Sunteți pe pagina 1din 33

-1-

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA


TENDER DOCUMENTS
FOR ELECTRICAL WORK
FOR SUB-STATION & EXTERNAL
ELECTRIFICATION OF
THE NEW STRUCTURE OF THE INSTITUTE AT
I.P. MARG,
NEW DELHI 110 002
Name of the Tenderer:
Address:
Last Date of submission of 28 July 2008
Tender documents: on or before 3.30 pm
Total pages: 1 to 44
(Part I 1 to 32 & Part II 33 to 44)
-2-
THE INSTITUTE OF CHARTERED ACCOUNTANTS OF
INDIA
PART I
(TECHNICAL BID)
TENDER FOR
ELECTRICAL WORK
FOR SUB-STATION & EXTERNAL
ELECTRIFICATION OF
THE NEW STRUCTURE OF THE INSTITUTE AT
I.P. MARG,
NEW DELHI 110 002
Name of tenderer : -
Address:
Last Date of Submission of 28 July 2008
Tender Documents: - on or before 3.30 pm
-3-
Tender Notice for Electrical Work of
Sub Station & External Electrification of
New Structure of the
Institute at
IP Marg, New Delhi 110 002
1. Sealed item rate tenders in two parts are invited from experienced and well established /
reputed contractors having validlicense from statutory authorities / office of Chief Electrical
Inspector, Govt of NCT Delhi for electrical work of new structure of the Institute at I.P.
Marg, New Delhi 110 002 as per details given below:
Name of work Earnest
Money
Cost of
Tender
document
Completion
period
Last date of
submission of
tender
documents
Electrical work of Sub-
station & External
Electrification of new
structure of the Institute
Rs. 60,000/- Rs. 1,000/-
(non
refundable)
45 days from the
date of award of
work
28 July 2008 on
or before 3.30
pm.
2. Eligibility criteria Only well established contractors who have experience in the field of
undertaking electrical work and have executed two or more similar works of occupied
buildings for Government /Semi Government Departments /PSUs or other Organizations
/Firms of repute in the last 3 years ended March 31, 2008 are eligible to apply.
3. Availability of tender forms Tender forms can be downloaded from the Institutes
website and same can be submitted along with the cost of tender documents in the form of
pay order/demand draft drawn in favour of The Institute of Chartered Accountants of
India payable at Delhi only.
4. Submission of tender documents Tender in prescribed form shall be submitted in two
parts.
Part - I tender will contain the tenderers covering letter, tenderers additional conditions, if
any, the EMD in the form of demand draft/pay order drawn in favour of The Institute of
Chartered Accountants of India payable at Delhi, Commercial/ Special Conditions and
the following informations/copies of the documents:
(i) Composition of the firm Full particulars (whether contractor is an individual, or
a partnership firm, or a company etc.) of the composition of the firm of contractors
in details should be submitted along with name(s) and address(es) of the partners,
copy of the Articles of Association /Power of Attorney/any other relevant document.
(ii) Work experience & completion of similar works during the specified period
Copies of the detailed work orders indicating date of award, value of awarded
work, time given for completing the work, etc. and the corresponding completion
certificates indicating actual date of completion and actual value of executed
similar works should be enclosed in proof of the work experience.
-4-
(iii) Creditworthiness of the contractor & their Turnover during the specified
period Balance sheets of last 3 years should be enclosed.
(iv) Name(s) & address(es) of the Bankers and their present contact officials.
(v) Name(s) & address(es) of the Clients and their present contact details
Written information about the names and addresses of their clients along with full
details, like names, postal addresses, e-mail IDs, telephone (landline and mobile)
nos., fax nos., etc. of the contact executives (i.e. the persons who can be
contacted at the office of their clients by the Institute in case it is so needed)
should be furnished.
(vi) Details of completed works The client-wise names of work(s), year(s) of
execution of work(s), awarded and actual cost(s) of executed work(s), completion
time stipulated in the contract(s) and actual time taken to complete the work(s),
name(s) and full contact-details of the officers /authorities /departments under
whom the work(s) was/were executed should be furnished.
(vii) List of equipments, tools & tackles and scaffolding materials required for executing
such type of work.
(viii) List of staff with their qualification and experience.
(ix) Copies of license from the office of the Chief Electrical Inspector, Govt of NCT
Delhi and labour license, works contract registration and service tax registration
certificate from respective statutory authorities.
Above should be enclosed in a sealed envelope superscribing Part I, Tender for
Electrical Work of Sub Station & External Electrification of New Structure of the
Institute at IP Marg, New Delhi 110 002 and above will be treated as technical bid.
Part II tender will contain no conditions but Institutes schedule of quantities and tenderers
price bid only and be sealed in a separate cover superscribing as Part II, Tender for
Electrical Work of Sub Station & External Electrification of New Structure of the
Institute at IP Marg, New Delhi 110 002 and above will be treated as commercial bid.
Both the sealed envelopes should further be sealed in another envelope superscribing
Tender for External Electrical Work and addressed toThe Joint Secretary (Admin.),
The Institute of Chartered Accountants of India, I. P. Marg, New Delhi 110 002.
Tenders will be received by the Institute upto 3.30 pm on28 July 2008 in a sealed tender
box kept at the ground floor of the Annex building of the Institute. The tenderer may send
their tenders by speed post or registered post so as to reach before the cut off date and
time.
5. Part I i.e.Technical bid of the tender will be opened at 4.00 pm on 28 July 2008 in the
presence of the authorized representative of the tenderers who choose to be present. Part
II of the tender will be opened after evaluation of technical bids on a subsequent date
which will be intimated to the successful tenderers in advance.
6. The Institute is not bound to accept the lowest tender and reserves the right to accept
either in full or in part any tender. The Institute also reserves the right to reject all the
tenders without assigning any reasons therefore.
Joint Secretary (Admin.)
The Institute of Chartered Accountants of India
I. P. Marg
New Delhi 110 002
-5-
SECTION A
LETTER OF OFFER
Date:
Place:
The Joint Secretary (Admin.)
The Institute of Chartered Accountants of India
I. P. Marg
New Delhi 110 002
Dear Sir,
Having examined the specifications and schedule of quantities relating to the works specified in
the memorandum herein after set out and having visited and examined the site of the works
specified in the said memorandum and having acquired the requisite informations relating
thereto as affecting the tender, I/We hereby offer to execute the works specified in the said
memorandum at the rates mentioned in the schedule of quantities and in accordance in all
respects with the specifications and instructions in writing referred to in Conditions of tender,
the Articles of Agreement, Special Conditions, Schedule of Quantities and Condition of
Contract and with such materials as are provided for, buy and in all other respects in
accordance with such conditions so far as they may be applicable.
MEMORANDUM
(a) Description of work Electrical Work of Sub Station & External
Electrification of New Structure of the
Institute at IP Marg, New Delhi 110 002
(b) Earnest Money Deposit Rs. 60,000/-
(c) Percentage if any to be deducted
from each bill (Retention Money)
10 % of amount of each running bill
(d) Completion period 45 days from the date of award of work
(e) Defect Liability Period 12 months from the date of completion and
handing over the work
(f) Liquidated damages on delay 0.5% of the contract value per week or part
thereof subject to maximum 5%
(g) Insurance & Safety As per the tender
2. Should this tender be accepted, I/We hereby agree to and fulfill the terms and provisions of
the said conditions of contract annexed hereto so far as they may be applicable or in default
thereof to forfeit the EMD and pay to The Institute of Chartered Accountants of India the
amount mentioned in the said conditions.
