamble1.1.1 Delhi Transco Ltd. hereinafter termed as DTL or Owner/Purchaser is a companyincorporated under Company Act 1956, fully owned by govt. of NCT of Delhi.1.1.2 Delhi Transco Ltd. (DTL) is State Transmission Utility and responsible for BulkPower Transmission of Electrical Energy in National Capital Delhi.1.1.3 DTL intends to install 33KV GIS at existing 220KV GOPALPURsubstation.2.0 SCOPEThe scope of this Project is to establish 33kV GIS at GOPALPUR havingcomplete automation and civil work configuration. The intent of this specificationcovers the following:2.1 The specification includes the design, engineering, manufacture, fabrication, testingat manufacturers works, delivery, unloading at site, storage, erection, testing andcommissioning at site of indoor 33kV SF 6 gas insulated metal enclosed switchgear(GIS), Fire Extinguishers for indoor GIS and control room building, Testingequipment, associated civil works including soil investigation, internal roads, drains,necessary buildings etc., specific equipment mentioned in Section-“SpecificEquipment”, 33kV XLPE cable/Bus Duct for connection between outdoortransformer and 33kV GIS transformer bays, Indoor & outdoor End TerminationBoxes, Substation Automation with Relay & Protection, Communication (Converter)Equipments, lightening protection, testing equipments and other electrical andmechanical auxiliary systems like LT switchgear ,DCDB ,ACDB ,Battery andBattery Chargers, Illumination System ,Earth mat, power and control cables onturnkey basis. The Bus Duct/cable connection should be such that it is possible toremove transformer for repair/maintenance conveniently. Bidder shall also ensureGIS compatibility for line feeder/cable termination and provide the ancillaryequipment required for the same. The bidder may decide with consent of Employer_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 203 of 566


the type of connection (bus duct/cable) to be provided between the transformer andGIS to meet the system requirement.2.2 The supply will include all supporting structures, auxiliary equipments,mechanical linkages, hydraulic piping for control devices with pumps, SF6 gaspiping, auxiliary circuits wiring, interlocking devices, current and voltagetransformers, cable end boxes and SF6 bus ducts.2.3 It is the intent of this specification to describe primary features, materials,and design & performance requirements and to establish minimum standards forthe work.2.4 The specification is not intended to specify the complete details of variouspractices of manufactures/ bidders. But to specify the requirements with regard toperformance, durability and satisfactory operation under the specified siteconditions.2.6 Scope of Work2.6.1 (I) 33kV SystemThe 36kV SF 6 Gas Insulated Switchgear shall have double bus bar arrangementwith 21 panels (bays)1. I/C Bays -02 Nos.2. Transformer bays -02 Nos.3. Bus Couple Bay -01 Nos.4. Feeder Bays -12 Nos.5. Shunt capacitor bay - 04 Nos.The 36kV GIS shall be SF6 metal enclosed with compartments suitable for indoorinstallation. The switchboard structure must be made up of standardized cubiclesplaced side by side, each consisting of modular built-up and standardizedelements. Cubicles must be completely segregated from one another, containingthe power parts of the cubicle. These boxes will be molecular sealed.The SF6 Gas Insulated Switchgear rated for 33kV, 3-phase, 50Hz, 31.5kA faultlevel shall be of the indoor metal-enclosed type, comprising of following items._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 204 of 566


(A)(B)(C)Sectionalized Double bus bar arrangement, (2500A), Three-phase, SF 6 gasinsulated, metal enclosed bus bars, each Sectionalized Bus Bar comprisingof.1) Bus bar enclosures running through the length of the switchgear tointerconnect each of the circuit breaker bay modules in double main bussystem.2) Three voltage transformers, complete with safety grounding switch.3) Gas monitoring equipment.4) Terminal boxes.5) Interconnecting wiring/piping6) Grounding, support structures and platforms7) Local control Cubicle.One bus coupler bay module comprising of.1) One 2500 A, 3-phase, SF6/ Vacuum circuit breaker, complete withoperating mechanism2) Three 3-core, multi ratio, single phase current transformers.3) Two 3-phases, single pole, group operated isolator switches each with3 phase single group operated earthing switch and complete withmanual and motor driven operating mechanisms.4) Local control Cubicle.Bay for Incomer from 220/33kV transformer, each comprising of.1) One 2500A, 3-phase, SF6/ Vacuum circuit breaker, complete withoperating mechanism for incomer bay from 220/33 kV transformer.2) Three 3-core, multi ratio, single phase current transformers.3) One 2500A, 3-phase, single pole, group operated isolator withoutearthing switch, complete with manual and motor driven operatingmechanisms.4) One 2500 A, 3-phase, single pole, group operated isolator with one 3-phase, single pole, group operated earthing switch, complete withmanual and motor driven operating mechanisms.5) One 2500 A, 3-phase, single pole, group operated isolator with onenormal and one high speed fault make 3-phase, single pole, group_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 205 of 566


operated earthing switch, complete with manual and motor drivenoperating mechanisms.6) Three single phase SF 6 / XLPE cable terminations.7) Three SF6 type Surge Arrester (single phase).8) Suitable link to isolate cable from GIS for testing of cable9) GIS Cable termination enclosure suitable for connecting single phase1x 1000 sq. mm. 33kV XLPE cable.10) For 33KV bay for incomer from 220/33KV Tr. To 33KV GIS if laidthrough 33KV XLPE cable, shall have one spare cable over and abovethe required cables of the same size & type.11) Local control Cubicle.(D)Outgoing line feeder circuit breaker bay modules, each comprising of.1) One 1250A, 3-phase, SF6/Vaccum circuit breaker, complete withoperating mechanism for outgoing feeder.2) Three 3-core, multi ratio, single phase current transformers.3) One 1250 A, 3-phase, single pole, group operated isolator withoutearthing switch, complete with manual and motor driven operatingmechanisms.4) One 1250A, 3-phase, single pole, group operated isolator with one 3-phase, single pole, group operated earthing switch, complete withmanual and motor driven operating mechanisms.5) One 1250A 3-phase, single pole, group operated isolator with onenormal and one high speed fault make 3-phase, single pole, groupoperated earthing switch, complete with manual and motor drivenoperating mechanisms.6) Three single phase SF 6 / XLPE cable terminations.7) Three PTs.8) Three SF6 type Surge Arrester (single phase)9) Suitable link to isolate cable from GIS for testing of cable._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 206 of 566


10) GIS Cable termination enclosure suitable for single phase1200/1000sq.mm XLPE cable. However the actual size shall be finalizedduring detailed engineering.11) Local Control Cubicle.2.6.2 The Switchgear shall be complete with all necessary terminal boxes, SF 6 gasfilling, interconnecting power and control wiring, pressure switches, groundingconnections, gas monitoring equipment and piping, support structures etc.2.6.3 The work to be done under this specification comprises the provision of alllabour, plant, equipment and material and the performance of all work necessaryfor the complete installation and commissioning of switchyard on turnkey basis. Itis hereby required that the contractor should provide all apparatus, appliances,material and labour etc. not specifically mentioned or included, but are necessaryto complete the entire work or any portion of the work in compliance with therequirements implied in this specification is deemed to be included in the scope ofcontractor.2.6.4 The scope of work shall cover in complete conformity with the specifications, thefollowings:-(i) A single line schematic of the 33kV SF6 gas insulated switchgear withSectionalized double bus bar arrangement is attached as Annexure-A.The mandatory spares are listed in Price schedule. In case any additionalequipment is required, the same should be included in the scope of thesupply and the offer should be complete and comprehensive. In additionall necessary platforms, supports, ladders etc. for maintenance work shallalso be supplied. Bidder may adopt similar arrangement or optimize thesame further without affecting any of the functional requirementsspecified.(ii) Substation Automation System, Relay & Protection panels.(iii) Grounding system of the substation.(iv) Fire Fighting Equipments(v) Lightning protection(vi) Illumination System_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 207 of 566


(vii) All civil works associated with erection of SF6 gas insulated metalenclosed switchgear including their foundation & cable trench includingall crossing etc. civil work shall also include construction of buildings.(viii) SF6/Air bushings terminations, SF6/ oil terminations & suitable SF6cable end box to facilitate termination of XLPE cable.(ix) Testing equipment.(x) Conductors, clamps & connectors, insulators strings, other hard-ware asrequired for line take offs.(xi) Recommended spare parts, maintenance tools and other equipmentnecessary for maintenance purposes for fifteen years of trouble freeservice other than those specified as mandatory spares.(xii) Any other equipment not specifically mentioned but which may benecessary for the successful performance or installation or commissioningof the equipment.(xiii) The successful tenderer shall also arrange for training of engineers of thepurchaser/purchaser’s representative in design, manufacture and testingof GIS being supplied for 120 man days. To and fro air fare includingboarding and lodging shall be borne by the purchaser. Charges oftraining, if any, shall be included in the Bid and no separate charges fortraining shall be paid.2.6.5 The contractor shall also be fully responsible for:(i) Complete project management.(ii) design and engineering of entire work of GIS Substation including -supplyof complete documentation i.e. design drawings, design memorandums,O&M manuals for all works which shall be identified at the time ofcontract.(iii) Insulation coordination including studies for selection of metal oxidesurge arrestors, parameters, location for complete switchyard.(iv) The quality of all materials and workmanship of the complete work.(v) Design of civil works, foundations, supports for 33kV GIS bays.(vi) Remote operation of GIS Substation: Complete SAS including hardwareand software for remote control station relay and protection system_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 208 of 566


alongwith associated equipments and kiosks for 33kV bays (bay as definedin technical specification, section-Substation Automation):The remote operation of the 220/33kV substation through SCADA isproposed to be done.(vii) Complete relay and protection system.(viii) Fire Protection for GIS room and control room building.(ix) LT switchgear (AC/DC Distribution boards).(x) Batteries & Battery Chargers.(xi) 1.1kV grade Power & Control cables along with completeaccessories.(xii) Insulator strings and hardware, clamps & connectors, terminalconnector for Aluminum tubes, Conductor, earthwire and earthingmaterials, Bay marshalling box, spacers, cable supportingangles/channels, Cable trays & covers, Junction box, buried cabletrenches etc.(xiii) Complete lighting and illumination of GIS cum Control roomBuilding.(xiv) Mandatory Spares.(xv) SF6 Gas Filling & Evacuation Plant, Portable Partial DischargeMonitoring equipment (as per Specification) along with ten nos.Gas masks.(xvi) 33kV XLPE cable/Bus Duct for connection between outdoortransformer and 33kV GIS transformer bays.(xvii) Outdoor/Indoor End Termination Box for connection of XLPEcable and transformer/ cable and GIS respectively.(xviii) Any other equipment/material required for completing thespecified scope.2.6.7 Civil WorksThe civil works to be provided by the contractor shall include the following majoritemsBuildings:a) GIS cum Control Room Building:-Bidder will submit the drawing incorporating the following rooms. Position ofdifferent floors of 33kV GIS Cum control room building are furnished below._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 209 of 566


Bidder to develop detail architecture and constructional drawings and submit forapproval of bidder. The tentative size of 33KV GIS building shall be 30 m x 10m.a) GIS cum control room: GFb) DCDB & Battery room : FFc) ACDB : FFd) Pantry room : FFe) Toilet : FFf) Office : FFThe GIS Cum control room building shall be two storied. Plinth level of ControlRoom shall be 0.5 M above FGL, height of each floor shall be minimum 3.5 M.The Bidder will keep the provision for increasing the length of GIS cum controlroom to meet the future requirement (with the provision of service bay), keepingthe width of the building same. Twin column at expansion end for the GISBuilding shall be provided with suitable foundation.b) Scope of civil works includes:-- GIS cum control room building- GIS foundations & structures- Roads & drains- Indoor/Outdoor cable trenches- Site surfacing as per specification.- Soil investigation(Ready-mix concrete will be used for all the civil works of the substation.)2.6.8 Specific ExclusionsThe following items of work are specifically excluded from the scope of thespecifications for the substation:1. Boundary wall along substation property line.2. Employer’s site office.3. Contouring and substation leveling.Any other items not specifically mentioned in the specification but which arerequired for erection, testing and commissioning and satisfactory operation of thesubstation are deemed to be included in the scope of the specification unlessspecifically excluded._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 210 of 566


2.6.9 New SF6 Gas handling equipment with gas cylinders. After commissioning thiswill become property of Employer. The contractor would be required to hand overthem in proper working condition with enough gas for one charging of completesystem.2.6.10 Supply, erection, testing and commissioning of all items of work required to make33kV bays fully functional.2.6.11 Bidder shall submit along with the bid and also during detailed engineering thecomputation and calculation for enclosure loss and details about the measurestaken to reduce losses so as to limit the temperature rise of enclosure as per therequirement of clause 4.37 of section: GIS.3.0 Physical and Other Parameters3.1 Location of the SubstationThe location of substation is at GOPALPUR, New Delhi. The nearest point isWazirabad Yamuna Bridge on Outer Ring Road.3.2 Meteorological dataThe meteorological data of the substations is furnished below. However fordesign purposes, ambient temperature should be considered as 50 degreecentigrade3.2.1 Climatic ConditionsThe equipment covered under this specification is for indoor installation and theclimatic conditions that are prevailing at the sites in Delhi.3.2.2 a. Temperature:The reference ambient temperature be taken as 43.3 º C as per IS 9676.i. Maximum ambient air temp. 50º Cii. Maximum daily average ambient temp. 40º Ciii. Max. Indoor ambient temperature - 35 degree C.b. Relative Humidity:i. Maximum 100%ii. Minimum 10%c. Average annual rainfall 750 mmd. Average No. of rainy days per annum 50e Average No. of Thunder Storm days per annum 40_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 211 of 566


f Altitude Not exceeding 300 mtrs.g Rainy months June to Octoberh. Wind pressure 195 kg/m² upto 30 mtr. Elevationas per IS 875-19753.2.3 The atmosphere is generally laden with mild acid and dust in suspension duringthe dry months and is subjected to fog in cold months. Heavy lightening occurs inthe area during rainy months (June to October).3.2.4 All equipment shall be designed to withstand seismic forces, corresponding to anacceleration of 0.3 g horizontal.4.0 Schedule of QuantitiesThe requirement of various items/equipments and civil works are indicated in Bidprice Schedules (Vol.-III).All equipments/items and civil works for which BOQ has been given in the BPS(Vol.-III) shall be payable on unit rate basis. During actual execution, anyvariation in such quantities shall be paid based on the unit rate under each itemincorporated in the letter of award.Wherever the quantities of items/works are not indicated, the bidder is requiredto estimate the quantity required for entire execution and completion of worksand incorporate their price in respective Bid price schedules (Vol.-III). Forerection hardware items, Bidders shall estimate the total requirement of theworks and indicate module-wise lump sum price bay wise and include the same inrelevant Bid price schedules. For module identification, Bidder may refer typicaldrawings enclosed with the specifications. Any material/works for the modulesnot specifically mentioned in the description in BPS, as may be required shall bedeemed to be included in the module itself.The detailed bill of quantities of the mandatory spares for which break up is givenin the bid price Schedules (Vol.-III).Bidder should include all such items in the bid proposal sheets, which are notspecifically mentioned but are essential for the execution of the contract. Itemwhich explicitly may not appear in various schedules and required for successful_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 212 of 566


commissioning of substation shall be included in the bid price and shall beprovided at no extra cost to Employer.All the equipment, tools and tackles which will be used during installation, testingand commissioning used by the bidder will be handed over to the employer ingood working condition and will not be taken back.Bidder will quote for maintenance charges of the substation for a period of 10years after commissioning. Bidder shall also recommend inspection andmaintenance schedule for GIS.5.0 Basic Reference Drawings5.1 For 33kV voltage level, Sectionalized Double bus scheme (GIS) layoutarrangement shall be used. The employer shall provide a reasonably leveled land.The dimensions of GIS rooms are indicative; Bidder may increase the length asper requirement (with the provision of service bay), keeping the width of thebuilding same.5.2 The bidder shall maintain the overall dimensions of the substation, buildings, baylength, bay width, phase to earth clearance, phase to phase clearance andsectional clearances, clearances between buses, bus heights but may alter thelocations of equipment to obtain the statutory electrical clearances required forthe substation.In case of any discrepancy between the drawings and text of specification, therequirements of text shall prevail in general. However, the Bidder is advised toget these clarified from Employer.5.3 The substation auxiliaries shall be fed from 11kV supply to be arranged by thePurchaser from distribution utility.6.0 Order of Precedence of Different Sections of Technical SpecificationFor the purpose of present scope of work, technical specification (Vol. II) shallconsist of following sections and they should be read in conjunction with eachother.1) Section- Project2) Section-GIS3) Section-General Technical Requirement (GTR)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 213 of 566


4) Section- Special Equipments5) Section-Fire Protection System6) Section-LT Switchgear7) Section-Power and Control Cables8) Section-Battery and Battery Charger9) Section-Lighting System10) Section-Civil Works11) Section-AutomationIn case of any discrepancy between Section-PROJECT, Section-GTR and othertechnical specifications on scope of works, Section-PROJECT shall prevail overall other sections.In case of any discrepancy between Section-GTR and individual sections forvarious equipments, requirement of individual equipment section shall prevail.7.0 SparesMandatory SparesThe list of mandatory spares is indicated in Bid Price Schedules (BPS) forwhich the bidder shall quote their prices which shall be considered duringevaluation of bid. It shall not be binding on the Employer to procure all of thesemandatory spares.The bidder is clarified that no mandatory spares shall be used during thecommissioning of the equipment. Any spares required for commissioning purposeshall be arranged by the Contractor. The unutilized spares if any brought forcommissioning purpose shall be taken back by the contractor.The bidder shall clarify the lifespan of fifteen years for these spares withrecommendation regarding proper storage technique for these spares.8.0 Special Tools and TacklesThe bidder shall include in his proposal the deployment of all special tools andtackles required for erection, testing, commissioning and maintenance ofequipment. However a list of all such devices should be indicated in the relevant_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 214 of 566


schedule provided in the BPS. All such devices used during installation, testingand commissioning will be handed over to the Employer in good workingcondition. In addition to this the Contractor shall also furnish a list of specialtools and tackles for the various equipments in a manner to be referred by theEmployer during the operation of this equipment.9.0 Facilities to be arranged By the Contractor9.1 For construction purpose, the Contractor shall arrange suitable electricity supplyfrom the Distribution Utility at his own cost and in case of failure of power due toany unavoidable circumstances, the contractor shall make his own necessaryarrangements like diesel generator sets etc., at his own cost so that progress ofwork is not affected and Employer shall in no case be responsible for any delay inworks because of non-availability of power.9.2 The contractor shall make his own arrangement for water supply at his own costand the Employer shall in no case be responsible for any delay in works becauseof non-availability or inadequate availability of water.10.0 Specific RequirementThe bidder shall be responsible for safety of human and equipment during theworking. It will be the responsibility of the Contractor to co-ordinate and obtainElectrical Inspector's clearance before commissioning. Any additional items,modification due to observation of such statutory authorities shall be provided bythe Contractor at no extra cost to the Employer._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 215 of 566


SECTION:IISF6 GAS INSULATED METAL ENCLOSED SWITCHGEAR (GIS)1.0 General CharacteristicsThe SF6 gas insulated metal enclosed switchgear shall be totally safe againstinadvertent touch of any of its live constituent parts. It should be designed forindoor application with meteorological conditions at site as per Section Project.All parts of the switchgear should be three phase enclosed for 33kV GIS. Theenclosure material has to be non-magnetic.The arrangement of gas sections or compartments shall be such as to facilitatefuture extension of any make on either end without any drilling, cutting orwelding on the existing equipment. To add equipment, it shall not be necessary tomove or dislocate the existing switchgear bays.The design should be such that all parts subjected to wear and tear are easilyaccessible for maintenance purposes. The equipment offered shall be protectedagainst all types of voltage surges and any equipment necessary to satisfy thisrequirement shall be deemed to be included. The required overall parameters ofGIS are as follows:-Sl.No.Technical ParticularsRated VoltageRated frequencyGroundingRated power frequencywithstand Voltage (1min ) line to earthImpulse withstandsBIL (1.2/50/mic. Sec)Line to earthRated short timewithstand currentRated peak withstandcurrentGuaranteed maximumgas losses for completeinstallation as well asfor all individualsections in %.Seismic level33 kV System36 kV (rms)50 HZEffectively earthed70 kV (rms)±170 kVp31.5 kA (rms) for 1sec80 kA (peak)As per IEC- 62271-200Zone- IV, as perIS-1893, Year-2002_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 216 of 566


The metal-enclosed gas insulated switchgear, including the operating devices,accessories and auxiliary equipment forming integral part thereof, shall bedesigned, manufactured, assembled and tested in accordance with the IEC-62271-200 publications including their parts and supplements as amended orrevised to date.2.0 Reference StandardsThe metal-enclosed gas-insulated switchgear, including the operating devices,accessories and auxiliary equipment forming integral part thereof, shall bedesigned, manufactured, assembled and tested in accordance with the followingInternational Electro-technical Commission (IEC) Publications including theirparts and supplements as amended or revised to date:IEC 62271-200IEC 60376IEC 62271- 100IEC 60694IEC 62271-102IEC 60128IEC 66044-1IEC 66044-2IEC 60137IEC 60859IEC 60480IEC 60099-1/4IEC 60439IEC 60427IEEE 80 (2000)CIGRE-44Gas Insulated metal-enclosed switchgear for rated voltagesabove 1 kV and upto and including 52 kVNew sulphur hexafluorideHigh voltage alternating current Circuit breakersCommon clauses for high voltage Switchgear and controlgearstandardsAlternating current disconnectors (isolators) and earthingswitches.Alternating current disconnectors. Bus-transfer currentswitching by disconnectors.Current transformersVoltage transformersBushings for alternating voltages above 1000 VCable connections for gas-insulated switchgearGuide to checking of sulphur hexafluoride taken fromelectrical equipmentNon-linear resistor type arresters for AC systemsFactory-built assemblies of low-voltage switchgear andcontrol gear.Report on synthetic testing of high-voltage alternatingcurrentcircuit breaker.IEEE Guide for Safety in AC Substation grounding.Earthing of GIS- an application guide.(Electra no.151, Dec’93)The components and devices which are not covered by the above standards shallconform to, and comply with, the latest applicable standards, rules, codes andregulations of the internationally recognized standardizing bodies andprofessional societies as may be approved by the Employer. The manufacturershall list all applicable standards, codes etc. and provide copies thereof fornecessary approval.In case the requirements laid down herein differ from those given in abovestandard in any aspect the switchgear shall comply with the requirementsindicated herein in regard thereto._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 217 of 566


3.0 Definitions3.1 AssemblyAssembly refers to the entire completed GIS equipment furnished under contract.3.2 BayBay refers to the area occupied by one Circuit Breaker and associated equipmentsused to protect one feeder/line/bus coupler in double bus scheme.3.3 CompartmentWhen used in conjunction with GIS equipment, compartment refers to a gas tightvolume bounded by enclosure walls and gas tight isolating barriers.3.4 EnclosureWhen used in conjunction with GIS equipment, enclosure refers to the groundedmetal housing or shell which contains and protects internal Power systemequipment (breaker, disconnecting switch, grounding switch, voltage transformer,current transformer surge arresters, interconnecting bus etc.)3.5 Manual OperationsManual operation means operation by hand without using any other source ofPower.3.6 ModuleWhen used in conjunction with GIS equipment, module refers to a portion of thatequipment. Each module includes its own enclosure. A module can contain morethan one piece of equipment, for example, a module can contain a disconnectingswitch and a grounding switch.3.7 ReservoirWhen used in conjunction with GIS equipment reservoir refers to a larger gastightvolume.4.0 General Design & Safety Requirement4.01 The GIS assembly shall consist of separate modular compartments e.g. CircuitBreaker compartment, Bus bar compartment filled with SF6 Gas and separated bygas tight partitions so as to minimize risk to human life, allow ease ofmaintenance and limit the effects of gas leaks failures & internal arcs etc. Thesecompartments shall be such that maintenance on one bus-bar/compartment maybe performed without de-energizing the adjacent bus-bar/feeders. Thesecompartments shall be designed to minimize the risk of damage to adjacentsections and protection of personnel in the event of a failure occurring within thecompartments. Rupture diaphragms with suitable deflectors shall be provided to_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 218 of 566


prevent uncontrolled bursting of pressures developing within the enclosures underworst operating conditions.4.02 The workmanship shall be of the highest quality and shall conform to the latestmodern practices for the manufacture of high technology machinery and electricalswitchgear.4.03 The conductors and the live parts shall be mounted on high graded epoxy resininsulators. These insulators shall be designed to have high structural strength andelectrical dielectric properties and shall be shaped so as to provide uniform fielddistribution and to minimize the effects of particle deposition either frommigration of foreign particles within the enclosures or from the by-products ofSF6 breakdown under arcing conditions.4.04 Gas barrier insulators and support insulators shall have the same basis of design.The support insulators shall have holes on both sides for proper flow of gas.4.05 Gas barrier insulators shall be provided so as to divide the GIS into separatecompartments. They shall be suitably located in order to minimize disturbance incase of leakage or dismantling. They shall be designed to withstand any internalfault thereby keeping an internal arc inside the faulty compartment. Due to safetyrequirement for working on this pressurized equipment, whenever the pressure ofthe adjacent gas compartment is reduced, it should be ensured by the bidder thatadjacent compartment would remain in service with reduced pressure. The gastight barriers shall be clearly marked on the outside of the enclosures.4.06 The material and thickness of the enclosures shall be such as to withstand aninternal flash over without burn through for a period of 500 ms. The material shallbe such that it has no effect of environment as well as from the by-products ofSF6 breakdown under arcing condition.4.07 Each section shall have plug- in or easily removable connection pieces to allowfor easy replacement of any component with the minimum of disturbance to theremainder of the equipment.4.08 The material used for manufacturing the switchgear equipment shall be of thetype, composition and have physical properties best suited to their particularpurposes and in accordance with the latest engineering practices. All theconductors shall be fabricated of aluminum/ copper tubes of cross sectional areasuitable to meet the normal and short circuit current rating requirements. Thefinish of the conductors shall be smooth so as to prevent any electrical discharge.The conductor ends shall be silver plated and fitted into finger contacts or tulipcontacts. The contacts shall be of sliding type to allow the conductors to expandor contract axially due to temperature variation without imposing any mechanicalstress on supporting insulators.4.09 Each pressure filled enclosure shall be designed and fabricated to comply with therequirements of the applicable pressure vessel codes and based on the designtemperature and design pressures as defined in IEC-62271-200.4.10 The manufacturer shall guarantee that the pressure loss within each individualgas-filled compartment shall not be more than half percent (0.5%) per year._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 219 of 566


4.11 Each gas-filled compartment shall be equipped with static filters, densityswitches, filling valve and safety diaphragm. The filters shall be capable ofabsorbing any water vapour which may penetrate into the enclosures as well asthe by-products of SF6 during interruption. Each gas compartment shall be fittedwith separate non-return valve connectors for evacuating & filling the gas andchecking the gas pressure etc.4.12 The switchgear line-up when installed and operating under the ambient conditionsshall perform satisfactorily and safely under all normal and fault conditions. Evenrepeated operations up to the permissible servicing intervals under 100% ratedand fault conditions shall not diminish the performance or significantly shortenthe useful life of the switchgear. Any fault caused by external reasons shall bepositively confined to the originating compartment and shall not spread to otherparts of the switchgear. The internal components shall be maintenance free for atleast 10 years. Routine replacements of insulating gas shall not be required inintervals of less than ten years.4.13 The thermal rating of all current carrying parts shall be minimum for one sec. forthe rated symmetrical short-circuits current.4.14 The switchgear shall be of the free standing, self-supporting with easyaccessibility to all the parts during installation & maintenance with all highvoltageequipment installed inside gas-insulated metallic and earthed enclosures.4.15 The arrangement of the individual switchgear bays shall be such so as to achieveoptimum space-saving, neat and logical arrangement and adequate accessibility toall external components.4.16 The arrangement of the equipment offered must provide adequate access foroperation, testing and maintenance.4.17 Local Control & Substation Automation System:-Separate control cubicle including gas monitoring kiosk shall be provided foreach bay which shall be installed near the switchgear for local control &monitoring of respective switchgear bay.Local control cubicle for GIS shall be equipped with suitable hardware &software for remote control operation and conform to the bay level controller asdetailed in Section: Substation Automation System.BCU/BPU can also be used Local Control Cubicle depending upon the design ofthe offered equipment in which case separate LCC need not be provided.Local Control Room shall house these equipments and shall be located adjacent toGIS room. It shall be air conditioned through split air conditioners._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 220 of 566


4.18 All the elements shall be accessible without removing support structures for routineinspections and possible repairs. The removal of individual enclosure parts, orentire breaker bays shall be possible without disturbing the enclosures ofneighboring bays.4.19It should be impossible to unwillingly touch live parts of the switchgear or toperform operations that lead to arcing faults without the use of tools or brute force.4.20In case of any repair or maintenance on one busbar disconnectors, the otherbusbar/other equipments should be live and in service.4.21 All interlocks that prevent potentially dangerous mal-operations shall beconstructed such that they can not be operated easily, i.e. the operator must usetools or brute force to over-ride them.4.22 In general the contours of energized metal parts of the GIS and any other accessoryshall be such, so as to eliminate areas or points of high electrostatic fluxconcentrations.4.23 The enclosure shall be of continuous design and shall meet the requirement asspecified in clause no. 10 (special considerations for GIS) of IEEE- 80, Year-2000.The enclosure shall be sized for carrying induced current equal to the ratedcurrent of the Bus. The conductor and the enclosure shall form the concentric pairwith effective shielding of the field internal to the enclosure.4.24 The fabricated metal enclosures shall be of Aluminium alloy having highresistance to corrosion, low electrical losses and negligible magnetic losses. Alljoint surfaces shall be machined and all castings shall be spot faced for all boltheads or nuts and washers. All screws, bolts, studs and nuts shall conform tometric system. The other type of non-magnetic enclosures may be considered.4.25 The breaker enclosure shall have provision for easy withdrawal of the interrupterassemblies. The removed interrupter assembly must be easily and safelyaccessible for inspection and possible repairs.4.26 The enclosure shall be designed to practically eliminate the externalelectromagnetic field and thereby electrodynamic stresses even under short circuitconditions.4.27 The elbows, bends, cross and T-sections of interconnections shall include theinsulators bearing the conductor when the direction changes take place in order toensure that live parts remain perfectly centered and the electrical field is notincreased at such points.4.28 The Average Intensity of electromagnetic field shall not be more than 500 microTesla. The contractor shall furnish all calculations and documents in support ofthe above during detailed engineering._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 221 of 566


4.29 The Bidder shall furnish the following information regarding the looselydistributed metallic particles within the GIS encapsulation.a) Calculations of critical field strength for specific particles of defined mass andgeometry.b) The methodology and all the equipment for electrical partial discharge (PD)detection and/or acoustic detection methods, including that mentioned in thespecification else-where.4.30 The switchgear shall have provision for connection with ground mat risers. Thisprovision shall consist of grounding pads to be connected to the ground mat riserin the vicinity of the equipment.4.31 The ladders and walkways shall be provided wherever necessary for access to theequipment. A portable ladder with adjustable height may also be supplied toaccess to the equipment.4.32 Wherever required, the heaters shall be provided for the equipment in order toensure the proper functioning of the switchgear at specified ambient temperatures.The heaters shall be rated for 230V AC supply and shall be complete withthermostat, control switches and fuses, connected as a balanced 3-phase 4-wireload. The possibility of using heaters without thermostats in order to achieve thehigher reliability may be examined by the bidder and accordingly included in theoffer but it shall be ensured by the bidder that the temperature rise of differentenclosures where heating is provided should be within safe limits as per relevantstandards. One copy of the relevant extract of standard to which the abovearrangement conforms along with cost reduction in offer. If any, shall also befurnished along with the offer. The heaters shall be so arranged and protected asto create no hazard to adjacent equipment from the heat produced.4.33 The enclosure & support structure shall be designed that a mechanic 1780 mm inheight and 80Kg in weight is able to climb on the equipment for maintenance.4.34 The sealing provided between flanges of two modules / enclosures shall be suchthat long term tightness is achieved.4.35 Alarm circuit shall not respond to faults for momentary conditions. The followingindications including those required elsewhere in the specifications shall begenerally provided in the alarm and indication circuits.4.35.1 Gas Insulating System:a) Loss of Gas Density.b) Loss of Heater power(if required)c) Any other alarm necessary to indicate deterioration of the gas insulatingsystem._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 222 of 566


4.35.2 Operating System:a) Low operating pressureb) Loss of Heater powerc) Loss of operating powerd) Loss of controle) Pole Disordance4.36 The equipment will be operated under the following ambient conditions:a) The ambient temperature varies between 0 degree-C and 50 degree-C.However, for design purposes, ambient temperature should be considered as50 degree-C.b) The humidity will be about 95% (indoors)c) The elevation is less than 1000 meters.4.37 Temperature rise of current carrying parts shall be limited to the values stipulatedin IEC-694, under rated current and the climatic conditions at site. Thetemperature rise for accessible enclosure shall not exceed 20 degree C above theambient temperature of 50 degree C. In the case of enclosures, which areaccessible but need not be touched during normal operation, the temperature riselimit may be permitted upto 30 degree C above the ambient of 50 degree C.4.38 In case of any internal arc fault regardless whether it occurs in a bus bar section, abus bar isolator or the circuit breaker, repair works should be possible withoutshutting down the substation; at least one busbar and the undisturbed feeder shouldremain in operation. It should be possible to remove and replace a fully assembledcircuit breaker without interfering the operation of the adjacent feeder. All circuitbreakers should be interchangeable.4.39 The GIS equipments shall be arranged in such a manner that in case ofmaintenance work on any of the equipment, at least one bus bar should beavailable for operation.4.40 The inter bay width shall be sufficient to allow access to all drive mechanisms andother termination boxes without the need of dismantling other apparatuses.These conditions shall be taken into account by the supplier in the design of theequipment.4.0 A Special Design Requirements for 33kV GIS:The 33kV GIS should consist of the following constructional feature as broughtout (i), (ii) besides others features mentioned above.i) The 33kV GIS shall be SF6 metal enclosed with compartments suitable forindoor installation. The switchboard structure must be made of standardizedcubicles placed side by side, each consisting of modular buildup and_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 223 of 566


ii)standardized elements. Cubicles must be completely segregated one fromother, containing the power parts of the cubicles.Bus bar system must be three phase, sized to support short circuit current of31.5 kA for 1 second.5.0 Bellows or Compensating Units:-Adequate provision shall be made to allow for the thermal expansion of theconductors and of differential thermal expansion between the conductors and theenclosures. The bellows shall be metallic (preferably of stainless steel) offollowing types or other suitable equivalent arrangement shall be providedwherever necessary.1) Lateral / Vertical mounting units: These shall be inserted, as required,between sections of bus bars, on transformer and XLPE cable etc. Lateralmounting shall be made possible by a sliding section of enclosure andtubular conductors.2) Axial compensators: These shall be provided to accommodate changes inlength of bus bars due to temperature variations.3) Parallel compensators: These shall be provided to accommodate large linearexpansions and angle tolerances.4) Tolerance compensators: These shall be provided for taking upmanufacturing, site assembly and foundation tolerances.5) Vibration compensators: These bellow compensators shall be provided forabsorbing vibrations caused by the transformers when connected to SF6switchgear by oil- SF6 bushings.6.0 Indication and Verification of Switch PositionsIndicators shall be provided on all circuit breakers, isolators and earth-switches,which shall clearly show whether the switches are open or closed. The indicatorsshall be mechanically coupled directly to the main contact operating drive rod orlinkages and shall be mounted in a position where they are clearly visible throughglass windows.7.0 Pressure Relief:-Pressure relief devices shall be provided in the gas sections to protect the maingas enclosures from damage or distortion during the occurrence of abnormalpressure increase or shock waves generated by internal electrical fault arcs(preferably in downward direction).Pressure relief shall be achieved either by means of diaphragms or plugs ventingdirectly into the atmosphere in a controlled direction.If the pressure relief devices vent directly into the atmosphere, suitable guards anddeflectors shall be provided. Contractor shall submit to the Employer the de-tailedcriteria design regarding location of pressure relief devices/rupture diaphragms._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 224 of 566


8.0 Pressure Vessel RequirementsThe enclosure shall be designed for the mechanical and thermal loads to which itis subjected in service. The enclosure shall be manufactured and tested accordingto the pressure vessel code (ASME/CENELEC code for pressure Vessel.)Each enclosure has to be tested as a routine test at 1.5 time the design pressure forone minute. The bursting strength of Aluminium castings has to be a at least 5times the design pressure. A bursting pressure test shall be carried out at 5 timesthe design pressure as a type test on each type of enclosure.9.0 GroundingThe grounding system shall be designed and provided as per IEEE-80-2000 andCIGRE-44 to protect operating staff against any hazardous touch voltages andelectro-magnetic interferences.As the area involved is small, contractor has to take special measures for thesame.The GIS supplier shall define clearly what constitutes the main grounding bus ofthe GIS. The GIS supplier must supply the entire material for grounding bus ofGIS viz. conductor, clamps, joints, operating and safety platforms etc. The GISsupplier is also required to supply all the earthing conductors and associatedhardware material for the following:1) Connecting all GIS equipment, enclosures, control cabinets, supportingstructure etc. to the ground bus of GIS.2) Grounding of outdoor switchyard equipments/ structures etc.The enclosure of the GIS may be grounded at several points so that there shall begrounded cage around all the live parts. A minimum of two nos. of groundingconnections should be provided for each of circuit breaker, transformer terminals,cable terminals, surge arrestors, earth switches and at each end of the bus bars.Subassembly to subassembly bonding shall be provided to provide gap & safevoltage gradients between all intentionally grounded parts of the GIS assembly &between those parts and the main grounding bus of the GIS.Each marshalling box, local control panel, power and control cable sheaths andother non current carrying metallic structures shall be connected to the groundingsystem of GIS via connections that are separated from GIS enclosures.The grounding connector shall be of sufficient mechanical strength to withstandelectromagnetic forces as well as capable of carrying the anticipated maximumfault current without overheating. At least two grounding paths shall be providedto connect each point to the main grounding bus. Necessary precautions should beunder taken to prevent excessive currents from being induced into adjacentframes, structures of reinforcing steel and to avoid establishment of current loopsvia other station equipment.All flexible bonding leads shall be tinned copper. All connectors, for attachingflexible bonding leads to grounding conductors and grounding conductors to_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 225 of 566


support structures shall be tinned bronze with stainless steel or tinned bronzehardware.The contractor shall provide suitable measure to mitigate transient enclosurevoltage caused by high frequency currents caused by lightning strikes, operationof surge arrestor, ph./ earth fault and discharges between contacts duringswitching operation. The grounding system shall ensure safe touch & stepvoltages in all the enclosures. The contractor shall provide suitable barrier of nonlinearresistor/ counter discontinued SF6/ Air termination, SF6/ Transformertermination, SF6/ HV cable bushing etc. to mitigate transient enclosure voltage.The bidders shall provide lightening mast/GS shield wire at suitable place forprotection of whole sub-station including GIS cum control room building etc. Thebidder shall submit detailed proposal for grounding system of whole substationincluding indoor and outdoor equipments with Earth mat using 40mm. dia MS rodfor approval of purchaser. The riser shall be GS flat of size 75X12mm for outdoorequipments and 50X6mm for indoor.The bidder shall submit detailed proposal for grounding system for approval ofpurchaser. Any provision to be made in the building design to take care ofearthing requirement shall also be clearly spelt-out.10 Circuit BreakersGeneralSF6/Vacuum circuit breakers for 33KV shall comply with the latest revisions ofIEC- 62271-100 & relevant IEC except to the extent explicitly modified in thespecification and shall meet with requirements specified.Circuit breakers shall be equipped with the operating mechanism. Completecircuit breaker with all necessary items for successful operation shall be supplied.The circuit breakers shall be designed for high speed single and three phasereclosing with an operating sequence and timing as specified.10.1 Duty RequirementsCircuit breaker shall be C 2 - M 1 -E 1 class as per IEC 62271-100.Circuit breaker shall meet the duty requirements for any type of fault or faultlocation also for line charging and dropping when used on effectively groundedsystem and perform make and break operations as per the stipulated duty cyclessatisfactorily.10.2 The circuit breaker shall be capable of:i) Interrupting the steady and transient magnetizing current corresponding to220/33 kV class transformers of 100 MVA ratings on 33 kV side.ii) Interrupting line/cable charging current as per IEC without re-strikes andwithout use of opening resistors.iii) Clearing short line fault (Kilometric faults) with source impedance behindthe bus equivalent to symmetrical fault current specified.iv) Breaking 25% the rated fault current at twice the rated voltage under phaseopposition condition._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 226 of 566


The breaker shall satisfactorily withstand the high stresses imposed on themduring fault clearing, load rejection and re-energisation of lines with trappedcharges.10.3 Total Break TimeThe total break time shall not be exceeded under any of the following duties:i) Test duties T10, T30, T60, and T100 (with TRV as per IEC- 62271-100)ii) Short line fault L90, L75 (with TRV as per IEC-62271-100 )The Bidder may please note that total break time of the breaker shall not beexceeded under any duty conditions specified such as with the combined variationof the trip coil voltage (70-110%), hydraulic pressure etc. While furnishing theproof for the total break time of complete circuit breaker, the bidder mayspecifically bring out the effect of non simultaneity between poles and show howit is covered in the total break time.The values guaranteed shall be supported with the type test reports.10.4 Constructional FeaturesThe features and constructional details of breakers shall be in accordance withrequirements stated hereunder:10.4.1 ContactsAll making and breaking contacts' shall be sealed and free from atmosphericeffects. Contacts shall be designed to have adequate thermal and current carryingcapacity for the duty specified and to have a life expectancy so that frequentreplacement due to excessive burning will not be necessary. Provision shall bemade for rapid dissipation of heat generated by the arc on opening.10.4.2 Any device provided for voltage grading to damp oscillations or, to prevent restrikeprior to the complete interruption of the circuit or to limit over voltage onclosing, shall have a life expectancy comparable of that of the breaker as a whole.10.4.3 Breakers shall be so designed that when operated within their specified rating, thetemperature of each part will be limited to values consistent with a long life forthe material used. The temperature rise shall not exceed that indicated in IEC-62271-100 under specified ambient conditions.For C.B. the gap between the open contacts shall be such that it can withstand atleast the rated phase to ground voltage for eight Hrs at zero pressure aboveatmospheric level of SF6 gas due to its leakage. The breaker should be able towityhstand all dielectric stressas imposed on it in open condition at lockoutpressure continuously(2 pu. Power frequency voltage across the breakercontinuosly).For C.B., In the interrupter assembly there shall be an adsorbing product box tominimize the effect of sf6 decomposition products & moisture. The material used_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 227 of 566


in the construction of the Ckt. Bkr’s shall be fully compatible with sf6 gasdecomposition products.10.4.4 Provisions shall be made for attaching an operational analyzer to record travel,speed and making measurement of operating timings etc. after installation at site.10.4.5 Static Contact Resistance Meter and Dynamic Contact Resistance Meter shall alsobe provided along with CB operational analyzer.10.5 Operating Mechanism10.5.1 General Requirements:a) Circuit breaker shall be operated by spring charged mechanism or hydraulicmechanism or a combination of spring and hydraulic mechanism. Themechanism shall be housed in a dust proof cabinet and shall have IP: 42degree of protection.b) The operating mechanism shall be strong, rigid, not subject to rebound or tocritical adjustments at site and shall be readily accessible for maintenance.c) The operating mechanism shall be suitable for high speed reclosing andother duties specified. During reclosing the breaker contacts shall close fullyand then open. The mechanism shall be anti-pumping and trip free (as perIEC definition) under every method of closing.d) The mechanism shall be such that the failure of any auxiliary spring will notprevent tripping and will not cause trip or closing operation of the poweroperating devices.e) A mechanical indicator shall be provided to show open and close position ofthe breaker. It shall be located in a position where it will be visible to a manstanding on the ground level with the mechanism housing closed. Anoperation counter shall also be provided in the central control cabinet.f) Working parts of the mechanism shall be of corrosion resisting material,bearings which require grease shall be equipped with pressure type greasefittings. Bearing pin, bolts, nuts and other parts shall be adequately pinnedor locked to prevent loosening or changing adjustment with repeatedoperation of the breaker.g) The bidder shall furnish detailed operation and maintenance manual of themechanism alongwith the operation manual for the circuit breaker.10.5.2 Controla) The close and trip circuits shall be designed to permit use of momentarycontactswitches and push buttons.b) The breaker shall normally be operated by remote electrical control.Electrical tripping shall be performed by shunt trip coils. However,provisions shall be made for local electrical control. For this purpose a_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 228 of 566


local/remote selector switch and close and trip control switch/push buttonsshall be provided in the breaker central control cabinet.c) The trip coil shall be suitable for trip circuit supervision during both openand close position of breaker.d) Closing coil and associated circuits shall operate correctly at all values ofvoltage between 85% and 110% of the rated voltage. Shunt trip andassociated circuits shall operate correctly under all operating conditions ofthe circuit breaker upto the rated breaking capacity of the circuit breaker andat all values of supply voltage between 70% and 110% of rated voltage. Ifadditional elements are introduced in the trip coil circuit their successfuloperation and reliability for similar applications on circuit breakers shall beclearly brought out in the additional information schedules. In the absenceof adequate details the offer is likely to be rejected.e) Dens meter contacts and pressure switch contacts shall be suitable for directuse as permissive in closing and tripping circuits. Separate contacts have tobe used for each of tripping and closing circuits. If contacts are not suitablyrated and multiplying relays are used then fail safe logic/schemes are to beemployed. DC supplies for all auxiliary circuit shall be monitored and forremote annunciations and operation lockout in case of dc failures.f) The auxiliary switch of the breaker shall be positively driven by the breakeroperating rod.10.5.3 Spring operated Mechanisma) Spring operated mechanism shall be complete with motor in accordancewith Section GTR. Opening spring and closing spring with limit switch forautomatic charging and other necessary accessories to make the mechanisma complete operating unit shall also be provided.b) As long as power is available to the motor, a continuous sequence of theclosing and opening operations shall be possible. The motor shall haveadequate thermal rating for this duty.c) After failure of power supply to the motor one close open operation shall bepossible with the energy contained in the operating mechanism.d) Breaker operation shall be independent of the motor which shall be usedsolely for compressing the closing spring. Facility for manual charging ofthe closing spring shall also be provided. The motor rating shall be such thatit requires preferably not more than 60 seconds for full charging of theclosing spring.e) Closing action of circuit breaker shall compress the opening spring ready fortripping.f) When closing springs are discharged after closing a breaker, closing springsshall automatically be charged for the next operation and an indication ofthis shall be provided in the local and remote control cabinet.g) Provisions shall be made to prevent a closing operation of the breaker whenthe spring is in the partial charged condition._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 229 of 566


h) Mechanical interlocks shall be provided in the operating mechanism toprevent discharging of closing springs when the breaker is in the closedposition.The spring operating mechanism shall have adequate energy stored in theoperating spring to close and latch the circuit breaker against the rated makingcurrent and also to provide the required energy for the tripping mechanism in casethe tripping energy is derived from the operating mechanism.10.5.4 Hydraulically Operated Mechanism:a) Hydraulically operated mechanism shall comprise of operating unit withpower cylinder, control valves, high and low pressure reservoir, motor etc.b) The hydraulic oil used shall be fully compatible for the temperature range tobe encountered during operation.c) The oil pressure switch controlling the oil pump and pressure in the highpressure reservoir shall have adequate no. of spare contacts, for continuousmonitoring of low pressure, high pressure etc. at switchyard control room.d) The mechanism shall be suitable for at-least two close open operations afterfailure of AC supply to the motor starting at pressure equal to the lowestpressure of auto reclose duty plus pressure drop for one close open operation.e) The mechanism shall be capable of operating the circuit breaker correctly andperforming the duty cycle specified under all conditions with the pressure ofhydraulic operated fluid in the operating mechanism at the lowest permissiblepressure before make up.f) Trip lockout shall be provided to prevent operations of the circuit breakerbelow the minimum specified hydraulic pressure. Alarm contacts for loss ofNitrogen shall also be provided.g) All hydraulic joints shall have no oil leakage under the site conditions andjoints shall be tested at factory against oil leakage.10.6 Additional Data To Be Furnished Alongwith The Offer:a) Drawing showing contacts in close, arc initiation, full arcing, arc extinctionand open position.b) Data on capabilities of circuit breakers in terms of time and number ofoperations at duties ranging from 100 fault currents to load currents of thelowest possible value without requiring any maintenance or checks.c) Curves supported by test data indicating the opening time under close openoperation with combined variation of trip coil voltage and hydraulicpressure.10.7 Tests10.7.1 In accordance with the requirements stipulated under Section GTR the circuitbreaker alongwith its operating mechanism shall conform to the type tests as perIEC-62271-100._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 230 of 566


10.7.2 Routine TestsRoutine tests as per IEC: 62271-100 shall be performed on all circuit breakers.In addition to the mechanical and electrical tests specified by IEC, the followingshall also be performed.Speed curves for each breaker shall be obtained with the help of a suitableoperation analyzer to determine the breaker contact movement during opening,closing, auto-reclosing and trip free operation under normal as well as limitingoperating conditions (control voltage, pneumatic pressure etc.). The tests shallshow the speed of contacts directly at various stages of operation, travel ofcontacts, opening time, closing time, shortest time between separation andmeeting of contacts at break make operation etc. This test shall also be performedat site for which the necessary operation analyzer alongwith necessarytransducers, cables, console etc. shall be furnished as mandatory maintenanceequipment.The test for getting signature of the dynamic contact resistance measurement shallalso be carried out at factory. The test result shall be treated as reference signaturefor condition monitoring in future.10.7.3 Technical Parameters - Circuit BreakerSl. No Technical particulars 33 kV Systema) Rated voltage kV 36(rms)b) Rated frequency (Hz) 50c) No. of poles 3d) Type of circuit Vacuumbreakere) Rated continuouscurrent (A) at anambient temperatureof 40°C2500/1250- 2500 for bus couplerbreaker and transformerincomer bays.- 1250 for outgoing andf) Rated short circuitcapacityg) Symmetricalinterrupting capabilitykA (rms)h) Rated short circuitmaking current kApi) Short time currentcarrying capability fortransformer bays31.5 kA with percentageof DC component as perIEC- 62271-100corresponding tominimum openingconditions as specified.31.58031.5_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 231 of 566


one second kA (rms)j) Rated line charging As per IECinterrupting current at90 deg. Leadingpower factor angle (Arms)(The breaker shall beable to interrupt therated line chargingcurrent with testvoltage immediatelybefore opening equalto the product of U/√3and 1.4 as per IEC-62271-100)k) First pole to clear 1.5factorl) Rated break time asIEC (ms)Total break time (ms) Not more than 100m) Total closing time Not more than 200(ms)n) Rated operating duty O-0.3s-CO-3 min-COcycleo) Reclosing auto Three phasereclosingp) Rated insulation levelsi) Full wave impulsewith stand voltage(1.2x50 micro sec.)- between line ±170 kVpterminals and ground- between terminals ±195 kVpwith circuit breakeropenii) One minute powerfrequency withstandvoltage- between line As per IECterminals and ground- between terminals As per IECwith circuit breakeropenq) Max. radiointerference voltagefor frequency between0.5 MHz and 2 MHz________________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 232 of 566


at 156 kV (Microvolts)r) Max. difference in theinstants of closing/opening of contacts(ms) between poless) Trip coil and closingcoil voltaget) Auxiliary ContactsAuxiliary switch shallalso comply withrequirements as given.Independent singlepole reversiblecontacts (from NO toNC & vice versa)i) Rating of Auxiliarycontactsii) Breaking capacity ofAux. Contacts.u) System neutralearthingAs per IEC220V DC with variation asspecified in Sec. GTREach circuit breaker poleshall be provided with anauxiliary switch with 20%of spare - NO and 20%spare NC contact for usein future.10A at 220V DC2A DC with the circuittime constant of not lessthan 20 ms.Effectively earthed.11.0 Disconnectors (Isolators)11.1 GeneralDisconnectors shall be of the single-pole, group operated type, installed in theswitchgear to provide electrical isolation of the circuit breakers, the transformers,double bus and transmission lines/cables. The disconnectors shall conform toIEC- 62271-102 and shall have the following ratings as specified.Technical ParameterS. No Particulars 33 kVa) Rated voltage (rms) Un 36 kVb) Rated frequency 50 HZc) System earthing Effectivelyearthedd) Type SF6 insulated_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 233 of 566


e) Rated continuous current (A)at 400C ambient temp.f) Rated short time withstandcurrent of isolator and earthswitchg) Rated dynamic short circuitwithstand current withstandcurrent of isolator and earthswitchh) Rated insulation level:One minute power freq.Withstand voltage:To earth :Across isolating distanceh) Rated insulation levels; 1.2/50micro sec. Lighting impulsewithstand voltage (+ve or –vepolarity)To earth:1250/2500- 1250 foroutgoing andtransformer bays.- 2500 for buscoupler breakerand transformerincomer bays.31.5 kA for 1 Sec80 kApAs per IECAs per IEC+170 kVpAcross Isolating distance ±195 kVpi) Rated mechanical terminal As per IECloadj) No. of spare auxiliary contacts 6 NO and 6 NCon each isolatork) No. of spare auxiliary contactson each earthing switch6 NO and 6 NC11.2 Construction & Design11.2.1 The three pole group operated disconnectors shall be operated by electric motorsuitable for use on 220V DC system and shall be equipped with a manualoperating mechanism for emergency use. The motor shall be protected againstover current and short circuit.11.2.2 Disconnectors shall be designed as per relevant IEC. These shall be suitable tomake and break the charging currents during their opening and closing. They shallalso be able to make and break loop current which appears during transferbetween bus bars. The contact shielding shall also be designed to prevent restrikesand high local stresses caused by transient recovery voltages when these currentsare interrupted.11.2.3 The disconnecting switches shall be arranged in such a way that all the threephases operate simultaneously. All the parts of the operating mechanism shall be_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 234 of 566


able to withstand starting torque of the motor mechanism without damage untilthe motor overload protection operates.11.2.4 It shall be possible to operate the disconnecting switches manually by cranks orhand wheels. The contacts shall be both mechanically and electricallydisconnected during the manual operation.11.2.5 The operating mechanisms shall be complete with all necessary linkages, clamps,couplings, operating rods, support brackets and grounding devices. All thebearings shall be permanently lubricated or shall be of such a type that nolubrication or maintenance is required.11.2.6 The opening and closing of the disconnectors shall be achieved by either local orremote control. The local operation shall be by means of a two-position controlswitch located in the bay module control cabinet.11.2.7 Remote control of the disconnectors from the control room shall be made bymeans of remote/ local transfer switch.11.2.8 The disconnector operations shall be inter-locked electrically with the associatedcircuit breakers in such a way that the disconnector control is inoperative if thecircuit breaker is closed.11.2.9 Each disconnector shall be supplied with auxiliary switch having six normallyopen and six normally closed contacts for future use over and above thoserequired for switchgear interlocking and automation purposes. The auxiliaryswitch contacts are to be continuously adjustable such that, when required, theycan be adjusted to make contact before the main switch contacts.11.2.10The signaling of the closed position of the disconnector shall not take place unlessit is certain that the movable contacts will reach a position in which the ratednormal current, peak withstand current and short-time withstand current can becarried safely.11.2.11The signaling of the open position of the disconnector shall not take place unlessthe movable contacts have reached such a position that the clearance between thecontacts is at least 80 percent of the rated isolating distance.11.2.12All auxiliary switches and auxiliary circuits shall be capable of carrying a currentof at least 10 A DC continuously.11.2.13The auxiliary switches shall be capable of breaking at least 2 A in a 220 V DCcircuit with a time constant of not less than 20 milliseconds.11.2.14The disconnectors and safety grounding switches shall have a mechanical key(pad locking key) and electrical inter-locks to prevent closing of the groundingswitches when isolator switches are in the closed position and to prevent closingof the disconnectors when the grounding switch is in the closed position._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 235 of 566


In general isolator & Earth switches shall have independent operating mechanism.However, high speed earth switches and associated isolators could have combinedoperating mechanism with built in interlocking provision.11.2.15The local control of the Isolator and high-speed grounding switches from the baymodule control panel should be achieved from the individual control switcheswith the remote/local transfer switch set to local.11.2.16All electrical sequence interlocks will apply in both remote and local controlmodes.11.2.17Each disconnector shall have a clearly identifiable local, positively drivenmechanical position indicator, together with position indicator on the bay modulecontrol cabinet and provisions for taking the signals to the control room. Thedetails of the inscriptions and colouring for the indicator are given as under :SIGNCOLOUROpen position Open GreenClosed position Closed Red11.2.18All the disconnecting switches shall have arrangement allowing easy visualinspection of the travel of the switch contacts in both open and close positions,from the outside of the enclosure.11.2.19The disconnecting switches shall be provided with rating plates and shall beaccessible for inspection.11.2.20The disconnecting switches shall be capable of being padlocked in both the openand closed positions with the operating motor automatically disengaged. Thepadlocking device shall be suitable for a standard size lock with a 10 mm shank.The padlock must be visible and directly lock the final output shaft of theoperating mechanism. Integrally mounted lock when provided shall be equippedwith a unique key for such three phase group. Master key is not permitted.12.0 Safety Grounding Switches12.1 Three-pole, group operated, safety grounding switches shall be operated by electricmotor for use on 220 V DC ungrounded system and shall be equipped with amanual operating mechanism for emergency use. The motor shall be protectedagainst over-current and short circuit.12.2 Each safety grounding switch shall be electrically interlocked with its associateddisconnector and circuit breaker such that it can only be closed if both the currentbreaker and disconnector are in open position. Safety grounding switch shall also bemechanically key interlocked with its associated disconnector._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 236 of 566


12.3 Each safety grounding switch shall have clearly identifiable local positive drivenmechanical indicator together with position indicator on the bay module controlcabinet and provision for taking the signal to Control room.12.4 The details of the inscription and colouring for the indicator are given as underSIGNCOLOUROpen position Open GreenClosed position Closed Red12.5 Interlocks shall be provided so that manual operation of the switches or insertionof the manual operating device will disable the electrical control circuits.12.6 Each ground switch shall be fitted with auxiliary switches having six normallyopen and six normally closed contacts for use by others over and above thoserequired for local interlocking and position indication purposes.12.7 Provision shall be made for padlocking the ground switches in either the open orclosed position.12.8 All portions of the grounding switch and operating mechanism required forgrounding shall be connected together utilizing flexible copper conductors having aminimum cross-sectional area of 50 sq. mm.12.9 The main grounding connections on each grounding switch shall be rated to carrythe full short circuit rating of the switch for 1 sec. and shall be equipped with asilver- plated terminal connector suitable for steel strap of adequate rating forconnection to the grounding grid.12.10The safety grounding switches shall conform to the requirements of IEC- 62271-10212.11 Mechanical position indication shall be provided locally at each switch andremotely at each bay module control cabinet/ substation automation system.12.12The rated Induced Current and Voltage for earth switches for both electrostatic andelectromagnetic coupling shall be as per IEC 62271-102.13.0 High Speed Make Proof Grounding Switches13.1 Grounding switches located at the beginning of the feeder bay modules shall be of the high speed, make proof type and will beused to discharge the respective charging currents, in addition to their safety grounding function. These grounding switches shallbe capable of interrupting the inductive currents and to withstand the associated TRV.13.2 Single phase switches shall be provided with operating mechanism suitable for operation from a 220V DC.13.3 The switches shall be fitted with a stored energy closing system to provide fault making capacity.13.4 The short circuit making current rating of each ground switch shall be at least equal to its peak withstand current rating. Theswitches shall have inductive/ capacitive current switching capacity as per IEC-62271-102._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 237 of 566


13.5 Each high speed make proof grounding switch shall have clearly identifiable local positive driven mechanical indicator togetherwith position indicator on the bay module control cabinet and provision for taking the signal Control Room.13.6 The details of the inscription and coloring for the indicator shall be as under:-SIGNCOLOUROPEN POSITION Open GreenCLOSED POSITION ClosedRed13.7 High speed ground switch operation should be possible locally from the bay module control cabinet, or remotely from thecontrol room in conjunction with opening of the associated disconnector.13.8 These high speed grounding switches shall be electrically interlocked with their associated circuit breakers and disconnectors sothat the grounding switches can not be closed if the circuit breakers and disconnectors are closed.13.9 Interlocks shall be provided so that the insertion of the manual operating devices will disable the electrical control circuits.13.10Each high speed ground switch shall be fitted with auxiliary switches having six NO & six NC auxiliary contacts for use byothers, over and above these required for local interlocking and position indication. All contacts shall be wired to terminal blocksin the local bay control cabinet. Provision shall be made for padlocking the ground switches in their open or closed position.13.11All portion of the grounding switches and operating mechanism required for connection to ground shall be connected togetherutilizing copper conductor having minimum cross-sectional area of 50 sq. mm.13.12The main grounding connection on each grounding switch shall be rated to carry the short time withstand current rating of theswitch for 1 sec. and shall be equipped with a silver plated terminal connector suitable for steel strap of adequate design forconnection to the grounding grid.13.13The high speed make proof grounding switches shall confirm to the requirements of IEC-62271-102.13.14The rated Induced Current and Voltage for earth switches for both electrostatic andelectromagnetic coupling shall be as per IEC 62271-102.14.0 Instrument Transformers14.1 Instrument Transformers14.1.1 Current TransformersA) General:i) The current transformers and accessories shall conform to IEC: 60044-1 and other relevant standards except to the extent explicitly modifiedin the specification.ii) The particulars of the various cores may change within reasonablelimits as per the requirements of protection relay supplier. Themanufacturer is required to have these values confirmed from thepurchaser before proceeding with design of the cores. The othercharacteristics of CTs shall be as given in TECHNICALPARAMETER of Current Transformer.B) Ratios and CharacteristicsThe number, rating, ratios, accuracy class, etc. for the individual currenttransformers secondary cores shall be in accordance with Table-IA._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 238 of 566


Where multi-ratio current transformers are required the various ratios shallbe obtained by changing the effective number of turns on the secondarywinding.C) Rating and Diagram PlatesRating and diagram plates shall be as specified in the IEC specificationincorporating the year of manufacture. The rated extended current ratingvoltage and rated thermal current shall also be marked on the name plate.The diagram plates shall show the terminal markings and the relativephysical arrangement of the current transformer cores with respect to theprimary terminals (P1 & P2).The position of each primary terminal in the current transformer SF6 gassection shall be clearly marked by two plates fixed to the enclosure at eachend of the current transformer.D) Constructional Details:a) The current transformers incorporated into the GIS will be used forprotective relaying and metering and shall be of metal- enclosedtype. The secondary windings shall be air insulated/Gas insulatedwith terminals brought out for secondary connection. All the currenttransformers shall have effective electromagnetic shields to protectagainst high frequency transients.b) Each current transformer shall be equipped with a marshalling boxwith terminals for the secondary circuits, which are connected to thelocal control cubicle. The star/ delta configuration and the interconnection to the line protection panels will be done at the CTterminal block located in the local control cubicle.c) Current transformers guaranteed burdens and accuracy class are tobe intended as simultaneous for all cores.d) The rated extended primary current shall be 150% at all ratios.e) The instrument security factor at all ratios shall be less than five (5)for metering core. ISF shall be verified without use of any auxiliaryreactor.f) The wiring diagram, for the interconnections of the three singlephase CTs shall be provided inside the marshalling box.g) The current transformers shall be suitable for high speed autoreclosing.h) Provisions shall be made for primary injection testing either withinCT or outside.i) Electromagnetic shields to be provided against high frequencytransients typically 1-30 MHz.j) The bidder will take care for the compatibility of the CT vis-à-visburden of relay and connecting leads, however for calculation_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 239 of 566


purpose fault current may be taken as 31.5kA for 33kV andsecondary current may be calculated accordingly.14.1.2 Voltage TransformersA) GeneralThe voltage transformers shall conform to IEC- 60044-2 and other relevantstandards except to the extent explicitly modified in the specification.Voltage transformers shall be of the electromagnetic type with SF6 gas insulation.The earth end of the high voltage winding and the ends of the secondary windingshall be brought out in the terminal box.B) Ratios and CharacteristicsThe rating, ratio, accuracy class, connection etc. for the voltage transformers shallbe in accordance with Table II-A.C) Rating and diagram platesRating and diagram plate shall be provided complying with the requirements ofthe IEC specification incorporating the year of manufacture and including turnsratio, voltage ratio, burden, connection diagram etc.D) Secondary Terminals, Earthing and FusesThe beginning and end of each secondary winding shall be wired to suitableterminals accommodated in a terminal box mounted directly on the voltagetransformer section of the SF6 switchgear.All terminals shall be stamped or otherwise marked to correspond with themarking on the diagram plate. Provision shall be made for earthing of thesecondary windings inside the terminal box.E) The transformer shall be able to sustain full line to line voltage withoutsaturation of transformer.The accuracy class will be at maximum tap.F) Constructional Details of Voltage Transformers:a) The voltage transformers shall be located in a separate bay moduleon the bus and will be connected phase to ground and shall be usedfor protection, metering and synchronization.b) The voltage transformers shall be of inductive type, nonresistant andshall be contained in their own-SF6 compartment, separated fromother parts of installation. The voltage transformers shall beeffectively shielded against high frequency electromagnetictransients. The voltage transformers shall have three secondarywindingsc) Voltage transformer’s secondary shall be protected by HRCcartridge type fuses for all the windings. In addition fuses shall beprovided for the protection and metering windings for fusemonitoring scheme. The secondary terminals of the VT’s shall be_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 240 of 566


terminated to the stud type non-disconnecting terminal blocks in thesecondary boxes via the fuse.d) The voltage transformer should be thermally and dielectrically safewhen the secondary terminals are loaded with the guaranteed thermalburdens.e) The accuracy of 0.2 on secondary III should be maintained throughout the entire burden range upto 100VA on all the three windingswithout any adjustments during operation.f) The diagram for the interconnection of the VTs shall be providedinside the marshalling box.14.1.3 TestsCurrent and voltage transformers shall conform to type tests and shall besubjected to routine test in accordance with IEC.14.1.4 Technical Parameters:14.1.4.1Current TransformersTable- IAS. No. Particulars 33kVa) Rated voltage Un 36kV (rms)b) Rated frequency 50 Hzc) System neutral earthing Effectivelyearthedd) Rated short timethermal current31.5 kA for 1seconde) Rated dynamic current 80 kApf) Rated insulation levelsi)1.2/50 micro secondimpulse voltageii)1 Minute powerfrequency withstandvoltageg) One minute powerfrequencywithstand voltagebetween secondaryterminal & earthh) Maximum temperaturerise over an ambienttemperature of 400C±170 kVp70 kV (rms)5kV (rms)As per IEC60044-1i) Ratio 2000/1-1-1A forBus coupler &incomer800-400/1-1-1for feeder bay_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 241 of 566


14.1.4.2Voltage TransformersSl.No. Particulars 33 kVa) Rated system voltage (Un) 36 kV (rms)b) Rated frequency 50 Hzc) System neutral earthing Effectivelyearthedd) System fault level 31.5 kA for 1seconde) Rated insulation levelsi)1.2/50 micro second ±170 kVpimpulse voltage.ii)1 Minute power frequencywithstand voltage.70 kV (rms)f) One minute power frequencywithstand voltage forsecondary3kV (rms)15.0 Outdoor BushingsA) GeneralOutdoor bushings, for the connection of conventional external conductors to theSF6 metal enclosed switchgear, shall be provided where specified and shallconform to the requirements given in GTR.The dimensional and clearance requirements for the metal enclosure will be theresponsibility of the manufacturer and their dimensions must be coordinated withthe switchgear.Bushings shall generally be in accordance with the requirements of IECpublication 137 as applicable.B) Insulation levels and creepage distancesAll bushings shall have an impulse and power frequency withstand level that isgreater than or equal to the levels specified for GIS.The creepage distance over the external surface of outdoor bushings shall not beless than 25 mm/kV.C) Bushing types and fittingCondenser type bushings will be preferred but alternative types can also beconsidered.Liquid filled bushings shall be provided with liquid level gauges clearly visiblefrom ground level, preferably of the direct reading prismatic type or the magnetictype. Other types of liquid level gauges will only be accepted if specificallyapproved._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 242 of 566


D) Mechanical forces on bushing terminalsOutdoor bushings must be capable of withstanding cantilever forces due to weightof conductor, wind force and short circuit forces etc. Design calculations insupport of the cantilever strength chosen shall be submitted for Employers reviewand approval.16.0 Surge ArrestorsThe surge arrestors shall confirm in general to latest IEC –60099-4.16.1 Insulation Co-ordination and Selection of Surge ArrestorThe contractor shall be fully responsible for complete insulation co-ordination ofswitchyard including GIS. Contractor shall carry out detailed studies and designcalculations to evolve the required parameters locations, energy capability etc. ofsurge arrestors such that adequate protective margin is available between peakimpulse, surge and power frequency discharge voltages and BIL of the protectedrequirement. The locations of surge arrestors shown in single line diagram areindicative only. If the bidders feel that at some more locations the surge arrestorsare required to be provided the same should also be included in the offer.If distance between Surge Arrestor and transformer bushing terminal inclusive ofhead length is more than 60 m or 170 ft then one surge arrestor shall be with GISSystem and another shall be with transformer.The contractor shall perform all necessary studies. The report shall detail thelimits of all equipment parameters which could affect the insulation co-ordinationthe report shall also detail the characteristics of the surge arrestor and shalldemonstrate that the selected insulators protective and withstand levels, dischargeand coordinating currents, and arrestor ratings comply with the requirement ofthis specification.The contractor shall also consider in the studies the open circuit breakercondition, fast transients generated by slow operation of disconnecting switches.The study report and design calculations shall be submitted for Employer’sapproval.16.2 Duty Requirementsa) The surge arrester shall be SF6 filled, heavy duty station class and gapless(Metal oxide) type without any series or shunt gaps.b) The surge arresters shall be capable of discharging over-voltagesoccurring during switching of unloaded transformers and long lines._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 243 of 566


c) The reference current of the arresters shall be high enough to eliminate theinfluence of grading and stray capacitance on the measured referencevoltage.d) The surge arresters are being provided to protect the followings whoseinsulation levels are indicated in the table given below:-Equipment to beprotectedPower Transformer + 170Instrument Transformer + 170CB/Isolator+ 170Phase to groundAcross open contacts + 195Lightningimpulse (kVp)for 36 kV system16.3 Constructional FeaturesThe nonlinear blocks shall be of sintered metal oxide material. These shall beprovided in such a way as to obtain robust construction, with excellentmechanical and electrical properties even after repeated operations.The arrestor enclosure shall be vertically or horizontally mounted to suit thelayout of the switchgear as suggested by the manufacturer and shall be fitted witha discharge counter located in an easily accessible position.The main grounding connection from the surge arrestor to the earth shall beprovided by the bidder. The size of the connecting conductor shall be such that allthe energy is dissipated to the ground without getting overheated.16.4 Fittings and Accessories for outdoor SAa) Self contained discharge counters, suitably enclosed and requiring noauxiliary or battery supply for operation shall be provided for each singlepole unit. Suitable leakage current meters should also be supplied withinthe same enclosure. The reading of milli ammeter and counters shall bevisible through an inspection glass panel.b) Microprocessor based instrument for monitoring resistive current or wattloss of the arrester shall also be provided.16.5 TestsIn accordance with the requirements stipulated the surge arrestors shall conformto type tests and shall be subjected to routine and acceptance tests in accordancewith IEC document.Each metal oxide block shall be tested for the guaranteed specific energycapability in addition to the routine/acceptance test as per IEC-60099.Test on Surge Monitors:The Surge monitors shall also be connected in series with the test specimensduring residual voltage and current impulse withstands tests to verify efficacy of_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 244 of 566


the same. Additional routine/functional tests with one 100A and 10 kA currentimpulse, (8/20 micro sec.) shall also be performed on the surge monitor.16.6 ParametersFollowing are the parameters generally adopted by Employer for theirinstallations. These parameters are indicative and not binding. The actualparameters required for the installation shall be evolved by contractor.Surge ArrestorSl. Particulars33 kVNo.a) Rated system voltage 36 kVb) System neutral earthing Effectively earthedc) Rated arrestor voltage 30 kVd) Nominal discharge current 10 kA of 8/20micro second wavee) Rated frequency 50 Hzf) Continuous operating 25 kVvoltage at 500Cg) 10 kA nominal discharge 100kVpcurrenth) Long duration discharge 3classi) High current short duration 100 kAptest value (4/10 microsecond wave)j) Current for pressure relief 40 kA rmstestk) Pressure relief class: Al) Reference ambient temp. 50 o Cm) Steep current impulsevoltage110kVp17.0 33kV GIS cum Control Room Buildinga) The building shall house 33kV Gas Insulated Switchgear (GIS) and otherassociated equipments inside in the GIS building.b) The bidder shall submit the design & construction proposal of the buildingalong with necessary information, data, and drawings in the technocommercialbid according to the complete requirements.c) The bidder shall finalize the dimensions for 33kV GIS buildingaccording to the equipment offered by them providing enough space &access for erection, operation and maintenance.18.0 Seismic Design Criteria:_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 245 of 566


The equipment shall be designed for operation in seismic zone for earthquakeresistance. The seismic loads are due to the horizontal and vertical accelerationwhich may be assumed to act non concurrently. Seismic level Zone- IV, as pernew IS- 1893, Year-2002 has to be considered for the design of equipment. Theseismic loads shall be equal to static loads corresponding to the weight of theparts multiplied by the acceleration. The equipments along with its parts shall bestrong enough and sufficiently well connected to resist total operating stressesresulting from the forces in normal operation but in case of abnormal conditionshall also resist with forces superimposed due to earthquakes. The copies of typetest reports for similar rated equipment, if tested earlier, should be furnished alongwith the tender. If the equipment has not been type tested earlier, designcalculations of simulated parameters should be furnished along with the offer.To prevent the movement of GIS sub assemblies i.e. various bay modules duringthe earthquake, suitable devices shall be provided for fixing the sub assemblies tothe foundation. The contractor shall supply necessary bolts for embedding in theconcrete foundation. The fixing of GIS sub assemblies to the foundation shall bedesigned to with-stand the seismic events. It will also be ensured that the specialdevices as well as bolts shall not be over stressed. The details of the devices usedand the calculations for establishing the adequacy shall be furnished by thesupplier and shall be subject to the purchase’s approval.19.0 Partial Discharge Monitoring System & Dew Point MeterStatic Contact Resistance Meter and Dynamic Contact Resistance Meter, CBoperational Analyzer, SF6 Gas Detector Meter, Portable P.D meter & Dew pointmeter shall be offered as per relevant schedule of BPS and shall be considered forevaluation of bid. The specifications are enclosed at Section-Special Equipment.20.0 Quality of SF6 Gasa) The SF6 gas insulated metal-clad switchgear shall be designed for use withSF6 gas complying with the recommendations of IEC 376, 376A & 376B, atthe time of the first charging with gas. All SF6 gas supplied as part of thecontract shall comply with the requirements of IEC as above as a minimum& should be suitable in all respects for use in the switchgear under alloperating conditions.b) The high pressure cylinders in which SF6 gas is supplied & stored at siteshall comply with the requirements of following standards & regulations:IS: 4379Identification of the contents of industrial gascylinders.IS: 7311 Seamless high carbon steel cylinders for permanent & highpressure liquefiable gases. The cylinders shall also meetIndian Boilers Regulations. (Mandatory)c) Test_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 246 of 566


SF6 gas shall be tested for purity, dew point, air, hydrolysable fluorides andwater contents as per IEC:376, 376A & 376B and test certificates shall befurnished to the Employer indicating all test results as per IEC standards foreach lot of SF6 gas. Further site tests for moisture, air con-tent, flash pointand dielectric strength to be done during commissioning of GIS. Gas bottlesshould be tested for leakage during receipt at site.d) The bidder shall indicate diagnostic test methods for checking the quality ofgas in the various sections during service. The method proposed shall, as aminimum check the moisture content & the percentage of purity of the gason annual basis.e) The bidder shall also indicate clearly the precise procedure to be adopted bymaintenance personnel for handling equipment that are exposed to theproducts of arcing in SF6 Gas so as to ensure that they are not affected bypossible irritants of the skin and respiratory system. Recommendations shallbe submitted for suitable protective clothing, method of disposal of cleaningutensils and other relevant matters.f) The bidder shall also indicate the details and type of filters used in various gassections, and should also submit the operating experience with such filters.21.0 SF6 Gas Monitoring Devices and Alarm Circuits21.1 Dial type temperature compensated gas density or density monitoring devices withassociated pressure gauge will be provided. The devices shall provide continuous& automatic monitoring of the state of the gas & a separate device shall beprovided for each gas compartment so that each compartment can be monitoredsimultaneously as follows:-1) Compartmentsa) Gas Refill levelThis will be used to annunciate the need for the gas refilling. Thecontractor shall provide a contact for remote indication.b) 'Zone Trip' levelThis is the minimum level at which the manufacturer will guarantee theinsulation rating of the assembly. Contacts shall be in accordance withrequirement.The bidder should furnish temperature v/s pressure curves for each settingof density monitor along with details of the monitoring device.It shall be possible to test all gas monitoring relays/devices without deenergizingthe primary equipment & without reducing pressure in the mainsection. Plugs & sockets shall be used for test purposes. It shall also dampthe pressure pulsation while filling the gas in service, so that flickering ofthe pressure switch contacts does not take place.21.2 a) Gas Leakage_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 247 of 566


