Sunteți pe pagina 1din 1097

Nepal Electricity Authority

(A Government of Nepal Undertaking)


Transmission Directorate
Grid Development Department
Dhalkebar Loharpatti 132 kV Transmission Line Project

Bidding Document
for
Procurement of Plant for Design, Supply, Installation, Testing and
Commissioning of Dhalkebar Loharpatti 132 kV Transmission Line and
Loharpatti 132/33/11 kV Substation

International Competitive Bidding (ICB)


(Single Stage Two Envelope Bidding Procedure)

IFB No: ICB-DL-TLSS-076/77-01

Employer: Nepal Electricity Authority


Dhalkebar Loharpatti 132 kV Transmission Line Project

VOLUME I OF III

December, 2019
Abbreviations

BD ........................ Bidding Document


BDF……………... Bidding Forms
BDS...................... Bid Data Sheet
BOQ …………….. Bill of Quantities
COF …………….. Contract Forms
DP ………………. Development Partners
ELI ………………. Eligibility
EQC ..................... Evaluation and Qualification Criteria
EXP ……………… Experience
FIN ………………. Financial
GCC ..................... General Conditions of Contract
GoN ..................... Government of Nepal
ICB ...................... International Competitive Bidding
ICC....................... International Chamber of Commerce
ITB ....................... Instructions to Bidders
JV ……………….. Joint Venture
LIT ……………….. Litigation
NCB ……………... National Competitive Bidding
PAN ……………… Permanent Account Number
PPA …………….. Public Procurement Act
PPMO …………… Public Procurement Monitoring Office
PPR ……………... Public Procurement Regulations
PL ......................... Profit and Loss
SBD...................... Standard Bidding Document
SCC …………….. Special Conditions of Contract
TS......................... Technical Specifications
VAT ……………… Value Added Tax
WRQ …………….. Works Requirements

Procurement of Works Standard Procurement Document – ICB


BIDDING DOCUMENT

TECHNICAL BID

PROCUREMENT OF WORKS

International Competitive Bidding (ICB)


Two Envelope Bidding Procedure

Procurement of
" Procurement of Plant for Design, Supply, Installation, Testing and
Commissioning of Dhalkebar Loharpatti 132 kV Transmission Line
and Loharpatti 132/33/11 kV Substation "

Issued on: December 26, 2019


Bid Document issued to: ICB
Contract Identification No: ICB-DL-TLSS-076/77- 01
Project Name: Dhalkebar Loharpatti 132 kV Transmission Line Project
Office Name: Nepal Electricity Authority
Office Address: Kharipati, Bhaktapur, Nepal

Financing Agency: Government of Nepal

Procurement of Works Standard Procurement Document – ICB


Table of Contents

INVITATION OF BIDS ----------------------------------------------------------- i

PART I BIDDING PROCEDURES

Section 1 - Instructions to Bidders (ITB)----------------------------------- 1-1

Section 2 - Bid Data Sheet (BDS) ------------------------------------------- 2-1

Section 3 - Evaluation and Qualification Criteria (EQC) -------------- 3-1

Section 4 - Bidding Forms (BDF) ------------------------------------------- 4-1

PART II REQUIREMENTS

Section 5 - Works Requirements (WRQ) ---------------------------------- 5-1

Section 6 - Preamble to the Bill of Quantities (BOQ) ------------------- 6-1

PART III CONDITIONS OF CONTRACT AND CONTRACT


FORMS

Section 7 - General Conditions of Contract (GCC) --------------------- 7-1

Section 8 - Special Conditions of Contract (SCC) ----------------------- 8-1

Section 9 - Contract Forms (COF) ------------------------------------------ 9-1

Procurement of Works Standard Procurement Document – ICB


Invitation of Bids i

Invitation for Bids

Nepal Electricity Authority


(A government of Nepal undertaking)
Transmission Directorate
Grid Development Department
Dhalkebar Loharpatti 132 kV Transmission Line Project

Invitation for Bids for the:


Procurement of Plant for Design, Supply, Installation, Testing and Commissioning of Dhalkebar
Loharpatti 132 kV Transmission Line and Loharpatti 132/33/11 kV Substation.

Contract Identification No: ICB-DL-TLSS-076/77-01

Date of Publication: 2019/12/26


1. Government of Nepal (GoN) has allocated funds towards the cost of Dhalkebar
Loharpatti 132 kV Transmission line Project and intends to apply part of the funds to
cover eligible payments under the contract for IFB No.: ICB-DL-TLSS-076/77-01
“Procurement of Plant for Design, Supply, Installation, Testing and Commissioning of
Dhalkebar Loharpatti 132 kV Transmission Line and Loharpatti 132/33/11 kV
Substation”. Bidding is open to all eligible Nepalese and foreign bidders.
2. Nepal Electricity Authority (NEA), Dhalkebar Loharpatti 132 kV Transmission Line Project
invites electronic bids from eligible bidders for the construction of Dhalkebar Loharpatti
132 kV Transmission Line and Loharpatti 132/33/11 kV Substation under International
Competitive Bidding – Two Envelope Bidding procedures.
Only eligible bidders with the following key qualifications should participate in this bidding:

Minimum Average Annual Construction Turnover of the best 3 years within the last 10
years: USD 6.6 Million.
Minimum Work experience of similar size and nature: Participation as contractor,
management contractor, or subcontractor, in at least two (2) contracts within the last 10
years, each with a value of at least USD 7.1 Million that has been successfully or is
substantially completed and that are similar to the proposed works. The similarity herein
means and requires design, supply, installation, testing and commissioning of 110 kV or
above voltage level transmission line or 110 kV or above voltage level substation or both
combined in a single contract.
The Bidder shall have successfully executed as a prime contractor, management
contractor, or subcontractor for: (i) design, supply, installation, testing and
commissioning of at least 1 (one) transmission line contract of 110 kV or above voltage
level on self-supported lattice towers. The line length of transmission line shall not be less
than 20 km; and (ii) design, supply, installation, testing and commissioning, of at least 1
(one) substation contract of 110 kV or above voltage level with power transformer
capacity not less than 30 MVA.
3. Eligible Bidders may obtain further information and inspect the Bidding Documents at the
office of

Procurement of Works Standard Procurement Document – ICB


Invitation of Bids ii

The Project Manager


Dhalkebar Loharpatti 132 kV Transmission Line Project
Grid Development Department
Transmission Directorate
Nepal Electricity Authority
Kharipati, Bhaktapur
Phone: +977 1 6616697, 9841418005
Email: loharpatti132kv@nea.org.np
or may visit PPMO website www.bolpatra.gov.np/egp.
4. Bidding Documents is available online and can be downloaded from e-GP system:
https://bolpatra.gov.np/egp. Interested bidders shall register in the e-GP system and deposit
the cost of NRs. 22,600.00 (including 13% VAT) for bidding document in the following
Bank.
Name of the Bank: Everest Bank Ltd, Bagbazar, Kathmandu
Name of the account: Dhalkebar Loharpatti 132 kV Transmission Line Project
Office Code no. : 351321
Account Number: 04400105200556
5. Pre-bid meeting shall be held at Kharipati, NEA Training Centre Complex, Bhaktapur on
January 15, 2020 at 12:00 hrs (Nepal Standard Time).
6. Bids must be submitted electronically to the office of Dhalkebar Loharpatti 132 kV
Transmission Line Project, through PPMO website www.bolpatra.gov.np on or before 12:00
noon on date February 10, 2020. There is no provision for hard copy submission.
7. The Bid will be opened in the presence of bidder or bidders’ representatives who choose to
attend at 12:30 PM on February 10, 2020 at the Project Office, Training Center, Nepal
Electricity Authority, Kharipati, Bhaktapur. Bids must be valid for a period of 120 days after
bid opening and must be accompanied by a bid security, amounting to a minimum of USD
230,000 or NRs 26,500,000 which shall be valid for 30 days beyond the validity of the bid.
8. If the last date of bid documents purchasing and/or submission falls on a public holiday, then
the next working day shall be considered for such events. In such case the validity period of
the bid security shall remain the same as specified for the original last date of bid submission.
9. In the case of discrepancies or error in bid documents, bid notice or any other document, NEA
reserves the right to amend and correct at any time.
10. After the completion of evaluation of Technical Bid for substantial responsiveness,
substantially responsive bidders will be invited to attend the opening of Price Bids. The date,
time and location of opening of Price Bid shall be notified in writing and/or published in
national daily.
11. NEA reserves the right to accept or reject any bid, and to annul the bidding process and reject
all bids at any time prior to award of contract, without thereby incurring any liability to the
affected bidder(s) or any obligation to inform the affected bidder(s) of the grounds for NEA’s
action.

Procurement of Works Standard Procurement Document – ICB


Section 1 - Instructions to Bidders 1-1

PART I: BIDDING PROCEDURES


Section 1 - Instructions to Bidders
This section specifies the procedures to be followed by Bidders in the preparation and
submission of their Bids. Information is also provided on the submission, opening, and
evaluation of bids and on the award of Contract.

Table of Clauses

A. General ..................................................................................................................................1-14
1. Scope of Bid ...........................................................................................................................1-14
2. Source of Funds......................................................................................................................1-14
3. Fraud and Corruption .............................................................................................................1-14
4. Eligible Bidders......................................................................................................................1-14
5. Eligible Materials, Equipment and Services...........................................................................1-14
B. Contents of Bidding Document .........................................................................................14-15
6. Sections of Bidding Document............................................................................................ 14-15

7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting........................................ 14-15

8. Amendment of Bidding Document ..................................................................................... 14-15


C. Preparation of Bids ............................................................................................................16-20
9. Cost of Bidding ................................................................................................................... 16-20

10. Language of Bid .................................................................................................................. 16-20

11. Documents Comprising the Bid .......................................................................................... 16-20

12. Letter of Bid and Schedules ................................................................................................ 16-20

13. Alternative Bids................................................................................................................... 16-20

14. Bid Prices and Discounts..................................................................................................... 16-20

15. Currencies of Bid and Payment ........................................................................................... 16-20

16. Documents Comprising the Technical Proposal.................................................................. 16-20

17. Documents Establishing the Qualifications of the Bidder................................................... 16-20

18. Period of Validity of Bids ................................................................................................... 16-20

19. Bid Security......................................................................................................................... 16-20

20. Format and Signing of Bid .................................................................................................. 16-20

D. Submission and Opening of Bids.......................................................................................21-26


21. Sealing and Marking of Bids................................................................................................ 21-26
22. Deadline for Submission of Bids.......................................................................................... 21-26
23. Late Bids .............................................................................................................................. 21-26

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-1

24. Withdrawal, and Modification of Bids .................................................................................21-26


25. Bid Opening .........................................................................................................................21-26
E. Evaluation and Comparison of Bids .................................................................................27-30
26. Confidentiality..................................................................................................................... 27-30

27. Clarification of Bids ............................................................................................................ 27-30

28. Deviations, Reservations, and Omissions............................................................................ 27-30

29. Determination of Responsiveness ....................................................................................... 27-30

30. Nonconformities, Errors, and Omissions ............................................................................ 27-30

31. Qualification of the Bidder.................................................................................................. 27-30

32. Correction of Arithmetical Errors ....................................................................................... 27-30

33. Conversion to Single Currency ........................................................................................... 27-30

33. Conversion to Single Currency....................................................................................... 27-30


34. Domestic Preference ……………………………………………………………………..27-30
35. Subcontractor……………………………………………………………………………… 27-30

36. Evaluation of Bids ............................................................................................................... 27-30

37. Comparison of Bids............................................................................................................. 27-30

38. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ................................ 27-30

F. Award of Contract..............................................................................................................30-32
39. Award Criteria..................................................................................................................... 30-32

40. Letter of Intent to Award the Contract/ Notification of Award ........................................... 30-32

41. Performance Security .......................................................................................................... 30-32

42. Signing of Contract ............................................................................................................. 30-32

43. Complain and Review ......................................................................................................... 30-32

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-3

Section 1 - Instructions to Bidders

A. General

1. Scope of Bid 1.1 In connection with the Invitation for Bids indicated in the Bid Data Sheet (BDS),
the Employer, as indicated in the BDS, issues this Bidding Document for the
procurement of Works as specified in Section 5 (Works Requirements). The
name, identification, and number of Contracts of the International Competitive
Bidding (ICB) are provided in the BDS.

1.2 Throughout this Bidding Document:

(a) the term “in writing” means communicated in written form and delivered
against receipt;

(b) except where the context requires otherwise, words indicating the singular
also include the plural and words indicating the plural also include the
singular; and

(c) “day” means calendar day.

2. Source of Funds 2.1 GoN Funded: In accordance with its annual program and budget, approved by
the GoN, the implementing agency indicated in the BDS plans to apply a
portion of the allocated budget toward the cost of the project named in the BDS.
The GoN intends to apply a portion of the allocated budget to eligible payments
under the contract(s) for which this Bidding Document is issued.

Or

Public Entities' own Resource Funded: In accordance with its annual program and
budget, approved by the public entity, the implementing agency indicated in the
BDS plans to apply a portion of the allocated budget to eligible payments under the
contract(s) for which this Bidding Document is issued.

Or

DP Funded: The GoN has applied for or received financing (hereinafter called
“funds”) from the Development Partner (hereinafter called “the DP”) indicated
in the BDS toward the cost of the project named in the BDS. The GoN intends
to apply a portion of the funds to eligible payments under the contract(s) for
which this Bidding Document is issued.

2.2 DP Funded: Payment by the DP will be made only at the request of the GoN and
upon approval by the DP in accordance with the terms and conditions of the
financing agreement between the GoN and the DP (hereinafter called the “Loan
Agreement”), and will be subject in all respects to the terms and conditions of
that Loan Agreement. No party other than the GoN shall derive any rights from
the Loan Agreement or have any claim to the funds.

3. Fraud and 3.1 The Government of Nepal (GoN) requires that the procuring entities as well as
Corruption bidders, suppliers, and contractors and their sub-contractors under GoN/DP-
financed contracts, shall adhere to the highest standard of ethics during the

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-4

procurement and execution of such contracts. In this context , the Employer;

(a) defines, for the purposes of this provision, the terms set forth below as
follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting,


directly or indirectly, anything of value to influence improperly the
actions of another party;

(ii) “fraudulent practice” means any act or omission, including a


misrepresentation, that knowingly or recklessly misleads, or attempts
to mislead, a party to obtain a financial or other benefit or to avoid an
obligation;

(iii) “coercive practice” means impairing or harming, or threatening to impair


or harm, directly or indirectly, any party or the property of the party to
influence improperly the actions of a party;

(iv) “collusive practice” means an arrangement between two or more


parties designed to achieve an improper purpose, including influencing
improperly the actions of another party.

(v) “obstructive practice” means:

(aa) deliberately destroying, falsifying, altering or concealing of


evidence material to the investigation or making false statements
to investigators in order to materially impede a GoN/DP
investigation into allegations of a corrupt, fraudulent, coercive or
collusive practice; and/or threatening, harassing or intimidating
any party to prevent it from disclosing its knowledge of matters
relevant to the investigation or from pursuing the investigation; or

(bb) acts intended to materially impede the exercise of the


GoN’s/DP’s inspection and audit rights provided for under sub-
clause 3.5 below.

(b) will reject bid(s) if it determines that the bidder has, directly or
through an agent, engaged in corrupt, fraudulent, collusive, coercive,
or obstructive practices in competing for the contract in question;

(c) will sanction a firm or individual, including declaring ineligible, for a


stated period of time, to be awarded a GoN/DP-financed contract if it
at any time determines that the firm has, directly or through an agent,
engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practices in competing for, or in executing, a GoN/DP-financed
contract.

3.2 The Bidder shall not carry out or cause to carry out the following acts with an
intention to influence the implementation of the procurement process or the
procurement agreement :

(a) give or propose improper inducement directly or indirectly,


(b) distortion or misrepresentation of facts,
(c) engaging in corrupt or fraudulent practice or involving in such act,
(d) interference in participation of other competing bidders,
(e) coercion or threatening directly or indirectly to cause harm to the person

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-5

or the property of any person to be involved in the procurement


proceedings,
(f) collusive practice among bidders before or after submission of bids for
distribution of works among bidders or fixing artificial/uncompetitive bid
price with an intention to deprive the Employer the benefit of open
competitive bid price,
(g) contacting the Employer with an intention to influence the Employer with
regards to the bids or interference of any kind in examination and
evaluation of the bids during the period from the time of opening of the
bids until the notification of award of contract.

3.3 PPMO on the recommendation of the Employer may blacklist a Bidder for a
period of one (1) to three (3) years for its conduct including the following
grounds and seriousness of the act committed by the bidder:

(a) if convicted by a court of law in a criminal offence which disqualifies the


Bidder from participating in the contract,
(b) if it is established that the contract agreement signed by the Bidder was
based on false or misrepresentation of Bidder’s qualification information,
(c) if it at any time determines that the firm has, directly or through an agent,
engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices
in competing for, or in executing, a GoN/DP-financed contract.
(d) if the Successful Bidder fails to sign the Contract..

3.4 A bidder declared blacklisted and ineligible by the GoN, Public procurement
Monitoring Office (PPMO) and/or the DP in case of DP funded project, shall be
ineligible to bid for a contract during the period of time determined by the GoN,
PPMO and/or the DP.

3.5 The Contractor shall permit the GoN/DP to inspect the Contractor’s accounts
and records relating to the performance of the Contractor and to have them
audited by auditors appointed by the GoN/DP, if so required by the GoN/DP.

3.6 DP Funded: In pursuance of the fraud and corruption policy, the DP.

(a) will reject a Bid if it determines that the bidder recommended for award
has directly or through an agent, engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices in competing for the contract
in question;

(b) will cancel the portion of the loan/ credit/ grant allocated to a contract if
it determines at any time that representative(s) of the GoN or of a
beneficiary of the fund engaged in corrupt, fraudulent, collusive, or
coercive practices during the procurement or the execution of that
contract, without the GoN having taken timely and appropriate action
satisfactory to the DP to address such practices when they occur.
3.7 A bidder declared blacklisted and ineligible by the GoN, Public Procurement
Monitoring Office (PPMO) and/or the DP in case of DP funded project, may be
ineligible to bid for a contract during the period of time determined by the GoN,
PPMO and/or the DP.

3.8 In case of a natural person or firm/institution/company which is already declared


blacklisted and ineligible by the GoN, any other new or existing

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-6

firm/institution/company owned partially or fully by such Natural person or


Owner or Board of director of blacklisted firm/institution/company; shall not be
eligible bidder.

4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, or government-owned entity—
subject to ITB 4.5—or any combination of them in the form of a Joint Venture
(JV) under an existing agreement, or with the intent to constitute a legally-
enforceable joint venture. In the case of a JV:

(a) all partners shall be jointly and severally liable for the execution of the
Contract in accordance with the Contract terms. Maximum number of JV
and other provision for JV shall be as per specified in the BDS. The
qualification requirement of the parties to the JV shall be as specified in
Section 3; Evaluation and qualification Criteria, and

(b) the JV shall nominate a Representative who shall have the authority to
conduct all business for and on behalf of any and all the parties of the JV
during the bidding process and, in the event the JV is awarded the
Contract, during Contract execution.

4.2 A Bidder, and all parties constituting the Bidder, shall have the nationality of
Nepal or any country or eligible countries mentioned in the BDS. A Bidder shall
be deemed to have the nationality of a country if the Bidder is a citizen or is
constituted, or incorporated, and operates in conformity with the provisions of
the laws of that country. This criterion shall also apply to the determination of
the nationality of proposed sub Contractors or suppliers for any part of the
Contract including related services.

4.3 A Bidder shall not have a conflict of interest. A Bidder found to have a conflict
of interest shall be disqualified. A Bidder may be considered to be in a conflict
of interest with one or more parties in this bidding process, if:

(a) they have controlling partners in common; or

(b) they receive or have received any direct or indirect subsidy from any of
them; or

(c) they have the same legal representative for purposes of this bid; or

(d) they have a relationship with each other, directly or through common third
parties, that puts them in a position to have access to information about or
influence on the Bid of another Bidder, or influence the decisions of the
Employer regarding this bidding process; or

(e) a Bidder participates in more than one bid in this bidding process.
Participation by a Bidder in more than one Bid will result in the
disqualification of all Bids in which the party is involved. However, this
does not limit the inclusion of the same sub Contractor in more than one bid;
or

(f) a Bidder or any of its affiliates participated as a consultant in the preparation


of the design or technical specifications of the Contract that is the subject of
the Bid; or

(g) a Bidder or any of its affiliates has been hired (or is proposed to be hired) by

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-7

the Employer as Engineer for the Contract.

4.4 A firm that is under a declaration of ineligibility by the GoN/DP in accordance


with ITB 3, at the date of the deadline for bid submission or thereafter, shall be
disqualified. The list of debarred firm is available at the electronic address
specified in the BDS.

4.5 Enterprises owned by GoN shall be eligible only if they can establish that they
are legally and financially autonomous and operate under commercial law, and
that they are not a dependent agency of the GoN.

4.6 Bidders shall provide such evidence of their continued eligibility satisfactory to
the Employer, as the Employer shall reasonably request.

4.7 In case a prequalification process has been conducted prior to the bidding
process, this bidding is open only to prequalified Bidders.

4.8 Firms shall be excluded in any of the cases, if

(a) by an act of compliance with a decision of the United Nations Security


Council taken under Chapter VII of the Charter of the United Nations, the
Employer’s country prohibits any import of goods or Contracting of works
or services from that country or any payments to persons or entities in that
country.

(b) DP Funded: as a matter of law or official regulation, Nepal prohibits


commercial relations with that country, provided that the DP is satisfied that
such exclusion does not preclude effective competition for the supply of
goods or related services required;

(c) DP Funded: a firm has been determined to be ineligible by the DP in


relation to their guidelines or appropriate provisions on preventing and
combating fraud and corruption in projects financed by them.

4.9 Domestic Bidder shall be eligible only if the bidder has obtained Permanent
Account Number (PAN) and Value Added Tax (VAT) Registration Certificate(s)
and Tax Clearance Certificate or proof of submission of income return as stated
in BDS from the Inland Revenue Office. Foreign bidder shall be eligible only if
the bidder submits the documents indicated in the BDS at the time of bid
submission and a declaration to submit the document(s) indicated in the BDS at
the time of contract agreement.

5. Eligible Materials, 5.1 The materials, equipment and services to be supplied under the Contract shall
Equipment and have their origin in any source countries as defined in ITB 4.2 above and all
Services expenditures under the Contract will be limited to such materials, equipment,
and services. At the Employer’s request, Bidders may be required to provide
evidence of the origin of materials, equipment and services.

For purposes of ITB 5.1 above, “origin” means the place where the materials and
equipment are mined, grown, produced or manufactured, and from which the
services are provided. Materials and equipment are produced when, through
manufacturing, processing, or substantial or major assembling of components, a
commercially recognized product results that differs substantially in its basic
characteristics or in purpose or utility from its components.

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-8

B. Contents of Bidding Document

6. Sections of Bidding 6.1 The Bidding Document consist of Parts I, II, and III, which include all the
Document Sections indicated below, and should be read in conjunction with any Addenda
issued in accordance with ITB 8.

PART I Bidding Procedures

Section 1 - Instructions to Bidders (ITB)

Section 2 - Bid Data Sheet (BDS)

Section 3 - Evaluation and Qualification Criteria (EQC)

Section 4 - Bidding Forms (BDF)

PART II Requirements

Section 5 – Works Requirements (WRQ)

Section 6 – Bill of Quantities (BOQ)

PART III Conditions of Contract and Contract Forms

Section 7 - General Conditions of Contract (GCC)

Section 8 - Special Conditions of Contract (SCC)

Section 9 - Contract Forms (COF)

6.2 The Invitation for Bids issued by the Employer is not part of the Bidding
Document.

6.3 The Employer is not responsible for the completeness of the Bidding Document
and their Addenda, if they were not obtained directly from the source stated by
the Employer in the Invitation for Bids.

6.4 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Document. Failure to furnish all information or
documentation required by the Bidding Document may result in the rejection of
the bid.

7. Clarification of 7.1 A prospective Bidder requiring any clarification of the Bidding Document shall
Bidding Document, contact the Employer in writing at the Employer’s address indicated in the BDS
Site Visit, Pre-Bid or raise any question or curiosity during the pre-bid meeting if provided for in
Meeting accordance with ITB 7.4. The Employer shall be required to make available as
soon as possible the answer to such question or curiosity in writing to any
request for clarification, provided that such request is received as mentioned in
BDS. The Employer shall forward copies of its response to all Bidders who have
acquired the Bidding Document in accordance with ITB 6.3, including a
description of the inquiry but without identifying its source. Should the
Employer deem it necessary to amend the Bidding Document as a result of a
request for clarification, it shall do so following the procedure under ITB 8 and
ITB 22.2.

7.2 The Bidder is encouraged to visit and examine the Site of Works and its
surroundings and obtain for itself, on its own risk and responsibility, all

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-9

information that may be necessary for preparing the bid and entering into a
Contract for construction of the Works. The costs of visiting the Site shall be at
the Bidder’s own expense.

7.3 The Bidder and any of its personnel or agents will be granted permission by the
Employer to enter upon its premises and lands for the purpose of such visit, but
only upon the express condition that the Bidder, its personnel, and agents will
release and indemnify the Employer and its personnel and agents from and
against all liability in respect thereof, and will be responsible for death or
personal injury, loss of or damage to property, and any other loss, damage, costs,
and expenses incurred as a result of the inspection.

7.4 The Bidder’s designated representative is invited to attend a pre-bid meeting, if


provided for in the BDS. The purpose of the meeting will be to clarify issues and
to answer questions on any matter that may be raised at that stage.

7.5 The Bidder is requested, as far as possible, to submit any questions in writing, to
reach the Employer as mentioned in BDS.

7.6 Minutes of the pre-bid meeting, including the text of the questions raised,
without identifying the source, and the responses given, together with any
responses prepared after the meeting, will be transmitted promptly to all Bidders
who have acquired the Bidding Document in accordance with ITB 6.3. Any
modification to the Bidding Document that may become necessary as a result of
the pre-bid meeting shall be made by the Employer exclusively through the issue
of an addendum pursuant to ITB 8 and not through the minutes of the pre-bid
meeting.

7.7 Non attendance at the pre-bid meeting will not be a cause for disqualification of
a Bidder.

8. Amendment of 8.1 At any time prior to the deadline for submission of bids, the Employer may
Bidding Document amend the Bidding Document by issuing addenda.

8.2 Any addendum issued shall be part of the Bidding Document and shall be
communicated in writing to all who have obtained the Bidding Document from
the Employer in accordance with ITB 6.3.

8.3 To give prospective Bidders reasonable time in which to take an addendum into
account in preparing their bids, the Employer may, at its discretion, extend the
deadline for the submission of bids, pursuant to ITB 22.2.

C. Preparation of Bids

9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and submission of
its Bid, and the Employer shall in no case be responsible or liable for those
costs, regardless of the conduct or outcome of the bidding process.

10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the bid
exchanged by the Bidder and the Employer, shall be written in the language
specified in the BDS. Supporting documents and printed literature that are part
of the Bid may be in another language provided they are accompanied by an
accurate translation of the relevant passages in the language specified in the
BDS, in which case, for purposes of interpretation of the Bid, such translation

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-10

shall govern.

11. Documents 11.1 The Bid shall comprise two envelopes submitted simultaneously, one called the
Comprising the Technical Bid containing the documents listed in ITB 11.2 and the other the
Bid Price Bid containing the documents listed in ITB 11.3, both envelopes
enclosed together in an outer single envelope.

11.2 The Technical Bid shall comprise the following:

(a) Letter of Technical Bid;

(b) Completed Schedules, in accordance with ITB 12;

(c) Bid Security, in accordance with ITB 19;

(d) Alternative Technical Bids, at Bidder’s option and if permissible, in


accordance with ITB 13;

(e) Written confirmation authorizing the signatory of the Bid to commit the
Bidder, in accordance with ITB 20.2;

(f) Documentary evidence in accordance with ITB 17 establishing the Bidder’s


qualifications to perform the Contract;

(g) Technical Proposal in accordance with ITB 16;

(h) In the case of a bid submitted by a JV, the JV agreement, or letter of intent
to enter into a JV including a draft agreement, indicating at least the parts of
the Works to be executed by the respective partners; and

(i) any other required documents, which is not against the provision of
Procurement Act/Regulation/Directives and Standard Bidding Document
issued by PPMO as specified in the BDS.

11.3 The Price Bid shall comprise the following:

(a) Letter of Price Bid;


(b) completed Bill of Quantities, Price Schedules, in accordance with ITB 12
and ITB 14, or as stipulated in the BDS;

(c) alternative price Bids, at Bidder’s option and if permissible, in accordance


with ITB 13;
(d) Any other document required in the BDS.

11.4 The Bidder is solely responsible for the authenticity of the documents submitted
by the Bidder.

12. Letter of Bid and 12.1 The Letter of Technical Bid and Priced Bid, Schedules, and all documents listed
Schedules under Clause 11, shall be prepared using the relevant forms in Section 4
(Bidding Forms), if so provided. The forms must be completed without any
alterations to the text, and no substitutes shall be accepted. All blank spaces shall
be filled in with the information requested.

13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative bids shall not be considered.

13.2 When alternative times for completion are explicitly invited, a statement to that

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-11

effect will be included in the BDS, as will the method of evaluating different
times for completion.

13.3 When specified in the BDS pursuant to ITB 13.1, and subject to ITB 13.4 below,
Bidders wishing to offer technical alternatives to the requirements of the
Bidding Document must first price the Employer’s design as described in the
Bidding Document and shall further provide all information necessary for a
complete evaluation of the alternative by the Employer, including drawings,
design calculations, technical specifications, breakdown of prices, and proposed
construction methodology and other relevant details.

13.4 When specified in the BDS, Bidders are permitted to submit alternative
technical solutions for specified parts of the Works. Such parts will be identified
in the BDS and described in Section 5 (Employer’s Requirements). The method
for their evaluation will be stipulated in Section 3 (Evaluation and Qualification
Criteria).

14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter of Price Bid and in
Discounts the Schedules shall conform to the requirements specified below.

14.2 The Bidder shall submit a Price bid for the whole of the works described in ITB
1.1 by filling in prices for all items of the Works, as identified in Section 4
(Bidding Forms). In case of Unit Rate Contracts, the Bidder shall fill in rates and
prices for all items of the Works described in the Bill of Quantities. Items
against which no rate or price is entered by the Bidder will not be paid for by the
Employer when executed and shall be deemed covered by the rates for other
items and prices in the Bill of Quantities.

14.3 The price to be quoted in the Letter of Price Bid shall be the total price of the
Bid, excluding any discounts offered.

14.4 Unconditional discounts, if any, and the methodology for their application shall be
quoted in the Letter of Price Bid, in accordance with ITB 12.1.

14.5 If so indicated in ITB 1.1, bids are invited for individual Contracts or for any
combination of Contracts (packages). Bidders wishing to offer any price
reduction for the award of more than one Contract shall specify in their bid the
price reductions applicable to each package, or alternatively, to individual
Contracts within the package. Price reductions or discounts shall be submitted in
accordance with ITB 14.3, provided the bids for all Contracts are submitted and
opened at the same time.

14.6 Unless otherwise provided in the BDS and the Conditions of Contract, the prices
quoted by the Bidder shall be fixed. If the prices quoted by the Bidder are
subject to adjustment during the performance of the Contract in accordance with
the provisions of the Conditions of Contract, the Bidder shall furnish the indices
and weightings for the price adjustment formulae in the Table of Adjustment
Data in Section 4 (Bidding Forms) and the Employer may require the Bidder to
justify its proposed indices and weightings.

14.7 The bidder is subject to local taxes such as VAT, social charges or income taxes
on nonresident international personnel, and also duties, fees, levies on amounts
payable by the employer under the Contract. All duties, taxes, and other levies
payable by the Contractor under
the Contract, or for any other cause, as of the date 30 days prior to the deadline
for submission of bids, shall be included in the rates and prices and the total bid

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-12

price submitted by the Bidder.

15. Currencies of Bid 15.1 The unit rates and the prices shall be quoted by the bidder entirely in Nepalese
and Payment currency if not otherwise specified in the BDS.

15.2 Bidders shall indicate the portion of the bid price that corresponds to expenditures
incurred in Nepalese currency in the Schedule of Payment Currencies included in
Section 4 (Bidding Forms).

15.3 Bidders expecting to incur expenditures in other currencies for inputs to the Works
supplied from outside the Employer’s country and wishing to be paid accordingly
may indicate up to three convertible foreign currencies included in daily
publication of Nepal Rastra Bank foreign currency exchange rate in the Schedule
of Payment Currencies included in Section 4 (Bidding Forms).

15.4 The rates of exchange to be used by the bidder for currency conversion during
bid preparation shall be the selling rates for similar transactions prevailing on
the date 30 days prior to the deadline for submission of bids published by Nepal
Rastra Bank. Bidders should note that for the purpose of payments, the
exchange rates confirmed by Nepal Rastra Bank as the selling rates prevailing
30 days prior to the deadline for submission of bids shall apply for the duration
of the Contract so that no currency exchange risk is borne by the bidder.

15.5 Foreign currency requirements indicated by the bidders in the Schedule of


Payment Currencies shall include but not limited to the specific requirements for

(a) expatriate staff and labor employed directly on the Works;


(b) social, insurance, medical and other charges relating to such expatriate staff
and labor, and foreign travel expenses;
(c) imported materials, both temporary and permanent, including fuels, oil and
lubricants required for the Works;
(d) depreciation and usage of imported Plant and Contractor's Equipment,
including spare parts, required for the Works;
(e) foreign insurance and freight charges for imported materials, Plant and
Contractor's Equipment, including spare parts; and
(f) overhead expenses, fees, profit, and financial charges arising outside the
Employer's country in connection with the Works.

15.6 Bidders may be required by the Employer to clarify their foreign currency
requirements, and to substantiate that the amounts included in the unit rates and
prices and shown in the Schedule of Payment Currencies are reasonable and
responsive to ITB 15.3 above, in which case a detailed breakdown of its foreign
currency requirements shall be provided by the Bidder.

15.7 Bidders should note that during the progress of the Works, the foreign currency
requirements of the outstanding balance of the Contract Price may be adjusted by
agreement between the Employer and the Contractor in order to reflect any
changes in foreign currency requirements for the Contract, in accordance with
Sub-Clause 14.15 of the Conditions of Contract. Any such adjustment shall be
effected by comparing the percentages quoted in the bid with the amounts already
used in the Works and the Contractor's future needs for imported items.

16. Documents 16.1 The Bidder shall furnish a Technical Proposal including a statement of work

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-13

Comprising the methods, equipment, personnel, schedule and any other information as stipulated
Technical Proposal in Section 4 (Bidding Forms), in sufficient detail to demonstrate the adequacy of
the Bidders’ proposal to meet the work requirements and the completion time.

17. Documents 17.1 To establish its qualifications to perform the Contract in accordance with
Establishing the Section 3 (Evaluation and Qualification Criteria) the Bidder shall provide the
Qualifications of information requested in the corresponding information sheets included in
the Bidder Section 4 (Bidding Forms).

17.2 Domestic Bidders, individually or in joint ventures, applying for eligibility for
domestic preference shall supply all information required to satisfy the criteria
for eligibility as described in ITB 34 if margin of preference for domestic
bidders is applicable in accordance with ITB 34.

18. Period of Validity 18.1 Bids shall remain valid for the period specified in the BDS after the bid
of Bids submission deadline date prescribed by the Employer. A bid valid for a shorter
period shall be rejected by the Employer as non responsive.

18.2 In exceptional circumstances, prior to the expiration of the bid validity period, the
Employer may request Bidders to extend the period of validity of their Bids. The
request and the responses shall be made in writing. If a bid security is requested in
accordance with ITB 19, it shall also be extended 30 days beyond the deadline of the
extended validity period. A Bidder may refuse the request without forfeiting its bid
security. A Bidder granting the request shall not be required or permitted to modify
its Bid and to include any additional conditions against the provisions specified in
Bid Documents.

19. Bid Security 19.1 The Bidder shall furnish as part of its bid, in original form, a bid security as
specified in the BDS. In case of e-submission of bid, the Bidder shall upload
scanned copy of Bid security letter at the time of electronic submission of the bid.
The Bidder accepts that the scanned copy of the Bid security shall, for all purposes,
be equal to the original. The details of original Bid Security and the scanned copy
submitted with e-bid should be the same otherwise the bid shall be non-responsive.

19.2 The bid security shall be, at the Bidder’s option, in any of the following forms:

(a) an unconditional bank guarantee from Commercial Bank or Financial Institution


eligible to issue Bank Guarantee as per prevailing Law or;
(b) a cash deposit voucher in the Employer's Account as specified in BDS.

In the case of a bank guarantee, the bid security shall be submitted


either using the Bid Security Form included in Section IV (Bidding
Forms) or in another Form acceptable to the employer. The form must include the
complete name of the Bidder. The bid security shall be valid for minimum thirty (30)
days beyond the original validity period of the bid, or beyond any period of
extension if requested under ITB 18.2.

19.3 The bid security issued by any foreign Bank outside Nepal must be counter
guaranteed by a Commercial Bank or Financial Institution eligible to issue Bank
Guarantee as per prevailing Law in Nepal.

19.4 Any bid not accompanied by an enforceable and substantially compliant bid
security, if required in accordance with ITB 19.1, shall be rejected by the
Employer as nonresponsive. In case of e- Submission, if the scanned copy of an

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-14

acceptable Bid Security letter is not uploaded with the electronic Bid then Bid shall
be rejected.

19.5 The bid security of unsuccessful Bidders shall be returned within three days,
once the successful bidder has furnished the required performance security and
signed the Contract Agreement pursuant to ITB 41.1 and ITB 42.1.

19.6 The bid security shall be forfeited if:

(a) a Bidder requests for withdrawal or modification of its bid, except as


provided in ITB 18.2:
(i) during the period of bid validity specified by the Bidder on the Letter of
Technical Bid and Price Bid, in case of electronic submission;
(ii) from the period twenty-four hours prior to bid submission deadline up to the
period of bid validity specified by the Bidder on the Letter of Technical Bid
and Price Bid, in case of hard copy submission.
(b) a Bidder changes the prices or substance of the bid while providing information
pursuant to clause 27.1;
(c) a Bidder involves in fraud and corruption pursuant to clause 3.1;
(d) the successful Bidder fails to:
(i) furnish a performance security in accordance with ITB 41.1;
(ii) sign the Contract in accordance with ITB 42.1; or

(iii) accept the correction of arithmetical errors pursuant to clause 32 ;

19.7 The Bid Security of a JV shall be in the name of the JV that submits the bid. If
the JV has not been legally constituted at the time of bidding, the Bid Security
shall be in the names of all future partners as named in the letter of intent
mentioned in ITB 4.1.

20. Format and 20.1 The Bidder shall prepare one original of the documents comprising the bid as
Signing of Bid described in ITB 11 and clearly mark it “ORIGINAL”. Alternative bids, if
permitted in accordance with ITB 13, shall be clearly marked
“ALTERNATIVE”. In addition, the Bidder shall submit copies of the bid in the
number specified in the BDS, and clearly mark each of them “COPY.” In the
event of any discrepancy between the original and the copies, the original shall
prevail.

In case of e-submission of bid, the Bidder shall submit his bid electronically
in PDF or web forms files as specified in ITB Clause 21.1(b), If a Bidder
submits both the electronic bid and a bid in hard copy within the bid submission
deadline, then the submitted Bids shall be accepted for evaluation provided that the
facts and figures in hard copy confirm to those in electronic bid. If there is any major
discrepancy in fact and figures in the electronic bid and bid in hard copy, it shall be
treated as two separate bids from one Bidder and both the Bids shall be
disqualified, as per ITB Clause 4.3 (e).

20.2 The original and all copies of the bid shall be typed or written in indelible ink
and shall be signed by a person duly authorized to sign on behalf of the Bidder.
This authorization shall consist of a written confirmation as specified in the BDS
and shall be attached to the bid. The name and position held by each person
signing the authorization must be typed or printed below the signature. All pages

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-15

of the bid, except for unamended printed literature, shall be signed or initialed
by the person signing the bid.

20.3 Any amendments such as interlineations, erasures, or overwriting shall be valid


only if they are signed or initialed by the person signing the bid.

D. Submission and Opening of Bids

21. Sealing and 21.1 Bidders may always submit their bids by mail or by hand or by courier. When so
Marking of Bids specified in the BDS, bidders shall have the option of submitting their bids
electronically. Procedures for submission, sealing and marking are as follows:

(a) Bidders submitting bids by mail, by hand or by courier

i. Bidders shall enclose the original of the Technical Bid, and the original of the
Price Bid and each copy of the Technical Bid and Price Bid, including
alternative bids, if permitted in accordance with ITB 13, in separate sealed
envelopes, duly marking the envelopes as: “ORIGINAL TECHNICAL
BID”,“ORIGINAL PRICE BID”, “ALTERNATIVE BID” and “COPY OF
TECHNICAL BID” and “COPY OF PRICE BID”. These envelopes containing
the original and the copies shall then be enclosed in one single envelope.
ii. The inner and outer envelopes shall:
(aa) bear the name and address of the Bidder;
(bb) be addressed to the Employer as provided in BDS 22.1;
(cc) bear the specific identification of this bidding process indicated in
BDS 1.1;
(dd) The outer envelope and the inner envelope containing Technical Bid
shall bear a warning not to open before the time and date for the opening
of Technical Bid in accordance with ITB 25.1.
iii. The inner envelope containing the Price Bid shall bear a warning not to open
until advised by the Employer in accordance with ITB 25.7
iv. If all envelopes are not sealed and marked as required, the Employer
will assume no responsibility for the misplacement or premature opening
of the bid.
(b) Electronic Bid Submission Procedures : Bidders submitting Bids electronically
shall follow the electronic bid submission procedure specified in this clause as
follows:
i. For e-submission, the bidder is required to register in the e-GP portal
https://www.bolpatra.gov.np for downloading and submitting the bid
electronically.
ii. Interested bidders may either purchase the bidding documents from the
employer's office as specified in the invitation for bid (IFB) or bidders
registered in the e-GP portal of PPMO may download the bidding document
from http://www.bolpatra.gov.np after login. If bidders choose to download
the bidding document and submit the bid electronically, then the cost of the
bidding document shall be deposited as specified in IFB. In addition,
electronic scanned copy (.pdf format) of the bank deposit voucher/cash
receipt should also be submitted along with the electronic bid files.

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-16

iii. The bidder shall then prepare/fill the documents and forms included in the
issued bid documents or the downloaded bid documents from the e-GP
portal of PPMO - http://www.bolpatra.gov.np as applicable. The required
documents and forms shall be prepared in PDF form and/or shall be filled
in the web forms in the e-GP system as specified below:
Technical Bid:

S. Document Requirement Remarks


N.
1 Letter of Technical Bid Mandatory PDF/Web
Forms
2 Bid Security (Bank
Mandatory PDF
Guarantee)
3 Company/Firm
Mandatory PDF
Registration Certificate
4 VAT registration
Mandatory PDF
Certificate
5 Tax Clearance
Mandatory PDF
Certificate/Tax return
submission
evidence/evidence of time
extension
6 Power of Attorney of Bid
Mandatory PDF
signatory
7 Business Registration
Mandatory, if PDF
(Licence) Certificate
Applicable
8 Bank Voucher for cost of
Mandatory PDF
bid document
9 Joint venture agreement
Mandatory Mandatory in case of
JV Bids Only
10 Qualification Information
Mandatory Web Forms (Experience,
Turnover, etc.)
11 Additional Document , if
Mandatory PDF
any

Price Bid;

S. Document Requirement Remarks


N.
1 Letter of Price Bid Mandatory PDF/Web Forms
2 Applicable Price
If No Price adjustment will
Adjustment Table
applicable be treated if the indices in
the Price Adjustment

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-17

Table are not provided.

3 Completed BOQ or Price


Mandatory Web Forms
Schedule

Note:
a) Bidders (all partners in case of JV) should verify/update their profile
documents as appropriate for the specific bid before submitting their bid
electronically.

iv) The Bidder shall then upload the PDF bid files and submit the complete bid online
through e-GP portal of PPMO- http://www.bolpatra.gov.np within the specified
date and time.
v) Bidders are advised to download the bid submission report to ensure that all the
documents/ files are up to date and complete.
vi) The Bidder / Bid shall meet the following requirements and conditions for e-
submission of bids;

aa) The e-submitted bids must be readable through open standards interfaces.
Unreadable and or partially submitted bid files shall be considered incomplete
and rejected for further bid evaluation.
bb) In addition to electronically submitted PDF files/web forms, the Bidder shall
be required to submit original bid security letter/ documents and clarifications
as specified in ITB Clause 27. If a bidder does not submit the original Bid
security letter and requested documents and or clarifications within the
specified time limit then the bid shall not be considered for further evaluation.
cc) If major discrepancy is found between the electronically submitted PDF bid
files and the documents/ clarifications provided by the Bidder as per ITB
Clause 27, then the bid shall not be considered for further evaluation.
dd) The facility for submission of bid electronically through e-submission is to
promote transparency, non-discrimination, equality of access, and open
competition in the bidding process. The Bidders are fully responsible to use
the e- submission facility properly in e-GP portal of PPMO-
http://www.bolpatra.gov.np as per specified procedures and in no case the
Employer shall be held liable for Bidder's inability to use this facility.
ee) When a bidder submits electronic bid through the PPMO e-GP portal, it is
assumed that the bidder has prepared the bid by studying and examining the
complete set of the Bidding documents including specifications, drawings and
conditions of contract.
ff) Bidders who submit electronic bid should deposit the bidding document fee as
specified in IFB and upload the scan copy (in pdf format) of the deposit
voucher at the time of bid submission. The deposited amount shall be verified
by the Employer during the bid evaluation process. The submitted Bid shall be
non-responsive and shall not be evaluated if the cost for bidding document is
not deposited as specified in the IFB.

22. Deadline for 22.1 Bids must be received by the Employer at the address and no later than the date

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-18

Submission of Bids and time indicated in the BDS.

In case of e-submission, the standard time for e-submission is Nepal Standard Time
as set out in the server. The e-procurement system will accept the e-submission of
bid from the date of publishing of notice and will automatically not allow the e-
submission of bid after the deadline for submission of bid.

22.2 The Employer may, at its discretion, extend the deadline for the submission of
bids by amending the Bidding Document in accordance with ITB 8, in which
case all rights and obligations of the Employer and Bidders previously subject to
the deadline shall thereafter be subject to the deadline as extended.

23. Late Bids 23.1 The Employer shall not consider any bid that arrives after the deadline for
submission of bids, in accordance with ITB 22. Any bid received by the
Employer after the deadline for submission of bids shall be declared late,
rejected, and returned unopened to the Bidder.

24. Withdrawal, and 24.1 A Bidder may withdraw, or modify its bid after it has been submitted either in
Modification of hard copy or by e-submission. Procedures for withdrawal or modification of
Bids submitted bids are as follows:

(i) Bids submitted in hard Copy


a) Bidders may withdraw or modify its bids by sending a written notice in a
sealed envelope, duly signed by an authorized representative, and shall
include a copy of the authorization in accordance with ITB 20.2 before 24
hours prior to the deadline of submission of bids. The corresponding
modification of the bid must accompany the respective written notice. All
notices must be:
(aa) prepared and submitted in accordance with ITB 20 and ITB 21,and in
addition, the respective envelopes shall be clearly marked
“WITHDRAWAL”, “MODIFICATION;” and
(bb) received by the Employer twenty four hour prior to the deadline
prescribed for submission of bids, in accordance with ITB 22.
(cc) The bidder shall clearly specify on envelope whether
“MODIFICATION”’ is of Technical Bid or Price Bid.
ii) E-submitted bids.
a) Bidder may submit modification or withdrawal prior to the deadline
prescribed for submission of bid through e-GP system by using the forms
and instructions provided by the system. Once a Bid is withdrawn, bidder
will not be able to submit another bid response for the same bid.

24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall be returned
unopened to the Bidders after completion of the bid opening.

24.3 Bidder may submit request for withdrawal or modification only one time.

24.4 No bid may be withdrawn if the bid has already been modified.

24.5 Except in case of any modification or correction in bid document made by


procuring entity, Bidder may submit request for withdrawal or modification only
one time.

24.6 In case of hard copy bid, no bid may be withdrawn if the bid has already been
modified; except in case of any modification or correction in bid document by

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-19

procuring entity.

24.7 Request for withdrawal or modification must be made through the same medium
of submission. Request for withdrawal or modifications through different medium
shall not be considered.

24.8 The following provisions apply for withdrawal or modification of the Bids:
(i) In case of bids submitted in hard copy no bid shall be withdrawn or
modified in the interval between 24 hours prior to the deadline for
submission of bids and the expiration of the period of bid validity
specified by the Bidder on the Letter of Bid or any extension thereof.

(ii) In case of e-submitted bids no bids shall be withdrawn or modified in the


interval between deadline for submission of bids and the expiration of the period
of bid validity specified by the Bidder on the Letter of Bid or any extension
thereof.

25. Bid Opening 25.1 The Employer shall open the bids in public at the address, date and time specified
in the BDS in the presence of Bidders` designated representatives and anyone who
choose to attend. Then the Employer shall segregate the Technical Bid and Price
Bid separately. The Price Bids will remain unopened and will be held in custody
of the Employer until the specified time of their opening. If the Technical Bid
and Price Bid are submitted together in one inner envelope, the Employer may
reject the entire Bid.

25.2 The Employer shall download the e-submitted Bid files. The e-procurement
system allows the Employer to download the e-submitted bid files (report) only
after bid opening date and time after login simultaneously by at least two members
of the Bid opening committee.

25.3 After downloading the each e-bid, electronically submitted Technical Bid shall
be opened at first in the same time and date as specified above. Electronic Bids
shall be opened one by one and read out. The e-submitted technical bids must be
readable through open standards interfaces. Unreadable and or partially
submitted bid files shall be considered incomplete.

25.4 Thereafter, envelopes marked “WITHDRAWAL” shall be opened and read out
and the envelope with the corresponding Bid shall not
be opened, but returned to the Bidder. No bid withdrawal shall be permitted
unless the corresponding withdrawal notice contains
a valid authorization to request the withdrawal and is read out
at bid opening. Next, envelopes marked “MODIFICATION”
shall be opened and read out with the corresponding bid. No
Technical Bid and/or Price Bid modification shall be permitted unless the
corresponding modification notice contains a valid authorization to request
the modification and is read out and recorded at bid opening. Only the Technical
Bid, both Original as well as Modification, are to be opened, read out, and
recorded at the opening. Price Bids, both Original and Modification, will remain
unopened in accordance with ITB 25.1.

25.5 All other envelopes holding the Technical Bid shall be opened one at a time,
reading out: the name of the Bidder; whether there is a modification; the presence
of a bid security and any other details as the Employer may consider appropriate.
Only Technical Bids read out and recorded at bid opening shall be considered for
evaluation. No bid shall be rejected at opening of Technical Bids except for late

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-20

bids, in accordance with ITB 23.1.

25.6 The Employer shall prepare a record of the opening of Technical Bids that shall
include, as a minimum: the name of the Bidder and whether there
is a withdrawal, or modification; and
the presence or absence of a bid security. The Bidders’ representatives who are
present shall be requested to sign the record. The omission of a Bidder’s signature
on the record shall not invalidate the contents and effect of the record.

25.7 At the end of the evaluation of the Technical Bids, the Employer will invite
bidders who have submitted substantially responsive Technical Bids and who
have been determined as being qualified for award to attend the opening of the
Price Bids. The date, time, and location of the opening of Price Bids will be
advised in writing by the Employer. Bidders shall be given reasonable notice for
the opening of Price Bids.

25.8 The Employer will notify Bidders in writing who have been rejected on the
grounds of their Technical Bids being substantially nonresponsive to the
requirements of the Bidding Document and return their Price Bids unopened.

25.9 The Employer shall conduct the opening of Price Bids of all Bidders who
submitted substantially responsive Technical Bids, in the presence of Bidders`
representatives who choose to attend at the address, on the date, and time
specified by the Employer. The Bidder’s representatives who are present shall be
requested to sign a register evidencing their attendance.

25.10 All envelopes containing Price Bids shall be opened one at a time and the
following read out and recorded:

a) the name of the Bidder;


b) whether there is a modification;
c) the Bid Prices, including any discounts and alternative offers; and
d) any other details as the Employer may consider appropriate.

Only Price Bids, discounts, modifications, and alternative offers read out and
recorded during the opening of Price Bids shall be considered for evaluation.. No
Bid shall be rejected at the opening of Price Bids.

25.11 The Employer shall prepare a record of the opening of Price Bids that shall
include, as a minimum, the name of the Bidder, the Bid Price (per lot if
applicable), any discounts, modifications and alternative offers. The Bidders’
representatives who are present shall be requested to sign the record. The
omission of a Bidder’s signature on the record shall not invalidate the contents
and effect of the record.

E. Evaluation and Comparison of Bids

26. Confidentiality 26.1 Information relating to the examination, evaluation, comparison, and post
qualification of bids and recommendation of Contract award, shall not be
disclosed to Bidders or any other persons not officially concerned with such
process until information on Contract award is communicated to all Bidders.

26.2 Any attempt by a Bidder to influence the Employer in the evaluation of the bids or

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-21

Contract award decisions may result in the rejection of its bid.

26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time of Contract
award, if any Bidder wishes to contact the Employer on any matter related to the
bidding process, it may do so in writing.

27. Clarification of 27.1 To assist in the examination, evaluation, and comparison of the Technical and
Bids Price Bids, and qualification of the Bidders, the Employer may, at its
discretion, ask any Bidder for a clarification of its Bid. Any clarification
submitted by a Bidder that is not in response to a request by the Employer shall not
be considered. The Employer’s request for clarification and the response shall be in
writing. No change in the substance of the Technical Bid or prices in the Price Bid
shall be sought, offered, or permitted, except to confirm the correction of arithmetic
errors discovered by the Employer in the evaluation of the Price Bids. In case of e-
submission of bid, upon notification from the employer, the bidder shall also submit
the original of documents comprising the Technical and Price Bid as per ITB 11 for
verification of submitted documents for acceptance of the e-submitted bid.

27.2 If a Bidder does not provide clarifications of its bid by the date and time set in
the Employer’s request for clarification, its bid may be rejected.

28. Deviations, 28.1 During the evaluation of bids, the following definitions apply:
Reservations, and
Omissions a) “Deviation” is a departure from the requirements specified in the Bidding
Document;

b) “Reservation” is the setting of limiting conditions or withholding from


complete acceptance of the requirements specified in the Bidding Document;
and

c) “Omission” is the failure to submit part or all of the information or


documentation required in the Bidding Document.

29. Determination of 29.1 The Employer’s determination of a bid’s responsiveness is to be based on the
Responsiveness contents of the bid itself, as defined in ITB11.

29.2 A substantially responsive Technical Bid is one that meets the requirements of the
Bidding Document without material deviation, reservation, or omission. A material
deviation, reservation, or omission is one that,

(a) if accepted, would:


(i) affect in any substantial way the scope, quality, or performance of the
Works specified in the Contract; or
(ii) limit in any substantial way, inconsistent with the Bidding
Document, the Employer’s rights or the Bidder’s obligations under
the proposed Contract; or
(b) if rectified, would unfairly affect the competitive position of other Bidders
presenting substantially responsive bids.

29.3 The Employer shall examine the technical aspects of the Bid submitted in
accordance with ITB 16, Technical Proposal, in particular, to confirm that all
requirements of Section 5 (Works Requirements) have been met without any
material deviation, reservation or omission.

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-22

29.4 If a bid is not substantially responsive to the requirements of the Bidding


Document, it shall be rejected by the Employer and may not subsequently be made
responsive by correction of the material deviation, reservation, or omission.

29.5 In case of e-submission bids, the Employer evaluates the bid on the basis of the
information in the electronically submitted bid files. If the Bidder cannot
substantiate or provide evidence to establish the information provided in e-
submitted bid through documents/ clarifications as per ITB Clause 27, the bid
shall not be considered for further evaluation.

29.6 In Case, a corruption case is being filed to Court against the Natural Person or Board
of Director of the firm/institution /company or any partner of JV, such Natural
Person or Board of Director of the firm/institution /company or any partner of JV
such bidder’s bid shall be excluded from the evaluation, if public entity receives
instruction from Government of Nepal.

29.7 Except in case of e-submission, the Financial Bid of the bidder, which is evaluated as
substantially non-responsive in technical bid, shall be returned to the respective
bidders.

30. Nonconformities, 30.1 Provided that a bid is substantially responsive, the Employer may waive any
Errors, and nonconformities in the bid that do not constitute a material deviation, reservation or
Omissions omission.

30.2 Provided that a Technical Bid is substantially responsive, the Employer may
request that the Bidder submit the necessary information or documentation,
within a reasonable period of time, to rectify nonmaterial nonconformities in the
Technical Bid related to documentation requirements. Requesting information or
documentation on such nonconformities shall not be related to any aspect of the
Price Bid. Failure of the Bidder to comply with the request may result in the
rejection of its bid.

30.3 Provided that a Technical bid is substantially responsive, the Employer shall
rectify quantifiable nonmaterial nonconformities related to the Bid Price. To this
effect, the Bid Price may be adjusted, for comparison purposes only, to reflect
the price of a missing or non-conforming item or component. The adjustment
shall be made using the methods indicated in Section 3 (Evaluation and
Qualification Criteria).

30.4 If minor discrepancies are found such as in technical specification, description,


feature which do not make the bid to be rejected, then the cost, which is
calculated to the extent possible due to such differences shall be included while
evaluating the bid.

30.5 If the value of such non-conformities is found to be more than fifteen percent of the
quoted amount of the bidder on account of minor discrepancies pursuant to ITB
30.4, such bid shall be considered ineffective in substance and shall not be involved
in evaluation.
31. Qualification of
31.1 The Employer shall determine to its satisfaction during the evaluation of
the Bidder
Technical Bids whether Bidders meet the qualifying criteria specified in Section 3
(Evaluation and Qualification Criteria).

31.2 The determination shall be based upon an examination of the documentary


evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB 17.

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-23

31.3 An affirmative determination of qualification shall be a prerequisite for the


opening and evaluation of a Bidder’s Price Bid. A negative determination shall result
into the disqualification of the Bid, in which event the Employer shall return the
unopened Price Bid to the Bidder.

32. Correction of 32.1 During the evaluation of Price Bids, the Employer shall correct arithmetical
Arithmetical errors on the following basis:
Errors
(a) only for unit price Contracts, if there is a discrepancy between the unit price
and the total price that is obtained by multiplying the unit price and quantity,
the unit price shall prevail and the total price shall be corrected, unless in the
opinion of the Employer there is an obvious misplacement of the decimal
point in the unit price, in which case the total price as quoted shall govern
and the unit price shall be corrected;

(b) if there is an error in a total corresponding to the addition or subtraction of


subtotals, the subtotals shall prevail and the total shall be corrected; and

(c) if there is a discrepancy between words and figures, the amount in words
shall prevail, unless the amount expressed in words is related to an
arithmetic error, in which case the amount in figures shall prevail subject to
(a) and (b) above.

32.2 If the Bidder that submitted the lowest evaluated bid does not accept the
correction of errors, its bid shall be disqualified and its bid security may be
forfeited.

33. Conversion to 33.1 For evaluation and comparison purposes, the currency (ies) of the bid shall be
Single Currency converted into a single currency as specified in the BDS.

34. Domestic 34.1 Unless otherwise specified in the BDS, a domestic preference shall be a factor
Preference in bid evaluation.

35. Subcontractors 35.1 The Employer may permit subcontracting for certain specialized works as
indicated in Section 3. When subcontracting is permitted by the Employer, the
specialized sub-contractor’s experience shall be considered for evaluation.
Section 3 describes the qualification criteria for sub-contractors.

Bidders may propose subcontracting up to the percentage of total value of


contracts or the volume of works as specified in the BDS.
36. Evaluation of
36.1 The Employer shall evaluate Price Bid of each bid for which the Technical Bid has
Price Bids
been determined to be substantially responsive. The Employer shall use the criteria
and methodologies listed in this Clause. No other evaluation criteria or
methodologies shall be permitted.

36.2 To evaluate a Price bid, the Employer shall consider the following:
(a) the bid price, excluding Value Added Tax , Provisional Sums, and the provision,
if any, for contingencies in the Summary Bill of Quantities, for Unit Rate
Contracts, or Schedule of Prices for lump sum Contracts, but including Day
work items, where priced competitively;
(b) price adjustment for correction of arithmetic errors in accordance with ITB
32;
(c) price adjustment due to discounts offered in accordance with ITB 14.4;

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-24

(d) converting the amount resulting from applying (a) to (c) above, if relevant,
to a single currency in accordance with ITB 33;

(e) adjustment for nonconformities in accordance with ITB 30.3;


(f) application of all the evaluation factors indicated in Section 3 (Evaluation
and Qualification Criteria);

36.3 The estimated effect of the price adjustment provisions of the Conditions of
Contract, applied over the period of execution of the Contract, shall not be taken
into account in bid evaluation.

36.4 If this Bidding Document allows Bidders to quote separate prices for different
Contracts, and to award multiple Contracts to a single Bidder, the methodology
to determine the lowest evaluated price of the Contract combinations, including
any discounts offered in the Letter of Bid, is specified in Section 3 (Evaluation
and Qualification Criteria).

36.5 If the bid for an Unit Rate Contract, which results in the lowest Evaluated Bid
Price is seriously unbalanced or front loaded or extremely low in the opinion of
the Employer, the Employer may require the Bidder to produce detailed price
analysis for any or all items of the Bill of Quantities, to demonstrate the internal
consistency of those prices with the construction methods and schedule
proposed. After evaluation of the price analysis, taking into consideration the
schedule of estimated Contract payments, the Employer may require that the
amount of the performance security be increased at the expense of the Bidder as
mentioned in BDS to protect the Employer against financial loss in the event of
default of the successful Bidder under the Contract or may consider the bid as
non-responsive.

36.6 In case of e-submission bids, the Employer evaluates the bid on the basis of the
information in the electronically submitted bid files. If the Bidder cannot
substantiate or provide evidence to establish the information provided in e-
submitted bid through documents/ clarifications as per ITB Clause 27, the bid
shall not be considered for further evaluation.

36.7 In Case, a corruption case is being filed to Court against the Natural Person or
Board of Director of the firm/institution /company or any partner of JV, such
Natural Person or Board of Director of the firm/institution /company or any
partner of JV such bidder’s bid shall be excluded from the evaluation, if public
entity receives instruction from Government of Nepal.

37. Comparison of 37.1 The Employer shall compare all substantially responsive bids in accordance with
Bids ITB 36.2 to determine the lowest evaluated bid.

38. Employer’s Right 38.1 The Employer reserves the right to accept or reject any bid, and to annul the
to Accept Any Bid, bidding process and reject all bids at any time prior to Contract award, without
and to Reject Any thereby incurring any liability to Bidders. In case of annulment, all bids
or All Bids submitted and specifically, bid securities, shall be promptly returned to the
Bidders.

F. Award of Contract

39. Award Criteria 39.1 The Employer shall award the Contract to the Bidder whose offer has been
determined to be the lowest evaluated bid and is substantially responsive to the

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-25

Bidding Document, provided further that the Bidder is determined to be qualified


to perform the Contract satisfactorily.

40. Letter of Intent to 40.1 The Employer shall notify the concerned Bidder whose bid has been selected in
Award the accordance with ITB 39.1 within seven days of the selection of the bid, in writing
Contract/ that the Employer has intention to accept its bid and the information regarding the
Notification of name, address and amount of selected bidder shall be given to all other bidders
Award who submitted the bid.

40.2 If no bidder submits an application within a period of seven days of the notice
provided under ITB 40.1, the Employer shall, accept the bid selected in accordance
with ITB 39.1 and Letter of Acceptance shall be communicated to the selected
bidder prior to the expiration of period of Bid validity, to furnish the performance
security and sign the contract within fifteen days.

40.3 At the same time, the Employer shall affix a public notice on the result of the
award on its notice board and may make arrangements to post the notice into its
website, if it has; and if it does not have, into the website of the Public
Procurement Monitoring Office, identifying the bid and lot numbers and the
following information: (i) name of each Bidder who submitted a Bid; (ii) bid prices
as read out at Bid Opening; (iii) name and evaluated prices of each Bid; (iv) name of
bidders whose bids were rejected and the reasons for their rejection; and (v) name of
the winning Bidder, and the Price it offered, as well as the duration and summary
scope of the Contract awarded.

40.4 In Case, a corruption case is being filed to Court against the Natural Person or Board
of Director of the firm/institution /company or any partner of JV, such Natural
Person or Board of Director of the firm/institution /company or any partner of JV
such bidder’s bid shall be excluded from the evaluation, if public entity receives
instruction from Government of Nepal.

41. Performance 41.1 Within Fifteen (15) days of the receipt of Letter of Acceptance from the
Security Employer, the successful Bidder shall furnish the performance security in
accordance with the Conditions of Contract, as specified below from
Commercial Bank or Financial Institution eligible to issue Bank Guarantee as per
prevailing Law in Nepal using Sample Form for the Performance Security
included in Section 9 (Contract Forms), or another form acceptable to the
Employer. The performance security issued by any foreign Bank outside Nepal
must be counter guaranteed by Commercial Bank or Financial Institution eligible to
issue Bank Guarantee as per prevailing Law in Nepal.

i) If bid price of the bidder selected for acceptance is up to 15 (fifteen) percent


below the approved cost estimate, the performance security amount shall be 5
(five) percent of the bid price.

ii) For the bid price of the bidder selected for acceptance is more than 15 (fifteen)
percent below of the cost estimate, the performance security amount shall be
determined as follows:

Performance Security Amount = [ (0.85 x Cost Estimate –Bid Price) x 0.5] +


5% of Bid Price.

The Bid Price and Cost Estimate shall be inclusive of Value Added Tax.

41.2 Failure of the successful Bidder to submit the above-mentioned Performance


Security or to sign the Contract Agreement shall constitute sufficient grounds for

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-26

the annulment of the award and forfeiture of the bid security. In that event the
Employer may award the Contract to the next lowest evaluated Bidder whose
offer is substantially responsive and is determined by the Employer to be
qualified to perform the Contract satisfactorily. In such case, the award process
shall be repeated according to ITB 40.

42. Signing of 42.1 The Employer and the successful Bidder shall sign the Contract Agreement
Contract within the period as stated ITB 41.1.

42.2 Within thirty (30) days from the date of issuance of notification pursuant to ITB
40.1 unsuccessful bidders may request in writing to the Employer for a debriefing
seeking explanations on the grounds on which their bids were not selected. The
Employer shall promptly respond in writing to any unsuccessful Bidder who,
requests for debriefing.

42.3 If the bidder whose bid has been accepted fails to sign the contract as stated ITB 42.1,
the Public Procurement Monitoring Office shall blacklist the bidder on
recommendation of the Public Entity.

43. Complain and 43.1 If a Bidder is dissatisfied with the Procurement proceedings or the decision made
Review by the Employer in the intention to award the Contract, it may file an application
to the Chief of the Public Entity (Employer) within Seven (7) days of providing
the notice under ITB 40.1 by the Public Entity, for review of the proceedings
stating the factual and legal grounds.

43.2 Late application filed after the deadline pursuant to ITB 43.1 shall not be
processed.

43.3 The chief of Public Entity(Employer) shall, within five (5) days after receiving the
application, give its decision with reasons, in writing pursuant to ITB 43.1:

(a) whether to suspend the procurement proceeding and indicate the


procedure to be adopted for further proceedings; or

(b) to reject the application.

The decision of the chief of Public Entity shall be final for the Bid amount ,less
than Rupees Twenty Million (NRs. 20,000,000).

43.4 If the Bidder is not satisfied with the decision given in accordance with ITB 43.3, or
the decision is not given within five (5) days of receipt of application pursuant to ITB
43.1, it can, within seven (7) days of receipt of such decision, file an application to
the Review Committee of the GoN, stating the reason of its disagreement on the
decision and furnishing the relevant supporting documents. The application may be
sent by hand, by post, by courier, or by electronic media at the risk of the Bidder
itself.

43.5 Late application filed after the deadline pursuant to ITB 43.4 shall not be
processed

43.6 Within three (3) days of the receipt of application from the Bidder, pursuant
to ITB 43.4, the Review Committee shall notify the concerning Public Entity
to furnish its procurement proceedings, pursuant to ITB 43.3.

43.7 Within three (3) days of receipt of the notification pursuant to ITB 43.6, the
Public Entity shall furnish the copy of the related documents to the Review

Procurement of Works Standard Bidding Document – ICB


Section 1 - Instructions to Bidders 1-27

Committee.

43.8 The Review Committee, after inquiring from the Bidder and the Public Entity, if
needed, shall give its decision within one (1) month of the receipt of the
application filed by the Bidder, pursuant to ITB 43.4.

43.9 The Bidder, filing application pursuant to ITB 43.4, shall have to furnish a cash
amount or Bank guarantee from Commercial Bank or Financial Institution
eligible to issue Bank Guarantee as per prevailing Law equivalent to one
percent (1%) of its quoted amount with the validity period of at least ninety (90)
days from the date of the filing of application pursuant to ITB 43.4.

43.10 If the claim made by the Bidder pursuant to ITB 43.4 is justified, the Review
Committee shall return the security deposit pursuant to ITB 43 to the applicant,
within seven (7) days of such decision made.

Procurement of Works Standard Bidding Document – ICB


Section 2 - Bid Data Sheet
This section consists of provisions that are specific to each procurement and supplement the
information or requirements included in Section I. Instructions to Bidders.

A. General

ITB 1.1 The number of the Invitation for Bids is : ICB-DL-TLSS-076/77-01

ITB 1.1 The Employer is: Nepal Electricity Authority (NEA)

ITB 1.1 The name of the ICB is: "Procurement of Plant for Design, Supply, Installation,
Testing and Commissioning of Dhalkebar Loharpatti 132 kV Transmission Line and
Loharpatti 132/33/11 kV Substation"
The identification number of the ICB is: ICB-DL-TLSS-076/77-01

The number and identification of lots comprising this ICB is: None

ITB 2.1 The name of the Project is: Dhalkebar Loharpatti 132 kV Transmission Line Project

The Development Partner(DP) is: Not Applicable

The implementing agency is: Nepal Electricity Authority

ITB 4.1 (a) Maximum number of partner in a joint venture shall be : 3 (three)

ITB 4.2 Eligible countries: All countries are eligible unless otherwise restricted by the
Government of Nepal (GoN).

ITB 4.4 A list of debarred firms is available at http://www.ppmo.gov.np, official sites


government of Nepal and http://www.nea.org.np, official site of Nepal Electricity
Authority.

ITB 4.9 Tax Clearance Certificate or Proof of submission of income return for: Last Fiscal year
2075/76.
The foreign bidder shall declare to submit the following documents at the time of contact
agreement:

 A notarized copy of company and /or business registration certificate of the


Bidder's Country, and after 45 days of contract agreement

 PAN/VAT registration certificate of Nepal

 Temporary Construction License

But, Resident foreign bidder shall submit PAN/VAT certificate and tax clearance
certificate or proof of submission of Income Return for last fiscal year 2075/76.

Procurement of Works Standard Bidding Document – ICB


B. Bidding Document

ITB 6.1 Rearrange the sections in the following manner:

Volume I:
Invitation for Bids (IFB)

Section 1: Instructions to Bidders (ITB)

Section 2: Bid Data Sheet (BDS)

Section 3: Evaluation and Qualification Criteria

Section 4: Bidding Forms

Section 7: General Conditions of Contract (GCC)

Section 8: Special Conditions of Contract (SCC)

Section 9 Contract Forms

Volume II
Section 5: Employer's work requirements and drawings

Volume III
Section 6: Bill of Quantities (BOQ)

ITB 7.1 For clarification purposes only, the Employer’s address is:

Attention:

The Project Manager


Dhalkebar Loharpatti 132 kV Transmission Line Project

Grid Development Department


Transmission Directorate
Nepal Electricity Authority
Kharipati, Bhaktapur, Nepal
Contact number: +977 1 6616697, 9841418005

Electronic mail address: loharpatti132kv@nea.org.np

ITB 7.4 A Pre-Bid meeting will take place at

Street Address: Kharipati


Floor/Room number: 1st Floor , NEA Training Center Complex
City: Bhaktapur
Country: Nepal
Date: January 15, 2020

Time: 12:00 hrs (Nepal Standard Time)

A site visit conducted by the Employer will not be organized.

Procurement of Works Standard Bidding Document – ICB


ITB 7.5 Time for request: Requests for clarification should be received by the Employer no later than
15 days prior to the deadline for submission of bids.

C. Preparation of Bids

ITB 10.1 The language of the bid is: English

ITB 11.2 (i) The Bidder shall submit with its Technical Bid the following additional documents:

1. Notarized Company legal Registration Certificate.

2. Copy of Business Registration Certificate

3. Notarized JV agreement if bidder is not a single firm or single entity.

4. Work Completion Certificate (on the letter head of the End-User) for all relevant Projects
completed in the last 10 years with contact person’s address and Tel. no.

5. Audited Balance Sheet for the last three years

6. Manufacturers’ Authorization Letter for major items as mentioned in Section III


Evaluation and Qualification Criteria and Guaranteed loss declaration of transformer.

7. VAT Registration Certificate of the bidder

8. Test Certificate for major items as mentioned in Section III Evaluation and Qualification
Criteria

9. Original copies of original bidding documents with each page signed

10. Details in respect of Local Agent

If a foreign bidder has engaged a Nepalese agent, it will be required to give the following
details in its bid as per the format enclosed in the Bidding Documents:

i) The name and address of the local agent;

ii) What Service the agent renders; and

iii) The fixed amount of remuneration for the agent included in the offer;

The agency commission shall be indicated in the space provided for in the Price Schedule and
will be paid to the Bidder's agent in Nepal in Nepalese Rupees using the Nepal Rastra Bank
(NRB) Exchange (Buying) Rate ruling on the date of notification of award and shall not be
subject to any escalation or any further exchange variations.

ITB 11.3 (b) In accordance with ITB 12 and ITB 14, the following schedules shall be submitted with the
bid, including the priced Bill of Quantities for Unit Rate Contracts and Schedule of Prices
for lump sum contracts: None

ITB 11.3 (d) The Bidder shall submit with its bid the following additional documents: None

ITB 13.1 Alternative bids “shall not be” permitted.

Procurement of Works Standard Bidding Document – ICB


ITB 13.2 Alternative times for completion “shall not be” permitted.

ITB 13.4 Alternative technical solutions shall be permitted for the following parts of the Works:
“Not Applicable”.

ITB 14.6 The prices quoted by the Bidder “shall not be” subject to adjustment.

ITB 15.1 The unit rates and the prices shall be quoted by the bidder entirely in:

Nepalese Rupees (NRs) or USD only.

It is further instructed,

(a) Price Schedule No. 1 (Plant and Equipment including mandatory spare parts supplied
from abroad)

 The prices shall be quoted either in the currency of Nepalese Rupees (NRs.) or
foreign currency (USD) only.

(b) Price Schedule No. 2 (Plant and Equipment including mandatory spare parts supplied
from within Employer’s Country)

 The prices shall be quoted in Nepalese Rupees (NRs.) only.

(c) Price Schedule No 3 (Local transportation, Insurance, and Other Incidental Service
including port clearance etc)

 The prices shall be quoted in Nepalese Rupees (NRs.) only.

(d) Price Schedule No 4 (Installation Services and Civil Works)

 The prices shall be quoted in Nepalese Rupees (NRs.) only.

(e) Price Schedule No 5 (Proto Type Testing of Towers)

 The prices shall be quoted either in the currency of Nepalese Rupees (NRs.) or
foreign currency (USD) only.

ITB 18.1 The bid validity period shall be: One Hundred Twenty (120) days.

ITB 19.1 The Bidder shall furnish a bid security, from Commercial Bank or Financial Institution
eligible to issue Bank Guarantee as per prevailing Law with a minimum of NRs.
26,500,000 or USD 230,000, which shall be valid for 30 days beyond the validity period
of the bid

ITB 19.2 (b) Bid security shall be in the form of unconditional bank guarantee.

ITB 20.1 Bidders shall have only the option of submitting their bids - electronically (in uploadable
format). No bid shall be accepted by mail or by hand or by courier.

The electronic bid submission procedures shall be as per latest e-GP Guidelines of PPMO.

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall indicate:

(a) Power of attorney duly notarized in favor of person signing the bid; and

(b) In the case of Bids submitted by an existing or intended JV, an undertaking signed by all

Procurement of Works Standard Bidding Document – ICB


parties (i) stating that all parties shall be jointly and severally liable, and (ii) nominating a
Representative who shall have the authority to conduct all business for and on behalf of any
and all the parties of the JV during the bidding process and, in the event the JV is awarded the
Contract, during contract execution.

D. Submission and Opening of Bids

ITB 21.1 There is no provision of hard copy submission. Therefore, hard copy is not required. The bids
submitted electronically are considered as original. However, if required as per ITB 27, the
Bidder shall be required to submit original Bid Security letter/documents and other
clarifications as required.

Correct the Table as follows:


ITB 21.1(b)
1. Technical Bid:

S.N. Document Requirement Remarks

1 Letter of Technical Bid Mandatory PDF


2 Bid Security (Bank Guarantee) Mandatory PDF

3 Company/Firm Registration Mandatory PDF


Certificate
4 VAT registration Mandatory PDF
5 Business Registration (Licence) Mandatory PDF
Certificate
6 Tax clearances certificate or Mandatory PDF
evidence of tax return
submission
7 Power of Attorney of Bid Mandatory PDF
signatory
8 Bank Voucher for cost of bid Mandatory PDF
document
9 Joint venture agreement Mandatory PDF, Mandatory in case
of JV Bids Only
10 Qualification Information Mandatory Web Forms
(Experience, Turnover,
etc.)
11 Manufacturer authorization Mandatory PDF color scan
letter for major equipment
mentioned in clause 2.7 of
Section 3. Evaluation and
qualification Criteria.
12 Functional Guarantee Mandatory PDF

Price Bid:

S.N. Document Requirement Remarks

1 Letter of Price Bid Mandatory PDF

Procurement of Works Standard Bidding Document – ICB


2 Applicable Price Adjustment If applicable Not Applicable
Table

3 Completed BOQ or Price Mandatory PDF/Web Forms*


Schedule

*Bidder shall get pdf format of BOQ in Bid document uploaded by Employer. They have to
fill it as per instruction, put name, signature designation stamp on it and upload it as Price Bid
with letter of Price Bid..

Note: The documents specified as “Mandatory” should be included in e-submission and


non-submission of the documents shall be considered as non-responsive bid.

ITB 22.1 For bid submission purposes only, the Employer’s address is: No hard copy submission
permitted.

The deadline for online bid submission is

Date: February 10, 2020, 12:00 hrs. (Noon) (server time of PPMO)

ITB 25.1 The bid opening shall take place at:

Dhalkebar Loharpatti 132 kV Transmission Line Project

Nepal Electricity Authority


NEA Training Centre, Kharipati, Bhaktapur, Nepal
Date: February 10, 2020, 12:30 PM (Nepalese Standard Time)

E. Evaluation and Comparison of Bids

ITB 33.1 The currency that shall be used for bid evaluation and comparison purposes to convert all
bid prices if permitted and expressed in various currencies into a single currency is:
Nepalese Rupees
The source of exchange rate shall be: Nepal Rastra Bank

The date for the exchange rate shall be: 30 days prior to the deadline for submission of
bids.

ITB 34.1 Domestic preference shall apply for domestic bidders.

Margin of preference of 5% if applicable to the domestic bidders.

If a margin of preference applies insert “The application methodology shall be as


stipulated in Section 3 (Evaluation and Qualification Criteria).

ITB 35.1 Contractor’s proposed subcontracting: Maximum percentage of subcontracting permitted


is: 25% of the total contract amount.

ITB 36.5 The amount of the performance security be increased by Eight (8) percent of the quoted bid
price.

Procurement of Works Standard Bidding Document – ICB


Procurement of Works Standard Bidding Document – ICB
Section 3 – Evaluation and Qualification Criteria 3-1

Section 3 - Evaluation and Qualification


Criteria
This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders if
the bidding was preceded by post-qualification exercise. GoN requires bidders to be qualified by
meeting predefined, precise minimum requirements. The method sets pass-fail criteria, which, if not
met by the bidder, results in disqualification. In accordance with ITB 32 and ITB 36, no other methods,
criteria and factors shall be used. The Bidder shall provide all the information requested in the forms
included in Section 4 (Bidding Forms).

Table of Criteria

1. Evaluation ....................................................................................................................................3-3

1.1 Adequacy of Technical Proposal .............................................................................................3-3

1.2 Multiple Contracts ...................................................................................................................3-3

1.3 Completion Time .....................................................................................................................3-3

1.4 Alternative Technical Solutions...............................................................................................3-3

1.5 Domestic Preference ................................................................................................................3-3

1.6 Quantifiable Nonconformities, Errors and Omissions ……………………………......…….3-4

1.7 Economic Evaluation.............................................................................................................3-5

2. Qualification.................................................................................................................................3-5

2.1 Eligibility .................................................................................................................................3-5

2.1.1 Conflict of Interest...............................................................................................................3-5

2.1.2 Government-owned Entity ..................................................................................................3-5

2.1.3 UN Eligibility......................................................................................................................3-5

2.1.4 VAT and PAN Registration............................................... 3-Error! Bookmark not defined.

2.2 Pending Litigation ...................................................................................................................3-6

2.2.1 Pending Litigation ...............................................................................................................3-6

2.3 Financial Situation ...................................................................................................................3-6

2.3.1 Historical Financial Performance ........................................................................................3-6

2.3.2 Average Annual Construction Turnover .............................................................................3-7

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-2

2.3.3 Financial Resources.............................................................................................................3-7

2.4 Experience ...............................................................................................................................3-7

2.4.1 General Construction Experience ........................................................................................3-9

2.4.2 Specific Construction Experience .......................................................................................3-9

(a) Contracts of Similar Size and Nature.......................................................................................3-9

(b) Construction Experience in Key Activities............................................................................3-10

2.5 Personnel ...............................................................................................................................3-10

2.6 Equipment.............................................................................. 3-Error! Bookmark not defined.