I /We have deposited a sum of Rs. 60,000/- (Rupees Sixty Thousand only) as earnest money
(DD/pay order No. ________ dated __________ drawn in the Bank _____________________)
with the Institute which amount will not bear any interest. Should I /We fail to execute the
-6-
contract when called upon to do so. I / We do hereby agree that this sum shall be forfeited by
me /us to the Institute.
Name of the partner of the firm (tenderer) authorized to sign
Signature with seal
-7-
COMMERCIAL/SPECIAL CONDITIONS
1. If an individual makes the tender, it shall be signed with his full name and his complete
address shall be given. If it is made by a firm, it shall be signed with the co-partnership
name by a member of the firm who shall sign his own name and give names and
address of each member of the firm and attach a copy of power of attorney with the tender.
A certified copy of the partnership deed shall also be submitted along with the tender.
2. Each Contractor shall furnish earnest money of Rs. 60,000/- through a demand draft/ pay
order drawn in favour of THE INSTITUE OF CHARTERED ACCOUNTANTS OF INDIA
payable at Delhi. The earnest money will be released to the unsuccessful bidders
without any Interest thereon after allotment of works. The earnest money will be retained in
case of successful tenderer and shall not carry any interest and treated as security deposit
till completion of work
3. Every Contractor is expected before quoting his rates to inspect the site of
proposed works. He should also inspect the source of materials, their quality and
availability. The materials must strictly comply with the relevant specifications. Samples of
materials as specified shall be submitted for the approval of the Institute, before supplying
at the site.
4. The total retention money will be refunded after 12 months of the date of completion &
handing over the work. The same can also be refunded on furnishing of a bank guarantee
of equal amount in favor of the Institute.
5. The tender form should be filled in English and legible entries made by hand and written
ink. Any tender in which there is overwriting or erasure is liable to be rejected. All
corrections should be attested with his dated initials as many times as the corrections
occur. Tenders which propose any alteration in the work specified in the said form of
invitation to tender or in the time allowed for carrying out the work or which contains
any condition of any kind will be liable to rejection.
6. The contractors should fill the quoted rates in figure as well as in words and the amount of
each item be worked out and the requisite totals given. The tenderers who do not
fulfill these requirements are liable to be summarily rejected.
7. If on check, differences are found between the rates given by the contractor in words and
figures or in the amounts worked out by him, the following procedure shall be
follows:
(a) When there is a difference between the rates in figures and words, the rates that
correspond to the amount worked out by the contractor shall be taken as correct.
(b) Where the amount of an item is not worked out by the contractor or it docs not
correspond with the rates written either in figures or in words, then the rates
quoted by the contractor in words shall betaken as correct.
(c) Where the rate quoted by the contractor in figures and in words tallies but the amount
is not worked out correct and than rates will be considered.
-8-
8. The contractor shall not in any case after the acceptance of a contract rate be paid any
extra charges for lead involved in transport of materials to the site of work, erection and
hire of T&P, sheds materials, royalty for earth, boulders, metal & sand etc., or for any other
reason in case the contractor is found later on to have misjudged the materials available.
All taxes including Octopi, toll tax or sales tax or any other taxes etc., shall be payable by
the contractor and any claim whatsoever in this respect shall not be entertained.
9. No alteration which is made by the contractor in the Notice of the Tender, instructions
to the contractors, the contract form, the conditions of the contract, the
specifications and quantities accompanying the same shall be recognized, if any
such alterations are made or any special conditions are attached, the tender is liable to
the rejected.
10. The site for the work is available.
11. No escalation in rates/prices will be allowed during the execution period of the work.
12. The acceptance of the tender will rest with the Institute who does not bind itself to accept
the lowest tender and reserves to itself the authority to reject any or all tenders received,
without assigning any reason. All tenders in whom any of the prescribed conditions are not
fulfilled or are incomplete in any respect are liable to be rejected.
13. Canvassing in connection with tenders is strictly prohibited and tender submitted by
the contractors who resort to canvassing will be liable to rejection.
14. The work shall be carried out with the directions and supervision and in stages
desired by authorized representatives of the Institute. On acceptance of the tender the
contractor shall intimate the name of his accredited representative who would be
responsible for taking instructions from the representative of the Institute and carrying out
the works without any damages.
15. The contractor shall depute a qualified personnel approved by the Institute and such other
office personnel as may be required for the efficient execution of works.
16. No part of the contract shall be sublet without the written permission of the Institute nor
shall transfer be made by power of attorney-authorizing others to receive payments
on behalf of the Contractors.
17. Tender shall remain open for acceptance for a period 60 days from the date of opening of
tender documents.
18. The contractor shall make his/their own arrangements for construction/ drinking water and
electricity connection required for the work at his own cost. However, power and water will
be provided at a single point by the Institute free of cost.
19. Contractor shall have to provide all safety appliances i.e. safety helmet, safety belt etc. to
your workers while working at height at his own cost and follow all regulation and all
statutory provisions also covering the working areas etc. in force. He shall be liable to incur
all the expenses in consequence thereof and Institute is in no way responsible for any
damages arising out of this work contract.
-9-
20. The contractor shall indemnify theInstitute for all kinds of injury or death on account of any
labour engaged by the contractor as well as property of the institute at the site of work.
The contractors in this regard shall pay any compensation. The contractor shall be
responsible for all implications under labour Laws and Act of Delhi State and Central
Government (Including fire insurance).
21. The contractor shall be totally responsible for any damage to the building, building
material and his materials, equipment, caused due to fire, rain, flood, storm, or any
other natural calamilities at the site of work during construction period.
22. No bill less thanRs. 5,00,000.00 is to be submitted as running bill at one time.
23. No mobilization advance will be paid.
24. All works of operations and use of materials shall be as per specifications
mentioned only and as the directions of the representative of the Institute.
25. Arbitration - In case of any dispute of difference arising in relation to
meaning or interpretation of this order/agreement, the same shall be referred to a sole
arbitrator to be appointed by the President of the Institute. The Arbitration and Conciliation
Act, 1996 will be applicable to the arbitration proceeding and the venue of the arbitration
shall be at New Delhi. The award of the arbitrator shall be final and binding.
26. The measurement of each item executed will be verified jointly and the payment shall be
made within 15 days of completion of the verification and submission of bill with verified
measurement and duly certified by the consultant/ architect. If required certification of
quality of material/workmanship /work quantity executed will be get certified by an
independent architect/ consultant.
27. The contractor shall at all times abide by the instructions, directions given in respect of the
materials, workmanship etc.
28. Statutory Compliance - Contractor shall be responsible for complying with the applicable
laws/bye laws/Regulations in force from time to time.
Contractor shall have to bear all statutory liabilities as applicable to his
workers/personnel engaged by him for the job. Nothing will be paid extra in this regard. If
Institute pays any amount in this regard, the same amount will be deducted from the bill.
Contractor shall have to arrange insurance cover for the workers/personnel engaged by
you for the job. Also he will be responsible for all the dues of the workers/personnel
engaged by him including the liabilities if any towards workmen compensation or under any
other law.
29. The contractor is required to cause the demolition of any sub standard work in
respect of materials and workmanship or both. The contractor must abide by all such
instructions.
-10-
30. The contractor shall maintain, site order book at site where all instructions by the Institute
shall be recorded and the contractor shall abide by such instructions and sign the book
against each such instructions after compliance thereof.