The maximum gas leakage shall not exceed 0.5% (half percent) per yearfor the whole equipment and for any individual gas compartmentseparately.b) Gas SupplyThe contractor shall include the supply of all SF6 gas necessary for filing& putting into operation the complete switchgear installation beingsupplied. In addition 20% of total gas requirement shall be supplied inseparate cylinders as spare requirement, over & above the requirement ofgas for successful commissioning. Pl. refer list of mandatory spares in thisconnection.22.0 Gas Filling and Evacuating PlantAll the plant necessary for filling and evacuating the SF6 gas in the switchgearshall be supplied with the contract to enable any maintenance work to be carriedout. This shall include all the necessary gas cylinders for temporarily storing theevacuated SF6 gas. The capacity of the temporary storage facilities shall at leastbe sufficient for storing the maximum quantity of gas that could be removed whencarrying out maintenance or repair work on the switchgear and associateequipment of at least one complete bay.Where any item of the filling and evacuating plant is of such a weight that itcannot easily be carried by maintenance personnel, it shall be provided withlifting hooks for lifting and moving with the overhead cranes.The capacity of the plant should be such that it is capable of excavation/ filling ofmaximum quantity of gas contained in a compartment could be removed/ filledwithin 30 minutes while carrying out maintenance/ repair work.The evacuation equipment shall be provided with all the necessary pipes,couplings, flexible tubes and valves for coupling up to the switchgear for filling orevacuating all the gases.The gas compartments shall preferably be fitted with permanent non-return valvesthrough which the gas is pumped into or evacuated form the compartments.Details of the filling and evacuating plant that will be supplied, as well as thedescription of the filling and evacuating procedures shall be provided along withthe bid.23.0 SF6 GIS to XLPE Cable TerminationThe 33kV underground cables are to be connected to 33kV GIS by the interfacingof XLPE cable sealing end to GIS Cable termination enclosure for makingconnection 2 x 3C x 400 sq. mm sq. XLPE cable. This interface section shall bedesigned in a manner which will allow ease of operation and maintenance.The SF6 GIS to XLPE cable termination shall conform to IEC-859 (latestedition). The provision shall be made for a removable link. The gap created whenthe link is removed should have sufficient electric strength to withstand theswitchgear high voltage site tests. The bidder may suggest alternativearrangements to meet these requirements. The corona rings/stress shields for the_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 248 of 566


control of electrical field in the vicinity of the isolation gap shall be provided bythe GIS manufacturer.All supporting structures for the connections between the XLPE cable sealingends and the GIS shall be supplied by the supplier. The supplier may specifyalternative connecting & supporting arrangements for approval of the purchaser.The opening for access shall be provided in each phase terminal enclosures asnecessary to permit removal of connectors to isolate the XLPE cables to allowcarrying out the insulation tests. The typical arrangement drawing ofinterconnecting cables from GIS bay module to XLPE cable termination end shallbe submitted along with offer such as plug in type of connection or any otherarrangement to isolate the XLPE cable from GIS during HVDC testing of cable.24.0 Transformer Termination ModuleThe transformer termination module enables a direct transition from the SF6 gasinsulation to the bushing of an oil-insulated transformer coil through GIS busduct. For this purpose, the transformer bushing must be oil-tight, gas-tight andpressure resistant. Any temperature related movement and irregular setting of theswitchgear’s or transformer’s foundations are absorbed by the expansion fittings.However, in case of 33kV system, the bidder may decide the type of connection(Bus Duct/Cable) to be provided between the transformer and GIS to meet thesystem requirement.25.0 Painting of EnclosureAll enclosures shall be painted externally as per manufacturer’s paintingprocedure. The painting procedures as followed shall be enclosed with the bid.26.0 HeatersWherever required, heaters shall be provided to prevent moisture condensation.Heaters are not allowed in side the main circuit.27.0 Identification & Rating Platei) Each bay shall have a nameplate showinga) A listing of the basic equipment from air entrance bushing to airentrance bushing (such as a breaker, disconnectors groundingswitches, current transformers, voltage transformers, andbushings).b) A schematic diagram indicating their relative locations.c) DTL Contract Number.ii) Each module will have its own Identification & rating plate._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 249 of 566


The rating plate marking for each individual equipment like circuit breaker,disconnectors grounding switches, current transformer, voltagetransformers, surge arrester etc shall be as per their relevant IEC.TABLE-IAREQUIREMENTS FOR 36kV CURRENT TRANSFORMERNo.ofcoresCoreno.ApplicationCurrentratioOutputBurden(VA)AccuracyClassasPerIEC:44-1Min. Knee pt.Voltage VkInstrumentsecurityfactor3 1 METERING * 20 0.2 - Less than52 PROTECTION/O/C & E/F3 Back-upProtection* - * Vk>K.I.(Rc+R)V* - * Vk>K.I.(Rc+R)V* NOTE:-i) All relaying CTs shall be of accuracy class PS as per IS: 2705.ii)iii)33kV C.T. of ratio 2000/1-1-1 A for incoming from 100 MVA Trf and forbus coupler.33kV C.T. ratio 800-400/1-1-1 A for Feeder and transformer Protection._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 250 of 566


TABLE-IIARequirement Of 33kv Voltage TransformersSl. PARTICULARSNo.Rated primary voltageType33 kV36/√3 kVElectromagneticNo. of secondaries 3Rated voltage factor1.2 continuous1.5-30 secondsPhase angle error±20 minutesSec I Sec II Sec IIIRated voltage (V) 110/√3 110/√3 110/√3Application Metering Protection ProtectionAccuracy 0.2 3P 3POutput burden (VA) (minimum) 50 50 50_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 251 of 566


SECTION: IIIGENERAL TECHNICAL REQUIREMENTS (GTR)1.0 Foreword1.1 The provisions under this section are intended to supplement general requirementsfor the materials, equipments and services covered under other sections of tenderdocuments and are not exclusive. However in case of conflict between therequirements specified in this section and requirements specified under othersections, the requirements specified under respective sections shall prevail.2.0 General Requirement2.1 The bidders shall submit the technical requirements, data and information as perthe technical data sheets provided in the Volume II of bid documents.2.2 The bidders shall furnish catalogues, engineering data, technical information,design documents, drawings etc., fully in conformity with the technicalspecification.2.3 It is recognized that the Contractor may have standardized on the use of certaincomponents, materials, processes or procedures different from those specifiedherein. Alternate proposals offering similar equipment based on themanufacturer’s standard practice will also be considered provided such proposalsmeet the specified designs, standard and performance requirements and areacceptable to the Employer’s. Unless brought out clearly, the Bidder shall bedeemed to conform to this specification scrupulously. All deviations from thespecification shall be clearly brought out in the respective schedule of deviations.Any discrepancy between the specification and the catalogues or the bid, if notclearly brought out in the specific requisite schedule, will not be considered asvalid deviation.2.4 Except for lighting fixtures, wherever a material or article is specified or definedby the name of a particular brand, Manufacturer or Vendor, the specific namementioned shall be understood as establishing type, function and quality and notas limiting competition. For lighting fixtures, makes shall be as defined inSection- Lighting System._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 252 of 566


2.5 Equipment furnished shall be complete in every respect with all mountings,fittings, fixtures and standard accessories normally provided with such equipmentand/or needed for erection, completion and safe operation of the equipment asrequired by applicable codes though they may not have been specifically detailedin the Technical Specifications unless included in the list of exclusions. Materialsand components not specifically stated in the specification but which arenecessary for commissioning and satisfactory operation of the 33 KV GIS Sub-Station unless specifically excluded shall be deemed to be included in the scopeof the specification and shall be supplied without any extra cost. All similarstandard components/parts of similar standard equipment provided, shall be interchangeablewith one another.3.0 Standards3.1 The works covered by the specification shall be designed, engineered,manufactured, built, tested and commissioned in accordance with the Acts, Rules,Laws and Regulations of India.3.2 The equipment to be furnished under this specification shall conform to latestissue with all amendments (as on the date of bid opening) of standard specifiedunder Annexure -B of this section, unless specifically mentioned in thespecification.3.3 The Bidder shall note that standards mentioned in the specification are notmutually exclusive or complete in themselves, but intended to compliment eachother.3.4 The Contractor shall also note that list of standards presented in this specificationis not complete. Whenever necessary the list of standards shall be considered inconjunction with specific IS/IEC.3.5 When the specific requirements stipulated in the specifications exceed or differthan those required by the applicable standards, the stipulation of the specificationshall take precedence.3.6 Other internationally accepted standards which ensure equivalent or betterperformance than that specified in the standards specified under Annexure B /individual sections for various equipments shall also, be accepted, however the_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 253 of 566


salient points of difference shall be clearly brought out in additional informationschedule of Vol. I along with English language version of such standard from anapproved/govt. agency.3.7 The bidder shall clearly indicate in his bid the specific standards in accordancewith which the works will be carried out.4.0 Services To Be Performed By The Equipment Being Furnished4.1 The equipment furnished under this specification shall perform all its functionsand operate satisfactorily without showing undue strain, restrike etc under suchover voltage conditions.4.2 All equipments shall also perform satisfactorily under various other electrical,electromechanical and meteorological conditions of the site of installation.4.3 All equipment shall be able to withstand all external and internal mechanical,thermal and electromechanical forces due to various factors like wind load,temperature variation, ice & snow, (wherever applicable) short circuit etc for theequipment.4.4 The bidder shall design terminal connectors of the equipment taking into accountvarious forces that are required to withstand.4.5 The equipment shall also comply to the following:a) All outdoor EHV equipments except marshalling kiosks shall be suitable forhot line washing.b) To facilitate erection of equipment, all items to be assembled at site shall be“match marked”.c) All piping, if any between equipment control cabinet/ operating mechanismto marshalling box of the equipment, shall bear proper identification tofacilitate the connection at site.4.6 Operating times of circuit breakers and protective relays have been specified inrespective sections.4.7 33KV equipments and system shall be designed to meet the following majortechnical parameters as brought out hereunder._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 254 of 566


4.7.1 System ParameterS.NO Description of Parameters 33 kV System1. System operating voltage 33 kV2. Rated frequency 50Hz3. No. of phase 34. Rated Insulation levelsi) Full wave impulse 170kVpwithstand voltage(1.2/50 micro sec.)ii) One minute power70kVpfrequency dry andwet withstandvoltage (rms)5. Minimum creepage distance 25 mm/kV(900 mm)6. Min. clearancesi) Phase to phase 320 mmii) Phase to earth320 mmiii) Sectional clearances3000mm(These clearances are mentioned for air clearance)7. Rated short circuit current 31.5kA for 1 sec.8. System neutral earthing ---Effectively earthed---Note : The insulation and RIV levels of the equipments shall be as per valuesgiven in the relevant clauses of the equipments.4.7.2 Major Technical ParametersThe major technical parameters of the equipments are given below. For otherparameters and features respective technical sections should be referred.(A) For Circuit Breaker and Isolator 36 kVRated voltage kV (rms) 36Rated frequency (Hz) 50No. of Poles 3_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 255 of 566


Design ambient temperature (°C) 50Rated insulation levels:1) Full wave impulse withstand voltage (1.2/50 micro sec.)- between line ± 170 kVpterminals and ground- between terminals ± 195 kVpwith circuit breaker open- between terminals ± 195 kVp with isolatoropen2) One minute power frequency dry and wet withstand voltage- between line ±70kV(rms)terminals and ground- between terminals As per IECwith circuit breaker open- between terminals As per IECwith Isolator openvoltage (microvolts) for(at 156 kV rms)frequency between 0.5 MHzand 2 MHz in all positions ofthe equipments.- Minimum creepage distance (Air clearance)Phase to ground (mm) 6125 900Between CB Terminals (mm) 6125 900- System neutral earthing ---Effectively earthed ---- Seismic acceleration ------ 0.3g horizontal ------ Rating of Auxiliary Contacts ---- 10 A at 220 V DC ---- Breaking capacity ofAuxiliary Contacts2 A DC with circuit time constant ofnot less than 20 ms.Auxiliary Switch shall also comply with other clauses of this chapter._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 256 of 566


(B) FOR CT/VT/SA 36 kVRated voltage kV (rms) 36Rated frequency (Hz) 50No. of poles 1Design ambient temperature (°C) 50Rated insulation levels:1) Full wave impulse withstand voltage (1.2/50 micro sec.)- between line terminals ± 170 kVpand ground for CT and VT- for arrester housing ±170kVpeak2) One minute power frequency dry and wet withstand voltage- between line terminals ±70 kV rmsand ground for CT and VT- for arrester housing ±70kV rms- Minimum creepage distance:-Phase to ground (mm) 900- System neutral earthing ----- Effectively earthed ------- Seismic acceleration ------- 0.3g horizontal ---------- Partial discharge for:-- Surge arrester at 1.05 COV ------Not exceeding 50 pc.----( Continuous Operating Voltage)- for CT/VT ------Not exceeding 10 pc. ----5.0 Engineering Data & Drawings5.1 The engineering data shall be furnished by the Contractor in accordance with theSchedule for each set of equipment as specified in the Technical Specifications.5.2 The bidder shall supply the latest model Laptop of reputed make with allnecessary software and accessories to be used in the project engineering, to theEmployer at the time of detailed engineering.5.3 The list of drawings/documents which are to be submitted to the Employer shallbe discussed and finalized by the Employer at the time of award._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 257 of 566


The Contractor shall necessarily submit all the drawings/ documents unlessanything is waived.The Contractor shall submit 4 (four) sets of drawings/ design documents /data/test reports as may be required for the approval of the Employer.5.4 Drawings5.4.1 All drawings submitted by the Contractor including those submitted at the time ofbid shall be in sufficient detail to indicate the type, size, arrangement, materialdescription, Bill of Materials, weight of each component, break-up for packingand shipment, dimensions, internal & the external connections, fixingarrangement required and any other information specifically requested in thespecifications. The bidder shall submit the execution program of the contract inthe form of Bar Chart in MS Project. A list of exhaustive drawings and theirtentative submission programme shall be submitted before the start of work.5.4.2 Each drawing submitted by the Contractor shall be clearly marked with the nameof the Employer, the unit designation, the specifications title, the specificationnumber and the name of the Project. If standard catalogue pages are submitted,the applicable items shall be indicated therein. All titles, noting, markings andwritings on the drawing shall be in English. All the dimensions should be inmetric units.5.4.3 Further work by the Contractor shall be in strict accordance with these drawingsand no deviation shall be permitted without the written approval of the Employer,if so required.5.5 The review of these data by the Employer will cover only general conformance ofthe data to the specifications and documents interfaces with the equipmentprovided under the specifications, external connections and of the dimensionswhich might affect substation layout. This review by the Employer may notindicate a thorough review of all dimensions, quantities and details of theequipment, materials, any devices or items indicated or the accuracy of theinformation submitted. This review and/or approval by the Employer shall not beconsidered by the Contractor, as limiting any of his responsibilities and liabilitiesfor mistakes and deviations from the requirements, specified under thesespecifications and documents._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 258 of 566


5.6 All manufacturing and fabrication work in connection with the equipment prior tothe approval of the drawings shall be at the Contractor’s risk. The Contractor maymake any changes in the design which are necessary to make the equipmentconform to the provisions and intent of the Contract and such changes will againbe subject to approval by the Employer. Approval of Contractor’s drawing orwork by the Employer shall not relieve the contractor of any of his responsibilitiesand liabilities under the Contract.5.7 All engineering data submitted by the Contractor after final process includingreview and approval by the Employer shall form part of the ContractDocument and the entire works performed under these specifications shall beperformed in strict conformity, unless otherwise expressly requested by theEmployer in Writing.5.8 Approval ProcedureThe scheduled dates for the submission of the drawings as well as for, anydata/information to be furnished by the Employer would be discussed andfinalized at the time of award. The following schedule shall be followed generallyfor approval and for providing final documentation.i) Approval/comments/ As per agreedby Employer on initialschedulesubmissionii) Resubmission Within 3 (three) weeks(whenever from date of comments required, including both ways postaltime).iii) Approval or commentsWithin 3 weeks of receipt ofresubmission.iv) Furnishing of distribution 2 weeks from the date of final copiesin bound volumeapproval(5 copies for substation)v) Furnishing of distribution copies of test reports(a) Type test reports2 weeks from the date of final (onecopy for substation)(b) Routine Test Reports(two copy for substation)-dovi)Furnishing of instruction/ As per agreed schedule_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 259 of 566


operation manuals (4 copiesfor substation)vii) RTFs of drawings-do-(one set for substation.)(viii) Video CD-dohighlighting installation andmaintenance techniques/requirements of circuit breaker& isolators (one for substation)(ix) As built drawings & RTFs On completion of entire works(Two sets for substation)(x) ROM optical disks for all as -dobuilt drawings (one for substation)Note:(1) The contractor may please note that all resubmissions must incorporate allcomments given in the earlier submission by the Employer or adequatejustification for not incorporating the same must be submitted failing whichthe submission of documents is likely to be returned.(2) The drawings which are required to be referred frequently during executionshould be submitted on cloth lined paper. The list of such drawings shall befinalized with the Contractor at the time of Award.(3) All major drawings should be submitted in Auto CAD Version 12 or better.(4) The instruction Manuals shall contain full details of drawings of allequipment being supplied under this contract, their exploded diagrams withcomplete instructions for storage, handling, erection, commissioning,testing, operation, trouble shooting, servicing and overhauling procedures.(5) If after the commissioning and initial operation of the substation, theinstruction manuals require any modifications/ additions/changes, the sameshall be incorporated and the updated final instruction manuals shall besubmitted by the Contractor to the Employer.(6) The Contractor shall furnish to the Employer catalogues of spare parts._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 260 of 566


5.9 The major drawing as per Annexure-C shall be submitted as per schedule finalizebefore award of contract. Some other drawings which are not indicated inAnnexure-D, but form an integral part of contract shall also be submitted.6.0 Material/ Workmanship6.1 General Requirement6.1.1 Where the specification does not contain references to workmanship, equipment,materials and components of the covered equipment, it is essential that the samemust be new, of highest grade of the best quality of their kind, conforming to bestengineering practice and suitable for the purpose for which they are intended.6.1.2 In case where the equipment, materials or components are indicated in thespecification as “similar” to any special standard, the Employer shall decide uponthe question of similarity. When required by the specification or when required bythe Employer the Contractor shall submit, for approval, all the informationconcerning the materials or components to be used in manufacture. Machinery,equipment, materials and components supplied, installed or used without suchapproval shall run the risk of subsequent rejection, it being understood that thecost as well as the time delay associated with the rejection shall be borne by theContractor.6.1.3 The design of the Works shall be such that installation, future expansions,replacements and general maintenance may be undertaken with a minimum oftime and expenses. Each component shall be designed to be consistent with itsduty and suitable factors of safety, subject to mutual agreements. All joints andfastenings shall be devised, constructed and documented so that the component_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 261 of 566


parts shall be accurately positioned and restrained to fulfill their required function.In general, screw threads shall be standard metric threads.The use of other thread forms will only be permitted when prior approval hasbeen obtained from the Employer.6.1.4 Whenever possible, all similar part of the Works shall be made to gauge and shallalso be made interchangeable with similar parts. All spare parts shall also beinterchangeable and shall be made of the same materials and workmanship as thecorresponding parts of the Equipment supplied under the Specification. Wherefeasible, common component units shall be employed in different pieces ofequipment in order to minimize spare parts stocking requirements. All equipmentof the same type and rating shall be physically and electrically interchangeable.All materials and equipment shall be installed in strict accordance with themanufacturer’s recommendation(s). Only first-class work in accordance with thebest modern practices will be accepted. Installation shall be considered as beingthe erection of equipment at its permanent location. This, unless otherwisespecified, shall include unpacking, cleaning and lifting into position, grouting,leveling, aligning, coupling of or bolting down to previously installed equipmentbases/foundations, performing the alignment check and final adjustment prior toinitial operation, testing and commissioning in accordance with themanufacturer’s tolerances, instructions and the Specification. All factoryassembled rotating machinery shall be checked for alignment and adjustmentsmade as necessary to reestablish the manufacturer’s limits suitable guards shall beprovided for the protection of personnel on all exposed rotating and / or movingmachine parts and shall be designed for easy installation and removal formaintenance purposes. The spare equipment(s) shall be installed at designatedlocations and tested for healthiness.6.1.6 The Contractor shall apply oil and grease of the proper specification to suit themachinery, as is necessary for the installation of the equipment. Lubricants usedfor installation purposes shall be drained out and the system flushed throughwhere necessary for applying the lubricant required for operation. The Contractorshall apply all operational lubricants to the equipment installed by him._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 262 of 566


6.1.7 All oil, grease and other consumables used in the Works/ Equipment shall bepurchased in India unless the Contractor has any special requirement for thespecific application of a type of oil or grease not available in India. In such case,he shall declare in the proposal, where such oil or grease is available. He shallhelp Employer in establishing equivalent Indian make and Indian Contractor. Thesame shall be applicable to other consumables too.6.1.8 A cast iron or welded steel base plate shall be provided for all rotating equipmentwhich are to be installed on a concrete base unless otherwise agreed to by theEmployer. Each base plate shall support the unit and its drive assembly, shall beof design with pads for anchoring the units, shall have a raised up all around andshall have threaded in air connections, if so required.6.1.9 Seismic withstand test procedures for equipments shall be in line with theprocedure given at Annexure-A respectively.6.2 Provisions for Exposure to Hot and Humid climateOutdoor equipment supplied under the specification shall be suitable for serviceand storage under tropical conditions of high temperature, high humidity, heavyrainfall and environment favorable to the growth of fungi and mildew. The indoorequipments located in non air-conditioned areas shall also be of same type.6.2.1 Space Heaters6.2.1.1 The heaters shall be suitable for continuous operation at 240 V AC supplyvoltage. On-off switch and fuse shall be provided.6.2.1.2 One or more adequately rated thermostatically connected heaters shall be suppliedto prevent condensation in any compartment. The heaters shall be installed in thecompartment and electrical connections shall be made sufficiently away frombelow the heaters to minimize deterioration of supply wire insulation. The heatersshall be suitable to maintain the compartment temperature to preventcondensation.6.2.1.3 Suitable anti condensation heaters with the provision of thermostat shall beprovided.6.2.2 Fungi Static Varnish_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 263 of 566


Besides the space heaters, special moisture and fungus resistant varnish shall beapplied on parts which may be subjected or predisposed to the formation of fungidue to the presence or deposit of nutrient substances. The varnish shall not beapplied to any surface of part where the treatment will interfere with the operationor performance of the equipment. Such surfaces or parts shall be protected againstthe application of the varnish.6.2.3 Ventilation openingWherever ventilation is provided, the compartments shall have ventilationopenings with fine wire mesh of brass to prevent the entry of insects and to reduceto a minimum the entry of dirt and dust. Outdoor compartment openings shall beprovided with shutter type blinds and suitable provision shall be made so as toavoid any communication of air / dust with any part in the enclosures of theControl Cabinets, Junction boxes and Marshalling Boxes, panels etc.6.2.4 Degree of ProtectionThe enclosures of the Control Cabinets, Junction boxes and Marshalling Boxes,panels etc. to be installed shall provide degree of protection as detailed hereunder:a) Installed out door: IP- 55b) Installed indoor in air conditioned area: IP-31c) Installed in covered area: IP-42d) Installed indoor in non air conditioned area where possibility of entry ofwater is limited: IP-41.e) For LT Switchgear (AC & DC distribution Boards) : IP-42The degree of protection shall be in accordance with IS:13947 (Part-I) / IEC-947(Part-I) / IS 12063 / IEC 529. Type test report for degree of protection test, oneach type of the box shall be submitted for approval.6.3 Rating Plates, Name Plates and Labels6.3.1 Each main and auxiliary item of 33 KV GIS Substation is to have permanentlyattached to it in a conspicuous position a rating plate of non-corrosive materialupon which is to be engraved manufacturer’s name, year of manufacture,equipment name, type or serial number together with details of the loading_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 264 of 566


conditions under which the item of substation in question has been designed tooperate, and such diagram plates as may be required by the Employer. The ratingplate of each equipment shall be according to IEC requirement.6.3.2 All such nameplates, instruction plates, CB, CT, VT, SA, Isolators and Relay &Protection panels equipments shall be bilingual with Hindi inscription firstfollowed by English. Alternatively two separate plates one with Hindi and theother with English inscriptions may be provided.6.4 First Fill Of Consumables, Oil and LubricantsAll the first fill of consumables such as oils, lubricants, filling compounds, touchup paints, soldering/brazing material for all copper piping of circuit breakers andessential chemicals etc. which will be required to put the equipment coveredunder the scope of the specifications, into successful Operation, shall be furnishedby the Contractor unless specifically excluded under the exclusions in thesespecifications and documents.7.0 Design Improvements / Coordination7.1 The bidder shall note that the equipment offered by him in the bid only shall beaccepted for supply. However, the Employer or the Contractor may proposechanges in the specification of the equipment or quality thereof and if theEmployer & contractor agree upon any such changes, the specification shall bemodified accordingly.7.2 If any such agreed upon change is such that it affects the price and schedule ofcompletion, the parties shall agree in writing as to the extent of any change in theprice and/or schedule of completion before the Contractor proceeds with thechange. Following such agreement, the provision thereof, shall be deemed to havebeen amended accordingly.7.3 The Contractor shall be responsible for the selection and design of appropriateequipments to provide the best co-ordinated performance of the entire system.The basic design requirements are detailed out in this Specification. The design ofvarious components, subassemblies and assemblies shall be so done that itfacilitates easy field assembly and maintenance._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 265 of 566


7.4 The Contractor has to coordinate designs and terminations with the agencies (ifany) who are Consultants/Contractor for the Employer. The names of agenciesshall be intimated to the successful bidders.7.5 The Contractor will be called upon to attend design co-ordination meetings withthe Engineer, other Contractor’s and the Consultants of the Employer (if any)during the period of Contract. The Contractor shall attend such meetings at hisown cost at New Delhi or at mutually agreed venue as and when required andfully cooperate with such persons and agencies involved during those discussions.8.0 Quality Assurance Programme8.1 To ensure that the equipment and services under the scope of this Contractwhether manufactured or performed within the Contractor’s Works or at his Subcontractor’spremises or at the Employer’s site or at any other place of Work arein accordance with the specifications, the Contractor shall adopt suitable qualityassurance programme to control such activities at all points necessary. Suchprogramme shall be broadly outlined by the contractor and finalized afterdiscussions before the award of contract. The detailed programme shall besubmitted by the contractor after the award of contract and finally accepted byDTL after discussion. However, in case detailed valid programme approved byDTL for the equipment already exist, same would be followed till its validity. Aquality assurance programme of the contractor shall generally cover thefollowing:(a) His organization structure for the management and implementation of theproposed quality assurance programme:(b) Documentation control system;(c) Qualification data for bidder’s key personnel;(d) The procedure for purchases of materials, parts components and selection ofsub-Contractor’s services including vendor analysis, source inspection,incoming raw material inspection, verification of material purchases etc.(e) System for shop manufacturing and site erection controls including processcontrols and fabrication and assembly control;_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 266 of 566


(f) Control of non-conforming items and system for corrective actions;(g) Inspection and test procedure both for manufacture and field activities.(h) Control of calibration and testing of measuring instruments and fieldactivities;(i) System for indication and appraisal of inspection status;(j) System for quality audits;(k) System for authorizing release of manufactured product to the Purchaser.(l) System for maintenance of records;(m) System for handling storage and delivery; and(n) A quality plan detailing out the specific quality control measures andprocedures adopted for controlling the quality characteristics relevant toeach item of equipment furnished and/or services rendered. The Employeror his duly authorized representative reserves the right to carry out qualityaudit and quality surveillance of the system and procedure of theContractor/his vendor’s quality management and control activities.8.2 Quality Assurance DocumentsThe contractor would be required to submit all the Quality Assurance Documentsas stipulated in the Quality Plan at the time of Employer’s inspection ofequipment/material.9.0 Type Testing, Inspection, Testing & Inspection Certificate9.1 All equipment being supplied shall conform to type tests including additional typetests as per technical specification and shall be subject to routine tests inaccordance with requirements stipulated under respective sections. Employerreserves the right to witness any or all the tests. The Contractor shall intimate theEmployer the detailed program about the tests atleast three (3) weeks in advancein case of domestic supplies & six (6) weeks in advance in case of foreignsupplies.9.2 The offered equipment should be type tested as per relevant latest IEC. Thereports for all type tests as per latest IEC shall be furnished by the Contractoralong with equipment / material drawings at the time of bid submission. The typetests conducted should have either been conducted in accredited laboratory(accredited based on ISO / IEC Guide 25 / 17025 or EN 45001 by the nationalaccreditation body of the country where laboratory is located) or witnessed by the_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 267 of 566


Representative (s) of DTL/ Power Grid/NTPC. In the event of any discrepancy inthe test reports i.e. any test report not acceptable due to any design /manufacturing changes (including substitution of components) or due tononcompliance with the requirement stipulated in the Technical Specification notcarried out, the bid shall be rejected.9.3 The Employer intends to repeat the type tests and additional type tests on Cablesand battery chargers for which test charges shall be payable as per provision ofcontract. The price of conducting type tests and additional type tests shall beincluded in Bid price and break up of these shall be given in the relevant scheduleof Bid Proposal Sheets. These Type test charges would be considered in bidevaluation. In case Bidder does not indicate charges for any of the type tests ordoes not mention the name of any test in the price schedules, it will be presumedthat the particular test has been offered free of charge. Further, in case any Bidderindicates that he shall not carry out a particular test, his offer shall be consideredincomplete and shall be liable to be rejected. For outdoor receptacles, trefoilclamps, diesel engine, alternator, motors, cable glands and junction boxes, typetesting and type test reports as per relevant standard shall be submitted forEmployer’s approval.9.4 The Employer, his duly designated representative and/or outside inspectionagency acting on behalf of the Employer shall have at all reasonable times freeaccess to the Contractor’s/sub-vendors premises or Works and shall have thepower at all reasonable times to inspect and examine the materials andworkmanship of the Works during its manufacture or erection if part of the Worksis being manufactured or assembled at other premises or works, the Contractorshall obtain for the Engineer and for his duly authorized representative permissionto inspect as if the works were manufactured or assembled on the Contractor’sown premises or works. Inspection may be made at any stage of manufacture,dispatch or at site at the option of the Employer and the equipment if foundunsatisfactory due to bad workmanship or quality, material is liable to be rejected.9.5 The Contractor shall give the Employer /Inspector thirty (30) days written noticeof any material being ready for joint testing including contractor and DTL. Suchtests shall be to the Contractor’s account except for the expenses of the Inspector.The Employer / inspector, unless witnessing of the tests is virtually waived, will_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 268 of 566


attend such tests within thirty (30) days of the date of which the equipment isnotified as being ready for test/inspection, failing which the Contractor mayproceed alone with the test which shall be deemed to have been made in theInspector’s presence and he shall forthwith forward to the Inspector duly certifiedcopies of tests in triplicate.9.6 The Employer or Inspector shall, within fifteen (15) days from the date ofinspection as defined herein give notice in writing to the Contractor, of anyobjection to any drawings and all or any equipment and workmanship which inhis opinion is not in accordance with the Contract. The Contractor shall give dueconsideration to such objections and shall either make the modifications that maybe necessary to meet the said objections or shall confirm in writing to theEmployer /Inspector giving reasons therein, that no modifications are necessary tocomply with the Contract.9.7 When the factory tests have been completed at the Contractor’s or Sub-Contractor’s works, the Employer/inspector shall issue a certificate to this effectwithin fifteen (15) days after completion of tests but if the tests are not witnessedby the Employer /Inspector, the certificate shall be issued within fifteen (15) daysof receipt of the Contractor’s Test certificate by the Engineer/Inspector. Failure ofthe Employer /Inspector to issue such a certificate shall not prevent the Contractorfrom proceeding with the Works. The completion of these tests or the issue of thecertificate shall not bind the Employer to accept the equipment should, it, onfurther tests after erection, be found not to comply with the Contract. Theequipment shall be dispatched to site only after approval of test reports andissuance of CIP by the Employer.9.8 In all cases where the Contract provides for tests whether at the premises or at theworks of the Contractor or of any Sub-Contractor, the Contractor except whereotherwise specified shall provide free of charge such items as labour, materials,electricity, fuel, water, stores, apparatus and instruments as may be reasonablydemanded by the Employer /Inspector or his authorized representative to carry outeffectively such tests of the equipment in accordance with the Contract and shallgive facilities to the Employer/ Inspector or to his authorized representative toaccomplish testing._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 269 of 566


9.9 The inspection by Employer and issue of Inspection Certificate thereon shall in noway limit the liabilities and responsibilities of the Contractor in respect of theagreed quality assurance programme forming a part of the Contract.9.10 The Employer will have the right of having at his own expenses any other test(s)of reasonable nature carried out at Contractor’s premises or at site or in any otherplace in addition of aforesaid type and routine tests, to satisfy that the materialcomply with the specification.9.11 The Employer reserves the right for getting any field tests not specified inrespective sections of the technical specification conducted on the completelyassembled equipment at site. The testing equipments for these tests shall beprovided by the Employer.10. Tests10.1 Pre-Commissioning TestsOn completion of erection of the equipment and before charging, each item of theequipment shall be thoroughly cleaned and then inspected jointly by the Employerand the Contractor for correctness and completeness of installation andacceptability for charging, leading to initial pre-commissioning tests at Site. Thelist of pre-commissioning tests to be performed is given in respective chapters andshall be included in the Contractor’s quality assurance programme.10.2 Commissioning Tests10.2.1 The testing equipments required for testing and commissioning shall be arrangedby the Contractor.10.2.2 The specific tests requirement on equipment have been brought out in therespective chapters of the technical specification.10.3 The Contractor shall be responsible for obtaining statutory clearances from theconcerned authorities for commissioning the equipments of 33KV GISSubstation. However necessary fee shall be reimbursed by DTL on production ofrequisite documents.11.0 Packaging & Protection11.1 All the equipments shall be suitably protected, coated, covered or boxed andcrated to prevent damage or deterioration during transit, handling and storage atSite till the time of erection. On request of the Employer, the Contractor shall also_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 270 of 566


submit packing details/associated drawing for any equipment/material under hisscope of supply, to facilitate the Employer to repack any equipment/material at alater date, in case the need arises. While packing all the materials, the limitationfrom the point of view of availability of Railway wagon sizes in India should betaken into account. The Contractor shall be responsible for any loss or damageduring transportation, handling and storage due to improper packing. Anydemurrage, wharfage and other such charges claimed by the transporters, railwaysetc. shall be to the account of the Contractor. Employer takes no responsibility ofthe availability of the wagons.11.2 All coated surfaces shall be protected against abrasion, impact, discoloration andany other damages. All exposed threaded portions shall be suitably protected witheither a metallic or a non-metallic protecting device. All ends of all valves andpiping and conduit equipment connections shall be properly sealed with suitabledevices to protect them from damage.12.0 FINISHING OF METAL SURFACES12.1 All metal surfaces shall be subjected to treatment for anti-corrosion protection.All ferrous surfaces for external use unless otherwise stated elsewhere in thespecification or specifically agreed, shall be hot-dip galvanized after fabrication.High tensile steel nuts & bolts and spring washers shall be electro galvanized toservice condition 4. All steel conductors including those used forearthing/grounding (above ground level) shall also be galvanized according to IS:2629.12.2 Hot Dip Galvanizing12.2.1 The minimum weight of the zinc coating shall be 610 gm/sq. m and minimumthickness of coating shall be 85 microns for all items thicker than 6mm. For itemslower than 6mm thickness requirement of coating thickness shall be as perrelevant ASTM. For surface which shall be embedded in concrete, the zinccoating shall be 610 gm/sq. m minimum.12.2.2 The galvanized surfaces shall consist of a continuous and uniform thick coating ofzinc, firmly adhering to the surface of steel. The finished surface shall be cleanand smooth and shall be free from defects like discoloured patches, bare spots,_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 271 of 566


unevenness of coating, spelter which is loosely attached to the steel globules,spiky deposits, blistered surface, flaking or peeling off, etc. The presence of anyof these defects noticed on visual or microscopic inspection shall render thematerial liable to rejection.12.2.3 After galvanizing. no drilling or welding shall be performed on the galvanizedparts of the equipment excepting that nuts may be threaded after galvanizing.Sodium dichromate treatment shall be provided to avoid formation of white rustafter hot dip galvanization.12.2.4 The galvanized steel shall be subjected to six one minute dips in copper sulphatesolution as per IS-2633.12.2.5 Sharp edges with radii less than 2.5 mm shall be able to withstand fourimmersions of the Standard Preece test. All other coatings shall withstand siximmersions. The following galvanizing tests should essentially be performed asper relevant Indian Standards:- Coating thickness- Uniformity of zinc- Adhesion test- Mass of zinc coating12.2.6 Galvanised material must be transported properly to ensure that galvanisedsurfaces are not damaged during transit. Application of zinc rich paint at site shallnot be allowed.12.3 Painting12.3.1 All sheet steel work shall be degreased, pickled, phosphated in accordance withthe IS-6005 “Code of practice for phosphating iron and sheet”. All surfaces,which will not be easily accessible after shop assembly, shall beforehand betreated and protected for the life of the equipment. The surfaces, which are to befinished painted after installation or require corrosion protection until installation,shall be shop painted with at least two coats of primer. Oil, grease, dirt and swarfshall be thoroughly removed by emulsion cleaning. Rust and scale shall beremoved by pickling with dilute acid followed by washing with running water,rinsing with slightly alkaline hot water and drying._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 272 of 566


12.3.2 After phosphating, thorough rinsing shall be carried out with clean water followedby final rinsing with dilute dichromate solution and oven drying. The phosphatecoating shall be sealed with application of two coats of ready mixed, stoving typezinc chromate primer. The first coat may be “flash dried” while the second coatshall be stoved.12.3.3 After application of the primer, two coats of finishing synthetic enamel paint shallbe applied, each coat followed by stoving. The second finishing coat shall beapplied after inspection of first coat of painting.12.3.4 The exterior colour of the paint shall be as per shade no: 631 of IS-5 and insideshall be glossy white for all equipment, marshalling boxes, junction boxes, controlcabinets, panels etc. unless specifically mentioned under respective sections of theequipments. Each coat of primer and finishing paint shall be of slightly differentshade to enable inspection of the painting. A small quantity of finishing paintshall be supplied for minor touching up required at site after installation of theequipments.12.3.5 In case the Bidder proposes to follow his own standard surface finish andprotection procedures or any other established painting procedures, likeelectrostatic painting etc., the procedure shall be submitted along with the Bids forEmployer’s review & approval.13.0 Handling, Storing and Installation13.1 In accordance with the specific installation instructions as shown onmanufacturer’s drawings or as directed by the Employer or his representative, theContractor shall unload, store, erect, install, wire, test and place into commercialuse all the equipment included in the contract. Equipment shall be installed in aneat, workman like manner so that it is level, plumb, square and properly alignedand oriented. Commercial use of switchyard equipment means completion of allsite tests specified and energisation at rated voltage.13.2 Contractor may engage manufacturer’s Engineers to supervise the unloading,transportation to site, storing, testing and commissioning of the various equipmentbeing procured by them separately. Contractor shall unload, transport, store, erect,_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 273 of 566


test and commission the equipment as per instructions of the manufacturer’ssupervisory Engineer(s) and shall extend full cooperation to them.13.3 In case of any doubt/misunderstanding as to the correct interpretation ofmanufacturer’s drawings or instructions, necessary clarifications shall be obtainedfrom the Employer. Contractor shall be held responsible for any damage to theequipment consequent to not following manufacturer’s drawings/instructionscorrectly.13.4 Where assemblies are supplied in more than one section, Contractor shall makeall necessary mechanical and electrical connections between sections includingthe connection between buses. Contractor shall also do necessaryadjustments/alignments necessary for proper operation of circuit breakers,isolators and their operating mechanisms. All components shall be protectedagainst damage during unloading, transportation, storage, installation, testing andcommissioning. Any equipment damaged due to negligence or carelessness orotherwise shall be replaced by the Contractor at his own expense.13.5 Contractor shall be responsible for examining all the shipment and notify theEmployer immediately of any damage, shortage, discrepancy etc. for the purposeof Employer’s information only. The Contractor shall submit to the Employerevery week a report detailing all the receipts during the weeks. However, theContractor shall be solely responsible for any shortages or damages in transit,handling and/or in storage and erection of the equipment at Site. Any demurrage,wharfage and other such charges claimed by the transporters, railways etc. shallbe to the account of the Contractor.13.6 The Contractor shall be fully responsible for the equipment/material until thesame is handed over to the Employer in an operating condition aftercommissioning. Contractor shall be responsible for the maintenance of theequipment/material while in storage as well as after erection until taken over byEmployer, as well as protection of the same against theft, element of nature,corrosion, damages etc.13.7 Where material / equipment is unloaded by Employer before the Contractorarrives at site or even when he is at site, Employer by right can hand over the_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 274 of 566


same to Contractor and there upon it will be the responsibility of Contractor tostore the material in an orderly and proper manner.13.8 The Contractor shall be responsible for making suitable indoor storage facilities,to store all equipment which require indoor storage.13.9 The words ‘erection’ and ‘installation’ used in the specification are synonymous.13.10 Exposed live parts shall be placed high enough above ground to meet therequirements of electrical and other statutory safety codes.13.11 The design and workmanship shall be in accordance with the best engineeringpractices to ensure satisfactory performance throughout the service life. If at anystage during the execution of the Contract, it is observed that the erectedequipment(s) do not meet the above minimum clearances as given in clause 4.7.1the Contractor shall immediately proceed to correct the discrepancy at his risksand cost.13.12 Equipment BasesA cast iron or welded steel base plate shall be provided for all rotating equipmentwhich is to be installed on a concrete base unless otherwise agreed to by theEmployer. Each base plate shall support the unit and its drive assembly, shall beof a neat design with pads for anchoring the units, shall have a raised lip allaround, and shall have threaded drain connections.14.0 Tools and TacklesThe Contractor shall supply with the equipment one complete set of all specialtools and tackles for the erection, assembly, dis-assembly and maintenance of theequipment. However, these tools and tackles shall be separately, packed andbrought on to Site.15.0 Auxiliary Supply15.1 The sub-station auxiliary supply is normally met through a system having thefollowing parameters. The auxiliary power for station supply, including theequipment drive, cooling system of any equipment, lighting etc shall be designed_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 275 of 566


for the specified Parameters as under. The DC supply for the instrumentationsystem shall also conform to the parameters as indicated in the following.——————————————————————————————————-----------Normal Variation Frequency Phase NeutralVoltage in Voltage in Hz /Wireconnection——————————————————————————————————-----------415V +/- 10% 50 +/- 5% 3/ 4 Wire Solidly Earthed.240V +/- 10% 50 +/- 5% 1/2 Wire Solidly Earthed.220V 190V to 240V DC 2 wire Isolated System50V DC 2 wire system (+) earthed——————————————————————————————————-----------Combined variation of voltage and frequency shall be limited to +/- 10%.16.0 Support StructureThe Contractor is required to supply standard structures of various equipments.Bidder may also refer relevant Clauses of Section (Civil) in this regard.17.0 Clamps and Connectors Including Terminal Connectors:17.1 All power clamps and connectors shall conform to IS:5561 & NEMA CC1 andshall be made of materials listed below :a) For connecting ACSR conductors Aluminum alloy casting,Conforming to designation A6 of IS:617 and all test shall conform to IS:617b) For connecting Bimetallic connectors madeequipment terminalsfrom aluminum alloy casting, madeof copper withconforming to designation A6ACSR conductorsof IS 617 with 2mm thickbimetallic liner and all testshall conform to IS:617c) For connecting G.I wire Galvanized mild steel shieldd) i) Bolts, nuts & i) Electro-galvanized for sizesPlain, washersbelow M12, for others hot dipgalvanized.ii) Spring washers ii) Electro-galvanized mildfor items steel suitable for atleast‘a’ to ‘c’service condition-3 as perIS:1573._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 276 of 566


17.2 Each equipment shall be supplied with the necessary terminals and connectors, asrequired by the ultimate design for the particular installation discussed andfinalized during detailed engineering.17.3 Where copper to aluminum connections are required, bi-metallic clamps shall beused, which shall be properly designed to ensure that any deterioration of theconnection is kept to a minimum and restricted to parts which are not currentcarrying or subjected to stress. The design details of the joint shall be furnished tothe Employer by the Contractor.17.4 Low voltage connectors, grounding connectors and accessories for grounding allequipment as specified in each particular case, are also included in the scope ofWork.17.5 No current carrying part of any clamp shall be less than 10 mm thick..All ferrous parts shall be hot dip galvanized. Copper alloy liner of minimum 2mm thickness shall be cast integral with aluminum body for Bi-metallic clamps.17.6 All casting shall be free from blow holes, surface blisters, cracks and cavities. Allsharp edges and corners shall be blurred and rounded off.17.7 Flexible connectors, braids or laminated straps made for the terminal clamps forbus posts shall be suitable for both expansion or through (fixed/sliding) typeconnection of 4" IPS Al. tube as required. In both the cases the clamp height (topof the mounting pad to centre line of the tube) should be same.17.8 Clamp shall be designed to carry the same current as the conductor and thetemperature rise shall be equal or less than that of the conductor at the specifiedambient temperature. The rated current for which the clamp/connector is designedwith respect to the specified reference ambient temperature, shall also be indeliblymarked on each component of the clamp/connector, except on the hardware.17.9 All current carrying parts shall be designed and manufactured to have minimumcontact resistance.17.10 Tests17.10.1 Clamps and connectors should be type tested as per IS:5561 and shall also besubjected to routine tests as per IS:5561. Following type test reports on three_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 277 of 566


samples of similar type shall be submitted for approval as per clause 9.2 aboveexcept for sl. no.(ii) & (iii) for which type test once conducted shall be applicable(i.e. the requirement of test conducted within last five years shall not beapplicable).i) Temperature rise test (maximum temperature rise allowed is 35° C over50°C ambient)ii) Short time current testiii) Resistance test and tensile test18.0 Control Cabinets, Junction Boxes, Terminal Boxes & Marshalling Boxes18.1 All types of boxes, cabinets etc. shall generally conform to & be tested inaccordance with IS-5039/IS-8623, IEC-439, as applicable, and the clauses givenbelow:18.2 Control cabinets, junction boxes, Marshalling boxes & terminal boxes shall bemade of sheet steel or aluminum enclosure and shall be dust, water and verminproof. Sheet steel used shall be atleast 2.0 mm thick cold rolled or 2.5 mm hotrolled. The box shall be properly braced to prevent wobbling. There shall besufficient reinforcement to provide level surfaces, resistance to vibrations andrigidity during transportation and installation. In case of aluminum enclosed boxthe thickness of aluminum shall be such that it provides adequate rigidity and longlife as comparable with sheet steel of specified thickness.18.3 Cabinet/boxes shall be free standing floor mounting type, wall mounting type orpedestal mounting type as per requirements. A canopy and sealing arrangementsfor operating rods shall be provided in marshalling boxes / Control cabinets toprevent ingress of rain water.18.4 Cabinet/boxes shall be provided with double hinged doors with padlockingarrangements. The distance between two hinges shall be adequate to ensureuniform sealing pressure against atmosphere. The quality of the gasket shall besuch that it does not get damaged / cracked during the operation of the equipment.18.5 All doors, removable covers and plates shall be gasketed all around with suitablyprofiled EPDM gaskets. The gasket shall be tested in accordance with approvedquality plan. The quality of gasket shall be such that it does not get damaged /_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 278 of 566


cracked during the ten years of operation of the equipment or its major overhaulwhichever is earlier.All gasketed surfaces shall be smooth straight and reinforced if necessary tominimize distortion and to make a tight seal. Ventilating Louvers, if provided,shall have screen and filters. The screen shall be fine wire mesh made of brass.18.6 All boxes/cabinets shall be designed for the entry of cables from bottom by meansof weather proof and dust-proof connections. Boxes and cabinets shall bedesigned with generous clearances to avoid interference between the wiringentering from below and any terminal blocks or accessories mounted within thebox or cabinet. Suitable cable gland plate projecting at least 150 mm above thebase of the marshalling kiosk/box shall be provided for this purpose along withthe proper blanking plates. Necessary number of cable glands shall be suppliedand fitted on this gland plate. The gland shall project at least 25mm above glandplate to prevent entry of moisture in cable crutch. Gland plate shall have provisionfor some future glands to be provided later, if required. The Nickel plated glandsshall be dust proof, screw on & double compression type and made of brass. Thegland shall have provision for securing armour of the cable separately and shall beprovided with earthing tag. The glands shall conform to BS:6121.18.7 A 240V, single phase, 50 Hz, 15 amp AC plug and socket shall be provided in thecabinet with ON-OFF switch for connection of hand lamps. Plug and socket shallbe of industrial grade.18.8 For illumination, a 20 Watts fluorescent tube or 15 watts CFL shall be provided.The switching of the fittings shall be controlled by the door switch.18.9 All control switches shall be of rotary switch type and Toggle/piano switchesshall not be accepted.18.10 Positive earthing of the cabinet shall be ensured by providing two separateearthing pads. The earth wire shall be terminated on to the earthing pad andsecured by the use of self etching washer. Earthing of hinged door shall be doneby using a separate earth wire.18.11 The bay marshalling kiosks shall be provided with danger plate and a diagramshowing the numbering/connection/feruling by pasting the same on the inside ofthe door._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 279 of 566


18.12 a) The following routine tests alongwith the routine tests as per IS:5039 shallalso be conducted:i) Check for wiringii) Visual and dimension checkb) The enclosure of bay marshalling kiosk, junction box, terminal box for outdoorequipment shall conform to IP-55 as per IS:13947 including application of,2.5 KV rms for 1 (one) minute, insulation resistance and functional test afterIP-55 test.19.0 Auxiliary Switches (Applicable for Isolators and Circuit Breakers)The following type test reports on auxiliary switches shall be submitted forapproval :-(a) Electrical endurance test - A minimum of 2000 operation for 2A D. C. witha time constant greater than or equal to 20 millisecond with a subsequentexamination of mV drop/visual defects/temperature rise test.(b) Mechanical endurance test. A minimum of 1,00,000 operations with asubsequent checking of contact pressure test/visual examination.(c) Heat run test on contacts.(d) IR/HV test etc.20.0 Terminal Blocks and Wiring20.1 Control and instrument leads from the switchboards or from other equipment willbe brought to terminal boxes or control cabinets in conduits. All inter-phase andexternal connections to equipment or to control cubicles will be made throughterminal blocks.20.2 Terminal blocks shall be 1100 V grade and have continuous rating to carry themaximum expected current on the terminals. These shall be of moulded piece,complete with insulated barriers, stud type terminals, washers, nuts and lock nuts.Screw clamp, overall insulated, insertion type, rail mounted terminals can be used_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 280 of 566


in place of stud type terminals. But preferably the terminal blocks shall be nondisconnectingstud type equivalent to Elmex type CATM4, Phoenix cage clamptype of Wago or equivalent.20.3 Terminal blocks for current transformer and voltage transformer secondary leadsshall be provided with test links and isolating facilities. The current transformersecondary leads shall also be provided with short circuiting and earthing facilities.20.4 The terminal shall be such that maximum contact area is achieved when a cable isterminated. The terminal shall have a locking characteristic to prevent cable fromescaping from the terminal clamp unless it is done intentionally.20.5 The conducting part in contact with cable shall preferably be tinned or silverplated however Nickel plated copper or zinc plated steel shall also be acceptable.20.6 The terminal blocks shall be of extensible design.20.7 The terminal blocks shall have locking arrangement to prevent its escape from themounting rails.20.8 The terminal blocks shall be fully enclosed with removable covers of transparent,non-deteriorating type plastic material. Insulating barriers shall be providedbetween the terminal blocks. These barriers shall not hinder the operator fromcarrying out the wiring without removing the barriers.20.9 Unless otherwise specified terminal blocks shall be suitable for connecting thefollowing conductors on each side.a) All circuits except : Minimum of two of 2.5 sq mm copper flexible.CT circuitsb) All CT circuits : Minimum of 4 nos. of 2.5 sq mm copper flexible.20.10 The arrangements shall be in such a manner so that it is possible to safely connector disconnect terminals on live circuits and replace fuse links when the cabinet islive.20.11 Atleast 20 % spare terminals shall be provided on each panel/cubicle/box andthese spare terminals shall be uniformly distributed on all terminals rows.20.12 There shall be a minimum clearance of 250 mm between the First/bottom row ofterminal block and the associated cable gland plate. Also the clearance betweentwo rows of terminal blocks shall be a minimum of 150 mm._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 281 of 566


20.13 The Contractor shall furnish all wire, conduits and terminals for the necessaryinter-phase electrical connections (where applicable) as well as between phasesand common terminal boxes or control cabinets.20.14 All input and output terminals of each control cubicle shall be tested for surgewithstand capability in accordance with the relevant IEC Publications, in bothlongitudinal and transverse modes. The Contractor shall also provide all necessaryfiltering, surge protection, interface relays and any other measures necessary toachieve an impulse withstand level at the cable interfaces of the equipment21.0 Lamps and Sockets21.1 LampsAll incandescent lamps shall use a socket base as per IS-1258, except in the caseof signal lamps.21.2 SocketsAll sockets (convenience outlets) shall be suitable to accept both 5 Amp & 15Amp pin round Standard Indian plugs. They shall be switched sockets withshutters.21.3 Hand LampA 240 Volts, single Phase, 50 Hz AC plug point shall be provided in the interiorof each cubicle with ON-OFF Switch for connection of hand lamps.21.4 Switches and Fuses21.4.1 Each panel shall be provided with necessary arrangements for receiving,distributing, isolating and fusing of DC and AC supplies for various control,signalling, lighting and space heater circuits. The incoming and sub-circuits shallbe separately provided with switch-fuse units. Selection of the main and Subcircuitfuse ratings shall be such as to ensure selective clearance of sub-circuitfaults. Potential circuits for relaying and metering shall be protected by HRCfuses.21.4.2 All fuses shall be of HRC cartridge type conforming to IS:9228 mounted on plugintype fuse bases. Miniature circuit breakers with thermal protection and alarmcontacts will also be accepted. All accessible live connection to fuse bases shall_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 282 of 566


e adequately shrouded. Fuses shall have operation indicators for indicatingblown fuse condition. Fuse carrier base shall have imprints of the fuse rating andvoltage.22.0 Bushings, Hollow Column Insulators, Support Insulators22.1 Bushings shall be manufactured and tested in accordance with IS: 2099 & IEC:137 while hollow column insulators shall be manufactured and tested inaccordance with IEC 233/IS 5621. The support insulators shall be manufacturedand tested as per IS 2544/IEC 168 and IEC 273. The insulators shall also conformto IEC 815 as applicable. The bidder may also offer composite silicon insulator,conforming to IEC-1109.22.2 Support insulators, bushings and hollow column insulators shall be manufacturedfrom high quality porcelain. Porcelain used shall be homogeneous, free fromlaminations, cavities and other flaws or imperfections that might affect themechanical or dielectric quality and shall be thoroughly vitrified tough andimpervious to moisture.22.3 Glazing of the porcelain shall be uniform brown in colour, free from blisters,burrs and similar other defects.22.4 Support insulators/bushings/hollow column insulators shall be designed to haveample insulation, mechanical strength and rigidity for the conditions under whichthey will be used.22.5 When operating at normal rated voltage there shall be no electric dischargebetween the conductors and bushing which would cause corrosion or injury toconductors, insulators or supports by the formation of substances produced bychemical action. No radio interference shall be caused by the insulators/bushingswhen operating at the normal rated voltage.22.6 Bushing porcelain shall be robust and capable of withstanding the internalpressures likely to occur in service. The design and location of clamps and theshape and the strength of the porcelain flange securing the bushing to the tankshall be such that there is no risk of fracture. All portions of the assembledporcelain enclosures and supports other than gaskets, which may in any way be_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 283 of 566


exposed to the atmosphere shall be composed of completely non hygroscopicmaterial such as metal or glazed porcelain.22.7 All iron parts shall be hot dip galvanized and all joints shall be air tight. Surfaceof joints shall be trued up porcelain parts by grinding and metal parts bymachining. Insulator/bushing design shall be such as to ensure a uniformcompressive pressure on the joints.22.8 TestsThe bushing, hollow column insulators and support insulators shall conform totype tests and shall be subjected to routine tests in accordance with IS: 2099 & IS:2544 & IS : 5621. The type test reports shall be submitted for approval.23.0 MotorsMotors shall be “Squirrel Cage” three phase induction motors of sufficient sizecapable of satisfactory operation for the application and duty as required for thedriven equipment and shall be subjected to routine tests as per applicablestandards. The motors shall be of approved make.23.1 Enclosuresa) Motors to be installed outdoor without enclosure shall have hose proofenclosure equivalent to IP 55 as per IS: 4691. For motors to be installedindoor i.e. inside a box, the motor enclosure, shall be dust proof equivalentto IP 44 as per IS: 4691.b) Two independent earthing points shall be provided on opposite sides of themotor for bolted connection of earthing conductor.c) Motors shall have drain plugs so located that they will drain water resultingfrom condensation or other causes from all pockets in the motor casing.d) Motors weighing more than 25Kg. shall be provided with eyebolts, lugs orother means to facilitate lifting.23.2 Operational Featuresa) Continuous motor rating (name plate rating) shall be at least ten (10) percentabove the maximum load demand of the driven equipment at design duty_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 284 of 566


point and the motor shall not be over loaded at any operating point of drivenequipment that will rise in service.b) Motor shall be capable at giving rated output without reduction in theexpected life span when operated continuously in the system having theparticulars as given in Clause 15.0 of this Section.23.3 Starting Requirements:a) All induction motors shall be suitable for full voltage direct-online starting.These shall be capable of starting and accelerating to the rated speed alongwith the driven equipment without exceeding the acceptable windingtemperature even when the supply voltage drops down to 80% of the ratedvoltage.b) Motors shall be capable of withstanding the electro-dynamic stresses andheating imposed if it is started at a voltage of 110% of the rated value.c) The locked rotor current shall not exceed six (6) times the rated full loadcurrent for all motors, subject to tolerance as given in IS: 325.d) Motors when started with the driven equipment imposing full starting torqueunder the supply voltage conditions specified under Clause 15.0 shall becapable of withstanding at least two successive starts from cold condition atroom temperature and one start from hot condition without injurious heatingof winding. The motors shall also be suitable for three equally spread startsper hour under the above referred supply condition.e) The locked rotor withstand time under hot condition at 110% of ratedvoltage shall be more than starting time with the driven equipment ofminimum permissible voltage by at least two seconds or 15% of theaccelerating time whichever is greater. In case it is not possible to meet theabove requirement, the Bidder shall offer centrifugal type speed switchmounted on the motor shaft which shall remain closed for speed lower than20% and open for speeds above 20% of the rated speed. The speed switchshall be capable of withstanding 120% of the rated speed in either directionof rotation.23.4 Running Requirements:_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 285 of 566


a) The maximum permissible temperature rise over the ambient temperature of50 degree C shall be within the limits specified in IS:325 (for 3 - phaseinduction motors) after adjustment due to increased ambient temperaturespecified.b) The double amplitude of motor vibration shall be within the limits specifiedin IS: 4729. Vibration shall also be within the limits specified by therelevant standard for the driven equipment when measured at the motorbearings.c) All the induction motors shall be capable of running at 80% of rated voltagefor a period of 5 minutes with rated load commencing from hot condition.23.5 Testing and CommissioningAn indicative list of tests is given below. Contractor shall perform any additionaltest based on specialties of the items as per the field Q.P./Instructions of theequipment Contractor or Employer without any extra cost to the Employer. TheContractor shall arrange all instruments required for conducting these tests alongwith calibration certificates and shall furnish the list of instruments to theEmployer for approval.(a) Insulation resistance.(b) Phase sequence and proper direction of rotation.(c) Any motor operating incorrectly shall be checked to determine the cause andthe conditions corrected.24.0 Qualifying Technical Requirement of Equipments24.1 Circuit Breakersa. The manufacturer(s) whose SF6 Circuit Breaker are offered should havedesigned, manufactured tested as per IEC/IS or equivalent standard suppliedthe same for the specified system voltage and which are in satisfactoryoperation for at least 2 (two) years as on the date of bid opening.Orb. The manufacturer(s) whose SF6 Circuit Breaker are offered who haverecently established production line in India for the specified system voltage_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 286 of 566


or above class, based on technological support of a parent company orcollaborator for the respective equipment(s) can also be considered providedthe parent company (Principal) or collaborator meets qualifyingrequirements stipulated under clause no 24.1.a given above.AndFurnishes (jointly with parent company or collaborator) a legallyenforceable undertaking to guarantee quality, timely supply, performanceand warranty obligations as specified for the equipment(s)AndFurnishes a confirmation letter from the parent company or collaboratoralong with the bid stating that parent company or collaborator shall furnishperformance guarantee for an amount of 10% of the cost of suchequipment(s). This performance guarantee shall be in addition to contractperformance guarantee to be submitted by the Bidder24.2 IsolatorsThe manufacturer whose isolators are offered, should have designed,manufactured, tested as per IEC/IS or equivalent standard and supplied theisolator for the specified system voltage and fault level and should be insatisfactory operation for at least 2 (two) years as on the date of bid opening.24.3 Instrument TransformersThe manufacturer whose instrument transformers are offered, should havedesigned, manufactured & tested as per IS/IEC or equivalent standard andsupplied the same for the specified system voltage for CT & VT and fault level incase of CT. These equipment should be in satisfactory operation for at least 2(two) years as on the date of bid opening.24.4 Surge ArrestersThe manufacturer whose Surge Arresters are offered should have designed,manufactured and tested as per IEC/IS or equivalent standard and supplied theSurge Arrester for the specified energy capability with rated system voltage andwhich are in satisfactory operation for at least 2 (two) years as on the date of bidopening._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 287 of 566


24.5 Power & Control Cables24.5.1 Applicable for 33 kV, single core, 1000 sq.mm. XLPE PowerCablesThe minimum experience in the manufacture of 33KV cables and accessoriesrequired to qualify the bidder for the award of contract is five years.The manufacturer should have successfully manufactured and supplied at least30Kms. 33KVor higher voltage single core XLPE cable.24.5.3 Applicable for PVC Power & Control CableThe manufacturer, whose PVC Power & Control Cables are offered, should havedesigned, manufactured, tested and supplied in a single contract at least 100 Kmsof 1.1 kV or higher grade PVC insulated power & control cables as on the date ofbid opening. Further the manufacturer should also have designed, manufactured,tested and supplied at least 1 km of 1C x 150 Sq. mm or higher size for powercable and 1 km of 2.5 Sq. mm or higher size for control cable as on the date of bidopening.24.5.4 Applicable for XLPE Power CablesThe Manufacturer, whose XLPE Power cables are offered, should have designed,manufactured, tested and supplied in a single contract atleast 25 Kms of 1.1 kV orhigher grade XLPE insulated power cables as on the date of bid opening. Furtherthe manufacturer should also have designed, manufactured, tested and supplied atleast 1 km of 1C x 1200 Sq. mm or higher size as on the date of bid opening.24.6 LT Switchgear24.6.1 The Manufacturer whose LT Switchgear are offered, should be a manufacturer ofLT Switchboards of the type and rating being offered. He should have designed,manufactured, tested and supplied at least 50 nos. draw out circuit breaker panels,out of which at least 5 nos. should have been with relay and protection schemeswith current transformer. He should have also manufactured at least 50 nos. motorcontrol center panels of the type and rating being offered which should be insuccessful operation as on date of bid opening.24.6.2 The Switchgear items (such as circuit breakers, fuse switch units, contactors etc.),may be of his own make or shall be procured from reputed manufacturers and of_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 288 of 566


proven design. At least one hundred circuit breakers of the make and type beingoffered shall be operating satisfactory as on date of bid opening.24.7 Battery and Battery Charger24.7.1 Requirements for Battery ManufacturersThe manufacturer whose Batteries are offered should have designed,manufactured and supplied DC Batteries of the type specified and being offered,having a capacity of at least 180 AH and these shall be operating satisfactorily fortwo years in power sector and/or industrial installations as on date of bid opening.24.7.2 Requirements for Battery Charger ManufacturersThe manufacturer, whose Battery Chargers are offered, should have designed,manufactured and supplied Battery Chargers generally of the type offered, withstatic automatic voltage regulators and having a continuous output of atleast ten(10)KW and these should be in successful as on the date of bid opening.24.8 Fire Fighting SystemPortable Fire Extinguishers shall also be provided as per the specification given insection- Fire Fighting System (Vol.-II Tech Specification)24.9 Relay & Protection Panels24.9.1 The manufacturer whose Relay & Protection panels and protective relay areoffered should have designed, manufactured, tested, installed and commissionedRelay & Protection panels including protection relays which must be insatisfactory operation on 33kV system for atleast 2 (two) years on the date of bidopening.24.9.2 The Relay & Protection Panel from a manufacturer who has designed,manufactured, tested, installed and commissioned Relay & Protection panelswhich are in satisfactory operation on 220kV system for atleast 2 (two) years onthe date of bid opening can also be offered, provided the protective relay schemesshould be offered from a Contractor who fully meets the requirements stipulatedunder clause 24.9.1 above.Further, in such an event the manufacturer shall furnish an undertaking jointlyexecuted by him and his protective relay schemes supplier, for successfulperformance of the protection system offered._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 289 of 566


ANNEXURE - ASEISMIC WITHSTAND TEST PROCEDURE1 The seismic withstanding test on the complete equipment (except PowerTransformer) shall be carried out along with supporting structure.2 The Bidder shall arrange to transport the structure from his Contractor’spremises/DTL sites for the purpose of seismic withstand test only.3 The seismic level specified shall be applied at the base of the structure. Theaccelerometers shall be provided at the Terminal Pad of the equipment andany other point as agreed by the Employer. The seismic test shall be carriedout in all possible combinations of the equipment. The seismic test procedureshall be furnished for approval of the Employer._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 290 of 566


LIST OF SPECIFICATIONSANNEXURE - B1. GENERAL STANDARDS AND CODESIndia Electricity RulesIndian Electricity ActIndian Electricity (Supply) ActIndian Factories ActIS-5Colors for Ready Mixed Paints and Enamels.IS-335New Insulating Oils.IS-617Aluminium and Aluminium Alloy Ingots andCastings for General Engineering PurposesIS-1448 (P1 to Methods of Test for Petroleum and its Products.P 145)IS-2071 (P1 to P3) Methods of High Voltage Testing.IS-12063Classification of degrees of protection providedby enclosures of electrical equipment.IS-2165P1:1997 Insulation Coordination.P2:1983IS-3043Code of Practice for EarthingIS-6103Method of Test for Specific Resistance(Resistivity) of Electrical Insulating LiquidsIS-6104Method of Test for Interfacial Tension of Oilagainst Water by the Ring MethodIS-6262Method of test for Power factor & DielectricConstant of Electrical Insulating Liquids.IS-6792Method for determination of electric strength ofinsulating oils.IS-5578Guide for marking of insulated conductors.IS-11353Guide for uniform system of marking &identification of conductors & apparatusterminals.IS-8263Methods for Radio Interference Test on Highvoltage Insulators.IS-9224 (Part 1,2&4) Low Voltage FusesIEC-60060 (Part 1to High Voltage Test Techniques_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 291 of 566


4)IEC 60068Environmental TestIEC-60117Graphical SymbolsIEC-60156, Method for the Determination of the ElectricalStrength of Insulation Oils.IEC-60270, Partial Discharge Measurements.IEC-60376Specification and Acceptance of New SulphurHexaflorideIEC-60437Radio Interference Test on High VoltageInsulators.IEC-60507Artificial Pollution Tests on High VoltageInsulators to be used on AC Systems.IEC-60694Common Specification for High VoltageSwitchgear & Control gear Standards.IEC-60815Guide for the Selection of Insulators in respect ofPolluted Conditions.IEC-60865 (P1 & Short Circuit Current - Calculation of effects.P2)ANSI-C.1/NFPA.70 National Electrical CodeANSI-C37.90A Guide for Surge Withstand Capability (SWC)TestsANSI-C63.21, Specification for Electromagnetic Noise andC63.3 Field Strength Instrumentation 10 KHz to 1 GHZC36.4ANSI-C68.1 Techniques for Dielectric TestsANSI-C76.1/EEE21 Standard General Requirements and TestProcedure for Outdoor Apparatus Bushings.ANSI-SI-4Specification for Sound Level MetresANSI-Y32-2/C337.2 Drawing SymbolsANSI-Z55.11 Gray Finishes for Industrial Apparatus andEquipment No. 61 Light GrayNEMA-107T Methods of Measurements of RIV of HighVoltage ApparatusNEMA-ICS-II General Standards for Industrial Control andSystems Part ICSI-109CISPR-1Specification for CISPR Radio InterferenceMeasuring Apparatus for the frequency range0.15 MHz to 30 MHzCSA-Z299.1-1978h Quality Assurance Program RequirementsCSA-Z299.2-1979h Quality Control Program RequirementsCSA-Z299.3-1979h Quality Verification Program RequirementsCSA-Z299.4-1979h Inspection Program Requirements_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 292 of 566


2. GAS INSULATED METAL-ENCLOSED SWITCHGEARIEC 62271-200 Gas Insulated metal-enclosed switchgear for ratedvoltages above 1 kV and upto and including 52kVIEC 60376New sulphur hexafluorideIEC 62271- 100 High voltage alternating current Circuit breakersIEC 60694Common clauses for high voltage Switchgear andcontrol-gear standardsIEC 62271-102 Alternating current disconnectors (isolators) andearthing switches.IEC 60128Alternating current disconnectors. Bus-transfercurrent switching by disconnectors.IEC 66044-1 Current transformersIEC 66044-2 Voltage transformersIEC 60137Bushings for alternating voltages above 1000 VIEC 60859Cable connections for gas-insulated switchgearIEC 60480Guide to checking of sulphur hexafluoride takenfrom electrical equipmentIEC 60099-1/4 Non-linear resistor type arresters for AC systemsIEC 60439Factory-built assemblies of low-voltageswitchgear and control gear.IEC 60427Report on synthetic testing of high-voltagealternating-current circuit breaker.IEEE 80 (2000) IEEE Guide for Safety in AC Substationgrounding.CIGRE-44Earthing of GIS- an application guide.(Electrano.151,Dec’93)3. CIRCUIT BREAKERSIEC-62271-100 High Voltage Alternating Current CircuitBreakersIEC-60427Synthetic Testing of High Voltage alternatingcurrent circuit Breakers.IEC-61264Pressurized Hollow Column Insulators5. CURRENT TRANSFORMERS, VOLTAGE TRANSFORMERSIS-2705- (P1 to P4)IS:3156- (P1 to P4)IS-4379IEC-60044-1IEC-60044-2Current Transformers.Voltage Transformers.Identification of the Contents of Industrial GasCylindersCurrent transformers.Voltage Transformers._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 293 of 566


IEC-60044-4 Instrument Transformers: Measurement of PartialDischargesANSI-C5713 Requirements for Instrument transformersIS-2099Bushings for Alternating Voltages above 1000VIEC-60137Insulated Bushings for Alternating Voltagesabove 1000V6. SURGE ARRESTERSIS-3070 (PART2) Lightning arresters for alternating current systems: Metal oxide lightning arrestors without gaps.IEC-60099-4 Metal oxide surge arrestors without gapsIEC-60099-5 Selection and application recommendationANSI-C62.1 IEE Standards for S A for AC Power CircuitsNEMA-LA 1 Surge Arresters7. CUBICLES AND PANELS & OTHER RELATEDEQUIPMENTSIS-722, IS-1248,IS-3231, 3231 (P-3) Electrical relays for power system protectionIS:5039Distributed pillars for Voltages not Exceeding1000 Volts.IEC-60068.2.2 Basic environmental testing procedures Part 2:Test B: Dry heatIEC-60529Degree of Protection provided by enclosures.IEC-60947-4-1 Low voltage switchgear and control gear.IEC-61095Electromechanical Contactors for household andsimilar purposes.IEC-60439 (P1 & 2) Low Voltage Switch gear and control gearassembliesANSI-C37.20 Switchgear Assemblies, including metal enclosedbus.ANSI-C37.50 Test Procedures for Low Voltage AlternatingCurrent Power Circuit BreakersANSI-C39Electric Measuring instrumentANSI-C83Components for Electric EquipmentIS: 8623: (Part I to 3) Specification for Switchgear & ControlAssemblies.NEMA-AB Moulded Case Circuit and SystemsNEMA-CSIndustrial Controls and SystemsNEMA-PB-1 Panel BoardsNEMA-SG-5 Low voltage Power Circuit breakersNEMA-SG-3 Power Switchgear Assemblies_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 294 of 566


NEMA-SG-6 Power switching EquipmentNEMA-5E-3 Motor Control Centers1248 (P1 to P9) Direct acting indicating analogue electricalmeasuring instruments & their accessories.8. DISCONNECTING SWITCHESIEC-60129Alternating Current Disconnectors (Isolators) andEarthing switchesIEC-1129Alternating Current Earthing Switches InducedCurrent switchingIEC-60265 (Part 1 & High Voltage switches2)ANSI-C37.32 Schedule of preferred Ratings, ManufacturingSpecifications and Application Guide for highvoltage Air Switches, Bus supports and switchaccessoriesANSI-C37.34 Test Code for high voltage air switchesNEMA-SG6 Power switching equipment9. PROTECTION AND CONTROL EQUIPMENTIEC-60051:(P1 Recommendations for Direct Acting indicatingto P9)analogue electrical measuring instruments and theiraccessories.IEC-6025 Electrical relays.(Part 1 to 23)IEC-60297 Dimensions of mechanical structures of the 482.6mm(P1 to P4) (19 inches) series.IEC-60359 Expression of the performance of electrical &electronic measuring equipment.IEC-60387 Symbols for Alternating-Current Electricity meters.IEC-60447 Man machine interface (MMI) – Actuating principles.IEC-60521IEC-60547 Modular plug-in Unit and standard 19-inch rackmounting unit based on NIM Standard (for electronicnuclear instruments)ANSI-81 Screw threadsANSI-B18 Bolts and NutsANSI-C37.1 Relays, Station Controls etc.ANSI-C37.2 Manual and automatic station control, supervisoryand associated tele-metering equipment_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 295 of 566


ANSI-C37.2ANSI-C39.110. MOTORSRelays and relay systems associated with electricpower apparatusRequirements for electrical analog indicatinginstrumentsIS-325IS-4691IEC-60034(P1 to P19)IEC-Document 2Three phase induction motors.Degree of protection provided by enclosure forrotating electrical machinery.Rotating electrical machinesThree phase induction motors (Central Office)NEMA-MGI Motors and Generators11. ELECTRONIC EQUIPMENT AND COMPONENTSMIL-21B, MIL-833& MIL-2750IEC-60068 Environmental testing(P1 to P5)IEC-60326 Printed boards Material and workmanship standards(P1 to P2)IS-1363 (P1 to Hexagon head bolts, screws and nuts of productP3)grade C.IS-1364 (P1 to Hexagon head bolts, screws and nuts of productsP5)grades A and B.IS-3138 Hexagonal Bolts and Nuts (M42 to M150)ISO-898 Fasteners: Bolts, screws and studsASTMSpecification and tests for materials12. CLAMPS & CONNECTORSIS-5561 Electric power connectors.NEMA-CC1 Electric Power connectors for sub stationNEMA-CC 3 Connectors for use between aluminum or Aluminum13. BUS HARDWARE AND INSULATORSIS: 2121 Fittings for Aluminum and steel cored Al conductorsfor overhead power lines.IS-731Porcelain insulators for overhead power lines with anominal voltage greater than 1000 V.IS-2486 (P1 to Insulator fittings for overhead power lines with aP4)nominal voltage greater than 1000 V._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 296 of 566


IEC-60120 Dimensions of Ball and Socket Couplings of stringinsulator units.IEC-60137 Insulated bushings for alternating voltages above1000 V.IEC-60168 Tests on indoor and outdoor post insulators ofceramic material or glass for Systems with NominalVoltages Greater than 1000 V.IEC-60233 Tests on Hollow Insulators for use in electricalequipment.IEC-60273 Characteristics of indoor and outdoor post insulatorsfor systems with nominal voltages greater than1000V.IEC-60305 Insulators for overhead lines with nominal voltageabove 1000V-ceramic or glass insulator units for a.c.systems Characteristics of String Insulator Units ofthe cap and pin type.IEC-60372 Locking devices for ball and socket couplings of(1984)string insulator units : dimensions and tests.IEC-60383 Insulators for overhead lines with a nominal voltage(P1 and P2) above 1000 V.IEC-60433 Characteristics of string insulator units of the longrod type.IEC-60471 Dimensions of Clevis and tongue couplings of stringinsulator units.ANSI-C29 Wet process porcelain insulatorsANSI-C29.1 Test methods for electrical power insulatorsANSI-C92.2 For insulators, wet-process porcelain and toughenedglass suspension typeANSI-C29.8 For wet-process porcelain insulators apparatus, posttypeANSI-G.8 Iron and steel hardwareCISPR-7B Recommendations of the CISPR, tolerances of formand of Position, Part 1ASTM A-153 Zinc Coating (Hot-Dip) on iron and steel hardware14. STRAIN AND RIGID BUS-CONDUCTORIS-2678 Dimensions & tolerances for Wrought Aluminum andAluminum Alloys drawn round tube.IS-5082 Wrought Aluminum and Aluminum Alloy Bars.Rods, Tubes and Sections for Electrical purposes._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 297 of 566


ASTM-B 230-82 Aluminum 1350 H19 Wire for electrical purposesASTM-B 231-81 Concentric - lay - stranded, aluminum 1350conductorsASTM-B 221 Aluminum - Alloy extruded bar, road, wire, shapeASTM-B 236-83 Aluminum bars for electrical purpose (Busbars)ASTM-B 317-83 Aluminum-Alloy extruded bar, rod, pipe andstructural shapes for electrical purposes (BusConductors)15. BATTERIES AND BATTERIES CHARGER BATTERYIS:1651 Stationary Cells and Batteries, Lead-Acid Type (withTubular Positive Plates)IS:1652 Stationary Cells and Batteries, Lead-Acid Type (withPlante Positive Plates)IS:1146 Rubber and Plastic Containers for Lead-Acid StorageBatteriesIS:6071 Synthetic Separators for Lead-Acid BatteriesIS:266 Specification for Sulphuric AcidIS:1069 Specification for Water for Storage BatteriesIS:3116 Specification for Sealing Compound for Lead- AcidBatteriesIS:1248 Indicating Instruments16. BATTERY CHARGERIS:3895 Mono-crystalline Semiconductor Rectifier Cells andStacksIS:4540 Mono-crystalline Semiconductor Rectifier Assembliesand Equipment.IS:6619 Safety Code for Semiconductor Rectifier EquipmentIS:2026 Power TransformersIS:2959 AC Contactors for Voltages not Exceeding 1000 VoltsIS:1248 Indicating InstrumentsIS:2208 HRC FusesIS:13947(Part-3)Air break switches, air break disconnectors & fusecombination units for voltage not exceeding 1KV AC or1200V DCIS:2147 Degree of protection provided by enclosures for lowvoltage switchgear and controlgear.IS:6005 Code of practice for phosphating of Iron and SteelIS:3231 Electrical relays for power system protectionIS:3842 Electrical relay for AC SystemsIS:5Colours for ready mix paint_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 298 of 566


IEEE-484Recommended Design for installation design andinstallation of large lead storage batteries for generatingstations and substations.IEEE485 Sizing large lead storage batteries for generating stationsand substations17. WIRES AND CABLESASTMD-2863 Measuring the minimum oxygen concentration tosupport candle like combustion of plastics (oxygenindex)IS-694 PVC insulated cables for working voltages upto andincluding 1100 Volts.IS-1255 Code of practice for installation and maintenance ofpower cables, upto and including 33 kV ratingIS-1554 PVC insulated (heavy duty) electric cables (part 1) for(P1 and P2) working voltage upto and including 1100 V.Part (2) for working voltage from 3.3 kV upto andincluding 11kV.IS:1753 Aluminium conductor for insulated cablesIS:2982 Copper Conductor in insulated cables.IS-3961 Recommended current ratings for cables.(P1 to P5)IS-3975 Mild steel wires, formed wires and tapes for armouringof cables.IS-5831 PVC insulating and sheath of electric cables.IS-6380 Elastometric insulating and sheath of electric cables.IS-7098 Cross linked polyethylene insulated PVC sheathedcables for working voltage upto and including 1100volts.IS-7098 Cross-linked polyethylene insulated PVC sheathedcables for working voltage from 3.3kV upto andincluding 33 kV.IS-8130 Conductors for insulated electrical cables and flexiblecords.IS-1753 Aluminum Conductors for insulated cables.IS-10418 Specification for drums for electric cables.IEC-60096 Radio Frequency cables.(part 0 to p4)IEC-60183 Guide to the Selection of High Voltage Cables.IEC-60189 Low frequency cables and wires with PVC insulation_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 299 of 566