2.7 Subcontractors/Manufacturers..........................................................................3-13

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-3

1. Evaluation
In addition to the criteria listed in ITB 36.2 (a) – (f) the following criteria shall apply:

1.1 Adequacy of Technical Proposal


Evaluation of the Bidder's Technical Proposal will include an assessment of the Bidder's technical
capacity, to mobilize key equipment and personnel for the contract consistent with its proposal
regarding work methods, scheduling, and material sourcing in sufficient detail and fully in
accordance with the requirements stipulated in Section 5 (Works Requirements).

The Bidder shall give information about his past performance by stating in his Bid the names of the
countries in which he has accomplished, within the last ten years, similar Work, by indicating the
year, type of Work, quantity and Contract number.

The Bidder shall state in his Bid the full names and addresses, telephone, fax numbers of the Clients
and the names of the Contact person.

For the purpose of verifying the information and data submitted by the Bidder, NEA reserves the
right to collect necessary information from these Clients.

1.2 Multiple Contracts


Pursuant to Sub-Clause 36.4 of the Instructions to Bidders, if Works are grouped in multiple
contracts, evaluation will be as follows:

"Not Applicable"

1.3 Completion Time


An alternative Completion Time, if permitted under ITB 13.2, will be evaluated as follows:

"Not Applicable"

1.4 Alternative Technical Solutions


Alternative technical solutions, if permitted under ITB 13.4, will be evaluated as follows:

"Not Applicable"

1.5 Domestic Preference


In comparing domestic bids with foreign bids, a Domestic preference as per ITB 34.1 shall be granted
to eligible domestic contractors, as defined below, in accordance with the following provisions.

(a) For application of domestic preference, all responsive bids shall first be classified into the
following two categories:

(i) Category I: Bids offered by domestic contractors (domestic bidder firms, intuitions, or
company either in single or in joint venture (all partners)) ; and

(ii) Category II: Bids offered by International firms, intuitions or company or collaboration with
domestic firms, intuitions, company

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-4

(b) The lowest evaluated bid of each category shall then be determined by comparing all evaluated
bids in each category among themselves.

(c) Such lowest evaluated bids shall next be compared with each other and if, as a result of this
comparison, a bid from Category I is found to be the lowest, it shall be selected for the award of
contract.

(d) If, however, as a result of the comparison under (c) above, the lowest bid is found to be from
Category II, it shall be further compared with the lowest evaluated bid from Category I. For the
purpose of this further comparison only an upward adjustment (domestic preference) shall be
made to the lowest evaluated bid price of Category II by adding an amount equal to Five(5%)
of the bid price. If, after such comparison, the Category I bid is determined to be the lowest, it
shall be selected for the award of contract; if not, the lowest evaluated bid from Category II shall
be selected.

1.6 Quantifiable Nonconformities, Errors and Omissions


The evaluated amount of quantifiable nonconformities, errors and/or omissions shall be determined
by ascertaining the price of such effect on an equal basis by adjusting the same to the quoted price of the bid.
A bid having minor deviations and having no material deviation to cause any serious effect upon the scope,
quality, characteristics, terms and conditions, performance or any other requirements stated in the bidding
documents and acceptable to the Employer can be considered to be substantially responsive.

1.7 Economic Evaluation


The following factors and methods will apply:

(a) Time Schedule:

The plant and equipment covered by this bidding are required to be shipped, installed and the
successful completion of the Facilities shall have to be completed within 24 months from the
effective date of the Contract. Bidders are required to base their prices on the time schedule given in
Appendix 4 to the Form of Contract Agreement (Time Schedule) or, where no time schedule is
given in Appendix 4, on the Completion date(s) given above. No credit will be given to earlier
completion. Bids offering completion beyond the named period will be rejected. Bidder shall
also consider provision of work program stated in GCC clause 18 to base their prices.

(b) Operating and Maintenance Costs: None


(c) Functional Guarantees of the facilities:
Guaranteed Transformer losses
a. Capitalization of Transformer Losses
When evaluating the individual bid received from various Bidders, the transformer shall be
evaluated for the cost of losses based on the following relation:

PE = Pb + KL * LL + KNL* LNL + KCL*LCL


PE = Evaluated Price
Pb = Bid Price
KL = Value of Load Loss
LL = Guaranteed load losses at rated current (Maximum MVA base)
KNL = Value of no load Loss
LNL = Guaranteed no load losses at rated current

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-5

KCL = Value of Cooling Fan losses


LCL = Guaranteed Cooling Fan Losses

The transformer losses will be capitalized as follows for evaluation purpose:


i) No load losses: US$ 4,684 per kW
ii) Load losses: US$ 1,180 per kW
iii) Loss associated with cooling fan load: US$ 393 per kW
b. Guaranteed Values Not Reached
If the individual losses of a power transformer as measured during test exceeds the values
guaranteed in the Bid, then for each kilowatt of losses in excess of the losses guaranteed, an
amount at the rates of twice the rates specified above for no-load losses and load-losses shall
be deducted from the Contract Price of the successful Bidder.

Performance Guarantee
The performance figures quoted on Technical Data Sheet Technical Data Sheet (also called
General Technical Particulars) and/or Functional Guarantee Form shall be guaranteed within
the tolerances permitted by relevant standards listed under section of General Technical
Specifications, and shall become a part of the successful Tenderer's Contract. In case of loss
capitalization, no tolerance shall be permitted for the guaranteed value.

The transformer will be rejected if losses exceed the guaranteed value by an amount
in excess of the following:

Total losses: 10% (must be within this limit)


Component losses: 15%
Note: The transformer will be rejected, if the measured no-load and load losses (excluding
fan loss) exceed the guaranteed value by over 15 % provided that the total losses do not
exceed 10% as specified.

(d) Work, services, facilities, etc., to be provided by the Employer: None

2. Qualification

2.1 Eligibility

Criteria Compliance Requirements Documents


Requirement Single Joint Venture Submission
Entity Requirements

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-6

Criteria Compliance Requirements Documents


Requirement Single Joint Venture Submission
Entity Requirements
All
Each One
Partners
Partner Partner
Combined

2.1.1 Conflict of Interest

No conflicts of interest in must meet existing or must meet not Letter of Bid
accordance with ITB Sub- requirement intended JV requirement applicable
Clause 4.3. must meet
requirement

2.1.2 Government-owned Entity

Applicant required to meet must meet existing or must meet not Forms
conditions of ITB Sub- requirement intended JV requirement applicable ELI -1, ELI
Clause 4.5. must meet - 2 with
requirement attachments

2.1.3 Development Partner Eligibility [“Not Applicable”]

Not having been declared must meet existing or must meet not Application
ineligible by Development requirement intended JV requirement applicable Submission
Partner, as described in must meet Sheet
ITB Sub-Clause 4.4. requirement

2.1.4 UN Eligibility

Not having been declared must meet existing or must meet not Letter of
ineligible based on a requirement intended JV requirement applicable Bid
United Nations resolution must meet
or Employer’s country law, requirement
as described in ITB Sub-
Clause 4.7.

2.1.5 VAT and PAN Registration

a. Domestic Bidders must meet existing or must meet not PAN and
Bidder required to requirement intended requirement applicable VAT
meet JV must registrati
conditions meet on
of ITB Sub- requireme certificat
Clause 4.9. nt e

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-7

b. Foreign Bidders must meet existing or must meet not Declarati


Bidder required to requirement intended requirement applicable on to
meet JV must submit
conditions of meet PAN and
ITB Sub- requireme VAT
Clause 4.9. nt Registrati
on
Certificat
e at the
time of
Contract
agreemen
t

2.2 Pending Litigation

Criteria Compliance Requirements Documents


Submission
Joint Venture
Requirements
Single
Requirement All
Entity Each One
Partners
Partner Partner
Combined

2.2.1 Pending Litigation

All pending litigation shall be must meet not must meet not Form LIT –
treated as resolved against the requirement applicable requirement applicable 1
Applicant and so shall in total by itself or by itself or
not represent more than 50% as partner as partner
percent of the Applicant’s net to past or to past or
worth. existing JV existing JV

Note:

The Employer reserves the right to verify the pending litigation with respective
department.

2.3 Financial Situation

Criteria Compliance Requirements Documents


Single Submission
Requirement Joint Venture
Entity Requirements

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-8

All
Each One
Partners
Partner Partner
Combined

2.3.1 Historical Financial Performance

Submission of audited must meet not must meet not Form FIN -
balance sheets and income requirement applicable requirement applicable 1 with
statements, for the last three attachments
(3) years to demonstrate the
current soundness of the
applicant’s financial position.
As a minimum, a Bidder's net
worth calculated as the
difference between total
assets and total liabilities
should be positive.

2.3.2 Average Annual Construction Turnover

Minimum average annual must meet must meet must meet must meet Form FIN
construction turnover of requirement requirement 25% 40% –2
USD 6.6 Million, calculated
of the of the
as total certified payments
requirement requirement
received for contracts in
progress or completed,
within best three years out
of last ten fiscalyears.

2.3.3 Financial Resources

Using Forms FIN - 3 in must meet must meet must meet must meet Form FIN
Section IV (Bidding Forms) requirement requirement 25% 40% –3
the Bidder must demonstrate
of the of the
access to, or availability of,
requirement requirement
financial resources in the
form of “Lines of Credit”,”
 the following cash-flow
requirement, USD 1.6
Million

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-9

2.3.4 Required Bid Capacity

The bidding capacity of must must must must For


the bidder should be meet meet meet meet m
equal to or more than requirem require 25% 40% FIN
the USD 8.9 Million. ent ment -4,5
of the of the
requirem requirem
ent ent

Note:

 Bidders shall fill the forms as mentioned above but notarized copy of the audit report
is mandatory to verify the forms. The audited balance sheet must have the sign of the
auditor with the stamp of the firm. For e-submission of bids, Xeroxed copy of audit
report is not advised to be uploaded, bidders are to upload the original audit report.
The Cover page of the Auditor’s information and Contact Address (Phone no. & the
mail address) shall be present.
 If the Turnover submitted by the bidder is in the name of a Joint Venture in the past,
the bidder must submit the Joint Venture Agreement (notarized in case of Hard Copy
bid, original scanned Copy for e-submission), stating the % of JV for the calculation
of the turnover of the respective bidder.
 For the Line of Credit the letter from the bank must be unconditional.
 Due to limitations on file size for the e-submission bidders are requested to submit
only the necessary & related files to qualify the above conditions.

2.4 Experience
Criteria Compliance Requirements Documents
Submission
Joint Venture
Requirements
Single
Requirement All
Entity Each One
Partners
Partner Partner
Combined

2.4.1 General Construction Experience

Experience under construction must meet not must meet not Form EXP
contracts in the role of requirement applicable requirement applicable -1
contractor, subcontractor, or
management contractor for at
least the last Five (5) years
prior to the applications
submission deadline.

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-10

2.4.2 Specific Construction Experience

(a) Contracts of Similar Size and Nature

Participation as contractor, must meet must meet not not Form EXP -
management contractor, or requirement requirement applicable applicable 2(a)
subcontractor, in at least Two
(2) contracts within the last 10
years, each with a value of at
least USD 7.1 Million that
have been successfully or are
substantially completed and
that are similar to the proposed
works. The similarity herein
means and requires design,
supply, installation, testing
and commissioning of 110 kV
or above voltage level
transmission line or 110 kV or
above voltage level substation
or both combined in a single
contract.
In case the participation was in
form of joint venture,
Documents establishing the
works/financial
proportionality of each partner
must be included.

Note: Substantial completion of the projects here shall mean the 80% completion of total scope of
works in all respect (technical as well as financial) and is applicable for the ongoing projects only.

(b) Construction Experience in Key Activities

For the above or other must meet must meet must execute not Form EXP-
contracts executed during all all as a prime applicable 2(b)
the period stipulated in requirements contractor,
requirements
2.4.2(a) above, a management
contractor, or
minimum construction
subcontractor
experience in the
for:
following key activities:
at least one
The Bidder shall have transmission
successfully executed as a line of 110 kV
prime contractor, or above
management contractor, or voltage level
subcontractor for: with line length
not less than 4
i. design, supply,
km
installation,

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-11

testing and or
commissioning, at least one
of at least 1 (one) substation of
transmission line 110 kV or
contract of 110 above voltage
kV or above level with
transformer
voltage level on
capacity not
self-supported
less than 6
lattice towers.
MVA.
The line length of
transmission line
shall not be
less than 20 km;
and
ii. design, supply,
installation,
testing and
commissioning,
of at least 1 (one)
substation
contract of 110
kV or above
voltage level with
power
transformer
capacity not less
than 30 MVA.

Note:

To substantiate the above qualification, the Bidder (in case of JV all JV partners) must submit
certificate from clients (end-user certificates) for all number of projects specified as above. A failure
or omission of submitting the certificates at the first instance is considered a minor, nonmaterial
omission and shall be subject to clarification. The Bidder will be required to submit all the
necessary and relevant documents within the stipulated time.

Bidder can submit same experience certificate for both clause 2.4.2(a) and 2.4.2(b) if it satisfies both
conditions as stated above.

2.5 Personnel

The Bidder must demonstrate that it has the personnel for the key positions that meet the
following Requirements:

No. Position Academic Qualification Total Work Experience


Experience in Similar

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-12

[When position demands] [Years] Works


[years]
Construction Masters in Engineering
1. 10 5
Manager or Management
Electrical Bachelors in Electrical
2. 8 5
Engineer Engineering
Bachelors in Civil
3. Civil Engineer 8 5
Engineering
4. Surveyor Diploma in Surveying 5 5

In case the bidder proposes to consider Personnel that may be spared from committed/ongoing
contracts for evaluation, the bidder shall provide details of personnel which will be spared from
such committed/ongoing contracts based on the physical progress at the date of bid submission.
The details so submitted by the bidder and the physical progress of the ongoing contracts only the
spared personnel shall be taken into the consideration during evaluation. The Bidder shall
provide details of the proposed personnel and their experience records in the relevant
Information Forms included in Section 4 (Bidding Forms).
Should the proposed personnel be determined to be unacceptable, the Bid will not be
rejected but the Bidder will be required to propose an acceptable substitute personnel
meeting the proposed requirement above within the stipulated time.

2.6 Equipment

The Bidder must demonstrate that it has the key equipment listed hereafter:

No. Equipment Type and Characteristics Min. Number Requirement

1. Theodolite 2 Nos
2. DGPS 1 set
3. Concrete Mixture 2 Nos

4. Crane 5 Ton 2 Nos


5. Tension Stringing Equipment 10 Tons 2 Set
6. 5 kV Megger 1 No
7. Cable compression tools 1 No.
8. Vibrator 2 No.

9. Oil filter machine (≥ 100 kW) 1No

10. Primary injection kit (≥ 800 Amp) 1 No

11. Secondary injection kit (≥ 5 Amp) 1 No

12. Soil resistivity testing meter 1 No

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-13

13. Multi-meters 4Nos

In case the Bidder proposes to consider Equipment that may be spared from
committed/ongoing contracts for evaluation, the Bidder shall provide details of Equipment
which will be spared from committed/ongoing contracts clearly demonstrating the
availability of such equipment with respect to the physical progress of the ongoing contracts
on the date of bid submission. Based on the details so PS submitted by the Bidder, only the
spared equipment proposed for the contract shall be considered for evaluation.
In case of equipment to be leased/hired the same procedures as mentioned above shall apply.
The Bidder must demonstrate that it has the required equipment and bidder shall provide
details of the proposed equipment in the relevant information forms included in Section 4
(Bidding Forms).
The Bidder/Lease Owner shall be solely responsible for the data provided. However, this
shall not limit the right of employer to verify the authenticity of submitted information.
The Bidder shall provide further details of proposed items of equipment using the relevant
Form in Section 4 (Bidding Forms). Should the proposed equipment be determined to be
unacceptable, the Bid will not be rejected but the Bidder will be required to propose an
acceptable substitute equipment meeting the proposed requirement above within the
stipulated time.

2.7 Subcontractors / Manufacturers


Subcontractors or Manufacturers for the following major items of plant and services must
meet the following minimum criteria, herein listed for that item. Failure to comply with this
requirement will result in rejection of the subcontractor but not the Bidder.
Bidder shall propose at least two manufacturers meeting the minimum criteria for
Power Transformers. Failure to comply this criteria, the bid shall not be rejected at first
instance (first stage of evaluation) and the bidder shall be allowed to propose an acceptable
manufacturer thus making at least two manufacturers for Power Transformer without any
change to the bid price within stipulated time frame.
The employer reserves right to choose /select subcontractors / manufacturers from list
of qualified subcontractors / manufacturers.
Item Description of Minimum Criteria to be met
No. Items

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-14

1 Tower and Tower i) Must have manufacturing experience of at least 10


Parts (ten) years.
ii) Must have successfully completed the supply of
tower at least twice the bid quantity as a main
supplier over last seven (7) years period ending on
the last date of bid submission. Out of supplied
quantity, a minimum of half the bid quantity shall
have been in operation satisfactorily to the end users
for at least one (1) year.
iii) Must hold valid ISO 9001:2000 certifications.
iv) Must submit the type test report carried out by
reputed independent accredited testing laboratory
for 110 kV or above voltage class steel lattice
towers.
2 Composite Long i) Must have manufacturing experience of at least 5
Rod Insulator (five) years.
ii) Must have supplied at least twice the bid quantity of
Composite Long Rod Insulators in last 5 years
period ending on the last date of bid submission.
Out of supplied quantity, a minimum of half the bid
quantity shall have been in operation satisfactorily
to the end users for at least one (1) year.
iii) Must hold a valid ISO 9001:2000 (including design in
scope of registration) certifications.
iv) Must submit the type test for 70 KN & 120 KN or
above electro-mechanical strength insulators carried
out by reputed independent accredited testing
laboratory.

3 ACSR Conductor i) Must have manufacturing experience of at least 10


(ten) years.
ii) Must have manufactured, tested and supplied at
least twice the bid quantity of ACSR CARDINAL
or higher size conductor as a main supplier over last
five (5) years period ending on the last date of bid
submission.
iii) Must hold a valid ISO 9001:2000 (including design
in scope of registration) certifications.
iv) Must submit the type test report carried out by
reputed independent accredited testing laboratory
for the size offered.

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-15

4 OPGW i) Must have manufacturing experience of at least 5


(five) years.
ii) Must have manufactured, tested and supplied at
least twice the bid quantity of 24 fibre optical
ground wire within last 5 years period ending on
the last date of bid submission. Out of supplied
quantity, a minimum of half the bid quantity shall
have been in satisfactory operation on 110 kV or
higher voltage transmission lines for at least one (1)
year period ending on the last date of bid
submission.
iii) Must hold a valid ISO 9001:2000 (including design
in scope of registration) certifications.
iv) Must submit the type test report carried out by
reputed independent accredited testing laboratory
for the size offered.
5 Accessories for i) Must have manufacturing experience of at least 10
ACSR Conductor & (ten) years.
OPGW ii) Must have designed, manufactured, tested and
supplied CARDINAL Conductor and OPGW
Accessories (eg. Vibration Damper, Mid span
compression joint, repair sleeves) at least twice the
bid quantity as a main supplier over last five (5)
years period ending on the last date of bid
submission.
iii) Must hold a valid ISO 9001:2000 (including design
in scope of registration) certifications.
iv) Must submit the type test report carried out by
reputed independent accredited testing laboratory.

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-16

6 Power Transformer i) Must have manufacturing experience of at least 10 (ten)


& OLTC years.
ii) Must have designed, manufactured, tested and supplied
(If the bidder Power Transformer of capacity 30 MVA or above, 132
proposes different kV or higher voltage level, at least twice the bid
manufacturer for quantity during the last seven (7) years period ending
132/11 kV, 22.5 on the last date of bid submission and the same shall
MVA Power have been in satisfactory operation for at least two (2)
Transformer, year as on originally scheduled date of bid opening.
separate documents iii) Must hold a valid ISO 9001:2000 (including design in
shall be submitted to scope of registration) certifications.
fulfill all the criteria iv) Must submit the successfully carried out type test
(i-v), such that 30 report of equivalent capacity & voltage class
MVA is replaced by transformer (i.e. both 30MVA, 132/33 kV &22.5 MVA
22.5 MVA in (i-v)). 132/11 kV, even if the manufacturer for both is same),
v) Dynamic Short Circuit Test Requirement:
For 132 kV Class Transformer, Bidder/Manufacturer
should have successfully carried out Dynamic Short
Circuit Test on any rating of 132 kV or above voltage
class transformer as on the originally scheduled date
of bid opening, as per relevant IEC standard in an
accredited laboratory (accredited based on ISO/IEC
Guide25/17025 or EN 40051 by the national
accreditation body of the country where laboratory is
located) and shall enclose the relevant Test
Report/Certificate/Accreditation certificate along with
the bid. Further design review of offered 132kV class
transformers shall be carried out based on design of
short circuit tested 132kV or above voltage class
transformer.
vi) OLTC & its Control equipment shall be from MR
Germany, ABB Sweden or equivalent. The type test as
per IEC 60214-1 must have been performed on OLTC
by a Tap-Changer Testing & Inspection Center
accredited in accordance with ISO/IEC 17025:2005
and both the type test and the Laboratory Accreditation
Certificate should be submitted along with the bid.
The OLTC Manufacturer must hold valid ISO
9001:2000 Certifications.
The Bidder shall submit the supply record of the OLTC
manufacturer. The OLTC manufacturer must have
supplied the OLTC at least twice the bid quantity of the
Power Transformer, outside the country of OLTC
Manufacturer.

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-17

7 132 kV & 33kV i) Must have manufacturing experience of at least 10


Circuit Breakers (ten) years.
ii) Must have successfully completed the design,
(If the bidder manufactured, tested and supplied of 132 kV or
proposes different higher voltage class Circuit breakers, at least twice
manufacturer for the the bid quantity as a main supplier over last seven
33 kV VCB separate years period ending on the last date of bid
documents shall be submission. Out of supplied quantity, a minimum of
submitted to fulfill half the bid quantity shall have been in operation
all the criteria (i-iv), satisfactorily to the end users for at least two years.
such that 132 kV is iii) Must hold a valid ISO 9001:2000 (including design in
replaced by 33 kV in scope of registration) certifications.
(i-iv)). iv) Must submit the type test report carried out by reputed
independent accredited testing laboratory for the size
offered(132 kV & 33 kV even if the manufacturer for
both is same).
8 132kV & 33kV i) Must have manufacturing experience of at least 10 (ten)
Disconnecting years.
Switches ii) Must have successfully completed the design,
(If the bidder manufactured, tested and supplied of 132 kV or
proposes different higher voltage class Disconnecting switches, at least
manufacturer for the twice the bid quantity as a main supplier over last
33 kV Disconnecting seven years period ending on the last date of bid
Switch separate submission. Out of supplied quantity, a minimum of
documents shall be half the bid quantity shall have been in operation
submitted to fulfill satisfactorily to the end users for at least one(1) year.
all the criteria (i-iv), iii) Must hold a valid ISO 9001:2000 (including design in
such that 132 kV is scope of registration) certifications.
replaced by 33 kV in iv) Must submit the type test report carried out by reputed
(i-iv)). independent accredited laboratory for the size
offered (132 kV & 33 kV even if the manufacturer for
the both is same).

9 120 kV & 30 kV i) Must have manufacturing experience of at least 10 (ten)


Lightning Arrestor years.
(If the bidder ii) Must have successfully completed the design,
proposes different manufactured, tested and supplied of 132 kV or
manufacturer for the higher voltage class Lightning arrestors, at least
30 kV Lightning twice the bid quantity as a main supplier over last
Arrester separate seven years period ending on the last date of bid
documents shall be submission. iii) Must hold a valid ISO 9001:2000
submitted to fulfill (including design in scope of registration)
all the criteria (i-iv), certifications.
such that 132 kV is iv) Must submit the type test report carried out by reputed
replaced by 33 kV in independent accredited laboratory for the size
(i-iv)). offered (120 kV &30 kV even if the manufacturer for
the both is same).
.

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-18

10 Control and Relay i) Must have manufacturing experience of at least 10 (ten)


Panels years.
(If the bidder ii) Must have successfully completed the design,
proposes different manufactured, tested and supplied of 132 kV or
manufacturer for 33 higher voltage class Control and Relay Panels, at
kV CRP, separate least twice the bid quantity as a main supplier over
documents shall be last seven years period ending on the last date of bid
submitted to fulfill submission. Out of supplied quantity, a minimum of
all the criteria (i-iv), half the bid quantity shall have been in operation
such that 132 kV is satisfactorily to the end users for at least one (1)
replaced by 33 kV in year.
(i-iv)). iii) Must hold a valid ISO 9001:2000 (including design in
scope of registration) certifications.
iv) Must submit the type test report carried out by reputed
independent accredited testing laboratory(132 KV &
33 kV even if the manufacturer is the same).

11 Substation i) Must have manufacturing experience of at least 5 (five)


Automation System years.
(SAS) ii) Must have successfully completed the supply of SAS, at
least twice the bid quantity as a main supplier over
last five years period ending on the last date of bid
submission. Out of supplied quantity, a minimum of
half the bid quantity shall have been in operation
satisfactorily to the end user for at least one (1) year.
iii) Must hold a valid ISO 9001:2000 (including design in
scope of registration) certifications.
iv) Must submit the type test report carried out by reputed
independent accredited testing laboratory.

12 Telecommunication i) Must have manufacturing experience of at least 5 (five)


Equipment years.
ii) Must have successfully completed the supply at least
twice the bid quantity as a main supplier over last
five years period ending on the last date of bid
submission. Out of supplied quantity, a minimum of
half the bid quantity shall have been in operation
satisfactorily to the end user for at least one (1) year.
iii) Must hold a valid ISO 9001:2000 (including design in
scope of registration) certifications.
iv) Must submit the type test report carried out by reputed
independent accredited testing laboratory.

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-19

13 Battery and Battery i) Must have manufacturing experience of at least 10 (ten)


Charger years.
ii) Must have successfully completed the design,
manufactured, tested and supplied of 110 V or higher
voltage class Battery and Battery Charger, at least
twice the bid quantity as a main supplier over last
seven years period ending on the last date of bid
submission. Out of supplied quantity, a minimum of
half the bid quantity shall have been in operation
satisfactorily to the end users for at least two (2)
years.
iii) Must hold a valid ISO 9001:2000 (including design in
scope of registration) certifications.
iv) Must submit the type test report carried out by reputed
independent accredited laboratory for the size
offered.

14 132 & 33 kV i) Must have manufacturing experience of at least 10 (ten)


Current Transformer years.
ii) Must have successfully completed the design,
(If the bidder manufactured, tested and supplied of 132 kV or
proposes different higher voltage class Current Transformer, at least
manufacturer for the twice the bid quantity as a main supplier over last
33 kV Current seven years period ending on the last date of bid
Transformer submission. Out of supplied quantity, a minimum of
separate documents half the bid quantity shall have been in operation
shall be submitted to satisfactorily to the end users for at least one (1) year
fulfill all the criteria on the date of bid opening.
(i-iv) such that 132
kV is replaced by 33 iii) Must hold a valid ISO 9001:2000 (including design in
kV in (i-iv)). scope of registration) certifications.
iv) Must submit the type test report carried out by reputed
independent accredited laboratory for the size
offered(132 kV & 33 kV even if the manufacturer for
the both is same).

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-20

15 132 kV i) Must have manufacturing experience of at least 10 (ten)


Capacitive Voltage years.
Transformer & 33 ii) Must have designed, manufactured and supplied at least
kV Potential twice the bid quantity of Capacitive Voltage
Transformer Transformer for 132 kV or higher voltage Class, as a
main supplier over last seven (7) years period ending
(If the bidder on the last date of bid submission. Out of supplied
proposes different quantity, a minimum of half the bid quantity shall
manufacturer for the have been in operation satisfactorily to the end users
33 kV Potential for at least one (1) year on the date of bid opening.
Transformer iii) Must hold a valid ISO 9001:2000 (including design in
separate documents scope of registration) certifications.
shall be submitted to iv) Must submit the type test report carried out by reputed
fulfill all the criteria independent accredited testing laboratory for the size
(i-iv), such that 132 offered (132 kV & 33 kV even if the manufacturer for
kV is replaced by 33 the both is same).
kV in (i-iv)).

16 11 kV Indoor i) Must have manufacturing experience of at least 10 (ten)


Switchgear years.
ii) Must have designed, manufactured and supplied at least
twice the bid quantity of Indoor Switchgear on 11
kV system or higher Voltage Class over last seven
(7) years period ending on the last date of bid
submission. Out of supplied quantity, a minimum of
half the bid quantity shall have been in satisfactory
operation for at least one (1) year as on the date of
bid opening.
iii) Must hold a valid ISO 9001:2000 (including design in
scope of registration) certifications.
iv) Must submit the type test report carried out by reputed
independent accredited testing laboratory.

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-21

17 XLPE power cable i) Must have manufacturing experience of at least 10


including Sealing (ten) years.
End ii) Must have successfully completed the design,
manufacture, testing and supplied of 33 kV or higher
(If the bidder voltage class XLPE Power cable with sealing ends,
proposes different at least twice the bid quantity as a main supplier over
manufacturer for the last seven years period ending on the last date of bid
11 kV XLPE Cable submission. Out of supplied quantity, a minimum of
separate documents half the bid quantity shall have been in operation
shall be submitted to satisfactorily to the end users for at least one (1) year
fulfill all the criteria on the date of bid opening.
(i-iv), such that 33
kV is replaced by 11 iii) Must hold a valid ISO 9001:2000 (including design in
kV in (i-iv)). scope of registration) certifications.
iv) Must submit the type test report carried out by reputed
independent accredited laboratory for the size
offered(33 KV & 11 kV even if the manufacturer is
the same).
.
Note:
i) The Bidder must submit evidence of business registration date, sales/supply record,
ISO certificate, type-test certificate, end user certificate wherever applicable of the
offered manufacturer to substantiate the experience of proposed manufacturers.
ii) In the case of a Bidder who offers to supply and install major items of supply under
the contract that the Bidder did not manufacture or otherwise produce, the Bidder
must provide the manufacturer’s authorization, using the form provided in Section IV
(Bidding Forms), showing that the Bidder has been duly authorized by the
manufacturer or producer of the related plant and equipment or component to supply
and install that item in the Employer’s country. The Bidder is responsible for ensuring
that the manufacturer or producer complies with the requirements of ITB 4 and 5 and
meets the minimum criteria listed above for that item.
iii) The name of subcontractor(s)/manufacturer(s), designer(s) whom the Bidder proposes
to engage for the execution of the contract shall be indicated in the Bid. Failure to
comply with the minimum criteria stipulated above will result in the rejection of the
named subcontractor(s)/manufacturer(s), designer(s), but the Bid shall not be rejected
as the Bidder shall be required and allowed to substitute an acceptable designer,
manufacturer or subcontractor without any change to the Bid Price. The Bidder is
responsible for ensuring that the manufacturer or producer complies with the
requirements of ITB 4 and 5 and meets the minimum criteria listed above for that item.
iv) Type test certificate shall have been issued by a reputed independent laboratory
accredited by International Laboratory Accreditation Corporation (ILAC) or
International Accreditation Forum (IAF) or other equivalent reputed accreditation
agencies (or recognized by NEA) over last 10 years period ending on the last date of
bid submission.
In case the type test certificates are not as per the requirement, the bidder shall upon
the award of the contract, undertake to carry out the required type tests from an
independent laboratory accredited by reputed accreditation agencies or in a
laboratory nominated by the Client/Employer before the delivery of corresponding

Procurement of Works Standard Procurement Document – ICB


Section 3 – Evaluation and Qualification Criteria 3-22

equipment at no extra cost to the Client/Employer including any transportation or


costs associated with performing such tests.
The bidder however shall furnish a declaration letter that they will carry out the type
test of the equipment of suitable rating and/or Voltage level without any cost to the
employer. The employer reserves right to reject the bid if the bidder does not submit
the type test report or the declaration letter as mentioned above even after the
clarification requested by the employer.
v) The offered equipment, plants and materials shall be in conformity with the
specifications. In order to prove that the equipment, plants, and materials offered are
of acceptable quality and standard and in conformity with the specifications, the
Bidder shall furnish Documentary evidence in the form of literature, drawing and data
and shall furnish
a) Guaranteed technical particulars (Technical Data Sheet) as per Section V: Employer’s
works requirements. The Bidder shall fill and submit the technical data sheet for all the
major items with the bid.
b) Description of equipment, plants and materials offered in conformity with the
specification or a statement of deviations and exceptions to provisions of the
specifications.

Procurement of Works Standard Procurement Document – ICB


Section 4 – Bidding Forms 4-1

Section 4 - Bidding Forms


This Section contains the forms which are to be completed by the Bidder and submitted as part of his
Bid.

Table of Forms
Letter of Technical Bid ............................................................................................................... 2
Letter of Price Bid ...................................................................................................................... 4
Schedules .................................................................................................................................... 5
Bill of Quantities [Unit Rate Contract] .............................................................................. 5
Schedules of Prices [Lump Sum Contract] ........................................................................ 5
Tables of Adjustment Data ......................................................................................................... 6
Bid Security ................................................................................................................................ 6
Technical Proposal Format ......................................................................................................... 9
1. Personnel............................................................................................................................... 10
Form PER – 1: Proposed Personnel ................................................................................ 10
Form PER – 2: Resume of Proposed Personnel .............................................................. 11
2.Equipment.............................................................................................................................. 12
3. Site Organization ................................................................................................................... 13
4. Method Statement.................................................................................................................. 13
5. Mobilization Schedule ............................................................................................................ 13
6. Construction Schedule ........................................................................................................... 13
7. Schedule of Subcontractors ................................................................................................... 13
8. Others (insert additional requirement if applicable] ............................................................. 13
Bidder’s Qualification............................................................................................................... 14
Form ELI – 1: Bidder’s Information Sheet ....................................................................... 15
Form ELI - 2: JV Information Sheet ................................................................................ 16
Form LIT - 1: Pending Litigation ..................................................................................... 17
Form FIN - 1: Financial Situation .................................................................................... 18
Form FIN - 2: Average Annual Construction Turnover .................................................... 19
Form FIN – 3: Financial Resources ................................................................................. 20
Form EXP – 1: General Construction Experience ............................................................ 23
Form EXP – 2 (a): Specific Construction Experience ....................................................... 24
Form EXP – 2 (b): Specific Construction Experience in Key Activities ............................. 26
Manufacturer's Authorization ................................................................................................... 28
Functional Guarantee.....................................................................................................29

Procurement of Works Standard Procurement Document – ICB


2

Letter of Technical Bid


The Bidder must accomplish the Letter of Bid in its letterhead clearly showing the Bidder’s complete
name and address.

Date: ..................................
Bidding No.: ..................................
Invitation for Bid No.: ..................................

To:.......................................................................................................................................................

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda issued in
accordance with Instructions to Bidders (ITB) Clause 8;

(b) We offer to execute in conformity with the Bidding Documents the following Works:
.................................................................................................................................................

(c) Our bid shall be valid for a period of . . . .insert validity period as specified in ITB 18.1. . . days from
the date fixed for the bid submission deadline in accordance with the Bidding Documents, and it
shall remain binding upon us and may be accepted at any time before the expiration of that period;

(d) If our bid is accepted, we commit to obtain a performance security in accordance with the Bidding
Document;

(e) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities
from eligible countries or any countries [insert the nationality of the Bidder, including that of all
parties that comprise the Bidder if the Bidder is a consortium or association, and the
nationality of each Subcontractor and Supplier]; and meet the requirements of ITB 3.7, &3.8 ,

(f) We, including any subcontractors or suppliers for any part of the contract, do not have any conflict of
interest in accordance with ITB 4.3;

(g) We are not participating, as a Bidder or as a subcontractor, in more than one bid in this bidding
process in accordance with ITB 4.3, other than alternative offers submitted in accordance with ITB
13;

(h) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of the
contract, has not been declared ineligible by the law of Nepal or official regulations or by
Development Partner (if applicable) or by an act of compliance with a decision of the United Nations
Security Council;

Procurement of Works Standard Procurement Document – ICB


3

(i) We are not a government owned entity/We are a government owned entity but meet the requirements
of ITB 4.5;1

(j) We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract is
prepared and executed;

(k) Commissions or gratuities, if any, paid or to be paid by us to agents relating to this bid, and to
contract execution if we are awarded the contract, are listed below:
Name and address of agents Amount and Purpose of commission or
currency gratuity
1.

2.

[if none, state “none”]

(l) We declare that, we including any subcontractors or suppliers for any part of the contract do not have
any conflict of interest in the proposed procurement proceedings and we have not been blacklisted as per
ITB 3.4 and punished for an offense relating to the concerned profession or business.
(m) We agree to permit the Employer/DP or its representative to inspect our accounts and records and other
documents relating to the bid submission and to have them audited by auditors appointed by the
Employer.
(n) If our Bid is accepted, we commit to mobilizing key equipment and personnel in accordance with the
requirements set forth in Section 3 (Evaluation and Qualification Criteria) and our technical
proposal, or as otherwise agreed with the Employer.
(o) We declare that we are solely responsible for the authenticity of the documents submitted by us. The
document and information submitted by us are true and correct. If any document/information given is
found to be concealed at a later date, we shall accept any legal actions by the Employer.

Name ..................................................................................................................................................
In the capacity of ...............................................................................................................................
Signed ................................................................................................................................................
Duly authorized to sign the Bid for and on behalf of .........................................................................
Date ....................................................................................................................................................

1
Use one of the two options as appropriate.

Procurement of Works Standard Procurement Document – ICB


4

Letter of Price Bid


(Please Refer to Price Bid)

Procurement of Works Standard Procurement Document – ICB


5

Schedules
Bill of Quantities [Unit Rate Contract]
Schedules of Prices [Lump Sum Contract]

(Please Refer to Price Bid)

Procurement of Works Standard Procurement Document – ICB


6

Tables of Adjustment Data

(Please Refer to Price Bid)

Procurement of Works Standard Procurement Document – ICB


7

Bid Security
Bank Guarantee
Bank’s Name, and Address of Issuing Branch or Office
(On Letter head of the Commercial bank or any Financial Institution eligible to issue Bank Guarantee
as per prevailing Law)

Beneficiary: .............................. name and address of Employer ……………………………………….


Date: ……………………………………………………………………………………………………...
Bid Security No.: ..........................................................................................................................................

We have been informed that . …………. .[insert name of the Bidder] (hereinafter called “the Bidder”)
intends to submit its bid (hereinafter called “the Bid”) to you for the execution of …………... name of
Contract . …………… under Invitation for Bids No. ……………… (“the IFB”).

Furthermore, we understand that, according to your conditions, bids must be supported by a bid guarantee.

At the request of the Bidder, we…………………. . name of Bank. ……………….. hereby irrevocably undertake to
pay you any sum or sums not exceeding in total an amount of . . ………...amount in figures ………………………. (.
………….. .amount in words ……………….) upon receipt by us of your first demand in writing accompanied
by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the
Bidder:

(a) has withdrawn or modifies its Bid during the period of bid validity specified by the Bidder in the Form of Bid; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”); or
(c) having been notified of the acceptance of its Bid by the Employer during the period of bid validity, (i) fails or
refuses to execute the Contract Agreement, or (ii) fails or refuses to furnish the performance security, in
accordance with the ITB.
(d) is involved in fraud and corruption in accordance with the ITB

This guarantee will remain in force up to and including the date ………number…………days after the deadline for
submission of Bids as such deadline is stated in the instructions to Bidders or as it may be extended by the Employer,
notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee should reach the
Bank not letter than the above date.

This Bank guarantee shall not be withdrawn or released merely upon return of the original guarantee by the Bidder
unless notified by you for the release of the guarantee.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.

. . .Bank’s seal and authorized signature(s) . . .

Note:
The bid security of ………..……………. has been counter guaranteed by the Bank ……..………... ...…… on
…………... .................................................. ...……..………. (Applicable for Bid Security of Foreign Banks).

Procurement of Works Standard Procurement Document – ICB


8

Letter of Commitment for Bank’s Undertaking for Line of Credit


Bank’s Name, and Address of Issuing Branch or Office
(On Letter head of the Commercial bank or any Financial Institution eligible to issue Bank Guarantee as per prevailing
Law)

Invitation for Bids No: Date:

Contract No:

Name of Contract :

To:

[Name and address of the Procuring Entity]

CREDIT COMMITTMENT No: [insert number]


We have been informed that [name of Bidder] (hereinafter called “the Bidder”) intends to submit to you its Bid
(hereinafter called “the Bid”) for the execution of the Works of [description of works] under the above Invitation
for Bids (hereinafter called “the IFB”).
Furthermore, we understand that, according to your conditions, the Bidder’s Financial Capacity i.e. Liquid Asset
must be substantiated by a Letter of Commitment of Bank’s Undertaking for Line of Credit.
At the request of, and arrangement with, the Bidder, we [name and address of the Bank] do hereby agree and
undertake that [name and address of the Bidder] will be provided by us with a revolving line of credit, in case
awarded the Contract, for execution of the Works viz. [insert name of the works], for an amount not less than NRs
…….[in figure] ( in words) for the sole purpose of the execution of the above Contract. This Revolving Line of
Credit will be maintained by us until issuance of “Taking-Over Certificate” by the Procuring Entity.
In witness whereof, authorised representative of the Bank has hereunto signed and sealed this Letter of
Commitment.

Signature Signature

Procurement of Works Standard Procurement Document – ICB


9

Technical Proposal Format

1. Personnel
2. Equipment
3. Site Organization
4. Method Statement
5. Mobilization Schedule
6. Construction Schedule
7. Schedule of Sub Contractors
8. Others

Procurement of Works Standard Procurement Document – ICB


10

1. Personnel

Form PER – 1: Proposed Personnel

Bidders should provide the names of suitably qualified personnel to meet the specified requirements for each of
the positions listed in Section 3 (Evaluation and Qualification Criteria). The data on their experience should be
supplied using the Form below for each candidate.

Academic Total Work Experience in


No. Name Position* Qualification Experience Similar Works
[Years] [years]

1.

2.

3.

4.

5.

*As listed in Section 3 (Evaluation and Qualification Criteria).

Procurement of Works Standard Procurement Document – ICB


11

Form PER – 2: Resume of Proposed Personnel

The Bidder shall provide all the information requested below. Fields with asterisk (*) shall be used for
evaluation.

Position*
Personal Information Name Date of Birth
Professional qualifications
Present employment Name of employer
Address of employer
Telephone Contact (manager/personnel officer)
Fax E-mail
Job title Years with present employer

Summarize professional experience over the last twenty years in reverse chronological order. Indicate particular technical
and managerial experience relevant to the project.

From* To* Company, Project, Position and Relevant Technical and


Management Experience*

Note:
In case of e-submission the Resume of Proposed Personnel shall be submitted on notification by the Employer as per ITB
27.

Procurement of Works Standard Procurement Document – ICB


12

2.Equipment

The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements
for the key equipment listed in Section III (Evaluation and Qualification Criteria). A separate Form shall be prepared
for each item of equipment listed, or for alternative equipment proposed by the Bidder. The Bidder shall provide all
the information requested below, to the extent possible. Fields with asterisk (*) shall be used for evaluation.

For the equipment under Bidder's ownership


Total Nos. of Equipment No. of Equipment engaged/proposed
under Bidder's Ownership for ongoing/committed contracts
Equipment Type and Nos. of Equipment proposed
No.
Characteristics for this contract

1.
2.
3.
4.
5.

(i) For the Equipment to be leased/hired

Total Nos. of Equipment under the No. of Equipment Nos. of Equipment proposed
Equipment Type and
No. ownership of lease/hire provider engaged/committed for other to be leased/hired for this
Characteristics
works contract
1.
2.
3.
4.
5.

Type of Equipment*

Equipment Information Name of manufacturer Model and power rating

Capacity* Year of manufacture

Current Status Current location

Details of current commitments

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured

The following information shall be provided only for equipment not owned by the Bidder.

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Email

Procurement of Works Standard Procurement Document – ICB


13

Agreements Details of rental / lease / manufacture agreements specific to the project

Note:
In case of e-submission the “Agreements” shall be submitted on notification by the Employer as per
ITB 27.1

3. Site Organization

The Bidder shall show here in an Organogram format the organization of his site personnel
showing clearly designated duties and responsibilities and the chain of command throughout the
structure. Included in the chart shall be the names of respective personnel.

4. Method Statement

The Bidder shall provide here a brief description of how the Works are to be undertaken. The
description shall indicate how each activities are to be undertaken.

5. Mobilization Schedule

The Bidder shall provide here a general description of the arrangements and methods which he
proposes to adopt for the execution of the Works which shall include but not be limited to:-

i) Mobilization period including periods required for establishing the Contractor’s offices,
workshops etc. and the facilities required for the Engineer and his staff.
ii) Sources of Contractor’s equipment and mobilization periods for items of plant.

6. Construction Schedule

The Bidder shall provide here his proposed programme for construction of the Works within the
Time for Completion. The programme shall be presented in the form of a bar chart showing main
construction activities with Milestones. Associated groups of construction equipment shall be
listed.

7. Schedule of Subcontractors
The bidder shall enter in the following table a list of the sections and appropriate value of the work
for which he proposes to use subcontractors, together with the names and addresses of the proposed
subcontractors. The bidder shall also enter a statement of similar works previously executed by the
proposed subcontractors, including description, location and value of work, year completed, and
name and address of the employer/engineer.

Item Description of work Approximate value Name and address Statement of similar works
Nos. (US$ or equivalent) of Subcontractor executed

Notwithstanding such information the bidder, if awarded the Contract, shall remain entirely and solely
responsible for the satisfactory completion of the Works.

8. Others (insert additional requirement if applicable]

Procurement of Works Standard Procurement Document – ICB


14

Bidder’s Qualification
To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation and
Qualification Criteria) the Bidder shall provide the information requested in the corresponding Information
Sheets included hereunder.

Procurement of Works Standard Procurement Document – ICB


15

Form ELI – 1: Bidder’s Information Sheet

Bidder’s Information

Bidder’s legal name

In case of JV, legal name of


each partner

Bidder’s country of
constitution

Bidder’s year of constitution

Bidder’s legal address in


country of constitution

Bidder’s authorized
representative
(name, address, telephone
numbers, fax numbers, e-mail
address)

Attached are copies of the following original documents.

1. In case of single entity, articles of incorporation or constitution of the legal entity named above, in accordance with
ITB 4.1 and 4.2.
2. Authorization to represent the firm or JV named in above, in accordance with ITB 20.2.
3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.
4. In case of a government-owned entity, any additional documents not covered under 1 above required to comply
with ITB 4.5.

Procurement of Works Standard Procurement Document – ICB


16

Form ELI - 2: JV Information Sheet

Each member of a JV must fill in this form

JV / Specialist Subcontractor Information

Bidder’s legal name

JV Partner’s or
Subcontractor’s legal name

JV Partner’s or
Subcontractor’s country of
constitution

JV Partner’s or
Subcontractor’s year of
constitution

JV Partner’s or
Subcontractor’s legal address
in country of constitution

JV Partner’s or
Subcontractor’s authorized
representative information

(name, address, telephone


numbers, fax numbers, e-mail
address)

Attached are copies of the following original documents.


1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and 4.2.
2. Authorization to represent the firm named above, in accordance with ITB 20.2.
3. In the case of government-owned entity, documents establishing legal and financial autonomy and compliance with
commercial law, in accordance with ITB 4.5.

Procurement of Works Standard Procurement Document – ICB


17

Form LIT - 1: Pending Litigation

Each Bidder or member of a JV must fill in this form

Pending Litigation

 No pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria)

 Pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria)

Value of Value of
Pending Claim Pending Claim
Year Matter in Dispute
in US$ as a Percentage
Equivalent of Net Worth

Procurement of Works Standard Procurement Document – ICB


18

Form FIN - 1: Financial Situation

Each Applicant or member of a JV must fill in this form

Financial Data for Previous 5 Years [in NRs or Equivalent US$]

Year 1 Year2 Year3 Year4


Year5

Information from Balance Sheet

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

Information from Income Statement

Total Revenues

Profits Before Taxes

Profits After Taxes

 Attached are copies of financial statements (balance sheets including all related notes, and income
statements) for the last two to five years, as indicated above, complying with the following
conditions.

 All such documents reflect the financial situation of the Applicant or partner to a JV, and not
sister or parent companies.
 Historic financial statements must be audited by a certified accountant.

 Historic financial statements must be complete, including all notes to the financial statements.

 Historic financial statements must correspond to accounting periods already completed and
audited (no statements for partial periods shall be requested or accepted).

Note: Attested Financial reports, including balance sheets, profit and loss statements and auditors reports
for the last 5 years should be attached.
In case of e-submission the attachments should not be uploaded but shall be submitted on notification by the
Employer as per ITB 27.

Procurement of Works Standard Procurement Document – ICB


19

Form FIN - 2: Average Annual Construction Turnover

Each Bidder or member of a JV must fill in this form

The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of the
amounts billed to clients for each year for work in progress or completed in NRs or in US Dollars in case of
foreign bidders at the rate of exchange at the end of the period reported.

Annual Turnover Data for the Last 10 Years (Construction only)


Amount Exchange US$
Year
Currency Rate Equivalent

Average Annual Construction Turnover

Procurement of Works Standard Procurement Document – ICB


20

Form FIN – 3: Financial Resources

Specify proposed sources of financing, as “lines of credit”, available to meet the total construction cash flow
demands of the subject contract or contracts as indicated in Section III (Evaluation and Qualification Criteria).

Financial Resources

No. Source of financing Amount (in NRS)


1
2
3

Note: The letter from the Bank must be in the prescribed format and stated details/terms and conditions as per the
Bid Forms “Letter of Commitment for Bank’s Undertaking for Line of Credit”

Procurement of Works Standard Procurement Document – ICB


21

Form FIN - 4: Bid Capacity

Each Bidder or member of a JV must fill in this form

Bid Capacity = [(7 x A) – B]

A = Average Annual Turnover of best three years out of last ten fiscal years.
B = Annual Value of the existing commitments and works (ongoing) to be completed, calculated from FIN-5.

A, in B, in Bid Capacity,
SN Name of Bidder Pan No.
Million Million in Million

Total Bid Capacity:

Signature of Bidder

Procurement of Works Standard Procurement Document – ICB


Section 4 - Bidding Forms 4-22

Form FIN-5: Current Contract Commitments / Works in Progress

Bidders and each partner to a JV should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been
received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.

Current Contract Commitments ( For Calculation of B with reference of FIN-4)


Estimated Time in Month to
Value of
Employer's Contract Contract Initial or Revised Complete the outstanding
Contract outstanding
Name of Name of the Contact Amount in Date (yyyy- Contract Duration works
No. Share in % works [In
Contract Contractor/s Address, Tel, Millions mm) (months) (f) = (c) + (d) – Date of
(a) Millions, NRS ]#
Fax (b) (c) (d) Invitation of Bid
(e)
(f)
1
2
3
4

Signature of Bidder
# The Outstanding Works means Contract Price (excluding Vat) minus Work Evaluated by Employer till the reference date. Bidder shall have to submit the
relevant documentary evidence to substantiate the facts/figures.

 (e)  (a) 
Note 1: “B” shall be calculated as : B    ( f )  x12 , If (f) is less than 12, then value of (f) shall be taken as 12.
 

Note 2: If Initial or Revised Contract Date is run out with respect to Date of Invitation of Bid, the Estimated Time in Month to Complete the outstanding works
shall be taken equal to 12 months.

Procurement of Works Standard Procurement Document – ICB


Section 4 - Bidding Forms 4-23
Form EXP – 1: General Construction Experience

Each Bidder or member of a JV must fill in this form

General Construction Experience


Starting Ending Contract Identification and Name
Month Month Years Name and Address of Employer Role of Bidder
Year Year Brief Description of the Works Executed by the Bidder

Procurement of Works Standard Procurement Document – ICB


Section 4 - Bidding Forms 4-24

Form EXP – 2 (a): Specific Construction Experience

Fill up one (1) form per contract.

Contract of Similar Size and Nature

Contract No . . . . . . of . . . . . Contract Identification

Award Date Completion Date

Role in Contract  Contractor  Management Contractor  Subcontractor

Total Contract Amount US$ …………………..

If partner in a JV or
subcontractor, specify
Percent of Total Amount
participation of total contract
amount

Employer’s Name
Address
Telephone/Fax Number
E-mail

Description of the similarity in accordance with Criteria 2.4.2(a) of Section 3

Procurement of Works Standard Procurement Document – ICB


Section 4 - Bidding Forms 4-25
Participation as
contractor, management
contractor, or
subcontractor, in at least
Two (2) contracts within
the last 10 years, each
with a value of at least
USD 7.1 Million that
have been successfully or
are substantially
completed and that are
similar to the proposed
works. The similarity
herein means and
requires design, supply,
installation, testing and
commissioning of 110
kV or above voltage
level transmission lineor
110 kV or above voltage
level substation or both
combined in a single
contract.
In case the participation
was in form of joint
venture, Documents
establishing the
works/financial
proportionality of each
partner must be included.

Procurement of Works Standard Procurement Document – ICB


Section 4 - Bidding Forms 4-26

Form EXP – 2 (b): Specific Construction Experience in Key Activities

Fill up one (1) form per contract

Contract with Similar Key Activities

Contract No . . . . . . of . . . . . Contract Identification

Award Date Completion Date

Role in Contract  Contractor  Management Contractor  Subcontractor

Total Contract Amount US$ …………….

If partner in a JV or
subcontractor, specify
Percent of Total Amount
participation of total contract
amount

Employer’s Name
Address
Telephone Number
Fax Number
E-mail

Description of the key activities in accordance with Criteria 2.4.2(b) of Section 3

Procurement of Works Standard Procurement Document – ICB


Section 4 - Bidding Forms 4-27
For the above or other
contracts executed
during the period
stipulated in 2.4.2(a)
above, a minimum
construction experience
in the following key
activities:
The Bidder shall have
successfully executed as a
prime contractor,
management contractor,
or subcontractor for :
i. design, supply,
installation,
testing and
commissioning,
of at least 1
(one)
transmission
line contract of
110 kV or above
voltage level on
self-supported
lattice towers.
The line length
of transmission
line shall not be
less than 20 km;
and
ii. design, supply,
installation,
testing and
commissioning,
of at least 1
(one) substation
contract of 110
kV or above
voltage level
with power
transformer
capacity not less
than 30 MVA.

Procurement of Works Standard Procurement Document – ICB


Section 4 - Bidding Forms 4-28
Manufacturer's Authorization

Date: [insert date (as day, month and year) of bid


submission]

ICB No.: [insert number of bidding process]

To: [insert complete name of the employer]

WHEREAS
We [insert complete name of the manufacturer or manufacturer’s authorized agent], who are official manufacturers
or agent authorized by the Manufacturer of [insert type of goods manufactured], having factories at [insert full
address of manufacturer’s factories], do hereby authorize [insert complete name of the bidder] to submit a bid the
purpose of which is to provide the following goods, manufactured by us [insert name and/or brief description of the
goods], and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 27 of the General Conditions of
Contract, with respect to the goods offered by the above firm.

Signed: [insert signature(s) of authorized representative(s) of the manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the manufacturer]

Title: [insert title]

Duly authorized to sign this Authorization on behalf of [insert complete name of the manufacturer]

Dated on day of, [insert date of signing]

--Note--
The bidder shall require the manufacturer to fillout this form in accordance with the instructions indicated. This letter of
authorization should be signed by a person with the proper authority to sign documents that are binding on the manufacturer. The
bidder shall include it in its bid, if so indicated in the BDS.

Procurement of Works Standard Procurement Document – ICB


Section 4 - Bidding Forms 4-29

Functional Guarantees of the Proposed Facilities

The Bidder shall furnish guaranteed No Load, Full Load and the Cooler Fan Loss (if applicable) value at rated full
load capacity of the Transformer along with the Technical Bid for all rating of the Power and Station Transformers.
Failure to submit the loss figures may result in rejection of the Bid.

Functional Guarantee Value Offered by


S.No. Functional Guarantee Unit
the Bidder.

No Load Loss at rated Voltage & Frequency on


1 kW
Maximum MVA base

Load Loss at rated Current & 75 degree C on


2 kW
Maximum MVA base

Cooler Loss for ful load Operation on


3 kW
Maximum MVA base

Total Losses

Procurement of Works Standard Procurement Document – ICB


Section 5 – Work Requirements 5-1

PART II: REQUIREMENTS


Section 5 - Works Requirements
(Please refer to Volume II)

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-1

Section 6 – Preamble to the Bill of Quantities

(Please Refer to Volume III, Price Bid)

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-2

PART III: CONDITIONS OF


CONTRACT AND CONTRACT FORMS

Section 7 - General Conditions of Contract


The GCC in this section, read in conjunction with the Special Conditions of Contract in Section 8 and other
documents listed therein, should be a complete document expressing all the rights and obligations of the
contracting parties. The General Conditions herein shall not be altered.

Table of Contents
A. Contract and Interpretation 4
1. Definitions ............................................................................................................................................................ 4
2. Contract Documents ............................................................................................................................................. 6
3. Interpretation ........................................................................................................................................................ 6
4. Communications......................................................................................................................................................... 8
5. Law and Language................................................................................................................................................ 8
6. Fraud and Corruption............................................................................................................................................ 8
B. Subject Matter of Contract 9
7. Scope of Facilities ................................................................................................................................................ 9
8. Time for Commencement and Completion .......................................................................................................... 9
9. Contractor’s Responsibilities................................................................................................................................ 9
10. Employer’s Responsibilities ............................................................................................................................... 10
C. Payment 11
11. Contract Price ..................................................................................................................................................... 11
12. Terms of Payment............................................................................................................................................... 12
13. Securities ............................................................................................................................................................ 12
14. Taxes and Duties ................................................................................................................................................ 13
D. Intellectual Property 13
15. License/Use of Technical Information ............................................................................................................... 13
16. Confidential Information .................................................................................................................................... 14
E. Execution of the Facilities 14
17. Representatives................................................................................................................................................... 14
18. Work Program .................................................................................................................................................... 16
19.Subcontracting.......................................................................................................................................................... 17
20. Design and Engineering...................................................................................................................................... 17
21. Procurement........................................................................................................................................................ 19
22. Installation .......................................................................................................................................................... 20
23. Test and Inspection ............................................................................................................................................. 26
24. Completion of the Facilities................................................................................................................................ 27

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-3

25. Commissioning and Operational Acceptance.......................................................................................................... 28


F. Guarantees and Liabilities 31
26. Completion Time Guarantee............................................................................................................................... 31
27. Defect Liability................................................................................................................................................... 31
28. Functional Guarantees ........................................................................................................................................ 33
29. Patent Indemnity................................................................................................................................................. 33
30. Limitation of Liability ........................................................................................................................................ 34
G. Risk Distribution 35
31. Transfer of Ownership........................................................................................................................................ 35
32. Care of Facilities................................................................................................................................................. 35
33. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification ............................................. 36
34. Insurance............................................................................................................................................................. 37
35. Unforeseen Conditions ....................................................................................................................................... 39
36. Change in Laws and Regulations ....................................................................................................................... 39
37. Force Majeure..................................................................................................................................................... 40
38. War Risks ........................................................................................................................................................... 41
H. Change in Contract Elements 42
39. Change in the Facilities ...................................................................................................................................... 42
40. Extension of Time for Completion ..................................................................................................................... 44
41. Suspension .......................................................................................................................................................... 45
43. Assignment ......................................................................................................................................................... 47
I. Claims, Disputes, and Arbitration 47
44. Contractor’s Claims ............................................................................................................................................ 47
45. Disputes and Arbitration.......................................................................................................................................... 48

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-4

General Conditions of Contract


A. Contract and Interpretation

1. Definitions 1.1 The following words and expressions shall have the meanings hereby
assigned them:
“Contract” means the Contract Agreement entered into between the Employer
and the Contractor, together with the Contract Documents referred to therein;
they shall constitute the Contract, and the term “the Contract” shall in all such
documents be construed accordingly.
“Contract Documents” means the documents listed in Article 1.1 (Contract
Documents) of the Contract Agreement (including any amendments thereto).
“GCC” means the General Conditions of Contract.
“SCC” means the Special Conditions of Contract.
“day” means calendar day.
“year” means 365 days.
“month” means calendar month.
“Party” means the Employer or the Contractor, as the context requires.
“Employer” means the person named as such in the SCC and includes the
legal successors or permitted assigns of the Employer.
“Project Manager” means the person appointed by the Employer in the
manner provided in GCC Subclause 17.1 (Project Manager) hereof and named
as such in the SCC to perform the duties delegated by the Employer.
“Contractor” means the person(s) named as Contractor in the Contract
Agreement, and includes the legal successors or permitted assigns of the
Contractor.
“Contractor’s Representative” means any person nominated by the Contractor
and approved by the Employer in the manner provided in GCC Subclause
17.2 (Contractor’s Representative and Construction Manager) hereof to
perform the duties delegated by the Contractor.
“Construction Manager” means the person appointed by the Contractor’s

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-5

Representative in the manner provided in GCC Subclause 17.2.4.


“Subcontractor,” including manufacturers, means any person to whom
execution of any part of the Facilities, including preparation of any design or
supply of any Plant, is sub-contracted directly or indirectly by the Contractor,
and includes its legal successors or permitted assigns.
“Dispute Board” means the person or persons named as such in the SCC
appointed by agreement between the Employer and the Contractor to make a
decision on or to settle any dispute or difference between the Employer and
the Contractor referred to him or her by the parties pursuant to GCC
Subclause 45.1 (Dispute Board) hereof.
“The Bank” means the financing institution named in the SCC.
“Contract Price” means the sum specified in Article 2.1 (Contract Price) of the
Contract Agreement, subject to such additions and adjustments thereto or
deductions therefrom, as may be made pursuant to the Contract.
“Facilities” means the Plant to be supplied and installed, as well as all the
Installation Services to be carried out by the Contractor under the Contract.
“Plant” means permanent plant, equipment, machinery, apparatus, articles and
things of all kinds to be provided and incorporated in the Facilities by the
Contractor under the Contract (including the spare parts to be supplied by the
Contractor under GCC Sub clause 7.3 hereof), but does not include
Contractor’s Equipment.
“Installation Services” means all those services ancillary to the supply of the
Plant for the Facilities, to be provided by the Contractor under the Contract,
such as transportation and provision of marine or other similar insurance,
inspection, expediting, site preparation works (including the provision and use
of Contractor’s Equipment and the supply of all construction materials
required), installation, testing, pre commissioning, commissioning, operations,
maintenance, the provision of operations and maintenance manuals, training,
etc. as the case may require.
“Contractor’s Equipment” means all facilities, equipment, machinery, tools,
apparatus, appliances, or things of every kind required in or for installation,
completion and maintenance of Facilities that are to be provided by the
Contractor, but does not include Plant, or other things intended to form or
forming part of the Facilities.
“Country of Origin” means the countries and territories eligible under the
rules of the Bank as further elaborated in the SCC.
“Site” means the land and other places upon which the Facilities are to be
installed, and such other land or places as may be specified in the Contract as
forming part of the Site.
“Effective Date” means the date of fulfillment of all conditions stated in
Article 3 (Effective Date) of the Contract Agreement, upon which the period
until the Time for Completion shall be counted from.
“Time for Completion” means the time within which Completion of the
Facilities as a whole (or of a part of the Facilities where a separate Time for
Completion of such part has been prescribed) is to be attained, as referred to
in GCC Clause 8 and in accordance with the relevant provisions of the
Contract.
“Completion” means that the Facilities (or a specific part thereof where
specific parts are specified in the Contract) have been completed operationally
and structurally and put in a tight and clean condition, that all work in respect

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-6

of Pre-commissioning of the Facilities or such specific part thereof has been


completed, and that the Facilities or specific part thereof are ready for
Commissioning as provided in GCC Clause 24 (Completion) hereof.
“Pre-commissioning” means the testing, checking and other requirements
specified in the Employer’s Requirements that are to be carried out by the
Contractor in preparation for Commissioning as provided in GCC Clause 24
(Completion) hereof.
“Commissioning” means operation of the Facilities or any part thereof by the
Contractor following Completion, which operation is to be carried out by the
Contractor as provided in GCC Sub clause 25.1 (Commissioning) hereof, for
the purpose of carrying out Guarantee Test(s).
“Guarantee Test(s)” means the test(s) specified in the Employer’s
Requirements to be carried out to ascertain whether the Facilities or a
specified part thereof is able to attain the Functional Guarantees specified in
the Appendix (Functional Guarantees) to the Contract Agreement in
accordance with the provisions of GCC Subclause 25.2 (Guarantee Test)
hereof.
“Operational Acceptance” means the acceptance by the Employer of the
Facilities (or any part of the Facilities where the Contract provides for
acceptance of the Facilities in parts), which certifies the Contractor’s
fulfillment of the Contract in respect of Functional Guarantees of the Facilities
(or the relevant part thereof) in accordance with the provisions of GCC Clause
28 (Functional Guarantees) hereof and shall include deemed acceptance in
accordance with GCC Clause 25 (Commissioning and Operational
Acceptance) hereof.
“Defect Liability Period” means the period of validity of the warranties given
by the Contractor commencing at Completion of the Facilities or a part
thereof, during which the Contractor is responsible for defects with respect to
the Facilities (or the relevant part thereof) as provided in GCC Clause 27
(Defect Liability) hereof.

2. Contract 2.1 Subject to Article 1.2 (Order of Precedence) of the Contract Agreement, all
Documents documents forming part of the Contract (and all parts thereof) are intended to
be correlative, complementary and mutually explanatory. The Contract shall
be read as a whole.

3. Interpretation 3.1 In the Contract, except where the context requires otherwise,
(a) words indicating one gender include all genders;
(b) words indicating the singular also include the plural and words
indicating the plural also include the singular;
(c) provisions including the word “agree,” “agreed,” or “agreement”
require the agreement to be record in writing;
(d) the word “tender” is synonymous with “bid,” “tenderer” with
“Bidder,” and “tender documents” with “Bidding Documents;” and
(e) “written” or “in writing” means handwritten, typewritten, printed or
electronically made, and resulting in a permanent record.
The marginal words and other headings shall not be taken into consideration
in the interpretation of these Conditions.
3.2 Incoterms
Unless inconsistent with any provision of the Contract, the meaning of any
trade term and the rights and obligations of parties thereunder shall be as

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-7

prescribed by Incoterms.
“Incoterms” means international rules for interpreting trade terms published
by the International Chamber of Commerce (latest edition), 38 Cours Albert
1er, 75008 Paris, France.
3.3 Entire Agreement
Subject to GCC Subclause 16.4 hereof, the Contract constitutes the entire
agreement between the Employer and Contractor with respect to the subject
matter of Contract and supersedes all communications, negotiations, and
agreements (whether written or oral) of parties with respect thereto made prior
to the date of Contract.
3.4 Amendment
No amendment or other variation of the Contract shall be effective unless it is
in writing, is dated, expressly refers to the Contract, and is signed by a duly
authorized representative of each party hereto.
3.5 Independent Contractor
The Contractor shall be an independent contractor performing the Contract. The
Contract does not create any agency, partnership, joint venture, or other joint
relationship between the parties hereto. Subject to the provisions of the
Contract, the Contractor shall be solely responsible for the manner in which
the Contract is performed. All employees, representatives, or Subcontractors
engaged by the Contractor in connection with the performance of the Contract
shall be under the complete control of the Contractor and shall not be deemed
to be employees of the Employer, and nothing contained in the Contract or in
any subcontract awarded by the Contractor shall be construed to create any
contractual relationship between any such employees, representatives, or
Subcontractors and the Employer.
3.6 Non-Waiver
3.6.1 Subject to GCC Subclause 3.6.2 below, no relaxation, forbearance,
delay, or indulgence by either party in enforcing any of the terms and
conditions of the Contract or the granting of time by either party to
the other shall prejudice, affect, or restrict the rights of that party
under the Contract, nor shall any waiver by either party of any breach
of Contract operate as waiver of any subsequent or continuing breach
of Contract.
3.6.2 Any waiver of a party’s rights, powers, or remedies under the
Contract must be in writing, must be dated, and signed by an
authorized representative of the party granting such waiver, and must
specify the right and the extent to which it is being waived.
3.7 Severability
If any provision or condition of the Contract is prohibited or rendered invalid
or unenforceable, such prohibition, invalidity, or unenforceability shall not
affect the validity or enforceability of any other provisions and conditions of
the Contract.
3.8 Country of Origin
“Origin” means the place where the plant and component parts thereof are
mined, grown, produced, or manufactured, and from which the services are
provided. Plant components are produced when, through manufacturing,
processing, or substantial or major assembling of components, a commercially
recognized product results that is substantially in its basic characteristics or in
purpose or utility from its components.

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-8

4. Communications 4.1 Wherever these Conditions provide for the giving or issuing of approvals,
certificates, consents, determinations, notices, requests, and discharges, these
communications shall be
(a) in writing and delivered against receipt; and
(b) delivered, sent, or transmitted to the address for the recipient’s
communications as stated in the Contract Agreement.
When a certificate is issued to a Party, the certifier shall send a copy to the
other Party. When a notice is issued to a Party, by the other Party or the
Project Manager, a copy shall be sent to the Project Manager or the other
Party, as the case may be.

5. Law and 5.1 The Contract shall be governed by and interpreted in accordance with laws of
Language the country specified in the SCC.
5.2 The ruling language of the Contract shall be that stated in the SCC.
5.3 The language for communications shall be the ruling language unless
otherwise stated in the SCC.

6. Fraud and 6.1 If the Employer determines that the Contractor and/or any of its personnel, or
Corruption its agents, or its Subcontractors, sub-consultants, services providers, suppliers
and/or their employees has engaged in corrupt, fraudulent, collusive coercive,
or obstructive practices, in competing for or in executing the Contract, then
the Employer may, after giving 14 days’ notice to the Contractor, terminate
the Contractor's employment under the Contract and expel him from the Site,
and the provisions of Clause 42 shall apply as if such expulsion had been
made under Sub-Clause 42.2.1 (c).
For the purposes of this Sub-Clause,
(i) “corrupt practice” is the offering, giving, receiving or soliciting,
directly or indirectly, of anything of value to influence improperly the
actions of another party;
(ii) “fraudulent practice” is any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or attempts
to mislead, a party to obtain a financial or other benefit or to avoid an
obligation;
(iii) “collusive practice” is an arrangement between two or more parties
designed to achieve an improper purpose, including to influence
improperly the actions of another party;
(iv) “coercive practice” is impairing or harming, or threatening to impair
or harm, directly or indirectly, any party or the property of the party to
influence improperly the actions of a party;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or concealing of evidence
material to the investigation or making false statements to
investigators in order to materially impede a GoN investigation into
allegations of a corrupt, fraudulent, coercive or collusive practice;
and/or threatening, harassing or intimidating any party to prevent it
from disclosing its knowledge of matters relevant to the investigation
or from pursuing the investigation, or
(bb) acts intended to materially impede the exercise of the GoN’s
inspection and audit rights provided for under Sub-Clause 9.6.

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-9

B. Subject Matter of Contract


7. Scope of Facilities 7.1 Unless otherwise expressly limited in the Employer’s Requirements, the
Contractor’s obligations cover the provision of all Plant and the performance
of all Installation Services required for the design, the manufacture (including
procurement, quality assurance, construction, installation, associated civil
works, pre-commissioning and delivery) of the Plant and the installation,
completion, and commissioning of the Facilities in accordance with the plans,
procedures, specifications, drawings, codes, and any other documents as
specified in the section Employer’s Requirements. Such specifications
include, but are not limited to, the provision of supervision and engineering
services; the supply of labor, materials, equipment, spare parts (as specified in
GCC Sub-clause 7.3 below) and accessories; Contractor’s Equipment;
construction utilities and supplies; temporary materials, structures, and
facilities; transportation (including, without limitation, unloading and hauling
to, from and at the Site); and storage, except for those supplies, works, and
services that will be provided or performed by the Employer, as set forth in
the Appendix (Scope of Works and Supply by the Employer) to the Contract
Agreement.
7.2 The Contractor shall, unless specifically excluded in the Contract, perform all
such work and/or supply all such items and materials not specifically
mentioned in the Contract but that can be reasonably inferred from the
Contract as being required for attaining Completion of the Facilities as if such
work and/or items and materials were expressly mentioned in the Contract.
7.3 In addition to the supply of Mandatory Spare Parts included in the Contract,
the Contractor agrees to supply spare parts required for the operation and
maintenance of the Facilities for the period specified in the SCC and the
provisions, if any, specified in the SCC. However, the identity, specifications,
and quantities of such spare parts and the terms and conditions relating to the
supply thereof are to be agreed between the Employer and the Contractor, and
the price of such spare parts shall be that given in Price Schedule No. 6, which
shall be added to the Contract Price. The price of such spare parts shall
include the purchase price therefore and other costs and expenses (including
the Contractor’s fees) relating to the supply of spare parts.

8. Time for 8.1 The Contractor shall commence work on the Facilities within the period
Commencement and specified in the SCC and without prejudice to GCC Subclause 26.2 hereof, the
Completion Contractor shall thereafter proceed with the Facilities in accordance with the
time schedule specified in the Appendix 4 (Time Schedule) to the Contract
Agreement.
8.2 The Contractor shall attain Completion of the Facilities or of a part where a
separate time for Completion of such part is specified in the Contract, within
the time stated in the SCC or within such extended time to which the
Contractor shall be entitled under GCC Clause 40 hereof.

9. Contractor’s 9.1 The Contractor shall design, manufacture, including associated purchases
Responsibilities and/or subcontracting, install, and complete the Facilities in accordance with
the Contract. When completed, the Facilities should be fit for the purposes for
which they are intended as defined in the Contract.
9.2 The Contractor confirms that it has entered into this Contract on the basis of a
proper examination of the data relating to the Facilities, including any data as
to boring tests provided by the Employer, and on the basis of information that
the Contractor could have obtained from a visual inspection of the Site if
access thereto was available and of other data readily available to it relating to

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-10

the Facilities as of the date 30 days prior to bid submission. The Contractor
acknowledges that any failure to acquaint itself with all such data and
information shall not relieve its responsibility for properly estimating the
difficulty or cost of successfully performing the Facilities.
9.3 The Contractor shall acquire and pay for all permits, approvals, and/or
licenses from all local, state, or national government authorities or public
service undertakings in the country where the Site is located, which such
authorities or undertakings require the Contractor to obtain in its name and
which are necessary for the performance of the Contract, including, without
limitation, visas for the Contractor’s and Subcontractor’s personnel and entry
permits for all imported Contractor’s Equipment. The Contractor shall acquire
all other permits, approvals, and/or licenses that are not the responsibility of
the Employer under GCC Subclause 10.3 hereof and that are necessary for the
performance of the Contract.
9.4 The Contractor shall comply with all laws in force in the country where the
Facilities are to be implemented. The laws will include all local, state,
national, or other laws that affect the performance of the Contract and bind
upon the Contractor. The Contractor shall indemnify and hold harmless the
Employer from and against any and all liabilities, damages, claims, fines,
penalties, and expenses of whatever nature arising or resulting from the
violation of such laws by the Contractor or its personnel, including the
Subcontractors and their personnel, but without prejudice to GCC Subclause
10.1 hereof.
9.5 Any plant and services that will be incorporated in or be required for the
Facilities and other supplies shall have their origin as specified under GCC
Clause 1 (Country of Origin). Any Subcontractors retained by the Contractor
shall be from a country as specified in GCC Clause 1 (Country of Origin).
9.6 The Contractor shall permit GON/DP to inspect the Contractor’s accounts and
records relating to the performance of the Contractor and to have them audited
by auditors appointed by GON/DP, if so required by GON/DP.
9.7 If the Contractor is a joint venture or consortium of two or more persons, all
such persons shall be jointly and severally bound to the Employer for the
fulfillment of the provisions of the Contract and shall designate one of such
persons to act as a leader with authority to bind the joint venture or
consortium. The composition or the constitution of the joint venture or
consortium shall not be altered without the prior consent of the Employer.
9.8 Protection of the Environment
(a) The Contractor shall take all reasonable steps to protect the environment
(both on and off the Site) and to limit damage and nuisance to people and
property resulting from pollution, noise, and other results of his
operations.
(b) The Contractor shall ensure that emissions, surface discharges, and
effluent from the Contractor’s activities shall not exceed the values stated
in the Specification or prescribed by applicable Laws.

10. Employer’s 10.1 All information and/or data to be supplied by the Employer as described in the
Responsibilities Appendix (Scope of Works and Supply by the Employer) to the Contract
Agreement shall be deemed to be accurate, except when the Employer
expressly states otherwise.
10.2 The Employer shall be responsible for acquiring and providing legal and
physical possession of the Site and access thereto, and for providing

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-11

possession of and access to all other areas reasonably required for the proper
execution of the Contract, including all requisite rights of way, as specified in
the Appendix (Scope of Works and Supply by the Employer) to the Contract
Agreement. The Employer shall give full possession of and accord all rights
of access thereto on or before the date(s) specified in that Appendix.
10.3 The Employer shall acquire and pay for all permits, approvals, and/or licenses
from all local, state, or national government authorities, or public service
undertakings in the country where the Site is located which (a) such
authorities or undertakings require the Employer to obtain in the Employer’s
name, (b) are necessary for the execution of the Contract, including those
required for the performance by both the Contractor and the Employer of their
respective obligations under the Contract, and (c) are specified in the
Appendix (Scope of Works and Supply by the Employer) to the Contract
Agreement.
10.4 If requested by the Contractor, the Employer shall use its best endeavors to
assist the Contractor in obtaining in a timely and expeditious manner all
permits, approvals, and/or licenses necessary for the execution of the Contract
from all local, state, or national government authorities, or public service
undertakings that such authorities or undertakings require the Contractor or
Subcontractors or the personnel of the Contractor or Subcontractors, as the
case may be, to obtain.
10.5 Unless otherwise specified in the Contract or agreed upon by the Employer
and the Contractor, the Employer shall provide sufficient, properly qualified
operating and maintenance personnel; shall supply and make available all raw
materials, utilities, lubricants, chemicals, catalysts, other materials and
facilities; and shall perform all work and services of whatsoever nature,
including those required by the Contractor to properly carry out Pre-
commissioning, Commissioning, and Guarantee Tests, all in accordance with
the provisions of the Appendix (Scope of Works and Supply by the
Employer) to the Contract Agreement at or before the time specified in the
program furnished by the Contractor under GCC Subclause 18.2 hereof and in
the manner thereupon specified or as otherwise agreed upon by the Employer
and the Contractor.
10.6 The Employer shall be responsible for the continued operation of the Facilities
after Completion, in accordance with GCC Subclause 24.8, and shall be
responsible for facilitating the Guarantee Test(s) for the Facilities, in
accordance with GCC Subclause 25.2.
10.7 All costs and expenses involved in the performance of the obligations under
this GCC Clause 10 shall be the responsibility of the Employer, except those
incurred by the Contractor with respect to the performance of Guarantee
Tests, in accordance with GCC Subclause 25.2.
10.8 In the event that the Employer shall be in breach of any of his obligations
imposed by the Contract, then the additional cost reasonably incurred by the
Contractor in consequence thereof shall be added to the Contract Price.

C. Payment
11. Contract Price 11.1 The Contract Price shall be as specified in Article 2 (Contract Price and Terms
of Payment) of the Contract Agreement.
11.2 Unless an adjustment clause is provided for in the SCC, the Contract Price
shall be a firm lump sum not subject to any alteration, except in the event of a

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-12

Change in the Facilities or as otherwise provided in the Contract.


11.3 Subject to GCC Subclauses 9.2, 10.1, and 35 hereof, the Contractor shall be
deemed to have satisfied itself as to the correctness and sufficiency of the
Contract Price, which shall, except as otherwise provided for in the Contract,
cover all its obligations under the Contract.

12. Terms of Payment 12.1 The Contract Price shall be paid as specified in Article 2 (Contract Price and
Terms of Payment) of the Contract Agreement and in the Appendix (Terms
and Procedures of Payment) to the Contract Agreement, which also outlines
the procedures to be followed in making application for and processing
payments.
12.2 No payment made by the Employer herein shall be deemed to constitute
acceptance by the Employer of the Facilities or any part(s) thereof.
12.3 In the event that the Employer fails to make any payment by its respective due
date or within the period set forth in the Contract, the Employer shall pay to
the Contractor interest on the amount of such delayed payment at the rate(s)
shown in the Appendix (Terms and Procedures of Payment) to the Contract
Agreement for the period of delay until payment has been made in full,
whether before or after judgment or arbitrage award.
12.4 The currency or currencies in which payments are made to the Contractor
under this Contract shall be specified in the Appendix (Terms and Procedures
of Payment) to the Contract Agreement, subject to the general principle that
payments will be made in the currency or currencies in which the Contract
Price has been stated in the Contractor’s bid.

13. Securities 13.1 Issuance of Securities


The Contractor shall provide the securities specified below in favor of the
Employer at the times, and in the amount, manner, and form specified below.
13.2 Advance Payment Security
13.2.1 The Contractor shall, within 30 days of the notification of contract
award, provide a security in an amount equal to the advance payment
calculated in accordance with the Appendix (Terms and Procedures of
Payment) to the Contract Agreement, and in the same currency or
currencies.
13.2.2 The security shall be in the form provided in the Bidding Documents
or in another form acceptable to the Employer. The amount of the
security shall be reduced in proportion to the value of the Facilities
executed by and paid to the Contractor from time to time, and shall
automatically become null and void when the full amount of the
advance payment has been recovered by the Employer. The security
shall be returned to the Contractor immediately after its expiration.
13.3 Performance Security
13.3.1 The Contractor shall, within 30 days of the notification of contract
award, provide a security for the due performance of the Contract in
the amount specified in the SCC.
13.3.2 The security shall be denominated in the currency or currencies of the
Contract, or in a freely convertible currency acceptable to the
Employer, and shall be in one of the forms of bank guarantees
provided in the Bidding Documents, as stipulated by the Employer in
the SCC, or in another form acceptable to the Employer.
13.3.3 Unless otherwise specified in the SCC, the security shall be reduced

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-13

by half on the date of the Operational Acceptance. The Security shall


become null and void, or shall be reduced pro rata to the Contract
Price of a part of the Facilities for which a separate Time for
Completion is provided, 540 days after Completion of the Facilities
or 365 days after Operational Acceptance of the Facilities, whichever
occurs first; provided, however, that if the Defects Liability Period
has been extended on any part of the Facilities pursuant to GCC
Subclause 27.8 hereof, the Contractor shall issue an additional
security in an amount proportionate to the Contract Price of that part.
The security shall be returned to the Contractor immediately after its
expiration, provided, however, that if the Contractor, pursuant to
GCC Subclause 27.10, is liable for an extended defect liability
obligation, the performance security shall be extended for the period
and up to the amount specified in the SCC.