31. Liquidated Damage - In case of non-completion of the work within stipulated period, the
contractor would be liable to pay penalty at the rate of 0.5% of the contract value per
week or part thereof to a maximum of 5% of the total amount of work.
32. FORCE MAJEURE: -
If the work delays by: -
(i) Acts of God
(ii) Abnormally bad weather, or earthquake or floods or similar calamities.
(iii) Serious loss or damage by fire or
(iv) Civil commotion, local combination of workers strike or lockout or
(v) Any other causes, which is the absolute discretion of the Institute and beyond
contractors control.
Then any force majors condition herein mentioned occur and continue for a period
exceeding 15 days the parties hereto undertake to sit together and devise for
expeditious and proper performance of the obligations of the parties under this order.
33. Samples of any materials can be had from the contractor free of cost.
34. The Contractor will obtain all necessary permissions/ certificates/ Approvals/
NOCs for execution of the works on behalf of the Institute from the statutory
/Government bodies like, Municipal Corporation of Delhi, Delhi Traffic Police, Chief
electrical inspector, BSES etc. with his own arrangement and cost. However, any
statutory fees payable in this regard will be reimbursed to the contractor on
submission of receipt of payment made.
35. The quoted rates should be inclusive of all taxes like excise duty, sales tax/ VAT,
state entry tax, octroi, etc. including service tax.
36. The contractor is to follow up with M/s. BSES Yamuna Power Ltd. for shifting of metering
panel from upper basement of existing annex building to the new location at ground floor
near existing transformer area in the initial stage and again for shifting of the metering
cubical to the new location i.e. upper basement of the new structure after completion of the
work.
37. The Contractor will purchase Insurance policy equivalent to the amount of work for a
period of two months from the date of start of works.
38. The Contractor will quote the rates considering the prevailing taxes and Institute reserves
the right to ask for original purchase receipt of any material brought to the site.
39. The contractor will provide analysis of rate for any item quoted is so desired by the
Institute.
-11-
40. After completion of the work all the scaffolding materials are to be dismantled and removed
from the premises of the Institute. All the malbas and debrises are to be removed and to be
dumped in a dumpyard duly approved by the MCD with his own arrangement of
transportation by the contractor. All the surplus materials of the contractor are to be
removed and the site is to be cleaned in all respects and to be handed over to the Institute.
No extra payment will be made in this regard.
41. Each page of the Tender Documents should be signed by the person or persons
submitting the tender in token of his/their having acquainted himself/themselves with the
Conditions of Contract, General Specifications, Special Condition, etc. as laid down. Any
tender with any of the documents not so signed will be rejected.
42. The Institute reserves the right to sub-divide the work mentioned in the tender, among two
or more contractors at its own discretion and the contractors will have to execute the
orders for part of the items placed with them at the quoted rates. The Institute also
reserves the right to increase or decrease the quantities and even omit any items of work
after the order is placed and the Contractor shall execute the same without claiming
anything extra for the same. In this context the rates quoted for each item must be self
supporting and relevant.
43. On receipt of intimation from the Institute of the acceptance of his/their tenders, the
successful tenderer shall be bound to sign the formal contract and within seven days
thereof, the successful tender or shall sign as agreement in accordance by the Institute will
be binding on the contractor whether such formal agreement is or is not subsequently
executed. The cost of necessary stamp paper for execution of the agreement shall be
borne by the successful tender.
44. The Contractor should note that, unless otherwise stated the tender is strictly on item rate
basis and their attention is drawn to the fact that, rates for each and every item should be
correct, workable and self supporting. The quantities in the Schedule of Quantities
approximately indicate the total extent of work but may vary to any extent and may even be
omitted thus altering the aggregate value of the contract. No claim shall be entertained on
this account. The contractor shall bring it to the notice of the Institute in case of any extra
items not mentioned in the Schedule of Quantities during the course of the work and shall
only carry out same on written approval from the Institutes Engineer.
45. The successful tenderer must co-operate with any other contractor appointed by the
Institute so that the work shall proceed smoothly with least possible delay and to the
satisfaction of the Institutes Engineer.
46. The Institute reserves the right to terminate the contract if the contractor fails to execute
the job within the specified period or fails to keep the program of the work given by the
contractor and approved by the Institute.
47. Mode of payment: Payment shall be made through R.A. Bills for actual quantity executed
and jointly measured as the work progresses. Retention money deposit (RMD) of 10% of
each bill shall be deducted. TDS and DVAT will be deducted at the prevailing rate from
each running bill. All payments will be made through account payee chqeue only to the
party.
-12-
48. Precaution should be taken by the contractor while execution /shifting of materials to the
workplace so that day to day working of the Institute will not be disturbed or stopped. The
contractor should plan properly so that most of the work which causes maximum noises
may be carried out in night of holidays. Proper care also should be taken while taking the
renovation of the toilets so that no seepage occur to other floors.
49. After completion of the work the contractor is to clean the site and remove the wastage
material and to dump the same at the site shown to him in the premises of the Institute.
The malba related to the material supplied by the contractor is to be removed from the site
/premises of the Institute at his own cost. The unused material supplied by the Institute is
to be returned by the contractor to the store of the Institute.
50. The rates quoted should be most competitive and there will be no further negotiation.
APPENDIX A SCHEDULE OF FISCAL ASPECTS
Terms of payment
a. Mobilization advance No mobilization advance will be paid.
b. EMD In the form of pay order/ demand draft only.
c. Value of work for interim certificate. Rs.5.00 Lacs (Work done)
d. Defect liability period 12 months from the date of handing over of the final
stage.
d. Securitydeposit. 10 % to be deducted from each running bill excluding
earnest money. 50% of security deposit will be released
after the virtual completion and balance 50% to be
released after the defect liability period of 12 months.
-13-
SPECIAL INSTRUCTION TO TENDERERS.
1.1 The entire electrification work shall be carried out by the licensed electrical contractor in
accordance with these specifications without any extra cost.
1.2 For the site supervision, the contractor must depute a qualified electrical engineer. The
contractor shall employ only experienced and licensed wiremen to do the electrification
work.
1.3 The work shall conform to relevant Indian standard Specifications the I.E. Acts and Rules
and the requirements of Local Electrical Authority.
1.4 When the installation is complete, the same shall be tested with the 500/1000 volts
Magger in the requirements of Local Electrical Authority.
1.5 Contractor shall submit to the client 3 sets of test certificates for the installation.
1.6 The contractor shall carry out all civil works connected with the electrical job. The
contractors shall repair and make good the damage caused by him to the civil structure
while executing the electrification of work. The foundation for the panel board and for the
poles, grouting of frames in the wall, erection of D.B./ switchboards in the wall / chasing
the walls for embedding the conduits and boxes etc. are all to be carried out by the
contractors including making good the damaged civil work.
1.7 The contractor has to submit shop drawings for the Sub-station equipment and electrical
distribution boards and the conduit layout to the Architects / Consultants for their approval
before starting the work. Also one set of approved sample of the materials have to be
kept at site.
1.8 The Architect / Consultant will issue the drawings to the Contractors for carrying out the
work.
1.9 The electrical contractor, his wire men and supervisors shall be qualified and have a valid
license while quoting as well as during the course of work. The contractor shall provide a
qualified electrical engineer at site during the execution of work.
-14-
ARTICLES OF AGREEMENT
Articles of Agreement made the __________ day of ________ at _______________ between
The Institute of Chartered Accountants of India, having it Head Office at ICAI Bhawan, I.P.