(P1 to P7) and PVC sheath.IEC-60227 Polyvinyl Chloride insulated cables of rated voltages up(P1 to P7) to and including 450/750V.IEC-60228 Conductors of insulated cablesIEC-60230 Impulse tests on cables and their accessories.IEC-60287 Calculation of the continuous current rating of cables(P1 to P3) (100% load factor).IEC-60304 Standard colours for insulation for low frequency cablesand wires.IEC-60331 Fire resisting characteristics of Electric cables.IEC-60332 Tests on electric cables under fire conditions.(P1 to P3)IEC-60502 Extruded solid dielectric insulated power cables for ratedvoltages from 1 kV upto to 30 kVIEC-754 Tests on gases evolved during combustion of electric(P1 and P2) cables.18. GALVANIZINGIS-209 Zinc IngotIS-2629 Recommended Practice for Hot-Dip galvanizing on ironand steel.IS-2633 Methods for testing uniformity of coating of zinc coatedarticles.ASTM-A-123 Specification for zinc (Hot Galavanizing) Coatings, onproducts Fabricated from rolled, pressed and forged steelshapes, plates, bars and strips.ASTM-A-121- Zinc-coated (Galvanized) steel barbed wire7719. PAINTINGIS-6005 Code of practice for phosphating of iron and steel.ANSI-Z551 Gray finishes for industrial apparatus and equipmentSSPEC Steel structure painting council20. FIRE PROTECTION SYSTEMFire protection manual issued by tariff advisory committee (TAC) of India21. HORIZONTAL CENTRIFUGAL PUMPSIS:1520 Horizontal centrifugal pumps for clear, cold and freshwaterIS:9137 Code for acceptance test for centrifugal & axial pumpsIS:5120 Technical requirement-Rotodynamic special purposepumpsAPI-610 Centrifugal pumps for general services22. HYDRAULIC INSTITUTES STANDARDSBS:599 Methods of testing pumpsPTC-8.2 Power Test Codes - Centrifugal pumps_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 300 of 566


24. PIPING VALVES & SPECIALITIESIS:636 Non percolating flexible fire fighting delivery hoseIS:638 Sheet rubber jointing and rubber inserting jointingIS:778 Gun metal gate, globe and check valves for generalpurposeIS:780 Sluice valves for water works purposes (50 to 300 mm)IS:901 Couplings, double male and double female instantaneouspattern for fire fightingIS:902 Suction hose couplings for fire fighting purposesIS:903 Fire hose delivery couplings branch pipe nozzles andnozzle spannerIS:1538 Cast iron fittings for pressure pipes for water, gas andsewageIS:1903 Ball valve (horizontal plunger type) including floats forwater supply purposesIS:2062 SP for weldable structural steelIS:2379 Colour Code for the identification of pipelinesIS:2643 Dimensions of pipe threads for fastening purposesIS:2685 Code of Practice for selection, installation andmaintenance of sluice valvesIS:2906 Sluice valves for water-works purposes (350 to 1200mm size)IS:3582 Basket strainers for fire fighting purposes (cylindricaltype)IS:3589 Electrically welded steel pipes for water, gas and sewage(150 to 2000 mm nominal diameter)IS:4038 Foot valves for water works purposesIS:4927 Unlined flax canvas hose for fire fightingIS:5290 Landing valves (internal hydrant)IS:5312 Swing check type reflex (non-return) valves (Part-I)IS:5306 Code of practice for fire extinguishing installations andequipment on premisesPart-IHydrant systems, hose reels and foam inletsPart-II Sprinkler systemsBS:5150 Specification for cast iron gate valves25. MOTORS & ANNUNCIATION PANELSIS:325 Three phase induction motorsIS:900 Code of practice for installation and maintenance ofinduction motorsIS:996 Single phase small AC and universal electric motorsIS:1231 Dimensions of three phase foot mounted induction_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 301 of 566


motorsIS:2148 Flame proof enclosure of electrical apparatusIS:2223 Dimensions of flange mounted AC induction motorsIS:2253 Designations for types of construction and mountingarrangements of rotating electrical machinesIS:2254 Dimensions of vertical shaft motors for pumpsIS:3202 Code of practice for climate proofing of electricalequipmentIS:4029 Guide for testing three phase induction motorsIS:4691 Degree of protection provided by enclosure for rotatingelectrical machineryIS:4722 Rotating electrical machinesIS:4729 Measurement and evaluation of vibration of rotatingelectrical machinesIS:5572 Classification of hazardous areas for electrical (Part-I)installations (Areas having gases and vapours)IS:6362 Designation of methods of cooling for rotating electricalmachinesIS:6381 Construction and testing of electrical apparatus with typeof protection ‘e’IS:7816 Guide for testing insulation for rotating machineIS:4064 Air break switchesIECThree Phase Induction Motor (Control Office) 432DOCUMENT 2VDE 0530 Part Three Phase Induction MotorI/66IS:922 (Part-II) HRC FusesIS:6875 Push Button and Control SwitchesIS:694 PVC Insulated cablesIS:1248 Indicating instrumentsIS:375 Auxiliary wiring & busbar markingsIS:2147 Degree of protectionIS:5Colour Relay and timersIS:2959 Contactors26. PG TEST PROCEDURESNFPA-13 Standard for the installation of sprinkler systemNFPA-15 Standard for water spray fixed system for the fireprotectionNFPA-12A Standard for Halong 1301 Fire Extinguishing SystemNFPA-72E Standard on Antomatic Fire Detectors Fire ProtectionManual by TAC (Latest Edition)NFPA-12 Standard on Carbon dioxide extinguisher systemsIS:3034 Fire of industrial building: Electrical generating and_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 302 of 566


IS:2878IS:2171IS:94027. D.G. SETIS:10002IS:10000IS:4722IS:12063IS:12065distributing stations code of practiceCO2 (Carbon dioxide) Type ExtinguisherDC (Dry Chemical Powder) typePressurised Water TypeSpecification for performance requirements for constantspeed compression ignition (diesel engine) for generalpurposesMethod of tests for internal combustion enginesRotating electrical machines-specificationDegree of protection provided by enclosuresPermissible limit of noise levels for rotating electricalmachines.28. INDIAN EXPLOSIVE ACT 193229. STEEL STRUCTURESIS-228 (1992) Method of Chemical Analysis of pig iron, cast iron andplain carbon and low alloy steels.IS-802 Code of practice for use of structural steel in overhead(P1 to 3:) transmission line towers.IS-806 Code of practice for use of steel tubes in generalbuilding constructionIS-808 Dimensions for hot rolled steel beam, column channeland angle sections.IS-814 Covered electrodes for manual arc welding of carbon ofcarbon manganese steel.IS-816 Code of Practice for use of metal arc welding for generalconstruction in Mild steelIS-817 Code of practice for training and testing of metal arcwelders. Part 1 : Manual Metal arc welding.IS-875 Code of practice for design loads (other than earthquake)(P1 to P4) for buildings and structures.IS-1161 Steel tubes for structural purposes.IS-1182 Recommended practice for radiographic examination offusion welded butt joints in steel plates.IS-1363 Hexagonal head bolts, screws & nuts of products(P1 to P3) grade C.IS-1364 Hexagon head bolts, screws and nuts of product gradesA and B.IS-1367 Technical supply condition for threaded steel fasteners._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 303 of 566


(P1 to P18)IS-1599 Methods for bend test.IS-1608 Method for tensile testing of steel products.IS-1893 Criteria for earthquake resistant design of structures.IS-1978 Line Pipe.IS-2062 Steel for general structural purposes.IS-2595 Code of practice for Radiographic testing.IS-3063 Single coil rectangular section spring washers for bolts,nuts and screws.IS-3664 Code of practice for ultrasonic pulse echo testing bycontact and immersion methods.IS-7205 Safety code for erection of structural steel work.IS-9595 Recommendations for metal arc welding of carbon andcarbon manganese steels.ANSI-B18.2.1 Inch series square and Hexagonal bolts and screwsANSI-B18.2.2 Square and hexagonal nutsANSI-G8.14 Round head boltsASTM-A6 Specification for General Requirements for rolled steelplates, shapes, sheet piling and bars of structural useASTM-A36 Specifications of structural steelASTM-A47 Specification for malleable iron castingsASTM-A143 Practice for safeguarding against embrilement of HotGalvanized structural steel products and procedure fordetaching embrilementASTM-A242 Specification for high strength low alloy structural steelASTM-A283 Specification for low and intermediate tensile strengthcarbon steel plates of structural qualityASTM-A394 Specification for Galvanized steel transmission towerbolts and nutsASTM-441 Specification for High strength low alloy structuralmanganese vanadium steel.ASTM-A572 Specification for High strength low alloy colombium-Vanadium steel of structural qualityAWS D1-0 Code for welding in building construction weldinginspectionAWS D1-1 Structural welding codeAISCAmerican institute of steel constructionNEMA-CG1 Manufactured graphite electrodes30. PIPING AND PRESSURE VESSELSIS-1239 Mild steel tubes, tubulars and other wrought steel fittings(Part 1 and 2)IS-3589 Seamless Electrically welded steel pipes for water, gas_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 304 of 566


and sewage.IS-6392 Steel pipe flangesASME Boiler and pressure vessel codeASTM-A120 Specification for pipe steel, black and hot dipped, zinccoated(Galvanized) welded and seamless steel pipe forordinary useASTM-A53 Specification for pipe, steel, black, and hot dipped, zinccoated welded and seamlessASTM-A106 Seamless carbon steel pipe for high temperature serviceASTM-A284 Low and intermediate tensile strength carbon-siliconsteel plates for machine parts and general construction.ASTM-A234 Pipe fittings of wrought carbon steel and alloy steel formoderate and elevated temperaturesASTM-S181 Specification for forgings, carbon steel for generalpurpose pipingASTM-A105 Forgings, carbon steel for piping componentsASTM-A307 Carbon steel externally threaded standard fastenersASTM-A193 Alloy steel and stainless steel bolting materials for hightemperature serviceASTM-A345 Flat rolled electrical steel for magnetic applicationsASTM-A197 Cupola malleable ironANSI-B2.1 Pipe threads (Except dry seal)ANSI-B16.1 Cast iron pipe flanges and ganged fitting. Class 25, 125,250 and 800ANSI-B16.1 Malleable iron threaded fittings, class 150 and 300ANSI-B16.5 Pipe flanges and flanged fittings, steel nickel alloy andother special alloysANSI-B16.9 Factory-made wrought steel butt welding fittingsANSI-B16.11 Forged steel fittings, socket-welding and threadedANSI-B16.14 Ferrous pipe plug, bushings and locknuts with pipethreadsANSI-B16.25 Butt welding endsANSI-B18.1.1 Fire hose couplings screw thread.ANSI-B18.2.1 Inch series square and hexagonal bolts and screwsANSI-B18.2.2 Square and hexagonal nutsNSI-B18.21.1 Lock washersANSI-B18.21.2 Plain washersANSI-B31.1 Power pipingANSI-B36.10 Welded and seamless wrought steel pipeANSI-B36.9 Stainless steel pipe31. OTHER CIVIL WORKS STANDARDSIS-269 33 grade ordinary portland cement.IS2721 Galvanized steel chain link fence fabric_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 305 of 566


IS-278IS-383IS-432(P1 and P2)IS-456IS-516IS-800IS-806IS-1172IS-1199IS-1566IS-1742IS-1785IS-1786IS-1811IS-1893IS-2062IS-2064IS-2065IS-2090IS-2140IS-2470(P1 & P2)IS-2514IS-2645IS-3025(Part 1 to 48)IS-4091Galvanized steel barbed wire for fencing.Coarse and fine aggregates from natural sources forconcrete.Mild steel and medium tensile steel bars and hard-dawnsteel wire for concrete reinforcement.Code of practice for plain and reinforced concrete.Method of test for strength of concrete.Code of practice for general construction in steel.Steel tubes for structural purposes.Basic requirements for water supply, drainage andsanitation.Methods of sampling and analysis of concrete.Hard-dawn steel wire fabric for concrete reinforcement.Code of Practice for Building drainage.Plain hard-drawn steel wire for pre-stressed concrete.High strength deformed Steel Bars and wires forconcrete reinforcement.Methods of sampling Foundry sands.Criteria for earthquake resistant design of structures.Steel for general structural purposes.Selection, installation and maintenance of sanitaryappliances-code of practices.Code of practice for water supply in buildings.High tension steel bars used in prestressed concrete.Standard Galvanized steel wire for fencing.Code of practice for installation of septic tanks.Concrete vibrating tables.Integral cement waterproofing compounds.Methods of sampling and test (Physical and chemical)for water and waste water.Code of practice for design and construction offoundations for transmission line towers and poles.IS-4111 Code of practice for ancillary structures in sewerage(Part 1 to P5) system.IS-4990 Plywood for concrete shuttering work.IS-5600 Sewage and drainage pumps.32. NATIONAL BUILDING CODE OF INDIA 1970USBR E12 Earth Manual by United States Department of theASTM-A392-81ASTM-D1557-interior Bureau of ReclamationZinc/Coated steel chain link fence fabrictest for moisture-density relation of soils using 10-lb_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 306 of 566


80 (4.5 kg) rame land 18-in. (457 mm) Drop.ASTM-D1586 Penetration Test and Split-Barrel(1967) Sampling of SoilsASTM-D2049-69ASTM-D2435BS-5075CPWDTest Method for Relative Density of Cohesion less SoilsTest method for Unconsolidated, (1982) - UndrainedStrengths of Cohesive Soils in Triaxial Compression.Specification for accelerating Part I Admixtures,Retarding Admixtures and Water Reducing Admixtures.Latest CPWD specifications33. GALVANISED STEEL EARTHWIREIS:1521 Method for Tensile Testing ISO/R:89-1959 of SteelWireIS:1778 Reels and Drums for Bare ConductorsIS:2629 Recommended practice for Hot Dip Galvanising on Ironand Steel.IS:2633 Methods for testing Uniformity of Coating of ZincCoated Articles.IS:4826 Hot dip Galvanised Coatings ASTM:A 475-72a onRound Steel Wires BS:443-1969IS:6745 Method for Determination BS:443-1969of mass of ZincCoating on Zinc coated Iron and Steel Articles.IS:209 Zinc ingot BS:3463-1961IS:398 (Pt. Ito5:1992)Aluminum Conductors for BS:215 (Part-II) overheadtransmission purposes.34. LIGHTING FIXTURES AND ACCESSORIESIS:1913 General and safety requirements for electric lightingfittings.IS:3528 Water proof electric lighting fittings.IS:4012 Dust proof electric lighting fittings.IS:10322 Industrial lighting fittings with metal reflectors.IS:10322 Industrial lighting fittings with plastic reflectors.IS:2206 Well glass lighting fittings for use under ground in mines(non-flameproof type).IS:10322 Specification for flood light.IS:10322 Specification for decorative lighting outfits.IS:10322 Luminaries for street lightingIS:2418 Tubular fluorescent lampsIS:9900 High pressure mercury vapour lamps.IS:1258 Specification for Bayonet lamp fluorescent lamp._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 307 of 566


IS:3323 Bi-pin lamp holder tubular fluorescent lamps.IS:1534(Part-I) Ballasts for use in fluorescent lighting fittings.IS:1569 Capacitors for use in fluorescent lighting fittings.IS:2215 Starters for fluorescent lamps.IS:3324 Holders for starters for tubular fluorescent lampsIS:418 GLS lampsIS:3553 Water tight electric fittingsIS:2713 Tubular steel polesIS:280 MS wire for general engg. purposes35. CONDUITS, ACCESSORIES AND JUNCTION BOXESIS:9537 Rigid steel conduits for electrical wiringIS:3480 Flexible steel conduits for electrical wiringIS:2667 Fittings for rigid steel conduits for electrical wiringIS:3837 Accessories for rigid steel conduits for electrical wiringIS:4649 Adaptors for flexible steel conduits.IS:5133 Steel and Cast Iron BoxesIS:2629 Hot dip galvanising of Iron & Steel.36. LIGHTING PANELSIS:13947 LV Switchgear and Control gear(Part 1 to 5)IS:8828 Circuit breakers for over current protection for household and similar installations.IS:5Ready mix paintsIS:2551 Danger notice platesIS:2705 Current transformersIS:9224 HRC Cartridge fuse links for voltage above 650V(Part-2)IS:5082 Wrought aluminum and Al. alloys, bars, rods, tubes andsections for electrical purposes.IS:8623 Factory built Assemblies of Switchgear and ControlGear for voltages upto and including 1000V AC and1200V DC.IS:1248 Direct Acting electrical indicating instruments37. ELECTRICAL INSTALLATIONIS:1293 3 pin plugIS:371 Two to three ceiling rosesIS:3854 Switches for domestic and similar purposesIS:5216 Guide for safety procedures and practices in electricalwork.IS:732 Code of practice for electrical wiring installation (systemvoltage not exceeding 650 Volts.)IS:3043 Code of practice for earthing.IS:3646 Code of practice of interior illumination part II & III.IS:1944 Code of practice for lighting of public through fares.IS:5571 Guide for selection of electrical equipment for hazardous_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 308 of 566


areas.IS:800 Code of practice for use of structural steel in generalbuilding construction.IS:2633 Methods of Testing uniformity of coating on zinc coatedarticles.IS:6005 Code of practice for phosphating iron and steel.38. LT SWITCHGEARIS:8623 (Part-I) Specification for low voltage switchgear and controlgear assembliesIS:13947 Specification for low voltage switchgear and control(Part-I) gear, Part 1 General RulesIS:13947 Specification for low voltage switchgear and control(part-2) gear, Part 2 circuit breakers.IS:13947 Specification for low voltage switchgear and control(part-3) gear.Part 3Switches, Disconnectors, Switch-disconnectors and fusecombination unitsIS:13947 Specification for low voltage switchgear and control(part-4) gear.Part 4. Contactors and motors startersIS:13947 Specification for low voltage switchgear and control(part-5) gear.Part 5Control-circuit devices and switching elementsIS:13947 Specification for low voltage switchgear and control(part-6) gear.Part 6Multiple function switching devices.IS:13947 Specification for low voltage switchgear and control(part-7) gear.Part 7Ancillary equipmentsIS:12063 Degree of protection provided by enclosuresIS:2705 Current TransformersIS:3156 Voltage TransformersIS:3231 Electrical relays for power system protectionIS:1248 Electrical indicating instrumentsIS:72239. AC ELECTRICITY METERSIS:5578 Guide for Marking of insulated conductors of apparatusterminalsIS:13703 (part Low voltage fuses for voltage not exceeding 1000V AC1)or 1500V DC Part 1 General RequirementsIS:13703 (part Low voltage fuses for voltage not exceeding 1000V AC_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 309 of 566


2) or 1500V DC Part 2 Fuses for use of authorized personsIS:6005 Code of practice of phosphating iron and steelIS:5082 Wrought Aluminum and Aluminum alloys for electricalpurposesIS:2633 Hot dip galvanizing40. POWER CABLESIEC 62067 Power cable with extruded insulation and theiraccessories for related voltage above 150KV upto 500KVIEC60228(197) Conductor for insulated cablesIEC60229(198) Tests on cable over sheathsIEC60230(196) Impulse tests on cables and their accessoriesIEC60270(198) Partial discharge measurementsIEC60287(1994) Calculation of continuous current carrying capacity andlossesIEC60502 All cables with extruded insulation and their accessories(1998)IEC 60840 Test for power cables with extruded insulation(1988)IEEE 48-1996 Test procedure and requirement for high voltage cableterminationIEEE 404-1993 Joint for use with solid dielectric cablesIEE 635-1989(R Guide for selection and design of aluminums sheaths1994)IS 5216 Guide for safety procedure and practices in electricalworks_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 310 of 566


ANNEXURE – CLIST OF DRAWINGS/DOCUMENTS1. Single Line Diagram2. Electrical Layout – Plan and Sections3. Switchyard structural Layout and Section4. DSLP Calculation and drawing5. Earthmat Design6. Short circuit Force Calculations7. Busbar Design calculations8. Cantilever Strength calculations9. Tension/suspension string insulator and Hardware Assembly GTP anddrawing10. Soil Investigation Report11. Circuit Breakers- GA drawing- GTP- Type test Reports12. CTs_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 311 of 566


- GA drawing- GTP- Type test Reports13 Surge Arrestors- GA drawing- GTP- Type test Reports14 Isolators- GA drawing- GTP- Type test Reports15. Relay Panels- GTP and technical literature- Type test report of Relays/Relays/Equipments16. S/Station Automation- GTP and technical literature, type test reports of panels17. Power cable- Detailed dimensional cross-sectional drawing of the cable.- Detailed dimensional drawing of the end termination arrangement.- Recommended trench cross-section and cable laying arrangement forthe Power-cable18. Civil Works- 33kV GIS cum Control Room Building- Structure Design, Foundation Design & Drg., Plinth Beam Design &Drg. and column Design & Drg. up to G.F. Level- Any extra work related to completion of the project._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 312 of 566


SECTION: IVSPECIFIC EQUIPMENTSTECHNICAL SPECIFICATION FOR SPECIFIC EQUIPMENTSThis part of the document covers detailed technical requirement for the diagnostic toolscomplete with associated components and accessories including required software forstorage of data and interpretation of results etc.1.0 TECHNICAL SPECIFICATION FOR DEW POINT METER.The meter shall be capable of measuring the dew point of SF6 gas of the circuitbreaker/GIS equipment. It should be portable and adequately protected foroutdoor use. The meter shall be provided with dew point hygrometer with digitalindication to display the dew point temperature in degree C, degree F or PPM. Itshould be capable of measuring the corresponding pressure at which dew point isbeing measured.The measurement and use of the instrument must be simple, direct without the useof any other material /chemical like dry ice/acetone etc. It should be batteryoperated with rechargeable batteries.TECHNICAL SPECIFICATION:1. Measuring Range: Upto-100 º C dew point.2. Accuracy: ± 2 º C.3. Display: 4 digit LCD, 0.5 inch high._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 313 of 566


2.0 TECHNICAL SPECIFICATION FOR PORTABLE PD MONITORINGSYSTEM FOR GAS INSULATED SWITCHGEAR2.1 GENERALThe equipment shall be used for detecting different types of defects in GasInsulated Stations (GIS) such as Particles, Loose shields and Partial Dischargesas well as for detection of Partial discharges in other types of equipment such asCable Joints, CTs and PTs.2.1.1 It shall be capable for measuring PD in charged GIS environment as EHVwhich shall have bandwidth in order of 10 KHz – 500 KHz with possibilityto select a wide range of intermediate bandwidths for best measurementresults. The principal of operation shall be on acoustic technique and themethod of measurement shall be non-intrusive. The instrument is able todetect partial discharges in cable joints, terminations, CTs and PTs etc.,with the hot sticks.2.1.2 Detection and measurement of PD and bouncing particles shall bedisplayed on built in large LCD display and the measurement shall bestored in the instrument and further downloadable to a PC for furtheranalysis to locate actual source of PD such as free conducting particles,floating components, voids in spacers, particle on spacer surfaces etc.2.2 TECHNICAL SPECIFICATION:2.2.1 Measurement shall be possible in noisy environment.2.2.2 Stable reading shall be possible in presence of vibrations within complexGIS assemblies, which can produce signals similar to PD.2.2.3 Equipment should have necessary synchronizing circuits to obtain PDcorrelation with power cycle and power frequency.2.2.4 The equipment shall be battery operated with built-in-battery charger. Itshall also be suitable for 230V AC/50 Hz input.2.2.5 Measurement shall be possible in the charged switchyard in the presenceof EMI/EMC. Supplier should have supplied similar detector for GISapplication to other utilities. Performance certificate and the list of usersshall be supplied along with the offer.2.2.6 Instrument shall be supplied with standard accessories i.e., re-locatablesensors with mounting arrangements, connecting cables (duly screened)to sensors, Lap-top PC, diagnostic software, carrying case, rechargeable_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 314 of 566


attery pack with charger suitable for 230V AC, 50Hz supply connectingcables (duly screened) to view in storage.2.2.7 The function of software shall be covering the following:- Data recording, storage and retrieval in computer- Data base analysis- Template analysis for easy location of fault inside the GIS- Evaluation of PD measurement i.e, Amplitude, PhaseSynchronization etc.- Evaluation of bouncing/loose particles with flight time andestimation on size of particle.- Report generation2.2.8 To prove the suitability in charged switchyard condition, practicaldemonstration shall be conducted before acceptance.2.2.9 Supplier shall have “Adequate after sales service” facility in India.2.2.10 Necessary training may be accorded to personnel to make use of the kitfor locating PD sources inside the GIS2.2.11 Instrument shall be robust and conform to relevant standard._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 315 of 566


3.0 THREE PHASE AUTOMATION RELAY TEST KIT.The test kit/set should be capable of performing the following functions in automatic aswell as in manual mode.1. “Steady state” testing of current, voltage, frequency and impedance relays totest the characteristic of protective relays.2. Testing of over fluxing relay and check synchronizing relay.3. Testing of electro-mechanical backup over-current relays for operating currentupto 2x , 5x and 10x rated current (minimum pickup instantaneous and timedelayed characteristics ).4. Testing of frequency relays for rate of change of frequency, minimum pickup,pickup to drop out ratio, under/over frequency setting and time characteristics.5. Testing of distance relays of three phase including features such as powerswing blocking, switch on to fault and when connected to weak system.6. Testing of voltage relay for pickup to drop out ratio, instantaneous andtime delayed characteristics.7. Testing of three winding differential relays (9 current sources) includingchecking of Percentage Bias, Inrush stability, Over excitation stability.8. Programmable Relay test kit should work as—i) Relay test tool for all type of relays mentioned.ii) “Database” to document relay settings.iii) Storage of test history.9. Software programme should be menu driven and should run on Microsoftwindows(98, NT.2000 or latest version).10. The test programme/plan should allow user to define the control parameters tocontrol changes to magnitude, phase and frequency of selected source valuesand allow user to :i) Ramp up/down (at user defined rates) to test the pick up/ dropout values.ii) Step up/step down the magnitude, phase angle of frequency.iii) Quickly find the pick up value.iv) Test the characteristic angle for impendence relays/ directional relays._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 316 of 566


11. The programmable/automatic Relay test kit should be capable of doingsimulation of power system states like pre-fault, fault and post fault conditionsfor dynamic state testing.12. Test program/plan should enable user of creating a number of system states totest protection scheme/relay for realistic fault conditions and should becapable to calculation voltage and current phasors during fault conditions.13. Suitable ANSI-SQL 92 complaint RDBMS Database system to allow user tostore historical test parameters and rest result.14. For observing the performance of distance relay under various grid conditions.The transient and Dynamic testing shall be possible.15. Reply of Distance recorder output through COMTRADE format should bepossible.16. Through Report generation software, it shall be possible to compare previoustest result and deviations can be brought out with permissible tolerance in thereport.17. Through test set –It shall be possible to generate conditions such as breaker failure. Carrier failetc.18. Test kit shall have provision to carryout end test using GPS receivers availableat both local and remote station.Features of Software :Licensed, latest version of automatic testing software certified bymanufacturer only to be supplied to DTL. It shall be WINDOW based and canbe customized by user without knowledge of programming language. Alloperation using software shall be through user friendly GUI ( Graphical UserInterface). Calibration Software & Hardware to be supplied to DTL.Out Put Requirements:(i) Voltage Output: 3 phase, 0-300 V per phase, accuracy: 0.1% orbetter(ii) Current Output : 3 phase, 10 amps per phase, 400 VA at 40 Volts.Accuracy: 0.1 pr better(iii) Phase angle : 0 to 360 degrees.(iv) Frequency: DC to 200 Hz.Other Essential Requirements:_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 317 of 566


(i)(ii)Equipment shall be capable of upgrading to latest versionmanufactured for next 5 Years.An adequate calibration box provided to calibrate the currentand voltage of the test kit. This should be apart from thesoftware calibration.4.0 CONTACT RESISTANCE METERGeneralThe equipment shall measure and display the static contact resistance of circuit breaker,isolator, bus bar joints and earth switches etc: directly in micro-ohms under liveswitchyard conditions.Technical SpecificationRanges: 1999.9 micro ohm, 1999 micro ohm and 19.99m. ohm.Resolution: 0.1 micro ohm, 1 ohm, and 10 micro ohm.Respectively.Accuracy: Value: ±1%: ± 2 digits.Current : 200A DC,Display : Two, 3½ digit ½ inch LCD, for current and resistance Values.Power : 220 VAC ± 10% 50 Hz ± 5%, 30VABattery : Instrument operation on input rechargeable battery (12 V 7 AH Maintenancefree).5.0 CIRCUIT BREAKER OPERATIONAL ANALYSERGeneral : Main Equipment(i) The Computer Aided CB Analyzer system comprising of CB operation unit,programme unit, travel analyzer unit & analysis software should be capable toperform close, open ,close-open, open-close, open-close, open operation on CBunder test, with a facility to introduce time delays between composite operation.(ii) The CB Analyzer should be capable to measure, record and analyze the CBoperation timing.(iii) The CB Analyzer should be able to measure and record current rise and fall oftripping coils as well as of closing coils of all three poles of CB simultaneously.(iv) The CB Analyzer should be capable to measure and record travel and speed ofmovement of operating mechanism of CB._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 318 of 566


(v) The CB Analyzer should be capable to measure and record dynamic contactresistance of main and arcing contacts of CB with injection of minimum 100 Amp.DC current.(vi) The CB Analyzer should be capable to measure pole discrepancy timing.(vii) The CB Analyzer should be capable of measuring contact closing & opening timingup to four (04) main and four(04) no. PIR contact.(viii) The CB Analyzer should be capable to calculate and print all contact closing &opening tuning in tabular form also.(ix) Suitable mounting kits for transducers and sensors, alongwith sensor cable ofsuitable length should be supplied with CB analyzer system.(x) Test leads with suitable clamp and connectors and having length suitable for leadswith suitable clamp and connectors and having length suitable for connection toEHV CBs should be supplied with CB Analyzer system.(xi) Necessary custom built travel transformer cum fixtures suitable for mounting onBHEL/ABB/CGL/Siemens/ALSTOM (132 KV and above) makes of CBs, tomonitor travel related parameters like contact gap. Contact insertion, over traveletc.. should be supplied with CB Analyzer.System Operation hardware/software, peripherals and analysis software.(i) The test report for recording motion should provide test results both in form ofcurve and tables. The tables should consist of calculated CB parameters such asclosing/opening speed etc.(ii) The entry of various data/parameters (pertaining to CB) is possible sing built indisplay of menu.(iii) The battery backup and real time clock should be provided for automatic date andtime functions.(iv) a) The computer aided analysis software should have sampling frequency upto 40KHz or more.b) The analyzer should be capable to record transient phenomenon for durationat least 500 ms.(v) The binary channel accuracy and analogue channel accuracy should besuitable to meet all desired functions (stated above).(vi) The CB analyzer should be provided with facility of down loading data to aIBM compatible PC.(vii) The printer provided with CB analyzer should be preferably a plain paperprinter.(viii) The computer aided CB analysis software should be supported with suitablereport generation.(ix) It should be possible to change scale factor of time axis to enable enlargedview of part of diagram.(x) It should be possible to change amplitude scale to make best use of availablespace._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 319 of 566


(xi)(xii)(xiii)(xiv)(xv)(xvi)It should be possible to study on speed curve, the damping and speedvariations at CB opening and closing time.The CB analyzer should be supplied with portable memory bank to store testresult taken by test kit to enable further down loading to centrally located PC.Window based PC down loading software should be provided with CBanalyzer to facilitate downloading test result from memory bank to PC whereit can be analyzed and stored in proper directory/file.It should be possible to compare present results with previous one. The featureof zooming the graph and moving the cursors on graph, thereby indicatinginstantaneous values of test parameters should also be provided.The latest version of CB analyzer system (hardware’s and software’s) to besupplied and time to time updating of software should be offered.As and when required, technical support for analysis of critical test result to beoffered, on regular basis.Other Essential Requirements.(i) The CB analyzer should operate on power supply of 220 volts(± 10%) at 50Hz(± 5%) frequency.(ii) The CB analyzer should be capable of working in high electro-magnetic andelectrostatic conditions.(iii) The CB analyzer should be capable of functioning accurately inenvironmental condition of temperature 0° to 50° C and humidity (RH) up to95 %( non-condensing).(iv) The CB analyzer should be portable so as to facilitate moment from one siteto other and supplied with suitable transportation case.(v)(vi)The supplier should have adequate after sale service facility.As per ISO: 9001 requirement, calibration certificates for each instrumentshould be supplied.(vii) Installation :a) Indoor/outdoorb) The equipment should be portable easy to handle robust and sturdy, forfield applications.6.0 SF6 Gas leak DetectorThe SF6 gas leak detector shall comprise of circuit breaker operation unit,programme unit, travel analyzer, analyzer software and transducers and otheraccessories.a) The detector shall be free from induced voltage effects.b) The sensing probe shall be such that it can reach all the points on thebreaker where leakage is to be sensed._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 320 of 566


_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 321 of 566


Section VTECHNICAL SPECIFICATIONS FOR FIRE PROTECTION SYSTEM1. 0 INTENT OF SPECIFICATIONThis section covers the design and performance requirements of Portable FireExtinguishers.1.1 It is not the intent to completely specify all details of design and construction.Nevertheless, the system design and equipment shall conform in all respects tohigh standard of engineering, design and workmanship and shall be capable ofperforming in continuous commercial operation in a manner acceptable to theOwner. The system design shall also conform to TAC/ NFPA norms.1.2 The scope of work includes complete installation of fire protection systemwherever it is required.1.3 The equipment offered shall comply with the relevant IEC. The equipmentconforming to any other approved international standards shall meet therequirement called for the latest revision of relevant Indian Standard or shall besuperior.1.4 Ambient temperature for design of all equipment shall be considered as 50 0 C.1.5 The successful bidder shall prepare detailed layout and piping drawing and alsoother drawing such as road, drainage, cable trench, switch yard layout, etc. asfurnished by the Employer during detailed engineering.2.0 CODES AND STANDARDSThe design and installation of complete fire protection system shall comply withthe latest applicable Indian standards wherever Indian standards are not availablerelevant British / I.E.C. / codes shall be followed. The following standards / codesshall be followed in particular.a) Approval certificate should be obtained from Loss Prevention Association(LPA).b) National Fire Codes 1993 of National Fire Protection Association (NFPA)USA._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 322 of 566


The entire fire protection system shall be designed, erected andcommissioned in accordance with the regulation of Tariff. AdvisoryCommittee (TAC). In the absence of TAC regulations NFPA regulationshall be adhered to.3.0 PORTABLE FIRE EXTINGUISHERS3.1 Intent of SpecificationThis specification lays down the requirement regarding fire extinguishers offollowing types:Portable fire extinguishers.a) Dry chemical powder typeb) Carbon Dioxide type3.2 All the extinguishers offered by the Bidder shall be of reputed make and shouldhave been approved by Tariff Advisory Committee of India or any otherinternational authorities like FOC - London/NFPA-USA. Certificates to this effectshall be furnished by the Bidder. All extinguishers shall be ISI marked.3.3 Adequate number of Portable Fire Extinguishers of Dry Chemical Powder andCarbon dioxide shall be provided in suitable location in control room building.These extinguishers will be used during the early phases of fire to prevent itsspread and costly damage.3.3 Design and Construction3.3.1 All the portable extinguishers shall be of freestanding type and shall be capableof discharging freely and completely in upright position.3.3.2 Each extinguisher shall have the instructions for operating the extinguishers onits body itself.3.3.3 All extinguishers shall be supplied with initial charge and accessories as required.3.3.4 Portable type extinguishers shall be provided with suitable clamps for mountingon walls or columns.3.3.5 All extinguishers shall be painted with durable enamel paint of fire red colourconforming to relevant Indian Standards.3.3.7 Dry chemical powder type extinguisher shall conform to IS: 2171.3.3.8 Carbon Dioxide type extinguisher shall conform to IS: 2878._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 323 of 566


3.4 Tests and Inspection3.4.1 Particulars of shop tests and procedure shall be submitted to the Employer beforehand for his approval.3.4.2 A performance demonstration test at site of five (5) percent or one (1) numberwhichever is higher, of the extinguishers shall be carried out by the Contractor.All consumable and replaceable items require for this test would be supplied bythe Contractor without any extra cost to Employer.3.4.3 Performance testing of extinguisher shall be in line of applicable IndianStandards. In case where no Indian Standard is applicable for a particular type ofextinguisher, the method of testing shall be mutually discussed and agreed tobefore placement of order for the extinguishers.3.5 Performance GuaranteeThe contractor shall guarantee all equipment supplied by him against any defectdue to faulty design, material and workmanship. The equipment shall beguaranteed to operate satisfactorily at the rated conditions at site.3.6 PaintingEach fire extinguisher shall be painted with durable enamel paint of fire redcolour conforming to relevant Indian Standards_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 324 of 566


SECTION-VI: LT SWITCHGEARTECHNICAL SPECIFICATION FORLT SWITCHGEAR1.1 CONSTRUCTIONAL DETAILS OF SWITCHBOARD ANDDISTRIBUTION BOARDS1.1.1 All boards shall be of metal enclosed, indoor floor mounted, compartmentalizedconstruction and freestanding type.1.1.2 All board frames, shall be fabricated using suitable mild steel structural sectionsor pressed and shaped cold-rolled sheet steel of thickness not less than 2.0 mm.Frames shall be enclosed in cold-rolled sheet steel of thickness not less than1.6mm. Doors and covers shall also be of cold rolled sheet steel of thickness notless than 1.6 mm. Stiffeners shall be provided wherever necessary.1.1.3 All panel edges and cover/door edges shall be reinforced against distortion byrolling, bending or by the addition of welded reinforcement members.1.1.4 The complete structures shall be rigid, self-supporting free from flaws, twists andbends. All cut-outs be true in shape and devoid of sharp edges.1.1.5 All boards shall be of dust and vermin proof construction and shall be providedwith a degree of protection of IP: 42 as per IS 2147. Provision shall be made in allcompartments for providing IP: 42 degree of protection, when Circuit breaker ormodule trolley, has been removed. All cut-outs shall be provided withneoprene/Synthetic rubber gaskets.1.1.6 Provision of louvers on boards would not be preferred. However, louvers backedwith metal screen are acceptable on the busbar chambers where continuous busbarrating exceeds 1000 Amps.1.1.7 All boards shall be uniform height not exceeding 2450 mm.1.1.8 Boards shall be easily extendible on both sides, by the addition of the verticalsections after removing the end covers.1.1.9 Boards shall be supplied with base frames made of structural steel sections,alongwith all necessary mounting hardware required for welding the base framesto the insert plates.1.1.10 All boards shall be divided into distinct vertical sections, each comprising of :_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 325 of 566


i) A completely enclosed busbar compartment for running horizontaland vertical busbars. Busbar chamber shall be completely enclosedwith metallic portions. Bolted covers shall be provided for accessto horizontal and Vertical bus bars and all joints for repairmaintenance, which shall be feasible without disturbing feedercompartment.ii)iii)iv)Completely enclosed switchgear compartment(s) one for eachcircuit for housing circuit breaker or MCCB or motor starter.A compartment or alley for power and control cables. Cable alleydoor shall preferably be hinged. Cable alley shall have no exposedlive parts, and shall have no communication with busbar chamber.It shall be of atleast 350mm width.A compartment for relays and other control devices associatedwith a circuit breaker.1.1.11 Sheet steel barriers shall be provided between two adjacent vertical panelsrunning to the full height of the switchboard, except for the horizontalbusbar compartment. Each shipping section shall have full metal sheets atboth ends for transport and storage.1.1.12 All equipments associated with a single circuit except MCB circuits shallbe housed in a separate compartment of the vertical section. TheCompartment shall be sheet steel enclosed on all sides with the withdrawalunits in position or removed. The front of the compartment shall beprovided with the hinged single leaf door, with locking facilities.In case of circuits controlled by MCBs, group of MCB feeders can beoffered in common compartment. In such case number of MCB feeder tobe used in a common compartment shall not exceed 4 (four) and front ofMCB compartment, shall have a viewing port of toughen glass sheet forviewing and sheet steel door of module shall be lockable with starknob/panel key.1.1.13 After isolation of power and control circuit connections it shall be possibleto safely carryout maintenance in a compartment with the busbar andadjacent circuit live. Necessary shrouding arrangement shall be providedfor this purpose over the cable terminations located in cable alley.1.1.14 The minimum clearance in air between phases and between phase andearth for the entire run of horizontal and vertical busbars, shall be 25mm.For all other components, the clearance between “two live parts”, “A livepart and an earthed part” and isolating distance shall be at least ten (10)mm throughout. Wherever it is not possible to maintain these clearances,insulation shall be provided by sleeving or barriers. However, for_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 326 of 566


horizontal run of busbar minimum clearance of 25mm should bemaintained even if they are sleeved.1.1.15 The temperature rise of horizontal & vertical busbars when carrying ratedcurrent along its full run shall in no case exceed 55 0 C, with silver platedjoints and 40 0 C with all other type of joints over an outside ambienttemperature of 50 0 C.1.1.16 All single front boards shall be provided with removable bolted covers atthe rear. The covers shall be provided with danger labels.1.1.17 All identical circuit breakers and module chassis of same test size shall befully interchangeable without having to carryout modifications.1.1.18 All Circuit breaker boards shall be of Single Front type, with fully draw-out circuit breakers, which can be drawn out without having to unscrewany connections. The circuit breakers shall be mounted on rollers andguides for smooth movement between SERVICE, TEST and ISOLATEDpositions and for withdrawal from the Switchboard. Testing of the breakershall be possible in the TEST position.1.1.19 Wherever two breaker compartments are provided in the same verticalsection, insulating barriers and shrouds shall be provided in the rear cablecompartment to avoid accidental touch with the live parts of one circuitwhen working on the other circuit.1.1.20 All disconnecting contacts for power circuits shall be of robust design andfully self aligning. Fixed and moving contacts of the power draw-outcontact system shall be silver plated. Both fixed and moving contacts shallbe replaceable.1.1.21 All AC & DC boards shall be of single Front type.1.1.22 All modules shall be fixed type except air circuit breaker module, whichshall be draw-out type.1.1.23 The connections from busbars to the main switch shall be fullyinsulated/shrouded, and securely bolted. The partition between the feedercompartment and cable alley may be non-metallic and shall be suchconstruction as to allow cable cores with lugs to be easily inserted in thefeeder compartment for termination.1.1.24 All equipment and components shall be neatly arranged and shall be easilyaccessible for operation and maintenance. The internal layout of allmodules shall be subject to PURCHASER approval. Bidder shall submitdimensional drawings showing complete internal details of Busbars andmodule components for each type and rating for approval._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 327 of 566


1.1.25 The tentative power and control cable entries shall be from bottom.However, Purchaser reserves the right to alter the cable entries, if required,during detailed engineering, without any additional commercialimplications.1.1.26 Adaptor panels and dummy panels required to meet the various busbararrangements and layouts required shall be included in Bidder’s scope ofwork.1.1.27 All sheet work shall be pre-treated, in tanks, in accordance with IS: 6005.Degreasing shall be done by alkaline cleaning. Rust and scale shall beremoved by pickling with acid. After pickling the parts shall be washed inrunning water. Then these shall be rinsed in slightly alkaline hot water anddried. The phosphate coating shall ‘Class-C’ as specified in IS: 6005. Thephosphated surfaces shall be rinsed and passivated prior to application ofstoved lead oxide primer coating after primer application, two coats offinishing synthetic enamel paint on panels shall be applied, andElectrostatic painting shall also be acceptable.1.1.28 Finishing paint on panels shall be shade 631 of IS:5 unless requiredotherwise by the PURCHASER. The inside shall be properly stoved. Thepaint thickness shall be coated by peel-able compound by spraying methodto protect the finished surfaces from scratches grease dirt and oily spotsduring testing, transportation, handling and erection.1.2 DERATING OF EQUIPMENTS1.2.1 The current ratings of all equipments as specified in the ‘Bill of Materialsare the minimum standards current ratings at a reference ambienttemperature of 50 0 C as per relevant Indian Standards.1.2.2 The Bidder shall indicate clearly the derating factors employed for eachcomponent and furnish the basis for arriving at these derating dulyconsidering the specified ambient temperature of 50 0 C.1.3 POWER BUS BARS AND INSULATORS1.3.1 All AC Distribution Boards shall be provided with three phase buses and aneutral bus bars and the DC Distribution Boards shall be provided withtwo busbars.1.3.2 The bus bars and jumper connections shall be high conductivityaluminium/copper of adequate size the bus bar size calculations shall besubmitted for approval.1.3.3 The Cross-Section of the busbars shall be uniform through out the length ofSwitchgear and shall be adequately supported and braced to withstand the stressesdue to the specified short circuit currents._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 328 of 566


1.3.4 All busbars shall be adequately supported by Non-hygroscopic, non-combustible,track resistant & high strength type Polyester fibre glass Moulded Insulators.Separate supports shall be provided for each phase and neutral busbar. If a busbarsupport is provided anti-tracking barriers shall be provided between the supports.1.3.5 All busbars joints shall be provided with high tensile steel bolts. Belleville/springwashers and nuts, so as to ensure good contacts at the joints. Non-silver platedBusbars joints shall be thoroughly cleaned at the joint locations and suitablecontact grease shall be applied just before making a joint.1.3.6 All busbars shall be colour coded as per IS: 375.1.3.7 The Bidder shall furnish calculations alongwith the bid, establishing the adequacyof busbar sizes for specified current ratings, on the basis of short circuit currentand temperature rise consideration at specified ambient temp.1.4 EARTH BUS1.4.1 A galvanised steel earthing shall be provided at the bottom of each paneland shall extend throughout the length of each switchboard. It shall bewelded/bolted to the frame work of each panel and breaker earthingcontact bar vertical bus shall be provided in each vertical section whichshall in turn be bolted/welded to main horizontal ground bus.1.4.2 The earth bus shall have sufficient cross-section to carry the momentaryshort circuit and short time fault currents to earth as indicated in ‘Bill ofMaterial’s without exceeding the allowable temperature rise.1.4.3 Suitable arrangements shall be provided at each end of the horizontal earthbus for bolting to Purchaser’s earthing conductors. The horizontal earthbus shall project out the switchboard ends and shall have predrilled holesfor this connection. A joint spaced and taps to earth bus shall be madethrough at least two bolts.1.4.4 All non-current metal work of the Switchboard shall be effectively bondedto the earth bus. Electrical conductivity of the whole switchgearenclosures frame work and the truck shall be maintained even afterpainting.1.4.5 The truck and breaker frame shall get earthed while the truck is beinginserted in the panel and positive earthing of the truck and breaker frameshall be maintained in all positions. SERVICE & ISOLATED, as well asthrough out the intermediate travel.1.4.6 Each module frame shall get engaged to the vertical earth bus, before thedisconnecting contacts on these module are engaged to the vertical busbar._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 329 of 566


1.4.7 All metallic cases of relays, instruments and other panel mountedequipments shall be connected to earth by independent standard copperwires of size not less than 2.5 mm sq. Insulation colour code of earthingwires shall be green. Earthing wires shall be connected to terminals withsuitable clamp connections and soldering is not acceptable. Looping ofearth connections which would result in loss of earth connection to thedevices when a device is removed is not acceptable. However, looping ofearth connections between equipment to provide alternative paths or earthbus is acceptable.1.4.8 VT and CT secondary neutral point earthing shall be at one place only, onthe terminal block. Such earthing shall be made through links so thatearthing on one secondary circuit shall be removed without disturbing theearthing of other circuit.1.4.9 All hinged doors shall be earthed through flexible earthing braid.1.4.10 Caution nameplate ‘Caution-Live Terminals’ shall be provided at allpoints where the terminals are like to remain live and isolation is possibleonly at remote end.1.5 AIR CIRCUIT BREAKERS1.5.1 Circuit breakers shall be three-pole air break horizontal drawout type andshall have inherent fault making and breaking capacities as specified in“Technical Parameters”. The circuit breakers which meet specifiedparameter only after provision of releases or any other devices shall not beacceptable.1.5.2 Circuit breakers shall be mounted along with operating mechanism on awheeled carriage. Suitable guides shall be provided to minimisemisalignment of the breaker.1.5.3 There shall be ‘Service’, ‘Test’ and ‘Fully withdrawn positions for thebreakers. In “Test’ position the circuit breaker shall be capable of beingtested for operation without energizing the power circuits i.e. the powercontacts shall be disconnected while Control circuits shall remainundisturbed. Locking facilities shall be provided so as to preventmovement of the circuit breaker from the ‘SERVICE’, ‘TEST’ or FULLYWITHDRAWN’ position. It shall be possible to close the door in TESTposition.1.5.4 All circuit breakers shall be provided with 4 NO and 4 NC potential freeauxiliary contacts. These contacts shall be addition to those required forinternal mechanism of the breaker. Separate limit switches each havingrequired number of contacts shall be provided in both ‘SERVICE &‘TEST’ position of the breaker. All contacts shall be rated for making_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 330 of 566


continuously carrying and breaking 10 Amps at 240 V AC and 1 Amp(Inductive) at 220V DC.1.5.5 Suitable mechanical indications shall be provided on all circuit breakers toshow ‘OPEN’. ‘CLOSE’, ‘SERVICE’, TEST’ and ‘SPRING CHARGED’positions.1.5.6 Main poles of the circuit breakers shall operate simultaneously in such away that the maximum difference between the instants of contactstouching during closing shall not exceed half cycle of rated frequency.1.5.7 All circuit breakers shall be provided with the interlocks as explained infurther clauses.1.5.8 Movement of a circuit breaker between SERVICE AND TEST positionsshall not be possible unless it is OPEN position. Attempted with drawl of aclosed circuit breaker shall trip the circuit breaker.1.5.9 Closing of a circuit breaker shall not be possible unless it is in SERVICE,TEST POSITION or in FULLY WITHDRAWN POSITION.1.5.10 Circuit breaker cubicles shall be provided with safety shutters operatedautomatically by the movement of the circuit breaker carriage to cover thestationery isolated contacts when the breaker is withdrawn. It shallhowever, be possible to open the shutters intentionally, against springpressure for testing purpose.1.5.11 A breaker of particular rating shall be prevented from insertion in acubicle of a different rating.1.5.12 Circuit breakers shall be provided with electrical anti-pumping and tripfeature, even if mechanical antipumping feature is provided.1.5.13 Mechanical tripping shall be possible by means of front mounted RED‘TRIP’ push-button. In case of electrically operated breakers these pushbuttons shall be shrouded to prevent accidental operation.1.5.14 Breaker controlled motors shall operate satisfactorily under the followingconditions :-i) Direct on-line starting of Induction Motors rated 110kW to 220kW with a locked rotor current of seven times the rated current,and starting time of up to 30 seconds.ii)Breaking on-load, full load and locked motor currents of InductionMotors for rated 100 kW to 220kW._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 331 of 566


1.5.15 Means shall be provided to slowly close the circuit breaker in withdrawnposition. If required for inspection and setting of Contacts, in serviceposition slow closing shall not be possible.1.5.16 Power operated mechanism shall be provided with a universal motorsuitable for operation 220V DC Control supply with voltage variationfrom 90% to 110% rated voltage. Motor insulation shall be class ‘E’ orbetter.1.5.17 The motor shall be such that it requires not more than 30 seconds for fullycharging the closing spring.1.5.18 Once the closing springs are discharged, after the one closing operation ofcircuit breaker, it shall automatically initiate, recharging of the spring.1.5.19 The mechanism shall be such that as long as power is available to themotor, a continuous sequence of closing and opening operations shall bepossible. After failure of power supply at least one open-close openoperation shall be possible.1.5.20 Provision shall be made for emergency manual charging and as soon asthis manual charging handle is coupled, the motor shall automatically getmechanically decoupled.1.5.21 All circuit breakers shall be provided with closing and trip coils. Theclosing coils shall operate correctly at all values of Voltage between 85%to 110% of rated control voltage. The trip coil shall operate satisfactorilyunder all values of supply voltage between 70% to 110% of rated controlvoltage.1.5.22 Provision for mechanical closing of the breaker only in ‘TEST’ and‘WITHDRAWN’ positions shall be made.1.5.23 PROTECTION CO-ORDINATION1.5.23.1 It shall be the responsibility of the Contractor to fully co-ordinate theoverload and short circuit tripping of the circuit breakers with theupstream and down stream circuit breakers/fuses/motor starters, to providesatisfactory discrimination.1.6 MOULDED CASE CIRCUIT BREAKER (MCCB) and MCB1.6.1 MCCB shall in general conform to IS:13947 Part-2, All MCCB shall beP2 duty.1.6.2 MCCB shall be flush mounted on the AC/DC distribution boards._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 332 of 566


1.6.3 MCCBs shall be provided with thermo-magnetic type release for overcurrent and short circuit protection. The setting of the thermal release shallbe adjustable between 75% to 100% of the rated current. The MCCB shallhave breaking capacity not less than 20kA.1.6.4 MCCBs used for ACDB incomers and Bus coupler shall be equipped withstored energy mechanism for electrical closing and tripping. All otherMCCBs shall be manually operated. The operating handle should give aclear trip indication.1.6.5 Miniature circuit breaker (MCB) shall conform to IEC:898-1998 andIS:8828.1.7 RELAYS1.7.1 All relays and timers in protective circuits shall be flush mounted on panelfront with connections from the inside. They shall have transparent dusttight covers removable from the front. All protective relays shall have adraw-out construction for easy replacement from the front. They shalleither have built-up test facilities, or shall be provided with necessary testblocks and test switches located immediately below each relay. Theauxiliary relays and timers may be furnished in non-draw-out cases.1.7.2 All AC relays shall be suitable for operation, at 50 Hz with 110 Volts VTsecondary and 1 amp or 5 amps CT secondary.1.7.3 All protective relays and timers shall have at least two potentially freeoutput contacts. Relays shall have contacts as required for protectionschemes. Contacts of relays and timers shall be silver faced and shall havea spring action. Adequate number of terminals shall be available on therelay cases for applicable relaying schemes.1.7.4 All protective relays auxiliary relays and timers shall be provided withhand reset operation indicators (flags) and analyzing the case of operation.1.7.5 All relays shall withstand a test voltage of 2 KV (rms) for one minute.1.7.6 Motor starters shall be provided with three elements, ambient temperaturecompensated, time lagged, hand reset type overload relays with adjustablesettings. The setting ranges shall be properly selected to suit the motorratings. These relays shall have a separate black coloured hand reset pushbutton mounted on compartment door and shall have at least onechangeover contact.1.7.7 All fuse-protected contactors-controlled motors shall have phasingprotection, either as a distinct feature in the overload relays (by differentialmovement of bimetallic strips), or as a separate device. The single phasing_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 333 of 566


protection shall operate even with 80% of the set current flowing in two ofthe phases.1.8 CONTACTORS1.8.1 Motor starter contactors shall be air break, electromagnetic type rated foruninterrupted duty as per IS: 13947 (Part 4).1.8.2 Contactors shall be double break, non-gravity type and their main contactsshall be silver faced.1.8.3 Direct on line starter contactors shall be utilization category AC2. Thesecontactors shall be as IS: 13947 (Part 4).1.8.4 Each contactor shall be provided with two (2) normally open (NO) andtwo (2) normally close (NC) auxiliary contacts.1.8.5 Operating coils of contactors shall be of 240V AC unless otherwisespecified elsewhere. The Contactors shall operate satisfactorily with in85% to 110% of the rated voltage. The Contactor shall drop out at 70% ofthe rated voltage.1.9 INSTRUMENT TRANSFORMERS1.9.1 All current and voltage transformers shall be completely encapsulated castresin insulated type suitable for continuous operation at the temperatureprevailing inside the switchgear enclosure, when the switchgear isoperating at its rated condition and the outside ambient temperature is50C.1.9.2 All instrument transformers shall be able to withstand the thermal andmechanical stresses resulting from the maximum short circuit andmomentary current ratings of the associated switchgear.1.9.3 All instrument transformers shall have clear indelible polarity markings.All secondary terminals shall be wired to a separate terminal on anaccessible terminal block where star-point formation and earthing shall bedone.1.9.4 Current transformers may be multi or single core type. All voltagetransformers shall be single phase type. The bus VTs shall be housed in aseparate compartment.1.9.5 All VTs shall have readily accessible HRC current limiting fuses on bothprimary and secondary sides.1.10 INDICATING INSTRUMENTS_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 334 of 566


1.10.1 All indicating and integrating meters shall be flush mounted on panelfront. The instruments shall be of at least 96 mm square size with 90degree scales, and shall have an accuracy class of 2.5 or better. The coversand cases of instrument and meters shall provide a dust and vermin proofconstruction.1.10.2 All instruments shall be compensated for temperature errors and factorycalibrated to directly read the primary quantities. Means shall be providedfor zero adjustments without removing or dismantling the instruments.1.10.3 All instruments shall have white dials with black numerals and lettering.Black knife edge pointer with parallax free dials will be preferred.1.10.4 Ammeters provided on Motor feeders shall have a compressed scale at theupper current region to cover the starting current.1.10.5 Watt-hour meters shall be of 3 phase three element type, Maximumdemand indicators need not be provided.1.11 CONTROL & SELECTOR SWITCHES1.11.1 Control & Selector switches shall be of rotary type with escutcheon platesclearly marked to show the function and positions. The switches shall beof sturdy construction suitable for mounting on panel front. Switches withshrouding of live parts and sealing of contacts against dust ingress bepreferred.1.11.2 Circuit breaker selector switches for breaker controlled motor shall havethree stay put positions marked ‘Switchgear’, ‘Normal’ and ‘Trial’respectively. They shall have two contacts of each of the three positionsand shall have black shade handles.1.11.3 Ammeter and voltmeter selector switches shall have four stay put positionwith adequate number of contacts for three phase 4 wire system. Theseshall have oval handles Ammeter selector switches shall have make beforebreak type contacts to prevent open circuiting of CT secondaries.1.11.4 Contacts of the switches shall be spring assisted and shall be of suitablematerial to give a long trouble free service.1.11.5 The contact ratings shall be at least the following :i) Make and carry continuously 10 Amp.ii) Breaking current at 220V DC1 Amp (Inductive)iii) Breaking current at 240V DC 5 Amp (at 0.3 pf lagging)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 335 of 566


1.12 AIR BREAK SWITCHES1.12.1 Air breaker switch shall be of the heavy duty, single throw group operated,load break, fault make type complying with IS:4064.1.12.2 The Bidder shall ensure that all switches are adequately rated so as to befully protected by the associated fuses during al abnormal operatingconditions such as overload, locked motor, short circuit etc.1.12.3 Switch operating handles shall be provided with padlocking facilities tolock them in ‘OFF’ position.1.12.4 Interlocks shall be provided such that it is possible to open the cubicledoor only when the switch is in ‘OFF’ position and to close the switchonly when the door is closed. However suitable means shall be provided tointentionally defeat the interlocks explained above.1.12.5 Switches and fuses for AC/DC control supply and heater supply whereverrequired shall be mounted inside and cubicles.1.13 PUSH BUTTONS1.13.1 Push-buttons shall be of spring return, push to actuate type. Their contactsshall be rated to make, continuously carry and break 10A at 240V and0.5A (inductive) at 220V DC.1.13.2 All push-buttons shall have one normally open and one normally closedcontact, unless specified otherwise. The contact faces shall be of silver orsilver alloy.1.13.3 All push-buttons shall be provided with integral escutcheon plates markedwith its function.1.13.4 The colour of the button shall be as follows :-i) GREEN : For motor START, Breaker CLOSEii) RED : For motor TRIP, Breaker OPENiii) BLACK : For overload reset1.13.5 All push-buttons on panels shall be located in such a way that Red-pushbuttonsshall always be to the left of green push-buttons.1.14 INDICATING LAMPS1.14.1 Indicating lamps shall be of the panel mounting cluster LED type. Thelamps shall have escutcheon plates marked with its function, wherevernecessary._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 336 of 566


1.14.2 Lamps shall have translucent lamp-covers of the following colours, aswarranted by the application :i) RED : For motor ON, Breaker CLOSEDii) GREEN : For motor OFF, Breaker OPENiii) WHITE : For motor Auto-tripiv) BLUE : For all healthy conditions (e.g. control supply,and also for ‘SPRING CHARGED”v) AMBER : For all alarm conditions (e.g. overload) Alsofor ‘SERVICE’ and ‘TEST’ positions indicators.1.14.3 Lamps shall be easily replaceable from the front of the cubicle.1.14.4 Indication lamps should be located just above the associated pushbuttons/control switches. Red Lamps shall invariable be located to theright of green lamps. In case a white lamp is also provided, it shall beplaced between the red and green lamps along with the centre line ofcontrol switch/push button pair. Blue and Amber lamps should normallybe located above the Red and Green Lamps.1.14.5 When associated with push-buttons, red lamps shall be directly above thegreen push button, and green lamps shall be directly above the red pushbutton.All indicating lamps shall be suitable for continuous operation at90 to 110% of their rated voltage.1.15 FUSES1.15.1 All fuses shall be of HRC cartridge fuse link type. Screw type fuses shallnot be accepted. Fuses for AC Circuits shall be of class 2 type, 20 kA(RMS) breaking current at 415 AC, and for DC circuits Class 1 type 5 kAbreaking current.1.15.2 Fuses shall have visible operation indicators.1.15.3 Fuses shall be mounted on fuses carriers, which are mounted on fusebases, wherever it is not possible to mount fuses on carriers fuses shall bedirectly mounted on plug in type of bases, In such cases one set ofinsulated fuse pulling handles shall be supplied with each switchgear.1.15.4 Fuse rating shall be chosen by the Bidder depending upon the circuitrequirements and these shall be subject to approval of PURCHASER.1.16 TERMINAL BLOCKS1.16.1 Terminal blocks shall be of 1100 volts grade and have continuous rating tocarry the maximum expected current on the terminals. It shall be completewith insulating barriers, clip-on-type/stud type terminals for ControlCables and identification strips. Marking on terminal strip shall_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 337 of 566


correspond to the terminal numbering on wiring on diagrams. It shall besimilar to ‘ELEMAX’ standard type terminals, cage clamp type ofPhoenix or WAGO or equivalent.1.16.2 Terminal blocks for CT and VT secondary leads shall be provided withtest links and isolating facilities. CT secondary leads shall be provideddistributed on all terminal circuiting and earthing facilities. It shall besimilar to ‘Elem’, ‘CATD’ – Type.1.16.3 In all circuit breaker panels at least 10% spare terminals for externalconnections shall be provided and these spare terminals shall be uniformlydistributed on all terminal blocks. Space for adding another 10% spareterminals shall also be available.1.16.4 All terminals blocks shall be suitable for terminating on each side, two (2)nos. of 2.5mm square size standard copper conductors.1.16.5 All terminals shall be numbered for identification and grouped accordingto the function. Engraved white-on-black labels shall be provided on theterminal blocks.1.16.6 Wherever duplication of a terminal block is necessary it shall be achievedby solid bonding links.1.16.7 Terminal blocks shall be arranged with at least 100 mm clearance betweentwo sets of terminal block. The minimum clearance between the first rowof terminal block and the associated cable gland plate shall be 250 mm.1.17 NAME PLATES AND LABELS1.17.1 All switchgears AC/DC distribution boards shall be provided withprominent, engraved identification plates. The module identification plateshall clearly give the feeder number and feeder designation. For singlefront switchboards, similar panel and board identification labels shall beprovided at the rear also.1.17.2 All name plates shall be of non-rusting metal or 3-ply lamicoid with whiteengraved lettering on black back ground. Inscriptions and lettering sizesshall be subject to PURCHASER approval.1.17.3 Suitable plastic sticker labels shall be provided for easy identification of alequipments, located inside the panel/module. These labels shall bepositioned so as to be clearly inside visible and shall give the devicenumber as mentioned in the module wiring drawings.1.18 SPACE HEATER_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 338 of 566


1.18.1 Space heater shall be provided in all the boards for preventing harmfulmoisture condensation.1.18.2 The space heaters shall be suitable for continuous operation on 240V, AC,50 Hz, single phase supply, and shall be automatically controlled bythermostats. Necessary isolating switches and fuses shall also be provided.1.19 CONTROL AND SECONDARY WIRING1.19.1 All switchboards shall be supplied completely wired internally upto theterminal blocks ready to receive Purchaser’s control cables.1.19.2 All inter cubicle and inter panel wiring and connections between panels ofsame switchboard including all bus wiring for AC and DC supplies shallbe provided by the bidder.1.19.3 All internal wiring shall be carried out with 1100V grade, single core, 1.5square mm or larger stranded copper wires having colour coded, PVCinsulation. CT circuits shall be wired with 2.5 square mm copper wires.Voltages and insulation shall be same as above.1.19.4 Extra-flexible wires shall be used for wiring to device mounted on movingparts such as hinged doors.1.19.5 All wiring shall be properly supported, neatly arranged, readily accessibleand securely connected to equipment terminals and terminals blocks.1.20 POWER CABLES TERMINATION1.20.1 Cable termination compartment and arrangement for power cables shall besuitable for stranded aluminium conductor, armoured XLPE/PVCinsulated and sheathed, single core/three core, 1100V grade cables.1.20.2 All necessary cable terminating accessories such as Gland plates,supporting clamps and brackets, power cable lugs, hardware etc., shall beprovided by successful bidder, suit the final cable sizes which would beadvised later.1.20.3 The gland plate shall be removable type and shall cover the entire cablealley. Bidder shall also ensure that sufficient space is provided for allcable glands. Gland plates shall be factory-drilled according to the cablegland sizes and number which shall be informed to the Contractor later.For all single core cables, gland plates shall be of non-magnetic Material.1.21 TYPE TESTS_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 339 of 566


1.21.1 Type test reports of Panels (Switchgear and Control gear assemblies) asper IS 8623 Part-I shall be submitted for the following tests in line withclause 9.0 of Section GTR before the fabrication of switchgear is started :i) Verification of temperature rise limitsii) Verification of the dielectric propertiesiii) Verification of short circuit strengthiv) Verification of the continuity of the protective circuitv) Verification of clearances and creepage distancesvi) Verification of mechanical operationvii) Verification of degree of protection1.21.2 Contractor shall submit type test reports for the following Switchgear andControl gears before the fabrication of switchgear is started :1. Circuit breakers / MCCB as per IS 13947 Part-II2. Protective Relays as per IEC: 60255for the above equipments test conducted once are acceptable (i.e. Therequirement of test conducted within last five years shall not beapplicable).1.22 ERECTION, TESTING AND COMMISSIONING1.22.1 The Contractor shall unload, erect, install, test and put into commercialuse all electrical equipment included in this specification.1.22.2 Equipment shall be installed in a neat, workman like manner so that it islevel, plumb, square and properly aligned and oriented. Tolerance shall beas established in Contractor’s drawings or as stipulated by purchaser. Noequipment shall be permanently bolted down to foundations until thealignment has been checked and found acceptable by the purchaser.1.22.3 Contractor shall furnish all supervision, labour tools equipment riggingmaterials, bolts, wedges, anchors, concrete inserts etc. in proper timerequired to completely install, test and commission the equipment.1.22.4 Manufacturer’s and purchaser’s instructions and recommendations shallbe correctly followed in handling, setting, testing and commissioning ofall equipment.1.22.5 Contractor shall move all equipment into the respective room through theregular door or openings specifically provided for this purpose. No part ofthe structure shall be utilized to lift or erect any equipment without priorpermission of Purchaser.1.22.6 All boards shall be installed in accordance with Indian Standards IS:3072and at Purchaser’s instructions. All boards shall be installed on finishedsurfaces, concrete or steel stills. Contractor shall be required to install and_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 340 of 566


align any channel sills which form part of foundations. In joining shippingsections of switchboards together adjacent housing of panel sections orflanged throat sections shall be bolted together after alignment has beencomplete. Power bus, enclosures ground and control splices ofconventional nature shall be cleaned and bolted together being drawn upwith torque spanner of proper size or by other approved means.1.22.7 All boards shall be made completely vermin proof.1.22.8 Contractor shall take utmost care in holding instruments, relaying andother delicate mechanism wherever the instruments and relays aresupplied separately they shall be mentioned only after the associatedpanels have been erected and aligned. The packing materials employed forsafe transit of instrument and relays shall be removed after ensuring thatpanel have been completely installed and no further movement of thesame should be necessary. Any damage shall be immediately reported toPurchaser.1.22.9 Equipment furnished with finished coats of paint shall be touched by upContractor if their surface is specified or marred while handling.1.22.10 After installation of panels, power and control wiring and connections,Contractor shall perform operational tests on all switchboards, to verifyproper operation of switchboards/panels and correctness of all equipmentin each and every respect. The cable opening and cables entries for cablesterminating to the panels shall be sealed with fire sealing materials.1.23 COMMISSIONING CHECK TESTS1.23.1 GeneralThe contractor shall carry out the following commissioning checks, inaddition to the other checks and tests recommended by the manufacturers.1.23.1.1 Check name plate details according to the specification.1.23.1.2 Check for physical damage.1.23.1.3 Check tightness of all bolts, clamps, joints connecting terminals.1.23.1.4 Check earth connections1.23.1.5 Check cleanliness of insulators and bushings1.23.1.6 Check all moving parts for proper lubrication1.23.1.7 Check settings of all the relays_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 341 of 566


1.23.2 Circuit Breakers1.23.2.1 Check alignment of breaker truck for free movement1.23.2.2 Check correct operation of shutters1.23.2.3 Check control wiring for correctness of connections, continuity and IRvalues1.23.2.4 Manual operation of breaker completely assembled1.23.2.5 Power closing/opening operation, manually and electrically1.23.2.6 Breaker closing and tripping time1.23.2.7 Trip free and anti-pumping operation1.23.2.8 IR values, minimum pick up voltage and resistance of coils1.23.2.9 Contact resistance1.23.2.10 Simultaneous closing of all the three phases1.23.2.11 Check electrical & mechanical interlocks provided1.23.2.12 Check on spring charging motor, correct operation of limit switches andtime of charging.1.23.2.13 All functional checks1.23.3 Current Transformers1.23.3.1 Meggar between winding and winding terminals to body1.23.3.2 Polarity test1.23.3.3 Ratio identification checking of all ratios on all cores by primary injectionof current.1.23.3.4 Spare CT cores, if available, to be shorted and earthed.1.23.4 Voltage Transformer1.23.4.1 Insulation resistance test1.23.4.2 Ratio test on all cores1.23.4.3 Polarity test_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 342 of 566


1.23.4.4 Line connections as per connection diagram1.23.5 Cubicle Wiring1.23.5.1 Check all switch developments1.23.5.2 Each wire shall be traced by continuity tests and it should be made surethat the wiring is as per relevant drawing. All interconnections betweenpanels/equipment shall be similarly checked.1.23.5.3 All the wires shall be meggered to earth1.23.5.4 Functional checking of all control circuit e.g. closing, tripping control,interlock, supervision and alarm circuit.1.23.6 Relays1.23.6.1 Check connections and wiring1.23.6.2 Megger all terminals to body1.23.6.3 Megger AC to DC terminals1.23.6.4 Check operating characteristics by secondary injection1.23.6.5 Check minimum pick up voltage of DC coils1.23.6.6 Check operation of electrical/mechanical targets1.23.6.7 Relays settings1.23.6.8 Check CT and VT connections with particular reference to their polaritiesfor directional relays wherever required.1.23.7 Meters1.23.7.1 Check calibration by comparing it with a sub-standard.1.23.7.2 Megger all insulated portions.1.23.7.3 Check CT and VT connections with particulars reference to their polaritiesfor power type meters._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 343 of 566


1.24 SPECIAL TOOLS AND TACKLES1.24.1 The Bidder shall include in his proposal any special tools and tacklesrequired for erection, testing commissioning and maintenance of theequipments offered.1.24.2 The list of these special tools and tackles shall be given in the bid proposalsheets along with their respective prices.1.24.3 The total price of the special tools and tackles shall be included inproposal sheets.1.25 EQUIPMENT TO BE FURNISHED1.25.1 The Bidder shall quote for various AC/DC distribution boards as given inBill of Materials and in accordance with this specification.1.25.2 Standard scheme of interconnection of switchboards and distributionboards along with tentative feeder disposition for each board shall beprovided by the bidder for the approval of the employer. Any other feederrequired as per system requirement for efficient and reliable operationshall be deemed to be included in bidder’s scope.1.25.3 The Bill of Materials for each type of module shall be as under. These areminimum indicative requirement of the system. The necessary auxiliaryrelays, push buttons and indicating lamps shall be provided as per schemerequirement. Any other item / component required with in a module forefficient and reliable operation shall be deemed to be included in bidder’sscope. The scheme shall have provision for remote annunciation for thefollowings :a) Station LT (415V) AC incomer supply unhealthy.b) 220V DCDB U/V, O/V & Earth leakage relay operated.c) 50V DCDB U/V & O/V relay operated.d) DG set starte) DG set protection1.25.4 Module Type AE (Electrically controlled circuit breaker for incoming andBus Coupler Circuit).i) One (1) Triple pole air circuit breaker complete with all accessoriesand power operated mechanism as specified.ii) Two (2)iii) Three (3)Neutral Link.Current Transformer for metering._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 344 of 566


iv) One (1)Ammeter with selector switch.v) Three (3) Current Transformer for relaying.vi) One (1)vii) One (1)Triple pole instantaneous over-current relay having thesetting range of 200-800% or 500-2000% of CT secondaryand adjustable definite minimum time.Instantaneous earth fault relay having and adjustable settingrange of 10-40% or 20-80% of CT secondary current andadjustable definite minimum time. The earth fault relayshall be provided with a stabilizing resistor.1.25.5 Module Type – M1 (Circuit Breaker Controlled Motor Feeder)i) One (1) Triple pole Air Circuit Breaker complete with accessories,and power operated mechanism as specified.ii) One (1)iii) Three (3)iv) One (1)Three position 6 pole selector switch‘SWITCHGEAR / NORMAL / TRIAL’.Current Transformer for metering.Ammeter with Ammeter Selector Switch.v) Three (3) Current Transformer for relaying.vi) One (1)vii) One (1)viii) One (1)ix) One (1)Triple pole instantaneous over-current relay for providingpositive sequence current protection in all the three phases.The relay setting range shall be continuously adjustablebetween 200-800% or 400-1600% of CT secondary ratedcurrent as required.Double pole inverse definite minimum time over currentrelays connected in R&B phases for over current protectionof motor rated 110kw – 200kw. The relay shall have anadjustable setting range of 50%-200% of CT Secondarycurrent and time setting range of 0-30 Second. The relayshall be CDGM-22 of EE or equivalent.Single pole adjustable definite time delay relay for motoroverload alarm connected in Y-phase only. The relay shallhave resetting ratio of not less than 90%. The relay shallhave continuously adjustable time delay range of 2.5 to 25Sec.Instantaneous earth fault relay having an adjustable settingrange of 10-40% or 20-80% of CT secondary current. The_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 345 of 566


1.25.6 Module Type Eearth fault relay shall be provided with a stabilizingresistor.i) One (1) Four pole MCCB1.25.7 Module G-1 (VT Module with under Voltage Relay)i) Three (3) 415/√3 / 110/√3 volts single phase voltage transformer star/ star connect with star point solidly earthed mounted oncommon draw out chassis. Accuracy Class 0.5 forprotection and metering with 50VA Burden.ii) Six(6)iii) One (1)iv) One (1)HRC Fuses mounted on the above chassis.Four Position voltmeter selector switch.Voltmeter (0-500V)v) One (1) Double pole instantaneous under voltage relays withcontinuous variable setting range of 40-80% of 110 Volts.vi) One (1) Time delay pick up relay having a time setting range of 0.5to 3 secs. With 3 ‘NO’. Self reset contacts, suitable for220V DC.vii) One (1)Auxiliary relay 220V DC with 2 No. self reset contacts.viii) Three (3) Indicating lamps with series resistor and colour lenses(Red, Blue & Yellow).1.25.8 Module Type G-2i) Three (3) HRC Fuseii) One (1)iii) One (1)iv) Three (3)Voltmeter (0-500V)Voltmeter selector switches four positions (R-Y, Y-B, andB-R OFF).Indication lamps (Red, Blue & Yellow)1.25.9 Module Type H & H (BC) (Isolating Switch Controlled Incoming Circuit)i) One (1) Four pole MCCB_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 346 of 566


ii) One (1)Red Indicating lamp to indicate isolating switch closedposition.1.25.10 Module Type S: (DC Metering and Protection Module)i) One (1) Voltmeter 300-0-300V DC for 220V DC DB / Voltmeter 0-75V DC for 50V DCDBii) One (1)iii) One (1)iv) One (1)Three (3) position voltmeter selector switchInstantaneous under voltage relay with 95% of 220V DC.The resetting ratio of relay should not be more than 1.25.the relay shall be provided with a series resistor and a pushbutton across it for resetting (pick up) the relay at about105% of the drop out voltage.Instantaneous over voltage relay with setting range of110% of 220V DC. The resetting ratio of relay should notbe less than 0.8. the relay shall have a push button in seriesfor resetting the relay at about 95% of the operatingvoltage.v) One (1) Earth leakage relay only for 220V DC system havingadjustable pick up range between 3 to 7 milliamps the relayshall be suitable for 220V DC/240V AC Auxiliary supply.1.25.11 Module Type XOne (1)Double pole 250V MCB1.25.12 Module Type-DC (Incomer from Battery & Chargers)i) One (1) Double pole 250V DC MCCB for incomer from Battery.ii) One (1)iii) Two (2)iv) One (1)DC ammeter with shunt and range of 90-0-400 Amps. for220V DC DB and 90-0-200 Amp. for 50V DC DB.Double pole 250V DC MCCB / MCB.Double pole single throw 250V DC air Break switchconnecting battery & charger sections to DC DB.1.25.13 Module Type DG-1 (Electrically Controlled Circuit Breaker for Incomerfrom DG Set)a) One (1) Triple pole circuit breaker complete with all accessoriesand power operated mechanism as specified.b) One (1) Frequency meter._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 347 of 566


c) One (1) Voltmeter with selector switch.d) One (1) Remote/Local Selector switch.e) Three (3) Current Transformer for Metering.f) Six (6) Current Transformers for differential protection (out of this3 Nos. will be supplied loose for mounting in DG setpanel).g) Three (3) Current Transformer for relaying.h) One (1) Ammeter Selector Switch.i) One (1) Ammeterj) One (1) Wattmeter of range 0-300 KWk) One (1) Three pole voltage controlled definite time delay relayhaving current setting range of 50-200% of CT secondarycurrent and adjustable time delay 0.3 to 3 secs.l) One (1) Watt hour meter with six (6) digits and minimum count ofone (1) kwh.m) One (1) Single pole definite time over current relay having acontinuous setting range of 50-200% of CT secondarycurrent and a time delay of 2.5-25 secs connected in CT ofY phase for overload alarm. The relay shall have a settingratio of not less than 90%.n) One (1) Three pole differential protection relay having an operatingcurrent setting range of 10-40% of generator full loadcurrent. The relay shall be high impedance type, withnecessary stabilizing resistors.o) Two (2) Push Buttons for Remote starting & stopping of DG Set(Red, Green).1.25.14 Module Type H1One (1)Double pole DC Switch with pad locking facility in offposition.1.25.15 Module Type ELi) One (1) Four pole MCCB_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 348 of 566


ii) One (1)Contactoriii) Electronic Timer suitable for continuous operation, push button andselector switch be as per scheme requirement.1.26 PARAMETERS1.26.1 Power Supply1.26.1.1 AC System 3 phase, 4 wire, solidly eartheda) Voltage 415 Volts, + 10%b) Frequency 50 Hz + 5%c) Combined variation + 10% Absolute Sum in Voltage & frequencyd) fault Level 20 kA (rms)1.26.1.2 DC System 2 Wire, uneartheda) System Voltage 220V + 10%b) Fault Level 4 kAc) System Voltage 50 V + 10%d) Fault level --1.26.2 Control Supply Voltage1.26.3 Cubicle Data1.26.3.1 Busbar Ratinga) Trip and closing 220 V DC Unearthedcoilsb) Spring charging 220V DC Uneartheda) Continuous As specified in ‘Bill of Materials’for Vertical panelsb) Short time (1 sec. 20 kAkA (rms)c) Momentary (kA) 45 kA_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 349 of 566


d) Ambient Temperature 50 0 Ce) One Minute Power Frequency Withstand1.26.3.2 Cubicle Colour FinishI. Power Circuit 2500 Volts (rms)II. Control Circuit 2500 Volts (rms)a) Interior Glossy Whiteb) Exterior Smoke Grey shade No. 692 of IS:51.26.4 Circuit Breakera) Type Air breakb) No. of Poles 3c) Voltage & Frequency 415 + 10%, 50 HZ + 5%d) Rated Operating Duty B-3 Min, M-B-3 Min. MBe) Symmetrical Interrup- 20 kA (RMS)ting ratingf) Short Circuit 45 kA (Peak)making currentg) Short time withstand 20 kA (RMS) for 1 Sec.Current for 1 sec.Durationh) Operating Mechanism 20 kA (RMS) for 1 Sec.Current for 1 sec.Durationi) No. of auxiliary 4 NO & 4 NC contacts for purchaser’scontactsuse on fixed portion of the cubiclej) Short Circuitbreaking currentI. AC Component 20 kA (RMS)II. DC Component As per IS:13947 (Part 2 )_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 350 of 566