14. Taxes and Duties 14.1 Except as otherwise specifically provided in the Contract, the Contractor shall
bear and pay all taxes, duties, levies, and charges assessed on the Contractor,
its Subcontractors, or their employees by all municipal, state, or national
government authorities in connection with the Facilities in and outside of the
country where the Site is located.
14.2 Notwithstanding GCC Subclause 14.1 above, the Employer shall bear and
promptly pay all customs and import duties as well as other local taxes like,
e.g., a value-added tax (VAT), imposed by the law of the country where the
Site is located on the Plant specified in Price Schedule No. 1 and that are to be
incorporated into the Facilities.
14.3 If any tax exemptions, reductions, allowances, or privileges may be available
to the Contractor in the country where the Site is located, the Employer shall
use its best endeavors to enable the Contractor to benefit from any such tax
savings to the maximum allowable extent.
14.4 For the purpose of the Contract, it is agreed that the Contract Price specified in
Article 2 (Contract Price and Terms of Payment) of the Contract Agreement is
based on the taxes, duties, levies, and charges prevailing at the date 30 days
prior to the date of bid submission in the country where the Site is located
(hereinafter called “Tax” in this GCC Subclause 14.4). If any rates of Tax are
increased or decreased, a new Tax is introduced, an existing Tax is abolished,
or any change in interpretation or application of any Tax occurs in the course
of the performance of Contract, which was or will be assessed on the
Contractor, Subcontractors, or their employees in connection with
performance of the Contract, an equitable adjustment of the Contract Price
shall be made to fully take into account any such change by addition to the
Contract Price or deduction therefrom, as the case may be, in accordance with
GCC Clause 36 hereof.

D. Intellectual Property
15. License/Use of 15.1 For the operation and maintenance of the Plant, the Contractor hereby grants
Technical a non-exclusive and nontransferable license (without the right to sublicense)
Information to the Employer under the patents, utility models, or other industrial property
rights owned by the Contractor or by a third party from whom the Contractor
has received the right to grant licenses thereunder, and shall also grant to the
Employer a nonexclusive and nontransferable right (without the right to
sublicense) to use the know-how and other technical information disclosed to
the Employer under the Contract. Nothing contained herein shall be

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-14

construed as transferring ownership of any patent, utility model, trademark,


design, copyright, know-how, or other intellectual property right from the
Contractor or any third party to the Employer.
15.2 The copyright in all drawings, documents, and other materials containing data
and information furnished to the Employer by the Contractor herein shall
remain vested in the Contractor or, if they are furnished to the Employer
directly or through the Contractor by any third party, including suppliers of
materials, the copyright in such materials shall remain vested in such third
party.

16. Confidential 16.1 The Employer and the Contractor shall keep confidential and shall not, without
Information the written consent of the other party hereto, divulge to any third party any
documents, data or other information furnished directly or indirectly by the
other party hereto in connection with the Contract, whether such information
has been furnished prior to, during, or following termination of the Contract.
Notwithstanding the above, the Contractor may furnish to its Subcontractor(s)
such documents, data, and other information it receives from the Employer to
the extent required for the Subcontractor(s) to perform its work under the
Contract, in which event the Contractor shall obtain from such
Subcontractor(s) an undertaking of confidentiality similar to that imposed on
the Contractor under this GCC Clause 16.
16.2 The Employer shall not use such documents, data, and other information
received from the Contractor for any purpose other than the operation and
maintenance of the Facilities. Similarly, the Contractor shall not use such
documents, data, and other information received from the Employer for any
purpose other than the design, procurement of Plant, construction, or such
other work and services as are required for the performance of the Contract.
16.3 The obligation of a party under GCC Sub clauses 16.1 and 16.2 above,
however, shall not apply to that information, which
(a) now or hereafter enters the public domain through no fault of that party;
(b) can be proven to have been possessed by that party at the time of
disclosure and which was not previously obtained, directly or indirectly,
from the other party hereto; and
(c) otherwise lawfully becomes available to that party from a third party
that has no obligation of confidentiality.
16.4 The above provisions of this GCC Clause 16 shall not in any way modify any
undertaking of confidentiality given by either of the parties hereto prior to the
date of the Contract in respect of the Facilities or any part thereof.
16.5 The provisions of this GCC Clause 16 shall survive termination, for whatever
reason, of the Contract.

E. Execution of the Facilities


17. Representatives 17.1 Project Manager
If the Project Manager is not named in the Contract, then within 14 days of the
Effective Date, the Employer shall appoint and notify the Contractor in writing
of the name of the Project Manager. The Employer may from time to time
appoint some other person as the Project Manager in place of the person
previously so appointed, and shall give notice of the name of such other
person to the Contractor without delay. No such appointment shall be made at
such a time or in such a manner as to impede the progress of work on the
Facilities. Such appointment shall only take effect upon receipt of such notice

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-15

by the Contractor. The Project Manager shall represent and act for the
Employer at all times during the performance of the Contract. All notices,
instructions, orders, certificates, approvals, and all other communications
under the Contract shall be given by the Project Manager, except as herein
otherwise provided.
All notices, instructions, information, and other communications given by the
Contractor to the Employer under the Contract shall be given to the Project
Manager, except as herein otherwise provided.
17.2 Contractor’s Representative and Construction Manager
17.2.1 If the Contractor’s Representative is not named in the Contract, then
within 14 days of the Effective Date, the Contractor shall appoint the
Contractor’s Representative and shall request the Employer in writing
to approve the person so appointed. If the Employer makes no
objection to the appointment within 14 days, the Contractor’s
Representative shall be deemed to have been approved. If the
Employer objects to the appointment within 14 days giving the reason
therefor, then the Contractor shall appoint a replacement within 14
days of such objection, and the foregoing provisions of this GCC
Subclause 17.2.1 shall apply thereto.
17.2.2 The Contractor’s Representative shall represent and act for the
Contractor at all times during the performance of the Contract and
shall give to the Project Manager all the Contractor’s notices,
instructions, information, and all other communications under the
Contract.
All notices, instructions, information, and all other communications
given by the Employer or the Project Manager to the Contractor under
the Contract shall be given to the Contractor’s Representative or, in its
absence, its deputy, except as herein otherwise provided.
The Contractor shall not revoke the appointment of the Contractor’s
Representative without the Employer’s prior written consent, which
shall not be unreasonably withheld. If the Employer consents thereto,
the Contractor shall appoint some other person as the Contractor’s
Representative, pursuant to the procedure set out in GCC Subclause
17.2.1.
17.2.3 The Contractor’s Representative may, subject to the approval of the
Employer which shall not be unreasonably withheld, at any time
delegate to any person any of the powers, functions and authorities
vested in him or her. Any such delegation may be revoked at any time.
Any such delegation or revocation shall be subject to a prior notice
signed by the Contractor’s Representative, and shall specify the
powers, functions, and authorities thereby delegated or revoked. No
such delegation or revocation shall take effect unless and until a copy
thereof has been delivered to the Employer and the Project Manager.
Any act or exercise by any person of powers, functions and authorities
so delegated to him or her in accordance with this GCC Subclause
17.2.3 shall be deemed to be an act or exercise by the Contractor’s
Representative.
17.2.4 From the commencement of installation of the Facilities at the Site
until Completion, the Contractor’s Representative shall appoint a
suitable person as the Construction Manager. The Construction
Manager shall supervise all work done at the Site by the Contractor

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-16

and shall be present at the Site throughout normal working hours


except when on leave, sick, or absent for reasons connected with the
proper performance of the Contract. Whenever the Construction
Manager is absent from the Site, the Contractor’s Representative or the
Construction Manager shall appoint a suitable person to act as the
Construction Manager’s deputy.
17.2.5 The Employer may by notice to the Contractor object to any
representative or person employed by the Contractor in the execution
of the Contract who, in the reasonable opinion of the Employer, may
behave inappropriately, may be incompetent or negligent, or may
commit a serious breach of the Site regulations provided under GCC
Subclause 22.4. The Employer shall provide evidence of the same,
whereupon the Contractor shall remove such person from the
Facilities.
17.2.6 If any representative or person employed by the Contractor is removed
in accordance with GCC Subclause 17.2.5, the Contractor shall, where
required, promptly appoint a replacement.

18. Work Program 18.1 Contractor’s Organization


The Contractor shall supply to the Employer and the Project Manager a chart
showing the proposed organization to be established by the Contractor for
carrying out work on the Facilities within 21 days of the Effective Date. The
chart shall include the identities of the key personnel, and the curricula vitae of
such key personnel to be employed shall be supplied together with the chart.
The Contractor shall promptly inform the Employer and the Project Manager
in writing of any revision or alteration of such an organization chart.
18.2 Program of Performance
Within 30 days after the Effective Date, the Contractor shall submit to the
Project Manager a detailed program of performance of the Contract, made in a
form acceptable to the Project Manager and showing the sequence in which it
proposes to design, manufacture, transport, assemble, install, and pre-
commission the Facilities, as well as the date by which the Contractor
reasonably requires that the Employer shall have fulfilled its obligations under
the Contract so as to enable the Contractor to execute the Contract in
accordance with the program and to achieve Completion, Commissioning, and
Acceptance of the Facilities in accordance with the Contract. The program so
submitted by the Contractor shall accord with the Time Schedule included in
the Appendix (Time Schedule) to the Contract Agreement and any other dates
and periods specified in the Contract. The Contractor shall update and revise
the program as and when appropriate or when required by the Project
Manager, but without modification in the Times for Completion given in the
SCC and any extension granted in accordance with GCC Clause 40, and shall
submit all such revisions to the Project Manager.
18.3 Progress Report
The Contractor shall monitor progress of all the activities specified in the
program referred to in GCC Sub clause 18.2 above, and supply a progress
report to the Project Manager every month.
The progress report shall be in a form acceptable to the Project Manager and
shall indicate: (a) percentage completion achieved compared with the planned
percentage completion for each activity; and (b) where any activity is behind
the program, giving comments and likely consequences and stating the

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-17

corrective action being taken.


18.4 Progress of Performance
If at any time the Contractor’s actual progress falls behind the program
referred to in GCC Subclause 18.2, or it becomes apparent that it will so fall
behind, the Contractor shall, at the request of the Employer or the Project
Manager, prepare and submit to the Project Manager a revised program, taking
into account the prevailing circumstances, and shall notify the Project
Manager of the steps being taken to expedite progress so as to attain
Completion of the Facilities within the Time for Completion under GCC
Subclause 8.2, any extension thereof entitled under GCC Subclause 40.1, or
any extended period as may otherwise be agreed upon between the Employer
and the Contractor.
18.5 Procedures
The Contract shall be executed in accordance with the Contract Documents
including the procedures given in the Forms and Procedures of the Employer’s
Requirements.
The Contractor may execute the Contract in accordance with its own standard
project execution plans and procedures to the extent that they do not conflict
with the provisions contained in the Contract.

19.Subcontracting 19.1 The Appendix 5 (List of Major Items of Plant and Services and List of
Approved Subcontractors) to the Contract Agreement specifies major items
of plant and services and a list of approved Subcontractors against each item,
including manufacturers. Insofar as no Subcontractors are listed against any
such item, the Contractor shall prepare a list of Subcontractors for such item
for inclusion in such list. The Contractor may from time to time propose any
addition to or deletion from any such list. The Contractor shall submit any
such list or any modification thereto to the Employer for its approval in
sufficient time so as not to impede the progress of work on the Facilities.
Such approval by the Employer for any of the Subcontractors shall not relieve
the Contractor from any of its obligations, duties, or responsibilities under the
Contract.
19.2 The Contractor shall select and employ its Subcontractors for such major
items from those listed in the lists referred to in GCC Sub clause 19.1.
19.3 For items or parts of the Facilities not specified in the Appendix (List of
Major Items of Plant and Services and List of Approved Subcontractors for
Major Items) to the Contract Agreement, the Contractor may employ such
Subcontractors as it may select, at its discretion.
19.4 Each subcontract shall include provisions which would entitle the Employer
to require the sub-contract to be assigned to the Employer under GCC 19.5 (if
and when applicable), or in event of termination by the Employer under GCC
42.2.
19.5 If a Sub-contractor's obligations extend beyond the expiry date of the relevant
Defects Liability Period and the Project Manager, prior to that date, instructs
the Contractor to assign the benefits of such obligations to the Employer, then
the Contractor shall do so.

20. Design and 20.1 Specifications and Drawings


Engineering 20.1.1 The Contractor shall execute the basic and detailed design and the
engineering work in compliance with the provisions of the Contract, or
where not so specified, in accordance with good engineering practice.
The Contractor shall be responsible for any discrepancies, errors, or

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-18

omissions in the specifications, drawings, and other technical


documents that it has prepared, whether such specifications, drawings,
and other documents have been approved by the Project Manager or
not, provided that such discrepancies, errors, or omissions are not
because of inaccurate information furnished in writing to the
Contractor by or on behalf of the Employer.
20.1.2 The Contractor shall be entitled to disclaim responsibility for any
design, data, drawing, specification, or other document, or any
modification thereof provided or designated by or on behalf of the
Employer, by giving a notice of such disclaimer to the Project
Manager.
20.2 Codes and Standards
Wherever references are made in the Contract to codes and standards in
accordance with which the Contract shall be executed, the edition or the
revised version of such codes and standards current at the date 30 days prior to
date of bid submission shall apply unless otherwise specified. During
Contract execution, any changes in such codes and standards shall be applied
subject to approval by the Employer and shall be treated in accordance with
GCC Clause 39.
20.3 Approval/Review of Technical Documents by Project Manager
20.3.1 The Contractor shall prepare or cause its Subcontractors to prepare,
and furnish to the Project Manager the documents listed in the
Appendix (List of Documents for Approval or Review) to the Contract
Agreement for its approval or review as specified and in accordance
with the requirements of GCC Subclause 18.2 (Program of
Performance).
Any part of the Facilities covered by or related to the documents to be
approved by the Project Manager shall be executed only after the
Project Manager’s approval thereof.
GCC Subclauses 20.3.2 through 20.3.7 shall apply to those documents
requiring the Project Manager’s approval, but not to those furnished to
the Project Manager for its review only.
20.3.2 Within 14 days after receipt by the Project Manager of any document
requiring the Project Manager’s approval in accordance with GCC Sub
clause 20.3.1, the Project Manager shall either return one copy thereof
to the Contractor with its approval endorsed thereon or shall notify the
Contractor in writing of its disapproval thereof and the reasons
therefor and the modifications that the Project Manager proposes.
If the Project Manager fails to take such action within the said 14 days,
then the said document shall be deemed to have been approved by the
Project Manager.
20.3.3 The Project Manager shall not disapprove any document, except on the
grounds that the document does not comply with the Contract or that it
is contrary to good engineering practice. If the Project Manager
disapproves a document, he shall specify the reasons for his decision.
20.3.4 If the Project Manager disapproves the document, the Contractor shall
modify the document and resubmit it for the Project Manager’s
approval in accordance with GCC Sub clause 20.3.2. If the Project
Manager approves the document subject to modification(s), the
Contractor shall make the required modification(s), whereupon the

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-19

document shall be deemed to have been approved.


20.3.5 If any dispute or difference occurs between the Employer and the
Contractor in connection with or arising out of the disapproval by the
Project Manager of any document and/or any modification(s) thereto
that cannot be settled between the parties within a reasonable period,
then such dispute or difference may be referred to an Dispute Board
for determination in accordance with GCC Sub clause 45.3 hereof. If
such dispute or difference is referred to a Dispute Board, the Project
Manager shall give instructions as to whether and, if so, how,
performance of the Contract is to proceed. The Contractor shall
proceed with the Contract in accordance with the Project Manager’s
instructions, provided that if the Dispute Board upholds the
Contractor’s view on the dispute and if the Employer has not given
notice under Subclause 45.3 hereof, then the Contractor shall be
reimbursed by the Employer for any additional costs incurred by
reason of such instructions and shall be relieved of such responsibility
or liability in connection with the dispute and the execution of the
instructions as the Dispute Board shall decide, and the Time for
Completion shall be extended accordingly.
20.3.6 The Project Manager’s approval, with or without modification of the
document furnished by the Contractor, shall not relieve the Contractor
of any responsibility or liability imposed upon it by any provisions of
the Contract except to the extent that any subsequent failure results
from modifications required by the Project Manager.
20.3.7 The Contractor shall not depart from any approved document unless
the Contractor has first submitted to the Project Manager an amended
document and obtained the Project Manager’s approval thereof,
pursuant to the provisions of this GCC Subclause 20.3.
If the Project Manager requests any change in any already approved
document and/or in any document based thereon, the provisions of
GCC Clause 39 shall apply to such request.

21. Procurement 21.1 Materials


Subject to GCC Subclause 14.2, the Contractor shall procure and transport all
materials in an expeditious and orderly manner to the Site.
21.2 Employer-Supplied Materials
If the Appendix (Scope of Works and Supply by the Employer) to the
Contract Agreement provides that the Employer shall furnish any specific
items to the Contractor, the following provisions shall apply:
21.2.1 The Employer shall, at its own risk and expense, transport each item to
the place on or near the Site as agreed upon by the parties and make
such item available to the Contractor at the time specified in the
program furnished by the Contractor, pursuant to GCC Subclause 18.2,
unless otherwise mutually agreed.
21.2.2 Upon receipt of such item, the Contractor shall inspect the same
visually and notify the Project Manager of any detected shortage,
defect, or default. The Employer shall immediately remedy any
shortage, defect, or default, or the Contractor shall, if practicable and
possible, at the request of the Employer, remedy such shortage, defect,
or default at the Employer’s cost and expense. After inspection, such
item shall fall under the care, custody, and control of the Contractor.

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-20

The provision of this GCC Subclause 21.2.2 shall apply to any item
supplied to remedy any such shortage or default or to substitute for any
defective item, or shall apply to defective items that have been
repaired.
21.2.3 The foregoing responsibilities of the Contractor and its obligations of
care, custody, and control shall not relieve the Employer of liability for
any undetected shortage, defect, or default, nor place the Contractor
under any liability for any such shortage, defect or default whether
under GCC Clause 27 or under any other provision of Contract.
21.3 Transportation
21.3.1 The Contractor shall at its own risk and expense transport all the
materials and the Contractor’s Equipment to the Site by the mode of
transport that the Contractor judges most suitable under all the
circumstances.
21.3.2 Unless otherwise provided in the Contract, the Contractor shall be
entitled to select any safe mode of transport operated by any person to
carry the materials and the Contractor’s Equipment.
21.3.3 Upon dispatch of each shipment of materials and the Contractor’s
Equipment, the Contractor shall notify the Employer by telex, cable,
facsimile, or electronic means, of the description of the materials and
of the Contractor’s Equipment, the point and means of dispatch, and
the estimated time and point of arrival in the country where the Site is
located, if applicable, and at the Site. The Contractor shall furnish the
Employer with relevant shipping documents to be agreed upon
between the parties.
21.3.4 The Contractor shall be responsible for obtaining, if necessary,
approvals from the authorities for transportation of the materials and
the Contractor’s Equipment to the Site. The Employer shall use its
best endeavors in a timely and expeditious manner to assist the
Contractor in obtaining such approvals, if requested by the Contractor.
The Contractor shall indemnify and hold harmless the Employer from
and against any claim for damage to roads, bridges, or any other traffic
facilities that may be caused by the transport of the materials and the
Contractor’s Equipment to the Site.
21.4 Customs Clearance
The Contractor shall, at its own expense, handle all imported materials and
Contractor’s Equipment at the point(s) of import and shall handle any
formalities for customs clearance, subject to the Employer’s obligations under
GCC Subclause 14.2, provided that if applicable laws or regulations require
any application or act to be made by or in the name of the Employer, the
Employer shall take all necessary steps to comply with such laws or
regulations. In the event of delays in customs clearance that are not the fault
of the Contractor, the Contractor shall be entitled to an extension in the Time
for Completion, pursuant to GCC Clause 40.

22. Installation 22.1 Setting Out/Supervision


22.1.1 Benchmark
(a) The Contractor shall be responsible for the true and proper
setting-out of the Facilities in relation to bench marks, reference
marks, and lines provided to it in writing by or on behalf of the
Employer.

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-21

(b) If, at any time during the progress of installation of the


Facilities, any error shall appear in the position, level, or
alignment of the Facilities, the Contractor shall forthwith notify
the Project Manager of such error and, at its own expense,
immediately rectify such error to the reasonable satisfaction of
the Project Manager. If such error is based on incorrect data
provided in writing by or on behalf of the Employer, the
expense of rectifying the same shall be borne by the Employer.
22.1.2 Contractor’s Supervision
The Contractor shall give or provide all necessary superintendence
during the installation of the Facilities, and the Construction Manager
or its deputy shall be constantly on the Site to provide full-time
superintendence of the installation. The Contractor shall provide and
employ only technical personnel who are skilled and experienced in
their respective callings and supervisory staff who are competent to
adequately supervise the work at hand.
22.2 Labor
22.2.1 Engagement of Staff and Labor
(a) Except as otherwise stated in the Specification, the Contractor
shall make arrangements for the engagement of all staff and
labor, local or otherwise, and for their payment, housing,
feeding, and transport.
(b) The Contractor shall provide and employ on the Site in the
installation of the Facilities such skilled, semi-skilled, and
unskilled labor as is necessary for the proper and timely
execution of the Contract. The Contractor is encouraged to use
local labor that has the necessary skills.
(c) The Contractor shall be responsible for obtaining all necessary
permit(s) and/or visa(s) from the appropriate authorities for the
entry of all labor and personnel to be employed on the Site into
the country where the Site is located. The Employer will, if
requested by the Contractor, use his best endeavors in a timely
and expeditious manner to assist the Contractor in obtaining any
local, state, national, or government permission required for
bringing in the Contractor’s personnel.
(d) The Contractor shall at its own expense provide the means of
repatriation to all of its and its Subcontractor’s personnel
employed on the Contract at the Site to the place where they
were recruited or to their domicile. It shall also provide suitable
temporary maintenance of all such persons from the cessation of
their employment on the Contract to the date programmed for
their departure. In the event that the Contractor defaults in
providing such means of transportation and temporary
maintenance, the Employer may provide the same to such
personnel and recover the cost of doing so from the Contractor.
22.2.2 Persons in the Service of Employer
The Contractor shall not recruit, or attempt to recruit, staff and labor
from amongst the Employer’s Personnel.
22.2.3 Labor Laws
(a) The Contractor shall comply with all the relevant labor Laws

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-22

applicable to the Contractor’s Personnel, including Laws


relating to their employment, health, safety, welfare,
immigration, and emigration, and shall allow them all their legal
rights.
(b) The Contractor shall at all times during the progress of the
Contract use its best endeavors to prevent any unlawful, riotous,
or disorderly conduct or behavior by or amongst its employees
and the labor of its Subcontractors.
(c) The Contractor shall, in all dealings with its labor and the labor
of its Subcontractors currently employed on or connected with
the Contract, pay due regard to all recognized festivals, official
holidays, religious, or other customs and all local laws and
regulations pertaining to the employment of labor.
22.2.4 Rates of Wages and Conditions of Labor
(a) The Contractor shall pay rates of wages, and observe conditions
of labor, which are not lower than those established for the trade
or industry where the work is carried out. If no established rates
or conditions are applicable, the Contractor shall pay rates of
wages and observe conditions which are not lower than the
general level of wages and conditions observed locally by
employers whose trade or industry is similar to that of the
Contractor.
(b) The Contractor shall inform the Contractor’s Personnel about
their liability to pay personal income taxes in the Country in
respect of such of their salaries, wages, and allowances as are
chargeable under the Laws for the time being in force, and the
Contractor shall perform such duties in regard to such
deductions thereof as may be imposed on him by such Laws.
22.2.5 Working Hours
(a) No work shall be carried out on the Site on locally recognized
days of rest, or outside the normal working hours stated in the
SCC, unless
(i) otherwise stated in the Contract;
(ii) the Project Manager gives consent; or
(iii the work is unavoidable, or necessary for the protection
of life or property or for the safety of the Works, in which
case the Contractor shall immediately advise the Project
Manager.
(b) If and when the Contractor considers it necessary to carry out
work at night or on public holidays so as to meet the Time for
Completion and requests the Project Manager’s consent thereto,
the Project Manager shall not unreasonably withhold such
consent.
(c) This Subclause shall not apply to any work which is customarily
carried out by rotary or double shifts.
22.2.6 Facilities for Staff and Labor
(a) Except as otherwise stated in the Specification, the Contractor
shall provide and maintain all necessary accommodation and
welfare facilities for the Contractor’s Personnel. The Contractor
shall also provide facilities for the Employer’s Personnel as

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-23

stated in the Specification.


(b) The Contractor shall not permit any of the Contractor’s
Personnel to maintain any temporary or permanent living
quarters within the structures forming part of the Permanent
Works.
22.2.7 Health and Safety
(a) The Contractor shall at all times take all reasonable precautions
to maintain the health and safety of the Contractor’s Personnel.
In collaboration with local health authorities, the Contractor
shall ensure that medical staff, first aid facilities, sick bay, and
ambulance service are available at all times at the Site and at
any accommodation for Contractor’s and Employer’s Personnel,
and that suitable arrangements are made for all necessary
welfare and hygiene requirements and for the prevention of
epidemics.
(b) The Contractor shall appoint an accident prevention officer at
the Site, responsible for maintaining safety and protection
against accidents. This person shall be qualified for this
responsibility, and shall have the authority to issue instructions
and take protective measures to prevent accidents. Throughout
the performance of the Contract, the Contractor shall provide
whatever is required by this person to exercise this
responsibility and authority.
(c) The Contractor shall send to the Project Manager, details of any
accident as soon as practicable after its occurrence. The
Contractor shall maintain records and make reports concerning
health, safety, and welfare of persons, and damage to property,
as the Project Manager may reasonably require.
22.2.8 Funeral Arrangements
In the event of the death of any of the Contractor’s personnel or
accompanying members of their families, the Contractor shall be
responsible for making the appropriate arrangements for their return
or burial, unless otherwise specified in the SCC.
22.2.9 Records of Contractor’s Personnel
The Contractor shall keep accurate records of the Contractor’s
personnel, including the number of each class of Contractor’s
Personnel on the Site and the names, ages, gender, hours worked,
and wages paid to all workers. These records shall be summarized on
a monthly basis in a form approved by the Project Manager and shall
be available for inspection by the Project Manager until the
Contractor has completed all work.
22.2.10 Supply of Foodstuff
The Contractor shall arrange for the provision of a sufficient supply
of suitable food as may be stated in the Specification at reasonable
prices for the Contractor’s Personnel for the purposes of or in
connection with the Contract.
22.2.11 Supply of Water
The Contractor shall, having regard to local conditions, provide on
the Site an adequate supply of drinking and other water for the use of
the Contractor’s Personnel.

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-24

22.2.12 Measures against Insect and Pest Nuisance


The Contractor shall at all times take the necessary precautions to
protect the Contractor’s Personnel employed on the Site from insect
and pest nuisance, and to reduce their danger to health. The
Contractor shall comply with all the regulations of the local health
authorities, including use of appropriate insecticide.
22.2.13 Alcoholic Liquor or Drugs
The Contractor shall not, otherwise than in accordance with the
Laws of the Country, import, sell, give barter, or otherwise dispose
of any alcoholic liquor or drugs, or permit or allow importation, sale,
gift barter, or disposal by Contractor's Personnel.
22.2.14 Arms and Ammunition
The Contractor shall not give, barter, or otherwise dispose of, to any
person, any arms or ammunition of any kind, or allow Contractor's
Personnel to do so.
22.2.15 Prohibition of All Forms of Forced or Compulsory Labor
The contractor shall not employ "forced or compulsory labor" in any
form. "Forced or compulsory labor" consists of all work or service,
not voluntarily performed, that is extracted from an individual under
threat of force or penalty.
22.2.16 Prohibition of Harmful Child Labor
The Contractor shall not employ any child to perform any work that
is economically exploitative, or is likely to be hazardous to, or to
interfere with, the child's education, or to be harmful to the child's
health or physical, mental, spiritual, moral, or social development.
22.3 Contractor’s Equipment
22.3.1 All Contractor’s Equipment brought by the Contractor onto the Site
shall be deemed to be intended to be used exclusively for the
execution of the Contract. The Contractor shall not remove the same
from the Site without the Project Manager’s consent that such
Contractor’s Equipment is no longer required for the execution of
the Contract.
22.3.2 Unless otherwise specified in the Contract, upon completion of the
Facilities, the Contractor shall remove from the Site all Equipment
brought by the Contractor onto the Site and any surplus materials
remaining thereon.
22.3.3 The Employer will, if requested, use its best endeavors to assist the
Contractor in obtaining any local, state or national government
permission required by the Contractor for the export of the
Contractor’s Equipment imported by the Contractor for use in the
execution of the Contract that is no longer required for the execution
of the Contract.
22.4 Site Regulations and Safety
The Employer and the Contractor shall establish Site regulations setting out
the rules to be observed in the execution of the Contract at the Site and shall
comply therewith. The Contractor shall prepare and submit to the Employer,
with a copy to the Project Manager, proposed Site regulations for the
Employer’s approval, which approval shall not be unreasonably withheld.
Such Site regulations shall include, but shall not be limited to, rules in respect

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-25

of security, safety of the Facilities, gate control, sanitation, medical care, and
fire prevention.
22.5 Opportunities for Other Contractors
22.5.1 The Contractor shall, upon written request from the Employer or the
Project Manager, give all reasonable opportunities for carrying out
the work to any other contractors employed by the Employer on or
near the Site.
22.5.2 If the Contractor, upon written request from the Employer or the
Project Manager, makes available to other contractors any roads or
ways the maintenance for which the Contractor is responsible,
permits the use by such other contractors of the Contractor’s
Equipment, or provides any other service of whatsoever nature for
such other contractors, the Employer shall fully compensate the
Contractor for any loss or damage caused or occasioned by such
other contractors in respect of any such use or service, and shall pay
to the Contractor reasonable remuneration for the use of such
equipment or the provision of such services.
22.5.3 The Contractor shall also so arrange to perform its work as to
minimize, to the extent possible, interference with the work of other
contractors. The Project Manager shall determine the resolution of
any difference or conflict that may arise between the Contractor and
other contractors and the workers of the Employer in regard to their
work.
22.5.4 The Contractor shall notify the Project Manager promptly of any
defects in the other Contractors’ work that come to its notice, and
that could affect the Contractor’s work. The Project Manager shall
determine the corrective measures, if any, required to rectify the
situation after inspection of the Facilities. Decisions made by the
Project Manager shall be binding on the Contractor.
22.6 Emergency Work
If, by reason of an emergency arising in connection with and during the
execution of the Contract, any protective or remedial work is necessary as a
matter of urgency to prevent damage to the Facilities, the Contractor shall
immediately carry out such work.
If the Contractor is unable or unwilling to do such work immediately, the
Employer may do or cause such work to be done as the Employer may
determine is necessary in order to prevent damage to the Facilities. In such
event the Employer shall, as soon as practicable after the occurrence of any
such emergency, notify the Contractor in writing of such emergency, the work
done and the reasons therefor. If the work done or caused to be done by the
Employer is work that the Contractor was liable to do at its own expense under
the Contract, the reasonable costs incurred by the Employer in connection
therewith shall be paid by the Contractor to the Employer. Otherwise, the cost
of such remedial work shall be borne by the Employer.
22.7 Site Clearance
22.7.1 Site Clearance in Course of Performance
In the course of carrying out the Contract, the Contractor shall keep
the Site reasonably free from all unnecessary obstruction, store, or
remove any surplus materials, clear away any wreckage, rubbish, or
temporary works from the Site, and remove any Contractor’s

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-26

Equipment no longer required for execution of the Contract.


22.7.2 Clearance of Site after Completion
After Completion of all parts of the Facilities, the Contractor shall
clear away and remove all wreckage, rubbish, and debris of any kind
from the Site, and shall leave the Site and Facilities in a clean and
safe condition.
22.8 Watching and Lighting
The Contractor shall provide and maintain at its own expense all lighting,
fencing, and watching when and where necessary for the proper execution and
the protection of the Facilities, or for the safety of the owners and occupiers of
adjacent property and for the safety of the public.

23. Test and 23.1 The Contractor shall at its own expense carry out at the place of manufacture
Inspection and/or on the Site all such tests and/or inspections of the Plant and any part of
the Facilities as are specified in the Contract.
23.2 The Employer and the Project Manager or their designated representatives
shall be entitled to attend the aforesaid test and/or inspection, provided that the
Employer shall bear all costs and expenses incurred in connection with such
attendance including, but not limited to, all traveling and board and lodging
expenses.
23.3 Whenever the Contractor is ready to carry out any such test and/or inspection,
the Contractor shall give a reasonable advance notice of such test and/or
inspection and of the place and time thereof to the Project Manager. The
Contractor shall obtain from any relevant third party or manufacturer any
necessary permission or consent to enable the Employer and the Project
Manager or their designated representatives to attend the test and/or
inspection.
23.4 The Contractor shall provide the Project Manager with a certified report of the
results of any such test and/or inspection.
If the Employer or Project Manager or their designated representatives fails to
attend the test and/or inspection, or if it is agreed between the parties that such
persons shall not do so, then the Contractor may proceed with the test and/or
inspection in the absence of such persons, and may provide the Project
Manager with a certified report of the results thereof.
23.5 The Project Manager may require the Contractor to carry out any test and/or
inspection not required by the Contract, provided that the Contractor’s
reasonable costs and expenses incurred in the carrying out of such test and/or
inspection shall be added to the Contract Price. Further, if such test and/or
inspection impede the progress of work on the Facilities and/or the
Contractor’s performance of its other obligations under the Contract, due
allowance will be made in respect of the Time for Completion and the other
obligations so affected.
23.6 If any Plant or any part of the Facilities fails to pass any test and/or inspection,
the Contractor shall either rectify or replace such Plant or part of the Facilities
and shall repeat the test and/or inspection upon giving a notice under GCC
Subclause 23.3.
23.7 If any dispute or difference of opinion shall arise between the parties in
connection with or arising out of the test and/or inspection of the Plant or part
of the Facilities that cannot be settled between the parties within a reasonable
period of time, it may be referred to an Dispute Board for determination in
accordance with GCC Subclause 45.3.

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-27

23.8 The Contractor shall afford the Employer and the Project Manager, at the
Employer’s expense, access at any reasonable time to any place where the
Plant are being manufactured or the Facilities are being installed, in order to
inspect the progress and the manner of manufacture or installation, provided
that the Project Manager shall give the Contractor a reasonable prior notice.
23.9 The Contractor agrees that neither the execution of a test and/or inspection of
Plant or any part of the Facilities, nor the attendance by the Employer or the
Project Manager, nor the issue of any test certificate pursuant to GCC
Subclause 23.4, shall release the Contractor from any other responsibilities
under the Contract.
23.10 No part of the Facilities or foundations shall be covered up on the Site without
the Contractor carrying out any test and/or inspection required under the
Contract. The Contractor shall give a reasonable notice to the Project Manager
whenever any such parts of the Facilities or foundations are ready or about to
be ready for test and/or inspection; such test and/or inspection and notice
thereof shall be subject to the requirements of the Contract.
23.11 The Contractor shall uncover any part of the Facilities or foundations, or shall
make openings in or through the same as the Project Manager may from time
to time require at the Site, and shall reinstate and make good such part or parts.
If any parts of the Facilities or foundations have been covered up at the Site
after compliance with the requirement of GCC Subclause 23.10 and are found
to be executed in accordance with the Contract, the expenses of uncovering,
making openings in or through, reinstating, and making good the same shall be
borne by the Employer, and the Time for Completion shall be reasonably
adjusted to the extent that the Contractor has thereby been delayed or impeded
in the performance of any of its obligations under the Contract.

24. Completion of the 24.1 As soon as the Facilities or any part thereof has, in the opinion of the
Facilities Contractor, been completed operationally and structurally and put in a tight
and clean condition as specified in the Employer’s Requirements, excluding
minor items not materially affecting the operation or safety of the Facilities,
the Contractor shall so notify the Employer in writing.
24.2 Within 7 days after receipt of the notice from the Contractor under GCC
Subclause 24.1, the Employer shall supply the operating and maintenance
personnel specified in the Appendix (Scope of Works and Supply by the
Employer) to the Contract Agreement for Pre-commissioning of the Facilities
or any part thereof.
Pursuant to the Appendix (Scope of Works and Supply by the Employer) to
the Contract Agreement, the Employer shall also provide, within the said 7-
day period, the raw materials, utilities, lubricants, chemicals, catalysts,
facilities, services, and other matters required for Pre-commissioning of the
Facilities or any part thereof.
24.3 As soon as reasonably practicable after the operating and maintenance
personnel have been supplied by the Employer and the raw materials, utilities,
lubricants, chemicals, catalysts, facilities, services, and other matters have
been provided by the Employer in accordance with GCC Subclause 24.2, the
Contractor shall commence Pre-commissioning of the Facilities or the relevant
part thereof in preparation for Commissioning, subject to GCC Subclause
25.5.
24.4 As soon as all works in respect of Pre-commissioning are completed and, in
the opinion of the Contractor, the Facilities or any part thereof is ready for

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-28

Commissioning, the Contractor shall so notify the Project Manager in writing.


24.5 The Project Manager shall, within 14 days after receipt of the Contractor’s
notice under GCC Subclause 24.4, either issue a Completion Certificate in the
form specified in the Employer’s Requirements (Forms and Procedures),
stating that the Facilities or that part thereof have reached Completion as of the
date of the Contractor’s notice under GCC Subclause 24.4, or notify the
Contractor in writing of any defects and/or deficiencies.
If the Project Manager notifies the Contractor of any defects and/or
deficiencies, the Contractor shall then correct such defects and/or deficiencies,
and shall repeat the procedure described in GCC Subclause 24.4.
If the Project Manager is satisfied that the Facilities or that part thereof have
reached Completion, the Project Manager shall, within 7 days after receipt of
the Contractor’s repeated notice, issue a Completion Certificate stating that the
Facilities or that part thereof have reached Completion as of the date of the
Contractor’s repeated notice.
If the Project Manager is not so satisfied, then it shall notify the Contractor in
writing of any defects and/or deficiencies within 7 days after receipt of the
Contractor’s repeated notice, and the above procedure shall be repeated.
24.6 If the Project Manager fails to issue the Completion Certificate and fails to
inform the Contractor of any defects and/or deficiencies within 14 days after
receipt of the Contractor’s notice under GCC Subclause 24.4 or within 7 days
after receipt of the Contractor’s repeated notice under GCC Subclause 24.5, or
if the Employer makes use of the Facilities or part thereof, then the Facilities
or that part thereof shall be deemed to have reached Completion as of the date
of the Contractor’s notice or repeated notice, or as of the Employer’s use of
the Facilities, as the case may be.
24.7 As soon as possible after Completion, the Contractor shall complete all
outstanding minor items so that the Facilities are fully in accordance with the
requirements of the Contract, failing which the Employer will undertake such
completion and deduct the costs thereof from any monies owing to the
Contractor.
24.8 Upon Completion, the Employer shall be responsible for the care and custody
of the Facilities or the relevant part thereof, together with the risk of loss or
damage thereto, and shall thereafter take over the Facilities or the relevant part
thereof.

25. Commissioning and 25.1 Commissioning


Operational 25.1.1 Commissioning of the Facilities or any part thereof shall be
Acceptance commenced by the Contractor immediately after issue of the
Completion Certificate by the Project Manager, pursuant to GCC
Subclause 24.5, or immediately after the date of the deemed
Completion, under GCC Subclause 24.6.
25.1.2 The Employer shall supply the operating and maintenance personnel
and all raw materials, utilities, lubricants, chemicals, catalysts,
facilities, services, and other matters required for Commissioning.
25.1.3 In accordance with the requirements of the Contract, the Contractor’s
and Project Manager’s advisory personnel shall attend the
Commissioning, including the Guarantee Test, and shall advise and
assist the Employer.
25.2 Guarantee Test
25.2.1 Subject to GCC Subclause 25.5, the Guarantee Test and repeats

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-29

thereof shall be conducted by the Contractor during Commissioning of


the Facilities or the relevant part thereof to ascertain whether the
Facilities or the relevant part can attain the Functional Guarantees
specified in the Appendix (Functional Guarantees) to the Contract
Agreement. The Employer shall promptly provide the Contractor with
such information as the Contractor may reasonably require in relation
to the conduct and results of the Guarantee Test and any repeats
thereof.
25.2.2 If for reasons not attributable to the Contractor, the Guarantee Test of
the Facilities or the relevant part thereof cannot be successfully
completed within the period from the date of Completion specified in
the SCC or any other period agreed upon by the Employer and the
Contractor, the Contractor shall be deemed to have fulfilled its
obligations with respect to the Functional Guarantees, and GCC
Subclauses 28.2 and 28.3 shall not apply.
25.3 Operational Acceptance
25.3.1 Subject to GCC Subclause 25.4 below, Operational Acceptance shall
occur in respect of the Facilities or any part thereof when
(a) the Guarantee Test has been successfully completed and the
Functional Guarantees are met; or
(b) the Guarantee Test has not been successfully completed or has
not been carried out for reasons not attributable to the Contractor
within the period from the date of Completion specified in the
SCC, or any other agreed upon period as specified in GCC
Subclause 25.2.2 above; or
(c) the Contractor has paid the liquidated damages specified in GCC
Subclause 28.3 hereof; and
(d) any minor items mentioned in GCC Subclause 24.7 hereof
relevant to the Facilities or that part thereof have been
completed.
25.3.2 At any time after any of the events set out in GCC Subclause 25.3.1
have occurred, the Contractor may give a notice to the Project
Manager requesting the issue of an Operational Acceptance Certificate
in the form provided in the Employer’s Requirements (Forms and
Procedures)in respect of the Facilities or the part thereof specified in
such notice as of the date of such notice.
25.3.3 The Project Manager shall, after consultation with the Employer, and
within 7 days after receipt of the Contractor’s notice, issue an
Operational Acceptance Certificate.
25.3.4 If within 7 days after receipt of the Contractor’s notice, the Project
Manager fails to issue the Operational Acceptance Certificate or fails
to inform the Contractor in writing of the justifiable reasons why the
Project Manager has not issued the Operational Acceptance
Certificate, the Facilities or the relevant part thereof shall be deemed
to have been accepted as of the date of the Contractor’s said notice.
25.4 Partial Acceptance
25.4.1 If the Contract specifies that Completion and Commissioning shall be
carried out in respect of parts of the Facilities, the provisions relating
to Completion and Commissioning including the Guarantee Test shall
apply to each such part of the Facilities individually, and the

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-30

Operational Acceptance Certificate shall be issued accordingly for


each such part of the Facilities.
25.4.2 If a part of the Facilities comprises facilities such as buildings, for
which no Commissioning or Guarantee Test is required, then the
Project Manager shall issue the Operational Acceptance Certificate for
such facility when it attains Completion, provided that the Contractor
shall thereafter complete any outstanding minor items that are listed in
the Operational Acceptance Certificate.
25.5 Delayed Pre-Commissioning and/or Guarantee Test
25.5.1 In the event that the Contractor is unable to proceed with the Pre-
commissioning of the Facilities pursuant to Subclause 24.3, or with
the Guarantee Test pursuant to Subclause 25.2, for reasons
attributable to the Employer either on account of non availability of
other facilities under the responsibilities of other contractor(s), or for
reasons beyond the Employer’s control, the provisions leading to
“deemed” completion of activities such as Completion, pursuant to
GCC Subclause 24.6, and Operational Acceptance, pursuant to GCC
Subclause 25.3.4, and Contractor’s obligations regarding Defect
Liability Period, pursuant to GCC Subclause 27.2, Functional
Guarantee, pursuant to GCC Clause 28, and Care of Facilities,
pursuant to GCC Clause 32, and GCC Clause 41.1, Suspension, shall
not apply. In this case, the following provisions shall apply.
25.5.2 When the Contractor is notified by the Project Manager that he will be
unable to proceed with the activities and obligations pursuant to above
Subclause 25.5.1, the Contractor shall be entitled to the following:
(a) the Time of Completion shall be extended for the period of
suspension without imposition of liquidated damages pursuant
to GCC Subclause 26.2;
(b) payments due to the Contractor in accordance with the
provision specified in the Appendix (Terms and Procedures of
Payment) to the Contract Agreement, which would not have
been payable in normal circumstances due to noncompletion of
the subject activities, shall be released to the Contractor against
submission of a security in the form of a bank guarantee of
equivalent amount acceptable to the Employer, and which shall
become null and void when the Contractor will have complied
with its obligations regarding those payments, subject to the
provision of Subclause 25.5.3 below;
(c) the expenses towards the above security and extension of other
securities under the contract, of which validity needs to be
extended, shall be reimbursed to the Contractor by the
Employer;
(d) the additional charges towards the care of the Facilities
pursuant to GCC Subclause 32.1 shall be reimbursed to the
Contractor by the Employer for the period between the
notification mentioned above and the notification mentioned in
Subclause 25.5.4 below. The provision of GCC Subclause 33.2
shall apply to the Facilities during the same period.
25.5.3 In the event that the period of suspension under above Subclause
25.5.1 actually exceeds 180 days, the Employer and Contractor shall
mutually agree to any additional compensation payable to the

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-31

Contractor.
25.5.4 When the Contractor is notified by the Project Manager that the plant
is ready for Pre-commissioning, the Contractor shall proceed without
delay in performing all the specified activities and obligations under
the contract.

F. Guarantees and Liabilities


26. Completion Time 26.1 The Contractor guarantees that it shall attain Completion of the Facilities (or a
Guarantee part for which a separate time for completion is specified) within the Time for
Completion specified in the SCC pursuant to GCC Subclause 8.2, or within
such extended time to which the Contractor shall be entitled under GCC
Clause 40 hereof.
26.2 If the Contractor fails to attain Completion of the Facilities or any part thereof
within the Time for Completion or any extension thereof under GCC Clause
40, the Contractor shall pay to the Employer liquidated damages in the
amount specified in the SCC as a percentage rate of the Contract Price or the
relevant part thereof. The aggregate amount of such liquidated damages shall
in no event exceed the amount specified as “Maximum” in the SCC as a
percentage rate of the Contract Price. Once the “Maximum” is reached, the
Employer may consider termination of the Contract, pursuant to GCC
Subclause 42.2.2.
Such payment shall completely satisfy the Contractor’s obligation to attain
Completion of the Facilities or the relevant part thereof within the Time for
Completion or any extension thereof under GCC Clause 40. The Contractor
shall have no further liability whatsoever to the Employer in respect thereof.
However, the payment of liquidated damages shall not in any way relieve the
Contractor from any of its obligations to complete the Facilities or from any
other obligations and liabilities of the Contractor under the Contract.
Save for liquidated damages payable under this GCC Subclause 26.2, the
failure by the Contractor to attain any milestone or other act, matter or thing
by any date specified in the Appendix (Time Schedule) to the Contract
Agreement and/or other program of work prepared pursuant to GCC
Subclause 18.2 shall not render the Contractor liable for any loss or damage
thereby suffered by the Employer.
26.3 If the Contractor attains Completion of the Facilities or any part thereof before
the Time for Completion or any extension thereof under GCC Clause 40, the
Employer shall pay to the Contractor a bonus in the amount specified in the
SCC. The aggregate amount of such bonus shall in no event exceed the
amount specified as “Maximum” in the SCC.

27. Defect Liability 27.1 The Contractor warrants that the Facilities or any part thereof shall be free
from defects in the design, engineering, materials, and workmanship of the
Plant supplied and of the work executed.
27.2 The Defect Liability Period shall be 540 days from the date of Completion of
the Facilities (or any part thereof) or 1 year from the date of Operational
Acceptance of the Facilities (or any part thereof), whichever first occurs,
unless specified otherwise in the SCC pursuant to GCC Subclause 27.10.
If during the Defect Liability Period any defect should be found in the design,
engineering, materials, and workmanship of the Plant supplied or of the work
executed by the Contractor, the Contractor shall promptly, in consultation and
agreement with the Employer regarding appropriate remedying of the defects,
and at its cost, repair, replace, or otherwise make good as the Contractor shall

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-32

determine at its discretion, such defect as well as any damage to the Facilities
caused by such defect. The Contractor shall not be responsible for the repair,
replacement, or making good of any defect or of any damage to the Facilities
arising out of or resulting from any of the following causes:
(a) improper operation or maintenance of the Facilities by the Employer,
(b) operation of the Facilities outside specifications provided in the
Contract, or
(c) normal wear and tear.
27.3 The Contractor’s obligations under this GCC Clause 27 shall not apply to:
(a) any materials that are supplied by the Employer under GCC Subclause
21.2, are normally consumed in operation, or have a normal life shorter
than the Defect Liability Period stated herein;
(b) any designs, specifications or other data designed, supplied, or
specified by or on behalf of the Employer or any matters for which the
Contractor has disclaimed responsibility herein; or
(c) any other materials supplied or any other work executed by or on
behalf of the Employer, except for the work executed by the Employer
under GCC Subclause 27.7.
27.4 The Employer shall give the Contractor a notice stating the nature of any such
defect together with all available evidence thereof, promptly following the
discovery thereof. The Employer shall afford all reasonable opportunity for
the Contractor to inspect any such defect.
27.5 The Employer shall afford the Contractor all necessary access to the Facilities
and the Site to enable the Contractor to perform its obligations under this
GCC Clause 27.
The Contractor may, with the consent of the Employer, remove from the Site
any Plant or any part of the Facilities that are defective if the nature of the
defect, and/or any damage to the Facilities caused by the defect, is such that
repairs cannot be expeditiously carried out at the Site.
27.6 If the repair, replacement or making good is of such a character that it may
affect the efficiency of the Facilities or any part thereof, the Employer may
give to the Contractor a notice requiring that tests of the defective part of the
Facilities shall be made by the Contractor immediately upon completion of
such remedial work, whereupon the Contractor shall carry out such tests.
If such part fails the tests, the Contractor shall carry out further repair,
replacement or making good, as the case may be, until that part of the
Facilities passes such tests. The tests shall be agreed upon by the Employer
and the Contractor.
27.7 If the Contractor fails to commence the work necessary to remedy such defect
or any damage to the Facilities caused by such defect within a reasonable time
(which shall in no event be considered to be less than 15 days), the Employer
may, following notice to the Contractor, proceed to do such work, and the
reasonable costs incurred by the Employer in connection therewith shall be
paid to the Employer by the Contractor or may be deducted by the Employer
from any monies due the Contractor or claimed under the Performance
Security.
27.8 If the Facilities or any part thereof cannot be used by reason of such defect
and/or making good of such defect, the Defect Liability Period of the
Facilities or such part, as the case may be, shall be extended by a period equal
to the period during which the Facilities or such part cannot be used by the

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-33

Employer because of any of the aforesaid reasons.


27.9 Except as provided in GCC Clauses 27 and 33, the Contractor shall be under
no liability whatsoever and howsoever arising, and whether under the
Contract or at law, in respect of defects in the Facilities or any part thereof,
the Plant, design, or engineering, or work executed that appear after
Completion of the Facilities or any part thereof, except where such defects are
the result of the gross negligence, fraud, criminal, or willful action of the
Contractor.
27.10 In addition, any such component of the Facilities and during the period of
time as may be specified in the SCC shall be subject to an extended Defect
Liability Period. Such obligation of the Contractor shall be in addition to the
Defect Liability Period specified under GCC Subclause 27.2.

28. Functional 28.1 The Contractor guarantees that during the Guarantee Test, the Facilities and
Guarantees all parts thereof shall attain the Functional Guarantees specified in the
Appendix (Functional Guarantees) to the Contract Agreement, subject to, and
upon the conditions therein specified.
28.2 If, for reasons attributable to the Contractor, the minimum level of the
Functional Guarantees specified in the Appendix (Functional Guarantees) to
the Contract Agreement are not met either in whole or in part, the Contractor
shall at its cost and expense make such changes, modifications, and/or
additions to the Plant or any part thereof as may be necessary to meet at least
the minimum level of such Guarantees. The Contractor shall notify the
Employer upon completion of the necessary changes, modifications, and/or
additions, and shall request the Employer to repeat the Guarantee Test until
the minimum level of the Guarantees has been met. If the Contractor
eventually fails to meet the minimum level of Functional Guarantees, the
Employer may consider termination of the Contract, pursuant to GCC
Subclause 42.2.2.
28.3 If, for reasons attributable to the Contractor, the Functional Guarantees
specified in the Appendix (Functional Guarantees) to the Contract Agreement
are not attained either in whole or in part, but the minimum level of the
Functional Guarantees specified in the said Appendix to the Contract
Agreement is met, the Contractor shall, at the Contractor’s option, either
(a) make such changes, modifications, and/or additions to the Facilities or
any part thereof that are necessary to attain the Functional Guarantees
at its cost and expense, and shall request the Employer to repeat the
Guarantee Test or
(b) pay liquidated damages to the Employer in respect of the failure to
meet the Functional Guarantees in accordance with the provisions in
the Appendix (Functional Guarantees) to the Contract Agreement.
28.4 The payment of liquidated damages under GCC Subclause 28.3, up to the
limitation of liability specified in the Appendix (Functional Guarantees) to the
Contract Agreement, shall completely satisfy the Contractor’s guarantees
under GCC Subclause 28.3, and the Contractor shall have no further liability
whatsoever to the Employer in respect thereof. Upon the payment of such
liquidated damages by the Contractor, the Project Manager shall issue the
Operational Acceptance Certificate for the Facilities or any part thereof in
respect of which the liquidated damages have been so paid.

29. Patent Indemnity 29.1 The Contractor shall, subject to the Employer’s compliance with GCC
Subclause 29.2, indemnify and hold harmless the Employer and its employees

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-34

and officers from and against any and all suits, actions, or administrative
proceedings, claims, demands, losses, damages, costs, and expenses of
whatsoever nature, including attorney’s fees and expenses, which the
Employer may suffer as a result of any infringement or alleged infringement
of any patent, utility model, registered design, trademark, copyright, or other
intellectual property right registered or otherwise existing at the date of the
Contract by reason of (a) the installation of the Facilities by the Contractor or
the use of the Facilities in the country where the Site is located, and (b) the
sale of the products produced by the Facilities in any country.
Such indemnity shall not cover any use of the Facilities or any part thereof
other than for the purpose indicated by or to be reasonably inferred from the
Contract, any infringement resulting from the use of the Facilities or any part
thereof, or any products produced thereby in association or combination with
any other equipment, plant, or materials not supplied by the Contractor,
pursuant to the Contract Agreement.
29.2 If any proceedings are brought or any claim is made against the Employer
arising out of the matters referred to in GCC Subclause 29.1, the Employer
shall promptly give the Contractor a notice thereof, and the Contractor may at
its own expense and in the Employer’s name conduct such proceedings or
claim and any negotiations for the settlement of any such proceedings or
claim.
If the Contractor fails to notify the Employer within 30 days after receipt of
such notice that it intends to conduct any such proceedings or claim, then the
Employer shall be free to conduct the same on its own behalf. Unless the
Contractor has so failed to notify the Employer within the 30-day period, the
Employer shall make no admission that may be prejudicial to the defense of
any such proceedings or claim.
The Employer shall, at the Contractor’s request, afford all available assistance
to the Contractor in conducting such proceedings or claim, and shall be
reimbursed by the Contractor for all reasonable expenses incurred in so doing.
29.3 The Employer shall indemnify and hold harmless the Contractor and its
employees, officers, and Subcontractors from and against any and all suits,
actions or administrative proceedings, claims, demands, losses, damages,
costs, and expenses of whatsoever nature, including attorney’s fees and
expenses, which the Contractor may suffer as a result of any infringement or
alleged infringement of any patent, utility model, registered design,
trademark, copyright, or other intellectual property right registered or
otherwise existing at the date of the Contract arising out of or in connection
with any design, data, drawing, specification, or other documents or materials
provided or designed by or on behalf of the Employer.

30. Limitation of 30.1 Except in cases of criminal negligence or willful misconduct,


Liability (a) the Contractor shall not be liable to the Employer, whether in contract,
tort, or otherwise, for any indirect or consequential loss or damage, loss
of use, loss of production, or loss of profits or interest costs, provided
that this exclusion shall not apply to any obligation of the Contractor to
pay liquidated damages to the Employer, and
(b) the aggregate liability of the Contractor to the Employer, whether under
the Contract, in tort or otherwise, shall not exceed a multiple of the
Contract Price specified in the SCC or, if a multiple is not so specified,
the total Contract Price, provided that this limitation shall not apply to
the cost of repairing or replacing defective equipment, or to any

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-35

obligation of the Contractor to indemnify the Employer with respect to


patent infringement.

G. Risk Distribution
31. Transfer of 31.1 Ownership of the Plant (including spare parts) to be imported into the country
Ownership where the Site is located shall be transferred to the Employer upon loading on
to the mode of transport to be used to convey the Plant from the country of
origin to that country.
31.2 Ownership of the Plant (including spare parts) procured in the country where
the Site is located shall be transferred to the Employer when the Plant are
brought on to the Site.
31.3 Ownership of the Contractor’s Equipment used by the Contractor and its
Subcontractors in connection with the Contract shall remain with the
Contractor or its Subcontractors.
31.4 Ownership of any Plant in excess of the requirements for the Facilities shall
revert to the Contractor upon Completion of the Facilities or at such earlier
time when the Employer and the Contractor agree that the Plant in question are
no longer required for the Facilities.
31.5 Notwithstanding the transfer of ownership of the Plant, the responsibility for
care and custody thereof together with the risk of loss or damage thereto shall
remain with the Contractor pursuant to GCC Clause 32 (Care of Facilities)
hereof until Completion of the Facilities or the part thereof in which such Plant
are incorporated.

32. Care of Facilities 32.1 The Contractor shall be responsible for the care and custody of the Facilities or
any part thereof until the date of Completion of the Facilities pursuant to GCC
Clause 24 or, where the Contract provides for Completion of the Facilities in
parts, until the date of Completion of the relevant part, and shall make good at
its own cost any loss or damage that may occur to the Facilities or the relevant
part thereof from any cause whatsoever during such period. The Contractor
shall also be responsible for any loss or damage to the Facilities caused by the
Contractor or its Subcontractors in the course of any work carried out, pursuant
to GCC Clause 27. Notwithstanding the foregoing, the Contractor shall not be
liable for any loss or damage to the Facilities or that part thereof caused by
reason of any of the matters specified or referred to in paragraphs (a), (b) and
(c) of GCC Subclauses 32.2 and 38.1.
32.2 If any loss or damage occurs to the Facilities or any part thereof or to the
Contractor’s temporary facilities by reason of
(a) insofar as they relate to the country where the Site is located, nuclear
reaction, nuclear radiation, radioactive contamination, pressure wave
caused by aircraft or other aerial objects, or any other occurrences that
an experienced contractor could not reasonably foresee, or if reasonably
foreseeable could not reasonably make provision for or insure against,
insofar as such risks are not normally insurable on the insurance market
and are mentioned in the general exclusions of the policy of insurance,
including War Risks and Political Risks, taken out under GCC Clause
34 hereof; or
(b) any use or occupation by the Employer or any third party other than a
Subcontractor, authorized by the Employer of any part of the Facilities;
or
(c) any use of or reliance upon any design, data, or specification provided
or designated by or on behalf of the Employer, or any such matter for

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-36

which the Contractor has disclaimed responsibility herein,


the Employer shall pay to the Contractor all sums payable in respect of the
Facilities executed, notwithstanding that the same be lost, destroyed, or
damaged, and will pay to the Contractor the replacement value of all temporary
facilities and all parts thereof lost, destroyed, or damaged. If the Employer
requests the Contractor in writing to make good any loss or damage to the
Facilities thereby occasioned, the Contractor shall make good the same at the
cost of the Employer in accordance with GCC Clause 39. If the Employer
does not request the Contractor in writing to make good any loss or damage to
the Facilities thereby occasioned, the Employer shall either request a change in
accordance with GCC Clause 39, excluding the performance of that part of the
Facilities thereby lost, destroyed or damaged, or, where the loss or damage
affects a substantial part of the Facilities, the Employer shall terminate the
Contract pursuant to GCC Subclause 42.1 hereof.
32.3 The Contractor shall be liable for any loss of or damage to any Contractor’s
Equipment, or any other property of the Contractor used or intended to be used
for purposes of the Facilities, except (i) as mentioned in GCC Subclause 32.2
with respect to the Contractor’s temporary facilities, and (ii) where such loss or
damage arises by reason of any of the matters specified in GCC Subclauses
32.2 (b) and (c) and 38.1.
32.4 With respect to any loss or damage caused to the Facilities or any part thereof
or to the Contractor’s Equipment by reason of any of the matters specified in
GCC Subclause 38.1, the provisions of GCC Subclause 38.3 shall apply.

33. Loss of or 33.1 Subject to GCC Subclause 33.3, the Contractor shall indemnify and hold
Damage to harmless the Employer and its employees and officers from and against any
Property; and all suits, actions, or administrative proceedings, claims, demands, losses,
Accident or damages, costs, and expenses of whatsoever nature, including attorney’s fees
Injury to and expenses, in respect of the death or injury of any person or loss of or
Workers; damage to any property other than the Facilities whether accepted or not,
Indemnification arising in connection with the supply and installation of the Facilities and by
reason of the negligence of the Contractor or its Subcontractors, or their
employees, officers, or agents, except any injury, death, or property damage
caused by the negligence of the Employer, its contractors, employees, officers,
or agents.
33.2 If any proceedings are brought or any claim is made against the Employer that
might subject the Contractor to liability under GCC Subclause 33.1, the
Employer shall promptly give the Contractor a notice thereof and the
Contractor may at its own expense and in the Employer’s name conduct such
proceedings or claim and any negotiations for the settlement of any such
proceedings or claim.
If the Contractor fails to notify the Employer within 30 days after receipt of
such notice that it intends to conduct any such proceedings or claim, then the
Employer shall be free to conduct the same on its own behalf. Unless the
Contractor has so failed to notify the Employer within the 30-day period, the
Employer shall make no admission that may be prejudicial to the defense of
any such proceedings or claim.
The Employer shall, at the Contractor’s request, afford all available assistance
to the Contractor in conducting such proceedings or claim, and shall be
reimbursed by the Contractor for all reasonable expenses incurred in so doing.
33.3 The Employer shall indemnify and hold harmless the Contractor and its
employees, officers, and Subcontractors from any liability for loss of or

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-37

damage to property of the Employer, other than the Facilities not yet taken
over, that is caused by fire, explosion, or any other perils, in excess of the
amount recoverable from insurances procured under GCC Clause 34, provided
that such fire, explosion, or other perils were not caused by any act or failure of
the Contractor.
33.4 The party entitled to the benefit of an indemnity under this GCC Clause 33
shall take all reasonable measures to mitigate any loss or damage which has
occurred. If the party fails to take such measures, the other party’s liabilities
shall be correspondingly reduced.

34. Insurance 34.1 To the extent specified in the Appendix (Insurance Requirements) to the
Contract Agreement, the Contractor shall at its expense take out and maintain
in effect, or cause to be taken out and maintained in effect, during the
performance of the Contract, the insurances set forth below in the sums and
with the deductibles and other conditions specified in the said Appendix. The
identity of the insurers and the form of the policies shall be subject to the
approval of the Employer, who should not unreasonably withhold such
approval.
(a) Cargo Insurance During Transport
Covering loss or damage occurring while in transit from the
Contractor’s or Subcontractor’s works or stores until arrival at the Site,
to the Plant (including spare parts therefor) and to the Contractor’s
Equipment.
(b) Installation All Risks Insurance
Covering physical loss or damage to the Facilities at the Site, occurring
prior to Completion of the Facilities, with extended maintenance
coverage for the Contractor’s liability in respect of any loss or damage
occurring during the Defect Liability Period while the Contractor is on
the Site for the purpose of performing its obligations during the Defect
Liability Period.
(c) Third Party Liability Insurance
Covering bodily injury or death suffered by third parties including the
Employer’s personnel, and loss of or damage to property occurring in
connection with the supply and installation of the Facilities.
(d) Automobile Liability Insurance
Covering use of all vehicles used by the Contractor or its
Subcontractors, whether or not owned by them, in connection with the
execution of the Contract.
(e) Workers’ Compensation
In accordance with the statutory requirements applicable in any country
where the Contract or any part thereof is executed.
(f) Employer’s Liability
In accordance with the statutory requirements applicable in any country
where the Contract or any part thereof is executed.
(g) Other Insurances
Such other insurances as may be specifically agreed upon by the parties
hereto as listed in the Appendix (Insurance Requirements) to the
Contract Agreement.
34.2 The Employer shall be named as co-insured under all insurance policies taken
out by the Contractor pursuant to GCC Subclause 34.1, except for the Third

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-38

Party Liability, Workers’ Compensation, and Employer’s Liability Insurances,


and the Contractor’s Subcontractors shall be named as co-insureds under all
insurance policies taken out by the Contractor pursuant to GCC Subclause 34.1
except for the Cargo Insurance During Transport, Workers’ Compensation, and
Employer’s Liability Insurances. All insurer’s rights of subrogation against
such co-insureds for losses or claims arising out of the performance of the
Contract shall be waived under such policies.
34.3 The Contractor shall, in accordance with the provisions of the Appendix
(Insurance Requirements) to the Contract Agreement, deliver to the Employer
certificates of insurance or copies of the insurance policies as evidence that the
required policies are in full force and effect. The certificates shall provide that
no less than 21 days’ notice shall be given to the Employer by insurers prior to
cancellation or material modification of a policy.
34.4 The Contractor shall ensure that, where applicable, its Subcontractor(s) shall
take out and maintain in effect adequate insurance policies for their personnel
and vehicles and for work executed by them under the Contract, unless such
Subcontractors are covered by the policies taken out by the Contractor.
34.5 The Employer shall at its expense take out and maintain in effect during the
performance of the Contract those insurances specified in the Appendix
(Insurance Requirements) to the Contract Agreement, in the sums and with the
deductibles and other conditions specified in the said Appendix. The
Contractor and the Contractor’s Subcontractors shall be named as co-insureds
under all such policies. All insurers’ rights of subrogation against such co-
insureds for losses or claims arising out of the performance of the Contract
shall be waived under such policies. The Employer shall deliver to the
Contractor satisfactory evidence that the required insurances are in full force
and effect. The policies shall provide that not less than 21 days’ notice shall be
given to the Contractor by all insurers prior to any cancellation or material
modification of the policies. If so requested by the Contractor, the Employer
shall provide copies of the policies taken out by the Employer under this GCC
Subclause 34.5.
34.6 If the Contractor fails to take out and/or maintain in effect the insurances
referred to in GCC Subclause 34.1, the Employer may take out and maintain in
effect any such insurances and may from time to time deduct from any amount
due the Contractor under the Contract any premium that the Employer shall
have paid to the insurer, or may otherwise recover such amount as a debt due
from the Contractor. If the Employer fails to take out and/or maintain in effect
the insurances referred to in GCC 34.5, the Contractor may take out and
maintain in effect any such insurances and may from time to time deduct from
any amount due the Employer under the Contract any premium that the
Contractor shall have paid to the insurer, or may otherwise recover such
amount as a debt due from the Employer. If the Contractor fails to or is unable
to take out and maintain in effect any such insurances, the Contractor shall
nevertheless have no liability or responsibility towards the Employer, and the
Contractor shall have full recourse against the Employer for any and all
liabilities of the Employer herein.
34.7 Unless otherwise provided in the Contract, the Contractor shall prepare and
conduct all and any claims made under the policies effected by it pursuant to
this GCC Clause 34, and all monies payable by any insurers shall be paid to the
Contractor. The Employer shall give to the Contractor all such reasonable
assistance as may be required by the Contractor. With respect to insurance
claims in which the Employer’s interest is involved, the Contractor shall not

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-39

give any release or make any compromise with the insurer without the prior
written consent of the Employer. With respect to insurance claims in which the
Contractor’s interest is involved, the Employer shall not give any release or
make any compromise with the insurer without the prior written consent of the
Contractor.

35. Unforeseen 35.1 If, during the execution of the Contract, the Contractor shall encounter on the
Conditions Site any physical conditions other than climatic conditions, or artificial
obstructions that could not have been reasonably foreseen prior to the date of
the Contract Agreement by an experienced contractor on the basis of
reasonable examination of the data relating to the Facilities including any data
as to boring tests, provided by the Employer, and on the basis of information
that it could have obtained from a visual inspection of the Site if access thereto
was available, or other data readily available to it relating to the Facilities, and
if the Contractor determines that it will in consequence of such conditions or
obstructions incur additional cost and expense or require additional time to
perform its obligations under the Contract that would not have been required if
such physical conditions or artificial obstructions had not been encountered,
the Contractor shall promptly, and before performing additional work or using
additional Plant or Contractor’s Equipment, notify the Project Manager in
writing of
(a) the physical conditions or artificial obstructions on the Site that could
not have been reasonably foreseen;
(b) the additional work and/or Plant and/or Contractor’s Equipment
required, including the steps which the Contractor will or proposes to
take to overcome such conditions or obstructions;
(c) the extent of the anticipated delay; and
(d) the additional cost and expense that the Contractor is likely to incur.
On receiving any notice from the Contractor under this GCC Subclause 35.1,
the Project Manager shall promptly consult with the Employer and Contractor
and decide upon the actions to be taken to overcome the physical conditions or
artificial obstructions encountered. Following such consultations, the Project
Manager shall instruct the Contractor, with a copy to the Employer, of the
actions to be taken.
35.2 Any reasonable additional cost and expense incurred by the Contractor in
following the instructions from the Project Manager to overcome such physical
conditions or artificial obstructions referred to in GCC Subclause 35.1 shall be
paid by the Employer to the Contractor as an addition to the Contract Price.
35.3 If the Contractor is delayed or impeded in the performance of the Contract
because of any such physical conditions or artificial obstructions referred to in
GCC Subclause 35.1, the Time for Completion shall be extended in accordance
with GCC Clause 40.

36. Change in Laws 36.1 If, after the date 30 days prior to the date of Bid submission, in the country
and Regulations where the Site is located, any law, regulation, ordinance, order or by-law
having the force of law is enacted, promulgated, abrogated, or changed, which
shall be deemed to include any change in interpretation or application by the
competent authorities, that subsequently affects the costs and expenses of the
Contractor and/or the Time for Completion, the Contract Price shall be
correspondingly increased or decreased, and/or the Time for Completion shall
be reasonably adjusted to the extent that the Contractor has thereby been
affected in the performance of any of its obligations under the Contract.

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-40

Notwithstanding the foregoing, such additional or reduced costs shall not be


separately paid or credited if the same has already been accounted for in the
price adjustment provisions where applicable, in accordance with the SCC,
pursuant to GCC Subclause 11.2.

37. Force Majeure 37.1 “Force Majeure” shall mean any event beyond the reasonable control of the
Employer or of the Contractor, as the case may be, and which is unavoidable
notwithstanding the reasonable care of the party affected, and shall include,
without limitation, the following:
(a) war, hostilities, or warlike operations whether a state of war be declared
or not, invasion, act of foreign enemy and civil war;
(b) rebellion, revolution, insurrection, mutiny, usurpation of civil or military
government, conspiracy, riot, civil commotion, and terrorist acts;
(c) confiscation, nationalization, mobilization, commandeering or
requisition by or under the order of any government or de jure or de
facto authority or ruler or any other act or failure to act of any local state
or national government authority;
(d) strike, sabotage, lockout, embargo, import restriction, port congestion,
lack of usual means of public transportation and communication,
industrial dispute, shipwreck, shortage or restriction of power supply,
epidemics, quarantine, and plague;
(e) earthquake, landslide, volcanic activity, fire, flood or inundation, tidal
wave, typhoon or cyclone, hurricane, storm, lightning, or other
inclement weather condition, nuclear, and pressure waves or other
natural or physical disaster; and
(f) shortage of labor, materials, or utilities where caused by circumstances
that are themselves Force Majeure.
37.2 If either party is prevented, hindered, or delayed from or in performing any of
its obligations under the Contract by an event of Force Majeure, then it shall
notify the other in writing of the occurrence of such event and the
circumstances thereof within 14 days after the occurrence of such event.
37.3 The party who has given such notice shall be excused from the performance or
punctual performance of its obligations under the Contract for so long as the
relevant event of Force Majeure continues and to the extent that such party’s
performance is prevented, hindered, or delayed. The Time for Completion shall
be extended in accordance with GCC Clause 40.
37.4 The party or parties affected by the event of Force Majeure shall use
reasonable efforts to mitigate the effect thereof upon its or their performance of
the Contract and to fulfill its or their obligations under the Contract, but
without prejudice to either party’s right to terminate the Contract under GCC
Subclauses 37.6 and 38.5.
37.5 No delay or nonperformance by either party hereto caused by the occurrence of
any event of Force Majeure shall
(a) constitute a default or breach of the Contract; or
(b) give rise to any claim for damages or additional cost or expense
occasioned thereby, subject to GCC Subclauses 32.2, 38.3 and 38.4
if and to the extent that such delay or nonperformance is caused by the
occurrence of an event of Force Majeure.
37.6 If the performance of the Contract is substantially prevented, hindered, or
delayed for a single period of more than 60 days or an aggregate period of

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-41

more than 120 days on account of one or more events of Force Majeure during
the currency of the Contract, the parties will attempt to develop a mutually
satisfactory solution, failing which either party may terminate the Contract by
giving a notice to the other, but without prejudice to either party’s right to
terminate the Contract under GCC Subclause 38.5.
37.7 In the event of termination pursuant to GCC Subclause 37.6, the rights and
obligations of the Employer and the Contractor shall be as specified in GCC
Subclauses 42.1.2 and 42.1.3.
37.8 Notwithstanding GCC Subclause 37.5, Force Majeure shall not apply to any
obligation of the Employer to make payments to the Contractor herein.

38. War Risks 38.1 “War Risks” shall mean any event specified in paragraphs (a) and (b) of GCC
Subclause 37.1 and any explosion or impact of any mine, bomb, shell, grenade,
or other projectile, missile, munitions or explosive of war, occurring or existing
in or near the country (or countries) where the Site is located.
38.2 Notwithstanding anything contained in the Contract, the Contractor shall have
no liability whatsoever for or with respect to
(a) destruction of or damage to Facilities, Plant, or any part thereof;
(b) destruction of or damage to property of the Employer or any third party;
or
(c) injury or loss of life
if such destruction, damage, injury or loss of life is caused by any war risks,
and the Employer shall indemnify and hold the Contractor harmless from and
against any and all claims, liabilities, actions, lawsuits, damages, costs,
charges, or expenses arising in consequence of or in connection with the same.
38.3 If the Facilities or any Plant or Contractor’s Equipment or any other property
of the Contractor used or intended to be used for the purposes of the Facilities
shall sustain destruction or damage by reason of any war risks, the Employer
shall pay the Contractor for
(a) any part of the Facilities or the Plant so destroyed or damaged to the
extent not already paid for by the Employer and so far as may be
required by the Employer, and as may be necessary for completion of
the Facilities;
(b) replacing or making good any Contractor’s Equipment or other property
of the Contractor so destroyed or damaged; and
(c) replacing or making good any such destruction or damage to the
Facilities or the Plant or any part thereof.
If the Employer does not require the Contractor to replace or make good any
such destruction or damage to the Facilities, the Employer shall either request a
change in accordance with GCC Clause 39, excluding the performance of that
part of the Facilities thereby destroyed or damaged or, where the loss,
destruction, or damage affects a substantial part of the Facilities, shall
terminate the Contract, pursuant to GCC Subclause 42.1.
If the Employer requires the Contractor to replace or make good on any such
destruction or damage to the Facilities, the Time for Completion shall be
extended in accordance with GCC 40.
38.4 Notwithstanding anything contained in the Contract, the Employer shall pay
the Contractor for any increased costs or incidentals to the execution of the
Contract that are in any way attributable to, consequent on, resulting from, or
in any way connected with any war risks, provided that the Contractor shall as

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-42

soon as practicable notify the Employer in writing of any such increased cost.
38.5 If during the performance of the Contract any war risks shall occur that
financially or otherwise materially affect the execution of the Contract by the
Contractor, the Contractor shall use its reasonable efforts to execute the
Contract with due and proper consideration given to the safety of its and its
Subcontractors’ personnel engaged in the work on the Facilities, provided,
however, that if the execution of the work on the Facilities becomes impossible
or is substantially prevented for a single period of more than sixty (60) days or
an aggregate period of more than one hundred and twenty (120) days on
account of any war risks, the parties will attempt to develop a mutually
satisfactory solution, failing which either party may terminate the Contract by
giving a notice to the other.
38.6 In the event of termination pursuant to GCC Subclauses 38.3 or 38.5, the rights
and obligations of the Employer and the Contractor shall be specified in GCC
Subclauses 42.1.2 and 42.1.3.

H. Change in Contract Elements


39. Change in the 39.1 Introducing a Change
Facilities 39.1.1 Subject to GCC Subclauses 39.2.5 and 39.2.7, the Employer shall have
the right to propose, and subsequently require, that the Project
Manager order the Contractor from time to time during the
performance of the Contract to make any change, modification,
addition, or deletion to, in or from the Facilities hereinafter called
“Change,” provided that such Change falls within the general scope of
the Facilities and does not constitute unrelated work and that it is
technically practicable, taking into account both the state of
advancement of the Facilities and the technical compatibility of the
Change envisaged with the nature of the Facilities as specified in the
Contract.
39.1.2 The Contractor may from time to time during its performance of the
Contract propose to the Employer with a copy to the Project Manager,
any Change that the Contractor considers necessary or desirable to
improve the quality, efficiency, or safety of the Facilities. The
Employer may at its discretion approve or reject any Change proposed
by the Contractor, provided that the Employer shall approve any
Change proposed by the Contractor to ensure the safety of the
Facilities.
39.1.3 Notwithstanding GCC Subclauses 39.1.1 and 39.1.2, no change made
necessary because of any default of the Contractor in the performance
of its obligations under the Contract shall be deemed to be a Change,
and such change shall not result in any adjustment of the Contract
Price or the Time for Completion.
39.1.4 The procedure on how to proceed with and execute Changes is
specified in GCC Subclauses 39.2 and 39.3, and further details and
forms are provided in the Employer’s Requirements (Forms and
Procedures).
39.2 Changes Originating from Employer
39.2.1 If the Employer proposes a Change pursuant to GCC Subclause 39.1.1,
it shall send to the Contractor a “Request for Change Proposal,”
requiring the Contractor to prepare and furnish to the Project Manager
as soon as reasonably practicable a “Change Proposal,” which shall

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-43

include the following:


(a) brief description of the Change,
(b) effect on the Time for Completion,
(c) estimated cost of the Change,
(d) effect on Functional Guarantees (if any),
(e) effect on the Facilities, and
(f) effect on any other provisions of the Contract.
39.2.2 Prior to preparing and submitting the “Change Proposal,” the
Contractor shall submit to the Project Manager an “Estimate for
Change Proposal,” which shall be an estimate of the cost of preparing
and submitting the Change Proposal.
Upon receipt of the Contractor’s Estimate for Change Proposal, the
Employer shall do one of the following:
(a) accept the Contractor’s estimate with instructions to the
Contractor to proceed with the preparation of the Change
Proposal,
(b) advise the Contractor of any part of its Estimate for Change
Proposal that is unacceptable and request the Contractor to
review its estimate
(c) advise the Contractor that the Employer does not intend to
proceed with the Change.
39.2.3 Upon receipt of the Employer’s instruction to proceed under GCC
Subclause 39.2.2 (a), the Contractor shall, with proper expedition,
proceed with the preparation of the Change Proposal, in accordance
with GCC Subclause 39.2.1.
39.2.4 The pricing of any Change shall, as far as practicable, be calculated in
accordance with the rates and prices included in the Contract. If such
rates and prices are inequitable, the parties thereto shall agree on
specific rates for the valuation of the Change.
39.2.5 If before or during the preparation of the Change Proposal it becomes
apparent that the aggregate effect of compliance therewith and with all
other Change Orders that have already become binding upon the
Contractor under this GCC Clause 39 would be to increase or decrease
the Contract Price as originally set forth in Article 2 (Contract Price)
of the Contract Agreement by more than 15%, the Contractor may give
a written notice of objection thereto prior to furnishing the Change
Proposal as aforesaid. If the Employer accepts the Contractor’s
objection, the Employer shall withdraw the proposed Change and shall
notify the Contractor in writing thereof.
The Contractor’s failure to so object shall neither affect its right to
object to any subsequent requested Changes or Change Orders herein,
nor affect its right to take into account, when making such subsequent
objection, the percentage increase or decrease in the Contract Price
that any Change not objected to by the Contractor represents.
39.2.6 Upon receipt of the Change Proposal, the Employer and the Contractor
shall mutually agree upon all matters therein contained. Within 14
days after such agreement, the Employer shall, if it intends to proceed
with the Change, issue the Contractor with a Change Order.
If the Employer is unable to reach a decision within 14 days, it shall

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-44

notify the Contractor with details of when the Contractor can expect a
decision.
If the Employer decides not to proceed with the Change for whatever
reason, it shall, within the said period of 14 days, notify the Contractor
accordingly. Under such circumstances, the Contractor shall be
entitled to reimbursement of all costs reasonably incurred by it in the
preparation of the Change Proposal, provided that these do not exceed
the amount given by the Contractor in its Estimate for Change
Proposal submitted in accordance with GCC Subclause 39.2.2.
39.2.7 If the Employer and the Contractor cannot reach agreement on the
price for the Change, an equitable adjustment to the Time for
Completion, or any other matters identified in the Change Proposal,
the Employer may nevertheless instruct the Contractor to proceed with
the Change by issue of a “Pending Agreement Change Order.”
Upon receipt of a Pending Agreement Change Order, the Contractor
shall immediately proceed with effecting the Changes covered by such
Order. The parties shall thereafter attempt to reach agreement on the
outstanding issues under the Change Proposal.
If the parties cannot reach agreement within 60 days from the date of
issue of the Pending Agreement Change Order, then the matter may be
referred to the Dispute Board in accordance with the provisions of
GCC Subclause 45.3.
39.3 Changes Originating from Contractor
39.3.1 If the Contractor proposes a Change pursuant to GCC Subclause
39.1.2, the Contractor shall submit to the Project Manager a written
“Application for Change Proposal,” giving reasons for the proposed
Change and including the information specified in GCC Subclause
39.2.1.
Upon receipt of the Application for Change Proposal, the parties shall
follow the procedures outlined in GCC Subclauses 39.2.6 and 39.2.7.
However, should the Employer choose not to proceed, the Contractor
shall not be entitled to recover the costs of preparing the Application
for Change Proposal.