Marg, New Delhi 110 002 (hereinafter referred to as the Institute) of the one part and M/s.
_____________ having its office at _____________________ (hereinafter referred to as
contractor) of the other part.
WHEREAS the Insti tute is desirous of carrying out repairs and rehabilitation to its buildings at
its headquarter at I. P. Marg, New Delhi 110 002 and has caused the detailed specifications
describing thework tobedonetobeprepared bythe Institute.
AND WHEREAS the said documents inclusive the specifications and the schedule of
quantities and price schedule have been signed by or on behalf of the parties hereto.
AND WHEREAS the contractor has agreed to execute uponand subject to the conditions set
forth herein, hereinafter upon and subject to the conditions described in the said
specifications and the said priced schedule of quantities at the respective rates mentioned in the
priced schedule of quantities therein set forth amounting to the sum Rs. ________ (total contract
price), which is part of theTender document.
ANDWHEREAS the contractor has deposited Rs.60,000/- (Rupees SixtyThousand only) as the
Earnest Money with the Institute, which shall become part of security deposit to beretained until
the expiry of the Defect liability period for the due observance of thecontract.
NOWITISHEARBY ASFOLLOWS
1. In consideration of the said contract, payments to be made to the said conditions execute
and complete the works described in the said documents and such further detailed
drawings asmaybefurnishedtohimbythe Institute anddescribed in thespecificationsand
thesaid priced scheduleof quantities.
2. The Institute shall pay the contractor such sums as shall become payable
hereunder at thetimesand in themanner specified in thesaidconditions.
3. The said contract comprised the building above mentioned and all subsidiary works
connected there within the same site as may be ordered to be done from time to time
by the Institute even though such works may not be shown on the Drawings or described
in the said specifications or the priced schedule of quantities.
4. The Institute reserves to himself the right of altering the drawings and nature of the
work and adding to or omitting any items of work, check of measurement, payment
certificate, variation arising in view of change of scope of work and approval of rates of
extrasubstituteditems. Thedecisionof the Instituteshall be final and bindingin- thisregard.
5. The Institutein consultation with its consultants reserves the right to exercisecontrol on
quality of work, check of measurement, payment certificate, variationarising, in view of
change of scope of work and approval of rates of extra substituted items. The
-15-
decision of the Institute shall be final and binding thisregard.
6. The said conditions and appendix thereto shall be read and construed as forming part of
this agreement, and the parties hereto shall respectively abide by, submit themselves to the
said Conditions and perform the agreements on their part respectively in the said Conditions
contained.
7. The agreement and documents mentioned herein shall form the basis of this Contract.
8. This Contract is neither a fixed Lump Sum Contract nor a Piece Work Contract but a
contract to carry out the work in respect of renovation work to be paid for according to actual
measured quantities at the rate contained in the Schedule of rates and Probable Quantities
or as provided in the said Conditions.
9. The Contractor shall afford every reasonable facility for the carrying out of all works in the
manner laid down in the said Conditions and shall make good any damages done to walls,
floors, etc. after the completion of such works.
10. The Institute reserves to itself the right of altering the Drawings and nature of the work by
adding to or omitting any items of work or having portions of the same carried out without
prejudice to this contract.
11. Time shall be considered as the essence of this Contract and the Contractor hereby agrees
to commence the work soon after the site is handed over to him or from seventh day of
issue of formal work order/agreement was provided for in the said Conditions whichever is
later and to complete the entire work within 75 days subjects nevertheless to the provisions
for extensions of time.
12. Liquidated Damage - In case of non-completion of the work within stipulated period, the
contractor would be liable to pay penalty at the rate of 0.5% of the contract value per
week or part thereof to a maximum of 5% of the total amount of work.
13. All payments by the Institute under this Contract will be made only at Delhi.
14. In case of any dispute of difference arising in relation to meaning or interpretation of this
order/agreement, the same shall be referred to a sole arbitrator to be appointed by the
President of the Institute. The Arbitration and Conciliation Act, 1996 will be applicable to the
arbitration proceeding and the venue of the arbitration shall be at New Delhi. The award of
the arbitrator shall be final and binding.
15. The following documents shall be deemed to form and constructed as part of this
agreement along with the amendments, negotiated and confirmed in various
subsequent letters exchanged as mentioned hereinafter and parties hereto will
respectively abide by and submit themselves to the conditions and stipulations and
perform the agreement on their parts respectively in such conditionscontained.
i) Noticeinviting Tender.
ii) Instruction to Tenders
iii) Special Conditions of the contract
iv) Technical Specifications
v) Scheduleof Quantities
-16-
vi) Employer's letter dated ________________.
vii) ____________/__________to the contractor awardingthecontract.
viii) Contractor's letter dated _______________/_____________/___________/ to the
Instituteinacceptanceof the award of contract.
15. The several parts of this contract have been read to us and fully understood by us.
SIGNED AND DELIVERED by THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA by
hand of
SHRI
(Name and Designation)
IN THEPRESENCE OF
(1)
ADDRESS
(2)
ADDRESS
SIGNEDBY THECONTRACTOR
IN THEPRESENCE OF
(1)
ADDRESS
(2)
ADDRESS
-17-
TECHNICAL SPECIFICATION
GENERAL
1.01 Work involve additions alterations required for external electrical work to enable the
demolition of present annexe building and to enable continuity of supply to adjoining
main building which is being supplied electricity from the basement of annexe
building. The contractor shall visit the site and satisfy himself regarding the site
conditions. All the equipments mentioned in BOQ are to be installed in the first phase
in a shed to be constructed by the side of existing transformers at ground floor.
Suitable shed will be erected for the safety of the electrical equipment for installation
by the owner. After completion of the structure equipments are again to be shifted to
the upper basement of the new structure permanently. Any approvals/ NOCs/
Certificates required for the work from any statutory authorities/ government offices
are to be obtained by the contractor with his own arrangement and cost. Only
statutory fees paid in this regard will be reimbursed to the contractor on submission
of the receipt of the same.
1.02 The work as indicated in the scope of work attached herewith includes any
modification/addition/alteration required. Work shall be carried out as per the
standard/specifications indicated below:-
i) Relevant ISS as modified upto date. Where IS codes do not exist, the British
Standards shall be followed.
ii) Indian Electricity Rules 1956 as amended upto date.
iii) CPWD Specifications for Electrical Works (Part I) Internal, (Part II) External 1995
and (Part IV) 1982, with correction slips upto the date of Tendering.
iv) LIST OF INDIAN STANDARDS
L.T. Switchgear Boards / Panels and other Components
a) Factory built Assemblies of switchgear up to
1000V
: I.S: 8623-1980
b) Heavy duty air break switches and composite
units of switches and fuses
: I.S: 4064-1967
c) Push buttons : I.S: 6875 (part 2) 1973
d) Contactors : I.S: 2999-1975
e) Air break isolators for voltage not exceeding
1000V
: I.S: 2607-1967
f) High rupturing fuses : I.S: 9224
g) Direct acting electrical indicating instruments : I.S: 1248-1968
h) Current transformers, general requirement,
measuring and protective
: I.S: 2705(part I to IV)
i) Power socket outlets : I.S: 4615
L.T Cables: -
a) PVC insulated, heavy duty cables : I.S: 1554-1976 (part II)
b)
Installation & maintenance of cables
: I.S: 1255-1967
-18-
Earthing : -
a) Code of practice for earthing : I.S: 3043
Protective Relays: -
a) Thermal relays : I.S: 3842 (Part IV)
b) Power relays : I.S: 3842 (Part V)
SAFETY CODE OF PRACTICE (INSTALLATION)
a) Guide for safety procedures and practices in
electrical works
: I.S : 5216-1969
b)
Guide on effects of current passing through
human body
: I.S: 8337-1977
c)
Warning symbols for Dangerous voltages
: I.S: 2147-1962
d) Degree of protection provided by enclosures
for low voltage switchgear and Controller
: I.S: 2551-1963
e)
Danger notice plates
: I.S: 8923-1987
1.03 A table indicating makes acceptable in respect of some important materials is attached. The
contractor can use only the makes specified in the table against a particular item subject to
conformity with specifications. For material not covered in above-mentioned table any ISI
marked product may be used and if same is not available, then it shall conform to relevant
IS/BS and will be used with prior approval of society.