1.26.5 MOULDED CASE CIRCUIT BREAKER1.26.6 MetersAC System DC Systema) No. of poles 4 2b) Voltage & Frequency 415 + 10% 250 V50 HZ + 5%c) Rated Operating Duty P2 P2d) Symmetrical interrupt- 20 kA (RMS) 4 KAing ratinge) Short Circuit 45 kA (Peak) --making currentf) No. of auxiliary 2 NO & 2 NC 2 NO & 2 NCcontactsg) Short Circuitbreaking currentI. AC Component 20 kA (RMS) As per ISII. DC Component As per As perIS 13947 IS 13947a) Accuracy Class 2.5b) One minute power 2.0frequency withstandtest voltage in KV1.26.7 Current Transformersa) Type Cast resin, Bar primaryb) Voltage class and 1100 V, 50 Hzfrequencyc) Class of Insulation E or betterd) Accuracy class Class 1, VA adequate for applicationmetering CT but not less than 7.5 VAe) Accuracy class 5P 15, VA adequate for appliprotectionCT cation, but not less than 7.5 VA_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 351 of 566


f) Accuracy class PS, KPV = 300 Vdifferential protectiong) Short Time CurrentRating (for CTs Associatedwith circuit breakers)I. Current 20 kA (RMS)II. DurationIII. Dynamic RatingIV. One minutePower frequencyWithstand testVoltageOne second45 kA (Peak)2.5 kV (rms)1.26.8 Voltage Transformera) Type Cast Resinb) Rated VoltagePrimarySecondary415/√3 V110/√3 Vc) Method of connectionPrimarySecondaryStarStard) Rated Voltage Factor 1.1 continuous, 1.5 for secondse) Class of insulation E or betterf) One minute power 2.5 KV (RMS)frequency withstandvoltageg) Accuracy class 0.5, not less than 20 VA_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 352 of 566


1.26.9 Relaya) One minute power 2 kV (rms)frequency withstand test1.27 AUTOMATIC CONTROL OF OUTDOOR LIGHTING1.27.1 EL-type module of 415 V Main lighting distribution board and Emergencylighting distribution board and shall be controlled by timer and contactormodule to facilitate its operation automatically.1.28 AUTOMATIC SUPPLY CHANGEOVERAutomatic changeover between Incomer I, Income II and DG set is to becarried out during the failure of supply in one/or both the incomers. Afterthe restoration of the supply, system shall be restored to normal conditionautomatically. The requirement of changeover under various conditionsare as below :-i) Under normal conditions i.e. when supply is available in both theincomers, incomers I&II of 415 V Main switchboard, ACDB shallbe in closed condition and Bus couplers and DG set breaker shallbe in open condition.ii) In case of failure of either of the sources, the incomer of thatsource shall trip and Bus coupler shall get closed. On restoration ofsupply, normal conditions described above are to be establishedautomatically.iii) In case of failure of supply in both the sources, both incomers,incomers of ACDBs and ACDB Bus coupler shall trip and DG Setbreaker switched on.On restoration of one or both sources, DG Set breaker shall trip,DG set stopped and conditions described in paragraph (i)/(ii) shallbe restored.To avoid unnecessary operation of switchgear for momentary disturbancesall changeovers from one state to another shall be intimated after a timedelay, after the conditions warranting such change has been detected._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 353 of 566


SECTION: VIIPOWER & CONTROL CABLES1. 11KV & 1.1 KV GRADE POWER & CONTROL CABLES1.1. CRITERIA FOR SELECTION OF POWER & CONTROL CABLES1.1.1. Aluminium conductor XLPE insulated armoured cables shall be used for mainpower supply purpose from 11KV Switchgear Room to Control Room.1.1.2 Aluminium conductor PVC insulated armoured power cables shall be used forvarious other applications in switchyard area/control room except forcontrol/protection purposes.1.1.3 For all control/protection/instrumentation purposes PVC insulated armouredcontrol cables of minimum 2.5 sq.mm. size with stranded Copper conductors shall beused.1.1.4 Bidders are to estimate the quantity of cables and quote accordingly. The sizesof power cables to be used per feeder in different application shall be as follows:SN From To Cable Size CableType1. 11/0.433KV Auxiliary Main Switch -- Do -- XLPETransformerBoard2. D.G. set Main Switch -- Do -- XLPEBoard3. Main Switch Board Water pump -- Do -- XLPEhouse controlpanel4. Main Switch Board AC Distribution 2-3½C X 300 XLPEBoardmm25. Main Switch Board Air Conditioning 1-3½C X 300 XLPEBoardmm26. Main Switch Board Oil Filtration 1-3½C X 300 XLPEUnitmm27. AC Distribution Board DG set AMF 2-3½C X 300 XLPEpanelmm28. Main Switch Board Main Lighting 1-3½C X 70 XLPEDBmm29. AC Distribution Board Emergency 1-3½C X 70 PVCLighting DB mm210. AC Distribution Board ICT MB 1-3½C X 70 PVCmm211. AC Distribution Board Bay MB 1-3½C X 35 PVCmm212. AC Distribution Board Battery Charger Charger 1--3½C PVCX 70mm213. DCDB Battery 2-1C X 150 PVCmm214. DCDB Battery Charger 2-1C X 150 PVC_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 354 of 566


mm215. DCDB Protection 1-2C X 6 mm2 PVC16. Main Lighting DB Lighting Panels 1-3½C X 35 PVC(Indoor) mm219 Main Lighting DB Lighting Panels 1-3½C X 70 PVC(outdoor) mm220. Main Lighting DB Receptacles 1-3½C X 35 PVC(Indoor) mm221. Main Lighting DB Receptacles 1-3½C X 70 PVC(Outdoor) mm222. Lighting Panel Sub lighting 1-4C X 16 PVCpanelsmm223. Lighting Panel/ SubLighting PanelsLighting Fixtures(Outdoor)1-2C X 6 mm2 PVC24. Bay MB Equipments 1-4C X 16mm2/1-4C X 6 mm2/1-2C X 6 mm2PVC1.1.5 Bidder may offer sizes other than the sizes specified in clause 1.1.4. In suchcase and for other application where sizes of cables have not been indicated in thespecification, sizing of power cables shall be done keeping in view continuous current,voltage drop & short-circuit consideration of the system. Relevant calculations shall besubmitted by bidder during detailed engineering for Employer’s approval.1.1.6 Cables shall be laid conforming to IS : 1255.1.1.7 While preparing cable schedules for control/protection purpose followingshall be ensured:1.1.7.1 Separate cables shall be used for AC & DC.1.1.7.2 Separate cables shall be used for DC1 & DC2.1.1.8 For different cores of CT & VT separate cable shall be used1.1.9 Atleast one (1) cores shall be kept as spare in each copper control cable of 4C,5C or 7C size whereas minimum no. of spare cores shall be two (2) for control cablesof 10 core or higher size.1.1.10 For control cabling, including CT/VT circuits, 2.5 sq.mm. size copper cablesshall be used per connection. However, if required from voltage drop/VA burdenconsideration additional cores shall be used. Further for potential circuits ofenergy meters separate connections by 2 cores of 2.5 sq.mm. size shall be provided.2. TECHNICAL REQUIREMENTS2.1. General2.1.1. The cables shall be suitable for laying in racks, ducts, trenches, conduits andunderground buried installation with uncontrolled back fill and chances of floodingby water.2.1.2. They shall be designed to withstand all mechanical, electrical and thermalstresses under steady state and transient operating conditions. The XLPE /PVCinsulated L.T. power cables of sizes 240 sq. mm. and above shall withstand without_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 355 of 566


damage a 3 phase fault current of at least 45 kA for at least 0.12 second, with aninitial peak of 105 kA in one of the phases. The armour for these power cables shallbe capable of carrying 45 kA for at least 0.12 seconds without exceeding themaximum allowable temperature of PVC outer sheath.2.1.3. The XLPE insulated cables shall be capable of withstanding a conductortemperature of 250°C during a short circuit without any damage. The PVC insulatedcables shall be capable of withstanding a conductor temperature of 160°C during ashort circuit.2.1.4. The Aluminium/Copper wires used for manufacturing the cables shall be truecircular in shape before stranding and shall be uniformly good quality, free fromdefects. All aluminium used in the cables shall be of H2 grade.2.1.5. The fillers and inner sheath shall be of non-hygroscopic, fire retardantmaterial, shall be softer than insulation and outer sheath shall be suitable for theoperating temperature of the cable.2.1.6. Progressive sequential marking of the length of cable in metres at every onemetre shall be provided on the outer sheath of all cables.2.1.7 Strip wire armouring method (a) mentioned in Table 5, Page-6 of IS : 1554(Part 1 ) – 1988 shall not be accepted for any of the cables. For control cables onlyround wire armouring shall be used.2.1.8. The cables shall have outer sheath of a material with an oxygen index of notless than 29 and a temperature index of not less than 250°C.2.1.9. All the cables shall pass fire resistance test as per IS:1554 (Part-I)2.1.10.The normal current rating of all PVC insulated cables shall be as perIS:3961.2.1.11. Repaired cables shall not be accepted.2.1.12 .Allowable tolerance on the overall diameter of the cables shall be plus orminus 2 mm.2.2. XLPE Power Cables2.2.1. The XLPE insulated cables shall be of FR type, C1 category conforming toIS:7098 (Part-I) / IS: 7098 (Part-II) ( for 11KV Cable for Aux. supply) and itsamendments read alongwith this specification. The conductor shall be strandedaluminium circular/sector shaped and compacted. In multicore cables, the coreshall be identified by red, yellow, blue and black coloured strips or colouring ofinsulation. A distinct inner sheath shall be provided in all multicore cables. ForXLPE cables, the inner sheath shall be of extruded PVC to type ST-2 of IS:5831.When armouring is specified for single core cables, the same shall consist ofaluminium wires/strips. The outer sheath shall be extruded PVC to TypeST-2 of IS:5831 for all XLPE cables.2.3. PVC Power Cables2.3.1. The PVC (70°C) insulated 1100V grade power cables shall be of FR type,C1 category, conforming to IS: 1554 (Part-I) and its amendments, read alongwith thisspecification and shall be suitable for a steady conductor temperature of 70°C. Theconductor shall be stranded aluminium. The Insulation shall be extruded PVC to type-Aof IS: 5831. A distinct inner sheath type;ST-1 or ST-2 shall be provided in all_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 356 of 566


multicore cables. For multicore armoured cables, the inner sheath shall be ofextruded PVC. The outer sheath shall be extruded PVC to Type ST-1 of IS: 5831 forall cables.2.4. PVC Control Cables2.4.1. The 1100V grade control cables shall be of FR type C1 category conforming toIS: 1554 (Part-1) and its amendments, read alongwith this specification. Theconductor shall be stranded copper. The insulation shall be extruded PVC to type Aof IS: 5831. A distinct inner sheath type ST-1 or ST-2 shall be provided in allcables whether armoured or not. The outer sheath shall be extruded PVC to typeST-1 of IS: 5831 and shall be grey in colour except where specifically advised by theEmployer to be black.2.4.2. Cores shall be identified as per IS: 1554 (Part-1) for the cables up to five (5)cores and for cables with more than five (5) cores the identification of cores shallbe done by printing legible Hindu Arabic Numerals on all cores as per clause 10.3 ofIS 1554 (Part-1).3.0. 33KV XLPE Cable33KV XLPE cable for connection to GIS modules shall be supplied as per thespecification below.3.1 33 KV XLPE CABLE3.1.1 33 KV XLPE cable & accessories33 KV XLPE cable shall be manufactured in dry cure process and shall bemanufactured in accordance with the Internationally accepted standard and alsoconfirm to the requirement of IEC Publication 502. The cable shall be suitablefor laying in an area likely to be flooded by water and shall be designed to beprotected against rodent and termite attack. The cable shall be of single core ofsolid extruded dielectric with metallic sheet with an outer PVC jacket.The conductor screen (non-metallic semi conductor) insulation and insulationscreen (non metallic semi conductor) shall be extruded in a single one timeprocess to ensure homogeneity and absence of voids. The conductor of XLPEcable shall be aluminium sheet of 1000 sq. mm. cross section. The conductorshield shall consist of extruded semi conductor XLPE. The semi conductorseparating taps shall be applied between conductor and extruded semi conductorXLPE. XLPE insulation shall be of very high degree of purity and dry cured.The metallic sheet consists of extruded and carrying aluminium seamless.The cable size shall be suitable to carry the load current on 33 KV continuouslyfollowed by 10 per cent over loading capacity for 2 hours without exceedingmaximum conductor temperature of 65 degree Celsius.4.0 CABLE DRUMS_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 357 of 566


4.1. Cables shall be supplied in non-returnable wooden or steel drums of heavyconstruction. Wooden drum shall be properly seasoned sound and free from defects.Wood preservative shall be applied to the entire drum.4.2. Standard lengths for each size of power and control cables shall be 500/1000meters. The cable length per drum shall be subject to a tolerance of plus or minus5% of the standard drum length. The Employer shall have the option of rejectingcable drums with shorter lengths. However, the total quantity of cables after takinginto consideration of all cable drums for each size shall be within the tolerance of ±2%.4.3. A layer of water proof paper shall be applied to the surface of the drums andover the outer most cable layer.4.4. A clear space of at least 40 mm shall be left between the cables and thelagging.4.5. Each drums shall carry the manufacturer's name, the Employer's name, addressand contract number and type, size and length of the cable, net and gross weightstenciled on both sides of drum. A tag containing the same information shall beattached to the leading end of the cable. An arrow and suitable accompanyingwording shall be marked on one end of the reel indicating the direction in which itshould be rolled.4.6. Packing shall be sturdy and adequate to protect the cables, from any injurydue to mishandling or other conditions encountered during transportation, handling andstorage. Both cable ends shall be sealed with PVC/Rubber caps so as to eliminateingress of water during transportation and erection.5. TYPE TESTS5.1. All cables shall conform to all type, routine and acceptance tests listed in therelevant IS.5.2. The type tests on cables shall be conducted on each type and size of cablesoffered.5.3. Following type tests as per IS: 7098 (Part 1) – 1988 including its amendmentsand additional type tests shall be carried out on 1.1 kV grade XLPE insulated cables:a) Tests on conductori) Annealing test (for Copper)ii) Tensile test (for aluminium)iii) Wrapping test (for aluminium)iv) Resistance testb) Test for armouring wires/stripsc) Test for thickness of insulation and sheathd) Physical tests for insulationi) Tensile strength and elongation at breakii) Ageing in air oveniii) Hot set testiv) Shrinkage test_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 358 of 566


e) Physical tests for outer sheathi) Tensile strength and elongation at breakii) Ageing in air oveniii) Loss of mass in air oveniv) Shrinkage testv) Hot deformationvi) Heat shock testvii) Thermal stabilityf) Insulation resistance (volume resistivity test)g) High voltage testh) Flammability testi) Oxygen index and temperature index test on outer sheathj) Short time current test on power cables of sizes 240 sq.mm and above.i) On conductor(s).ii) On armours.5.4. Following type tests as per IS: 1554 (Part 1) - 1988 including its amendmentsand additional type tests shall be carried out on 1.1 kV grade PVC insulated cables:a) Tests on conductori). Annealing test (for Copper)ii). Tensile test (for aluminium)iii). Wrapping test (for aluminium)iv). Conductor Resistance testb) Test for armouring wires/stripsc) Test for thickness of insulation and sheathd) Physical tests for insulation and outer sheathi) Tensile strength and elongation at breakii) Ageing in air oveniii) Shrinkage testiv) Hot deformationv) Loss of massvi) Heat shock testvii) Thermal stabilitye) Insulation resistancef) High voltage test (water immersion test only a.c. test as per clause no.16.3.1)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 359 of 566


g) High voltage test at room temperatureh) Flammability testi) Oxygen index and temperature index test on outer sheathj) Short time current test on power cables of sizes 240 sq.mm and above.i)On conductor(s).ii)On armours.5.5. Following type tests as per IS: 7098 (Part 2) - 1988 including its amendmentsand additional type tests shall be carried out on XLPE insulated HT cable up to33kV earthed system:a) Tests on conductori) Annealing test (for Copper)ii) Tensile test (for aluminium)iii) Wrapping test (for aluminium)iv) Resistance testb) Test for armouring wires/stripsc) Test for thickness of insulation and sheathd) Physical tests for insulatione) Physical tests for outer sheathf) Partial discharge testg) Bending testh) Dielectric power factor testi) Heating cycle testj) Impulse withstand testk) High voltage testl) Oxygen index and temperature index test on outer sheath5.6. Contractor shall submit type test reports as per clause no. 9.2 of TechnicalSpecification, Section: GTR for which test conducted once are acceptable (i.e. Therequirement of test conducted within last five years shall not be applicable) for thefollowing:_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 360 of 566


5.6.1. 1.1 kV grade PVC insulated cablesa) High voltage test (water immersion d.c. test as per clause no. 16.3.2 of IS:1554 (Part 1) - 1988)5.6.2. 1.1 kV grade XLPE insulated cablesa) Water absorption (gravimetric) test as per IS: 7098 (Part 1) –19885.6.3. Terminating/jointing accessories as per IEC 60840:1999a) Partial discharge test at ambient temperature;b) Heating cycle voltage testc) Partial discharge tests-At ambient temperature-At high temperatured) Impulse voltage test followed by power frequency teste) Test of outer protection for buried joints_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 361 of 566


SECTION : VIIITechnical Specifications for Unarmored U/G Fiber Optic CableThis section describes the functional requirements, major technical parameters and Typeand Factory Acceptance Testing requirements for underground fiber optic cable.Marking, packaging and transportation requirements have also been described.2.1 GeneralThe underground fiber optic cable shall be unarmored and shall be suitable forunderground installation in pipes. The cable should be of low weight, small volume andhigh flexibility. The mechanical design and construction of each unit shall be inherentlyrobust and rigid under all condition of operation, adjustment, replacement, storage andtransport.2.2 Applicable StandardsThe cable shall conform to the standards named below and the technical specificationsdescribed in the following sections.ITU-T Recommendations G-652.Electronic Industries Association, EIA/TIA 455-78A, 455-3A, 455-62A, 455-164A/167A/174. 455-168A/ 169A/ 175A, 455-176, 455-59, EIA/TIA 598, EIA 455-104.International Electro technical Commission standards, IEC 60304, IEC 60794-1-2, IEC60811-5-1.Bell core GR-20.2.3 Fiber Type(s) and CountsThe cable shall contain 12 Dual Window Single Mode (DWSM) fibers conforming toG.652 as per the bill of the Quantity and the Technical parameters stipulated in thefollowing sections. The BOQ for each type of cable has been provided in the appendices.2.4 Optical CharacteristicsThe attenuation coefficient for wavelength between 1525nm and 1575nm shall notexceed the attenuation coefficient at 1550nm by more than 0.05dB/km. The attenuationcoefficient between 1285nm and 1330nm shall not exceed the attenuation coefficient at1310nm by more than 0.05dB/km. The attenuation of the fibre shall be distributeduniformly throughout its length such that there are no point discontinuities in excess of0.1dB. The fibre attenuation characteristics specified in table 2-1 shall be “guaranteed”fibre attenuation of any & every fibre reel. Further the average cabled fibre attenuation,averaged over 100kms of cabled fibre, (as measured during the factory acceptancetesting) shall be as specified in 2-1._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 362 of 566


DWSM fibres shall conform to the requirements specified in Table 2-1 below.Table 2-1DWSM Optical Fibre CharacteristicsFibre Description:Dual Window Single-ModeMode Field Diameter:8.6 to 9.5nm um(10% of thenominal value)Cladding Diameter:125.0 um 2umMode field Concentricity Error: ≤ 1.0 umCladding non-circularity ≤2%Cable Cut off Wavelength≤1260nm1550 loss performance As per G.652Proof Test Level≥0.35GpaAttenuation coefficient @ 310nm ≤0.35 dB/Km@1550nm ≤ 0.23 dB/KmChromatic Dispersion : Maximum: 20 ps/(nm x km) 1550 nm3.5 ps/ (nm x km) 1288-1339nm5.3 ps/ (nm x km) 1271-1360nmZero Dispersion Wavelength:Zero Dispersion Slope:1300 to 1324 nm-0.093 ps/(nm² x km) maximumPolarization mode dispersion coefficient ≤ 0.5 ps/km^ ¹/²Temperature Dependence:Induced attenuation ≤0.05 dB(-60 ºC + 85 ºC)Bend performance:@1310nm(75n±2nmdia Mandrel),100 turns:Attenuation rise


and outer sheath jackets shall be free from pinholes, joints, spilts or any other defects,.All fibre optic cable shall have a minimum service life span of 25 years.2.5.1 Colour Coding & Fibre IdentificationIndividual optical fibres within a fibre unit, and fibre units shall be identifiable inaccordance with EIA/TIA598 or IEC 60304 or Bellcore GR-20 colour –coding scheme.The colour coding system shall be discernible throughout the design life of the cable.Colouring utilized for colour coding optical fibres shall be integrated into the fibrecoating and shall be homogeneous. The colour shall not bleed from one fibre to anotherand shall not fade during fibre preparation for termination or splicing. Each cable shallhave tracibility of each fibre back to the original fibre manufacturer’s fibre number andparameters of the fibre. If more than the specified number of fibres included in any cable,the spare fibres shall be tested by the cable manufacturer and any defective fibre shall besuitably bundled, tagged and identified at the factory by the vendor.2.5.2 Strength MembersThe central fibre optic unit should include a central strength member of Fibre ReinforcedPlastic (FRP) or other suitable material. Peripheral strength members and aramid yarnsare also acceptable. The central FRP strength member may be of slotted type with SZ lay(reverse oscillation lay) of fibre units or it may be cylindrical type with helical lay offibre units.2.5.3 Filling CompoundThe interstices of the central fibre optic unit and cable shall be filled with a suitablecompound to prohibit any moisture ingress or any longitudinal water migration withinfibre optic unit or along the fibre optic cable. The water tightness of the cable shall meetor exceed the test performance criteria as per IEC60794-1-2-F5. The filling compoundused shall be a non-toxic homogeneous water proofing compound that is free of dirt andforeign matter, anti-hygroscopic, electrically nonconductive and non-nutritive to fungus.The compound shall also be fully compatible with all cable components it may come incontact with and shall inhibit the generation of hydrogen within the cable. The fillingcompound shall remain stable for ambient temperature up to +70 ºC and shall not drip,flow or leak with age or at change of temperatures. Reference method to measure drippoint shall be as per IEC60811-5-1 and drip point shall not be less than 70 ºC.2.5.4 The Sheath/Inner JacketThe sheath shall be black, smooth, concentric, and shall be free from holes, splits, blistersand other surface flaws. The sheath shall be extruded directly over the central fibre optic_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 364 of 566


unit and shall also be non-hygroscopic. The cable sheath design shall permit easyremoval without damage to the optical fibres or fibre units. The sheath shall be madefrom good quality of weather resistant polyethylene compound (Black High DensityPolyethylene-HDPE) and thickness shall be ≥ 1.8mm.2.5.5 The Outer Jacket/Termite protectionA circular jacket of not less than 0.65mm Polymide-12(Orange Nylone-12) materialshould be applied over the sheath as an outer jacket. The outer jacket shall have smoothfinish and shall be termite resistant.RIP Cord: Suitable rip cord(s) shall be provided to open the outer sheath of the cable. Therip cord(s) shall be properly waxed to prevent wicking action and shall not work as awater carrier.2.6 Mechanical Parameters & Tests(A) Tensile Strength: The cable shall be of sufficient strength to withstand a loadof value T (N) = 9.81 x 2.5 x W Newton or 2670 N whichever is higher (where W is themass in Kg of 1 Km cable). The load shall be sustained for 10 minutes and the strain ofthe fiber monitored. The load shall not produce a strain exceeding 0.25% in the fiberand shall not cause any permanent damage to any constituent part of the cable. Thechange in optical attenuation during or after the application of the rated tensile load inaccordance with IEC 60794-1-2-EI procedure shall not exceed 0.05dB/Km both for 1310nm and 1550 nm wavelength. The attenuation shall be noted before strain, and afterrelease of strain for all the fibers.(B) Crush test (Compressive Strength): The cable shall withstand a compressiveforce of at least 2000 N. applied for at least 60 seconds between two plates of 100mm x100mm in accordance with IEC60 794-1-2-E3 procedure. This compressive load appliedin accordance with IEC60794-1-2-E3 shall not cause any permanent damage to anyconstituent part of the cable. The change in optical attenuation during or after theapplication of the compressive load shall not exceed 0.05dB/Km both 1310nm and1550nm wavelength. The attenuation shall be noted before and after the test for all thefibers.(C) Bend Radius: The cable bend radius under no load shall be less than or equal to20 times the cable diameter. The test method shall be according to the IEC60794-1-2-E11 ( procedure-I). The fibers and component parts of the cable shall not sufferpermanent damage when the cable is repeatedly wrapped and unwrapped 4 completeturns of 10 complete cycles around a mandrel of 20 times to the cable diameter. Thechange in optical attenuation after the test shall not exceed 0.05dB/Km both for 1310nmand 1550nm wavelength. The attenuation shall be noted before and after the test for allthe fibers. Outer Jacket shall not show any cracks visible to the naked eye whenexamined whilst still wrapped on the mandrel.(D) Cable Bending test (Repeated bending): The cable shall withstand repeatedbending when tested in accordance with EIA-455-104 and shall not cause any permanent_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 365 of 566


damage to any constituent part of the cable. The cable sample shall be at least 5 metersor more. The change in optical attenuation during or after the application of the repeatedbending test shall not exceed 0.05dB/Km for all the fibers. The attenuation shall benoted before and after the test for all the fibres. The test requirement shall be asmentioned below:-WeightMinimum distance from pulley centre toholding deviceMinimum distance from weight to pulleycentrePulley diameter5Kg216 mm457mmAngle of turning 90ºNo. of cycles 30Time required for 30 cycles2 min.20 times to the cabledia(E) Impact Test: The cable shall withstand at least 10 impacts of 50N load from a0.5 meter height with impacting surface radius of 300mm. This impact load applied atthe same place in accordance with IEC60794-1-2-E4 shall not cause any permanentdamage to any constituent part of the cable. The change in optical attenuation during orafter the application of the impact load shall not exceed 0.05dB/Km. The attenuationshall be noted before and after the test for all the fibres.(F) Torsion test: The cable shall withstand 10 cycles of ±180º torsion with 100Nload applied on a 2m sample. This load cycle applied in accordance with IEC60794-1-2-E7 shall not cause any permanent damage to any constituent part of the cable. The changein optical attenuation during or after the application of the torsion load shall not exceed0.05dB/km for all the fibres. The attenuation shall be noted before and after the test.(G) Kink test (Resistance): When a cable of sample length 10 times the minimumbend radius as defined above is subjected to kinking, it shall not result in any fibrebreakage and the kink shall disappear after normalizing the cable. The change in opticalattenuation after the application of the kink in accordance with IEC60794-1-2-E10 shallnot exceed 0.05dB/km for all the fibres.(H) Water penetration test (Resistance to water ingress): The resistance to wateringress of the cable shall meet or exceed the test performance criteria as as perIEC60794-1-2-F5 method F5B. Before applying the water tight sleeve at one end theouter jacket shall be stripped. Water soluble fluorescent dye shall be used for testing. Theduration of test shall be 7 days. In addition after the test the cable shall be ripped openand distance up to which water has seeped shall be noted.(I) Drip Test(Seepage of Filling Compound): For testing, a sample of 30cm length ofthe cable with one end sealed by the end cap will be taken and outer jacket, sheath, bindertapes shall be removed by 5cms from open end of the sample. The filling compound willbe wiped thoroughly and the sample be kept vertically with open end down ward in the_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 366 of 566


oven for 24 hours at 70 ºC. Temperature with a filter paper under the sample. The filterpaper should not indicate any sign of drip or oily impression. The reference testspecification shall be as per IEC60811-5-1 to measure drip point.(J) Environmental Test: Temperature cycling test shall be carried out on one drumlength of the cable to ensure stability of attenuation parameter of the cable whensubjected to temperature change which may occur during storage, transportation, andoperation. The permissible temperature range for storage and operation will be from-20ºC to +70ºC. The rate of change of temperature during test shall be 1ºC per minute.The cable shall be kept for 12 hours at each of the following temperature and shouldfollow the specification IEC60794-1-2-F1. Two cycles shall be performed.TA2TA1TB1TB2: -20ºC: -10-ºC: +60ºC: +70ºCThe attenuation shall be measured at the end of each temperature range both at 1310nm& 1550nm. The change of attenuation of fibre used shall be ≤ 0.05 dB both for 1310 &1550nm for entire range of temperature for all the fibres in each cycle.(K) Termite Resistance Test: The outer jacket shall be demonstrated to be termiteresistant. The exact procedure for the test shall be mutually agreed between theContractor and the Employer and shall generally be in line with test procedures followedby reputed test laboratories.(L) Abrasion Test: To be conducted as per IEC 60794-1-E2 or equivalent internationaltest method.(M) Flexure Rigidity Test: To be conducted as per ASTM D-790. The test shall notcause any permanent damage to any constituent part of the cable. The change in opticalattenuation after the test shall not exceed 0.05 dB/km. The attenuation shall be notedbefore and after the test for all the fibres.(N) Figure of Eight Test: 1000m of cable shall be uncoiled from the drum and arrangedin figure of eight, each loop having a maximum, dimension of 2m. It shall be possible toarrange cable in figure of 8 with relative ease and the cable shall not show any visibledamages.(O) Cable Ageing Test: After Environmental test the cable shall be subjected to atemperature of 85 ±2 ºC for 168 hours. Cable shall then be brought to ambienttemperature and stabilized for 24hours. The change in optical attenuation after the test_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 367 of 566


shall not exceed 0.05dB/km. for 1310 as well as 1550nm wavelengths. The attenuationshall be noted before and after the test for all the fibres.(P) Embitterment Test of Loose tube: The minimum length of the test sample dependon the outside diameter of the loose tube and should be 85mm for tubes upto 2.5mmoutside dia. The length of the bigger tubes should be calculated by using the followingequation:Lo > 100 x ((D² + d ²) /4)½WhereLo = Length of tube under testD = Outside dia of loose tubed = inside dia of loose tubeBoth the ends of a buffer tube test sample may be mounted in a tool which is clamped injaws of a tensile machine which exert a constant rate of movement. The movable jawmay move at a rate if 50mm per minute toward the fixed jaw. Under load the tube willbend, so that the tube is subjected to tensile and compressive stresses. The fixture forholding the tube should be designed in a manner that the tube might bend in all directionswithout further loading. The tube should not get embrittled. No ink should appear on thetube up to the safe bend dia of tube (20D) where D is the outside diameter of the loosetube. There should not be any physical damage or mark on the tube surface.(Q) Kink Resistance test on the loose tube: A longer length of the loose tube is taken(with fibre and gel), a loop is made and loop is reduced to the minimum bend radius ofloose tube i.e. 20 D.(where D is the outside dia of the loose tube). This test is to berepeated 4 times on the same sample length of the loose tube. No damage or kink shouldappear on the surface of the tube.(R) Drainage test for loose tube: A tube length to 40cm shall be cut and filled withfilling gel ensuring there are no air bubbles and the tube is completely full. The filledtube is placed in a horizontal position on a clean worktop and cut 5cm from each end sothat the finished length of the sample is 30cm. The filled tube shall be left in a horizontalposition at an ambient temperature for 24 hrs. The sample tube is then suspendedvertically in an environment heat oven over a weighed beaker. It is left in the oven at atemperature of 70 ºC for a period of 24 hrs. At the end of the 24hrs. period the beaker ischecked and weighed to see if there is any gel in beaker. There shall be no gel or oil inthe beaker.(S) Check of easy removal of sheath: The sheath shall be cut in circular way using asheath removal tool and the about 300mm length of the sheath should be removed in oneoperation. It should be observed during sheath removal process that no undue extra forceis applied and no component part of the cable is damaged. It shall be possible to removethe sheath easily. Easy removal of both the outer jacket and the inner sheath shall bechecked separately.(T) Effect of aggressive media on the cable surface (Acidic and alkaline behaviour):The test shall be conducted as per method no.ISO175. The two test samples of the_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 368 of 566


finished cable each of 600mm in length are taken and the ends of the samples shall besealed. These test samples are put in the PH4 and PH10 solutions separately. After30days these samples are taken out from the solutions and examined for any corrosionetc. on the sheath and other markings of the cables. The sample should not show anyeffect of these solutions on the sheath and other marking of the cable.2.7 Optical fibre cable markingA suitable marking shall be applied in order to identify this cable from the other cables.Marking on the cable shall be indelible, of durable quality, shall last long and shall beapplied at regular interval of one-meter length. Marking shall be imprinted and mustclearly contrast with the surface and colors used must withstand the environmentalinfluences experienced in the field,The accuracy of the sequential marking must be within ±0.5% of the actual measuredlength. The sequential length marking must not rub off during normal installation. In caselaser printing is used the marking shall not exceed 0.15mm depth. The optical fibre cableshall have the following markings in every meter.Type of CableRunning meter lengthNo. of fibresType of fibreLaser symbol & caution noticeYear of manufacture and batch no.Manufacturer’s nameD T L2.8 Operating InstructionsComplete technical literature in English with detailed cable construction diagram ofvarious sub-component with dimensions and test data of the cable shall be provided. Allaspects of installation shall also be covered in the handbook.2.9 TEST AND INSPECTION:The general conditions for Type and Factory Acceptance Testing shall be asfollows:-2.9.1 TYPE TESTType testing shall be carried out as per IEC for fiber optic cable & the tests listedin table 2-2 shall be carried out as type tests for fibers.Table 2-2Type test for FibresS.NO Test Name Acceptance Test procedure_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 369 of 566


. Criteria1. Attenuation TS Table 2-1 EIA/TIA 455-78A2. Attenuation Variation with TS Table 2-1 EIA/TIA 455-78Awavelength3. Attenuation at Water Peak TS Table 2-1 EIA/TIA 455-78A4. Temp. Cycling(Temp. dependence of Attenuation)EIA/TIA 455-3A,2 cycles5 Attenuation with Bending (Bendperformance)6. Mode Field dia. EIA/TIA 455-164A/167A/1747. Chromatic Dispersion EIA/TIA 455-168A/169A/175A8 Cladding Diameter EIA/TIA 455-1769 Point Discontinuities of attenuation EIA/TIA 455-5910 Core-Clad concentricity error EIA/TIA 455-176-- End of Table---2.9.2 Factory Acceptance TestingThe tests listed in Table 2-3 shall be carried out as Factory Acceptance Test forUnderground fibre optic cable.Table 2-3Factory Acceptance Tests on Underground Fibre Optic CableS.No. Factory Acceptance Test1. Attenuation Co-efficient (1310,1550, and Water Peak)2. Point discontinuities of attenuation3. Chromatic Dispersion4. Visual Material verification and dimensionalchecks as per approved drawings5. Resistance to Water Ingress test6. Tensile strength test/Strain test7. Impact test8. Kink test_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 370 of 566


QUALITY ASSURANCE PROGRAMMESECTION-IXTo ensure that the equipment and services under the scope of contract, whethermanufactured or performed within the contractors work or at his sub contractors premisesor at the owners site or at the other place of the work are in accordance with thespecifications, the contractors shall adopt suitable quality assurance programme tocontrol such activities at all points, as necessary. Such programme shall be outlined bythe contractor and finally accepted by the owner/authorize representative after discussionbefore the award of contract. The QA programme shall be in line with ISO 9001/IS-14001.GENERAL REQUIREMENTS QUALITY ASSURANCEAll materials, components and equipment covered under this specification shall beprocured, manufactured, erected, commissioned and tested at all stages, as percomprehensive quality assurance programme. An indicated programme of theinspection/tests to be carried out by the contractor for some of the major items is given inthe respective technical specifications. This is however, not intended to form acomprehensive programme as it is the contractor responsibility to draw up and implementsuch programme duly approved by the owner. The detailed quality plans formanufacturing and field activities should be drawn by the bidder and will be submitted toowner for approval. Schedule of finalization of such quality plans will be finalizedbefore award.Manufacturing quality plan will detail out for all the components and equipments, varioustests/inspection, to be carried out as per the requirement of this specification andstandards mentioned therein and quality practices and procedure followed by contractorsquality control organization, the relevant reference document and standards, acceptancenorms, inspection documents raised etc. during all stages of material procurement,manufacturer, assembly and final testing performance testing.Field quality plans will detail out for all the equipment the quality practices andprocedures etc. to be followed by the contractors site quality control organization, duringvarious stages of site activities from receipt of materials/equipment at site.The Contractor shall also furnish copies of the reference documents/plant standards/acceptance norms/tests and inspection procedure etc., as referred in quality plans alongwith quality plans. These quality plans and reference documents / standards etc. will besubject to Owner’s approval without which manufacture shall not proceed. Theseapproved documents shall form a part of the contract. In these approved quality plansOwner shall identify Customer Hold Points (CHP), i.e. test/checks which shall be carried_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 371 of 566


out in presence of the Owner’s engineer or his authorized representative and beyondwhich the work will not proceed without consent of Owner/authorized representative inwriting. All deviations to this specification, approved quality plans and applicablestandards must be documented and referred to Owner along with technical justificationfor approval and disposition.No material shall be dispatched from the manufacture’s work before the same is acceptedsubsequent to pre-dispatch final inspection including verification of records of allprevious tests/inspection by Owner’s engineer/authorized representative, and dulyauthorized for dispatch issuance of MDCC.All material used for equipment manufacture including casting and forging etc. shall beof tested quality as per relevant codes/standards. Details of results of the tests conductedto determine the mechanical properties, chemical analysis and details of heat treatmentprocedure recommended and actually followed shall be recorded on certificates and timetemperature chart. Tests shall be carried out as per applicable material standards and/oragreed details._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 372 of 566


SECTION:XBATTERY & BATTERY CHARGER1.1. GENERAL TECHNICAL REQUIREMENTS1.1.1. All materials/components used in battery charger and batteries shall be free fromflaws and defects (maintenance free) and shall conform to the relevant Indian/IECstandards and good engineering practice.1.1.2. For 220/33kV sub-stations, DC System shall consist of one(1) float-cum-boostcharger and one(1) battery set for 220V system. The standard scheme drawing isenclosed with this specification. DC System shall consist of two(2) float-cum-boostchargers and two(2) battery sets for each of 220V and 48 V systems respectively.The standard scheme drawing is enclosed with this specification.1.1.3. Bidder shall select number of cells, float and Boost voltage to achieve followingsystem requirement:System Voltage Maximum Voltageduring Float operationMinimum voltageavailable when nocharger working andbattery fully dischargedupto 1.85V per cell.220 Volt 242 Volt 198 Volt48 Volt 52.8 Volt 43.2 VoltBidder shall furnish calculation in support of battery sizing, selection of number ofcells, float and Boost voltages during detailed engineering for Owners acceptance.Battery sizing calculations shall be done as per IEEE- 485 on the basis of followingduty cycle:220V DCSystem48V DCSystemLoad Duration Type Of LoadsContinuous Load 3 hours Relays, IEDs, Station HMIs,spring charging, Isolatorinterlocking load, Miscellaneouspermanently connected loads etc.Emergency Load 1 hour Substation emergency lightingloadsMomentary Load 1 minute Breaker closing, Tripping loads( taking simultaneous occurrenceas per system)Continuous Load 3 hour Continuous Load associated withcommunication network._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 373 of 566


Momentary Load 15 minute Loads associated withcommunication network.1.2. Battery1.2.1. TypeThe DC Battery shall be VRLA (Valve Regulated Lead-Acid) type and shall beNormal Discharge type. Battery is intended to be used in air-conditionedatmosphere and shall be suitable for a long life under continuous float operationsand occasional discharges. The 220 V DC systems are unearth. and 48 V DCsystem is + ve earth system.1.2.2. Constructional RequirementsThe design of battery shall be as per field proven practices. Partial plating of cells isnot permitted. Paralleling of cells externally for enhancement of capacity is notpermitted. Protective transparent front covers with each module shall be provided toprevent accidental contact with live module/electrical connections.1.2.3. ContainersThe container material shall have chemical and electro-chemical compatibility andshall be acid resistant. The material shall meet all the requirements of VRLAbattery and be consistent with the life of battery. The container shall be fireretardant and shall have an Oxygen Index of at least 28%. The porosity of thecontainer shall be such as not to allow any gases to escape except from theregulation valve. The tensile strength of the material of the container shall be suchas to handle the internal cell pressure of the cells in the worst working condition.Cell shall not show any deformity or bulge on the sides under all workingconditions. The container shall be capable of withstanding the rigours of transport,storage and handling. The containers shall be enclosed in a steel tray.1.2.4. Cell Covers_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 374 of 566


The cell covers shall be made of suitable material compatible with the containermaterial and permanently fixed with the container. It shall be capable to withstandinternal pressure without bulging or cracking. It shall also be fire retardant. Fixingof Pressure Regulation Valve & terminal posts in the cover shall be such that theseepage of electrolyte, gas escapes and entry of electro-static spark are prevented.1.2.5. SeparatorsThe separators used in manufacturing of battery cells, shall be of glass mat orsynthetic material having high acid absorption capability, resistant to sulphuric acidand good insulating properties. The design of separators shall ensure that there is nomisalignment during normal operation and handling.1.2.6. Pressure Regulation ValveEach cell shall be provided with a pressure regulation valve. The valve shall be selfre-sealable and flame retardant. The valve unit shall be such that it cannot beopened without a proper tool. The valve shall be capable to withstand the internalcell pressure specified by the manufacturer.1.2.7. Terminal PostsBoth the +ve and –ve terminals of the cells shall be capable of proper terminationand shall ensure its consistency with the life of the battery. The surface of theterminal post extending above the cell cover including bolt hole shall be coated withan acid resistant and corrosion retarding material. Terminal posts or any other metalpart which is in contact with the electrolyte shall be made of the same alloy as thatof the plates or of a proven material that does not have any harmful effect on cellperformance. Both +ve and –ve posts shall be clearly and unambiguouslyidentifiable.1.2.8. Connectors, Nuts & Bolts, Heat Shrinkable SleevesWhere it is not possible to bolt the cell terminals directly to assemble a battery,separate non-corroding lead or copper connectors of suitable size shall be providedto enable connection of the cells. Copper connections shall be suitably lead coated_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 375 of 566


to withstand corrosion due to sulphuric acid at a very high rate of charge ordischarge.Nuts and bolts for connecting the cells shall be made of copper, brass or stainlesssteel. Copper or brass nuts and bolts shall be effectively lead coated to preventcorrosion. Stainless steel bolts and nuts can be used without lead coating. All intercell connectors shall be protected with heat shrinkable silicon sleeves for reducingthe environmental impact including a corrosive environment.1.2.9. Flame ArrestorsEach cell shall be equipped with a Flame Arrestor to defuse the Hydrogen gasescaped during charge and discharge. Material of the flame arrestor shall not affectthe performance of the cell.1.2.10. Battery Bank StandBattery shall be mounted in a suitable metallic stand/frame. The frame shall beproperly painted with the acid resistant paint. The suitable insulation shall beprovided between stand/frame and floor to avoid the grounding of the frame/stand.1.2.11. Capacity RequirementsWhen the battery is discharged at 10 hour rate, it shall deliver 80% of C (ratedcapacity, corrected at 27º Celsius) before any of the cells in the battery bank reaches1.85V/cell.The battery shall be capable of being recharged from the fully exhausted condition(1.75V/cell) within 10 hrs up to 90% state of charge. All the cells in a battery shallbe designed for continuous float operation at the specified float voltage throughoutthe life. The capacity (corrected at 27ºCelcius) shall also not be less than C and notmore than 120% of C before any cell in the battery bank reaches 1.75V/cell. Thebattery voltage shall not be less than the following values, when a fully chargedbattery is put to discharge at C/10 rate:(a) After Six minutes of discharge: 1.98V/cell(b) After Six hours of discharge: 1.92V/cell(c) After 8 hours of discharge: 1.85V/cell_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 376 of 566


(d) After 10 hours of discharge: 1.75V/cellLoss in capacity during storage at an average ambient temperature of 35º Celsiusfor a period of 6 months shall not be more than 60% and the cell/battery shallachieve 85% of its rated capacity within 3 charge/discharge cycles and full ratedcapacity within 5 cycles, after the storage period of 6 months. Voltage of each cellin the battery set shall be within 0.05V of the average voltage throughout thestorage period. Ampere hour efficiency shall be better than 90% and watt hourefficiency shall be better than 80%.1.2.12. Expected Battery LifeThe battery shall be capable of giving 1200 or more charge/discharge cycles at 80%Depth of discharge (DOD) at an average temperature of 27º Celsius. DOD (Depthof Discharge) is defined as the ratio of the quantity of electricity (in Ampere-hour)removed from a cell or battery on discharge to its rated capacity.The battery sets shall have a minimum expected life of 20 years at float operation.1.2.13. Routine Maintenance of Battery systemFor routine maintenance of battery system, the contractor shall supply 1 set offollowing tools:a) Torque wrench.b) Cell test voltmeter (-3-0-+3) volts1.2.14. Type Test of BatteryThe contractor shall supply type tested battery. The Contractor shall submit theBattery type test reports of tests conducted on the same make, model, type & ratingas offered as per the IEC 896-2 or equivalent IS/EN/BS standards.1.2.15.List Of Factory & Site Tests For Battery_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 377 of 566


1.3. Battery ChargerThe DC system for 220 V DC is unearth. The Battery Charger as well as automaticSl. No. Test Factory Site TestsTests1. Physical Verification √ √2. C/10 Capacity test on the cell √3. 8 Hrs. Charge and 15 minutes√discharge test at full rated loadregulators shall be of static type and shall be compatible with offered VRLAbattery. Battery charger shall be capable of continuous operation at the respectiverated load in float charging mode, i.e. Float charging the associated DC Lead-AcidBatteries at 2.15 to 2.25 Volts per cell while supplying the DC load. The chargershall also be capable of Boost charging the associated DC Battery at 2.3 +/- 0.02volts per cell at the desired rate. Charger shall regulate the float/boost voltage incase of prescribed temperature rise of battery as per manufacturers recommendationto avoid thermal runaway. Necessary temperature sensors shall be provided in midlocation of battery banks and shall be wired up to the respective charger forfeedback control. The manufacturer shall demonstrate this feature during testing ofeach charger. Battery charger should be thyristor controlled.1.3.1. Battery Charger shall be provided with facility for both automatic and manualcontrol of output voltage and current. A selector switch shall be provided forselecting the mode of output voltage/current control, whether automatic or manual.When on automatic control mode during Float charging, the Charger output voltageshall remain within ±1% of the set value, for AC input voltage variation of ±10%,frequency variation of ±5%, a combined voltage and frequency variation of ±10%,and a DC load variation from zero to full load.1.3.2. Battery charger shall have constant voltage characteristics throughout the range(from zero to full load) at the floating value of the voltage so as to keep the batteryfully charged but without harmful overcharge.1.3.3. Charger shall have load limiters having drooping characteristic, which shall cause,when the voltage control is in automatic mode, a gradual lowering of the outputvoltage when the DC load current exceeds the Load limiter setting of the Charger.The Load-limiter characteristics shall be such that any sustained overload or short_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 378 of 566


circuit in DC System shall not damage the Charger, nor shall it cause blowing ofany of the Charger fuses. The Charger shall not trip on overload or external shortcircuit.1.3.4.Uniform and step less adjustments of voltage setting (in both manual and automaticmodes) shall be provided on the front of the Charger panel covering the entire floatcharging output range specified. Step less adjustments of the Load-limiter settingshall also be possible from 80% to 100% of the rated output current for Chargingmode.1.3.5. During Boost Charging, the Battery Charger shall operate on constant current mode(when automatic regulator is in service). It shall be possible to adjust the Boostcharging current continuously over a range of 50 to 100% of the rated outputcurrent for Boost charging mode.1.3.6. The Charger output voltage shall automatically go on rising, when it is operatingon Boost mode, as the Battery charges up. For limiting the output voltage of theCharger, a potentiometer shall be provided on the front of the panel, whereby itshall be possible to set the upper limit of this voltage any where in the output rangespecified for Boost Charging mode.1.3.7.The Charger manufacturer may offer an arrangement in which the voltage settingdevice for Float charging mode is also used as output voltage limit setting devicefor Boost charging mode and the Load-limiter of Float charging mode is used ascurrent setting device in boost charging mode.1.3.8. Suitable filter circuits shall be provided in all the charger to limit the ripple content(Peak to Peak) in the output voltage to 1%, irrespective of the DC load level, whenthey are not connected to a Battery.1.3.9. MCCBBattery Charger shall have 2 Nos. MCCBs on the input side to receive cables fromtwo sources. Mechanical interlock should be provided such that only one shall beclosed at a time. It shall be of P2 duty and suitable for continuous duty. MCCB’sshould have auxiliary contacts for annunciation._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 379 of 566


1.3.10. Rectifier TransformerThe rectifier transformer shall be continuously rated, dry air cooled (A.N) and ofclass F insulation type. The rating of the rectifier transformer shall have 10%overload capacity.1.3.11. Rectifier AssemblyThe rectifier assembly shall be fully/half controlled bridge type and shall bedesigned to meet the duty as required by Charger. The rectifier shall be providedwith heat sink having their own heat dissipation arrangements with natural aircooling. Necessary surge protection devices and rectifier type fast acting HRC fusesshall be provided in each arm of the rectifier connections.1.3.12. InstrumentsOne AC voltmeter and one AC ammeter alongwith selector switches shall beprovided for charger. One DC voltmeter and DC ammeter (with shunt) shall beprovided for Charger. The instruments shall be flush type, dust proof and moistureresistant. The instruments shall have easily accessible means for zero adjustment.The instruments shall be of 1.5 accuracy class. In addition to the above a centre zerovoltmeter with selector switch shall also be provided for 220V charger for testingpurpose.1.3.13. Air Break SwitchesOne DC output switch shall be provided in charger. They shall be air break typesuitable for 500 volts AC/ 250 DC. The contacts of the switches shall open andclose with a snap action. The operating handle of the switch shall be fully insulatedfrom circuit. `ON’ and `OFF’ position on the switch shall be clearly indicated.Rating of switches shall be suitable for their continuous load.Alternatively, MCCB’s of suitable ratings shall also acceptable in place of AirBreak Switch._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 380 of 566


1.3.14. FusesAll fuses shall be HRC Link type. Fuses shall be mounted on fuse carriers whichare in turn mounted on fuse bases. Wherever it is not possible to mount fuses oncarriers, fuses shall be directly mounted on plug-in type base. In such case oneinsulated fuse pulling handle shall be supplied for charger. Fuse rating shall bechosen by the Bidder depending on the circuit requirement. All fuses in the chargershall be monitored. Fuse failure annunciation shall be provided on the failure of anyfuse..1.3.15. Blocking DiodeBlocking diode shall be provided in the positive pole of the output circuit of chargerto prevent current flow from the DC Battery into the Charger.1.3.16. Annunciation SystemAudio-visual indications through bright LEDs shall be provided in all Chargers forthe following abnormalities:a) AC power failureb) Rectifier/charger fuse blown.c) Over voltage across the battery when boost charging.d) Abnormal voltage (High/Low)e) Any other annunciation if required.Potential free NO Contacts of above abnormal conditions shall also be provided forcommon remote indication “CHARGER TROUBLE” in Owner’s Control Board.Indication for charger in float mode and boost mode through indication lamps shallbe provided for charger. A potential free contact for float/boost mode shall beprovided for external interlocks.1.3.17. Name Plates and MarkingThe name plates shall be white with black engraved letters. On top of Charger, onfront as well as rear sides, larger and bold name plates shall be provided to identifythe Charger. Name plates with full and clear inscriptions shall also be provided on_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 381 of 566


and inside of the panels for identification of the various equipments and ease ofoperation and maintenance.1.3.18. Charger ConstructionThe Charger shall be indoor, floor-mounted, self-supporting sheet metal enclosedcubicle type. The Contractor shall supply all necessary base frames, anchor bolt andhardware. The Charger shall be fabricated from 2.0mm cold rolled sheet steel andshall have folded type of construction. Removable gland plates for all cables andlugs for power cables shall be supplied by the Contractor. The lugs for power cablesshall be made of electrolytic copper with tin coat. Power cable sizes shall beadvised to the Contractor at a later date for provision of suitable lugs and drilling ofgland plates. The Charger shall be tropicalised and vermin proof. Ventilationlouvers, if provided shall be backed with screens. All doors and covers shall befitted with synthetic rubber gaskets. The charger shall have hinged double leafdoors provided on front and on backside for adequate access to the Charger’sinternals. Charger cubicle doors shall be properly earthed. The degree of protectionof Charger enclosure shall be at least IP-42 as per IS: 13947 Part I.1.3.18.1. All indicating instruments, control switches and indicating lamps shall bemounted on the front side of the Charger.1.3.18.2. Charger shall be furnished completely wired upto power cable lugs and terminalblocks and ready for external connections. The control wiring shall be carried outwith PVC insulated, 1.5 sq.mm. stranded copper wires. Control terminals shall besuitable for connecting two wires, with 2.5 sq.mm stranded copper conductors. Allterminals shall be numbered for ease of connections and identification. Each wireshall bear a ferrule or tag on each end for identification. At least 20% spareterminals shall be provided for control circuits.1.3.18.3. The insulation of all circuits, except the low voltage electronic circuits shallwithstand test voltage of 2 KV AC for one minute. An air clearance of at least ten(10) mm shall be maintained throughout for such circuits, right up to the terminallugs. Whenever this clearance is not available, the live parts shall be insulated orshrouded._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 382 of 566


1.3.19. PaintingAll sheet steel work shall be pre-treated, in tanks, in accordance with IS:6005.Degreasing shall be done by alkaline cleaning. Rust and scale shall be removed bypickling with acid. After pickling, the parts shall be washed in running water. Thenthese shall be rinsed in slightly alkaline hot water and dried. The phosphate coatingshall be `Class-C’ as specified in IS:6005. Welding shall not be done afterphosphating. The phosphating surfaces shall be rinsed and passivated prior toapplication of staved lead oxide primer coating. After primer application, two coatsof finishing synthetic enamel paint of shade-631 of IS:5 shall be applied, unlessrequired otherwise by the Owner. The inside of the charger shall be glossy white.Each coat of finishing synthetic enamel paint shall be properly stoved. The paintthickness shall not be less than fifty (50) microns.1.3.20. TESTS1.3.20.1. Battery charger shall conform to all type tests as per relevant Indian Standard.Performance test on the Charger as per Specification shall also be carried out onCharger as per specification. Rectifier transformer shall conform to all type testsspecified in IS: 4540 and short circuit test as per IS:2026. Following type tests shallbe carried out for compliance of specification requirements:i) Voltage regulation testii) Load limiter characteristics testiii) Efficiency testsiv) High voltage testsv) Temperature rise testvi) Short circuit test at no load and full load at rated voltage for sustained short circuit.vii) Degree of protection testviii) Measurement of ripple by oscilloscope.1.3.20.2.The Contractor may be required to demonstrate to the OWNER that the Chargerconform to the specification particularly regarding continuous rating, ripple freeoutput, voltage regulation and load limiting characteristic, before dispatch as well asafter installation at site. At site the following tests shall be carried out :i) Insulation resistance test_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 383 of 566


ii) Checking of proper annunciation system operation.1.3.20.3.If a Charger fails to meet the specified requirements, the Contractor shall replacethe same with appropriate Charger without affecting the commissioning schedule ofthe Sub-station, and without any extra cost to the OWNER.1.3.20.4.The Contractor shall present for inspection, the type and routine test certificatesfor the following components whenever required by the OWNER.(i) Switches.(ii) Relays/MCCBs(iii) Instruments.(iv) DC fuses.(v) SCR.(vi) Diodes.(vii) Condensers.(viii) Potentiometers.(ix) Semiconductor(x) Annunciator.(xi) Control wiring(xii) Push buttons and contactors.Makes of above equipment shall be subject to Owner’s approval.1.4 THE POWER SUPPLY SYSTEM FOR SCADA SYSTEMThe SCADA system CS 48/1900 is a new, convection–cooled (CS) type and shall beprovided with a non–interruptible power supply for telecommunications equipment. ThePower supply system shall be consisting of rectifier modules, the battery connection, DCdistribution and controller with Modular build-up so-that the system can be extendedwithout any problems.The system shall perform the following tasks:• Protect sensitive consumer groups against interruption of the power supply. In theevent of a mains power failure, the batteries shall take over the task of supplyingpower to the consumer without interruption.• Supply the consumer with a stabilized voltage. Voltage variations caused byswitching processes are regulated out.• Supply the batteries with a tightly – controlled charge maintenance voltage.• Isolates the mains and consumer circuits from one another at all stages of thepower._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 384 of 566


• Prevents interference pulse breakthrough or transmission from or to the mains bymeans of appropriate filters.• Provides reliable monitoring and rapid alarm triggering in the events of a fault.(1) AC Source mains 230 V, AC,3-phase.(2) rectifier module protection Magnetic Circuit Breakers ,MCB.(3) rectifier modules 48 V- 1900 W(4) Relay low voltage disconnection LVD of the battery.(5) battery battery or battery group,(6) DC-output 48 V DC fuses DIN 00…or NH …,MCB’s.(7) Controller Overall system controller, evaluation of parameters,values and measurement dataAutomatic system configuration.1.4.1 System components:(1) AC –DC distribution. Fuses/MCB’s, DC –output, AC –terminals, batteryMCB’s.(2) Controller system controller,system monitoring ,display of system statusmessages and system alarms.Mounted within the cabinet door.Connection of modem possible.(3) Interface card(4) rectifier modules 48 V – 1900 W• Up to 3 modules on one rectifier layer.• Max 3 rectifier layers in one cabinet.1.4.2 Operating ModesNormal operation (power source from mains)In normal operation, current shall be supplied to the consumers via the rectifier modules.The consumers, the batteries and the rectifiers shall be connected in parallel. As well as theload current, the rectifier modules shall also supply the charging current for the batteries.Emergency operation (power from battery)If a mains power failure occurs, the batteries shall take over supplying power to theconsumer without interruption._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 385 of 566


Mains power returns (automatic charging).When the mains power returns, the consumers and the batteries shall be supplied by therectifier modules again. Battery recharging shall be done automatically.Boost chargeIf mains power failure or rectifier failures occurs, the batteries shall be rechargedautomatically when power returns. The charging process shall be current controlled.The charging duration shall be determined by the controller using the battery current.If several batteries are connected in parallel to the system they shall all recharged together.Boost charging shall be started and stopped by the user manually or by the controllerautomatically.Equalizing (options)After time periods defined by the user (i.e. one month) a periodic battery charge shall beperformed automatically. For that aim the system voltage shall be raised during a definedduration of a higher level. If several batteries are connected in parallel to the system, theyshall all be charged together.1.4.3 SpecificationsGeneralNumber of rectifier modulesmax 3 per layer.rectifier module48V-1900W.system voltage54.5 V depending on battery type53.5 V.precision of float charge voltage ± 1%battery charge current , maximalI installed – I loadload sharing.± 5 % of I out DC nomsystem efficiency at lout nom ≥ 89%HF-emission EN 55022Electrostatic dischargeIEC 801-2, level 4 (15 kV)Security requirement EN60439-1, HV 1000.Protection class IP 20.Ambient temperature0ºC ……..+45 0º CInput_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 386 of 566


Mains voltage3*230/400 VeffMains Frequency50 Hz.Mains InputL1, L2, L3, N, PEMains Input fuse 16 A.Power factor ,nom ca 1Mains monitoringoptionOutputOutput voltage range, adjustable40….60VDC-load current, max 48V (n-1)* 39.6ARectifier current, 48 Vn * 39.6 AStatic load regulation, all effects combined ≤720 mV.Load jump Module±2 VTransient refresh time , refresh range ± 0.5 %


1. LIGHTING SYSTEMSECTION- XILIGHTING SYSTEM1.1 The scope of work comprises of design, engineering, testing, supply, installation,testing and commissioning of various lighting fixtures complete with lamps, supportsand accessories, ceiling fans complete with electronic regulators, exhaust fans fortoilets and pantry & battery room, accessories, lighting panels, lighting polescomplete with distribution boxes, galvanized rigid steel conduits, lighting wires, G.I.Earthwire, receptacles, tag block & telephone socket, switchboards, switches,junction boxes, pull out boxes complete with accessories, lighting transformer.1.2 SYSTEM DESCRIPTIONA typical arrangement of lighting system shall comprise of the following:1.2.1 AC Normal LightingAC lights will be connected to AC lighting panels. All the lightsconnected to the AC lighting system in different areas will be connected tothe main lighting distribution boards.1.2.2 AC Emergency LightingThis system will be available in GIS cum control room building, batteryroom, DG Set building & switchyard. AC lighting load will be connectedto this system which will be normally ‘ON’. The lighting panels of thissystem will be connected to the Emergency lighting board which is fedfrom diesel generator during the emergency. 50% of lighting fixtures shallbe connected on AC emergency lighting.1.2.3 D.C. Emergency LightingA few DC emergency lighting fixtures operated on the DC system will beprovided in the strategic locations including staircase, corridors, electricalrooms, Battery charger room, LT switchgear room, GIS room building/control room building, and DG Set building so that the operatingpersonnel can safely find their way even during emergency of a total ACfailure. These lights will be normally ‘OFF’ and will be switched ‘ON’automatically when under voltage occurs in the AC main lightingdistribution board. CFL Light fixtures in false ceiling area and Bulkheadfixtures in non false ceiling area to be used._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 388 of 566


1.2.4 Portable FixturesThree numbers of battery operated, portables fixtures will be provided inthe Control room building and one number shall be provided in DG SetBuilding.These fixtures will be provided at important locations in the abovementioned areas.1.3 The lux levels to be maintained in the switchyard shall be as per following:S. No. Area Average Lux Level1) Switchyard Average lux level 50 lux on main Equipments (i.eTransformer , ISO) at first level (EquipmentConnection level.) 20 Lux on balance area ofswitchyard and Road at ground levelThe minimum lux level to average lux level ratio should not be less than0.3 (i.e. Emin/Eva>0.3). the maintenance factor for outdoor illuminationdesign shall be considered as 0.65.For achieving the specified lux levels in the switchyard, the contractor canprovide luminaries of 1x400 W/1x250 W and 2x400W/2x250 W floodlight as per requirement.The contractor shall submit detailed calculation for reaching the aboveLux level. Contractor shall conform the Lux levels at different locations ofthe switchyard and lighting by measurement.In addition to the normal lighting provided in the switchyard area tomaintain the desired lux levels, few high beam fixtures on swivel supportshall be provided in strategic locations near equipments which shall bekept normally OFF and these shall be switched ON in case of maintenancework.The lux levels in various rooms / halls shall be governed as per CBIPManual / IS 3646.1.4 All adequate nos. of Ceiling fans (1400mm sweep, AC 230 volts) shall beprovided in DG set building, and all the rooms in the GIS cum ControlRoom building. One fan for approx. 100feet area shall be provided. Wallmounted fans shall be provided in the conference room, shift manager andsubstation incharge rooms in GIS cum control room building. In additionexhaust fans shall be provided in toilets, pantry and battery room.1.5 One no. of aluminums ladder of each size shall be supplied by thecontractor for maintenance purpose.1.6 The following specific areas are included in the scope of lighting:(i) GIS cum Control Room building.(ii) Switchyard outside GIS cum Control Room Building._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 389 of 566


(iii)(iv)(v)DG Building,Landscape lighting around GIS cum Control Room buildingRoads in the substation.1.7 Street lighting shall be provided through Solar Panel.Street Lighting shall be provided by High Pressure Sodium Vapour foroutdoor purpose.1.8 For Outdoor IlluminationThe switchyard design, detailed drawings showing the lighting layout andElectrical distribution diagram shall be prepared by the Contractor andsubmitted for approval. The above layout drawings will includedisposition and location of lighting fixtures, receptacles, etc.For Indoor IlluminationThe conduit layout for substation buildings based on the tender drawings,Electrical distribution diagram for substation buildings & for landscapelighting cable schedule for substation yard etc. shall be prepared by theContractor. All wiring including telephone wiring (tinned two pair copper)shall be in concealed conduit. Concealed MS junction boxes for socketsand light points shall be provided in all the rooms of GIS cum ControlRoom Building, DG set building etc.1.9 Each cable and conduct run shall be tagged with number that appears inthe cable and conduit schedules. Cables and conduits shall be tagged attheir entrance and / or exit from any piece of equipment, junction or pullbox, floor opening etc.1.10 The tag shall be made up of aluminum with the number punched on it andsecurely attached to the cables by not less than two turns of G.I. wireCable tags shall be rectangular in shape for power cables and circularshape for control cables.1.11 Location of cables laid directly under ground shall be indicated clearly bycable marker made of galvanized iron plate embedded in concrete block.1.12 The location of under ground cable joints if any, shall be clearly indicatedwith cable marker with an additional inscription “cable joint”.1.13 The marker, which is a concrete block, shall project 150mm above groundand shall be spaced at an interval of 30 meters and at every change ofdirection. It shall also be located on both sides of the road or draincrossing.2.0 DESCRIPTION OF ITEMS_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 390 of 566


The Contractor shall supply and install the following equipment andaccessories in accordance with the specification.2.1 LIGHTING PANELS2.1.1 Outdoor415 AC lighting panel with 415V, 63A, 3 Phase 4 wire bus and one no.63A, TPN, MCB with neutral unit as incomer and 20A, MCB as outgoingfeeders, the details are as follows.-------------------------------------------------------------------------------------Type Description Details of outgoing Feeders-------------------------------------------------------------------------------------ACP-2 Outdoor 6 nos. 32A Tripple pole MCB with neutralsuitable timer & contactor for automatic switching.ACP-3 Outdoor 3 nos., 32A Tripple pole MCB with NeutralLighting with suitable timer & contactor for automatic switching.Note: The numbers of outgoing feeders indicated above are the minimum.-------------------------------------------------------------------------------------2.1.2 Indoor415 V Indoor AC lighting panel, 63A 3 phase 4 wire bus and one number63 AMP TPN, MCB with 300ma 63 A, RCCB. Flush Mounted with perphase isolation and indication lamps din mounted. The DB will be flushmounted.-------------------------------------------------------------------------------------ACP-1 Indoor 18 nos. outgoing 16-32 Amp SPMCB-------------------------------------------------------------------------------------2.2. 220V DC indoor type change over board and 220V DC 32A two wire bus and one32A contactor backed up by 32A double pole MCB as incomer. The panel shall havelocal push button controls. Following are the various types of panels required withcontrol timer.----------------------------------------------------------------------------------Type Description Details of Outgoing Feeders-------------------------------------------------------------------------------------DCP Indoor 6 Nos. – 16A DPMCB Unit.-------------------------------------------------------------------------------------2.3. Sub-Lighting Panels-------------------------------------------------------------------------------------TypeDescription-------------------------------------------------------------------------------------SLD4 pole 32A Isolator suitable for 415V, 50 cycles ACSupply, with LILO Facility using 8 nos. terminal blockssuitable for cable upto 16m sq cable Enclosure shall besuitable for outdoor use with IP-55 degree of protection asper IS:13947 (Part-I)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 391 of 566


-------------------------------------------------------------------------------------2.4. Lighting Fixtures and ReceptaclesLighting Fixtures-------------------------------------------------------------------------------------Type Description-------------------------------------------------------------------------------------Fz 2x36W florescent lamps in industrialreflector type fixture, complete with accessories andsuitable for pendent Mounting, similar to PhilipsCat. No.TKC24/236/ BajajCat. No. : BJIV-236 / Crompton GreavesCat No.: 1VE 1224HSBIFIncandescent GLS lamp in recessed down light having highpurity aluminum reflector electrochemically brightened andanodized. Stainless steel leaf springs and pressure die castceiling similar to Philips Cat. No. DN-622 Cromptongreaves cat DDLV 10-BC. (as per planning)CFL / Metal Hallide lamps shall be used.SF1SF2SF3Weather proof integral Floor Lighting with housing madeof corrosion resistant die cast aluminum painted black.Grey powder coated outside suitable for 150W SON-Tlamp complete with all accessories and suitable fortermination with conduits/flexible Cat. No. F69045 (C).Similar to Philips Cat. No. SWF230/150/Bajaj Cat. No.BGEMF-150WSV Crompton Greaves Cat No. FAD11151H2 x 400 / 2 x 250 W HP Sodium vapour lamps in high floodlighting fixture suitable for outdoor mounting withaluminum enclosure : similar to Phillips Cat. No.SNT001/Bajaj Cat. No. DJEF-22CA/Crompton GreavesCat. No. FHD13241 x 250 / 1 x 400 HP Sodium vapour lamps in high floodlighting fixture suitable for outdoor mounting withaluminum enclosure and integral control gear : similar toPhillips cat. No. SWF 330/CGL Cat. No. FAD 1114/BajajCat. No. BJEF T14CA.PF 1x11 W CFL Lamp emergency light with Battery operatedportable fixture with built in chargeable Batteries andbattery charger suitable for a lighting period of six hours_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 392 of 566


similar to ALPHA DELUX of M/s DELTA FLASHLITE/MICRO LITE OF M/s MICRO / BPL MAKEFBFFFLMPIBBL9W CFL lamp in Bulkhead fixtures with Cat Aluminumalloy body, suitable for column, wall, and ceiling mountingfinished stove enameled silver grey outside white inside, tobe supplied complete (with front cover, wire guard,tropicalised gasket and lamp holder taped ¾” E.T. forconduit entry) similar to Phillips Cat. No. FXC 101/BajajCat. No. BJBE-19 / Crompton Greaves.2x36W fluorescent lamp with mirror optics in recessedmounting type decorative fluorescent fitting consisting ofwhite stove enameled sheet steel housing with accessoriesand reflector of aluminum sheet steel duty electrochemicallybrightened and anodized fitted with aluminumlamellae painted white. Similar to Phillips Cat. No. TBS-285/236 and Bajaj Cat. No. BJLM-236/Crompton GreavesCat. No. CRFA 24 HSB.2x36W fluorescent lamps in decorative lighting fixturewith widespread mirror optics suitable for pendentmounting with twin tube complete with all accessories :similar to Phillips cat. No. TCS-306/236 and Bajaj Cat. No.BJSM-236/Crompton Greaves Cat No. CSB W 1124 HSB.125 HP MV Lamp in weather proof post top lantern withcase aluminium canopy, mounting piece, opal acrylic covertropicated gasket and all other accessories for mounting onpole top similar to Phillips Cat. No. HPC-101/Bajaj/Crompton Greaves.Cat No. MPT12IH/BC60/100W GLS lamp in Bulkhead fixtures with castAluminum alloy, body, suitable for column, wall andceiling mounting finished stove enameled silver greyoutside white inside, to be supplied complete (with frontglass, wire guard, tropicalised, gasket and E.S. Porcelain,lamp holder taped ¾” E.T. for conduit entry) similar toPhillips Cat. No. NXC101/Crompton Greaves IBH1110/BC2x9 watt or 1x18 watt CFL bollard light for landscapelighting FRP/LLDPE housing similar to PhillipsFGC202/Crompton Greaves Cat No. CFBL1129_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 393 of 566


DLR2x198 watt CFL Down light for recessmounting lighting having similar to Phillips FBH225/2x18 / Crompton Greaves CatNo DDLH218TGDSMHL1x13 Watt surface mounted CFL similar to Art Light MakeCat No. RL 31462x18 watt CFL Decorative hanging down Light Similar no.Cat No Art light RL 3166/HLCL 1x18 WATT Decorative ceiling mounted luminaries similarto Phillips Dixie Cat FL 343/118-------------------------------------------------------------------------------------2.5 RECEPTACLESRO 15A, 240V, Outdoor Receptacle 2 Pole, 3 pin typeR1 5/15A, 240V Indoor receptacle 3-in typeRP 63A, 415V, Interlocked switch socket, outdoor receptacle-------------------------------------------------------------------------------------2.6 SWITCH BOARDSModular type switches, 5/15 Amp. Receptacles2.7 CONDUITS AND ACCESSORIESGalvanised Rigid Steel Conduits of 19mm/25mm/32mm/40mm dia2.8 JUNCTION BOXES with 5 nos. of terminal blocks2.9 LIGHTING POLES – Adequate nos. of lighting pole shall be provided.2.10 CEILING FANS – 1400mm Sweep with Electronic regulator2.11 MAINTENANCE EQUIPMENTi) A type Aluminium ladder of 3 mtr. vertical height.ii) Cartwheel mounted aluminium ladder Vertical Height 7.5 Mtrs.when extended.2.12 LIGHTING TRANSFORMERSupply, erection, testing and commissioning of 100 KVA or above (incase the capacity of transformer required is higher than 100 KVA as perapproved calculations), 415/415 V, 3 Phase, 50 Hz Dry type natural aircooled lighting transformers. The technical parameters of these lightingtransformers are as follows:-Technical Parameters of Lighting TransformerType of transformer : Dry Type natural airCooled Rating : 100 KVA_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 394 of 566


Voltage Ratio : 415/415 VoltsNo. of Phases : ThreeFrequency : 50 HzWinding connection : Dyn – 1Class of insulation : ‘B’ ClassImpedance : 4% + 10%No. of taps & steps : 5, + 5% in steps of 2.5%Ref. Standard : IS:2026The enclosure for the above transformer shall have degree of protectionnot less than IP-42. The rating of lighting transformer should be suitablefor lighting load. The contractor shall submit the supporting calculationfor the rating of lighting transformer.3.0 LIGHTING FIXTURES AND ACCESSORIES3.1 GeneralAll lighting fixtures and accessories shall be designed for continuousoperation under atmospheric conditions existing at site, without reductionin the life or without any deterioration of materials, internal wiring.3.2 Temperature RiseAll lighting Fixtures and accessories shall be designed to have alow temperature rise according to the relevant Indian Standards. Thedesign ambient temperature shall be taken as 50 deg.C.3.3 Supply Voltage3.3.1 Lighting fixtures and accessories meant for 240V A.C. operation shall besuitable for operation on 240V A.C. 50Hz, supply voltage variation of ±10%, frequency variation of ± 5% and combined voltage and frequencyvariation of ± 10%.3.3.2 Lighting fixture and accessories meant for 220V DC operation shall besuitable for operation on 220V DC with variation between 190 to 240Volts.3.4 Lighting FixturesThe lighting fixtures shall be Philips or Bajaj or Crompton Greaves makeonly except for fixtures type 'DSM' & 'HI/ for which make has beenspecified elsewhere in this section. The different types of lighting fixturesare also indicated elsewhere in this Section.3.4.1 All Fixtures shall be designed for minimum glare. The finish of thefixtures shall be such that no bright spots are produced either by directlight source or by reflection.3.4.2 All lighting fixtures shall be complete with fluorescent tubes / mercuryvapour/sodium vapour lamps as specified and shall be suitably wired up._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 395 of 566


3.4.3 All fluorescent lamp fixture shall be complete with all accessories likeballasts, power factor improvement capacitors, lamps, starters, holders etc.3 4.4 High beam Fixtures shall be suitable for pendant mounting and floodlights shall have suitable base plate / frame for mounting on steelstructural member. Hook mounted high beam fixtures are not acceptable.3.4.5 Each lighting Fixture shall be provided with an earthing terminal suitablefor connection to 16 SWG Gl earthing conductors.3 .4 6 All light reflecting surfaces shall have optimum light reflecting coefficientsuch as to ensure the overall light output as specified by themanufacturer.3.4.7 Height of fixtures should be such that it is easy to replace the lamps withnormal ladder/stool. In case the ceiling height is very high, the fixturesmay be placed on the walls for ground lighting.3.5 ACCESSORIES3.5.1 ReflectorsThe reflectors shall be manufactured from sheet steel or aluminium asapplicable. They shall be securely Fixed to the captive type.3.5.2 Lamp holders and Starter Holders(a)Lamp holders/starter holders for fluorescent tubes shall be of thespring loaded, low contact resistance, bi-pin rotor type, resistant towear and suitable for operation at the specified temperature,without deterioration in insulation value, contact resistance orretention of the lamp/starter. They shall hold the lamp/starter inposition under normal condition of shock and vibration.(b) Lamp holders/starter for incandescent lamps and HPMV/HPSVlamps shall be of screwed type, manufactured in accordance with relevant standardand designed to give long and satisfactory service.3.5.3 Ballastsa) The Ballasts shall be designed, manufactured and supplied inaccordance with relevant standard and function satisfactorily undersite condition specified. The ballasts shall be designed to have along service life and low power loss.b) Ballasts shall be mounted using self locking anti-vibrationfixing and shall be easy to remove without dismantling thefixtures. They shall be totally enclosed units.c) The Fluorescent ballast shall be of electronic type.Ballasts for high pressure mercury vapour/ HPSV lampsshall be provided with suitable tapping to set the voltage within the_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 396 of 566


ange specified. End connections and taps shall be brought out ina suitable terminal block, rigidly fixed to the ballast enclosure.d) Separate ballast for each lamp shall be provided in case ofmulti-lamp fixtures.3.5.4 StartersStarters shall have bimetal electrodes and high mechanicalstrength. Starters shall be replaceable without disturbing the reflector orlamps and without the use of any tool. Starters shall have brass contactsand radio interference suppressing capacitor.3.5.5 Capacitorsa) The capacitors shall have a constant value of capacitanceand shall be connected across the supply of individual lampcircuits.b) The capacitors shall be suitable for operation at supplyvoltage as specified and shall have a value of capacitance so as tocorrect the power factors of its corresponding lamp circuit to theextent of 0.98 lag.c) The capacitors shall be hermetically sealed in a metalenclosure.3.6 Lamps3.6.1 General Lighting Services (GLS) lamps shall be provided withscrewed caps and shall be of 'clear" type unless otherwise specified.3.6.2 The fluorescent lamps shall be 'Day-light-colour' type unlessotherwise specified and shall also be provided with features to avoidblackening of lamps ends. The Bidder should clearly state these features inthe bid.3.6.3 Mercury vapour lamps, sodium vapour lamps shall be colourcorrected type, with screwed caps.3.7 The Bidder shall furnish typical wiring diagram for Fluorescent,HPMV & HPSV fitting including all accessories. The diagram shallinclude technical details of accessories i.e. starters, chokes, capacitors etc._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 397 of 566