40. Extension of Time 40.1 The Time(s) for Completion specified in the SCC shall be extended if the
for Completion Contractor is delayed or impeded in the performance of any of its obligations
under the Contract by reason of any of the following:
(a) any Change in the Facilities as provided in GCC Clause 39;
(b) any occurrence of Force Majeure as provided in GCC Clause 37,
unforeseen conditions as provided in GCC Clause 35, or other
occurrence of any of the matters specified or referred to in paragraphs
(a), (b) and (c) of GCC Subclause 32.2;
(c) any suspension order given by the Employer under GCC Clause 41
hereof or reduction in the rate of progress pursuant to GCC Subclause
41.2; or
(d) any changes in laws and regulations as provided in GCC Clause 36; or
(e) any default or breach of the Contract by the Employer, or any activity,
act or omission of the Employer, or the Project Manager, or any other
contractors employed by the Employer; or
(f) any other matter specifically mentioned in the Contract; or

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-45

(g) any delay on the part of a sub-contractor, provided such delay is due to
a cause for which the Contractor himself would have been entitled to an
extension of time under this Subclause
by such period as shall be fair and reasonable in all the circumstances and as
shall fairly reflect the delay or impediment sustained by the Contractor.
40.2 Except where otherwise specifically provided in the Contract, the Contractor
shall submit to the Project Manager a notice of a claim for an extension of the
Time for Completion, together with particulars of the event or circumstance
justifying such extension as soon as reasonably practicable after the
commencement of such event or circumstance. As soon as reasonably
practicable after receipt of such notice and supporting particulars of the claim,
the Employer and the Contractor shall agree upon the period of such
extension. In the event that the Contractor does not accept the Employer’s
estimate of a fair and reasonable time extension, the Contractor shall be
entitled to refer the matter to a Dispute Board, pursuant to GCC Subclause
45.3.
40.3 The Contractor shall at all times use its reasonable efforts to minimize any
delay in the performance of its obligations under the Contract.
In all cases where the Contractor has given a notice of a claim for an extension
of time under GCC 40.2, the Contractor shall consult with the Project Manager
in order to determine the steps (if any) which can be taken to overcome or
minimize the actual or anticipated delay. The Contractor shall there after
comply with all reasonable instructions, which the Project Manager shall give
in order to minimize such delay. If compliance with such instructions shall
cause the Contractor to incur extra costs and the Contractor is entitled to an
extension of time under GCC 40.1, the amount of such extra costs shall be
added to the Contract Price.

41. Suspension 41.1 The Employer may request the Project Manager, by notice to the Contractor,
to order the Contractor to suspend performance of any or all of its obligations
under the Contract. Such notice shall specify the obligation of which
performance is to be suspended, the effective date of the suspension and the
reasons therefor. The Contractor shall thereupon suspend performance of such
obligation, except those obligations necessary for the care or preservation of
the Facilities, until ordered in writing to resume such performance by the
Project Manager.
If, by virtue of a suspension order given by the Project Manager, other than by
reason of the Contractor’s default or breach of the Contract, the Contractor’s
performance of any of its obligations is suspended for an aggregate period of
more than 90 days, then at any time thereafter and provided that at that time
such performance is still suspended, the Contractor may give a notice to the
Project Manager requiring that the Employer shall, within 30 days of receipt of
the notice, order the resumption of such performance or request and
subsequently order a change in accordance with GCC Clause 39, excluding the
performance of the suspended obligations from the Contract.
If the Employer fails to do so within such period, the Contractor may, by a
further notice to the Project Manager, elect to treat the suspension, where it
affects a part only of the Facilities, as a deletion of such part in accordance
with GCC Clause 39 or, where it affects the whole of the Facilities, as
termination of the Contract under GCC Subclause 42.1.
41.2 If
(a) the Employer has failed to pay the Contractor any sum due under the

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-46

Contract within the specified period, has failed to approve any invoice
or supporting documents without just cause pursuant to the Appendix
(Terms and Procedures of Payment) to the Contract Agreement, or
commits a substantial breach of the Contract, the Contractor may give a
notice to the Employer that requires payment of such sum, with interest
thereon as stipulated in GCC Subclause 12.3, requires approval of such
invoice or supporting documents, or specifies the breach and requires
the Employer to remedy the same, as the case may be. If the Employer
fails to pay such sum together with such interest, fails to approve such
invoice or supporting documents or give its reasons for withholding
such approval, or fails to remedy the breach or take steps to remedy the
breach within 14 days after receipt of the Contractor’s notice; or
(b) the Contractor is unable to carry out any of its obligations under the
Contract for any reason attributable to the Employer, including but not
limited to the Employer’s failure to provide possession of or access to
the Site or other areas in accordance with GCC Subclause 10.2, or
failure to obtain any governmental permit necessary for the execution
and/or completion of the Facilities,
then the Contractor may by 14 days’ notice to the Employer suspend
performance of all or any of its obligations under the Contract, or reduce the
rate of progress.
41.3 If the Contractor’s performance of its obligations is suspended, or the rate of
progress is reduced pursuant to this GCC Clause 41, then the Time for
Completion shall be extended in accordance with GCC Subclause 40.1, and
any and all additional costs or expenses incurred by the Contractor as a result
of such suspension or reduction shall be paid by the Employer to the
Contractor in addition to the Contract Price, except in the case of suspension
order or reduction in the rate of progress by reason of the Contractor’s default
or breach of the Contract.
41.4 During the period of suspension, the Contractor shall not remove from the Site
any Plant, any part of the Facilities or any Contractor’s Equipment, without the
prior written consent of the Employer.
42. Termination 42.1 In no case, the contractor shall terminate the contract unilaterly, without duly
notifying the Employer.
42.2 The Employer may terminate the Contract at any time if the contractor :
a) does not commence the work as per the Contract,
b) abandons the work without completing,
c) fails to achieve progress as per the Contract.
42.3 The Employer or the Contractor may terminate the Contract if the other party
causes a fundamental breach of the Contract.
42.4 Fundamental breaches of Contract shall include, but shall not be limited to, the
following :
a) The Contractor uses the advance payment for matters other than the
contractual obligations,
b) the Contractor stops work for 30 days when no stoppage of work is shown
on the current Program and the stoppage has not been authorized by the
Project Manager;
c) the Project Manager instructs the Contractor to delay the progress of the
Works, and the instruction is not withdrawn within 30 days;

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-47

d) the Employer or the Contractor is made bankrupt or goes into


liquidation other than for a reconstruction or amalgamation.
e) a payment certified by the Project Manager is not paid by the Employer to
the Contractor within 90 days of the date of the Project Manager’s
certificate;
f) the Project Manager gives Notice that failure to correct a particular Defect is
a fundamental breach of Contract and the Contractor fails to correct it within
a reasonable period of time determined by the Project Manager;
g) the Contractor does not maintain a Security, which is required; and
h) the Contractor has delayed the completion of the Works by the number of
days for which the maximum amount of liquidated damages can be paid, as
defined in the SCC.
i) If the Contractor, in the judgment of the Employer has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract, pursuant
to GCC 6.1.
42.5 When either party to the Contract gives notice of a breach of Contract to the
Project Manager for a cause other than those listed under GCC 42.2 above, the
Project Manager shall decide whether the breach is fundamental or not.
42.6 Notwithstanding the above, the Employer may terminate the Contract for
convenience.
42.7 If the Contract is terminated, the Contractor shall stop work immediately, make
the Site safe and secure, and leave the Site as soon as reasonably possible.
42.8 Payment upon Termination
If the Contract is terminated because of fundamental breach of Contract or for
any other fault by the Contractor, the performance security shall be forfeited
by the Employer. In such case, amount to complete the remaining works as per
the Contract shall be recovered from the Contractor as Government dues.

43. Assignment 43.1 Neither the Employer nor the Contractor shall, without the express prior
written consent of the other party which consent shall not be unreasonably
withheld, assign to any third party the Contract or any part thereof, or any
right, benefit, obligation or interest therein or thereunder, except that the
Contractor shall be entitled to assign either absolutely or by way of charge any
monies due and payable to it or that may become due and payable to it under
the Contract.

I. Claims, Disputes, and Arbitration


44. Contractor’s 44.1 If the Contractor considers himself to be entitled to any extension of the Time
Claims for Completion and/or any additional payment, under any Clause of these
Conditions or otherwise in connection with the Contract, the Contractor shall
submit a notice to the Project Manager, describing the event or circumstance
giving rise to the claim. The notice shall be given as soon as practicable, and
not later than 30 days after the Contractor became aware, or should have
become aware, of the event or circumstance.
If the Contractor fails to give notice of a claim within such period of 30 days,
the Time for Completion shall not be extended, the Contractor shall not be
entitled to additional payment, and the Employer shall be discharged from all
liability in connection with the claim. Otherwise, the following provisions of
this Subclause shall apply.
The Contractor shall also submit any other notices, which are required by the
Contract, and supporting particulars for the claim, all as relevant to such

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-48

event or circumstance.
The Contractor shall keep such contemporary records as may be necessary to
substantiate any claim, either on the Site or at another location acceptable to
the Project Manager. Without admitting the Employer’s liability, the Project
Manager may, after receiving any notice under this Subclause, monitor the
record keeping and/or instruct the Contractor to keep further contemporary
records. The Contractor shall permit the Project Manager to inspect all these
records, and shall (if instructed) submit copies to the Project Manager.
Within 42 days after the Contractor became aware (or should have become
aware) of the event or circumstance giving rise to the claim, or within such
other period as may be proposed by the Contractor and approved by the
Project Manager, the Contractor shall send to the Project Manager a fully
detailed claim, which includes full supporting particulars of the basis of the
claim and of the extension of time and/or additional payment claimed. If the
event or circumstance giving rise to the claim has a continuing effect,
(a) this fully detailed claim shall be considered as interim;
(b) the Contractor shall send further interim claims at monthly intervals,
giving the accumulated delay and/or amount claimed, and such further
particulars as the Project Manager may reasonably require; and
(c) the Contractor shall send a final claim within 30 days after the end of
the effects resulting from the event or circumstance, or within such
other period as may be proposed by the Contractor and approved by the
Project Manager.
Within 42 days after receiving a claim or any further particulars supporting a
previous claim, or within such other period as may be proposed by the Project
Manager and approved by the Contractor, the Project Manager shall respond
with approval, or with disapproval and detailed comments. He may also
request any necessary further particulars, but shall nevertheless give his
response on the principles of the claim within such time.
Each payment certificate shall include such amounts for any claim as have
been reasonably substantiated as due under the relevant provision of the
Contract. Unless and until the particulars supplied are sufficient to
substantiate the whole of the claim, the Contractor shall only be entitled to
payment for such part of the claim as he has been able to substantiate.
The Project Manager shall agree with the Contractor or estimate: (i) the
extension (if any) of the Time for Completion (before or after its expiry) in
accordance with GCC Clause 40, and/or (ii) the additional payment (if any) to
which the Contractor is entitled under the Contract.
The requirements of this Subclause are in addition to those of any other
Subclause, which may apply to a claim. If the Contractor fails to comply with
this or another Subclause in relation to any claim, any extension of time
and/or additional payment shall take account of the extent (if any) to which
the failure has prevented or prejudiced proper investigation of the claim,
unless the claim is excluded under the second paragraph of this Subclause.
In the event that the Contractor and the Employer cannot agree on any matter
relating to a claim, either party may refer the matter to the Dispute Board
pursuant to GCC 45 hereof.

45. Disputes and 45.1 The Employer and the Contractor shall attempt to settle amicably by direct
Arbitration negotiation any disagreement or dispute arising between them under or in
connection with the Contract.

Procurement of Works Standard Procurement Document – ICB


Section 7. General Conditions of Contract 7-49

45.2 Any dispute between the Parties as to matters arising pursuant to this Contract
which cannot be settled amicably within thirty (30) days after receipt by one
Party of the other Party‘s request for such amicable settlement may be
referred to Arbitration within 30 days after the expiration of amicable
settlement period.
45.3 In case of arbitration, the arbitration shall be conducted in accordance with the
arbitration procedures published by the Nepal Council of Arbitration
(NEPCA) at the place given in the SCC.

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-1

Section 8 – Particular Conditions of


Contract (PCC)
The following Special Conditions of Contract (SCC) shall supplement the General Conditions of
Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.
The clause number of the SCC is the corresponding clause number of the GCC.

Table of Clauses
1. Definitions………………………………………….………………………………..2
5. Law and Language……………………………………………………..……2
7. Scope of Facilities.....................................................................................................
8. Time for Commencement and Completion………………………………………….
9. Contractor’s Responsibility…………………………………………………………..2
11. Contract Price…………………………………………………………………………3
13. Securities ………………………………………………………………………………………3
14. Taxes and Duties………………………………………………………………………..……..3
15. Licenses / Use of Technical Information…………………….…………………….…..……..5
19. Subcontracting…….……………………………………………….……………….…..……..5
20. Design and Engineering………………………….……………………………..….…..……...5
21. Procurement……………………………………………………………………..….…..……...6
22. Installation………………………………………………………………………..….…….…...6
23. Tests and Inspections………………………………………………………………………….8
24. Completion of Facilities…………………………………………………………………….…9
25. Commissioning and Operational Acceptance……………………………………………….9
26. Completion Time Guarantee…………………………………………………………………9
27. Defect Liability………………………………………………………………………………..
31. Transfer of Ownership………………………………………………………………………10
32. Care of Facilities……………………………………………………………………………..10
33. Loss of Damage………………………………………………………………………………10
34. Insurance……………………………………………………………………………………..10
36. Change in Laws and Regulations………………………………………………………...…10
37. Force Majeure………………………………………………………………………………..10
39. Change in the Facilities…………………………………………………………………...…10
40. Extension of Time for Completion………………………………………………………….11
41. Suspension……………………………………………………………………………………11
45. Dispute and Arbitration……………………………………………………………………..11
46. Construction of the Contract Document…………………………………………………....11

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-2

1.Definitions The Employer is:


Nepal Electricity Authority
Transmission Directorate.
Grid Development Department,
Dhalkebar Loharpatti 132 kV Transmission Line Project
The Project Manager is:
Mr. Niranjan Sah Sudi
Nepal Electricity Authority
Transmission Directorate
Grid Development Department,
Dhalkebar Loharpatti 132 kV Transmission Line Project.
Address: Kharipati, Bhaktapur
Country: Nepal
Contact number: +977-9841418005
Electronic mail address: loharpatti132kv@nea.org.np
5.1 The Contract shall be interpreted in accordance with the laws of: Nepal
5.Law and Language 5.2 The ruling language is: English
5.3 The language for communications is: English

7.Scope of Facilities 7.3 The Contractor shall ensure the availability of spare parts for the supplied
items for a minimum period of five (5) years from the operational
acceptance by the Employer.

Add sub-clause 7.4


7.4 The Contractor shall carry sufficient inventories to ensure an ex-stock
supply of consumable spares for the Plant. Other spare parts and
components shall be supplied as promptly as possible, but at the most
within six (6) months of placing the order and opening the letter of credit.
In addition, in the event of termination of the production of spare parts,
advance notification will be made to the Employer of the pending
termination, with sufficient time to permit the Employer to procure the
needed requirement. Following such termination, the Contractor will
furnish to the extent possible and at no cost to the Employer the blueprints,
drawings and specifications of the spare parts, if requested.

8.Time for 8.1 The Contractor shall commence work on the Facilities within 15 days
Commencement and from the Effective Date for determining Time for Completion as specified
Completion in the Contract Agreement.
8.2 The Time for Completion of the whole of the Facilities shall be 24
months from the Effective Date as described in the Contract Agreement.

9.Contractor’s Add the following new Sub-Clause:


Responsibilities 9.9 The Contractor shall be responsible for selecting and constructing
appropriate communication means necessary for the executing of the
project at his own expense. If required, the Employer will assist the
Contractor in obtaining licences/permits from the concerned government
agencies.
9.10The Contractor shall be responsible for the arrangement of water supply
for drinking and construction purposes at his own cost.

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-3

9.11The Contractor shall be responsible for the arrangement of electricity


supply for construction and any other purposes at his own cost.
9.12Commissioning and pre-commissioning
The Contractor shall provide sufficient, properly qualified personnel; shall
supply and make available all raw materials, utilities, lubricants,
chemicals, catalysts, other materials and facilities; and shall perform all
work and services of whatsoever nature required to properly carry out Pre-
commissioning, Commissioning and Guarantee Test all in accordance with
the provisions of the Contract.

10.1 Add the following at the end of the paragraph:

The Employer warrants that neither the data nor the information supplied in the
Bidding Document regarding the soil and general conditions on the site show the
complete range of conditions which may be encountered on the Site.
10. Employer’s
Responsibilities The Contractor shall be deemed to have inspected and examined the Site and
made such investigation as he considered necessary before submitting his bid.

10.6 Replace "after Completion… in accordance with Sub-Clause 25.2." in line


2-5 by "after Operational Acceptance, in accordance with GCC 25.3.".

11.Contract Price 11.2 The Contract Price will not be adjusted, this is firm price contract.

13. Securities 13.3.1 The Contractor shall deliver the Performance Security of amount as
per ITB 41.1, ITB 36.5 (if any others) of Bidding Document to the
Employer within fifteen (15) days after receiving the Letter of Acceptance,
and shall, send a copy to the Employer. The Performance Security shall be
denominated in the types and proportions of currencies in which the
Contract Price is payable. The Contractor shall notify the Project Manager
when providing the Performance Security to the Employer.
13.3.2 The performance security shall be in the form of the Bank Guarantee
(Unconditional) attached hereto in Section IX, Contract Forms. The
Performance Security shall be issued by registered Commercial Bank or
Financial Institution eligible to issue Bank Guarantee as per prevailing Law
in Nepal, or a foreign bank counter guaranteed by Commercial Bank or
Financial Institution eligible to issue Bank Guarantee as per prevailing Law
in Nepal. The performance security as required by the clause 13.3.1 above,
shall be valid for period covering entire contract execution period and any
extension thereof, defect liability period plus one month.
13.3.3 The performance security shall not be reduced on the date of the
Operational Acceptance.
13.3.4 Add the following new Sub-Clause:
“In case of award of the Contract to a Joint Venture, the performance
security shall be submitted in the name of the Joint Venture and not in the
name of the Lead Partner or any Partner(s) of the Joint Venture alone”
13.3.5 Add the following new Sub-Clause:
The Bidder shall offer the warranty for 10 years for all the OLTC installed
as per this Contract from the date of commissioning of the works. To cover
the warranty the Contractor shall issue a separate Bank Guarantee to the
Employer with the sum amount of 7% of the total quoted price (CIP) of
each Power Transformer before obtaining the Operational Acceptance

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-4

Certificate (as per GCC 25.3). The Employer shall issue the Operational
Acceptance Certificate only after this Bank Guarantee is submitted by the
Contractor as the guarantee is mandatory for Operational handover from
Contractor to the Employer. The Guarantee shall be in the format
acceptable to the Employer and shall be issued by any registered "A" class
commercial Bank in Nepal, or a foreign bank counter guaranteed by any
registered "A" class commercial Bank in Nepal. The Project Manager
reserves right to forfeit the performance security guarantee (prepared as per
clause 40.1 of ITB) if no separate guarantee for OLTC is provided by the
Contractor as stated above

14.Taxes and Duties Add the following sub-clause 14.5,


1. In the country of Origin
The prices bid by the Contractor shall include all taxes, duties and other
charges imposed outside the Employer's country on the production,
manufacture, sale and transport of the Contractor's Equipment, Plant,
Materials and supplies to be used on or furnished under the Contract, and on
the services performed under the Contract.
2. In Nepal
General:
(a) Unless otherwise specifically declared in the contract documents, the
prices bid by the Contractor and its suppliers and subcontractors shall
include business taxes and other taxes except VAT and Custom duty that
may be levied in accordance with the laws and regulations in force or in
effect in Nepal as of 28 days prior to the closing date for submission of
tenders in the Employer's country on the Equipment, Plant, Materials and
Supplies (permanent, temporary and consumables) acquired for the
purpose of the Contract and on the services performed under the Contract.
Whatsoever provisions made in the Contract document shall not relieve
the Contractor, its suppliers and subcontractors from their responsibility to
pay income tax that may be levied in the Employer's country on profits
made by the Contractor, its suppliers and subcontractors in respect of the
Contract.
(b) Value Added Tax (VAT): if not included in the costs while submitting
bids by the Contractor, sub-contractor or its nominated sub-contractor,
shall be eligible for refund on all imported equipment and materials to be
supplied and delivered exclusively for use in the Project.
Staff Income Tax:
The Contractor's staff, personnel and labourers, and those of its
subcontractors, will be liable to pay personal income taxes in the
Employer's country, irrespective of whether they are local or foreign
nationals on income earned including salaries and wages as applicable under
the laws and regulations of Nepal. The Contractor shall perform such duties
in regard to Tax Deduction at Source (TDS) thereof as may be applicable by
such laws and regulations.
Import License:
The Contractor shall inform the Employer and the Project Manager in
writing the details of the equipment and materials to be imported into Nepal
for use on the Works at least 56 days prior to arrival of shipment at
disembarkation port, and shall submit a formal written request for assistance
from the Employer for importation processing. The Employer will assist the

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-5

Contractor to obtain necessary permits for import of such equipment and


materials into Nepal. Import license fees or any other charges shall be at the
cost of the Contractor. The Contractor shall be responsible for transport
from the Port of disembarkation to the Site or location of the Works. The
Contractor shall be fully responsible to determine these rates and the
amount payable at the time of preparing tender document and include such
costs in its bids. In failing to do so, the Employer shall not be liable to pay
such costs and the Contractor shall pay such charges as local or any customs
authorities en-route may impose, which will not be an eligible item for
refund from the Employer.
Duties on Equipment, Plant, Materials and Supplies:
(a) Notwithstanding the provisions of this document, the Contractor's Plant and
Equipment, including essential tools thereof, imported for the sole purpose
of executing the Contract on condition of re-export upon completion of the
Works, shall be exempt from payment of customs duties, VAT and
applicable taxes. However, the Contractor shall deposit the amount or
provide a Bank Guarantee to the GoN Customs office equal to amount of
customs duties and other taxes as per the prevailing laws, rules and
regulations of Nepal for those imported equipment, plant, materials and
supplies at the time of import. Such deposited amounts shall be refunded,
or the Bank guarantee cancelled by the Customs Office after Re-export of
those imported equipment, plant, materials and supplies.
(b) Any plant, materials or supplies imported by the Contractor for the
performance of the Works but not incorporated in the Works shall be
taken out of Nepal within 90 (Ninety) days from the date of issuance of
the Performance Certificate. If the Contractor disposes off or consumes
any equipment, spare parts, materials or supplies within Nepal, it shall pay
all customs duties, VAT, income tax on the sales proceeds and taxes
applicable on such items under the laws and regulation of Nepal in force.
(c) Equipment, plant, materials and supplies, imported by the Contractor for
execution of the Works, shall be subject to payment of customs duty at a
special rate of one percent (1%) or as per the prevailing laws, rules and
regulations of Nepal of CIP or Customs entry point value. This customs
duty shall be paid by the Contractor at the time of import and will be
reimbursed by the Employer to the Contractor upon submission of the
original receipt issued by the Customs Department. VAT shall be
exempted on all imported materials & equipment purchased for the use in
the Works (shall be reimbursed by the Employer in case the Employer is
unable to avail exempt facility)
(d) VAT applicable on plant & equipment supplied directly from
manufacturing plant in Nepal shall be paid by the Employer.
(e) The Contractor shall maintain records satisfactory to the Employer
documenting use of all Plant, Materials and Supplies imported into and/or
procured for the performance of the Works. If any of such Plant, Materials
and/or Supplies, imported into Nepal or otherwise supplied to the Project
at a special or preferential rate of Customs Duties or taxes, are misused or
found to be used or appropriated for any purpose other than the Project,
the Contractor shall be held fully responsible, and liable to pay customs
duties, VAT and other taxes and/or any penalties as may be imposed in
accordance with the prevailing laws and regulations of Nepal.
(f) Income tax assessed in accordance with the prevailing Income Tax Act of

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-6

Nepal and as per the provision of any specific Double Taxation


Agreement, shall be imposed on the Contractor, its sub-contractors and
nominated sub- contractors. An advance income tax as per the prevailing
income Tax Act and Finance Act shall be deducted from the monthly
progress payment of the Contractor.
(g) The Contractor shall pay all duties, taxes, fees and contributions levied in
Nepal in Nepalese Rupees as directed by the relevant governmental
department or office, or any other local statutory agency or body in
accordance with the relevant rules and regulations.
(h) The provisions of this clause shall apply equally to foreign subcontractors
or nominated subcontractors of the Contractor employed for the Works.
(i) The Contractor and any foreign subcontractors or nominated subcontractors
employed on the Works, if not already registered in Nepal, shall be
required to get registered with the Inland Revenue Department (IRD) for
the purpose of the Contract, which shall be undertaken within 28 days
after signing of the Contract Agreement. The Contractor, sub-contractor or
the nominated subcontractor shall submit Certified copies of the
Registration Certificate(s) to the Project Manager within 14 days of
registration.
(j) Other local fees and charges (toll taxes) shall be applied in accordance with
the prevailing laws and regulations of Nepal.
(k) Locally available goods, construction materials including fuel, lubricating
oil, cement, timber, iron and steel goods, etc. shall be procured locally. All
taxes for such goods procured from the local market shall be included in
the Contract Rates and Prices and no reimbursement or payment in that
respect shall be made to the Contractor.

15.Licenses / Use of Add the following second paragraph under Sub-clause 15.2.
Technical Information The Employer shall however shall have the right to reproduce any or all
drawings, documents and other materials furnished to the Employer for the
purpose of the Contract and in addition, if required, for operation and
maintenance.

17. Representatives 17.2.4 Add the following at the end of this Sub- Clause
The application of permission of leaving the site/Country by the
Construction Manager shall be submitted to Project Manager, NEA for
approval.

19.Subcontracting Add the following paragraph at the end of this sub Clause
“The Contactor is not encouraged to add or the delete the list finalized
during the contract signing unless special circumstance which is not in the
control of the contractor is evidenced. If such situation arise, the
qualification requirement of the manufacturer of the major items and sub-
contractor of the major civil work, shall be as that stipulated in “Part I,
“Evaluation and Qualification Requirement” of the bidding document.

20.Design and 20.1.1 Add the following paragraph at the end of this sub Clause
Engineering The Contractor shall provide detail condition and specification or parameters
taken under consideration for design of the transmission line and substation
and its cost shall be deemed to be included in the contract price”
20.1.2 Delete this sub clause.
20.3.2 Change “14 days” to 21 days in both paragraph of this sub clauses.

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-7

21.Procurement 21.3.2 Add the following at the end of this Sub-Clause:


The Employer shall in no way be responsible for the condition of road and
access.
21.3.4 Add the following at the end of this Sub-Clause:
“The Contractor shall restore all such facilities, as far as possible, to its
original condition at its own expense and to the satisfaction of the Owner of
the Facilities." In case of any damage, the Contractor shall restore all such
facilities, as far as possible, to its original condition at its own expense and
to the satisfaction of the Employer."
21.4 Custom Clearances;
Add the following paragraph at the beginning of this Sub-Clause:
The Contractor shall familiarize himself with the rules and regulations of
Nepal with regard to customs, duties, taxes, importation and clearing of
goods and equipment and the like and the Contractor shall follow the
required procedures regardless of the relief provided by the Employer.
The Employer will provide assistance whenever possible

22.Installation 22.1.1 Add the following at the end of the second paragraph:
The checking of any setting-out by the Employer shall not relieve the
Contractor of his responsibility for the accuracy thereof.
22.1.3 Add the following Sub Clause:
Expatriate personnel engaged for work in Nepal may require work
permit issued by the Nepalese Authorities. The Contractor shall be
responsible for applying and obtaining such permits. Such applications
shall be made in good time so as to enable the completion of the work
in accordance with the approved Work Program. The Employer will
assist the Contractor to obtain the permit.
22.2 Labor
22.2.5 Working Hours
(a) Normal working hours are :The Contractor shall be responsible for
following the normal working hours to specific location and rules
22.2.7 Health and Safety
(d) The Contractor shall throughout the contract (including the Defect
Liability Period):
(i) conduct Information, Education and Consultation Communication (IEC)
campaigns, at least every other month, addressed to all the Site staff and
labor (including all the Contractor's employees, all Sub-Contractors and
Employer’s and Project Manager’s employees, and all truck drivers and
crew making deliveries to Site for construction activities) and to the
immediate local communities, concerning the risks, dangers and impact,
and appropriate avoidance behaviour with respect to of Sexually
Transmitted Diseases (STD)—or Sexually Transmitted Infections (STI)
in general and HIV/AIDS in particular;
(ii) provide male or female condoms for all Site staff and labor as
appropriate; and
(iii) Provide for STI and HIV/AIDS screening, diagnosis, counselling and
referral to a dedicated national STI and HIV/AIDS program, (unless
otherwise agreed) of all Site staff and labor.
The Contractor shall include in the program to be submitted for the

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-8

execution of the Facilities under Sub- clause 18.2 an alleviation program


for Site staff and labor and their families in respect of Sexually
Transmitted Infections (STI) and Sexually Transmitted Diseases (STD)
including HIV/AIDS. The STI, STD and HIV/AIDS alleviation program
shall indicate when, how and at what cost the Contractor plans to satisfy
the requirements of this Sub-clause and the related specification. For
each component, the program shall detail the resources to be provided or
utilized and any related sub-contracting proposed. The program shall
also include provision of a detailed cost estimate with supporting
documentation. Payment to the Contractor for the preparation and
implementation this program shall not exceed the amount dedicated for
this purpose.
22.3.4 Add the Sub Clause 22.3.4 "Duties on Contractor's
Equipment, Plant, Materials and Supplies"
Notwithstanding the provision of this document, Contractor's Plant and
Equipment, including essential tools and spare parts thereof, imported
by the contractor for the sole purpose of executing the Contract, and
taken out of Nepal upon completion of the Works shall, except for Plant
and Mandatory Spare Parts to be supplied from abroad in Price Schedule
No.1, be exempt from payment of customs duties and taxes levied in
Nepal. However, the Contractor shall deposit the amount or provide a
Bank Guarantee to the GoN, Customs Department equal to the amount
of customs duties at the prevailing laws, rules and regulations of Nepal
for those imported equipment, plant, materials and supplies at the time
of import. The amount of the deposit so provided will be refunded in
Nepalese Rupees, or the Bank guarantee cancelled by the Employer,
after the submission to the Employer of the re-export certificate issued
by the Customs Department.
If the Contractor disposes of any Contract's Equipment, spare parts,
materials or supplies in Nepal, it shall pay all customs duties and taxes
applicable on such items under the laws and regulations of Nepal in
force at the time and shall repay to the Employer the amount of any
customs duties and taxes which may have been reimbursed to the
Contractor by the Employer in connection with importation of such
items.
Contractor shall re-export all the equipment, plant, materials, and supplies
within 90(Ninety) days after completion of the project.
22.4 .1 Add the following Sub-Clause
Site Regulations and Safety
The Contractor shall comply with all the National Legislatures,
Environmental Acts, proposed Environmental legislatures and the
proposed mitigation measures in preparing proposed site regulations and
plan for approval.
The Contractor shall take all reasonable steps to protect the environment
on and off the Site and avoid damage or nuisance to persons to persons
or to property of the public or others resulting from pollution, noise or
other causes as a consequence of his method of operation.
During the progress of the Contract, the Contractor and his Sub-
contractors shall abide at all times by all existing Acts on environmental
protection and rules made there under, regulations, notifications bye-
laws of the His Majesty’s Government of Nepal, and any other law, bye-

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-9

law, regulations that may be passed or notifications that may be issued


in this respect in future.
The mitigation measures to be undertaken by the Contractor for the
adverse environmental impacts have been detailed in Technical
Specifications (Volume II).
22.4.2 Add the following Sub-Clause
Use of Explosives;
No blasting or work involving the use of explosives will be permitted in
the substation area or adjacent areas under this Contract.
22.6 Add the following at the end of first paragraph:
The materials to be removed shall be incinerated or disposed off at
places which will not be unsightly or objectionable to the inhabitants of
the area following all environmental requirements.

23.Tests and Inspections 23.2 Add the following at the end of this Sub-Clause:
The Employer and the Project Manager or their designated
representatives shall be entitled to attend at his own cost to witness the
tests for all the equipments as specified in the Section 5- Employers
Requirements (Technical Specifications) at Manufacturer’s/Contractor's
factory.
23.3 Supplementing Sub Clause 23.3
The Contractor shall intimate the Project Manager the detailed program
about the tests and/or inspection and of the place and time thereof at
least fifteen (15) days in advance in case of domestic supplies & thirty
(30) days in advance in case of foreign supplies.
23.4 Supplementing Sub-Clause GC 23.4
The Contractor shall provide the Project Manager with a certified report
of the results of any such test and/or inspection within fifteen (15) days
after completion of tests"
23.6 Add the following at the end of this Sub-Clause:
All costs incurred by the Employer including all travelling and board
and lodging expenses by the repetition of the tests or false call for tests
shall be borne by the Contractor pursuant to GCC Sub-Clause 23.2. Any
delay in delivery due to retest or false call shall not constitute a release
of the Contractor from his responsibilities for delay.
23.12 Add the following sub clause
Type Test
The Bidders shall have to furnish copies of type test certificate of all the
equipment/material supplied against this specification for the tests
carried out during last ten years. If the successful bidder fails to submit
the type test reports, type test would be conducted by the contractor in
the presence of authorized representative of the Employer at no
additional cost implications to the Employer.
23.13 Add the following sub clause
Routine Tests
These tests would be conducted on raw materials and other finished
materials in accordance with provisions of internationally accepted
Standards. Proper record of all Routine tests has to be maintained and
made available to the Employer on demand.

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-10

23.14 Add the following sub clause


Acceptance Tests
These tests would be conducted as per Quality Assurance Programme
approved by the Employer on each and every lot of finished material,
which is ready for dispatch. The tests shall be conducted in the presence
of Employer authorized representative(s).
Note: For all type, routine and acceptance test, the acceptance values
shall be the values guaranteed by the bidder in the guaranteed technical
particulars of his proposal or the acceptance test value specified in this
specification, whichever is more stringent for that particular test.
Correct grade and quality of all the materials including steel and zinc
shall be used by the Contractor. Employer reserves the right of carrying
out any inspection or test of reasonable nature at
Contractor’s/Manufacturer’s works, or at site, or at any approved
laboratory in addition to the tests as specified above to satisfy himself
that the materials comply with the specifications without any extra cost.
23.15 Add the following sub clause
Material Dispatch Clearances
After the materials have been found acceptable a Material Dispatch
Clearance (MDC) shall be issued in writing by the Owner representative
without which no materials should be dispatched.
Necessary procedure for packing shall be followed before dispatch of
material as given in Technical Specifications.

24.Completion of 24.2 Add the following paragraph at the end of this clause:
Facilities If Appendix to the Contract Agreement titled “Scope of Works and
Supply by the Employer “ does not specify the personnel and other
necessary materials required for the Pre-commissioning the facilities,
the supply and management of same shall be the responsibility of the
Contractor. The Contractor is responsible for providing the Pre-
commissioning training to the NEA staffs if so requested by NEA and
the cost for the same shall be deemed to have been included in the Price
Schedule. The maximum number of NEA, Staffs to receive the pre-
commissioning training from the contractor shall be 10 (ten).
24.8 Delete this Sub-Clause in its entirety and replace by the following:
The issue of the completion certificate does not relieve the Contractor
from his responsibilities for the care and custody of the Facilities or the
relevant parts thereof together with the risk of loss or damage thereto.

25.Commissioning and 25.1.2 Add "if so specified in corresponding Appendix (Scope of Works and
Operational Acceptance Supply by the Employer)" at the end of the paragraph.
25.2.2 The Guarantee Test of the Facilities shall be successfully completed
within 7 days from the date of Completion.
25.3.1(e) Add the following new Sub-Clause:
Six (6) sets of as built drawings, operating and maintenance manuals
and CD's, USB drives etc. as per Technical Specifications of the
Bidding Documents are furnished.
25.3.3 Change "seven (7) days" to "twenty one (21) days"
25.3.4 Change "seven (7) days" to "twenty one (21) days"

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-11

26.Completion Time 26.2 Applicable rate for liquidated damages: 0.05% of Contract Price per day
Guarantee of delay. Maximum deduction for liquidated damages: 10% of Contract
Price
26.3 No bonus will be given for earlier Completion of the Facilities or part
thereof.

27.Defect Liability 27.2 Delete first paragraph of the Sub-Clause and replace with the
following:
The Defect Liability period shall be twelve (12) months from the date of
Operational Acceptance.
27.8 Add the following paragraph at the end of this Sub-Clause: Upon
correction of the defects in the Facilities or any part thereof by
repair/replacement, such repair/replacement shall have the Defect
Liability Period extended by a period of twelve (12) months from the
time such repair/replacement of the Facilities or any part thereof.
27.9 Change “Completion" in line 5 of the Sub Clause to "Operational
Acceptance"
27.10 The critical components covered under the extended defect liability
are transmission line towers and power transformers, the period
shall be 2 years.
30. Limitation of 30.1 (b) The multiplier of the Contract Price is: One
Liability

31. Transfer of 31.1 Add "and upon endorsement of the dispatch documents in favor of the
Ownership Employer." at the end of this Sub-Clause.
31.5 In the 4th line, replace "Completion of the Facilities" by "Operational
Acceptance of the Facilities".

32. Care of Facilities 32.1 Replace all "Completion" by "Operational Acceptance".

33. Loss of Damage 33.1 Add "and defective design, material or workmanship of the contractor"
after "the supply and installation of the Facilities".

34. Insurance 34.1(c) Add “including property of the Employer” after the word “property”.

36. Change in Laws and 36.1 Add the following after " obligation under the Contract." in this Sub-
Regulations Clause:
However, these adjustments would be restricted to direct transactions
between the Employer and the Contractor and not on procurement of raw
materials, intermediary components, etc. by the Contractor.

37. Force Majeure 37.6 Replace "either party may terminate." in line 5-7 by "the dispute will be
resolved in accordance with GC Clause 45." in this Sub-Clause.
37.7 Delete this Sub-Clause in its entirety.

39. Change in the 39.1.2 Interchange the words “Employer” and “Project Manager” in lines 2
Facilities and 3 in this Sub-Clause.
39.2.2 Delete this Sub-Clause in its entirety and replace with the following:
“Upon instruction from the Project Manager, the Contractor shall
prepare the ‘Change Proposal’ without any cost to the Employer”.
39.2.5 Replace "shall withdraw the proposed Change and shall notify the
Contractor in writing thereof." at the end of the first paragraph by "and

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-12

the Contractor shall agree on specific rates for valuation of the Change."
in this Sub-Clause.
39.4 Add this new Sub-Clause as follows:
The scope of work under the package shall be as per the Volume -II
“Employer’s Requirement” of Bidding Documents. The quantity
variation applicable for the existing scope shall be generally as per the
following.
The Employer reserves the right to increase or decrease the quantity of
different items of the specified goods and services to the extent of
fifteen percent (15%) of the revised contract price pursuant to the GC
Clause 11.1, by way of suitable amendment to the Contract, without any
change in unit rate/price and/or other terms and conditions of the
Contract. However, the quantities of individual items of goods and
services may vary up to any extent.

40. Extension of Time for 40.2 Delete “as soon as reasonably practicable …… circumstance.” and
Completion replace with “within 21 days of the identification of the event of such
change known to the Contractor”.

41. Suspension 41.1 Replace “request” by “instruct” in the line 1 of the first Paragraph.
41.5 Add this new Sub-Clause as follows:
If the Contractor chooses not to treat prolonged suspension as an
omission or termination, the Employer shall, upon request of the
Contractor, take over the responsibility for protection, storage, security
and insurance of the suspended work and of the plant which has been
delivered to the Site and which is affected by suspension and the risk of
loss or damage thereto shall thereupon pass to the Employer. After receipt
of permission or an order to proceed, the Contractor shall after due notice
to the Project Manager examine the works and the Plant affected by the
suspension. The Contractor shall make good any deterioration or defect in
or loss of the Facilities that may have occurred during the suspension.
Cost properly incurred by the Contractor, which would not have incurred
but for the suspension shall be added to the Contract Price together with
profit. The Contractor shall not be entitled for costs incurred in making
good any deterioration, defect, or loss caused by faulty workmanship or
materials or by the Contractor’s failure to take the measures such as
protect and secure and insure against any deterioration, loss or damage
during suspension.

42. Termination 42.4 (h) The maximum number of days is: 200

45.Disputes and 45.3 The place of arbitration shall be: Kathmandu, Nepal
Arbitration
Add this new Clause SCC 46.1 The Contract will be signed in three (3) originals and the Contractor shall
46(Supplementing to be provided with one signed original and the other will be retained by the
GCC) Employer.
Construction of the 46.2 The Contractor shall provide free of cost to the Employer all the
Contract Document engineering data, drawing and descriptive materials submitted with the
bid, in at least three (3) copies to form a part of the Contract immediately
after Notification of Award.
46.3 Subsequent to signing of the Contract, the Contractor at his own cost shall
provide the Employer with at least six (6) true copies of Contract
Agreement within thirty (30) days after signing of the Contract.

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-13

Section 9 - Contract Forms


This Section contains forms which, once completed, will form part of the Contract. The forms for Performance
Security and Advance Payment Security, when required, shall only be completed by the successful Bidder after
contract award.

Table of Forms

Letter of Intent ........................................................................................................................................... 14

Letter of Acceptance ................................................................................................................................... 15

Contract Agreement ................................................................................................................................... 16

Appendix -1Terms and Procedures of Payment .......................................................................................... 19

Appendix 2 Price Adjustment ..................................................................................................................... 22

Appendix 3 Insurance Requirements .......................................................................................................... 23

Appendix 4 Time Schedule.......................................................................................................................... 25

Appendix 5 List of Major Items of Plant and Services and List of Approved Subcontractors ...................... 26

Appendix 6 Scope of Works and Supply by the Employer ........................................................................... 27

Appendix 7 - List of Documents for Approval or Review............................................................................. 28

Appendix 8 - Functional Guarantees ......................................................................................................... 29

Performance Security ................................................................................................................................. 30

Advance Payment Security ......................................................................................................................... 31

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-14

Letter of Intent
[on letterhead paper of the Employer]

. . . . . . . date. . . . . . .

To: . . . . . . . . . . name and address of the Contractor . . . . . . . . . .

Subject: . . . . . . . . . . Issuance of letter of intent to award the contract . . . . . . . . . .

This is to notify you that, it is our intention to award the contract ………. dated …….…….. for execution
of the . . . . . . . . .name of the contract and identification number, as given in the Contract Data/SCC to
you as your bid price . . . . . . . . .amount in figures and words in Nepalese Rupees/US$ ………………. as
corrected and modified in accordance with the Instructions to Bidders is hereby selected as substantially
responsive lowest evaluated bid.

Authorized Signature: ...................................................................................


Name: ............................................................................................................
Title: ..............................................................................................................

CC:

[Insert name and address of all other Bidders, who submitted the bid]

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-15

Letter of Acceptance
[on letterhead paper of the Employer]

. . . . . . . date. . . . . . .

To: . . . . . . . . . . name and address of the Contractor . . . . . . . . . .

Subject: . . . . . . . . . . Notification of Award

This is to notify that your Bid dated . . . . date . . . . for execution of the . . . . . . . . . .name of the contract
and identification number, as given in the Contract Data/SCC . . . . . . . . . . for the Contract price of the
equivalent of [amount in figures and words in the currency…….………….], as corrected in accordance
with the Instructions to Bidders is hereby accepted by our Agency..
You are hereby instructed to contact this office to sign the formal contract agreement within 15 days. As per
the Conditions of Contract, you are also required to submit Performance Security, as specified in SCC,
consisting of a Bank Guarantee in the format included in Section 9 (Contract Forms) of the Bidding
Document.
The Employer shall forfeit the bid security, in case you fail to furnish the Performance Security and to sign
the contract within specified period.

Authorized Signature: ...................................................................................


Name and Title of Signatory: ........................................................................

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-16

Contract Agreement

THIS AGREEMENT is made the ________ day of ________________________, _____,


BETWEEN (1) ______________________, a corporation incorporated under the laws of ___________ and having
its principal place of business at ___________________ (hereinafter called “the Employer”), and (2)
______________________, a corporation incorporated under the laws of ________________________ and having
its principal place of business at ________________________ (hereinafter called “the Contractor”).
WHEREAS the Employer desires to engage the Contractor to design, manufacture, test, deliver, install, complete
and commission certain Facilities, viz. _________________ (“the Facilities”), and the Contractor has agreed to
such engagement upon and subject to the terms and conditions hereinafter appearing.
NOW IT IS HEREBY AGREED as follows:
Article 1. 1.1 Contract Documents (Reference GC Clause 2)
Contract Documents The following documents shall constitute the Contract between the Employer
and the Contractor, and each shall be read and construed as an integral part of
the Contract:
(a) This Contract Agreement and the Appendices hereto including letter of
acceptance
(b) Letter of technical and financial (price) bid
(c) The addenda (insert nos of addenda if any)
(d) Special condition of contract (SCC)
(e) General condition of Contract (GCC)
(f) Bill of Quantities (BOQ)
(g) Employers' work requirement
(h) The drawings
(i) The complete schedules
(j) The complete bidding forms submitted with the bid
(k) Any other documents
(l) Minute of Contract Negotiation Meeting
1.2 Order of Precedence (Reference GC Clause 2)
In the event of any ambiguity or conflict between the Contract Documents
listed above, the order of precedence shall be the order in which the Contract
Documents are listed in Article 1.1 (Contract Documents) above.
1.3 Definitions (Reference GC Clause 1)
Capitalized words and phrases used herein shall have the same meanings as
are ascribed to them in the General Conditions.
Article 2. Contract 2.1 Contract Price (Reference GC Clause 11)
Price and Terms of The Employer hereby agrees to pay to the Contractor the Contract Price in
Payment consideration of the performance by the Contractor of its obligations
hereunder. The Contract Price shall be the aggregate of:
__________________, _______________ as specified in Price Schedule No.
5 (Grand Summary), and_______________, _________________, or such
other sums as may be determined in accordance with the terms and conditions
of the Contract.
2.2 Terms of Payment (Reference GC Clause 12)
The terms and procedures of payment according to which the Employer will

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-17

reimburse the Contractor are given in the Appendix (Terms and Procedures of
Payment) hereto.
Article 3. Effective Date 3.1 Effective Date (Reference GC Clause 1)
The Effective Date from which the Time for Completion of the Facilities shall
be counted is the date when all of the following conditions have been fulfilled:
(a) This Contract Agreement has been duly executed for and on behalf of
the Employer and the Contractor;
(b) The Contractor has submitted to the Employer the performance security
and the advance payment guarantee;
(c) The Employer has paid the Contractor the advance payment.
Each party shall use its best efforts to fulfill the above conditions for which it
is responsible as soon as practicable.
The Time of Completion of the Facilities shall be determined from the date of
advance payment or after forty-five (45) days from the signing of the
Contract, whichever is earlier. The day on which the Employer sends payment
recommendation to the Bank shall be considered the date of payment.
3.2 If the conditions listed in article 3.1 above, are not fulfilled within two (2)
months from the date of this Contract notification because of reasons not
attributable to the Contractor, the Parties shall discuss and agree on an
equitable adjustment to the Contract Price and the Time for Completion
and/or other relevant conditions of the Contract.
Article 4. 4.1 The address of the Employer for notice purposes, pursuant to GC 4.1 is:
Communications Dhalkebar Loharpatti 132 kV Transmission Line Project;
Grid Development Department,
Transmission Directorate,
Nepal Electricity Authority
Kharipati, Bhaktapur
Tel.: +977 1 6616697
Fax: +977 1 6616697
Email: loharpatti132kv@nea.org.np
4.2 The address of the Contractor for notice purposes, pursuant to GC 4.1 is:
________________________.
Article 5. Appendices 5.1 The Appendices listed in the attached List of Appendices shall be deemed to
form an integral part of this Contract Agreement.
5.2 Reference in the Contract to any Appendix shall mean the Appendices attached
hereto, and the Contract shall be read and construed accordingly.
IN WITNESS WHEREOF the Employer and the Contractor have caused this Agreement to be duly executed by
their duly authorized representatives the day and year first above written.

Signed by, for and on behalf of the Employer

[Signature]

[Title]

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-18

in the presence of

Signed by, for and on behalf of the Contractor

[Signature]

[Title]
in the presence of

APPENDICES
Appendix 1 Term and Procedures of Payment
Appendix 2 Price Adjustment
Appendix 3 Insurance Requirements
Appendix 4 Time Schedule
Appendix 5 List of Major Items of Plant and Installation Services and List of Approved Subcontractors
Appendix 6 Scope of Works and Supply by the Employer
Appendix 7 List of Documents for Approval or Review
Appendix 8 Functional Guarantees

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-19

Appendix -1
Terms and Procedures of Payment

In accordance with the provisions of GCC Clause 12 (Terms of Payment), the Employer shall pay the Contractor in
the following manner and at the following times, based on the Price Breakdown given in the section on Price
Schedules. Payments will be made in the currencies quoted by the Bidder unless otherwise agreed between the
parties. Applications for payment in respect of part deliveries may be made by the Contractor as work proceeds.

(A) Terms of Payment


Schedule No. 1 - Supply and Delivery of Plant, Equipment and Mandatory Spare Parts supplied
from Abroad
In respect of above mentioned price schedule, the following payments shall be made:

Ten percent (10%) of the total CIP amount as an advance payment against receipt of invoice and an
irrevocable advance payment security for the equivalent amount made out in favor of the Employer. The
advance payment security may be reduced in proportion to the value of the plant and mandatory spare
parts delivered to the site, as evidenced by shipping and delivery documents.
Forty Percent (40%) of the total or pro rata CIP amount upon Incoterms “CIP”, upon delivery to the carrier
within forty-five (45) days after receipt of following invoice and documents through irrevocable letter of
credit (LC) opened in favor of Contractor’s bank:

i) 6 copies of contractor’s invoice certified by the Employer showing contract no. goods
description, quantity, unit price and total amount.
ii) Payment Authorization as per the specified format duly signed by the authorized official.
iii) Original and 6 copies of negotiable, clean, on-board bill of lading marked freight prepaid
and 6 copies of non-negotiable bill of lading.
iv) 6 copies of Detailed Packing list identify contents of each package.
v) Insurance Policy/Certificate.
vi) Manufacturer’s / supplier’s warranty certificate.
vii) Dispatch authorization issued by the employer with the factory inspection report.
viii) Certificate of origin.

Thirty percent (30%) of the total or pro rata CIP or amount upon Incoterms “CIP,” upon delivery of plant
and equipment (including mandatory spare parts) to the Site and issuance of delivery certificate by the
Employer's engineer within forty five (45) days after receipt of invoice through irrevocable letter of credit
opened in favor of Contractor’s bank.

Fifteen percent (15%) of the total or pro rata CIP or amount upon issue of the Completion Certificate,
within 45 days after receipt of invoice.

Five percent (5%) of the total or pro rata CIP or amount upon completion of defect liability period, within
45 days after receipt of invoice.

Schedule No. 2 - Plant (including Mandatory Spare Parts) Supplied from within Employer's
country

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-20

In respect of above mentioned schedule, the following payments shall be made:

Ten percent (10%) of the total EXW amount as an advance payment against receipt of invoice, and an
irrevocable advance payment security for the equivalent amount made out in favor of the Employer. The
advance payment security may be reduced in proportion to the value of the plant and equipment
including mandatory spare parts shall be delivered to the site, as evidenced by shipping and delivery
documents.

Seventy percent (70%) of the total or pro rata EXW amount upon Incoterms “Ex-Works,” upon delivery of
plant and equipment (including mandatory spare parts) to the site and issuance of delivery certificate by
the Employer within forty five (45) days after receipt of invoice through direct payment.

Fifteen percent (15%) of the total or pro rata EXW amount upon issuance of the Completion Certificate,
within 45 days after receipt of invoice.

Five percent (5%) of the total or pro rata EXW amount upon completion of defect liability period, within 45
days after receipt of invoice.

Schedule No. 3 - Local Transportation, Insurance and Other Service


In respect of Insurance, Clearing, Forwarding and Transport up to Site (including port clearance etc.), the
following payments shall be made in NRs. only.

Ten percent (10%) of the total quoted amount as an advance payment against receipt of invoice, and an
irrevocable advance payment security for the equivalent amount made out in favor of the Employer. The
advance payment security may be reduced in proportion to the value of the plant and mandatory spare
parts delivered to the site, as evidenced by delivery documents.

Eight percent (80%) of the total or pro rata quoted amount upon delivery of goods at site within forty five
(45) days after receipt invoice with Delivery Completion Certificate (DCC) issued by the Employer.

Five percent (5%) of the total or pro rata quoted amount upon issue of the Completion Certificate, within
45 days after receipt of invoice.

Five percent (5%) of the total or pro rata quoted amount upon completion of defect liability period, within
45 days after receipt of invoice.

Schedule No. 4 - Installation Services, Charges and Civil Works


In respect of above mentioned price schedule, the following payments shall be made:
Ten percent (10%) of the total installation and other services amount as an advance payment against
receipt of invoice and an irrevocable advance payment security for the equivalent amount made out in
favor of the Employer. The advance payment security may be reduced in proportion to the value of work
performed by the Contractor as evidenced by the invoices for Construction, Installation, Testing and
Commissioning Services.
Eighty percent (80%) of the measured value of work performed by the Contractor, as identified in the said
Program of Performance, during the preceding month, as evidenced by the Employer’s authorization of
the Contractor’s application, will be made monthly within 45 days after receipt of invoice through direct
payment.
Five percent (5%) of the total or pro rata quoted amount upon issue of the Completion Certificate, within
45 days after receipt of invoice.
Five percent (5%) of the total or pro rata quoted amount upon completion of defect liability period, within
45 days after receipt of invoice.

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-21

Schedule No. 5 – Proto Type Testing of Towers


In respect of above mentioned price schedule, the following payments shall be made:
Ten percent (10%) of the total quoted amount as an advance payment against receipt of invoice, and an
irrevocable advance payment security for the equivalent amount made out in favor of the Employer. The
advance payment security may be reduced in proportion to the value of work performed by the
Contractor as evidenced by the invoices for testing of towers.
Eight percent (80%) of the total or pro rata quoted amount upon submission of test certificates certified by
the employer within forty five (45) days after receipt of the invoice.
Five percent (5%) of the total or pro rata quoted amount upon issue of the Completion Certificate, within
45 days after receipt of invoice.
Five percent (5%) of the total or pro rata quoted amount upon completion of defect liability period, within
45 days after receipt of invoice.

Note: For the release of final five percent (5%) retention amount in respect of above Schedules; the
Contractor shall submit the documentary evidence of compliance with the taxation requirements of the
Government of Nepal.
(B)Payment Procedures:
The procedures to be followed in applying for certification and making payments shall be as
follows:
The procedures to be followed in applying for certification and making payments are as explained in
above respectiveparas. The Employer shall make payments promptly within forty five (45) days of
submission of an invoice by the Contractor.
Payment of Taxes & duties:
Provisions in GCC 14 shall apply in respect to Taxes & Duties.
Additional Sub-Clause for Submission of Bills for Payment:
i. All Payments for the works in part or full shall be based upon measurements or
otherwise as per the Contract. Immediately after execution of foundation of any
structure or otherwise, but before filling the trench or foundation, the Contractor
shall take and record measurements in presence of the authorized representatives of
the Employer.
ii. All Measurements recorded in a Measurement Book (MB) issued by the Employer
should be signed with date by the Contractor and the Employer.
iii. The Value of work executed shall be determined by the Employer.
iv. The Contractor seeking any payment shall submit the bills with the relevant MBs
and other requisite documents, duly signed by the site representatives of the
Employer, to the Employer. The Employer will then verify the bills and approve
for release of payment.

Note: No interest shall be paid on delayed payment in terms of GCC sub-clause 12.3

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-22

Appendix 2
Price Adjustment
(Please refer to Price Bid)

NOT APPLICABLE

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-23

Appendix 3
Insurance Requirements

(A) Insurances To Be Taken Out By The Contractor


In accordance with the provisions of GCC Clause 34, the Contractor shall at its expense take out and maintain in
effect, or cause to be taken out and maintained in effect, during the performance of the Contract, the insurances set
forth below in the sums and with the deductibles and other conditions specified. The identity of the insurers and the
form of the policies shall be subject to the approval of the Employer, such approval not to be unreasonably
withheld.
(a) Cargo Insurance
Covering loss or damage occurring, while in transit from the supplier’s or manufacturer’s works or stores until
arrival at the Site, to the Facilities (including spare parts therefore) and to the construction equipment to be provided
by the Contractor or its Subcontractors.

Amount Deductible limits Parties insured From To


[in currency(ies)] [in currency(ies)] [name] [place] [place]
110% of total price Manufacturer
for plant and (*) Contractor place/cargo Site Delivery
equipment
warehouse

(*) Excess 5% of claimed amount subject to minimum of NRs. 20,000 or its equivalent for Normal and NRs.
80,000 or its equivalent for act of God perils and collapse.
(b) Installation All Risks Insurance
Covering physical loss or damage to the Facilities at the Site, occurring prior to completion of the Facilities, with an
extended maintenance coverage for the Contractor’s liability in respect of any loss or damage occurring during the
defect liability period while the Contractor is on the Site for the purpose of performing its obligations during the
defect liability period.

Amount Deductible limits Parties insured From To


[in currency(ies)] [in currency(ies)] [name] [place] [place]
110% of total price
for plant and (*) Contractor Site Delivery Final Acceptance
equipment

(*) Excess 5% of claimed amount subject to minimum of NRs. 10,000 or its equivalent for Normal and NRs. 30,000
or its equivalent for testing period.

(c) Third Party Liability Insurance


Covering bodily injury or death suffered by third parties (including the Employer’s personnel) and loss of or
damage to property (including the Employer’s property and any parts of the Facilities that have been accepted by
the Employer) occurring in connection with the supply and installation of the Facilities.

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-24

Amount Deductible limits Parties insured From To


[in currency(ies)] [in currency(ies)] [name] [place] [place]
NRs. 1,000,000 or
its equivalent as in Contractor’s Commencement of Final Acceptance
(b) above Employee work

NRs. 1,000,000 or
its equivalent as in Third Party Commencement of Final Acceptance
(b) above Personnel work

NRs. 1,000,000 or
its equivalent as in Employer’s Commencement of Final Acceptance
(b) above Property work

(d) Automobile Liability Insurance


Covering use of all vehicles used by the Contractor or its Subcontractors (whether or not owned by them) in
connection with the supply and installation of the Facilities. Comprehensive insurance in accordance with statutory
requirements.
(e) Workers’ Compensation
In accordance with the statutory requirements applicable in any country where the Facilities or any part thereof is
executed.
(f) Employer’s Liability
In accordance with the statutory requirements applicable in any country where the Facilities or any part thereof is
executed.
(B) Types of Insurance to Be Taken Out by the Employer (Not Applicable)
The Employer shall at its expense take out and maintain in effect during the performance of the Contract the
following insurance policies.
Details:

Amount Deductible limits Parties insured From To


[in currency(ies)] [in currency(ies)] [name] [place] [place]

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-25

Appendix 4
Time Schedule

4.1 Description of Facilities: Procurement of Plant Design, Supply, Installation, Testing and Commissioning of
Dhalkebar Loharpatti 132 kV Transmission Line and Loharpatti 132/33/11 kV Substation.
Name of Facilities Completion Time Completion date
required by the guaranteed
Employer from the by the bidder from the
Effective Date Effective Date

Procurement of Plant Design, Supply, Twenty four (24) months


Installation, Testing and
Commissioning of Dhalkebar
Loharpatti 132 kV Transmission Line
and Loharpatti 132/33/11 kV
Substation
4.2 The activity (ies) under the Contractor’s programme for Project Completion shall be in the form of a master network
(MNW) and shall identify the various activities like design, engineering, manufacturing, supply, installation, factory
testing, transportation to site, site testing and commissioning, trial operation and Taking Over etc. of the Facilities
or specific part thereof (where specific parts are specified in GCC). The network shall conform to the above Project
Completion Schedule. This master network will be discussed and agreed before Award in line with above,
engineering drawing and data submission schedule shall also be discussed and finalized before Award.
4.3 The Employer reserves the right to request minor changes in the work schedule at the time of Award of Contract to
the successful Bidder.
4.4 The successful Bidder shall be required to prepare detailed Network(s) and project implementation plans &
programmes and finalize the same with the Employer as per the requirement specified in Technical Specifications,
which shall from a part of the Contract. The detailed Network(s) and project implementation plans & programmes
shall preferably be preferably prepared in Primavera or in MS Project or in the latest Project Management tool as
convenient to Employer.

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-26

Appendix 5
List of Major Items of Plant and Services and List of Approved
Subcontractors

A list of major items of plant and services is provided below.


The following Subcontractors and Manufacturers are approved for carrying out the item of the facilities indicated.
Where more than one Subcontractor is listed, the Contractor is free to choose between them, but it must notify the
Employer of its choice in good time prior to appointing any selected Subcontractor. In accordance with GCC
Subclause 19.1, the Contractor is free to submit proposals for Subcontractors for additional items from time to time.
No Subcontracts shall be placed with any such Subcontractors for additional items until the Subcontractors have
been approved in writing by the Employer and their names have been added to this list of Approved Subcontractors.

Major Items of Plant and Approved Subcontractors and Nationality


Services Manufacturers

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-27

Appendix 6
Scope of Works and Supply by the Employer

The following personnel, facilities, works, and supplies will be provided or supplied by the Employer, and the
provisions of GCC Clauses 10, 21, and 24 shall apply as appropriate.
All personnel, facilities, works, and supplies will be provided by the Employer in good time so as not to delay the
performance of the Contractor, in accordance with the approved Time Schedule and Program of Performance
pursuant to GCC Subclause 18.2.
Unless otherwise indicated, all personnel, facilities, works, and supplies will be provided free of charge to the
Contractor.

Personnel Charge to Contractor (if any)

None

Facilities Charge to Contractor (if any)

None-except as noted

Works Charge to Contractor (if any)

None

Supplies Charge to Contractor (if any)

None

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-28

Appendix 7
List of Documents for Approval or Review
Pursuant to GC Sub-Clause 20.3.1, the Contractor shall prepare, or cause its Subcontractor to prepare, and present
to the Project Manager in accordance with the requirements of GC Sub-Clause 18.2 (Program of Performance), the
following documents for

A. Approval
As mentioned in the relevant chapter/Section of the Technical Specifications of the Bidding documents and
the following
a. Names of manufacturers
b. Location of factory of manufacture of principal items of equipments
c. Names of subcontractors
d. List of drawings to be submitted for approval
e. Temporary connections and safety
f. Programme of Manufacturer quality plan and inspection, testing procedures and testing methods
g. All kinds of test reports
h. Geographic location of routine Tests
i. Corrosion protection and painting
j. Right of Way clearance details
k. Line route survey and foundation soil investigation
l. Aggregate and grading of aggregates
m. Use of admixtures, concrete mixing, steel reinforcement and formwork
n. Stringing procedures and methods of conductor/OPGW and machine for the works
o. Marking and labeling of equipment
p. Any other documents as desired by the Employer

B. Review:
As mentioned in the relevant chapter/Section of the Technical Specifications of the Bidding documents and
the following
a. Designed and calculation procedures for each component forming part of the Plant
b. All drawings prepared by the Contractor
c. Operations and maintenance instructions
d. Procedure for Test on Completion
e. Protection calculation / recalculation and setting.
f. Any other documents as desired by the Employer

Note:
Bidder shall furnish the exhaustive list, which shall be discussed and finalized for incorporation into the Contract
Agreement.

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-29

Appendix 8
Functional Guarantees

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-30

Performance Security

................................................................ Bank’s Name, and Address of Issuing Branch or Office ................................................................

Beneficiary: ..............................................................Name and Address of Employer ..............................................................................


Date: ................................................................................................................................................................................................................
Performance Guarantee No.: ..............................................................................................................................................................

We have been informed that . . . . . name of the Contractor. . . . . (hereinafter called "the Contractor") has
entered into Contract No. . . . . . reference number of the Contract. . . . . dated . . . . . . . .with you, for the
execution of . . . . . . name of contract and brief description of Works. . . . . (hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is
required.
At the request of the Contractor, we . . . . . name of the Bank. . . . . hereby irrevocably undertake to pay you
any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount in figures*. . . . . . (. .
. . . amount in words. . . . . ) such sum being payable in Nepalese Rupees, upon receipt by us of your first
demand in writing accompanied by a written statement stating that the Contractor is in breach of its
obligation(s) under the Contract, without your needing to prove or to show grounds for your demand or the
sum specified therein.
This guarantee shall expire, no later than the . . . . . Day of . . . . . . . . . . , . . . . . . **, and any demand for
payment under it must be received by us at this office on or before that date.

............................
Seal of Bank and Signature(s)

Note: All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted
from the final document.

* The Guarantor shall insert an amount representing the percentage of the Contract Price specified in
the Contract in Nepalese Rupees.

** Insert the date thirty days after the end of Defect Notification Period. The Employer should note that
in the event of an extension of the time for completion of the Contract, the Employer would need to
request an extension of this guarantee from the Guarantor. Such request must be in writing and must be
made prior to the expiration date established in the guarantee. In preparing this guarantee, the Employer
might consider adding the following text to the form, at the end of the penultimate paragraph: “The
Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months], in
response to the Employer’s written request for such extension, such request to be presented to the
Guarantor before the expiry of the guarantee”.

Procurement of Works Standard Procurement Document – ICB


Section 9 Contract Forms 9-31

Advance Payment Security

................................................................ Bank’s Name, and Address of Issuing Branch or Office ................................................................

Beneficiary: ..............................................................Name and Address of Employer ..............................................................................


Date: ................................................................................................................................................................................................................
Advance Payment Guarantee No.: ...................................................................................................................................................
We have been informed that . . . . . name of the Contractor. . . . . (hereinafter called "the Contractor") has
entered into Contract No. . . . . . reference number of the Contract. . . . . dated . . . . . . . .with you, for the
execution of . . . . . . name of contract and brief description of Works. . . . . (hereinafter called "the Contract").
Furthermore, we understand that, according to the Conditions of the Contract, an advance payment in the
sum . . . . . name of the currency and amount in figures*. . . . . . (. . . . . amount in words. . . . . ) is to be made against
an advance payment guarantee.
At the request of the Contractor, we . . . . . name of the Bank. . . . . hereby irrevocably undertake to pay you
any sum or sums not exceeding in total an amount of . . . . . name of the currency and amount in figures*. . . . . . (. .
. . . amount in words. . . . . ) upon receipt by us of your first demand in writing accompanied by a written
statement stating that the Contractor is in breach of its obligation under the Contract because the Contractor
used the advance payment for purposes other than the costs of mobilization in respect of the Works.
It is a condition for any claim and payment under this guarantee to be made that the advance payment
referred to above must have been received by the Contractor on its account number . . . . . Contractor’s account
number. . . . . at . . . . . name and address of the Bank. . . . . .

The maximum amount of this guarantee shall be progressively reduced by the amount of the advance
payment repaid by the Contractor as indicated in copies of interim statements or payment certificates which
shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the interim
payment certificate indicating that eighty (80) percent of the Contract Price has been certified for payment,
or on the . . . day of . . . . . . . , . . . . .**, whichever is earlier. Consequently, any demand for payment under
this guarantee must be received by us at this office on or before that date.

............................
Seal of Bank and Signature(s)

Note: All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted
from the final document.

* The Guarantor shall insert an amount representing the amount of the advance payment in Nepalese
Rupees of the advance payment as specified in the Contract.

** Insert the date Thirty days after the expected completion date. The Employer should note that in the
event of an extension of the time for completion of the Contract, the Employer would need to request an
extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior
to the expiration date established in the guarantee. In preparing this guarantee, the Employer might
consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor
agrees to a one-time extension of this guarantee for a period not to exceed [six months], in response to the
Employer’s written request for such extension, such request to be presented to the Guarantor before the
expiry of the guarantee”

Procurement of Works Standard Procurement Document – ICB


Nepal Electricity Authority
(A Government of Nepal Undertaking)
Transmission Directorate
Grid Development Department
Dhalkebar Loharpatti 132 kV Transmission Line Project

Bidding Document
for
Procurement of Plant for Design, Supply, Installation, Testing and
Commissioning of Dhalkebar Loharpatti 132 kV Transmission Line and
Loharpatti 132/33/11 kV Substation

International Competitive Bidding (ICB)


(Single Stage Two Envelope Bidding Procedure)

IFB No: ICB-DL-TLSS-076/77-01

Employer: Nepal Electricity Authority


Dhalkebar Loharpatti 132 kV Transmission Line Project

VOLUME II OF III

December, 2019
PART II REQUIREMENTS
SECTION 5 - WORKS REQUIREMENTS (WRQ)
(Scope of Supply of Plant and Services, Specifications, Drawings
and Supplementary Information)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Arrangement of Chapters
Chapter 1 - Project Specific Requirements

Chapter 2 - General Technical Requirements

Chapter 3 - Preliminary Works

Chapter 4 - Transmission Line Tower

Chapter 5- Tower Foundation and Civil Works

Chapter 6- Line Conductor

Chapter 7 -Insulator and Accessories

Chapter 8 -Optical Ground Wire (OPGW)

Chapter 9 -Erection, Stringing and Miscellaneous Works

Chapter 10- Technical Schedule

Chapter 11-Power Transformer

Chapter 12- Isolator

Chapter 13- Circuit Breaker

Chapter 14-Surge Arrester

Chapter 15- Instrument Transformer

Chapter 16- Battery and battery charger

Chapter 17- Illumination / Lighting System

Chapter 18 -Power and Control Cable

Chapter 19- AC Distribution Board

Chapter20- Air Conditioning System

Chapter 21- Substation Structures

Chapter 22- Control Relay and Protection Panels

Chapter23- Substation Automation

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24- Fiber Optic Based Communication

Chapter 25- LT Transformer

Chapter 26- 12 kV Switchgear

Chapter 27- Switchyard Erection

Chapter 28- Civil and Architectural Substation Works

Chapter 29- Building and Miscellaneous Civil works

Chapter 30- Inspection, Testing and Commissioning

Chapter 31- Guaranteed Technical Particulars

Drawings

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 1 - Project Specific Requirement Page 1-1

CHAPTER – 1
PROJECT SPECIFIC REQUIREMENT

1 General
Government of Nepal and Nepal Electricity Authority intend to construct about 20 km 132
kV double circuit transmission line with CARDINAL conductor from existing Dhalkebar
substation to Loharpatti, two numbers of 132 kV bay extensions at Dhalkebar and a new
132/33/11 kV substation at Loharpatti under Dhalkebar Loharpatti 132 kV Transmission
Line Project.
2 Intent of the Specifications
This part of the specification is intended to cover the design, engineering, manufacture,
inspection and testing, packaging, forwarding to site, unloading, erection, testing,
commissioning, performance testing and handing over of all associated ancillaries and
auxiliaries.
This specification shall be read and construed in conjunction with the drawings and
annexure to determine the scope of work and terminal points. The quantities shown on
drawings and annexure are indicative. Any variation arising during detailed engineering
stage will be taken into account by the Bidder without any extra cost and time to the
Employer.
Bidder shall be responsible for providing all material, equipment and services, specified or
otherwise which are required to complete the scope and fulfill the intent of ensuring
efficiency, operability, maintainability and the reliability of the complete work covered
under this specification. It is not the intent to specify completely herein, all aspects of design
and construction of equipment. Nevertheless, the equipment shall conform in all respects to
high standards of engineering, design and workmanship and shall be capable of performing
continuous commercial operation, in a manner acceptable to Employer, who will interpret
the meaning of the specification, drawings, requirements of operation, maintenance
redundancy etc. and shall have a right to reject or accept any work or material which in his
assessment is not complete to meet the requirements of this specification and/or applicable
International standards mentioned elsewhere in the specification.
Bidder is requested to carefully examine and understand the specifications and seek
clarifications, if required, to ensure that they have understood the specifications. The
bidder's offer should clearly bring out the technical deviation and commercial deviation (If
any) that the Bidder is taking. No other clarification, interpretation and assumption shall be
considered for evaluation. In the event of conflict between the requirements of any two
clauses of this specification or requirements of different codes/standards, the more stringent
requirement shall govern, unless confirmed otherwise by the Employer in writing before the

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-2

award of this contract, based on a written request from the bidder for such a clarification.
However, if the bidder feels that, in his opinion, certain features brought out in his offer are
superior to what has been specified, these may be highlighted separately.
Bidder may also make alternate offers provided such offers are superior in his opinion, in
which case, adequate technical information, operating feedback data, etc. shall be enclosed
with the offer, to enable the Employer to assess the superiority and reliability of the
alternatives offered. In case of each alternate offer, its implications on the performance,
guaranteed efficiency etc, shall be clearly brought out for the Employer to make an overall
assessment. In any case, the base offer shall necessarily be in line with the specifications.
Whenever a material or article is specified or described by the name of a particular brand,
manufacturer or trade mark, the specific items shall be understood as established type/make,
meets functional requirement and of required quality. Other manufacturer’s products may
also be considered provided sufficient information is furnished so as to enable the Employer
to determine that the products are proven and equivalent or superior to those named.

3 Scope of Works
The scope of works covering design, engineering, procurement, inspection & testing at
manufacturer’s works, supply, insurance, receipt at site, storage and preservation at site, site
transportation, construction, erection, commissioning, trial operation, handing over to
Employer, guarantee all equipment, spares and material, catalogues, drawings, documents
and services including lubricants, transformer oil, consumables for the proposed 132/33/11
kV substation at Loharpatti, bay extensions at Dhalkebar and 132 kV transmission line from
Dhalkebar to Loharpatti of all mechanical, electrical and civil, structural & architectural
works on turnkey basis.

The Contractor shall be fully responsible for supply, installation, testing and
commissioning of Substation Automation system, necessary for complete operation with the
NEA SCADA system. Fiber Optic based communication system to be supplied under this
Contract shall be compatible with the existing ones and the Contractor shall be fully
responsible for complete interfacing between the existing and the new system. The
interfacing works include the integration of the relevant data (associated with the scope of
this work) into the SINAUT Spectrum of the Load Dispatch Center by necessary
addition/modification and parameterization.

The scope of work shall include but not limited to the following:

 Detailed survey and check survey including route alignment and profiling, right of way
identification and clearance, tower spotting, optimization of tower locations, soil resistivity
measurement, geotechnical investigation.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-3

 Complete engineering services for the project including basic & detailed engineering, design
philosophy, operation philosophy, submission of technical parameters, characteristic curves,
capability curves, etc of equipment and material for Employer’s approval.
 Prototype testing of towers at manufacturing plant of the Contractor.
 Any study through which the capacity and rating of equipment offered shall be proved for
the main & on analysis of site location and attitude.
 Submission of manuals, engineering & construction drawings, design basis reports,
optimization study reports, design calculations, quality assurance plans, testing procedures,
operation and maintenance manuals, commissioning procedures, etc.
 Obtaining of any consents, licenses and approvals from relevant statutory authorities, other
than those obtained by the Employer and required as per law. The scope of Bidder also
covers extending necessary assistance wherever logically required to enable Employer to
obtain the requisite approval.
 Quality assurance of all work related to scope of work of the Bidder.
 Submission of schedule of work from zero date to handing over to Employer complete plant
and equipment in the form of chart, ‘S’-curve; write up etc for Employer’s approval.
Submission of monthly progress reports, photographs, graphs etc for engineering, supply,
construction and commissioning for all major works with suggestions and plans for making
up back log if any for review of Employer. To attend meetings, review, discussion etc for
resolving all issues.
 Submission of shipping schedule of equipment and material from country of origin up to
receipt at site for off shore supply and ex-works to site for on-shore supply matching with
schedule of work for approval of Employer.
 Manufacture, fabrication, quality control, shop testing of equipments and material after
approval of required technical data and drawings by Employer. To furnish notice to
Employer for inspection.
 Packing, forwarding, shipment and transportation (including port handling and custom
clearance) from the manufacturer’s works to site. Comprehensive marine/transit-cum-
storage-cum-erection insurance coverage of all equipment from Nepal Border / ex-works to
project site till the equipment supplied is taken over by Employer. Preservation of all
equipment during transportation till testing and commissioning stage.
 Hiring of a suitable storing area which shall be approved by the Employer,
 Receipt at site, unloading, movement to proper storage, carriage to storage area / interim /
final foundation location, security, preservation and conservation of equipment at the site.
 Erection and construction including supply of construction material and labour complete for
structural and including all temporary enabling works, cabling, testing, start-up, successful
trial operation and performance guarantee testing of the plant as indicated under the
specifications and tender documents.
 Performance Guarantee of the plant.
 Supply of spares parts.
 Supply any other equipment including special tools & tackles, for operation, capital
maintenance

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-4

 Supply of all manuals covering erection and commissioning, performance testing, operation,
preservation, and capital maintenance including supply of as-built drawings and services
required for satisfactory completion of the project.
 Supply of all construction consumables, e.g., welding electrodes, cleaning agents, diesel oil
as well as materials required for temporary supports, scaffolding, storage tanks, illumination
as necessary.
 Deployment of all skilled and unskilled manpower required for erection, commissioning,
testing, etc, supervision of erection, commissioning, testing etc for services to be rendered.
 Deployment of all erection tools & tackles, adequate number and capacity of cranes,
construction machinery, transportation vehicles, and all other implements in adequate
number, capacity and size. Any other tools, tackles and resources required to complete the
contract with required quality and with the schedule.
 Training of Employer’s personnel as specified.
 Arrangement of construction power and construction water at site.
 Any other activity not listed above but required for safe and trouble free operation of the
substation and transmission line shall be deemed to have been included in the Bidder’s scope.
3.1 Major Equipment and Works
The following list of the major plant items and systems shall be included in the Bidder’s
scope of work. This list is not exhaustive and is without prejudice to the more fundamental
responsibility of the Bidder for completeness of whole works.
3.1.1 132 kV Transmission Line
a) Conductors and Accessories
Line Conductor (ACSR – CARDINAL) and accessories
Optical fibre ground wire (OPGW) and accessories
Insulator, Hardware Fittings and other accessories
b) Tower and Tower Accessories
All types of transmission line towers (total 4 types - DA, DB, DC, DD) including
bolts, nuts and washers, hangers, D-shackles and
All types of tower accessories like phase plate, circuit plate, number plate, danger
plate, anti-climbing device, bird guard, aviation signals, painting of towers etc.
c) Foundations
Classification of foundations for different soil conditions for different type of towers
and casting of foundation for tower footings including stub setting
d) Grounding of each towers
e) Other items not specified above but required to complete the transmission line as per
technical specifications, Bid Forms & Price Schedules.

3.1.2 132/33/11 kV Substation


a) 132 kV bays, 2 Nos. for Lines.
b) 132 kV bays, 2 Nos. for 132/33 KV, 24/27/30 MVA Power Transformer.
c) 132 kV bay, 1 No. for 132/11 KV, 18/22.5 MVA Power Transformer.
d) 132 kV Bay, 1 No for Bus Coupler.
e) 33 kV Bays, 4 Nos. for 33 kV Outgoing Lines.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-5

f) 11 kV Indoor Switchgear comprising of 4 Nos. 11 kV line bays, 1 No. transformer


incomer from 18/22.5 MVA, 132/11 kV Power Transformer.
g) Supply, erection, testing and commissioning of 24/27/30 MVA, 132/33 kV and
18/22.5 MVA, 132/11 kV Power Transformers.
h) Supply, erection, testing and commissioning of 132 kV, 33 kV & 11 kV circuit
breakers, isolators, earth switches, current transformers, capacitive voltage transformers, PT
and surge arresters.
i) 150 KVA, 33/0.4 kV Distribution transformer along with associated equipment.
j) Complete Relay & Protection System
k) Complete Substation automation including hardware and software for remote control
station along with associated equipment’s for following bays (bay as defined in
technical specification, Sec.-Substation Automation):

S.No. Description Quantity

1. 132 kV bays 06

2. 33 kV bays 04

3. 11 kV bays 1 Lot

The contractor shall also supply necessary BCU for monitoring and control of
auxiliary supply including operation of Isolators associated with Auxiliary
transformer.
l) For proposed 132 kV Dhalkebar Loharpatti D/C Lines, Digital Protection Coupler (2
Nos. at each end, i.e. 2 Nos. at Dhalkebar and 2 Nos. at Loharpatti) shall be used for
protection application. Each DPC shall be equipped with 4 commands. The above DPC shall
have communication port matching to that being provided in the FO communication SDH
panel and all accessories, cabling etc .required to interface with SDH telecommunication
terminal equipment (located in the Control Room) for its commissioning is in present scope
of Project. 48 volt power supply cable, Control Cable from DPC to relay panel shall be laid
as per location of DPC panel. The specification for the digital protection coupler shall be as
per Annexure I.
m) Telecommunication Equipments shall be installed at Dhalkebar and Loharpatti
Substations.
n) Air Conditioning System
o) LT switchgear (AC/DC Distribution boards).
p) Batteries & Battery Chargers
q) 600 V grade Power & Control cables along with complete accessories. Auxiliary
Power supply and control cables from control room / switchyard panel room and RTCC
panel to common marshalling box of transformer/reactor are also in present scope of work.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 1 - Project Specific Requirement Page 1-6

r) Lattice structures (galvanized): 132/33 kV Towers/gantry structures, Beams and


equipment support structure, support structure for 11 kV and 33 kV XLPE power cable
termination shall be provided as per design and drawings to be developed by the contractor.
However the supply of support structure for circuit breaker is under scope of CB
manufacturer.
s) Bus Post Insulators, insulator strings and hardware, clamps & connectors,
Equipment terminal connectors including for 11 kV and 33 kV XLPE Power Cable,
Conductors, Aluminum tubes, Busbar and earthing materials, Bay marshalling box, spacers,
cable supporting angles/channels, Cable trays & covers, Junction box, buried cable trenches.
t) Complete lighting and illumination for the switchyard including street Lightning,
Control Room cum administrative building etc.
u) Earthing and lightning protection system.
v) Mandatory Spares.
w) All civil, architectural and building works. All the foundation works should be
executed in the mother soil, not in the filling soil.
x) Other items not specified above but required to complete the substation as per
technical specifications, Bid Forms & Price Schedules.

3.1.3 132 kV Bay Extensions


a) 132 kV bays, 2 Nos. for Lines.
b) Control Room Extension Works.
c) All civil and architectural works. All the foundation works should be executed in
the mother soil, not in the filling soil.
d) Other items not specified above but required to complete the works as per technical
specifications, Bid Forms & Price Schedules.

