81
1 TENDER FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF HT & LT PANELS IN ELECTRIC SUBSTATION, LIGHTNING ARRESTORS, AND ALLIED EQUIPMENTS & WORKS AT THE EMBASSY OF INDIA IN KATHMANDU, NEPAL EMPLOYER The President of India Represented through The Head of Chancery Embassy of India, 336 Kapurdhara Marg, Kathmandu NEPAL ARCHITECTS AND CONSTRUCTION MANAGEMENT CONSULTANTS Akshaya Jain & Associates Architects, Planners and Interior Design Consultants C-6/6098, Vasant Kunj, New Delhi - 110070 INDIA Telephones : 00 91-11-26136098, 26132304, 41601615, 41486098 E-mail : [email protected]

TENDER FOR SUPPLY, INSTALLATION, TESTING …€¦ · 1 tender for supply, installation, testing and commissioning of ht & lt panels in electric substation, lightning arrestors, and

Embed Size (px)

Citation preview

1

TENDER FOR

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF HT & LT PANELS IN ELECTRIC SUBSTATION, LIGHTNING ARRESTORS, AND ALLIED EQUIPMENTS & WORKS

AT THE EMBASSY OF INDIA IN KATHMANDU, NEPAL

EMPLOYER The President of India

Represented through

The Head of Chancery Embassy of India, 336 Kapurdhara Marg, Kathmandu NEPAL

ARCHITECTS AND CONSTRUCTION MANAGEMENT CONSULTANTS Akshaya Jain & Associates Architects, Planners and Interior Design Consultants C-6/6098, Vasant Kunj, New Delhi - 110070 INDIA

Telephones : 00 91-11-26136098, 26132304, 41601615, 41486098 E-mail : [email protected]

2

TENDER FOR

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF HT & LT PANELS IN ELECTRIC SUBSTATION, LIGHTNING ARRESTORS, AND ALLIED EQUIPMENTS & WORKS

AT THE EMBASSY OF INDIA IN KATHMANDU, NEPAL

INDEX

1.0 NOTICE INVITING TENDER 03

2.0 FORM OF TENDER 06

3.0 ACCEPTANCE LETTER 08

4.0 ARTICLES OF AGREEMENT 09

5.0 INSTRUCTIONS TO BIDDERS 11

6.0 PRE-QUALIFICATION REQUIREMENTS 13

7.0 SPECIAL CONDITIONS 15

8.0 NOTES AND DEFINITIONS 28

9.0 PROFORMAE (2 NOS.) FOR GUARANTEES 30

10.0 GENERAL INSTRUCTIONS 34

11.0 ELECTRICAL WORKS : SUPPLEMENTARY CONDITIONS 35

12.0 TECHNICAL SPECIFICATIONS 39

1. General Specifications 39 2. 11KV Vacuum Circuit Breaker Panel Board 39 3. Main L. T. Panel 44 4. Capacitor Bank & Panel 53 5. Feeder Pillar 56 6. Bus Duct 57 7. Advanced Lightning Arrestors 58

13.0 APPROVED MAKES OF MATERIALS 61

14.0 SCHEDULE OF QUANTITIES 62

15.0 SUMMARY OF COST 76

16.0 DRAWINGS 77

3

1. NOTICE INVITING TENDER Sub: SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF HT & LT PANELS IN ELECTRIC SUBSTATION, LIGHTNING ARRESTORS, AND ALLIED EQUIPMENTS & WORKS AT THE EMBASSY OF INDIA IN KATHMANDU, NEPAL 1. Sealed Item Rate Tenders in the prescribed form are hereby invited for and on behalf of THE

PRESIDENT OF INDIA through the Head of Chancery, Embassy of India, Kathmandu, for the SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF HT & LT PANELS IN ELECTRIC SUBSTATION, LIGHTNING ARRESTORS, AND ALLIED EQUIPMENTS & WORKS at 336 Kapurdhara Marg, Kathmandu, Nepal. The work is estimated to cost about INR 1.50 crore (Indian Rupees One crore and fifty lakh only), which however, is to be taken merely as a rough guide.

a. Name of the work : Supply, installation, testing and commissioning of HT & LT panels in electric substation, lightning arrestors, and allied equipments & works at Embassy of India Complex at Kathmandu, Nepal

b. Earnest Money Deposit : INR 3,00,000.00 (Indian Rupees Three Lakh only) in the form of a Demand Draft in favour of the Embassy of India, Kathmandu

c. Validity of Offer : 60 (sixty) days from the date of opening of the Tender

d. Date of commencement from order to commence

: 7 (seven) days from the date of Award of Work

e. Time for Completion : 4 (four) Months from the date of commencement

f. Tenders to be addressed to

: The Head of Chancery, Embassy of India, Kathmandu

g. Last Date of Submission : 5th April, 2017 upto 3.00 p.m.

h. Place of Receipt of Tender

: Office of the Head of Chancery, Embassy of India, Kathmandu, Nepal

i. Date of Opening of Tender (Technical Bid)

: 5th April, 2017 at 3.30 p.m.

j. Cost of Tender documents (Non-refundable)

: INR 1000/- (One thousand only), in the form of a demand draft payable at New Delhi, in favour of M/s Akshaya Jain & Associates, Architects for the project. Documents to be purchased from 9.3.2017 to 4.4.2017 (between 11.00a.m. & 5.00p.m.) with prior appointment, in India, from the office of the Architects at C-6/6098, Vasant Kunj, New Delhi - 110070, (+91-11-26136098, 26132304, 41601615), or at Kathmandu, from their Site Office at Embassy of India, Kapurdhara Marg, Kathmandu (Mr Balaram Dhakal, +977-9841360454). Bidder downloading the Tender Document need to submit Demand Draft for INR 1000/- payable at New Delhi, favouring M/s Akshaya Jain & Associates, along with Technical Bid.

k. Normal Working Hours : 9 A.M. to 5 P.M.

l. Mobilization advance (bearing simple interest @10% p.a.)

: 10% of the Contract value against Bank Guarantee from a Nationalized Bank

4

m. Security Deposit : 5% of the Bill amount

n. Liquidated Damages 0.5% of Contract value per week of delay upto a maximum of 10% of the Contract value

o. Defects Liability Period : 12 months from the date of Virtual Completion

p. Currency : Indian Rupees

q. Ruling language : English

r. Performance Guarantee : 5% of the Contract Value in the form of a Bank Guarantee within 21 days from the issue of the Letter of Acceptance

2. Mode of Submission of Tenders

The Tender for the work shall be submitted by the Bidder in a sealed envelope marked as ‘SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF HT & LT PANELS IN ELECTRIC SUBSTATION, LIGHTNING ARRESTORS, AND ALLIED EQUIPMENTS & WORKS AT THE EMBASSY OF INDIA IN KATHMANDU, NEPAL’. The Bidder should also superscribe on top of the envelope the name, address & contact details of his Firm. This sealed envelope shall contain the tender bid in two separately sealed & superscribed covers, namely ‘Technical Bid’ and ‘Financial Bid’, alongwith the name of the Firm on each envelope. A. Cover No. 1 – Technical Bid, shall contain :

a. Covering letter b. Demand Draft towards “Earnest Money Deposit” c. Unconditional acceptance to the Tender conditions in its entirety, as per the

“Acceptance Letter” d. Requisite documents for pre-qualification

B. Cover No. 2 – Financial Bid, shall contain : a. Tender Document, containing Conditions, Specifications, Schedule of Quantities (rates

& amounts duly filled-in) and Tender Drawings, each page duly signed & stamped by the Bidder

At the stipulated time of opening of the Tender, “Cover No. 1” shall only be opened. The offers from those Bidders who are unable to unconditionally accept the Tender conditions and who fail to deposit the required Earnest Money will be rejected. Bidders who unconditionally accept the Tender conditions, deposit the required Earnest Money and fulfill the pre-qualification requirement, shall only be considered for the work and “Cover No. 2” containing the Tender quotation for the work from such Bidders only shall be opened, the date & time for which shall be intimated to the qualified Bidders subsequently. Once the Bidder has given an unconditional acceptance to the Tender conditions in its entirety, he is not permitted to put any remark(s)/ condition(s) (except unconditional rebate in price, if any) in/ alongwith the Tender enclosed in “Cover No. 2”. In case the above-mentioned condition is found violated after opening “Cover No. 2”, the Tender shall be summarily rejected and the Employer, without prejudice to any other right or remedy, shall forfeit the full said Earnest Money absolutely. The Bidder should return the Original Tender Documents, even if not quoting for the job.

5

3. Earnest Money Deposit

The Tender shall be accompanied by the Earnest Money Deposit (E.M.D.) of an amount of INR 3,00,000.00 (Indian Rupees Three Lakh only), submitted in the form of a Demand Draft from a Nationalised Bank which should be payable in the name of ‘The Embassy of India, Kathmandu’, payable at Kathmandu. The E.M.D. shall be valid for a minimum period of 60 (sixty) days from the date of submission of Tender. The Tender, not accompanied by the requisite E.M.D., will be summarily rejected. For the selected Contractor, on acceptance of his Tender, the E.M.D. will be converted into a part of the Security Deposit. No interest shall be paid on the said deposit. The Employer shall without prejudice or any other right or remedy, be at liberty to forfeit the whole of the Earnest Money Deposit if the Contractor fails to commence the work specified in the NIT (along with the changes in the scope, if any), in the prescribed time or abandon the work before the completion.

4. The Employer reserves the right to accept/ reject any or all the Tenders without assigning any reason.

5. Canvassing whether directly or indirectly in connection with Tenders is strictly prohibited and

the Tender submitted by the Bidder who resorts to canvassing will be liable to rejection. 6. The Bidder shall not be permitted to Tender if his near relative is posted as an accountant or

an engineer or any higher rank(s) with the Employer. The Bidder shall also intimate the name(s) of person(s) who is/ are working with him in any capacity or are subsequently employed by him and who are near relatives to any of the officers working with the Employer. Any breach of this Tender condition would render him liable to the withdrawal of the work awarded to him and forfeiture of earnest money deposit and security deposit.

7. Extension of time shall not be allowed for submission of the Tender. 8. Amendment of Bidding Documents

Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing Addenda. Any Addendum thus issued shall be part of the Bidding Documents and shall be communicated to all the Bidders. The Bidder shall acknowledge receipt of each addendum in writing to the Employer. To give Bidder reasonable time in which to take an addendum in preparing their bids, the Employer may extend as necessary the deadline for submission of bids.

Kindly acknowledge the receipt of this letter with all enclosures and confirm that you will submit your offer by the due date.

Head of Chancery

Embassy of India Kathmandu

6

2. FORM OF TENDER To, The Head of Chancery, Embassy of India, Kathmandu Sub: SUPPLY, INSTALLATION, TESTING AND COMMISSIONING of HT & LT Panels in electric

sub-station, lightning arrestors and allied equipments & works at the Embassy of India Complex at Kathmandu, Nepal

Sir, 1. We have read and examined the following documents relating to the SUPPLY, INSTALLATION,

TESTING AND COMMISSIONING OF HT & LT PANELS IN ELECTRIC SUBSTATION, LIGHTNING ARRESTORS, AND ALLIED EQUIPMENTS & WORKS AT THE EMBASSY OF INDIA COMPLEX AT KATHMANDU, NEPAL, visited the project site and verified the existing conditions as they relate to the Tender submitted herein: Conditions of Contract a. Notice Inviting Tender b. Form of Tender c. Acceptance Letter d. Articles of Agreement e. Instructions to Bidders f. Special Conditions g. Notes and Definitions h. General Conditions of Contract i. Working and Safety Regulations j. Proformae (2 Nos.) for Guarantees

Specifications a. Site and General Information b. General Instructions for Specifications and Schedule of Quantities c. Supplementary Conditions, Technical Specifications & Approved Makes of Materials

Schedule of Quantities a. BOQ for Electrical Works b. Summary of Cost

2. We hereby tender for the execution of the works referred to in the aforesaid documents upon the

terms and conditions contained or referred to therein and in accordance with, in all respects, the specifications and designs, drawings and other relevant details, quantities at the rates contained in the schedule of quantities and within the period of completion as stipulated.

3. Earnest Money Deposit & Validity of Offer

We hereby tender the E.M.D. of INR 3,00,000.00 (Indian Rupees Three Lakh only), in the form provided by you, which will bear no interest. We agree to abide by this Tender for a period of 60 (sixty) days from the date fixed for receiving the same. It shall remain binding upon us as may be accepted by you at any time before the expiration of this period. We undertake, if our Tender is accepted, to commence the works within 7 days of your order to commence. We also agree that the above-mentioned E.M.D. may be forfeited by you in the event of our failure to abide by any of the terms set out in this paragraph (or failure to commence the work within 7 days from the issue of the letter of order to commence work).

7

4. We agree to complete and deliver the whole of the works comprised in the Contract within 4

(four) months, calculated from the 7th day after the issue of the letter of acceptance by you. We also agree that within this period of 4 (four) months, we will complete and handover various works to you.

5. Till a formal Agreement is prepared and executed, the Tender, together with your written

acceptance thereof, shall constitute a binding contract between us. We shall be present in your Office at the pre-determined time and complete all the formalities related to the documents, before the site is handed over to us for construction purposes.

6. We confirm that after acceptance of our Tender, we shall sign the Agreement/ Contract

documents within 7 (seven) days of the issuance of the Letter of Intent. Expenses for the execution of the Contract Document including the cost of stamp papers, duty (if any) and other fees/ levies, etc., required to be paid shall be borne by us.

7. We acknowledge and accept that you are not responsible for and shall not defray any expenses

incurred by us in visiting the site or in submitting this Tender. 8. We acknowledge and accept that you have unfettered right to reject any or all the Tenders, or to

accept any Tender received by you, at your sole discretion, without assigning any reason whatsoever therefor.

9. We acknowledge and accept all liabilities to pay sales tax/ works contract tax/ VAT, service tax,

toll tax, education cess, labour welfare cess, excise duty, octroi, royalty, import/ export duties, or any other tax, duty, levy on material, labour, fuel, transportation, etc. already in force or likely to be levied by the Government/ Authorities during the currency of the Contract including the extended period of the Contract and the Defects Liability Period, and you shall not entertain any claim whatsoever in that respect. The rates quoted by us are all inclusive, firm and final.

10. We acknowledge and accept that all temporary site works shall be provided by us at our own

cost and nothing separate is payable by you on this account. We also agree to dismantle all such temporary works, clear debris, clean the site and hand over the clear site to you at the time of the issue of the completion certificate.

11. We promise to indemnify (through Indemnity Bond on non-judicial stamp paper) and keep you

indemnified in respect of all taxes, duties (including customs and excise) and all other costs & expenses to be borne and paid by us under the Contract and pay for any permits required for the works. We will also insure the Whole Work and take out Comprehensive All-risk Policy (including Third Party) and Insurances under the Workmen’s Compensation Act in respect of any claim, if any, against you arising out of the performance of this Contract or otherwise/ whatsoever upto the completion of the Defects Liability Period.

12. We will undertake full responsibility of the works and furnish specific Guarantees towards works

carried out by us and our other sub-Contractors/ specialist Agencies, including their Shop Drawings, Designs, etc.

13. We confirm that our payment for the works is acceptable to us in Indian Rupees (INR) or as may

be decided by you.

Signature of Contractor Date or Authorised Representative

8

3. ACCEPTANCE LETTER To, The Head of Chancery, Embassy of India, Kathmandu Sub : ACCEPTANCE OF THE TENDER CONDITIONS Sir, The Tender documents for the work “SUPPLY, INSTALLATION, TESTING AND COMMISSIONING of HT & LT Panels in electric Sub-station, lightning arrestors, and allied equipments & works” have been sold to me/ us by the Embassy of India, Kathmandu, Nepal, through their Architects and I/ we hereby unconditionally accept the conditions of the Tender Document in their entirety for the above work. The contents of the Tender Document have been noted and I/ we confirm that after unconditionally accepting the Tender conditions, in their entirety, it is not permissible to put any remark(s)/ condition(s) (except unconditional rebate on price, if any) in the Tender enclosed in “Cover No. 2”. In case this provision of the Tender is found violated after opening “Cover No. 2”, I/ we agree that the Tender submitted by me/ us shall be summarily rejected and the Embassy of India shall, without prejudice to any other right or remedy, forfeit the full said Earnest Money absolutely. The required Earnest Money for this work is enclosed herewith. Yours faithfully, (Signature of the Bidder) with rubber stamp Date :

9

4. ARTICLES OF AGREEMENT THIS AGREEMENT made the ______ day of ______ 2017 between the President of India, represented by the Head of Chancery, Embassy of India, Kathmandu (hereinafter called ‘the Employer’) of the one part and ______________________, represented by its Sole Proprietor/ Partner/ Managing Director (hereinafter called ‘the Contractor’) of the other part. WHEREAS the Employer is desirous that certain works should be executed viz : SUPPLY, INSTALLATION, TESTING AND COMMISSIONING of HT & LT Panels in electric Sub-station, lightning arrestors, and allied equipments & works” for THE EMBASSY OF INDIA COMPLEX AT KATHMANDU, NEPAL, FOR THE REPUBLIC OF INDIA and has accepted a Tender by the Contractor as summarised in the "Summary of Cost" for the execution, completion and maintenance of such works upto the completion of the Defects Liability Period. NOW THIS AGREEMENT WITNESSETH as follows : 1.0 In this Agreement words and expressions shall have the same meanings as are respectively

assigned to them in the Conditions of Contract hereinafter referred to. 2.0 Definitions 2.1 The “EMPLOYER" is THE PRESIDENT OF INDIA represented through the Head of

Chancery, Embassy of India, Kathmandu. 2.2 The "CONTRACTOR" is the successful Bidder on whom a Work order or a Letter of Intent

has been issued by the Employer and the legal successors in title to such person, but not (except with consent of the Employer) any assignee of such person.

2.3 The "ARCHITECT" is M/s Akshaya Jain & Associates, Architects, Planners and Interior

Design Consultants, C-6/6098, Vasant Kunj, New Delhi–110019, represented in Kathmandu, Nepal by their authorized representative Architect/ Engineer-in-Charge. The Architect is also the “Construction Management Consultant” for the project.

2.4 The Employer and the Architect are those mentioned as such in this Agreement and shall

include their legal representatives, assigns or successors. The Architect shall act as the Employer's representative, and shall have authority to act on behalf of the Employer with respect to all matters pertaining to the Work, Contractor's performance, General Specifications, Technical Specifications, Drawings and Schedule of Quantities. Communications concerning these matters received by the Architect, or a duly authorised representative of the Architect, from the Contractor shall be deemed to have been received by the Employer. The above referenced are treated throughout the Contract as if each were of the singular and masculine gender.

2.5 The “SITE” shall mean the site of the Contract Works including any building and erections

thereon and any other land allotted by the Employer for the Contractor's use.

2.6 The term “SUB-CONTRACTOR”, as employed herein, includes those having a direct Contract with the Contractor for any part/ piece-meal work and it includes one who furnishes materials worked to a special design according to the plans or specifications of the Work but does not include one who merely furnishes materials, not so worked upon. Anyone doing work on a piece-rate basis shall be deemed a Sub-contractor. The Contractor shall be responsible to the Employer for the work performed by its Sub-contractors to the same extent as it would be, if the work was performed by the Contractor itself.

10

3.0 The following documents shall be deemed to form and be read and construed as part of this Agreement viz:

a. Notice Inviting Tender

b. The Original Tender offer submitted by the Contractor

c. Subsequent correspondence exchanged between the Employer and the Contractor upto the date of issuance of the Letter of Intent by the Employer

d. The Letter of Intent issued by the Employer to the Contractor, vide letter no. ____________________ dated ____________

4.0 In consideration of the payments to be made by the Employer to the Contractor as

hereinafter mentioned the Contractor hereby covenants with the Employer to execute, complete and maintain the works till the completion of the Defects Liability Period, in conformity with all respects with the provisions of the Contract.

5.0 The Employer hereby covenants to pay the Contractor in consideration of the execution,

completion and maintenance of the works the contract price at the times in the manner prescribed by the Contract.

IN WITNESS, whereof the parties hereto have hereunder set their respective hands and seals on the day, month and year referred to above. Signed by duly authorised Signatory Signed by duly authorised Signatory for and on behalf of the PRESIDENT OF INDIA for and on behalf of the CONTRACTOR Witness Witness

11

5. INSTRUCTIONS TO BIDDERS 1. Each and every page of the Tender document must be signed by the Bidder or his authorized

representative holding Power of Attorney and provided with the seal of the Company or Firm and the same shall be binding on the Bidder. No blank space will be left in the Tender nor will alterations be made. Any Tender with any of the documents not signed and stamped with seal as above may be rejected.

2. If the Tender is submitted on behalf of a Partnership Firm it shall be signed by all the Partners of

the Firm or by a Partner who has the necessary authority on behalf of the Firm to enter into the proposed contract, and attach such power of attorney with the Tender. If the Tender is submitted by a Company incorporated under the Companies Act, it shall be signed by their Managing Director or one of the Directors duly authorised on their behalf. Otherwise the Tenders will be liable for rejection.

3. The Bidders shall submit the Tender alongwith the documents/ information as follows:

A. Cover No. 1 – Technical Bid, shall contain : a. Covering letter b. Demand Draft towards “Earnest Money Deposit” c. Unconditional acceptance to the Tender conditions in its entirety, as per the

“Acceptance Letter” d. Requisite documents for pre-qualification

B. Cover No. 2– Financial Bid, shall contain :

a. Tender Document, containing Conditions, Specifications, Schedule of Quantities (rates & amounts duly filled-in) and Tender Drawings, each page duly signed & stamped by the Bidder

4. Bidders should quote their rates both in figures and in words in indelible ink. The amount for

each item shall be worked out and requisite totals given. The rates quoted shall be composed of all taxes, levies, duties, etc. and taken as firm throughout the tenure of the contract including extension of time, if any granted, upto completion of the Defects Liability Period, and will not be subject to any fluctuation due to the increase in the cost of labour, materials, p.o.l., sales tax, octroi, VAT/ WCT, labour laws, import/ export duties and/ or any other taxes, transportation costs, etc. All entries should be filled up in English. Any Tender in which there is overwriting or erasure is liable to be rejected. All corrections should be attested by the Bidder with his dated initials as many times as the corrections occur.

The Bidder should note that no unauthorised alterations shall be made in the Tender documents and, if any such alterations are made or if an incomplete Tender is submitted, such Tender shall be liable to rejection.