3.8 Flexible conduits if required, for any fixture shall be deemed to beincluded in Contractor's scope.4.0 RECEPTACLESa) All receptacles shall be of cast steel/aluminium, heavy dutytype, suitable for fixing on wall/column and complete withindividual switch.b) In general the receptacles to be installed are of thefollowing typesi) Type RO -15A, 240V, 2 pole, 3 pin type with thirdpin grounded, metal clad with gasket having cable gland entrysuitable for 2Cx6 sq.mm. PVC/aluminium armoured cable and ametallic cover tied to it with a metallic chain and suitable forinstallation in moist location and or outdoor. The switch shall beof rotary type. Receptacles shall be housed in an enclosure madeout of 2 mm thick Gl sheet with hinged doors with padlockingarrangements. Door shall be lined with good quality gasketing.This shall conform to IP-55.ii) Type RI - The 5/15 amp 6 pin receptacles with switches willbe of Modular type with flush type switches and electroplatedmetal enclosures of approved makeiii) Type RP - 63A, 415V, 3 phase, 4 pin interlocked plug and switchwith earthing contacts. Other requirements shall be same as typeRO. The receptacle shall be suitable for 3.5C x 35/3.5Cx70sq.mm. aluminium conductor cable entry and shall also be suitablefor loop-in and loop out connection of cables of identical size.Receptacle shall be suitable for outdoor application. Receptaclesshall be housed in a box made out of 2mm thick G.I. sheet, withhinged door with padlocking arrangement. Door shall be lined withgood quality gasketing. This shall conform to IP-55.5.0 SWITCH AND SWITCHBOARD(a) All Switch board/boxes, 5/15 Amp Receptacles and electronic fanregulators located in office/building areas shall be modular flushmounted type or brick wall with only the switch knob projectingoutside.(b) Switch boards/boxes shall have conduit knock outs on all the sides.Adequate provision shall be made for ventilation of these boxes.(c) The exact number of switches including regulator for fans andlayout of the same in the switchboard shall be to suit therequirement during installation._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 398 of 566


(d)(e)The maximum number of luminaries .controlled by one no 6 ampswitch would be 4 nos. For DC fixtures there will be no switch andthe same shall be controlled from DC LPThe luminaries shall be wired in such a fashion that luminaries oneach phase are evenly distributed all over the room.6.0 CONDUITS & CONDUIT ACCESSORIES6.1 The conduits shall conform to IS:9537. All conduits shall beseemed by welding, shall be of heavy gauge and shall be hot dipgalvanised.6.2 Flexible conduits wherever required shall be made with bright,cold rolled annealed and electro-galvanised mild steel strips.6.3 All conduits accessories shall conform to relevant IS and shall behot dip galvanised.7.0 JUNCTION BOXES7.1 The junction boxes shall be concealed type for indoor lighting andsuitable for mounting on columns, lighting poles, structures etc., foroutdoor lighting.7.2 Junction boxes shall be of square/rectangular type of 1.6 mm sheetsteel with minimum 6 mm thick pressure die cast aluminium material LM-6 and shall have bolted cover with good quality gasket lining.7.3 The junction box and cover shall be hot dip galvanised.7.4 The junction boxes shall be complete with conduitknockouts/threaded nuts and provided with terminal strips .The junctionboxes shall be suitable for termination of conduit/glands of dia 20 mm, 25mm, 32 mm, 40 mm on all sides. The junction boxes shall be providedwith 4 way terminals suitable for two numbers 10 sq. mm. wire & forswitchyard lighting suitable for 2 numbers 4C x 16 Sq.mm Al. cable.7.5 The junction boxes shall have the following indelible markings_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 399 of 566


(i)(ii)(iii)Circuit Nos. on the top.Circuit Nos. with ferrules (inside) as per drawings.DANGER sign in case of 415 volt junction box.7.6 The junction boxes shall be weather proof type with gasketsconforming to IP 55 as per IS: 13947 (Part 1). The conduit connectionsshall also be properly sealed to prevent entry of water.8.0 TERMINAL BLOCKS8.1 Each terminal shall be suitable for terminating upto 2 Nos. 10sq.mm. stranded Aluminium Conductors without any damage to theconductors or any looseness of connections.9.0 PULL OUT BOXES9.1 The pull out boxes shall be concealed type for indoor lighting andsuitable for mounting on column, structures etc., for outdoor lighting. Thesupply of bolts, nuts and screws required for the erection shall be includedin the installation rates.9.2 The pull out boxes shall be circular of cast iron or 16 SWG sheetsteel and shall have cover with good quality gasket lining.9.3 The pull out boxes and cover shall be hot dip galvanised.9.4 The pull out boxes shall be completed with conduit knockouts/threaded hubs and provided at approximately 3 meters intervals in aconduit run.10.0 LIGHTING PANELS (L.P.)10.1 Each panel shall be provided with one incoming triple pole MCBwith neutral link and outgoing miniature circuit breakers as per clause 2.0.The panels shall conform to IS-8623.10.2 Constructional Features_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 400 of 566


10.2.1 Panels shall be sheet steel enclosed and shall be dust, weather andvermin proof. Sheet steel used shall be of thickness not less than 2.00 mm(cold rolled) or 2.5 mm (hot rolled) smoothly finished, leveled and freefrom flaws. Stiffeners shall be provided wherever necessary. The indoorlighting panels will be ready made DB of minimum 20 swg sheetthickness.10.2.2 The panels shall be of single front construction, front hinged andfront connected, suitable for either floor mounting on channels, sills or onwalls/columns by suitable M.S. brackets.10.2.3 Panels shall have a dead front assembly provided with hingeddoor(s) and out door panels will be with padlocking arrangement withsingle key supplied in duplicate.10.2.4 All out door panels, removable covers, doors and plates shall begasket all around with neoprene gaskets.10.2.5 The panels shall be suitable for cable/conduit entry from the topand bottom. Suitable removable cable gland-plate shall be provided on thetop and bottom of panels. Necessary number of double compression cablegland shall be supplied, fitted on to this gland plate. The glands shall bescrewed on top and made of tinned brass.10.2.6 The panels shall be so constructed as to permit free access toconnection of terminals and easy replacement of parts.10.2.7 Each panel shall have a caution notice fixed on it.10.2.8 Each panel will be provided with directory holder in which printedand laminated as built circuit directory would be kept10.2.9 Each Outdoor lighting panel shall be provided with one no. 'ON'indicating lamp for each phase along with fuses. For indoor lighting panelsdin mounted phase indication lamps will be provided, mounted along sideof the MCB10.3 Main Bus Bars10.3.1 Bus bars shall be of aluminium alloy conforming to IS:5082 and shall haveadequate cross-section to carry the rated continuous and withstand shortcircuit currents. Maximum operating temperature of the bus bars shall not_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 401 of 566


exceed 85 deg. C. The bus bars shall be able to withstand a fault level of 9kA for I sec. for AC panels and 5 KA for I sec. for DC panels. The Indoorlighting panels shall have copper bus bar.10.4 Residual Current Circuit Breakers (RCCB)10.4.1 For indoor panels 63A, 4pole 300 ma conforming IS 12640 will beprovided along with incomer10.5 Miniature Circuit Breaker (MCB)a) The miniature circuit breakers shall be suitable for manualclosing, opening, automatic tripping under overload and shortcircuit. The MCBs shall also be trip free.b) Single pole as well as three pole versions shall be furnishedas required in the Schedule of Lighting Panels.c) The MCBs and panel MCCB together shall be rated for fullfault level. In case the MCB rating is less than the specified faultlevel the bidder shall co-ordinate these breaker characteristics withthe back up MCCB in such a way that if fault current is higher thanbreaker rating, the MCCB should blow earlier than the breaker. Ifthe fault current is less than MCB breaking capacity, MCB shalloperate first and not the incomer MCCB.d) The MCBs shall be suitable for housing in the lightingpanels and shall be suitable for connection with stranded copperwire connection at both the incoming and outgoing side by copperlugs or for bus bar connection on the incoming side.e) The terminals of the MCBs and the 'open' 'close' and 'trip'conditions shall be clearly and indelibly marked.f) The tenderer shall check and co-ordinate the ratings ofMCBs with respect to starting characteristics of discharge lamps.The vendor has to furnish overload and short circuit curve of MCBas well as starting characteristics curves of lamps for Employer'sapproval.g) The MCB shall generally conform to IS:8828.10.6 ContactorsContactors shall be of the full voltage, direct-on line air break,single throw, electro-magnetic type. They shall be provided with atleast2-'NC' and 2'NO' auxiliary contacts. Contactor shall be provided with thethree element, positive acting, ambient temperature compensated timelagged, hand reset type thermal overload relay with adjustable settings tosuit the rated current. Hand reset button shall be flush with the front of thecabinet and suitable for resetting with starter compartment door closed._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 402 of 566


The Contactor shall be suitable for switching on Tungsten filament lampalso. The bidder shall check the adequacy of the Contactors rating wirewith respect to lighting load.10.7 Push ButtonsAll push buttons shall be of push to actuate type having 2 'NO' and2 'NC' self reset contacts. They shall be provided with integral escutcheonplates engraved with their functions. Push buttons shall be of reputedmake.10.8 Labelsa) The lighting panels shall be provided on the front withpanel designation labels on a 3 mm thick plastic plate of approvedtype. The letter shall be black engraved on white back ground.b) All incoming and outgoing circuits shall be provided withlabels. Labels shall be made of non-rusting metal or 3 plylamicold. Labels shall have white letters on black or dark bluebackground.10.9 Earthing TerminalsPanels shall be provided with two separate and distinct earthingterminals suitable to receive the earthing conductors of size 50x6 G.S.Flat.10.10 Type test reports for following tests on all lighting panels shall besubmitted for approval.(i) Wiring continuity test(ii) High voltage (2.5 KV for I minute) and insulation test(iii) Operational test(iv) Degree of protection (not less than IP-55 test on outdoorLighting Panels and IP-42 test on indoor Lighting Panels as per IS13947 (part 1)(v) Heat Run Test10.11 Lighting TransformerLighting transformer shall be located in MCC room, in separateenclosure. Enclosure shall have degree of protection not less than IP-42 asper IS-13947 (Part-1)._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 403 of 566


11.0 Emergency Portable Lighting Fixtures11.1 The portable fixtures shall have a built in battery rated for six hours,battery chargers and solid state inverters. These shall be of approvedmake.11.2 The portable fixtures shall be of a single unit, completely tropicalised andsuitable for prolonged use with no maintenance.11.3 The portable fixtures shall be supplied and necessary supporting bracketsof galvanised steel suitable for wall/column mounting shall also besupplied.11.4 The portable fixture shall come up automatically in the event of failure ofnormal supply.12.0 LIGHTING POLES12.1 In front of GIS cum control room building and DG Set buildingdecorative post top lantern poles and Bollards shall be installed.12.2 Lighting poles shall be complete with fixing brackets and junction boxes.Junction boxes should be mounted one meter above ground level.12.3 The lighting poles shall be coated with bituminous preservating paint onthe inside as well as on the embedded outside surface. Exposed outsidesurface shall be coated with two coats of metal primer (comprising of redoxide and zinc chromate in a synthetic medium).12.4 Wiring from junction box at the bottom of the pole to the fixture atthe top of the pole shall be done through 2.5 sq. mm wire.12.5 Earthing of the poles should be connected to the switchyard main earthmat wherever It is available and the same should be earthed through 3Mlong, 20 mm dia, earth electrode.13.0 CEILING & WALL MOUNTED FANS AND REGULATORS13.1 The contractor shall supply and install 1400 mm sweep ceiling fanscomplete with electronic regulator and switch, suspension rod, canopy andaccessories. The wall mounted fans shall be of 400 mm sweep_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 404 of 566


13.2 The contractor shall supply and install the switch, electronic regulator andboard for mounting switch and electronic regulator for ceiling fans.13.3 Winding of the fans and regulators shall be insulated with Class-Einsulating material. Winding shall be of copper wire.13.4 Electronic regulator with smooth control shall be provided.13.5 One fan for approx. 100 sq.ft. area shall be provided.Fans and electronic regulators shall be of Alstom / Crompton Greaves /Bajaj Electricals / Usha Electricals make.14.0 LIGHTING WIRES14.1 The wiring used for lighting shall be standard products of reputedmanufacturers.14.2 The wires shall be of 1100 V grade, PVC insulated product ofreputed manufacturers.14.3 The conductor sizes for wires used for point wiring beyondlighting panels shall be single core 4 sq. mm., 6 sq.mm and 10 sq.mmstranded aluminium wires and 2.5 sq.mm, 4 sq.mm, 6 sq.mm and 1.5sq.mm stranded copper wire.14.4 The wires used for connection of a lighting fixture from a nearestjunction box or for loop-in loop-out connection between two fluorescentfixtures shall be single core copper stranded conductor, 1100V gradeflexible PVC insulated cords, unsheathed, conforming to IS:694 withnominal conductor cross sectional areas of 2.5 sq. mm.14.5 The wires shall be colour coded as follows:Red for R – PhaseYellow for Y - PhaseBlue for B - PhaseBlack for NeutralWhite for DC (Positive)Grey for DC (Negative)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 405 of 566


15.0 PAINTING OF SHOP MADE ITEMS15.1 All sheet steel work shall be phosphated in accordance with thefollowing procedure and in accordance with IS:6005 'Code of Practice forPhosphating Iron and Steel'.15.2 Oil grease and dirt shall be thoroughly removed by emulsion cleaning.15.3 Rust and scale shall be removed by pickling with dilute acid followed bywashing with running water, rinsing with slightly alkaline hot water anddrying.15.4 After phosphating through rinsing shall be carried out with clean water,followed by final rinsing with diluted dichromate solution and ovendrying.15.5 The phosphate coating shall be sealed by the application of two coats ofready mixed stoving type metal primer (comprising of red oxide and Zincchromate in a synthetic medium). The first coat may be 'flash dried' whilethe second coat shall be stoved.15.6 After application of the primer, two coats of finishing synthetic enamelpaint shall be applied with each coat followed by stoving. The secondfinishing coat for the external of panels shall be applied after completionof tests. The panels can also be powder coated instead of painting aftersurface treatment as given above.15.7 Both outside and inside of lighting panel, sheet metal fabricated junctionboxes etc. and outside of lighting fixtures shall be finished in light grey(IS-5 shade 631). Inside of lighting fixtures shall be finished in white. Thecolour of indoor lighting panels should match with colour of wall.15.8 Each coat of primer and finishing paint shall be of slightly different shadeso as to enable inspection of the painting.15.9 The final finished thickness of paint film on steel shall not be less than 100microns and shall not be more than 150 microns. The final thickness ofpowder coating will not be less than 50 microns. For indoor lightingpanels the painting will be as per approved manufacturers specification._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 406 of 566


15.10 Finished painted appearance on equipment shall present on aestheticallypleasing appearance, free from dents and uneven surfaces.16.0 LIGHTING SYSTEM INSTALLATION WORKS16.1 General16.1.1 In accordance with the specified installation instructions as shown onmanufacturer's drawings or as directed by Employer, Contractor shallunload, erect, install, test and put into commercial use all the electricalequipment included in the contract. Equipment shall be installed in a neat,workmanship manner so that it is level, plumb square and property alignedand oriented. Tolerances shall be as established in manufacturers drawingor as stipulated by Purchaser.16.1.2 All apparatus, connections and cabling shall be designed so as to minimiserisk of fire or any damage which will be caused in the event of fire.16.2 Conduit System16.2.1 Contractor shall supply, store and install conduits required for the lightinginstallation as specified. All accessories/fittings required for making theinstallation complete, including but not limited to pull out boxes (asspecified in specification ordinary and inspection tees and elbow, checknuts, male and female bushings (brass or galvanised steel), caps, squareheaded make plugs, nipples, gland sealing fittings, pull boxes, conduitsterminal boxes, glands, gaskets and box covers, saddle terminal boxes,and all steel supporting work shall be supplied by the Contractor. Theconduit fittings shall be of the same material as conduits. The contractorshall also supply 19 mm PVC conduit and accessories for telephonewiring.16.2.2 All un-armoured cables shall run within the conduits from lighting panelsto lighting fixtures, receptacles, etc.16.2.3 Size of conduit shall be suitably selected by the Contractor.16.2.4 Conduit support shall be provided at an interval of 750 mm for horizontalruns and 1000 mm for vertical runs.16.2.5 Conduit supports shall be clamped on the approved type spacer plates orbrackets by saddles or U-bolts. The spacer plates or brackets in turn, shallbe securely fixed to the building steel by welding and to concrete or brickwork by grouting or by nylon raw plugs. Wooden plug inserted in themasonry or concrete for conduit support is not acceptable._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 407 of 566


16.2.6 Where conduits are along with cable trays they shall be clamped tosupporting steel at an interval of 600 mm.16.2.7 For directly embedding in soil, the conduits shall be coated with anasphalt-base compound. Concrete pier or anchor shall be providedwherever necessary to support the conduit rigidly and to hold it in place.16.2.8 For long conduit run, pull boxes shall be provided at suitable intervals tofacilitate wiring.16.2.9 Conduit shall be securely fastened to junction boxes or cabinets, each witha lock nut inside and outside the box.16.2.10 Conduits joints and connections shall be made through water-tight and rustproof by application of a thread compound which insulates the joints.White lead is suitable for application on embedded conduit and red leadfor exposed conduit.16.2.11 The entire metallic conduit system, shall be embedded, electricallycontinuous and thoroughly grounded. Where slip joints are used, suitablebonding shall be provided around the joint to ensure a continuous groundcircuit.16.2.12 Conduits and fittings shall be properly protected during constructionperiod against mechanical injury. Conduit ends shall be plugged or cappedto prevent entry of foreign material.16.3 Wiring16.3.1 Wiring shall be generally carried out by PVC insulated wires in conduits.All wires in a conduit shall be drawn simultaneously. No subsequentdrawings of wires is permissible.16.3.2 Wires shall not be pulled through more than two equivalent 90 deg. bendsin a single conduit run. Where required, suitable junction boxes shall beused.16.3.3 Wiring shall be spliced only at junction boxes with approved type terminalstrip._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 408 of 566


16.3.4 For lighting fixtures, connection shall be teed off through suitable roundconduit or junction box, so that the connection can be attended withouttaking down the fixture.16.3.5 For vertical run of wires in conduit, wires shall be suitably supported bymeans of wooden/hard rubber plugs at each pull/junction box.16.3.6 Maximum two wires can be terminated to each way of terminalconnections.16.3.7 Separate neutral wires are to be provided for each circuit.16.3.8 AC and DC wiring should not run through the same conduit.16.4 Lighting Panels16.4.1 The lighting panels shall be erected at the locations to be finalised duringdetailed engineering.16.4.2 Suitable foundations/supporting structures for all outdoor type lightingpanels shall be provided by the Contractor.16.5 Foundation & civil works16.5.1 Foundation for panel foundation, lighting pole foundation and transformerfoundation shall be done by the Contractor.16.5.2 All final adjustment of foundation levels, chipping and dressing offoundation surfaces, setting and grouting of anchor bolts, sills, inserts andfastening devices shall be carried out by the Contractor including minormodification of civil works as may be required for erection.16.5.3 Any cutting of masonary / concrete work, which is necessary shall be doneby the Contractor at his own cost and shall be made good to match theoriginal work._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 409 of 566


SECTION: XIITECHNICAL SPECIFICATION FOR CIVIL WORKS OF SUB-STATIONS1.0 GENERAL TECHNICAL REQUIREMENTS1.1 SCOPE OF WORK1.1.1 The scope is to cover design, preparation of general arrangement drawings andworking drawings, supply of materials and construction of all civil, structural andarchitectural works.1.1.2 Description of the various sections of work under this specification and detailedscope are given herein after. The whole work under this scope is referred to ascivil works.1.1.3 The work to be performed under this specification consists of providing alllabour, materials, plants, equipment, temporary works, constructional plant, fuelsupplies, transportation and all incidental items not shown or specified butreasonably implied, or necessary for the proper completion of the work, all instrict accordance with the specifications and including revisions and amendmentsthere to as may be required during the execution of the work.1.1.4 The work under this specification shall consist of but not be limited to itemsmentioned below: -(1) GIS room cum Control Room Building, including internal electrification basedon the drawings approved by the owner. The building shall be suitable for takingload of additional floor to be constructed in future.(2) The civil works shall include civil foundations including support structures etc.as per the requirement for establishment of the 33 KV GIS sub-station.(3) Supply and erection of support structures& earthing of all the equipments as permaterial and drawings approved by owner.(4) Construction of cable trenches including removable pre cast RCC covers withlifting arrangement, cable trench road crossings, necessary sumps, cable traysand proper earthing as per approved drawings/specifications shall be inclusive inthe scope of work.(5) Soil sterilization and Site surfacing as per specification.(6) Roads & drains(7) Soil investigation._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 410 of 566


(8) Making arrangement for construction water, drinking water and toilet facilitieswith the establishment of site office.(9) All buildings shall be built as Green Building in line with green buildingconcept of Energy Conservation cell.(10) Any other work required for functional requirement of establishment of the substation1.1.5 The scope shall also include carrying out all relevant tests required for the civilworks for the project.1.1.6 The works shall be carried out-according to the design, Structural &Architectural drawings to be developed by the Contractor and approved by theowner. For all building, structures, foundations etc. necessary layout and detailsare to be developed by the Contractor keeping in view the functional requirementparameters/drawing. Certain minimum requirements are indicated in thisspecification for guidance and the bid shall cover complete requirement.1.1.7 Fairly leveled land shall be handed over to the Contractor by the owner. Finishedground level shall be the finished formation level furnished by the owner. The substation boundary wall and work of filling earth to raise the ground level upto thefinished formation level of substation is excluded from the scope of Contractor.The owner as per his approved drawing shall construct the boundary wall. Thelayout and levels of all structures etc. shall be made by the contractor at his owncost from the general grid of the plot and bench marks given by the owner. Thecontractor shall give all help including instruments, materials and personnel to theowner for checking the detailed layout and correctness of the layout and levels.All the quality standards, fabrication and erection check lists, welding standardsand other technical requirements shall be strictly adhered to by the Contractor.1.1.8 The work in general, shall be executed as per detailed specifications for the civilworks. However, in case specifications for a particular item are not specified, thesame shall be governed as per the latest Indian Standard specifications/CPWDspecifications as per directions of the owner, whose decision shall be final andbinding.1.1.9 33 KV GIS cum CONTROL ROOM BUILDINGa) The building shall house 33KV Gas Insulated Switchgear (GIS) and otherassociated equipments inside in the GIS building.b) The bidder shall submit the design & construction proposal of the buildingalong with necessary information, data and drawings in the technocommercialbid according to the complete requirements._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 411 of 566


c) The tentative size of double storeyed 33KV GIS building shall be 30 m x 10m, however, the bidder shall finalize the dimensions for 33KV GIS buildingaccording to the equipment offered by them providing enough space & accessfor erection & maintenance.2.0 GEOTECHNICAL INVESTIGATION2.1 Fairly levelled site shall be handed over to the contractor. The contractor shallperform a detailed soil investigation to arrive at sufficiently accurate, general aswell as specific information about the soil profile and the necessary soilparameters of the site in order that the foundation of the various structures can bedesigned and constructed safely and rationally. A report to the effect will besubmitted by the contractor for owner specific approval giving details regardingdata proposed to be utilized for design of foundations.2.2 The Contractor may visit the site to ascertain the soil parameters. Any variation insoil data shall not constitute a valid reason for any additional cost and shall notaffect the terms and condition of the contract. Test must be conducted under allthe critical locations i.e. Control Room Building, Lighting cum Lightning Mast,Tower Locations, Transformers etc.2.3 SCOPE OF WORKThis specification covers all the work required for detailed soil investigation andpreparation of a detailed report. The work shall include mobilization of necessaryequipments, providing necessary engineering supervision and technical personnel,skilled and unskilled labour etc as required to carry out the field investigation aswell as laboratory investigation, analysis and interpretation of data and results,preparation of detailed Geotechnical Report including specific recommendationsfor the type of foundations and the allowable safe bearing capacity for differentsize of foundations at different founding strata for the various structures of thesubstations. The contractor shall make his own arrangement for locating the coordinates and various test positions in field as per the information supplied to himand also for determining the reduced level of these locations with respect topermanent bench mark indicated by the owner.All the work shall be carried out as per the latest edition of the correspondingIndian Standard Codes.2.3.1 BORE HOLESDrilling of bore holes of 150mm diameter in accordance with the provisions ofIS:1892 at the rate of minimum one number bore hole per bay for 33 KV to 15mdepth or to refusal which ever occur earlier.(By refusal it shall mean that astandard penetration blow count (N) of 100 is recorded for 30cm penetration).However in case of deep pile foundations are envisaged the depth have to beregulated as per codal provisions. In case where rock is encountered coring inminimum one bore hole per two bays for 33 KV shall be carried out to 3m in bedrock and continuous core recovery is achieved._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 412 of 566


Performing Standard Penetration Test at approximately 1.5m interval in the borehole starting from 1.5m below ground level onwards and at every change ofstratum. The disturbed samples from the standard penetrometer shall also becollected for necessary tests.Collecting undisturbed sample of 100/75mm diameter 450mm long from the boreholes at intervals of 2.5m and every change of stratum starting from 1.0m belowlevel onwards in clayey strata.Depth of water Table if encountered shall be recorded in each bore hole.All samples both disturbed and undisturbed shall be identified properly with thebore hole number and depth from which they have been taken and duly signed byconcerned site officer and contractor.The logging of the bore holes shall be compiled immediately after boring iscompleted and a copy of the same shall be handed over to the engineer in charge.2.3.2 DYNAMIC CONE PENETRATION TESTDynamic cone penetration test of two numbers shall be carried out with thecirculation of bentonite slurry at specified locations and continuous record ofpenetration resistance (NG) upto 15m from natural ground level or the refusalshall be maintained by the contractor IS : 4968 (Part-2) shall be followed forcarrying out the test and reporting results.The location of test shall be approved by the engineer in charge. On completion ofthe test the results shall be presented as a continuous record as the number ofblows required for every 300mm penetration of the cone into the soil.2.3.3 TRIAL PITSTrial pits shall be carried at specified minimum one location for two bays for 66KV/33 KV as directed by engineer in charge. The trial pits shall be 2m x 2m insize extending to 4m depths or as specified by the engineer in charge. Undisturbedsamples shall be taken from the trial pits as per direction of engineer in charge.2.3.4 ELECTRICAL RESISTIVITY TESTThis test shall be conducted to determine the electrical resistivity of soil requiredfor designing safety grounding / earthing system for the entire station area. Thespecifications for the equipments and other accessories required for performingelectrical resistivity test procedure and reporting of field observations shallconfirm to IS: 3043. The test shall be conducted using Wangner’s four electrodemethod as specified in IS: 1892. Unless otherwise specified at each test locationthe test shall be conducted along two perpendicular lines parallel to the coordinateaxis. On each line a minimum of 8 to 10 readings shall be taken by changing the_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 413 of 566


spacing of the electrodes from an initial small value of 0.5m upto a distance of10m.2.3.5 PLATE LOAD TESTPlate load test shall be conducted to determine the bearing capacity, modulus ofsub grade reaction and load /settlement characteristics of soil at shallow depths byloading a plane and level steel plate kept at the desired depth and measuring thesettlement under different loads, until a desired settlement takes place or failureoccurs. The specification for the equipment and accessories required forconducting the test, the test procedure, field observations and reporting of resultsshall conform to IS: 1888. Modulus of sub grade reaction shall be conducted asper IS: 9214. The location and depth of the test shall be as given below:(a)One at Control Building location at the proposed foundation depth belowfinished ground level for bearing capacity.Undisturbed tube samples shall be collected at 1.0 m and 2.5m depths fromnatural ground level for carrying out laboratory tests.The size of the pit in plate load test shall not be less than five times the plate sizeand shall be taken up to the specified depth. All provisions regarding excavationand visual examination of pit shall apply here.Unless otherwise specified the reaction method of loading shall be adopted.Settlement shall be recorded from dial gauges placed at four diametricallyopposite ends of the test plate.The load shall be increased in stages. Under each loading stage, record of Time vsSettlement shall be kept as specified in IS: 1888.Backfilling of the pit shall be carried out as per the directions of the Owner.Unless otherwise specified the excavated soil shall be used for this purpose. Incases of gravel-boulder or rocky strata, respective relevant codes shall befollowed for tests.2.3.6 WATER SAMPLERepresentative samples of ground water shall be taken when ground water is firstencountered before the addition of water to aid drilling of boreholes. The samplesshall be of sufficient quantity for chemical analysis to be carried out and shall bestored in air-tight containers.2.3.7 BACK FILLING OF BORE HOLESOn completion of each hole, the Contractor shall backfill all bore holes as directedby the Owner. The backfill material can be the excavated material._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 414 of 566


2.3.8 LABORATORY TEST1. The laboratory tests shall be carried out progressively during the field workafter sufficient numbers of samples have reached the laboratory in order thatthe test results of the initial bore holes can be made use of in planning the laterstages of the field investigation and quantum of laboratory tests.2. All samples brought from field, whether disturbed or undisturbed shall beextracted/prepared and examined by competent technical personnel, and thetest shall be carried out as per the procedures laid out in the relevant I.S.Codes.a) Visual and Engineering Classification.b) Liquid limit, plastic limit and shrinkage limit for C-Ø soils.c) Natural moisture content, bulk density and specific gravity.d) Grain size distribution.e) Swell pressure and free swell index determination.f) California bearing ratio.g) Consolidated drained test with pore pressure measurement.h) Chemical tests on soil and water to determine the carbonates,sulphates, nitrates, chlorides, Ph value, and organic matter and anyother chemical harmful to the concrete foundation.i) In case of rock samples following tests shall also be conducted:(i) Rock quality designation (RQD), RMR.(ii) UCC test.(iii) Point load index test.2.3.9 TEST RESULTS AND REPORTS2.3.9.1 The Contractor shall submit the detailed report in two copies wherein informationregarding the geological detail of the site, summarized observations and test data,bore logs, and conclusions and recommendations on the type of foundations withsupporting calculations for the recommendations. Initially the contractor shallsubmit draft report with test records of site duly signed by representative of DTL,agency and after the draft report is approved, the final report in four copies shallbe submitted. The test data shall bear the signatures of the Investigation Agency,Vendor and also site representative of DTL._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 415 of 566


2.3.9.2 The report shall include but not limited to the following:-a) A plan showing the locations of the exploration work i.e. bore holes, dynamiccone penetration tests, trial pits and Plate load test etc.b) Bore Logs: Bore logs of each bore holes clearly identifying the stratificationand the type of soil stratum with depth. The values of Standard PenetrationTest (SPT) at the depths where the tests were conducted on the samplescollected at various depths shall be clearly shown against that particularstratum.Test results of field and laboratory tests shall be summarized strata wise aswell in combined tabular form. All relevant graphs, charts tables, diagramsand photographs, if any, shall be submitted along with report. Sampleillustrative reference calculations for settlement, bearing capacity, pilecapacity shall be enclosed.Recommendations: The report should contain specific recommendations for the type offoundation for the various structures envisaged at site. The Contractor shall acquaint himselfabout the type of structures and their functions from the Owner. The observations andrecommendations shall include but not limited to the following:a) Geological formation of the area, past observations or historical data, ifavailable, for the area and for the structures in the nearby area, fluctuations ofwater table etc.b) Recommended type of foundations for various structures. If piles arerecommended the type, size and capacity of pile and groups of piles shall begiven after comparing different types and sizes of piles and pile groups.c) Allowable bearing pressure on the soil at various depths for different sizes ofthe foundations based on shear strength and settlement characteristics of soilwith supporting calculations. Minimum factor of safety for calculating netsafe bearing capacity shall be taken as 3.0 (three). Recommendation ofliquefaction characteristics of soil shall be provided.d) Recommendations regarding slope of excavations and dewatering schemes, Ifrequired.e) Comments on the Chemical nature of soil and ground water with due regard todeleterious effects of the same on concrete and steel and recommendations forprotective measures.f) If expansive soil is met with, recommendations on removal or retainment of_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 416 of 566


the same under the structure, road, drains, etc. shall be given. In the latter casedetailed specification of any special treatment required including specificationor materials to be used, construction method, equipments to be deployed etc.shall be furnished. Illustrative diagram of a symbolic foundation showingdetails shall be furnished.g) Recommendations for additional investigations beyond the scope of the present work, if considered suchinvestigation as necessary.h) In case of foundation in rocky strata, type of foundation and recommendation regarding rock anchoring etc. shouldalso be given.3.0 SITE PREPARATIONThe owner shall make fairly leveled land available to the contractor. Thecontractor at his own cost shall make the layout and levels of all structures etc.from the general grid of the plot and bench set by the contractor and approved bythe owner. The Contractor shall give all help including instruments, materials andpersonnel to the Purchaser for checking the detailed layout and shall be solelyresponsible for the correctness of the layout and levels.3.1 SCOPEThis clause covers the design and execution of the work for site preparation, suchas , clearing of site, excavation and compaction of backfill for foundation, roadconstruction, drainage, trenches and final topping by stone (broken hard stone).3.2 GENERAL1) The Contractor shall develop the site area to meet the requirement of theintended purpose.2) If fill material is required, the fill material shall be suitable for the aboverequirement. The fill shall be such a material and the site so designed as toprevent the erosion by wind and water of material from its final compactedposition or the in-situ position of undisturbed soil.3) Material unsuitable for founding of foundations shall be removed and replacedby suitable fill material and to be approved by the owner.4) Backfill material around foundations or other works shall be suitable for thepurpose for which it is used and compacted to the density described underCompaction. Excavated material not suitable or not required for backfill shallbe disposed off in areas as directed by engineer in charge upto a maximumlead of 5 km.3.3 EXCAVATION AND BACKFILL_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 417 of 566


1. Excavation and backfill for foundations shall be in accordance with therelevant code.2. Whenever water table is met during the excavation, it shall be dewatered andwater table shall be maintained below the bottom of the excavation levelduring excavation, concreting and backfilling.3. When embankments are to be constructed on slopes of 15% or greater,benches or steps with horizontal and vertical faces shall be cut in the originalslope prior to placement of embankment material. Vertical faces shall measurenot more than 1 m in height.4. Embankments adjacent to abutments, culverts, retaining walls and similarstructures shall be constructed by compacting the material in successiveuniform horizontal layers not exceeding 15 cm in thickness. (Of loose materialbefore compaction). Each layer shall be compacted as required by means ofmechanical tampers approved by the Engineer in charge. Rocks larger than 10cm in any direction shall not be placed in embankment adjacent to structures.5. Earth embankments of roadways and site areas adjacent to buildings shall beplaced in successive uniform horizontal layers not exceeding 20 cm inthickness in loose stage measurement and compacted to the full widthspecified. The upper surface of the embankment shall be shaped so as toprovide complete drainage of surface water at all times.3.4 COMPACTION1. The density to which fill materials shall be compacted shall be as per relevantIS and as per direction of engineer in charge. All compacted sand filling shallbe confined as far as practicable. Backfilled earth shall be compacted tominimum 95% of the Standard Proctor’s density at OMC. The sub grade forthe roads and embankment filling shall be compacted to minimum 95% of theStandard Proctor’s density at OMC. Cohesion less material sub grade shall becompacted to 70% relative density (minimum).2. At all times, unfinished construction shall have adequate drainage. Uponcompletion of the road’s surface course, adjacent shoulders shall be given afinal shaping, true alignment and grade.3. Each layer of earth embankment when compacted shall be as close tooptimum moisture content as practicable. Embankment material, which doesnot contain sufficient moisture to obtain proper compaction, shall be wetted. Ifthe material contains any excess moisture, then it shall be allowed to drybefore rolling. The rolling shall begin at the edges overlapping half the widthof the roller each time and progress to the center of the road or towards thebuilding as applicable. Rolling will also be required on rock fills. Nocompaction shall be carried out in rainy weather._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 418 of 566


3.5 REQUIREMENT FOR FILL MATERIAL UNDER FOUNDATIONThe thickness of fill material under the foundations shall be such that themaximum pressure from the footing, transferred through the fill material anddistributed onto the original undisturbed soil will not exceed the allowable soilbearing pressure of the original undisturbed soil. For expansive soils the fillmaterials and other protections etc. to be used under the foundation is to be gotapproved by the owner.4.0 ANTIWEED TREATMENT & STONE SPREADING4.1 SCOPE OF WORKThe Contractor shall furnish all labour, equipment and materials required forcomplete performance of the work in accordance with the drawings, specificationand direction of the owner.Stone spreading along with cement concrete layer shall be done in the areas of theswitchyard under present scope of work within fenced area. However the stonespreading along with cement concrete layer in future areas within fenced areashall also be provided in case step potential without stone layer is not well withinsafe limits.4.2 GENERAL REQUIREMENTThe material required for site surfacing/stone filling shall be free from all types oforganic materials and shall be of standard quality, and as approved by the owner.4.2.1 The material to be used for stone filling/site surfacing shall beuncrushed/crushed/broken stone of 40mm nominal size (ungraded single size)conforming to Table of IS:383 –1970. Hardness, flakiness shall be as required forwearing courses are given below:(a) Sieve Analysis limits (Gradation)(IS :383- Table –2)Sieve Size% passing by weight63mm 10040mm 85-10020mm 0-2010mm 0-5(b) HardnessAbrasion value (IS:2386 Part-IV) – not more than 40%_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 419 of 566


Impact value (IS:2366 Part-IV) – not more than 30% and frequencyshall be one test per 500 cu.m. with a minimum of one test per source.(c) Flakiness IndexOne test shall be conducted per 500 cu.m. of aggregate as per IS:2386Part-I and maximum value is 25%.4.2.2 After all the structures/equipments are erected, antiweed treatment shall beapplied in the switchyard where ever stone spreading along with cement concreteis to be done and the area shall be thoroughly de-weeded including removal ofroots. The recommendation of local agriculture or horticulture department maybe sought where ever feasible while choosing the type chemical to be used. Theantiweed chemical shall be procured from reputed manufacturers. The doses andapplication of chemical shall be strictly done as per manufacturer’srecommendation. Nevertheless the effectiveness of the chemical shall bedemonstrated by the contractor in a test area of 10MX10M (appx) and shall besprinkled with water at least once in the afternoon everyday alter forty eight hoursof application of chemical. The treated area shall be monitored over a period oftwo to three weeks for any growth of weeds by the Engineer-in-charge. The finalapproval shall be given by Engineer-in-charge based on the results.4.2.3 Engineer-in-charge shall decide final formation level so as to ensure that the siteappears uniform devoid of undulations. The final formation level shall howeverbe very close to the formation level indicated in the approved drawing.4.2.4 After antiweed treatment is complete, the surface of the switchyard area shall bemaintained, rolled/compacted to the lines and grades as decided by Engineer-incharge.The sub grade shall be consolidated by using half ton roller with suitablewater sprinkling arrangement to form a smooth and compact surface. The rollershall run over the sub grade till the soil is evenly and densely consolidated andbehaves as an elastic mass.4.2.5 In areas that are considered by the Engineer-in-Charge to be too congested withfoundations and structures for proper rolling of the site surfacing material bynormal rolling equipments, the material shall be compacted by hand, if necessary.Due care shall be exercised so as not to damage any foundation structures orequipment during rolling compaction.4.2.6 The sub grade shall be in moist condition at the time the cement concrete isplaced. If necessary, it should be saturated with water for not less than 6 hoursbut not exceeding 20 hours before placing of cement concrete. If it becomes dryprior to the actual placing of cement concrete, it shall be sprinkled with water andit shall be ensured that no pools of water or soft patches are formed on thesurface._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 420 of 566


4.2.7 Over the prepared sub grade, 75mm thick base layer of cement concrete in 1:5:10(1 cement: 5 fine sand : 10 burnt brick aggregate) shall be provided in the areaexcluding roads, drains, cable trenches as per detailed engineering drawing. Foreasy drainage of water, the slope of 1:1000 is to be provided from the ridge to thenearest drain. The ridge shall be suitably located at the center of the area betweenthe nearest drains. The above slope shall be provided at the top of base layer ofcement concrete in 1:5:10. A layer of cement slurry of mix 1:6 (1 cement : 6 finesand) shall be laid uniformly over cement concrete layer. The cementconsumption for cement slurry shall not be less than 150 kg. Per 100 sq.m.4.2.8 A final layer of 100mm thickness of uncrushed/crushed/broken stone of 40mmnominal size (ungraded single size) shall be spread uniformly over cementconcrete layer after curing is complete.5.0 SITE DRAINAGEProviding rain water drainage system within the sub –station boundary under thepresent scope including connection at one or more points to the outfall pointlocated outside the substation boundary wall is in the scope of contractor. Invertlevel of drainage system at outfall point shall be decided in such a way that thewater can easily be discharged outside the substation boundary wall. In caseoutfall point is more than 50M away from boundary wall, only 50 meter drainoutside the boundary wall is in the scope of contractor. Outfall point shall be gotapproved from Engineer- in- charge before commencement of construction. Whiledesigning the drainage system following points shall taken care of:(a) The surface of the switchyard shall be sloped to prevent accumulation of water.(b) Drain shall be constructed on both sides of roads. In the switchyard maximumspacing between two drains shall not be more than 100 meters. It will be ensuredthat no area is left undrained.(c) Open surface trapezoidal drains having 300mm bottom width and sides havingslope of 1horizontal: 1.5 vertical with 300mm depth at starting point of drain shallbe provided.(d) Longitudinal slope shall not be less than 1 in 1000.(e) Open surface drains shall be constructed with minimum100mm thick plaincement concrete 1:2:4 (1 cement : 2 coarse sand: 4 stone aggregate 20mmnominal size). PCC 1:2:4 shall be laid over 75mm thick layer of PCC 1:4:8(1cement: 4coarse sand: 8 stone aggregate 20mm nominal size.) Internal faces ofdrain are to be smooth and well finished with neat cement punning as final course.(f) The side wall of the drains shall be 25 mm above the stone level to prevent fallingof stone into drain. Groove of 150 mm width shall be provided at 1500 mmspacing with suitable mild steel grating.(g) The maximum velocity for pipe drains and open drains shall be limited to2.4m/sec and 1.8m/sec respectively. However, minimum non-silting velocity of0.6m/sec shall be ensured._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 421 of 566


(h) Pipe drains shall be provided in areas of switchyard where movement of cranewill be necessary in operating phase of the substation.(i) For pipe drains, concrete pipe of class NP2 shall be used. However, for roadcrossings etc. higher strength pipe of class NP3 shall be provided. For railcrossings, RCC pipes of class NP4 shall be provided. For design of RCC pipes fordrains and culverts, IS:456 and IS:783 shall be followed.(j) Two Nos. of portable pumps of 5 hp capacity for drainage of water shall beprovided by the Contractor.(k) Pipe drains shall be connected through manholes at an interval of maximum 30m.(l) If the invert level of outfall point is above the last drain point in the substationboundary, sump of suitable size has to be constructed with in the substationboundary.(m)The drainage scheme and associated drawings shall be got approved from theengineer in charge before commencement of construction.6.0 RAINWATER HARVESTING(a) In addition to drainage of rainwater in accordance with clause 5.0 above thecontractor shall make arrangement for rainwater harvesting also. Rainwaterharvesting shall not be done if the depth of water table is within 8.0m fromfinished ground level.(b) Providing two numbers recharge structures with bore wells shall do Rainwaterharvesting. The recharge structures shall be suitably located within the substation.Branch drains from the main drain carrying rainwater from entireswitchyard, constructed in accordance with clause 5.0, shall be connected to therecharge structures.(c) The internal diameter of recharge shafts shall be 4.5 meter with 230mm thicklining of brick work upto a depth of 2.0 meter from ground level and 345mmthick brickwork below 2.0 meter depth. The brickwork shall be constructed withcement mortar 1:6 (1cement: 6 coarse sand). The overall depth of shaft shall be5.0 meter below invert level of drain. The shaft shall be covered with RCC slabfor a live load of 300 kg. per sqm. Two openings of size 0.7 x 0.7 meter shall beprovided in the RCC cover slab. An iron cover made of 5mm thick chequeredplate with hinges shall be provided on the openings. Galvanized M.S. rungs of20mm diameter at spacing of 300 mm shall be provided in the wall of shaft belowthe opening in the RCC slab to facilitate cleaning of shaft.(d) A 300 mm diameter bore well shall be drilled in the centre of the shaft. The depthof bore well shall be 5.0 meter more than the depth of sub soil water._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 422 of 566


(e) A 100 mm dia medium duty MS pipe conforming to IS:1161 shall be lowered inthe bore well keeping bail plug towards bottom of bore well. The pipe shall have1.58mm holes for 4.0 meter length starting from 1.0 meter from bottom of borewell. Holes of 3.0mm diameter shall be provided for a length of 2.0 meterstarting from the bottom level of coarse sand and down wards. The overall lengthof pipe shall be equal to total depth of bore well plus depth of shaft.(f) Gravel of size 3mm to 6mm shall be filled around 100 diameter MS pipe in thebore well. The shaft shall be filled with 500 mm thick layers each from thebottom of shaft with boulders of size 50mm to 150mm, gravel of size 5mm to10mm, coarse sand having particle size 1.5mm to 2.0mm and boulders of size notless than 200mm respectively.Drawing based on above details of recharge structure for rainwater harvesting hasto be prepared by contractor and to be approved from engineer in charge.7.0 ROADS AND CULVERTS(a) Approach road to GIS cum control room within the substation is in the scope ofcontract. Layout of the roads, General detail & Arrangement drawing for thesubstation to be prepared by contractor and got approved from engineer in charge.Adequate turning space for vehicles shall be provided and bend radii shall be setaccordingly. Road to the transformer shall be as short and straight as possible.The top level of roads shall be 300mm above finished formation level ofswitchyard.(b) The road shall be with 3.75 m cement concrete and 1.3 m wide 100 mm thickPCC(1:2:4) and earthen shoulder on either side of the road. All design anddrawings of road shall be got approved from engineer in charge.(c) All roads shall be designed for class “C” traffic as per relevant IRC.(d) CPWD specification shall be followed for construction of Roads.(e) All the culverts and allied structures (required for road/rail, drain, trench crossingsetc.) shall be designed for class AA loading as per IRC standard / IS code andshould be checked for transformer loading.8.0 CABLE & PIPE TRENCHES(a) The cable trenches and pre-cast removable RCC covers with angle/channel nosingall around (with lifting arrangement) shall be constructed using RCC of M20grade.(b) The cable trench walls shall be designed for the following loads._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 423 of 566


(i)(ii)Dead load of 155 kg/m length of cable support + 75 Kg on one tier at theouter edge of tier.Earth pressure + uniform surcharge pressure of 2T/m2.(c) Cable trench covers shall be designed for self-weight of top slab + concentratedload of 150 kg at center of span on each panel.(d) Necessary sumps shall be provided and each sump shall be provided with pumpof 5 HP capacity. Cable trenches shall not be used as storm water drains.(e) The top of trenches shall be kept at least 100 mm above the final level of stonelayer of yard development. The top of cable trench shall be such that the surfacerainwater does not enter the trench.(f) All metal parts inside the trench shall be connected to the earthing system.(g) Trench wall shall not foul with the foundation. Suitable clear gap shall beprovided.(h) The trench bed shall have a slope of 1/500 along the run & 1/250 perpendicular tothe run.(i) Cable trenches shall be blocked at the ends if required with brick masonry incement sand mortar 1:6 (1cement:6 fine sand) and plaster with 12mm thick1:6(1cement:6 fine sand) cement sand mortar.(j) Cable trench crossing the roads/rails shall be designed for class AA loading ofIRC and should be checked for transformer loading also.(k) All the construction joints of cable trenches i.e. between base slab to the base slaband the junction of vertical wall to the base slab as well as from vertical wall towall and all the expansion joints shall be provided with approved quality PVCwater stops and approximately 230x5mm size for those sections where the groundwater tube is expected to rise above the junction of base slab and vertical wall ofcable trenches.9.0 FOUNDATION /RCC CONSTRUCTION9.1 GENERAL(a) Work covered under this Clause of the Specification comprises the design andconstruction of foundations and other RCC constructions for switchyardstructures, equipment supports, trenches, drains, jacking pad, pulling block,control cubicles, bus supports, transformer, marshalling kiosks, auxiliaryequipments, buildings, tanks or for any other equipment or service and any other_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 424 of 566


foundation required to complete the work. This clause is as well applicable to theother RCC constructions.(b) Concrete shall conform to the requirements mentioned in IS:456 and all the testsshall be conducted as per relevant Indian Standard Codes as mentioned inStandard field quality plan appended with the specification.A minimum grade of M20 concrete (1: 1.5: 3 mix) shall be used for allstructural/load bearing members as per latest IS 456.(c) If the site is sloppy, the foundation height will be adjusted to maintain the exactlevel of the top of structures to compensate such slopes.(d) The switchyard foundation’s plinths and building plinths shall be minimum300mm and 500 mm above finished ground level respectively.(e) Minimum 75mm thick lean concrete (1:4:8) shall be provided below allunderground structures, foundations, trenches etc. to provide a base forconstruction.(f) Concrete made with Portland slag cement shall be carefully cured and specialimportance shall be given during the placing of concrete and removal ofshuttering.(g) The design and detailing of foundations shall be done based on the approved soildata and sub-soil conditions as well as for all possible critical loads and thecombinations thereof. The Spread footings foundation or pile foundation as maybe required based on soil/sub-soil conditions and superimposed loads shall beprovided.(h) If pile foundations are adopted, the same shall be cast-in-situ driven/bored or precastor under reamed type as per relevant parts of IS Code 2911. Only RCC pilesshall be provided. Suitability of the adopted pile foundations shall be justified byway of full design calculations. The bidder showing complete details of piles/pilegroups, proposed to be used, shall submit detailed design calculations. The bidderat their cost to establish the piles design capacity shall also carry out necessaryinitial load test. Only after the design capacity of piles has been established, theContractor shall take up the job of piling. Routine tests for the piles shall also beconducted. All the work (design & testing) shall be planned in such a way thatthese shall not cause any delay in project completion.9.2 DESIGN(a) All foundation shall be of reinforced cement concrete. The design andconstruction of RCC structures shall be carried out as per IS:456 and minimumgrade of concrete shall be M-20. Higher grade of concrete than specified abovemay be used at the discretion of Contractor without any additional financialimplication to the DTL._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 425 of 566


(b) Limit state method of design shall be adopted unless specified otherwise in thespecification.(c) For detailing of reinforcement IS:2502 and SP:34 shall be followed. Coldtwisted deformed bars (Fe=415 N/mm2) conforming to IS:1786 or TMT bars asper CPWD specifications shall be used as reinforcement. However, in specificareas, mild steel (Grade I)conforming to IS:432 can also be used. Two layers ofreinforcement (on inner and outer face) shall be provided for wall & slab sectionshaving thickness of 150 mm and above. Clear cover to reinforcement shall be asper IS:456 (latest).(d) RCC water retaining structures like storage tanks, etc. shall be designed as uncracked section in accordance with IS:3370 (Part I to IV) by working stressmethod. However, water channels shall be designed as cracked section withlimited steel stresses as per IS:3370 (Part I to IV) by working stress method.(e) The procedure used for the design of the foundations shall be the mostcritical loading combination of the steel structure and or equipment and/orsuperstructure and other conditions which produces the maximum stresses in thefoundation or the foundation component and as per the relevant IS Codes offoundation design. Detailed design calculations shall be submitted by the biddershowing complete details of piles/pile groups proposed to be used.(f) Design shall consider any sub-soil water pressure that may be encounteredfollowing relevant standard strictly.(g) Necessary protection to the foundation work, if required shall be provided totake care of any special requirements for aggressive alkaline soil, black cotton soilor any other type of soil which is detrimental/harmful to the concrete foundations.(h) RCC columns shall be provided with rigid connection at the base.(i) All sub-structures shall be checked for sliding and overturning stabilityduring both construction and operating conditions for various combinations ofloads. Factors of safety for these cases shall be taken as mentioned in relevant ISCodes or as stipulated elsewhere in the Specifications. For checking againstoverturning, weight of soil vertically above footing shall be taken and invertedfrustum of pyramid of earth on the foundation should not be considered.(j) Earth pressure for all underground structures shall be calculated using coefficientof earth pressure at rest, co-efficient of active or passive earth pressure(whichever is applicable). However, for the design of substructures of anyunderground enclosures, earth pressure at rest shall be considered.(k) In addition to earth pressure and ground water pressure etc., a surcharge loadof 2T/Sq.m shall also be considered for the design of all underground structures_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 426 of 566


including channels, sumps, tanks, trenches, substructure of any undergroundhollow enclosure etc., for the vehicular traffic in the vicinity of the structure.(l) Following conditions shall be considered for the design of water tank inpumps house, channels, sumps, trenches and other underground structures:(1) Full water pressure from inside and no earth pressure & ground waterpressure & surcharge pressure from outside (application only to structureswhich are liable to be filled up with water or any other liquid).(2) Full earth pressure, surcharge pressure and ground water pressure fromoutside and no water pressure from inside.(3) Design shall also be checked against buoyancy due to the ground waterduring construction and maintenance stages. Minimum factor of safety of 1.5against buoyancy shall be ensured ignoring the superimposed loadings.(m) Base slab of any underground enclosure shall also be designed for emptycondition during construction and maintenance stages with maximum groundwater table (GWT). Minimum factor of safety of 1.5 against buoyancy shall beensured ignoring the super-imposed loadings.(n) Base slab of any underground enclosure like water storage tank shall also bedesigned for the condition of different combination of pump sumps being emptyduring maintenance stages with maximum GWT. Intermediate dividing piers ofsuch enclosures shall be designed considering water in one pump sump only andthe other pumps sump being empty for maintenance.(o) The foundations shall be proportioned so that the estimated total anddifferential movements of the foundations are not greater than the movements thatthe structure or equipment is designed to accommodate.(p) The foundations of transformer/reactor and circuit breaker shall be of blocktype foundation. Minimum reinforcement shall be governed by IS: 2974 and IS:456.(q) The tower and equipment foundations shall be checked for a factor of safetyof 2.2 for normal condition and 1.65 for short circuit condition against sliding,overturning and pullout. The same factors shall be used as partial safety factorover loads in limit state design also.10.0 ADMIXTURES & ADDITIVES(a) Only approved admixtures shall be used in the concrete for the Works. Whenmore than one admixture is to be used, each admixture shall be batched in its ownbatch and added to the mixing water separately before discharging into the mixer.Admixtures shall be delivered in suitably labeled containers to enableidentification._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 427 of 566


(b) Admixtures in concrete shall conform to IS:9103. The water proofing cementadditives shall conform to IS:2645. Concrete Admixtures/ Additives shall beapproved by engineer in charge.(c) The Contractor may propose and the engineer in charge may approve the use of awater-reducing set-retarding admixture in some of the concrete. The use of suchan admixture will not be approved to overcome problems associated withinadequate concrete plant capacity or improperly planned placing operations andshall only be approved as an aid to overcoming unusual circumstances andplacing conditions.(d) The water-reducing set-retarding admixture shall be an approved brand of Lignosulphonatetype admixture.(e) The water proofing cement additives shall be used as required/advised by theengineer in charge.11.0 STRUCTURES11.1 GENERALThe scope of specification covers design, fabrication, proto-assembly, supply anderection of equipment support structures. All galvanized steel structure shall beof lattice structure fabricated from structural steel conforming to IS 2062 (latest).It is the intent of the owner to provide structures which allow interchangeabilityof equipments at a later stage. Accordingly equipment support structure shall beprovided with the provision of stool. Stools shall be provided between theequipment and its support structure to match the bus bar height. The top of stoolshall be connected to the equipment and the bottom of the stool shall be connectedto the support structure.The scope shall include supply and erection of all types of structures includingbolts, nuts, washers, hangers, shackles, clamps anti climbing devices, bird guards,step bolts, inserts in concrete, gusset plates, equipment mounting bolts, structureearthing bolts, foundation bolts, spring washers, fixing plates, ground mountedmarshalling boxes (AC/DC Marshalling box & equipment control cabinets),structure mounted marshalling boxes and any other items as required to completethe job.The connection of all structures to their foundations shall be by base plates andembedded anchor/foundation bolts. All steel structures and anchor/foundationbolts shall be fully galvanized. The weight of the zinc coating shall be at least610gm/m2 for anchor bolts / foundation bolts and for structural members. Oneadditional nut shall be provided below the base plate which may be used for thepurpose of leveling._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 428 of 566


11.2 DESIGN REQUIREMENTS FOR STRUCTURES(1) For design of steel structures loads such as dead loads, live loads, wind loads etc.shall be based on IS:875,Parts I to V.(2) For materials and permissible stresses IS:802,Part-I,Section-2 shall be followed ingeneral. However, additional requirements given in following paragraphs shall bealso considered.(3) Minimum thickness of galvanized tower member shall be as follows:MembersMinimum thickness(mm)Leg members, Ground wirePeak members/Main members 5Other members 5Redundant members 5(4) Maximum slenderness ratios for leg members, other stressed members andredundant members for compression force shall be as per IS-802.(5) Minimum distance from hole center to edge shall be 1.5 x bolt diameter.Minimum distance between center to center of holes shall be 2.5 x bolt diameter.(6) The minimum bolt diameter shall be 16 mm.11.3 STEP BOLTSIn order to facilitate inspection and maintenance, the structures shall be providedwith climbing devices. Each tower shall be provided with step bolts not less than16mm diameter & 175mm long spaced not more than 450mm apart, staggered onfaces on one leg extending from about 1.0 meters above ground level to the top ofthe tower. The step bolt shall conform to IS:10238. Ladders on towers withlighting appliances shall be provided with safety guards.11.4 DESIGN CRITERIAa) All structures shall be designed for the worst combination of dead loads, liveloads, wind loads as per code IS:875, seismic forces as per code IS:1893(latest),Importance factor of 1.5, loads due to deviation of conductor, load dueto unbalanced tension in conductor, torsional load due to unbalanced verticaland horizontal forces, erection loads, short circuit forces including “snatch” inthe case of bundled conductors etc. Short circuit forces shall be calculatedconsidering a fault level of 40.0 kA. IEC-865 may be followed for evaluation_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 429 of 566


of short circuit forces.b) Switchyard gantry structures shall be designed for the two conditions i.e.normal condition and short circuit condition. In both conditions the design ofall structures shall be based on the assumption that stringing is done only onone side i.e. all the three (phase) conductors broken on the other side.Factor of safety of 2.0 under normal conditions and 1.5 under short circuitcondition shall be considered on all external loads for the design of switchyardstructures which are of lattice type.c) Vertical load of half the span of conductors/string and the earth wires oneither side of the beam shall be taken into account for the purpose of design.Weight of man with tools shall be considered as 150 kgs. for the design ofstructures.d) Terminal/line take off gantries shall be designed for a minimum conductortension of 2 metric tonnes per phase for 220 kV or as per requirementswhichever is higher. The distance between terminal gantry and dead end towershall be taken as 100 metres. The design of these terminal gantries shall alsobe checked considering +/- 30 deg deviation of conductor in horizontal planesand plus 30 degree in vertical plane. For other gantries the structural layoutrequirements shall be adopted in design.e) The girders shall be connected with lattice columns by bolted joints.f) All Pipe support structures if used for supporting equipments shall bedesigned for the worst combination of dead loads, erection load. Windload/seismic forces, short circuit forces and operating forces acting on theequipment and associated bus bars as per IS:806. The material specificationshall be as per IS:1161 read in conjunction with IS:806.g) If luminaries are proposed to be fixed on gantries/towers, then the properloading for the same shall be considered while designing. Also holes forfixing the brackets for luminaries should be provided wherever required.h) Foundation bolts shall be designed for the loads for which the structures aredesigned.11.5 DESIGN DRAWINGS, BILL OF MATETRIALS AND DOCUMENTS(1) The Contractor shall furnish design, drawing and BOMs and shop manufacturingdrawings for every member to the Purchaser after award of the Contract.However, Contractor shall have to prepare and submit any other drawings, bill ofmaterials (BOM) additionally required during design and construction stagewhich the Purchaser feels necessary. In case Purchaser feels that any designdrawing, BOM are to be modified even after its approval, Contractor shall modify_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 430 of 566


the designs & drawings and resubmit the design drawing, BOM as required in thespecification.(2) The fabrication drawings to be prepared and furnished by the Contractor shall bebased on the design approved by the Purchaser or standard drawing provided.These fabrication drawings shall indicate complete details of fabrication anderection including all erection splicing details and typical fabrication splicingdetails, lacing details, weld sizes and lengths. Bolt details and all customarydetails in accordance with standard structural engineering practice whether or notgiven by the owner. The fabrication drawings shall be submitted to the owner.Proto shall be made only after approval of fabrication drawings.(3) The fabrication work shall start only after the final approval to the Fabricationdrawing is accorded by the owner. The design drawing should indicate not onlyprofile, but section, numbers and sizes of bolts and details of typical joints.(4) Such approval shall, however, not relieve the Contractor of his responsibility forthe safety of the structure and good connections and any loss or damage occurringdue to defective fabrication, design or workmanship shall be borne by theContractor.11.6 FABRICATION OF STEEL MEMBERSThe fabrication and erection works shall be carried out generally in accordancewith IS 802. A reference however may be made to IS 800 in case of nonstipulationof some particular provision in IS 802. All materials shall becompletely shop fabricated and finished with proper connection material anderection marks for ready assembly in the field.11.7 PROTO-ASSEMBLY(1) The component parts shall be assembled in such a manner that they are neithertwisted nor otherwise damaged and shall be so prepared that the specified camber,if any, is provided. In order to minimize distortion in member the componentparts shall be positioned by using the clamps, clips, dogs, jigs and other suitablemeans and fasteners (bolts and welds) shall be placed in a balanced pattern. If theindividual components are to be bolted, paralleled and tapered drifts shall be usedto align the part so that the bolts can be accurately positioned.(2) Sample towers, beams and lightning masts and equipment support structures shallbe trial assembled in the fabrication shop and shall be inspected and cleared byContractor based on the approved fabrication drawing before mass fabrication.Pursuant to above the BOMs along with proto-corrected fabrication drawings andshop manufacturing drawings for every member shall be prepared and submittedby the main vendor to owner as document for information. Such BOM, whichshall be duly certified by the main vendor for its conformity to the approveddesign, shall be the basis for owner to carry out inspection._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 431 of 566


11.8 BOLTINGi) Every bolt shall be provided with a washer under the nut so that no part of thethreaded portion of the bolt is within the thickness of the parts bolted together.ii)All steel items, bolts, nuts and washers shall be hot dip galvanized.iii) 2.0% extra nuts and bolts shall be supplied for erection.11.9 WELDINGThe work shall be done as per approved fabrication drawings which clearlyindicate various details of joints to be welded, type of weld, length and size ofweld, whether shop or site weld etc. Symbols for welding on erection and shopdrawings shall be according to IS:813. Efforts shall be made to reduce sitewelding so as to avoid improper joints due to constructional difficulties.11.10 FOUNDATION BOLTS(1) Foundation bolts for the towers and equipment supporting structures andelsewhere shall be embedded in first stage concrete while the foundation is cast.The Contractor shall ensure the proper alignment of these bolts to match the holesin the base plate.(2) The Contractor shall be responsible for the correct alignment and leveling of allsteel work on site to ensure that the towers/structures are plumb.(3) All foundation bolts for lattice structure, pipe structure are to be supplied by theContractor.(4) All foundation bolts shall be fully galvanized so as to achieve 0.61 kg. per Sq.m.of Zinc Coating as per specifications.(5) All foundation bolts shall conform to IS 5624 but the material, however shall beMS conforming to IS:2062.11.11 STABILITY OF STRUCTUREThe Supplier shall be responsible for the stability of the structure at all stages ofits erection at site and shall take all necessary measures by the additions oftemporary bracings and guying to ensure adequate resistance to wind and also toloads due to erection equipment and their operations.11.12 GROUTING_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 432 of 566


The method of grouting the column bases shall be subject to approval ofPurchaser and shall be such as to ensure a complete uniformity of contact over thewhole area of the steel base. The Contractor will be fully responsible for thegrouting operations.11.13 GALVANISING(1) All structural steel works and pipe supports shall be galvanized after fabrication.(2) Zinc required for galvanizing shall have to be arranged by the manufacturer.Purity of zinc to be used shall be 99.95% as per IS:209.(3) The Contractor shall be required to make arrangement for frequent inspection bythe owner as well as continuous inspection by a resident representative of theowner, if so desired for fabrication work.11.14 TOUCH-UP PAINTINGThe touch up primers and paints shall consist of Red Oxide / Zinc chromateconforming to the requirements of IS:2074 with a pigment to be specified by theowner.11.15 INSPECTION BEFORE DISPATCHEach part of the fabricated steel work shall be inspected as per approved qualityplans and certified by the owner or his authorized representative as satisfactorybefore it is dispatched to the erection site. Such certification shall not relieve theContractor of his responsibility regarding adequacy and completeness offabrication.11.16 TEST CERTIFICATECopies of all test certificates relating to material procured by the Contractor forthe works shall be forwarded to the owner.11.17 ERECTIONThe Contractor should arrange on his own all plant and equipment, welding set,tools and tackles, scaffolding, trestles equipments and all other accessories andancillaries required for carrying out erection without causing any stresses in themembers which may cause deformation and permanent damage.11.18 SAFETY PRECAUTIONSThe Contractor shall strictly follow at all stages of fabrication, transportation anderection of steel structures, raw materials and other tools and tackles, the_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 433 of 566


stipulations contained in Indian Standard Code for Safety during erection ofstructural steel work-IS:7205.All tests mentioned in standard field quality plans have to be carried out andconformity of materials and workmanship shall be ascertained.12.0 BUILDINGS - GENERAL REQUIREMENTS12.1 GENERALThe scope include the design, engineering and construction including anti-termitetreatment, plinth protection DPC of Building including sanitary, water supply,electrification, etc. of control room building12.2 CONTROL ROOM-CUM-ADMINISTRATIVE BUILDINGControl Room cum Administrative building shall be constructed as per theapproved drawings by owner. CPWD specification shall be followed in all thebuilding works. Minimum floor area requirements have been given in the tenderdrawing which may be increased at the time of detailed engineering to suit projectrequirement.12.3 FINISHING SCHEDULEThe finishing schedule is given in subsequent clauses.12.4 FLOORINGFlooring in various rooms of control room building shall be as for detailedschedules given in Table-I. 52mm thick ironite flooring (DSR 2007item no. 11.4)shall be provided in GIS hall.12.5 WALLSControl room buildings shall be of framed superstructure. All walls shall be nonloadbearing walls. Min. thickness of external walls shall be 230mm (one brick)with 1:6 cement coarse sand mortars up to plinth level and with cement mortar 1:4(1 cement and 4 coarse sand) in super structure above plinth level.12.6 PLASTERINGAll internal walls shall have minimum 15mm thick 1:4 cement sand plaster. Theceiling shall have 6mm thick 1:3 cement sand plaster.12.7 FINISHING_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 434 of 566


All external surfaces shall have washed stone grit plaster (with groves formed)DSR2007 13.72& 13.73.1) finish over 12mm thick cement sand plaster 1:4 (1cement: 4 coarse sand) mixed with water proofing compound in the ratio asrecommended by the manufacturer. Suitable pigment shall be added to render thesurface aesthetically pleasing as per directions of Engineer-in-charge.Internal finish Schedule is given Table-1 below:Sl.No.Location1. Control Room &Relay Scadacommunication &computer rooms2 Sub-Station incharge, officers,conferencelibrary/record,corridor, staff,electronic labroomsFlooring &skirting 150mmhighHomogeneousPVC tiles 2mmthick over 40mmthick 1:2:4 underbed neat cementfinished flooringDSR.2007(11.3.1)Terrazzo tiles withwhite cement(DSR-2007)(11.16.1)Table-1Wall internal Ceiling Doors,WindowsventilatorsPlastic emulsionpaint on smoothsurface appliedwith pop putty.Oil boundwashabledistemper onsmooth surfaceapplied with POPputtyPlastic emulsionpaint on smoothsurface appliedwith POPOil boundwashabledistemperDSR2007(13.41.1)AnodisedAluminiumIndal orequivalentextrudedsections as perIS 733 & 1285Glazing Flatglass (Min5.5mm thick)double glazingwith 12mm gaphermeticallysealed. DSR-2007 21.1)Teak woodframe flushdoor shutterDSR 2007(9.20.1)Windows.VentilatorsAluminium asat 1.3 Reception/lobby Kota StoneDSR-200711.26.14 Battery Room Acid ResistantTiles 25mm thick(DSR 07 11.21)5 DCDB, MCC DGBldg. FF pumphouse housingplatformIronite flooring(DSR-2007, 11.4)Oil boundwashabledistemper orsmooth surfaceapplied with POPputtyDADO acidresistant title 2.1Mhigh Acid resistantpaint above 2.1 Mupto ceiling (DSR2007(11.21.2.1) &13.64.1)Oil boundwashabledistemperDSR2007(13.41.1)Oil boundwashabledistemperDSR2007(13.41.1)Acid resistantpaint (DSR 2007,13.64.1)Oil boundwashabledistemperDSR2007(13.41.1)AnodizedAlum.ExtrudedSections as at 1for entrancewith glazingSteel door45mm thkdouble sheet18G steelsuitablyreinforced andfilled withmineral wool.Hotrolled steelframed glazedwindow andventilatorsSteel doordouble sheet asabove. Hotrolled steelframed glazed_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 435 of 566


Note :6 Toilet, pantry,Janitor roomTerrazzo tiles withWhite cement(DSR-2007,11.16.1)7 Stair Kota stone floring(DSR-2007,11.26.1& 11.27)8 Other areas notspecifiedTerrazo tiles withwhite cement(DSR2007,.11.16.1DADO glazed tile2.1M high fortoilet for pantryabove workingplateform upto750mmOil boundwashabledistemperDSR2007(13.41.1)-- Waist slab bottomface white washinsideOil boundwashabledistemperDSR2007(13.41.1)Oil boundwashabledistemperDSR2007(13.41.1)window andventilators.Ventilators asat 5.Teak woodframe, flushdoor shutter(DSR 2007)9.20.1Decoratineflush doorshutter withAnodizedAluminiumfixtures bestquality (DSR2007, 9.20.1)Windows,ventilatorsaluminium asat 1.DSR item reference to be read with CPWD specifications are only for materialand workmanship guidance of the Contractors.12.8 GLAZINGMinimum thickness of glazing shall be 5.5mm. as per IS:2835. Sun film shall beprovided for all windows/doors of AC rooms. Thickness of glazing shall be asspecified in internal finish schedule elsewhere.12.9 ROOFRoof of the C.R. Building shall consist of Cast-in-situ RCC slab treated as waterproofing treatment given below:(1) RCC of the roof should be cleaned of all dirt, loose material and kept dry. In caseof pots holes /cracks the same shall be repaired with cement putty using bondingagent like SIKA LATEX of Sika or equivalent.(2) Providing and laying two coats of two components polymer modified heavy dutycementitious material like SIKA TOPSEAL 107 of SIKA make or equivalent @ 3kg/sqm or as per manufacturer’s specification which ever is more. Compound tobe applied over a pre wetted surface, while not having stagnated water.(3) Laying cement concrete using broken brick/ brick bats of 25mm to 40mm sizewith cement mortar of mix 1:4(1 cement: 4 coarse sand) admixed with proprietarywaterproofing compound confirming to IS:2645 like PLASTOCRETE PLUS and100% virgin polypropylene fiber like STEALTH @100gms per bag of cement to_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 436 of 566


equired slope and treating similarly the adjoining walls upto 300mm heightincluding rounding of junction of the walls and slab.(4) After two days of curing applying a coat of cement slurry admixed withproprietary water proofing compound confirming to IS:2645 likePLASTOCRETE PLUS of Sika make or equivalent.(5) Providing and application of 15-20mm thick plaster with cement coarse sandmortar (1:4) mixed with approved integrated waterproofing compound confirmingto IS:2645 like PLASTOCRETE PLUS of Sika make or equivalent @ 0.2% byweight of cement and 100% polypropylene fiber like STEALTH @100gms perbag of cement should be laid on top of the slurry coat. The plaster should befinished smooth with steel trowel and fog cured for 3 to 4 days.(6) Rounding off the junction with cement concrete gola of mix 1:2:4 with approvedintegrated waterproofing compound confirming to IS:2645 like PLASTOCRETEPLUS of Sika make or equivalent @ 0.2% by weight of cement and finishedsmooth with cement slurry.(7) The whole terrace so finished shall be flooded with water for a minimum periodof two weeks for curing and for final test. All above operations to be done inorder and as directed and specified by the Engineer-in-charge.With average thickness of 120 mm and minimum thickness at khurra at 65 mm.12.10 DOORS AND WINDOWSThe details of doors and windows of the control room building shall be as perfinish schedule Table-I. Rolling steel shutters, anodised aluminium frame doorsand windows (provided with 5.5 mm thick clear glass) rolling steel grills, woodendoors shall be provided as per approved drawing and requirement of buildings.Paints used in the work shall be of best quality specified in CPWD specification.The windows facing the switchyard shall be provided suitable grill.12.11 PLUMBING & SANITATIONAll plumbing and sanitation shall be executed as per the schedule of items and theapproved drawings to comply with the requirements of the appropriate bye-laws,rules and regulations of the Local Authority having jurisdiction over such matters.The Contractor shall arrange for all necessary formalities to be met in regard toinspection, testing, obtaining approval and giving notices etc.13.0 BUILDING STORM WATER DRAINAGE FOR ALL BUILDINGSThe building drain shall be provided for the collection of storm water from theroofs. This water shall be collected in junction boxes and these boxes shall drainto the main drainage system of the station._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 437 of 566


Cast Iron rain water down comers conforming to IS:1230 with water tight leadjoints shall be provided to drain off the rain water from the roof. These shall besuitably concealed with masonry work of cement concrete or cladding material.The number and size of down comers shall be governed by IS:1742 and IS:2527.All drains inside the buildings shall have minimum 40 mm thick grating coversand in areas where heavy equipment loads would be coming, precast RCC coversshall be provided in place of steel grating.For all buildings, suitable arrangement for draining out water collected fromequipment blow down, leakages, floor washings fire fighting etc. shall beprovided for each floor.14.0 MISCELLANEOUS GENERAL REQUIREMENTS(1) Dense concrete with controlled water cement ratio as per IS-code shall be used forall underground concrete structures such as pump-house, tanks, water retainingstructures, cable and pipe trenches etc. for achieving water-tightness.(2) All joints including and expansion joints for the water retaining structures shall bemade water tight by using PVC ribbed water stops with central bulb. However,kicker type (externally placed) PVC water stops shall be used for the base slaband in other areas where it is required to facilitate concreting. The minimumthickness of PVC water stops shall be 5 mm and minimum width shall be 230mm.(3) All underground water retaining concrete structures shall have water proofingcement additive conforming to IS:2645 water proofing for walls and base slab ofall underground concrete structures like basements pump houses etc. shall be by"Injection Method".(4) Bricks having minimum 75 kg/cm2 compressive strength can only be used formansonry work. Contractor shall ascertain himself at site regarding theavailability of bricks of minimum 75kg/cm2 compressive strength beforesubmitting his offer. All brick work shall be designed as per latest Indianstandards and shall be plastered on both faces. All brick walls shall be minimum230mm thick (excluding plaster). All RCC ceiling shall be plastered with 6 mmthick plaster.(5) All roofs shall have heavy duty water proofing with roof insulation and gradingunder bed which shall be provided to give an ultimate run off gradient of not lessthan 1:100 to effectively dispose off the rain water. The minimum height of RCCparapets on roof shall be 900mm and the thickness shall be 100mm (exclusive ofplaster) and plaster shall be provided on both faces.(6) Rain water down comers shall be concealed either in brick work by encasing incement concrete or by any other suitable arrangement with approval of Engineerin-Charge._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 438 of 566


(7) All roofs shall be provided with access through staircase.(8) All buildings shall have 750mm wide plinth protection all round.(9) Monorails, Monorail girders and fixtures shall be provided by the Bidderwherever required.(10)The scope of drainage of surface/storm water drainage shall include layout andconstruction of drains, including culverts and connection of drains to the trunkdrains including making good the connections of these plant drains with trunkdrains.(11)The scope of disposal of foul water from toilets shall include layout and laying ofall sewers for sewerage system including all fittings and fixtures ancillary workssuch as connections manholes inspection chambers, etc. and disposal thereof to thenearest existing Municipal drain provision of Septic tank and Soak pit. Manholesshall be provided by the Bidder at all the junctions of sewer lines with trunksewerage line.i. All the trenches inside the control room building will be covered with 6mm thickM.S. Chequered plates of suitable sizes. The walls of the trenches will be providedwith suitable angle iron nosing for placement of the chequered plates. Suitable M.S.iron hangers will be provided in the trenches.ii. All foundations embedment, inserts, blockouts required for equipments shall beprovided by bidder.iii. 50mm thick DPC shall be provided before laying of masonary.iv. All steel section and fabricated structures which are required to be transported bysea shall be provided with anti corrosive paint to take care of sea worthiness.v. All mild steel parts used in the water retaining structures shall be hot-double dipgalvanized. The minimum coating of the zinc shall be 750 gm/sq. m. for galvanizedstructures and shall comply with IS:2629 and IS:2633. Galvanizing shall be checkedand tested in accordance with IS:2633. The galvanizing shall be followed by theapplication of an etching primer and dipping in black bitumen in accordance withBS:3416.vi. A screed concrete layer not less than 100 mm thick and of grade not weaker thanM10 conforming to IS:456-2000 shall be provided below all water retainingstructures. A sliding layer of bitumen paper or craft paper shall be provided over thescreed layer to destroy the bond between the screed and the base slab concrete of thewater retaining structures._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 439 of 566


vii. Doors and windows on external walls of the buildings (other than areas provided,with insulated metal claddings) shall be provided with RCC sunshade over theopenings with 300 mm projection on either side of the openings. Projection ofsunshade from the wall shall be minimum 450 mm over window openings and 750mm over door openings.viii. All stairs shall have maximum riser height of 150 mm and a minimum treadwidth of 300 mm. Minimum width of stairs shall be 1500 mm.ix. Angles 50x50x6 mm (minimum) with lugs shall be provided for edge protection allround cut outs/openings in floor slab, edges of drains supporting grating covers, edgesof RCC cable/pipe trenches supporting covers, edges of manholes supporting covers,supporting edges of manhole precast cover and any other place where breakage ofcorners of concrete is expected.x. Anti termite chemical treatment shall be given to column pits, wall trenches,foundations of buildings, filling below the floors etc. as per IS:6313 and other relevantIndian Standards.xi. Hand-railing minimum 900mm high shall be provided around all floor/roofopenings, projections/ balconies, walk ways, platforms, steel stairs etc. All handrailsand ladder pipes shall be 32 mm nominal bore MS pipes (medium class) and shall begalvanized (medium-class as per IS:277). All rungs for ladder shall also be galvanizedas per IS:277 medium class. For RCC stairs, hand railing with 20 mm square MS bars,balustrades with suitable MS flats & aluminium handrails shall be provided.xii. Items/components of buildings not explicitly covered in the specification butrequired for completion of the project shall be deemed to be included in the scope.xiii. Bidders shall submit following documents for the proposed buildings along withthe offer:i) Architectural floor plans, elevations, cross-sections and perspective viewin colour of all buildings. (Bidder shall submit three different schemes).ii) Blow-up sketch of any typical detail.iii) Finishing schedules of both material and colour for both internal andexternal areas.15.0 INTERFACINGThe proper coordination & execution of all interfacing civil works activities likefixing of conduits in roofs/walls/floors, fixing of foundation bolts, fixing oflighting fixtures, fixing of supports/ embedment, provision of cut outs etc. shall bethe sole responsibility of the Contractor. He shall plan all such activities inadvance and execute in such a manner that interfacing activities do not becomebottlenecks and dismantling, breakage etc. is reduced to minimum._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 440 of 566