4 Transmission Line Towers


The towers will of self-supporting lattice steel type, designed to carry ACSR “Cardinal” line
conductors with necessary insulators, optical fibre ground wire (OPGW) and all fittings
under all loading conditions.
Normally the following types of double circuit towers shall be used for the proposed 132 kV
transmission line.
Deviation
Tower Type Typical Use
Angle
Altitude up to
1,000 m
DA 0 deg.-2 deg. To be used as tangent Tower up to 2 deg deviation

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-7

Deviation
Tower Type Typical Use
Angle
Altitude up to
1,000 m
DB 2 deg.-15 deg a) Tension Tower with Angle deviation from 2 to
15 deg.
b) Section tower
c) To be designed for anti- cascading condition.
DC 15 deg.-30 deg a) Tension Tower with Angle deviation from 15
to 30 deg
b) Tension tower for uplift forces resulting from a
uplift span as per weight span specified in
Schedule-A4, Section-10.
c) To be designed for anti-cascading condition.
DD/DDE 30 deg.-60 deg a) Tension tower Angle deviation from 30 to 60
deg.
b) Tension towers for uplift forces resulting from
an uplift spam as per weight span specified in
Schedule-A4, Section-10.
c) Complete Dead end with 0 to 15 deg
deviation on both sides.
d) For river crossing anchoring with longer wind
span with 0 deg deviation on crossing span
side and 0 to 30 deg deviations on other
side.

Towers for altitude up to 1,000 m shall be designed based on the requirement BIL and
Ground Clearances applicable up to altitude of 1,000 m.

5 Insulators
Composite long rod insulator made of HT-Silicon Rubber shall be used for 132 kV
transmission line.
The bidder shall offer composite long rod insulators of suitable core diameter to meet
specified Electro Mechanical strength requirements of 90 kN for suspension string and
160 kN for tension string. Bidder shall submit the overall string length and other details
with the Bid.
6 Ground Clearances
In view of the above, ground clearances for 132 kV transmissions line shall be as mentioned below.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-8

Short-duration Lightning Impulse


Minimum Ground
Altitude power frequency withstand voltage – Rated
Clearances - m
Zone withstand voltage kV Voltage - kV
– kV (rms) (peak)
Up to
275 650 132 7.1
1,000 m

7 Site Survey
The information in this section is given solely for the general assistance to Bidders. No
responsibility for it will be accepted, nor will any claim based on this Clause be considered.
The Bidder is advised to survey the sites covered under this Contract to acquaint himself
with site conditions. The Contractor shall be responsible for surveying; detailed check survey,
geo technical investigation including measurement of soil resistivity at the precise locations as
required for foundation and other design of the substation.
The Contractor shall locate, and record on the construction drawings, all interfacing utility lines
or other obstructions. Damage to existing installations shall be repaired by the Contractor at his
expense.
Contractor shall make the arrangement of water and power supply for construction work.

8 Assistance by the Employer


The Employer will give assistance to the Contractor as much as possible in the following
manner; this however will be without any obligations, legal or otherwise.
a) Facilitating access to all locations involved in carrying out the works.

b) General guidance to the Contractor for all negotiations with the Authorities in Nepal

9 Variations in Quantities of the Work


The Quantities listed in the Schedule of Prices represent the estimated quantities for Tender
purpose only. The Contractor shall carryout detail design and shall submit final bill of
quantity for approval within 120 days from the effective date of contract. The actually
required quantity may vary from the quantity as listed in price schedule.
Final quantities shall be determined after completion and approval of the detailed route
survey and check survey. The final quantities of towers, line materials and foundations shall
be confirmed by the Employer based on the requirement of quantities of various items
furnished by the Contractor after completion of detailed and check survey. Hence it will the
responsibility of the Contractor to intimate the exact requirements of all towers, line
materials and foundations required for the line at the earliest after the survey. Employer will
order the final quantities at the unit rates quoted in the bid.
The quantities of individual items may very up to any extent after the final route plans and
route profiles of the lines covered in the package are finalized.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-9

The Contractor shall agree to make no claim for anticipated profits or for alleged losses
because of any difference between the quantities actually furnished and installed and the
estimated quantities after the detailed and check survey and approve by the Employer.
In the course of detail survey, tower staking; installation of special tower (other than the
tower type specified in the schedule) or modification on the cross-arm may be found
necessary. In such case the Contractor shall conduct design related works without any
additional cost to the Employer. Payment for the special tower and the modified cross-arm
will be made at the unit rate of the tower material (weight) used.
10 Expected Life Cycle
Life expectancy of the following items shall be as given below:
Long rod insulator: min. 20 years
Optical terminal equipment: min. 10 years
The Contractor shall submit certificate from independent laboratory for the life expectancy
above material equipment or the manufacturer shall provide any other reliable document to
prove the life expectancy.

11 Additional Responsibilities of the Contractor


The Contractor shall take care of the following during execution of the works under the contract.

11.1 Existing Fences


Where it is necessary to operate equipment through existing fences, the Contractor shall
install suitable temporary gates. The temporary gates shall be constructed of materials and to
standards equal to those of the existing fence. Before cutting the fences for the installation of
temporary gates, the Contractor shall install adequate braces and additional posts, if
necessary, on each side of the opening and shall fully anchor the fence so that all wires will
maintain their original tension after opening is cut. Except when equipment is passing, such
gates shall be kept closed. After completion of the work, the fence shall be restored as nearly
as practicable to its original condition. Deviation from the above requirement will be
permitted only where the Contractor furnishes advanced written approval from the
landowner or landowners for a different method of operation.
Where it is necessary for the Contractor to remove or to alter portions of existing fences to
permit construction, temporary fence protection shall be provided at all times during
construction and upon completion of the construction, the fence shall be rebuilt in its
original or relocated position.
The cost of all work herein described shall be borne by the Contractor. Should the contractor
refuse or neglect to perform any work required by the above provisions within twenty-four

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-10

hours after notification by the Employer to do so, the Employer reserves the right to perform
the work and the cost thereof will be deducted from payment due to the Contractor.

11.2 Transmission, Telegraph and Telephone Lines:


The Contractor shall make all necessary or required provisions concerning any interference
with the operation or maintenance of traffic or service of any transmission, telegraph or
telephone lines existing on the date of receiving bids, caused by the work of the Contractor
under this Contract, all in a manner satisfactory to the Employers or operators and to the
Employer.
The Contractor shall notify the Employers of such facilities of any damage, which is his
responsibility and shall promptly settle proper claims. Pending settlement of such claims by
the Contractor, an appropriate sum as determined by the Employer may be withheld from
payments due to the Contractor until the matter is settled.
The cost of providing and maintaining all necessary or required watchmen, signals, guards
and temporary structures, of making any necessary repairs, replacements, or similar
operations and all or any other costs required by this Sub-Clause shall be borne by the
Contractor.

11.3 Operation and maintenance


The Contractor shall provide at least one operating and maintenance expert at the site for a
continuous period of Six (6) months or any extension required thereof because of serious
breakdown or any extensions of warranty period, from the commencement of the Defect
Liability Period to train the local staff on the operation of various equipment.

11.4 Commissioning and pre-commissioning


The Contractor shall provide sufficient, properly qualified personnel; shall supply and make
available all raw materials, utilities, lubricants, chemicals, catalysts, other materials and
facilities; and shall perform all work and services of whatsoever nature required to properly
carry out Pre-commissioning, Commissioning and Guarantee Test all in accordance with the
provisions of the Contract Agreement.
11.5 Other Responsibilities
a) The Contractor shall be responsible for selecting and constructing appropriate
communication means necessary for the executing of the project at his own expense. If
required, the Employer will assist the Contractor in obtaining licences/permits from the
concerned government agencies.
b) Gasoline, oil and lubricants for construction equipment and vehicles are available in Nepal
and the Contractor will not be permitted to import such products for use on the work.
c) The Contractor shall be responsible for the arrangement of water supply for drinking and
construction purposes at his own cost.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-11

d) The Contractor shall be responsible for the arrangement of electricity supply for
construction and any other purposes at his own cost.
e) The complete design (unless specified otherwise in specification elsewhere) and detailed
engineering shall be done by the Contractor based on conceptual tender drawings. Drawings
enclosed with tender drawings are for information only. Drawings shall be developed by the
contractor as per his design and has to be approved by the project office.
f) The Contractor shall be responsible to select and verify the route, mode of transportation and
make all necessary arrangement with the appropriate authorities for the transportation of the
equipment. The dimension of the equipment shall be such that when packed for
transportation, it will comply with the requirements of loading and clearance restrictions for
the selected route. It shall be the responsibility of the contractor to coordinate the
arrangement for transportation of the Transformers for all the stages from the
manufacturer’s work to site.
g) The conditions of roads, capacity of bridges, culverts etc. in the route shall also be assessed
by the bidders. The scope of any necessary modification/extension/ improvement to existing
road, bridges, culverts etc. shall be included in the scope of the bidder. The contractor shall
carry out the route survey along with the transporter and submit the detail proposal and
methodology for transportation of transformers for approval of Employer within three
months from the date of award.
h) The Contractor shall also be responsible for the overall co-ordination with
internal/external agencies; project management, training of Owner’s manpower, loading,
unloading, handling, moving to final destination for successful erection, testing and
commissioning of the substation/switchyard.
i) Design of substation and its associated electrical & mechanical auxiliaries systems includes
preparation of single line diagrams and electrical layouts including layout arrangement for
foundation layout, cable trench layout, earth mat layout, erection key diagrams, electrical
and physical clearance diagrams, design calculations for earthing and lightening protection
system (including Direct Stroke Lighting Protection), control and protection schematics,
wiring and termination schedules, civil designs (as applicable) and drawings, air
conditioning system, indoor/outdoor lighting/illumination and other relevant drawings &
documents required for engineering of all facilities within the fencing to be provided under
this contract, are covered under the scope of the Contractor.
j) Any other items not specifically mentioned in the specification but which are required for
erection, testing and commissioning and satisfactory operation of the substation are deemed
to be included in the scope of the specification unless specifically excluded.
k) Employer has standardized its technical specification for various equipments and works for
different voltage levels. Items, which are not applicable for the scope of this package as per
schedule of quantities described in Schedules of Rate sand Prices, the technical specification
for such items should not be referred to.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-12

l) The Quantities listed in the Schedule of Prices represent the estimated quantities for
Tender purpose only. The Contractor shall carryout detail design and shall submit final bill
of quantity for approval within 120 days from the signing of contract or 60 days after
effective date of contract. The actually required quantity may vary from the quantity as
listed in price schedule. The Contractor shall agree to make no claim for anticipated profits
or for alleged losses because of any difference between the quantities actually
furnished and installed and the estimated quantities as indicated in the price schedule at the
original quoted unit prices within the total price variations limit of +/- 15% as per the tender
conditions.

12 Access to the Line and Right of Way


Right of way (RoW) and way leave clearance shall be arranged by the Owner in accordance
with work schedules. The responsibility of the owner shall be limited to securing the RoW,
compensation of land acquisition and permanent structure. All other responsibilities shall be
of the Contractor as mentioned in the respective Chapters. Owner will secure way leave and
Right of way in the Forest area. However, the details of RoW i.e. plot number and area of
the land required for construction of tower foundation and plot number and area of the land
within 9 m on the either side of the center of the transmission line, shall be prepared and
submitted by the Contractor.

13 Physical and other Parameters


13.1 Location of the Substation and Line route:
The site of Loharpatti 132/33/11 kV Substation is located at Loharpatti; ward no. 6 of
Loharpatti Municipality, Mahottari district. It lies approximately 10 km west north from
Janakpur, Capital of Provence N0. 2. The transmission line route transverses through the
plain terrain of Dhanusha and mahottari districts.

13.2 Conditions of Service :-


All plant and equipment supplied under the contract shall be entirely suitable for the climatic
conditions prevailing at site. Climate varies from moderately hot and humid tropical climate
to cold climate.
Between June and August low-lying areas are subject to flooding.
All structures shall be designed with the seismic factor of 0.36g.
Maximum ambient shade temperature 45 degree C
Minimum ambient shade temperature 0 degree C
Annual average temperature 32 degree C

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-13

Maximum wind velocity 47 m/sec


Rainfall 1000 mm/annum
Monsoon season June-August
Relative humidity, maximum 100 %
Minimum 10 %
Altitude 500-900 m from MSL
Atmospheric pollution Light to medium
Isokeraunic level (thunderstorm days) 60
The information in this Clause is given solely for the general assistance to Bidders. No
responsibility for it will be accepted, nor will any claim based on this Clause be considered.
The Bidder is advised to survey the sites covered under this Bid to acquaint him with site
conditions.

13.3 The fault level of all equipment to be supplied under present scope shall be as indicated
below:

S.NO Voltage Level Fault Level

1 132 kV 31.5 kA for 1 Sec

2 33 kV 25/31.5 kA for 3 Sec

3 11 kV 25 kA for 3 Sec

The details system parameters are given hereunder:


S.N Description of parameters 132 kV System
1. System operating voltage 132kV
2. Maximum operating voltage of the system(rms) 145kV
3. Rated frequency 50Hz
4. No. of phase 3
5. Rated Insulation levels
i) Full wave impulse withstand voltage (1.2/50 microsec.) 650 kVp
ii) One minute power frequency dry and wet withstand voltage 275kV
(rms)
6. Corona extinction voltage 105kV
7. Max. radio interference voltage for frequency between 0.5 MHz 500micro-volt
and 2 MHz at 92KV rms for 132KV system
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 1 - Project Specific Requirement Page 1-14

S.N Description of parameters 132 kV System


8. Minimum creepage distance (25mm/kV) 3625 mm
9. Min. Clearances
i. Phase to phase 1300 mm

ii. Phase to earth 1300 mm


iii Sectional clearances 4000 mm
10. Rated short circuit current 31.5 kA for 1 Sec
11. System neutral earthing Effectively earthed

Note :

1. The above parameters are applicable for installations up to an altitude of 1000m above
mean sea level. For altitude exceeding 1000m, necessary altitude correction factor shall
be applicable as per IEC or part thereof. Bidders shall furnish the suitable value after
taking altitude correction factor in Chapter Technical Data Sheet (Guaranteed Technical
Particulars) separately for each items as applicable.
2. The insulation and RIV levels of the equipments shall be as per values given in the
respective chapter of the equipments.
Major technical parameters of bushings / hollow column / support insulators are given
below:

S.N. Parameters 132 kV


(a) Max. System voltage Um(kV) 145
(b) Impulse withstand voltage (dry & wet) (kVp) + 650
(c) Power frequency withstand voltage (dry and wet) (kV rms) 275
(d) Total creepage distance (min) (mm) 3625

14 SCHEDULE OF QUANTITIES

The requirement of various items/equipments and civil works are indicated in Bid price
Schedules.
All equipments/items and civil works for which bill of quantity has been indicated in BOQ
(Bill of Quantity) shall be payable on unit rate basis/quoted rate basis. During actual
execution, any variation in such quantities shall be payable as per relevant clauses
incorporated in Letter of award.
Wherever the quantities of items/works are indicated in LS/Lot/Set, the bidder is required to
estimate the quantity required for entire execution and completion of works and
incorporate their price in respective Bid price schedules. For erection hardware items,
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 1 - Project Specific Requirement Page 1-15

Bidders shall estimate the total requirement of the works and indicate module-wise lump
sum price bay wise and include the same in relevant Bid price schedules. For module
identification, Bidder may refer typical drawings enclosed with the specifications. Any
material/works for the modules not specifically mentioned in the description in BOQ, as
may be required shall be deemed to be included in the module itself.
The detailed bill of quantities of the mandatory spares is as per BOQ. Bidder should include
all such items in the bid proposal sheets, which are not specifically mentioned but are
essential for the execution of the contract. Item which explicitly may not appear in various
schedules and required for successful commissioning of substation shall be included in the
bid price and shall be provided at no extra cost to Employer.

15 BASIC REFERENCE DRAWINGS

15.1 Single line diagram and general arrangements drawings are enclosed with the bid
documents for reference, which shall be further engineered by the bidder.

15.2 The reference drawings, which form a part of the specifications, are given at drawings
section. The bidder shall maintain the overall dimensions of the substation, phase to earth
clearance, phase to phase clearance and sectional clearances.

The enclosed drawings give the basic scheme, layout of substation, substation buildings,
associated services etc. In case of any discrepancy between the drawings and text of
specification, the requirements of text shall prevail in general. However, the Bidder is
advised to get these clarified from Employer.

15.3 The auxiliary transformers of rating 1 50 KVA shall be used to feed the substation
auxiliaries.

The 150 KVA, 33/0.4 kV auxiliary transformers shall be located outdoor in a suitable
location. These auxiliary transformers should not be used for construction power supply
purpose. The detailed scheme is shown in the single line diagram.

16 ORDER OF PRECEDENCE OF DIFFERENT PARTS OF TECHNICAL


SPECIFICATION

In case of any discrepancy between Chapter 1- PSR, Chapter 2- GTR and other technical
specifications on scope of works, Chapter 1 - PSR shall prevail over all other chapters.

In case of any discrepancy between Chapter 2- GTR and individual chapters for
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 1 - Project Specific Requirement Page 1-16

various equipments, requirement of individual equipment chapter shall prevail.

17 SPARES
Mandatory Spares
The Mandatory Spares shall be included in the bid proposal by the bidder. The prices of
these spares shall be given by the Bidder in the relevant schedule of BOQ and shall be
considered for evaluation of bid. It shall not be binding on the Employer to procure all of
these mandatory spares.

The bidder is clarified that no mandatory spares shall be used during the commissioning of
the equipment. Any spares required for commissioning purpose shall be arranged by the
Contractor. The unutilized spares if any brought for commissioning purpose shall be taken
back by the contractor.

18 SPECIAL TOOLS AND TACKLES

The bidder shall include in his proposal the supply of all special tools and tackles required
for operation and maintenance of equipment. The special tools and tackles shall only cover
items which are specifically required for the equipment offered and are proprietary in
nature. However a list of all such devices should be indicated in the relevant schedule
provided in the BOQ. In addition to this the Contractor shall also furnish a list of special
tools and tackles for the various equipment in a manner to be referred by the Employer
during the operation of these equipment. The scope of special tools and tackles are to be
decided during detail engineering and the list of special tools and tackles, if any shall be
finalized.

19 SPECIFIC REQUIREMENT

a. The Bidders are advised to visit substation site and line route and acquaint
themselves with existing facilities, the topography, infrastructure, etc.
b. The bidder shall be responsible for safety of human and equipment during the
working. It will be the responsibility of the Contractor to coordinate and obtain Electrical
Inspector's clearance before commissioning. Any additional items, modification due to
observation of such statutory authorities shall be provided by the Contractor at no extra cost
to the Employer.

The Contractor shall arrange all T&P (such as necessary supports, cranes, ladders,
platforms etc.) for erection, testing & commissioning of the system at his own cost.
Further, all consumables, wastage and damages shall be to the account of contractor.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 1 - Project Specific Requirement Page 1-17

c. Augmentation and integration work related to SCADA System

The 132, 33, 11 kV bays under present scope at the substation shall be integrated by the
contractor into existing SCADA system of Siemens ‘SINAUT Spectrum”(version 4.3.2)
installed at Master Station i.e. Nepal Electricity Authority Load Dispatch Centre (located at
Siuchatar, Kathmandu). The integration shall include all hardware and software required at
the Control Centre as well as necessary data base, display generation and upgrades for
proposed control and monitoring of station and Network Analysis. The above activities shall
be carried out as appropriate, in all of the stations viz. The manufacturers of the existing
SCADA system are:-

LDC facilities: Siemens


Germany

RTU facilities: ABB,


Germany

The details of RTU installed at existing substations and Data acquisition principles (types of
analogue/digital data) for control, monitoring of substation is enclosed at Annexure III.
The existing communication protocol used for SCADA at LDC Kathmandu is IEC 101/104.
For the present scope of work, RTU are not envisaged and the Data for SCADA purpose
shall be obtained from the Substation Automation System (based on IEC 61850) using
Gateway port with communication protocol IEC 101/104 as per requirement being
provided at the substations under present scope of contract.

d. Augmentation and integration work related to Communication System

The scope of work for supply, installation of Optical Line Termination Equipment, Digital
Multiplexer, hardware accessories etc at substations, LDC Katmandu and its integration
work (at LDC Kathmandu) for onward transmission of Data and Voice communication up
to LDC Kathmandu is included in the contract.

The existing FO communication link including RTU exists between existing


Dhalkebar-Chapur Substations. Data and voice communications from various substations
and power houses flow to LDC in the direction of between Dhalkebar-Chapur Substations
– Siuchatar. The scope of work for supply, installation of approach optical fibre (as per
requirement from JB to ODF box), Optical Line Termination Equipment, Digital
Multiplexer, hardware accessories etc at New Nawalpur Substation and its integration work
(at existing Dhalkebar, Chapur & LDC Kathmandu) for onward transmission of Data and
Voice communication up to LDC Kathmandu is included in the contract.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-18

e. In Chapter 2 GTR and other Technical specifications, the term “Purchaser” and/or
“Employer” may be read as “Owner”.

f. Erection, testing and commissioning of Substation automation system, Control and


protection Panels, Transformer, and communication equipments shall be done by the
contractors under the supervision of respective equipment manufacturers. Charges for the
above supervision shall be included by the bidder in the erection charges for the respective
equipment in the BOQ.
g. On Job Training in Nepal: The traveling and living expenses of Employer’s
personnel for the training programme conducted in Nepal shall be borne by the
Employer.

The training shall be provided to Employer’s personnel in the field of erection, testing,
operation and maintenance at each substation site as per following:-

S. No Description of training No of days

1 Control & Protection 5 Days

2 Substation Automation System 5 days


including integration aspects of SCADA
3 Telecommunication Equipment (SDH, 5 Days
MUX & NMS (Craft Terminal))
4 Power Transformers 3 Days

h. The civil construction drawing for above shall be developed by the contractor during
detail engineering.
i. For illumination in switchyard panel room average Lux level at ground level shall be 300
lux. The lighting fixtures for switchyard lighting shall be mounted on LMs wherever LMs
are provided. Where LMs are not available, the fixtures may be mounted on Gantry
structures or on lighting poles to be provided by the contractor. All the lighting fixtures, Air
condition, ceiling Fans etc to be installed at substation shall be energy efficient
(low power consumption).

j. The Frequency range for the earthquake spectra shall be as per IEC-62271- 300 for Circuit
Breaker.

k. Transmission line side insulator String (including Hardware) i.e. tension insulator on the line
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 1 - Project Specific Requirement Page 1-19

side of the take off gantry for 132 and 33 KV lines termination is under the present scope of
specification.

l. One number portable fire extinguisher (CO2 type) of 4.5 kg shall be provided for each
switchyard panel room as per Bid proposal sheet (BOQ).
m. The Contractor shall provide AC/DC feeders for complete future bays also as per single line
diagram in addition to bays under present scope.

n. The reference of IS standard (i.e. Indian Standard) mentioned in the technical


specification shall be read as equivalent EC or BS or equivalent International Standard.

o. Non CFC refrigerant shall be utilized for Air conditioning system, offered for buildings is
under the scope of contract.

p. The distance protection relays to be supplied for 132 kV lines should have feature of load
encroachment blinder to safeguard the protection trip during heavy load condition.

q. Separate protection relay (IED) shall be provided for 132 kV Class Transformer
directional over current and earth fault relay (for both HV & LV side). Inbuilt function in
any other protection IED/BCU is not acceptable.

r. In the Substation automation system, each AIS shall be monitored individually per phase
basis. In case it is not possible to monitor in one BCU, the contractor shall supply
additional BCU for the monitoring without any additional cost implication to NEA.

s. For supply of SF6 Gas, the contractor shall obtain necessary license from the concerned
statuary authorities in Nepal. The contractor shall comply with all the legal & statuary
requirements as per the local laws for importing, handling & storage of SF6 gas in Nepal.
For this purpose NEA shall extend necessary assistance (documentation etc) for obtaining
such clearance & licenses, however the complete responsibility for submitting the
application and co-ordination with authorities shall be in the scope of contractor.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-20

Annexture –I

SPECIFICATION FOR DIGITIAL PROTECTION COUPLER

1.0 Digital protection coupler for protection signaling through optical fibre cable system.

1.1 The Digital protection signalling equipment is required to transfer the trip commands
from one end of the line to the other end in the shortest possible time with adequate
security and dependability. It shall also monitor the healthiness of the link from one
end to the other and give alarms in case of any abnormality. The protection
signaling equipment shall have a proven operating record in similar application over
EHV systems and shall operate on 48V DC (+10%, -10%). It shall provide minimum
four commands. These commands shall be suitable for direct tripping, Inter tripping
and Blocking protection schemes of EHV lines.

The protection signalling equipment shall communicate to the remote end with
separate optical fibre cores maximum 2 cores. It shall provide suitable interfaces for
protective relays, which operate at 110V DC. Power supply points shall be immune to
electromagnetic interface.

1.2 Principle of operation


During normal operation, protection signalling equipment shall transmit a guard
signal/code. In case Protection signaling equipment is actuated by protective relays for
transmission of commands, it shall interrupt the guard signal/code and shall transmit
the command code to the remote end. The receiver shall recognize the command code
and absence of the guard code and will generate the command to the protective relays.
All signal processing i.e. generation of tripping signal and the evaluation of the signals
being received shall be performed completely digital using Digital Signal Processing
techniques.

1.3 Loop testing


An automatic loop testing routine shall check the tele-protection channel. It shall also
be possible to initiate a loop test manually at any station by pressing a button on the
front of the equipment. Internal test routine shall continuously monitor the availability
of the protection signaling equipment. Proper tripping signal shall always take the
priority over the test procedure.

The high speed digital protection signalling equipment shall be designed and provided

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-21

with following features.


 Full Duplex operation
 Auto loop facility shall be provided
 Shall meet IEC 60834-1 standard
 Shall be able to transmit up to 4 commands with trip counter
simultaneously or sequentially

Bidder shall quote for protection signalling equipment suitable for 4 commands with
separate trip counters for transmit and receive. With regard to trip counters alternate
arrangement .i.e. Laptop along with software & all accessories to download events
including carrier receipt and transmit shall be acceptable. Laptop for the above shall be
supplied at each substation under substation package.

High security and dependability shall be ensured by the manufacturer. Probability of


false tripping and failure to trip shall be minimum. Statistical curves/figures indicating
above mentioned measures shall be submitted along with the bid. The DPC can be either
housed in offered Control & Protection Panel/Communication Panel or in separate panel.

Reports of the following tests as per clause 9.2 of Chapter 2-GTR shall be submitted for
approval for protection signaling equipment and relays associated with the protection
signaling equipment and interface unit with protective relay units, if any.

i) General equipment interface tests:


a) Insulated voltage withstand tests
b) Damped oscillatory waves disturbance test
c) Fast transient bursts disturbance test
d) Electrostatic discharge d i s t u rb an c e test
e) Radiated electromagnetic field test
f) RF disturbance emission t est

ii) Specific power supply tests:


a) Power supply variations
b) Interruptions
c) LF disturbance emission
d) Reverse polarity

iii) Tele-protection system performance tests:


Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 1 - Project Specific Requirement Page 1-22

a) Security
b) Dependability
c) Jitter
d) Recovery time
e) Transmission time f)
Alarm functions
g) Temperature and Humidity tests (As per IEC 68-2)
- Dry heat test (50°C for 8 hours)
- Low temperature test (-5°C for 8 hours)
- Damp heat test (40°C/95%RH for 8 hours)

All the above tests at i, ii & iii (except temperature & humidity tests) shall be as per
IEC 60834-1 and the standards mentioned therein.

iv) Relays
a) Impulse voltage withstand test as per IEC 60255.
b) High frequency disturbance test as per IEC 60255.

The protection signalling equipment shall be of modular construction and preferably


mounted in the Relay panels. Cabling between the protection signalling equipment &
Protection relays and between protection signalling equipment & Communication
equipment shall be in the scope of bidder.

The input/output interface to the protection equipment shall be achieved by means of


relays and the input/output rack wiring shall be carefully segregated from other
shelf/cubicle wiring. The isolation requirements of the protection interface shall be for
2kV rms.

1.4 Major technical Particulars

The major technical particulars of protection signaling equipment shall be as follows.


i) Power supply 48V DC +10%, -10%
ii) Number of 4 (four)
iii) Operating
commands time <7 ms
iv) Back to back operate time without propagation ≤ 8
v) Interface
delay to Protection relays ms

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-23

Input: Contact
Rated voltage 250 volts DC
Rating:
Maximum
: current rating 5 amps
Output: Contact
: Rating:
Rated voltage 250 volts DC
:
vi) Alarm contact

Rated current : 0.1 A DC


Other parameters : As per IEC-255-0-20
Rated voltage : 250 volts
DC Rated current : 0.1 A DC
Other parameters : As per IEC-255-0-20
vii) Digital communication interface : G 703(E1)

Annexure-II
Specification for Revenue Meter & Metering (Instrument) Transformer

1. General

The units shall be suitable for operating in Outdoor environment and shall be
manufactured by International Reputed ISO 9001 Company

2. Energy Meter

The Energy Meter shall have the following minimum requirement

Electronic, 3Phase, 4wire, Wye Connection, Bi-


Type directional
Accuracy Class 0.2
Applicable Standard IEC 687 (latest edition) or Equivalent
Measurement a) Poly phase Quantities kWh, kVARh, kVAh
b) Instantaneous Quantities Real Time, kW, kVA,
PF, Volts,Amps,Frequency
Rated Current (In) 5A or 1A
Rated Maximum Current 1.2xIn
Starting Current 0.001xIn
Voltage (Phase) 110V/√3
Frequency 50Hz
Programmable Interval
length At least 1 to 30 min

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-24

Load Profile Memory At Least 60 days of storage using 4 channels at


Storage 15min Intervals
Channels of Load Profile At Least 4 channels of storage (kWh import, kWh
Data export, kVARh Import, kVARh export)
Other Features to be
Included a) Serial communication port and Accessories
b) OpticalPort Communication (With optical Probe)
c) Remote Download Modem (in built)
d) Hardware Key to Prevent any Calibration and
configuration change
e) PT or CT error gain correction
f) Non Volatile memory
g) Inbuilt Super capacitor

h) Meter shall be able to record and store in Non-


Volatile memory the instant of Power failure and the
instant of supply restoration.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-25

ANNEXURE-III

EXISTING RTU BASED SCADA & ITS DATA ACQUISITION

1.0 GENARAL INFORMATION

1.1 Remote Terminal Units (RTU)

The Load Dispatch Centre (LDC) at Kathmandu controls and monitors the network of
Integrated Nepal Power System (INPS) via RTUs and SAS located at its various substations.
Manufacturers of existing SCADA system are:
LDC facilities: SIEMENS, Germany
RTU facilities: ABB, Germany
1.2 Data acquisition principles for existing Substation

The existing substations are provided with RTU& SAS for interfacing of the following
supervisory controls and data acquisitions:
Remote Control
 Remote control of all 132/33kV circuit breakers.

Status indications
 Status indications of all 132kV circuit breakers, busbar and line isolators.

 Status indications of all 33kV& 11kV line feeders.

1.3 Integration of SCADA of existing Substation

The existing communication protocol used for SCADA at LDC Kathmandu is IEC 101. For
the present scope of work no RTU is envisaged and the Data for SCADA purpose shall be
obtained from the Substation Automation System (based on IEC 61850) using Gateway port
with communication protocol IEC 101/104 as per requirement being provided at Nawalpur
Substation under present contract. The details of substation automation systems are included
in the separate chapter Substation Automation.

Table: Alarms to be acquired from each type of bay


Type of Alarm Line Transformer Coupler Bay Busbar Station
Bay Bay
Main protection trip MPT MPT MPT
Back-up protection trip BPT BPT BPT
Bay fault BFA BFA BFA
Circuit breaker fault CBF CBF CBF
Auto-recloser operated ARO
Temperature Alarm TAL
Temperature Trip TTR
Buchholz alarm BAL

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 1 - Project Specific Requirement Page 1-26

Buchholz Trip BTR


General GTA
transformer/reactor alarm
General GTT
transformer/reactor Trip
Busbar Voltage status BVS
Station urgent fault SUF
Station none-urgent fault SNF
Station Control disabled SCD
RTU alarm RTU
Communication alarm COM
Total 5 10 4 1 5
Measurements
 Busbar voltages (separate for each busbar and section) of all 132/33/11 kV Busbars.

 Active/reactive power for

 All 132kV Line feeders and 132kV and 33kV Transformer feeders.

 Single phase current measurements for all 33kV lines participating in load shedding Scheme.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-1

CHAPTER-2

GENERAL TECHNICAL REQUIREMENT

1. FOREWORD

1.1 The provisions under this chapter are intended to supplement general technical
requirements (GTR) for the materials, equipments and services covered under other
chapters of tender documents and are not exclusive.

2. GENERAL REQUIREMENT

2.1 The contractor shall furnish catalogues, engineering data, technical information, design
documents, drawings etc., fully in conformity with the technical specification during
detailed engineering.

2.2 It is recognized that the Contractor may have standardized on the use of certain
components, materials, processes or procedures different from those specified herein.
Alternate proposals offering similar equipment based on the manufacturer’s standard
practice will also be considered provided such proposals meet the specified designs,
standard and performance requirements and are acceptable to Employer.

2.3 Equipment furnished shall be complete in every respect with all mountings, fittings,
fixtures and standard accessories normally provided with such equipment and/or needed
for erection, completion and safe operation of the equipment as required by applicable
codes though they may not have been specifically detailed in the Technical
Specifications unless included in the list of exclusions. Materials and components not
specifically stated in the specification and bid price schedule but which are necessary
for commissioning and satisfactory operation of the switchyard / substation unless
specifically excluded shall be deemed to be included in the scope of the specification
and shall be supplied without any extra cost. All similar standard components/parts of
similar standard equipment provided, shall be inter-changeable with one another.
3. STANDARDS
3.1 The works covered by the specification shall be designed, engineered, manufactured,
built, tested and commissioned in accordance with Standards and the Acts, Rules, Laws
and Regulations of Nepal or Acceptable International Standards. Any details not
specifically covered by these standards and specifications shall be subject to approval of
the Employer.

ACI American Concrete Institute


AISC American Institute of Steel Construction
ANSI American National Standard Institute,
Inc ASCE American Society of Civil Engineers

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-2

ASME American Society of Mechanical Engineers


ASTM American Society for Testing Materials
AWS American Welding Society
BS British Standard Institution
EEI Edison Electric Institute
IEC International Electrotechnical Commission
NEMA National Electric Manufacturers Association
IEEE Institute of Electrical and Electronics Engineers
ITU-T International Telecommunication Union

3.2 The equipment to be furnished under this specification shall conform to latest issue with
all amendments (as on the date of bid opening) of standard specified under Annexure-A
of this chapter, unless specifically mentioned in the specification.
3.3 The Bidder shall note that standards mentioned in the specification are not mutually
exclusive or complete in themselves, but intended to complement each other.
3.4 The Contractor shall also note that list of standards presented in this specification is not
complete. Whenever necessary the list of standards shall be considered in conjunction
with specific IEC or equivalent international standard.
3.5 When the specific requirements stipulated in the specifications exceed or differ than
those required by the applicable standards, the stipulation of the specification shall take
precedence.
3.6 Other internationally accepted standards which ensure equivalent or better performance
than that specified in the standards specified under Annexure-A / individual chapters for
various equipments shall also, be accepted, however the salient points of difference
shall be clearly brought out in the Additional information schedule of the bid along with
English language version of such standard. The equipment conforming to standards
other than specified under Annexure-A/ individual chapters for various equipments shall
be subject to Employer’s approval.

4. SERVICES TO BE PERFORMED BY THE EQUIPMENT BEING FURNISHED


4.1 The equipment furnished under this specification shall perform all its functions and
operate satisfactorily without showing undue strain, restrike etc. under such over voltage
conditions.
4.2 All equipments shall also perform satisfactorily under various other electrical,
electromechanical and meteorological conditions of the site of installation.
4.3 All equipment shall be able to withstand all external and internal mechanical, thermal
and electromechanical forces due to various factors like wind load, temperature
variation, ice & snow, (wherever applicable) short circuit etc for the equipment.
4.4 The bidder shall design terminal connectors of the equipment taking into account
various forces that are required to withstand.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 2-General Technical Requirement Page 2-3

4.5 The equipment shall also comply the following:


a) To facilitate erection of equipment, all items to be assembled at site shall be
“match marked”.
b) All piping, if any between equipment control cabinet/ operating mechanism to
marshalling box of the equipment, shall bear proper identification to facilitate the
connection at site.
4.6 Equipments and system shall be designed to meet the following major technical
parameters as brought out hereunder.

4.6.1 System Parameter


132kV, 33kV & 11kV System
SL Description of parameters 132 kV 33 kV 11 kV
No. System System System
1. System operating voltage 132kV 33kV 11kV
2. Maximum operating voltage of the 145kV 36kV 12kV
system(rms)

3. Rated frequency 50Hz 50Hz 50Hz


4. No. of phase 3 3 3
5. Rated Insulation levels
i) Full wave impulse withstand voltage 650 170 75
(1.2/50 microsec.) kVp kVp kVp

ii) One minute power frequency dry 275kV 70kV 28 kV


and wet withstand voltage (rms)

6. Corona extinction voltage 105kV - -


7. Max. radio interference voltage for 500 - -
frequency between 0.5 MHz and 2 micro-
MHz at 92KV rms for 132KV volt
system
8. Minimum creepage distance 3625 900 265
(25mm/kV) mm mm mm
9. Min. Clearances
i. Phase to phase 1300 mm 320 mm 127 mm

ii. Phase to earth 1300 mm 320 mm 127 mm

iii) Sectional clearances 4000 mm 3000 mm -

10. Rated short circuit current 31.5 kA for 25 kA for 3 25 kA for 3


1 Sec Sec Sec
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 2-General Technical Requirement Page 2-4

SL Description of parameters 132 kV 33 kV 11 kV


No. System System System
11. System neutral earthing Effectively Effectively Effectively
earthed earthed earthed
Note :
 The above parameters are applicable for installations up to an altitude of 1000m above
mean sea level. For altitude exceeding 1000m above MSL, necessary altitude correction
factor shall be applicable as per IEC or part thereof.
 The insulation and RIV levels of the equipment shall be as per IEC or values given in
the respective chapter of the equipment.

4.6.2 Major technical parameters of bushings / hollow column / support insulators are given
below:
132kV, 33kV & 11kV System
S.N. Parameters 132 kV 33kV 11kV
(a) Max. System voltage Um(kV) 145 36 12
(b) Impulse withstand voltage (dry & wet) + 650 + 170 + 75
(kVp)
(c) Power frequency withstand voltage (dry and 275 75 28
wet) (kV rms)
(d) Total creepage distance (min) (mm) 3625 900 265

5 ENGINEERING DATA AND DRAWINGS


5.1 Prior to commencement of the work, the Contractor shall submit detailed design drawings
and data to the Employer for approval. Should the Employer direct that modifications be
made in order to satisfy the requirements of the Specifications, the Contractor shall submit
revised drawings for approval. Alteration in the Contract price shall not be allowed by
reason of the drawing modifications.
The Contractor shall prepare and furnish to the Employer such drawings, calculations, and
data on materials and equipment (hereinafter in this provision called data) as are required for
the proper control and completion of the work. This shall including but not be limited to
those drawings, data and calculations specifically required elsewhere in the Technical
Specifications.

The Contractor shall submit detailed drawings, instructions and maintenance books, and
parts lists with recommended stock quantities for the equipment and accessories furnished,
prepare and submit detailed engineering, design and construction drawings pertaining to all
civil, structural, architectural and electrical equipment and installations of132kV
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 2-General Technical Requirement Page 2-5

transmission line and Substation. The drawings to be furnished by the Contractor shall
include, but not be limited, to the following:
a) Work Schedule (Master Network) Plan.
b) Drawing deliverable Schedule.
c) Detailed and check survey report including profile drawings showing ground clearance and
tower locations (as applicable).
d) Soil Investigation report including ground resistivity measurement.
e) Tower schedule and foundation classification for individual tower locations (as applicable).
f) Bill of Quantity of Towers and Foundations
g) Design Basis Report
h) Tower design and structural drawing including bill of materials.
i) Foundation design and working drawings/excavation Plan.
j) Tower footing grounding drawing.
k) Stub and stub-setting (template) drawings.
l) Stringing procedure and stringing chart.
m) Tower accessories drawings like danger plate, name plate etc.
n) Quality plans for fabrication and site activities including Quality System.
o) Sub-vendors approval.
p) Drawings and datasheets of Line Conductors.
q) Drawings and datasheets of OPGW
r) Technical Catalogues
s) Instruction Manuals for Erection, Testing and Commissioning
t) Operation and Maintenance Manuals.
u) General Documentations
- Monthly Progress Report
- QA/QC Documentation including MQP and FQP for all Equipment & systems
- Testing and commissioning procedure of each equipment

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-6

- Design (Type) Test Reports as specified


- Routine Test Reports of all Equipment
- Field Test Reports
All rights of the design/drawing for all types of towers and foundations shall be strictly
reserved with the Employer only and any designs/drawings/data sheets submitted by the
contractor from time to time shall become the property of the Employer. Under no
circumstances, the Contractor shall be allowed to use/offer above designs/drawings/data sheets
to any other authority without prior written permission of the Employer. Any deviation to
above is not acceptable and may be a cause for rejection of the bid.

5.2 The list of drawings/documents which are to be submitted to the Employer shall be
discussed and finalized by the Employer at the time of award.
The Contractor shall necessarily submit all the drawings/ documents unless anything is
waived.
5.3 The Contractor shall submit 4 (four) sets of drawings / design documents /data / detailed
bill of quantity and 3 (three) sets of test reports for the approval of the Employer. The
contractor shall also submit the softcopy of the above documents in addition to
hardcopy.
5.4 Drawings
5.4.1 All drawings submitted by the Contractor shall be in sufficient detail to indicate the
type, size, arrangement, material description, Bill of Materials, weight of each
component, break-up for packing and shipment, dimensions, internal & the external
connections, fixing arrangement required and any other information specifically
requested in the specifications.
5.4.2 Drawings submitted by the Contractor shall be clearly marked with the name of the
Employer, the unit designation, the specifications title, the specification number and the
name of the Project. Employer/Consultant has standardized few drawings/documents of
various make including type test reports which can be used for all projects having
similar requirements and in such cases no project specific approval (except for list of
applicable drawings along with type test reports) is required. However, distribution
copies of standard drawings / documents shall be submitted as per provision of the
contract. All titles, noting, markings and writings on the drawing shall be in English. All
the dimensions should be in SI units.
5.4.3 The review of these data by the Employer will cover only general conformance of the
data to the specifications and documents, interfaces with the equipment provided under
the specifications, external connections and of the dimensions which might affect
substation layout. This review by the Employer may not indicate a thorough review of
all dimensions, quantities and details of the equipment, materials, any devices or items
indicated or the accuracy of the information submitted. This review and/or approval by
the Employer shall not be considered by the Contractor, as limiting any of his
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 2-General Technical Requirement Page 2-7

responsibilities and liabilities for mistakes and deviations from the requirements,
specified under these specifications and documents.
5.5 All manufacturing and fabrication work in connection with the equipment prior to the
approval of the drawings shall be at the Contractor’s risk. The Contractor may make any
changes in the design which are necessary to make the equipment conform to the
provisions and intent of the Contract and such changes will again be subject to approval
by the Employer. Approval of Contractor’s drawing or work by the Employer shall not
relieve the contractor of any of his responsibilities and liabilities under the Contract.
5.6 All engineering data submitted by the Contractor after final process including review
and approval by the Employer shall form part of the Contract Document and the entire
works performed under these specifications shall be performed in strict conformity,
unless otherwise expressly requested by the Employer in Writing.
5.7 Drawings and Documents Submission Schedule
The Contractor shall submit the drawings and data to the Employer for approval in the
following manner and designated deadlines.

Table 2.1: For Supply of Equipment and/or Installation Works


Item No. of Deadline & Remarks
Copies
Proposed work program 3 Within 30 days from the Effective date of
the Contract.
Principal equipment drawings for 3 Within 90 days from the Effective date of
approval the Contract.
Principal installation drawings 3 Within 120 days from the Effective date of
for approval the Contract.
Revised drawings for approval 3 Within 14 days after receiving drawing for
revision.
Final drawings with reproducible 5 Within 14 days after receiving approval
copies
AutoCad files of Final Drawings 2 Within 15 days after receiving approval
in USB flash Drive
Schedule of manufacturing and 2 Within 45 days from the Effective date of
transportation the Contract.
Plan for shop tests 2 Not less than 30 days before testing
Results of shop tests for approval 4 Upon completion of tests
Records of shop tests 4 Upon approval of results of shop tests
Plan for field-tests 2 Not less than 14 days before testing
Report for field tests 4 Within 14 days after completion of each test
As-built drawings 5 Within 30 days after completion of
installation work
AutoCad file of as-built drawings 3 Within 30 days after completion of
in USB flash Drive installation work
Instruction manuals and 5 30 days after shipment of
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 2-General Technical Requirement Page 2-8

Item No. of Deadline & Remarks


Copies
drawings with reproducible Equipment
copies for installation

Table 2.2: For Civil Works


Item No. of Deadline & Remarks
Copies
Detail construction schedule 3 Within 45 days from the Effective date of
& method the Contract.
Detailed Check Survey Report 3 Within 60 days from the Effective date of
the Contract.
Route Profile and Tower 3 Within 90 days after receiving drawings for
Spotting with Quantity of revision
Tower and foundations
Drawing for approval 3 Within 120 days from the Effective date of
(principal drawings for the Contract.
construction)
Revised drawings for approval 3 Within 14 days after receiving drawings for
revision
Auto Cad file of approved 2 Within 14 days after receiving drawings for
drawings in USB flash Drive revision
Reports of Field Tests 4 Within 14 days after completion of each test
As-built drawings 5 Within 30 days after completion of
construction works
Auto Cad files of as-built 3 Within 30 days after completion of
drawings in USB flash Drive construction works

Table 2.3: Others


Item No. of Deadline & Remarks
Copies
Drawing and Deliverable 3 Within 30 days from the Effective date of the
Schedule Contract.
QA/QC Documentation 3 Within 30 days from the Effective date of the
Contract.
Monthly Progress Reports with 3 By 7th of following month
photographs
Packing list (copy) 5 At each shipment
Invoice (copy) 5 At each shipment
Bill of lading (copy) 5 At each shipment
Certificate of origin (copy) 1 At each shipment

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-9

NOTE :
(1) The contractor may please note that all resubmissions must incorporate all
comments given in the earlier submission by the Employer or adequate
justification for not incorporating the same must be submitted failing which the
submission of documents is likely to be returned.
(2) All drawings should be submitted in softcopy form, however substation design
drawings like SLD, GA, all layouts etc. shall also be submitted in AutoCAD
Version. SLD, GA & layout drawings shall be submitted for the entire substation
in case of substation extension also.
(3) The instruction Manuals shall contain full details of drawings of all equipment
being supplied under this contract, their exploded diagrams with complete
instructions for storage, handling, erection, commissioning, testing, operation,
trouble shooting, servicing and overhauling procedures.
(4) If after the commissioning and initial operation of the substation, the instruction
manuals require any modifications/ additions/changes, the same shall be
incorporated and the updated final instruction manuals shall be submitted by the
Contractor to the Employer.
(5) The Contractor shall furnish to the Employer catalogues of spare parts.
(6) All As-built drawings/documents shall be certified by site indicating the changes
before final submission.
5.8 Drawings: Titles, scales and Sizes
All drawings shall be prepared using AutoCAD software version 2000 or later only.
Drawings, which are not compatible to AutoCAD software version 2000 or later, shall not
be acceptable. After final approval all the drawings shall be submitted to the Employer in
USB flash drive.
Each drawing submitted by the Contractor shall be clearly marked with the name of the
Employer, the specification title, the specification number and the name of the Project. All
titles, noting, markings and writings on the drawing shall be in English. All the dimensions
should be to the scale and in S.I. units.
The title of the drawing, Contract Number, the signature of the Contractor's engineer and the
date shall appear in the bottom right-hand corner of each drawing in the following format:
Nepal Electricity Authority
(Government of Nepal Undertaking)
Grid Development Department
Dhalkebar Loharpatti 132 kV Transmission Line Project
Contract No…….
Item No…….
Brief Description ……………

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-10

In general the scales of the drawings shall be 1:200. The Contractor, however, can prepare
and submit drawing in any other appropriate scales with the prior approval of the Employer.
The Contractor shall use any one of the following sizes for the preparation of drawings as
appropriate:
A0 841 x 1189 mm (33.11 x 46.81 in)
A1 594 x 841 mm (33.39 x 33.11 in)
A2 420 x 594 mm (16.54 x 23.39 in)
A3 297 x 420 mm (11.69 x 16.54 in)
A4 210 x 297 mm (8.27 x 11.69 in)

5.9 Employer’s Approval


A copy of each drawing reviewed will be returned to the Contractor as stipulated herein.
Copies of drawings returned to the Contractor will be in the form of a print with the
Employer’s marking, or a print made from a micro film of the marked up drawing.
The Employer will send comment/ approve each drawing within twenty-one (21) days after
receipt at his office. One print of each of the drawings submitted for approval will be
returned by the Employer or Employer’s Representative, marked either "APPROVED",
"APPROVED EXCEPT AS NOTED", or "RETURNED FOR CORRECTION".

a) The notations "APPROVED"or "APPROVED EXCEPT AS NOTED" will authorize the


Contractor to proceed with the manufacturing drawings, subject to the corrections, if any
indicated thereon. The notation "RETURNED FOR CORRECTION" shall require the
Contractor to make the necessary revisions on the drawings and submit for approval within
twenty-one (21) days in the same manner as before drawing and documents for which detailed
review / approval is not required shall be marked as for INFORMATION.
Approval of the Contractor's drawings shall not in any way relieve the Contractor of any part of
his obligation to meet all the requirements of the Contract or of the responsibility for the
correction of the drawings.
b) Reproducible: Reproducible of all final approved drawings shall be made on USB flash Drive.

The approval of the documents and drawings by the Employer shall mean that the Employer is
satisfied that:

a) The Contractor has completed the part of the Works covered by the subject document (i.e.
confirmation of progress of work).
b) The Works appear to comply with requirements of Specifications.

In no case the approval by the Employer of any document does imply compliance with
technical requirements or the absence of errors in such documents.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-11

If errors are discovered any time during the validity of the contract, then the Contractor shall
be responsible for consequences.
Neither the review nor lack of review of any drawing, calculation or data shall waive any of
the Specifications or Contract drawings, or responsibility for correctness of the drawings,
calculations or data. Defective work, materials, and equipment may be rejected
notwithstanding conformance with drawings, calculation and data reviewed by the
Employer/Consultant. The Employer shall have the right to require the Contractor to make
any changes in the design which may be necessary, to make the apparatus/works conform to
the requirements and intent of the Specifications, with no additional cost to the Employer.
Approval of the Contractor's drawings (including cases of un-noticed/un-known deviations)
shall not in any way relieve the Contractor of any part of his obligation to meet all the
requirements of the Contract or of the responsibility for the correction of the drawings. The
ultimate responsibility of meeting all the requirements of the technical specifications and
fulfill contractual obligations shall rest on the Contractor.
Any drawings changed by the Contractor during the development of his design after review
by the Employer shall be submitted for approval.
The work shall be performed by the Contractor strictly in accordance with these drawings and
no deviation shall be permitted without the written approval of the Employer, if so required.
All manufacturing, fabrication and erection work under the scope of Contractor, prior to the
approval of the drawings shall be at the Contractor’s risk. The contractor may incorporate any
changes in the design, which are necessary to conform to the provisions and intent of the
contract and such changes will again be subject to approval by the Employer.
5.10 Improvements

The Employer or the Contractor may propose changes in the specification and if the parties
agree upon any such changes and the cost implication, the specification shall be modified
accordingly.
5.11 Design Co-ordination

Wherever, the design is in the scope of Contractor, the Contractor shall be responsible for
the selection and design of appropriate material/item to provide the best co-coordinated
performance of the entire system. The basic design requirements are detailed out in this
Specification. The design of various components, sub-assemblies and assemblies shall be so
done that it facilitates easy field assembly and maintenance.
5.12 Design Review Meeting

The contractor will be called upon to attend design review meetings with the Employer
during the period of Contract. The contractor shall attend such meetings at his own cost at

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-12

the Corporate Office of the Employer or at mutually agreed venue as and when required.
Such review meeting will be held generally four times in a year or as and when required.
5.13 Quality Control
The Contractor shall provide and maintain a quality control program to ensure compliance
with quality standards of the Technical Specifications. Within 30 days from the effective
date of the Contract, the Contractor shall furnish to the Employer his complete quality
control procedures, manual, and a description of the quality control organization in required
number of copies.
The Employer/Consultant will monitor the Contractor's methods, procedures and processes
for compliance with the quality control program and the quality standards of these
Specifications. Failure of the Contractor to effectively maintain the quality control program
throughout all phases of the work will be considered a failure to execute the work with the
diligence required by the Contract documents.
5.14 Employer's Supervision
To eliminate delays and avoid disputes and litigation to the Contract, all matters and
questions shall be resolved in accordance with the provisions of this document.
The manufacturing of the product shall be carried out in accordance with the specifications.
The scope of the duties of the Employer, pursuant to the contract, will include but not be
limited to the following.

a) Interpretation of all the terms and conditions of these Documents and Specifications.
b) Review and interpretation of all the Contractor's drawings, engineering data etc.
c) Witness or authorize his representative to witness tests at the manufacturer's works or at site,
or at any place where work is performed under the contract.
d) Inspect, accept or reject any equipment, material and work under the Contract, in accordance
with the Specifications.
e) Issue certificate of acceptance and/or progressive payment and final payment certificate.
f) Review and suggest modification and improvement in completion schedules from time to
time, and
g) Supervise the Quality Assurance Program implementation at all stages of the works.

6.0 MATERIAL/ WORKMANSHIP


6.1 General Requirement
6.1.1 Where the specification does not contain references to workmanship, equipment,
materials and components of the covered equipment, it is essential that the same must be
new, of highest grade of the best quality of their kind, conforming to best engineering
practice and suitable for the purpose for which they are intended.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-13

6.1.2 Incase where the equipment, materials or components are indicated in the specification
as “similar” to any special standard, the Employer shall decide upon the question of
similarity. When required by the specification or when required by the Employer the
Contractor shall submit, for approval, all the information concerning the materials or
components to be used in manufacture. Machinery, equipment, materials and
components supplied, installed or used without such approval shall run the risk of
subsequent rejection, it being understood that the cost as well as the time delay
associated with the rejection shall be borne by the Contractor.
6.1.3 The design of the Works shall be such that installation, future expansions, replacements
and general maintenance may be undertaken with a minimum of time and expenses.
Each component shall be designed to be consistent with its duty and suitable factors of
safety, subject to mutual agreements. All joints and fastenings shall be devised,
constructed and documented so that the component parts shall be accurately positioned
and restrained to fulfill their required function. In general, screw threads shall be
standard metric threads. The use of other thread forms will only be permitted when
prior approval has been obtained from the Employer.
6.1.4 Whenever possible, all similar part of the Works shall be made to gauge and shall also
be made interchangeable with similar parts. All spare parts shall also be
interchangeable and shall be made of the same materials and workmanship as the
corresponding parts of the Equipment supplied under the Specification. Where feasible,
common component units shall be employed in different pieces of equipment in order to
minimize spare parts stocking requirements. All equipment of the same type and rating
shall be physically and electrically interchangeable.
6.1.5 All materials and equipment shall be installed in strict accordance with the
manufacturer’s recommendation(s). Only first-class work in accordance with the best
modern practices will be accepted. Installation shall be considered as being the erection
of equipment at its permanent location. This, unless otherwise specified, shall include
unpacking, cleaning and lifting into position, grouting, levelling, aligning, coupling of
or bolting down to previously installed equipment bases/foundations, performing the
alignment check and final adjustment prior to initial operation, testing and
commissioning in accordance with the manufacturer’s tolerances, instructions and the
Specification. All factory assembled rotating machinery shall be checked for alignment
and adjustments made as necessary to re-establish the manufacturer’s limits suitable
guards shall be provided for the protection of personnel on all exposed rotating and / or
moving machine parts and shall be designed for easy installation and removal for
maintenance purposes. The spare equipment(s) shall be installed at designated locations
and tested for healthiness.
6.1.6 The Contractor shall apply oil and grease of the proper specification to suit the
machinery, as is necessary for the installation of the equipment. Lubricants used for
installation purposes shall be drained out and the system flushed through where
necessary for applying the lubricant required for operation. The Contractor shall apply
all operational lubricants to the equipment installed by him.
6.2 Provisions for Exposure to Hot and Humid climate
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 2-General Technical Requirement Page 2-14

Outdoor equipment supplied under the specification shall be suitable for service and
storage under tropical conditions of high temperature, high humidity, heavy rainfall and
environment favorable to the growth of fungi and mildew. The indoor equipments
located in non-air conditioned areas shall also be of same type.
6.2.1 Space Heaters
6.2.1.1 The heaters shall be suitable for continuous operation at 230V as supply voltage. On-off
switch and fuse shall be provided.
6.2.1.2 One or more adequately rated thermostatically connected heaters shall be supplied to
prevent condensation in any compartment. The heaters shall be installed in the
compartment and electrical connections shall be made sufficiently away from below the
heaters to minimize deterioration of supply wire insulation. The heaters shall be suitable
to maintain the compartment temperature to prevent condensation.
6.2.1.3 Suitable anti condensation heaters with the provision of thermostat shall be provided.
6.2.2 Fungi Static Varnish
Besides the space heaters, special moisture and fungus resistant varnish shall be applied
on parts which may be subjected or predisposed to the formation of fungi due to the
presence or deposit of nutrient substances. The varnish shall not be applied to any
surface of part where the treatment will interfere with the operation or performance of
the equipment. Such surfaces or parts shall be protected against the application of the
varnish.
6.2.3 Ventilation opening
Wherever ventilation is provided, the compartments shall have ventilation openings with
fine wire mesh of brass to prevent the entry of insects and to reduce to a minimum the
entry of dirt and dust. Outdoor compartment openings shall be provided with shutter
type blinds and suitable provision shall be made so as to avoid any communication of
air/dust with any part in the enclosures of the Control Cabinets, Junction boxes and
Marshalling Boxes, panels etc.
6.2.4 Degree of Protection
The enclosures of the Control Cabinets, Junction boxes and Marshalling Boxes, panels
etc. to be installed shall provide degree of protection as detailed here under:
a) Installed out door: IP- 55
b) Installed indoor in air conditioned area: IP-31
c) Installed in covered area: IP-52
d) Installed indoor in non air conditioned area where possibility of entry of water is
limited: IP-41.
e) For LT Switchgear (AC & DC distribution Boards): IP-52
The degree of protection shall be in accordance with IEC-60947 (Part-I) / IEC-60529.
Type test report for degree of protection test, shall be submitted for approval.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-15

6.3 RATING PLATES, NAME PLATES AND LABELS


6.3.1 Each main and auxiliary item of substation is to have permanently attached to it in a
conspicuous position a rating plate of non-corrosive material upon which is to be
engraved manufacturer’s name, year of manufacture, equipment name, type or serial
number together with details of the loading conditions under which the item of
substation in question has been designed to operate, and such diagram plates as may be
required by the Employer. The rating plate of each equipment shall be according to IEC
requirement.
6.3.2 All such nameplates, instruction plates, rating plates of transformers, reactors, CB, CT,
CVT, SA, Isolators, C & R panels and Communication equipments shall be provided
with English inscriptions.
6.4 FIRST FILL OF CONSUMABLES, OIL AND LUBRICANTS
All the first fill of consumables such as oils, lubricants, filling compounds, touch up
paints, soldering/brazing material for all copper piping of circuit breakers and essential
chemicals etc. which will be required to put the equipment covered under the scope of
the specifications, into successful Operation, shall be furnished by the Contractor unless
specifically excluded under the exclusions in these specifications and documents.
7.0 DESIGN IMPROVEMENTS / COORDINATION
7.1 The bidder shall note that the equipment offered by him in the bid only shall be
accepted for supply. However, the Employer or the Contractor may propose changes in
the specification of the equipment or quality thereof and if the Employer & contractor
agree upon any such changes, the specification shall be modified accordingly.
7.2 If any such agreed upon change is such that it affects the price and schedule of
completion, the parties shall agree in writing as to the extent of any change in the price
and/or schedule of completion before the Contractor proceeds with the change.
Following such agreement, the provision thereof, shall be deemed to have been
amended accordingly.
7.3 The Contractor shall be responsible for the selection and design of appropriate
equipments to provide the best co-ordinated performance of the entire system. The basic
design requirements are detailed out in this Specification. The design of various
components, sub-assemblies and assemblies shall be so done that it facilitates easy field
assembly and maintenance.
7.4 The Contractor will be called upon to attend design co-ordination meetings with the
Engineer of the Employer (if any) during the period of Contract. The Contractor shall
attend such meetings at his own cost at Owner’s Corporate Centre, Nepal or at mutually
agreed venue as and when required and fully cooperate with such persons and agencies
involved during those discussions.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-16

8.0 QUALITY ASSURANCE PROGRAMME


8.1 To ensure that the equipment and services under the scope of this Contract whether
manufactured or performed within the Contractor’s Works or at his Sub-contractor’s
premises or at the Employer’s site or at any other place of Work are in accordance with
the specifications, the Contractor shall adopt suitable quality assurance programme to
control such activities at all points necessary. Such programme shall be broadly outlined
by the contractor and finalised after discussions before the award of contract. The
detailed programme shall be submitted by the contractor after the award for reference. A
quality assurance programme of the contractor shall generally cover the following:
(a) His organisation structure for the management and implementation of the
proposed quality assurance programme:
(b) Documentation control system;
(c) Qualification data for bidder’s key personnel;
(d) The procedure for purchases of materials, parts components and selection of sub-
Contractor’s services including vendor analysis, source inspection, incoming raw
material inspection, verification of material purchases etc.
(e) System for shop manufacturing and site erection controls including process
controls and fabrication and assembly control;
(f) Control of non-conforming items and system for corrective actions;
(g) Inspection and test procedure both for manufacture and field activities.
(h) Control of calibration and testing of measuring instruments and field activities;
(i) System for indication and appraisal of inspection status;
(j) System for quality audits;
(k) System for authorizing release of manufactured product to the Employer.
(l) System for maintenance of records;
(m) System for handling storage and delivery; and
(n) A quality plan detailing out the specific quality control measures and procedures
adopted for controlling the quality characteristics relevant to each item of
equipment furnished and/or services rendered.
The Employer or his duly authorized representative reserves the right to carry out
quality audit and quality surveillance of the system and procedure of the Contractor/his
vendor’s quality management and control activities.

8.2 Quality Assurance Documents


The contractor would be required to submit all the Quality Assurance Documents as
stipulated in the Quality Plan at the time of Employer’s inspection of equipment/material

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-17

9.0 TYPE TESTING, INSPECTION, TESTING & INSPECTION CERTIFICATE


9.1 All equipment being supplied shall conform to type tests as per technical specification
and shall be subject to routine tests in accordance with requirements stipulated under
respective chapters.
9.2 The reports for all type tests as per technical specification shall be furnished by the
Contractor along with equipment/material drawings. The type tests conducted earlier
should have either been conducted in accredited laboratory (accredited based on IEC
Guide 25 / 17025 or EN 45001 by the national accreditation body of the country where
laboratory is located) or witnessed by Utility or representative of accredited test lab.
The test reports submitted shall be of the tests conducted within last 10 (ten) years prior
to the originally Scheduled date of bid opening..
i) Lightning Impulse Test
ii) Switching Impulse Test
iii) Multiple Chopped Impulse Test (For CT)
iv) Chopped Impulse Test (For CVT )
In case the test reports are of these tests (equipment/material) as mentioned above are
conducted earlier than 10 (ten) years prior to the originally Scheduled date of bid
opening, the contractor shall repeat these test(s) at no extra cost to the Employer.
Further, in the event of any discrepancy in the test reports i.e. any test report not
acceptable due to any design/manufacturing changes (including substitution of
components) or due to non-compliance with the requirement stipulated in the Technical
Specification or any/all type tests not carried out, same shall be carried out without any
additional cost implication to the Employer.
The Contractor shall intimate the Employer the detailed program about the tests at least
two (2) weeks in advance in case of domestic supplies & six (6) weeks in advance in
case of foreign supplies or as per contract.
Further, in case type tests are required to be conducted/repeated and the deputation of
Inspector/Employer's representative is required, then all the expenses shall be borne by
the contractor.
9.3 The Employer, his duly authorized representative and/or outside inspection agency
acting on behalf of the Employer shall have at all reasonable times free access to the
Contractor’s/sub-vendors premises or Works and shall have the power at all reasonable
times to inspect and examine the materials and workmanship of the Works during its
manufacture or erection if part of the Works is being manufactured or assembled at
other premises or works, the Contractor shall obtain for the Engineer and for his duly
authorized representative permission to inspect as if the works were manufactured or
assembled on the Contractor’s own premises or works. Inspection may be made at any
stage of manufacture, dispatch or at site at the option of the Employer and the
equipment if found unsatisfactory due to bad workmanship or quality, material is liable
to be rejected.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 2-General Technical Requirement Page 2-18

9.4 The Contractor shall give the Employer /Inspector fifteen (15) days written notice for on-
shore and six (6) weeks notice for off-shore material being ready for joint testing including
contractor and Employer. Such tests shall be to the Contractor’s account except for the
expenses of the Inspector. The Employer /inspector, unless witnessing of the tests is
virtually waived, will attend such tests within fifteen (15) days of the date of which the
equipment is notified as being ready for test/inspection, failing which the Contractor may
proceed alone with the test which shall be deemed to have been made in the Inspector’s
presence and he shall forthwith forward to the Inspector duly certified copies of tests in
triplicate.
9.5 The Employer or Inspector shall, within fifteen (15) days from the date of inspection as
defined herein give notice in writing to the Contractor, of any objection to any drawings and
all or any equipment and workmanship which in his opinion is not in accordance with the
Contract. The Contractor shall give due consideration to such objections and shall either
make the modifications that may be necessary to meet the said objections or shall confirm in
writing to the Employer /Inspector giving reasons therein, that no modifications are
necessary to comply with the Contract.
9.6 When the factory tests have been completed at the Contractor’s or Sub-Contractor’s works,
the Employer/inspector shall issue a certificate to this effect within fifteen (15) days after
completion of tests but if the tests are not witnessed by the Employer /Inspector, the
certificate shall be issued within fifteen (15) days of receipt of the Contractor’s Test
certificate by the Engineer/Inspector. Failure of the Employer /Inspector to issue such a
certificate shall not prevent the Contractor from proceeding with the Works. The completion
of these tests or the issue of the certificate shall not bind the Employer to accept the
equipment should, it, on further tests after erection, be found not to comply with the
Contract. The equipment shall be dispatched to site only after approval of test reports and
issuance of CIP by the Employer.

9.7 In all cases where the Contract provides for tests whether at the premises or at the works of
the Contractor or of any Sub-Contractor, the Contractor except where otherwise specified
shall provide free of charge such items as labor, materials, electricity, fuel, water, stores,
apparatus and instruments as may be reasonably demanded by the Employer /Inspector or
his authorized representative to carry out effectively such tests of the equipment in
accordance with the Contract and shall give facilities to the Employer /Inspector or to his
authorized representative to accomplish testing.
9.8 The inspection by Employer and issue of Inspection Certificate thereon shall in no way limit
the liabilities and responsibilities of the Contractor in respect of the agreed quality assurance
program forming a part of the Contract.
9.9 The Employer will have the right of having at his own expenses any other test(s) of
reasonable nature carried out at Contractor’s premises or at site or in any other place in
addition of aforesaid type and routine tests, to satisfy that the material comply with the
specification.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-19

9.10 The Employer reserves the right for getting any field tests not specified in respective chapters
of the technical specification conducted on the completely assembled equipment at site. The
testing equipments for these tests shall be provided by the Employer.
9.11 The contractor has to involve a reputed independent third party inspection agency for the
Factory tests as per the specification in Chapter 3 and IEC standard at the testing laboratory
of Transformer Manufacturer before dispatch of the power transformers supplied under
this Contract. The factory tests shall be carried out in presence of reputed independent third
party inspector and NEA personnel. The involvement days of third party inspector/s shall not
be less than 10 days.
Bidders have to propose the name of reputed independent third party inspection agency
along with their bid. All the cost of Factory tests as per the specification and IEC standard
and the cost of independent third party inspector/s shall be borne by the contractor.

10.0 TESTS
10.1 Pre-commissioning Tests
On completion of erection of the equipment and before charging, each item of the
equipment shall be thoroughly cleaned and then inspected jointly by the Employer and
the Contractor for correctness and completeness of installation and acceptability for
charging, leading to initial pre-commissioning tests at Site. The list of pre-
commissioning tests to be performed are given in respective chapters and shall be
included in the Contractor’s quality assurance programme.
10.2 Commissioning Tests
10.2.1 The available instrumentation and control equipment will to be used during such tests and
the Employer will calibrate, all such measuring equipment and devices as far as
practicable.
10.2.2 Any special equipment, tools and tackles required for the successful completion of the
Commissioning Tests shall be provided by the Contractor, free of cost.
10.2.3 The specific tests requirement on equipment have been brought out in the respective
chapters of the technical specification.
10.3 The Contractor shall be responsible for obtaining statutory clearances from the
concerned authorities for commissioning the equipment and the switchyard. However
necessary fee shall be reimbursed on production of requisite documents.

11.0 PACKAGING & PROTECTION


11.1 All the equipments shall be suitably protected, coated, covered or boxed and crated to
prevent damage or deterioration during transit, handling and storage at Site till the time
of erection. On request of the Employer, the Contractor shall also submit packing
details/associated drawing for any equipment/material under his scope of supply, to
facilitate the Employer to repack any equipment/material at a later date, in case the need
arises. While packing all the materials, the limitation from the point of view of
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 2-General Technical Requirement Page 2-20

availability of Railway wagon sizes should be taken into account. The Contractor shall
be responsible for any loss or damage during transportation, handling and storage due to
improper packing. Any demurrage, wharfage and other such charges claimed by the
transporters, railways etc. shall be to the account of the Contractor. Employer takes no
responsibility of the availability of the wagons.
11.2 All coated surfaces shall be protected against abrasion, impact, discolouration and any
other damages. All exposed threaded portions shall be suitably protected with either a
metallic or a non-metallic protecting device. All ends of all valves and pipings and
conduit equipment connections shall be properly sealed with suitable devices to protect
them from damage.

12.0 FINISHING OF METAL SURFACES


12.1 All metal surfaces shall be subjected to treatment for anti-corrosion protection. All
ferrous surfaces for external use unless otherwise stated elsewhere in the specification
or specifically agreed, shall be hot-dip galvanized after fabrication. High tensile steel
nuts & bolts and spring washers shall be electro galvanized to service condition. All
steel conductors including those used for earthing/grounding (above ground level) shall
also be galvanized according to Equivalent International Standards.

12.2 HOT DIP GALVANISING


12.2.1 The minimum weight of the zinc coating shall be 610 gm/sq.m and minimum average
thickness of coating shall be 86 microns for all items having thickness 6mm and above.
For items lower than 6mm thickness requirement of coating thickness shall be as per
relevant ASTM. For surface which shall be embedded in concrete, the zinc coating shall
be 610 gm/sq. m minimum.
12.2.2 The galvanized surfaces shall consist of a continuous and uniform thick coating of zinc,
firmly adhering to the surface of steel. The finished surface shall be clean and smooth
and shall be free from defects like discoloured patches, bare spots, unevenness of
coating, spelter which is loosely attached to the steel globules, spiky deposits, blistered
surface, flaking or peeling off, etc. The presence of any of these defects noticed on
visual or microscopic inspection shall render the material liable to rejection.
12.2.3 After galvanizing. no drilling or welding shall be performed on the galvanized parts of
the equipment excepting that nuts may be threaded after galvanizing. Sodium
dichromate treatment shall be provided to avoid formation of white rust after hot dip
galvanization.
12.2.4 The galvanized steel shall be subjected to six one minute dips in copper sulphate
solution as per IEC.
12.2.5 Sharp edges with radii less than 2.5 mm shall be able to withstand four immersions of
the Standard Preece test. All other coatings shall withstand six immersions. The
following galvanizing tests should essentially be performed as per relevant International
Standards.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 2-General Technical Requirement Page 2-21

- Coating thickness
- Uniformity of zinc
- Adhesion test
- Mass of zinc coating
12.2.6 Galvanised material must be transported properly to ensure that galvanised surfaces are
not damaged during transit. Application of zinc rich paint at site shall not be allowed.
12.3 PAINTING
12.3.1 All sheet steel work shall be degreased, pickled, phosphated in accordance with the
relevant international standard. All surfaces, which will not be easily accessible after
shop assembly, shall beforehand be treated and protected for the life of the equipment.
The surfaces, which are to be finished painted after installation or require corrosion
protection until installation, shall be shop painted with at least two coats of primer. Oil,
grease, dirt and swaf shall be thoroughly removed by emulsion cleaning. Rust and scale
shall be removed by pickling with dilute acid followed by washing with running water,
rinsing with slightly alkaline hot water and drying.
12.3.2 After phosphating, thorough rinsing shall be carried out with clean water followed by
final rinsing with dilute dichromate solution and oven drying. The phosphate coating
shall be sealed with application of two coats of ready mixed, stoving typ zinc chromate
primer. The first coat may be “flash dried” while the second coat shall be stoved.
12.3.3 After application of the primer, two coats of finishing synthetic enamel paint shall be
applied, each coat followed by soving. The second finishing coat shall be applied after
inspection of first coat of painting.
12.3.4 The exterior and interior colour of the paint in case of new substations shall preferably
be RAL 7032 for all equipment, marshalling boxes, junction boxes, control cabinets,
panels etc. unless specifically mentioned under respective chapters of the equipments.
Glossy white colour inside the equipments /boards /panels/junction boxes is also
acceptable. The exterior colour for panels shall be matching with the existing panels in
case of extension of a substation. Each coat of primer and finishing paint shall be of
slightly different shade to enable inspection of the painting. A small quantity of
finishing paint shall be supplied for minor touching up required at site after installation
of the equipments.
12.3.5 In case the Bidder proposes to follow his own standard surface finish and protection
procedures or any other established painting procedures, like electrostatic painting etc.,
the procedure shall be submitted alongwith the Bids for Employer’s review & approval.

12.3.6 For aluminium casted surfaces, the surface shall be with smooth finish. Further, in case
of aluminium enclosures the surface shall be coated with powder (coating thickness of
60 microns) after surface preparation for painting.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-22

13.0 HANDLING, STORING AND INSTALLATION


13.1 In accordance with the specific installation instructions as shown on manufacturer’s
drawings or as directed by the Employer or his representative, the Contractor shall
unload, store, erect, install, wire, test and place into commercial use all the equipment
included in the contract. Equipment shall be installed in a neat, workmanlike manner so
that it is level, plumb, square and properly aligned and oriented. Commercial use of
switchyard equipment means completion of all site tests specified and energisation at
rated voltage.
13.2 Contractor may engage manufacturer’s Engineers to supervise the unloading,
transportation to site, storing, testing and commissioning of the various equipment being
procured by them separately. Contractor shall unload, transport, store, erect, test and
commission the equipment as per instructions of the manufacturer’s supervisory
Engineer(s) and shall extend full cooperation to them.
13.3 The contractor shall have to ensure that the hard and flat indoor and outdoor storage
areas are in place prior to commencement of delivery of material at site. Contractor shall
also ensure availability of proper unloading and material handling equipment like cranes
etc. and polyester/nylon ropes of suitable capacity to avoid damage during unloading
and handling of material at site. All indoor equipments shall be stored indoors. Outdoor
equipment may be stored outdoors but on a hard and flat raised area properly covered
with waterproof and dustproof covers to protect them from water seepage and moisture
ingress. However, all associated control panels, marshalling boxes operating boxes etc.
of outdoor equipments are to be stored indoors only.
Storage of equipment on top of another one is not permitted if the wooden packing is
used. Material opened for joint inspection shall be repacked properly as per
manufacturer’s recommendations.

During storage of material regular periodic monitoring of important parameters like oil
level / leakage, SF6 / Nitrogen pressure etc. shall be ensured by the contractor.

13.4 In case of any doubt/misunderstanding as to the correct interpretation of manufacturer’s


drawings or instructions, necessary clarifications shall be obtained from the Employer.
Contractor shall be held responsible for any damage to the equipment consequent to not
following manufacturer’s drawings/instructions correctly.
13.5 Where assemblies are supplied in more than one section, Contractor shall make all
necessary mechanical and electrical connections between sections including the
connection between buses. Contractor shall also do necessary adjustments/alignments
necessary for proper operation of circuit breakers, isolators and their operating
mechanisms. All components shall be protected against damage during unloading,
transportation, storage, installation, testing and commissioning. Any equipment
damaged due to negligence or carelessness or otherwise shall be replaced by the
Contractor at his own expense.
13.6 Contractor shall be responsible for examining all the shipment and notify the Employer
immediately of any damage, shortage, discrepancy etc. for the purpose of Employer’s
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 2-General Technical Requirement Page 2-23

information only. The Contractor shall submit to the Employer every week a report
detailing all the receipts during the weeks. However, the Contractor shall be solely
responsible for any shortages or damages in transit, handling and/or in storage and
erection of the equipment at Site. Any demurrage, wharfage and other such charges
claimed by the transporters, railways etc. shall be to the account of the Contractor.
13.7 The Contractor shall be fully responsible for the equipment/material until the same is
handed over to the Employer in an operating condition after commissioning. Contractor
shall be responsible for the maintenance of the equipment/material while in storage as
well as after erection until taken over by Employer, as well as protection of the same
against theft, element of nature, corrosion, damages etc.
13.8 Where material / equipment is unloaded by Employer before the Contractor arrives at
site or even when he is at site, Employer by right can hand over the same to Contractor
and there upon it will be the responsibility of Contractor to store the material in an
orderly and proper manner.
13.9 The Contractor shall be responsible for making suitable indoor storage facilities, to store
all equipment which requires indoor storage.
13.10 The words ‘erection’ and ‘installation’ used in the specification are synonymous.
13.11 Exposed live parts shall be placed high enough above ground to meet the requirements
of electrical and other statutory safety codes.
13.12 The design and workmanship shall be in accordance with the best engineering practices
to ensure satisfactory performance throughout the service life. If at any stage during the
execution of the Contract, it is observed that the erected equipment(s) do not meet the
above minimum clearances as given in clause 4.7.1 the Contractor shall immediately
proceed to correct the discrepancy at his risks and cost.
13.13 Equipment Bases
A cast iron or welded steel base plate shall be provided for all rotating equipment which
is to be installed on a concrete base unless otherwise agreed to by the Employer. Each
base plate shall support the unit and its drive assembly, shall be of a neat design with
pads for anchoring the units, shall have a raised lip all around, and shall have threaded
drain connections.
14.0 TOOLS AND TACKLES
The Contractor shall supply with the equipment one complete set of all special tools and
tackles for the erection, assembly, dis-assembly and maintenance of the equipment.
However, these tools and tackles shall be separately, packed and brought on to Site.
15.0 AUXILIARY SUPPLY
15.1 The sub-station auxiliary supply is normally met through a system indicated under
chapter “Electrical & Mechanical Auxiliaries” having the following parameters. The
auxiliary power for station supply, including the equipment drive, cooling system of
any equipment, air-conditioning, lighting etc shall be designed for the specified

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-24

Parameters as under. The DC supply for the instrumentation and PLCC system shall
also conform the parameters as indicated in the following.
Normal Variation in Frequency in Phase/W Neutral
Voltage Voltage HZ ire connection
400V +5 50 + 2.5% 3/4 Wire Solidly Earthed.
230V +5 50 + 2.5% 1/2 Wire Solidly Earthed.
110V 95V to 120V DC - Isolated 2 wire
System
48V _ DC _ 2 wire
system (+)
earthed

Combined variation of voltage and frequency shall be limited to + 10%.