If on check, there are differences between the rates quoted by the Bidder in words and in figures or in the amount worked out by him, the following procedure shall be followed : a) When there is a difference between the rates in figures and in words, the rates which

correspond with the amount worked out by the Bidder shall be followed b) When the amount of an item is not worked out by the Bidder or it does not correspond with

the rate written either in figures or in words then the rate quoted by the Bidder in words shall be taken as correct.

c) When the rates quoted by the Bidder in figures and in words tally but the amount is not worked out correctly, the rate quoted by the Bidder will be taken as correct and not the amount.

5. This is an Item-Rate Tender. Bidders must carefully examine all the Tender documents

containing the Notice Inviting Tender, Conditions of Contract, Specifications of Materials and Workmanship and the Schedule of Quantities, etc. as well as inspect all the Tender drawings in the office of the Architect, before quoting for this Tender. The rates quoted by the Bidder should be inclusive of the costs towards transportation, import/ export duties, levies, taxes, etc. applicable for the works to be carried out in Kathmandu.

12

6. The Bidders must obtain for themselves, on their own responsibility and at their own expense, all the information which may be necessary, including risks, contingencies and other circumstances to enable them to fill the proper rates in the Tender and for entering into a Contract, and must examine the drawings, specifications and conditions and inspect the site of the work and nature of the Work and all matters pertaining thereto before submitting the Tender. They can also get any clarifications required from the Architects, before Tendering, by contacting them at their office during working hours with prior appointment.

No claim for extra payment on the grounds of not having full specifications, or not understanding the drawings or misunderstanding any of the conditions of Contract and instructions to Bidders will be entertained. The decision of the Architect in all these matters will be final and binding on the Contractor once the Contract is awarded.

7. Bidders should make their own arrangement for the source of local materials (except where a

particular source is specified) as well as the materials to be transported from India and satisfy themselves with the availability of materials of required quality and quantity.

8. The Bidder is deemed to have examined the laws of Nepal and the fulfilment of the various

statutory enactments under the same pertaining to his labour and establishment. He will indemnify the Employer from any liability arising out of the same during the construction stage upto completion of the Defects Liability Period.

9. Before Tendering, the Bidder shall have visited and examined the Site and satisfied himself as to

the nature of the existing roads or other means of access, communication and the character of the soil and of the excavations, the correct dimensions of the work, the site areas available for taking up construction (since this is a functioning Embassy with existing buildings), the accommodation he has to arrange for his labour & materials outside the site and the facilities for obtaining any special articles called for in the Contract Document and shall have obtained generally his own information on all matters affecting the commencement, continuation and progress of the Works. No extra charge made in consequence of any misunderstanding or incorrect information of any of these points, or on the grounds of insufficient description, will be allowed. Should the Contractor after visiting the Site, find any discrepancies, omissions, ambiguities or conflicts in or among the Contract Document, or be in doubt as to their meaning, he shall bring them to the Architect's attention, and obtain all necessary clarifications thereto.

10. Each page of the Tender document, signed by the person submitting the Tender, will be in token

of his having acquainted himself with the site, the General Conditions of Contract, special conditions, specifications and schedule of quantities etc. as laid down. After the work is awarded, the Bidder will have to enter into a Contract with the Employer for the execution of the work by signing an Agreement. The Tender documents shall form part of the Contract.

11. If the successful Bidder fails to furnish the performance bank guarantee within the stipulated

period and sign the Contract for any reason, the E.M.D. will be forfeited without prejudice to the Employer's right and also to reissue the Tender or award it to any Bidder considered suitable.

12. For abnormally low quoted rate(s) of item(s), the Employer may accept the Tender subject to the

furnishing by the Bidder of an additional Performance Bank Guarantee from a Nationalized Bank for the total value of such low quoted item(s), valid till the execution of such item(s) at site to the entire satisfaction of the Engineer-in-Charge.

13. The Employer does not bind himself to accept the lowest or any Tender and reserves the right to

reject any or all Tenders without assigning any reason whatsoever or to accept the whole or any part of the Tender and the Bidder shall be bound to perform the same at his quoted rates.

13

6. PRE-QUALIFICATION REQUIREMENTS The Head of Chancery, Embassy of India, Kathmandu, for and on behalf of the President of India, invites experienced Contractors based in India and/ or Nepal for the SUPPLY, INSTALLATION, TESTING AND COMMISSIONING of HT & LT Panels in electric Sub-station, lightning arrestors, and allied equipment’s & works” for the Embassy of India Complex, Kathmandu, for which the pre-qualification requirements are given below : i. The Contractor should be based in India and/ or Nepal

ii. The Contractor should have atleast seven years experience in electrical works iii. The Contractor should have satisfactorily completed during the last three years ending March

2016

- three electrical works including supply & installation Sub-station equipment’s costing not less than Indian Rupees 60,00,000.00 each, or

- two electrical works including supply & installation Sub-station equipment’s costing not less than Indian Rupees 90,00,000.00 each, or

- one electrical works including supply & installation Sub-station equipment’s costing not less than Indian Rupees 1,20,00,000.00

iv. The Contractor should have had an average annual turnover of Indian Rupees 75,00,000.00 for electrical works during the last three financial years

v. The Contractor should have a solvency of Indian Rupees 60,00,000.00

vi. Should not have suffered more than two losses in last five financial years including the last financial year. Statements duly certified by Chartered Accountant are to be submitted

Accordingly, the Bidder is required to submit the following documents: 1. Company Profile

2. Details, as per the enclosed Performa, regarding :

a. Organisation

b. Registrations with various Authorities

c. Electrical works including supply & installation Sub-station equipment’s executed by the Contractor during the last three years ending March 2016, giving details as to their size, costs and details of Clients

d. List of similar construction works in-hand

e. A statement showing financial turnover for the last three financial years

3. Certificates from the Clients

4. Name and address of the Bank from whom reference can be obtained

5. Solvency certificate from the Bank

6. Audited balance sheets and profit & loss statement for the last three financial years, duly authenticated by the Chartered Accountant

7. List of supervisors & staff, alongwith their experience, available with the Contractor

14

PERFORMA 1. Name and address of Applicant :

2. Telephone No. / Telex No./ Fax No./ E-mail :

3. Legal status of the Applicant (attach copies of original document defining the legal status)

a. A Proprietary Firm b. A Partnership Firm c. A Limited Company or Corporation

4. Particulars of registration with various Government bodies (attach attested photocopy) S.No. Organization / place of registration Registration No.

i. ii. iii.

5.

Name and Titles of Directors and officers with designation, to be concerned with this work.

6. Designation of individuals authorized to act for the organization.

7. Was the Applicant ever required to suspend work for a period of more than three months continuously after you commenced the execution of work? If so, give the name of the project and reason for not completing the work.

8. Has the Applicant ever abandoned the awarded work before its completion? If so, give name of the project and reasons for abandonment

9. Has the Applicant ever been debarred/ black listed for tendering in any organisation at any time? If so, give details.

10 Has the Applicant ever been convicted by a court of law? If so give details.

11 Any other information considered necessary but not included above.

12 Similar electrical works including supply & installation Sub-station equipment’s completed during the last three years ending March 2016

S. No.

Title & Location of work

Size & Application of work

Value (in INR)

Client Client certificate at page

13. Similar electrical works including supply & installation Sub-station equipment’s in-hand

S. No.

Title & Location of work

Size & Application of work

Value (in INR)

Client

14. Annual Turnover for the last three years ending financial year 2015-2016

Year Turnover (in INR)

Contractor’s Signature

15

7. SPECIAL CONDITIONS 1. General

1.1 The following special conditions shall be read in conjunction with the General Conditions of Contract. If there are any provisions in these special conditions which are at variance with the provisions in the general conditions, the provisions in these special conditions shall take precedence.

1.1.1 The work in general shall be carried out as per the CPWD Specifications for Electrical Works Part IV Substation), 2013, and Part-1 (Internal), 2013 with latest amendments, unless otherwise specified in the nomenclature of the individual item.

1.1.2 For items not covered under paragraph 1.1.1 above, the work shall be done as per particular Technical Specifications given along with the Tender.

1.1.3 For items not covered under paragraph 1.1.1 and 1.1.2 above, the work shall be done as per latest relevant IS: Code of Practice.

1.1.4 For items not covered by paragraph 1.1.1, 1.1.2 and 1.1.3 above, the work shall be done as per sound engineering practice as directed by the Architect and confirmed by the Employer, whose decision in this regard shall be final and binding on the Contractor.

1.1.5 The Contractor is required to follow the standards and codes for Electrical works and services, etc. issued by the Government of Nepal and the Kathmandu Municipality, including any revision in clauses therein, made by such Authorities.

2. Site

2.1 The works of HT & LT Panels, Feeder pillars and Lightning Arrestors are to be executed within the Embassy of India Complex in Kathmandu. Most buildings are functioning and few buildings are under construction. The building where this substation is to be installed has been constructed. Locations where feeder pillars and lightning arrestors are to be installed are also available for execution.

2.2 The Contractor shall visit the site and satisfy himself regarding the space available for his works, and storage of various materials & equipment, etc. All additional spaces required by the Contractor shall be arranged by him at his own cost.

2.3 The Contractor will not be permitted to make use of any space other than the working space allotted to him without the specific written permission of the Employer.

3. Completion Time of the Project

3.1 The entire project is to be completed in 4 (four) months. The completion period of 4 (four) months, shall include the time taken by the Contractor to complete the installation work including ready to test and commission including getting approval from Electrical Inspector and local authorities, if required.

4. Water Supply and Power Supply

4.1 Water Supply The Contractor shall make his own arrangement of water required for construction as well as

for drinking purposes at his own cost and make necessary payments directly to the Department/ Authority concerned.

4.2 Power Supply The Contractor shall make his own arrangement of electrical power for construction as well

as for general lighting at his own cost and make necessary payments directly to the Department/ Authority concerned. He shall at his own cost, lay all electrical wiring distribution boards etc. as required for use on the work and remove the same on completion.

The Contractor shall also install and maintain, at his own cost, necessary stand-by Generator sets of sufficient capacity, in running condition, to supply adequate electricity necessary for the work in case of power cut/ break.

16

4.3 Any delay in works due to non-availability of water & power supply will be on the Contractor's account.

4.4 The Contractor shall ensure that the existing water & power supply in the functioning Embassy Complex is not disrupted/ damaged at any stage during the execution of works. In case some service lines require dismantling/ shifting/ re-location, the Contractor shall make alternative arrangements for supplying such services, in advance at his own cost, with prior information and permission from the Employer.

5. Instruments and Testing

5.1 Instruments – The Contractor shall provide at his own cost, suitable and sufficient number of instruments for surveying, weighing and measuring purposes at the site of work as may be necessary for execution of the work.

5.2 Scientific and Measuring Instruments – Contractor shall provide all testing Instruments such as meggar, earth tester etc required on the works and periodically calibrated at his expense, for the due performance of this Contract as instructed by the Engineer-in-Charge, throughout the period of this Contract.

5.3 Testing – The Contractor shall be responsible for conducting all necessary tests as per specifications and/ or required from time-to-time by the Engineer-in-Charge, from approved laboratories. The cost of these tests, at all stages, shall be borne by the Contractor.

6. Quality Assurance and Standard Workmanship

6.1 The Contractor shall ensure quality control measures on different aspects of construction including materials, workmanship and correct construction methodologies to be adopted.

6.2 The Contractor shall stick to the approved makes of materials. Any change shall be done with the prior approval of the Engineer-in-Charge for which, tests etc. shall be done by the Contractor at his own cost.

6.3 The Contractor should use all materials conforming to the Bureau of Indian Standards unless otherwise specified in the approved makes of materials. In case any material proposed to be used by him does not conform to the Bureau of Indian Standards, he must specify the equivalent standards to which such material will conform and get it approved from the Engineer-in-Charge before execution.

6.4 The Employer has the right to supply any item of material but fixing will be done by the Contractor and rates shall be suitably adjusted for all such items.

6.5 Where the Contractor is using locally available materials from Nepal, he will ensure that such materials conform to the Bureau of Indian Standards, specifications and codes.

7. Setting-out

7.1 The Contractor shall be responsible for :

a. the accurate setting-out of the Works in relation to original points, lines and levels of references given in the drawings

b. the correctness, subject as above mentioned, of the position, levels, dimensions and alignment of all parts of the Works, and

c. the provision of all necessary instruments, appliances and labour in connection with the foregoing responsibilities

7.2 If, at any time during the execution of the Works, any error appears in the position, levels, dimensions or alignment of any part of the Works, the Contractor, on being required so to do by the Engineer-in-Charge, shall, at his own cost, rectify such error to the satisfaction of the Engineer-in-Charge.

7.3 The checking of any setting-out or of any line or level by the Engineer-in-Charge shall not in any way relieve the Contractor of his responsibility for the accuracy thereof and the Contractor shall carefully protect and preserve all bench-marks, sight-rails, pegs and other things used in setting-out the Works.

17

8. Samples and Shop Drawings

8.1 After award of the Contract, the Contractor shall furnish four sets (or as required by the Architect) of all shop drawings to the Engineer-in-Charge, for the approval of the Electrical Consultant, with such promptness as to cause no delay in his work or in that of any of his other Sub-contractors. Any sample required by the Electrical Consultant shall be delivered free of cost, as required from time-to-time.

8.2 The quality of material and workmanship shall be of the highest standard. The planes and alignments of works, both horizontal and vertical, surfaces and levels shall be perfect. The colours/ shades/ textures of surfaces shall be uniform and thicknesses of the joints shall be even. The defective works shall be rectified by the Contractor at his own cost.

8.3 The work should be planned in a systematic manner so that chase cuttings in the walls, ceilings and floors is minimized. Wherever absolutely essential the chase shall be cut using chase cutting machines. Chases will not be allowed to be cut using hammer/ chisel. The Contractor shall ensure proper co-ordination of various disciplines viz. sanitary, water supply, electrical, fire-fighting and all other services.

9. Programme of Works

9.1 The successful Bidder shall, within 7 days of the communication of acceptance of Tender, prepare and submit a detailed programme for the execution of work including procurement schedule of major materials from start of work to completion, indicating the "expected dates" of commencement and completion of all the items of work for the approval of the Architect/ Engineer-in-Charge. The programme chart shall also indicate the scheduling of shop drawings and approvals.

9.2 The Contractor shall assume full responsibility for any delay in delivery of materials by his merchants/ suppliers and not having completed the work in accordance with the approved/ agreed Time & Progress Chart by his Sub-contractors. Such excuses shall not form any criterion for extension of time, or any claims by the Contractor.

10. Site Register and Order Book

10.1 Site Register – The Contractor shall maintain at the site a work diary showing an accurate record of the progress of the works, item-wise, the number of men employed under each trade, the plant and equipment at site, the weather condition, temperature and other aspects having a bearing on the work.

The Contractor shall also maintain a separate site register showing a list of all the drawings issued by the Architect (including approved shop drawings) showing the drawing title & number, scale, date with latest revision number & date. He shall keep the same updated at all times.

10.2 Site Order Book – A site order book must be maintained and always be available at site to record the instructions of the Employer/ Engineer-in-Charge/ Architect. The Contractor shall ensure that instructions noted therein are properly carried out.

11. Co-ordination

11.1 The Contractor shall fully co-operate with other Contractors/ Agencies appointed by the Employer and departmental labour, if any. He shall study the plans, specifications and time schedule of other service Contractors and so plan his work in consultation with the Architect, that all related activities are dove-tailed and co-ordinated.

11.2 The Contractor will correspond with other Agencies if necessary only through the Architect/ Employer. Failure on the part of the Contractor to check plans of the other service Contractors affecting his work will render the Contractor responsible for bearing the cost of any necessary consequent changes, delays and infructuous expenditure.

18

12. Stores and Materials

12.1 All the stores and materials, required for the satisfactory completion of the work shall be arranged by the Contractor from his own sources/ open market, from Nepal and/ or India. No claim, whatsoever, shall be entertained by the Employer on account of delay in either procurement of these materials or non-availability of these materials in the market.

12.2 Storage of materials at the work site shall be at the Contractor's expense and risk. Any damage occurring to material due to any account including faulty storage in the Contractor's shed or on account of negligence on his part or for any other reason, shall be the liability of the Contractor.

12.3 The Contractor shall arrange for a suitable space outside the site at his own cost for the manufacturing/ fabrication of materials, if required by him. Any necessary clearance required from the concerned local Authorities, shall be obtained by the Contractor at his own cost, prior to carrying out such activities.

13. Security and Safety

13.1 The Contractor shall make his own security arrangements to guard his material at site at his own expense. The Employer accepts no liability for loss or damage to the Contractor's plant, tools or materials.

13.2 The Contractor shall issue identification passes to all his workers/ staff, which shall be got scrutinized and stamped by the Employer. For security reasons, for these passes, required for the admission of the workers into the site, the Contractor shall furnish to the Employer two photographs of each of his workers/ staff and their particulars, and produce satisfactory evidence as to their identity and bonafides for their record. The passes, each of which shall contain the name, photograph & identification number of the worker/ staff, shall be returned by the Contractor on demand of the Employer and in any case, on the completion of the works. In case Police verification for any or all labour/ staff is required by the Employer, it shall be got done by the Contractor at his own cost.

13.3 Any person employed by the Contractor in the capacity of his staff member or labour, whose attitude and conduct is found unsuitable to the interest of the work and general discipline within the premises of the work shall be prevented access into the site by the Employer and this shall be complied with immediately.

13.4 The Contractor shall not employ any labour/ staff of any other nationality except Indian and/ or Nepalese, without the written permission of the Employer.

13.5 The Contractor shall be adhere to all safety norms while carrying out and commissioning the

works. The CPWD Safety Code shall be the guiding principal and the Contractor would be responsible for safety of his staff, labour as well as other occupants within the Embassy Complex in so far as his electrical substation and lightning arrestors work is related.

14. Equipment

14.1 The Contractor shall provide and install at site all necessary barricades, hoists, ladders, stagings, scaffoldings, tools, tackles, instruments, equipments, etc. and all transport for labour, materials and plant necessary for the proper carrying on, execution, completion and maintenance of the work to the satisfaction of the Engineer-in-Charge/ Employer, at his own expense. However, the Contractor shall take prior permission from the Employer, for various plants and barricades, etc. required to be installed within the site.

15. Trespass

15.1 It shall be the responsibility of the Contractor to ensure that :

a. The construction zone is cordoned off with netting and other proper arrangements to the complete satisfaction of the Employer so as not to disturb the day-to-day functioning of the Embassy, and as per local Municipal bye-laws and instructions, if any.

b. His workmen do not trespass into areas and buildings beyond the barricades of the construction site.

19

16. Contractor’s Representatives & Review Meetings

16.1 The Contractor shall depute full-time qualified and experienced Engineers at the site of work along with adequate number of supporting staff, supervisors, licensed electricians, etc. as required for the proper execution of work. The details of all technical staff indicating their qualifications and experience who shall be employed on this project shall be furnished by the Contractor before execution.

16.2 The qualified Engineers of the Contractor’s firm shall attend review meetings at the work site, conducted by the Engineer-in-Charge/ Employer to review the progress of works and sort out problems, if any, with an idea of ensuring the completion of the project within the stipulated time period and providing quality works. The expenses on this account shall be borne by the Contractor in-so-far as these relate to the Contractor and/ or his Engineers/ staff.

17. Sub-letting & Specialist Sub-contractors

17.1 The whole of the work included in the Contract shall be executed by the Contractor and he shall not, in any manner, transfer, assign or sublet the Contract. However, the Contractor shall employ Specialist Agencies to carry out/ fabricate the specialised electrical works, etc. as required for items given in the Particular & Technical Specifications of the Tender Document and shall furnish written guarantees, alongwith the respective manufacturers’ warranties, against any defects (in the required formats provided by the Employer) on non-judicial stamp papers of the requisite amounts, for the minimum periods as specified in the Particular/ Technical Specifications, from the date of expiry of the Defects Liability Period prescribed in the Contract. The Contractor shall remain fully responsible for the quality of all the works executed by his Specialist Agencies.

17.2 The Contractor shall be responsible in engaging licensed manpower for the work and get the materials, fixtures & fittings tested by the Municipal Authorities wherever required, at his own cost and nothing extra shall be payable.

17.3 The works shall be carried out as per the regulations/ bye-laws of the local Municipal Corporation or any other concerned local Authority/ Authorities and the Contractor shall produce necessary completion certificates, wherever required, from such Authorities after completion of the work.

18. Communication to be in Writing

18.1 All references, communications, correspondence made to the Employer and the Architect/ Engineer-in-Charge shall be in writing and no reference, communication or complaint which is not in writing shall be recognised.

19. Working Hours & Working Days

19.1 The construction work will be allowed during working hours i.e. from 8 a.m. to 6 p.m., with one hour lunch-break, from Sunday to Friday, excluding public holidays. However, for additional working hours or during holidays, the Contractor will have to obtain permission from the Embassy and the Engineer-in-Charge.

19.2 However, the Contractor shall follow the prevalent working hours and holidays, as permitted under the local Labour Laws of Kathmandu, Nepal, enforced from time-to-time. In case the above working hours and days require changes as per the local Laws & Regulations, the Contractor shall inform the same in writing to the Employer & the Engineer-in-Charge and work according to permission from them.

20. Bureau of Indian Standards

20.1 A reference made to any Indian Standard specifications in the Tender documents, shall imply reference to the latest version of that standard of the Bureau of Indian Standards (BIS), including such revisions/ amendments as may be issued by the BIS during the currency of the Contract and corresponding clause therein shall hold valid in place of those referred to.

20

21. Drawings for Construction and Discrepancies, if any

21.1 The contract document & drawings are complementary to each other and are intended to include or imply all items required for the proper execution and completion of work. What is required by any one shall be as binding as if required by all. In the event, there is a discrepancy between the Schedule of Quantities, Specifications and/ or Drawings subsequent to the opening of the Tender, and during execution of works, the same shall be brought to the notice of the Architect/ Engineer in-Charge, whose decision shall be binding on the Contractor.

21.2 The several documents forming part of the Contract are to be taken as mutually explanatory, detailed drawings being followed in preference of small scale drawings, figured dimensions in preference to scaled dimensions and special conditions in preference to general conditions. If there are varying or conflicting provisions made in any one document forming part of the Contract, the Architect/ Engineer in-charge shall be the deciding authority with regard to the intention of the document.

21.3 Construction would be carried out as per approved shop drawings and no deviation shall be

permitted.