15.0 WATER SUPPLY(1) Water and electricity shall be arranged by the contractor at his own cost.(2) The contractor shall carry out all the plumbing/erection works required for supplyof water in control room building.(3) The contractor shall carry out all the plumbing/erection works required for supplyof water to all switch yard buildings.(4) The details of tanks, pipes, fittings, fixtures etc for water supply shall be approvedby engineer in charge.(5) A scheme shall be prepared by the contractor indicating the layout and details ofwater supply which shall be got approved by the Purchaser before actual start ofwork including all other incidental items not shown or specified but as may berequired for complete performance of the works.(6) Bore wells and pumps for water supply are in the scope of contractor.16.0 SEWERAGE SYSTEM(1) Sewerage system shall be provided for control room building cum administrativebuilding.(2) The Contractor shall construct septic tank and soak pit suitable for 50 users for substation if the municipal sewer in the vicinity does not exists. In case municipalsewer line is available in the area, the connection of sewerage system of switchyard building with municipal sewer shall be in the scope of bidder.(3) The system shall be designed as per relevant IS Codes.17.0 STATUTORY RULES(1) Contractor shall comply with all the applicable statutory rules pertaining tofactories act (as applicable for the State). Fire Safety Rules of Tariff AdvisoryCommittee. Water Act for pollution control etc.(2) Provisions for fire proof doors, number of staircases, fire separation wall,plastering on structural members (in fire prone areas) etc. shall be made accordingto the recommendations of Tariff Advisory Committee.(3) Statutory clearance and norms of State Pollution Control Board shall be followedas per Water Act for effluent quality from plant.(4) Requirement of sulphate resistant cement (SRC) for sub structural works shall bedecided in accordance with the Indian Standards based on the findings of thedetailed soil investigation to be carried out by the Bidder._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 441 of 566


(5) Foundation system adopted by Bidder shall ensure that relative settlement andother criteria shall be as per provision in IS:1904 and other Indian Standards.(6) All water retaining structures designed as uncracked section shall also be testedfor water tightness at full water level in accordance with clause no. 10 of IS:3370(Part-I).(7) Construction joints shall be as per IS: 456-2000.(8) All underground concrete structures like basements, pumps houses, waterretaining structures etc. shall have plasticizer cum water proofing cement additiveconforming to IS:9103. In addition, limit on permeability as given in IS:2645shall also be met with. The concrete surface of these structures in contact withearth shall also be provided with two coat of bituminous painting for water/dampproofing. In case of water leakage in the above structures, Injection Method shallbe applied for repairing the leakage.(9) All building/construction materials shall conform to the best quality specified inCPWD specifications if not otherwise mentioned in this specification.(10)All tests as required in the standard field quality plans have to be carried out.(11)The type and treatment of all foundation shall be as per recommendation of geotechnicalinvestigation reports.18.0 FIELD QUALITY PLAN FOR CIVIL WORKSThe field quality plan for all civil works shall be in accordance with CPWDspecification and other relevant Indian Standard Codes. All quality checks andprocedures shall be followed as per relevant CPWD norms._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 442 of 566


SECTION –XIII-SUBSTATION AUTOMATION SYSTEMPART -I1.0 General1.1. The Substation Automation System shall be offered from a manufacturer whomust have designed, manufactured, tested, installed and commissioned substationautomation system which must be in satisfactory operation on 33 KV system orhigher for at least 2 (Two) nos. of similar substation automation system for 2(two)years as on the date of bid opening. The list of implemented systemconforming to IEC 61850 and their status (in progress or commission)must be furnished by the bidder/manufacturer. The information relatingto Sub-Station Automation needs to be furnished in following format:Customer Name ofFacilityCountry Date ImplementedCommunicationProtocol1.2 Successful Bidder shall undertake the work of supply, erection & testing andcommissioning of automation system in existing sub station of DTL.1.3 Substation Automation is to be done at 33kV level. However hardware supplied forautomation (HMI, printers, gateway etc.) shall be capable to cater to220KV and66KV level of the substation.1.4 Existing Availability Based Tariff (ABT) meters installed in C&R Panels shall beused in proposed automation system and bidder shall do its wiring through coaxialcable upto master work station. Location of these meters shall be in the relay andprotection panel. Wherever such meters are not available, they shall be supplied andwired by the bidder.1.5 Existing Remote terminal Unit (RTU) and SIC panels shall become spare whengateway being supplied by the bidder will communicate SCADA details of thesubstation to Area Load Dispatch Centre (ALDC). They will be kept as spare forexisting SCADA network. However other terminal equipments already installed inthe substation for SCADA purpose can be utilized by the Bidder. Any newequipment required for communication of SCADA data shall be in the scope ofbidder.1.6 For substation automation of existing substations, the proposed Bay Control Unit(BCU) (compliant to 61850 protocol )of each bay shall take inputs from_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 443 of 566


Marshalling Kiosk/ Equipment (where control wiring is terminated directly toexisting C&R panels) through control wiring. The Substation Automation System(SAS) shall be installed to control and monitor all the sub-station equipment fromremote control centre (RCC) as well as from local control centre.The SAS shall contain the following main functional parts:• Bay Control Intelligence Electronic Devices (IEDs) for control andmonitoring compliant to IEC 61850.• Bay Protection Intelligent Electronic Devices (IEDs) for protectioncompliant to IEC 61850.• Interbay and bay to station HMI commnnication protocol shall supportIEC - 61850• Station Human Machine Interface (HMI)• Redundant managed switched Ethernet Local Area Network communicationinfrastructure with hot standby.• Gateway for remote control via industrial grade hardware (to RCC) throughIEC60870-5-101/IEC 61850 protocol.• Gateway for remote supervisory control (to ALDC), the gateway should beable to communicate with ALDC on IEC 60870-5-101 with EMC to suit substation automation environment. The specific protocol to be implementedshall be handed over to successful bidder. It shall be the bidder's responsibilityto integrate his offered system with existing ALDC system for exchange ofdesired data. The exact I/O point shall be decided during detailed engineering.• Remote HMI.• Peripheral equipment like printers, display units, key boards, Mouse etc.• Integrated Switches (built in bay IEDs) are not acceptable. All theIEDs shall be directly connected to Ethernet Interbay LAN without useof any gateways. The use of Ethernet Hubs shall not be permitted.1.8. It shall enable local station control via a PC by means of human machine interface(HMI) and control software package, which shall contain an extensive range ofsupervisory control and data acquisition (SCADA) functions.1.9. It shall include communication gateway, intelligent electronic devices (IED) forbay control and inter IED communication infrastructure. An architecture drawingfor SAS is enclosed at appendix “A”.1.10. The communication gateway shall facilitate the information flow to remotecontrol centre. The bay level intelligent electronic devices (IED) for protectionand control shall provide the direct connection to the switchgear without the needof interposing components and perform control, protection, and monitoringfunctions.1.11 Bay level intelligent electronic devices (IED) for protection and control will bedirectly connected to the Hot – Standby Server PC of the StationAutiomation System (SAS) through a dual managed Ethernet LAN onfiberoptic media and shall communicate as per the IEC 61850 standard._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 444 of 566


The SAS shall be equipped with the gateway for remote communicationas detailed further in the specification.1.12 Remote Tap Changer Control (RTCC) panel of transformers shall remain incontrol room.1.13 The bidder shall ensure that proposed automation system is compatible with theexisting SCADA network. The bidder will quote for the equipment required fordata transfer to the existing SCADA network where optic fiber/PLCC is beingused for communication with ALDC/SLDC and the other adjoining stations.1.14 SCADA details will be communicated to nearest ALDC via adjoining sub stationsand signal will be carried by optic fibre either OPGW for transmission line oroptic fibre cable laid in the ground alongwith 220kV under ground XLPE cableor PLCC. The Contractor will make arrangement for supplying terminalequipment required for communication & for converting optic fibre signals intoPLCC in case of requirement. The existing communication system works on IEC-60870 protocol and the inter operability document is enclosed in Annexure-III.Besides complying with interoperability document, it will be responsibility of thecontractor to ensure proper communication of the offered system with existingsystem.1.15 Tele-control plan for 220/33 kV level is given below. Following informationare required to be communicated to ALDC/SLDC._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 445 of 566


220 kV levelTele- inf.220 kV levelMWAll feeders, ICTs (220/33 kV)MVARAll feeders, ICTs (220/33 kV)MWH(units)All feeders, ICTs (220/33 kV)MVAR(units)All feeders, ICTs (220/33 kV)Voltage (kV)1 measured per main bus limited totwo only.Freq. (Hz.)1 measured per sub-stationT- Taps All 220/33 kV ICTsCurrent (Amps)All feeders, ICTs (220/33kV)Wdg. Temperature For all TransformersOil Temp.For all TransformersStatusCB- Double status All feeders and Bus Couplerinformation.ISO- single status All Bus and line isolatorsinformation.ControlNILTele- inf.33 kV levelMWAll feeders, ICTsMVARAll feeders, ICTs, Capacitor bankMWH(units)All feeders, ICTs (220/33 kV)MVAR(units)All feeders, ICTs (220/33 kV),Capacitor bankVoltage (kV)1 measured per main bus limited totwo only.Freq. (Hz.)1 measured per sub-station.2 measured per Generating station.T- Taps NILCurrent(Amps)All feeders, ICTs, Capacitor bankWdg. Temp.For all TransformersOil Temp.For all Transformers_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 446 of 566


StatusCB- Double status All feeders and Bus Couplerinformation.ISO- single status information. All Bus and line isolatorsControl For all Feeders excludingtransformers2.0 System design2.1 General system designThe Substation Automation System (SAS) shall be suitable for operation andmonitoring of the complete substation including future extensions.The systems shall be of the state-of-the art suitable for operation under electricalenvironment present in Extra high voltage substations, follow the latestengineering practice, ensure long-term compatibility requirements and continuityof equipment supply and the safety of the operating staff.The offered SAS shall support remote control and monitoring from RemoteControl centers via gateways.The system shall be designed such that personnel without any backgroundknowledge in Microprocessor-based technology are able to operate the system.The operator interface shall be intuitive such that operating personnel shall beable to operate the system easily after having received some basic training.The system shall incorporate the control, monitoring and protection functionsspecified, self-monitoring, signaling and testing facilities, measuring as well asmemory functions, event recording and evaluation of disturbance records.Maintenance, modification or extension of components may not cause a shutdownof the whole substation automation system. Self-monitoring of components,modules and communication shall be incorporated to increase the availability andthe reliability of the equipment and minimize maintenance.Bidder shall offer the bay level unit having bay mimic along with relay andprotection panels (described in other sections of technical specifications) housedin air-conditioned Kiosks suitably located in GIS room/building and station HMIin control room for overall optimization in respect of cabling and control roombuilding._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 447 of 566


2.2 System architectureThe SAS shall be based on a decentralized architecture and on a concept of bayoriented,distributed intelligence.Functions shall be decentralized, object-oriented and located as close as possibleto the process.The main process information of the station shall be stored in distributeddatabases. The typical SAS architecture shall be structured in two levels, i.e. in astation and a bay level.At bay level, the IEDs shall provide all bay level functions regarding control,monitoring and protection, inputs for status indication and outputs for commands.The IEDs should be directly connected to the switchgear without any need foradditional interposition or transducers.Each bay control IED shall be independent from each other and its functioningshall not be affected by any fault occurring in any of the other bay control units ofthe station.The data exchange between the electronic devices on bay and station level shalltake place via the communication infrastructure. This shall be realized using fiberopticcables, thereby guaranteeing disturbance free communication. The fiberoptic cables shall be run in G.I conduit pipes. Data exchange is to be realizedusing IEC 61850 protocol with a redundant managed switched Ethernetcommunication infrastructure.The communication shall be made in 1+1 mode, excluding the links betweenindividual bay IEDs to switch, such that failure of one set of fiber shall not affectthe normal operation of the SAS. However it shall be alarmed in SAS. Each fiberoptic cable shall have four (4) spare fibers.At station level, the entire station shall be controlled and supervised from thestation HMI. It shall also be possible to control and monitor the bay from the baylevel equipment at all times.Clear control priorities shall prevent operation of a single switch at the same timefrom more than one of the various control levels, i.e. RCC, station HMI, bay levelor apparatus level. The priority shall always be on the lowest enabled controllevel.The station level contains the station-oriented functions, which cannot be realizedat bay level, e.g. alarm list or event list related to the entire substation, gatewayfor the communication with remote control centers._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 448 of 566


The GPS time synchronizing signal (as specified in the section relay & protection)as per IEC 61850 standard SNTP (Simple Network Time Protocol) for thesynchronization of the entire system shall be provided.The SAS shall contain the functional parts as described in Para 1.2 above.2.3 Functional RequirementsThe high-voltage apparatus within the station shall be operated from differentplaces:Station HMI.Local Bay controller IED (in the bays)Remote control centersOperation shall be possible by only one operator at a time.The operation shall depend on the conditions of other functions, such asinterlocking, synchro check, etc. (See description in “Bay level controlfunctions").2.3.1 Select-before-executeFor security reasons the command is always to be given in two stages: selection of theobject and command for operation under all mode of operation except emergencyoperation. Final execution shall take place only when selection and command areactuated.2.3.2 Command supervisionBay/station interlocking and blockingSoftware Interlocking is to be provided to ensure that inadvertent incorrect operationof switchgear causing damage and accidents in case of false operation does not takeplace.In addition to software interlocking hardwired interlocking are to be provided for BusEarth switch InterlockingIt shall be a simple layout, easy to test and simple to handle when upgradingthe station with future bays. For software interlocking the bidder shall describe thescenario while an IED of another bay is switched off or fails.A software interlock override function shall be provided which can be enabled tobypass the interlocking function.2.3.3 Run Time Command cancellation_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 449 of 566


Command execution timer (configurable) must be available for each control levelconnection. If the control action is not completed within a specified time, thecommand should get cancelled.2.3.4 Self-supervisionContinuous self-supervision function with self-diagnostic feature shall beincluded.2.3.5 User configurationThe monitoring, controlling and configuration of all input and output logical signalsand binary inputs and relay outputs for all built-in functions and signals shall bepossible both locally and remotely.It shall also be possible to interconnect and derive input and output signals,logic functions, using built-in functions, complex voltage and currents, additionallogics (AND-gates, OR gates and timers). Multi activation of these additionalfunctions should be possible.The Functional requirement shall be divided into following levels:a. Bay (a bay comprises of one circuit breaker and associated disconnector,earth switches and instrument transformer) Level Functions.b. System Level Functions3.1. Bay level functionsIn a decentralized architecture the functionality shall be as close to the processas possible. In this respect, the following functions can be allocated at bay level:• Bay control functions including data collection functionality.• Bay protection functionsSeparate IEDs shall be provided for bay control function and bay protection function._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 450 of 566


LBB, auto reclose, under frequency, df/dt and check synchronizing shall be inherentfeature of bay and busbar control & protection unit. No separate breaker relay panelshall be required.The Bay Control and Protection for 33kV system may be combined instead ofhaving separate bay control unit and bay protection unit.If possible, the Control and Protection of more than one 33kV bay may beaccommodated in one Bay Control and Protection Unit.3.1.1 Bay control functions3.1.1.1 OverviewFunctions• Control mode selection• Select-before-execute principle• Command supervision:• Interlocking and blocking• Double command• Synchrocheck, voltage selection• Run Time Command cancellation• Transformer tap changer control (for power transformer bays)• Operation counters for circuit breakers and pumps• Hydraulic pump/ Air compressor control and runtime supervision• Operating pressure supervision• Display of interlocking and blocking• Breaker position indication per phase• Alarm annunciation• Measurement display• Local HMI (local guided, emergency mode) to display the single linediagram, status information, alarms and disturbances etc. withpassword protected access.• Interface to the station HMI.• Data storage for at least 2000 events• Extension possibilities with additional I/0's inside the unit or via fiberoptic communication and process bus3.1.1.2 Control mode selection_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 451 of 566


Bay level OperationAs soon as the operator receives the operation access at bay level the operation isnormally performed via bay control IED. During normal operation bay control unitallows the safe operation of all switching devices via the bay control IED.Emergency OperationIt shall be possible to close or open the selected Circuit Breaker with ON or OFF pushbuttons even during the outage of bay IED.Remote ModeControl authority in this mode is given to a higher level (Remote Control Centre) andthe installation can be controlled only remotely. Control operation from lower levelsshall not be possible in this operating mode.3.1.1.3 Synchronism and energizing checkThe synchronism and energizing check functions shall be bay-oriented and distributedto the bay control and/or protection devices. These features are:• Settable voltage, phase angle, and frequency difference.• Energizing for dead line - live bus, live line - dead bus or dead line deadbus with no synchro-check function.• Synchronizing between live line and live bus with synchro-check functionVoltage SelectionThe voltages relevant for the Synchrocheck functions are dependent on the stationtopology, i.e. on the positions of the circuit breakers and/or the isolators. The correctvoltage for synchronizing and energizing is derived from the auxiliary switches of thecircuit breakers, the isolator, and earthing switch and shall be selected automaticallyby the bay control and protection IEDs.3.1.1.4 Transformer Tap Changer Control_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 452 of 566


Raise and lower operation of OLTC taps of transformer shall be facilitated throughBay controller IED. OLTC tap change shall be possible from master work station.However tap position shall be available in remote work station. Wherevertransducers are required for OLTC etc., Bidder shall quote, supply, erect andcommission them.3.1.2 Bay Protection functions3.1.2.1 GeneralThe protection functions are independent of bay control function. The protection shallbe provided by separate protection IEDs (numerical relays) and other protectiondevices as per section Relay & Protection.IEDs, shall be connected to the communication infrastructure for data sharing andmeet the real-time communication requirements for automatic functions. The datapresentation and the configuration of the various IEDs shall be compatible with theoverall system communication and data exchange requirements.All the IEDs must be fully IEC61850 copliant and shall be directly connectedto the Ethernet Interbay LAN without use of any gateways.Event and Disturbance Recording FunctionEach IED should contain an event recorder capable of storing at least 2000 timetaggedevents. This shall give alarm if 70% memory is full. The disturbance recorderfunction shall be as per detailed in section Relay and Protection.3.2. System Level Functions3.2.1 Status SupervisionThe position of each switchgear, e.g. circuit breaker, isolator, earthing switch,transformer tap changer etc., shall be supervised continuously. Every detected changeof position shall be immediately displayed in the single-line diagram on the stationHMI screen, recorded in the event list, and a hard copy printout shall be produced.Alarms shall be initiated in the case of spontaneous position changes._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 453 of 566


The switchgear positions shall be indicated by two auxiliary switches, normallyclosed (NC) and normally open (NO), which shall give ambivalent signals. An alarmshall be initiated if these position indications are inconsistent or if the time requiredfor operating mechanism to change position exceeds a predefined limit.The SAS shall also monitor the status of sub-station auxiliaries. The status andcontrol of auxiliaries shall be done through separate one or more IED and all alarmand analogue values shall be monitored and recoded through this IED.3.2.2 MeasurementsBidder shall confirm that Multimeters are not required and BCUs shall provideall the metering related data. BCU shall have inbuilt CT, PT unit capable oftaking inputs directly from CTs, PTs and other equipments without anyrequirement of separate transducers. Wherever dedicated bay PTs are notavailable e.g. Transformer, Capacitor Bank etc., wiring shall be done from BusPT by making proper scheme.Analogue inputs for voltage and current measurements shall be connected directly tothe voltage transformers (VT) and the current transformers (CT) without intermediatetransducers. The values of active power (W), reactive power (VAR), frequency (Hz),and the rms values for voltage (V) and current (I) shall be calculated.The measured values shall be displayed locally on the station HMI and in the controlcentre. The abnormal values must be discarded. The analogue values shall be updatedevery 2 seconds.Threshold limit values shall be selectable for alarm indications.3.2.3 Event and Alarm HandlingEvents and alarms are generated either by the switchgear, by the control IEDs, or bythe station level unit. They shall be recorded in an event list in the station HMI.Alarms shall be recorded in a separate alarm list and appear on the screen. All, or afreely selectable group of events and alarms shall also be printed out on an eventprinter. The alarms and events shall be time-tagged with a time resolution of 1 ms.3.2.4 Station HMI3.2.4.1 Substation HMI Operation:_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 454 of 566


On the HMI the object has to be selected first. In case of a blocking or interlockingconditions are not met, the selection shall not be possible and an appropriate alarmannunciation shall occur. If a selection is valid the position indication will show thepossible direction, and the appropriate control execution button shall be pressed inorder to close or open the corresponding object.Control operation from other places (e.g. REMOTE) shall not be possible in thisoperating mode.3.2.4.2 Presentation and DialoguesGeneralThe operator station HMI shall be a redundant with hot standby and shall providebasic functions for supervision and control of the substation. The operator shall givecommands to the switchgear on the screen via mouse clicks or keyboard commands.The HMI shall give the operator access to alarms and events displayed on the screen.Aside from these lists on the screen, there shall be a printout of alarms or events in anevent log.An acoustic alarm shall indicate abnormalities, and all unacknowledged alarms shallbe accessible from any screen selected by the operator.The following standard pictures shall be available from the HMI:• Single-line diagram showing the switchgear status and measured values• Control dialogues with interlocking and blocking details. This controldialogue shall tell the operator whether the device operation is permittedor blocked.• Measurement dialogues• Alarm list, station / bay-oriented• Event list, station / bay-oriented• System status3.2.4.3 HMI Design PrinciplesConsistent design principles shall be adopted with the HMI concerning labels,colours, dialogues and fonts. Non-valid selections shall be dimmed out.The object status shall be indicated using different status colours for:_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 455 of 566


• Selected object under command• Selected on the screen• Not updated, obsolete values, not in use or not sampled• Alarm or faulty state• Warning or blocked• Update blocked or manually updated• Control blocked• Normal state3.2.4.4 Process Status Displays and Command ProceduresThe process status of the substation in terms of actual values of currents, voltages,frequency, active and reactive powers as well as the positions of circuit breakers,isolators and transformer tap-changers shall be displayed in the station single-linediagram.In order to ensure a high degree of security against undesired operation, a "selectbefore-execute"command procedure shall be provided. After the "selection" of aswitch, the operator shall be able to recognize the selected device on the screen, andall other switchgear shall be blocked. As communication between control centre anddevice to be controlled is established, the operator shall be prompted to confirm thecontrol action and only then final execute command shall be accepted. After the"execution" of the command the operated switching symbol shall flash until theswitch has reached its new position.The operator shall be in a position to execute a command only, if the switch is notblocked and if no interlocking condition is going to be violated. The interlockingstatements shall be checked by the interlocking scheme implemented at bay andstation level.After command execution the operator shall receive a confirmation that the newswitching position has been reached or an indication that the switching procedure wasunsuccessful with the indication of the reason for non-functioning.3.2.4.5 System Supervision & DisplayThe SAS system shall be comprehensively self-monitored such that faults areimmediately indicated to the operator, possibly before they develop into serioussituations. Such faults are recorded as a faulty status in a system supervision display.This display shall cover the status of the entire substation including all switchgear,IEDs, communication infrastructure and remote communication links, and printers atthe station level, etc._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 456 of 566


3.2.4.6 Event List• The event list shall contain events that are important for the control andmonitoring of the substation.• The event and associated time (with 1 ms resolution) of its occurrence hasto be displayed for each event.• The operator shall be able to call up the chronological event list on themonitor at any time for the whole substation or sections of it.• A printout of each display shall be possible on the hard copy printer.• The events shall be registered in a chronological event list in which thetype of event and its time of occurrence are specified. It shall be possibleto store all events in the computer for at least one month. The informationshall be obtainable also from a printed event log.The chronological event list shall contain:• Position changes of circuit breakers, isolators and earthing devices• Indication of protective relay operations• Fault signals from the switchgear• Indication when analogue measured values exceed upper and lower limits.Suitable provision shall be made in the system to define two level of alarmon either side of the value or which shall be user defined for eachmeasurand.• Loss of communication.Filters for selection of a certain type or group of events shall be available. The filtersshall be designed to enable viewing of events grouped per:• Date and time• Bay• Device• Function e.g. trips, protection operations etc.• Alarm class3.2.4.7 Alarm ListFaults and errors occurring in the substation shall be listed in an alarm list and shallbe immediately transmitted to the control centre. The alarm list shall substitute aconventional alarm tableau, and shall constitute an evaluation of all station alarms. Itshall contain unacknowledged alarms and persisting faults. The date and time of_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 457 of 566


occurrence shall be indicated. The alarm list shall consist of a summary display of thepresent alarm situation. Each alarm shall be reported on one line that contains:The date and time of the alarm:________________The name of the alarming object:_______________A descriptive text:____________________________The acknowledgement state:____________________Whenever an alarm condition occurs, the alarm condition must be shown on the alarmlist and must be displayed in a flashing state along with an audible alarm. Afteracknowledgement of the alarm, it should appear in a steady (i.e. not flashing) stateand the audible alarm shall stop. The alarm should disappear only if the alarmcondition has physically cleared and the operator has reset the alarm with a resetcommand. The state of the alarms shall be shown in the alarm list (Unacknowledgedand persistent, Unacknowledged and cleared, Acknowledged and persistent).Filters for selection of a certain type or group of alarms shall be available as forevents.3.2.4.8 Object PictureWhen selecting an object such as a circuit breaker or isolator in the single linediagram, the associated bay picture shall be presented first. In the selected objectpicture, all attributes like• Type of blocking• Authority• Local / remote control• RSCC/SAS control• Errors etc.,shall be displayed.3.2.4.9 Control Dialogues_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 458 of 566


The operator shall give commands to the system by means of mouse click located onthe single-line diagram. It shall also be possible to use the keyboard for commandactivation. Data entry is performed with the keyboard. Dedicated control dialoguesfor controlling at least the following devices shall be available:• Breaker and disconnector• Transformer tap-changer3.2.5 User-Authority LevelsIt shall be possible to restrict activation of the process pictures of each object (bays,apparatus...) within a certain user authorization group. Each user shall then be givenaccess rights to each group of objects, e.g.:• Display only• Normal operation (e.g. open/close of switchgear)• Restricted operation (e.g. by-passed interlocking)• System administratorFor maintenance and engineering purposes of the station HMI, the followingauthorization levels shall be available :• No engineering allowed• Engineering/configuration allowed• Entire system management allowedThe access rights shall be defined by passwords assigned during the login procedure.Only the system administrator shall be able to add/remove users and change accessrights.3.2.6 ReportsThe reports shall provide time-related follow-ups of measured and calculated values.The data displayed shall comprise:‣ Trend reports:_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 459 of 566


• Day (mean, peak)• Month (mean, peak)• Semi-annual (mean, peak)• Year (mean, peak)‣ Historical reports of selected analogue Values:• Day (at 15 minutes interval)• Week• Month• YearIt shall be possible to select displayed values from the database in the processdisplay on-line. Scrolling between e.g. days shall be possible. Unsure values shall beindicated. It shall be possible to select the time period for which the specific data arekept in the memory.Following printouts shall be available from the printer and shall be printed ondemand:i. Daily voltage and frequency curves depicting time on X-axis and theappropriate parameters on the Y-axis. The time duration of the curve is 24hours.ii. Weekly trend curves for real and derived analogue values.iii. Printouts of the maximum and minimum values and frequency ofoccurrence and duration of maximum and minimum values for eachanalogue parameter for each circuit in 24 hr period.iv. Provision shall be made for logging information about breaker status likenumber of operation with date and time indications.v. Equipment operation details shift wise and during 24 hours.vi. Printout on adjustable time period as well as on demand for MW,MVAR, Current, Voltage on each feeder and transformer as well as TapPositions, temperature and status of pumps and fans for transformers.vii. Printout on adjustable time period as well as on demand systemfrequency and average frequency.viii. Reports in specified formats which shall be handed over to successfulbidder.3.2.7 Trend Display (Historical Data)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 460 of 566


It shall be possible to illustrate all types of process data as trends - input and outputdata, binary and analogue data. The trends shall be displayed in graphical form ascolumn or curve diagrams with a maximum of 10 trends per screen. Adjustable timespan and scaling ranges must be provided.It shall be possible to change the type of value logging (direct, mean, sum, ordifference) on-line in the window. It shall also be possible to change the updateintervals on-line in the picture as well as the selection of threshold values foralarming purposes.3.2.8 Automatic Disturbance File TransferAll recorded data from the IEDs with integrated disturbance recorder as well asdedicated disturbance recording systems shall be automatically uploaded (eventtriggered or once per day) to a dedicated computer and be stored on the hard disc.3.2.9 Disturbance AnalysisThe PC-based work station shall have necessary software to evaluate all the requiredinformation for proper fault analysis.3.2.10 IED Parameter SettingIt shall be possible to access all protection and control IEDs for reading theparameters (settings) from the station HMI or from a dedicated monitoring computer.The setting of parameters or the activation of parameter sets shall only be allowedafter entering a password.3.2.11 Automatic SequencesThe available automatic sequences in the system should be listed and described, (e.g.sequences related to the bus transfer). It must be possible to initiate pre-definedautomatic sequences by the operator and also define new automatic sequences.3.3 Gateway3.3.1 Communication InterfaceThe Substation Automation System shall have the capability to support simultaneouscommunications with multiple independent remote master stations._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 461 of 566


The Substation Automation System shall have two communication ports for RemoteControl Centre / Area Load Dispatch Center (ALDC).The communication interface to the SAS shall allow scanning and control of definedpoints within the substation automation system independently for each control centre.The substation automation system shall simultaneously respond to independent scansand commands from employer's control centres (RCC / ALDC). The substationautomation system shall support the use of a different communication data exchangerate (bits per second), scanning cycle, and/or communication protocol to each remotecontrol centre. Also, each control centre's data scan and control commands may bedifferent for different data points within the substation automation system's database.3.3.2 Remote Control Centre Communication InterfaceEmployer will supply communication channels between the Substation AutomationSystem and the remote control centre. The communicator channels provided byEmployer will consist optical fibre, the details of which shall be provided duringdetailed Engineering.3.3.3 Interface Equipment:The Contractor shall provide interface equipment for communicating betweenSubstation Automation system and Remote control / Area Load Dispatch Center(ALDC).In case of communication (Optical fiber) any modem supplied shall not requiremanual equalization and shall include self-test features such as manual mark/spacekeying, analogue loop-back, and digital loop-back. The modems shall provide forconvenient adjustment of output level and receive sensitivity.The modem should be stand alone complete in all respects including power supply tointerface the SAS with communication channel. The configuration of tones and speedshall be programmable and maintained in non-volatile memory in the modem. Allnecessary hardware and software along with communication equipment shall also bein the scope of bidder except the communication link (Optical fiber) betweensubstation control room and Remote Control Centre /ALDC.3.3.4 Communication ProtocolThe communication protocol between gateway and remote station shall be openprotocol/ shall support IEC 60870-5-101. For all other levels of communication such_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 462 of 566


as Interbay Level, Bay to station HMI, etc. the communication protocol shall supportIEC 61850.4.0 System Hardware:4.1 Redundant Station HMI, HMI View Node and Disturbance Recorder Workstation:The contractor shall provide redundant station HMI in hot standby mode.It shall be capable to perform all functions for entire substation including futurerequirements as indicated in the SLD. It shall use industrial grade components.Processor and RAM shall be selected in such a manner that during normal operationnot more than 30% capacity of processing and memory are used. Supplier shalldemonstrate these features.The capacity of hard disk shall be selected such that the following requirement shouldoccupy less than 50% of disk space:1. Storage of all analogue data (at 15 Minutes interval)and digital data includingalarm , event and trend data for thirty(30) days.2. Storage of all necessary software3. 20GB space for EMPLOYER'S use. Supplier shall demonstrate that thecapacity of hard disk is sufficient to meet the above requirement.4.1.1 HMI (Human Machine Interface)The VDU shall show overview diagrams (Single Line Diagrams) and completedetails of the switchgear with a colour display. All event and alarm annunciationshall be selectable in the form of lists. Operation shall be by a user friendly functionkeyboard and a cursor positioning device. The user interface shall be based onWINDOWS concepts with graphics & facility for panning, scrolling, zooming, declutteringetc.4.1.1.1 Visual Display Units - TFT's (Thin Film Technology)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 463 of 566


The contractor shall provide three TFT based display units, one for station HMI, onefor DR workstation and one for redundant HMI. These shall have high resolution andreflection protected picture screen. High stability of the picture geometry shall beensured. The screen shall be at least 21" diagonally in size and capable of colourgraphic displays.The display shall accommodate resolution of 1280 X 1024 pixels. The HMI shall beable to switch the key board and cursor positioning device, as unit among all themonitors at a console via push button or other controls.4.1.3 PrinterIt shall be robust & suitable for operation with a minimum of 132 characters per line.The printing operation shall be quiet with a noise level of less than 45 dB suitable forlocation in the control room. Printer shall accept and print all ASCII characters viamaster control computer unit interface.The printer shall have in built testing facility. Failure of the printer shall be indicatedin the Station HMI. The printer shall have an off line mode selector switch to enablesafe maintenance. The maintenance should be simple with provisions for ease ofchange of print head, ribbon changing, paper insertion etc.All printers mounted in the control room shall be provided with a separate printerenclosure each. The enclosure shall be designed to permit full enclosure of theprinters at a convenient level. Plexiglas windows shall be used to provide visualinspection of the printers and ease of reading. The printer enclosures shall bedesigned to protect the printers from accidental external contact & each should beremovable from hinges at the back and shall be provided with lock at the front.All reports and graphics prints shall be printed on laser printer. One dot matrix printershall be exclusively used for hourly log printing.All printers shall be continuously online.4.1.4 Mass Storage UnitThe mass storage unit shall be built-in to the Station HMI. All operational measuredvalues, and indications shall be stored in a mass-storage unit of CD-ROM / DVD-ROM with 700 MB or more capacity. The unit should support at least Read (48X),Write(24X), and Re-Write (10X) operations, with Multi-Session capability. It should_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 464 of 566


support IS09660, Rockridge and Joliet File systems. It should support formatting anduse under the operating system provided for Station HMI. The monthly back up ofdata shall be taken on disc. The facility of back up of data shall be inherent in thesoftware.4.1.5 Switched Ethernet Communication Infrastructure:The bidder shall provide optical Ethernet communication infrastructure forSAS. Ethernet switch shall have redundant DC supply to avoid loss ofdata/control in case of failure of any one of DC supply. The bidder shall keepprovision of 100% spare capacity for employer use two or 25 % of usedports(whichever is higher), as spare capacity for employer use One switchshall be provided to connect all IEDs for one bay of 33kV to communicationinfrastructure.4.2 Bay Level UnitThe bay unit shall use industrial grade components. The bay level unit, based onmicroprocessor technology, shall use numerical techniques for the calculation andevaluation of externally input analogue signals. They shall incorporate select-beforeoperatecontrol principles as safety measures for operation via the HMI. They shallperform all bay related functions, such as control commands, bay interlocking, dataacquisition, data storage, event recording and shall provide inputs for status indicationand outputs for commands. They shall be directly connected to the switchgear. Thebay unit shall acquire and process all data for the bay (Equipment status, faultindications, measured values, alarms etc.) and transmit these to the other devices insub-station automation system. In addition, this shall receive the operation commandsfrom station HMI and control centre. The bay unit shall have the capability to store allthe data for at least 24 hours. The Bay control unit shall be fully compliant to IEC61850 standard.One no. Bay level unit shall be provided for supervision and control of each 33kVbay (a bay comprises of one circuit breaker and associated disconnector, earthswitches and instrument transformer). The Bay level unit shall be equipped withanalogue and binary inputs/outputs for handling the control, status monitoring andanalogue measurement functions. All bay level interlocks are to be incorporated inthe Bay level unit so as to permit control from the Bay level unit/ local bay mimicpanel, with all bay interlocks in place, during maintenance and commissioning or incase of contingencies when the Station HMI is out of service.The Bay level unit shall meet the requirements for withstanding electromagneticinterference according to relevant parts of IEC 61850. Failure of any singlecomponent within the equipment shall neither cause unwanted operation nor lead to acomplete system breakdown._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 465 of 566


4.2.1 Input/Output (I/O) ModulesThe I/O modules shall form a part of the bay level unit and shall provide coupling tothe substation equipment. The I/O modules shall acquire all switchgear information(i.e. data coming directly from the switchgear or from switchgear interlockingdevices) and transmit commands for operation of the switchgear. The measuredvalues of voltage and current shall be from the secondaries of instrumenttransformers. The digital inputs shall be acquired by exception with 1 ms resolution.Contact bouncing in digital inputs shall not be assumed as change of state.4.3. Air-Conditioned KioskThe Air-conditioned Kiosk offered shall house Bay level units, bay mimic, relay andprotection panels etc. The layout of equipment/panel shall be subject to Employer'sapproval. The Kiosk shall be provided with fire alarm system with at least twodetectors and it shall be wired to SAS. The detailed requirement of Kiosk is enclosedas Annexure-II. The air conditioner provided in Kiosk shall be controlled andmonitored from substation automation system.4.4 Extendibility in futureOffered substation automation system shall be suitable for extension in future foradditional bays. During such requirement, all the drawings and configurations,alarm/event list etc. displayed shall be designed in such a manner that its extensionshall be easily performed by the employer. During such event, normal operation ofthe existing substation shall be unaffected and system shall not require a shutdown.The contractor shall provide all necessary software tools along with source codes toperform addition of bays in future and complete integration with SAS by the user.These software tools shall be able to configure IED, add additional analogue variable,alarm list, event list, modify interlocking logics etc. for additional bays/equipmentwhich shall be added in future with IEDs of same manufacturer/ differentmanufacturer. The ICD and SCD files shall be handed over to the employer aftercommissioning.5.0 Software StructureThe software package shall be structured according to the SAS architecture andstrictly divided in various levels. Necessary firewall shall be provided at suitablepoints in software to protect the system. An extension of the station shall be possiblewith lowest possible efforts. Maintenance, modification or an extension ofcomponents of any feeder may not force a shut-down of the parts of the system whichare not affected by the system adaptation._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 466 of 566


5.1.1 Station Level Software5.1.1.2 Human-Machine Interface (HMI)The base HMI software package for the operator station shall include the main SASfunctions and it shall be independent of project specific hardware version andoperating system. It shall further include tools for picture editing, engineering andsystem configuration. The system shall be easy to use, to maintain, and to adaptaccording to specific user requirements. Systems shall contain a library with standardfunctions and applications.5.1.2 Bay Level Software5.1.2.1System SoftwareThe system software shall be structured in various levels. This software shall beplaced in a non-volatile memory. The lowest level shall assure system performanceand contain basic functions, which shall not be accessible by the application andmaintenance engineer for modifications. The system shall support the generation oftypical control macros and a process database for user specific data storage. In case ofrestoration of links after failure, the software along with hardware shall be capable ofautomatically 467ynchronizati with the remaining system without any manualinterface. This shall be demonstrated by contractor during integrated system test.5.1.2.2 Application SoftwareIn order to ensure robust quality and reliable software functions, the main part of theapplication software shall consist of standard software modules built as functionalblock elements. The functional blocks shall be documented and thoroughly tested.They form part of a library. The application software within the control/protectiondevices shall be programmed in a functional block language.5.1.2.3 Network Management SystemThe contractor shall provide a network management system software for followingmanagement functions:a. Configuration Management_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 467 of 566


. Fault Managementc. Performance MonitoringThis system shall be used for management of communication devices and other IEDsin the system. This NMS can be loaded in DR work-station and shall be easy to use,user friendly and menu based. The NMS shall monitor all the devices in the SAS andreport if there is any fault in the monitored devices. The NMS shall :(a) Maintain performance, resource usage, and error statistics for all managedlinks and devices and present this information via displays, periodic reportsand on demand reports.(b) Maintain a graphical display of SAS connectivity and device status.I Issue alarms when error conditions occurs(d) Provide facility to add and delete addresses and links5.1.2.4 The contractor shall provide each software in two copies in CD to load into thesystem in case of any problem related with Hardware/Communication etc.6.0 TestsThe substation automation system offered by the bidder shall be subjected tofollowing tests to establish compliance with IEC 61850 for EHV sub stationequipment installed in sheltered area:6.1 Type Tests:6.1.1 Control IEDs and Communication Equipmenta. Power Input:i. Auxiliary Voltageii Current Circuits4 Voltage Circuitsiv. Indicationsb. Accuracy Tests :i. Operational Measured Valuesii. Currentsiii. Voltages_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 468 of 566


iv.Time resolutionc. Insulation Tests:i. Dielectric Testsii. Impulse Voltage withstand Testd. Influencing Quantitiesi. Limits of operationii. Permissible ripplesiii. Interruption of input voltagee. Electromagnetic Compatibility Test:i. 1 MHZ. burst disturbance testii. Electrostatic Discharge Testiii. Radiated Electromagnetic Field Disturbance Testiv. Electrical Fast transient Disturbance Test5 Conducted Disturbances Tests induced by Radio Frequency Fieldvi. Magnetic Field Testvii. Emission (Radio interference level) Test.viii. Conducted Interference Testf. Function Tests :i. Indicationii. Commandsiii. Measured value Acquisitioniv. Display Indicationsg. Environmental testsi. Cold Temperatureii. Dry Heatiii. Wet heativ. Humidity (Damp heat Cycle)6 Vibrationvi. Bumpvii. Shock_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 469 of 566


7 Factory Acceptance Tests:The supplier shall submit a test specification for Factory Acceptance Test (FAT) andCommissioning Tests of the station automation system for approval. For theindividual bay level IED’s applicable type test certificates shall be submitted.The manufacturing phase of the SAS shall be concluded by the factory acceptancetest (FAT). The purpose is to ensure that the Contractor has interpreted the specifiedrequirements correctly and that the FAT includes checking to the degree required bythe user. The general philosophy shall be to deliver a system to site only after it hasbeen thoroughly tested and its specified performance has been verified, as far as siteconditions can be simulated in a test lab. If the FAT comprises only a certain portionof the system for practical reason, it has to be assured that this test configurationcontains at least one unit of each and every type of equipment incorporated in thedelivered system.If the complete system consists of parts from various suppliers or some parts arealready installed on site, the FAT shall be limited to sub-system tests. In such a case,the complete system test shall be performed on site together with the Site AcceptanceTest (SAT).8 Integrated Testing;The integrated system tests shall be performed as detailed in subsequent clauses asper following configuration:• Redundant Station HMI, DR work station, switch(es) along with all IEDs andprinters.All other switches for complete sub-station as detailed in section project shall besimulated as needed.6.3.1 Hardware Integration Tests:The hardware integration test shall be performed on the specified systems to be usedfor Factory tests when the hardware has been installed in the factory. The operation ofeach item shall be verified as an integral part of system. Applicable hardware_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 470 of 566


diagnostics shall be used to verify that each hardware component is completelyoperational and assembled into a configuration capable of supporting softwareintegration and factory testing of the system. The equipment expansion capabilityshall also be verified during the hardware integration tests.6.3.2 Integrated System Tests:Integrated system tests shall verify the stability of the hardware and the software.During the tests all functions shall run concurrently and all equipment shall operate acontinuous 100 Hours period. The integrated system test shall ensure the SAS is freeof improper interactions between software and hardware while the system isoperating as a whole.6.4 Field Tests:The field tests shall completely verify all the features of SAS hardware and software.7.0 System Operation7.1 Substation Operation9 Normal OperationOperation of the system by the operator from the remote RCC or at the substationshall take place via industry standard HMI(Human Machine interface) subsystemconsisting of graphic colour VDU, a standard keyboard and a cursor positioningdevice (mouse).The coloured screen shall be divided into 3 fields :10 Message field with display of present time and dateii) Display field for single line diagrams11 Navigation bar with alarm/condition indicationFor display of alarm annunciation, lists of events etc a separate HMI View node.Shall be provided._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 471 of 566


All operations shall be performed with mouse and/or a minimum number of functionkeys and cursor keys. The function keys shall have different meanings depending onthe operation. The operator shall see the relevant meanings as function tests displayedin the command field (i.e. operator prompting). For control actions, the switchgear(i.e. circuit breaker etc.) requested shall be selectable on the display by means of thecursor keys. The switching element selected shall then appear on the background thatshall be flashing in a different color. The operator prompting shall distinguishbetween:-- Prompting of indications e.g. fault indications in the switchgear, and- prompting of operational sequences e.g execution of switching operationsThe summary information displayed in the message field shall give a rapid display ofalarm/message of the system in which a fault has occurred and alarm annunciationlists in which the fault is described more fully.Each operational sequence shall be divided into single operation steps which areinitiated by means of the function keys/WINDOW command by mouse. Operatorprompting shall be designed in such a manner that only the permissible keys areavailable in the command field related to the specific operation step. Only thoseswitching elements shall be accessed for which control actions are possible. If theoperation step is rejected by the system, the operator prompting shall be supported byadditional comments in the message field. The operation status shall be reset to thecorresponding preceding step in the operation sequence by pressing one of thefunction keys. All operations shall be verified. Incorrect operations shall be indicatedby comments in the message field and must not be executed.The offer shall include a comprehensive description of the system. The aboveoperation shall also be possible via WINDOWS based system by mouse.12 Power SupplyPower for the substation automation system shall be derived from substation 220VDC system.Inverter of suitable capacity shall be provided for DR Workstation, station HMI andits peripheral devices e.g. printer etc. In the event of Power failure, necessarysafeguard software shall be built for proper shutdown and restart.9.0 Documentation_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 472 of 566


The following documents shall be submitted for employer’s approval during detailedengineering:(a) System Architecture Drawing(b) Hardware SpecificationI Sizing Calculations of various components(d) Response Time Calculation(e) Functional Design DocumentThe following documentation to be provided for the system in the course of theproject shall be consistent, CAD supported, and of similar look/feel. All CADdrawings to be provide in “dxf” format.• List of Drawings• Substation automation system architecture• Block Diagram• Guaranteed technical parameters, Functional Design Specification andGuaranteed availability and reliability• Calculation for power supply dimensioning• I/O Signal lists• Schematic diagrams• List of Apparatus• List of Labels• Logic Diagram (hardware & software)• Kiosk layout drawing• GA of kiosk and GTP• Control Room Lay-out• Test Specification for Factory Acceptance Test (FAT)• Product Manuals• Assembly Drawing• Operator’s Manual• Complete documentation of implemented protocols between various elements• Listing of software and loadable in CD ROM• Other documents as may be required during detailed engineeringTwo sets of hard copy and Four sets of CD ROM containing all the as builtdocuments/drawings shall be provided.10.0 Training, Support, Services, Maintenance & Spares13 Training_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 473 of 566


Contractor personnel who are experienced instructors and who speak understandableEnglish shall conduct training. The contractor shall arrange on its own cost allhardware training platform required for successful training and understanding inIndia. The Contractor shall provide all necessary training material. Each trainee shallreceive individual copies of all technical manuals and all other documents used fortraining. These materials shall be sent to Employer at least two months before thescheduled commencement of the particular training course. Class materials, includingthe documents sent before the training courses as well as class handouts, shall becomethe property of Employer. Employer reserves the right to copy such materials, but forin-house training and use only. Hands-on training shall utilize equipment identical tothat being supplied to Employer.For all training courses the travel (e.g. airfare) and pre-diem expenses will be borneby the participants.The Contractor shall quote training prices individually for each of the courses asindicated in BPS.Employer will have the option to cancel any or all-training courses. In the case ofcancellation, the rate quoted against the respective course will not be paid to theContractor.The schedule, location, and detailed contents of each course will be finalized duringemployer and contractor discussions.10.2 Computer System Hardware CourseA computer system hardware course shall be offered, but at the system level only.The training course shall be designed to give Employer hardware personnel sufficientknowledge of the overall design and operation of the system so that they can correctobvious problems, configure the hardware, preventive maintenance run diagnosticprograms, and communicate with contract maintenance personnel. The followingsubjects shall be covered:a) System Hardware Overview: Configuration of the system hardware.b) Equipment Maintenance: Basic theory of operation, maintenancetechniques and diagnostic procedures for each element of the computersystem, e.g. processors, auxiliary memories, LANs, routers and printers.Configuration of all the hardware equipments.c) System Expansion: Techniques and procedures to expand and addequipment such as loggers, monitors and communication channels._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 474 of 566


d) System Maintenance: Theory of operation and maintenance of theredundant hardware configuration, failover hardware, configurationcontrol panels and failover switches. Maintenance of protective devicesand power supplies.e) Subsystem Maintenance: Theory of design and operation, maintenancetechniques and practices, diagnostic procedures, and (where applicable)expansion techniques and procedures. Classes shall include hands-ontraining for the specific subsystems that are part of Employer’s equipmentor part of similarly designed and configures subsystems. All interfaces tothe computing equipment shall be taught in detail.f) Operational Training: Practical training on preventive and correctivemaintenance of all equipment, including use of special tools andinstruments. This training shall be provided on Employer equipment, or onsimilarly configures systems.10.3 Computer System Software CourseThe Contractor shall provide a computer system software course that covers thefollowing subjects:(a)(b)I(d)(e)(f)System Programming : Including all applicable programminglanguages and all stand-alone service and utility packages provided withthe system. An introduction to software architecture, Effect of tuningparameters (OS software, Network software, database software etc.) on theperformance of the system.Operating System: Including the user aspects of the operating system,such as program loading and integrating procedures; scheduling,management, service, and utility functions: and system expansiontechniques and proceduresSystem Initialization and Failover: Including design, theory ofoperation, and practice.Diagnostics: Including the execution of diagnostic procedures and theinterpretation of diagnostic outputs,Software Documentation: Orientation in the organization and use ofsystem software documentation.Hands-on Training: One week, with allocated computer time for traineeperformance of unstructured exercises and with the course instructoravailable for assistance as necessary.10.4 Application Software Course_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 475 of 566


The Contractor shall provide a comprehensive application software courses coveringall applications including the database and display building course. The training shallinclude:(a)(b)I(d)(e)(f)Overview: Block diagrams of the application software and data flows.Programming standards and program interface conventions.Application Functions: Functional capabilities, design, and majoralgorithms. Associated maintenance and expansion techniques.Software Development: Techniques and conventions to be used for thepreparation and integration of new software functions.Software Generation: Generation of application software from sourcecode and associated software configuration control procedures.Software Documentation: Orientation in the organization and use offunctional and detailed design documentation and of programmer and usermanuals.Hands-on Training: One week, with allocated computer time for traineeperformance of unstructured exercises and with the course instructoravailable for assistance as necessary.10.5 Requirement of training:The contractor shall provide training for two batches for two weeks each forfollowing courses.S. No. Name of Course1 Computer System Hardware2 Computer System Software3 Application Software11.0 Maintenance11.1 Maintenance Responsibility during the Guaranteed Availability Period._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 476 of 566


During Guaranteed Availability Period, the Contractor shall take continual actions toensure the guaranteed availability and shall make available all the necessary resourcessuch as specialist personnel, spare parts, tools, test devices etc. for replacement orrepair of all defective parts and shall have prime responsibility for keeping the systemoperational.14 Reliability & AvailabilityThe SAS shall be designed so that the failure of any single component, processor, ordevice shall not render the system unavailable. The SAS shall be designed to satisfythe very high demands for reliability and availability concerning:• Mechanical and electrical design• Security against electrical interference (EMI)• High quality components and boards• Modular, well-tested hardware• Thoroughly developed and tested modular software• Easy-to-understand programming language for application programming• Detailed graphical documentation and application software• Built-in supervision and diagnostic functions• Security- Experience of security requirements- Process know-how- Select before execute at operation- Process status representation as double indications• Distributed solution• Independent units connected to the local area network• Back-up functions• Panel design appropriate to the harsh electrical environment and ambientconditions• Panel grounding immune against transient ground potential riseOutage Terms1) OutageThe state in which substation automation system or a unit of SAS isunavailable for Normal Operation as defined in the clause 7.1 due to an_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 477 of 566


event directly related to the SAS or unit of SAS. In the event, theEmployer has taken any equipment system other than Sub-stationAutomation System for schedule/forced maintenance, the consequentoutage to SAS shall not be considered as outage for the purpose ofavailability.2) Actual outage duration (AOD)The time elapsed in hours between the start and the end of an outage. Thetime shall be counted to the nearest ¼ th of an hour. Time less than ¼ th of anhour shall be counted as having duration of ¼ th of an hour.3) Period Hours (PH)The number of hours in the reporting period. In a full year the period hourare 8760h (8784h for a leap year).15 Actual Outage hours (AOH)The sum of actual outage duration within the reporting periodAOH =∑AOD5) Availability:Each SAS shall have a total availability of 99.98 % i.e. the ratio of totaltime duration minus the actual outage duration to total time duration.16 Guarantees RequiredThe availability for the complete SAS shall be guaranteed by the Contractor. Biddershall include in their offer the detailed calculation for the availability. The contractorshall demonstrate their availability guaranteed by conducting the availability test onthe total sub-station automation system as a whole after commissioning of total SubstationAutomation system. The test shall verity the reliability and integrity of all subsystems.Under these conditions the test shall establish an overall availability of99.98%. After the lapse of 1000 Hours of cumulative test time, test records shall beexamined to determine the conformance with availability criterion. In case of anyoutage during the availability test, the contractor shall rectify the problem and afterrectification, the 1000 Hours period start after such rectification. If test object has notbeen met the test shall continue until the specified availability is achieved.The contractor has to establish the availability in a maximum period of three monthsfrom the date of commencement of the availability test._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 478 of 566


After the satisfactory conclusion of test both contractor and employer shall mutuallyagree to the test results and if these results satisfy the availability criterion, the test isconsidered to be completed successfully. After that the system shall be taken over bythe employer and then the guarantee period shall start.13.0 Spares13.1 Availability of Spares:The list of mandatory spares is reproduced below:S.No Mandatory spares for Sub-Stn Automation system Quantit.y1 Hard disk of each type used in Master station, TFT, Printerserver.( of each type )1 set2 cable & connectors used in Bay control unit, Master station,HMI, printer server.( of each type )1set3 Applicable RAM(DIMM/SIMM card )used in Master station, 1set eachTFT, Printer servertype4 Mass storage device i.e. Optical drive/ CD writer etc. with 1 set eachdriver.( of each type )type.5 Network card with driver( of each type ) 1 set6 VDU with driver ( of each type ) 1 set7 Bay control unit with configuration software 2 sets8 Operating systems of Master station, TFT, Printer server with 1 setthe specified software version in CDROM(i.e. WIN NT, Unixetc.) with manual and device drivers9 Source code and compiler of Application software with 1 setdetailed manual for Master station, HMI, Printer server.10 Auxiliary relays used in bay control unit for control 10% ofapplications.each type11 Printer with driver and manual( of each type ) 1 set12 Cartridge for Printer( of each type ) 2 set13 Terminal connectors (male/ female) for optical fibers. 5 sets ofeach type14 Special tool for making joints and termination in optical fiber 1 set eachwith relevant couplers.type15 Optical loss measuring kit with relevant accessories and visual 1 setFiber Optic cable inspection aid.In addition to mandatory spares as above, the bidder is required to list the spares,which may be required for ensuring the guaranteed availability during the guaranteedavailability period. The final list of spares shall form part of scope of supply andaccordingly the price thereof shall be quoted by the bidder and shall be considered in_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 479 of 566


the evaluation of the bids. During the guaranteed availability period, the spare partssupplied by the Contractor shall be made available to the Contractor for usage subjectto replenishment at the earliest. Thus, at the end of availability period the inventoryof spares with the Employer shall be fully replenished by the Contractor. However,any additional spares required to meet the availability of the system (which are not apart of the above spares supplied by the Contractor) would have to be suppliedimmediately by the Contractor free of cost to the Employer.17 Consumables:All consumables such as paper, cartridges shall be supplied by the contractor till theSAS is taken over by the Employer. .14.0 List of Equipments18 BCU along with bay mimic x Total No. of baysii) BPU Main I x Total No. of line baysiii)BPU Main II x Total No. of line baysiv) BPU-I x No. of Transformer baysv) BPU-II x No. of Transformer baysvi)Busbar Protection + Bay unit x No. of Baysvii)Ethernet Switch x Total No. of baysviii)Gatewayix) Master TFT work stationix)Redundant TFT Work stationx)Disturbance Recorder Work Stationxi) All interface equipment for gateway to RCC (ALDC)xii) Communication infrastructure between Bay level units. Station HMI, Printers,gateways, redundant LAN etc. as requiredxiii)Remote workstation including HMI and along with one printerxiv) Colour Laser Printer – 1 No. (For Reports & Disturbance records)xv)DMP(dot matrix printer) (one each for Alarms and log sheets)xvi)Kiosk with foundationxiv)Redundant A/C for each kioskxv) Station battery, battery charger and DCDB and its roomxvi)Inverter for station TFT and other peripheral devicesxvii)Any other equipment as necessary._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 480 of 566


Basic Monitoring requirements are:Annexure-I- Switchgear status indication- Measurements (U, I, P, Q, f)- Event- Alarm- Winding temperature of transformers- ambient temperature- Status and display of 415V LT system, 220V & 48V DC system- Status of display of Fire protection system and Air conditioning system._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 481 of 566


- Acquisition of all counters for inter-tripping, counting the receive/send commands.- Acquisition of alarm and fault record from protection relays- Disturbance records- Monitoring the state of batteries by displaying DC voltage, charging current and loadcurrent etc.19 Tap-position of TransformerList of InputsThe list of input for typical bays is as below:-Analogue inputsi) For lineCurrent R phaseY phaseB phaseVoltage R-Y phaseY-B phaseB-R phaseii)For transformerCurrent R phaseY phaseB phase_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 482 of 566


WTI (for transformer)Tap position (for transformer)iii)For bus coupleriv)Current R phaseY phaseB phaseCommona) Voltage for Bus-1, Bus-IIVoltage R-Y phaseY-B phaseB-R phaseb) Frequency for Bus-1 and Bus-IIc) Ambient temperature (inside GIS room).20 LT systemVoltage R-Y, Y-B, B-R of Main Switch Board section-IVoltage R-Y, Y-B, B-R of Main Switch Board section-IIVoltage R-Y, Y-B, B-R of Diesel GeneratorCurrent from Diesel GeneratorVoltage of 220V DCDB-IVoltage of 220V DCDB-IICurrent from 220V Battery set-ICurrent from 220V Battery set-llCurrent from 220V Battery charger-ICurrent from 220V Battery charger-IVoltage of 48V DCDB-IVoltage of 48V DCDB-IICurrent from 48V Battery set-ICurrent from 48V Battery set-llCurrent from 48V Battery charger-ICurrent from 48V Battery charger-IICurrent from LT Tfr.-1Current from LT Tfr.-2_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 483 of 566


Digital InputsThe list of input for various bays/SYSTEM is as follows :21 Line baysi) Status of each pole of CB, Isolator, Earth switchii) CB troubleiii) CB operation/closing lockoutiv) Pole discrepancy optdv) Trip coil faultyvi) LBB optdvii) Bus bar protn trip relay optdviii) Main bkr auto recloser operatedix) auto recloser operatedx) A/r lockoutxi) Direct trip-l/ll sentxii) Direct trip-l/ll receivedxiii) Main 1/11 blockingxiv) Main 1/ll-lnter trip sendxv) Main 1/ll-lnter trip receivedxvi) FAULT LOCATOR FAULTYxvii) MAIN-1/11 PT FUSE FAILxviii) MAIN-1 PROTN TRIPxix) MAIN-11 PROTN TRIPxx) MAIN-1 PSB ALARM22 MAIN-1 SOTF TRIPxxv) MAIN-1 R-PH TRIPxxvi) MAIN-1 Y-PH TRIPxxvii) MAIN-1 B-PH TRIPxxviii) MAIN-1 STARTxxix) MAIN-1/11 inter tripxxx) MAIN-1/11 fault in reverse directionxxxi) MAIN-1/11 ZONE-2 TRIPxxxii) MAIN-1/11 ZONE-3 TRIPxxxiii) MAIN-1/11 weak end infeed optd23 MAIN-11 PSB alarmxxxiv) MAIN-11 SOTF TRIPxxxv) MAIN-l R-PHTRIPxxxvi) MAIN-11 Y-PH TRIPxxxvii)MAIN-11 B-PH TRIPxxxviii)MAIN-11 startxxxix) MAIN-11 inter tripxl) MAIN-1/11 fault in reverse directionxli) Back-up o/c optdxlii) Back-up e/f optd_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 484 of 566


xliii) 220V DC-I/II source failxliv) 48V DC-I/II source failxlv) SPEECH CHANNEL FAILxlvi) Optic fiber Protection Channel-1 FAILxlvii) Optic fiber Protection Channel-11 FAIL24 Transformer baysi) Status of each pole of CB, Isolator, Earth switchii) CB troubleiii) CB operation/closing lockoutiv) Pole discrepancy optdv) Trip coil faultyvi) LBB optdvii) Bus bar protn trip relay optdviii) REF OPTDix) DIF OPTDx) HV BUS VT ½ FUSE FAILxi) MV BUS VT ½ FUSE FAILxii) OTI ALARM/TRIPxiii) PRD OTPDxiv) OVERLOAD ALARMxv) BUCHOLZ TRIPxvi) BUCHOLZ ALARMxvii) OLTC BUCHOLZ ALARMxviii) OLTC BUCHOLZ TRIPxix) OIL LOW ALARMxx) Back-up o/c (HV) optdxxi) Back-up e/f (HV) optdxxii) 220v DC-I/II source failxxiii) TAP MISMATCHxxiv) GR-A PROTN OPTDxxv) GR-B PROTN OPTDxxvi) Back-up O/c (MV) optdxxvii) Back-up E/f (MV) optd25 Busbar Protectioni) Bus bar main-I tripii) Bus bar main-II tripiii) Bus bar zone-I CT openiv) Bus bar zone-II CT openv) Bus transfer CT sup. Optdvi) Bus transfer bus bar protn optdvii) Bus protection relay fail26 Auxiliary system_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 485 of 566


i) Incomer-I On/Offii) Incomer-II On/Offiii) 415V Bus-I/II U/Viv) 415v Bus coupler breaker on/offv) LT Transformer-I Buchholz Alarm and Tripvi) LT Transformer-II Buchholz Alarm and Tripvii) LT Transformer-I WTI alarm and Tripviii) LT Transformer-II WTI Alarm and Tripix) LT Transformer-I OTI Alarm and Tripx) LT Transformer-II OTI alarm and Tripxi) DG set bkr on/offxii) Alarm/trip signals as listed in Section : DG setxiii) Communication exchange failxiv) Time sync. Signal absentxv) Alarm trip signals as listed in Section : Battery and Battery chargerxvi) 220v dc-I earth faultxvii) 220v dc-II earth faultxviii) Alarm/trip signals as listed in Section : Fire protection system (NIFPES)The exact number and description of digital inputs shall be as per detailedengineering requirement. Apart from the above mentioned digital inputs, minimum of200 inputs shall be kept for DTL use in future._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 486 of 566


ANNEXURE-II27 OperationThe air conditioning is required for critical application i.e. for maintaining thetemperature for critical sub-station control and protection equipment. To provideredundancy for such critical applications, it shall be installed with environmentcontrol system comprising of two units of air conditioners working in conjunctionthrough a micro processor based controller for desired operation. The system shall bedesigned for 24 Hours, 365 days of the year to maintain the inside kiosk temperaturefor proper operation of the critical equipment. One of the air-conditioner shall berunning at a time and on failure of the same or as described hereunder, the other unitshall start automatically. The ensure longer life of the system, the redundant unitsshall also be running in cyclic operation through the controller. However, duringrunning of one air-conditioner unit, if inside temperature of the shelter reaches to apredefined (i.e. 35 0 C) the other unit shall start running to maintain the temperature tospecified value (i.e. 23+2 0 C) and gives alarm for such situation. After achieving thistemperature, the other unit shall again shut off.ii.Sequence of Operation of the UnitSuitable arrangement shall be made to operate the unit in the following order.However. The actual operation arrangement shall be finalized during detailedengineering.1. Evaporator Fan_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 487 of 566


2. Condenser Fan3. Compressor28 ConstructionThe air conditioning unit shall be completely self-contained. All components of theunits shall be enclosed in a powder coated cabinet and colour of same shall bematched with kiosk colour. The unit shall be assembled, wired, piped, charged withrefrigerant and fully factory tested as a system to ensure trouble free installation andstartup. Suitable isolation or other by passing arrangement shall be provided such thatany unit/component could be maintained/repaired without affecting the runningstandby unit. The maintenance of unit shall be possible from outside the kiosk.iv.Required Features of Various ComponentsThe compressor shall be very reliable, trouble free and long life i.e. hermiticallysealed Scroll type of reputed make suitable for operation. Compressor should beinstalled on vibration isolated mountings or manufacturer’s recommended approvedmounting. Valve shall be provided for charging/topping up of refrigerant. The biddershall furnish details of their compressor indicating the MTBF, life compressor andcontinuous run time of compressor without failure. The contractor shall also furnishdetails of all accessories i.e. refrigeration system, evaporator coil, condenser coil,evaporator blower filter, cabinet, indoor supply and return grill etc.29 The kiosk shall be erected at least 300mm above the finished ground level withsuitable pedestal to avoid any entry of water._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 488 of 566


Annexure-IIIInteroperability Document1.Network Configuration• Point to Point• Point to multi point2.Physical LayerTransmission speed ( In monitoring and control direction)• 200 bps• 300 bps_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 489 of 566


• 600 bps• 1200 bps• 2400 bps• 4500 bps• 9600 bps30 Link LayerFrame Format: FT 1.2Link transmission procedure :UnbalancedAddress field of the Link : 1 Octet31 Application LayerCommon address of ASDU : 1 OctetInformation Object address : 2 Octets.Cause of transmission : 1 OctetSelection of Standard ASDUs.Monitoring Direction• 1: Single –point information M_SP_NA_1.• 2: Single –point information with time tag M_SP_TA_1• 3: Double –point information M_DP_NA_1.• 4:Double –point information with time tag M _DP_TA_1.• 5:Step position information M_ST_NA_1.• 6: Step position information with time tag M_ST_TA_1• 11:Measured value, scaled value M_ME_NB_1.• 12: Measured value, scaled value with time tag M_ME_TB_1• 15: Integrated totals M_IT_NA_1• 16: Integrated totals with time tag M_IT_TA_1.• 70:End of initialization M_El_NA_1Control DirectionFile Transfer• 45: Single command C_SC_NA_1• 46: Double command C_DC_NA_1.• 47: Regulating step command C_RC_NA_1.• 49: Set point command ,scaled value C_SE_NB_1• 100: Interrogation command C_lC_NA_1.• 101: Counter Interrogation command C_Cl_NA_1.• 102: Read command C_RD_NA_1.• 103: Clock synchronization command C_CS_NA_1.• 105: Reset process command C_RP_NA_1._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 490 of 566


• 120: File ready F_FR_NA_1.• 121: Section ready F_SR_NA_1.• 122: Call Directory, select file ,call file , call section F_SC_NA_1.• 123: Last section , last segment F_LS_NA_1.• 124: Ack file,ack section F_AF_NA_1.• 125: Segment F_SG_NA_1.• 126: Directory F_DR_TA_1.Note: File transfer is used for uploading the RTU’s configuration file, and also toacquire Sequence of Events on demand.SECTION-XIIIRELAY & PROTECTION PANELSPart-II:Relay & Protection Panels(Applicable for Sub-station with Automation System)1.0 Constructional Features1.1 Simplex panel shall consist of a vertical front panel with equipment mountedthereon and having wiring access from rear for control panels & either frontor rear for relay panels. In case of panel having width more than 800mm,_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 491 of 566


double leaf-doors shall be provided. Doors shall have handles with eitherbuilt-in locking facility or will be provided with pad-lock.1.2 Relay panels shall be of simplex type design as indicated. It is theresponsibility of the Contractor to ensure that the equipment specified andsuch unspecified complementary equipment required for completeness of theprotective/control schemes is properly accommodated in the panels withoutcongestion and if necessary, provide panels with larger dimensions. No priceincrease at a later date on this account shall be allowed.However, the width of panels that are being offered to be placed in GISroom, should be in conformity with the space availability in the GIS room.1.3 Panels shall be completely metal enclosed and shall be dust, moisture andvermin proof. The enclosure shall provide a degree of protection not lessthan IP-42.1.4 Panels shall be free standing, floor mounting type and shall comprisestructural frames completely enclosed with specially selected smoothfinished, cold rolled sheet steel of thickness not less than 3 mm for weightbearing members of the panels such as base frame, front sheet and doorframes, and 2.0mm for sides, door, top and bottom portions. There shall besufficient reinforcement to provide level transportation and installation.1.5 All doors, removable covers and panels shall be gasketed all around withneoprene gaskets. Ventilating louvers, if provided shall have screens andfilters. The screens shall be made of either brass or GI wire mesh.1.6 Design, materials selection and workmanship shall be such as to result inneat appearance, inside and outside with no welds, rivets or bolt headapparent from outside, with all exterior surfaces tune and smooth.1.7 Panels shall have base frame with smooth bearing surface, which shall befixed on the embedded foundation channels/insert plates. Anti vibration stripsmade of shock absorbing materials which shall be supplied by the contractor,shall be placed between panel & base frame.1.8 Cable entries to the panels shall be from the bottom. Cable gland plate fittedon the bottom of the panel shall be connected to earthing of the panel/stationthrough a flexible braided copper conductor rigidly._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 492 of 566


1.9 Relay panels of modern modular construction would also be acceptable.2.0 Mounting2.1. All equipment on and in panels shall be mounted and completely wired to theterminal blocks ready for external connections. The equipment on front ofpanel shall be mounted flush. No equipment shall be mounted on the doors.2.2. Equipment shall be mounted such that removal and replacement can beaccomplished individually without interruption of service to adjacent devicesand are readily accessible without use of special tools. Terminal marking onthe equipment shall be clearly visible.2.3. The Contractor shall carry out cut out, mounting and wiring of the free issueitems supplied by others which are to be mounted in his panel in accordancewith the corresponding equipment manufacturer’s drawings. Cut outs if any,provided for future mounting of equipment shall be properly blanked offwith blanking plate.2.4. The centre lines of switches, push buttons and indicating lamps shall be notless than 750mm from the bottom of the panel. The centre lines of relays,meters and recorders shall be not less than 450mm from the bottom of thepanel2.5. The centre lines of switches, push buttons and indicating lamps shall bematched to give a neat and uniform appearance. Like wise the top lines of allmeters, relays and recorders etc. shall be matched.2.6. No equipment shall be mounted on the doors.3.0 PANEL INTERNAL WIRING3.1. Panels shall be supplied complete with interconnecting wiring providedbetween all electrical devices mounted and wired in the panels and betweenthe devices and terminal blocks for the devices to be connected to equipmentoutside the panels. When panels are arranged to be located adjacent to eachother all inter panel wiring and connections between the panels shall befurnished and the wiring shall be carried out internally_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 493 of 566


3.2. All wiring shall be carried out with 1100V grade, single core, strandedcopper conductor wires with PVC insulation. The minimum size of the multistrandedcopper conductor used or internal wiring shall be as follows:‣ All circuits except current transformer circuits and voltage transfercircuits meant for energy metering – one 1.5mm sq. per lead.‣ All current transformer circuits one 2.5 sq.mm lead.‣ Voltage transformer circuit (for energy meters): Two 2.5 mm sq.per lead.3.3. All internal wiring shall be securely supported, neatly arranged, readilyaccessible and connected to equipment terminals and terminal blocks.Wiring gutters & troughs shall be used for this purpose.3.4. Auxiliary bus wiring for AC and DC supplies, voltage transformer circuits,annunciation circuits and other common services shall be provided near thetop of the panels running throughout the entire length of the panels.3.5. Wire termination shall be made with solder less crimping type and tinnedcopper lugs, which firmly grip the conductor. Insulated sleeves shall beprovided at all the wire terminations. Engraved core identification plasticferrules marked to correspond with panel wiring diagram shall be fitted atboth ends of each wire. Ferrules shall fit tightly on the wire and shall not falloff when the wire is disconnected from terminal blocks. All wires directlyconnected to trip circuit breaker or device shall be distinguished by theaddition of red coloured unlettered ferrule.3.6. Longitudinal troughs extending throughout the full length of the panel shallbe preferred for inter panel wiring. Inter-connections to adjacent panel shallbe brought out to a separate set of terminal blocks located near the slots ofholes meant for taking the inter-connecting wires.3.7. Contractor shall be solely responsible for the completeness and correctness ofthe internal wiring and for the proper functioning of the connectedequipments4.0 Terminal Blocks4.1. All internal wiring to be connected to external equipment shall terminate onterminal blocks. Terminal blocks shall be 1100 V grade and have 10 Amps.Continuous rating, moulded piece, complete with insulated barriers, stud_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 494 of 566


type terminals, washers, nuts and lock nuts. Markings on the terminal blocksshall correspond to wire number and terminal numbers on the wiringdiagrams. All terminal blocks shall have shrouding with transparentunbreakable material.4.2. Disconnecting type terminal blocks for current transformer and voltagetransformer secondary leads shall be provided. Also current transformersecondary leads shall be provided with short circuiting and earthingfacilities.4.3. At least 20% spare terminals shall be provided on each panel and these spareterminals shall be uniformly distributed on all terminal blocks.4.4. Unless otherwise specified, terminal blocks shall be suitable for connectingthe following conductors of external cable on each sideAll CT & PT circuits: minimum of two of 2.5mm Sq. copper.AC/DC Power Supply Circuits : One of 6mm Sq. Aluminium.All other circuits: minimum of one of 2.5mm Sq. Copper.4.5. There shall be a minimum clearance of 250mm between the first row ofterminal blocks and the associated cable gland plate or panel side wall. Alsothe clearance between two rows of terminal blocks edges shall be minimumof 150mm.4.6. Arrangement of the terminal block assemblies and the wiring channel withinthe enclosure shall be such that a row of terminal blocks is run in paralleland close proximity along each side of the wiring-duct to provide forconvenient attachment of internal panel wiring. The side of the terminalblock opposite the wiring duct shall be reserved for the Employer’s externalcable connections if any. All adjacent terminal blocks shall also share thisfield wiring corridor. All wiring shall be provided with adequate supportinside the panels to hold them firmly and to enable free and flexibletermination without causing strain on terminals.4.7. The number and sizes of the Employer’s multi core incoming external cablesif any, will be furnished to the Contractor after placement of the order. Allnecessary cable terminating accessories such as gland plates, supporting_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 495 of 566


clamps & brackets, wiring troughs and gutters etc. (except glands & lugs) forexternal cables shall be included the scope of supply.5.0 Painting5.1. All sheet steel work shall be phosphated in accordance with the IS:6005“Code of practice for phosphating iron and steel”.5.2. Oil, grease, dirt and swarf shall be thoroughly removed by emulsioncleaning.5.3. Rust and scale shall be removed by pickling with dilute acid followed bywashing with running water rinsing with a slightly alkaline hot water anddrying.5.4. After phosphating, thorough rinsing shall be carried out with clean waterfollowed by final rinsing with dilute dichromate solution and oven drying.5.5. The phosphate coating shall be sealed with application of two coats of readymixed, stoved type zinc chromate primer. The first coat may be “flash dried”while the second coat shall be stoved.5.6. After application of the primer, two coats of finishing synthetic enamel paintshall be applied, each coat followed by stoving. The second finishing coatshall be applied after inspection of first coat of painting. The exterior colourof paint shall be of a slightly different shade to enable inspection of thepainting.5.7. A small quantity of finished paint shall be supplied for minor touching uprequired at site after installation of the panels.5.8. In case the bidder proposes to follow any other established paintingprocedure like electrostatic painting, the procedure shall be submitted forDTL’s review and approval.6.0 Name Plates And Markings6.1. All equipment mounted on front and rear side as well as equipment mountedinside the panels shall be provided with individual name plates withequipment designation engraved. Also on the top of each panel on front aswell as rear side, large and bold nameplates shall be provided forcircuit/feeder designation._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 496 of 566


6.2. All front mounted equipment shall also be provided at the rear withindividual name plates engraved with tag numbers corresponding to the oneshown in the panel internal wiring to facilitate easy tracing of the wiring.6.3. All relays and other devices shall be clearly marked with manufacturer’sname, manufacturer’s type, serial number and electrical rating data.6.4. Name Plates shall be made of non-rusting metal or 3 ply lamicoid. Nameplates shall be black with white engraving lettering.6.5. All the panels shall be provided with name plate mounted inside the panelbearing LOA No & Date , Name of the Substation & feeder and referencedrawing number.7.0 Miscellaneous Accessories7.1. Plug Point: 240V, Single phase 50Hz, AC socket with switch suitable toaccept 5 Amps and 15 Amps pin round standard Indian plug, shall beprovided in the interior of each cubicle with ON-OFF switch.7.2. Interior Lighting: Each panel shall be provided with a fluorescent lightingfixture rated for 240 Volts, single phase, 50 Hz supply for the interiorillumination of the panel controlled by the respective panel door switch.Adequate lighting shall also be provided for the corridor in Duplex panels.7.3. Switches and Fuses: Each panel shall be provided with necessaryarrangements for receiving, distributing and isolating of DC and AC suppliesfor various control, signaling, lighting and space heater circuits. Theincoming and sub-circuits shall be separately provided with miniature circuitbreakers (MCB). Selection of the main and sub-circuit MCB rating shall besuch as to ensure selective clearance of sub-circuit faults. MCBs shallconfirm to IS: 13947. Each MCB shall be provided with one potential freecontact and the same shall be wired for annunciation purpose. Howevervoltage transformer circuits for relaying and metering shall be protected byfuses. All fuses shall be HRC cartridge type conforming to IS: 13703mounted on plug-in type fuse bases. Fuse carrier base as well as MCBs shallhave imprints of the fuse ‘rating’ and ‘voltage’._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 497 of 566


7.4. Space Heater: Each panel shall be provided with a space heater rated for240V, single phase, 50 Hz Ac supply for the internal heating of the panel toprevent condensation of moisture. The fittings shall be complete with switchunit .7.5 The test terminal blocks (TTB) shall be provided in all relay panels. Theyshall be fully enclosed with removable covers and made of moulded, noninflammableplastic material with boxes and barriers moulded integrally. Allterminals shall be clearly marked with identification numbers or letters tofacilitate connection to external wiring. Terminal block shall have shorting,disconnecting facility for CT circuits and testing facilities for protectivegears.8.0 Earthing8.1. All panels shall be equipped with an earth bus securely fixed. Location ofearth bus shall ensure no radiation interference for earth systems undervarious switching conditions of isolators and breakers. The material and thesizes of the bus bar shall be at least 25 X 6 sq. mm perforated copper withthreaded holes at a gap of 50mm with a provision of bolts and nuts forconnection with cable armours and mounted equipment etc for effectiveearthing. When several panels are mounted adjoining each other, the earthbus shall be made continuous and necessary connectors and clamps for thispurpose shall be included in the scope of supply of Contractor. Provisionshall be made for extending the earth bus bars to future adjoining panels oneither side.8.2. Provision shall be made on each bus bar of the end panels for connectingSubstation earthing grid. Necessary terminal clamps and connectors for thispurpose shall be included in the scope of supply of Contractor.8.3. All metallic cases of relays, instruments and other panel mounted equipmentincluding gland plate, shall be connected to the earth bus by copper wires ofsize not less than 2.5 sq. mm. The colour code of earthing wires shall begreen._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 498 of 566