1.04 The following works shall be deemed to be included within the scope of the work to be
executed by the contractor:-
i) All minor building work such as cutting holes and chases in walls/ceiling and
making good the same with cement mortar 1:4 (1 cement: 4 coarse sand)
ii) Provision of supports and clamps for fixing arrangement including nuts, bolts, cable
glands, lugs, terminal blocks etc as a part of the particular item unless given
separately in the schedule of quantities.
iii) The dehydration of oil will be done by the contractor if required.
iv) Any statuary approvals required from any authorities to complete the work.
TECHNICAL
1.0 HIGH VOLTAGE VCB PANEL BOARD
1.1 TYPE
The panel board shall be metal clad, indoor, cubicle type floor mounting, free standing,
totally enclosed dust and vermin proof type.
1.2 RATING
The rating shall be 400A, 350 MVA fault rating, 11000 volts, 3 phase, 3 wire, 50 Hz system.
-19-
1.3 CONSTRUCTION
Cubicle type compartmentalised construction with not less than 2/1.6mm thick CRCA sheet
steel having separate compartments for busbars, cable termination, instrumentation and
protection gears. The housing structure shall he welded construction to support the cover
and panels rigidly. The circuit breakers shall be drawout with provision I the panel for
drawout trolley arrangement. Earth termination shall be brought out for earth system
connecting to panel.
1.4 DESIGN ASPECTS
The HT panel board shall be designed with consideration that the switch gear instruments
protective relays, bus bars, wiring etc. carried out should have following facilities.
a) Facilities for inspection, maintenance and repairs, testing terminal for ease to external
test connections.
b) Minimum noise and vibration levels as per relevant Indian Standards.
c) Risk of accidental short circuits and open circuits.
d) Secured and vibration proof connections for power and control circuits.
e) Risk and accidental contacts of live parts; and danger to human lives.
2.0 EQUIPMENTS
2.1 VACUM CIRCUIT BREAKER
Vacum Circuit Breakers shall be as specified below:
a) Rated voltage 11000 volts
b) Rated current 400 amps
c) Basic insulation level 28 kvp
d) Frequency 50 Hz.
e) Opening time less than 40 ms
f) Total breaking time less than 60 ms
g) Closing time lessthan 60 ms
h) Short circuit rating 350 MVA
i) Type indoor
j) Shunt trip coil 24V DC
k) Electrical release 24V DC
l) Operating mechanism manually charged spring closing
m) Operating duty 0.3 Min CO 3 Min CO
n) Mechanical position spring charged
Indicator spring free
Breaker ON
Breaker OF
operating counter
o) Set of glands for control cable connection of required size
p) Space heaters and control system & lighting
q) Line/load side earthing arrangement
-20-
r) Indian standards IS : 2516 (1980)
s) Power pack
INSTRUMENTS, RELAYS AND CONTROL SECTIONS
The relay and control section shall have following accessories:
a) IDMT relay with 2 over current and earth fault elements.
b) Auxiliary relays for Bucholz alarm and trip
c) Indicating lights:
Breaker ON
Breaker OFF
Breaker TRIP
d) Ammeter 144mm square of rated capacity
e) Voltmeter 144mm square 0 12 KV range.
2.2 CURRENT TRANSFORMERS
CORE-1 CORE2
1) Indian standard IS 2705-1981
2) Ratio As Specified In BOQ
3) Class of accuracy 5P 1.0
4) Accuracy limit factor 10 5
5) Voltage class 11KV 11KV
6) Burden 15VA 15VA
7) Frequency Hz 50 50
8) Purpose Protection Metering
9) Type Indoor, cast resin wound primary
single pole type.
2.3 POTENTIAL TRANSFORMER
1) Indian Standard IS: 3156-1978
2) Type Air cooled Epoxy Resin cast with-
drawable type
3) Ratio 11000/110V
4) Rated Burden 100VA
5) Accuracy class 1.0
6) Rated voltage 11000Volts, Solidly Earthed Neutral
7) Frequency Hz 50
8) Primary connection Star earthed
9) Secondary connection Star earthed
2.4 ERECTION TESTING AND COMMISSIONING
1) Handling & placement of HT panel on the trench foundation.
2) Assembly of all accessories.
-21-
3) Alignment of panel with respect to trench and geometry of room.
4) Grounding and installation of foundation bolts.
5) Cleaning of interiors for satisfactory charging.
6) Proper bonding of earthing to the panels.
7) Checking of making and breaking mechanical performance by making the breaker ON
& OFF.
8) Checking of all functions of the breaker in different positions.
9) Charging of breaker after satisfied of the results.
10) Demonstrating the maintenance process to owners representative if any authorised by
the owner.
3.0 DISTRIBUTION TRANSFORMERS (copper wound)
1) 3 Phase 50Hz. Copper wound Naturally air cooled, core type, vacuum impregnated
transformer as per IS: 11171 & 2026 as under
2) Capacity As specified in BOQ
3) Voltage ratio 11000/433 Volts
4) Phase connections
a) Primary Delta
b) Secondary Star and Neutral
4) Vector group Dyn 11
6) Tap changing operation Manual OFF load tap changing gear mechanism
7) Voltage taping on HV side
of transformer + 5 % to-10% in equal steps of 2.5%
8) Insulation class F
9) Impedance voltage As per relevant IS
10) Type of cooling Natural Air
11) Temp. rise@50% ambient 90Deg. C in winding by resistance
12) Duty Continuos
13) End termination box
Primary side Suitable for 3 Core 150 sq.mm. XLPE 11KV
grade cable.
Secondary side Suitable for 3(3.5Cx300 mm sq.) armoured XLPE
cables
14) Type indoor
15) Insulation level As per IS
16) Reactance at rated voltage As per IS
and frequency
17)Maximum permissible
no load loss As per IS
18) Accessories shall be as under:
a) Rating & Diagram plate
b) Earthing terminals
c) Lifting lugs
-22-
d) Off load tap changer
e) Bi-Directional rollers
f) WTI Digital type
g) HV/LV cable boxes
3.1 ERECTION TESTING AND COMMISSIONING
The installation shall include the following:
1. Handling and placement of the Transformer on the Foundation.
2. Assembly of all accessories.
3. Alignment with guides base rail.
4. Proper bonding for earthing to body and neutral.
5. Testing of winding continuity and insulation.
6. Charging of transformer after being satisfied of results.
7. Demonstrating the maintenance process to owners representative if any authorised
by the owner.