21.4 One copy of all the drawings provided to the Contractor as well as the shop drawings furnished by the Contractor, shall be kept by the Contractor at the site and the same shall, at all reasonable times be available for inspection and use by the Architect/ Engineer-in-Charge and by any other person authorized by the Engineer-in-Charge.

22. As-Built Drawings

22.1 The Contractor shall maintain adequate records of all changes to the works, as shall, from time to time be required, by the Architect and/ or the Employer. The Contractor shall prepare accurate and complete "As-Built drawings" of the work as constructed. Such drawings shall include all concealed points, field changes, and other details not indicated in the drawings.

22.2 The Contractor shall supply the soft copy alongwith the hard copy (one set reproducible and three sets of blue prints) of each “As-Built” drawing, for all works as well as all the services to the Architect. The final payment to the Contractor shall be released only upon receipt and approval of all “As built drawings”.

23. Variations

23.1 The schedule of quantities are given for the Electrical and other related works. The Employer may decide to change the scope of work at any stage thereby causing unlimited variations in the tendered quantities for which no claim from the Contractor will be entertained towards extra rates, etc. The Contractor shall, however, be paid on the basis of actual quantities of the works executed at site.

23.2 Further, while quantity of Panels is likely to remain constant, for items such as earthing, lightning arrestors, cabling, etc., the quantities may vary as per site conditions from those noted in the Schedule of Quantities. The Contractor has to complete the work in all respects as per revised quantities as required, and no claim from the Contractor will be entertained towards such variations.

23.3 The Employer/ Architect shall have the power to add, reduce, omit or hold any work/ part of the work at any stage during execution, due to non-availability of a portion of the site or for any reason whatsoever. No compensation whatsoever shall be payable to the Contractor on this account.

23.4 The Architect/ Engineer-in-Charge shall have powers to make any alterations in, omissions from, additions to, or substitutions for, the original specifications, drawings, designs and instructions that may appear to him to be necessary during the progress of the work and the Contractor shall carry out the work in accordance with such instructions which may be given to him in writing, signed by the Engineer-in-Charge. Such alterations, omissions, additions or substitutions shall be carried out by the Contractor on the same conditions in all respects on which he agreed to do the original work. For any change in the specifications, rate

21

adjustment, plus or minus, shall be made in the rate for which the Contractor shall take prior approval from the Employer before execution of works. For rates of such extra items, the Contractor shall furnish analysis of rates for approval from the Employer.

23.5 The Architect’s decision in all matters including items related to the aesthetics aspects will be final and he shall have the authority for special inspection or testing of the work whether or not such work is then fabricated, installed or completed.

23.6 The Contractor shall be bound to carry out and complete the work in accordance with any instructions given to him, from time to time, and confirmed in writing by the Engineer-in-Charge and such alterations, omissions, additions and substitutions as mentioned above in clauses 23.1, 23.2, 23.3, shall form part of the Contract as if originally provided therein. No other extra rate/ cost shall be paid on this account except any amount payable under clause 23.4 above.

24. Site to be Kept Clean

24.1 During the course of construction the Contractor shall stack the materials in a proper way and keep the site neat and clean after the day’s work is over.

24.2 The Contractor shall be entirely responsible for the prompt removal from the site of all surplus materials, spoils, and debris/ deleterious materials of whatever nature. This removal shall be carried out on a regular basis, and subject, if necessary, to the instructions of the Employer/ Engineer-in-Charge. The said instructions shall be binding upon the Contractor, but shall not relieve him of any of his obligations under the Contract. The Contractor shall be responsible for selection of the place of disposal which shall be legally authorized for that purpose. The Contractor shall defend, indemnify and hold harmless the Employer from any and all losses, damages, expenses, fines, etc. that the Contractor may incur if in violation of such requirement.

24.3 The material found surplus on completion of the project shall not be disposed off without the

prior permission of the Engineer-in-Charge. 25. Permits, Insurances & Indemnification and Miscellaneous Expenses

25.1 The Contractor shall obtain and pay for all permits and miscellaneous expenses required for the works. The Employer shall only make payment of security deposits and fees for getting permanent electric, water, service connections, meters, etc. against proper official receipts from the respective Authorities. The Contractor shall obtain and deliver to the Employer, certificates of final inspection and approval by the respective local and other concerned Authorities. However, charges and security deposits, etc. for the temporary connections required for the execution of works at site shall be borne by the Contractor.

The Contractor shall give to the municipal and other Authorities all notices etc. that may be required by the law and obtain all requisite licenses and pay all proper legal fees and shall meet all other miscellaneous & unforeseen expenses in this connection, from time to time and upon completion, as required by the concerned Authorities.

All liaison works, formalities, payments, miscellaneous expenses during construction, etc. for the works will be done by the Contractor to the Departments/ Authorities/ Fire Authorities concerned, for which nothing extra shall be payable over his quoted rates.

25.2 The Contractor shall follow the Safety Code and Model Rules for the protection of Health as well as Sanitary arrangements for labour as prescribed by the Local Authorities as regards to Safety Code. The Contractor shall be responsible for meeting obligations under the Employees State Insurance Act and the Provident Fund Act, etc.

25.3 The Contractor shall comply with and give all notices required under any Government Authorities, instrument, rule of order made under any Act of Parliament, State Laws or any regulation in India and Nepal, as well as bye-laws of the local Authorities related to the work. He shall comply with applicable bye-laws, ordnances, rules, regulations and pay any fines or penalties imposed for violation thereof. The Contractor shall indemnify the Employer against any liability in respect of the above, without any additional cost.

22

25.4 Insurance of works

§ Before commencing the execution of works, the Contractor shall insure the whole work for a sum equivalent to the Contract value and interest of the Employer against all risks (including fire, theft, riots, explosions, etc.), claims, proceedings, loss or damage costs (to materials, plant & machinery and works) etc. and take a Contractors Comprehensive All Risk Policy from an approved Insurance Company in the joint names of the Employer and the Contractor against such risks and deposit the said policy alongwith the receipt for the payment of upto-date premium (in original) with the Employer. The validity of the policy shall be extended/ renewed till the completion of the Defects Liability Period for the entire project.

§ The Insurance policy/ policies to be taken by the Contractor shall also cover his own employees, the staff & engineers of the Architect & the Employer, deputed at site.

25.5 Insurance under Workmen’s Compensation Act § Before commencement of work, the Contractor shall take in the joint names of the

Employer and Contractor, an insurance cover, under the applicable Workmen’s Compensation Act, as amended from time to time, from an approved Insurance Company, valid till the completion of the Defects Liability Period, and deposit such policy (in original) alongwith the receipt of payment of the premium with the Employer.

25.6 Third Party Insurance § Before start of work, the Contractor shall insure and indemnify and keep indemnified the

Employer against all claims which may be made against the Employer by any member of the public, third party, statutory bodies, Sub-contractor, labour, properties, roads and bridges, etc. adjoining/ outside the site, etc. in respect of anything which may arise in respect of the works and at his own expense arrange to effect, secure and maintain until the Defects Liability Period, a policy of insurance in the joint names of the Employer and the Contractor, from an approved Insurance Company against such risks, and deposit such insurance policy (in original) alongwith the receipt of payment of the premium with the Employer.

25.7 Similarly, the Contractor shall indemnify the Employer against all claims which may be made upon the Employer under the Payment of Wages Act, Minimum Wages Act, and Employer’s Liability Act, Workmen’s Compensation Act, Industrial Disputes Act or any other statute in force during the currency of this Contract including the Defects Liability Period.

25.8 The Contractor shall bear all losses, expenses, compensation, liabilities, etc., financial and/ or legal, consequent to any/ all damages done to the public/ private/ government roads and properties outside the site while transporting materials to the site.

25.9 In case the Contractor fails to furnish the All Risks Insurance Policy, Insurance under the Workmen’s Compensation Act, Third Party Insurance and the requisite Indemnity Bonds to the Employer, as required under clause nos. 25.4 to 25.7 before the stipulated date of commencement of work at site i.e. within 21 days from the date of issue of the Letter of Intent by the Employer, the payments of his running account bills shall be withheld till the compliance of the above-mentioned requirements.

25.10 The Contractor shall keep harmless and indemnify the Employer & the Architect from and against all claims and proceedings for or on account of infringement of any patent rights, design trademark or name or other protected rights in respect of any of the Contractor’s equipment, materials or plant used for or in connection with or for incorporation in the Works.

26. Grounds for Withholding Payments

26.1 The Employer may withhold the whole or part of any payment due to the Contractor to the extent necessary to protect the Employer from loss on account of any breach of the Contractor’s obligations under the Contract. When the cause for withholding is rectified, such amount as then due and owing shall be paid or credited to the Contractor.

23

27. Suspension of Work

27.1 The Contractor shall, on the written order of the Employer/ Architect suspend the progress of the works or any part thereof for such time or times and in such manner as the Employer/ Architect may consider necessary and shall, during such suspension, protect properly and secure the work, so far as is necessary in the opinion of the Employer/ Architect. No compensation would be paid to the Contractor on this account.

28. Possession of Site

28.1 Save in so far as the Contract may prescribe the extent of portions of the site of which the Contractor is to be given possession, and subject to any requirement in the Contract as to the order in which the work shall be executed, the Employer through the Engineer-in-Charge shall give to the Contractor possession of the site/ building as required to proceed with and complete the works.

28.2 The Employer shall have the right to use or occupy all, or any portion of the work before the work is accepted as finally completed, except only that the Engineer-in-Charge shall inspect those parts of the works to be occupied by the Employer and issue to the Contractor a List of Defects/ deficiencies outstanding, prior to occupation by the Employer. With this sole exception, such occupation shall not relieve the Contractor of any of its obligations under the Contract.

29. Rates

29.1 The rates quoted by the Contractor shall be inclusive of :

a. Prices/ costs of all materials, labour, fuel, transportation, samples, testing, etc. b. All taxes such as sales tax, Value Added Tax (VAT), import/ export customs duties,

excise duties, octroi, royalty, service tax or any other tax, duty or levy on material, labour, fuel and works contract tax, education cess, staff/ labour welfare cess, etc. in force or likely to be levied during the currency of the Contract, including the extended period, if any and Defects Liability Period.

c. Miscellaneous expenses towards insurances, permits, etc. d. Rates for working at all levels, for all heights, depths, leads, level differences, etc., as per

the requirements of the design & drawings, unless mentioned otherwise. e. Providing all necessary, openings, cut-outs, chases, curing, etc. in all the works, as per

the requirements of the design & drawings and as directed by the Engineer-in-Charge. f. All other costs and expenses, etc. as stipulated in the Tender Document

29.2 These rates shall remain firm and final for the duration of the entire Contract period including the extended period, if any and upto completion of the Defects Liability Period, and no escalation in these rates shall be payable on any account whatsoever.

30. Income Tax and other Taxes

30.1 Income Tax, Works Contract Tax and other taxes as applicable for the works will be deducted by the Employer from all the interim bills and the final bill of the Contractor, and remitted to the Government account, in accordance with the latest laws of Nepal.

30.2 It will be the responsibility of the Contractor to indicate the various taxes to be deducted, as applicable for the works, while submitting his Interim and Final Bills. All penalties, interests, charges, etc. if levied by the Government/ Authorities on account of any misrepresentation/ ignorance regarding such taxes to be deducted from his bills, shall be borne by the Contractor. The Contractor shall also be responsible for compliance of local laws including deductions/ deposit of TDS and other taxes etc. by the specialized Agencies engaged by him as Sub-contractors for the execution of the works.

30.3 The Contractor shall be required to get himself registered within the prescribed time limit with the local Authorities in Kathmandu/ Nepal under their Income Tax Department, VAT, Labour & Welfare Cess, Employees Provident Fund (EPF), Employees’ State Insurance Corporation laws (ESIC), etc. The other charges including the penalty/ fines for delay in registration, if any, shall be borne by the Contractor.

24

30.4 The Contractor shall submit alongwith his each running account bill, documentary evidence in token of having deposited latest EPF dues with the EPF organization including ESIC etc. He shall also ensure that EPF dues etc. are deposited with the concerned Authorities by his specialized Agencies/ Sub-contractors.

31. Mobilisation Advance

31.1 The mobilization advance (simple interest bearing @ 10% p.a.) upto a maximum of 10% of the Contract value shall be paid to the Contractor on submission of non-revocable Bank Guarantee of an equivalent amount alongwith the Performance Guarantee from a Nationalised Bank, as per enclosed format.

31.2 The recovery of mobilization advance alongwith interest shall be made on pro-rata basis from the Contractor's running account bills. The advance shall however be fully recovered after 80% of the work (in terms of value) is completed or 80% of the original stipulated Contract period is over, whichever is earlier. In case the balance mobilization advance still remains unrecovered on expiry of 80% of the original Contract period the Contractor shall refund the amount by Demand Draft/ Banker’s cheque immediately, failing which, the balance amount alongwith penal interest @ 2% over and above the prescribed rate of 10% for the delayed period shall be realized by invoking the Mobilisation Advance Bank Guarantee(s).

31.3 The Bank Guarantee shall be released when the mobilization advance is recovered. 32. Payment of Bills

32.1 The Contractor shall prepare and submit Interim Bills, preferably once a month, supported by detailed measurements for the works executed by him, to the Engineer-in-Charge.

32.2 Upon presentation of the Interim Bill, the Architect shall verify the Bill of the Contractor in detail and issue a certificate of payment to the Employer, who shall make the payment to the Contractor within 30 (thirty) days of the issue of the Certificate. Payment of running bill shall be made by Account Payee cheque(s) only.

33.3 The Contractor shall submit the Final Bill to the Architect within 30 (thirty) days of the Virtual Completion of the work as certified by the Engineer-in-Charge. No claims shall be made by the Contractor after submission of the Final Bill.

34.4 The Architect shall check the Final Bill of the Contractor, verify the payment due to him and issue the Final Certificate of payment to the Employer upon which the Employer shall make the final payment to the Contractor within 60 (sixty) days. The settlement of the Final Bill shall be subject to the furnishing of clearance certificates by the Contractor from various Tax Authorities, as applicable

33. Mode of Payment

The Contractor shall be paid by the Employer from time to time, in instalments, on obtaining interim certificates from the Engineer-in-Charge, in the manner described below: § 60% pro-rata payment against the supply of equipment, components at site, subject to

adjustment of Mobilization Advance. § 20% of the Contract value after erection/ installation § 15% of the Contract value after successful testing & commissioning § Balance 5% amount will be retained till Defects Liability Period is over i.e. for a period of

12 months from the date of virtual completion 34. Security Deposit

34.1 At the time of making any payment to the Contractor for the work done under the contract, 5% Security Deposit shall be deducted from his bills, certified for the interim work done.

34.2 The Security Deposit shall be refunded to the Contractor after the expiry of the Defects Liability Period for the entire project provided the Architect and the Employer are satisfied that all defects have been rectified and there is no demand outstanding against the Contractor.

25

35. Certificate of Virtual Completion

35.1 When all the works are completed, the Contractor shall give notice of such completion to the Employer/ Architect, alongwith the necessary documents including written guarantees and warranties required under the Contract, such as the completion certificate, no dues certificates etc. from the various Authorities.

35.2 Within 30 (thirty) days of receipt of such notice alongwith the required documents, the Architect shall inspect the works and furnish to the Contractor a list of defects to be rectified or deficiencies for correction by the Contractor.

35.3 After rectification of defects, the Architect shall issue a Virtual Completion Certificate. 36. Extension of Time and Liquidated Damages

36.1 If the Contractor fails to execute the works and clear the site on or before the time of completion, he shall, without prejudice to any other right to the Employer on account of such breach, pay compensation to the Employer, to the extent stipulated as liquidated damages, a sum at the rate of 0.5% (half per-cent) of the Contract value per week of delay upto a maximum of 10% of the Contract value. The decision of the Architect in this regard shall be final and binding on the Contractor.

36.2 If the execution of the work is delayed due to reasons beyond the control of the Contractor, such delay may entitle the Contractor to a reasonable extension of time to be decided by the Employer/ Architect. However, these reasons should satisfy the Employer for granting extension and it shall not be automatic.

37. Performance Guarantee

37.1 The Contractor shall submit an irrevocable Performance Guarantee of 5% (Five percent) of the tendered amount in addition to other deposits mentioned elsewhere in the Contract for his proper performance of the Contract Agreement, (not withstanding and/or without prejudice to any other provisions in the Contract) within 21 days from the date of issue of the Letter of Intent/ Acceptance. This period can be further extended by the Employer on written request of the Contractor stating the reason for delays in procuring the Bank Guarantee, to the satisfaction of the Employer. This Guarantee shall be in the form of Banker’s Cheque/ Demand Draft of any Scheduled Bank or Guarantee Bonds of any Scheduled Bank, in accordance with the proforma annexed hereto. In case a fixed deposit receipt of any Bank is furnished by the Contractor to the Employer as part of the performance guarantee and the Bank is unable to make payment against the said fixed deposit receipt, the loss caused thereby shall fall on the Contractor and the Contractor shall forthwith on demand furnish additional security to the Employer to make good the deficit.

37.2 The Performance Guarantee shall be initially valid upto completion of the Defects Liability period plus 90 days beyond that in case the time for completion of work gets enlarged, the Contractor shall get the validity of Performance Guarantee extended to cover such enlarged time for completion of work. After recording of the completion certificate for the all works by the Engineer-in-charge, the performance guarantee shall be returned to the Contractor, without any interest.

37.3 The Engineer-in-charge shall not make a claim, under the performance guarantee except for amounts to which the Employer is entitled under the Contract (not withstanding and/ or without prejudice to any other provisions in the Contract Agreement) in the event of:

a. Failure by the Contractor to extend the validity of the Performance Guarantee as described hereinabove, in which event the Employer may claim the full amount of the Performance Guarantee.

b. Failure by the Contractor to pay to the Employer any amount due, either as agreed by the Contractor or determined under any of the Clauses/ Conditions of the Agreement, within 30 days of the service of notice to this effect by Employer.

26

37.4 In the event of the Contract being determined or rescinded under provision of any of the Clause/ Condition of the Agreement, the performance guarantee shall stand forfeited in full and shall be absolutely at the disposal of the Employer.

38. Force Majeure

In the event of Force Majeure i.e. unforeseeable events such as war, floods, earthquake, fire, explosion, riots, civil disorder and other adverse weather conditions etc. which are beyond the reasonable control of the Parties, cannot be prevented or overcome and which prevent either Party from meeting their obligations under this Contract, the contractual obligations as far as affected by such event shall be suspended for as long as the Force Majeure continues provided that the other Party is notified within two weeks after occurrence of the Force Majeure. Force Majeure shall not include insufficiency of funds or failure to make any payment required hereunder. In the event of Force Majeure, either Party shall be entitled to prolongation of this Contract equal to the delay caused by such Force Majeure. The Contractor shall be granted necessary extension of time to cover the delay as caused by Force Majeure and compensated for any financial repercussions by the Employer. The amount of such compensation shall be decided by the Employer, whose decision in this matter shall be final and binding on the Contractor.

39. Defects Liability Period

39.1 The Defects Liability Period shall commence from the date of Virtual Completion issued by the Architect. The duration of the Defects Liability Period shall be 12 (twelve) months.

39.2 The Contractor shall be responsible to make good and remedy at his own expense any defect, electrical & mechanical fault or other faults which may appear during the Defects Liability Period arising in the work executed by the Contractor.

40. Settlement of Disputes

40.1 The disputes and differences arising out of or in connection with the design, drawings, specifications, quantities, rates, etc. shall be referred to the Architect whose decision shall be final, conclusive and binding on the Parties here to and shall be without appeal.

40.2 All other disputes and differences of any kind whatsoever arising out of or in connection with the Contract or the carrying out of the work shall be referred to the Engineer-in-Charge who shall state his decision in writing.

41. Arbitration

41.1 If any dispute, difference or question at any time arises between the Parties in respect of the meaning or interpretation of the terms and conditions of this Agreement or covering anything herein contained or arising out of this Agreement or the validity of the enforcement thereof which cannot be settled mutually, shall within 30 (thirty) days (or such longer period as may be mutually agreed upon) from the date one Party informs the other in writing that such dispute or disputes or disagreement exists, be referred to Arbitration. Within 30 (thirty) days of the said notice, one Arbitrator shall be appointed by each of the disputing Parties by notice in writing to the other. The two Arbitrators shall select an Umpire whose decision shall be final in case of difference of opinion between the two Arbitrators.

41.2 The Arbitration proceedings will be conducted in accordance with and be subject to the Arbitration and Conciliation Act, 1996 (of India) as amended from time to time and the decision of the Arbitrators as mentioned above shall be final and binding on the Parties.

41.3 The Arbitration will have its sittings at Delhi.

41.4 The language to be used in the Arbitral proceedings will be English.

41.5 The Contractor shall continue to perform his duties as far as practicable with diligence notwithstanding the fact that a dispute has been referred to Arbitration or any dispute or difference has arisen. It is also the term of Agreement that if the Contractor does not make any demand for Arbitration in respect of any item in writing within 60 (sixty) days of receiving intimation from the Employer that the final bill is ready for payment, the claim of the

27

Contractor will be deemed to have been waived and absolutely barred and the Employer shall be discharged and released of all liabilities under the Agreement in respect of these claims.

42. Safety Procedure

42.1 The Contractor shall incorporate in his operation the requirements of all the ‘Safety Codes’ issued by the Bureau of Indian Standards, National Building Code, and the regulations of local Authorities. In case, there are variations in the requirements of BIS Codes, National Building Code and the regulations of local Authorities, the more stringent regulations shall be deemed to apply.

42.2 The Contractor shall properly design scaffolding, ladders, hosting arrangements, cranes, etc. as applicable, to ensure safety of workmen as well as works. All scaffolds, ladders and other safety devices shall be maintained good condition.

42.3 All necessary personal safety equipment shall be kept available for the use of the personnel employed on the Site and maintained in good condition by the Contractor for immediate use. The Contractor shall take adequate steps to ensure proper use of equipment by those concerned.

42.4 Adequate precautions shall be taken by the Contractor to prevent danger from electrical works/ equipment.

42.5 No materials on the Site of works shall be so stocked or placed by the Contractor which causes any danger or inconvenience to anyone

42.6 All consequences, damages or losses arising by reasons of any violation of the safety requirement shall be met by the Contractor. The Contractor shall be bound to pay compensation to the persons for the injuries sustained of death owing to neglect of the safety precautions, should any claim proceedings be filed against the Employer. The Contractor hereby agrees to indemnify the Employer against the same.