16.0 SUPPORT STRUCTURE


16.1 All equipment support structures shall be supplied along with brackets, angles, stools
etc. for attaching the operating mechanism, control cabinets & marshalling box
(wherever applicable) etc.
16.2 Support structure shall meet the following mandatory requirements:
16.2.1 The minimum vertical distance from the bottom of the lowest porcelain part of the
bushing, porcelain enclosures or supporting insulators to the bottom of the equipment
base, where it rests on the foundation pad shall be 2.55 metres.
17.0 CLAMPS AND CONNECTORS INCLUDING TERMINAL CONNECTORS
17.1 All power clamps and connectors shall conform to ANSI/NEMA CC1/ Equivalent
International standard and shall be made of materials listed below :
For connecting, ACSR Aluminum alloy casting conforming to BS:1490/ Equivalent
conductors International Standard
For connecting Bimetallic connectors made from aluminum alloy casting
equipment terminals conforming to BS:1490 / Equivalent International Standard
made of copper with with 2mm thick bimetallic liner.
ACSR conductors
For connecting GI Galvanized mild shield wire
i) Bolts nuts and Electro galvanized for sizes Plain, washers below M12, for
plain washers thers hot dip galvanised.
ii) Spring Electro galvanized mild steel
washers for
item ‘a’ to ‘c’

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-25

17.2 Necessary clamps and connectors shall be supplied for all equipment and connections.
The requirement regarding external corona and RIV as specified for any equipment
shall include its terminal fittings. If corona rings are required to meet these requirements
they shall be considered as part of that equipment and included in the scope of work.
17.3 Where copper to aluminum connections are required, bi-metallic clamps shall be used,
which shall be properly designed to ensure that any deterioration of the connection is
kept to a minimum and restricted to parts which are not current carrying or subjected to
stress.
17.4 Low voltage connectors, grounding connectors and accessories for grounding all
equipment as specified in each particular case, are also included in the scope of Work.
17.5 No current carrying part of any clamp shall be less than 10 mm thick. All ferrous parts
shall be hot dip galvanised. Copper alloy liner of minimum 2 mm thickness shall be cast
integral with aluminum body or 2 mm thick bi-metallic strips shall be provided for Bi-
metallic clamps.
17.6 All casting shall be free from blow holes, surface blisters, cracks and cavities. All sharp
edges and corners shall be blurred and rounded off.
17.7 Flexible connectors, braids or laminated straps made for the terminal clamps for bus
posts shall be suitable for both expansion or through (fixed/sliding) type connection of
4" IPS AL. tube as required. In both the cases the clamp height (top of the mounting pad
to centre line of the tube) should be same.
17.8 Clamp shall be designed to carry the same current as the conductor and the temperature
rise shall be equal or less than that of the conductor at the specified ambient
temperature. The rated current for which the clamp/connector is designed with respect
to the specified reference ambient temperature, shall also be indelibly marked on each
component of the clamp/connector, except on the hardware.
17.9 All current carrying parts shall be designed and manufactured to have minimum contact
resistance.
17.10 Clamps and connectors shall be designed to be corona controlled.
17.11 Tests
17.11.1 Clamps and connectors should be type tested as per NEMA CC1/ Equivalent
International Standard and shall also be subjected to routine tests as per NEMA CC1/
Equivalent International Standard. Following type test reports shall be submitted for
approval as per clause 9.2 above except for sl. no.(ii) & (iii) for which type test once
conducted shall be applicable (i.e. the requirement of test conducted within last ten
years shall not be applicable).
i) Temperature rise test (maximum temperature rise allowed is 35°C over 50°C
ambient)
ii) Short time current test

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-26

iii) Corona (dry) and RIV (dry) test as pert IEC/IS


iv) Resistance test and tensile test
18.0 CONTROL CABINETS, JUNCTION BOXES, TERMINAL BOXES &
MARSHALLING BOXES FOR OUTDOOR EQUIPMENT
18.1 All types of boxes, cabinets etc. shall generally conform to & be tested in accordance
with IEC-60439, as applicable, and the clauses given below:
18.2 Control cabinets, junction boxes, Marshalling boxes & terminal boxes shall be made of
sheet steel or aluminum enclosure and shall be dust, water and vermin proof. Sheet steel
used shall be at least 2.0 mm thick cold rolled or 2.5 mm hot rolled or alternately 1.6
mm thick stainless steel can also be used. The box shall be properly braced to prevent
wobbling. There shall be sufficient reinforcement to provide level surfaces, resistance to
vibrations and rigidity during transportation and installation. In case of aluminum
enclosed box the thickness of aluminum shall be such that it provides adequate rigidity
and long life as comparable with sheet steel of specified thickness.
18.3 A canopy and sealing arrangements for operating rods shall be provided in marshalling
boxes / Control cabinets to prevent ingress of rain water.
18.4 Cabinet/boxes shall be provided with double hinged doors with padlocking
arrangements. The distance between two hinges shall be adequate to ensure uniform
sealing pressure against atmosphere. The quality of the gasket shall be such that it does
not get damaged/cracked during the operation of the equipment.
18.5 All doors, removable covers and plates shall be gasketed all around with suitably
profiled EPDM/Neoprene gaskets. The gasket shall be tested in accordance with
approved quality plan, BS: 4255/ Equivalent International Standard. Ventilating
Louvers, if provided, shall have screen and filters. The screen shall be fine wire mesh
made of brass.
18.6 All boxes/cabinets shall be designed for the entry of cables from bottom by means of
weather proof and dust-proof connections. Boxes and cabinets shall be designed with
generous clearances to avoid interference between the wiring entering from below and
any terminal blocks or accessories mounted within the box or cabinet. Suitable cable
gland plate above the base of the marshalling kiosk/box shall be provided for this
purpose along with the proper blanking plates. Necessary number of cable glands shall
be supplied and fitted on this gland plate. Gland plate shall have provision for some
future glands to be provided later, if required. The Nickel plated glands shall be dust
proof, screw on & double compression type and made of brass. The gland shall have
provision for securing armour of the cable separately and shall be provided with
earthing tag. The glands shall conform to BS:6121.
18.7 A 230V, single phase, 50 Hz, 15 amp AC plug and socket shall be provided in the
cabinet with ON-OFF switch for connection of hand lamps. Plug and socket shall be of
industrial grade.
18.8 For illumination, a fluorescent tube or CFL of approximately 9 to 15 watts shall be
provided. The switching of the fittings shall be controlled by the door switch. .
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 2-General Technical Requirement Page 2-27

For junction boxes of smaller sizes such as lighting junction box, manual operated earth
switch mechanism box etc., plug socket, heater and illumination is not required to be
provided.
18.9 All control switches shall be of MCB/rotary switch type and Toggle/piano switches
shall not be accepted.
18.10 Positive earthing of the cabinet shall be ensured by providing two separate earthing
pads. The earth wire shall be terminated on to the earthing pad and secured by the use of
self etching washer. Earthing of hinged door shall be done by using a separate earth
wire.
18.11 The bay marshalling kiosks shall be provided with danger plate and a diagram showing
the numbering/connection/feruling by pasting the same on the inside of the door.
18.12 a) The following routine tests along with the routine tests as per IEC 60529/
Equivalent International Standard shall also be conducted:
i) Check for wiring
ii) Visual and dimension check
b) The enclosure of bay marshalling kiosk, junction box, terminal box shall conform
to IP-55 as per IEC 60529/ Equivalent International Standard including
application of, 2.0 KV rms for 1 (one) minute, insulation resistance and functional
test after IP-55 test.

19.0 TERMINAL BLOCKS AND WIRING


19.1 Control and instrument leads from the switchboards or from other equipment will be
brought to terminal boxes or control cabinets in conduits. All interphase and external
connections to equipment or to control cubicles will be made through terminal blocks.
19.2 Terminal blocks shall be 650V grade and have continuous rating to carry the maximum
expected current on the terminals and non breakable type. These shall be of moulded
piece, complete with insulated barriers, stud type terminals, washers, nuts and lock nuts.
Screw clamp, overall insulated, insertion type, rail mounted terminals can be used in
place of stud type terminals. But preferably the terminal blocks shall be non-
disconnecting stud type of Elmex or Phoenix or Wago or equivalent make.
19.3 Terminal blocks for current transformer and voltage transformer secondary leads shall
be provided with test links and isolating facilities. The current transformer secondary
leads shall also be provided with short circuiting and earthing facilities.
19.4 The terminal shall be such that maximum contact area is achieved when a cable is
terminated. The terminal shall have a locking characteristic to prevent cable from
escaping from the terminal clamp unless it is done intentionally.
19.5 The conducting part in contact with cable shall preferably be tinned or silver plated
however Nickel plated copper or zinc plated steel shall also be acceptable.
19.6 The terminal blocks shall be of extensible design.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 2-General Technical Requirement Page 2-28

19.7 The terminal blocks shall have locking arrangement to prevent its escape from the
mounting rails.
19.8 The terminal blocks shall be fully enclosed with removable covers of transparent, non-
deteriorating type plastic material. Insulating barriers shall be provided between the
terminal blocks. These barriers shall not hinder the operator from carrying out the
wiring without removing the barriers.
19.9 Unless otherwise specified terminal blocks shall be suitable for connecting the
following conductors on each side.
a) All circuits except Minimum of two of 2.5 sq mm
CT/PT circuits copper flexible.
b) All CT/PT circuits Minimum of 4 nos. of 2.5 sq mm
copper flexible.
19.10 The arrangements shall be in such a manner so that it is possible to safely connect or
disconnect terminals on live circuits and replace fuse links when the cabinet is live.
19.11 At least 20 % spare terminals shall be provided on each panel/cubicle/box and these
spare terminals shall be uniformly distributed on all terminals rows.
19.12 There shall be a minimum clearance of 250 mm between the First/bottom row of
terminal block and the associated cable gland plate for outdoor ground mounted
marshalling box and the clearance between two rows of terminal blocks shall be a
minimum of 150 mm.
19.13 The Contractor shall furnish all wire, conduits and terminals for the necessary
interphase electrical connections (where applicable) as well as between phases and
common terminal boxes or control cabinets.
19.14 All input and output terminals of each control cubicle shall be tested for surge withstand
capability in accordance with the relevant IEC Publications, in both longitudinal and
transverse modes. The Contractor shall also provide all necessary filtering, surge
protection, interface relays and any other measures necessary to achieve an impulse
withstand level at the cable interfaces of the equipment.

20.0 LAMPS & SOCKETS


20.1 Sockets
All sockets (convenience outlets) shall be suitable to accept both 5 Amp & 15 Amp pin
round plug as per Nepalese Standard. They shall be switched sockets with shutters.
20.2 Hand Lamp:
A 230 Volts, single Phase, 50 Hz AC plug point shall be provided in the interior of each
cubicle with ON-OFF Switch for connection of hand lamps.
20.3 Switches and Fuses:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-29

20.3.1 Each panel shall be provided with necessary arrangements for receiving, distributing,
isolating and fusing of DC and AC supplies for various control, signalling, lighting and
space heater circuits. The incoming and sub-circuits shall be separately provided with
miniature circuit breaker / switchfuse units. Selection of the main and Sub-circuit fuse
ratings shall be such as to ensure selective clearance of sub-circuit faults. Potential
circuits for relaying and metering shall be protected by HRC fuses.
20.3.2 All fuses shall be of HRC cartridge type conforming to relevant International Standard
mounted on plug-in type fuse bases. Miniature circuit breakers with thermal protection
and alarm contacts will also be accepted. All accessible live connection to fuse bases
shall be adequately shrouded. Fuses shall have operation indicators for indicating blown
fuse condition. Fuse carrier base shall have imprints of the fuse rating and voltage.

21.0 BUSHINGS, HOLLOW COLUMN INSULATORS, SUPPORT INSULATORS:


21.1 Bushings shall be manufactured and tested in accordance with IEC-60137 while hollow
column insulators shall be manufactured and tested in accordance with IEC-62155.The
support insulators shall be manufactured and tested as per IEC-60168 and IEC-60273.
The insulators shall also conform to IEC-60815 as applicable.
The bidder may also offer composite hollow insulators, conforming to IEC-61462.
21.2 Support insulators, bushings and hollow column insulators shall be manufactured from
high quality porcelain. Porcelain used shall be homogeneous, free from laminations,
cavities and other flaws or imperfections that might affect the mechanical or dielectric
quality and shall be thoroughly vitrified tough and impervious to moisture.
21.3 Glazing of the porcelain shall be uniform brown in colour, free from blisters, burrs and
similar other defects.
21.4 Support insulators/bushings/hollow column insulators shall be designed to have ample
insulation, mechanical strength and rigidity for the conditions under which they will be
used.
21.5 When operating at normal rated voltage there shall be no electric discharge between the
conductors and bushing which would cause corrosion or injury to conductors, insulators
or supports by the formation of substances produced by chemical action. No radio
interference shall be caused by the insulators/bushings when operating at the normal
rated voltage.
21.6 Bushing porcelain shall be robust and capable of withstanding the internal pressures
likely to occur in service. The design and location of clamps and the shape and the
strength of the porcelain flange securing the bushing to the tank shall be such that there
is no risk of fracture. All portions of the assembled porcelain enclosures and supports
other than gaskets, which may in any way be exposed to the atmosphere shall be
composed of completely non hygroscopic material such as metal or glazed porcelain.
21.7 All iron parts shall be hot dip galvanised and all joints shall be air tight. Surface of
joints shall be trued up porcelain parts by grinding and metal parts by machining.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-30

Insulator/bushing design shall be such as to ensure a uniform compressive pressure on


the joints.
21.8 Tests
In bushing, hollow column insulators and support insulators shall conform to type tests
and shall be subjected to routine tests in accordance with relevant international standard.
22.0 MOTORS
Motors shall be “Squirrel Cage” three phase induction motors of sufficient size capable
of satisfactory operation for the application and duty as required for the driven
equipment and shall be subjected to routine tests as per applicable standards. The
motors shall be of approved make.
22.1 Enclosures
a) Motors to be installed outdoor without enclosure shall have hose proof enclosure
equivalent to IP-55 as per IEC 60529/ Equivalent International Standard. For
motors to be installed indoor i.e. inside a box, the motor enclosure, shall be dust
proof equivalent to IP-44 as per relevant International Standard.
b) Two independent earthing points shall be provided on opposite sides of the motor
for bolted connection of earthing conductor.
c) Motors shall have drain plugs so located that they will drain water resulting from
condensation or other causes from all pockets in the motor casing.
d) Motors weighing more than 25 Kg. shall be provided with eyebolts, lugs or other
means to facilitate lifting.
22.2 Operational Features
a) Continuous motor rating (name plate rating) shall be at least ten (10) percent
above the maximum load demand of the driven equipment at design duty point
and the motor shall not be over loaded at any operating point of driven equipment
that will rise in service.
b) Motor shall be capable at giving rated output without reduction in the expected
life span when operated continuously in the system having the particulars as given
in Clause 15.0 of this Chapter.
22.3 Starting Requirements:
a) All induction motors shall be suitable for full voltage direct-on-line starting. These
shall be capable of starting and accelerating to the rated speed along with the
driven equipment without exceeding the acceptable winding temperature even
when the supply voltage drops down to 80% of the rated voltage.
b) Motors shall be capable of withstanding the electrodynamic stresses and heating
imposed if it is started at a voltage of 110% of the rated value.
c) The locked rotor current shall not exceed six (6) times the rated full load current
for all motors, subject to tolerance as given in relevant International Standard .

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-31

d) Motors when started with the driven equipment imposing full starting torque
under the supply voltage conditions specified under Clause 15.0 shall be capable
of withstanding at least two successive starts from cold condition at room
temperature and one start from hot condition without injurious heating of winding.
The motors shall also be suitable for three equally spread starts per hour under the
above referred supply condition.
e) The locked rotor withstand time under hot condition at 110% of rated voltage
shall be more than starting time with the driven equipment of minimum
permissible voltage by at least two seconds or 15% of the accelerating time
whichever is greater. In case it is not possible to meet the above requirement, the
Bidder shall offer centrifugal type speed switch mounted on the motor shaft which
shall remain closed for speed lower than 19% and open for speeds above 19% of
the rated speed. The speed switch shall be capable of withstanding 120% of the
rated speed in either direction of rotation.
22.4 Running Requirements:
a) The maximum permissible temperature rise over the ambient temperature of 50
degree C shall be within the limits specified in relevant International Standard (for
3 - phase induction motors) after adjustment due to increased ambient temperature
specified.
b) The double amplitude of motor vibration shall be within the limits specified in
relevant International Standard. Vibration shall also be within the limits specified
by the relevant standard for the driven equipment when measured at the motor
bearings.
c) All the induction motors shall be capable of running at 80% of rated voltage for a
period of 5 minutes with rated load commencing from hot condition.
22.5 TESTING AND COMMISSIONING
An indicative list of tests is given below. Contractor shall perform any additional test
based on specialties of the items as per the field Q.P./Instructions of the equipment
Contractor or Employer without any extra cost to the Employer. The Contractor shall
arrange all instruments required for conducting these tests along with calibration
certificates and shall furnish the list of instruments to the Employer for approval.
(a) Insulation resistance.
(b) Phase sequence and proper direction of rotation.
(c) Any motor operating incorrectly shall be checked to determine the cause and the
conditions corrected.

23.0 TECHNICAL REQUIREMENT OF EQUIPMENTS


23.1 Transmission Line Towers
Contractor shall develop structural drawings, shop drawings & Bill of Materials of all
132 kV self-supporting steel towers after completing proto type tower testing. Similarly
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 2-General Technical Requirement Page 2-32

the design and drawings for all type of foundations for the towers shall also be
developed by the contractor, in sequence, suiting the project requirement.
The provisional quantities of fabricated & galvanized steel towers as per specifications
requirement, foundation type and their numbers, quantity of various line materials and
other items are given in appropriate Price Schedule of the bid documents. However, the
work shall be executed as per approved construction drawings and project requirement.
The various item of work is described very briefly in the appropriate Price Schedule.
The various items of the Price Schedule shall be read in conjunction with the
corresponding sections in the Technical Specifications including amendments and,
additions, if any. The Bidder’s rates shall be based on the description of activities in the
Price Schedule as well as necessary operations detailed in these Technical
Specifications.
The Unit rates quoted shall include minor details which are obviously and fairly
intended, and which may not have been included in these documents but are essential
for the satisfactory completion of the various works.
The unit rate quoted shall be inclusive of all plant equipment, men, material skilled and
unskilled labor etc. essential for satisfactory completion of various works.
All measurements for payment shall be in S.I. units (International System of units).
Lengths shall be measured in meters corrected to two decimal places. Areas shall be
computed in square meters & volume in cubic meters rounded off to two decimals.
All the raw materials such as steel, zinc for galvanizing, reinforcement steel and cement
for tower foundation, coke and salt for tower earthing etc. bolts, nuts, washers, D-
shackles, hangers, links, danger plates, phase plates, number plates. Circuit Plates, anti-
climbing device, bird guards, etc., required for tower manufacturing and erection shall
be included in the Contractor’s scope of supply. Bidder shall clearly indicate in the
offer, the sources from where they propose to procure the raw materials and the
components.
The entire stringing work of conductor and OPGW shall be carried out by tension
stringing technique. The contractor shall indicate in their offer, the sets of tension
stringing equipment he is having in his possession and the sets of stringing equipment
he would deploy exclusively for this project which under no circumstance shall be less
than the number and capacity requirement indicated in Qualifying Requirements for
Bidder. However, the Bidder having requisite experience has freedom to use helicopter
for stringing. The Bidder intending to use helicopter shall furnish detailed description of
the procedure, type & number of helicopter & accessories etc., to be deployed for
stringing operation.
In the hilly/mountainous terrain or in thick forest areas, the Contractor may carry out
stringing work by manual method with approval of the Employer. The Contractor shall
deploy appropriate tools /equipment /machinery to ensure that the stringing operation is

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-33

carried out without causing damage to conductor/OPGW and the conductor/OPGW is


installed at the prescribed sag-tension as per the approved stringing charts.
23.1 1.1 KV Grade Power & Control Cables
23.1.1 Applicable for PVC Control Cable
The manufacturers, whose PVC control cables are offered, should have
designed, manufactured, tested and supplied in a single contract at least
100 Kms of 1.1 KV grade PVC insulated control cables as on the date of
bid opening. Further the manufacturer should also have designed,
manufactured, tested and supplied at least 1 km of 17C x 2.5 Sq. mm or
higher size as on the originally Scheduled date of bid opening.
23.1.2 Applicable for PVC Power Cable
The manufacturer, whose PVC Power Cables are offered, should have
designed, manufactured, tested and supplied in a single contract at least
100 Kms of 1.1 KV or higher grade PVC insulated power cables as on the
date of bid opening. Further the manufacturer should also have designed,
manufactured, tested and supplied at least 1 km of 1C x 150 Sq. mm or
higher size as on the originally Scheduled date of bid opening.

23.2 LT Switchgear
23.2.1 The Manufacturer who's LT Switchgear is offered should be a
manufacturer of LT Switchboards of the type and rating being offered. He
should have designed, manufactured, tested and supplied at least 50 nos.
draw out circuit breaker panels, out of which at least 5 nos. should have
been with relay and protection schemes with current transformer.
They should have also manufactured at least 50 nos MCC panels
comprising of MCCBs (ie Moulded Case Circuit Breakers) modules of the
type offered which should be in successful operation as on originally
Scheduled date of bid opening.
23.2.2 The Switchgear items (such as circuit breakers, fuse switch units, contactors
etc.), may be of his own make or shall be procured from reputed manufacturers and
of proven design. At least one hundred circuit breakers of the make and type being
offered shall be operating satisfactory as on originally Scheduled date of bid
opening.
23.3 Fire Fighting System
The bidder or his sub-vendor should have designed, supplied, tested and installed
the fire fighting equipments for fire protection system of the each type described in
BOQ shall comply to International Standard code (FOC, LONDON or NFPA, USA
etc).

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-34

24 Environment Mitigation Measures

24.1 Physical Environment


The following mitigation measures shall be undertaken to reduce the adverse impacts on the
physical environment during construction of the substation.

a) Discharge of cement slurry, garbage and other solid wastes generated by the construction
activities and workforce should be avoided where possible.
b) Chemical and other hazardous materials should be dumped safely far away from the water
bodies.
c) Disposal material of substation should be carried out within the acquired land for substation.
The waste materials of the substation shall be minimized to avoid for separate land for disposal.
24.2 Biological Environment

None

24.3 Socio-economic and cultural Environment


In the construction phase following mitigation measures shall be adopted in accordance with the
EIA final report to minimize the impacts:

a) Control of adverse socio interactions between local communities and construction work force.
b) Awareness program regarding health and safety of substation.
c) Awareness program for workforce.
d) Insurance against health and safety.

24.4 Employment
Priority shall be given to the local project affected people while hiring workers and labors during
construction of the project. Nepal being a signatory to the International Convention against Child
Labor, the Contractor shall not employ child Labor in construction.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-35

ANNEXURE - A
LIST OF SPECIFICATIONS
GENERAL STANDARDS AND CODES

IEC-60060 (Part 1 to P4) - High Voltage Test Techniques


IEC 60068 - Environmental Test
IEC-60117 - Graphical Symbols
IEC-60156, - Method for the Determination of the Electrical Strength of
Insulation Oils.
IEC-60270, - Partial Discharge Measurements.
IEC-60376 - Specification and Acceptance of New Sulphur Hexafloride
IEC-60437 - Radio Interference Test on High Voltage Insulators.
IEC-60507 - Artificial Pollution Tests on High Voltage Insulators to be
used on AC Systems.
IEC-62271-1 - Common Specification for High Voltage Switchgear &
Controlgear Standards.
IEC-60815 - Guide for the Selection of Insulators in respect of Polluted
Conditions.
IEC-60865 (P1 & P2) - Short Circuit Current - Calculation of effects.
ANSI-C.1/NFPA.70 - National Electrical Code
ANSI-C37.90A - Guide for Surge Withstand Capability (SWC) Tests
ANSI-C63.21, - Specification for Electromagnetic Noise and
C63.3 - Field Strength Instrumentation 10 KHz to 1 GHZ
C36.4ANSI-C68.1 - Techniquest for Dielectric Tests
ANSI-C76.1/EEE21 - Standard General Requirements and Test Procedure for
Outdoor Apparatus Bushings.
ANSI-SI-4 - Specification for Sound Level Metres
ANSI-Y32-2/C337.2 - Drawing Symbols
ANSI-Z55.11 - Gray Finishes for Industrial Apparatus and Equipment No. 61
Light Gray
NEMA-107T - Methods of Measurements of RIV of High Voltage
Apparatus
NEMA-ICS-II - General Standards for Industrial Control and Systems Part
ICSI-109

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-36

CISPR-1 - Specification for CISPR Radio Interference Measuring


Apparatus for the frequency range 0.15 MHz to 30 MHz
CSA-Z299.1-1978h - Quality Assurance Program Requirements
CSA-Z299.2-1979h - Quality Control Program Requirements
CSA-Z299.3-1979h - Quality Verification Program Requirements
CSA-Z299.4-1979h - Inspection Program Requirements

TRANSFORMERS AND REACTORS


IEC-60076 (Part 1 to 5) - Power Transformers
IEC-60214 - On-Load Tap-Changers.
IEC-60289 - Reactors.
IEC- 60354 - Loading Guide for Oil - Immersed power transformers
IEC-60076-10 - Determination of Transformer and Reactor Sound Levels
ANSI-C571280 - General requirements for Distribution, Power and Regulating
Transformers
ANSI-C571290 - Test Code for Distribution, Power and Regulation
Transformers
ANSI-C5716 - Terminology & Test Code for Current Limiting Reactors
ANSI-C5721 - Requirements, Terminology and Test Code for Shunt
Reactors Rated Over 500 KVA
ANSI-C5792 - Guide for Loading Oil-Immersed Power Transformers upto
and including 100 MVA with 55 deg C or 65 deg C Winding
Rise
ANSI-CG,1EEE-4 - Standard Techniques for High Voltage Testing

CIRCUIT BREAKERS
IEC-62271-100 - High-voltage switchgear and controlgear - Part 100:
Alternating current circuit-breakers
IEC-62271-101 - High-voltage switchgear and controlgear - Part 101:
Synthetic testing
IEC-62155 - Hollow pressurized and unpressurized ceramic and glass
insulators for use in electrical equipment with rated voltages
greater than 1 000 V
IEC-62271-110 - High-voltage switchgear and controlgear - Part 110:
Inductive load switching

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-37

IEC-62271-109 - High-voltage switchgear and controlgear - Part 110:


Inductive load switching
CURRENT TRANSFORMERS, VOLTAGE TRANSFORMERS AND COUPLING
CAPACITOR VOLTAGE TRANSFORMERS

IEC-60044-1 - Current transformers.


IEC-60044-2 - Inductive Voltage Transformers.
IEC-60044-5 - Instrument transformers - Part 5: Capacitor voltage
transformers
IEC-60358 - Coupling capacitors and capacitor dividers.
IEC-60044-4 - Instrument Transformes : Measurement of Partial Discharges
IEC-60481 - Coupling Devices for power Line Carrier Systems.
ANSI-C5713 - Requirements for Instrument transformers
ANSIC92.2 - Power Line Coupling voltage Transformers
ANSI-C93.1 - Requirements for Power Line Carrier Coupling Capacitors
BUSHING
IEC-60137 - Insulated Bushings for Alternating Voltages
above 1000V
SURGE ARRESTERS
IEC-60099-4 - Metal oxide surge arrestors without gaps
IEC-60099-5 - Selection and application recommendation
ANSI-C62.1 - IEE Standards for S A for AC Power Circuits
NEMA-LA 1 - Surge Arresters

CUBICLES AND PANELS & OTHER RELATED EQUIPMENTS


IEC-60068.2.2 - Basic environmental testing procedures Part 2: Test B: Dry
heat
IEC-60529 - Degree of Protection provided by enclosures.
IEC-60947-4-1 - Low voltage switchgear and control gear.
IEC-61095 - Electromechanical Contactors for household and similar
purposes.
IEC-60439 (P1 & 2) - Low Voltage Switchgear and control gear assemblies
ANSI-C37.19 - Switchgear Assemblies, including metal enclosed bus.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-38

ANSI-C37.50 - Test Procedures for Low Voltage Alternating Current Power


Circuit Breakers
ANSI-C39 - Electric Measuring instrument
ANSI-C83 - Components for Electric Equipment
NEMA-AB - Moulded Case Circuit and Systems
NEMA-CS - Industrial Controls and Systems
NEMA-PB-1 - Panel Boards
NEMA-SG-5 - Low voltage Power Circuit breakers
NEMA-SG-3 - Power Switchgear Assemblies
NEMA-SG-6 - Power switching Equipment
NEMA-5E-3 - Motor Control Centers
1248 (P1 to P9) - Direct acting indicating analogue electrical measuring
instruments & their accessories.
Disconnecting switches
IEC-62271-102 - High-voltage switchgear and controlgear - Part 102:
Alternating current disconnectors and earthing switches
IEC-60265 (Part 1 & 2) - High Voltage switches
ANSI-C37.32 - Schedule of preferred Ratings, Manufacturing Specifications
and Application Guide for high voltage Air Switches, Bus
supports and switch accessories
ANSI-C37.34 - Test Code for high voltage air switches
NEMA-SG6 - Power switching equipment

PLCC and line traps


IEC-60353 - Line traps for A.C. power systems.
IEC-60481 - Coupling Devices for power line carrier systems.
IEC-60495 - Single sideboard power line carrier terminals
IEC-60683 - Planning of (single Side-Band) power line carrier systems.
CIGRE - Teleprotection report by Committee 34 & 35.
CIGRE - Guide on power line carrier 1979.
CCIR - International Radio Consultative Committee
CCITT - International Telegraph & Telephone Consultative
Committee
EIA - Electric Industries Association
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 2-General Technical Requirement Page 2-39

Protection and control equipment


IEC-60051: (P1 to P9) - Recommendations for Direct Acting indicating analogue
electrical measuring instruments and their accessories.
IEC-60255 (Part 1 to 23) - Electrical relays.
IEC-60297
(P1 to P4) - Dimensions of mechanical structures of the 482.6mm (19
inches) series.
IEC-60359 - Expression of the performance of electrical & electronic
measuring equipment.
IEC-60387 - Symbols for Alternating-Current Electricity meters.
IEC-60447 - Man machine interface (MMI) - Actuating principles.
IEC-60521 - Class 0.5, 1 and 2 alternating current watt hour metres
IEC-60547 - Modular plug-in Unit and standard 19-inch rack mounting
unit based on NIM Standard (for electronic nuclear
instruments)
ANSI-81 - Screw threads
ANSI-B18 - Bolts and Nuts
ANSI-C37.1 - Relays, Station Controls etc.
ANSI-C37.2 - Manual and automatic station control, supervisory and
associated telemetering equipment
ANSI-C37.2 - Relays and relay systems associated with electric power
apparatus
ANSI-C39.1 - Requirements for electrical analog indicating instruments
Motors
IEC-60034 (P1 to P19:) - Rotating electrical machines
IEC-Document 2 - Three phase induction motors
(Central Office) NEMA-MGI Motors and Generators

Electronic equipment and components


MIL-21B, MIL-833 & MIL-2750
IEC-60068 (P1 to P5) - Environmental testing
IEC-60326 (P1 to P2) - Printed boards
Material and workmanship standards

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-40

ASTM - Specification and tests for materials

Clamps & connectors


NEMA-CC1 - Electric Power connectors for sub station
NEMA-CC 3 - Connectors for Use between aluminium or aluminum-Copper
Overhead Conductors
Bus hardware and insulators
IEC-60120 - Dimensions of Ball and Socket Couplings of string insulator
units.
IEC-60137 - Insulated bushings for alternating voltages above 1000 V.
IEC-60168 - Tests on indoor and outdoor post insulators of ceramic
material or glass for Systems with Nominal Voltages Greater
than 1000 V.
IEC-62155 - Hollow pressurized and unpressurized ceramic and glass
insulators for use in electrical equipment with rated voltages
greater than 1 000 V
IEC-60273 - Characteristices of indoor and outdoor post insulators for
systems with nominal voltages greater than 1000V.
IEC-61462 - Pressurized and un-pressurized insulator for use in electrical
equipment with rated voltage greater than 1000V –
Definitions, Test methods, acceptance criteria and design
recommendations
IEC-60305 - Insulators for overhead lines with nominal voltage above
1000V-ceramic or glass insulator units for a.c. systems
Characteristics of String Insulator Units of the cap and
pintype.
IEC-60372 (1984) - Locking devices for ball and socket couplings of string
insulator units : dimensions and tests.
IEC-60383 (P1 and P2) - Insulators for overhead lines with a nominal voltage above
1000 V.
IEC-60433 - Characteristics of string insulator units of the long rod type.
IEC-60471 - Dimensions of Clevis and tongue couplings of string
insulator units.
ANSI-C29 - Wet process proelain insulators
ANSI-C29.1 - Test methods for electrical power insulators
ANSI-C92.2 - For insulators, wet-process porcelain and toughened glass
suspension type

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-41

ANSI-C29.8 - For wet-process porcelain insulators apparatus, post-type


ANSI-G.8 - Iron and steel hardware
CISPR-7B - Recommendations of the CISPR, tolerances of form and of
Position, Part 1
ASTM A-153 - Zinc Coating (Hot-Dip) on iron and steel hardware

Strain and rigid bus-conductor


ASTM-B 230-82 - Aluminum 1350 H19 Wire for electrical purposes
ASTM-B 231-81 - Concentric - lay - stranded, aluminum 1350 conductors
ASTM-B 221 - Aluminum - Alloy extruded bar, road, wire, shape
ASTM-B 236-83 - Aluminum bars for electrical purpose (Bus-bars)
ASTM-B 317-83 - Aluminum-Alloy extruded bar, rod, pipe and structural
shapes for electrical purposes (Bus Conductors)
Batteries and battery charger
Battery
IEC:60896-21&22 - Lead Acid Batteries Valve Regulated types – Methods of
Tests & Requirements
IEC: 60623 - Vented type nickel Cadmium Batteries
IEC:60622 - Secondary Cells & Batteries – Sealed Ni-Cd rechargeable
single cell
IEC:60623 - Secondary Cells & Batteries – Vented Ni-Cd rechargeable
single cell
IEC:60896-11 - Stationary Lead Acid Batteries – Vented Type – General
requirements & method of tests
IEEE-485 - Recommended practices for sizing of Lead Acid Batteries
IEEE-1115 - Sizing of Ni-Cd Batteries
IEEE-1187 - Recommended practices for design & installation of VRLA
Batteries
IEEE-1188 - Recommended practices for design & installation of VRLA
Batteries
IEEE-1189 - Guide for selection of VRLA Batteries

Battery Charger

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-42

IEEE-484 - Recommended Design for installation design and installation


of large lead storage batteries for generating stations and
substations.
IEEE-485 - Sizing large lead storage batteries for generating stations and
substations
Wires and cables
ASTMD-2863 - Measuring the minimum oxygen concentration to support
candle like combustion of plastics (oxygen index)
IEC-60096 (part 0 to p4) - Radio Frequency cables.
IEC-60183 - Guide to the Selection of High Voltage Cables.
IEC-60189 (P1 to P7) - Low frequency cables and wires with PVC insulation and
PVC sheath.
IEC-60227 (P1 to P7) - Polyvinyl Chloride insulated cables of rated voltages up to
and including 450/750V.
IEC-60228 - Conductors of insulated cables
IEC-60230 - Impulse tests on cables and their accessories.
IEC-60287 (P1 to P3) - Calculation of the continuous current rating of cables (100%
load factor).
IEC-60304 - Standard colours for insulation for low-frequency cables and
wires.
IEC-60331 - Fire resisting characteristics of Electric cables.
IEC-60332 (P1 to P3) - Tests on electric cables under fire conditions.
IEC-60502 - Extruded solid dielectric insulated power cables for rated
voltages from 1 kV upto to 30 kV
IEC-754 (P1 and P2) - Tests on gases evolved during combustion of electric cables.
Painting
ANSI-Z551 - Gray finishes for industrial apparatus and equipment
SSPEC - Steel structure painting council

HORIZONTAL CENTRIFUGAL PUMPS


API-610 - Centrifugal pumps for general services
- Hydraulic Institutes Standards
BS:599 - Methods of testing pumps
PTC-8.2 - Power Test Codes - Centrifugal pumps

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-43

DIESEL ENGINES
ASME Power Test Code - Internal combustion engine PTC-17
- Codes of Diesel Engine Manufacturer’s Association, USA
PIPING VALVES & SPECIALITIES
BS:5150 - Specification for cast iron gate valves
PG Test Procedures
NFPA-13 - Standard for the installation of sprinkler system
NFPA-15 - Standard for water spray fixed system for the fire protection
NFPA-12A - Standard for Halong 1301 Fire Extinguishing System
NFPA-72E - Standard on Antomatic Fire Detectors
NFPA-12 - Standard on Carbon dioxide extinguisher systems
Electrical generating and distributing stations code of practice
Steel structures
ANSI-B18.2.1 - Inch series square and Hexagonal bolts and screws
ANSI-B18.2.2 - Square and hexagonal nuts
ANSI-G8.14 - Round head bolts
ASTM-A6 - Specification for General Requirements for rolled steel plates,
shapes, sheet piling and bars of structural use
ASTM-A36 - Specifications of structural steel
ASTM-A47 - Specification for malleable iron castings
ASTM-A143 - Practice for safeguarding against embilement of Hot
Galvanized structural steel products and procedure for
detaching embrilement
ASTM-A242 - Specification for high strength low alloy structural steel
ASTM-A283 - Specification for low and intermediate tensile strength carbon
steel plates of structural quality
ASTM-A394 - Specification for Galvanized steel transmission tower bolts
and nuts
ASTM-441 - Specification for High strength low alloy structural
manganese vanadium steel.
ASTM-A572 - Specification for High strength low alloy colombium-
Vanadium steel of structural quality
AWS D1-0 - Code for welding in building construction welding inspection
AWS D1-1 - Structural welding code

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-44

AISC - American institute of steel construction


NEMA-CG1 - Manufactured graphite electrodes

Piping and pressure vessels


ASME - Boiler and pressure vessel code
ASTM-A120 - Specification for pipe steel, black and hot dipped, zinc-coated
(Galvanized) welded and seamless steel pipe for ordinary use
ASTM-A53 - Specification for pipe, steel, black, and hot-dipped, zinc
coated welded and seamless
ASTM-A106 - Seamless carbon steel pipe for high temperature service
ASTM-A284 - Low and intermediate tensile strength carbon-silicon steel
plates for machine parts and general construction.
ASTM-A234 - Pipe fittings of wrought carbon steel and alloy steel for
moderate and elevated temperatures
ASTM-S181 - Specification for forgings, carbon steel for general purpose
piping
ASTM-A105 - Forgings, carbon steel for piping components
ASTM-A307 - Carbon steel externally threated standard fasteners
ASTM-A193 - Alloy steel and stainless steel bolting materials for high
temperature service
ASTM-A345 - Flat rolled electrical steel for magnetic applications
ASTM-A197 - Cupola malleable iron
ANSI-B2.1 - Pipe threads (Except dry seal)
ANSI-B16.1 - Cast iron pipe flangesand glanged fitting. Class 25, 125, 250
and 800
ANSI-B16.1 - Malleable iron threaded fittings, class 150 and 300
ANSI-B16.5 - Pipe flanges and flanged fittings, steel nickel alloy and other
special alloys
ANSI-B16.9 - Factory-made wrought steel butt welding fittings
ANSI-B16.11 - Forged steel fittings, socket-welding and threaded
ANSI-B16.14 - Ferrous pipe plug, bushings and lock nuts with pipe threads
ANSI-B16.25 - Butt welding ends
ANSI-B18.1.1 - Fire hose couplings screw thread.
ANSI-B18.2.1 - Inch series square and hexagonal bolts and screws
ANSI-B18.2.2 - Square and hexagonal nuts
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 2-General Technical Requirement Page 2-45

NSI-B18.21.1 - Lock washers


ANSI-B18.21.2 - Plain washers
ANSI-B31.1 - Power piping
ANSI-B36.10 - Welded and seamless wrought steel pipe
ANSI-B36.9 - Stainless steel pipe
ACSR BEAR Conductor/Insulator
IEC:437-1973 Test on High Voltage Insulators NEMA:107-1964 CISPR
Part - V Overhead Transmission Purposes
BS:215(Part-II) Aluminium Conductors galvanized IEC:209-1966 steel reinforced
extra high
Galvanised Steel Earthwire
P5:1992) overhead transmission purposes

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 2-General Technical Requirement Page 2-46

ANNEXURE-B
List of Drawings/Documents

1 Single Line Diagram


2 Electrical Layout – Plan and Sections
3 Tower, Equipment & cable trench layout drawing
4 Earthing system design calculation & layout drawing
5 Lighting protection system design & drawings
6 Structure Layout (Plan & Section) drawing
8 Design calculation for Sag – Tension stringing chart
9 GTP and drawings for Bus-Post Insulator
10 Tension/suspension string insulator and Hardware Assembly GTP
and drawing
11 Soil Investigation Report (if applicable)
12 Circuit Breakers (132 kV, 33 kV, As applicable)
- GA drawing, GTP, Type test Reports
13 CTs & CVTs (132 kV, 33 kV, As applicable)
- GA drawing, GTP, Type test Reports
14 Surge Arrestors (120 kV, 30 kV, As applicable)
- GA drawing, GTP, Type test Reports
15 Isolators (132kV, 33 kV, - As applicable)
- GA drawing, GTP, Type test Reports
16 Control, Relay Panels and Substation Automation system
- GTP, technical literature, type test reports
17 FO communication equipments & Digital Protection Coupler
GTP and technical literature
18 Civil Works (as applicable)
a) Control Room Building
Structure Design, Foundation Design & Drg., Plinth Beam
Design & Drg. and column Design & Drg. up to G.F. Level
b) Transformer foundation design/drawings
c) 33 kV d/c lines/tower design drawings
d) 132/33kV Tower, structure &
foundation design/drawings.
e) 132/33kV Equipment support structure &
foundation design/drawing

NOTE: The above list of drawing/document is only illustrative and not exhaustive.
The contractor shall submit drawings/documents as per requirement of
Technical specification.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 3 – Preliminary Works Page 3-1

CHAPTER-3

PRELIMINARY WORKS

1. Check Survey and Staking

The Employer has studied several alternatives for the route alignment of the said transmission line
and selected a route alignment. The Contractor shall be responsible for undertaking detailed check
survey of that selected route alignment.
The Employer has completed Initial Environmental Examination (IEE) study. The Contractor shall
be responsible for compliance with the finding / recommendation of IEE study reports in totality.
The proposed 132kV Transmission double circuit line with ACSR Cardinal Conductor is passing
through plain terrain of Dhanusha and Mahottari districts. The variation of attitude of the terrain
ranges below 1000m above MSL. Hence it is envisaged to adopt 132kV (650 kV peak BIL) level
tower located up to 1,000m attitude for the proposed 132kV Transmission line.
Strip plans and longitudinal profile sections of ground prepared by the employer as listed below are
attached in drawings with this specification.
For some practical reason such as change in topography due to construction of some new object in
the line route, to avoid heavy afforestation or to avoid abolishment of houses under the line in some
section of the line route minor modifications may require. Therefore, the Contractor along with the
Employer shall examine the angle points and fix them within 60 days from Contract signing date.
Immediately after that the Contractor shall carryout detailed check survey and prepare Strip plans
and longitudinal profile sections of that section at scales horizontal 1:2,000 and a vertical scale of
1:200 or 1:400 as appropriate.
The Contractor shall study the plan and profile and locate the intermediate tower location. The
contractor shall fix the type of towers for each location and submit for Employer’s approval both
132kV level towers located upto 1000m attitude for the proposed 132kV Transmission line (i) three
copies of profile drawings (ii) two sets of sag templates showing the sag in still air at maximum
temperature of the conductor along with sag calculations, the ground clearance line and the line
showing the sag in still air at minimum temperature of the conductor (iii) tower schedule indicating
tower number, tower type, insulator type, tower type, line angle, span length, elevation of tower
spot, leg extensions, dampers, etc.
For construction purpose the transmission line shall be divided in three sections. Considering the
importance of the line sections, works related to each of the sections shall be completed within the
set mile stone date.
The quantities given in the Price Schedule are provisional only and the Contractor shall finalise the
quantities after the tower and foundation selection. Any delay in tower selection works will not be
held as a valid reason for lack of progress in manufacture and construction and the Contractor will

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 3 – Preliminary Works Page 3-2

be expected to commence manufacture and construct the line even though the final quantities are
not known until a later stage.
The Contractor shall perform all necessary survey work which consists of determination, checking
and lay out the accurate centre of line and elevation of all the reference points, based on the key
map and plan and profile drawings. Furthermore, the Contractor shall check the minimum clearance
of conductor crossing the existing highways, major waterways, power and telecommunication lines,
etc.
The tower to be erected shall comprise of Basic body and body extensions as provided in the Price
Schedule, if for some reason the body extensions are not sufficient or require some modification in
the body extension part, the Contractor shall make necessary changes with the prior approval of the
Employer. The Contractor shall not be entitled to claim for any materials furnished or work
performed in this respect.
During check survey, the Contractor shall assess and design works required to be undertaken for the
protection of the foundations.
The check survey work shall be performed by qualified and experienced personnel and supervised
by qualified surveyor. Not less than 15 days prior to commencement of work, the Contractor shall
submit qualification of surveyors, work program and list of surveying equipment for the three
sections of the proposed transmission Line and obtain approval of the Employer.
Following points shall also be considered during tower staking and preparation of tower schedule.

a. Road Crossing

At all important road crossings, the tower shall be fitted with double suspension or tension insulator
strings depending on the type of tower but the ground clearance at the roads under maximum
conductor design temperature and in still air shall be such that even with conductor broken in
adjacent span, ground clearance of the conductor from the road surfaces will not be less than the
values specified at Schedule A-3, Section-11 for 132 KV lines. At all national highways crossing
span will not be more than as basic span specified in schedule A.4 (Support Types and Design
Spans) item no. 2.

b. River Crossings

In case of Major River crossings which are more than 500 meter towers shall be of suspension type
and the anchor towers on either side of the main river crossing shall be DD type tower. Clearance
required by navigation authority shall be provided. For non-navigable river, clearance shall be
reckoned with respect to highest flood level (HFL). In case of river crossing with a span up to 500
meter normal tower spotting procedure as detailed in schedule A-3, Section-11 (Minimum
Clearance).

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 3 – Preliminary Works Page 3-3

c. Power Line Crossings

Where this line is to cross over another line of the same voltage or lower voltage, DA type tower
with suitable extensions (if necessary) shall be used. Provisions to prevent the possibility of its
coming into contact with other overhead lines shall be made in accordance with the directions of the
Employer. All the works related to the above proposal shall be deemed to be included in the scope
of the Contractor except if modifications are required to line below, in which case, the conditions to
be agreed upon. The minimum clearance while crossing the lines up to 132 kV shall be3500 mm as
given in schedule A-3, Section-11 (Minimum Clearance).

d. Telecommunication Line Crossings

The angle of crossing shall be as near to 90 degree possible. However, deviation to the extent of 30
degree may be permitted under exceptionally difficult situations.
When the angle of crossing has to be below 60 degree, the matter will be referred to the authority in
charge of the telecommunication System. On a request from the Contractor, the permission of the
telecommunication authority may be obtained by the Employer.
Also, in the crossing span, power line support will be as near the telecommunication line as
possible, to obtain increased vertical clearance between the wires.
Payment: Payment for the contract item, Detailed Check Survey and Staking, will be made at the
unit price bid based on horizontal distance measurement. Therefore, in the schedule the unit bid
price shall include full compensation for all costs incurred in furnishing all materials, equipment
and labor and other operations related to the scope of work of survey as specified before.

e. Access and Erection

Land Schedule
The land schedule of the given line route will be prepared by the Contractor. The Employer shall
assist the Contractor to the extent possible. The Contractor will identify the exact plot number and
area of the land required for the tower foundations.

f. Routes, Right-of-Way and Access

The necessary right of way for the lines to enable the Contractor to carry out stringing and erection
will be obtained by the Employer.
The Contractor will not be reimbursed for waiting time caused by delay in obtaining right of way
unless he has established on site in advance of obtaining right of way. Where partial right of way
only is granted, the Contractor shall program his work accordingly.
The Contractor shall make all necessary arrangements for the access roads with the land owners
before going onto private land, but if any difficulty should arise, the Contractor shall promptly

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 3 – Preliminary Works Page 3-4

inform the Employer. Such arrangements shall be at least one month in advance of the desired
access date to allow time to clear any difficulties. The Employer shall be kept informed of all
negotiations and successful arrangements.
At any early stage of the Contract the Contractor shall arrange all proposed points of access and
after the approval of the Employer shall prepare maps for submission to the Employer for the
settlement of way leave arrangements. No other access shall be used without the prior consent of the
Employer.
It shall be clearly understood by the Contractor that the cost of construction of access roads and
delivery of construction material to erection points shall be deemed to be included in the bid price
and the Contractor shall have no claim whatsoever to extra payment for construction and
maintenance of access as may be required.

g. Clearing

 General

The Contractor shall be responsible for clearance of the foundation site. Clearing shall include
removal and disposal of all tress, bushes, down timber, tree roots, debris, indicated structures and
other obstructions from the areas to be occupied by permanent works of the contract, and as
indicated on the drawings, specified herein and as directed by the Employer at tower foundation site
and the access. The Contractor shall also be responsible for removal of creeping vines and all
vegetation on all existing towers from the base to the top. The cost of this work shall be included in
the Bid price. The Employer shall however be responsible for the clearance of the right of way for
the transmission line as regards trees and houses.

 Protection
The Contractor shall be responsible for prevention of damage to structures and other objects which
are not included in the clearing work. No objects of any kind outside the indicated limits of the
work shall be removed or damaged. Existing utilities which are not specifically included in the
work shall be protected by the Contractor. The Contractor shall be responsible for employment of
safe methods of demolition and clearing.
Notices
Before construction commences, the Contractor shall give to the Employer not less than seven days'
notice that support positions have been pegged and are available for inspection.
Before the Contractor commences work he shall obtain from the Employer a way leave schedule
giving details of any special requirements of the occupiers or Employer concerned.
When the Contractor is about to carry out erection of the conductors along or across power,
telegraph or telephone lines, or public roads he shall give the requisite notice to the appropriate
authorities of the date and time which he proposes to perform the work and shall send a duplicate

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 3 – Preliminary Works Page 3-5

copy of each notice to the Employer. The Contractor shall construct trestles for such line or road
crossings. No separate payment shall be made for such works.
The Contractor shall at all times during the execution of the Works ensure compliance with all such
reasonable requirements of the occupier or Employer as are brought to the Contractor's notice by
the Employer.
Damage
The Contractor shall take all reasonable precautions to avoid damage to land, property, roads, crops,
fences, walls, gates, etc., and shall ensure that the work is adequately supervised so that unavoidable
damage is reduced to the minimum. The Contractor will be liable for all damage arising by or in
consequence of the works except unavoidable damage to crops and shall pay compensation or make
good at the option of the Employer. The Contractor shall remove all soil and surplus material after
erection.
The Contractor will be responsible for payment necessary for agreed passage over private roads,
where arrangements have been made by the Contractor.
The Contractor will be responsible for notifying the Employer of all instances of damage to crops
which in the opinion of the Contractor are unavoidable. In the event of such notification not being
received by the Employer, Employer may at his discretion refuse to consider any claim by the
Contractor for compensation resulting there from.
Crossing of obstacles
The Contractor shall make all necessary arrangement and take all necessary precautions where the
route crosses buildings, power lines, orchards, gardens or other obstacles or ground over which
erection cannot be carried out in the normal manner.
Where the local authorities or other public undertaking affected deem it necessary to make
provision for the protection of their employees or property or of the public, or for the assistance of
traffic, the cost of such provision shall be borne by the Contractor.
The provision of special scaffolding for purposes of effecting crossings of the route over roads,
railways, rivers, telegraph and telephone lines or other similar obstructions as the Employer and/ or
the Contractor may consider necessary shall be the Contractor's responsibility and all cost of such
special crossings shall be borne by the Contractor.
Adequate provision shall be made by the Contractor to prevent the straying or damage to livestock
during the execution of the Contract Works and until permanent reinstatement of fences, walls,
hedges, gates and the like is completed, the Contractor shall be held responsible for any loss or
damage due to failure to comply with the above requirements.

Payment
No separate payment shall be made for clearing, cutting and special scaffolding arrangements and
access road. Therefore, the Contractor shall include all the cost in the unit bid for construction of
foundation, stringing or tower erection.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 3 – Preliminary Works Page 3-6

2. Soil Test

Scope
This specification covers all the work required for geotechnical investigation and preparation of a
detailed report. The work shall include mobilization of necessary equipment, providing necessary
engineering supervisors and technical personnel skilled and unskilled labor and other as required, to
carry out field investigations and test, laboratory tests and analysis and interpretation of data and
results, preparation of a detailed soil report including recommendations and providing technical
services as and when called for by the Employer. The investigation method shall be as described
herein or any other methods approved by Employer giving the same information as needed to
ensure that soil parameters are sufficient for reliable foundation design. The location for the geo-
technical investigation shall be approved by the employer.

Codes and standards


All work shall be carried out strictly in accordance with the Technical Specifications unless otherwise
approved by the Employer in writing. Where not specified, the latest-edition of one or more of the
following codes of practice or any other applicable code shall be followed.
SP 32(Part-2) : Compendium of Indian Standards on soil engineering Laboratory (Field Testing of
soils for Civil Engineering Purpose.
BS 1377 : Methods of Test for Soils for Civil Engineering Purposes
BS 1924 : Methods of Test for Stabilized Soils
BS 5930 : Code of Practice for Site Investigations
BS 6031 : Code of Practice for Earthworks
CP 2004 : Code of Practice for Foundations
CBIP Manual on Transmission Line
Codes equivalent to these in American/ DIN Standards can also be used.

Purpose
The purpose, in brief, of the proposed geotechnical investigation, is to ascertain the type of sub-strata
such as soil, rock etc., their characteristics and their suitability for the structures proposed to be built
and to decide on the choice of the type of foundation to be adopted for the type and magnitude of
envisaged loading. All the tests that are considered necessary in the opinion of the Employer for this
purpose shall be conducted. Any additional tests/works change in the number and type of specified
tests revision in the diameter, depth of bore holes, samples to be collected etc. shall be carried out as
directed by the Employer.

Calibration of equipment
The Contractor shall ensure that all the equipment/instruments are properly calibrated, at the start of the
work, to reflect actual values. If so demanded by the Employer, the Contractor shall have the
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 3 – Preliminary Works Page 3-7

instruments tested at an approved laboratory at his cost and the test reports shall be submitted to the
Employer. If the Employer desires to witness such tests, the Contractor shall arrange for the same at his
own cost.

Field work
a. General
It is essential that personnel on this work of geotechnical investigation and laboratory testing should
have the appropriate experience. The entire investigation shall be supervised by a suitably qualified
and experienced engineer or engineering geologist. All field and laboratory work shall be executed
by experienced technicians.

The Contractor shall have on site all required survey instruments as determined by the Employer to
carry out the work accurately according to Specification and Drawings. All the specified locations for
boreholes and field tests shall be set out at site by the Contractor. At each location of bore-hole, and
other field tests the Contractor shall establish the ground level prior to commencing of the boring
operation. The ground level shall be related to an established bench mark.

b. Method of boring
 Boring in soil
In soil strata, boring may be carried out by auger or percussion tools or by method approved by the
Employer or Employer's representative. Bentonite slurry or mud circulation process can also be
used if permitted. However, for those boreholes, where water samples are to be collected for
chemical analysis, bentonite slurry or mud circulation method shall not be used or shall be restricted
as directed by the Employer or Employer's representative. The diameter of the boreholes, unless
stated otherwise shall be such as to permit collection of undisturbed samples of 90mm diameter.

Where necessary boreholes shall be cased and whenever a borehole is cased, the bottom of the casing
shall always be maintained within 150mm of the bottom of the borehole. The casing shall never be in
advance of the bottom of borehole during undisturbed sampling or standard penetration tests.

 Borehole depth
All the boreholes shall be sunk to a depth of 10m and 30m as per requirement at field.

c. Sampling
 Sequence of sampling
The general sequence of sampling adopted shall be such as to obtain alternatively undisturbed samples
at every 1.5 meter intervals and at every significant change of stratum. Undisturbed sample wherever
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 3 – Preliminary Works Page 3-8

possible, shall be collected at every 3.0 meters interval and at every identifiable change of soil
formation. Likewise disturbed samples, as obtained in the standard split spoon, shall be collected by
conducting the standard penetration test at every 3.0 meters interval and at the significant change of
soil stratum.

 Undisturbed sampling in boreholes


Samplers used for collecting undisturbed samples in soils shall meet IS/BS and American Standards
requirements and shall be appropriate to the type of soil to be sampled. Undisturbed soil samples
collected shall be 90mm in diameter and 450mm in length so as to enable laboratory testing.
The area ratio of samplers shall be within the permissible limit and shall not exceed 25 percent for
samples of 90mm diameter. The cutting edge of the cutting shoe of the sample shall be tapered at an
angle not exceeding 20 degrees and inside clearance ratio shall generally be limited to 0.5 to 1.5
percent. Samples with lower clearance ratio shall be used in soft strata and these with higher clearance
ratio shall be used in stiff strata. The cutting edge or shoe of sampler shall be free from rust, pitting,
burring or any other defect. The sampler shall be fitted with ball check valve at the upper end.
For clays other than very soft clays open drive samplers are permissible whereas in very soft clays and
in sandy soils piston samplers with core catcher device or other approved samplers shall only be used.
The use of oil inside the samplers in operation shall be limited to minimum practicable.
Before sampling operation, the Contractor shall clean the bottom of borehole very carefully and every
care shall be taken to avoid disturbance of material to be sampled. For sampling the sampler shall be
lowered to the bottom of borehole without impact and pressed into the soil in a single continuous
movement at a sufficiently slow rate to permit the check valve to pass the water in the tube with
creating excess back pressure. In firm material, and whenever approved by the Employer the sampler
may be driven into the soil; but the sampler shall never be pushed or driven to its full length. After
penetration to the required depth, the sampler shall be free from the soil by being rotated by one full
turn and then shall be withdrawn.
The sample shall not be removed from the tube but shall be trimmed back from the ends of the tube
and the space filled with molten microcrystalline wax, the tube capped with metal or plastic cap and
sealed with adhesive tape.
 Undisturbed soil samples from trial pits and other sources
The Contractor may be required to collect undisturbed soil samples from trial pits excavations or other
sources. these samples may be core samples or block samples and may be obtained with a special
orientation as indicated by the Employer core samples shall generally be obtained by jacking a thin
walled open drive sampler of around 100mm diameter into the stratum. The sample tubes shall be
driven if approved by the Employer or Employer's representative. The sample tubes shall be held
steady during jacking/driving and a suitable frame shall be used for guiding inclined samplers.

 Disturbed soil samples


Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 3 – Preliminary Works Page 3-9

The material from the cutting shoe of the thin walled sampler and from the split spoon sampler of the
standard penetration test can be treated as disturbed sample, but will not be paid for separately. All
disturbed samples collected shall be placed without delay in an air-tight jar of not less than 0.4kg
nominal size and each sample shall fill the jar as far as possible.
Larger disturbed samples may be required to be collected from trial pits or excavations. Each of
such samples should be at least 10 kg. Such samples shall be sealed into heavy duty polythene bags
immediately on collection.
 Water samples
Contractor shall take water samples from boreholes, whenever directed by the Employer, before
addition of water to the hole. If this is not possible prior to collection the water level in the borehole
shall be lowered by about 0.5m, water allowed to rise by seepage through walls of bore hole and
then water sample collected.
No water sample shall be taken when bentonite slurry or mud has been circulated in the borehole. The
method of sampling shall be such as to ensure that the sample is not contaminated by rain water,
surface water etc. The quantity of sample to be collected is about 1 liter and shall be stored only in
approved airtight, clean container. Water samples should be tested as soon as possible after collection.
 Numbering of samples
The Contractor shall assign a reference number to each soil and water sample taken from the borehole.
this number shall be unique for that borehole and shall be in order of depth below ground level.
 Labeling of samples

All samples shall be clearly labeled indicating job number, borehole number sample number, date of
sampling, brief description of samples, type of sample, elevation of sample etc. and in case of
undisturbed samples, the top and bottom of samples shall also be clearly labeled. Each such label shall
be pasted on the container and shall also be included in the container.
 Transporting and storing of samples

The Contractor shall store properly all the samples at the site till they are transported to his laboratory
for testing. All rock cores and samplers with undisturbed soil samples shall be placed in order of their
occurrence in strong wooden boxes, suitably partitioned and provided with hinged wooden covers, so
that the samples are not damaged during transit by impact or improper handling. To minimize
disturbance during shipment samplers containing undisturbed soil samples shall be packed with wood
dust or similar other resilient material and as directed by the Employer or Employer's representative
The Contractor shall transport all samples to his testing laboratory as quickly as possible and test the
samples. Samples shall be transported by air, if the stipulated completion period so warrants. All
unused and excess samples after testing should be retained and safely stored by Contractor till three
months after the end of submission of the report.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 3 – Preliminary Works Page 3-10

d. Specific observations during boring


The observation to be made by the Contractor during boring shall include but not be limited to the
following:

 Sequence and thickness of different strata


Visual description of each stratum shall be provided.

 Ground water table


The depth at which ground water is struck during boring shall be carefully noted and the depth of water
table shall be ascertained subsequently in the complete borehole by daily observing the depth for the
next six to seven days. Depth of ground water shall also be observed in wells, if wells exist in the
vicinity.

 "Loss" or "Make" of drilling fluid


The "Loss" or "Make" of drilling fluid if observed during the boring shall be noted and brought to the
attention of the Employer or Employer's representative. Attempts shall be made to detect joints,
fissures, artisan conditions etc.

 Presence of lime, mica. etc.


The soil and rock samples shall be examined for presence of lime, mica etc. and shall be recorded, if
any. The Contractors rate for boring shall be deemed to include these and all other relevant
observations.

e. Submission of field logs


The Contractor shall submit or mail to the Employer as directed, two copies of the preliminary log of
each borehole as soon as the borehole is completed.

f. Field tests
 Standard penetration test (SPT)
Unless directed otherwise by the Employer or Employer's representative, the Contractor shall carry out
standard penetration test at 1.0 meter intervals and at every noticeable change of soil formation and as
per the procedure in IS/BS or ANSI. The finest test shall generally begin at 1.0m depth unless an
undisturbed sample is collected at that depth, and further test at 2.0m, 3.0m, 4.0 m, 5.0m , 6.0m, and so
on depths shall be done.
For conducting the test, the bottom of borehole shall be cleaned properly and the spoon shall be
properly and centrally seated in position in the borehole. The derive weight assembly shall consist of a
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 3 – Preliminary Works Page 3-11

driving head of 65kg weight with 75cm free fall. It shall be ensured that the energy of falling weight is
not reduced by friction between the drive weight and guides or between rope and winch drum.
Standard connecting rods shall be used.

The test shall be stopped (When the test is not conducted in weathered/Soft rock) when the total blow
count including seating drive reaches 120. The corresponding penetration shall be noted. If the total
penetration is more than the seating penetration of 15cm, a breakup of blow count for 15cm seating
penetration and for the remaining portion of penetration shall also be given

g. Excavation of trial pits


The Contractor shall excavate trial pits to the depth of 3.0 meters. Relevant tests specified in these pits
shall also be carried out. Whether specified or not, in every trial pit, including those excavated for
loading tests, tests by "Pocket Penetrometer" and by "Picket " shall be generously carried out at
different depths in different strata. Picket test shall be conducted in non-cohesive strata. In this test a
wooden picket of dimensions 5cm x 5cm in cross section, with a sharp point and about 70cm long shall
be pushed perpendicular to the surface of soil by a force of about 70kg and the penetration of the picket
shall be recorded. The test by pocket penetrometer shall be done in soils with cohesive touch and in
weathered rock.

h. Backfilling of boreholes and pits


The Contractor shall backfill the boreholes and pits. The borehole shall be back filled by
bentonite/mud-cement grout. The cement and bentonite/mud for the grout shall be in the ratio 1 to
cement and bentonite for the grout shall be in the ratio 1 to 1 by weight, and shall be made into a
slurry with no more water than is necessary for placing the slurry in the borehole. If there is
standing water in the borehole, grout shall be placed by tremie. The pit shall be backfilled with
proper ramming using the excavated material.

Laboratory tests
a. General

All the laboratory testing shall be performed by qualified and experienced personnel, familiar with and
having access to equipment and facilities for the accurate determination of data necessary for
requirements under this specification.

b. Independent laboratory

The Employer reserves the right to have the samples tested in an independent laboratory. If the
Contractor is directed to get the samples tested in an independent laboratory, he shall be paid only the
actual cost of such tests.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 3 – Preliminary Works Page 3-12

c. Program for testing

The Employer or Employer's representative will direct Contractor on samples to be tested and on type
of test to be conducted. The Employer or Employer's representative is not bound to furnish this
information at the beginning of the investigation itself but shall instruct the Contractor at appropriate
time during the course of the investigation. In case of clayed soil triaxial compression test on
undisturbed soil samples shall be carried out.
d. Standards for testing

The Contractor shall test the samples as per the relevant BS, ANSI or directed by the Employer.
e. Access to the laboratory

The Employer shall have the right of access to Contractor's Laboratory or other Laboratory where
tests have been arranged to be carried out during the progress of this investigation.
f. Submission test data and results

The Contractor shall submit when demanded by the Employer preliminary copy of the data and the
computed results tests he has conducted. However, the final report shall contain all the experimental
data and the results as stated below in Article 4.2.7.
Formal report
a. General

The Contractor shall submit his report in two separate volumes. Volume I shall be the main body of the
report containing geological history of the Site summarized test data, observations, conclusions and
recommendations. Volume II shall be in the form of appendix and shall contain actual field and
laboratory observations, calculations of test results, supporting calculations for the recommendations
made etc. Initially, the Contractor shall submit these volumes to the Employer in a draft form.
b. Route plan

A route plan showing location of all boreholes, trail pits, etc. shall be presented in the report.
c. Bore logs

A true cross-section of all boreholes, trial pits showing thickness, position and classification of each
soil stratum found between top surface and bottom of the hole shall be submitted. The various tests
conducted and recovered from every soil and rock stratum shall be clearly against that stratum.
A record in full of every trial pit or incomplete boring with appropriate explanations, shall be reported
in the same manner as the completed pits or boreholes.
d. Ground water

All available data on ground water conditions shall be presented separately and shall be identified by
borehole number and sampling dates and timing of observations, showing clearly the number of
observation made in a particular safe.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 3 – Preliminary Works Page 3-13

e. Test results

The recommendations shall be based on observations and test results and shall encompass theoretical
as well practical considerations for foundations for the types of structures envisaged. The Contractor
shall acquaint himself with the type of structures proposed.
Recommendations shall include but not be limited to the following:
- A brief geological description including that of faults, folds, etc. if any on the basis of
published literature.

- Seismic history including a brief description of previous earthquakes, giving time, period,
magnitude, ground acceleration, epicenter, damage done etc.

- Recommended type of foundations and safe/allowable bearing capacities.

- Possibility and extent of scour in river beds.

- Recommendation for class of concrete to be used for foundations vis-a-vis deleterious effect of
ground water/soil chemicals concrete and steel.

- Earth pressure coefficients that may be adopted.

- Any other relevant information and data.

- Technical services as and when called by the employer.

Payment
Payment for the contract item, Soil Test, will be made at the unit price bid i.e. as per no. of locations.
Therefore, in the schedule the unit bid price shall include full compensation for all costs incurred in
furnishing all materials, equipment, technical services, labor and other operations related to the scope
of work of soil test as specified before.
3. Measurement of Ground Resistance
The Contractor is required to perform ground resistance test at every support location. Method of
measurement, tools and instruments shall be submitted to the Employer for approval.
The measurement of ground resistance shall be performed at every meter depth from ground surface
to the specified depth or to maximum depth of sub-soil tests except where ground resistance value
of 10 ohms or less is obtained at any adjacent levels, no further measurement is required.
The Contractor may use drilling rod(s) of sub-soil test equipment during performing the sub-soil
test as earth electrodes for measuring the ground resistance.
The Contractor shall recommend the type of earth electrodes in accordance with the results of
ground resistance obtained. Selection of earth electrode type shall be suitable for each structure and
its particular site conditions. The data obtained shall be prepared in an approved form and submitted
to the Employer.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 3 – Preliminary Works Page 3-14

Payment
Payment for the contract item measurement of ground resistance will be made at the unit price bid.
Therefore in the schedule the unit bid price shall include full compensation for all cost incurred in
furnishing all equipment and labor related to "Measurement of Ground Resistance".

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-1

CHAPTER-4
TRANSMISSION LINE TOWERS
1. General
The scope of work comprises of Design, prototype testing, Supply and erection of self-supporting steel
lattice double circuit towers for 20 km long 132 kV transmission line from Dhalkebar to Loharpatti.
The towers shall be self-supporting, hot dip galvanized, latticed steel type & designed to carry the
line conductors with necessary insulators, shield wires and all fittings under all loading conditions.
Outline diagram of double circuit towers are enclosed with the Specification. Please refer to
drawing attached.
2. Design Spans
The design shall provide for basic, wind and weight spans given in Schedule A.4. of Chapter 10.
The term basic span shall mean the horizontal distance between centers of the adjacent towers on
ground level.
The term wind span shall mean half the sum of adjacent horizontal spans lengths supported on any
one support.
The term weight span shall mean the equivalent length of the weight of conductor supported at any
one support at maximum temperature in still air.
3. Conductor and OPGW Clearances
For all supports the clearances from conductors, arc horns, jumper loops and all live metal to the
structure or grounded steel work shall not be less than those specified in Schedule A.3. of Chapter
10. Where uplift condition occurs at tension tower positions, details should be provided to show that
the above requirements are not infringed.
The length of angle structure cross-arm shall be such as to ensure that the distances between
conductors from straight-line structures are maintained in plain normal conductors.
For 132 kV towers carrying deviation angles up to 30° cross arms shall generally be so proportioned
that live metal clearances of 1600 mm are maintained under all conditions without the use of jumper
suspension insulators. Jumper suspension insulator strings must be used on tension structures with
deviation angle of 30° or more. However, for tension structures with deviation angle below 30°,
suspension insulator strings should be used on locations where sufficient clearance of the jumpers is
not available with the structure without any additional cost to the Employer.
Sr. No Type of insulator Swing in Min. live metal
string deg. clearance in mm
Altitude upto (+)1000m
1 Single suspension Nil 1530
insulator string 15 1530
30 1370
45 1220
60 1070
2 Jumper( without Nil 1530

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-2

Sr. No Type of insulator Swing in Min. live metal


string deg. clearance in mm
Altitude upto (+)1000m
Pilot String ) 10 1530
20 1220
30 1070

The minimum ground clearances from the bottom conductor shall not be less than for the following
Altitudes at the maximum Sag conditions i.e. at max. temperature and still air:
 7100mm upto Altitude (+)1000m,
However, to achieve the above clearance the height of tower has been increased in the following
manner:
a) An allowance of 500 mm shall be provided to account for errors in stringing.
b) Conductor creep shall be compensated by over tensioning the conductor at temperature of
o
21 C lower than the stringing temperature for ACSR Cardinal.
Further, the tension for the earth wires and power conductors shall be so co-ordinated that the sag of
earth wire shall be at least 20% less than that of power conductors under all temperature loading
conditions.
The phase distance: the minimum distance between testing point at insulators shall set as per
standard practice at IEC or any other standards. Allowance shall be made for increasing or
decreasing the length and varying the arrangement of all terminal tower cross arms to enable span
connections to be made in any desire phase sequence.
Where obstructions of other types are met requiring special clearance, the clearance shall be
approved by the Employer. If any factors likely to cause infringement of clearance become apparent
the Contractor shall inform the Employer immediately.
Clearance between phases: The distance between conductors belonging to different circuits shall be
1.20 times the distance belonging to the same circuit. However, the distance shall not be less than
3.0 m.
4. Extensions

The towers for ACSR Cardinal Conductor lines shall be designed for adding +3m, +6m, +9m body
extensions for maintaining adequate ground clearance without reducing the specified factor of
safety in any manner. All above extension provisions to normal towers shall be treated as part of
normal tower only.
In order to expedite the project and to reduce leveling, grading and protection works in undulating
terrain leg extension of some towers may be required subjected to the approval of Employer.
Payment for these leg extensions will be done on weight basis based on unit rate quoted by the
bidder.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-3

5. Tower Design

5.1 Design Requirement


Towers shall be self-supporting type of vertical configuration and are designated as suspension
towers, tension towers, transposition towers and special towers. The requirement of transposition
and special towers shall be assessed after finalization of the detailed survey, profiles etc. The
proposed Double circuit suspension towers shall be provided with single suspension string single
conductor and jumper pilot string and double suspension string of EMS rating as given in relevant
clause.
The details of ACSR CARDIAL Conductor, OPGW Earthwire and Insulators are as shown in the
Section 10 Schedule A.10 & Schedule A.11 respectively. The minimum ground clearance and
height of bottom conductor, wind spans & weight span are as indicated in the Section 10 Schedule
A.3 & Schedule A.4.
In case of certain locations where actual spotting spans exceed the design spans, cross arms and
certain members of towers are required to be modified / reinforced, the bidder shall submit the
proposal to Employer for approval for reinforcement. The contractor shall also design a special
tower for LILO of one circuit at another substation.
5.2 Base Width of the Towers
In view of the restricted ROW of 18m narrow based towers are conceived for this Transmission
Line so as to minimize the total cost of towers, foundations, benching, rock cutting/ revetment
works, The base width of narrow based towers shall be fixed on techno-economic considerations as
well to expedite the execution of project. The recommended base widths for different Towers (i.e.
Centre to centre distance between tower legs at the point of connection between legs & chimney for
normal ±0m body extension shall be as follows:

Type of
towers Upto Altitude (+)1000m
Minimum Maximum
Values Values
(meter) (meter)
DA 5.4 6.0
DB 6.2 7.0
DC 7.2 8.0
DD/DE 8.2 9.0

As substantial portion of Transmission Line traverses through hilly area, the maximum and
minimum weight span under Normal Condition and Broken Wire Condition for Angle Towers shall
be based as per CBIP Publication No 323 Tower Manual.
5.3 Sag Tension
The sag tension calculation for conductor and earth wire shall be made in accordance with the
relevant provision of IS 5613 (Part-2/Sec-I) -1985 of the following load conditions. Appropriate

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-4

drag co-efficient and gust response factors (Corresponding to Terrain Cat-II) shall be considered for
accounting the wind pressure.
Ref. Cl.No. 10.3 of IS802 Towers upto + 1000m attitude
(DA1, DB1, DC1, DD1/DE1)

Condition I Condition Tempe Wind Ice


( Every day Temperature rature Load Load
+ 100% Wind load) 0 32° 100% Nil
(full)
Condition II Condition Tempe Wind Ice
( Minimum Temperature rature Load Load
+ 36% Wind load) 0 5° 36% Nil
(full)
Condition III
(Temperature + Wind
load +Ice Load)
Refer Cl No-6.1 ice loads
CBIP Publication No-323
Tower Manual

In addition all the standard conditions for Sag Tension calculation as per IS 802 and CBIP Manual
shall be considered as per good Industries practice.
5.4 Preliminary design
The preliminary design of the towers including suspension and tension tower design shall be
prepared at the start of the project which shall be sound in engineering and economical in design.
The preliminary design shall consist of all the necessary item/ components required to complete the
tower to be erected. This preliminary design shall be presented to the Employer with the line
diagram for approval. Necessary changes, as per Employer shall be incorporated to the design by
the Contractor if necessary, without additional financial implication, and should not affect the
period of completion of the project.
The line diagram which is approved by the Employer shall be released for detailed design and for
preparation of shop drawing. This approval in any way does not make the Contractor free from its
obligation to the safety of the structure Tower Loadings.
5.5 Wind Load

The Transmission line is traversing in wind Zone: 4 as per IS 802 and the corresponding wind
velocity is 47 m/s. This wind speed is applicable upto height of 10m at every day temperature of 32
deg C corresponding to 3 second peak gust wind. As this transmission line is traversing plain

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-5

terrain, terrain roughness factor, K2 =1.08, corresponding to terrain Cat-I shall be adopted.
However the Gust Response factors corresponding to Terrain –II for conductors, earthwire, Tower
and Insulator shall be adopted for accounting the wind pressure.
The above base wind speeds shall be applicable for Double circuit towers. The corresponding
Design Wind Pressure on towers, conductors and insulators shall be obtained from the relation
Pd=0.6V2 as follows:

 Reliability Level 1 (50 yrs return period)


 Risk Co-efficient (k1) 1.00
 Terrain Roughness Co-efficient (K2) 1.08
 (but Gust factors corresponding to terrain category –II shall be considered for
conductors/earthwire, Tower and Insulator for arriving the wind load )
 Design Wind Speed (Vd) 47 m /sec

5.6 Seismic Consideration


The design of towers and foundations shall be checked for seismic forces under no wind conditions
and coefficient of seismic load as per IS: 1893 and check their criticality considering minimum
seismic Load magnitude of 0.36g vis-à-vis wind load designs.

5.7 Lightning Consideration


To protect the line and towers against lightning, the angle of shield for 132kV double circuit towers
shall be 300.
5.8 Selection of Type of Towers

Type of Deviation Typical Use


Tower Limit
DA 0 deg – 2 deg a) To be used on straight runs and upto 20 line
DB 2 deg - 15 deg a) deviation
Small Angle tower with tension insulator
string. To be used for line deviation from 0 to
15 degree
b) To be used as transposition of transmission
line.
a) Medium angle tower with tension insulator
DC 15deg - 30 deg string. To be used for line deviation from 15
to 30 degree

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-6

Type of Deviation Typical Use


Tower Limit
30 deg - 60 deg a) Large Angle and Dead End Tower with
DD and Tension Insulator string. To be used for line

DE1/DE2 deviation from 30 to 60 degree


b) Complete dead end.
c) Dead end with 0 deg to 15 deg deviation both
on line and substation side (slack span)

6. Loads on Towers
Loads shall be computed for the following considerations as per IS: 802 (Part I/ Sec1): latest &
CBIP publication No: 323, Manual on Transmission Lines and technical specification

i) Classification of Loads

- Climatic Loads under Normal Condition (Reliability)


- Failure Containment Loads ( Security Requirements )
- Construction and Maintenance Loads (Safety Requirements)

ii) Computation of Loads

- Transverse Loads comprising Reliability requirements, security requirements and


safety requirement
- Vertical Loads comprising Reliability requirements, security requirements and safety
requirement
- Longitudinal Loads comprising Reliability requirements, security requirements and
safety requirement

iii) Wind Load on Tower


The wind load on towers shall be worked out by dividing the tower into different panels duly
considering appropriate drag coefficient and gust response factors.

iv) Wind Load on Conductor/Ground Wire


The wind load on conductors and ground wire corresponding to wind loads at 100% design wind
pressure at every day temperatureor 36% wind pressure at minimum temperature shall be worked
out on each Line conductor and ground wire considering the average height of conductor/ground
wire up to clamping point on tower less 2/3 of conductor/ground wire sag at minimum temp and Nil
wind pressure.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-7

v) Wind Load on Insulator Strings


Wind load on insulator Strings corresponding to wind loads at 100% design wind pressure at every
day temperature or 36% wind pressure at minimum temperature shall be determined from the
attachment point to the centre line of the conductor in case of suspension towers and up to the end
of clamp in case of tension towers in the direction of the wind for design wind pressure. 100% of
the area in case of polymer insulator shall be adopted for working out the projected area of insulator
string.

6.1 Loading Conditions


- Reliability Conditions
 Transverse Loads
 Vertical Loads
 Longitudinal Loads

- Security Conditions

 Transverse Loads
 Vertical Loads
 Longitudinal Loads
 Narrow front wind load ( for Suspension Towers only DA1, DA2)

- Safety Conditions

 Transverse Loads
 Vertical Loads
 Longitudinal Loads

6.2 Specific Details of Loading under Safety Conditions


 Transverse Loads

i) Wind loads to be considered as Nil


ii) Mechanical tension at 32°C and Nil wind on account of line deviation shall be
considered under Normal and Broken Wire Conditions

 Vertical Loads
i) Load of 150kg to be considered acting at each cross-arm as a provision for weight of
lineman with tools
ii) Load of 350kg to be considered acting at the tip of Cross-arms
iii) Erection load of 1000kg at each lifting point located a distance of 600mm from tip of
cross-arm
iv) All bracing and redundant members of the towers which are horizontal or inclined up
to 15˚ from horizontal shall be designed to with stand an ultimate vertica l loads of
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 4 – Transmission Line Towers Page 4-8

150kg considered acting at centre independent of all other loads


v) Loads due to weight of conductors / ground wire based on design weight span,
weight of insulator strings and accessories. For broken wire condition where the load
due to due to weight of conductor/ ground wire shall be considered as 60% of weight
span.
vi) Self weight of tower structure upto point / level under consideration

 Longitudinal Loads
These loads shall be taken as under

i) For normal conditions – These loads for dead end towers shall be considered as
corresponding to mechanical tension of conductor / ground wire at everyday temperature
and no wind.
ii) For broken wire conditions
a) Suspension Towers – Longitudinal load per conductor and ground wire shall
be considered as 1000kg and 500kg respectively.
b) Tension Towers - Longitudinal load equal to twice the sagging tension
(sagging tension shall be taken as 50 percent of tension at everyday
temperature and no wind) for wires under stringing and 1.5 times the
sagging tension for all intact wires (stringing completed).
c)
6.3 Broken wire criteria
Broken wire conditions as applicable to double circuit towers during the design of towers:

 Suspension Tower ( 0 0 - 20 ) ( DA)


Any two phases broken on the same side and same span or anyone phase and one ground wire
broken on the same side and same span whichever combination is more stringent for a particular
member.

 Small (0 0 -150) and Medium angle tension towers (150 -- 300) ( DB, DC)
Any two phases broken on the same side and same span or anyone phase and one ground wire
broken on the same side and same span whichever combination is more stringent for a particular
member.

 Large angle tension towers (300-600) and dead end towers ( DD, DE)
Any three phase broken on the same side and same span or any two phases and one ground wire
broken on the same side and same span whichever combination is more stringent for a particular
member.
6.4 Anti-cascading checks
All Tension towers shall be checked for anti-cascading/sectional considerations with all conductors
and ground wire intact only on one side of the tower

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-9

 Transverse Loads
These loads shall be taken under NIL wind condition.

 Vertical Loads
These loads shall be the sum of weight of conductor/ground wire as per weight span of intact
conductor/ground wire, weight of insulator strings and accessories.

 Longitudinal Load
These loads shall be pull of conductor/ground wire at everyday temperature and NIL wind applied
simultaneously at all points on one side with zero degree line deviation

6.5 Tension Limits


Line Conductor/ground wire tension at everyday temperature and without external load, should not
exceed the following percentage of the ultimate tensile strength of the conductor:

o Initial unloaded tension 35%


o The final unloaded tension of conductors at every day temperature for Transmission line
shall not exceed 22% of UTS of conductor and 20% of UTS of ground wire

Provided that the ultimate tension under everyday temperature and 100% design wind pressure, or
minimum temperature and 36% design wind pressure does not exceed 50% of the ultimate tensile
strength of the conductor/ground wire.

6.6 Strength Factors Related to Quality


The reduction in strength due to dimensional tolerance of the structural sections and yield strength
of steel used, the following strength factors shall be considered:

i. If steel with minimum guaranteed yield strength is used for fabrication of tower, the
estimated loads shall be increased by a factor of 1.02.
ii. If steel with minimum guaranteed yield strength is not used for fabrication of tower, the
estimated loads shall be increased by a factor of 1.05. In addition to the provision (i) above.