4.0 LOW VOLTAGE SWITCH BOARD:
4.1 TYPE:
The switchboards shall be of metal clad, indoor, cubicle type floor mounting, free
standing totally enclosed dust vermin proof type.
4.2 RATING:
The rating shall be of current rating & fault rating as specified in schedule, 415
volts, 3 phase, 4-wire system, and 50Hz.
4.3 CONSTRUCTION:
GENERAL:
Cubicle type compartmentalised construction will not less than 2mm/1.6 mm thick
CRCA sheet steel having separate compartments for busbars, circuit breaker, cable
termination, instrumentation and protection gears. The general construction shall
conform to IS: 8623 1977 for factory assembled switchboards. The housing
structure shall be welded construction to support the covers and panels rigidly. The
circuit breaker shall be drawout with provision in the panel for drawout trolley
arrangement. Earth terminals shall be brought out for earthing system connecting to
panel. Over all height of board shall not exceed 2.0 mt. Operating levers and
handles etc of highest unit shall not be at a height more than 1.6 meters. General
construction shall employ the principal of compartment isolation and segregation for
each circuit. All cables entries shall be through gland plates. The construction shall
include necessary cable supports for clamping the cables in the cable alley or rear
cable chamber.
4.4 Air Circuit Breaker and Fuse Switch Unit or Switch Fuse Units
The circuit breaker shall be air break fully draw out type equipped with arc chutes
and their phase barriers of proper design. The continuous current rating of the
circuit breakers shall be as given in the detailed technical specifications. The circuit
breakers shall have a breaking capacity of 31 MVA at 415 Volts, 50 Hz, AC and
they shall be able to withstand full fault current for 1 Sec.
The circuit breaker shall be provided with manually operated spring closing
mechanism. The operating mechanism shall be trip-free throughout the breaker
travel. The breaker shall be equipped with inside ON and OFF position indicator,
mechanically connected to the circuit breaker mechanism and so located that the
-23-
position of the circuit breaker i.e. whether closed or open, is indicated on the front
door of the compartment. The ON and OFF trip indication lights shall also be
provided for each breaker feeder
The moving portion of the circuit breaker shall be so interlocked that it is not
possible to isolate it is not possible to isolate it and draw out from the service
position or to plug it in fro, the isolated position when the circuit breaker is closed.
The interlock being provided shall be such as to prevent operation of a circuit
breaker unless it is fully plugged in or fully isolated and is locked correctly in either
of the two positions.
The circuit breaker compartment doors shall be so interlocked as to prevent access
to the breaker while in the plugged in position. However, special means shall be
provided for undoing this interlock in an emergency.
The draw out feature shall clearly provide three distinct positions of the circuit
breaker viz. Service Test and Isolated. Inadvertent withdrawal of a circuit
breaker removable unit too for beyond its supports shall be prevented by a suitably
interlock. The design shall provide for the testing of breaker in Test position i.e.
when the breakers moving unit is in fully disconnected position and the secondary
circuit remains connected or energized. The secondary connections between the
fixed and removable units shall be provided with means of spring loaded type
contacts to male the breaker fully draw out type.
unit shall be provided with necessary auxiliary contacts with complete range of
releases and release for short circuit protection.
The circuit breaker shall be provided with necessary auxiliary contacts with 2 NO
spare contacts. All contacts shall be wired up to the terminal board.
The fuse switch units or switch fuse units shall be of load break, heavy duty,
industrial design and shall be of triple pole and neutral type. The switches shall be
of double break pattern with quick make and quick break pattern. However the
design shall be such as to ensure positive opening even if quick break action is lost
due to the spring stretching or breaking.
The ON and OFF positions of the switch handle shall be distinctively indicated
and interlocks shall be provided to ensure that switch cover cannot be opened
unless the switch is in OFF position. Means shall, however , be provided for
releasing the interlock to permit closing of switch by competent persons with switch
cover for inspection purposes. All live parts inside the switch shall be properly
shrouded and inter-phase barriers shall be provided.
The fuse switch units shall be provided with non-deteriorating type HRC cartridge
fuse-links complying with IS: specification and having rupturing capacity of not less
than 31 MVA at 415 V. The design of the switch units shall be such that it will not
bepossible to change the fuse with the switch in the ON position.
4.5 BUSBARS AND CONNECTION
The busbars shall be of aluminium/copper of high conductivity electrolytic grade
and of adequate section. Current density shall not exceed 0.8 amp. per square mm.
-24-
for aluminium and 1.2 amp per square mm for copper. All connections from busbars
to individual circuits shall be with solid connection. All busbars and connections
shall be suitably sleeved with PVC sleeves. Incomer termination shall be suitable
for receiving underground cables.
4.6 Instruments: All voltmeters and ammeters shall be flush mounted of size to class
1.5 of IS:1248 for accuracy. All voltmeters shall be protected with HRC cartridge
fuses.
4.7 Indication lamps: on all incomer to panels ON/OFF indicator lamps shall be
provided suitable for operation on 230V AC supply. All lamps shall be protected by
means of proper HRC fuses.
4.8 Small wiring: all small wiring for controls, indication etc. Shall be with copper
conductor cables, PVC insulated conforming to ISL 1554 (part-I) of size not less
than 1.5 sq.mm. Wiring shall be suitably protected with in the switchboard. Runs of
wires shall be neatly bunched, suitably supported and clamped.
Identification ferrules shall be used at both ends of the wires. All control wiring
meant for external connections are to be brought out on a terminal board.
5. CAPACITOR CONTROL PANEL
The capacitor control panel shall be floor mounting, freestanding type, totally enclosed, dust
and vermin proof. The sheet steel used for the construction shall have a thickness of
2.0/1.6mm.
The capacitor control panel shall wired for automatic switching of capacitor units comprising
of 6 steps with provision for manual control.
The respective capacitor units shall be mounted behind their own switching modules. The
capacitor bank and switching modules shall be housed in separate compartments. The
internal connection between switching unit and step capacitor shall be done using stranded
copper cable. The capacitors shall be at rear in two-tier formation in metal enclosure
conforming to IP23 degree of enclosure.
In the front capacitor control panel shall house switching components conforming to IP54
protection Power factor correction relay capable of automatic switching o f the capacitor
units shall be provide the relay shall have 6 steps. It shall be complete with all accessories
for sensing of power factor or the system and initiating corrective action (for cutting in or
cutting out of required number of capacitor banks) including step controller, reversing
mechanism, time delay and No Volt relay etc.
5.1 CAPACITOR PANEL
Capacitor rating of bank. As per BOQ
No. of steps 6
Capacity of each step As per BOQ
System particulars 415v, 3 phase, 4 wire
System fault level 50 MVA
System voltage fluctuation +/- 10%
Frequency variation +/- 3%
Control voltage 110v AC
Type of dielectric MPP
Type of unit connection Delta
-25-
Ambient temp. 48 Deg.C
Duty continuous
6. POWER AND CONTROL CABLES
All cables of 11KV grade shall be XLPE cables whereas cables up to 1100v grade shall be
XLPE/PVC insulated PVC sheathed as specified in BOQ.
Cables shall be capable of satisfactory performance when laid on trays, in trenches,
conduits, ducts and when directly buried in ground. Depth of lying in ground shall be 900
mm. In conduits space factor of not more than 60%.
The estimated lengths of cables of various sizes are indicated in price schedule. While
tender would be adjusted on the basis of estimated lengths, the successful tenderer shall be
responsible to supply the actual length required at site for cabling all the circuits at the unit
rate indicated in his tender.