28

8. NOTES AND DEFINITIONS A. NOTES TO THE GENERAL CONDITIONS OF CONTRACT 1. Wherever the words “Government” or “Government of India” or “CPWD” appear, the same shall

be read as “The Embassy of India, Kathmandu, Nepal”. 2. Wherever the words “President of India” or “President” or “Director General” or “Additional

Director General” or “Chief Engineer” appear, the same shall be read as “Employer”, represented through the Head of Chancery, Embassy of India, Kathmandu, Nepal.

3. Wherever the words “Superintending Engineer” or “Executive Engineer” or “Divisional Officer” or

“Sub-Divisional Officer” or “Engineer-in-Charge” appear, the same shall be read as “Architect and/ or his Engineer-in-Charge”.

B. DEFINITIONS & INTERPRETATIONS FOR THE TENDER DOCUMENT 1. “Employer" means The President of India, represented through the Head of Chancery, Embassy

of India, Kathmandu, Nepal 2. “Architect” means the person appointed by the Employer to act as Architect for the purposes of

this Contract, i.e. M/s Akshaya Jain & Associates. 3. “Engineer-in-Charge” means the authorised Engineer appointed by M/s Akshaya Jain &

Associates, from time-to-time, to supervise the works at the site and carry out the duties and exercise such authority as may be delegated to him by the Architect.

The Architect may, from time-to-time, delegate to the Engineer-in-Charge any of the duties and authorities vested in the Architect and he may at any time revoke such delegation. Any such delegation or revocation shall be in writing and shall not take effect until a copy thereof has been delivered to the Employer and the Contractor.

Any communication given by the Engineer-in-Charge to the Contractor in accordance with such delegation shall have the same effect as though it had been given by the Architect, provided that:

a. Any failure of the Engineer-in-Charge to disapprove any work, materials or Plant shall not prejudice the authority of the Architect to disapprove such work, materials or Plant and to give instructions for the rectification thereof; and

b. If the Contractor questions any communication of the Engineer-in-Charge, he may refer the matter to the Architect who shall confirm, reverse or vary the contents of such communication.

The Architect or the Engineer-in-Charge may appoint any number of persons to assist the Engineer-in-Charge in the carrying out of his duties. He shall notify to the Contractor the names, duties and scope of authority of such persons.

4. “Consultant” means the authorised Consultant engaged by M/s Akshaya Jain & Associates, to

provide consultancy services in respect of the electrical works, and for other disciplines as and when required.

5. "Contractor" is the successful Bidder on whom a Work order or a Letter of Intent has been issued

by the Employer and the legal successors in title to such person, but not (except with consent of the Employer) any assignee of such person.

6. “Sub-contractor”, as employed herein, includes those having a direct Contract with the Contractor

for any part/ piece-meal work and it includes one who furnishes materials worked to a special design according to the plans or specifications of the Work but does not include one who merely furnishes materials, not so worked upon. Anyone doing work on a piece-rate basis shall be deemed a Sub-contractor. The Contractor shall be responsible to the Employer for the work

29

performed by its Sub-contractors to the same extent as it would be, if the work was performed by the Contractor itself.

7. The operational currency in the context of this Contract is Indian Rupees. Hence, wherever the

word “Rupees” or “INR” or “Rs.” appears in the Tender Document, the same shall be read as Indian Rupees. In case during execution of the works, the Employer decides to make payments in the Nepalese Currency (NC), the same shall be acceptable to the Contractor, at the prevailing exchange rate of currency in Nepal.

8. Wherever the word “CPWD” appears in the Specifications and Schedule of Quantities, the same

shall be read as “Central Public Works Department, Government of India”. 9. Wherever the words “BIS” or “ISI” appear, the same shall mean the “Bureau of Indian

Standards”. Similarly, the words “IS Code/s” or “Indian Standard/s” shall mean the relevant codes and standards (including their latest revisions/ amendments) issued by the Bureau of Indian Standards.

. GENERAL CONDITIONS OF CONTRACT

30

9. PROFORMAE FOR GUARANTEES

PROFORMA OF BANK GUARANTEE (PERFORMANCE) To, Head of Chancery, Embassy of India, Kathmandu, Nepal Whereas the PRESIDENT OF INDIA through the Head of Chancery, Embassy of India, Kathmandu, Nepal (hereinafter called "Employer" which expression shall include its successors and assigns) having awarded a work order/ contract/ supply order No. dated (hereinafter called the contract) to M/s________________________________ (hereinafter called the Contractor / supplier) at a total price of Rs _________________ subject to the terms and conditions contained in the contract. WHEREAS, the terms and conditions of the contract require the Contractor to furnish a bank guarantee for Rs_____________________(Rupees_________________".) being________% of the total value of the contract for proper execution and due fulfilment of the terms and conditions contained in the contract. We, the Bank, (hereinafter called the "Bank") do hereby unconditionally and irrevocably undertake to pay to Employer immediately on demand in writing and without protest/or demur all moneys payable by the Contractor/ supplier to Employer in connection with the execution/supply of and performance of the works/ equipment, inclusive of any loss, damages, charges, expenses and costs caused to or suffered by or which would be caused to or suffered by Employer by reason of any breach by the Contractor/ supplier of any of the terms and conditions contained in the contract as specified in the notice of demand made by Employer to the bank. Any such demand made by Employer on the bank shall be conclusive evidence of the amount due and payable by the bank under this guarantee. However, the Bank's liability under this guarantee, shall be limited to Rs_______________ in the aggregate and the bank hereby agrees to the following terms and conditions:- (i) This guarantee shall be a continuing guarantee and irrevocable for all claims of Employer as

specified above and shall be valid during the period specified for the performance of the contract including the period of maintenance/warranty i.e. upto ___________

(ii) We, the said bank further agree with Employer that Employer shall have the fullest liberty

without our consent and without affecting in any manner our obligations and liabilities hereunder to vary any of the terms and conditions of the said contract or to extend time for performance of contract by the Contractor from time to time or to postpone for any time or from time to time any of the powers exercisable by Employer against the Contractor/supplier under the contract and forbear or enforce any of the terms and conditions relating to the said contract and we shall not be relieved from our liability by reason of any such variations or extension being granted to the Contractor or for any forbearance, act or omission on the part of Employer or any indulgence by Employer to the Contractor or by any such matter or thing whatsoever, which under the law relating to the sureties would, but for this provision, have effect of so relieving us.

(iii) This guarantee/ undertaking shall be in addition to any other guarantee or security

whatsoever Employer may now or at any time have in relation to the performance of the works/ equipment and the company shall have full re-course to or enforce this security in performance to any other security or guarantee which the Employer may have or obtained and there shall be no forbearance on the part of the company in enforcing or requiring enforcement of any other security which shall have the effect of releasing the Bank from its full liability. It shall not be necessary for Employer to proceed against the said Contractor/ supplier before proceeding against the Bank.

31

(iv) This guarantee/ undertaking shall not be determined or affected by the liquidation or winding

up, dissolution or change of constitution or insolvency of the supplier/ Contractor, but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to Employer in terms thereof are paid by the Bank.

(v) The Bank hereby waives all rights at any time inconsistent with the terms of this Guarantee

and the obligations of the bank in terms hereof, shall not be otherwise effected or suspended by reasons of any dispute or disputes having been raised by the supplier/Contractor (whether or not pending before any Arbitrator, Tribunal or Court) or any denial of liability by the supplier/Contractor stopping or preventing or purporting to stop or prevent any payment by the Bank to Employer in terms hereof.

(vi) We, the said Bank, lastly undertake not to revoke this guarantee during its currency except

with the previous consent of Employer in writing. Unless a claim is made in writing within 90 days from the date of expiry of this guarantee i.e._____________ (90 days after the date of expiry) we shall be relieved from all liabilities under this guarantee thereafter.

Signed this_________ day of__________ at ______________ For and on behalf of Bank WITNESS 1. 2.

32

PROFORMA OF BANK GUARANTEE (FOR MOBILIZATION ADVANCE) To, Head of Chancery, Embassy of India, Kathmandu, Nepal 1. In consideration of the PRESIDENT OF INDIA through the Head of Chancery, Embassy of

India, Kathmandu, Nepal (hereinafter called "Employer" which expression shall unless repugnant to the subject or context include his successor and assigns) having agreed under the terms and conditions of Contract No_________ dated______ made between ________ and the Employer in connection with _________ (hereinafter called "the said Contract") to make at the request of the Contractor a Mobilization Advance of Rs-_________ for utilizing it for the purpose of the Contract on his furnishing a guarantee acceptable to the Employer, we the __________ Bank Ltd., (hereinafter referred to the "the said Bank") and having our registered office at______________ do hereby guarantee the due recovery by the Employer of the said advance as provided according to the terms and conditions of the Contract. We _____________ do hereby undertake to pay the amount due and payable under this Guarantee without any demur, merely on a demand from the Employer stating that the amount claimed is due to the Employer under the said Agreement. Any such demand made on the _________ shall be conclusive as regards the amount due and payable by the __________ under this guarantee and ___________ agree that the liability of the _____________ to pay the Employer the amount so demanded shall be absolute and unconditional notwithstanding any dispute or disputes raised by the Contractor and notwithstanding any legal proceeding pending in any court or Tribunal relating thereto. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs __________.

2. We __________ Bank further agree that the Employer shall be the sole judge of and as to

whether the amount claimed has fallen due to the Employer under the said agreement or whether the said Contractor has not utilized the said advance or any part thereof for the purpose of the Contract and the extent of loss or damage caused to or suffered by the Employer on account of the said advance together with interest not being recovered in full and the decision of the Employer that the amount has fallen due from Contractor or the said Contractor has not utilized the said advance or any part thereto for the purpose of the contract and as to the amount or amounts of loss or damage caused to or suffered by the Employer shall be final and binding on us.

3. We, the said Bank, further agree that the Guarantee herein contained shall remain in full

force and effect till the said advance has been fully recovered and its claims satisfied or discharged and till Employer certify that the said advance has been fully recovered from the said Contractor/and accordingly discharges this Guarantee subject, however, that the Employer shall have no claims under this Guarantee after the said advance has been fully recovered, unless a notice of the claims under this Guarantee has been served on the Bank before the expiry of the said Bank Guarantee in which case the same shall be enforceable against the Bank.

4. The Employer shall have the fullest liberty without affecting in any way the liability of the

Bank under this Guarantee or indemnity from time to time to vary any of the terms and conditions of the said Contract or the advance or to extend time of performance by the said Contractor or to postpone for any time and from time to time of the powers exercisable by it against the said Contractor and either to enforce or forbear from enforcing any of terms and conditions governing the said Contract or the advance or securities available to the Employer and the said Bank shall not be released from its liability under these presents by any exercise by the Employer of the liberty with reference to the matters aforesaid or by reasons of time being given to the said Contractor or any other forbearance, act or omission on the part of the Employer or any indulgence by the Employer to the said Contractor or of any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of so releasing the bank from its such liability.

33

5. It shall not be necessary for the Employer to proceed against the Contractor before

proceeding against the Bank and the Guarantee herein contained shall be enforceable against the Bank notwithstanding any security which the Employer may have obtained or obtain from the Contractor or shall at the time when proceedings are taken against the Bank hereunder be outstanding or unrealized.

6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except

with the previous consent of the Employer in writing and agree that any change in the constitution of the said Contractor or the said Bank shall not discharge our liability hereunder.

Dated this_________ day of_________ For and on behalf of Bank (NAME AND DESIGNATION) Dated:

34

10. GENERAL INSTRUCTIONS FOR SPECIFICATIONS & SCHEDULE OF QUANTITIES

1. The works shall be carried out strictly as per the latest CPWD Specifications along with the

updated correction slips issued by the CPWD from time to time. However, the works for which the Particular/ Technical Specifications have been given in this Tender Document, shall be carried out accordingly and shall take precedence over the CPWD Specifications.

2. For items not covered under the Particular/ Technical Specifications and the latest CPWD

Specifications, the work shall be done as per the latest relevant BIS codes of practice. 3. For items not covered under the specifications mentioned in Paras 1 & 2 above, the work shall

be done as per the Technical specifications of the approved manufacturers and as directed by the Architect/ Engineer-in-Charge.

4. For items not covered under the specifications mentioned in Paras 1, 2 & 3 above, the work

shall be done as per sound engineering practice and as directed by the Architect/ Engineer-in-Charge, whose decision in this regard shall be final and binding on the Contractor.

5. Supplementary Conditions for the, electrical and other works given in the BOQ shall be read in

conjunction with the Special & General Conditions of Contract of this Tender Document. In case of any contradiction/ variation between the two, the conditions shall prevail.

6. The Contractor shall use the approved makes of materials given in the Tender Document. The

final selection of materials, out of the approved makes of materials or otherwise to be used at site, shall rest with the Architect and it shall be binding on the Contractor. The Contractor shall get the approved Makes and obtain approval of the make/ brand to be used for various items of works from the Architect, before procuring/ commencing the supply.

7. Where no specific make of material is specified in the Tender, any first class product of a

reputed manufacturer shall be used provided it conforms to the requirements of the specifications/ drawings. The selection shall rest entirely with the Architect/ Engineer-in-Charge whose decision in this matter shall be final.

8. Each work under this Contract shall consist of furnishing all required labour, materials,

equipment, appliances, accessories and sundry fittings, etc., necessary for completion and functioning of the work/ system, for all leads and heights (unless specifically mentioned otherwise), to the full satisfaction of the Architect/ Engineer-in-Charge, whether such requirements are specifically mentioned in the nomenclature of item of works or not.

9. In case any change is required by the Architect in the Model Nos./ Makes already specified in

the Schedule of Quantities, the Contractor shall execute such quantities with the changed Model Nos./ Makes. The actual difference in price of such Model Nos./ Makes will be paid or recovered from him on this account, as the case may be. In such cases, the decision of the Architect/ Engineer-in-Charge shall be final and binding on the Contractor.

10. In the Schedule of Quantities, rates are deemed to imply rates for procurement of items from

India, their supply, installation/ executing, testing & commissioning complete to the satisfaction of the Engineer-in-Charge/ Employer, and nothing extra shall be paid to the Contractor. The decision of the Architect/ Engineer-in-Charge shall be final and binding on the Contractor.

11. The Contractor shall, on completion of installation of equipment’s, submit all relevant

documents & drawings related to the equipment’s’ Warranty, Test certificates, History sheets, Catalogues, Operation & Maintenance manuals, List of recommended spares & consumables, Reconciliation statement and all approvals & sanctions from the requisite Authorities.

35

11. ELECTRICAL WORKS : SUPPLEMENARY CONDITIONS 1.0 Scope of Work The scope of work under this section shall cover the supply, installation, testing and

commissioning of H.T. VCB Panel as extension to the existing panel, Main L.T. Panel, Feeder Panels and Advance Lightning arrestor work as per BOQ

2.0 Regulations and Standards The installation shall conform in all respects to Indian Standard code of Practice for

L.T. switchgears, Cables, Earthing, etc. It shall also be in conformity with the current Nepalese Electricity Rules and regulations and requirements in so far as these become applicable to the installation. Wherever this specification calls for a higher standard of material and/or workmanship than those required by any of the above regulations then these specifications shall take precedence over the said regulations and standards.

3.0 Verification at Site The Contractor shall verify at the site all information regarding the existing services, levels,

dimensions, etc. and shall remain responsible for the accuracy and maintenance of all the dimensions and levels. On verification if any discrepancy is found between what is shown in the drawings and what actually exists, the Contractor before proceeding further with the works, shall immediately bring the same to the notice of the Engineer-in-Charge/ Architect.

4.0 Fees Permits & Tests The Contractor shall obtain and pay for any fee and permits required for the installation &

commissioning of the work. The Employer shall only make payment of services connection charges and any other security deposit for getting electric supply on submission of official receipts of the concerned Authorities to the Employer. On completion of the work, the Contractor shall obtain and deliver to the Architect/ Engineer-in-Charge certificates of final inspection and approval by the Local Electric Supply Authority, Electrical Inspector safety & Statutory Authorities. The Architect/ Engineer-in-Charge shall have full powers to order the materials or work to be tested by an independent Agency at the Electrical Contractor's expense in order to prove its soundness & adequacy.

5.0 Completeness of Tender All sundry fittings, assemblies, accessories, hardware items, foundation bolts, termination

lugs for electrical connections as required, and all other sundry items which are useful and necessary for proper assembly and efficient working of the various components of the works shall be deemed to have been included in the tender, whether such items are specifically mentioned in the tender documents or not.

6.0 Works to be done by the Contractor Unless and otherwise mentioned in the tender documents, the following works shall be done

by the Contractor, and therefore their cost shall be deemed to be included in their quoted rates.

a. Foundations for equipment’s and components, where required, and as per directions of the Engineer-in-Charge.

b. Cutting and making good all damages caused during installation and restoring the same to their original finish.

c. Sealing of all floor openings provided by him for pipes and cables, from fire safety point of view, after laying of the same.

d. Painting at site of all exposed metal surfaces of the installation other than pre-painted items like fittings, fans, switchgear/ distribution gear items, cubicle switch board etc. and erection, shall however be rectified to the satisfaction of the Architect/ Engineer-in-Charge.

36

e. Temporary shed, if required, for the storage space & locking arrangements thereof, and watch & ward of the materials and completed installation till completion of the work.

f. Testing and commissioning of the completed installation. 7.0 Tools for Handling and Erection

Providing all tools & tackles required for the handling of equipment’s and materials at site of work as well as for their assembly & erection and also necessary test instruments shall be the responsibility of the Contractor.

8.0 Co-ordination with Other Agencies The Contractor shall co-ordinate with all other Agencies involved in the building work so that

the building work is not hampered due to delay in his work. Recessed conduiting and other works which directly affect the progress of building works shall be given priority by the Contractor.

9.0 Drawings The drawings indicate the extent and general arrangements of the equipment and are

essentially diagrammatic. The work shall be executed as indicated in the drawings, however any minor changes found essential to co-ordinate the installation of this work with the other trades shall be made without any additional cost to the Employer. The drawings are for guidance of the Contractor and exact locations, distance and levels shall be governed by the building. The Contractor shall examine all architectural, structural, plumbing, electrical, HVAC and other services drawings before starting the work and report to the Architect/ Engineer-in-Charge any discrepancies that in his opinion appear on them and get it clarified. The Contractor shall not be entitled to any extras for omissions or defects in electrical drawings or when they conflict with other services work. The Contractor shall prepare working & shop drawings and get them approved from the Architect/ Engineer-in-Charge before commencing the work.

10.0 Shop Drawings 10.1 Submission of Shop Drawings

The Contractor shall prepare and submit to the Architect/ Engineer-in-Charge for his approval detailed shop drawings, showing all details including foundation, installation & fabrication details, before the work is commenced. The Contractor must submit these drawings in quadruplicate as soon as possible after the order is placed to give ample time for all parties concerned to study and make comments thereon.

Equipment layouts shall be detailed on the drawings, showing the exact method of installing and clearly illustrating components to be used in making all connections.

10.2 Approval of Shop Drawings The Architect’s/ Engineer-in-Charge’s approval of such drawings, schedule, brochures etc. will be an approval of general details and arrangements only and shall not relieve the Contractor from responsibility for deviation from drawings or specifications unless he has in writing called the attention of the Architect/ Engineer-in-charge of such deviation at the time of submission, nor shall it relieve the Contractor from responsibility for errors or omissions of any kind in the shop drawings when approved.

11.0 Approval of Materials

All materials used on the works shall be new and of the best quality available, conforming to the relevant approved makes, specifications and as per good engineering practice. Prior approval should be obtained in writing from the Architect/ Engineer-in-Charge for all materials proposed and when necessary, approved sample duly identified and labelled shall be deposited to the Architect/ Engineer-in-Charge.

12.0 Manufacturer's Instructions Where manufacturers have furnished specific instructions relating to the materials to be used

in the job, covering points not specifically mentioned in this Tender Document, these instructions shall be followed in all cases.

37

13.0 Completion Drawings On completion of the work and before issue of certificate of virtual completion, the Contractor shall submit to the Architect/ Engineer-in-Charge all level completion plans & details for all the buildings alongwith external services layouts, drawn to a scale, in soft copy as well as one set of reproducible drawings & three sets of blueprints, indicating the following Electric Sub-station (E.S.S.) a. Layout of all Substation equipment’s with physical dimensions and installation details. b. Schematic drawing with cabling details and equipment rating, model & marks for Feeder

Pillars etc. c. GA & Schematic drawings of H.T. Panel Board, Transformer, Main L.T. Panel etc. d. Any information needed or useful for repair and maintenance of the Electrical installation. e. Route of H.T. / L.T. power cables and control cables with termination details. f. Earthing details of equipment with size of earth conductor g. Operation and maintenance manuals

14.0 Material & Equipment All materials and equipment shall conform to the relevant Indian Standards and shall be of

the approved make and design, using only the best quality of materials and equipments. The Contractor shall be responsible for the safe custody of all the materials and shall insure the same against theft, damage by fire, earthquake etc.

Any item which is proposed as a substitute, the Contractor shall state the credit, if any, due for the Employer in the event the substitute item is approved in writing by Architect/ Engineer-in-Charge and shall be accompanied by all "Technical Data" giving sizes, particulars of materials and manufacturer’s name, etc. Where no specific make of material is specified, any first class product of a reputed manufacturer shall be used provided it conforms to the requirements of the specifications/ drawings. The decision of the Architect/ Engineer-in-Charge in this matter shall be final.

15.0 Scale Shop Drawings shall be prepared to the scale as required for proper explanation and shall

indicate the size and location of all equipments and accessories herein. The Contractor shall obtain all dimensions at the building site of work and check all the plans/ drawings to avoid any interference with the building structure, other equipments and/ or other services.

16.0 Brochures and Data The Contractor shall submit four copies of all brochures manufacturer's description data and

similar literature. One copy will be returned to the Contractor after approval. 17.0 Material Inspection, Examination, Testing and Inspection Certificate 17.1 All materials and equipment shall be brand new and shall conform to the specifications and

standards.

17.2 The Architect/ Engineer-in-Charge shall at all reasonable time have free access to the Contractor's/ manufacturer’s works. They shall have full powers to examine the materials and workmanship of the equipment at the Contractor works or at any other place from where the material or equipment is obtained. The Contractor shall give every facility to the Architect/ Engineer-in-Charge and necessary help for inspection, examination & testing of the materials. Original test certificates of the manufacturers shall be submitted by the Contractor for all major equipment before they are accepted by the Architect/ Engineer-in-Charge. Acceptance of any material or equipment shall in no way relieve the Contractor of his responsibility for meeting the requirements of the Contract.