8.4. Looping of earth connections which would result in loss of earth connectionto other devices when the loop is broken, shall not be permitted. Earthingmay be done in such a manner that no circulating current shall flow in thepanel.8.5. VT and CT secondary neutral or common lead shall be earthed at one placeonly at the terminal blocks where they enter the panel. Such earthing shall bemade through links so that earthing may be removed from one groupwithout disturbing continuity of earthing system for other groups.8.6. An electrostatic discharge point shall be provided in each panel connected toearth bus via 1 Mega Ohm resistor.8.7 ENERGY METERS:- Microprocessor based Trivector type Energy meters ofreputed make shall be supplied for each line protection panel for meteringpurpose. They shall be type tested as per IS / IEC . Details of the same shall besubmitted to the Employer9.0 Relays9.1. All relays shall conform to the requirements of IS:3231/IEC-60255/IEC61000 or other applicable standards. Relays shall be suitable for flush orsemi-flush mounting on the front with connections from the rear.9.2. All main protective relays shall be of numerical type and communicationprotocol shall be as per IEC 61850. Further, the test levels of EMI asindicated in IEC 61850 shall be applicable to these.All the relays shall bedirectly connected to the interbay bus using fiber optic cables and shallsupport peer to peer communication. The relay shall generate GOOSEmessage as per IEC 61850 standards for interlocking and shall also ensureinteroperability with 3 rd Party relays. Each relay shall also generate an ICDfile in XML format for engineering / integration to a vendor independentSCADA System. The relays should have a port for local communication forrelay settings, modifications etc.9.3. All protective relays shall be in draw out or plug-in type/modular cases withproper testing facilities. Necessary test plugs/test handles shall be suppliedloose and shall be included in contractor’s scope of supply._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 499 of 566


9.4. All AC operated relays shall be suitable for operation at 50 Hz. AC Voltageoperated relays shall be suitable for 110 Volts VT secondary and currentoperated relays for 1 amp CT secondary. All DC operated relays and timersshall be designed for the DC voltage specified, and shall operate satisfactorilybetween 80% and 110% of rated voltage. Voltage operated relays shall haveadequate thermal capacity for continuous operation.9.5. The protective relays shall be suitable for efficient and reliable operation ofthe protection scheme described in the specification. Necessary auxiliaryrelays and timers required for interlocking schemes for multiplying ofcontacts suiting contact duties of protective relays and monitoring of controlsupplies and circuits, lockout relay monitoring circuits etc. also required forthe complete protection schemes described in the specification shall beprovided. All protective relays shall be provided with at least two pairs ofpotential free isolated output contacts. Auxiliary relays and timers shall havepairs of contacts as required to complete the scheme; contacts shall be silverfaced with spring action. Relay case shall have adequate number of terminalsfor making potential free external connections to the relay coils and contacts,including spare contacts.9.6. All protective relays, auxiliary relays and timers except the lock out relaysand interlocking relays specified shall be provided with self-reset typecontacts. All protective relays and timers shall be provided with externallyhand reset positive action operation indicators with inscription .Allprotective relays which do not have built-in hand-reset operation indicatorsshall have additional auxiliary relays with operating indicators (Flag relays)for this purpose. Similarly, separate operating indicator (auxiliary relays)shall also be provided in the trip circuits of protections located outside theboard such as Buchholz relays, oil and winding temperature protection,sudden pressure devices, fire protection etc.9.7. Timers shall be of solid state type. Time delay in terms of millisecondsobtained by the external capacitor resistor combination is not preferred andshall be avoided ._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 500 of 566


9.8. No control relay which shall trip the power circuit breaker when the relay isde-energised shall be employed in the circuits.9.9. Provision shall be made for easy isolation of trip circuits of each relay for thepurpose of testing and maintenance.9.10. Auxiliary seal-in-units provided on the protective relays shall preferably beof shunt reinforcement type. If series relays are used the following shall bestrictly ensured:(a) The operating time of the series seal-in-unit shall be sufficiently shorter thanthat of the trip coil or trip relay in series with which it operates to ensuredefinite operation of the flag indicator of the relay.(b) Seal-in-unit shall obtain adequate current for operation when one or morerelays operate simultaneously.I Impedance of the seal-in-unit shall be small enough to permit satisfactoryoperation of the trip coil on trip relays when the D.C. Supply Voltage isminimum.(d) Trip-circuit seal-in is required for all trip outputs, irrespective of themagnitude of the interrupted current. The trip-circuit seal-in logic shall notonly seal-in the trip output(s),but also the relevant initiation signals to otherscheme functions, (e.g. initiate signals to the circuit-breaker failure function,reclosing function etc.), and the alarm output signals.(e) Two methods of seal-in are required, one based on the measurement of ACcurrent, catering for those circumstances for which the interrupted currentis above a set threshold, and one based on a fixed time duration, catering forthose circumstances for which the interrupted current is small (below the setthreshold).(f) For the current seal-in method, the seal-in shall be maintained until thecircuit breaker opens, at which time the seal-in shall reset and the seal-inmethod shall not now revert to the fixed time duration method. For this sealinmethod, the sealing shall be maintained for the set time duration. For theline protection schemes, this time duration shall be independently settable forsingle- and three-pole tripping._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 501 of 566


(g) Seal-in by way of current or by way of the fixed duration timer shall occurirrespective of whether the trip command originates from within the mainprotection device itself (from any of the internal protection functions), orfrom an external device with its trip output routed through the mainprotection device for tripping.Trip-circuit seal-in shall not take place under sub-harmonic conditions (e.g.reactor ring down).9.11. All protective relays and alarm relays shall be provided with one extraisolated pair of contacts wired to terminals exclusively for future use.9.12. The setting ranges of the relays offered, if different from the ones specifiedshall also be acceptable if they meet the functional requirements.9.13. Any alternative/additional protections or relays considered necessary forproviding complete effective and reliable protection shall also be offeredseparately. The acceptance of this alternative/ additional equipment shall liewith the DTL.9.14. The bidder shall include in his bid a list of installations where the relaysquoted have been in satisfactory operation.9.15 All relays and their drawings shall have phase indications as R-Red, Y-yellow, B-blue9.16. For numerical relays, the scope shall include the following:a) Necessary software and hardware to up/down load the data to/from therelay from/to the personal computer installed in the substation.b) The relay shall have suitable communication facility for connectivity toSCADA. The relay shall be capable of supporting IEC 61850 protocoland necessary software and ports required for satisfactory functioningshall be also be supplied.10.0 Transmission Line Protection10.1. The line protection relays are required to protect the line and clear the faultson line within shortest possible time with reliability, selectivity and fullsensitivity to all type of faults on lines._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 502 of 566


The general concept is to have distance protection for 33kV line feeder asmain protection and Overcurrent and earth fault as back-up protection.10.2. The Transmission system for which the line protection equipment are required is shown in the referencedrawing/document(s). The length of lines and the line parameters (Electrical Constants) shall be provided during detailedengineering.10.3. The maximum fault current could be as high as 40 kA for 33kV system, butthe minimum fault current could be as low as 20% of rated current of CTsecondary. The starting & measuring relays characteristics should besatisfactory under these extremely varying conditions.10.4. The protective relays shall be suitable for use with voltage transformershaving non-electronic damping and transient response as per IEC.10.5. Disturbance Recorder, and Distance to fault Locator functions if offered asan integral part of line protection relay, shall be acceptable provided thesemeet the technical requirements as specified in the respective clauses.10.6 The following protections shall be provided for each of the Transmissionlines:For 33KVMain-I: Numerical distance protection scheme.Back-up: Over current and earth Fault protection.32 Maximum operating time under given set of condition shall be as follows:Parameter33kVSource to Impedance Ratio 15(SIR)Relay Setting (Ohms) 2Fault Locations (as % of relay 60setting)Fault Resistance0(Ohms)Maximum Operating Time 45 for 3 Phase(Mili seconds)faults and 60 forall other faults10.8. Additional back up over current and Earth fault protection shall be providedfor 33kV lines to match with requirements at the remote ends, if alreadyexisting._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 503 of 566


10.9. The detailed description of the above line protections is given here under.10.9.1. Main Distance Protection scheme :(a) shall have continuous self monitoring and diagnostic feature.(b) shall be non-switched type with separate measurements for all phaseto phase and phase to ground faultsI shall have stepped time-distance characteristics and threeindependent zones (zone 1, zone-2 and zone-3)(d) shall have mho or quadrilateral or other suitably shapedcharacteristics for zone-1 , zone-2 and zone- 3.(e) shall have following maximum operating time (including trip relaytime , if any) under given set of conditions and with VT being used online (with all filters included) .(i) 33KV lines:Maximum operating time not more than 45 for 3 Phase faults(f)(g)(h)(i)(j)(k)(l)(m)and 60 for all other faultsThe relay shall have an adjustable characteristics angle setting rangeof 30 -85 degree or shall have independent resistance(R ) andreactance (X) setting.shall have two independent continuously variable time setting rangeof 0-3 seconds for zone-2 and 0-5 seconds for zone-3.shall have resetting time of less than 55 milli-seconds (including theresetting time of trip relays)shall have variable residual compensation.shall have memory circuits with defined characteristics in all threephases to ensure correct operation during close-up 3-phase faults andother adverse conditions and shall operate instantaneously whencircuit breaker is closed to zero-volt 3 phase faultshall have weak end in-feed featureshall be suitable for three phase tripping.shall have a continuous current rating of two times of rated current.The voltage circuit shall be capable of operation at 1.2 times ratedvoltage. The relay shall also be capable of carrying a high short time_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 504 of 566


(n)(o)(p)(q)current of 70 times rated current without damage for a period of 1sec.shall be provided with necessary self reset type trip duty contacts forcompletion of the scheme (Minimum number of these trip dutycontacts shall be four per phase) either through built in or throughseparate high speed trip relays . Making capacity of these tripcontacts shall be 30 amp for 0.2 seconds with an inductive load of L/R> 10 mill seconds. If separate high speed trip relays are used, theoperating time of the same shall not be more than 10 millisecondsshall be suitable for use in permissive under reach / over reach/blocking communication mode.shall have suitable number of potential free contacts for interTripping, Auto reclosing, CB failure, Disturbance recorder & Dataacquisition system.include power swing blocking protection which shall• have suitable setting range to encircle the distance protectiondescribed above.• block tripping during power swing conditions.• release blocking in the event of actual fault33 Iinclude fuse failure protection which shall monitor all the three fuses of V.T.and associated cable against open circuit.(s)(t)• inhibit trip circuits on operation and initiate annunciation.• have an operating time less than 7 milliseconds• remain inoperative for system earth faultsinclude a directional back up Inverse Definite Minimum Time(IDMT ) earth fault relay with normal inverse characteristics as perIEC 60255-3 as a built in feature or as a separate unit fortransmission linesIn case the numerical distance relay is not having the built in featureas per above clause (t), the same can be supplied as an independentrelay_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 505 of 566


(u)Must have a current reversal guard feature.*11.0.`Back-up Directional Over Current and Earth fault protection scheme(a) shall have three over current and one earth fault element(s) whichshall be either independent or composite unit(s)(b) shall be of Numerical typeI shall include necessary VT fuse failure relays for alarm purposes.(d) Over current shall34 Earth Fault shall• have IDMT characteristic with a definite minimum time of 3.0seconds at 10 times setting• have a variable setting range of 50-200% of rated current• have a characteristic angle of 30/45 degree lead• include hand reset flag indicators or LEDs• have IDMT characteristic with a definite minimum time of 3.0seconds at 10 times setting• have a variable setting range of 20-80% of rated current• have a characteristic angle of 45/60 degree lag• include hand reset flag indicators or LEDs• include necessary separate interposing voltage transformers orhave internal feature in the relay for open delta voltage to therelay.11.1. All trip relays used in transmission line protection scheme shall be ofself/electrical reset type depending on application requirement.12.0 Trip Circuit Supervision Relay(a) The relay shall be capable of monitoring the healthiness of each ‘phase’trip-coil and associated circuit of circuit breaker during ‘ON’ and‘OFF’ conditions.(b) The relay shall have adequate contacts for providing connection toalarm and event logger.I The relay shall have time delay on drop-off of not less than 200 milliseconds and be provided with operation indications for each phase._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 506 of 566


13.0 Transformer Protection13.1. Following relays shall be supplied for transformer protection:A. Group-A numerical Protection shall comprise of Transformerdifferential protection suitable for three windings with built in facilityof overload and overflux protection and REF for LV which would beused if required.MV.B. Group-B numerical Protection shall comprise of REF for HV and35 Backup directional overcurrent and earth fault numerical relay for HVD. Backup directional overcurrent and earth fault numerical relay for MVAll numerical relays shall have built in disturbance recorder.Numerical Transformer differential protection scheme shall(a) be triple pole type, with faulty phase identification/ indication(b) have an operating time not greater than 30 milli seconds at 5 times therated current .I have three instantaneous high set over-current units(d) have an adjustable bias setting range of 20-50%(e) be suitable for rated current of 1 Amp.(f) have second harmonic or other inrush proof features and also should bestable under normal over fluxing conditions. Magnetising inrush prooffeature shall not be achieved through any intentional time delay e.g useof timers to block relay operation or using disc operated relays(g) have an operating current setting of 15% or less(h) include necessary separate interposing current transformers for angleand ratio correction or have internal feature in the relay to take care ofthe angle & ratio correction(i) have a disturbance recording feature to record graphic form ofinstantaneous values of current in all three windings in 6 analoguechannels for voltage transformers , during faults and disturbances forthe pre fault and post fault period. The disturbance recorder shall have_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 507 of 566


the facility to record the following external digital channel signals apartfrom the digital signals pertaining to differential relay.i. REF protection operatedii. HV breaker statusiii. LV breaker statusiv. Buchholz /OLTC Buchholz alarm / tripv. WTI/OTI/PRD alarm/trip of transformerNecessary hardware and software for down loading the data captured bydisturbance recorder to the personal computer available in the substationshall be included in the scope.13.2. Numerical Restricted Earth Fault ProtectionThe instantaneous restricted earth fault relay shall be provided for both theHV as well as on LV winding on the power transformers. The relay shall(a) be single pole type(b) be of current/voltage operated Low impedance typeI have a current setting range of 10-40% of 1 Amp./ have a suitable voltage setting range.(d) be tuned to the system frequency13.3. Numerical Back-up Over Current and Earth fault protection scheme with high setfeature(a) shall have three over current and one earth fault element(s) which shallbe either independent or composite unit(s).(b) The scheme shall include necessary VT fuse failure relays for alarmpurposesI Over current relay shall have directional IDMT characteristic with adefinite minimum time of 3.0 seconds at 10 times setting and have avariable setting range of 50-200% of rated current have low transient,over reach high set instantaneous unit of continuously variable settingrange 500-2000 % of rated current have a characteristic angle of 30/45degree lead include hand reset flag indicators or LEDs.(d) Earth fault relay shall have directional IDMT characteristic with adefinite minimum time of 3.0 seconds at 10 times setting and have a_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 508 of 566


variable setting range of 20-80% of rated current have low transient,over reach high set instantaneous unit of continuously variable settingrange 200-800 % of rated current have a characteristic angle of 45/60degree lag include hand reset flag indicators or LEDs include necessaryseparate interposing voltage transformers or have internal feature inthe relay for open delta voltage to the relay13.4. Transformer Overload Protection Relay shall be of single pole type be ofdefinite time over-current type have one set of over-current relay element,with continuously adjustable setting range of 50-200% of rated current haveone adjustable time delay relay for alarm having setting range of 1 to 10.0seconds, continuously have a drop-off/pick-up ratio greater than 95%. Beacceptable as built in feature of numerical transformer differential relayProtection scheme shall be so designed that tertiary winding can be loaded forAuxiliary supply in the future if required.36 Tripping RelayHigh Speed Tripping Relay shall:(a) be instantaneous (operating time not to exceed 10 milli-seconds).(b) reset within 20 milli seconds(c) be D.C. operated(d) have adequate contacts to meet the requirement of scheme, otherfunctions like auto-reclose relay, LBB relay as well as cater toassociated equipment like event logger, Disturbance recorder, faultLocator, etc.(e) be provided with operation indicators for each element/coil.15. DC Supply Supervision RelayDC supply supervision relay shall be separate for all the Bays.a. The relay shall be capable of monitoring the failure of D.C. supply towhich, it is connected._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 509 of 566


. It shall have adequate potential free contacts to meet the schemerequirement.c. The relay shall have a ‘time delay on drop-off’ of not less than 100 milliseconds and be provided with operation indicator/flag.16.0 Disturbance Recorder16.1 Disturbance recorder shall be used to record the graphic form ofinstantaneous values of voltage and current in all three phases, open deltavoltage & neutral current, open or closed position of relay contacts andbreakers during the system disturbances and shall be a built in feature of linedistance relay with the following requirements :16.2 The Disturbance recorder shall consist of an Evaluation unit which iscommon for the entire Substation, shall be connected to individualacquisition units which are primarily the numerical relays. Whenever, morethan one acquisition units are connected to an Evaluation unit, necessaryhardware and software shall also be supplied for on line transfer of datafrom all acquisition units to Evaluation unit. If there are any constraints forone Evaluation unit to accept the data from number of acquisition unitsunder the present scope, adequate number of Evaluation units shall besupplied. In case of extension of existing substation(s), one set of Evaluationunit shall be supplied for each substation where ever Disturbance recordersare specified.16.3 Disturbance recorder shall have 8 analog and 16 digital channels for eachfeeder.16.4 Acquisition units shall acquire the fault data for the pre fault and post faultperiod and transfer them to Evaluation unit automatically to store in thehard disk. The acquisition units shall be located in the protection panels ofthe respective feeders.16.5 The acquisition unit shall be suitable for inputs from current transformerswith 1A rated secondary and voltage transformers with 63.5V (phase toneutral voltage) rated secondary. Any device required for processing of inputsignals in order to make the signals compatible to the Disturbance recorder_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 510 of 566


equipment shall form an integral part of it. However, such processing ofinput signals shall in no way distort its waveform.16.6 The equipment shall be carefully screened, shielded, earthed and protectedas may be required for its safe functioning. Also, the Disturbance recordershall have stable software, reliable hardware, simplicity of maintenance andimmunity from the effects of the hostile environment of EHV equipmentwhich are prone to various interference signals typically from large switchingtransients.16.7 The Evaluation unit shall consist of a desktop personal computer (includingVGA colour monitor, mouse and keyboard) and printer. The desktop PCshall have Pentium – IV processor or better and having a clock speed 3 GHzor better. The hard disk capacity of PC shall not be less than 80 GB andRAM capacity shall not be less than 1 GB.16.8 Necessary software for transferring the data automatically from localevaluation unit to a remote station and receiving the same at the remotestation through Employer’s optic fiber shall be provided.16.9 Evaluation software shall be provided for the analysis and evaluation of therecorded data made available in the PC under DOS/WINDOWSenvironment. The Software features shall include repositioning of analog anddigital signals, selection and amplification of time and amplitude scales ofeach analog and digital channel, calculation of MAX/MIN frequency, phasedifference values, recording of MAX/MIN values etc. of analog channel,group of signal to be drawn on the same axis etc, listing and numbering of allanalog and digital channels and current, voltage, frequency and phasedifference values at the time of fault/tripping. Also, the software should becapable of carrying out Fourier /Harmonic analysis of the current andvoltage wave forms. The Fault records shall also be available inCOMTRADE format (IEEE standard- Common Format for Transient dataExchange for Power System)16.10 The Evaluation unit shall be connected to the printer to obtain the graphicform of disturbances whenever desired by the operator._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 511 of 566


16.11 Disturbance recorder acquisition units shall be suitable to operate from 220VDC as available at sub-station Evaluation unit along with the printer shallnormally be connected to 230V, single phase AC supply. In case of failure ofAC supply, Evaluation unit and printer shall be switched automatically tothe station DC through Inverter of adequate capacity which shall form a partof Disturbance recorder system.37 The acquisition unit shall have the following features(a) Facility shall exist to alarm operator in case of any internal faults in theacquisition units such as power supply fail, processor / memory fail etcand same shall be wired to annunciation system.(b) The frequency response shall be 5 Hz on lower side and 250 Hz or betteron upper side.(c) Sampling rate shall be 1000 Hz/channel or better and data shall not belost on failure of auxiliary power supply.(d) Pre-fault time shall not be less than 100 milliseconds and the post faulttime shall not be less than 2 seconds (adjustable). If another systemdisturbance occurs during one post-fault run time, the recorder shall alsobe able to record the same. However, the total memory of acquisition unitshall not be less than 5.0 seconds(e) The open delta voltage and neutral current shall be derived eitherthrough software or externally by providing necessary auxiliarytransformers.(f) The acquisition unit shall be typically used to record the following digitalchannels:Main CB R phase openMain CB Y phase openMain CB B phase openMain-1 inter trip receivedMain-1 protection operatedDirect Trip received_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 512 of 566


Main-2 inter trip receivedMain- 2/ Back Up protection operatedBus bar protection operatedLBB operated of main circuit breaker(g) In case the Disturbance recorder is in-built part of line distanceprotection, above digital channels may be interfaced either externally orinternally.(h) Any digital signal can be programmed to act as trigger for theacquisition unit. Analog channels should have programmable thresholdlevels for triggers and selection for over or under levels should bepossible.16.13 The printer shall be compatible with the desktop PC and shall use Plainpaper. The print out shall contain the Feeder identity, Date and time (inhour, minute and second up to 100 th of a second), identity of trigger sourceand Graphic form of analog and digital signals of all the channels. Twopackets of Z-fold paper (500 sheets in each packet ) suitable for printer shallbe supplied .16.14 Each Disturbance recorder shall have its own time generator and the clock ofthe time generator shall be such that the drift is limited to +0.5 seconds/day,if allowed to run with out 513ynchronization. Further, Disturbance recordershall have facility to synchronise its time generator from TimeSynchronisation Equipment compliant with IEC 61850 communicationstandard having output in SNTP format.The recorder shall give annunciation in case of absence of synchronizingwithin a specified time.16.15 Substations where Time Synchronisation Equipment is not available, timegenerator of any one of the Disturbance recorders can be taken as masterand time generators of other Disturbance recorders and Event loggers in thatstation shall be synchronized to follow the master.17.0 Distance To Fault Locatora) be electronic or microprocessor based type.b) be ‘On-line’ type_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 513 of 566


c) be suitable for breaker operating time of 2 cyclesd) have built-in display unite) the display shall be directly in percent of line length or kilo meterswithout requiring any further calculationsf) have an accuracy of 3% or better for the typical conditions defined foroperating timings measurement of distance relays .g) The above accuracy should not be impaired under the followingconditions:• presence of remote end in-feed• predominant D.C. component in fault current• high fault arc resistanceh) shall have mutual zero sequence compensation unit if fault locator is tobe used on double circuit transmission line.i) built in feature of line distance relay is acceptable provided therequirements of above clauses are met.18.0 Time Synchronization Equipment18.1 The Time synchronization equipment shall receive the co-ordinatedUniversal Time (UTC) transmitted through Geo Positioning Satellite System(GPS) and synchronize equipments to the Indian Standard Time in asubstation.18.2 Time synchronization equipment shall include antenna, all special cables andprocessing equipment etc.18.3 It shall be compatible for synchronization of Event Loggers, Disturbancerecorders and SCADA at a substation through individual port or throughEthernet realized through optic fibre bus.18.4 Equipment shall operate up to the ambient temperature of 50 degreecentigrade and 100% humidity.18.5 The synchronization equipment shall have 2 micro second accuracy.Equipment shall give real time corresponding to IST (taking intoconsideration all factors like voltage, & temperature variations, propagation& processing delays etc)._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 514 of 566


18.6 Equipment shall meet the requirement of IEC 60255 for storage & operation.18.7 The system shall be able to track the satellites to ensure no interruption ofsynchronization signal.18.8 The output signal from each port shall be programmable at site for eitherone hour, half hour, minute or second pulse, as per requirement.18.9 The equipment offered shall have six (6) output ports. Various combinationsof output ports shall be selected by the customer, during detailedengineering, from the following :• Voltage signal : Normally 0-5V with 50 milli Seconds minimum pulseduration. In case any other voltage signal required, it shall be decidedduring detailed engineering.• Potential free contact (Minimum pulse duration of 50 milli Seconds.)• IRIG-B• RS232C18.10 The equipment shall have a periodic time correction facility of one secondperiodicity.18.11 Time synchronization equipment shall be suitable to operate from 220V DCor 110V DC as available at Substation.18.12 Equipment shall have real time digital display in hour, minute, second (24hour mode) & have a separate time display unit to be mounted on the top ofrelay panels having display size of approx. 100 mm height.19.0 Relay Test Kit19.1 One automatic relay test kit suitable for both steady state and dynamictesting of all types of relay(voltage, current, frequency, distance anddifferential) electromechanical/static/numerical/alongwith all accessories, testleads, carrying case etc. shall be supplied by bidder. The make of the test setshall be approved by DTL before placement of order. It should be suitablefor testing of relay supplied.20.0 Type Tests_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 515 of 566


20.1 The reports for following type tests shall be submitted by the bidder for theProtective relays, Fault locator, Disturbance recorder and Event Loggera) Insulation tests as per IEC 60255-5b) High frequency disturbance test as per IEC 60255-4 (Appendix –E) –Class III (not applicable for electromechanical relays)c) Fast transient test as per IEC 1000-4, Level III(not applicable forelectromechanical relays)d) Relay characteristics, performance and accuracy test as per IEC 60255• Steady state Characteristics and operating time• Dynamic Characteristics and operating time for distance protectionrelays and current differential protection relays• For Disturbance recorder and Event logger only performance testsare intended under this item.e) Tests for thermal and mechanical requirements as per IEC 60255-6f) Tests for rated burden as per IEC 60255-6g) Contact performance test as per IEC 60255-0-20 (not applicable forEvent logger, Distance to fault locator and Disturbance recorder)38 Configuration Of Relay And Protection PanelsThe following is the general criteria for the selection of the equipments to beprovided in each type of panel.Line Protection PanelThe Line Protection panel for transmission lines shall consist of followingrelays and protection schemesS. No. Description 33 KV1. Main 1 Numerical Distance 1 setProtection scheme with Back-upIDMT Over current & E/F protectionhaving inbuilt Feature of disturbancerecorder, Distance to fault locator,2 3 phase trip relays 2 nos_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 516 of 566


3 LBB, autoreclose, underfrequency, df/dt and checksynchronizinginbuilt39 Flag relays , carrier receiverelays ,aux. Relays timers etcas per scheme requirementsinbuilt5 Under voltage relay forisolator /earth switch2nos6 Directional back up 1setOver current and E/FProtection scheme7 DC Supply Supervision Relays 2 Nos8 Energy meter (uP Trivector ) 1 No. (forincomer from Transformer only)NOTE:byofThe configuration of relay protection panel may be reviewedthe bidder considering requirements of the different clausesthe NIT document.22.0 Transformer Protection PanelThe protection panel for Transformer shall consists of the following equipments(For 33/11KV Trf) (for 220/33KV Trf)HV side Transformer(33KV)Incomer(33KV)1 Transformer DifferentialProtection scheme 1 no. NIL2 Restricted Earth faultProtection scheme 1 no. inbuilt3 Directional back up 1 set 1 setOver current and E/FRelay with non directionalhigh set feature_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 517 of 566


4 Over fluxing protection inbuilt inbuiltscheme5 Over load protection inbuilt inbuiltScheme6 Three phase trip relays 2 no. 2 no.7 DC Supply Supervision Relays 2 Nos. 2 Nos8 VT selection relay as Lot Lotper scheme requirement9 Flag relays ,aux.relays , inbuilt inbuilttimers etc as per schemerequirements includingtransformer alarms andtrip functions23. Bus Coupler Protection PanelA Protection Panel for Bus Coupler shall consist of following equipments:S. No. Description 33- KV1 IDMT over current & earth fault relays 1 set2 DC Supply Supervision Relays . 2 Nos.3 CT Switching Relays (if applicable)4 Trip Circuit Supervision Relay 1 set5 Flag Relays, Auxiliary Relays, Timers, LotTrip Relays etc. as per scheme requirement6 PT Fuse Failure Relays 1 set24. Capacitor Bank24.1 Capacitor bank protection24.1.1 Over Current and Earth fault protection scheme(a) Shall have two over current and one earth fault element(s) which shall beeither independent or composite unit(s).(b) Shall be of Numerical type(c) Shall include necessary VT fuse failure relays for alarm purposes._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 518 of 566


(d) Over current relay shall• have IDMT characteristic with a definite minimum time of3.0 seconds at 10 times setting .• have a variable setting range of 50-200% of rated current• have a characteristic angle of 30/45 degree lead• include hand reset flag indicators or LEDs.(e) Earth fault relay shall• have IDMT characteristic with a definite minimum time of3.0 seconds at 10 times setting• have a variable setting range of 20-80% of rated current• have a characteristic angle of 45/60 degree lag• include hand reset flag indicators or LEDs• Include necessary separate interposing voltage transformersor have internal feature in the relay for open delta voltage to therelay.All trip relays used in Capacitor bank protection scheme shall be of self/electricalreset type depending on application requirement.24.1.2 OVER VOLTAGE PROTECTION RELAY shall(a) Have an adjustable setting range of 110-180% of rated voltage with anadjustable timer.(b) be tuned to power frequency(c) Provide separate output contacts for breaker trip relays, event logger and otherscheme requirements.24.1.3UNDER VOLTAGE PROTECTION RELAY shall(a) Have an adjustable setting range of 50-90% of rated voltage with anadjustable timer.(b) be tuned to power frequency(c)Provide separate output contacts for breaker trip relays, event logger andother scheme requirements.24.1.4 NO VOLTAGE RELAY_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 519 of 566


Having Coil Voltage of 110 Volt A.C.24.1.5 NEUTRAL UNBALANCE RELAYHave an adjustable setting range of 0.2 amp – 0.8 amp.24.1.6 TRIP CIRCUIT SUPERVISION RELAY(a) The relay shall be capable of monitoring the healthiness of trip coil andassociated circuit of Capacitor bank during 'ON' and 'OFF' conditions.(b) The relay shall have adequate contacts for providing connection to alarm andevent logger.(c) The relay shall have time delay on drop-off of not less than 200 millisecondsand be provided with operation indications for each phase.CAPACITOR BANK PANELThe Capacitor Bank Panel shall consist of following relays and protectionschemes.S.No. Description 33 kv1. IDMT over current & earth fault relays 1 set2. Neutral unbalance & alarm relay 1 set3. Over Voltage Protection relay 1 set4. Under Voltage relay 1 set5. DC Supply Supervision Relays 1 set6. Trip Circuit Supervision Relay 2 no.7. Trip relays 1 no.8. Flag relays, aux relays, timers etc as perLotscheme requirement including alarms andtrip functions9. Energy meter (Microprocessor-1 set-based 3 Phase, 4 wire TriVector meter )10. PT Fuse Failure Relays 1 set11. No voltage relay 1 no.25. Erection and Maintenance Tool EquipmentsAll special testing equipment required for the installation and maintenance of theapparatus, instruments devices shall be supplied._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 520 of 566


1.1 SCOPE OF SUPPLYSECTION : 14DIESEL GENERATOR SET1.1.1 The scope covers supply of Diesel Generator set of stationery type having a netelectrical output of 250KVA capacity at specified site conditions of 50 deg.C ambienttemperature and 100% relative humidity on FOR site basis. DG set shall be equippedwith :(i) Diesel engine complete with all accessories.(ii) An alternator directly coupled to the engine through coupling, complete with allaccessories.(iii) Automatic voltage regulator.(iv) Complete starting arrangement, including two nos. batteries & chargers.(v) Base frame, foundation bolts etc.(vi) Day tank of 990 Litre capacity.(vii) Oil pump for transferring to Day Tank.(viii) Engine Cooling and lubrication system.(ix) Engine air filtering system.(x) Exhaust silencer package._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 521 of 566


(xi) Set of GI pipes, valves, strainers, unloading hose pipes as required.(xii) All lubricants, consumable, touch up paints etc. for first filling, testing &commissioning atsite. The fuel oil for first commissioning will also be provided by the contractor.(xiii) AMF panel for control, metering and alarm.1.2. SCOPE OF SERVICE1.2.1. The Contractor shall provide following services :a) Design, manufacture, shop testing including assembly test.b) Despatch, transportation to site.c) Erection, testing & commissioning with all equipments / materials required for thepurpose.d) Drawings, data, design calculations and printed erection, operation & maintenancemanual.1.3 TECHNICAL REQUIREMENTS1.3.1. The rating of DG sets are as follows :1.3.1.1 DG set shall be 250KVA, 1500RPM, 0.8pf, 415V, 3 phase, 50Hz. The aboveratings are the minimum requirements.1.3.1.2 DG sets shall also be rated for 110% of full load for 1 hour/day of continuousrunning.1.3.1.3. The output voltage, frequency and limits of variation from open circuit to fullload shall be as follows:a) Voltage variation + 5% of the set value provision shall exist to set adjust the valuebetween 90% to 110% of nominal Generator voltage of 415V.b) Frequency 50Hz + 2%1.3.1.4 The Diesel Generator and other auxiliary motor shall have epoxy thermosettingtype insulation but limited to class-B for temperature rise consideration.1.3.1.5 The Day tank of 990 Litre capacity shall be provided on a suitable fabricated steelplatform.The tank shall be complete with level indicator marked in litres, filling inlet withremovable Screen, an outlet, a drain plug, an air vent, an air breather and necessarypiping. The tank shall be painted with oil resistant paint and shall be erected inaccordance with Indian explosive act of 1932.1.3.1.6 Six (6) output terminals shall be provided in alternator box. The neutral shall beformed in AMF panel. The generator terminal box shall be suitable to house necessarycables and should be made of non-magnetic material.1.3.1.7 For transferring oil to Day tank transfer pumps are envisaged. The capacity oftransfer pump shall be adequate to fill the day tank in about 30 minutes.1.4 SYSTEM DESIGN1.4.1 The Diesel Generators units shall be installed outdoors with sound proof enclosuresas per new environment policy. Exhaust will be let out to outside atmosphere, condensatetraps shall be provided on the exhaust pipe.1.4.2. The fuel used shall be High Speed Diesel Oil (HSD) or Light Diesel Oil (LDO) asper IS:1460_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 522 of 566


1.4.3. The Diesel Engines shall be directly water cooled. Cooling of water throughradiator and fan as envisaged.1.4.4 The engine shall have closed loop lubricating system. No moving parts shall requirelubrication by hand prior to the start of engine or while it is in operation.1.5. PLANT DESIGN1.5.1 The equipment shall be safe and proper and without undue vibration or stores forcontinuous operation at all loads up to rated output at operating and test conditions.1.5.2. The equipment shall have provision for easy maintenance, overhaul, cleaning andinspection and replacement of parts. All tools for operation and maintenance ofequipment shall be supplied.1.5.3 Diesel engine shall be turbo charged multicylinder V-type in line type withmechanical fuel Injection system.1.5.4 Automatic electric starting by DC starter motor shall be provided. Two nos. batterywith automatic battery charger shall be provided. Each battery shall have sufficientcapacity to give 10 nos.successive starting impulse to the diesel engine.1.6. CONTROL AND INSTRUMENTATION1.6.1. Each D.G. sets shall be provided with suitable instruments, interlock and protectionarrangement, suitable annunciation and indications etc. for proper start up, control,monitoring and safe operation of the unit. One local AMF control panel along with eachD.G. set shall be provided by the Supplier to accommodate these instruments, protectiverelays, indication lamps etc. The AM Panel shall have IP-52 degree of Protection as perIS:12063.1.6.2. The D.G. sets shall be provided with automatic start facility to make it possible totake full load within 30 seconds of Power Supply failure.1.6.3. Testing facility for automatic operation of D.G. set shall be provided in AMFpanel.1.6.4. A three attempt starting facility using two impulse timers and summation timer forengine shall be proved and if the voltage fails to develop within 40 sec. from receivingthe first impulse, the set shall block and alarm to this effect shall be provided in the AMFpanel.1.6.5. Following instruments shall be provided with Diesel Engine.a) Lub Oil Pressure gauge (engine panel).b) Lub oil temperature thermometers (both on engine and at local panel)c) Water temperature thermometers (both on engine and at local panel)d) Exhaust gas pyrometer with temp. switch (at local panel)e) Engine tachometer / HR (engine panel)f) Any other instruments necessary for DG Set operation shall be provided.1.6.6. DG set shall be capable of being started / stopped manually from remote as well aslocal. (Remote START/STOP push button shall be provided in 415V ACDB). However,interlock shall be provided to prevent shutting down operation as long as D.G. Circuitbreaker is closed.1.6.7. The diesel generator shall commence a shutdown sequence whenever any of thefollowing conditions appear in the system :a) Overspeed_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 523 of 566


) Overloadc) High temperature of engine, cooling water and lubricating oil.d) Low Lub oil Pressure.e) Generator differential protection.f) Short circuit protection.g) Under voltage.h) Over voltage.i) Further interlocking of breaker shall be provided to prevent parallel operation of DGset with normal station supply.1.6.8. A suitable battery charger using semi-conductor rectifier shall be provided forquick and trickle charging the battery. AMF panel shall consist of complete batterycharging scheme suitable for 24V DC, 25 A operation. Battery charger shall have inputswitch, transformer – Rectifier unit, choke, control fuses, necessary filters and suitablecharacteristic for charging the battery and keeping it in fully charged state. The chargershall be provided with suitable DC voltmeter, Ammeter and output voltage controlfacility mounted on the control cubicle and shall be suitable for connection to singlephase 240V Ac supply with + 10% voltage variation.1.6.9. Following indication lamps for purposes mentioned as under shall be provided inAMF panel:1.6.9.1 Pilot indicating lamp for the following :a) Mains ONb) Alternator Onc) Charger ON/OFFd) Breaker On/OFFe) Main LT Supply ON/OFF1.6.9.2 Visual annunciation shall be provided for set shut down due to :a) engine overheatingb) low oil pressurec) lack of fueld) set failed to start in 30 sec after receiving the first start impulsee) high cooling water temperaturef) low level in daily service fuel tankg) Over speed triph) Audio & visual Annunciation for alternator fault.1.6.10 Thermostatically controlled space heaters and cubicle illumination operated byDoor Switch shall be provided in AMF panel. Necessary isolating switches and fusesshall also be provided.1.6.11 AMF panel shall have facility for adjustment of speed and voltage including fineadjustments in remote as well as in local mode.Following shall also be provided in AMF panel :a) Frequency meterb) 3 nos. single phase ct’s for meteringc) 3 nos. (provided by LT swgr manufacturer) single phase CT’s with KPV 300V & RCT0.25 ohm for differential protection of DG Set on neutral side.d) One (1) DC Ammeter (0-40A)e) One (1) DC Voltmeter (0-30V)f) One (1) Voltmeter Selector switchg) One (1) AC Ammeter_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 524 of 566


h) One (1) AC Voltmeteri) Three (3) Timers (24V DC)j) Two (2) Auto/Manual Selector Switchk) Two (2) Auto/test/Manual/ Selector Switchl) Eleven (11) Aux. Contactors suitable for 24 V DCm) One (1) motorized potentiometer for voltage adjustmentn) Two (2) set Battery charger as specified in technical specification.o) One (1) set phase & neutral busbars.p) Any other item required for completion of control scheme shall be deemed to beincluded.1.7 TESTS1.7.1 The Diesel generator sets shall be tested for routine and acceptance test as per therelevant IS/IEC standards.1.7.2 Type TestType test reports as per relevant standard shall be submitted for purchaser’s approval.1.7.3 Commissioning ChecksIn addition to the checks and test recommended by the manufacturer, the Contractor shallcarryout the following commissioning tests to be carried out at site.1.7.3.1 Load TestThe engine shall be given test run for a period of atleast 6 hours. The set shall besubjected to the maximum achievable load as decided by Purchaser without exceedingthe specified DG Set rating :During the load test, half hourly records of the following shall be taken :a) Ambient temperatureb) Exhaust temperature if exhaust thermometer is fitted.c) Cooling water temperature at a convenient point adjacent to the water output from theengine jacket.d) Lubricating oil temperature where oil cooler fitted.e) Lubricating oil pressure.f) Colour of exhaust gas.g) Speedh) Voltage, wattage and current output.i) Oil tank levelThe necessary load to carryout the test shall be provided by the purchaser.1.7.3.2 Insulation Resistance Test for AlternatorInsulation resistance in mega-ohms between the coils and the frame of the alternatorwhen tested with a 500V megger shall not be less than IR=2x (rated voltage in KV)+11.7.3.3. Check of Fuel ConsumptionA check of the fuel consumption shall be made during the load run test. This test shall beconducted for the purpose of proper tuning of the engine.1.7.3.4 Insulation Resistance of Wiring_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 525 of 566


Insulation resistance of control panel wiring shall be checked by 500V Megger. The IRshall not be less than one mega ohm.1.7.3.5 Functional Testsa) Functional tests on control panel.b) Functional test on starting provision on the engine.c) Functional tests on all Field devices.d) Functional tests on AVR and speed governor.1.7.3.6 Measurement of VibrationThe vibration shall be measured at load as close to maximum achievable load and shallnot exceed 250 microns.1.7.3.7 Noise Level (sound pressure level) check.(i) Noise level measurement shall be done generally following the guidelines given inIS:12065. The measurement shall be carried out with a calibrated interacting sound levelmeter as per IS:9779.(ii) Sound level shall be measured all round the Diesel Generator set at a distance of 1m.from the nearest surface of the machine and at a height of 1.5m from the floor level asillustrated in IS:12065 for electrical machines.iii) A minimum of 8 pts. (5 around diesel engine and 3 around alternator) shall becovered for measurement. Additional measurement points shall be considered in case thecriteria indicated in C1.3.3.3 of IS:12065 is not met.iv) The measurement shall be done with slow response meter on the A- weighting scale.The average of the A-weighted sound level measurement expressed in decibels to areference of 0.0002 microbar.v) The tests shall be carried out with the DG set operating at rated speed and at maximumachievable load. Necessary correction for Test environment condition & backgroundnoise will be applied as per IS: 12065._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 526 of 566


<strong>DELHI</strong> <strong>TRANSCO</strong> <strong>LIMITED</strong>(A Government of NCT of Delhi Undertaking)Bidding DocumentsforTurnkey Package of 33 KV GIS Substationat GOPALPUR, New Delhi (India)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 527 of 566


VOLUME – IIIBID FORM,ATTACHEMENTS,GTP & PRICE SCHEDULES_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 528 of 566


Volume -IIIContentsSection - ISection - IISection -IIISection -IVBid FormAttachmentsGTPPrice Schedule_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 529 of 566


SECTION IBID FORMSBid Proposal Ref. No………………………Date: ………………Name of Package: 33 kV GIS Substation at GOPALPUR, New Delhi (India)To,Delhi Transco LimitedShakti Sadan, Kotla RoadNew Delhi – 110002Ladies and Gentlemen,1.0 Having examined the Bidding Documents, including Amendment Nos.______________(Insert Numbers) dated ………………… the receipt of whichis hereby acknowledged, we the undersigned, offer to design, test, deliver,install and commission (including carrying out Performance & GuaranteeTest) the Facilities under the above-named package in full Conformity withthe said Bidding Documents for the sum of :(Amount of Foreign Currency in Words)(_________________________________________________________)(Amount in Figures)and(Amount of Indian Rupees in Words)(_________________________________________________________)(Amount in Figures)or such other sums as may be determined in accordance with the terms andconditions of the Bidding Documents.“Note: Being a Two Part tender, bidders are required to submit the BidForms in Part –I as well as in Part-II. However, the prices shall be quotedonly in the Bid Form to be submitted with Price Bid Part -II.”2.0 ATTACHMENTS TO THE BID FORMIn line with the requirement of the Bidding Documents, we enclose herewiththe following Attachments to the Bid Form :(a) Attachment 1:Bid Security in the form of …………………* for a sumof …………………………. (name of currency andamount in words and figures) initially valid for a period_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 530 of 566


of two hundred twenty-five (225) days from the date setfor opening of bids.* Please fill in the alternative chosen in line with12.2 Section-ITB, Vol.-I, of the BiddingDocuments(b) Attachment 2:(c) Attachment 3 :A power of attorney duly authorized by a Notary Publicindicating that the person(s) signing the bid have theauthority to sign the bid and thus that the bid is bindingupon us during the full period of its validity inaccordance with the ITB Clause 13.The documentary evidence that we are eligible to bid inaccordance with ITB Clause 1 and in Clause 8.3 (c) &(e) ITB are qualified to perform the contract if our bidis accepted. The qualification data has been furnishedas per your format enclosed with the biddingdocuments. * Further, the required deed of JointVenture Agreement signed by us and our Partners hasalso been furnished as per your format.(d) Attachment 4&4A : The documentary evidence establishing inaccordance with ITB Clause 1, Vol.-l of the BiddingDocuments that the facility offered by us are eligiblefacilities and conform to the Bidding Documents hasbeen furnished as Attachment 4. Moreover, a list ofSpecial Tools & Tackles to be furnished by us, the costof which is included in our Bid Price, is also enclosed asper your format as Attachment 4A.(e) Attachment 5:(f) Attachment 6 :The details of all major items of services or supplywhich we propose subletting in case of award, givingdetails of the name and nationality of the proposedsubcontractor/sub-vendor for each item.The variation and deviations from the requirements ofthe Conditions of Contract, ITB and other commercialconditions. Technical Specification and Drawings(excluding critical provisions as mentioned at clause 6.0below) in your format enclosed with the BiddingDocuments, including, inter alia, the cost of withdrawalof the variations and deviations indicated therein.(g) Attachment 6A : The variation and deviations from the requirements ofthe CC clauses mentioned in ITB Clause 21.5 in yourformat enclosed with the Bidding Documents, including,_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 531 of 566


inter alia, the cost of withdrawal of the variations anddeviations indicated therein.(h) Attachment 7:The details of Alternative Bid made by us indicating thecomplete Technical Specifications, the Bid price for theAlternative Bid and the deviation to contractual andcommercial conditions.(i) Attachment 8 :(j) Attachment 9:DeletedWork Completion Schedule.(k) Attachment 10 : Guarantee Declaration.(l) Attachment 11 : Information regarding ex-employees of DTL in ourfirm.(m) Attachment 12 : Unequivocal consent of the proposed Assignee for thepurpose of executing the 'Second Contract' and/ or"Third Contract' as an independent Contractor(Applicable to Foreign Bidders).(n) Attachment 13 : Capacity and Experience of Proposed Assignee(Applicable to Foreign Bidders).3.0 PRICE SCHEDULES3.1 In line with the requirements of the Bidding documents, we enclose herewiththe following Price Schedules, duly filled - in as per your proforma:Schedule 1Price break-up Plant and Equipment (includingMandatory Spares Parts) to be supplied from Abroadincluding Type Test charges for Type Test to beconducted Abroad.Schedule 2Schedule 3Schedule 4Price break-up of Plant and Equipment (includingMandatory Spares Parts) to be supplied from Indiaincluding Type Test charges for Type Test to beconducted in India.Break-up of Local Transportation, Insurance and otherIncidental Services (including port clearance etc.)Price Breakup of Installation Charges_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 532 of 566


Schedule 5A Break-up of Type Test charges for Type Tests to beconducted abroad.(Total of this schedule is included in Schedule - I above)Schedule 5BSchedule 6 ASchedule 6BSchedule 7Schedule 8Schedule 9Schedule 10Break-up of Type Test charges for Type Tests to beconducted in India . Total of this schedule is included inSchedule - II aboveTraining Charges for Training to be imparted abroad[Training in the field of design, operation andmaintenance of the GIS Installations includingprocedures for fault attending at manufacturer's /supplier's works (as per Technical Specifications)].Training Charges for Training to be imparted in India[(Training in the field of design, operation andmaintenance of the GIS Installations includingprocedures for fault attending at manufacturer's /supplier's works (as per Technical Specifications)]Grand summary of the quoted bid price.Details of taxes & duties not included in the Bid Price(in line with clause CC 14.4, CC 14.5 & CC 14.6.Minimum value of bought-out items for the purpose ofsales tax declaration forms.Details of recommended spare parts & recommendedtest eqpt. (in line with Technical specifications)3.2 We are aware that the Price Schedules do not generally give a fulldescription of the Work to be performed under each item and we shall bedeemed to have read the Technical Specifications and other sections of theBidding Documents and Drawings to ascertain the full scope of Workincluded in each item while filling-in the rates and prices. We agree that theentered rates and prices shall be deemed to include for the full scope asaforesaid, including overheads and profit.3.3 We declare that as specified in the clause 11.2 CC of the Bidding Documentsprices quoted by us in the Price Schedules shall be Fixed and Firm duringthe execution of Contract.3.4 We understand that in the price schedules, where there are errors between thetotal of the amounts given under the column for the price Breakdown andthe amount given under the Total Price, the former shall prevail and thelatter will be corrected accordingly. We further understand that where thereare discrepancies between amounts stated in figures and amounts stated in_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 533 of 566


words, the amount stated in words shall prevail. Similarly, any discrepancyin the total bid price and that of the summation of Schedule price (priceindicated in a Schedule indicating the total of that schedule), the total bidprice shall be corrected to reflect the actual summation of the Scheduleprices.3.5 We declare that items left blank in the Schedules will be deemed to have beenincluded in other items. The TOTAL for each Schedule and the TOTAL ofGrand Summary shall be deemed to be the total price for executing theFacilities and sections thereof in complete accordance with the Contract,whether or not each individual item has been priced.4.0 We confirm that except as otherwise specifically provided our Bid Pricesinclude all taxes, duties, levies and charges as may be assessed on us, our SubContractor/Sub-Vendor or their employees by all municipal, state ornational government authorities in connection with the Facilities, in andoutside of India.4.1 We understand that notwithstanding 4.0 above, in case of award on us, youshall bear and promptly pay/reimburse all custom and import duty imposed;on the Plant & Equipment including Mandatory Spare Parts specified inSchedule No.1 to be incorporated into the Facilities, by the Indian Laws.However, we understand that if we choose to ship the equipment in Shipper'sContainers, then the custom duty levied on the cost of empty Containers shallnot be borne by you and shall be payable by us.100% of applicable Taxes and Duties, which are payable by the Employerunder the Contract, shall be reimbursed by the Employer after dispatch ofequipment on production of satisfactory documentary evidence by theContractor in accordance with the provisions of the bidding documents.4.2 We further understand that notwithstanding 4.0 above, in case of award onus, you shall also bear and pay/reimburse to us/ our Assignee (applicable forForeign Bidders), Sales Tax (but not the surcharge in lieu of Sales Tax), localtax and other levies in respect of direct transaction between you and us/ourAssignee (applicable for Foreign Bidders), imposed on the Plant &Equipment including Mandatory Spare Parts specified in Schedule No. 2 tobe incorporated into the Facilities; by the Indian Laws.4.3 We also understand that, in case of award on us, you shall reimburse tous/our Assignee (applicable for Foreign bidders) octroi/entry tax asapplicable for destination site/state on all items of supply including boughtoutfinished items, which shall be dispatched directly from the sub-vendor'sworks to the Employer's site (sale-in-transit).4.4 We confirm that we shall [or our Assignee (applicable for Foreign Bidders)as per para 5.0 below] also get registered with the concerned Sales TaxAuthorities, in all the states where the project is located._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 534 of 566


4.5 We confirm that no Sales Tax in any form shall be payable by you for thebought out items which shall be dispatched directly by us/our Assignee(applicable to Foreign Bidders) under the Second Contract (for foreignbidder)/ First Contract (for domestic bidder) (as referred in para 5.1) to theproject site. However, you will issue requisite Sales Tax declaration forms inrespect of such bought out items, on production of documentary evidence ofregistration with the concerned Sales Tax Authorities. The minimum value ofbought-out items for the purpose of sales tax declaration forms is alsoindicated in Schedule No. 9.5.0 CONSTRUCTION OF THE CONTRACT5.1* (Applicable to foreign bidders only) We declare that we have studied ClauseCC 44 relating to mode of contracting for Foreign Bidders and we aremaking this proposal with a stipulation that you shall award us threeseparate Contracts viz 'First Contract' for all works to be performed incountries outside India covering, inter-alia, the Off-Shore Supply ofequipment & materials including mandatory spares (CIF Supply); 'SecondContract' for Supply of equipment & materials including mandatory spares(Ex-works Supply) and testing to be conducted within India; and 'ThirdContract' for providing all services i.e. port handling and custom clearanceof the imported goods; further loading and inland transportation for deliveryat site, unloading, storage, handling at site, installation, testing andcommissioning including Performance Testing in respect of all equipment &materials supplied under both 'First Contract' and 'Second Contract' andany other services specified in the Bidding Documents. We declare that theaward of three contracts, will not, in any way, dilute our responsibility forsuccessful operation of Plant/Equipment and fulfillment of all obligations asper Bidding Documents and that all the three Contracts will have a cross-fallbreach clause i.e. a breach in one Contract will automatically be classified asa breach of the remaining contracts which will confer on you the right toterminate the other contracts at our risk and cost and/or recover damagesunder any or all the Contracts.Further, M/s.............................................................................................. whosecapacity, and experience are enclosed with our Bid as our Assignee for thepurpose of executing the 'Second Contract' and / or the "Third Contract'and written unequivocal consent of the above mentioned proposed Assigneeto work as your independent Contractor, on the same terms and conditionsas offered by us to you in this bid, is also enclosed with the Bid form. Weshall, however, be overall responsible for the execution of all the threeContracts.The above-mentioned proposed Assignee shall directly enter into the 'SecondContract' and/ or 'Third Contract' with you and all the three contracts shallcontain the aforesaid cross-fall breach clause._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 535 of 566


In case the Assignee, despite his written consent fails to enter into the 'SecondContract' and/or 'Third Contract' with you, or if the Employer in hisjudgment does not find acceptance of the proposed Assignee as itsContractor, then we undertake to enter into and execute all the Contracts,inter alia, containing the aforesaid cross-fall breach clause. In such an event,the over-all financial liability of the Employer, under the Contract shall,however, not exceed that envisaged in our this bid.5.1** (Applicable to Domestic Bidders only) We declare that we have studied ClauseCC 44 relating to mode of contracting for Domestic Bidders and we aremaking this proposal with a stipulation that you shall award us two separateContracts viz. 'First Contract' for ex-works and CIF (if any) supply of allequipment and materials including mandatory spares identifying separatelythe CIF and Ex-works components of the supply and 'Second Contract' forproviding all the services i.e. inland transportation for delivery at site,unloading, storage, handling at site, installation, testing and commissioningincluding Performance Testing in respect of all the equipment suppliedunder the 'First Contract' and other services specified in the ContractDocuments. We declare that the award of two contracts will not in any waydilute our responsibility for successful operation of plant/ equipment andfulfillment of all obligations as per Bidding Documents and that both theContracts will have a cross-fall breach clause i.e. a breach in one contractwill automatically be classified as a breach of other contract which willconfer on you the right to terminate the other Contract at our risk and cost.6.0 We have read the provisions of following clauses and confirm that thespecified stipulations of these clauses are acceptable to us :(vii)(viii)(ix)Appendix 2 to the Form of Contract Agreement (Price Adjustment):Clause No. 10.6 ITBBid Security: Clause No. 12.1, 12.2 ITB.Performance Security: Clause 13.3 CC(x) Liquidated Damages & (Functional Guarantee): Clause 28 & 28.5CC(xi)Defect Liability: Clause No. 27 CC(xii) Payment: Clause No.12 CCOR@ We have read the provisions of following clauses and confirm that thespecified stipulations of these clauses are acceptable to us except for thedeviations, along with the cost of withdrawal of such deviations as listed inAttachment 6A:_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 536 of 566


(i)(ii)(iii)Appendix 2 to the Form of Contract Agreement (Price Adjustment):Clause No. 10.6 ITBBid Security: Clause No. 12.1,12.2 ITB.Performance Security: Clause 13.3 CC(iv) Liquidated Damages & (Functional Guarantee): Clause 28 & 28.5CC(v)Defect Liability: Clause No. 27 CC(vi) Payment: Clause No.12 CC@ Bidders to strike off whichever is not applicable6.1 We further declare that additional conditions, variations, deviations, if any,found in the proposal other than those listed in Attachment 6 and/orAttachment 6A, save those pertaining to any rebates offered, shall not begiven effect to.7.0 We undertake, if our bid is accepted, to commence the work on Facilitiesimmediately upon your Notification of Award to us, and to achieveCompletion within the time stated in the Bidding Documents.We agree to abide by this bid for a period of 180 days from the date fixed forsubmission of bids as stipulated in the Bidding Documents, and it shallremain binding upon us and may be accepted by you at any time before theexpiration of that period.8.0 We undertake that, in competing for (and, if the award is made to us, inexecuting) the above contract, we will strictly observe the laws against fraudand corruption in force in India namely "Prevention of Corruption Act1988".9.0 Until a formal Contract is prepared and executed between us, this bid,together with your written acceptance thereof in the form of yourNotification of Award shall constitute a binding contract between us.10.0 We understand that you are not bound to accept the lowest or any bid youmay receive.We confirm that we (including all members of our Joint Venture*) are notassociated and nor have been associated in the past, with the Consultant orany other entity, including the Employer, that has prepared the design,specifications and other prequalification and bidding documents for theproject, or that was proposed as Engineer for the Contract, over the last fiveyears._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 537 of 566


(* Delete, if bid is not from a JV)We confirm that we have filled-in the data required to be furnished by us inthe Conditions of Contract and Appendix-2 and Appendix-3 to the form ofContract Agreement.We, hereby, declare that only the persons or firms interested in this proposalas principals are named here and that no other persons or firms other thanthose mentioned herein have any interest in this proposal or in the Contractto be entered into, if the award is made on us, that this proposal is madewithout any connection with any other person, firm or party likewisesubmitting a proposal is in all respects for and in good faith, withoutcollusion or fraud.Dated this __ day of _______20__Thanking you, we remain,Yours faithfully,Date:Place:Business Address:Country of Incorporation:(State or Province to be indicated)(Signature)…………………………..(Printed Name)……………………...(Designation)………………………..(Common Seal)……………………...Name of the Principal Officer:Address of the Principal Officer:* In para 5.1, Indian Bidder to strike-off this provision.** In para 5.1, Foreign Bidder to strike-off this provision.Note: Bidders may note that no prescribed proforma has been enclosed for:(a) Attachment 2: Power of Attorney.(b) Attachment 7: The details of Alternative Bid(c) Attachment 8: deleted(c) Attachment 12: Unequivocal consent of the proposed Assignee for the purposeof executing the 'Second Contract' and/or 'Third Contract' asan independent Contractor (Applicable to Foreign Bidders).(d) Attachment 13: Capacity and Experience of Proposed Assignee (Applicable toForeign Bidders).(For Attachments 2, 7, 12 and 13, Bidders may use their own Performa forfurnishing the required information with the bid)._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 538 of 566


VOLUME-IIISECTION-IIATTACHMENTS_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 539 of 566


CONTENTS FOR ATTACHEMENTS(SECTION II)VOLUME-IIIATTACHEMENTAttachment 1Attachment 2Attachment 3Attachment 4Attachment 4aAttachment 5Attachment 6Attachment 6aAttachment 7Attachment 8Attachment 9Attachment 10Attachment 11Attachment 12Attachment 13Bid Security FormPower of AttorneyQualifying Requirement (QR) DataForm of Certificate of Origin and EligibilityList of Special Tools & TacklesList of Sub-ContractorsDeviationsCost of Withdrawal of Deviations from Critical Provisions.Details of Alternative BidsDeletedWork Completion ScheduleGuarantee DeclarationInformation regarding Ex employee of DTL in Bidders firmUnequivocal consent of the proposed Assignee for the purpose ofexecuting the ‘Second Contract’ and /or ‘Third Contract’ as anindependent Contractor (Applicable to Foreign Bidders).Capacity and Experience of Proposed Assignee._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 540 of 566


Attachment-IBid Security FormPlease Refer Volume I (Conditions of Contract), Section: Forms & Procedures_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 541 of 566


Attachment-2Power of AttorneyPlease Refer Volume I (Conditions of Contract), Section : Forms & Procedures.OrBidders may use their own Performa for furnishing the required information with bid._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 542 of 566


[Attachment-3]33 KV GIS SUBSTATION PACKAGENEW <strong>DELHI</strong>(Qualifying Requirement (QR) Data)Bidder’s Name and Address: To: Delhi Transco Ltd.Shakti Sadan, Kotla RoadNew Delhi – 110002* We have submitted bid as individual firm / We have submitted bid as joint venture offollowing firms:(* Strike-off whichever is not applicable)(i)(ii)(iii)……………………………………………………….……………………………………………………….……………………………………………………….In accordance with the QR specified in Clause 2.0, Part-B, Annexure-A (ITB) of VolumeI (relevant extracts have been brought out herein, however, in case of any discrepancy,Annexure-A (ITB) shall prevail), we are furnishing the following details/document insupport of meeting the QR for 33 kV GIS Substation Package.1.0 The details / documents as listed below are furnished in the bid :a) Copies of original documents defining the constitution or legal status,place of registration and principal place of business ; written power ofattorney of the signatory of the bid to commit the bidder ;b) The qualification and experience of key personnel proposed for carryingout the work:c) Proposal for subcontracting elements of the supply of materials amountingto more than 10% of the Bid Price for each element;d) Litigation HistoryInformation regarding any current litigation in which the bidder isinvolved, the parties concerned and disputed amount;1.1 For Bid submitted by a joint venture of firms as partners**:(a)The bid shall include all the information listed in sub clause 1.0 (a) to1.0 (d) above for each joint venture partner._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 543 of 566


(b)(c)The bid and in case of successful bid, the form of Agreement shall besigned so as to be legally binding on all partners as per the proformaenclosed in Section ‘Forms’, Volume-I of bidding documents.One of the partners shall be nominated as Lead Partner, and the leadpartner shall be authorized to incur liabilities and receive instructions forand on behalf of any and all partners of the joint venture and the entireexecution of the Contract including receipt of payment shall be doneexclusively through the lead partner. This authorization shall be evidencedby submitting a power of attorney signed by legally authorized signatoriesof all the partners as per Performa in Section FORMS (Sample Forms andProcedures) of Conditions of Contract, Vol.-I.(d) All partners of the joint venture shall be liable jointly and severally for theexecution of the Contract in accordance with the Contract terms and acopy of the agreement entered into by the joint venture partners havingsuch a provision shall be submitted with the bid.A statement to this effect shall be included in the authorization mentioned under 1.1.(c) above as well as in the Bid Form and in the Contract Form (in case of a successfulbid) ;(e)The bid security of a joint venture must be in the name of all partners ofthe joint venture submitting the bid.[** To be submitted only in case of Joint Venture. Strike-off in case of individual firm.The QR stipulation in regard to ‘Technical Experience’ and ‘Financial Position’ to be metby the Joint Venture are given at para 9.0 below for ready reference.]1.2 The Bidder should also furnish details / documents that it has adequate 33 kV GISdesign infrastructure and erection facilities and capacity and procedures includingquality control.2.0 General Information[The information in this form is to be completed for individual firms and eachPartner of a Joint Venture.Where the Bidder proposes to use named subcontractor(s) for critical componentsof the works or for work contents in excess of 10 percent of the bid price, thefollowing information should also be furnished for the subcontractor(s)]._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 544 of 566


Sl.No. Particulars For IndividualFirm1. Name of Firm2. Head Office /Registered OfficeAddress3. Telephone4. Fax5. Contact Person6. Place ofIncorporation/Registration7. Year ofIncorporation/RegistrationIn case of Joint VentureFor LeadPartnerFor OtherPartner-1For OtherPartner - 23.0 Technical Requirement (refer QR specified in clause 1.1, Part-A, Annexure-A (ITB) Volume-I of the bidding documents)A) The bidder shall have for not less than five (5) years designed, manufactured,tested as per IEC or equivalent standard and supplied 33kV or above SF6 GasInsulated Switchgear (GIS) and must have designed, manufactured, tested as per IECor equivalent standard, supplied, erected and commissioned not less than two (2) GISinstallations having atleast cumulatively 14 (fourteen) Circuit Breaker bays of 33kVor above and 31.5KA short circuit level or higher, and the same should have been insuccessful operation for atleast two (2) years, as on the date of bid openingB) For the purpose of qualifying requirement, one no. of circuit breaker bayshall be considered as a bay used for controlling a line or a transformer ora reactor or a bus section or a bus coupler and comprising of at least onecircuit breaker, two disconnectors and three nos. of single phaseCTs/Bushing CTs.3.1 Using the following formats, Bidder is requested to furnish the details of theTechnical Experience (manufacturing experience / engineering and projectexecution experience, GIS installation experience on the basis of which theBidder wishes to qualify, as detailed at para 3.0 above.NOTE: Format for the Bidder for indicating its technical experience(Manufacturing experience/Engineering and Project ExecutionExperience) [in case of Joint Venture bidder, the QR data of each of thepartners (in support of meeting the relevant technical experiencerequirement of Part A, Annexure-A Section (ITB), Volume-I of thebidding documents (also reproduced at para 9.0 below) is also to befurnished, as applicable, using this format]_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 545 of 566


Manufacturing Experience (applicable for Single Firm / Partner(s)(excluding Lead Partner of Joint Venture)Name of the Bidder (Single Firm/Partnerof a Joint Venture)1. Whether is a manufacturer of 33 kV orabove SF6 Gas Insulated Switchgear(GIS)2. If it is manufacturer of 33kV or aboveSF6 GIS, then no. of years for which ithas been manufacturing GIS3. In case it is manufacturer of 33kV orabove SF6 GIS, documentaryevidence enclosed herewith in supportof its being manufacturer of GIS forno. of years as stated in sl. No. 2above. Yes No(Tick appropriately)_________ YearsEngineering and Project Execution Experience (applicable for Lead Partnerof Joint Venture)Name of the Bidder (Lead Partner of aJoint Venture)1. Whether it has experience ofengineering of GIS substations,coordination of supplies, erection,testing & commissioning of GISinstallations.2. If it has experience as stated above,then total years of such experience3. Documentary evidence enclosedherewith in support of its having suchexperience for no. of years as stated insl.no. 2 above. Yes No(Tick appropriately)_________ YearsOn a separate page, using the following format, Bidder is requested to furnish thedetails of previous experience in regard to GIS installations, on the basis of whichthe Bidder wishes to qualify, as detailed at para 3.0 above. The information is tobe summarized using following formats, as applicable, for each previousexperience of the Bidder.(Documentary evidence, such as copies of utility certificates etc. in support of itsexperience shall be attached with the filled-up format for each experience /contract).Format for the Bidder for indicating its technical experience (GISInstallation Experience) [in case of Joint Venture Bidder, the QR data of_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 546 of 566


each of the partners in support of meeting the relevant technical experiencerequirement of para 1.3, Part A, Annexure-A Section-ITB, Volume-I of thebidding documents (also reproduced at para 9.0 below) is also to befurnished, as applicable, using this format]GIS Installation ExperienceName of the Bidder (Single Firm / LeadPartner/Partner of a Joint Venture)A1. Name of ContractA2. Contract Reference No. & Date ofAwardA3. Name and Address of theEmployer/Utility by whom theContract was awardede-mail IDTelephone No.Fax No.A4. Total nos. of Circuit Breaker Bays*A4.1 Details of Circuit Breaker (CB) BaysCB Bay No. Voltage level(in kV)Short Circuit level(in KA)Type of CB Bay*1.2.….….….* For the purpose of qualifying requirement, one no. of circuit bay shall be considered as a bayused for controlling a line or a transformer or a reactor or a bus section or a bus coupler andcomprising of at least one circuit breaker, two disconnectors and three nos. of single phaseCTs/Bushing CTs._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 547 of 566


5(i)A5(ii)A6(i)Scope of work executedunder the ContractContract RoleDate of successfulcommissioning of thecontractDesignEngineeringManufacturingTesting**SupplyCoordination of suppliesErectionCommissioning(Tick the appropriate boxes)** Testing has been carried out as perfollowing standard : As per IEC Standard As per Standard equivalent to IEC_________________________________#(Tick appropriately)(# In case standard is not IEC Standard, then alsospecify the Standard as per which testing has beencarried out) Prime Contractor Sub-Contractor Partner in a JV(Please tick appropriate box)_______________________(ii) No. of years the abovereferred GIS Installation is insuccessful operation as onthe date of bid openingA7. Details / documentaryevidence submitted insupport of statedexperience/Contract_______________________ years4.0 Financial RequirementFor the purpose of this particular bid, bidders shall meet the following minimumcriteria:a) Minimum Average Annual Turnover (MAAT) of the bidder for best threeyears out of last five financial year as annualized should be US$ = (1.5 xestimated cost) / completion period in years.b) Bidder shall have liquid Assets (LA) and/or evidence of access to oravailability of credit facilities of not less than US$ = (3 x estimated cost)/completion period in months._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 548 of 566


In case bidder is a holding company, MAAT & LA referred to in clause4.0 (a) & (b) above shall be that of bolding company only (i.e. excludingits subsidiary / group companies). In case bidder is a subsidiary of aholding company, MAAT & LA referred to in clause 4.0 (a) & (b) aboveshall be that of subsidiary company only (i.e. excluding its holdingcompany).(In support of meeting the QR, in line with para 4.0 above, the Biddermust provide the relevant information, alongwith documentary evidence,in the following format.The information in this format is to be provided in respect of the Bidderwho is an individual firm and all partners in case of a Joint VentureBidder. Use a separate sheet in each case.)Name of the Bidder / Partner of a Joint VentureA. DATA IN SUPPORT OF 4.0 (a)Sl.NoFinancialYearTurnoverAnnualTurnover inequivalentRupeesAnnualTurnover inequivalent USDollarsCurre Turnover (inncy Million)1. 2. 3. 4. 5. 6.Details in column 5 & 6 are to be filled in if currency in column 3 is differentfrom Indian Rupees or US Dollars, considering rate of exchange at the end ofreported period .Average annual turnover for best three years.Rs. ____________________million / US $ _____________________millionB. DATA IN SUPPORT OF 4.0 (b)B. Liquid AssetsDetails of evidence of having Liquidassets (LA)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 549 of 566


OrDetails of evidence of access to oravailability of credit facilities5.0 The bidder shall have a project manager with 15 years experience in executingsuch contract of comparable nature including not less than five years as manager.Name of the Bidder / Partner of aJoint VentureCandidate Summary1(i) Title or position Project Manager(ii) Name of Candidate(iii) Professional Qualification2 Present Employment(i) Name of the Employer(ii) Address of the Employerwith E-mail ID, Fax &Telephone Nos.(iii) Job Title of Candidate(iv) Years with present Employeras on date of Bid openingSummarized professional experience of the above Candidate over the last 15(fifteen) years in reverse chronological order (Indicate particular technical andmanagerial experience relevant to the project).FromToCompanyRelevant experiencein executing suchcontracts ofcomparable nature(in years)Relevant experienceas Manager inexecuting suchcontracts ofcomparable nature(in years)_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 550 of 566


6.0 Financial Capabilities6.1 Bidder shall be financially sound.6.1.1 (i) Bidder shall submit a certificate from their Banker(s) as per format (as perAppendix to Annexure (BDS) of Conditions of Contract, Vol.-I)indicating various fund based/non fund based limits sanctioned to thebidder and the extent of utilization as on date. Such certificate should havebeen issued not earlier than three months prior to the date of bid opening.(ii)(iii)Bidder shall submit a monthly cash flow projection for execution of thecontract having regard to implementation schedule. Bidder should indicatehow funding gap in each month is proposed to be met.Bidder shall submit the complete annual reports together with Auditedstatement of accounts of the company for last five years.The Bidder shall submit the audited balance sheet and income statement of itsown (separate) for the last five (5) years and must demonstrate the soundness oftheir financial position showing long term profitability. Wherever necessary theEmployer may make enquiries with the Bidder’s bankers.In the event the Bidder (being a company registered / incorporated outside Indiaor otherwise) is not able to furnish the above information of its own (separate),being a subsidiary company and the accounts are being consolidated with theirGroup/Holding/Parent company, the Bidder should submit the balance sheet,income other information as required, of its own (separate), (not of itsGroup/Holding/Parent Company) duly certified by:i) their statutory auditor; orii) a Certified Public Accountant; oriii) their Company Secretarycertifying that it is based on audited accounts, as the case may be.Similarly, if the bidder happens to be a Group/Holding/Parent Company, thebidder should submit of its own(separate), exclusive of its subsidiaries, dulycertified by :i) their statutory auditor; orii) a Certified Public Accountant; oriii) their Company Secretarycertifying that it is based on audited accounts, as the case may be.The Bidder in case of individual firm and all partners in case of Joint Venturebidder should also provide the following details / documents in support ofmeeting the requirement.(A) Details of Banker :Name of Banker_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 551 of 566


Address of BankerTelephone No.Contact Name and TitleFax No.E-mail ID(B)Certificate from Banker, enclosed in the bid, in accordance with para 1.1(i), Part-B, Annexure-A, Section-ITB, Volume-I of the bidding documents:S.No. Name of Bank Date of Issue of Certificate(C)The monthly cash flow projection for execution of the contract having regard toimplementation schedule along with proposed means to meet funding gap in eachmonth, if any, is given below :-Sl.No1.2.3.4.5.6.7.8.9.10.11.12.13.14.15.MonthAnticipatedCash FlowSourceFundingGapProposedmeans tomeet thefunding gap(D)Summarized actual assets and liabilities in US Dollars or equivalent (at the ratesof exchange current at the end of each year to be indicated) for the last five yearsand, Based upon known commitments, summarized projected assets and liabilitiesin US Dollars equivalent for the next three years._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 552 of 566


FinancialInformation inIndian RupeesDetails for last five yearspreceding to the date of BidOpening1 stYear2 ndYear3 rdYear4 thYear5 thYearProjection for thenext three years1 stYear2 ndYear1. Total Assets2. Current Assets3. Total Liabilities4.Current Liabilities5.Profit beforeTaxes6. Profit after Taxes(* Indicate the rate of exchange used in calculating the equivalent US Dollar amount)3 rdYear(E)As per requirement at para 6.1.1. (iii) above audited balance sheet and incomestatements for the last five years (for the individual bidder or each partner of aJoint Venture), as stated below are attached :Years preceding to the bidopeningAudited Balance Sheet and IncomeStatements enclosed1 st Year Yes No2 nd Year Yes No3 rd Year Yes No4 th Year Yes No5 th Year Yes No7. Information regarding current litigation [as per para 2.0 (d)][The information in this form is to be completed for individual bidder and eachPartner of a Joint Venture]S.No.Name of PartiesconcernedCause of litigationand matter in disputeDisputedamount_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 553 of 566


8.0 Public Sector CompaniesQualification Criterion :Majority publicly owned enterprises domiciled in India may be eligible to qualifyif, in addition to meeting all the above requirements, they also ;a) are commercially oriented legal entities distinct from the Employer, andare not a government department ;b) are financially autonomous, as demonstrated by requirements in theirconstitutions to provide separate audited accounts and return on capital,powers to raise loans and obtain revenues through the sale of goods orservices ; andc) are managerially autonomous.(if the bidder is a Majority publicly-owned enterprise domiciled in India, they arerequired to demonstrate that they meet the above mentioned criteria and submitdocuments in support the same.)Details in above regard are furnished as follows :………….………….………….………….…………._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 554 of 566


9.0 QR Stipulations in regard to ‘Technical Experience’ and ‘Financial Position’for Joint VentureQualification Criteria :(a) In case, a bid is submitted by a Joint Venture (JV) of two or more firms aspartners, all the partners of Joint Venture shall meet collectively therequirement of para 3.0 & 4.0 above. The figures of average annualturnover and liquid assets / credit facilities for each of the partners of theJV shall be added together to determine the JV’s compliance with theminimum qualifying criteria set out in Para 4.0 above. However, for a JVto be qualified, the partner(s) of JV must also meet the followingminimum criteria.i) The lead partner shall meet, not less than 40% of the minimum criteriagiven at para 1.2 (a) & (b) and for not less than five (5) years haveengineered GIS substations i.e. designed, manufactured, supplied andcommissioned not less than two (2) GIS installations having atleastcumulatively 14(fourteen) circuit breaker bays of 33kV or above and 31.5KA short circuit level or higher and the same should be in successfuloperation for atleast 2 years as on the date of bid opening.ii) Each of the other partner(s) shall meet,a) not less than 25% of the criteria given at 1.2 (a) & (b) above.b) Further, each of the other partner(s) must be the manufacturer of Gas InsulatedSwitchgear, who shall have been for not less than five years(5 years) a regularmanufacturer of 33KV and aboveSF6 GIS and must have designed manufactured,tested as per IEC or Equivalent standard, supplied atleast two (2 nos.) GISinstallations having cumulatively 14(fourteen) circuit breaker bays of 33kV orabove and 31.5KA short circuit level or higher and the same should be insuccessful operation for atleast 2 years as on the date of bid opening.Failure to comply with this requirement will result in rejection of the joint venture’s bid.Sub contractor’s experience and resources shall not be taken into account in determiningthe bidder’s compliance with qualifying criteria.(The Lead Partner and Partners are required to furnish their QR data in line with formatsspecified at para 3.0 and 4.0 above.)Date :…………………..Signature ………………………….Place :……………….(Printed Name) ……………………(Designation) ………………………(Common Seal) ……………………._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 555 of 566


ATTACHMENT-4PAGE 1 OF 133 KV GIS SUBSTATION PACKAGENEW <strong>DELHI</strong>(Form of Certificate of Origin and Eligibility)Bidder’s Name and Address:Ltd.To :Delhi TranscoShakti Sadan, Kotla RoadNew Delhi – 110002We hereby certify that equipment and materials to be supplied are produced in_______________________ an eligible source country.We hereby certify that our company is incorporated and registered in_______________________ an eligible source country.Date:...(Signature).…………...Place:...……...(Printed Name)(Designation)(Common Seal).…………....…………....……_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 556 of 566


ATTACHMENT-4APAGE 1 OF 1Bidder’s Name and Address:To :Delhi Transco Ltd.Shakti Sadan, Kotla RoadNew Delhi – 11000233kV GIS SUBSTATION PACKAGENEW <strong>DELHI</strong>(List of Special Maintenance Tools & Tackles)Dear Sir,We are furnishing below the list of special maintenance tools & tackles forvarious equipment under the subject package. The prices for these tools &tackles are already included in the lump sum bid price. We further confirmthat the list of special maintenance tools & tackles includes all the itemsspecifically identified in your bidding documents as brought out below:(a)(b)Notwithstanding what is stated above, we further confirm that any additionalspecial maintenance tools and tackles, required for the equipment under thispackage shall be furnished by us at no extra cost to the employer.S.No. For Equipment Item DescriptionUnitQuantityDate:...Place:...(Signature)....……...……..(Printed Name)...…...……..(Designation)...…...……..(Common Seal).……...…….._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 557 of 566


ATTACHMENT-5PAGE 1 OF 1Bidder’s Name and Address:ToDelhi Transco Ltd.Shakti Sadan, Kotla RoadNew Delhi – 110002Dear Sirs,33 KV GIS SUBSTATION PACKAGENEW <strong>DELHI</strong>(Bought-out & Sub-contracted Items)We hereby furnish the details of the items/ sub-assemblies, we propose to buyfor the purpose of furnishing and installation of the subject Package:SlNo123456789Item DescriptionQuantityproposed to bebought/subcontractedDetail of the proposed subcontractor/sub vendorNameNationalityDate:...(Signature)Place:...(Printed Name)(Designation)(Common Seal)…………...…………….…………...…………………………..._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 558 of 566


Bidder’s Name and Address:To :Delhi Transco Ltd.Shakti Sadan, Kotla RoadNew Delhi – 11000233 KV GIS SUBSTATION PACKAGE(Deviations)ATTACHMENT‐6PAGE 1 OF 1The bidder shall itemise any deviation from the Specificationsincluded in his bid. Each item shall be listed (separate sheets may beused and enclosed with this Attachment) with the followinginformation;Sl.No.ReferenceClause in thespecificationDeviationReason forchangeThe change in Bid price ifthe deviation iswithdrawn and bidderconforms to thespecificationAny proposed deviation will be applicable only for the bidder whose bid issubstantially responsive in accordance with clause 21, Section ITB, Vol. I of thebidding documents. If a bid is not substantially responsive, it will be rejected andmay not subsequently be made responsive by the bidder by correction of the nonconformity.Date:......................................Place:......................................(Signature)...........................(Printed Name)....................._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 559 of 566


(Designation)............................(Common Seal)…………………33 kV GIS SUBSTATION PACKAGENEW <strong>DELHI</strong>ATTACHMENT‐6APAGE 1 OF 1(Cost of withdrawal of deviations from critical provisions as per ITB clause 21.5)Bidder’s Name and Address:To :Delhi Transco Ltd.Shakti Sadan, KotlaNew Delhi – 110002Dear Sir,Following are the deviations proposed by us to critical provisionsrelating to clauses listed in ITB clause 21.5. We are also furnishingbelow the cost of withdrawal for the deviations proposed by us. Weconfirm that we shall withdraw the deviations proposed by us at thecost of withdrawal indicated in this Attachment, failing which ourbid may be rejected and Bid security forfeited.Sl. Clause No. Deviation Cost ofwithdrawalDate:...Place:...(Signature)....……...……..(Printed Name)... …...……..(Designation)....……...……..(Common Seal).……...…….._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 560 of 566


Note: Bidder may note that bids containing deviations without the costof withdrawal shall be rejected._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 561 of 566


33 KV GIS SUBSTATION PACKAGENEW <strong>DELHI</strong>(Work Completion Schedule)Bidder’s Name and Address:Dear Sirs,To:Delhi Transco Ltd.Shakti Sadan, Kotla RoadNew Delhi – 110002We hereby declare that the following Work Completion Schedule shall befollowed by us in furnishing and installation of the subject Package i.e., 33 kV GISSUBSTATION PACKAGE AT LODHI ROAD NEW <strong>DELHI</strong> for the period commencingfrom the effective date of Contract to us:S.No. Description of Work Period in monthsfrom effectivedated of contract1. Completion of detailed Engineering anddrawing submissiona) commencementb) completion2. Procurement of equipment/components& assemblya) commencementb) completion3. Manufacturinga) commencementb) completion4. Type Testsa) commencementb) completion5. Shipment & Deliverya) commencementb) completion_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 562 of 566


6. Establishment of Site office7. Erectiona) commencementb) completion8. Testing and Commissioninga) commencementb) completion9. CommissioningDate:...Place:...(Signature)...……...……..(Printed Name).......……...……..(Designation)...……...……..(Common Seal)...……...……..Note: Bidders to enclose a detailed network covering all the activities to beundertaken for completion of the project indicating key dates for variousmilestones for each phase constituent-wise._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 563 of 566


33 kV GIS SUBSTATION PACKAGENEW <strong>DELHI</strong>(Information regarding Ex‐employees of DTL in our Organization)Bidder’s Name and Address:Dear Sirs,ATTACHMENT‐11PAGE 1 OF 1To : Delhi Transco Ltd.Shakti Sadan, Kotla RoadNew Delhi – 110002We hereby furnish the details of ex-employees of DTL who hadretired/ resigned at the level of General Manager and above fromDTL and subsequently have been employed by us:Sl.No.Name of person withdesignation in DTLDate ofretirement/resignation from DTLDate of joining andresignation in ourorganizationDate:...Place:...(Signature)..............................(Printed Name)...……...……..(Designation)....……...……..(Common Seal).……...……..Note: The information in similar format should be furnished for eachpartner of joint venture in case of joint venture bid._____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 564 of 566


VOLUME-IIISECTION-IVPRICE SCHEDULES_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 565 of 566


CONTENTSFORPRICE SCHEDULES________________________________________________________________________Table of Schedules________________________________________________________________________Schedule No. 1 Plant and Equipment (including Mandatory Spare Parts) to besupplied from Abroad, including type test charges for type tests tobe conducted Abroad.Schedule No. 2Schedule No. 3Schedule No. 4Schedule No. 5 (a)Schedule No. 5(b)Schedule No. 6(a)Schedule No. 6((b)Schedule No. 7Schedule No. 8Schedule No. 9Schedule No. 10Plant and Equipment (including Mandatory Spare Parts) to besupplied from within India, including type test charges for typetests to be conducted in India.Local Transportation, Insurance and other incidental services(including port clearance etc.)Installation chargesBreak-up of type test charges for type tests conducted abroad.Break-up of type test charges for type tests conducted in India.Training charges for training to be imparted abroad.Training charges for training to be imparted in India.Grand Summary of the quoted bid priceTaxes and Duties not included in bid priceMinimum value of bought-out items for the purpose of Sales TaxDeclaration FormsRecommended spare parts and recommended test equipments_____________________________________________________________________T.No. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 566 of 566


Page 1 of 50SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Bidder's Name and Address :33 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Plant and Equipment (including Mandatory Spares Parts) to be supplied from within Abroad, including Type Test charges forType Test to be conducted in AbroadS.No.Item Description Unit Qty CurrencCIF PRICEy # Unit FOB Unit CIFTotal CIF PricePrice PriceSCHEDULE - 1Taxes & Duties for Direct Transaction (Not included in CIF PriceComponent)Custom OctroiEntry Tax OthersRate Amount Rate Amount Rate Amount Rate amount1 2 3 4 5 6 7 8=4x7 9 10 11 12 13 14 15 16I. Main EquipmentsA) 36 kV GIS Equipmenti 36 kV, SF6 gas insulated feeder bay module each Set 12comprising of circuit breaker(1250A), currenttransformer(800-400/1-1-1), two bus-bardisconnectors(1250A) with common grounding switch,surge arrestors(30kV) , SF6 gas monitoring system forcomplete bay, PT, gas insulated terminal connection forconnecting XLPE cable with cable terminationenclosure and accessories with GIS etc. to completefeeder bay module.ii 36kV, 2500A, SF6 gas insulated bus coupler bay Set 1module comprising of circuit breaker(2500A), currenttransformer(2000/1-1-1A), two bus bar disconnectors(2500A) each with safety grounding switch, baymarshalling box, SF6 gas monitoring system forcomplete bay etc.iii 36 kV, 2500A, SF6 gas insulated transformer bay Set 2module each comprising of circuit breaker(2500A),current transformer(2000/1-1-1A), Two nos of bus-bardisconnectors (2500A) with common earthing switch,surge arrestors(30kV) , SF6 gas monitoring system forcomplete bay, gas insulated terminal connection forconnecting Transformer through XLPE cable(1x1000sq.mm.) with cable termination enclosure (Indoor /outdoor) /bus duct and accessories with GIS etc. tocomplete transformer bay module.