6.7 Details of Structural Steel


Details of structural steel
a) Steel quality IS:2062, BS:4360
2
1. Minimum guaranteed yield stress (kg/cm )
MS 2600
HT 3600

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-10

Details of structural steel


2. Maximum allowable stress (kg/cm2) for tension
members (on net area) MS 2600
HT 3600
3. For compression member (on gross area)
MS As per IS:802
HT As per IS:802
b) Details of nuts & bolts
1. Shear stress on shank of class 5.6 bolts (kg/cm2) 3160
2. Bearing stress on shank of class 5.6bolts (kg/cm2)
MS 4440
HT ,6322

3. Tension on net area of the thread (kg/mm2) Class 5.6 2590

6.8 Slenderness Ratio L/R


The Slenderness ratio (L/R) {Ratio of maximum un-braced or unsupported length (L) to the least
radius of gyration (R)} of a member shall not exceed:

a. For Compression Members


Leg members, ground wire peak and cross arm chord members: 120
Bracing and other member having calculated stress : 200
Redundant or Secondary members without calculated stress: 250

In determining the slenderness ratios for various members’ suitable provisions shall be taken into
consideration for various types of end connections, eccentricity of load transfer in the
memberseffective length of members as per the CBIP Manual guideline Annexure-12 and 13.

b. For Tension Members


All tension Members : 400
6.9 Miscellaneous Design Criteria
a) Redundant Members
Redundant members, if placed at an angle less than 150, are required to be checked to withstand
bending also due to mid-point concentrated load of 150kg independent of other loads

b) Bolted Joint
In case where the bolt and structural member are of different materials, the lowest of the ultimate
strength of bolt and structural member governs the breaking strength of the joint.
c) Framing

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-11

The angle between any two members common to a joint of a trussed frame shall preferably be
greater than 200 and never less than 150 due to un-certainty of stress distribution between two
closely spaced members.
d) Gusset Plates
Minimum thickness of gusset shall be 2mm more than the lattice it connects only in case when the
lattice is directly connected on the gusset outside the leg member. In no case gusset shall be less
than 5mm in thickness
e) Minimum Thickness of Members
Leg Members : 5mm
Other Members : 4mm
f) Minimum size of Members : ISA 45x45x4mm
g) Minimum Width of Flange
Minimum flange widths for bolts of different diameter are given as under:

Bolt Dia (mm) 16 20 24


Flange Width (mm) 45 50 60
Thickness of spring washers 3.5 4.0 4.5
(mm)

The Loading trees for Reliability , Security , Safety conditions of all towers shall be prepared and
ensure the proposed tower geometry satisfying all essential electrical clearances before design
of the tower.
The unsupported length of stub between chimney and the last bracing connection to the leg should
also be checked for combined direct and bending stresses and an additional cleat of required
suitable size be provided . The supporting calculations shall also be provided. The design of stub
& foundation cleats shall be designed as per the CBIP manual & ASCE 10-97, ASCE-52 .
The structural assembly drawing should be prepared according to IS 696 and IS 962. The drawing
shall show the complete design dimensions, member length, slope factors or triangles, section sizes,
bend lines, gauge lines, diameter, length and number of bolts, spacers, washers, sizes of gusset
plates, position of holes etc., and relative location of various members.
Sufficient number of elevation, cross section and plan view should be presented to clearly indicate
the details of joints and arrangement of members.
All members should be clearly shown and respective identification mark allotted to each member.
The drawing should be drawn to scale large enough to convey the information adequately.
All connection should be detailed to minimize eccentricity of connections. Due consideration
should be given to the additional stresses introduced in the member on account of eccentricity of
connection.
Dimension of all members and on a member the distances such as hole – to – hole, length, gauge
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 4 – Transmission Line Towers Page 4-12

distance etc., should be given in full integers and not in decimals.


6.10 Construction of Tower Steel work
All designs shall be such that no trouble shall arise in service from vibration or excessive deflection
due to the use of too light a section. The height of standard towers (+/- 0 body & +/- 0 legs) from
ground level to the bottom cross arm shall be 19m for DA and 17m for all other type towers.
Bolt holes shall not be more than 1.5 mm larger in diameter than the corresponding bolt diameter.
The distance from the center of bolt holes to the edge of any steel section shall not be less than 1.5
times the diameter of the bolt.
All tower member joints or joints between prefabricated panels to be made at Site shall be secured
with bolts, nuts and washers. As far as conveniently possible, bolt heads, rather than nuts, shall be
on the outer or upper faces of support joints.
Structure cross-arms shall be so arranged that they can be disconnected from the body without
disturbing main structure body members.
The conductor landing points on cross-arms shall be so arranged that an additional hole for the
attachment of conductor erection and maintenance tackle is provided adjacent to each hole for
tension shackles. It shall be possible to apply full conductor tension and weight safely to these
additional attachment points.
Mild steel when stored in the fabricators stockyard prior to fabrication and galvanizing shall be
marked continuously throughout its length with a light blue water paint line. In addition the grade
number of the steel shall be painted on and ringed around with paint.
Members that are capable of being fitted in more than one position on the structure shall all be of
the grade of steel suitable for the most onerous loading conditions.
6.10.1 Anti-climbing device
At a height of at least 3m from floor or normal ground level (whichever is the higher) an adjustable
anti-climbing frame shall be fitted to all faces of each tower.
The device for tower shall also prevent climbing access inside the structure body.
At each climbing leg a suitable gate shall be provided to allow access by the Employers
maintenance staff.
6.10.2 Step-bolts
Two diagonally opposite legs of all structures shall be equipped with galvanized step bolts (M16 x
160mm) confirming IS:10238 on the leg at intervals not exceeding 380mm commencing
immediately above the anti-climb device and extending to within one meter of OPGW. Step-bolt
design shall be to the approval of the Employer or the Employer's Representative. Holes for
removable step-bolts below the anti-climbing device shall be provided at no more than 380mm
centers on the legs to which the permanent step-bolts are fitted.
6.10.3 Workmanship
All work shall be in accordance with the best modern practice in the manufacture and fabrication of
materials covered by this specification. The Contractor shall be responsible for the correct fitting of
all parts, shall replace free of cost any defective material discovered during erection and pay all
costs of field corrections for such replacement. All parts of the structure shall be neatly finished and
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 4 – Transmission Line Towers Page 4-13

free from kinks, twists or bends. All holes shall be made with sharp tools and shall be clean cut
without torn or ragged edge. The fabrication shall be in strict accordance with the shop drawings
prepared by the Contractor and approved by the Employer or the Employer's Representative.
Structural materials shall be straight and cleaned of all rust and dirt before laid out or worked in any
manner. Shearing and cutting shall be performed carefully. Manually guided cutting torches shall
not be used.
All bolt holes in steel members shall be punched, sub-punched, reamed or drilled before
galvanizing. Holes shall be drilled instead of being punched if the thickness of the metal exceeds the
diameter of the hole. All holes shall be clean-cut and without torn or ragged edges. All holes shall
be cylindrical and perpendicular to the member.
The diameter of the finished bolt hole shall not be greater than the normal diameter of the bolt plus
1.5mm. Plugging, welding or slotting of mispunched, misreamed or misdrilled holes will not be
permitted. The holes shall be located accurately so that when the members are in position the holes
will be lined up before being bolted.
6.10.4 Member fabrication-galvanising
All galvanizing shall be carried out by the hot dip process and shall conform in all respects with BS
729.
All surface defects in the steel including cracks surface laminations, laps and folds shall be removed
in accordance with BS 4360/IS 2629/ IS 209/IS2633. All drilling, cutting, welding, forming and
final, fabricationsof unit members and assemblies shall be completed before the structures are
galvanised. The surface of the steelwork to be galvanised shall be free from welding slag, paint, oil,
grease and similar contaminants.
The preparation for galvanising and the galvanising itself shall not distort or adversely affect the
mechanical properties of the material.
For all parts other than steel wires the coating shall consist of at least 610 grams of zinc per square
meter of surface and be not less than 0.086mm in thickness for steel members thickness equals to or
more than 5mm.
At least 460 grams of zinc per square meter and 0.065mm for thickness of members less than 5mm.
On removal from the galvanising bath the resultant coating shall be smooth continuous free from
gross surface imperfections such as bare, spits, lumps, blisters and inclusions of flux, ash or dross.
During off loading and erection of supports the use of nylon or braided slings shall be used.
Galvanized steel work which is to be stored in the works or on site shall be stacked so as to provide
adequate ventilation to all surfaces to avoid wet storage staining.
Small areas of the galvanized coating damaged in any way shall be restored in accordance with the
requirements of item 1.7 of General technical specifications.
Tests on samples shall be carried out to BS 729/IS 4759/IS6745/IS14394.
6.10.5 Bolts and nuts
No bolt of diameter less than 16mm shall be used. No screwed threads shall form part of shearing
plane between members.
When in position all bolts or screwed rods shall project through the corresponding nuts by at least
one full thread but such projection shall not exceed 10mm.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-14

Bolts shall be galvanized after thread cutting to the same specified coating weight as specified in
BS 729/IS1367/IS1368/IS12427 /IS14394
Spring washers shall confirm to IS3063 and pack & plain washers confirm IS6821.
Nuts and heads of all bolts shall be hexagonal.
All bolts, nuts and washers shall be hot dip galvanised and subsequently centrifuged (according to
BS 729). Nuts shall be tapped after galvanising and the threads oiled to permit the nuts to be finger
turned on the bolt for the full depth of the nut.
All bolts supplied for this contract will be provided with one nut and one spring washer of approved
design. Taper washers and packers are to be fitted where necessary.
After fixing, bolt heads, washers and nuts shall receive two coats of zinc rich paint. Only one type
of bolt for the whole project, either mild steel or high tension steel will be permitted in order to
prevent inadvertent misuse. The Contractor shall state clearly which type of bolt his designs are
based upon.
The Contractor will instruct his supplier to select two samples of each type of bolt and nut to be
used on the Contract and send these samples to the Employer or the Employer's Representative for
approval within one month of the date of issuing the order. The Employer or the Employer's
Representative will then reject bolt consignments, which in his opinion fall in any respect below the
standard of samples submitted and approved.
6.10.6 Aeronautical Sign on Steel Towers

The Contractor shall paint the steel towers in the vicinity of airports or aviation route in accordance
with the following stipulations:
Painting of steel towers shall be applied on all surfaces of steel members after erection works have
been completed. No painting shall be done in cold, damp, foggy or dusty atmospheres or started
when the weather forecast indicates such conditions for the day. Prior to painting, the Contractor
shall submit a painting plan including the quality of paint and the division of painting for the
approval of the Employer.
The color of the paint shall be yellowish-red and white alternately in strips from the top of the
tower. Painting shall be applied in four coats including prime coat. The primer paint shall be zinc
dust-zinc oxide/ metal primer.
6.10.7 Bird Guards

To prevent birds perching immediately above the suspension insulator string of suspension and/ or
tension towers and fouling the same with dropping, suitable bird guards shall be provided at cross
arm tips of all suspension towers. The bird guard arrangement shall be such that it shall either
prevent bird from perching in position where they are liable to cause the damages or ensure that if
birds do perch, dropping will fall clear of the insulator string.

6.10.8 Payment for Line Tower

Payment for the contract item, "Line tower" including any required painting, will be made at the
unit bid price per tower type bid. For supply, the tower is divided into Basic body and Body
extension. For Erection the unit price shall include all cost incurred in transportation and erection of
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 4 – Transmission Line Towers Page 4-15

a complete tower. Therefore, in the Price Schedule, the unit bid price shall include full
compensation for all the costs incurred in furnishing all materials, equipment, labors and all other
operational related to tower design, fabrication delivery etc. as specified.
6.11 Tower Earthing

6.11.1 General

In addition to the mechanical OPGW termination requirement, all steel towers shall be fitted with
separate earth bonds for OPGW continuity and the Contractor shall provide all necessary
connecting facilities.
All the four legs of the tower shall be connected to the earth through electrode as shown in attached
Drawing.
The footing resistance shall be measured by the Contractor and approved by the Employer or the
Employer's Representative for every tower prior to the stringing of the OPGW. The maximum
footing resistance to the general mass of earth shall be 10 Ohms.
Steel towers need not be fitted with a separate earth bond and earthing continuity throughout the
support will therefore depend upon surface contact between members.
All towers shall be provided with means for connecting an additional earthing device as required by
the Employer or the Employer's Representative. Holes are to be provided in all supports near
ground level to take bolts for earth lead connections.
All legs of every tower shall be equipped with galvanized steel wire and cast into the foundation
concrete to be readily available for the connection of additional earth electrodes in the event of the
initial footing resistance exceeding 10 ohms. Bidder's rates for the structures shall include for such
additional works.
Galvanized steel rods shall be driven where necessary in sufficient number to ensure the combined
structure footing and earth electrode resistance does not exceed 10 Ohms. Where it is necessary to
drive more than one earth electrode at any support, the locations shall be to the approval of the
Employer or the Employer's Representative. All earth electrodes shall be electrically bonded
together using galvanized steel wire.
The tops of all electrodes shall be at least 500 mm below the surface of the normal reinstated
ground level.
Connection of earth wires to the structure stub-angles shall be by bolting. Bidders shall submit
details of their proposals in this regard.
6.11.2 Payment for Grounding Materials
Payment for grounding materials shall be made at the unit price bid. Therefore, in the Price
Schedule, the unit bid price shall include full compensation for all the costs incurred in furnishing
all materials, equipment, labors and other operational related to the scope of work of earthing as
specified. Each set shall mean one complete set for each tower footing.
6.12 Danger, Phase and Number Plate

6.12.1 General Requirement

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-16

All structures shall be equipped with a suitable framework mounted immediately above the
anti-climb device level, to accommodate a danger plate and support- number plate in a conspicuous
position. One plate is to be supplied for every tower, except for phase identification plates, which
shall be supplied for angle towers only.
All terminal structures shall be equipped with additional frameworks, mounted immediately above
the anti-climb device level, to accommodate a set of three phase color plates.
All plates shall be affixed to the framework by means of galvanized bolts, nuts and lockouts.
Washers should be of such material and so positioned that damage to the enamel will be prevented.
The height for fixing these accessories shall not be more than 4.5m above the ground level. The
corners of the number, danger & circuit plate shall be rounded off to remove sharp edges. All plates
shall be manufactured from mild steel sheet with vitreous enameled finish. The letters figures and
the conventional skull and bones of danger plates shall conform to IS:2551-1963 and shall be in a
signal red on the front of the plate. A detail drawing for such plates shall be prepared by Contractor
subject to the Employer's approval.
Line color-coded vitreous enamel identification plates should be fitted to the climbing legs of every
structure in accordance with line color code scheme to be supplied to the successful Bidder. Each
plate shall be approximately 70mm wide and shall be applied one immediately below the anti-climb
device, one halfway up the towers and one immediately below the lowest crossarm.
6.12.2 Payment for Plates
Payment for danger, phase and number plates shall be made at the unit price bid. Therefore, in the
Price Schedule, the unit bid price shall include full compensation for all the costs incurred in
furnishing all materials, equipment, labors and other operational related to the scope of work as
specified.
6.13 Final Design and Design Drawing

The detailed design shall be prepared in line with the approved line diagram, which shall be
submitted to the Employer required number of copies.
The tower accessories drawings like name plate, danger plate, phase plate, anti-climbing device,
step bolt, D-shackle etc. shall also be prepared by the Contractor and shall be submitted to the
Employer required number of copies along with the soft copies in CD. These drawings shall be
prepared in A4 size sheet only.
Once the design is approved, the approved design drawing shall be submitted to Employer in four
copies, along with one soft copy. The overall responsibility of fabricating tower for its correctness
lies with the Bidder only, and should ensure that all the tower members can be fitted without any
undue strain on them.
6.13.1 Shop drawing

The shop drawings shall be prepared based on the approved design drawing. Shop drawing should
contain complete information necessary for fabrication of the component parts of the structure.
These drawings should clearly show the member size, length and marks, hole positions, gauge lines,
bend lines, edge distances, amount of chipping and notching etc.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-17

For gusset fabrication, separate individual item wise template can be made to facilitate gusset
fabrication as well as inspection. In case of member to be bent, shop drawing should indicate the
provision for variation in length. At the design/ drawing stage itself, drawing should indicate that
the degree of bend given in any member such that neither flange width nor thickness shall vary
beyond permissible limits.
Items requiring steep bending may be cut and welded as per approved welding procedure.
At the time of proto stage/ tower testing itself specific bend gauge and template to locate the holes
after bending must be established for the items to be bent.
6.13.2 Bill of Material

Bill of material for each type of tower and extensions required should be prepared separately. This
should indicate grade of steel ( like high tensile steel , mild steel etc.), mark numbers, section sizes,
member’s lengths, their calculated weights, type & number of bolts, nuts and washer and their sizes,
total quantities and structural drawing members.

Marking
Each individual member shall have an erection mark conforming to the component number given to
it in the fabrication drawings. This mark shall be made with marking dies of 16 mm size before
galvanizing and shall be legible after galvanizing.

A-BB-CC-DDD

A = NEA’s code assigned to the Bidder –Alphabet


BB = Bidder’s Mark-Numerical
CC = Tower type-Alphabet
DDD = Number mark to be assigned by Bidder-Numerical.
HT = High Tensile steel
6.13.3 Shop Erection/Proto type Tower Assembly

Steel work should be temporarily erected in horizontal or vertical so that accuracy of the member
can be checked before testing the towers or commencing mass fabrication as applicable. The proto
assembly is done on the basis of approved structural shop drawings of towers, all body extensions,
stubs & templates for all types of towers.
6.14 Testing of Towers

6.14.1 General
Testing of tower generally serves as guide to good tower design and therefore shall not be
considered as requisite proof test for all towers. The test shall be conducted on full scale prototype
galvanized tower as per the approved loading schedules and rigging diagram. The members
constituting the prototype shall be of same grade of steel as specified in the design and fabrication

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-18

shall conform to the provision stipulated in IS 802 (Part – II). The tower shall be tested on rigid
foundation.
The test tower shall successfully withstand the ultimate loads specified for various conditions.
6.14.2 Leg Anchorage

The tower shall be erected vertically on rigid foundation with as much unbraced portion of the stub
protruding above ground level as provided in the drawing.
6.14.3 Calibration of Measuring Instruments

All measuring instruments shall be calibrated in a systemic manner with the help of standard
weights. The calibration shall, before commencing the test on each tower, be done upto the
maximum anticipated load to be applied during testing. Calibration curves for the instrument to be
used during testing shall be drawn by the testing authorities and the test loads shall be suitably
corrected with the help of these curves.
Calibration of load cells shall be done with Universal Testing Machine (UTM) or by using standard
weights. The UTM in turn shall be calibrated once in every six months or periodically as per advice
of the supplier of UTM.
6.14.4 Types of Tests

o Bolt-Slip Test
o Load Tests

 Reliability Condition (Normal Condition)


 Security and Safety Conditions as well as Anti-Cascade Conditions
 Broken Wire Condition

o Destruction Test including Material test after Destruction Test


6.14.5 Method of Load Application

Load shall be applied according to approved rigging diagram through normal wire attachments,
angles, or bent [plates. U bolt/ D shackle or swinging brackets (hangers) may be used in the test
tower if desired by theEmployer, provided that satisfactory and safe rigging is attained.
The various type of loads, transverse, vertical and longitudinal shall be applied in such a way that
there is no impact loading on the tower due to jerk from the winches.
Loading cases (values, direction and points of application of loads) shall be determined by the
Bidder and get approved form the Employer before applying to the test towers.
6.14.6 Loads and Deflection Measurement

All loads shall be measured through a suitable arrangement of strain devices or by using weights.
Positioning of strain devices shall be such that the effect of pulley friction is eliminated. In case the

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-19

pulley friction cannot be avoided the same shall be measured by means of standard weight and
accounted for in the test loads.
Tower deflection under loads shall be measured by suitable procedure at the top cross arm level on
the front side of the transverse and longitudinal faces or front and rear side of the transverse faces.
Deflection reading shall be recorded for the 'before load', ' load on' and 'load off' conditions.

6.14.7 Testing Procedure

Bolt slip test – In bolt slip test, the test loads upto 50% of Ultimate Normal Condition (Reliability
Condition) Loads are gradually applied and kept constant for 1 minute at these loads and then the
loads are released gradually.
The initial and final reading on the scale before application and after the release of loads
respectively shall be taken with the help of theodolite. The difference between these readings gives
the value of the bolt slip.
Normal load/ broken wire load tests – All loads shall be applied gradually upto the ultimate design
loads in the following steps and shall be released in the similar manner:
 25%
 50%
 75%
 90%
 95%
 100%
6.14.8 Observation Periods
Under normal and broken wire load tests, the tower shall be kept under observation for sign of
failure for one minute (excluding the time for adjustment of loads) for all intermediate steps of
loading upto and including 95 % of ultimate design loads.
For normal as well as broken wire tests, the tower shall be kept under observation for five minutes
after it is loaded upto 100 percent ultimate loads.
While the loading operations are in progress, the tower shall be constantly watched, and is it shows
any tendency of failure anywhere, the loading shall be immediately stopped, released and then the
entire tower shall be inspected. The reloading shall be started only after the corrective measures are
taken.
6.14.9 Recording
The deflection of the tower shall be recorded at each intermediate and final stage of normal loads/
broken wire load test by means of a theodolite and graduated scale.
6.14.10Destruction Test
If the Employer desired so, destruction test for the tower shall be carried out.
Destruction test shall be carried out under normal condition or broken wire condition as agreed
between the Employer and the Bidder.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-20

All the provision of the specification and IS 802 for normal broken wire conditions shall be
applicable to destruction tests of Double circuit towers during the design of towers.

6.15 Material Quality Control


Various grade of steel used in tower, details of sections, bolts and nuts and other accessories need a
detailed scrutiny and quality control procedure before being processed for fabrication, assembly etc.
All structural material including nuts and bolts shall be in compliance with their respective Indian
Standards.
Chemical composition and mechanical properties of various grade of steel used shall be clearly
mentioned and those shall be in accordance with relevant IS or international standards.
Steel Sections of tested quality in conformity with IS: 2062 (Designated Yield Strength. 250 MPa)
and/ or IS: 8500 grade 490 (Designated Yield Strength 350 MPa) are to be used in towers,
extensions, stubs and stub setting templates. The Contractor can use other equivalent grade of
structural steel angle sections and plates conforming to latest International Standards. However, use
of steel grade having designated yield strength more than that of EN 10025 grade S355 JR/JO
(designated yield strength 355 MPa) is not permitted, unless otherwise indicated in this
specification.
For designing of towers, preferably rationalized steel sections shall be used. During execution of the
project, if any particular section is not available, the same shall be substituted by higher section.
Any cost on account ofthe same shall be borne by the Bidder. However, design approval for such
substitution shall be obtained from the Employer before any substitution and records of such
substitutions shall be maintained by the Bidder.
At the time of procurement of steel other than that conforming to IS 2062, green colour on the edge
of HT material on both sides is applied so that there is no mix up of MS and HT steel in stockyard
as well as in shop. A distinct green colour patch is maintained throughout and on shop sketch also,
HT marking is added for identifying high tensile steel item.
6.16 Process Flow Chart for Fabrication of Towers
In general following flow chart shall be followed for design, assembly, testing and supply of towers:

Design& Design Approval

Detailed Drawing& Approval

Floor Layout and Shop Drawing

Material Procurement

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-21

Proto Manufacture

Assembly of Tower

Proto Test and Approval

Mass Fabrication

Marking

Galvanising

Bundling

Dispatch

6.17 Packing
Angle section shall be wire bundled.
Cleat angles, gusset plates, brackets, fillet plate, hanger and similar loose pieces shall be tied and
bolted together in multiples or securely wired through holes. Bolts, nuts washers and other
attachments shall be packed in double gunny bags accurately tagged in accordance with the
contents. The packing shall be properly done to avoid losses & damages during transit. Each
bundle or package shall be appropriately marked.
6.18 Standards
The design, manufacturing, fabrication, galvanizing, testing, erection procedure and materials used
for manufacture and erection of towers, design and construction of foundations shall conform to the
following Indian Standards (IS) / International Standards which shall mean latest revisions, with
amendments / changes adopted and published, unless specifically stated otherwise in the
Specification. In the event of supply of material conforming to Standards other than specified, the
Bidder shall confirm in his bid that these Standards are equivalent to those specified. In case of
award, salient features of comparison between the Standards proposed by the Bidder and those
specified in this document will be provided by the Contractor to establish their equivalence.
The material and services covered under these specifications shall be performed as per requirements
of the relevant standard code referred hereinafter against each set of equipment and services. Other

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 4 – Transmission Line Towers Page 4-22

internationally acceptable standards which ensure equal or higher performance than those specified
shall also be accepted.
Sl. Indian Title Internationally
No. Standards recognized
(IS)
Standards /
Guides

1. IS: 209-1992 Specification for Zinc ISO/R/752


ASTM B6
2. IS: 278-1991 Galvanized Steel Barbed wire ASTM A131
3. IS: 800-2007 Code of Practice for General Building CSA 6.1
Construction in Steel
4. (a) IS: Code of Practice for General ASCE 52
802(Part1)
Sec 1-1995
Building Construction in Steel Sec 2- IEC 826 BS
1992 in Overhead Transmission Line 8100
Towers: Materials, loads and
Permissible Stresses
Section 1 Materials and loads
Section 2 Permissible stresses.
4. (b) IS: 802-1990 Code of practice for use of structural
(Part 2) steel in over-head Transmission Line :
Fabrication, Galvanizing, Inspection
and Packing
4. (c) IS: 802-1990 Code of practice for use of Structural ASCE 52
(Part 3) Steel in over-load Transmission Line IEC 652
Towers Testing
5. IS: 808-1991 Dimensions for Hot Rolled Steel
Beam, Column, Channel and Angle
Sections.
6. IS: 875-1992 Code of Practice for Design Loads
(other than Earthquakes) for Buildings
and Structures.
7. IS: 1363- IS: 1363-1990 Hexagon Nuts(size
1990 range M5 to M36)
8. IS: 1367- Technical Supply Conditions for
1992 Threaded Steel/ Fasteners
9. IS: 1477- Code of practice for Painting of
1990 Ferrous Metals in Buildings:
Part-I Pre-treatment
Part-II Painting
10. IS: 1573- Electro-Plated Coatings of zinc on
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 4 – Transmission Line Towers Page 4-23

Sl. Indian Title Internationally


No. Standards recognized
(IS)
Standards /
Guides

1991 iron and Steel


11. IS: 1852- Rolling and Cutting Tolerances of Hot
1993 Rolled Steel Products
12. IS-1893-1991 Criteria for Earthquake Resistant IEEE 693
Design of Structures
13. IS: 2016- Plain Washers ISO/R887 ANSIB18-22.1
1992
14. IS: 2062- Steel for general structural purposes
1992
15. IS: 2074- Ready Mixed Paint. Air Drying, Red
1992 Oxide, Zinc Chrome, Priming
Specification.
16. IS: 2551- Danger Notice Plates
1990
17. IS: 2629- Recommended Practice for Hot Dip
1990 Galvanizing of iron and steel.
18. IS: 2633- Method of Testing Uniformity of ASTM A123
1992 Coating of Zinc Coated Articles CSA G164
19. IS: 3043- Code of Practice for Earthing
1991
20. IS: 3063- Single coil Rectangular section Spring DIN-127
1994 Washers for Bolts, Nuts Screws
21. IS: 3757- High Strength Structural Bolts
1992
22. IS: 4759- Specification for Hot zinc coatings on
1990 structural steel and other Allied
products
23. IS: 5369- General Requirements for Plain
1991 Washers
24. IS: 5613- Code of Practice for Design
1993 installation and Maintenanceof
Overhead Power Lines
Section 1 Design Part 2,
Section 2 Installation and
Maintenance
25. IS: 6610- Specification for Heavy Washers for
1991 Steel structures.
26. IS: 6623- High Strength Structural Nuts
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 4 – Transmission Line Towers Page 4-24

Sl. Indian Title Internationally


No. Standards recognized
(IS)
Standards /
Guides

1992
27. IS: 6639- Hexagon Bolts for Steel Structure. ASTM A394
1990 CSA B334
28. IS: 6745- Method for Determination of weight ASTM A90
1990 of Zinc coated iron and Steel Articles.
29. IS: 8500- Specification for Weldable Structural
1992 Steel (Medium & High Strength
Qualities)
30. IS: 10238- Step Bolts for Steel Structures
1989
31. IS: 12427- Bolts for Transmission Line Towers
1988
32. IS:4091-1979 Code of practice for design and
construction of foundation for
transmission line between tower &
poles.
33. IS:5358 Specification for hot dip galvanized
coating and fastners
34. IS: 7215- Specification for tolerance for
1992 fabrication of steel structures

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-1

CHAPTER-5
TOWER FOUNDATION AND CIVIL WORKS

1. General
The Contractor shall furnish all materials, equipment and labour and perform all operations required
for the design and construction of all of the concrete foundations as shown on the drawings and
other relevant civil works, as specified herein and as evidently necessary to complete the work.
Before start of design of foundation, successful bidder shall carry out geotechnical investigation
during detailed/check survey of Transmission Line route primarily consists of laying trial bore-
holes (normally up to10 meter and 30 meter below natural ground level) at the required tower
locations or as directed by the Employer to have a fair idea of soil type/nature and subsoil water
position. If the soil characteristics are changing rapidly or soil up to 10.0 meter is very weak, the
depth of bore-hole be increased beyond 10.0 meters so as to know the soil properties/type below the
foundation. The bore log data containing information such as position of sub-soil water table, soil
strata, the crop pattern in the agricultural fields where the foundation is to be laid and the suitability
for founding the required foundation, shall be submitted to the Employer for according approval for
“Classification of foundation” at each location.
2. Foundation Design
2.1 General
The foundation for tower structure plays an important role in the safety and satisfactory
performance of the structure as it transmits the load from the structure to the soil. Therefore, the
foundation shall be so designed to carry the entire load as required, with sufficient factor of safety
as recommended by the Code of practices.
The foundation in various types of soils shall be designed to suit the soil conditions of particular
type, from the recommendation of the geotechnical investigation report, which has to be approved
by the Employer.
Several types of foundations are used for different type of transmission towers and different types of
soil. The foundation should be strong and stable, and able to take care of all the loads like dead
load, live load, wind loads, seismic load, erection loads etc., causing vertical thrust, uplift as well as
horizontal reaction.
The quantity of foundations in every type given in the Price Schedule is provisional only and may
vary as per the result of the detail soil test.
Foundations should be designed for a working life of 50 years and Bidders should comply in full
with the requirements of these specifications in establishing his design. In all locations, all
steelwork, whether part of the tower or part of the stub-angle foundations shall be completely
encased in concrete to ensure a cover of 100mm from any part of the stub leg or tower from a point

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-2

300 mm above ground down to the base of the main foundation block. All Stubs shall have cleats
designed to carry the entire stub load.
The Contractor shall design at least one foundation for each of the foundation types specified on the
bid drawings for all types oftowers used in the line to produce an economical family drawings and
calculation for the approval of the Employer or Employer's representative before commencement of
construction. Upon completion of detail soil test, the Contractor shall select the most economical
foundation subject to the approval of the Employer or Employer's representative. The general
foundation design parameters are given in Schedule A. 13 and Conceptual Drawing is given in
Dwg. section.
2.2 Submittal
The Contractor shall submit for each type of foundation one set of design calculations, detail
drawings and reinforcing steel and concrete schedules to the Employer or Employer's representative
for review and comment before construction commences. Review of the foundation designs by the
Employer or Employer's representative in no way relieves the Contractor from his responsibility for
an adequate foundation design, even though this specification sets forth the basic foundation design
criteria. Upon receiving the Employer's or Employer's representative's comments, the Contractor
shall submit to the Employer required number of sets, electronic copy and prints of drawings of
all foundation details, including reinforcing steel schedules on drawing sheet sizes, form, heading,
etc., as required by the Employer for record.
2.3 Structural Design of Foundation
It comprises the design of chimney and the design of base slab / pyramid / block. Structure design
of chimney shall be suitable for maximum bending moments due to side thrust in transverse and
longitudinal directions combined with uplift (tension), down thrust (compression). The combined
uplift and bending shall determine the requirement of longitudinal reinforcement in the chimney.
The stub angle shall be embedded in the chimney to its full depth and anchored to the bottom slab /
pyramid. The chimney shall be designed considering the passive resistance of soil leaving 500mm
from ground level.
Design of foundation based on stub embedded in the chimney for required development length
alone and the same is not taken to bottom of the foundation, is not permitted.
a) Structural Design of Base Slab
The base slab in RCC foundation may be single stepped or uniform. The design of concrete
foundation shall be done as per Limit – state method of design given in IS: 456.
b) Criteria for Structural Design of Foundation
(a) Isolated identical footings shall be provided for each leg of the tower.
(b) All foundations shall be designed so as to satisfy and meet the following requirements:

i) The chimney of the foundation shall at least be 400 mm square providing a minimum
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 5 – Tower Foundation and Civil Works Page 5-3

clear concrete cover of not less than 100 mm over any part of the stub angle in case
of dry foundations and at least 450 mm square with minimum clear concrete cover of
not less than 150 mm over any part of the stub angle in case wet, fully submerged
foundations.

ii) The chimney top shall extend 500 mm (Minimum) above ground level and coping
shall be up to 50 mm below the joint between the bottom bracing and the leg
members.

iii) In all foundations, a lean concrete sub-base having a thickness of 100 mm and of size
equal the concrete pyramid base/RCC shall be provided under structural concrete.
The lean concrete shall be of grade M-10 (1:3:6) conforming to IS: 456-2000. The
lean concrete sub-base provided under the footings shall not be considered in the
structural calculations.

iv) The embedded end of the stub angle shall have a 150 mm thick clear concrete cover
up to the top of the lean concrete sub-base in the case of dry foundations and a 200
mm thick clear concrete cover in the case of wet, partially submerged and fully
submerged foundations.

v) The depth of foundation below ground level shall not be more than 3.0m.

vi) The centroidal axis of the stub shall coincide with axis of the chimney and pass
through the centre of the footing base. The design of the foundation shall take into
account the additionalforces resulting from eccentricity introduced due to non-
compliance of above requirements.

vii) Wherever reinforcement is provided in foundation, the clear concrete cover to


reinforcement shall not be less than 50 mm.

viii) The slab type isolated RCC foundations shall also satisfy and meet the following
requirements:
 The structural design of foundations shall be strictly in accordance with IS:
456-2000 and other relevant IS codes.
 The design of RCC foundations shall be carried out by Limit state method in
accordance with IS:456-2000.
 The minimum thickness of footing slab at chimney perimeter shall not be less
than 300 mm.
 The minimum thickness of footing slab at the edges shall not be less than 150
mm as specified in IS:456-2000.
 In the design of the footing slabs, actual soil pressure under the footing shall
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 5 – Tower Foundation and Civil Works Page 5-4

be considered to calculate the maximum moments and shears at various


sections. The critical sections for moments and shears shall be as specified in
IS: 456-2000. The reinforcement in the footings shall be accordingly
calculated and provided.
2.4 Design loads
The loads used to design the foundations shall be actual loads applied to the foundations by the towers.
The foundations shall be designed in such a manner that the factors of safety shall not be less than the
following requirements:
2.5 Types of loads on foundations

The foundation may be subjected to three types of forces (ultimate loads):


o Compression or downward thrust
o Tension or uplift, and
o Lateral force or side thrust in both transverse and longitudinal directions.

The magnitudes of each of type of load depend on the type of tower and configuration of the
transmission lines.

Partial Factors of safety for foundation design

a) Towers upto an angle of 15 deg deviation 1.1

b) Towers above an angle of 15 deg deviation 1.2

Weight of concrete (kg/m3) Dry Wet, PS and FS


1. Plain (M10) 2240 1240
2. RCC (M15) 2400 1400

3. RCC (M20) 2400 1400

S.N Type of Soil Angle of Unit weight Limit


Earth of soil (kg/ Bearing
Frustum. m3) Capacity
(deg) (kg/cm2)
1 Normal Dry Soil

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-5

Without Under-cut 30 1440 25,000


2. wet soil due to presence of 15 940 12,500
sub soil water / surface
water

3. Black Cotton soil


(a) in dry portion 0 1440 12,500

(b) in wet portion 0 940 12,500

4. Sandy soil
(a) with clay content 0-5% 10 1440 25,000

(b) with clay content 5-10% 20 1440 25,000

5. Fissured Rock / Soft Rock


(b) In wet portion 10 940 62,500
6. Hard Rock - - 1,25,000

Unless specified otherwise, design and details shall comply with the latest published editions of BS
/IS 6403, IS456, IS 1786, CBIP Tower manual or with other standard specifications provided they
are of equal or higher standard where such standard exists with accepted national or international
good practice. Support foundation designs as detailed in the specification which in the opinion of
the Employer or Employer's representative do not demonstrate an acceptable type of foundation for
the type of soil condition so described will be rejected.
2.6 Foundation type
In some section of the proposed transmission line, water level of terrain is high. In such cases the
foundation is to be designed for fully submerged condition. If required by the Employer, the
Contractor shall construct embankments for tower sites where footings are located in standing water
of sloughs, pot holes and marshes. No separate payments shall be made for such embankments.
Reinforced cement concrete footing shall be used for all types of normal towers / extension towers
in conformity with the present day practices followed in the country and the specifications laid
herein. All the four footings of the tower and their extensions, if any shall be similar irrespective of
down thrust and uplift.
Foundation includes supply of materials such as cement, fine and coarse aggregates, water,
reinforcement steel and binding wire etc. Rates quoted for foundations shall include all items of
work relating to supply and installation of foundations such as form work, excavation and back
filing with good soil, compaction, stub setting, shoring & timbering etc. where ever required,
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 5 – Tower Foundation and Civil Works Page 5-6

placing of reinforcement in position, concreting and all other works related for completion of
foundation.
2.7 Classification of Foundations

General Classification of Foundations


The foundation classification shall depend upon the type of soil, subsoil water level and the
presence of surface water which have been classified as follows:
a) Dry Soil Foundation

To be used for locations


o where normal dry cohesive soil is met.

o where cohesionless pure sand or negligible cohesion sand mixed with soil are met in dry
condition and The water table is below foundation base

b) Wet Soil Foundation

To be used for locations:


o Where subsoil water table is met at 1.5 m. or more below the ground level.

o Which are in surface water for long periods with water penetration not exceeding one meter
below the ground level e.g. the paddy field.

o When the top layer of soil upto 1.5 m is black cotton/loose silty sandy soil and there after it
is normal dry cohesive soil.

c) Fully Submerged Foundation

To be used at locations
o where sub - soil water table is met at less than 0.75 m below the ground level and the soil is
normal and cohesive.

o To be used at locations where soil is cohesive having inorganic clay exceeding 15%, not
necessarily black in colour, which shrinks when dry and swells when wet, resulting in
differential movement. For designing foundations, for such locations, the soil is to be
considered submerged in nature.

o Fully submerged top layer consists of partly black cotton/ loose silty sandy soilfollowed by
ordinary fine grained soil strata.

d) Wet Fissured Rock Foundation

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-7

In places, where soft rock, the decomposed or fissured rock, hard gravel, kankar, limestone, laterite
or any other hard soil strata , which can be excavated using normal tools with out blasting and the
water table is met at 1.5 meter or more below ground level
In case the undercut type foundation is to be used for fissured rock locations.
The additional strength obtainable from under cut provision will not be considered in the design of
foundation.
e) Hard Rock Foundation

The locations where chiseling, drilling and blasting is required for excavation, hard rock type
foundations are to be used. For these locations, rock anchoring by providing anchor bars
embedded into the grouted anchor holes to resist uplift forces. For design purpose, rock level shall
be considered at ground level and no over burden soil weight shall be considered for resisting the
uplift. In case of weathered rock / out crop rock, the first half meter rock from the surface will not
be considered for design purpose.
In addition to the above, depending on the site conditions other types of foundations shall also be
provided by the Bidder, suitable for intermediate conditions under the above classifications to affect
more economy.
2.8 Footings

2.8.1 Concrete spread footing

The foundation shall be designed to carry maximum shear loads below ground level, that is, the stub
legs are not to be considered as reinforcement. Allowance shall be made for the loss of uplift
resistance due to overlap of frusta where applicable. Uplift foundations shall be cast against
undisturbed soil for a minimum height of 250mm and 50mm lean concrete.
For the purpose of bidding the Bidder shall design each type of foundation with the value of soil
bearing capacity as stated in Foundation Application Schedule.
These are only reference values and are taken from similar type of soil location from near by site.
After award of contract the Contractor shall carry out detail soil test of support site and shall design
each type of support foundation accordingly. No extra payment will be made for change in the
quantity of concrete/rebar and other associated works due to change in design parameters.
2.8.2 Pile Foundation

This type of foundation is usually adopted when soil is very weak and has very poor bearing
capacity or foundation has to be located in filled up soil or tower are to be erected in the land which
is prone to flash flood. Piles are long and slender members which transfer load to the deeper soil or
rock of high bearing capacity avoiding the shallow soil of low bearing capacity.
The piles should be cast in place fast setting concrete which should have 28 day cubical
compressive strength of 210 kg/sq.cm.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 5 – Tower Foundation and Civil Works Page 5-8

The pile should be designed for the pile diameter of 900mm.


Piles in a footing should be firmly connected by horizontal tie beam of minimum 900x900mm sizes
with adequate reinforcement which should be 1.5m above the existing ground level.
All arrangement for anchor plate (or any other arrangement) with anchor bolts etc whichever is
appropriate for the connection of the tower legs to the foundation shall be in the scope of the pile
foundation.
2.8.3 Spread foundation in hard rock

The rock which cannot be excavated using normal tools and require chiseling, drilling and blasting
are classified as hard rock. These include hard sand stone, quartzite, granite, basalt, marble etc.
The foundation in hard rock shall be designed to carry maximum shear loads below ground level,
that is, the stub legs are not to be considered as reinforcement. Allowance shall be made for the loss
of uplift resistance due to overlap of frusta where applicable. The footing should be safe against
overturning. In case if it is unsafe against overturning, appropriate measures (e.g. counter weight)
should be provided.
2.9 Stub Angle Anchor

2.9.1 Stub Angle

Tower Stub angles shall be of galvanized steel and shall have cross-sectional area of not less than
the structure leg member to which it will be attached. The stub angle shall not be included in the
calculation of the steel reinforcement requirements against bending and tension forces in concrete
foundation design.
Only those holes in the stub which have been previously punched and galvanized at the
manufactures works will be used for the attachment of cleats. Site drilling will not be permitted.
2.9.2 Stub setting template

Stub setting templates, to approval of Employer or Employer's representative, shall be provided by


the Contractor. They shall be of such design and construction as to resist distortion and damage and
withstand repetitive use. They shall be manufactured from mild steel angle or channel or a
combination of both, of approved and adequate cross- section, and shall be equipped with central
alignment notches or holes corner braces, riser braces, and stub-angles in respect of the following
requirements:
- Route longitudinal center line

- Structure lateral central line

- Stub elevations (with reference to datum)

- Stub leveling

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-9

- Stub rake

- Stub hip bevels

- Stub angle spacing

No concreting shall be commenced before the stub setting is approved by the Employer or
Employer's representative. After the completion of Works all the template sets shall be handed over
to Employer. No extra payment for the design, manufacturing and delivery for the templates shall
be claimed by the Contractor.
3 Excavation and Backfilling

3.1 Scope

This specification covers the general requirements of earthwork in excavation in different materials,
filling back around foundations, conveyance and disposal of surplus spoils or stacking them
properly as shown on the drawings and as directed by the Employer or Employer's representative
and all operations covered within the intent and purpose of this specification.
3.2 General

a. The Contractor shall furnish all tools, plants, instruments, qualified supervisory personnel,
labor, materials, any temporary works, consumable, and everything necessary, whether or not
such items are specifically stated herein, for completion of the job in accordance with
specification requirements.

b. The Contractor shall carry out the check survey of the site before excavation and set properly
all lines and establish levels for foundations.

c. The excavation shall be done to correct lines and levels. This shall also include, where required,
proper shoring to maintain excavations and also the furnishing, erecting and maintaining of
substantial barricades on ground excavated areas and warning lamps at night for ensuring
safety.

d. The item also includes for dumping of excavated materials in regular heaps, bunds, riprap with
regular slopes as directed by the Employer or Employer's representative, within the lead
specified and leveling the same so as to provide natural drainage. Rock/Soil excavated shall be
stacked properly as directed by the Employer or Employer's representative. As a rule, all softer
material shall be laid along the center of the heaps, the harder and more weather resisting
materials forming the casing on the sides and the top. Rock shall be stacked separately.

e. Clearing

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-10

The area to be excavated/filled shall be cleared of trees, plants, logs, stumps, bush, vegetation, rubbish,
slush etc. and other objectionable matter. If any roots or stumps of trees are met during excavation,
they shall also be removed. The materials so removed shall be burnt or disposed off as directed by the
Employer. Where earthfill is intended, the area shall be stripped of all loose/soft patches, topsoil
containing objectionable matter/materials before filling commences.
f. Precious object, relics, objects of archeological importance

All gold, silver, oil, mineral, archeological and other findings of importance, trees cut or other materials
of any description and all precious stones, coins, treasures, relics, antiquities and other similar things
which may be found in or upon the site shall be the property of the Employer and Contractor shall duly
preserve the same to the satisfaction of the Employer and from time to time deliver the same to such
person or persons as the Employer may from time to time authorize or appoint to receive the found
goods.
g. The Contractor shall excavate earth, rock, stumps and all other materials encountered as
required for construction of each foundation. The Contractor shall place all suitable excavated
material in backfill or in graded embankment in the immediate area at structures. Materials
found to be unsuitable for foundation backfill or grading shall be wasted and disposed at
Contractor's own cost.

h. The Contractor shall excavate each foundation hole to the nominal excavation depth for the
applicable foundation type except in case where the material being excavated is not capable of
supporting 0.5 kg/sq.cm.

i. At the nominal excavation depth, the foundation shall be carefully graded to a level plane and
all loose or disturbed material shall be removed. The foundation excavation shall then be
examined by the Contractor and a final determination will be made on the foundation type to be
used.

j. Excavations shall be maintained in a clean, safe and sound condition until completion of the
foundation construction and shall be diked to prevent flooding by surface runoff. Suitable
pumping equipment shall be provided and used to dewater excavations so that all installation
work and backfilling is performed in the dry state. Any previously prepared foundation bearing
surface that is softened by water runoff or otherwise contaminated before placement of the
structure foundation shall be excavated and replaced at the Contractor's expense.

k. Those excavations where the base is unstable, lies below groundwater level, or has been over
excavated, the Contractor shall furnish and place a layer of crushed stone, or selected backfill,
or borrow to stabilize the base for placement of foundation materials. No extra payment shall
be done for over-excavation and backfilled crushed stone layer.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-11

l. Topsoil and excavated material that is suitable for backfill around the foundations shall be
stockpiled separately for use in backfill. Material that is unsuitable for backfill shall be disposed
of. The stockpiles shall be sloped to drain and shall be protected from rainfall or other elements,
which render the material unsuitable for backfill.

m. Backfill shall be placed in not greater than 20cm lifts before compaction. Each lift shall b
thoroughly compacted before the following lift is placed. Pneumatic or equivalent tampers shall
be used on cohesive materials; vibratory compactors shall be used on non-cohesive materials.
Compaction shall achieve a density at least equal to that of the surrounding undisturbed earth.
Large stones or rock fragments may be used in the backfill provided they do not interfere with
proper compaction. Particles larger than 25 cm shall be placed not nearer than 0.5 m of the
structure and at least 1.0m below ground surface.

n. Rock particles larger than 10 cm shall not be in contact with the concrete.

o. Following completion of 75 percent of the compacted backfill portion, the remaining backfill
and topsoil shall be placed and the topsoil mounded 30 cm above the ground surface and sloped
to drain. Compaction of this material will not be required. Before final acceptance of the
Works, the Contractor shall refill any locations that settle below the surface of the surrounding
ground.

p. Earth is defined as material which shall include all kinds of soil containing gravel, sand, silt,
moorum or shingle, gravel, clay, loam, peat, ash, etc. which can generally be excavated with
the aid of shovels and pick axes. This shall also include embedded rock boulders not longer
than one meter in any direction and not more than 200 mm in any of the other two directions.

q. Rock is defined as material which shall include rock, boulders, shale, chalk, slate, hard mica,
schist, laterite and all other materials which in the opinion of the Employer is rock and can be
removed with picks, hammer, wedges, crowbars, pneumatic breaking equipment and blasting.
This category shall also include excavation in macadam and tarred roads and pavements.

r. Rock excavation may be made by drilling, barring, wedging, or compressed-air tools. No


blasting will be permitted. The Contractor shall furnish all material and equipment to perform
all work required for excavation of rock.

For selection of rock type foundation for any tower location, the characteristics of rock shall be
thoroughly investigated by the Contractor. Disintegrated rock or other types of rock such as
soluble limestone, soft shale, slate, hard pan and organic rocks may not be suitable for
construction of rock foundation.
s. All loose boulders, semidetached rocks (along with earthy mounds) not directly in the
excavation area but so close to the area to be excavated as to be liable, in the opinion of the

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-12

Employer, to fall or endanger the workman, equipment or the Works, shall be stripped off and
removed away from the area of the works. Any material not requiring removal as contemplated
in the work, but which in the opinion of the Employer is likely to become loose or unstable
later, shall also be promptly and satisfactorily removed as directed by the Employer.

t. Payment: No separate or direct payment will be made to the Contractor for preparation of site,
excavation, and backfill and rock excavation of tower foundation. All costs of soil and rock
excavation incurred in connection therewith shall be included in the unit bid prices for the
construction of the various foundation types.

However, payment for the excavation and backfilling for foundation protection such as stone
masonry work, removing unsafe boulders and earthwork near the foundation site, construction of
embankment and stripping ground to obtain ground clearance between earth and conductor will be
made at unit price bid specified in the Price Schedule. Therefore in the Price Schedule the unit bid price
shall include full compensation for all costs incurred in furnishing all materials and labor and
other operation costs.
4 Dewatering

4.1 Scope

This specification covers the general requirements of dewatering during excavations in general.
a. All excavations shall be kept free of water. Grading in the vicinity of excavations shall be
controlled to prevent surface water running into excavated areas.

The Contractor shall remove by pumping or other means approved by the Employer or
Employer's representative any water inclusive of rainwater and subsoil water accumulated in
excavation and keep all excavations/trenches free of water required for further work.
Method of pumping shall be approved by the Employer or Employer's representative; but in
any case, the pumping arrangement shall be such that there shall be no movement of subsoil or
blowing-in due todifferential head of water during pumping. Pumping arrangements shall be
adequate to ensure no delays in construction.
b. When there is a continuous inflow of water and quantum of water to be handled is
considered in the opinion of the Employer as large, well- point system- single stage or
multistage shall be adopted. The Contractor shall submit to the Employer his scheme of
well-point system including the stages, the spacing number and diameter of well points,
headers, etc., and the number, capacity and location of pumps for approval.

c. Payment: No separate or direct payment will be made to the Contractor for dewatering of
tower foundation and any other foundation works. All costs incurred in connection therewith
shall be included in the unit bid prices for the construction of the various foundations and
other civil works.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 5 – Tower Foundation and Civil Works Page 5-13

5 Timber Shoring

5.1 Scope

This specification covers the general requirements of timber shoring for open excavations for
structure foundation.
a. Close timbering shall be done by completely covering the sides of the pits generally with
short, upright members called polling boards. These shall be of minimum 25 cm x 4-cm
sections or as directed by the Employer or Employer's representative.

The boards shall generally be placed in position vertically side by side without any
gap on each side of the excavation and shall be secured by horizontal walling of strong
wood at maximum 1.2 meters spacing, strutted with bellies or as directed by the Employer
or Employer's representative. The length of the bellies struts shall depend on the excavation
and supported by vertical walling, which in turn shall be suitably strutted. The lowest boards
supporting the sides of the trench or pit shall remain exposed, so as to render the earth liable
to slip out.
b. Timber shoring shall be 'close' or 'open' type, depending on the nature of soil and the depth
of pit. The type of timbering shall be as approved by the Employer. It shall be the
responsibility of Contractor to take all necessary steps to prevent the sides of excavations,
pits, etc., from collapsing.

c. Timber shoring may be required to keep the sides of excavations vertical to ensure safety of
adjoining structures or to limit the slope of excavations, or due to space restrictions or for
other reasons. Such shoring shall be carried out, except in an emergency, only under
instruction from the Employer.

d. Payment: No separate payment will be made to the Contractor for timber shoring. All costs
incurred in connection therewith shall be included in the unit bid prices for the construction
of the various foundation types and other civil works.

6 Select Borrow

a. Where the material excavated for the foundation is unsuitable for backfill or is required for
construction of embankment, the Contractor shall provide and compact select borrow.
Excavated material shall be disposed at the Contractor's own expense.

b. Material for select borrow shall be well-graded bank-run gravel, relatively free from clay,
loam or vegetation matter and with no stones over 10 cm in maximum dimensions, or
materials of equivalent strength and characteristics. Representative sample from proposed
borrow sources shall be submitted to the Employer for approval of the borrow source.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-14

Approval of borrow source shall not mean automatic approval of all materials obtained from
that source.

c. The Contractor shall, at his option, use areas approved by the Employer or Employer's
representative for production of select borrow or at his own expense, make arrangements for
obtaining select borrow at other sources.

d. The select borrow shall be placed and compacted as specified for the backfill in Article 3.3
Excavation and Backfilling.

e. Payment: No separate payment will be made to the Contractor for select borrow required for
back filling tower foundation. Hence, all costs incurred in connection therewith shall be
included in the unit bid prices for the construction of the various foundation types and other
civil works.

7 Foundation Construction

7.1 General requirement

All materials and labor required for the construction of foundations shall be furnished by the
Contractor.
a. The Contractor will be required to remove and replace at his expense any materials
incorporated in the work that do not conform to these specifications.

b. The Contractor shall furnish without any extra cost all materials the Employer require for
testing. The cost of the tests shall be borne by the Contractor.

c. The final selection of the type of foundation footing to be actually constructed for each
particular structure will be done by the Contractor after the results of the sub soil tests and shall
be subject to the approval of the Employer.

7.2 Measurement for Foundation Payment

Measurement for payment for the Contract item, Foundations, shall be on the basis of the actual
number of each type leg of structure foundations constructed by the Contractor. The additional
concrete and rebar required by the special foundation aside from the foundation schedule shall be
paid as per the unit rates of the foundation protection works for concrete and re-bars.
7.2.1 Payment

a) Payment for Spread Footing

Payment for the contract item, “Foundation” except for pile foundation, will be made at the unit price
per tower, such unit price shall include full compensation for all costs incurred in furnishing all
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 5 – Tower Foundation and Civil Works Page 5-15

materials, equipment and labor and all other operations related to Foundation design and construction,
including but not limited to:
a. Performing detail foundation design and preparation of construction drawings.

b. Supply and transporting all foundation materials such as concrete, reinforcement, etc to the job
site.

c. Tower pegging and foundation orientation.

d. Excavation, dewatering, timber shoring and backfilling for the foundation.

e. Gravel packing in the base of footings, where necessary.

f. Template and stub setting

g. Lean concrete

h. Construction of foundations and associated works.

b) Payment for Pile foundation

Payment for the pile foundation will be made at the the unit price per set of pile foundation for single
tower, such unit price shall include full compensation for all costs incurred in furnishing all materials,
equipment and labor and all other operations related to Foundation design and construction, including
but not limited to:
a. Performing detail foundation design and preparation of construction drawings.

b. Supply and transporting all foundation materials such as concrete, reinforcement, etc to the job
site.

c. Tower pegging and foundation orientation.

d. Excavation, boring, dewatering, timber shoring and backfilling.

e. Any chemical needed to complete the job, where necessary.

f. Stub setting and anchoring arrangement

g. Formworks

h. Tie beam with reinforcement

The price schedule includes the rates per set of pile foundation for 12m and 16 m underground length
of the pile. In case the actual underground length differs from the given length of the pile, payment will
be made by interpolating or extrapolating with the quoted rate.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 5 – Tower Foundation and Civil Works Page 5-16

7.2.2 Reference to standard specifications

Standards referred to in these specifications are as follows:


a. ASTM referred to the latest edition of publications of American Society for the Testing and
Materials, 1916 Race Street, Philadelphia, Pennsylvania 19103.

b. ACI refers to the latest edition of publications of American Concrete Institute, P.O. Box 19150,
Redford Station, and Detroit, Michigan 48219.

c. BIS referrers to the latest ,Bureau of Indian Standard ManakBhawan, 9. Bahadur Shah
ZafarMarg, New Delhi India.

7.2.3 Measurement Standards

Measurement standards referred to in these specifications are as follows:


a. Gallons - Wherever used in these specifications, gallons shall be understood to be U.S.gallons.

b. Bag - Wherever used in these specifications, bag will be understood to mean 50-kg bag of
Portland cement. Concrete shall be composed of cement, sand, coarse aggregate, water and
admixtures, if required, all well mixed and brought to the proper consistency.

7.2.4 Concrete

The Contractor shall design and test concrete mixes, which have 28-day cubicle compressive strength
of 210 kg/sq.cm.
a. At least one month prior to the placement of any concrete, the Contractor shall make a set of
test concrete compressive strength test cubes for each design mix under field conditions. The
test cubes shall be made and tested in accordance with the applicable standards.

b. The concrete mix shall be of such proportions as to produce a plastic and workable mix which
will not separate during the placing and will finish well without using excessive quantities of
mixing water. Addition of water to compensate for stiffening of concrete before placing will
not be permitted. Uniformity in concrete consistency from batch to batch will be required.

c. After the test results are known for the field condition test cubes, the Contractor shall submit
these result to the Employer or Employer's representative and the Employer or Employer's
representative will notify the Contractor of the approval of test results and the acceptable design
mixes.

d. When placing concrete in hot weather, the recommendations of the American Concrete
Institute's publication "Recommended Practice for Hot Weather Concreting"(ACI 605) or
equivalent shall be followed insofar as the Employer or Employer's representative may direct.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-17

The use of set accelerators will be at the Employer's or Employer's representative's


discretion. For concrete placed during extremely hot weather, the aggregate shall be cooled by
frequent water spraying in such a manner as to utilize the cooling effect of evaporation.
Concrete with a temperature of 35 degree centigrade or higher before placement will be
rejected and shall be wasted at the Contractor's expense.
e. Submerge concrete

Concrete to be placed under water shall be deposited by tremie, and only after it has
been determined by the Employer or Employer's representative that placing of concrete in an
unwatered excavation cannot be practically accomplished by any other means. The tremie will
not be allowed to drop below the level of water outside. Under no circumstances will concrete
be allowed to drop through water within the tremie.
The tremie shall be watertight and sufficiently large to permit a free flow of concrete.
The bottom of the tremie shall be as near to the surface against which the concrete is to be
placed as practicable and the tremie shall not be raised until seal has been established by the
concrete sufficiently to prevent the entry of water of the tremie. The discharge of the tremie
shall be kept submerged in concrete at sufficient depth so as to maintain an adequate seal
during underwater placement. Placing of concrete shall proceed without interruption until
underwater placing in the foundation has been accomplished. As placing of concrete under
water progresses, the Contractor shall remove water displaced by the concrete when the top of
the concrete being placed by tremie reaches the elevation of the water table level; no further
placement by tremie shall be performed.
f. The concrete used as lean concreteor base concrete shall be as mentioned on
respectivedrawings.Theaggregatesizeshallbe40mmnominal.Baseconcrete
shallbewellcompacted. Thetopsurfaceofbaseconcreteshallbeleveledbefore placing the
reinforcement.

g. During excavation, if excavation exceeds the required depthor if any loose pocket of
earthismet belowthe baseoffooting,thenthelooseearthshallberemovedor
excavationdepthbeincreasedtillnormalhardsoilismetaspersatisfactionofthe
Employer.Thisextradepthshallbefilledwithleanconcrete.Noextra shall be paid on account
ofthis extraexcavation and lean concrete.

h. Thecementconcreteusedfor foundation shall be of grade M-20 (1:1.5:3) nominal Mix


(1:1.5:3) conforming to IS 456 using 20mm size coarse aggregate shall be adopted.

i. The Water Cement ratio shall be minimum 0.50 and maximum 0.55.

j. Forvolumetricuseofingredientsforconcretemix,thecontractoralongwiththeMix

Design shall intimate the size ofmeasuring boxes along with the Mix design.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 5 – Tower Foundation and Civil Works Page 5-18

k. Thenominalof MixDesignshallnotabsolvethecontractorfromtheresponsibilityof
achievingtherequiredstrength,workabilityetc. duringactualexecution.Incaseof failureof
concretesamples,theworkdoneisliableto berejected.In suchcasethe
contractorshallrecastthefoundationat thesamelocationbydismantlingtherejected foundation or
ata near by location as directed by the Employer. Incase ofhoney
combing,thecontractorshalldothepressuregroutingasdirectedandto thefull
satisfactionoft h e Employer.Theconstructionofnewfoundationinplaceofrejectedone and
pressure grouting if done shallbe withoutany extra payment.

l. Thewaterusedformixingconcreteandforcuringpurposeshallbefresh, cleanand
freefromoils,acidsandalkalis, organicmaterialsorotherdeleterioussubstance.
Potablewaterisgenerallypreferred.Saltishorbrackishwatershallnotbeused. Water used shall
conform to clause 5.4 of IS 456.

7.2.5 Cement and Aggregates

In locations where conditions do not require high sulphate resistance, cement shall conform to the
requirements of ASTM C150 Type T or equivalent( IS263, IS8112,IS12269)
a. In locations where, in the opinion of the Employer or Employer's representative, the conditions
require the use of high sulphate resistance cement, cement conforming to the requirements of
ASTM C150 Type V or equivalent shall be used. No extra payment will be made to the
Contractor for the use of high sulphate resistance cement.

b. The aggregates shall consist of clean, natural material or, subject to the approval of the
Employer or Employer's representative, manufactured aggregates may be used.

c. Aggregates shall be separated into sand and coarse aggregate before being used. The Employer
or Employer's representative will permit no pit or crusher run materials without prior approval.

d. Natural fine aggregate or sand shall be graded within the following limits and the fineness
module be between 2.5 and 2.8 as per IS 383:

Sieve size
Amounts Finer than
Laboratory (U.S Std. Each weight Percent
Sieve)
3/8 (9.5mm) 100
4 -4.75 95 to 100
8 (2.36mm) 80 to 100
16 (1.18mm) 50 to 85
30 (600 micron) 25 to 60

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-19

50 (300 micron) 10 to 30
100 (150 micron) 2 to 10

Natural coarse aggregate shall be graded within the following limits, depending upon the clear spacing
between reinforcing bars.

Nominal Nominal 3/4"


U.S. Standard Sieve 1-1/2" (19mm)
2'' (50.8mm) 100
1-1/2'' (25-38mm) 95-100
1'' (25mm) 70-95 100
3/4'' (19mm) 35-70 90-100
3/8'' (9.5mm) 10-30 20-55
No.4 (4.75mm) 0-5 0-10
No.8 (2.36mm)

7.2.6 Slump

All concrete used shall have a slump of maximum 120mm and minimum 75mm at the time of placing.
The water cement ratio shall be determined by consideration of the specified strength, the water
reducing admixtures, the slump required for proper placement, air entraining requirements the available
and maximum allowable aggregate size and its specific gravity, and the amount of water carried on the
aggregates.
The slumps and maximum sizes of aggregate as well as, the computation of trail mixes shall be as
described in the America concrete Institute Recommended Practice for Selected Proportions for
concrete (ACI 613).

7.2.7 Storage of material

Cement and aggregates shall be stored at the Site of the work in such manner as to prevent
deterioration or intrusion of foreign matter in Contractor’s own cost. Special care shall be taken in
storing cement to keep it thoroughly dry at all times.
a. Cement that has been caked in storage is still usable only if, when pressed between the thumb
and fingers, it powders readily. Otherwise, its use will not be permitted.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-20

b. When reinforcing steel is delivered to the job in advance of the Contractor's requirements, the
Contractor shall provide suitable protection in order to prevent excessive rust developing on the
reinforcing steel as it will be Contractor's responsibility to remove the excessive rust.

7.2.8 Concrete mixing and placing

Before any concrete mixing is begun, all equipment for mixing, transporting and debris shall be
cleaned of all dirt and debris. All dirt and debris shall also be removed from the places to be occupied
by the concrete.
a. All mechanical equipment shall be checked before starting a concrete pour to ascertain whether
or not it is in good operating condition and if not shall be tuned-up, or repaired, or replaced to
the satisfaction of the Employer or Employer's representative. Also the stock of construction
material (cement, aggregate and sand) shall be checked before starting the concreting work to
ascertain whether or not it is in sufficient quantity for one foundation work.

b. When a foundation location is ready for concrete placement, the Employer shall be notified at
least 24 hours prior to concreting so that he may inspect to assure that the excavation is free of
water, mud and debris; that the bottom surface of the excavation is well leveled and compacted;
and where required, a crushed stone sub-base has been placed; that the reinforcing steel is
properly secured in place; and that the formwork is properly braced.

c. Rock surfaces shall be as flat as possible and projecting ridges shall be leveled off before the
concrete is placed or spaces between the ridges shall have been previously filled with concrete
to form a horizontal surface.

d. The Contractor shall see that all material that is to be embedded in the concrete has been placed
before the concrete is placed. The Contractor shall be responsible for the accurate location of all
embedded materials. Any work inaccurately or improperly set shall be relocated and reset at the
Contractor's expense.

e. All batching components of the concrete shall be accurately measured. Measuring on a weight
basis is preferred, however, measuring on a volume basis will be allowed as long as careful
controls are maintained. Weight measurements shall be made using standard batching
equipment for large quantities and wheelbarrow scales for small quantities. Volume
measurements shall be made in batching boxes. The batching boxes shall be as large as is
practical.

f. The batch mixer shall be rotated at a speed recommended by the manufacturer and mixing shall
be continued for at least one and one-half (1-1/2) minutes after all materials are in the mixer,
unless the size of the batch is over 1.2 cu.m., when additional mixing time shall be required as

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-21

advised by the Employer. A mechanically-operated batch mixer shall be used for mixing unless
otherwise approved by the Employer.

g. The tempering of concrete which has partially hardened, that is, remixing with or without
additional cement, aggregate or water, will not be permitted.

h. Concrete shall be conveyed from the mixer to the place of final deposit within 30 minutes by
methods which will prevent the segregation or loss of the materials. After 30 minutes of mixing
the concrete shall be rejected and replaced by fresh concrete without any extra cost to the
Employer.

i. Equipment for chuting, pumping and pneumatically conveying concrete shall be of such size
and design as to ensure a practically continuous flow of concrete at the delivery end without
separation of the materials. The chutes shall never be on a slope that is steeper than two vertical
to three horizontal. Conveying equipment shall not have any aluminum parts that come in
contact with the concrete.

j. When the concrete is to be placed on hard rock or other concrete, after the existing surface has
been properly cleaned and otherwise prepared, the existing surface is to be wetted until it is
saturated. The first batch of concrete placed shall be a grout obtained by omitting the coarse
aggregate from the mix and reducing the water as required. The grout shall be evenly spread on
the water-saturated surface and then the concrete shall be deposited continuously and as rapidly
as practicable.

k. The concreting shall be carried on at such a rate that the concrete is at all time plastic and flows
readily into the spaces between the bars and so that each successive layer properly bonds with
its predecessor. Successive layers shall be placed within 15 minutes of the preceding layer.

l. When placing foundations with drops over 2 meters, hoppers and trunks must be provided of a
size to allow for proper placing.

Not less than four hoppers of any size shall be available and used, if requested, and a sufficient
number of sections of trunk shall be furnished to reach within 500 mm of the bottom of the
foundation.
m. The concrete shall be compacted during and after depositing by vibration. The concrete shall be
thoroughly worked around embedded materials.

n. All concrete must be consolidated by means of internal vibration except where the Employer
has given written permission to use some other method of consolidation. The type and make of
vibrator must have a speed of at least 6,000 vibrations per minute (VPM) when the machine is
being supplied at its rated voltage, air pressure, etc. The Contractor shall at his own expense,

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-22

furnish sufficient transformers, compressors, etc. of approved type to operate all vibrators at the
voltage, pressure, etc., specified by the manufacturer.

o. The Contractor shall always have at least two vibrators in operating condition at the location of
the concrete placement.

The Contractor shall make one set of concrete compressive strength test cubes for each structure or as
directed by the Employer or Employer's representative. There shall be three cubes to a set and the
cubes shall be made in accordance with ASTM C31. Only one cube shall be made from any one batch
containing less the 1/2 cubic meters of concrete. The Contractor shall also make one set of concrete
compressing strength test cube for each new batch of cement purchased two week before using that
cement.
After the cubes have aged at least 24 hours in the field, the Contractor shall deliver them to a location
designated by the Employer where they will be tested in accordance with ASTM C39/IS 516. If two of
the cubes tested at 28-day tests indicate a compressive strength of 210kg/sq.cm (3,000 psi ) or more,
the remaining cubes shall be discarded. If the 28-day compressive strength indicates a compressive
strength of less than 210kg/sq.cm., the Employer or Employer's representative will determine what
remedial measures are necessary and the Contractor shall perform the remedial measures at his own
expense. The remedial measures may include, but are not limited to, the replacement of the entire
foundation.
7.2.9 Concrete formwork

Forms shall be used, wherever necessary, to confine the concrete for structures and shape it to the
required lines, or to insure against contamination of the concrete by materials caving or sloughing from
adjacent surfaces left by excavation.
a. Forms shall have sufficient strength to withstand the pressure resulting from placement and
vibration of the concrete, and shall be maintained rigidly in position. Forms shall be sufficiently
tight to prevent loss of mortar from the concrete. Molding strips shall be placed in the corners
of forms so as to produce chamfered edges on permanently exposed concrete surfaces. All
exposed surfaces may be formed with any material of adequate strength and tightness to hold
the wet concrete in proper position and prevent the loss of mortar.

b. If plywood or steel forms are not readily available, the Contractor with Employer's special
recommendation may substitute wood planking provided exposed surfaces are rubbed to
remove ridges on exposed surfaces.

c. The Contractor shall provide templates, which firmly hold the stub angles within 10 mm of the
horizontal side setting dimensions and within 5 mm of the required elevation during the placing
of the concrete. Details of the templates shall be submitted to the Employer or Employer's
representative at least one month before the commencement of any foundation construction.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-23

The bottom portion of the structure may be used for this purpose providing that adequate
cribbing and bracing are supplied for support.

d. Before concrete is placed, the surfaces of all forms shall be oiled with a form oil that effectively
prevents sticking and will not stain the concrete surfaces. For wood forms, form oil shall
consist of straight, refined, pale paraffin mineral oil. For steel forms, form oil shall consist of
refined mineral oil compound.

e. Forms shall be removed only when the strength of the concrete is such that form removal will
not result in cracking, spelling, or breaking of edges of surfaces, or other damage to the
concrete. Usually formwork shall be removed after 48 hours from concreting times. Any
concrete damaged by form removal or otherwise shall be repaired immediately without any
extra cost to the Employer.

7.2.10 Concrete finishing and curing

a. The exposed top surfaces of all concrete foundation piers shall be slightly sloped to prevent the
accumulation of water.

b. Immediately after the removal of forms, the holes left by form tie rod fasteners shall be filled
with mortar and all damaged or defective concrete shall be repaired or removed and replaced to
the satisfaction of the Employer or Employer's representative. Improperly consolidated
concrete shall be removed by chipping, and the chipped openings or recesses shall be of such
depth and shape as required by the Employer or Employer's representative to insure that the
patching material placed in the openings or recesses will be thoroughly keyed and bonded to
the concrete. "Dry pack" mortar shall be used for filling relatively deep required for the
replacement of defective concrete where surface dimensions of the chipped openings or
recesses are relatively large. The depth of chipped recesses for concrete patches shall extend at
least 25 mm beyond the nearest reinforcing steel.

c. To ensure proper curing, all concrete shall be kept moist for a period of at least 10 days. Burlap
or an equivalent material or a curing compound shall be applied over exposed concrete
surfaces. The burlap shall be kept moist at all times. If the foundation is backfilled before the
one-week curing time has elapsed, the burlap protection shall remain on the exposed projection.

7.2.11 Membrane curing compound

Membrane curing compound shall be applied uniformly by spray, leaving no pinholes or gaps, at a
rate not to exceed 4.91 square meter per liter. The curing compound shall be applied after finishing
operations are completed and surface moisture has disappeared. If forms are removed prior to 7

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-24

days after placing the concrete, the uncovered surfaces shall be coated with the curing compound as
specified herein.
a. Foundation shall not be backfilled before they have been inspected to see that they are free
from surface defects and voids, or that the defects and voids have been properly repaired.

b. The foundations shall not be subjected to any loads in addition to those existing at the time of
the placing of the foundation concrete until the curing period has elapsed.

7.2.12 Payment

No separate or direct payment will be made to the Contractor for concrete, lean concrete, tests, curing,
form works for foundations. All costs incurred in connection therewith shall be included in price
schedule in the unit bid price for the construction of the various types of tower foundation.
7.2.13 Torsteel Reinforcing Bar

All torsteel-reinforcing bars shall conform to the requirements of Grade fe-415 (IS :1786) and shall be
fabricated in accordance with the "Manual of Standard Practice" of the Concrete Reinforcing Steel
Institute.
a. Mill scale, rust, oil and mud shall be removed from reinforcing steel by firm rubbing with
burlap or equivalent treatment before the reinforcing steel is placed.

b. The minimum center-to-center distance between parallel bars shall be two and one-half (2-1/2)
times the diameter of the bars. In no case shall the clear spacing between bars be less than 25
mm nor less than one and one-third (1-1/3) times the maximum size of coarse aggregate.

c. All torsteel-reinforcing bars shall have a protective concrete cover of not less than:

- 50 mm - on the bottoms of footings and on any surface of concrete that will be exposed
to salt water.

- 50 mm - concrete exposed to weather or ground.

d. Torsteel reinforcing bar shall be accurately located and shall be secured in position by the use
of annealed iron wire of no less than No.16 gauge, and shall be supported in a manner that will
keep the reinforcement away from the exposed concrete surfaces. Concrete blocks shall be used
to support the reinforcing steel in the foundation mat; broken stones or wooden blocks shall not
be used for supporting the reinforcing steel.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-25

7.2.14 Payment

No separate or direct payment will be made to the Contractor for reinforcement bars of tower
foundation. All costs incurred in connection therewith shall be included in the unit bid price for the
construction of the various foundation types.
8 Foundation Protection Works

The Contractor shall suggest for foundation protection works where needed. The Employer will
evaluate and give instruction for the protection design. The Contractor shall design the protection work
and submit design of such protection works for Employer's or Engineer’s approval.
8.1 Random rubble stone masonry including excavation (1:5 cement concrete)

The stone shall be hand placed with uncoursed close joints to the lines and grades as designed. The
rubble stone shall be placed with 1:5 cement mortar after having joints thoroughly moistened. The
surface joints shall be finished with 1:3 cement mortar.
After completion of masonry wall, it shall be cured with water for more than 10 hrs.
Weep-holes with Perforated Poly Vinyl Choride (PVC) pipes of 10 cm in diameter shall be made in
each 2 sq.m. of slope surface of the masonry wall or as required by site conditions. The upper surface
of the masonry wall shall be finish smooth with concrete. The perforated pipe shall be extended at least
30 cm both ends from the stone masonry wall & in the backfilling end the perforated PVC shall be
covered with gravel at least 30 cm in all-around.
The sides of the stone masonry wall should be backfilled, compacted and leveled as directed by
Engineer.
Payment:
Measurement for payment of Random rubble stone masonry works shall be made on the basis of actual
placed volume of stone masonry in cubic meters. Payment shall be made for the number of cubic
meters measured as provided at the unit price specified in the schedule. The unit price shall include all
labor, tools and equipment, materials including furnishing, transporting and placing the materials,
installation of PVC pipes, excavation, gravel packing and all other cost necessary for the performance
and completion of the work
8.2 Stone bound in galvanizing wire netting including excavation

The standard type gabion shall be a flexible hot dip galvanized gabion of the type and size specified
below. It is made of wire mesh of the type and size and selvedge as specified in the following:
- The mesh shall be hexagonal woven mesh with the joints formed by twisting each pair of wires
through three and half turns.

- The size of mesh shall conform to the standard specification issued by the factory and shall be
not greater than 1/3 of the smallest stone filled in the gabion.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-26

- All wire used in the fabrication of the gabions and in the wiring operations during construction
shall be "Mild steel wire", i.e. wire having average tensile strength of 44 kg/sq.mm.

- The diameter of the wire used in the fabrication of the netting shall be at least 3.0 mm
depending on the design requirement.

- All wires used in the fabrication of the gabions and in the wiring operations during construction
shall be hot dip galvanized.

All edges of the standard gabions including end panels and the diaphragms, if any, shall be
mechanically selvedge in such a way as to prevent unraveling of the mesh and to develop the full
strength of the mesh. The wire used for the selvedge shall have a diameter greater than that of the wire
used to form the mesh. Wire having a diameter of 3.0 mm and the selvedge wire shall have diameter
equal to or greater than 3.9 mm.
The stone for the gabion shall be taken from the quarry or river deposit material or as approved by the
Employer or Employer's representative. The rock shall be of compact, firmly-bound and uniformly
grain texture and absolutely weather-resistance, shall not have cracks, holes, laminations or detrimental
materials. The stone blocks shall be of natural irregular cubical shape. The thin sliced blocks shall not
be accepted. The size of stone shall be at least 10 cm.
The sides of the gabion wall should be backfilled, compacted and leveled as directed by Engineer.
The standard gabion shall have following dimension:
Length : 2.0 meter
Width : 1.0 meter
Height : 1.0 meter
Sufficient lacing and connecting wire shall be supplied with the gabions for all the wiring operations to
be carried out in the construction of the gabion work. The quantity of such wire is estimated to be 8%
of the gabion supplied. The 2.4 mm lacing wire shall be used for the gabion made of wire gauge 3.0
mm.
Payment:
Measurement for payment of gabion works shall be made on the basis of actual placed volume of
gabions in cubic meters. Payment shall be made for the number of cubic meters measured as provided
at the unit price specified in the schedule. The unit price shall include all labour, equipment, materials,
backfilling with compaction and all other cost necessary for the performance and completion of the
works.
8.3 M15 Concrete Nominal Mix 1:2:4 for top seal cover: P.C.C.