17.3 The Architect/ Engineer-in-Charge shall have at all reasonable times access to the Contractor’s premises or works and shall have the power at all reasonable time to inspect and examine the materials and workmanship during its manufacture or erection or if the part of works is being manufactured or assembled at other premises or works, the Contractor shall obtain for the Architect/ Engineer-in-Charge permission to inspect as if the works were manufactured or assembled on the Contractor's own works/ premises.

38

17.4 The Contractor shall arrange all the materials, labour and instruments, etc. required for inspection of equipment or for any testing to be carried out at site. Notice for such inspection/ presence for testing shall be given to the Engineer-in-Charge/ Employer by the Contractor at least 10 days in advance.

17.5 Notwithstanding approval of tests or equipment by the Employer, the Contractor shall be required to perform site tests and prove the correctness of ratings and performance of equipment/ machinery and materials supplied and installed by him as per the Contract specifications and conditions. The Engineer-in-Charge/ Employer shall reserve the right to reject any equipment/ machinery/ material should it, on tests after erection, be found not to comply with contract specifications.

18.0 Training of Personnel at Site In order to enable the Employer's staff to get acquainted with the operation and maintenance

of the system, the Contractor at no extra cost to the Employer shall train the Employer’s personnel during the period of installation, testing, commissioning and prior to virtual completion and taking over by the Employer.

19.0 Guarantee/ Warranty The installation will be handed over to the Employer after necessary testing and

commissioning. The installation will be guaranteed (on non-judicial stamp paper) against any defective design/ workmanship. Similarly, the material supplied by the Contractor will be guaranteed against any manufacturing defect and inferior quality. The guarantee period will be for a period of 12 months from the date of handing over to the Employer. Installation/ equipments or components thereof shall be rectified/ repaired at the discretion of the Architect/ Engineer-in-Charge.

20.0 Contractor to Provide all for Testing The Contractor shall provide and pay for all necessary tools, instruments, gadgets and

testing equipment required for conducting the various tests. The Contractor at his own cost shall rectify any defects in material and/or in workmanship detected during initial testing.

The testing and commissioning shall be carried out to the entire satisfaction of the Architect/ Engineer-in-Charge.

39

12. TECHNICAL SPECIFICATIONS 1.0 GENERAL SPECIFICATIONS

The electrical Installation works shall be carried out in accordance with the relevant Indian Standard Code of Practice for Electrical Installation. Electrical Installation work shall also be in conformity with the National Electrical Code with upto date amendments. All Electrical work shall be carried out in accordance with the provision of Indian Electricity Act 1910 & Indian Electricity Rules 1956 amended upto date. The work shall also conform to Indian Standard Code of Practice for the type of work involved. It shall also be in conformity with regulations and requirements of the Local Electricity Supply Authority and Fire regulations so far as these become applicable to the installation. Electrical work shall be carried out as per following the CPWD General Specifications for Electrical Works Part I - Internal Work - 2013 Part II - External Work - 1994 Part IV - Substation Work - 2013

Wherever these Tender Specifications call for a higher standard of material and

workmanship than those required by any of the above-mentioned regulations and specifications, the Technical Specifications given hereunder shall take precedence over the said regulations and standards.

2.0 11KV VACUUM CIRCUIT BREAKER PANEL BOARD 2.1 General

Vacuum Circuit Breaker shall be incorporated in H.T. Panel wherever specified. VCB’s shall conform to IEC 298 and 694 IS 3427, IS:13118, BS:5227 and VDE 0670, part 6 as well as the regulations mentioned therein. VCB’s shall be suitable for operation on 11KV, 3 phase, 50Hz, AC supply. Proposed 1 Nos. 11KV VCB Breakers shall be installed with existing 11KV VCB Panel Boards and the scope shall include for extension of Busbar chamber.

2.2 Type and Construction

2.2.1 The metal clad panel shall be fully extensible and compartmentalized to give :

a. Circuit Breaker Compartment b. Busbar Compartment c. CT and Cable Compartment

2.2.2 The compartments shall be safe to touch and compartments thus formed shall be dust proof & vermin proof. A separate metering chamber for fixing the necessary instrumentation metering and protective equipment shall be mounted on the top and bottom of the panel at the front.

2.2.3 The VCB shall consist of three air insulated poles incorporating mechanism of interrupters. The body of interrupters shall be made of nickel chromium steel supported on insulators made out of metalized aluminium oxide. The contacts shall be of chromium copper and butt shaped.

2.2.4 Vacuum circuit breaker shall be mounted on truck or a carriage mechanism. In case of truck mechanism, the breaker shall be on a trolley while in a carriage mechanism, shall have separate door and it shall be possible to perform all operations with front door closed. The drawout carriage shall have two positions for the circuit breaker viz isolated/ test & service position. Busbars shall be insulated type made of high conductivity copper supported on cast epoxy monobloc designed to withstand full short circuit currents and shall be provided all along the length of the H.T. board.

2.2.5 It shall be horizontal isolation, horizontal drawout type, fully interlocked, with dust and vermin proof construction, suitable for indoor installation. The panel shall be supplied with the manufacturer’s test certificates.

40

2.2.6 The Contractor shall submit certificates with date of manufacture, which shall be complete in all respects as per details in the schedule of quantities. The steel work should have undergone a rigorous rust proofing process comprising alkaline degreasing, de-scaling in dilute sulphuric acid and recognised phosphating process and shall then be given powder coating (Electrostatic) paint of manufacturer’s standard shade.

2.2.7 The switchgear constructions shall be such that the operating personnel are not endangered by breaker operation and internal explosions, and the front of the panel shall be specially designed to withstand these. Pressure relief flaps shall be provided for safely venting out gases produced inside the high voltage compartment, busbar compartment and termination compartment. These flaps shall be vented upwards and cannot be opened from outside. These relief flaps shall be of such construction as not to permit ingress of dust/water in harmful quantities under normal working conditions. Enclosure shall be constructed with sheet steel of atleast 2.0mm thickness. It shall have a rigid, smooth, levelled, flawless finish.

2.2.8 Total height of the H.T. Panel board shall be 2700mm (approx.) and width 620mm (approx.), or as per existing VCB Panel Board installed at site. On the incoming breaker panel, a 50VA burden and Class I accuracy potential transformer 11KV/√3 /110V/√3 with LT fuses shall be provided. These shall be three single phase PTs cast resin insulated type. Adequate space at the rear of the panel shall be provided for termination of power & control cables. The panel shall be provided with suitable terminating arrangement for termination of cables.

2.2.9 The making contact arms (upper & lower) of the circuit breaker shall be encased in poly-propylene tubes. Penetration type bushings shall be provided in the busbars & cable compartment for the fixed contacts.

2.2.10 Safety shutters shall be provided to cover up the fixed high voltage contacts on busbar and cable sides when the carriage is moved to Isolated/ Disconnected position. The shutters shall move automatically with the movement of the drawout carriage. It shall, however, be possible to open the shutters of busbars side and cable side individually.

2.2.11 Mechanically operated circuit breaker auxiliary switches of minimum 5 NO + 5 NC ways, shall be provided for control and indication purposes. Control wiring shall be done by using 1.5 sq.mm, 1.1KV grade stranded copper PVC insulated cable. All control fuses shall be HRC link type.

2.2.12 Terminal blocks shall be clamp type suitable for connection of only 2 wires per terminal and shall be 650 V grade. The L.T. control circuit shall be routine tested to withstand 1.1 KV for one minute.

2.2.13 Busbar compartment shall be provided at the rear. Electrolytic copper busbars shall be of rectangular cross section and insulated with colour coaded heat shrinkable PVC sleeves. Busbars shall be supported properly by cast epoxy resin insulators so as to withstand thermal and dynamic stresses during system short circuits. Busbars shall be provided with necessary colour coding for phases indication. The busbars shall be designed to withstand a temperature rise of 60 deg. C above an ambient temperature of 45 deg. C.

2.3 Busbar and Insulators

2.3.1 All busbars and jumper connections shall be of electrolytic copper conforming to relevant IS standards. They shall be adequately supported on epoxy insulators to withstands electrical and mechanical stresses due to specified short circuit currents. Busbar cross section shall be uniform throughout the length of switch board.

2.3.2 Contact surface at all joints shall be properly cleaned and No-oxide grease applied to ensure an efficient and trouble free connections. All bolted joints shall have necessary washers for maintaining adequate contact pressure. All connection hardware shall have high corrosion resistance.

2.3.3 Busbar insulators shall be of track-resistance, high strength, non-hygroscopic, non-combustible type & shall be suitable to withstand stresses due to over voltages and short circuit current. Busbar shall be supported on the insulator such that the conductor expansion and contraction are allowed without straining the insulators. Busbars shall be provided with necessary colour coding for phases indication. The busbars shall be designed to with stand

41

a temperature rise of 60 degree centigrade above an ambient temperature of 45 degree centigrade.

2.4 Earthing and Protective Earthing

2.4.1 Copper earthing bus shall be provided. It shall be bolted/ welded to the frame work of each panel. The earth bus shall have sufficient cross section to clear fault currents to earth without exceeding the allowable temperature rise. Suitable arrangement shall be provided at each end of the earth for bolting Employer’s earthing conductors and earth bus shall run inside at the back of the panel for entire length. Facilities shall be provided for integral earthing of busbars & feeder circuit.

2.5 Metering and Protection

2.5.1 The VCB Panel Board shall be provided with epoxy resin current transformers for metering and protection. The CT’s shall conform in all respects to IS 2705-1964 Part-I, II and III. These shall have accuracy class of 1.0 for metering of 5P10 for protection. Potential transformers shall be epoxy cast resin type & conform to specifications of IS : 3156-1965 Part-I, II & III and shall be class-1. Ammeter and voltmeter to be installed on panel shall be of moving iron type. Electronic type digital energy analyser having parameter of KW, KWH power factor, frequency etc. having in built feature to store 30 days memory shall be provided. All meters shall be tested for 2000V for 1 minute and shall be 96mm square pattern, flush mounting type with necessary selector switches. Necessary LED type indicating lamps shall be provided.

2.6 Operating Mechanism

2.6.1 Vacuum Circuit Breaker shall be equipped with motorised spring charge. These operating mechanisms shall be of the stored energy type. In the closed state of the breaker, the energy stored in the springs shall be suitable for O-C-O duty.

2.7 Interlocking and Safety Arrangement

2.7.1 Vacuum Circuit Breaker shall be provided with the following safety and interlocking arrangements:

a. The drawout carriage cannot be moved from either test/disconnected to service position or vice versa, when the circuit breaker is ‘On’.

b. The circuit breaker cannot be switched ‘On’ when the carriage is in any position between test & service position.

c. The front door of the panel cannot be opened when the breaker is in service position or in an intermediated position.

d. The low voltage plug & socket cannot be disconnected in any position except test/isolated position.

e. The door cannot be closed unless the LV plug has been fitted. f. It shall be possible to mechanically close and trip the circuit breaker through push buttons

with the circuit breaker in service position and the door closed. g. Individual explosion vents shall be provided for breaker, busbar, cable chambers on the

top of the panel to let out the gases under pressure generated during an unlikely event of a fault inside the panel.

h. Circuit Breaker & sheet metal enclosure shall be fully earthed. i. Self locking shutters shall be provided which close automatically and shall be interlocked

with the movement of the drawout carriage mechanism. 2.8 Rating

2.8.1 The rating of the vacuum circuit breaker shall be as per the drawings and schedule of quantities. The rated/breaking capacity of the breaker shall be 350 MVA (18.37 KA RMS) at 11KV. The rated making capacity shall be as per the relevant standards.

42

2.9 Accessories

2.9.1 Circuit Breakers shall be provided with the following accessories :

a. Auxiliary Switch with minimum 5 NO+ 5 NC auxiliary contacts b. Tripping Coil c. Mechanical Operation Counter d. Spring Charging Handle

2.10 Additional Accessories

2.10.1 The loose items to be supplied with the 11KV VCB Panel Board shall comprise of the following :

a. Instruction Book. b. Maintenance Manual. c. Reaching in/out handle. d. Handle for spring charging mechanism. e. Foundation bolts. f. Busbar Earthing & Circuit Earthing Trolley.

2.11 Mounting

2.11.1 Vacuum Circuit Breakers shall be mounted as per manufacturers’ standard practice. 2.12 Auxiliary Supply

a. The tripping shall be at 24 Volt D.C. through a power pack unit. b. Epoxy cast resin control transformer 11KV/415-230V AC shall be provided for auxiliary

supply requirement other then tripping. c. Space heater, closing, indication & other auxiliary supply requirement shall be at 110V

AC. Necessary termination arrangement complete with isolating switch, control fuse & link shall be provided at one place in the panel for receiving the Incoming/ Outgoing cables.

2.13 Tests

2.13.1 Factory Tests The circuit breakers panel shall be subjected to routine tests at manufacturers’ works in

accordance with the details specified in the relevant IS specifications. These shall however necessarily comprise of the following.

a. Power frequency voltage test on the main power circuit. b. Verification of the correct wiring/ Functional Test. c. Dielectric test at 1.5KV on the control circuit. Apart from above, the vendor shall submit

the routine test certificates for the following equipment.

i. Circuit Breakers ii. Current Transformers iii. Potential Transformers

The vendor shall submit the type test certificate for following alongwith the offer :

a. Temperature rise test b. Impulse & power frequency voltage test c. Short time current test on circuit breaker

2.14 Site Test

2.14.1 General a. Verification for completion of equipment, physical damage/ deformities. b. Alignment of panel, interconnection of busbars & tightness of bolts & connection etc. c. Interconnection of panel earth busbar with plant earthing grid. d. Inter panel wiring between transport sections. e. Cleanliness of insulators & general cleanliness of panel to remove dust, water etc.

43

2.15 Circuit Breaker & Panel

a. Check for free movement of circuit breaker, lubrication of moving part & other parts as per manufacturers manual.

b. Manual/Electrical operations of the breaker and Functional test as per drawings. c. Meggar before the Hi Pot test. d. H.T. Test - Hi Pot test (Power frequency withstand test for one minute at 28KV RMS). At

site, Hi Pot test is carried out at 80% of 28KV RMS value. e. Meggar after the Hi Pot test. f. CT/PT ratio/polarity primary injection test. g. Secondary injection test on relays to practical characteristics.

2.16 These tests as per the clauses above will be witnessed by the Engineer-in-Charge at the

works for which necessary information has to be given 15 days in advance to the Engineer-in-Charge.

3.0 CABLES 3.1 H.T. Cables: Supply, laying and termination of H.T. Cables shall not be in the scope of this

tender, and shall be executed by the main Civil Contractor stationed at site. However, the contractor would provide any necessary advise/ guidance as required to the main Civil Contractor, if required by them to connect their cables to feeder pillars/ panels supplied by the Contractor.

3.2 Cables Tags Cable tags shall be made out of 2mm thick aluminium sheets, each tag 1-1/2 inch in dia with

one hole of 2.5mm dia, 6mm below the periphery. Cable designations are to be punched with letter/ number punches and the tags are to be tied inside the panels beyond the glanding as well as below the glands at cable entries.

3.3 Testing of Cables

Before termination of Cable in H.T. Panel, the following tests shall be conducted in the presence of the Engineer-in-charge.

a. Insulation Resistance Test (Sectional and overall). b. Continuity Resistance Test. c. Earth Test.

44

4.0 MAIN L. T. PANEL 4.1 General

Main L.T. Panel shall be indoor type, metal clad, floor mounted, free standing, totally enclosed, extensible type, air insulated, cubicle type for use on 415 Volts, 3phase, 50 cycles system with a fault level withstand of 50 KA RMS symmetrical. Main L.T. Panel shall be provided with required Hardware such as control cabling, contactors, timers etc. to achieve the Electrical interlocking complete.

4.2 Standards

The equipment shall be designed to conform to the requirements of :

a. Factory Built Assemblies of switchgear and controlgear - IS : 8623 b. General requirements for switchgear & control gear for voltages not exceeding 1000 volts

- IS:4237 c. Degree of protection provided by enclosures for low voltage switchgear & controlgear -

IS:2147 d. Marking and arrangement of busbars - IS : 375

Individual equipment housed in the Main L.T. Panel shall conform to the following IS Specification :

a. Air circuit breakers/moulded case circuit breaker - IS: 13947 (Part-II) & IEC 947 (2). b. Fuse switch and switch fuse units - IS: 13947 (Part-3) & IEC 947 (3). c. HRC fuse links - IS: 13703 d. Current Transformers - IS :2705 e. Voltage Transformers - IS :3156 f. Indicating Instruments - IS: 1248 g. Integrating Instruments - IS : 722 h. Control Switches & Push Buttons - IS : 6875 i. Auxiliary Contactors - IS: 13947 (Part-4/Sec.-I) & IEC 947 (4/1) j. Relays - IS: 3231

4.3 Construction

Main L.T. Panel shall be :

a. Of metal enclosed, indoor, floor mounted, free standing construction, extensible type. b. Made up of the requisite vertical sections, which when coupled together shall form

continuous dead front switchboards. c. Provide dust and damp protection, the degree of protection being not less than IP 44 to

IS : 2147. d. Be readily extensible on both sides by the addition of vertical sections after removal of

the end covers.

Main L.T. Panel shall be constructed only of materials capable of withstanding the mechanical, electrical and thermal stresses, as the effects of humidity, which are likely to be encountered in normal service.

Each vertical section shall comprise of :

a. A front framed structure of rolled/folded sheet steel channel section, of minimum 2mm thickness, rigidly bolted together. This structure shall house the components contributing to the major weight of the equipment, such as circuit breaker cassettes, fuse switch units, main horizontal busbars, vertical risers and other front mounted accessories.

The structure shall be mounted on a MS Channel of size 100mm x 50mm x 50 mm x 5mm. The design shall ensure that the weight of the components is adequately supported without deformation or loss of alignment during transit or during operation.

b. A rear cable chamber housing the cable end connections, and power/ control cable terminations. The design shall ensure generous availability of space for ease of

45

installation and maintenance of cabling, and adequate safety for working in one vertical section without coming into accidental contact with live parts in an adjacent section.

c. A cover plate at the top of the vertical section, provided with a ventilating hood where necessary. Any aperture for ventilation shall be covered with a perforated sheet having less than 1mm diameter perforations to prevent entry of vermin.

d. Front and rear doors fitted with dust excluding neoprene gaskets with fasteners designed to ensure proper compression of the gaskets. When covers are provided in place of doors, generous overlap shall be assured between sheet steel surfaces with closely spaced fasteners to avoid the entry of dust.

e. All door shall be lockable mounted lock.

f. Gland plate shall be 3mm thick.

The height of the panels should not be more than 2400 mm. The total depth of the panel should be adequate to cater to proper cabling space. Operating handle not higher than 1700mm.

Doors and covers shall be of minimum 2mm thick sheet steel. Sheet steel shrouds and partitions shall be of minimum 2mm thickness. All sheet panels shall be smoothly finished, levelled and free from flaws. The corners should be rounded.

The apparatus and circuits in the power control centres shall be so arranged as to facilitate their operation and maintenance and at the same time to ensure the necessary degree of safety.

Apparatus forming part of the Main L.T. Panel shall have the following minimum clearances.

i. Between phases - 35mm ii. Between phases and neutral - 26mm iii. Between phases and earth - 26mm iv. Between neutral and earth - 26mm

When, for any reason, the above clearances are not available, suitable insulation shall be provided. Clearances shall be maintained during normal service conditions.

Creepage distances shall comply to those specified in relevant standards.

All insulating material used in the construction of the equipment shall be of non-hygroscopic material, duly treated to withstand the effects of the high humidity, high temperature tropical ambient service conditions.

Functional units such as circuit breakers and fuse switches shall be arranged in multi-tier formation, except that not more than two air circuit breakers shall be housed in a single vertical section. Cable entry for various feeders shall be from the rear. Panel shall be suitable for termination of busduct for incoming breakers.

Metallic/insulated barriers shall be provided within vertical sections and between adjacent sections to ensure prevention of accidental contact with :

a. Main busbars and vertical risers during operation, inspection or maintenance of functional units and front mounted accessories.

b. Cable termination of one functional unit, when working on those of adjacent unit/units.

All doors/ covers providing access to live power equipment/ circuits shall be provided with tool operated fasteners to prevent unauthorised access.

Provision shall also be made for permanently earthing the frames and other metal parts of the switchgear by two independent connections.

4.4 Metal Treatment & Finish

All steel work used in the construction of the Main L.T. panel should have undergone a rigorous metal treatment process as follows :

46

a. Effective cleaning by hot alkaline degreasing solution followed by cold water rinsing to remove traces of alkaline solution.

b. Pickling in dilute sulphuric acid to remove oxide scales & rust formation, if any, followed by cold water rinsing to remove traces of acidic solution.

c. A recognised phosphating process to facilitate durable coating of the paint on the metal surfaces and also to prevent the spread of rusting in the event of the paint film being mechanically damaged. This again, shall be followed by hot water rinsing to remove traces of phosphate solution.

d. Passivating in de-oxalite solution to retain and augment the effects of phosphating.

e. Drying with compressed air in a dust free atmosphere.

f. Powder Coating paint of colour approved by Engineer-in-Charge/ Architect. 4.5 Busbars

The busbars shall be air insulated and made of high conductivity, high strength aluminium alloy complying with the requirement of grade E-9IE of IS-5082.

The busbars shall be suitable braced with non-hygroscopic SMC supports to provide a through fault withstand capacity of 50KA RMS symmetrical for one second and a peak short circuit withstand capacity of 105KA. The neutral as well as the earth bar should be capable of withstanding the above level. Ridges shall be provided on the SMC supports to prevent tracking between adjacent busbars. Large clearances and creepage distances shall be provided on the busbar system to minimize possibilities of fault.

The Main L.T. Panel shall be designed that the cables are not directly terminated on the terminals of breaker/switch fuse/fuse switch etc. but on cable termination links. Capacity of aluminium busbars shall be considered as 130Amp/sq.mm of cross section area of the busbar. The main busbars shall have continuous current rating throughout the length of L.T. Panel. The cross section of neutral busbars shall be same as that of phase busbar for busbars of capacity upto 200Amp; for higher capacity the neutral busbar shall not be less than half (50%) the cross section of that the phase busbars. The busbar system shall consists of main horizontal busbar and auxillary vertical busbars run in busbar alley/chamber on either side in which the circuit could be arranged/connected with front access.