Page 2 of 50SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Bidder's Name and Address :33 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Plant and Equipment (including Mandatory Spares Parts) to be supplied from within Abroad, including Type Test charges forType Test to be conducted in AbroadS.No.Item Description Unit Qty CurrencCIF PRICEy # Unit FOB Unit CIFTotal CIF PricePrice PriceSCHEDULE - 1Taxes & Duties for Direct Transaction (Not included in CIF PriceComponent)Custom OctroiEntry Tax OthersRate Amount Rate Amount Rate Amount Rate amount1 2 3 4 5 6 7 8=4x7 9 10 11 12 13 14 15 16iv 36kV, 2500 A., 3-phase unit, SF6 gas insulated, metal Set 2enclosed bus bars each enclosed in bus enclosuresrunning along the length of the switchgear tointerconnect each of circuit breaker bay module. Eachbus bar set shall be complete with voltagetransformer,disconnector, safety grounding switch, SF6gas monitoring system etc.v 36 kV, 2500A, SF6 gas insulated transformer incomer Set 2bay module each comprising of circuitbreaker(2500A), current transformer(2000/1-1-1), Twonos of bus-bar disconnectors (2500A) with one earthingswitch, line disconnector (2500A) with one normal &one high speed fault make grounding switch, surgearrestors(30kV) , bay marshalling box, SF6 gasmonitoring system for complete bay, gas insulatedterminal connection for connecting Transformer throughXLPE cable(1x1000 sq.mm.) with cable terminationenclosure (Indoor / outdoor) /bus duct and accessorieswith GIS etc. to complete transformer bay module.


Page 3 of 50SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Bidder's Name and Address :33 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Plant and Equipment (including Mandatory Spares Parts) to be supplied from within Abroad, including Type Test charges forType Test to be conducted in AbroadS.No.Item Description Unit Qty CurrencCIF PRICEy # Unit FOB Unit CIFTotal CIF PricePrice PriceSCHEDULE - 1Taxes & Duties for Direct Transaction (Not included in CIF PriceComponent)Custom OctroiEntry Tax OthersRate Amount Rate Amount Rate Amount Rate amount1 2 3 4 5 6 7 8=4x7 9 10 11 12 13 14 15 16vi 36 kV, SF6 gas insulated capacitor bank bay module set 4each comprising of circuit breaker(1250A), currenttransformer(800-400/1-1-1), two bus-bardisconnectors(1250A) with common grounding switch,surge arrestors(30kV) , SF6 gas monitoring system forcomplete bay, PT, gas insulated terminal connection forconnecting XLPE cable with cable terminationenclosure and accessories with GIS etc. to completefeeder bay module.BCSUb-Total (A)Testing & Maintenance Equipment for GISi SF6 Gas filling and evacuating plant Set 1ii Partial Discharge Monitoring System Set 1iii Dew point meter, Set 1iv Three Phase auotmatic three phase kit,Set 1v Contact resistance meter Set 1vi Circuit breaker operational analyserSet 1vii SF6 gas leak meter. Set 1viii Gas masks Nos 10Sub-Total (B)Sub-Station Automation System and relay &Protection Panelsi Optic fibre cable and other interface/converterequipments for complete automationset 1ii SCADA Equipments Set 1iii Testing & Maintenance equipment Set 1Inverter of suitable capacity for station HMI andiv peripheral devices i. e. printer etc.Set 1


Page 4 of 50SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Bidder's Name and Address :33 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Plant and Equipment (including Mandatory Spares Parts) to be supplied from within Abroad, including Type Test charges forType Test to be conducted in AbroadS.No.Item Description Unit Qty CurrencCIF PRICEy # Unit FOB Unit CIFTotal CIF PricePrice PriceSCHEDULE - 1Taxes & Duties for Direct Transaction (Not included in CIF PriceComponent)Custom OctroiEntry Tax OthersRate Amount Rate Amount Rate Amount Rate amount1 2 3 4 5 6 7 8=4x7 9 10 11 12 13 14 15 16Air conditioning system ,No. 11The Air conditioned kiosk shall house bay levelunits , bay mmimic, relay and protection panels etc. fortwo bays (including A/C for control room and GIS roomv etc.33kV Circuit breaker relay and protection panel withvi auto reclosepanels 21vii Line Protection Panel No. 16viii Trnsformer protection panelnos. 2ix Bus -Coupler Protection panel nos. 1x Incomer Protection panel nos. 2Other/Common equipments pertaining to Relay &xi Protection SystemlotSub Total CD LT Switchgear1.1 415V Main Switchboard Set 11.2 415V ACDB Set 11.3 415V MLDB Set 11.4 415V Emergency LDB Set 11.5 415V Air-conditioning DB Set 11.6 220V DCDB Set 1Sub-Total (D)E (i) Batteries1.1 220V [_________________AH] (*) Nos. 1(*) Bidder to estimate and indicate the capacities ofBatteries in Ampere-Hours. The estimated capacitiesshould meet the functional requirement.E (ii) Battery Charger System1.1 220V Set 1Sub-Total [(E)={E(i) +E(ii)}]FFire fighting equipments


Page 5 of 50SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Bidder's Name and Address :33 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Plant and Equipment (including Mandatory Spares Parts) to be supplied from within Abroad, including Type Test charges forType Test to be conducted in AbroadS.No.Item Description Unit Qty CurrencCIF PRICEy # Unit FOB Unit CIFTotal CIF PricePrice PriceSCHEDULE - 1Taxes & Duties for Direct Transaction (Not included in CIF PriceComponent)GCustom OctroiEntry Tax OthersRate Amount Rate Amount Rate Amount Rate amount1 2 3 4 5 6 7 8=4x7 9 10 11 12 13 14 15 16Fire Protection for GIS cum control room building etc.(i) (Portable type fire extinguishers system)Lot 1Sub-Total (F)Illumination Systemi Control Room/GIS Building Illumination Set 1Sub-Total (G)H33KV XLPE Cable33KV 1X1000 Sq.mm XLPE cable with terminationi kitKm As required(* Bidder to estimate and fill the quantities as per his own assessmentSub-Total (H)I Power cables and copper conductor armoured control cablesalongwith lugs, Glands and straight joints, Termination Kit etc.I(i) 1.1 kV Grade PVC insulated Al. conductor armoured powercables and copper conductor armoured control cablesalongwith lugs, Glands and straight joints1.1 Power Cables (XLPE)(*)(a) 3.5Cx300 sq.mmkm1.2 Power Cable (PVC) (*)(a) 1Cx150 sq.mmkm(b) 3.5Cx70 sq.mmkm(c ) 3.5Cx35 sq.mmkm(d) 4Cx16 sq.mmkm(e) 4Cx6 sq.mmkm(f) 2Cx6 sq.mmkm1.3 Control Cable (PVC) (*)(a) 2Cx2.5 sq.mmkm(b) 3Cx2.5 sq.mmkm(c ) 5Cx2.5 sq.mmkm(d) 7Cx2.5 sq.mmkm(e) 10Cx2.5 sq.mmkm


Page 6 of 50SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Bidder's Name and Address :33 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Plant and Equipment (including Mandatory Spares Parts) to be supplied from within Abroad, including Type Test charges forType Test to be conducted in AbroadS.No.Item Description Unit Qty CurrencCIF PRICEy # Unit FOB Unit CIFTotal CIF PricePrice PriceSCHEDULE - 1Taxes & Duties for Direct Transaction (Not included in CIF PriceComponent)Custom OctroiEntry Tax OthersRate Amount Rate Amount Rate Amount Rate amount1 2 3 4 5 6 7 8=4x7 9 10 11 12 13 14 15 16(f) 14Cx2.5 sq.mmkm(g) 19Cx2.5 sq.mmkm(h) 27Cx2.5 sq.mmkmSub-Total (I)JGrounding/ Earthing System*As Reqd.(*Bidder to estimate and design the grounding system)Lightning cum Lightening Mast/ GS Shield Wire L/S 1Sub-Total (K)K DG Set along with control panel (250KVA) Set 1SUB-TOTAL (I) : Main Equipments(II) MANDATORY SPARES (%)1.1 Mandatory Spares as per the List indicated in Section -Project, Technical Specification, Vol.-II of the BiddingDocuments for the following(a) SF6 Gas pressure relief devices no one each type(b) Pressure gauge along with coupling deviceno one each type(c) Rubber gasgets,"O" rings and seals for SF6 gas no one each type(d) Molecular filter for SF6 Gas no one each type(e) Density monitors for SF6 Gas no one each type(f) All types of control valves for SF6 gas no one each type(g) SF6 Gas % age 20%**** of Total gas requirementEnclosures, Insulators and bus bar to replace one(h ) section of each phas of bus bar compartment no. 1Cable termination enclouseres for feeder bay(i) moduleno. 1Cable termination enclouseres for feeder bay(j) moduleLS 11.2 Spares for Relay & Protection Panels1.2.1 Breaker Relay Panel Spares(a) Breaker failure relay (Numerical Tye) No. 1(b) Trip Circuit supervision relay No. 2(c) Self reset trip relay No. One each type(d) Hand reset relay No. One each type


Page 7 of 50SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Bidder's Name and Address :33 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Plant and Equipment (including Mandatory Spares Parts) to be supplied from within Abroad, including Type Test charges forType Test to be conducted in AbroadS.No.Item Description Unit Qty CurrencCIF PRICEy # Unit FOB Unit CIFTotal CIF PricePrice PriceSCHEDULE - 1Taxes & Duties for Direct Transaction (Not included in CIF PriceComponent)Custom OctroiEntry Tax OthersRate Amount Rate Amount Rate Amount Rate amount1 2 3 4 5 6 7 8=4x7 9 10 11 12 13 14 15 16(e) Timer relay No. One each type(f) DC supervision relay No. 1(g) Flag relays No. One each type(i) Auxilary relaysNo. One each type1.2.2 Line protection panel equipment spareMain 1 numerical distance relay withSet One each type(a) software(excluding external trip relays)Main 2 numerical distance relay withSet One each type(b) software(excluding external trip relays)1.3 Spares for sub-station Automation systemHard disc of each type used in master station, HMI Set One each type(a) , Printer serverCable and connectors used in bay control unit , Set One each type(b) master station , HMI, Printer serverApplicable RAM(DIMM/SIMM card) used in Master Set One each type(c) Station, HMI, Printer server(d) Mouse Set One each type(e) Keyboard Set One each type(f) SMPS used for master station Set One each type(g) Fan assembely used for master stationSet One each typeMass Storage devicei. Optical drive/CD writer etc Set One each type(h) with driver(i) Network card with driver Set One each type(j) VDU with driver Set One each type(k) Bay control unit with configuration software set 2(l) Operating system of master station, HMI,Printer Set 1serverwith the speecified software version inCDROM(i.e. WIN, NT, Unix etc.) with manual anddevice drivers(m) Source cod and complier of application softwarewith detailed manual for master station , HMI andprinter server.(n) Printer with driver and manual Set One each type1.4 Spares for LIGHTING(a) Single pole MCB No. 2% of totalpopulation ofeach rating


Page 8 of 50SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Bidder's Name and Address :33 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Plant and Equipment (including Mandatory Spares Parts) to be supplied from within Abroad, including Type Test charges forType Test to be conducted in AbroadS.No.Item Description Unit Qty CurrencCIF PRICEy # Unit FOB Unit CIFTotal CIF PricePrice PriceSCHEDULE - 1Taxes & Duties for Direct Transaction (Not included in CIF PriceComponent)Custom OctroiEntry Tax OthersRate Amount Rate Amount Rate Amount Rate amount1 2 3 4 5 6 7 8=4x7 9 10 11 12 13 14 15 16(b) Triple pole MCB No. 2% of totalpopulation ofeach rating(c) Sodium vapour/ Mercury vapour lampsi Lamp %age 10% of totalpopulationii Ballast %age 5% of totalpopulationiii Condenser/ligtner%age 5% of totalpopulationiv Lamp holder %age 5% of totalpopulationv Complete fittings No. five each type(d) Switches & Sockets %age 5% of each type(e) Junction box %age 2% of each type(f) CFL with complete fitting %age 5% of totalpopulation(g) Metal halide lamp with complete fitting %age 2% of totalpopulation1.5 Spares for Circuit Breaker36kV C.B.(a) Single pole, 2500A, interrupting chamber complete No. 1with all necessary apparatus.(b) Single pole, 1250A, interrupting chamber complete No. 1with all necessary apparatus.(c) Rubber gaskets, ‘O’ rings and seals Set one each type(d) Trip coils with resistor. No. 3(e) Closing coils with resistor No. 3(f) Molecular filter. No. three each type(g) Density/pressure monitoring systems No. 1(h) Relays, Power contactors, push buttons, timers & No. one each typeMCB etc.(i) Closing assembly/ valve No. 1(j) Trip assembly/ valve No. 1(k) Pressure switches No. one each type(l) Auxiliary switch assembly No. 1(m) Operation Counter No. 1


Page 9 of 50SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Bidder's Name and Address :33 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Plant and Equipment (including Mandatory Spares Parts) to be supplied from within Abroad, including Type Test charges forType Test to be conducted in AbroadS.No.Item Description Unit Qty CurrencCIF PRICEy # Unit FOB Unit CIFTotal CIF PricePrice PriceSCHEDULE - 1Taxes & Duties for Direct Transaction (Not included in CIF PriceComponent)Custom OctroiEntry Tax OthersRate Amount Rate Amount Rate Amount Rate amount1 2 3 4 5 6 7 8=4x7 9 10 11 12 13 14 15 16(n) Rupture disc/diapharmNo. one each type(o) Single pole, 2500A, operating mechanism, No. 1complete with all necessary connecting apparatus.(p) Single pole, 1250A, operating mechanism, No. 1complete with all necessary connecting apparatus.(q ) All types of coupling for SF6 gas No. one each type1.6 Spares for Isolator and Earth Switch36kV Isolator and E/S(a) Single ph., 1250A Disconnecting Switch internal Set 1parts, complete with all necessary gaskets,mounting hardware, etc.(b) Three ph., 1250A Disconnecting Switch operating Set 1mechanism, complete with all necessaryconnecting apparatus.(c) Single ph., 1250A Grounding Switch internal parts, Set 1complete with all necessary gaskets, mountinghardware etc(d) Three ph., 1250A Grounding Switch operating Set 1mechanism, complete with all necessaryconnecting apparatus.(e) Single phase, 2500A, grounding switch, Internal Set 1parts complete with all necessary gasketsmounting hardware etc.(f) Three phase, 2500A, grounding switch operating Set 1mechanism complete with all necessary gasketsconnecting apparatus.(g) Windoscope / Observing windowNo. 11.7 Spares for Current Transformer(a) 33kV, 1-phase CT ratio 2000/1-1-1A, complete with No. 2all gaskets and mounting hardware.(b) 33kV, 1-phase CT ratio 800-400/1-1-1A, complete No. 4with all gaskets and mounting hardware.1.8 Spares for Voltage Transformer/ PT(a) 33kV, 1-phase VT ratio 36kV/√3 / 110V/√3- No. 3110V/√3-110V/√3 complete with all gaskets andmounting hardware.


Page 10 of 50SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Bidder's Name and Address :33 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Plant and Equipment (including Mandatory Spares Parts) to be supplied from within Abroad, including Type Test charges forType Test to be conducted in AbroadS.No.Item Description Unit Qty CurrencCIF PRICEy # Unit FOB Unit CIFTotal CIF PricePrice PriceSCHEDULE - 1Taxes & Duties for Direct Transaction (Not included in CIF PriceComponent)Custom OctroiEntry Tax OthersRate Amount Rate Amount Rate Amount Rate amount1 2 3 4 5 6 7 8=4x7 9 10 11 12 13 14 15 161.9 Spares for Surge Arrestor(a) 30kV, complete GIS type LA including insulating No. 3Base with Surge counter & accessories.(b) 30kV, Surge counter/monitor No. 3SUB-TOTAL (II) : MANDATORY SPARESTOTAL [(I) + (II)](III) Total for Type Test Charges for Type Tests to be conducted Abroad [as per Schedule - 5a]Total CIF Price Including Type Test charges for Type Tests to be conducted Abroad [(I) + (II) + (III) ]Note :Date :Place :Bidder is required to quote prices in this Schedule for all the individual items/sub-items.Bidder is required to furnish the break-up of type test charges for type tests to be conducted abroad in Schedule - 5a.# Specify currency in accordance with ITB clause 11 Volume I of the bidding documents.Signature : ___________________________Printed Name _________________________Designation __________________________Common Seal ________________________


Page 1 of 2SPECIFICATION NO: DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE -233 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Plant and Equipment (including Mandatory Spares Parts) to be supplied from India,including Type Test charges for Type Test to be conducted in IndiaS.No.Item Description Unit Qty Currency # Ex Works PRICE Mode of Transaction (Direct /Bought out.)Unit Price TotalPriceTaxes & Duties for Direct Transaction (Not included in Ex Works Price Component) Applicable Octroi and Entry tax ( notincluded in ex works price component)for bought out finished items dispatcheddirectly from sub vendors works.Excise Sales Tax OctroiEntry Tax Others Octroi Entry TaxRate Amount Rate Amount Rate Amount Rate amount Rate amount Rate amount Rate amount1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22I. Main Equipment.A) 36 kV GIS Equipmenti 36 kV, SF6 gas insulated feeder bay module each Set 12comprising of circuit breaker(1250A), currenttransformer(800-400/1-1-1), two bus-bardisconnectors(1250A) with common grounding switch,surge arrestors(30kV) , SF6 gas monitoring system forcomplete bay, PT, gas insulated terminal connection forconnecting XLPE cable with cable terminationenclosure and accessories with GIS etc. to completefeeder bay module.ii 36kV, 2500A, SF6 gas insulated bus coupler bay Set 1module comprising of circuit breaker(2500A), currenttransformer(2000/1-1-1A), two bus bar disconnectors(2500A) each with safety grounding switch, baymarshalling box, SF6 gas monitoring system forcomplete bay etc.iii 36 kV, 2500A, SF6 gas insulated transformer bay Set 2module each comprising of circuit breaker(2500A),current transformer(2000/1-1-1A), Two nos of bus-bardisconnectors (2500A) with common earthing switch,surge arrestors(30kV) , SF6 gas monitoring system forcomplete bay, gas insulated terminal connection forconnecting Transformer through XLPE cable(1x1000sq.mm.) with cable termination enclosure (Indoor /outdoor) /bus duct and accessories with GIS etc. tocomplete transformer bay module.iv 36kV, 2500 A., 3-phase unit, SF6 gas insulated, metal Set 2enclosed bus bars each enclosed in bus enclosuresrunning along the length of the switchgear tointerconnect each of circuit breaker bay module. Eachbus bar set shall be complete with voltagetransformer,disconnector, safety grounding switch, SF6gas monitoring system etc.


Page 2 of 2SPECIFICATION NO: DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE -233 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Plant and Equipment (including Mandatory Spares Parts) to be supplied from India,including Type Test charges for Type Test to be conducted in IndiaS.No.Item Description Unit Qty Currency # Ex Works PRICE Mode of Transaction (Direct /Bought out.)Unit Price TotalPriceTaxes & Duties for Direct Transaction (Not included in Ex Works Price Component) Applicable Octroi and Entry tax ( notincluded in ex works price component)for bought out finished items dispatcheddirectly from sub vendors works.Excise Sales Tax OctroiEntry Tax Others Octroi Entry TaxRate Amount Rate Amount Rate Amount Rate amount Rate amount Rate amount Rate amount1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22v 36 kV, 2500A, SF6 gas insulated transformer incomer Set 2bay module each comprising of circuitbreaker(2500A), current transformer(2000/1-1-1), Twonos of bus-bar disconnectors (2500A) with one earthingswitch, line disconnector (2500A) with one normal &one high speed fault make grounding switch, surgearrestors(30kV) , bay marshalling box, SF6 gasmonitoring system for complete bay, gas insulatedterminal connection for connecting Transformer throughXLPE cable(1x1000 sq.mm.) with cable terminationenclosure (Indoor / outdoor) /bus duct and accessorieswith GIS etc. to complete transformer bay module.vi 36 kV, SF6 gas insulated capacitor bank bay module set 4each comprising of circuit breaker(1250A), currenttransformer(800-400/1-1-1), two bus-bardisconnectors(1250A) with common grounding switch,surge arrestors(30kV) , SF6 gas monitoring system forcomplete bay, PT, gas insulated terminal connection forconnecting XLPE cable with cable terminationenclosure and accessories with GIS etc. to completefeeder bay module.SUb-Total (A)B Testing & Maintenance Equipment for GISi SF6 Gas filling and evacuating plant Set 1ii Partial Discharge Monitoring System Set 1iii Dew point meter, Set 1iv Three Phase auotmatic three phase kit,Set 1v Contact resistance meter Set 1vi Circuit breaker operational analyserSet 1vii SF6 gas leak meter. Set 1viii Gas masks Nos 10Sub-Total (B)C Sub-Station Automation System and relay &Protection Panelsi Optic fibre cable and other interface/converterequipments for complete automationset 1ii SCADA Equipments Set 1iii Testing & Maintenance equipment Set 1Inverter of suitable capacity for station HMI andiv peripheral devices i. e. printer etc.Set 1


SPECIFICATION NO: DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 1 of 233 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)SCHEBidder's Name and Address :Plant and Equipment (including Mandatory Spares Parts) to be supplied from India,including Type Test charges for Type Test to be conducted in IndiaS.No.Item Description Unit Qty Currency # Ex Works PRICE Mode of Transaction (Direct /Bought out.)Unit Price TotalPrice1 2 3 4 5 6 7 8Air conditioning system ,No. 11The Air conditioned kiosk shall house bay levelunits , bay mmimic, relay and protection panels etc. fortwo bays (including A/C for control room and GIS roometc.v33kV Circuit breaker relay and protection panel withvi auto reclosepanels 21vii Line Protection Panel No. 16viii Trnsformer protection panelnos. 2ix Bus -Coupler Protection panel nos. 1x Incomer Protection panel nos. 2Other/Common equipments pertaining to Relay &xi Protection SystemlotSub Total CD LT Switchgear1.1 415V Main Switchboard Set 11.2 415V ACDB Set 11.3 415V MLDB Set 11.4 415V Emergency LDB Set 11.5 415V Air-conditioning DB Set 11.6 220V DCDB Set 1Sub-Total (D)E (i)Batteries


SPECIFICATION NO: DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 2 of 233 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)SCHEBidder's Name and Address :Plant and Equipment (including Mandatory Spares Parts) to be supplied from India,including Type Test charges for Type Test to be conducted in IndiaS.No.Item Description Unit Qty Currency # Ex Works PRICE Mode of Transaction (Direct /Bought out.)Unit Price TotalPrice1 2 3 4 5 6 7 81.1 220V [_________________AH] (*) Nos. 1(*) Bidder to estimate and indicate the capacities ofBatteries in Ampere-Hours. The estimated capacitiesshould meet the functional requirement.E (ii) Battery Charger System1.1 220V Set 1Sub-Total [(E)={E(i) + E(ii)}]FGHFire fighting equipmentsFire Protection for GIS cum control room building etc.(i) (Portable type fire extinguishers system)Lot 1Sub-Total (F)Illumination Systemi Control Room/GIS Building Illumination Set 1Sub-Total (G)33KV XLPE Cable33KV 1X1000 Sq.mm XLPE cable with terminationi kitlot As required(* Bidder to estimate and fill the quantities as per his own assessmentSub-Total (H)II(i)Power cables and copper conductor armoured control cablesalongwith lugs, Glands and straight joints, Termination Kit etc.1.1 kV Grade PVC insulated Al. conductor armoured power


SPECIFICATION NO: DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 1 of 233 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)SCHEBidder's Name and Address :Plant and Equipment (including Mandatory Spares Parts) to be supplied from India,including Type Test charges for Type Test to be conducted in IndiaS.No.Item Description Unit Qty Currency # Ex Works PRICE Mode of Transaction (Direct /Bought out.)Unit Price TotalPrice1 2 3 4 5 6 7 8cables and copper conductor armoured control cablesalongwith lugs, Glands and straight joints1.1 Power Cables (XLPE)(*)(a) 3.5Cx300 sq.mmkm1.2 Power Cable (PVC) (*)(a) 1Cx150 sq.mmkm(b) 3.5Cx70 sq.mmkm(c ) 3.5Cx35 sq.mmkm(d) 4Cx16 sq.mmkm(e) 4Cx6 sq.mmkm(f) 2Cx6 sq.mmkm1.3 Control Cable (PVC) (*)(a) 2Cx2.5 sq.mmkm(b) 3Cx2.5 sq.mmkm(c ) 5Cx2.5 sq.mmkm(d) 7Cx2.5 sq.mmkm(e) 10Cx2.5 sq.mmkm(f) 14Cx2.5 sq.mmkm(g) 19Cx2.5 sq.mmkm(h) 27Cx2.5 sq.mmkmSub-Total (I)


SPECIFICATION NO: DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 2 of 233 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)SCHEBidder's Name and Address :Plant and Equipment (including Mandatory Spares Parts) to be supplied from India,including Type Test charges for Type Test to be conducted in IndiaS.No.Item Description Unit Qty Currency # Ex Works PRICE Mode of Transaction (Direct /Bought out.)Unit Price TotalPriceJ1 2 3 4 5 6 7 8Grounding/ Earthing System*As Reqd.(*Bidder to estimate and design the grounding system)Lightning cum Lightening Mast/ GS Shield Wire L/S 1Sub-Total (K)K DG Set along with control panel (250 KVA) set 1SUB-TOTAL (1) : Main Equipments(II) MANDATORY SPARES (%)1.1 Mandatory Spares as per the List indicated in Section -Project, Technical Specification, Vol.-II of the BiddingDocuments for the following(a) SF6 Gas pressure relief devices no one each type(b) Pressure gauge along with coupling deviceno one each type( c) Rubber gasgets,"O" rings and seals for SF6 gas no one each type(d) Molecular filter for SF6 Gas no one each type(e) Density monitors for SF6 Gas no one each type(f) All types of control valves for SF6 gas no one each type(g) SF6 Gas % age 20%**(h ) ** of Total gas requirementEnclosures, Insulators and bus bar to replace one no. 1(i) section of each phas of bus bar compartmentCable termination enclouseres for feeder bay no. 1(j) module1.2 Spares for Relay & Protection Panels


SPECIFICATION NO: DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 1 of 233 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)SCHEBidder's Name and Address :Plant and Equipment (including Mandatory Spares Parts) to be supplied from India,including Type Test charges for Type Test to be conducted in IndiaS.No.Item Description Unit Qty Currency # Ex Works PRICE Mode of Transaction (Direct /Bought out.)Unit Price TotalPrice1 2 3 4 5 6 7 81.2.1 Breaker Relay Panel Spares(a) Breaker failure relay (Numerical Tye) No. 1(b) Trip Circuit supervision relay No. 2(c) Self reset trip relay No. One each type(d) Hand reset relay No. One each type(e) Timer relay No. One each type(f) DC supervision relay No. 1(g) Flag relays No. One each type(i) Auxilary relaysNo. One each type1.2.2 Line protection panel equipment spareMain 1 numerical distance relay withSet One each type(a) software(excluding external trip relays)Main 2 numerical distance relay withSet One each type(b) software(excluding external trip relays)1.3 Spares for sub-station Automation systemHard disc of each type used in master station, HMI Set One each type(a) , Printer server


SPECIFICATION NO: DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 2 of 233 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)SCHEBidder's Name and Address :Plant and Equipment (including Mandatory Spares Parts) to be supplied from India,including Type Test charges for Type Test to be conducted in IndiaS.No.Item Description Unit Qty Currency # Ex Works PRICE Mode of Transaction (Direct /Bought out.)Unit Price TotalPrice1 2 3 4 5 6 7 8Cable and connectors used in bay control unit , Set One each type(b) master station , HMI, Printer serverApplicable RAM(DIMM/SIMM card) used in Master Set One each type(c) Station, HMI, Printer server(d) Mouse Set One each type(e) Keyboard Set One each type(f) SMPS used for master station Set One each type(g) Fan assembely used for master stationSet One each typeMass Storage devicei. Optical drive/CD writer etc Set One each type(h) with driver(i) Network card with driver Set One each type(j) VDU with driver Set One each type(k) Bay control unit with configuration software set 2(l) Operating system of master station, HMI,Printer Set 1serverwith the speecified software version inCDROM(i.e. WIN, NT, Unix etc.) with manual anddevice drivers


SPECIFICATION NO: DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 1 of 233 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)SCHEBidder's Name and Address :Plant and Equipment (including Mandatory Spares Parts) to be supplied from India,including Type Test charges for Type Test to be conducted in IndiaS.No.Item Description Unit Qty Currency # Ex Works PRICE Mode of Transaction (Direct /Bought out.)Unit Price TotalPrice1 2 3 4 5 6 7 8(m) Source cod and complier of application softwarewith detailed manual for master station , HMI andprinter server.(n) Printer with driver and manual Set One each type1.4 Spares for LIGHTING(a) Single pole MCB No. 2% of totalpopulation ofeach rating(b) Triple pole MCB No. 2% of totalpopulation ofeach rating(c) Sodium vapour/ Mercury vapour lampsi Lamp %age 10% of totalpopulationii Ballast %age 5% of totalpopulationiii Condenser/ligtner%age 5% of totalpopulation


SPECIFICATION NO: DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 2 of 233 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)SCHEBidder's Name and Address :Plant and Equipment (including Mandatory Spares Parts) to be supplied from India,including Type Test charges for Type Test to be conducted in IndiaS.No.Item Description Unit Qty Currency # Ex Works PRICE Mode of Transaction (Direct /Bought out.)Unit Price TotalPrice1 2 3 4 5 6 7 8iv Lamp holder %age 5% of totalpopulationv Complete fittings No. five each type(d) Switches & Sockets %age 5% of eachtype(e) Junction box %age 2% of eachtype(f) CFL with complete fitting %age 5% of totalpopulation(g) Metal halide lamp with complete fitting %age 2% of totalpopulation1.5 Spares for Circuit Breaker36kV C.B.(a) Single pole, 2500A, interrupting chamber complete No. 1with all necessary apparatus.(b) Single pole, 1250A, interrupting chamber complete No. 1with all necessary apparatus.(c) Rubber gaskets, ‘O’ rings and seals Set one each type(d) Trip coils with resistor. No. 3


SPECIFICATION NO: DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 1 of 233 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)SCHEBidder's Name and Address :Plant and Equipment (including Mandatory Spares Parts) to be supplied from India,including Type Test charges for Type Test to be conducted in IndiaS.No.Item Description Unit Qty Currency # Ex Works PRICE Mode of Transaction (Direct /Bought out.)Unit Price TotalPrice1 2 3 4 5 6 7 8(e) Closing coils with resistor No. 3(f) Molecular filter. No. three eachtype(g) Density/pressure monitoring systems No. 1(h) Relays, Power contactors, push buttons, timers & No. one each typeMCB etc.(i) Closing assembly/ valve No. 1(j) Trip assembly/ valve No. 1(k) Pressure switches No. one each type(l) Auxiliary switch assembly No. 1(m) Operation Counter No. 1(n) Rupture disc/diapharmNo. one each type(o) Single pole, 2500A, operating mechanism, No. 1complete with all necessary connecting apparatus.(p) Single pole, 1250A, operating mechanism, No. 1complete with all necessary connecting apparatus.(q ) All types of coupling for SF6 gas No. one each type1.6 Spares for Isolator and Earth Switch


SPECIFICATION NO: DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 2 of 233 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)SCHEBidder's Name and Address :Plant and Equipment (including Mandatory Spares Parts) to be supplied from India,including Type Test charges for Type Test to be conducted in IndiaS.No.Item Description Unit Qty Currency # Ex Works PRICE Mode of Transaction (Direct /Bought out.)Unit Price TotalPrice1 2 3 4 5 6 7 836kV Isolator and E/S(a) Single ph., 1250A Disconnecting Switch internal Set 1parts, complete with all necessary gaskets,mounting hardware, etc.(b) Three ph., 1250A Disconnecting Switch operating Set 1mechanism, complete with all necessaryconnecting apparatus.(c) Single ph., 1250A Grounding Switch internal parts, Set 1complete with all necessary gaskets, mountinghardware etc(d) Three ph., 1250A Grounding Switch operating Set 1mechanism, complete with all necessaryconnecting apparatus.(e) Single phase, 2500A, grounding switch, Internal Set 1parts complete with all necessary gasketsmounting hardware etc.(f) Three phase, 2500A, grounding switch operating Set 1mechanism complete with all necessary gasketsconnecting apparatus.


SPECIFICATION NO: DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 1 of 233 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)SCHEBidder's Name and Address :Plant and Equipment (including Mandatory Spares Parts) to be supplied from India,including Type Test charges for Type Test to be conducted in IndiaS.No.Item Description Unit Qty Currency # Ex Works PRICE Mode of Transaction (Direct /Bought out.)Unit Price TotalPrice1 2 3 4 5 6 7 8(g) Windoscope / Observing windowNo. 11.7 Spares for Current Transformer(a) 33kV, 1-phase CT ratio 2000/1-1-1A, complete with No. 2all gaskets and mounting hardware.(b) 33kV, 1-phase CT ratio 800-400/1-1-1A, complete No. 4with all gaskets and mounting hardware.1.8 Spares for Voltage Transformer/ PT(a) 33kV, 1-phase VT ratio 36kV/√3 / 110V/√3- No. 3110V/√3-110V/√3 complete with all gaskets andmounting hardware.1.9 Spares for Surge Arrestor(a) 30kV, complete GIS type LA including insulating No. 3Base with Surge counter & accessories.(b) 30kV, Surge counter/monitor No. 3(% Bidder to enclose price break-up for all individual spare parts of the items indicated at Sl.No. II 1.1(a) to (n) above ina separate sheet as per the list given in Section-Project, Technical Specification, Vol. II of the Bidding DocumentsSUB-TOTAL (II) : MANDATORY SPARES


SPECIFICATION NO: DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 2 of 233 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)SCHEBidder's Name and Address :Plant and Equipment (including Mandatory Spares Parts) to be supplied from India,including Type Test charges for Type Test to be conducted in IndiaS.No.Item Description Unit Qty Currency # Ex Works PRICE Mode of Transaction (Direct /Bought out.)Unit Price TotalPrice1 2 3 4 5 6 7 8TOTAL [(I) + (II)](III) Total for Type Test Charges for Type Tests to be conducted in INDIA [as per Schedule - 5b]Total CIF Price Including Type Test charges for Type Tests to be conducted in INDIA[(I) + (II) + (III) ]*Note :Specify amount of Sales and other taxes,payable on the transactions between contractor and employeer and octroi entry tax as applicable fordestination site/state on all terms of supply including brought-out finished items(to be identified in the contract),which shall be dispatched directlyfrom the Subvendor's works to the Employer's site (sale-in-transit), only.Sales tax and other lavies for all the brought-out are to be included in theEXW Price (Col. No.7) only and not to be indicated here.Bidder is required to quote prices in this Schedule for all the individual items/sub-items.Bidder is required to furnish the break-up of type test charges for type tests to be conducted in India Schedule - 5b.# Specify currency in accordance with ITB clause 11 Volume I of the bidding documents.


SPECIFICATION NO: DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02Page 1 of 233 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)SCHEBidder's Name and Address :Plant and Equipment (including Mandatory Spares Parts) to be supplied from India,including Type Test charges for Type Test to be conducted in IndiaS.No.Item Description Unit Qty Currency # Ex Works PRICE Mode of Transaction (Direct /Bought out.)Unit Price TotalPrice1 2 3 4 5 6 7 8Date :Place :Signature : ___________________________Printed Name _________________________Designation __________________________Common Seal ________________________


SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-0233 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :SCHEDULE 5(a)Break-up of Type Test Charges for Type Tests to be conducted abroadS.No. EQUIPMENT DESCRIPTION OF TEST Testing Location TEST CHARGESCurrency Amount1 2 3 4 5 6(A) TYPE TEST OF GIS (As per IEC-62271-200) - 33 KV1 Tests to verify the insulation level of the equipment and dielectric tests onauxiliary circuits2 Tests to prove the Radio Interference Voltage (RIV) level (if applicable)3 Tests to prove the temperature rise of any part of the equipment andmeasurement of the resistance of the main circuit4 Tests to prove the ability of the main and earthing circuits to carry the ratedpeak and rated short-time withstand current5 Tests to verify the making and breaking capacity of the included switchingdevices6 Tests to prove the satisfactory operation of the included switching devices7 Tests to prove the strength of enclosures8 Verification of the degree of protection of the enclosure9 Gas tightness tests10 Electromagnetic compatibility tests (EMC)11 Additional tests on auxiliary and control circuits12 Tests on partitions13 Tests to prove the satisfactory operation at limit temperatures14 Tests to prove peformance under thermal cycling and gas tightness tests oninsulators15 Corrosion test on earthing connections (if applicable)16 Tests on assess the effects of arcing due to internal faultSub-TTotal (A)(B)TYPE TEST FOR Battery ChargerAs per latest IS/IECBreak up of type test charges to be provided© TYPE TEST FOR CABLE AS PER IS/IECBreak up of type test charges to be providedi1.1 KV Gradeii33 KV XLPE Power cableDate :Place :Grand Total for Type Test Charges (Total Schedule 5a]Signature : ___________________________Printed Name _________________________Designation __________________________Common Seal ________________________


SPECIFICATION NO.Bidder's Name and Address :33 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)SCHEDULE 5(b)Break-up of Type Test Charges for Type Tests to be conducted in IndiaS.No. EQUIPMENT DESCRIPTION OF TEST Testing Location TEST CHARGESCurrency Amount1 2 3 4 5 6(A) TYPE TEST OF GIS (As per IEC-62271-200) - 33 KV1 Tests to verify the insulation level of the equipment and dielectric tests onauxiliary circuits2 Tests to prove the Radio Interference Voltage (RIV) level (if applicable)3 Tests to prove the temperature rise of any part of the equipment andmeasurement of the resistance of the main circuit4 Tests to prove the ability of the main and earthing circuits to carry the ratedpeak and rated short-time withstand current5 Tests to verify the making and breaking capacity of the included switchingdevices6 Tests to prove the satisfactory operation of the included switching devices7 Tests to prove the strength of enclosures8 Verification of the degree of protection of the enclosure9 Gas tightness tests10 Electromagnetic compatibility tests (EMC)11 Additional tests on auxiliary and control circuits12 Tests on partitions13 Tests to prove the satisfactory operation at limit temperatures14 Tests to prove peformance under thermal cycling and gas tightness tests oninsulators15 Corrosion test on earthing connections (if applicable)16 Tests on assess the effects of arcing due to internal faultSub-TTOTAL (A)(B)TYPE TEST FOR Battery ChargerAs per latest IS/IECBreak up of type test charges to be provided© TYPE TEST FOR CABLE AS PER IS/IECBreak up of type test charges to be providedi1.1 KV Gradeii33 KV XLPE Power cableDate :Place :Grand Total for Type Test Charges (Total Schedule 5b]Signature : ___________________________Printed Name _________________________Designation __________________________


Common Seal ________________________


SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02SCHEDULE - 6(a)33 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Training Charges for Training to be imparted abroadS.NDESCRIPTIONoCountrywheretraining is tobe impartedNo. ofTraineesTrainingduration inweeksTotalManweeksTraining ChargesCurrency Training TotalCharges per TrainingManweek Charges1 2 3 4 5 6 7 8 9 = 6 x 81 Training in the field of design, opeation and maintenance of the GISinstallations including procedures for fault attending at manufacturersuppliers works (as per Technical Specifications)Total for Training Charges (Total Schedule 6a)Date :Place :Signature : ___________________________Printed Name _________________________Designation __________________________Common Seal ________________________


SPECIFICATION NO.SCHEDULE - 6(b)33 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Training Charges for Training to be imparted in IndiaS.NDESCRIPTIONoCountrywheretraining is tobe impartedNo. ofTraineesTrainingduration inweeksTotalManweeksTraining ChargesCurrency Training TotalCharges per TrainingManweek Charges1 2 3 4 5 6 7 8 9 = 6 x 81 Training in the field of design, opeation and maintenance of the GISinstallations including procedures for fault attending at manufacturersuppliers works (as per Technical Specifications)Total for Training Charges (Total Schedule 6b)Date :Place :Signature : ___________________________Printed Name _________________________Designation __________________________Common Seal ________________________


SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 733 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :I. GRAND SUMMARY OF THE QUOTED BID PRICE.S.NoDESCRIPTION1 TOTAL SCHEDULE NO. 1Plant and Equipment (including Mandatory Spare Parts) to be supplied from Abroad, including Type TestCharges for Type Tests to be conducted Abroad.2 TOTAL SCHEDULE NO. 2Plant and Equipment (including Mandatory Spare Parts) to be supplied from within India, including Type TestCharges for Type Tests to be conducted in India3 TOTAL SCHEDULE NO. 3Local Transportation, Insurance and other Incidental Services (including port clearance etc.)4 TOTAL SCHEDULE NO. 4Installation Charges5 (a) TOTAL SCHEDULE NO. 5aBreak-up of Type Test charges for Type Tests to be conducted abroad. (Total of this schedule is included inSchedule - I above ]5 (b) TOTAL SCHEDULE NO. 5bBreak-up of Type Test charges for Type Tests to be conducted in India (Total of this Schedule isincluded in Schedule - 2 above.)6 (a) TOTAL SCHEDULE NO. 6aTraining Charges for Training to be imparted abroad (Training in the field of design, operation andmaintenance of the GIS Installations including procedures for fault attending at manufacturer's / supplier'sworks (as per Technical Specifications)}Total PriceForeign ( )*Total PriceDOMESTIC (INR)6 (b) TOTAL SCHEDULE NO. 6bTraining Charges for Training to be imparted India (Training in the filed of design, operation and maintenanceof the GIS Installations including procedures for fault attending at manufacturer's / supplier's works (as perTechnical Specifications)}GRAND TOTAL [1+2+3+4+6a+6b)* Specify currency in accordance with ITB 11, Vol.-I of the Bidding Documents."IAC amounting to………………………………….. Is included in CIF price for item in schedule-1 above and is in line with cls.


II. We declare that the following are our quoted bid price in INR/Applicable Currency for the entireScope of work as specified in the specifications and documents.A.Quoted Bid Price :i. In figures _________________________________________________ii. In Words _________________________________________________Excluding taxes & duties(Grand Summary of the Qouted Bid Price as in I above.)B. Applicable Taxes & Duties and other levies, payable additionally, in respect of the transactionbetween the Owner and the Contractor.i. Excise dutyEstimated at the rate of ………………………………………..ii. Custom DutyEstimated at the rate of ………………………………………..iii. Sales TaxEstimated at the rate of ………………………………………..iv. Other leviesa. Octroi : …………………….. estimated @ ______b. Entry Tax : …………………….. estimated @ ______c. Others (please specify) : …………………….. estimated @ ______i.ii.v) Total taxes & duties(i+ii+iii+iv) : ……………………..C.Applicable Octroi/ Entry Tax, payable additionally, in respect of bought-out finished items whichshall be dispatched directly from our sub-vendor's works to Owner's site (Sale in transit)i. Octroi : …………………….. estimated @ ______ii. Entry Tax : …………………….. estimated @ ______iii. Total levies [(i) + (ii)] :


D. Service Tax : ……………………………… estimated @ ______E. Total Quoted Bid Price including Taxes and Duties and other levies, for Evaluation.i.e. A + B + C - D above. { [A] plus [B] plus [C] minus [D] }i. In figures:INR/Applicable Currencyii. In Words: INR/Applicable Currency.F. Total Quoted Bid Price including Taxes and Duties and other levies, if contract is awarded to usi.e A+B+C abovei. In figures:INR/Applicable Currencyii. In Words: INR/Applicable Currency.Date : Signature : ___________________________Place : Printed Name _________________________Designation __________________________Common Seal ________________________


Page 11 of 24SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 833kV GIS SUBSTATION PACKAGE(TAXES & DUTIES NOT INCLUDED IN BID PRICE)Bidder's Name and Address :Details of taxes & duties not included in the Bid Price (in line with clause CC 14.4, CC 14.5 & CC 14.6Volume I of Bidding Documents) is furnished below :Item Description of Rate of Amount on which Tax/Duty/Levy Applicable Tax/Duty/Levy ApplicableTax/Duty/Levy etc. Tax/Duty/Levy Main MandatoryMain Mandatory[%} Equipment SparesEquipment SparesServices which areprovided directly bythe Contractor, onwhich Service Tax, ifapplicable and payableby the Employer as perthe provisions of theBidding Documents*Services whichare provideddirectly by theContractor, onwhich ServiceTax, if applicableand payable bythe Employer asper theprovisions of theBiddingDocuments*TotalTax/Duty/LevyPayableTOTAL :* Please indicate the Services which are provided directly by the Contractor, on which Service Tax, if applicable and payable by the Employer as per the provisions of the bidding documents.Signature : ___________________________Printed Name _________________________


Page 12 of 24Designation __________________________Common Seal ________________________


Page 13 of 24SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 933 kV GIS SUBSTATION PACKAGE(MINIMUM VALUE OF BOUGHT-OUT ITEMS FOR THE PURPOSE OF SALES TAX DECLARATION FORMS)Bidder's Name and Address :We indicate the minimum value of bought-out items only forthe purpose of Sales-Tax declaration formSl.No.Description of bought-out itemsMinimum value for the purpose of sales tax declaration formDate :Place :Signature : ___________________________Printed Name _________________________Designation __________________________Common Seal ________________________


Page 14 of 24SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE - 433 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Installation ChargesS.No.Item Description Unit Qty.Portion inForeignCurrencyPortion inLocalCurrency(INR)Service Tax, if applicable andpayable by the Employer as perthe provisions of the BiddingdocumentsCurrency# Unit Total Unit TotalCharges Charges Charges Charges1 2 3 4 5 6 7=4x6 8 9=4x8 10I. Main EquipmentsA)i36 kV GIS Equipment36 kV, SF6 gas insulated feeder bay module each Set 12comprising of circuit breaker(1250A), currenttransformer(800-400/1-1-1), two bus-bardisconnectors(1250A) with common groundingswitch, surge arrestors(30kV) , SF6 gas monitoringsystem for complete bay, PT, gas insulated terminalconnection for connecting XLPE cable with cabletermination enclosure and accessories with GIS etc. tocomplete feeder bay module.ii 36kV, 2500A, SF6 gas insulated bus coupler bay Set 1module comprising of circuit breaker(2500A),current transformer(2000/1-1-1A), two bus bardisconnectors (2500A) each with safety groundingswitch, bay marshalling box, SF6 gas monitoringsystem for complete bay etc.


Page 15 of 24SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE - 433 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Installation ChargesS.No.Item Description Unit Qty.Portion inForeignCurrencyPortion inLocalCurrency(INR)Service Tax, if applicable andpayable by the Employer as perthe provisions of the BiddingdocumentsCurrency# Unit Total Unit TotalCharges Charges Charges Charges1 2 3 4 5 6 7=4x6 8 9=4x8 10iii 36 kV, 2500A, SF6 gas insulated transformer bay Set 2module each comprising of circuit breaker(2500A),current transformer(2000/1-1-1A), Two nos of bus-bardisconnectors (2500A) with common earthing switch,surge arrestors(30kV) , SF6 gas monitoring system forcomplete bay, gas insulated terminal connection forconnecting Transformer through XLPE cable(1x1000sq.mm.) with cable termination enclosure (Indoor /outdoor) /bus duct and accessories with GIS etc. tocomplete transformer bay module.iv 36kV, 2500 A., 3-phase unit, SF6 gas insulated, metal Set 2enclosed bus bars each enclosed in bus enclosuresrunning along the length of the switchgear tointerconnect each of circuit breaker bay module. Eachbus bar set shall be complete with voltagetransformer,disconnector, safety grounding switch,SF6 gas monitoring system etc.


Page 16 of 24SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE - 433 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Installation ChargesS.No.Item Description Unit Qty.Portion inForeignCurrencyPortion inLocalCurrency(INR)Service Tax, if applicable andpayable by the Employer as perthe provisions of the BiddingdocumentsCurrency# Unit Total Unit TotalCharges Charges Charges Charges1 2 3 4 5 6 7=4x6 8 9=4x8 10v 36 kV, 2500A, SF6 gas insulated transformer Set 2incomer bay module each comprising of circuitbreaker(2500A), current transformer(2000/1-1-1),Two nos of bus-bar disconnectors (2500A) with oneearthing switch, line disconnector (2500A) with onenormal & one high speed fault make groundingswitch, surge arrestors(30kV) , bay marshalling box,SF6 gas monitoring system for complete bay, gasinsulated terminal connection for connectingTransformer through XLPE cable(1x1000 sq.mm.)with cable termination enclosure (Indoor / outdoor)/bus duct and accessories with GIS etc. to completetransformer bay module.


Page 17 of 24SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE - 433 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Installation ChargesS.No.Item Description Unit Qty.Portion inForeignCurrencyPortion inLocalCurrency(INR)Service Tax, if applicable andpayable by the Employer as perthe provisions of the BiddingdocumentsCurrency# Unit Total Unit TotalCharges Charges Charges Charges1 2 3 4 5 6 7=4x6 8 9=4x8 10vi 36 kV, SF6 gas insulated capacitor bank bay module Set 4each comprising of circuit breaker(1250A), currenttransformer(800-400/1-1-1), two bus-bardisconnectors(1250A) with common groundingswitch, surge arrestors(30kV) , SF6 gas monitoringsystem for complete bay, PT, gas insulated terminalconnection for connecting XLPE cable with cabletermination enclosure and accessories with GIS etc. tocomplete feeder bay module.Sub-Total (A)B Testing & Maintenance Equipment for GISi SF6 Gas filling and evacuating plant Set 1ii Partial Discharge Monitoring System Set 1iii Dew point meter, Set 1iv Three Phase auotmatic three phase kit,Set 1v Contact resistance meter Set 1vi Circuit breaker operational analyserSet 1vii SF6 gas leak mater. Set 1viii Gas masks Nos 10Sub-Total (B)


Page 18 of 24SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE - 433 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Installation ChargesS.No.Item Description Unit Qty.Portion inForeignCurrencyPortion inLocalCurrency(INR)Service Tax, if applicable andpayable by the Employer as perthe provisions of the BiddingdocumentsCurrency# Unit Total Unit TotalCharges Charges Charges Charges1 2 3 4 5 6 7=4x6 8 9=4x8 10C Sub-Station Automation System and relay &Protection Panelsi Optic fibre cable and other interface/converterequipments for complete automationset 1ii SCADA Equipments Set 1iii Testing & Maintenance equipment Set 1Inverter of suitable capacity for station HMI andiv peripheral devices i. e. printer etc.Set 1Air conditioning system ,No. 11The Air conditioned kiosk shall house baylevel units , bay mmimic, relay and protection panelsetc. for two bays (including A/C for control room andGIS room etc.v33kV Circuit breaker relay and protection panel withvi auto reclosepanels 21vii Line Protection Panel No. 16viii Trnsformer protection panelnos. 2ix Bus -Coupler Protection panel nos. 1x Incomer Protection panel nos. 2Other/Common equipments pertaining to Relay & lotxi Protection SystemSub Total CD LT Switchgear1.1 415V Main Switchboard Set 1


Page 19 of 24SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE - 433 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Installation ChargesS.No.Item Description Unit Qty.Portion inForeignCurrencyPortion inLocalCurrency(INR)Service Tax, if applicable andpayable by the Employer as perthe provisions of the BiddingdocumentsCurrency# Unit Total Unit TotalCharges Charges Charges Charges1 2 3 4 5 6 7=4x6 8 9=4x8 101.2 415V ACDB Set 11.3 415V MLDB Set 11.4 415V Emergency LDB Set 11.5 415V Air-conditioning DB Set 11.6 220V DCDB Set 1Sub-Total (D)E (i) Batteries1.1 220V [_________________AH] (*) Nos. 2(*) Bidder to estimate and indicate the capacities ofBatteries in Ampere-Hours. The estimated capacitiesshould meet the functional requirement.E (ii) Battery Charger System1.1 220V Set 2Sub-Total [(E)={E(i) +E(ii)}]F Fire fighting equipmentsFire Protection for GIS cum control room building etc.(i) (Portable type fire extinguishers system)Lot 1Sub-Total (F)G Illumination Systemi Control Room/GIS Building Illumination Set 1Sub-Total (G)H 33KV XLPE Cable


Page 20 of 24SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE - 433 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Installation ChargesS.No.Item Description Unit Qty.Portion inForeignCurrencyPortion inLocalCurrency(INR)Service Tax, if applicable andpayable by the Employer as perthe provisions of the BiddingdocumentsCurrency# Unit Total Unit TotalCharges Charges Charges Charges1 2 3 4 5 6 7=4x6 8 9=4x8 1033KV 1X1000 Sq.mm XLPE cable withi termination kitlot As required(* Bidder to estimate and fill the quantities as per his own assessmentSub-Total (H)I Power cables and copper conductor armoured control cablesalongwith lugs, Glands and straight joints, Termination Kit etc.I(i) 1.1 kV Grade PVC insulated Al. conductor armoured powercables and copper conductor armoured control cablesalongwith lugs, Glands and straight joints1.1 Power Cables (XLPE)(*)(a) 3.5Cx300 sq.mmkm1.2 Power Cable (PVC) (*)(a) 1Cx150 sq.mmkm(b) 3.5Cx70 sq.mmkm(c ) 3.5Cx35 sq.mmkm(d) 4Cx16 sq.mmkm(e) 4Cx6 sq.mmkm(f) 2Cx6 sq.mmkm1.3 Control Cable (PVC) (*)(a) 2Cx2.5 sq.mmkm(b) 3Cx2.5 sq.mmkm(c ) 5Cx2.5 sq.mmkm(d) 7Cx2.5 sq.mmkm


Page 21 of 24SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE - 433 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Installation ChargesS.No.Item Description Unit Qty.Portion inForeignCurrencyPortion inLocalCurrency(INR)Service Tax, if applicable andpayable by the Employer as perthe provisions of the BiddingdocumentsCurrency# Unit Total Unit TotalCharges Charges Charges Charges1 2 3 4 5 6 7=4x6 8 9=4x8 10(e) 10Cx2.5 sq.mmkm(f) 14Cx2.5 sq.mmkm(g) 19Cx2.5 sq.mmkm(h) 27Cx2.5 sq.mmkmSub-Total (I)JGrounding/ Earthing System*As Reqd.(*Bidder to estimate and design the grounding system)Lightning cum Lightening Mast/ GS Shield Wire L/S 1Sub-Total (K)K DG Set along with control panel (250 KVA) set 1SUB-TOTAL (1) : Main Equipments(II)CIVIL WORKS1 Foundations for :GIS cum Control room building2 RCC in Foundation including earthwork inexcavating disposal of surplus earth, PCC, RCCreinforcement steel, shuttering, testing etc. forstructures and equipment (**)(** Bidder to estimate and fill the quantity as perhis own assessment )Cu.M


Page 22 of 24SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE - 433 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Installation ChargesS.No.Item Description Unit Qty.Portion inForeignCurrencyPortion inLocalCurrency(INR)Service Tax, if applicable andpayable by the Employer as perthe provisions of the BiddingdocumentsCurrency# Unit Total Unit TotalCharges Charges Charges Charges1 2 3 4 5 6 7=4x6 8 9=4x8 103 Cable Trench including all types of crossings(a) Section 1-1 m(b) Section 2-2 m(c ) Section 3-3 m(d) Section 4-4 m(**) Bidder to estimate and fill the quantities as perhis own assessment4 Soil Investigation LS5 Site surfacing (gravelling) & Anti weed Treatment(%)Sq.m.(% Bidder to estimate and fill the quantity as perhis own assessment6 Storm Water drainage & Rainwater Harvesting m7 Buildings33kV GIS-cum-Control Room Building No. 18 Other anciliary worksSUB-TOTAL (II) : CIVIL WORKSTOTAL (I+II)Note : # Bidder is required to quote prices in this Schedule for all the individual items / sub-items.# Specify currency in accordance with ITB 11, Vol.- I of the Bidding documents.Date :Place :Signature : ___________________________Printed Name _________________________Designation __________________________


Page 23 of 24SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE - 433 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Installation ChargesS.No.Item Description Unit Qty.Portion inForeignCurrencyPortion inLocalCurrency(INR)Service Tax, if applicable andpayable by the Employer as perthe provisions of the BiddingdocumentsCurrency# Unit Total Unit TotalCharges Charges Charges Charges1 2 3 4 5 6 7=4x6 8 9=4x8 10Common Seal ________________________


Page 24 of 24SPECIFICATION NO.DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE - 10Bidder's Name and Address :33 kV GIS SUBSTATION PACKAGE(SCHEDULE OF RATES AND PRICES)Details of recommended spare parts & recommended test eqpt. (in line with Technical specifications) isfurnished below:-ItemNo.Name &Descriptionof PartsName of OriginalManufacturerPart No. Number of Total No. of Unit Price Total RemarksUnits in each Sets to bePriceset providedDate :Signature : ___________________________Place :Printed Name _________________________Designation __________________________Common Seal ________________________


Page 1 of 2SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 333 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Local Transportation,Insurance and other Incidental Services (including port clearance etc.)S.No.Item Description Unit Qty. Local Currency Portion(INR)Unit Charges Total Charges1 2 3 4 5 6=4×5I. Main EquipmentsA) 36 kV GIS Equipmenti 36 kV, SF6 gas insulated feeder bay module each comprising of Set 12circuit breaker(1250A), current transformer(800-400/1-1-1), twobus-bar disconnectors(1250A) with common grounding switch,surge arrestors(30kV) , SF6 gas monitoring system for completebay, PT, gas insulated terminal connection for connecting XLPEcable with cable termination enclosure and accessories with GISetc. to complete feeder bay module.ii 36kV, 2500A, SF6 gas insulated bus coupler bay module Set 1comprising of circuit breaker(2500A), currenttransformer(2000/1-1-1A), two bus bar disconnectors (2500A)each with safety grounding switch, bay marshalling box, SF6 gasmonitoring system for complete bay etc.iii 36 kV, 2500A, SF6 gas insulated transformer bay module each Set 2comprising of circuit breaker(2500A), currenttransformer(2000/1-1-1A), Two nos of bus-bar disconnectors(2500A) with common earthing switch, surge arrestors(30kV) ,SF6 gas monitoring system for complete bay, gas insulatedterminal connection for connecting Transformer through XLPEcable(1x1000 sq.mm.) with cable termination enclosure (Indoor /outdoor) /bus duct and accessories with GIS etc. to completetransformer bay module.


Page 2 of 2SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 333 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Local Transportation,Insurance and other Incidental Services (including port clearance etc.)S.No.Item Description Unit Qty. Local Currency Portion(INR)Unit Charges Total Charges1 2 3 4 5 6=4×5iv 36kV, 2500 A., 3-phase unit, SF6 gas insulated, metal enclosed Set 2bus bars each enclosed in bus enclosures running along the lengthof the switchgear to interconnect each of circuit breaker baymodule. Each bus bar set shall be complete with voltagetransformer,disconnector, safety grounding switch, SF6 gasmonitoring system etc.v 36 kV, 2500A, SF6 gas insulated transformer incomer bay Set 2module each comprising of circuit breaker(2500A), currenttransformer(2000/1-1-1), Two nos of bus-bar disconnectors(2500A) with one earthing switch, line disconnector (2500A) withone normal & one high speed fault make grounding switch, surgearrestors(30kV) , bay marshalling box, SF6 gas monitoring systemfor complete bay, gas insulated terminal connection forconnecting Transformer through XLPE cable(1x1000 sq.mm.)with cable termination enclosure (Indoor / outdoor) /bus duct andaccessories with GIS etc. to complete transformer bay module.vi 36 kV, SF6 gas insulated capacitor bank bay module each set 4comprising of circuit breaker(1250A), current transformer(800-400/1-1-1), two bus-bar disconnectors(1250A) with commongrounding switch, surge arrestors(30kV) , SF6 gas monitoringsystem for complete bay, PT, gas insulated terminal connectionfor connecting XLPE cable with cable termination enclosure andaccessories with GIS etc. to complete feeder bay module.


Page 1 of 2SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 333 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Local Transportation,Insurance and other Incidental Services (including port clearance etc.)S.No.Item Description Unit Qty. Local Currency Portion(INR)Unit Charges Total Charges1 2 3 4 5 6=4×5Sub-Total (A)BTesting & Maintenance Equipment for GISi SF6 Gas filling and evacuating plant Set 1ii Partial Discharge Monitoring System Set 1iii Dew point meter, Set 1iv Three Phase auotmatic three phase kit,Set 1v Contact resistance meter Set 1vi Circuit breaker operational analyserSet 1vii SF6 gas leak mater. Set 1viii Gas masks Nos 10Sub-Total (B)CSub-Station Automation System and relay & ProtectionPanelsi Optic fibre cable and other interface/converter equipments forcomplete automationset 1ii SCADA Equipments Set 1iii Testing & Maintenance equipment Set 1Inverter of suitable capacity for station HMI and peripheraliv devices i. e. printer etc.Set 1


Page 2 of 2SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 333 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Local Transportation,Insurance and other Incidental Services (including port clearance etc.)S.No.Item Description Unit Qty. Local Currency Portion(INR)Unit Charges Total Charges1 2 3 4 5 6=4×5v Air conditioning system ,No. 11The Air conditioned kiosk shall house bay level units , baymmimic, relay and protection panels etc. for two bays (includingA/C for control room and GIS room etc.vi 33kV Circuit breaker relay and protection panel with auto reclose panels 21vii Line Protection Panel No. 16viii Trnsformer protection panelnos. 2ix Bus -Coupler Protection panel nos. 1x Incomer Protection panel nos. 2Other/Common equipments pertaining to Relay & Protectionxi SystemlotSub Total CD LT Switchgear1.1 415V Main Switchboard Set 11.2 415V ACDB Set 11.3 415V MLDB Set 11.4 415V Emergency LDB Set 11.5 415V Air-conditioning DB Set 11.6 220V DCDB Set 1Sub-Total (D)E (i) Batteries1.1 220V [_________________AH] (*) Nos. 1(*) Bidder to estimate and indicate the capacities of


Page 1 of 2SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 333 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Local Transportation,Insurance and other Incidental Services (including port clearance etc.)S.No.Item Description Unit Qty. Local Currency Portion(INR)Unit Charges Total Charges1 2 3 4 5 6=4×5Batteries in Ampere-Hours. The estimated capacitiesshould meet the functional requirement.E (ii) Battery Charger System1.1 220V Set 1Sub-Total [(E)={E(i) + E(ii)}]FFire fighting equipmentsFire Protection for GIS cum control room building etc. (Portable(i) type fire extinguishers system)Lot 1Sub-Total (F)GHIIllumination Systemi Control Room/GIS Building Illumination Set 1Sub-Total (G)33KV XLPE Cablei 33KV 1X1000 Sq.mm XLPE cable with termination kit lot As required(* Bidder to estimate and fill the quantities as per his own assessmentSub-Total (H)Power cables and copper conductor armoured control cables


Page 2 of 2SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 333 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Local Transportation,Insurance and other Incidental Services (including port clearance etc.)S.No.Item Description Unit Qty. Local Currency Portion(INR)Unit Charges Total Charges1 2 3 4 5 6=4×5alongwith lugs, Glands and straight joints, Termination Kit etc.I(i) 1.1 kV Grade PVC insulated Al. conductor armoured powercables and copper conductor armoured control cablesalongwith lugs, Glands and straight joints1.1 Power Cables (XLPE)(*)(a) 3.5Cx300 sq.mmkm1.2 Power Cable (PVC) (*)(a) 1Cx150 sq.mmkm(b) 3.5Cx70 sq.mmkm(c ) 3.5Cx35 sq.mmkm(d) 4Cx16 sq.mmkm(e) 4Cx6 sq.mmkm(f) 2Cx6 sq.mmkm1.3 Control Cable (PVC) (*)(a) 2Cx2.5 sq.mmkm(b) 3Cx2.5 sq.mmkm(c ) 5Cx2.5 sq.mmkm(d) 7Cx2.5 sq.mmkm(e) 10Cx2.5 sq.mmkm(f) 14Cx2.5 sq.mmkm


Page 1 of 2SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 333 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Local Transportation,Insurance and other Incidental Services (including port clearance etc.)S.No.Item Description Unit Qty. Local Currency Portion(INR)Unit Charges Total Charges1 2 3 4 5 6=4×5(g) 19Cx2.5 sq.mmkm(h) 27Cx2.5 sq.mmkmSub-Total (I)JGrounding/ Earthing System*As Reqd.(*Bidder to estimate and design the grounding system)Lightning cum Lightening Mast/ GS Shield Wire L/S 1Sub-Total (K)K DG Set along with control panel (250KVA) Set 1SUB-TOTAL (I) : Main Equipments(II) MANDATORY SPARES (%)1.1 Mandatory Spares as per the List indicated in Section -Project, Technical Specification, Vol.-II of the BiddingDocuments for the following(a) SF6 Gas pressure relief devices no. one each type(b) Pressure gauge along with coupling deviceno. one each type(c) Rubber gasgets,"O" rings and seals for SF6 gasno. one each type(d) Molecular filter for SF6 Gas no. one each type(e) Density monitors for SF6 Gas no. one each type


Page 2 of 2SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 333 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Local Transportation,Insurance and other Incidental Services (including port clearance etc.)S.No.Item Description Unit Qty. Local Currency Portion(INR)Unit Charges Total Charges1 2 3 4 5 6=4×5(f) All types of control valves for SF6 gas no. one each type(g) SF6 Gas % age 20%**** of Total gas requirementEnclosures, Insulators and bus bar to replace one section of(h ) each phas of bus bar compartmentno. 1(i) Cable termination enclouseres for feeder bay moduleno. 1(j) Cable termination enclouseres for feeder bay moduleLS 1(% Bidder to enclose price break-up for all individual spare parts of the items indicated at Sl.No. II 1.1(a) to (n) above ina separate sheet as per the list given in Section-Project, Technical Specification, Vol. II of the Bidding Documents1.2 Spares for Relay & Protection Panels1.2.1 Breaker Relay Panel Spares(a) Breaker failure relay (Numerical Tye) No. 1(b) Trip Circuit supervision relay No. 2(c) Self reset trip relay No. One each type(d) Hand reset relay No. One each type(e) Timer relay No. One each type(f) DC supervision relay No. 1(g) Flag relays No. One each type(i) Auxilary relaysNo. One each type1.2.2 Line protection panel equipment spare


Page 1 of 2SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 333 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Local Transportation,Insurance and other Incidental Services (including port clearance etc.)S.No.Item Description Unit Qty. Local Currency Portion(INR)Unit Charges Total Charges1 2 3 4 5 6=4×5Main 1 numerical distance relay with software(excluding Set One each type(a) external trip relays)Main 2 numerical distance relay with software(excluding Set One each type(b) external trip relays)1.3 Spares for sub-station Automation systemHard disc of each type used in master station, HMI , Printer Set One each type(a) serverCable and connectors used in bay control unit , master Set One each type(b) station , HMI, Printer serverApplicable RAM(DIMM/SIMM card) used in Master Station, Set One each type(c) HMI, Printer server(d) Mouse Set One each type(e) Keyboard Set One each type(f) SMPS used for master station Set One each type(g) Fan assembely used for master stationSet One each typeMass Storage devicei. Optical drive/CD writer etc with driver Set One each type(h)(i) Network card with driver Set One each type(j) VDU with driver Set One each type(k) Bay control unit with configuration software set 2


Page 2 of 2SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 333 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Local Transportation,Insurance and other Incidental Services (including port clearance etc.)S.No.Item Description Unit Qty. Local Currency Portion(INR)Unit Charges Total Charges1 2 3 4 5 6=4×5(l) Operating system of master station, HMI,Printer serverwith Set 1the speecified software version in CDROM(i.e. WIN, NT,Unix etc.) with manual and device drivers(m) Source cod and complier of application software withdetailed manual for master station , HMI and printer server.(n) Printer with driver and manual Set One each type1.4 Spares for LIGHTING(a) Single pole MCB No. 2% of totalpopulation ofeach rating(b) Triple pole MCB No. 2% of totalpopulation ofeach rating(c) Sodium vapour/ Mercury vapour lampsi Lamp %ageii Ballast %ageiiiCondenser/ligtner%ageiv Lamp holder %age10% of totalpopulation5% of totalpopulation5% of totalpopulation5% of totalpopulation


Page 1 of 2SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 333 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Local Transportation,Insurance and other Incidental Services (including port clearance etc.)S.No.Item Description Unit Qty. Local Currency Portion(INR)Unit Charges Total Charges1 2 3 4 5 6=4×5v Complete fittings No. five each type(d) Switches & Sockets %age 5% of eachtype(e) Junction box %age 2% of eachtype(f) CFL with complete fitting %age 5% of totalpopulation(g) Metal halide lamp with complete fitting %age 2% of totalpopulation1.5 Spares for Circuit Breaker36kV C.B.(a) Single pole, 2500A, interrupting chamber complete with all No. 1necessary apparatus.(b) Single pole, 1250A, interrupting chamber complete with all No. 1necessary apparatus.(c) Rubber gaskets, ‘O’ rings and seals Set one each type(d) Trip coils with resistor. No. 3(e) Closing coils with resistor No. 3(f) Molecular filter. No. three each type(g) Density/pressure monitoring systems No. 1


Page 2 of 2SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 333 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Local Transportation,Insurance and other Incidental Services (including port clearance etc.)S.No.Item Description Unit Qty. Local Currency Portion(INR)Unit Charges Total Charges1 2 3 4 5 6=4×5(h) Relays, Power contactors, push buttons, timers & MCB etc. No. one each type(i) Closing assembly/ valve No. 1(j) Trip assembly/ valve No. 1(k) Pressure switches No. one each type(l) Auxiliary switch assembly No. 1(m) Operation Counter No. 1(n) Rupture disc/diapharmNo. one each type(o) Single pole, 2500A, operating mechanism, complete with all No. 1necessary connecting apparatus.(p) Single pole, 1250A, operating mechanism, complete with all No. 1necessary connecting apparatus.(q ) All types of coupling for SF6 gas No. one each type1.6 Spares for Isolator and Earth Switch36kV Isolator and E/S(a) Single ph., 1250A Disconnecting Switch internal parts, Set 1complete with all necessary gaskets, mounting hardware,etc.(b) Three ph., 1250A Disconnecting Switch operatingSet 1mechanism, complete with all necessary connectingapparatus.


Page 1 of 2SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 333 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Local Transportation,Insurance and other Incidental Services (including port clearance etc.)S.No.Item Description Unit Qty. Local Currency Portion(INR)Unit Charges Total Charges1 2 3 4 5 6=4×5(c) Single ph., 1250A Grounding Switch internal parts,Set 1complete with all necessary gaskets, mounting hardware etc(d) Three ph., 1250A Grounding Switch operating mechanism, Set 1complete with all necessary connecting apparatus.(e) Single phase, 2500A, grounding switch, Internal parts Set 1complete with all necessary gaskets mounting hardwareetc.(f) Three phase, 2500A, grounding switch operatingSet 1mechanism complete with all necessary gaskets connectingapparatus.(g) Windoscope / Observing windowNo. 11.7 Spares for Current Transformer(a) 33kV, 1-phase CT ratio 2000/1-1-1A, complete with all No. 2gaskets and mounting hardware.(b) 33kV, 1-phase CT ratio 800-400/1-1-1A, complete with all No. 4gaskets and mounting hardware.1.8 Spares for Voltage Transformer/ PT(a) 33kV, 1-phase VT ratio 36kV/√3 / 110V/√3-110V/√3- No. 3110V/√3 complete with all gaskets and mounting hardware.1.9 Spares for Surge Arrestor


Page 2 of 2SPECIFICATION NO. DTL/DGM(T)SSC-II/GPL/09-10/GIS/GT-02 SCHEDULE 333 kV GIS SUBSTATION PACKAGE(Schedule of rates and prices)Bidder's Name and Address :Local Transportation,Insurance and other Incidental Services (including port clearance etc.)S.No.Item Description Unit Qty. Local Currency Portion(INR)Unit Charges Total Charges1 2 3 4 5 6=4×5(a) 30kV, complete GIS type LA including insulating Base with No. 3Surge counter & accessories.(b) 30kV, Surge counter/monitor No. 3SUB-TOTAL (II) : MANDATORY SPARESTOTAL [(I) + (II)]Note:Date:PlaceBidder is required to quote the prices in this Schedule for all the individual items/sub-itemsSignature : ___________________________Printed Name _________________________Designation __________________________Common Seal ________________________

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!