6.1 Technical requirements of Installation work of Power and control Cable
These cables are required for arranging power supply to the equipment being
installed. The cables shall be buried directly in ground outside the buildings
whereas within a plant room shall be laid in duct/on walls with proper clamps and
supports on MS fabricated cable racks. The details and arrangement of cable laying
shall be got approved.
6.2 Cable installation work
The cables are to be buried directly underground, but when the feeder cables enter
the building, it id to be taken in cable racks/trays/GI pipes depending upon the
individual installations.
Thecables shall be run in the trenches about 0.90 metre bellow the finished ground
level and protected n top by bricks all along their runs. The cables shall lie if a bed
of sand 75mm below and 75mm above and be surrounded with sand as well. The
cable trenches shall be refilled only with good earth in successive layers of 150mm
and ramming. A heap of about 200mm should be left over the filled cable trench,
and no blocks of stones or any other heavy material shall be used for back filling.
When directly buried cable cross the roads together with other service lines taken
along the same road which come in the way of cable crossing, the cables shall be
properly protected. All necessary protection must be given to cables as may be
required for particular installation conditions.
At points where the cable come out from masonry building for direct burial
underground, they must be taken out through hume pipes/GI pipes grouted in the
walls of the buildings. The pipes shall be so placed that their edges do not damage
the cable. For taking out the cables from the building trenches of requisite
rectangular openings will be provided in the building walls and the selected
contractor shall have to place the pipes in position and fill up the remaining portions
of the opening with cement/plaster/concrete.
The sealing should be done in such a way that there is no leaking into the building
from outside. after drawing of cables through the pipes, this will be properly packed
with water proof bituminous packing.
The masonry work shall be properly finished to match with the architectural
arrangements.
All along the route of direct burial cables, cable markers of permanent nature and of
design to be approved by the company shall be laid above the ground level to
-26-
indicate the routes of the cables. The manner in which the markers shall be placed
will be decided in consultation with the company and with his approval. If joint
boxes are used the position of the same shall be indicated by suitable markers.
All cables when laid in ducts in Plant building and other areas shall be suitably
clamped by means of cable clamps of approved design all along their routes on
cable racks/trays. The clamps shall be so arranged that the individual cables are
fastened to position but the clamping pressure does not damage any of the cables.
On cable tray/rack normally only a single layer of cable shall be used and where the
number of cables are more the cable/rack shall be made in double tier formation.
Bending of GI pipes/conduits where required shall be done so as not to damage or
deform the walls of GI pipe/conduit. Installation shall be so planned as to provide for
pulling facilities for cable without damage. Adequate number of inspection type
junction boxes and pull boxes shall be provided for this purpose.
For all cable installation work due consideration shall be given to this permissible
radius of bends for individual cables. Where a cable of different diameter is run in
one plane and are bent, the radius of bends shall be so selected that cables remain
parallel to one another.
For all cable runs, whether direct burial of on trays/rack etc. Individual cables shall
be provided with cable identification tags of a permanent type and design to be
approved by the company.
GI pipes/. GI flexible pipes and accessories used in the installation shall conform to
I.S. 1953. All GI pipes class B shall have galvanised surfaces and shall be lap
welded type and they shall be supplied in standard length.
6.3 LT XLPE CABLES:
Type XLPE insulated Al. Conductor.
Armouring Armoured/unarmoured as called in BOQ
Conductor copper or aluminium as specified in BOQ
Voltage grade 1100 Volts
No. of cores 2, 3., 3.5 or 4 as called for in BOQ
Colour codes Phases: Red, Yellow, Blue, Neutral Black.
Indian Standards IS: 7098 Part-I & II
6.4 HT CABLES:
Type Cross Linked Polyethylene Insulated (XLPE)
Armouring Armoured/unarmoured as called in BOQ
Conductor copper or aluminium as specified in BOQ
Voltage grade 11000 Volts (E)
No. of cores 3., or as called for in BOQ
Colour codes Phases: Red, Yellow, and Blue
Indian Standards IS: 7098 Part-I
-27-
7.1 EARTHING
All the non-current metal parts of electrical installation shall be earthed properly.
All metal conduits, trunking, cable sheaths, switchgear, outlet boxes, distribution boards,
light fittings, fans and all other parts made of metal or conductive material shall be bonded
together and connected by means of specified earthing system.
All earthing will be in conformity with the relevant provision of Rules 33 and 61 of the Indian
Electricity Rules 1956 and Indian Standard Specifications IS:3043-1987 with latest
amendments.
7.2. EARTHING CONDUCTORS
All earthing conductors shall be of high conductivity electrolytic copper of 99 % purity and
shall be protected against mechanical injury or corrosion.
7.3 SIZING OF EARTHING CONDUCTORS
The cross sectional area of copper earthing conductor shall be same as the active
conductor for sizes of active copper conductor upto 4.0 sq. mm. and shall be half the size
for 16 sq.mm. active copper conductor and above. All fixtures, fans, outlet boxes and
junction boxes shall be earthed with 1.5 sqmm PVC Insulated copper conductor wires. All
power sockets and single phase A/C units shall be earthed with 4.0 PVC Insulated copper
conductor wires. All Three phase Final Distribution Boards shall be earthed with 2 nos. 4
mm dia bare copper conductor wires. The sizes of the earth continuity conductors should
not be less than half of the largest current carrying conductors.
The Sub-Distribution Board shall be earthed to 2 nos. 600mm x 600mm x 3mm copper/G.I.
plate earthing stations through 25m x 3 mm copper strips.
7.4 CONNECTION OF EARTHING CONDUCTORS
Main earthing conductors shall be taken from the earth connections at the main
switchboards to an earth electrode with which the connection is to be made. Submain
earthing conductors shall run from the main switchboard to the sub-distribution boards.
Final distribution boards earthing conductors shall run from sub-distribution boards.
7.5 PROHIBITED CONNECTIONS
Neutral conductor, sprinkler pipes, or pipes conveying gas, water, or inflammable liquid,
structural steel work, metallic enclosures or cables and conductors, metallic conduits and
lightning protection system conductors shall not be used as a means of earthing an
installation or even as a link in an earthing system. The electrical resistance of metallic
enclosures for cables and conductors measured between earth connections at the main
switchboard and any other point on the completed installation shall be low enough to permit
the passage of current necessary to operate fuse or circuit breakers and shall not exceed 1
ohm.
7.6 PROTECTION FROM CORROSION
Connections between copper and galvanised equipment shall be made on vertical face and
protected with paint and grease. Galvanised fixing clamps shall not be used for fixing earth
conductors. Only copper fixing clamps shall be used for fixing earth conductors. When
there is evidence that the soil is aggressive to copper, buried earthing conductors shall be
protected by suitable serving and sheathing.
7.7 EARTHING STATION
Plate Electrode Earthing : Earthing electrode shall consist of a tinned copper plate not less
than 300mm x 300mm x 3mm thick/900mm x 900mmx 6 mm G.I/600 mm x 600 mm x 6
-28-
mm G.I. as called for in the Schedule. The plate electrode shall be buried as far as
practicable below permanent moisture level but in any case not less than 3 meters below
ground level. Wherever possible earth electrodes shall be located as near the water tap,
water drain or a down take pipe as possible. Earth electrodes shall not be installed in
proximity to a metal fence. It shall be kept clear of the buildings foundations and in no case
shall it be nearer than 2 meters from the outer face of the wall. The earth plate shall be set
vertically and surrounded with 150mm thick layer of charcoal, dust and salt mixture. 20mm
GI pipe shall run from the top edge of the plate to the ground level. The top of the pipe shall
be provided with a funnel and a mesh for watering the earth through a pipe. The funnel
over the GI Pipe shall be housed in a masonry chamber, approximately 300mm x 300mm x
300mm deep. The masonry chamber shall be provided with a cast iron cover resting over a
GI frame embedded in masonry. Refer Sketch for additional details.