Connections from the main busbars to functional circuit shall be arranged and supported to withstand without any damage or deformation the thermal and dynamic stresses due to short circuit currents. Busbars to be colour coded with PVC sleeves.

4.6 Medium Voltage Air Circuit Breakers

4.6.1 General Air circuit breakers (ACBs) shall be incorporated in Main L.T. Panel wherever specified.

ACBs shall conform to IS : 13947 (Part-II) & IEC 947 (2) in all respects. ACBs shall be suitable for operation on 415 volts, 3 phase, 50Hz, AC supply.

4.6.2 Type and Construction Air Circuit Breakers shall be of enclosed pattern, dead front type with ‘trip free’ operating

mechanism. Air Circuit Breakers shall be of fixed type or withdrawable type with horizontal drawout carriage. The ACBs shall be strong and robust in construction with suitable arrangements for anchoring when in fully engaged or fully drawnout positions. The carriage or cradle on which the ACB is mounted shall be robust design made of fabricated steel, supported on rollers. Cradle shall also comprise of main and secondary separable contacts and all drawout mechanism in a completely fig welded assembly. There shall be no dependence upon the switch board frame for any critical alignment. The withdrawal arrangement shall be such as to allow smooth and easy movement.

All the current carrying parts of the circuit breakers shall be silver plated, suitable arcing contacts shall be provided to protect the main contacts. The contacts shall be of spring loaded design. The sequence of operation of the contacts shall be such that arcing contacts ‘make before’ and break after’ the main contacts. Arcing contacts shall be provided with efficient arc chutes on each pole and these shall be such suitable for being lifted out for

47

inspection of main as well as arcing contacts. The contact tips and arc chutes shall be suitable for ready replacement. Self aligning isolating contacts shall be provided. The design of the breaker shall be such that all the components are easily accessible to inspection, maintenance and replacement. Interphase barriers shall be provided to prevent flashover between phases.

4.6.3 Operating Mechanism Air Circuit breaker shall be provided with a quick-make, trip free operating mechanism, the

operating mechanism shall be ‘strain-free’ spring operated. The operating handle shall be in front of the panel type. The design shall be such that the circuit breaker compartment door need not be opened while moving the breaker from completely connected, through test, into the disconnected position. Manually operated circuits breakers shall be provided with spring operated closing mechanism which shall be independent of speed of manual operation. Electrical operated breakers shall have a motor wound spring charged closing mechanism. Breaker operation shall be independent of the motor which shall be used solely for charging the closing spring. The operating mechanism shall be such that the breaker is at all times free to open immediately the trip coil is energised. Mechanical operation indicator shall be provided to show open and closed position of breaker. Electrically operated breakers shall be additionally provided with mechanical indication to show charged and discharged condition of charging spring.

Means shall be provided for slow closing and opening of the breaker for maintenance purposes and for manual charging and closing of electrically operating breakers during emergencies.

4.6.4 Interlocking and Safety Arrangement Air Circuit Breakers shall be provided the following safety and interlocking arrangements:

a. It shall not be possible for breaker to be withdrawn when in “ON” position.

b. It shall not be possible for the breaker to be switched on until it is either in fully inserted position or for testing purposes it is in fully isolated position.

c. The breaker shall be capable of being racked into ‘testing’ ‘isolated’ and maintenance positions and kept locked in any of these positions.

d. A safety catch to ensure that the movement of the breaker, as it is withdrawn is checked before it is completely out of the cubicle.

e. The operating mechanism shall provide for racking the breaker into connected, test and disconnected positions without operating compartment door. When cubicle door shall be open position, the breaker can be pulled out to a fourth position, maintenance, where free access shall be possible to all parts of the breaker.

4.6.5 Rating The rating of the circuit breaker shall be as per the drawings and schedule of quantities. The

rated/ breaking capacity of the breakers shall be 50KA or as specified at 415 volts. The rated making capacity shall be as per the relevant standard.

4.6.6 Accessories All incoming ACB shall be provided with IDMT relay & outgoing ACB shall be provided with

release for over load, short circuit & earth fault protection with thermal magnetic. Incoming ACB shall also have additional relays as in drawing & as listed in BOQ. Air circuit breaker shall be fitted with following accessories for control, signal and interlocking.

a. Phase reversal relay shall be provided for Transformer incomer ACB.

b. Auxillary contacts 6 NO + 6 NC, rated at 16Amp 415 volts 50Hz.

c. Under voltage & over voltage relay shall be provided in incomer breaker of Transformers while the DG incomer breaker shall have under and over frequency relay.

d. Trip circuit supervision relay shall be provided with each DG incomer breaker.

e. Shunt release for tripping the breaker remotely and shall be suitable for 240volt/ 415 volt 50Hz with range of operation from 10% to 130% of rated voltage.

48

f. Micro switch kit for separate indication of overload and short circuit.

g. Micro switches shall be mounted on the cradle of drawout breaker to indicate the position of the breaker on the cradle.

i. Kit for test/isolated indication. ii. Kit for service position indication. iii. Kit for shutter assembly.

h. Accessories for following interlocking schemes shall be provided.

i. Accessory kit for locking the breaker in isolated position. This kit is useful for interlocking scheme as well as keeping personal and equipment safe.

ii. Door interlock kit : Panel or cubicle door cannot be opened with the ACB in Test or Service position.

iii. Lockable trip push button for each DG incomer breaker.

4.6.7 Mounting Circuit Breakers shall be mounted as per manufacturer’s standard practice.

4.6.8 Testing Testing of each circuit breaker shall be carried out at the works as per relevant IS Code of

Practice and the original test certificate shall be furnished in triplicate. 4.7 Moulded Case Circuit Breakers

4.7.1 General Moulded Case Circuit Breaker shall be incorporated in the Main L. T. Panel wherever

specified. MCCB’s shall conform to IS : 13947 (Part-II) IEC-947(2) in all respects. MCCB’s shall be suitable either for single phase AC 230 volts or three phase 415 volts.

4.7.2 Frame Sizes The MCCB’s shall have the following frame sizes subject to meeting the fault level as

specified elsewhere.

a. Up to 100A rating ...... 100A frame b. Above 63A to 200A ...... 200A frame c. Above 200A to 250A ...... 250A frame d. Above 250A to 400A ...... 400A frame e. Above 400A to 630A ...... 630A frame f. Above 630A to 800A ...... 800A frame 4.7.3 Construction The MCCB’s cover and case shall be made of high strength heat treatment and flame

retardant thermo-setting insulating material. Operating handle shall be quick make/quick break, trip-free type. The operating handle shall have suitable “ON”, “OFF” “and” “tripped” indicators. Three phase MCCB’s shall have common operating handle for simultaneous operation and tripping of all the three phases. Rotary type operating Handle shall be provided. MCCB shall be load/line reversible type. MCCB shall be site adjustable type with overload setting of 80% to 100%.

Suitable extinguishing device shall be provided for each contact. Tripping unit shall be of thermomagnetic or static release type provided in each pole and connected by a common trip bar such that tripping of any pole operates all three poles to open simultaneously. MCCB shall be current limiting type.

Contacts trips shall be made of suitable air resistant, silver alloy for long electrical life. Terminals shall be of liberal design with adequate clearance.

4.7.4 Rupturing Capacity The Moulded Case Circuit Breaker shall have a service breaking capacity (Ics) of not less

than 50KA RMS at 415 volts for Main L.T. Panels.

4.7.5 Testing Test certificate of the MCCB as per relevant Indian Standards (IS) shall be furnished.

49

4.8 Measuring Instruments, Metering & Protection

4.8.1 Digital Voltmeter & Ammeter:-

Voltmeter Specification:- A. Meter should be flush mounted on the door, size should be 96x96 MM and depth 80

MM. B. Meter should have built in selector switch for 3 phase Voltage Monitoring Line to

Line & Line to neutral. Meter should also display Line to line Average Voltage.

C. Meter Primary and secondary voltage Ratio should be programmable as same meter can be used in L.V. & H.V.

D. Meter Auxiliary supply should be 50V - 270 V AC. E. Meter Should have auto Scroll facility of parameters. 4.8.2 Ammeter Specification:-

A. Meter should be flush mounted on the door, size should be 96x96 MM and depth 80 MM.

B. Meter should have built in selector switch for 3 phase Ampere monitoring each phase.

Meter should also display Average Ampere. C. Meter Primary and secondary CT Ratio should be programmable as same meter can

be used in L.V. & H.V. D. Meter Auxiliary supply should be 50V - 270 V AC. E. Meter should have auto Scroll facility of parameters.

4.8.3 MULTI FUNCTION METERS

Meter should be flush mounted on the panel size 96x96 MM and depth 80 MM.

A. General Provisions 1. All setup parameters required by the Multi Function Meter shall be stored in nonvolatile

memory and retained in the event of a control power interruption. 2. Also, Accumulated Energy should be stored in nonvolatile memory and retained in the

event of a control power interruption. 3. The Multi Function Meter may be applied in three-phase, three- or four-wire systems as

well as single phase 4. The Multi Function Meter shall be capable of being applied without modification at

nominal frequencies of 45 to 65 Hz. 5. Setup for system requirements shall be allowed from the Multi Function Meter display.

Setup provisions shall include: a) CT Ratios b) PT Ratios c) System type [three-phase, 3-wire] [three-phase, 4-wire]

B. VA Burden:- a) Meter Should have VA Burden Maximum .2VA on CT & PT. b) Aux. Supply Burden Should not be more than 3VA.

C. Sampling The Multi Function Meter shall provide continuous sampling at a minimum of up to 50 samples/cycle, simultaneously on all voltage and current channels of the meter.

D. Display

a) The Multi Function Meter display shall have Cal pulse LED as per IS 13779 for checking the accuracy of meter weather meter is within accuracy or not Cal Pulse should be 1600 per Kwh.

b) The Multi Function Meter display shall be LED type for easy viewing. c) LED height should be .56 Inch Red Glow.

50

d) The Display shall be capable of allowing the user to view three values on one screen at the same time.

e) The Multi Function Meter display shall provide local access to the following metered quantities:

i. Current, per phase rms, 3-phase ii. Total Voltage, phase-to-phase, phase-to-neutral, and 3-phase average

(phase-to-phase and phase-to-neutral) iii. Real power, per phase and 3-phase total iv. Reactive power, per phase and 3-phase total v. Apparent power, per phase and 3-phase total vi. Power factor, 3-phase total and per phase vii. Frequency viii. Accumulated Energy, (Wh,Vah and VARh) ix. THD, current and voltage, per phase x. No. of interruptions xi. Run Hrs./ Power On Hrs.

f) Reset of the following electrical parameters shall also be allowed from the Multi Function Meter display:

(1) Real Energy (Wh) (2) Apparent Energy Vah (3) Reactive energy (VARh

E. Measured values

The Multi Function Meter shall provide the following, true RMS metered quantities:

a) Real-Time Readings 1) Current (Per-Phase (calculated), 3-Phase Total) 2) Voltage (L–L Per-Phase, L-L 3-Phase Avg, L–N Per-Phase, L-N 3-Phase Avg.) 3) Real Power (Per-Phase, 3-Phase Total) 4) Reactive Power (Per-Phase, 3-Phase Total) 5) Apparent Power (Per-Phase, 3-Phase Total) 6) Power Factor Signed (3-Phase Total) 7) Frequency 8) THD (Per-Phase, Current and Voltage)

b) Energy Readings

Accumulated Energy (Real kWh, Signed Reactive kVarh, Apparent KVAh) (Absolute) c) Power Analysis Values

1) THD – Voltage (Per-Phase, Line to Neutral 2) THD -- Current (Per-Phase)

d) Usage Time The Multi Function Meter should display the time that the device has been in service, displaying hours and minutes.

F. Current Inputs - The Multi Function Meter shall accept current inputs from standard instrument current transformers with 5-amp secondary output and shall have a metering range of 5mA-6 amps.

G. Voltage Inputs - The circuit monitor shall allow connection to circuits up to 480 volts AC

without the use of potential transformers. The Multi Function Meter shall also accept voltage inputs from standard instrument potential transformers. The nominal full scale input of the Multi Function Meter shall be 277 Volts AC L-N, 480 Volts AC L-L.

51

H. Accuracy

Measurement Current & Voltage Accuracy class 1.0 Accuracy Cl. 0.5 Power Active Class1.0 Class 0.5

Reactive Class 2.0 Class 1.0 Apparent Class 1.0 Class 0.5

Frequency Class 0.2 Class 0.1 Power Factor Class 1.0 Class 0.5 Energy Active Class 1.0 Class 0.5

Reactive Class 2.0 Class 1.0 Apparent Class 1.0 Class 0.5

I. Auxiliary Supply - The Multi Function Meter shall operate properly over a wide range of

control power including 50-270 VAC, Or 50-270 VDC J. Communications - The Multi Function Meter shall communicate via RS-485 Modbus protocol

with a 2-wire connection at speeds up to 9600 Bauds per second. Relay Output :- Meter should have Programmable 2 relay output potential free contact on the lower limit and higher limit on under below parameters with time delay settings:-

1. VLL 2. Amps 3. Frequency 4. Active Power (W) 5. Apparent Power (VA)

4.9 Current Transformers

Current transformers shall be in conformity with IS: 2705 (Part I, II & III) in all respects. All current transformers used for medium voltage applications shall be rated for 1kv. Current transformers shall have rated primary current, rated burden and class of accuracy as required. However, the rated secondary current shall be 5A unless otherwise specified.

The acceptable minimum class of various applications shall be as given below:

Measuring : Class 0.5 to 1. Protection : Class 5P10.

Current transformers shall be capable of withstanding without damage, magnetic and thermal stresses due to short circuit fault of 50KA on medium voltage system. Terminals of the current transformers shall be marked permanently for easy identification of poles. Separate CT shall be provided for measuring instruments and protection relays. Each C.T. shall be provided with rating plate.

Current transformers shall be mounted such that they are easily accessible for inspection, maintenance and replacement. The wiring for CT’s shall be copper conductor, PVC insulated wires with proper termination lugs and wiring shall be bunched with cable straps and fixed to the panel structure in a neat manner.

4.10 Miscellaneous

Control switches shall be of the heavy duty rotary type with escutcheon plates clearly marked to show the operating position. They shall be semi-flush mounting with only the front plate and operating handle projecting. Indicating lamps shall be of the LED type & easily replaced from the front.

Push buttons shall be of the momentary contact, push to actuate type fitted with self reset contacts & provided with integral escutcheon plates marked with its functions.

52

4.11 Load Management & Synchronising

Load Management & manual and auto synchronisation with PLC shall be provided to achieve bus-coupler switching, interlocking etc. and necessary hardware and software required to perform the operation shall be provided by the Contractor including all control wiring and rates for the same shall deemed to be included in the quoted rate of the panel.

4.12 Battery & Battery Charger

24 volts DC power supply shall be provided for indication, relay operation etc. for Main L.T. Panel. 3 Nos. 230/24 Volts DC 15/20 Amp battery charger with rectifier, DC ammeter, DC voltmeter & common DC bus shall be provided for DC supply to all D.G. incomers. (One battery charger per each DG Set for charging of DG Set batteries for providing DC supply for DG as well as control supply to Main L.T. Panel).

4.13 Cable Terminations

Cable entries and terminals shall be provided in the Main L.T. Panel to suit the number, type and size of aluminium conductor power cables and copper conductor control cable specified.

Provision shall be made for top or bottom entry of cables as required. Generous size of cabling chambers shall be provided, with the position of cable gland and terminals such that cables can be easily and safely terminated.

Barriers or shrouds shall be provided to permit safe working at the terminals of one circuit without accidentally touching that of another live circuit.

Cable risers shall be adequately supported to withstand the effects of rated short circuit currents without damage and without causing secondary faults.

4.14 Labels

Labels shall be laminated aluminium with white engraving on black/ blue background shall be provided for each incoming and outgoing feeder of L.T. Panels.

4.15 Test at Manufactures Work

All routine tests specified in IS: 8623-1977 shall be carried out and test certificates submitted to the Engineer-in-Charge.

4.16 Testing and Commissioning

Commissioning checks and tests shall be included all wiring checks and checking up of connections. Primary/secondary injection tests for the relays adjustment/ setting shall be done before commissioning in addition to routine meggar test. Checks and tests shall include the following.

a. Operation checks and lubrication of all moving parts. b. Interlocking function check. c. Insulation test: When measured with 1000V meggar, the insulation resistance shall not be

less than 100 mega ohms. d. Trip tests & protection gear test.

53

5.0 CAPACITOR BANK & PANEL 5.1 General

This specification covers requirements of Medium Voltage Capacitors and Control Panel to be used for power factor improvement of the electrical system and shall be connected to Main L.T. Panel. Automatic Power Factor Correction Panel shall function to improve power factor of the system in which it is connected. It shall improve power factor upto 0.95 from initial power factor of 0.70. 10% to 20% of the total capacitor rating shall be fixed permanently to ensure power factor compensation at low load/ night mode condition.

5.2 Codes and Standards

The design, manufacture and performance of power capacitors and accessories shall comply with all currently applicable statutes, regulations and safety codes for power installation as prescribed in relevant IS codes and to requirement of Local Electricity Supply Authority to which the equipment shall be installed.

Unless otherwise specified the capacitor and control panel shall conform to following. a. IS : 2834 - Shunt capacitors for power systems. b. IS : 2147 - Degree of protection provided by enclosures for low voltage

switchgear and controlgear. c. IS : 4237 - General requirements for switchgear and controlgear for voltages

not exceeding 1000V. d. IS : 8623 - Specification for factory built assemblies of switchgear and

and controlgear (Upto 1000 volts). e. IS : 13703 - HRC cartridge fuse links upto 650 Volts. f. IS : 13947-2 - Specification for air circuit breaker g. IS : 13947-3 - Specification for switch disconnector fuse switchgear and controlgear h. IS : 13947-4 - AC contactors for voltage not exceeding 1000 volts.

5.3 Constructional Feature

5.3.1 Capacitor bank shall be suitable for operation on 415 volts 3 phase, 4 wire, 50c/s, solidly earthed AC supply system. The capacitor shall be connected to the 415 V Switchgear bus and shall be manually as well as automatically switched in and out in steps so as to correct the power factor to the required value depending on the actual KVAR requirement of bus.

5.3.2 The capacitor bank shall be complete with the required harmonic duty capacitor units with the supporting post insulators, sheet steel cubicles, busbars, connecting strips, foundation channels, fuses, corrosion proof rating plate etc.

5.3.3 Each basic unit is to be built up with a number of elements. These elements should be wounded with high grade metallised poly-propylene film. These metallised film capacitors should be self healing, having very low loss factor. Capacitor element to be completely sealed with epoxy resins to provide maximum humidity protection and highest insulation. The capacitor elements are to be given adequate outside insulation and should be put in all welded surface treated MS containers. These capacitors shall be impregnated with special grade of capacitor oil under high vacuum. The metal case shall be equipped with porcelain bushings to permit connection between power lines and active capacitors.

Externally each capacitor unit shall have two separate earthing points, name plate conforming to the requirements of IS-2834 (amended up-to-date), discharge resistances etc.

5.3.4 The capacitor bank may comprise suitable number of single phase self cooled hermetically sealed units in series parallel combination to achieve required KVAR rating. However, failure of one unit shall not create over voltage on other units connected in parallel to avoid failure of parallel units.

5.3.5 Each capacitor unit/bank shall be provided with directly connected continuously rated, low loss discharge device built into the unit to reduce the residual voltage to a safe value within the specified time as recommended in the relevant standard after the capacitor has been disconnected from the supply.

54

5.3.6 All capacitors shall be suitably protected against over current by means of suitable over current protection (other than fuses) which are adjusted to interrupt the circuit when the current exceeds the safe permissible limit. Capacitor units shall also be protected against the internal faults and the effected units/ banks shall be automatically and immediately isolated in the event of such fault.

5.3.7 Each capacitor unit shall continuously operate at the following overload conditions separately:

a. Over voltage upto 10% of the rated RMS voltage. b. Over current upto 15% of the rated current. c. Maximum reactive output upto 30% over the rated reactive output.

5.3.8 Each capacitor unit shall be individually protected by HRC fuses with visual indication for operation.

5.4 Capacitor Control Panel

5.4.1 The control panel shall be indoor, cubicle type, floor mounted, dust and vermin proof conforming to degree of protection IP-44 excepting the enclosure enclosing capacitor bank which shall be of protection class IP-44.

5.4.2 Cubicle shall comprise rigid structural frame enclosed by 2mm thick cold rolled sheet steel, doors and covers shall also be from 2mm thick cold rolled sheet steel. Structural frame work with foundation bolts etc. shall be provided at the bottom to mount control panel directly on concrete/floor/steel channel base.

5.4.3 All doors, removable covers shall be gasketed all around preferably with neoprene gaskets.

5.4.4 The capacitors control panel shall, in general, comprise of the following and shall be housed in well ventilated panels. Capacitors and their control elements may be installed in different compartments of the same panel to minimise space requirement. A Day/Night mode manual selector switch shall be provided alongwith the contactors and control wiring for night mode operation at the time of low load demand because of maximum load off. a. Microprocessor based power factor correction relay b. Step controller with reversing motor c. Time delay and No-volt relays d. Protection fuses e. Capacitor duty contactors for individual capacitor bank f. Change over switch for either automatic or manual operation with Push button control g. Visual indications for capacitor IN-OUT h. Manual Day/ Night mode selector switch & control wiring

5.4.5 Switches shall be triple pole, capacitor duty. The switch shall have a quick make, quick break mechanism operated by a suitable external handle complete with position indicator.

5.4.6 The Compartment door shall be interlocked mechanically with the switch so that the door cannot be opened unless the switch is in OFF position. Means shall be provided to releasing this interlock at any time.

5.4.7 Fuses shall be HRC, preferably link type, with a minimum interrupting capacity equal to the listed short circuit current. Fuses shall be complete with fuse base and fitting of such design as to permit easy and safe replacement of fuse element. Visible indication shall be provided on blowing of the fuse.

5.4.8 The Contactors shall be three pole, air break type designed for capacitor duty with non-bouncing silver/silver alloy contacts. Each Contactor shall be provided with 2 NC & 2 NO auxiliary lamps contacts rated at 10 Amp. Indicating lamps shall be LED type.

5.4.9 The main buses and connection shall be of high conductivity aluminium/ aluminium alloy, sized for specified current ratings. Cross sectional area of busbar shall be suitable to carry 130Amp per sq.mm of the entire length of the busbar.

5.4.10 For all bus connections adequate contact pressure shall be ensured by means of two bolt connection with plain and spring washers and locknuts. All buses and connections shall be

55

supported and braced to withstand the stresses due to maximum short-circuit current and also to take care of any thermal expansion.

5.4.11 Busbars and connections shall be fully insulated for working voltage with adequate phase/ground clearance. Insulating colour coded heat shrinkable PVC sleeves for busbars and shrouds for joints shall be provided. Shrouds for busbar and for joints shall be provided. Shrouds for busbar joints and tapping points shall be of two part epoxy resin cast/fibre glass moulded. Minimum clearance of 35mm is required between phases and 26mm between phase and earth irrespective of sleeve/shrouds provided for busbar. Insulating shrouds shall be of moulded type. Bus supports shall be non-hygroscopic type epoxy SMC with high creepage surface.

5.4.12 Busbars shall be colour coded for easy identification and so located that the sequence R-Y-B shall be from left to right, top to bottom or front to rear, when viewed from the front to panel assembly.

5.4.13 The horizontal busbar chamber shall be separate and totally enclosed. Gland plate shall be minimum 3mm thick.

5.4.14 Screws of corrosion resistant material shall be furnished on all ventilating louvers to prevent the entry of insects.

5.4.15 All internal wiring inside the cubicle shall be carried out with 650 V grade, PVC insulated copper wires duly ferruled at either end. The power wiring above 100A shall be carried out with PVC insulated aluminium links.

5.4.16 Separate labels shall be provided for relay, instruments, switch, indicating lamp etc. Approval for the type of label shall be taken from the Engineer-in-Charge.

5.4.17 All steel work used in the construction of Capacitor Panel should have undergone a rigorous metal treatment process such as cleaning in hot alkaline solution, cold water rinsing, picking in dilute sulphuric acid, phosphating, hot water rinsing, passivating in de-oxalate solution, drying with compressed air followed by powder coating paint of Siemens grey colour or as approved by Engineer-in-Charge.

5.4.18 Automatic control relay with necessary taps shall be provided. 5.5 Tests

5.5.1 Routine tests shall be carried out on assembled capacitors and control panel as per relevant Indian Standards Type tests reports for similar capacitor units shall be submitted.

5.6 Inspection

5.6.1 Visual inspection including witnessing routine tests shall be carried out by the Engineer-in-Charge. Contractor shall notify Engineer-in-Charge in writing well in advance prior to Contractor’s scheduled inspection test.

5.7 Drawings and Instructions Manuals

5.7.1 Contractor shall submit four (4) copies of installation and maintenance manual and four (4) copies of the following certified drawings after award of contract. a. General arrangement of capacitor bank and control panel indicating main dimensions,

type of mounting, locations of various devices etc. as foundation details. b. Schematic diagram for automatic sequential switching with terminals and ferrules

numbers. c. Wiring diagram of control panel indicating terminal blocks and various apparatus. d. Final list of components of control panel.

5.7.2 One prints of each drawing shall be returned to Contractor after making all necessary corrections, changes and required specification. Contractor shall incorporate these and send within fifteen days five (5) prints of these each drawing shall be marked approved for record and use.

56

6.0 FEEDER PILLAR

6.1 Outdoor type Feeder Pillars shall be suitable for 3 phase, 50Hz, 415 volts, A.C. system and

shall generally conform to IS 5039. Rating and size of Feeder pillar shall be as in BOQ.

6.2 The Feeder pillar shall be fabricated out of heavy gauge 3 mm thick MS sheet steel with suitable stiffeners. Feeder pillar shall be constructed with slanting roof top/over hang for protection against rain & weather and adequately ventilated by providing louvers with wire mesh from inside. The Feeder pillar shall be provided with degree of protection as IP-55 as per IS : 2147.

6.3 Feeder pillar shall be double door construction with M.S. hinges and handle for opening the door. Each door shall open to minimum 135 degrees. Locking on both the doors with two keys for each lock shall be provided with each pillar. The Feeder pillar shall be dust, vermin proof and weather proof type. Feeder Pillar shall have front & rear openable door with suitable locking arrangement.

6.4 ventilated louver cover with wiremesh, lifting hooks, supporting legs and double earth terminal with double washer.

The metallic parts of the enclosure shall be subjected to seven tank process to include cleaning, de-rusting, rinsing, phosphatising etc. Feeder Pillar shall be epoxy painted suitable to withstand outdoor weather conditions.

6.5 Feeder pillar shall be provided with suitable size of aluminium alloy busbars.

6.6 SFU/ FSU shall be provided for incoming and bakelite fuse base with HRC fuses shall be provided for outgoing. Specifications of SFU/FSU refer clause No. 5.8 of specification. Gland plate shall be 3mm thick with suitable number of flanged type brass cable glands of required sizes shall be provided. Provision shall be suitable for lighting the interior when the doors are open. Danger notice board shall be provided on front door of the Feeder Pillar.

6.7 Feeder pillar shall fully comply with CPWD General Specification for Electrical works (Part-II External-1994). Erection or installation shall also be carried out as specified in CPWD Specification 1994.

6.8 Construction – Construction of Feeder Pillar shall be as per clause No. 5.3 of this specification. Metal treatment shall be as per clause No. 5.4 and Busbars shall be as per clause No. 5.5.

6.9 Installation – Feeder Pillar shall be erected/ installed on brick masonry foundation 450mm above surrounding ground level. All civil work like excavation PCC base concrete, brick masonry work, plastering, refilling, painting of brick masonry pedestal/ foundation of feeder pillar shall deemed to be included in quoted rates of feeder pillar.

57

7.0 BUS DUCT 7.1 General

The bus duct shall be of indoor type. Bus duct system shall be suitable for continuous current rating and shall have rupturing capacity of 31 MVA at 415volts.

7.2 Construction

Bus duct shall consists of three phase and neutral busbars permanently positioned. Bus duct inside the building shall conform to degree of enclosure protection IP 42 with up-to-date amendments. Minimum thickness of sheet steel enclosure shall be of 2mm. The busbars shall be of high conductivity electrolytic quality aluminium conforming to relevant Indian Standards and shall be of sufficient cross section. Current density of busbars shall be considered as 130Amp/sq.mm. The cross section of neutral busbar shall be half of phase busbars. Entire length of busbars shall be provided with colour coded PVC sleeves. Bus duct shall be natural cooled with inspections covers at suitable intervals. Busbars shall be supported with 12mm thick non hygroscopic insulating material at every 600mm but allowing busbar to expand on normal operation but restrict excessive movement under fault conditions. Expansion joints shall be provided in such a way that expansion and contraction does not have undue strain on the bus at the terminals at both ends.

The Bus duct arrangement shall have a common frame earth bar of suitable sizes but not less than 2 No. 32mm x 6mm of G.I. Strip for entire length to suitably loop earthing various section. Two number of each terminals shall be provided for earthing connections. Frame earthing of Bus duct system shall be connected to two earthing terminals at Panel.

7.3 Installation

Bus duct shall be suitable suspended/ supported from ceiling and/ or wall as required. In case of ceiling suspended Bus duct, supports shall be of 40 x 40mm x 6mm angle iron. Horizontal distance between supports shall not exceed 1200mm. Bus duct supports shall be suspended from ceiling with suitable suspension device to the satisfaction and approval of Engineer-in-Charge. In case of Bus duct supported from wall, supports shall be provided at intervals not exceeding 1500mm. At bends, branches and vertical drops, supports shall be provided within 300mm of bends, branches & vertical drops. Supporting systems shall be of 40 x 40 x 6mm MS angle iron vertical suspending M.S. rods shall be of 12mm diameter.

7.4 Tests

Following tests shall be carried out at site and test results shall be recorded.

a. Insulation resistance test with 1000 volts meggar. The insulation resistance shall not be less than 100 mega ohms. The testing shall be done as per IS 8084 - 1976 with upto date amendments.

b. Earth continuity test. c. High voltage test.

58

8.0 ADVANCED LIGHTNING PROTECTION SYSTEM

8.1. Direct Lightning Strike Protection System : Air terminals

The Direct Lightning strike protection system should be based on advance technology Early Streamer Emission designed to intercept the lightning by anticipating an upward leader before a lightning strike and safely convey the lightning current to earth through a known and preferred route. It should conform to the standard NF C 17-102

The direct lightning protection system shall include components like air termination

equipment, Air Terminal maintenance/ function test meter, LCD based Transient Event Counter, mechanical support, down conductor(s), and maintenance free earthing system based on chemical earth enhancing compound to reduce the earth resistance.

The design of the components shall be proven with Indian conditions and traceable to field

research, laboratory testing, real lightning tests, fundamental analysis, and statistical levels of the lightning event.

8.2. Essential Requirements for Air Terminals with Manual Test Meter

a. Air terminal must provide an umbrella protection against direct lightning strikes covering a radial distance. The calculation of the protection radius must be based on the Rolling Sphere Theory Methodology as per standards. The offered air terminal should have a protection calculation software to calculate the offered protection and also with the calculation formula as mentioned in NFC-17-102 for calculating protection radius of ESE Air terminals.

b. The air terminal shall be non- radioactive and require no special licensing. The materials used shall be non-corroding in all weather conditions i.e. rain, thunderstorm, snow, wind, dry and humid conditions. The air terminal must be totally Autonomous electric device collecting the energy from the ambient electrical field.

c. The offered air terminal model must be tested in a High voltage laboratory in accordance with NFC-17- 102 Appendix-C for the offered model to a series of 100 shock waves equal to 10/350 µs for direct touch for Nepal in order to measure the average gain in triggering.

d. The offered air terminal must work on negative and positive polarized discharges. The product offered must be tested for such discharges by a reputed Indian laboratory like Central Power Research Institute (CPRI).

e. The air terminal offered must be tested as per NF C 17-102.

f. The air terminal offered must not be working on batteries, solar power or any other external source of power including electric transducer based arrestor switch requires wind flow to work.

g. The Air terminal must be capable of handling multiple strokes of lightning currents and should be maintenance free. However, the functionality of the system should be measurable with a test meter. The test meter provided along with the Air Terminal should be able to check the functionality of complete lightning arrestor.

h. A Lightning Strike counter in an IP67 grade weather proof enclosure having 6 digit 7 segment Liquid Crystal Display (LCD) with reset facilities/ non-resettable mechanical counter to be provided.

i. A good quality ISI mark PVC insulated flexible copper down conductor should be provided with suitable clamping/saddling to convey the captured energy by the ESE Air terminal to the grounding system to a maintenance free low impedance earth pit charged with chemical earth enhancing compound.

59

8.3 Technical Specifications 8.3.1 Air Terminal

a) Type : Double Ion Early Streamer Emission (ESE) Air Terminal.

b) ΔT value : 60 µs

c) Material used : Stainless Steel Water Proof Enclosure

d) Radius of Protection : Min. 79 Meters with level-I protection (When installed at a height of 6m above the finished roof level)

e) Type of fixing arrangement : 6 meter high fixed on GI base plate with sound mechanical fittings & guying to take care of wind velocity suitable for Indian Embassy in Kathmandu.

f) Constructional details : Triggering device housed in a stainless steel weather proof and non-corroding Housing.

g) Triggering devices- type : Electronic triggering device fitted inside the stainless steel housing.

h) Sensors – type : Lower and upper series sensors arranged around the central pick-up rod internally connected with the triggering device for the fast sensing of atmospheric charge buildup.

i) Approvals/ Standards : i. Tested in a High voltage laboratory confirming to NFC 17-102 Appendix–C.

ii. Tested by CPRI for 5 positive & 5 negative impulses of 40 kA.

8.3.2 Air Terminal Support

a) The installation materials used should be non-corrosive and long lasting.

b) The installation of the tower should be at a height of max. 6 metres from the finished roof level.

c) The support shall be securely bolted to other mast materials with where necessary to enable the air termination and mast system to withstand maximum locally recorded wind velocities.

8.3.3. Down conductor(s)

a) Down conductors should be provided for each Air Termination as per ESE standard NFC 17-102 and should be connected to twoindividual earth pits.

b) The down conductor should not be less than 50Sq.mm.Down conductor(s) used should be pure electrolytic Copper Cable with PVC insulation. Coaxial, shielded down conductors are not acceptable.

c) The down conductor(s) shall be placed in HDPE conduit so as to avoid mechanical damage and increase human safety.

d) The down conductor(s) shall be installed in accordance with the manufacturer’s instruction and should not be subject to bends of less than 0.5 meters radius.

e) The down conductor(s) shall be secured to the structure/building by approved metallic fastenings at least every 1 meter.

Specifications of Down Conductor

i. Type : PVC Insulated, pure Electrolytic flexible copper ii. Make : As per approved list of makes

iii. Size : Not less than 50 Sq.mm. iv. Insulation : PVC Insulation

v. Conductor Material : Pure Electrolytic Copper

60

8.3.4. Lightning Strike Counter A suitable transient Event Counter with the following specification should provide to count

number of direct lightning strikes to building. Technical Specification for 6 Digit LCD Transient Event Counter in IP67 Enclosure

i. Current Sensitivity : 2KA for 10/350µs impulse ii. Operating range : Min 2KA, max >100KA iii. Display : Resettable 6-digit LCD counter/ non-

resettable Mechanical Counter iv. Power source : Lithium battery 10 years life for LCD Counter v. Dimensions : 110mm x 65mm x 42mm vi. Weight : 0.7KG vii. Construction : ABS enclosure, IP67 rating

8.3.5. Earthing & Grounding

a) Earth pits must be made using chemical earth enhancing compounds and must be

maintenance free. b) The earth resistance of the individual earth pit must not exceed 2 ohms static

impedance. c) Earthing shall be done with Copper bonded high tensile low carbon steel rods – 17.2 mm

dia, 3 meter long, having 250 microns copper bonding on MS Rod at least 3 meter depth and back filled with Chemical earth enhancing compound including excavation of pit etc.

d) A minimum quantity of 50 Kgs of Earth enhancing compound must be used per earth pit. e) An earth pit chamber top cover made of 6mm thick MS sheet with MS angle frame

embedded in PCC of chamber & Allen Key lockable arrangement as inspection chamber. Alternatively, a sturdy Polyplast Chamber and Cover may be provided.

61

13. APPROVED MAKES OF MATERIALS 1. 11 KV VCB Panel Board Siemens – to be same model as existing at site

2. 11KV P.T.’s (Cast Resin) Crompton, Jyoti, Siemens

3. L.T. Cable, 1.1 KV grade XLPE Skytone, Rallison, Gemscab, Havell’s, Finolex armoured aluminium conductor cable - FRLS type

4. Termination Kits (Heat shrinkable type) Raychem, Denson, Isotech (J-Seal)

5. Air Circuit Breaker L&T (C Power), Siemens (3 WN), Merlin Gerin (Masterpact), GE Power Control (Spectronics)

6. Moulded Case Circuit Breaker L&T, Siemens (Sentrion), Merlin Gerin (NS), MDS Legrand, GE Power Control

7. Contactors, Timers L & T, Siemens, GE Power Control

8. Main L.T. Panel, AMF Panel Capacitor Adlec System (P) Ltd., Madhu Electricals (Conquerent), Panel, Bus Duct Manufacturer & Feeder KMG A to Z Pvt. Ltd., Jasper Engineers Pvt. Ltd., Pillar manufacture EAP Electro Project Pvt. Ltd., Electro Control Devices

9. Capacitors EPCOS (Siemens), Meher (L&T), Ducati (Neptune)

10. Voltmeter, Ammeter, Selector Switch AE, MECO, Kaycee, Rishline (L&T), HPL Socomec & Current Transformer

11. Multifunction Meters Enersol, Trinity, L&T

12. Indicating Lamp L & T, Siemens, Kaycee

13. Protective Relays Alsthom (Areva), L & T, Easun Reyrolle, C&S

14. APFC Relay (Microprocessor based) L & T, Ducati, Enercon, Schneider

15. Cable Gland & Lug Dowells, Lapp Kabel, Jainson, Multi, Capital

16. Energy Analyser Meter Enercon, Secure, L & T, Ducati

17. Programming & Logic Control (PLC) Siemens, Allan Breadley

18. Advance Lightning Arrestor Tercel, ABB, Dhruva-Protec, Schirtec

19. Mast for Lightning Arrestor K-Lite, Bajaj, Hi-lite

20. Bus Ducts Adlec, L&T, Madhu Electricals (Conquerent), Jasper Engineers

21. Specialized Agency for Advanced Lightning Protection System South Asian Enterprises Ltd, Remedies Earthing

Systems Pvt. Ltd

62

S.No. Description of item Unit Qty Rate(INR)

Amount(INR)

1.0 ADDITIONAL H.T. PANEL (Similar As exisiting)1.1 Supply, Installation, Testing & Commissioning and

connecting to the busbar of existing panel of 11 KV, 1Breaker Vacuum Circuit Breaker Panel Board comprising of1 No. outgoing breaker. Each, outgoing breaker panel shallbe metal clad floor mounting complete as per specificationand as described.

i) 1 No. 350MVA, 630Amp 11KV, Vacuum Circuit Breakerwith motorised spring charged and manual closingmechanism. Shunt trip coil shall operate on 110V DCvoltage derived through a power pack.

ii) 3 No. Single Phase double core current transformer 85/5AAmp epoxy cast insulated class of insulation E.

- Core 1-15VA burden class-1.0 for metering.- Core 2-15VA burden class 5P10 for protection.

iii) IDMT relay with 2 O/C and 1 E/F element with hand resetcontacts & indicator (flag) (O/C Setting 50-200% & E/FSetting 20-80%) with highset instantaneous protection forO/C and E/F (self powered version).

iv) 1 No. Anti Pumping device.

v) 1 No. Circuit breaker control switch for electrical (T/N/C).

vi) 1 No. limit switch for test & service position.

vii) 1 No. Ammeter (0-100 Amp) with selector switch. (96mmSquare).

viii) 1 Set of following indicating lamps (LED Type).

ix) Red, Yellow & Blue for phase indication.

ix) Red 'ON' Green 'OFF'.

x) Amber for trip indication.

xi) Spring charge indication.

xii) Auto trip indication.

xiii) 1 Set of fuses, ferrules, wiring etc. as required.

xiv) 1 No. hooter.

xv) 1 No. master trip relay.

xvi) 1 No. power pack for trip coil operation.

xii) Termination plate for Brass gland suitable for 1 No. 3 core300sq.mm 11KV XLPE cable.

TOTAL FOR HT PANEL AS DESCRIBED ABOVE Set 1

14. SCHEDULE OF QUANTITIES

63

S.No. Description of item Unit Qty Rate(INR)

Amount(INR)

2 MAIN LT PANEL & CAPACITOR PANELDesign, Manufacture, Supplying, Installation, Testing &Commissioning of the following Modular cubical typeconstruction, Main LT Electrical Panel up to 450Volts±10%, 3Phase, 4Wire, 50Hz ±6%, are housed in CRCASheet of 1.6mm for non-stress members & 2.0mm for allstress bearing members and 3.0mm for Removable GladPlate & base Frame Meterial, unless specified otherwise,vermin proof hinged lockable doors & door earthed for eachcompartment provide bus bar interconnections for incomingand outgoing, fixed Type, Single front compartmentalized,totally enclosed, free standing, Floor / Wall mounted type,indoor (IP: 44) / outdoor (IP:55) , extendible type, dust andvermin Proof, duly wired up and ready for installation atsite. The Bus bars will be electrolytic grade E91 Copper /Aluminium duly sleeved with 3.3kV Relogen Free heatshrink coloured Insulated tube (make-GALA or Eq.)confirms to RoHS & IEC 6068-3-247 Standard. Provideelectrical insulating shrouds, reusable type covers forbusbars Boots on corners Panels will be painted withPowder coating (60-80micron as per IS:13871), include onesize higher terminal block in cable alley and interconnectingwires between bus bars and terminals via MCB/MCCB.

a INCOMER:

1No. 1600 Amps four pole Horizontal Electrical drawouttype, Microprocessor based air circuit breaker of faultbreaking capacity 50kA with built in O/C, S/C and E/Fprotection complete.1No. 1000 Amps four pole Horizontal Electrical drawouttype, Microprocessor based air circuit breaker of faultbreaking capacity 50kA with built in O/C, S/C and E/Fprotectioncomplete.1No. 800 Amps four pole Horizontal Electrical drawout type,Microprocessor based air circuit breaker of fault breakingcapacity 50kA with built in O/C, S/C and E/Fprotectioncomplete.2No. 630 Amps four pole Horizontal Electrical drawout type,Microprocessor based type air circuit breaker of faultbreaking capacity with built in O/C, S/C and E/Fprotection50kA complete.

b BUS - COUPLER-11No. 1000 Amps four pole Horizontal Electrical drawouttype, Microprocessor based air circuit breaker of faultbreaking capacity 50kA with built in O/C, S/C and E/Fprotection complete as bus-coupler, terminals suitable forBus bar connections on both sides.

c BUS - COUPLER-21No. 1000 Amps four pole Horizontal Electrical drawouttype, Microprocessor based air circuit breaker of faultbreaking capacity 50kA with built in O/C, S/C and E/Fprotection complete as bus-coupler, terminals suitable forBus bar connections on both sides.