Pipe Electrode Earthing: Earthing electrode shall consist of a GI Pipe (class A) Indian
Tube Company make or approved equal not less than 40mm dia and 4.5 meters long. GI
Pipe electrode shall be cut tapered at the bottom and provided with holes of 12mm dia
drilled at 75mm interval upto 2.5 meters length from bottom. The electrode shall be buried
vertically in the ground as far as practicable below permanent moisture level with its top not
less than 1.25 M below ground level. The electrode shall be in one piece and no joints shall
be allowed in the electrode. Wherever possible earth electrodes shall be located as near
water tap, water drain or a down take pipe. Earth electrodes shall not be located in
proximity to a metal fence. It shall be kept clear of the building foundations and in no case
shall be nearer than 2 meters from the outer face of the wall. Refer Sketch for additional
details.
The pipe earth electrode shall be kept vertically and surrounded with 150mm thick layer of
charcoal dust and salt mixture upto a height of 2.5 meters from the bottom. At the top of the
electrode a funnel with a mesh shall be provided for watering the earth. The main earth
conductors shall be connected to the electrode just below the funnel, with proper terminal
lugs and check nuts. The funnel over the GI pipe and earth connection housed in a
masonry chamber, approximately 350mm deep. The masonry chamber shall be provided
with a cast iron cover resting over a CI frame embedded in masonry.
7.8. EARTH CONNECTION
All metal clad switches and other equipment carrying single phase current, shall be
connected to earth by a single connection. All metal clad switches carrying medium voltage
and high voltage shall be connected with earth by two separate and distinct connections.
The earthing conductors inside the building wherever exposed shall be properly protected
from mechanical injury by running the same in GI Pipe of adequate size.
Earthing conductors outside the building shall be laid 600mm below the finished ground
level. The over lapping in copper strips at joints where required, shall be minimum 75mm.
The joints shall be riveted and brazed with copper rivets and greased in approved manner.
Sweated lugs of adequate capacity and size shall be used for all termination of wires above
1 Sqmm size and bare copper wire above 2.0mm dia. Lugs shall be bolted to the
equipment body after the metal body is cleaned of paint and other oily substance and
properly tinned. The earth wires entering the Final Distribution Boards shall be terminated
with copper sockets crimped to its ends and tightened to the terminal with the help of flat
end brass screws.
-29-
7.9. EARTH RESISTANCE
The earth resistivity of the soil where the earthing stations are located shall be submitted to
the Architects before the earthing work starts and get the approval of the Architects/Society.
If the earth resistance is too high and multiple electrode earthing does/not give adequate
low resistance to earth, than the soil resistively immediately surrounding the earth
electrodes shall be reduced by adding sodium chloride, calcium chloride, sodium carbonate,
copper sulphate, salt and soft coke or charcoal in suitable proportions as directed by the
Architects.
7.10. RESISTANCE TO EARTH
The resistance of each earth system shall not exceed 1.0 ohm in the case of Medium
Voltage system and 0.5 ohm in the case of High Voltage system.
--------------
-30-
Concept Note regarding External Electrification work of addition and alteration in the
Institute building.
Work of external electrification of building has been divided into two parts.
Part one of the external electrification has to be carried out before demolition of annexe building.
Equipment required for part one has been designed in such a way that it would be used in final
stage of part two also.
Work of part two pertains to final shifting of the equipment to the basement of new Annexe Building.
Part one pertains to shifting of equipment from the basement and to maintain the continuity of
electric supply to the main building till completion of new annexe building. This part one mainly
constitutes of following activities
1.Fabrication and supply of main LT Panel and installing the same at ground floor near the
transformers.
2. Dismantle and shifting of DGs AMF Panel from the basement of annexe to ground floor near
main LT Panel.
3. Connection of newly installed AMF Panel to DG and main LT Panel.
4. Connection of main building distribution boards (cables) to the main LT Panel.
5. Energisation of main LT Panel from DG set.
6. Steps 1 to 5 above will result in restoration of electric supply to the main building from DG set .
7. Getting the BSES Yamuna Power limited main HT metering panel shifted temporarily from the
basement of annexe to suitable place near transformers at ground floor. This work will be carried out
by BSES. CA institutes to write a letter in advance to BSES in this regard. Follow up work will be put
in the scope of external electrical contractor. Official charges for this work will be paid by the CA
Instt.
8.Supply and installation of 11 KV 3 Panel Vacumn Circuit Breaker (VCB) panel at ground floor .
9. Dismantling of HT and LT terminations of two numbers existing transformers.
10. Connection of BSES metering panel to VCB panel and from VCB Panel to transformers.
11. Connection of LT terminals of transformers to the main LT Panel.
12. Energization of transformers from BSES supply..
-31-
13. Steps No.7 to 12 will result in restoring BSES supply to the main building and DG set will be put
on emergency.
Once activities from Serial No. 1 to 13 of Part -1 are completed demolition of annexe building can
start.
Part 2 of external electrical work will start once the annexe building is completed .Various activities
for this Part-2 are as under .
a. Main LT panel will be disconnected from BSES transformer supply and put on DG supply to
maintain electricity to the main building during the transit period.
b. BSES will be asked to shift the metering panel from ground floor to its new permanent
location in basement of annexe.
c. Dismantling of HT VCB 3 panel board and shifting the same to the basement of Annexe.
d. Two number new dry type transformers of 500 KVA each will be procured and installed in
basement.
e. HT cable connection from metering panel to 11KV VCB Panel and from 11KV VCB panel to
transformers will be made.
f. New LT cables to be laid from position of main LT Panel in basement to distribution boards
in main building.
g. Dismantling of main LT Panel from ground floor and shifting the same to the basement.
h. Dismantling of DGs AMF Panel and shifting the same to basement.
i. Connection from LT side of transformer and AMF panel to the main LT panel.
j. Energisation of supply from BSES to the transformers.
Steps a to j mentioned above will results in completion of electrical supply to the main and annexe
building.
Tender for external electrical work will be made in two parts. Part 1will be executed at present and
Part 2 will be completed after completion of annexe building. Every effort will be made to main
continuity of supply to the main building during the transit period.
-32-
Present electrical equipment installed in the basement of annexe is very old and obsolete except
AMF panel. As such all equipment except AMF panel will be discarded. Since oil type equipment
can not be installed in basement there-fore new dry type transformers will be installed.
In order to accommodate the shifting of equipment from basement to the side of transformers a
covered shed will have to be put in place by removing the cooling towers which are redendent.
Details of shed will be given as soon as new equipment details are available.
-33-
THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA
PART II
(COMMERCIAL BID)
TENDER FOR
ELECTRICAL WORK FOR
SUB-STATION & EXTERNAL ELECTRIFICATION
OF NEW STRUCTURE OF THE
INSTITUTE AT
I.P. MARG,
NEW DELHI 110 002
Name of tenderer: -
Address:
Last Date of Submission of 28 July 2008
Tender Documents: - on or before 3.30 pm

S-ar putea să vă placă și