64

S.No. Description of item Unit Qty Rate(INR)

Amount(INR)

d METERING, RELAY, INDICATOR & CT'si) Provide 4Nos indicating lamps on each ACB for status

indication "ON","OFF" , tripped due to fault and Trip circuithealty for all ACB

ii) 1 Nos. Independent manual spring closing mechanismiii) Provide seprate 3Nos. CTs, Class-1, in each Transformer

Incoming bus section for capacitor panel APFCR.iv) R,Y,B phase indication lamps with control MCBs as per

fault requirement for each Incomerv) CT-Operated Multi Function Panel mounted Meter with all

parameters similar to Enersol make- MFR-4810(V,A,Hz,P.F,,KVA,KVAR, KWH,KVAH & others, (96 mm x 96mm) covering Load Manager MF 48 with Import/Export &RS485 port all electric basic, Power & Energy parameters 4quadrant including THD% V& A phasewise for all incomersand outgoing feeders with class - 1.0 accuracy.

vi) 1 set-Microprocessor release (EMI & EMC certified) forover current, earth fault & short circuit protection for allincoming except Bus coupler.

vii) Auxiliary Relays as required.viii) Single phase preventer, Under voltage, Over voltage for

each transformer with indicator for trip and hooter for alarm.

ix) Reverse power relay, Under and Over frequency relay foreach D.G. set Incomer

x) Phase Reversal relay for each Transformer incomer withindicator for trip and hooter for alarm.

e BUSBARS SECTION-11250 Amps TP+N, 500volts grade busbar chamber ofsuitable length with Aluminium busbars.

f BUSBARS SECTION-22000 Amps TP+N, 500volts grade busbar chamber ofsuitable length with Aluminium busbars.

g BUSBARS SECTION-3800 Amps TP+N, 500volts grade busbar chamber ofsuitable length with Aluminium busbars.

h OUTGOINGS AS SHOWN IN SLD:i) 3 No. 800 Amps 4P, ACB (MDO) 50kA with terminals

suitable for Bus bar connections on both sides.ii) 1No. 630A,TP, 35 KA, MCCB for 250kVAR capacitoriii) 1No. 400A, TP, 35 KA, MCCB for 150kVAR capacitoriv) 2Nos. 400A, TPN, 35 KA, MCCB v) 3Nos. 350A, TPN, 35 KA, MCCB vi) 2Nos. 300A, TPN, 35 KA, MCCB vii) 3Nos. 250A, TPN, 35 KA, MCCB viii) 1No. 200A, TPN, 35 KA, MCCB ix) 2No. 160A, TPN, 35 KA, MCCB x) 6No. 100A,TPN, 35 KA, MCCB xi) 1No. 63A, TPN, 25 KA, MCCB

65

S.No. Description of item Unit Qty Rate(INR)

Amount(INR)

i. PLC FOR AMF (RELAY OUTSIDE PANEL BY OTHER),INTERLOCKING, SYNCHRONISING & LOADMANAGEMENT

i) Relay For Interlocking, Load Management & Auto D.G.Start/Stop/ Auto Synchronization etc. ( Total D.G. Sets are2x320kVA+ 1x500kVA + 1x1000kVA + 1x630kVATransformers + 2Nos. Bus-coupler)

ii) PLC based Automatic Synchronisation and checksynchronising Panel with auto and manual operation andLoad Manager for both Mains and DG power, whosefunction will be to determine the Load, decide how manyDG sets to be synchronised, perform Synchronisation andsupply power to the load. Supplier to submit the Bill ofmaterials for the above functions also provide motorisedpotential meter for each generator for voltage correction.Including Electrical & Mechanical interlocking between eachINCOMERs and buscouplers as shown in SLD, Auto D.G.selection and Start/Stop, Auto Load Sharing, Loadmanagement including PLC Expansion Module, Sheildwire, NC01 cable, PLC restart/refreash, Power Supplies,arrangement Nesecarry arrangments, Softwere andHardwares need to be provided for interlocking.

iii) MIMIC DIAGRAM

iv) 1kVA online UPS with minimum 15 minutes backup, built inbattery for PLC system.

j. 250 KVAR CAPACITOR PANEL: Automatic PowerFactor Correction : (Part of Main LT Panel)

i) The capacitor banks in tier formation, Each capacitors specifications shall be MPP HEAVY duty cylindrical construction Oil Filled capacitors, 415/440/480/525Volts, 50 hz, Temp. Class-'D', Operating losses - <0.0025 (TAN DELTA), Over current withstand capability, 1.3 times rated current, 200 x In Inrush current withstand capability rated current, Operating life - 30,000 hours, Having over pressure disconnector switch, Number of switching, 3000 operations per year, conforming to IEC 60831-1+2/IS 13340-42. Provide Thermostat controlled panel mounted heavy duty exhaust fan in each Capacitor Compartment and space heater in Bus bar alley.

ii) Automatic Power Factor Correction Relay15 steps 3 phase, Microcontroller based Power factorcorrection Intelligent controller equivalent to TRINITYmakeMODEL : ACCUVAR ,having PF monitoring and correctionof indivisual phase, with multi functional display. The relayshall be sensitive to pick up 1% of rated current and correctthe P.F accordingly. The relay should have Autosensefeature to senses the size of each capacitor bankconnected on each stage automatically. Should be able toCorrect LAGGING POWER FACTOR AND LEADINGPOWER FACTOR

66

S.No. Description of item Unit Qty Rate(INR)

Amount(INR)

iii) 1 No. 60Sec. off delay timer

iv) 2Nos. Flashing Buzzer Over / Under Compentation

v) BUS BARS

800 amps TPN, busbar chamber of suitable length withAluminium busbars.

vi) Make suitable busbar arrangement to receive 2Nos x3.5core 300Sqmm Al. Ar. Cables.

vii) OUTGOINGSEach below Capacitor Bank feeder with Capacitor Dutycontactor, TP (100kA) SFU with fuse links for O/L & S/Cprotection, Handle & Accessories, ON/OFF Indicationlamps (LED Type) with control HRC Fuse with base/MCB,Auto / Manual selector switch, illuminated ON/OFF pushbuttons for manual operation, control wiring and protectionHRC Fuse with base/MCCB/MCB of required fault withstand capacity.

a) 4 Nos. 2.5 KVAR Capacitor Bank Feeders b) 3 Nos. 5 KVAR Capacitor Bank Feeders c) 1 Nos. 10 KVAR Capacitor Bank Feeders d) 1 Nos. 15 KVAR Capacitor Bank Feeders e) 4 Nos. 25 KVAR Capacitor Bank Feeders f) 2 Nos. 50 KVAR Capacitor Bank Feeders

k. 150 KVAR CAPACITOR PANEL: Automatic PowerFactor Correction : Inside Main LT Panel

i) The capacitor banks in tier formation, Each capacitors specifications shall be MPP HEAVY duty cylindrical construction Oil Filled capacitors, 415/440/480/525Volts, 50 hz, Temp. Class-'D', Operating losses - <0.0025 (TAN DELTA), Over current withstand capability, 1.3 times rated current, 200 x In Inrush current withstand capability rated current, Operating life - 30,000 hours, Having over pressure disconnector switch, Number of switching, 3000 operations per year, conforming to IEC 60831-1+2/IS 13340-42. Provide Thermostat controlled panel mounted heavy duty exhaust fan in each Capacitor Compartment and space heater in Bus bar alley.

ii) Automatic Power Factor Correction Relay15 steps 3 phase, Microcontroller based Power factor correction Intelligent controller equivalent to TRINITYmake MODEL : ACCUVAR ,having PF monitoring and correction of indivisual phase, with multi functional display. The relay shall be sensitive to pick up 1% of rated current and correct the P.F accordingly. The relay should have Autosense feature to senses the size of each capacitor bank connected on each stage automatically. Should be able to Correct LAGGING POWER FACTOR AND LEADING POWER FACTOR

67

S.No. Description of item Unit Qty Rate(INR)

Amount(INR)

iii) 1 No. 60Sec. off delay timeriv) 2Nos. Flashing Buzzer Over / Under Compentation

v) BUS BARS500 amps TPN, 35kA busbar chamber of suitable lengthwith Aluminium busbars. All busbars and interconnectionsshall be of suitable size aluminium busbar, current densityof aluminium shall not be more than 0.8 Amps/ sq.mmcross sectional area of Bus Bar provide 50% capacity forneutral bus bar.

vi) Make suitable busbar arrangement to receive 3Nos x3.5core 300Sqmm Al. Ar. Cables.

vii) OUTGOINGSEach below Capacitor Bank feeder with Capacitor Dutycontactor, TP (100kA) SFU with fuse links for O/L & S/Cprotection, Handle & Accessories, ON/OFF Indicationlamps (LED Type) with control HRC Fuse with base/MCB,Auto / Manual selector switch, illuminated ON/OFF pushbuttons for manual operation, control wiring and protectionHRC Fuse with base/MCCB/MCB of required fault withstand capacity.

a. 4 Nos. 2.5 KVAR Capacitor Bank Feeders b. 5 Nos. 5 KVAR Capacitor Bank Feeders c. 1 Nos. 10 KVAR Capacitor Bank Feeders d. 2 Nos. 15 KVAR Capacitor Bank Feeders e. 3 Nos. 25 KVAR Capacitor Bank Feeders

TOTAL FOR MAIN LT PANEL AND CAPACITOR PANELAS DESCRIBED ABOVE Set 1

68

S.No. Description of item Unit Qty Rate(INR)

Amount(INR)

3 SUB DISTRIBUTION BOARDS & FEEDER PILLARSSupply, installation, testing & commissioning of totallyenclosed free standing floor mounting dust and verminproof indoor cubicle type MDB/ SDB made out of 2mm thickMS sheet suitable for 3 phase, 4 wire 50Hz AC supplycomplete with incoming & outgoing moulded case circuitbreaker, metering instruments, aluminium busbars,including internal wiring with suitable size wires/cable,interconnection, painting etc. as per specifications and asrequired.

3.1 FEEDER PILLAR FOR MDB (BUNGALOW-B1)

i. INCOMER1 No. 80Amp TP+N Moulded Case Circuit Breaker 25kAthermal magnetic O/L & S/C release with ROM and phasebarrier and Separators at both sides.BUS BAR150 Amp TPN 25kA Aluminium Busbar.

ii. METERING AND INDICATIONa 1 Set of MFM Similar to Enersol make-VAFP 1710 with 3

Nos. Class-I, 5VA burden cast resin CT's.b ON Indication lamps each with 6A control MCB for each

Incomer and Outgoingsc R,Y,B phase indication lamps with 6A Control MCB as per

fault requirement for each incomer

iii. OUTGOING a 3 Nos. 63 Amp TP+N Moulded Case Circuit Breaker 25kA

thermal magnetic O/L & S/C release with ROM and phasebarrier and Separators at both sides.

b 1 No. 40 Amp TP+N Moulded Case Circuit Breaker 25kAthermal magnetic O/L & S/C release with ROM and phasebarrier and Separators at both sides.1 No. 32 Amp 10kA DP MCB

c 25 mm x 6 mm GI earth bar to be fixed inside feeder pillarfor connecting out side Earth strip on both sides of feederpillar.FEEDER PILLAR FOR MDB (BUNGALOW-B1) asdescribed above Set 1

3.2 FEEDER PILLAR 1/ FP (EX) - 1 (EXTERNAL LIGHTING)

Supply, Installation, Testing & Commissioning of dust,damp, vermin & weather proof type street light feeder pillarmade out of 3mm thick M.S sheet enclosure having lockingarrangement complete with bus bar, interconnection, epoxypainted & having following incoming & outgoing MCCB/MCB with automatic & "ON OFF" of street lighting with timerbased switching including all civil works includingexcavation, PCC, brick work, plastering, refilling includingproviding PVC sleeves for cable entry etc. as per schematicdiagram, specification & as required with 350mm high MSstand.

69

S.No. Description of item Unit Qty Rate(INR)

Amount(INR)

i INCOMER1 No. 100 Amp TP+N Moulded Case Circuit Breaker (25kA)with thermal magnetic based O/L & S/C release with ROMand Phase barriers and separators at both sides.

1No. 100A FP AC3 duty power contactor.2Nos. ON/OFF push button1No. Auxillary Contactor1No. On delay Timer5Nos. RYB LED type On/Off Phase indicating lamps1No. Auto/ Manual Selector Switch4Nos. 10A control MCBs

ii BUS BAR150 Amp TPN Bus Bar of Aluminium alloy.

iii OUTGOING1 Set of time switch, contactor push button control fuse etccomplete for automatic operation of external lighting.

9 No. 40Amp TP+N Moulded Case Circuit Breaker (25kA)with thermal magnetic based O/L & S/C release with ROMand Phase barriers and separators at both sides.

1 No. 16 Amp TP+N Moulded Case Circuit Breaker (25kA)with thermal magnetic based O/L & S/C release with ROMand Phase barriers and separators at both sides.

FEEDER PILLAR 1/ FP (EX) - 1 (EXTERNAL LIGHTING)as described above Set 3

3.3 FEEDER PILLAR 1ASupply, Installation, Testing & commissioning of dust, damp,vermin proof, weather proof type feeder pillar, made out of2mm thick M.S. sheet enclosure having lockingarrangement complete with bus bar interconnection, epoxypainted & having following incoming & out going mouldedcase circuit breaker with all civil works including excavation,PCC, brick work, plastering, refilling including providingPVC sleeves for cable entry etc. as per schematic diagram,specification & as required.

i INCOMER1 No. 100 Amp TP+N Moulded Case Circuit Breaker 25kAthermal magnetic O/L & S/C release with ROM and phasebarrier and Separators at both sides.

ii BUS BAR150 Amp TPN 25kA Aluminium Busbar.

iii METERING AND INDICATION1 Set of MFM Similar to Enersol make-VAFP 1710 with 3Nos. Class-I, 5VA burden cast resin CT's.ON Indication lamps each with 6A control MCB for eachIncomer and OutgoingsR,Y,B phase indication lamps with 6A Control MCB as perfault requirement for each incomer

70

S.No. Description of item Unit Qty Rate(INR)

Amount(INR)

iv OUTGOING 4 Nos. 63 Amp TP+N Moulded Case Circuit Breaker 25kAthermal magnetic O/L & S/C release with ROM and phasebarrier and Separators at both sides.2 No. 40 Amp TP+N Moulded Case Circuit Breaker 25kAthermal magnetic O/L & S/C release with ROM and phasebarrier and Separators at both sides.25 mm x 6 mm GI earth bar to be fixed inside feeder pillar &connecting out side Earth strip on both sides of feederpillar. FEEDER PILLAR 1A as described above Set 1

TOAL FOR SUB DISTRIBUTION BOARDS & FEEDERPILLARS

71

S.No. Description of item Unit Qty Rate(INR)

Amount(INR)

4.0 BUS DUCTS

Supplying, installation, including suspension, testing andcommissioning of following capacity bus trunking withaluminium bus bars having current density of 130 A/ sq.cm at nominal current rating in 1.6mm thick IP 42 sheet steel enclosure in convenient sections for use on, 3 phase,4 wire, 415 V, 50 Hz, A.C. supply including jointing ofsections, flexible joints, expansion joints, bends andearthing with 2 runs of galvanised iron strips, suspenders,angle iron bracket, steel fasteners, connecting to earthingsystem etc. as required.

4.1 1250 A meter 10

4.2 1600 A meter 10

TOTAL FOR BUS DUCTS AS DESCRIBED ABOVE

72

S.No. Description of item Unit Qty Rate(INR)

Amount(INR)

5 CABLE TERMINATION

5.1 Cable termination for 1.1 KV cables Supplying and making end termination with brasscompression gland and aluminium lugs for following size ofPVC insulated and PVC sheathed / XLPE aluminiumconductor cable of 1.1 kV grade as required.

i 3½ X 50 sq. mm (35 mm) EACH 5

ii 3½ X 70 sq. mm (38mm) EACH 1

iii 3½ X 95 sq. mm (45 mm) EACH 1

iv 3½ X 150 sq. mm (50 mm) EACH 1

v 3½ X 240 sq. mm (62mm) EACH 4

vi 3½ X 300 sq. mm (70 mm) EACH 20

5.2 H.T. Cable Termination supplying and making indoor cable end termination withheat shrinkable jointing kit complete with all accessoriesincluding lugs suitable for following size of 3 core, XLPEaluminium conductor cable of 11 kV grade as required.

5.2.1 300 sq. mm Each 1

TOTAL FOR CABLE TERMINATIONS AS DESCRIBEDABOVE

73

S.No. Description of item Unit Qty Rate(INR)

Amount(INR)

6 ADVANCE LIGHTNING ARRESTOR SYSTEM

a Supply, Installation, Testing & Commisioning of Followingrange CPRI tested Controlled Early Streamer Emission(ESE) Lightning Conductor fully autonomous type havingcentral pick up rod full electrical continuity between the tipand the earth point with collect ambient energy through alower series of electrodes. Timing of the streamer emissioncontrolled with an electronic device that detects thelightning and triggers a streamer Manufactured as per NFC17-102. Test meter must be avialable to check thefunctionality of the ESE Lightning arrestor. Gain in triggingtime ((∆T=60µsec minimum) and radius of protection 79meters for Level-1 must be as per the attached protectiondrawing including Solar Test devise for Remote Testing.

Nos 7

b SITC of 6 meter long Class C GI Pole of ID 50mm diacomplete with reducer at the top to fix the unit along withmounting arrangement, guying kit, clamps and otherhardware and fittings as required.

Nos. 1

c Supplying and erection of Hot Dip Galvanized 20 meterlong pole made of minimum 4 mm thick steel plate withsingle longitudenal welding designed to withstand windspeed of 169 KM /hrs having baseplate 310x310x16mm,with template and anchor plate 300x300x3mm ,with 4 nos750 mm long 24 mm dia foundation bolts (EN8 grade)eachwith 2Nos. G.I. nuts & washer with foundation poles andnecessary reducer to mount lightening arrestor. The poleshall be erected on suitable foundation block made from1:3:6 cement concrete block ( To be vetted from structuralconsultant).

Nos. 1

d Supplying and erection of Hot Dip Galvanized 17 meterlong pole made of minimum 4 mm thick steel plate withsingle longitudenal welding designed to withstand windspeed of 169 KM /hrs having baseplate 310x310x16mm,with template and anchor plate 300x300x3mm ,with 4 nos750 mm long 24 mm dia foundation bolts (EN8 grade)eachwith 2Nos. G.I. nuts & washer with foundation poles andnecessary reducer to mount lightening arrestor. The poleshall be erected on suitable foundation block made from1:3:6 cement concrete block ( To be vetted from structuralconsultant).

Nos. 5

e SITC of Lightining event counter having resettable 6 digitLCD display with inbuilt lithium battery/ non-resettablemechanical counter of IP 67 rating with transparent lid,mounting arrangements etc as required.

Nos. 7

f Supply and laying of 50 sq mm Copper flexible,unarmoured PVC insulated 1.1 kV grade cable for highlightining discharge current as down conductor to LightningArrester as per IS/ IEC 62305-1 to 4 to be mounted inHDPE conduit with all fixing accessories from air terminal tothe earth pit.

Mtr. 180

g Supply, Instalation, Testing & Commissioning of TestingDevice for Lightning Arrester to join/disconnect Air Terminalwith Earthing.

Nos. 1

74

S.No. Description of item Unit Qty Rate(INR)

Amount(INR)

Maintenance free Chemical Earthingh Supply, Instalation, Testing & Commissioning of basic

material to construct maintenance free earthing. The earthmaterial should be UL listed, minimum 250 micron Copperbonded steel electrode of 17.2 mm dia X 3 Mtr long alongwith Connection Plate of copper having dimension of 150 X50 X 5 mm duly jointed exothermically. This earth pit itshould be filled with Superior Earth enhancementcompound (50 Kg). The compound should be non-hazardous and environment friendly conforming to clause14.5 (d) of IEEE 80-2000. Heavy duty HDPE Earth Pitcover to be provided.

Set 16

TOTAL FOR ADVANCE LIGHTNING ARRESTORSYSTEM AS DESCRIBED ABOVE

75

S.No. Description of item Unit Qty Rate(INR)

Amount(INR)

7 SAFETY EQUIPMENTS

Supplying and erection of the following equipment atsuitable place in the sub-station building as required.

a Providing of set of 4 Nos. 9.5 Litre capacity GI bucketpainted in post office red colour with prior coat of red oxidepaint and written with white paint ‘FIRE’ and mounted onMS angle iron frame with bracket of appropriate size &capacity I/c filling sand etc.

Set 2

b First aid box as approved by St. John Ambulance Brigade/Indian Red Cross society conforming to IS : 2217 - 1963.

Nos 1

c Shock treatment chart duly mounted on a wooden framewith glass on, as required in 2 languages (Hindi & English).

Nos. 1

d Providing and fixing Medium Voltage Danger Notice Plate200 mm. x 200 mm. made of MS 2 mm. thick and vitreousenamelled white on both sides and with inscription in signalred 'colour on front side as required as required as per IErules, IES and IS 2551 (Latest).

Nos 1

e Providing and fixing High Voltage danger notice plate 250mm. x 200 mm. made of G.I. 2 mm. thick and vitreousenamelled white on both sides and with inscription in signalred colour on front side as required as required as per IErules, IES and IS 2551 (Latest).

Nos 1

Rubber Matsf Providing & fixing in position 1000 mm wide , Electrical

Insulating Mats as per IS 15652:2006, 2mm thick, suitableupto 3.3 KV , fire retardant,no effect of acids, alkalies andtransformer oils, moisture proof, high tensile strength andtexture finish / cloth impression (Anti slip , marking on top) .

RM 12

g Providing & fixing in position 1000 mm wide , ElectricalInsulating Mats as per IS 15652:2006, 2.5mm thick,suitable for 11 KV , fire retardant,no effect of acids, alkaliesand transformer oils, moisture proof, high tensile strengthand texture finish / cloth impression (Anti slip , marking ontop) .

RM 3

h Rubber GlovesRubber gloves of 11KV grade as per IS 4770-68. Pair 1

i CO2 CARBON DIOXIDE CYLINDERS Supplying & erecting Carbon Dioxide (CO2) fireextinguisher of 22.5 kg. Capacity Cartridge type conf. To IS2878 Complete erected on trolley with wheels

Nos. 2

j One Tool kit comprising 1 set of flat spanner (Taparia /Jalan), 1 set of box spanner(24, 1 no. Hacksaw frame with10 no. blades, 1 no. insulated plier, 1 no. nose plier, 1 no.hand crimping tool upto 16 sq.mm, 1 no. digital multimeter,1 no. test lamp and 1 no. tester, Screw driver set for alltypes of screw heads also to be provided.

Set 1

TOTAL FOR SAFETY EQUIPMENTS AS DESCRIBEDABOVE

76

S.NO DESCRIPTION AMOUNT (INR)

1 H.T. PANEL

2 MAIN LT PANEL AND CAPACITOR PANEL

3 SUB DISTRIBUTION BOARDS & FEEDER PILLARS

4 BUS DUCTS

5 CABLE TERMINATION

6 ADVANCE LIGHTNING ARRESTOR SYSTEM

7 SAFETY EQUIPMENTS

TOTAL

Indian Rupees

(Contractor)

15. SUMMARY OF COST

77

S.No. Description Drg. No.

1 Sub-Station -1 Equipment Layout Plan ECMS/IEN/ESS-1/T-01

2 SLD for HT Panel & Main LT panel ECMS/IEN/ESS-1/T-02

3 SLD for External Lighting FP, FP-1A & Bungalow B1 ECMS/IEN/1A,EXT,B1/SLD-01

4 Site Plan for Locations of the Advanced Lightning Arrestors T/LA-01

16. LIST OF DRAWINGS