Top of the gabion wall and stone masonry wall shall be sealed with M15 concrete cover. The thickness
of the cover shall be minimum 75mm or as directed by Employer’s representative.
Payment:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 5 – Tower Foundation and Civil Works Page 5-27

Measurement for payment of “M15 Concrete Nominal Mix 1:2:4 for top seal cover” works shall be
made on the basis of actual placed volume of Concrete in cubic meters. Payment shall be made for the
number of cubic meters measured as provided at the unit price specified in the schedule. The unit price
shall include all labour, equipment, materials and all other cost necessary for the performance and
completion of the works.
8.4 Slope Cutting and revetment works:

This section covers the cutting of slopes where sufficient electrical ground clearance of the line is not
available. After slope cutting, revetment wall shall be constructed as directed by Engineer. Back
filling of the revetment wall shall be done with leveling.
Payment:
Measurement for payment of “Slope cutting and revetment Works” works shall be made on the basis
of actual cut volume of slopes in cubic meters. Payment shall be made for the number of cubic meters
measured as provided at the unit price specified in the schedule. The unit price shall include all labour,
equipment, materials, revetment walls and all other cost necessary for the performance and completion
of the works.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 6 – Line Conductor Page 6-1

CHAPTER-6
LINE CONDUCTOR

1 General
The scope of work comprises of supply and stringing of ACSR "Cardinal" conductor for 132 kV
transmission line from Dhalkebar to Lohapatti.
2 Conductor Specification
All conductors shall be of aluminium conductor steel reinforced (ACSR) construction and shall be
manufactured in strict conformity with BS 215 Part 2. Bidders must offer conductor from reputable and
experienced manufacturers with not less than five years manufacturing experience and the
manufacturers shall possess manufacturing and testing facilities for producing the offered conductor at
the time of bidding.
The steel core and the first layer of aluminium of ACSR conductors shall be greased. The grease shall
be of neutral type and at a temperature of 100-degree centigrade. The grease shall neither flow within
nor extrude from the conductor. The grease shall retain its properties as resistance to oxidization and
chemical stability at all service temperatures.
The outermost layer of all conductors shall be stranded with right hand lay.
The correct tension must be maintained on the stranding machine when spinning the cable to avoid the
possibility of bird caging during stringing. Any conductor not complying may be rejected at the
discretion of the Employer.
The purity of the aluminium shall be the highest commercially available and not less than 99.5%, the
copper content not exceeding 0.04%. The Contractor shall submit certificates of analysis giving the
percentage and nature of any impurities in the metal from which the wires are made. Aluminium wires
shall be made to BS 2627 and steel wires to BS 4565.
Precautions shall be taken during the manufacture, storage and erection of steel-cored aluminium
conductors to prevent the possibility of contamination by copper or other materials, which may
adversely affect the aluminium. The manufacture of steel-cored aluminium conductors shall be carried
out in a portion of the factory specially set aside for such purposes. Machinery previously used in the
manufacture of copper or copper bearing conductors shall not be used for the manufacture of these
aluminium or steel wires.
2.1 Conductor drum lengths
Conductors shall be supplied on drums of approved construction and the drums shall be securely
battened to protect the conductor. Drum battens shall not be removed until the drum is properly
mounted at the drum station on the line and battens shall be immediately refitted to the drum if any
surplus conductor is left thereon.
Each drum shall be marked with length and size of the conductor and in addition, the conductor
manufacturing batch number shall be inscribed on the drum. Empty drums shall become the property

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 6 – Line Conductor Page 6-2

of the Employer and be returned by the Contractor to the Employer's stores nominated by the
Employer. The maximum length of conductor shall not exceed 2 km per drum.
2.2 Creep of ACSR-conductors
When stringing ACSR-conductors the creep shall be adopted into account. A suitable method is for
stringing the conductor to a higher tension. This is expressed as a temperature difference corresponding
to the estimated creep.
Unless more reliable data is available, the temperature difference for Cardinal-conductor as may be
used.
2.3 Details of ACSR Conductors
The ACSR Conductor shall generally conform to BS: 215(Part-2) /IS: 398 (Part-II) except where
otherwise specified herein.
The details of the ACSR CARDINAL Conductor are tabulated below:
1.0 Designation as per BS-215(Part-2)
2.0 Stranding and wire diameter 54/3.38 mm Aluminium +7/3.38 mm
steel
3.0 Number of Strands
3.1 Steel core 1
3.2 1st steel layer 6
3.3 1st Aluminium layer 12
3.4 2nd Aluminium layer 18
3.5 3rd Aluminium layer 24
4.0 Sectional area of Aluminium 484.5 sq. mm
5.0 Total sectional area 547.3 sq. mm
6.0 Overall diameter 30.42 mm
7.0 Approximate mass 1833 (Kg/ KM)
8.0 Calculated D.C. resistance at 20 ® C 0.05979 Ohm/KM
9.0 Minimum UTS 15,381 kg
10.0 Modulus of Elasticity 7,036 kg/Sq mm
11.0 Co-efficient of Linear Expansion 19.3 x 10-6 per 0C
12.0 Standard Un jointed length on reel 2,000 m

2.4 Joints in Wires:


a) Aluminum Wires
No joints shall be permitted in the individual wires in the outer most layer of the finished conductor.
However, joints in the 12 wire inner layer of the conductor unavoidably broken during stranding
provided such breaks are not associated with either inherently defective wire or with the use of short
lengths of aluminium wires. Such joints shall not be more than four (4) per conductor lengths. This
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 6 – Line Conductor Page 6-3

joist shall be made by cold pressure butt-welding and shall be such that no two such joints are within
15 metres of each other in the complete stranded conductor.

b) Steel Wires
There shall be no joint of any kind in the finished wire entering into the manufacture of the strand nor
strand joint or strand splices in any length of the complete stranded steel core of the conductor.
2.5 Materials
The Aluminium strands shall be hard drawn from electrolyticaluminium rods having a purity of not
less than 99.5% and a copper content not exceeding 0.04%. They shall have the same properties and
characteristics as prescribed in IEC:889-1987.
The steel wire strands shall be drawn from high carbon steel wire rods produced by either the acid or
basic open hearth process, the electric furnace process, or the basic oxygen process and shall conform
to the following requirements as to the chemical composition:
Element % composition
Carbon 0.50 to0.85
Manganese 0.50 to1.10
Phosphorus Not more than 0.035
Sulphur Not more than 0.045
Silicon 0.10 to0.35

The steel wire stands shall have the same properties and characteristics as proscribed for regular
strength steel wire in IEC:888-1987..
The zinc used for galvanizing shall be electrolytic high grade Zinc of 99.95% purity. It shall conform
to and satisfy all the requirements of IS:209.
2.6 Packing
The conductor shall be supplied in non-returnable, strong, wooden drums provided with lagging of
adequate strength, constructed to protect the conductor against all damage and displacement during
transit, storage and subsequent handling and stringing operations in the field. The Supplier shall be
responsible for any loss or damage during transportation handling and storage due to improper packing.
The drums shall generally conform to IS: 1778, except as otherwise specified hereinafter.
The drums shall be suitable for wheel mounting and for letting off the conductor under a minimum
controlled tension of the order of 5 KN.
The general outline of the drum for conductor shall be as in the annexed drawings. The Bidder should
submit their proposed drum drawings along with the bid.
For conductor, one standard length shall be wound on each drum.
All wooden components shall be manufactured out of seasoned soft wood free from defects that may
materially weaken the component parts of the drums. Preservative treatment shall be applied to the
entire drum with preservatives of a quality which is not harmful to the conductor.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 6 – Line Conductor Page 6-4

The flanges shall be of two ply construction with each ply at right angles to the adjacent ply and nailed
together. The nails shall be driven from the inside face flange, punched and then clenched on the outer
face. The thickness of each ply shall not vary by more than 3mm from that indicated in the figure.
There shall be at least 3 nails per plank of ply with maximum nail spacing of 75mm. Where a slot is cut
in the flange to receive the inner end of the conductor the entrance shall be in line with the periphery of
the barrel.
The wooden battens used for making the barrel of the conductor shall be of segmental type. These shall
be nailed to the barrel supports with at least two nails. The battens shall be closely butted and shall
provide a round barrel with smooth external surface. The edges of the battens shall be rounded or
chamfered to avoid damage to the conductor.
Barrel studs shall be used for the construction of drums. The flanges shall be holed and the barrel
supports slotted to receive them. The barrel studs shall be threaded over a length on either end,
sufficient to accommodate washers, spindle plates and nuts for fixing flanges at the required spacing.
Normally, the nuts on the studs shall stand protruded of the flanges. All the nails used on the inner
surface of the flanges and the drum barrel shall be counter sunk. The ends of barrel shall generally be
flushed with the top of the nuts.
The inner cheek of the flanges and drum barrel surface shall be painted with bitumen based paint.
Before reeling, card board or double corrugated or thick bituminized water-proof bamboo paper shall
be secured to the drum barrel and inside of flanges of the drum by means of a suitable commercial
adhesive material. After reeling the conductor, the exposed surface of the outer layer of conductor
shall be wrapped with water proof thick bituminized bamboo paper to preserve the conductor from dirt,
grit and damage during transport and handling.
A minimum space of 75 mm for conductor shall be provided between the inner surface of the external
protective tagging and outer layer of the conductor.
Each batten shall be securely nailed across grains as far as possible to the flange, edges with at least 2
nails per end. The length of the nails shall not be less than twice the thickness of the battens. The nails
shall not protrude above the general surface and shall not have exposed sharp, edges or allow the
battens to be released due to corrosion.
The nuts on the barrel studs shall be tack welded on the one side in order to fully secure them. On the
second end, a spring washer shall be used.
A steel collar shall be used to secure all barrel studs. This collar shall be located between the washers
and the steel drum and secured to the central steel plate by welding.
Outside the protective lagging, there shall be minimum of two binder consisting of hoop
iron/galvanized steel wire. Each protective lagging shall have two recesses to accommodate the
binders.
The conductor ends shall be properly sealed and secured on the side of one of the flanges to avoid
loosening of the conductor layers during transit and handling.
As an alternative to wooden drum Bidder may also supply the conductors in non-returnable painted
steel drums. After preparation of steel surface according to IS: 9954, synthetic enamel paint shall be
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 6 – Line Conductor Page 6-5

applied after application of one coat of primer. Wooden/Steel drum will be treated at par for evaluation
purpose and accordingly the Bidder should quote in the package.
2.7 Marking
Each drum shall have the following information stencilled on it in indelible ink along with other
essential data:
- Contract/Award letter number.
- Name and address of consignee.
- Manufacturer’s name and address.
- Drum number
- Size of conductor
- Length of conductor in meters
- Arrow marking for unwinding
- Position of the conductor ends
- Distance between outer-most Layer of conductor and the inner surface of lagging.
- Barrel diameter at three locations & an arrow marking at the location of the measurement.
- Number of turns in the outer most layer.
- Gross weight of drum after putting lagging.
- Tear weight of the drum without lagging.
- Net weight of the conductor in the drum.
- Material Inspection & Clearance certificate No.
- The above should be indicated in the packing list also.
2.8 Verification of Conductor Length
The Employer (NEA) reserves the right to verify the length of conductor in any conductor drum to be
supplied by contractor.
3 Tests
The following acceptance and routine tests and tests during manufacture shall be carried outon the
conductor . For the purpose of this clause, the following shall apply.
Acceptance tests shall mean those tests which are to be carried out on samples taken from each lot
offered for pre-despatch inspection, for the purpose of acceptance of that lot.
Routine tests shall mean those tests, which are to be carried out on each strand/ spool/length of the
conductor to check requirements which are likely to vary during production.
Tests during manufacture shall mean those tests, which are to be carried out during the process of
manufacture and end inspection by the manufacture to ensure the desired quality of the end product to
be supplied by him.
For all acceptance tests, the acceptance values shall be the values guaranteed by the bidder in the
guaranteed technical particulars of his proposal or the acceptance value specified in this specification,
whichever is more stringent for that particular test.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 6 – Line Conductor Page 6-6

3.1 Design (Type) Tests


Only type tested conductor the equipment should be offered. Type test reports as specified in section-2
of this specified shall be submitted by the Bidder to along with the bid. The type test report includes:

a) Surface condition test


b) Test for ultimate breaking load on stranded conductor
c) Stress-strain test
d) Measurement of diameter of individual aluminium and steel wires.
e) Measurement of lay ratio.
f) Breaking load of individual wires.
g) Ductility test
h) Wrapping test
i) Resistance test and
j) Galvanizing test
3 . 2 Acceptance Tests
a) Visual and dimensional check on drum
b) Visual check for joints scratches etc. and lengths of conductor by rewinding
c) Dimensional check on steel and Aluminium strands
d) Galvanizing test on steel strands
e) Torsion and elongation test On steel strands
f) Check for lay-ratios of various layers
g) Breaking load test on steel and aluminum strands
h) Wrap test on steel and aluminum strands
i) DC resistance test on aluminium strands
j) UTS Test on welded joint of strands

Note: All the tests except (j) shall be carried out on Aluminium and steel strands after stranding only.
3.3 Routine tests
a) Check to ensure that the joints are as per specification.
b) Check that there are no cuts, fins etc. on the strands.
c) Check that drums areas per specification.
d) All acceptance test as mentioned above to be carried out on each coil.
3.4 Tests during manufacture
a) Chemical analysis of zinc used for galvanizing
b) Chemical analysis of aluminum used for making aluminum strands

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 6 – Line Conductor Page 6-7

3.5 Testing Expenses


The entire cost of testing for the acceptance and routine tests and tests during manufacture specified
herein shall be treated as included in the quoted unit price except for the expenses of the inspector/
NEA representative.
3.6 Test Reports
Record of routine test reports and acceptance tests shall be submitted to the Employer for
approval.
Test certificates of tests during manufacture shall be maintained by the manufacturer. These shall be
produced for verification as and when desired by the NEA.
3.7 Inspection
The representative of the Employer shall at all times be entitled to have access to the works and all
places of manufacture, where conductor shall be manufactured and representative shall have full
facilities for unrestricted inspection of the manufacturer works, raw materials and process of
manufacture for conducting necessary tests as detailed herein.
No material shall be dispatched from its point of manufacture before it has been satisfactorily
inspected and tested, unless the inspection is waived off by the Employer in writing. In the later
case also the conductor shall be dispatched only after satisfactory testing for all tests specified
herein have been completed.
The acceptance of any quantity of material shall in no way relieve the manufacturer of any of his
responsibilities for meeting all requirements of the specification, and shall not prevent subsequent
rejection if such material is later found to be defective.
4 Standards
The conductor shall conform to the following Indian/International Standards, which shall mean
latest revisions, with amendments/changes adopted and published, unless specifically stated
otherwise in the Specification.
In the event of the supply of conductor conforming to standards other than specified, the Bidder
shall confirm in his bid that these standards are equivalent to those specified. In case of award,
salient features of comparison between the standards proposed by the Supplier and those specified
in this document will be provided by the Supplier to establish their equivalence.

Sl. No. Indian Title International


Standard Standard
1. IS: 209-1992 Specification for zinc BS: 3436-1986
2. IS: 398-1982 Specification for Aluminium Conductors IEC: 1089-1991
for Overhead Transmission Purposes BS: 215-1970
3. IS: 398-1990 Aluminum Conductor Galvanized BS: 215-1970
Part-II and Steel Reinforced and All Aluminium IEC: 1089-1991

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 6 – Line Conductor Page 6-8

Sl. No. Indian Title International


Standard Standard
IS:398-1994 Alloy Conductors
Part-4
4. IS: 1778-1980 Reels and Drums for Bare BS: 1559-1949
Conductors
5. IS: 1521-1991 Method of Tensile Testing of Steel ISO 6892-1984
Wire
6. IS: 2629-1990 Recommended Practice for Hot Dip
Galvanizing of Iron and Steel
7. IS: 2633-1992 Method of Testing Uniformity of
Coating on Zinc Coated Articles
8. IS: 4826-1992 Galvanized Coating on Round Steel IEC: 888-1987
Wires BS: 443-1969
9. IS: 6745-1990 Methods of Determination of BS: 433-1969
Weight of Zinc Coating of Zinc ISO 1460 - 1973
Coated Iron and Steel Articles
10. IS: 8263-1990 Method of Radio Interference Tests IEC: 437-1973
on High Voltage Insulators NEMA: 107-1964
CISPR
11. Zinc Coated steel wires for stranded IEC: 888-1987
Conductors
12. Hard drawn Aluminium wire for IEC: 889-1987
overhead line conductors

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 7 – Insulators and Accessories Page 7-1

CHAPTER-7
INSULATOR AND ACCESSORIES

1. Composite Long Rod Insulator


The Insulator strings consist of Composite long rod insulators (HT-Silicon Rubber) for a three phase,
50 Hz, effectively earthed 132 kV transmission systems in a lightly polluted atmosphere. Coupling
shall be ball and socket type.
Bidder shall quote such composite insulators which have proven use under foggy/humid operational
conditions. The Bidder shall furnish evidence in the form of certification from the power utilities that
the similar type of product supplied to them had been performing satisfactory. The Bidder shall also
submit certified test report for an accelerated ageing test of 5000 hours such as that described in
Appendix-C of IEC-61109
The size of long rod insulator, minimum creepage distance, the number to be used in different type of
strings, their electromechanical strength and mechanical strength of insulator string along with
hardware fittings shall be as follows:
Table 7.1: 132kV Transmission Line at an altitude ≤ 1,000m
Electro-
No. of
mechnical Mechanical strength
Creepage individual
Sl. strength of of insulator string
Type of string Factor units per
No. insulator along with hardware
(C.F.)* string
disc fittings (kN)
(Nos)
(kN)
Single “I”
1 1 70 90
suspension
Single ‘I’
2 1 70 160
Tension
3.5
Double “I”
3 2 70 2 x 90
suspension
4 Double “I” Tension 2 120 2 x 160
“*”C. F. = Creepage Factor for pollution level II, as described in Appendix – D of IEC 60815.
Creepage distance (mm) = C.F X Arcing Distance of insulator.

Note: The bidder shall offer composite long rod insulators of suitable core dia to meet specified
E&M strength requirements. Bidder shall submit the overall string length and other details withthe
Bid.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 7 – Insulators and Accessories Page 7-2

2 Pin and Cap

Pin and Cap shall be designed to transmit the mechanical stresses and develop uniform mechanical
strength in the insulator. The cap shall be circular with the inner and outer surfaces concentric, of such
design that it will not yield or distort under load conditions.
The design shall be such as to permit easy removal of replacement of either insulator units or fittings
under the live line conditions.
3 Security Clip
Security clip for use with ball and socket coupling shall be of R-shaped hump type which shall provide
positive locking of the coupling as per IS: 2486-(Part-Ill)/IEC: 372. The legs of the security clips shall
be spread after installation to prevent complete withdrawal from the socket. The locking device should
be resilient, corrosion resistant and of suitable mechanical strength. There shall be no risk of the
locking device being displaced accidentally or being rotated when in position. Under no circumstances
shall locking device allow separation of insulator units or fittings.
The hole for the security clip shall be countersunk and the clip shall be of such design that the eye of
clip may be engaged by a hot line clip puller to provide for disengagement under energized conditions.
The force required to pull the security clip into its unlocked position shall not be less than 50N (5 kg)
or more than 500N (50 kg).
4 Ball and Socket Designation
The dimensions of the balls and sockets shall be of 16 mm designation for 90 kN & 20 mm designation
for 160 kN disc insulator in accordance with the standard dimensions stated in IS: 2486 - (Part -
II)/IEC:120.
5 Dimensional Tolerance of Composite Insulators
The tolerances on all dimensions e.g. diameter, length and creepage distance shall be allowed as
follows:
± (0.04d+1.5) mm when d≤300 mm.
± (0.025d+6) mm when d>300 mm.
Where, d being the dimensions in millimeters for diameter, length or creepage distance as the case may
be.
However, no negative tolerance shall be applicable to creepage distance.
6 Interchangeability
The composite long rod insulators inclusive of the ball and socket fittings shall be of standard design
suitable for use with the hardware fittings of any make conforming to relevant Indian/IEC Standards.
7 Corona and RI Performance
All surfaces must be clean, smooth, without cuts, abrasions or projections. No part shall be subjected to
excessive localized pressure. The insulator metal parts shall be so designed and manufactured that it

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 7 – Insulators and Accessories Page 7-3

shall not generate any Radio Interference beyond specified limit and not produce any noise generating
corona formation under the operating conditions.
8 Maintenance
The long rod insulators offered shall be suitable for employment of hot line maintenance technique so
that usual hot line operation can be carried out with ease, speed and safety.
All insulators shall be designed to facilitate cleaning and insulators shall have the minimum practical
number of sheds and grooves. All grooves shall be so proportioned that any dust deposit can be
removed without difficulty either by wiping with a cloth or by remote washing under live line
condition.
9 Materials
9.1 Core
It shall be a glass-fiber reinforced (FRP rod) epoxy resin rod of high strength. Glass fibers and resin
shall be optimized. The rod shall be electrical grade corrosion resistant (ECR), boron free glass and
shall exhibit both high electrical integrity and high resistance to acid corrosion.
9.2 Housing & Weathersheds
The FRP rod shall be covered by a seamless sheath of a HT-silicone rubber compound of a thickness of
minimum 3mm. The housing & weathersheds should have silicon content of minimum 30% by weight.
It should protect the FRP rod against environmental influences, external pollution and humidity. It shall
be extruded or directly molded on the core. The interface between the housing and the core must be
uniform and without voids. The strength of the bond shall be greater than the tearing strength of the
polymer. The manufacturer shall follow non-destructive technique (N.D.T.) to check the quality of
jointing of the housing interface with the core. The technique being followed with detailed procedure
and sampling shall be furnished along with the bid. The details for this shall be finalized during
detailed engineering and finalization of MQP.
The weathersheds of the insulators shall be of alternate shed profile. The weathersheds shall be
vulcanized to the sheath (extrusion process) or molded as part of the sheath (injection moulding
process) and free from imperfections. The vulcanization for extrusion process shall be at high
temperature and for injection moulding shall be at high temperature & high pressure. Any seams / burrs
protruding axially along the insulator, resulting from the injection moulding process shall be removed
completely without causing any damage to the housing. The track resistance of housing and shed
material shall be class 1A4.5 according to IEC60587. The strength of the weathershed to sheath
interface shall be greater than the tearing strength of the polymer. The composite insulator shall be
capable of high pressure washing.
9.3 End Fittings
End fittings transmit the mechanical load to the core. They shall be made of malleable cast iron
spheroid graphite or forged steel. They shall be connected to the rod by means of a controlled
compression technique. The manufacturer shall have in-process Acoustic emission arrangement or
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 7 – Insulators and Accessories Page 7-4

some other arrangement to ensure that there is no damage to the core during crimping. This verification
shall be in-process and done on each insulator. The gap between fitting and sheath shall be sealed by a
flexible silicone rubber compound. The system of attachment of end fitting to the rod shall provide
superior sealing performance between housing and metal connection. The sealing must be humidity
proof and durable with time.
9.4 Grading Rings
Grading rings shall be used at both ends of each composite insulator unit for reducing the voltage
gradient on and within the insulator and to reduce radio and TV noise to acceptable levels. The size and
placement of the metallic grading rings shall be designed to eliminate dry band arcing/corona cutting/
exceeding of permissible electrical stress of material. The bidder shall furnish calculations along with
the proposed placement and design of corona ring in support of the above. Grading rings shall be
capable of installation and removal with hot line tools without disassembling any other part of the
insulator assembly.
The supply of grading rings shall be in the scope of the composite insulator supplier.

10 Workmanship
All the material shall be of the latest design and conform to the best modern practices adopted in the
extra high voltage field. Suppliers shall offer only such insulators as are guaranteed by him to be
satisfactory and suitable for Transmission lines specified and will give continued good service.
The design, manufacturing process and material control at various stages shall be such as to give
maximum working load, highest mobility, best resistance to corrosion, good finish and elimination of
sharp edges and corners to limit corona and radio interference.
The design of the insulators shall be such that stresses due to expansion and contraction in any part of
the insulator shall not lead to deterioration.
The core shall be sound and free of cracks and voids that may adversely affect the insulators.
Weather sheds shall be uniform in quality. They shall be clean, sound, smooth and free from gross
defects and excessive flashing at parting lines.
End fittings shall be free from cracks, seams, shrinks, air holes and rough edges. End fittings should be
effectively, sealed to prevent moisture ingress, effectiveness of sealing system must be supported by
test documents. All surfaces of the metal parts shall be perfectly smooth with the projecting points or
irregularities which may cause corona. All load bearing surfaces shall be smooth and uniform so as to
distribute the loading stresses uniformly.
All ferrous parts shall be hot dip galvanized to give a minimum average coating of Zinc equivalent to
600 gm/sq.m and shall be in accordance with the requirement of IS:2629 and shall satisfy the tests
mentioned in IS:2633. The zinc used for galvanizing shall be of Grade Zn 99.95 as per IS: 209. The
zinc coating shall be uniform, adherent, smooth, reasonably bright, continuous and free from
imperfections such as flux, ash, rust stains, bulky white deposits and blisters. The galvanized metal

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 7 – Insulators and Accessories Page 7-5

parts shall be guaranteed to withstand at least six successive dips each lasting for one (1) minute
duration under the standard preece test. The galvanizing shall be carried out only after any machining.
11 Equipment Marking

Each Composite Long Rod Insulator shall be legibly and indelibly marked with the trade mark of the
manufacturer, name of Employer and month & year of manufacture. The guaranteed combined
mechanical and electrical strength shall be indicated in kilo Newton followed by the word ‘kN’ to
facilitate easy identification and to ensure proper use.
For porcelain insulator, the marking shall be on porcelain. The marking shall be printed, not impressed
and shall be applied before firing. For toughened glass insulators the marking shall be on the metal
parts.
One 10 mm thick ring or 20 mm thick spot of suitable quality of paint shall be marked on the cap end
fitting of each composite long rod insulator of particular strength for easy identification of the type of
insulator. The paint shall not have any deteriorating effect on the insulator performance. Following
codes shall be used as identification mark:
For 90 kNLong rod : Orange
For 120 kNLong rod : Yellow
For 160 kNLong rod : Green
12 Bid Drawings

The Bidder shall furnish full description and illustration of the material offered.
The Bidder shall furnish along with the bid the outline drawing (6 copies) of each insulator unit
including a cross sectional view of the insulator shell. The drawing shall include but not limited to the
following information:
a) Long rod diameter and ball to ball spacing with manufacturing tolerances
b) Minimum Creepage distance with positive tolerance
c) Protected creepage distance
d) Eccentricity of the long rod unit
e) Axial run out
f) Radial run out
g) Unit mechanical and electrical characteristics
h) Size and weight of ball and socket parts
i) Weight of composite long rod units
j) Materials
k) Identification mark
l) Manufacturer's catalogue number

After placement of award, the Contractor shall submit full dimensioned insulator drawings containing
all the details, in four (4) copies to Employer for approval. After getting approval from Employer and
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 7 – Insulators and Accessories Page 7-6

successful completion of all the type tests, the Supplier shall submit 10 more copies of the same
drawing to the Employer for further distribution and field use at Employer's end.
After placement of award the Contractor shall also submit fully dimensioned insulator crate drawing
for different type of insulators.
13 Tests
13.1 Type Tests
The equipment should be offered type tested. The Bidder shall submit type test reports as specified in
section-2 of this specified along with the bid.

On the complete composite Long Rod Insulator String with Hardware Fittings

(a) Power frequency voltage withstand test with corona control IEC:383-1993/
rings/grading ring and arcing horns under wet condition Annexure A
(b) Switching surge voltage withstand test under wet condition IEC:383-1993
(c) Impulse voltage withstand test under dry condition IEC:383-1993
(d) Corona and RIV test under dry condition Annexure-A
(e) Mechanical Strength test Annexure-A
(f) Vibration test Annexure-A
(g) Salt-fog pollution withstand test Annexure-A

All the type test given above shall be conducted on Single ‘I’ suspension, Single Tension, Double
tension, Double ’I’ suspension insulator string along with hardware fittings.
On Composite Insulator Units

(a) Tests on interfaces and connections of metal fittings (Tests to be IEC: 61109
performed on the same samples in the sequence given below)
i. Dry power frequency voltage test
ii. Sudden load release test
iii. Thermal mechanical test
iv. Water immersion test
v. Steep front impulse voltage test
vi. Dry power frequency voltage test
(b) Assembled core load time test IEC: 61109
i. Determination of the average failing load of the core of the
assembled unit
ii. Control of the slope of the strength time curve of the
insulator

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 7 – Insulators and Accessories Page 7-7

(c) Brittle fracture resistance test Annexure-A

(d) Test of housing, Tracking and erosion test IEC: 61109

(e) Tests for the core material IEC:61109


i. Dye penetration test
ii. Water diffusion test

(f) Flammability test IEC:61109


(g) Recovery of Hydrophobicity test Annexure-A
(h) Mechanical Load Time test and test of tightness between end IEC:61109
firings and insulator housing
(i) Silicone content test Annexure-A

(j) High Pressure washing test Annexure-A

13.2 Acceptance Tests:


For Composite Long Rod Insulators

(a) Verification of dimensions IEC : 61109


(b) Galvanising test IEC : 60383
(c) Verification of locking system IEC : 60383
(d) Verification of tightness of interface between end fittings and IEC : 61109
insulator housing and of specified mechanical load
(e) Recovery of Hydrophobicity Annexure-A
(f) Silicone content test Annexure-A

In the event of failure of the sample to satisfy the acceptance test(s) specified in above, the retest
procedure shall be as per clause 7.6 of IEC 61109.

13.3 Routine Tests


For Composite Long Rod Insulator Units

a) Visual Inspection As per IEC :


61109
b) Mechanical routine test As per IEC :
61109

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 7 – Insulators and Accessories Page 7-8

13.4 Tests during Manufacture


On all components as applicable

a) Chemical analysis of zinc used for galvanizing As per Annexure-A


b) Chemical analysis, mechanical, metallographic test and magnetic As per Annexure-A
particle inspection for malleable castings.
c) Chemical analysis hardness tests and magnetic particle inspection As per Annexure-A
for forgings
d) Tracking and erosion test on insulating material IEC 60587
13.5 Testing Expenses
The entire cost of testing for type, acceptance and routine tests and tests during manufacture specified
herein shall be treated as included in the quoted Ex-works/CIF Price.
In case of failure in any type test, if repeat type tests are required to be conducted, then all the expenses
for deputation of Inspector/ Employer's representative shall be deducted from the contract price. Also if
on receipt of the Supplier's notice of testing, the Employer's representative does not find 'plant' to be
ready for testing the expenses incurred by the Employer for re-deputation shall be deducted from
contract price.
13.6 Sample Batch for Type Testing
The Supplier shall offer material for sample selection for type testing only after getting Quality
Assurance Programme approved by the Employer. The Supplier shall offer at least three times the
quantity of materials required for conducting all the type tests for sample selection. The sample for type
testing will be manufactured strictly in accordance with the Quality Assurance Programme approved
by the Employer.
Before sample selection for type testing, the Supplier shall be required to conduct all the acceptance
tests successfully in presence of Employer's representative.
13.7 Schedule of Testing
The Bidder has to indicate the schedule of following activities in their bids:
a) Submission of drawing for approval.
b) Submission of Quality Assurance Programme for approval.
c) Offering of material for sample selection for type tests.
d) Type testing.
13.8 Repeat E&M Strength Test
The Employer reserves the right of having at his own expenses any other test(s) of reasonable nature
carried out at Supplier's premises, at site, or in any other place in addition to the aforesaid type,
acceptance and routine tests to satisfy himself that the material comply with the Specifications.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 7 – Insulators and Accessories Page 7-9

The Employer also reserves the right to conduct all the tests mentioned in this specification at his own
expense on the samples drawn from the site at Supplier's premises or at any other test centre. In case of
evidence of non compliance, it shall be binding on the part of the Supplier to prove the compliance of
the items to the technical specifications by repeat tests or correction of deficiencies or replacement of
defective items, all without any extra cost to the Employer.
13.9 Co-ordinate for testing

The Contractor/ Supplier shall have to co-ordinate testing of insulators with hardware fittings to be
supplied by other Supplier and shall have to guarantee overall satisfactory performance of the
insulators with the hardware fittings.
13.10 Guarantee

The Contractor/ Supplier of insulators shall guarantee overall satisfactory performance of the insulators
with the hardware fittings.
13.11 Test Reports

Copies of type test reports shall be furnished in at least six (6) copies along with one original. One copy
shall be returned duly certified by the Employer only after which the commercial production of the
concerned material shall start.
Copies of acceptance test reports shall be furnished in at least six (6) copies. One copy shall be returned
duly certified by the Employer, only after which the material shall be dispatched.
Record of routine test reports shall be maintained by the Supplier at his works for periodic inspection
by the Employer’s representative.
Test certificates of test during manufacture shall be maintained by the Supplier. These shall be
produced for verification as and when desired by the Employer.
13.12 Inspection

The Employer’s representative shall at all times be entitled to have access to the works and all places of
manufacture, where insulator, and its component parts shall be manufactured and the representatives
shall have full facilities for unrestricted inspection of the Supplier’s and sub-Supplier’s works, raw
materials, manufacture of the material and for conducting necessary test as detailed herein.
The material for final inspection shall be offered by the Supplier only under packed condition.
The Employer shall select samples at random from the packed lot for carrying out acceptance tests.
Insulators shall normally be offered for inspection in lots not exceeding 2000 nos. for disc insulator.
The lot should be homogeneous and should contain insulators manufactured in 3-4 consecutive weeks.
The Supplier shall keep the Employer informed in advance of the time of starting and the progress of
manufacture of material in their various stages so that arrangements could be made for inspection.
No material shall be dispatched from its point of manufacture before it has been satisfactorily inspected
and tested unless the inspection is waived off by the Employer in writing. In the latter case also the
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 7 – Insulators and Accessories Page 7-10

material shall be dispatched only after satisfactory testing for all tests specified herein have been
completed.
The acceptance of any quantity of material shall be no way relieve the Supplier of his responsibility for
meeting all the requirements of the specification and shall not prevent subsequent rejection, if such
material are later found to be defective.
14 Packing and Marking
All insulators shall be packed in suitable PVC/ plastic tubes/any other suitable packing along with
temporary wrap-on shields/shrouds for each insulator unit. The packing shall provide protection against
rodent. The shields/shrouds shall be for protection during transport and for preventing bird pecking
during erection. Further, the shields/shrouds shall be made of opaque, weather proof material of
adequate strength and shall be colour coded. The shields/shrouds shall have smaller diameter than the
insulator to stay in place against winds & weather and shall be designed so as to leave only the end
fittings exposed for attachment of insulator to tower and line hardware until line construction is
complete. The shield/shroud shall have suitable pull off loop for easy detachment just prior to charging
of the line without causing any damage to the insulator. The bidderSupplier shall furnish detailed
design of the packing and shield/shroud along with attachment and detachment procedure in this
regard. For marine transportation, crates shall be palleted.
The packing shall be of sufficient strength to withstand rough handling during transit, storage at site
and subsequent handling in the field.
Suitable cushioning, protective padding, or dunnage or spacers shall be provided to prevent damage or
deformation during transit and handling.
The Supplier shall guarantee the adequacy of the packing and shall be responsible for any loss or
damage during transportation, handling, storage and installation due to improper packing.
All packing cases shall be marked legibly and correctly so as to ensure safe arrival at their destination
and to avoid the possibility of goods being lost or wrongly dispatched on account of faulty packing and
faulty or illegible markings. Each case/crate shall have all the markings stenciled on it in indelible ink.
15 Standards

The insulator strings and its components shall conform to the following lndian/ International Standards
which shall mean latest revision, with amendments/changes adopted and published, unless specifically
stated otherwise in the Specification.
In the event of supply of insulators conforming to standards other than specified, the Bidder shall
confirm in his bid that these standards are equivalent to those specified. In case of award, salient
features of comparison between the standards proposed by the Bidder and those specified in this
document will be provided by the Supplier to establish equivalence.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 7 – Insulators and Accessories Page 7-11

Sl. Indian Standard Title International


No Standard
.
1. IS: 209-1992 Specification for zinc BS: 3436
2. IS: 406-1991 Method of Chemical Analysis of Slab BS: 3436
Zinc
3. IS: 731-1991 Porcelain insulators for overhead BS: 137- (I&II)
Power lines with a nominal voltage IEC: 60383
greater than 1000 V
4. IS:2071 Methods of High Voltage Testing IEC:60060-1
Part (I) – 1993
(Part(II)- 1991
Part(III)- 1991
5. IS: 2486 Specification for Insulator fittings for
Overhead Power Lines with a nominal
voltage greater than 1000V
Part- I-1993 General Requirements and Tests BS: 3288
Part- II-1989 Dimensional Requirements IEC: 60120
Part-III-1991 Locking Devices IEC: 60372
6. IS:2629-1990 Recommended Practice for Hot, Dip ISO-1461 (E)
Galvanization for iron and steel
7. IS:2633-1992 Testing of Uniformity of Coating of
zinc coated articles
8. IS:3188-1988 Dimensions for Disc Insulators IEC: 60305
9. IS:6745-1990 Determination of Weight of Zinc BS: 433-1969
Coating on Zinc coated iron and steel ISO:1460-1973
articles
10. IS:8263-1990 Methods of RI Test of HV insulators IEC: 60437
NEMA Publi-
cation No.07/
1964/ CISPR
11. IS:8269-1990 Methods for Switching Impulse test on IEC: 60506
HV insulators
12. Thermal Mechanical Performance test IEC: 60575
and mechanical performance test on
string insulator units
13. Salt Fog Pollution Voltage Withstand IEC: 60507
Test
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 7 – Insulators and Accessories Page 7-12

Sl. Indian Standard Title International


No Standard
.
14. Residual Strength of String Insulator IEC: 60797
Units of Glass or Ceramic Material for
Overhead Lines after Mechanical
Damage of the Dielectric
15. Guide for the selection of insulators in IEC:60815
respect of polluted conditions

ANNEXURE 7-A Tests on complete strings with hardware fittings


1.1 Corona Extinction Voltage Test (Dry)
The sample assembly when subjected to power frequency voltage shall have a corona extinction
voltage of not less than 154 kV (rms) line to ground under dry condition. There shall be no evidence of
corona on any part of the sample. The atmospheric condition during testing shall be recorded and the
test results shall be accordingly corrected with suitable correction factor as stipulated in IEC: 383.
1.2 Test (Dry)
Under the conditions as specified under (1.2) above, the insulator string along with complete hardware
fittings shall have a radio interference voltage level below 1000 micro volts at one MHz when
subjected to 50 Hz AC voltage of 154 kV line to ground under dry condition. The test procedure shall
be in accordance with IS: 8263/IEC: 437.
1.3 Mechanical Strength Test
The complete insulator string along with its hardware fitting excluding arcing horn, corona control
ring, grading ring and suspension assembly/dead end assembly shall be subjected to a load equal to
50% of the specified minimum ultimate tensile strength (UTS) which shall be increased at a steady rate
to 67% of the minimum UTS specified. The load shall be held for five minutes and then removed.
After removal of the load, the string components shall not show any visual deformation and it shall be
possible to disassemble them by hand. Hand tools may be used to, remove cotter pins and loosen the
nuts initially. The string shall then be reassembled and loaded to 50% of UTS and the load shall be
further increased at a steady rate till the specified minimum UTS and held for one minute. No fracture
should occur during this period. The applied load shall then be increased until the failing load is
reached and the value recorded.
1.4 Vibration Test
The suspension string shall be tested in suspension mode, and tension string in tension mode itself in
laboratory span of minimum 30 metres. In the case of suspension string a load equal to 600 kg shall be
applied along the axis of the suspension string by means of turn buckle. The insulator string along with
hardware fittings and two sub-conductors (each tensioned at 43 kN shall be secured with clamps. The
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 7 – Insulators and Accessories Page 7-13

system shall be suitable to maintain constant tension on each sub-conductors throughout the duration of
the test. Vibration dampers shall not be used on the test span. Both the sub-conductors shall be
vertically vibrated simultaneously at one of the resonance frequencies of the insulators string (more
than 10 Hz) by means of vibration inducing equipment. The peak to peak displacement in mm of
vibration at the antinode point, nearest to the string, shall be measured and the same shall not be less
than 1000/f1.8 where f is the frequency of vibration in cycles/sec. The insulator string shall be vibrated
for not less than 10 million cycles without any failure. After the test the insulators shall be examined
for looseness of pins and cap or any crack in the cement. The hardware shall be examined for
looseness, fatigue failure and mechanical strength test. There shall be no deterioration of properties of
hardware components and insulators after the vibration test. The insulators shall be subjected to
Mechanical performance test followed by mechanical strength test as per relevant standards.
1.5 Salt-fog pollution withstand test
This test shall be carried out in accordance with IEC : 60507. The salinity level for composite long rod
insulators shall be 160 Kg/m3 NACL.
2.0 Composite Long rod Insulator Units
2.1 Brittle Fracture Resistance Test
Assembled core load time test with container that contains1n-HNO3 concentric acid that is applied at
the naked rod. The rod should be held at 80% of SML for the duration of the test.
The rod should not fail within the 96 hour test duration
2.2 Recovery of Hydrophobicity Test
(1) The surface of selected samples shall be cleaned with isopropyl alcohol. Allow the surface
to dry and spray with water. Record the HC classification. Dry the sample surface.
(2) Treat the surface with corona discharges to destroy the hydrophobicity. This can be done
utilizing a high frequency corona tester, Holding the electrode approximately 3mm from the
sample surface, slowly move the electrode over an area approximately 1” x 1”. Continue
treating this area for 2 – 3 minutes, operating the tester at maximum output.
(3) Immediately after the corona treatment, spray the surface with water and record the HC
classification. The surface should be hydrophilic, with an HC value of 6 or 7. If not, dry the
surface and repeat the corona treatment for a longer time until an HC of 6 or 7 is obtained.
Dry the sample surface.
(4) Allow the sample to recover and repeat the hydrophobicity measurement at several time
intervals. Silicone rubber should recover to HC 1 – HC 2 within 24 to 48 hours, depending
on the material and the intensity of the corona treatment.
2.3 Silicone content test
Minimum content of silicone as guaranteed by supplier shall be verified through FT-IR spectroscopy &
TGA analysis or any other suitable method mutually agreed between Employer & Supplier in Quality
Assurance Programme.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 7 – Insulators and Accessories Page 7-14

2.4 High Pressure washing test


The test is to be carried out at 3800 kPa with nozzles of 6 mm diameter at a distance of 3m from
nozzles to the insulator, followed by a dry power frequency voltage test as per IEC 61109.
3.0 Tests on All components (As applicable)
3.1 Chemical Analysis of Zinc used for Galvanizing
Samples taken from the zinc ingot shall be chemically analyzed as per IS: 209-1979. The purity of zinc
shall not be less than 99.95%.
3.2 Tests for Forgings
The chemical analysis hardness tests and magnetic particle inspection for forgings, will be as per the
internationally recognized procedures for these tests. The sampling will be based on heat number and
heat treatment batch. The details regarding test will be as discussed and mutually agreed to by the
Supplier and Employer in Quality Assurance Programme.
3.3 Tests on Castings
The chemical analysis, mechanical and metallographic tests and magnetic, particle inspection for
castings will be as per the internationally recognized procedures for these tests. The samplings will
be based on heat number and heat treatment batch. The details regarding test will be as discussed
and mutually agreed to by the Supplier and Employer in Quality Assurance Programme.
3.4 Autoclave Test
For cement used in the assembly of the insulators six samples from different batches shall be tested
in accordance with ASTM C-151. The cement shall have an expansion less than 0.12%.

ANNEXURE 7-B BASIC INSULATION LEVELS OF INSULATORS


SYSTEM PARTICULARS

Transmission Line at an altitude upto 1000m


A System Voltage 132 kV
B Maximum Voltage 145 kV
C Rated Lightning Impulse withstand (dry) 650 kVp(max)
D Rated Power frequency withstand voltage (wet) 275kV rms

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 8 – OPGW Page 8-1

CHAPTER-8
OPTICAL GROUND WIRE (OPGW)

1 General
The scope of work comprise of supply, installation, testing and commissioning of Optical Fiber
Ground Wire (OPGW), including necessary accessories for fiber termination and splicing, for 20
km long Dhalkebar Loharpatti 132 kV Transmission Line.
Bidders shall offer the OPGW and their accessories from reputed manufacturer. The contractor shall
ensure complete supervision by competent technical personnel(s) of the OPGW manufacturer
during installation, testing and commissioning of the whole OPGW system in totality under the
project. The supervision shall also include the on-site training to the Employer's Representative(s).
2 Technical Requirements
The optical fiber ground wire (OPGW) shall have supporting cross section of 68 mm2. The ground
wire of the 132 kV line shall be a steel wire (or Aluminium clad steel wire) with an OPGW
Composite Fiber Optic communication cable in the center. The Optical Fiber Cable, containing 24
single-mode optical fibers shall be embedded loosely inside the protective tube. The protective tube
shall be of aluminum alloy or stainless steel. Both fiber optic and stranding part of OPGW shall
comply with this Specification, and with the following standards:
Single mode fibers ITU-T (former CCITT) G. 652
Optical fiber cables IEC 60793-1 & 2
IEC 1089/91, IEC 60889/87
Stranding part IEC 60104/87; BS 3242
The earth wire shall be suitable for the climatic conditions with no attenuation changes or negative
effects on the cable, and compatible with the stringing condition of the phase conductor. Under no
condition shall the OPGW sag exceed the conductor sag.
The optical fiber shall be made of germanium doped silica glass or pure silica glass. It shall have a
primary coating made of silicone or similar material with physical and mechanical properties at
least those of silicone (acrylic or similar).
The tube shall be made of suitable material sufficiently strong to hold its shape and provide
protection for the optical fibers against deformation and friction. The strength member of the fiber
optic cable shall provide protection against buckling, kinking and strain. The material to be used
shall be fiber reinforced plastic.
The direction of lay of the outer layer of strands shall be right hand. Lay ratio of any layer shall be
not greater than the lay ratio of the layer immediately beneath it. The make up of ground wire shall
be such that the strand shall remain and shall not twist when the conductor is cut. The earth wire

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 8 – OPGW Page 8-2

shall be manufactured so that no twisting occurs when subjected to axial loads, i.e. when unrolling
and stringing.
All wires used in the manufacture of the earth wire shall be free from protrusion, sharp edges,
abrasion and any other imperfections.
No jointing of the aluminium clad steel wires shall be permitted.
There shall be no joints or splices in any optical fiber in any reel length of the complete optical
cable.
The creep characteristic of the finished earth wire shall be of virtually unvarying uniformity.
Optical fibers

All fiber installed as a part of this Contract shall have a minimum life of 30 years from the date of
final acceptance.
The OPGW shall include minimum 24 fibers. The main optical characteristics of the OPGW are
shown in the Appendix (Schedule 8A).
The other characteristics of the OPGW shall be as follows:

Outer diameter : 11.4 mm


Cable weight : approximately 487 Kg/km
Calculated breaking load : 86.6 kN
Modulus of elasticity : 162 kN/mm2
Coefficient of thermal expansion : 3.0x10-6 per degree K
Nominal short time current capacity at
Initial/final temperature 20/200 0C : 5.5 kA (min)
DC resistance at 20 0C : Not more than 1.247 ohm /km

Attenuation

The attenuation coefficient for wavelengths between 1285 nm and 1330 nm shall not exceed the
attenuation coefficient at 1310 nm by more than + 0.05 dB/km.
The attenuation coefficient for wavelengths between 1535 and 1565 shall not exceed the attenuation
coefficient at 1550 mm by more than + 0.05 dB/km. The attenuation of the fiber shall be distributed
uniformly throughout its length such that there are no point discontinuities in excess of 0.1 dB.
The cable shall consist of single mode dual-window color coded optical fibers. There shall be no
factory splices within the cable structure.
3 Optical Fiber Identification
Color-coding is essential for identifying individual optical fibers and groups of optical fibers.
Individual optical fibers within a fiberunit and fiber units will be identifiable using a color-coding
scheme. The color-coding system shall be discernible throughout the design life of the cable.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 8 – OPGW Page 8-3

Each cable shall be traceable of each fiber back to the original fiber manufacture's fiber number and
parameters of the fiber.
If more than the specified numbers of fibers are included in any cable, the cable manufacturer shall
test the spare fibers and any defective fibers shall be suitably bundled, tagged and identified at the
factory by the fiber manufacturer.

Fiber Fiber No. & Color


units 1 2 3 4 5 6
Blue tube
Blue Orange Green Brown Gray White
Orange 7 8 9 10 11 12
tube Blue Orange Green Brown Gray White
13 14 15 16 17 18
Green tube
Blue Orange Green Brown Gray White
Brown 19 20 21 22 23 24
tube Blue Orange Green Brown Gray White

4 Buffer Tube
Loose tube buffer construction shall be applied. A buffer for protection from physical damage shall
surround the individually coated optical fiber(s) during fabrication, installation and performance of
the cable. The fiber coating and buffer shall be strippable for splicing and termination. The inside
diameter of the buffer tube shall be of appropriate size to allow free movement of the fibers during
cable Contraction or elongation resulting from thermal, tensile or vibration loads.
Buffer tubes shall besleeved over multiple fibers forming a fiber unit. A fiber unit may consist of up
to 6 fibers, individually identifiable utilizing the color code in conformance with EIA 359 A.
5 Optical Fiber Termination and Splicing
Suitable splice boxes (enclosures) shall be provided to encase the optical cable ends and fusion
splices in protective, moisture and dust free environment. The splice boxes shall be designed for the
storage and protections of a minimum of 12 fibers cables and provide access through locked doors.
Fiber-optic cable of adequate length shall be provided so that all splicing can be performed at
ground level at the towers. All splicing and necessary material shall be included in the price
schedule presented by the Contractor.
6 Outdoor Splice Boxes
Splice boxes provided by the Contractor for outdoor use shall be suitable for use with the cable type
provided as part of this Contract. The splice boxes shall be appropriate for mounting on steel
structures and accommodate pass-through splicing and fiber terminations.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 8 – OPGW Page 8-4

The splice box, including organizer/ splice trays, shall be designed to seal and protect the fiber cable
splices from the environment defined in this specification and it shall provide easy access for any
maintenance function.
All splice boxes shall be of metal construction that are clean and smooth finished, treated to resist
rust, accommodate the storage of a minimum of 3 meters of coiled fiber and allow easy access to
the splice trays. In addition there shall be a steel frame to coil up about 10 meters of OPGW outside
the protection box.
7 Test
The testing must be done by recognized equipment and it shall be possible to produce a
computerized print out from the computer and the software, all of which (lap top computer, printer
and software) must be included in the testing, commissioning or installation unit prices.
There are different test series to assure the quality of OPGW:

 Routine test (in–process testing according to internal quality plan)


 Factory acceptance test (FAT, witnessed by customer)
 Type test (only in case of a basic new design, repetition in exceptional cases)

OPGW tests shall be in accordance with applicable standards or agreements between Employer and
Contractor / manufacturer.
As a general rule the tests will be performed according IEC 60794-4-10.However, if necessary tests
can be done according to IEEE Std1138.
8 Maintenance
To maintain the cable the Contractor shall propose suitable equipment and necessary training for the
Employer personnel to execute the work.
9 Joints
Number of Joints shall be kept to a minimum. Approved equipment and methods must be used to
test the cable from both ends.
10 Particular Requirement for OPGW Earth Wire fittings and accessories
The associated fittings and other accessories have to satisfy the specific function of OPGW and
fiber optics requirements for a total integrity of their components. The best way to achieve these
goals shall be in application of suitable performed products. A brief description of the accessories is
as follows:

a. Suspension Assembly: Suspension assembly shall consist of:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 8 – OPGW Page 8-5

 armor grip suspension clamp (aluminum alloy hyper formed armor rods and suspension
clamp);
 associated hardware for earth wire suspension:
 Flexible grounding loop connection.
b. Tension Assembly: The tension assembly shall consists of:

 Hyper formed alum weld dead end grip;


 associated hardware for earth wire attachment (shackle, link, clevis, clamps);
 Flexible grounding loop connection.

c. Vibration Dampers

Dampers where necessary, shall be of Stockbridge type installed complete with the armor rods of
the size suitable to the earth wire size.

d. Fiber Optic Splice Closure-Joint Box

The fiber optic splice closure allows clamping of the cables to be spliced. It shall have following
characteristics:

 The splice capacity for minimum 12 single-mode fibers from metal free optical cable with
loose tube construction;
 waterproof housing of the closure aluminum or stainless steel construction with protection class
IP 65 of IEC 60529;
 box and cable glands tightened by sealing compound.

Installation height shall be 1.5 m above the anti-climbing devices of the towers.

e. Fiber Optic Hood Closure-Terminal Box

The fiber optic splice closure allows termination of OPGW on the substation gantry and interface
with the underground fiber optic cable leading into the control building. It shall have the following
characteristics:

 the cable glands for accepting of one metal free optical cables with minimum 12 single-mode
fibers and loose tube construction;
 waterproof housing of the closure aluminum or stainless steel construction with protection class
IP 65 of IEC 60529;
 box and cable glands tightened by sealing compound.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 8 – OPGW Page 8-6

It shall be installed on the terminal gantry 1.5 m above ground level.


11 Payment for OPGW and accessories
Payment for the supply and installation for the contract item "Optical fiber ground Wire (OPGW)
and accessories" will be made at the unit bid price. Therefore, in the Price Schedule, the unit bid
price shall include full compensation for all the costs incurred in furnishing all materials,
equipment, labors and all other operations related to OPGW conductor and accessories fabrication,
delivery etc.
12 OPGW Tests
The following tests shall be conducted once on sample/samples of OPGW for every 50 km of
production from the manufacturing facility:

 Structure and dimension test


 Transmission characteristics test
 Characteristics test of ACS
 UTS test
13 Indoor Splice box / Optical Distribution Frame Construction and Design
The indoor splicing box/ optical distribution frame shall be of the wall mounted type and
accommodates pass-through the splicing and interconnection for the equipment.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 8 – OPGW Page 8-7

APPENDIX - 8A: TECHNICAL PARTICULARS OF OPTICAL GROUND WIRE


(OPGW)
a. STANDARD

Aluminum alloy wires IEC 104 type A


Aluminum clad steel wire IEC 1232
Cable construction IEC 1089 (where applicable)
Optical Unit ITU-T (former CCIT) G 652

b. PROPERTIES OF THE OPTICAL FIBRES

Single mode fibers


Dimensions and geometry of fibre according to ITU-T G.652
Fibre attenuation at 1310 nm at 200C max. 0.4 dB/km
Fiber attenuation at 1550 nm at 200 C max. 0.25 dB/km
Attenuation deviation at 1310 nm and 1550 nm 0.1 dB/km within -450C to 800C
Other properties of fiber according to ITU-T G.652

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 9 – Erection, Stringing and Miscellaneous Works Page 9-1

CHAPTER-9
ERECTION, STRINGING AND MISCELLANEOUS WORKS

1 Erection of Steel Towers


All towers shall be vertical under the stresses set up by the completed overhead line.
Precautions shall be taken to ensure that no parts of the structures are strained or damaged in any
way during erection and drifting shall not be allowed.
Support members, which arrive on Site with slight distortions due to handling in transit, shall be
straightened by the Contractor using an approved means and offered to the Employer or Employer's
representative for inspection and subsequent acceptance or rejection before erection commences.
Suitable ladders shall be used whenever necessary during erection but such ladders and removable
step bolts shall be removed when erection is not in progress.
Spanners used during erection shall be well shaped and fit closely on the hexagon to avoid
damaging nuts and bolt head.
Reaming or drilling for correction of mismatched holes will only not be allowed without the written
approval of the Employer or Employer's representative.
The Contractor shall ensure that a rigid bolt-checking program is carried out on all supports. On
completion of initial assembly of towers, an organized bolt checking team shall check all bolts for
tightness from the structure top downwards.
Bolt checking shall be carried out within one week from the time the support is erected. The bolt
tightening shall be as follows:

Size of Bolt Tightening Torque (kg.cm.)


16 1000-1200
20 1400-1800

Throughout the course of support erection the Contractor shall ensure that unbraced members are
adequately supported by stays or guys or temporary struts prior to being braced.
The bracing of all four sides of the support shall be completed before guys are removed and before
any erection of a higher section of the tower is commenced.
In no case the tower structure shall be erected until seven days after completing the foundation
concrete work, and until proper backfilling and compaction.
The Contractor shall notify the Employer two weeks before the supports are ready for inspection.
The inspection and correction of defects if any shall be complete before the start of the stringing
operation.
Damaged galvanizing shall be repaired on site by galvanizing paint and as specified in accordance
with Article 1.7 of General Technical Specification.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 9 – Erection, Stringing and Miscellaneous Works Page 9-2

All bolts and nuts below the anti-climbing device shall be properly punched such as to provide
safety against opening of the nut-bolts even with the wrench set. The punched area shall
immediately be coated with zinc paint.
1.1 Payment
Payment for the contract item Steel tower erection will be made at the unit price bid "Erection of
tower with its body and body extensions". Therefore in the schedule the unit bid price shall include
full compensation for all cost incurred in furnishing all materials, tools, labours etc. for erection
work related to this item.
2 Conductors Stringing
At least 3 months before conductor stringing commences, the Contractor shall submit to the
Employer a detailed account of his proposed stringing procedure which should include details of
temporary support stays and compensation for initial stretch and long term creep of the conductors.
Full use shall be made of maximum conductor lengths in order to reduce the number of mid span
joints to a minimum.
There shall not be more than one joint per conductor in any one span, and tension joints shall not be
less than 15 meters from any conductor clamp. No tension joints shall be used:
 In section of less than 3 spans between tensions supports.
 In spans over navigable rivers, buildings, power lines, telecommunication lines, public roads
and in any span subject to special way leave conditions or in any adjacent span.

Conductor repair sleeves shall not be used without the permission of the Employer or Employer's
representative.
The conductors, joints and clamps shall be erected using the approved tools and in such a manner
that no bird-caging, over tensioning of individual wires or layers or other deformation or damage to
the conductors occurs. Clamps or other devices used in erection shall be of approved design and
shall allow no relative movement of strands or layers of the conductors.
The Contractor shall keep a record of all conductor joints giving the location, the date of assembly
and the name of the lineman responsible for the jointing. Where records of joints made by a
particular lineman show a repeated performance below that required, the Contractor shall cease to
employ the lineman on jointing operations and shall immediately replace him with other qualified
personnel.
Phase conductors and OPGW shall be erected with such sags that everyday temperature in still air
and 20 degree C temperature with maximum wind pressure, the final tensions shall provide factors
of safety on the ultimate tensile strength of the conductor. The Contractor shall submit erection and
final sag and tension charts for each type of conductor. These charts shall plot inter-related curves
of tensions against equivalent span lengths, and actual span lengths against sags, at temperatures of
00 C, 200C, 320C, 400C, 600C and 800C in still air conditions, and shall show details of conductor
size, conductor breaking load, and conditions of loading.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 9 – Erection, Stringing and Miscellaneous Works Page 9-3

In calculating the sags and tensions, allowance shall be made for the elasticity and coefficients of
expansion of the conductor materials.
The term "final tension" shall mean the tension existing in a line conductor, for any given condition
of loading after sufficient period in service to allow for "bedding down" stretch and creep to take
place. For purposes of calculating creep allowance this shall be taken as ten years from erection.
The "equivalent span" method shall be used, in which the tension in any section length is that
which would apply to a single span equal to the square root of the length arrived at by dividing the
sum of the cubes of the individual span lengths, in the section considered, by their sum. The
calculated tensions at the time of initial erection shall be increased by an approved amount to allow
for settling of the conductors, other means may be adopted subject to the approval of the Employer
or Employer's representative.
At the end of the guarantee period the specified ground clearance plus the conductor cree-page
allowance shall not be infringed, in addition, the sag of any phase conductors in the same span.
Where required by the Employer, prior to the issue of the Operational Acceptance Certificate, the
Contractor shall be responsible for checking that the relative sags of the conductors are within the
specified tolerance. Such checks shall be carried out at selected point along the route as required by
the Employer. Clearances between conductors and ground and between jumpers and structures shall
be checked by the Contractor during erection and before handing over the line.
The Contractor shall provide dynamometers, sighting boards and levels suitably mounted for
clamping to support steelworks and other approved apparatus necessary for the proper checking of
the work. When required by the Employer, dynamometers shall be tested and if necessary
recalibrate at the Contractor's expense.
During the progress of the work, the Contractor shall record on approved schedules the particulars
of the sagging of conductors on each section of the route. These schedules shall show the support
numbers of the section, individual span lengths, the equivalent span, the design and erection sags,
together with the mean actual sag of the phase conductor as well as the temperature, and the dates of
the stringing and checking. At the end of the Contract six sets of these schedules shall be handed to
the Employer.
Blocks for running out conductors shall be of approved type and shall be robust and full running.
The wheel of the running out block shall have a diameter of not less than 20 times the outside
diameter of the conductor and shall be fabricated from aluminum.
The Contractor shall provide as a minimum sufficient running blocks commensurate with stringing
the longest section of the project.
Jumper-loops shall be cut to length such that the loop arcs at the points of departure from
tension-clamp are naturally tangential to the tension -clamp departure angle.
All conductor, connections and clamps shall be treated with approved jointing grease to prevent
galvanic corrosion between dissimilar metals and to inhibit aluminum surface oxidization.
After the line conductors have been finally tensioned to their correct sags, the Contractor shall erect
vibration dampers at the recommended distance from the conductor clamps.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 9 – Erection, Stringing and Miscellaneous Works Page 9-4

The Contractor shall identify the spans where aeronautical signs on the earth wire may need.
However instruction from the Employer to put such signs at any span shall be fulfilled without any
additional cost to the Employer.
Payment
Payment for the contract item conductor stringing will be made at the unit price bid "Stringing of
Conductor". Therefore in the schedule the unit bid price shall include full compensation for all cost
incurred in furnishing all materials, equipment and labor for installation of insulators strings,
jumpers, hardware, stringing and any other related works to this item. No additional payment will
be made for any restringing and rearrangement of the existing circuit necessitated by the
interconnection of the existing line with the Tee-off tower for the new line. Measurement for the
payment shall be based on the conductor km calculated by addition of the horizontal distance
between towers.
Shutdown
For the stinging work of the lines, the Contractor shall request the Employer for the shutdown of
existing transmission and/or distribution lines, where necessary, at least 15 days in advance. The
request letter or form shall include the place of work and duration of shutdown needed. The period
of shutdown shall be as minimum as possible. The Employer has right to decrease the justified
period of shutdown, if requested period of shutdown by Contractor is excessive and to shift the date
of shutdown.
The Contractor shall complete the work, during the shutdown within the stipulated time
period. If the Contractor fails to complete the work within the stipulated time limit, the
Employer will claim the amount of money arising from the loss of energy not transmitted or
distributed.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 10 – Technical schedule Page 10-1

CHAPTER-10
TECHNICAL SCHEDULE
1 Schedule A.1
System and Line Data

ITEM DESCRIPTION UNIT DATA


1. System Data
1.1 System Nominal Voltage kV 132
1.2 System Maximum Voltage kV 145
1.3 System Nominal frequency Hz 50
1.4 Line Data
1.4.1 Dhalkebar Loharpatti 132 kV Double Km 20
Circuit Tower
1.4.2 Line Conductor ACSR -
CARDINAL
1.4.3 Ground Wire OPGW

2 Schedule A.2
Design Data

ITEM DESCRIPTION UNIT DATA


1. Temperature
0
1.1 Maximum ambient temperature C 32
0
1.2 Minimum ambient temperature C 0
0
1.3 Maximum temperature of conductor C 85
0
1.4 Everyday temperature of conductor C 32

Wind Load

ITEM DESCRIPTION UNIT DATA


1. Temperature
1.1 Design Wind Speed (Vd) m/s 47 (Wind
Zone:4 as per
IS:802)
1.2 Reliability Level 1 (50 yrs
return
period)
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 10 – Technical schedule Page 10-2

1.3 Risk Co-efficient (k1) 1


1.4 Terrain Roughness Co-efficient (K2) 1.08
But Gust factors corresponding to terrain category –II shall be considered for
conductors/earthwire, Tower and Insulator for arriving the wind load.
The corresponding Design Wind Pressure on towers, conductors and insulators shall
be obtained from the relation Pd=0.6V2.

3 Schedule A.3
Minimum clearances
The followings are the minimum clearances between live conductors and other objects, which
correspond to the maximum conductor sag conditions at different altitude zones.

MINIMUM
CLEARANCES
(IN METER)
ITEM DESCRIPTION IN NORMAL
CONDITION
Altitude ≤
1,000m
1. Normal ground for pedestrians only 7.1
2. Residential areas 7.1
3. Roads and streets 8.0
4. Highways 8.0
5. To metal clad or roofed buildings or 5.0
building or structures upon which a man
may stand
6. Power lines ( above or below) 3.5
7. Telecommunication lines 3.5
8. River and other areas 7.1

For other objects not listed in the Schedule the requirements for minimum clearances shall comply
also with NESC (NATIONAL ELECTRIC SAFETY CODE).
Approximately 0.5m shall be added to the clearance values above to allow for survey and drawings
errors.
Crossing of houses, huts and other objects with soft roofing is not allowed.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 10 – Technical schedule Page 10-3

4 Schedule A.4
TOWER TYPES

Type of Deviation limit Typical use


Tower
DA a) 0 deg.-2 deg. To be used as tangent tower.
DB a) 2 deg.-15 deg. a.1) Tension towers with tension insulators
string.
a.2) Tension towers for uplift forces
corresponding to normal and broken wire
weight spans.
a.3) Also to be designed for anti-cascading
condition.
b) 0 deg. b.1) To be used as SectionTower
DC a) 15 deg.-30 deg. a.1) Tension towers with tension insulators
string.
a.2) Tension towers for uplift forces
corresponding to normal and broken wire
weight spans..
a.3) Also to be designed for anti-cascading
condition.
DD a) 30 deg.-60 deg. a.1) Tension towers with tension insulators
string.
a.2) Tension towers for uplift forces
corresponding to normal and broken wire
weight spans.
a.3) Dead end with 0 deg. To 15 deg. deviation
both on line and substation side (slack span).

2. DESIGN SPANS WEIGHT SPAN (m)


ITEM TOWER BASIC WIND Normal Normal Broken Broken
TYPE SPAN SPAN Condition Condition Wire Wire
DOUBLE (m) (m) (Maximum) (Minimum) Condition Condition
CIRCUIT (Maximum) (Minimum)
2.1 DA 350 350 488 208 192 104
2.2 DAL 700 900 960 -960 576 -576
2.3 DB 350 350 960 -960 576 -576

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 10 – Technical schedule Page 10-4

2.4 DC 350 350 960 -960 576 -576


2.5 DD/DDE 350 350 960 -960 576 -576

5 Schedule A.5
TOWER OUTLINE CONFIGURATION
Refer to drawing
6 Schedule A.6
FACTOR OF SAFETY
MINIMUM
ITEM DESCRIPTION FACTOR OF
SAFETY
1. Tower Foundations
1.1 All types of suspension(DA) and small angle(DB) 1.1
towers
1.2 All types of other tension towers (DC, DD, DE) 1.2
2. Conductors and Insulators
2.1 Conductors based on ultimate tensile strength 2.5
2.2 Conductors based on ultimate tensile strength at still 4.5
air every –day temperatures
2.3 Compete insulator strings and fittings on minimum 3.3
breaking load of insulator
2.4 Dead end compression clamps and compression 0.95
splices based on conductor ultimate tensile strength
3. Ground Wires
3.1 Ground wire based on earth wire ultimate tensile 2.5
strength
3.2 Ground wire at still air everyday temperature based 5.0
on earth wire ultimate tensile strength
3.3 Complete tension assembly at ground wire maximum 4.0
working tension
3.4 Complete suspension assembly at maximum vertical 4.0
load

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 10 – Technical schedule Page 10-5

7 Schedule A.7
TOWER PARTICULARS

ITEM DESCRIPTION UNIT MINIMUM


VALUES
1. Unit Stresses
The quality of steel used for support members and bolts
1.1 Structural Mild Steel:
1.1.1 Structural Members
i. Tension based on net sectional area kg/cm2 2600
2
ii. Axial compression based on gross kg/cm As per IS:802
sectional area
1.1.2 Connection bolts
i. Shear on gross area (Class 5.6) kg/cm2 3160
2
ii. Bearing (on Mild Steel) (Class 5.6) kg/cm 4440
2
iii. Tension on net area of threaded kg/cm 2590
portion (Class 5.6)
2 Slenderness Ratios ( L/R)
The slenderness ratio of unsupported length of steel compression members to
their least radius of gyration.
2.1 Main members NA 120
2.2 Braces NA 200
2.3 Redundant members NA 250
2.4 Members loaded in tension only NA 400

8 Schedule A.8
TOWER MEMBERS PARTICULARS

The minimum thickness and diameter of material used in members and bolts shall be as follows:

ITEM DESCRIPTION UNIT MAXIMUM


VALUES
1. Calculated members mm 45x45x4
2. Redundant members mm 45x45x4
3. Thickness of legs, members in mm 6
crossarms and in ground wire
peaks
4. Diameter of bolts for member mm 16
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 10 – Technical schedule Page 10-6

carrying stress
5. Diameter of bolts for redundant mm 16
members without calculated
stress
6. Gusset plates mm 6
7. Stub angles mm 8

9 Schedule A.9
LONG ROD POLYMERIC INSULATORS

The minimum thickness and diameter of material used in members and bolts shall be as follows:

ITEM DESCRIPTION UNIT


Altitude ≤ Altitude <
1,000m 2,160 m
1. Insulator type Log Rod Polymeric
2. Highest system voltage kV 145
3. System frequency Hz 50
4. Rated lightning impulse kVpeak 650 1050
withstand voltage
5. Rated power frequency kVrms 275 460
withstand voltage(wet)
6. Minimum Creepage distance as - 2.5
multiplied arcing distance
7. Minimum mechanical failing
load
7.1 Suspension rod kN 90
7.2 Tension rod kN 160
8 Factor of safety under maximum
loading condition
8.1 Insulator set 3.3
8.2 Fittings 4.0
9. Overall length of insulator string As per standards
10. Standards IS / IEC

10 Schedule A.10
LINE CONDUCTOR

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 10 – Technical schedule Page 10-7

ITEM DESCRIPTION UNIT DATA


1. ACSR "Cardinal"
1.1 Conductor size mm2 547.3
1.2 Conductor type ACSR Cardinal
1.3 Number and size of wires
1.3.1 Aluminum No. 54
Dia mm 3.38
1.3.2 Steel No. 7
Dia mm 3.38
1.4 Cross section kV
1.4.1 Aluminum mm2 484.50
2
1.4.2 Steel mm 62.81
2
1.4.3 Total mm 547.3
1.5 Conductor diameter mm 30.42
1.6 Ultimate strength Kg 15,381
1.7 Standard mass of conductor Kg/km 1833
1.8 Electrical D.C. resistance at 20 ®C Ohm/km 0.05979
1.9 Standard unjointed length on reel m 2,000
1.10 Modulus of Elasticity kg/Sq mm 7,036
1.11 Mass of zinc coating gm/sq. m 250
1.12 Co-efficient of Linear Expansion per ®C 19.3 x 10-6
1.13 Direction of Lay of outer - Right Hand
1.14 Standards BS 215 PART 2 IEC 1089 / IS 398 PART 2

10 Schedule A.11
OPTICAL FIBER GROUND WIRE (OPGW)

ITEM DESCRIPTION UNIT DATA


1. Outer diameter mm 11.4
2. Breaking load kN 86
3. Modulus of elasticity kN/mm2 162
4. Coefficient of thermal expansion 1/degree K 3.0 X 10-6
5. Nominal short time current kA 5.5
capacity at initial/final
temperature 20/200 oC
6. DC resistance at 20 oC Ohm/km 1.247

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 10 – Technical schedule Page 10-8

7. Single mode fiber ITU-T G.652


8. No. of single mode optical fibers 24

9. Fiber attenuation at
9.1 1310 nm at 20oC max. dB/km 0.4
9.2 1550 nm at 20oC max. dB/km 0.25
10. Attenuation deviation at 1310 dB/km 0.1 (within -450C
nm and 1550 nm to 800C)
11. Standards
11.1 Aluminium alloy wires IEC 104 type A
11.2 Aluminium clad steel wire IEC 1232
11.3 Cable construction IEC 1089
11.4 Optical Unit ITU-T (former CCIT) G 652

12 Schedule A.12
MATERIAL FOR TOWER GROUNDING

ITEM DESCRIPTION DATA


1. Ground rods
1.1 Galvanized steel angle 50 x 50 x 5mm steel
angles 2m long
2. Ground wire

2.1 Galvanized steel wire/ strip 38mm2 / strip 7/2.6mm


3. Connection of ground electrode with
stub angle
3.1 For connection of steel angle: Steel wire as above

13 Schedule A.13
FOUNDATION APPLICATION SCHEDULE

FOUNDATION APPLICATION SOIL DESCRIPTION


TYPE
I. For use with all 132kV Soil capable of being excavated with vertical wall
"Spread lattice tower types limit bearing capacity 2.5 kg/sq. cm. Assume cone
Footing" DA of earth 30 degrees.
DB

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 10 – Technical schedule Page 10-9

DC Dry Cohesive Material – Stiff clay. Some silt and


DD/DDE sand. Not readily excavated by shovel
alone. Cannot be molded by finger pressure
and intended by thumb. Blow count 8 to 10.
Granular Material- Compacted sand. Some silt and
gravel. Difficult to excavate by shovel alone.
Relative density over 60%. Blow count 10 to 20.
II For use with all 132kV Soil capable of being excavated without
"Spread lattice tower types appreciable sloughing. Limit Bearing Capacity 1.25
Footing" DA kg/sq. cm.
DB
DC Assume cone of earth 15 degrees.
DD/DDE
a) Cohesive Material – Soft to medium clay.
Some silt and sand. Can be excavated by
shovel alone and molded by medium finger
pressure. Blow count 4 to 8.
Granular Material – Loose to medium sand
and silt. Easily excavated by shovel alone
and moulded by medium finger pressure.
Blow count 4 to 10, paddy fields.
When the top layer of soil upto 1.5m each
black cotton/Loose Silty Sandy soil and
followed by normal dry cohesive ordinary
soil.
And where subsoil water table is met at
1.5m or below the ground level.
b) For all the above soils and where subsoil
water table is met less than 0.75m or below
the ground level.
Fully submerged soil consisting top layer of
black cotton soil/Loose silty sandy soils
followed by ordinary fine grained soil
strata.
c) Wet fissured/disintegrated rock, hard
gravel, Kankar and limestone, Later it .
III For use with all 132kV Hard Rock/ordinary soil followed the hard rock.
"Spread lattice tower types
Footing" DA
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 10 – Technical schedule Page 10-10

DB
DC
DD/DDE

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 10 – Technical schedule Page 10-11

14 Schedule A.14
INSEPTION TESTS AT MANUFACTURE’S PLANT

ITEM DESCRIPTION DATA


1. Rolled Steel Angles and Bolts
1.1 Tensile strength test and chemical analysis, Steel Mill Certificates
zinc coating test

Full scale tower load test to destruction IEC 652


2. Insulators
2.1 Temperature cycle test, mechanical failing IEC 383 & IEC 575
load test
2.2 Porosity test, continuity of zinc coating BS 137
2.3 Electrical test on complete insulator strings ANSI C-29.1
3. Insulator Fittings
3.1 Routine and sample mechanical tests BS 3288
3.2 Galvanizing tests BS 729
4. Clamps and joints
4.1 Mechanical and electrical type tests, BS 3288
galvanizing and mechanical routine tests BS 729
ISO
5. Dampers
5.1 Fatigue resistant tests
5.2 Test of clamp slippage resistance BS 729
5.3 Galvanizing tests ISO
6. Line Conductor and earth wire
6.1 Mechanical test, galvanizing test and IEC 209
resistivity test, ultimate tensile stress of BS 2677
complete conductor

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 11 – Power Transformer Page 11-1

CHAPTER - 11

POWER TRANSFORMERS
1 General
This specification covers the design, manufacture, assembly, shop test, supply, delivery,
installation field test and commissioning of the power transformer complete with all
accessories, fittings and auxiliary equipment for efficient and trouble-free operation as
specified herein under.

The Bidder shall submit type test report, valid ISO 9001 certificate, necessary technical
brochures, sales record, design calculations, layout and detailed drawings for the
transformers to verify compliance with the Specification. In particular, the Bidder shall
include dimensioned layout and section drawings and weight for those parts which influence
the space availability in switchyard for transformers, transformer pits (oil soaking and waste
oil-water), transportation routes, cable trenches, fencing/walls, fire walls etc.

The equipment specified in this Section shall conform to the latest edition of the appropriate
IEC standards are applicable and/or other recognized international standards. In particular
the following standards:

IEC 60076 Power transformer


IEC 60137 Insulating bushings for alternating voltages above 1 kV
IEC 60156 Insulating liquids - Determination of the breakdown voltage at power
frequency – Test method
IEC 60296 Specification for unused mineral insulating oils for transformers and
switchgear
IEC 60551 Determination of transformer and reactor sound levels
IEC 60616 Terminal and tapping markings for power transformer
IEC 60722 Guide to the lightning impulse and switching impulse testing of
power transformers and reactors

Any material and equipments not specifically stated in this specification but which are
necessary for satisfactory operation of the equipment shall be deemed to be included unless
specifically excluded and shall be supplied without any extra cost.
2 Design Requirement
The transformer shall be connected to three phase 50Hz system of 132kV, 33kV and 11kV
systems as specified for 132/11kV, 22.5MVA and 132/33kV, 30MVA Power Transformers.
The transformers shall be located at the altitude of 500 m above mean sea level.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 11 – Power Transformer Page 11-2

The transformer shall be installed outdoor in a hot, humid atmosphere. The transformer shall
be oil immersed and designed for the cooling system as specified in Technical Particular.
The transformer shall be capable of operating continuously at its rated output without
exceeding the temperature rise limits as specified in Technical Particular.

The transformer windings shall be designed to withstand short circuit stresses at its terminal
with full voltage maintained behind it for a period as per IEC- 60076.

The transformer shall be capable of continuous operation at the rated output under the
following conditions:

a. The voltage varying 10 % of rated voltage


b. Frequency varying 5 % of the rated frequency

The transformer shall be capable of delivering its rated output at any tap position.

The transformer shall be free from annoying hum and vibration when in operation even at 10
% higher voltage over the rated voltage. The noise level shall be in accordance with
respective IEC standards.

The transformer shall be designed and constructed so as not to cause any undesirable
interference in radio or communication circuits.

The transformer shall be designed to take care of third harmonics not to exceed 2% of
fundamental frequency. However, tertiary winding shall be provided on transformers with
capacity 50 MVA and above.

All nuts bolts and pins shall be locked except those which are external to the transformer. If
bolts and nuts are so placed as to be inaccessible by means of ordinary spanners, suitable
special spanners shall be provided along with the transformer.

Labels shall be provided for all apparatus like relays, switches, fuses, etc., housed in any
cubicle or marshaling kiosks. These shall be of in-corrodible material with matt/satin finish
and permanent lettering. Labels mounted on black surface shall have white letters & danger
notices shall have red lettering on a white background. The labels shall be secured by means
of brass screws or rust protected steel screws.

The proper & complete tightening of the nuts of the coil clamping bolts must be ensured by
the manufacturers. The tightening of the nuts to the designed value and that the nuts of all
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 11 – Power Transformer Page 11-3

the coils clamping bolts are tightened to same extent, should be carried out with torque
spanners.
3 Construction Features
3.1 Tank
The tank shall be of all welded construction and fabricated from sheet steel of adequate
thickness. All seams shall be properly welded to withstand requisite impact during short
circuit without distortion. All welding shall be stress relieved and strong enough to allow the
lifting of complete transformer with oil by means of a crane or jacks and transported to site
without over-straining the joints etc. The base shall be so designed as to allow the
transformer to be moved by skidding without any injury.

The main tank body shall be capable of withstanding a vacuum of 100.64 KN/m2 (760mm
of Hg.)

Stiffener of structural steel for general rigidity shall reinforce the tank wall. The tank shall
have sufficient strength to withstand mechanical shock during transportation and vacuum
filling in the field without any deformation.

The tank cover shall be bolted on to the tank with weatherproof, hot oil resistant, resilient
gasket in between for complete oil tightness. If gasket is compressible, metallic stops shall
be provided to prevent over compression. Bushings, turrets, cover of access holes and other
devices shall be designed to prevent any leakage of water into or oil from the tank. The tank
cover shall also be provided with two (2) nos. of grounding pads and connected separately to
tank grounding pads.

The transformer tank shall be provided with four sets of bi-directional flanged wheels for
rolling the transformer parallel to either direction of center line on rail. Mounting rails and
anti-earthquake device shall also be provided.

All heavy removable parts shall be provided with mounting rails along with eye bolt for ease
of handling and necessary lugs and shackles shall be provide to enable the whole
transformer to be lifted by a crane or other means. Manholes of sufficient size shall be
provided for access to leads, windings, bottom terminals of bushings and taps.

3.2 Core & Coils


The transformer shall be of core type. The core shall be built up with interleaved grade
non-aging, low loss, high permeability, grain-oriented, cold rolled silicon steel lamination
properly treated for core material. Known as MOH High B Grade or superior grade CRGO
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 11 – Power Transformer Page 11-4

steels of low lamination thickness especially suitable for transformer core. The coils shall be
manufactured from electrolytic copper of suitable grade. They should be properly insulated
and stacked.
The transformer should be so designed that the working flux density should not exceed 1.57
Tesla at normal voltage, frequency.
All insulating material shall be of proven design. Coils shall be so insulated, that impulse
and power frequency voltage-stresses are minimum.

Coil assembly shall be suitably supported between adjacent sections by insulating spacers
and barriers. Bracing and other insulation used in the assembly of the winding shall be
arranged to ensure a free circulation of the oil and to reduce the hot spot of the winding.

The core shall be rigidly clamped and/or bolted to ensure adequate mechanical strength and
to prevent injury from vibrations or short circuit stresses. The bolts used in the assembly of
the core shall be suitably insulated and the clamping structure shall be constructed that the
eddy currents will be minimum.

All leads from the windings to the terminal board and bushings shall be rigidly supported to
prevent injury from vibration or short circuit stresses. Guide tube shall be used where
practicable.

The core shall be provided with Lugs suitable for lifting the complete core and coil assembly
of transformer. The Core & coil shall be fixed in the tank such that its shifting will not occur
when the transformer is moved or when a short circuit occurs.

The supporting frame work of the core shall be so designed as to avoid the presence of
pockets which would prevent complete draining of oil from the tank through the drain valve.

The frame work and clamping arrangement shall be earthed by connecting to the tank body
through a copper strip.

The insulation of core to bolts and core to clamp plates shall be able to withstand a voltage
of 2 KV RMS for one minute.

Core and windings shall be capable of withstanding shocks during transport, installation,
service and adequate provision shall be made to prevent movement of core and winding
relative to tank during these conditions.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 11 – Power Transformer Page 11-5

3.3 Tappings
On-load taps as specified in Technical Particular shall be provided on the high voltage
winding of the transformer.

The transformer shall be capable of operation at rated output at any tap position provided the
primary voltage does not vary by more than 10% of the rated voltage corresponding to the
normal tap.
The winding including the tapping arrangement shall be designed to maintain the
electromagnetic balance between H.V. and L.V. winding at all voltage ratios.
3.4 On-Load Tap Changer
The on-load tap-changer (OLTC) to be equipped in the transformers and associated control
gear shall be from MR Germany or ABB Sweden or equivalent.

The continuous current rating of the tap changer shall be based on connected winding rating
and shall have liberal and ample margin. Lower rated tap changers connected in parallel are
not acceptable.

The tap changing mechanism shall be located in oil filled compartment separated from the
main tank by suitable oil tight barrier. The oil in OLTC compartment shall have its own
separate oil preservation system complete with conservator, Buchholz relay/ oil surge relay,
breather, shut-off valves, oil level gauge, gas vent etc. However, one segregated
compartment of the main conservator tank may be utilized for OLTC oil preservation.

The on-load tap changing equipment shall have the provision for mechanical and electrical
control from local position and electrical control from remote position. For local mechanical
operation, the operating handle shall be brought outside the tank for operation from floor
level with provision to lock the handle in each tap position. Remote electrical operation shall
have parallel operation mode and AUTO-MANUAL selection at remote location. When
selected AUTO, the tap changing gear shall maintain steady voltage within practical limit on
the transformer secondary bus from which the reference shall be taken within the range of
number of taps provided. It shall not respond to transient variation of voltage due to grid
disturbance, or system faults.

The required voltage relay shall not be sensitive to frequency variation and shall be suitable
for sensing voltage from the secondary of potential transformer mounted on LV side. The
secondary of potential transformer shall be 110V. The Bidder shall furnish detail of tap
changing mechanism, wiring and schematic connections.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 11 – Power Transformer Page 11-6

The tap changer shall be provided with over-current protection in order to prevent the tap-
change operation during a short circuit, which would too greatly stress the contacts of the
diverter switch. Three instantaneous and self-reset over-current relays shall be provided and
the function of protection shall be arranged as follows:

a. Whenever over current occurs, the control circuit for commanding OLTC motor operation
shall be blocked by the normally close contacts of the over current relays.

b. If during tap change over current occurs, the OLTC motor circuit shall be blocked through
the mechanical cam switch, which is close from the very beginning to the very end of every
tap change operation and the normally open contacts of the over current relays. The stop
action of the motor shall be made through the motor brake contractor.

Any non-oil filled enclosed compartment shall be adequately ventilated, thermostatically


controlled heaters shall be provided in the driving mechanism chamber and in the
marshaling box. All contactor & auxiliary relay coils or other parts shall be suitably
protected against corrosion or deterioration due to condensation, fungi etc.

The design of the tap changing equipment shall be such that the mechanism will not stop in
any intermediate position. However, if the mechanism through faulty operation does stop in
an intermediate position, the transformer without injury must carry full load. The
mechanical position indicator shall be equipped in the motor drive cubicle. The motor shall
be designed to be of step control, which in any case the operation shall be of step by step.

The voltage-regulating relay shall be supplied together with the timer and under voltage
relay. The signal order from the voltage regulating relay to execute the tap changer
operation, when the regulating voltage is out of the voltage regulating level, shall be
designed to be delayed by the adjustable timer. If the control voltage falls abnormally, the
movement of the tap changer shall be locked by the contact of the under voltage relay, even
if the contacts of the voltage-regulating relay are working. The voltage regulating relay shall
be approved manufacturer.

The control circuit of the transformer shall be completely designed and provision shall be
made for parallel operation with another transformer. MASTER-FOLLOWER operation
mode shall be provided.

The following accessories, control and selector switches and other necessary accessories
shall be furnished.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 11 – Power Transformer Page 11-7

a. Remote control board

- "Parallel operation mode" selector switch


- "AUTOMATIC-MANUAL" selector switch
- "RAISE-LOWER" control switch
- Tap position indicator
- tap changer operation program indicator.

b. In transformer control cubicle

- "Remote-Local-Test" selector switch


- "AUTOMATIC-MANUAL" selector switch
- "RAISE-LOWER" control switch
- Tap position indicator
- Voltmeter

c. In driving mechanism cubicle

- "Raise-Lower" control switch


- Means for manual operation when power supply is lost
- Tap change operation counter

3.5 Insulating Oil


The insulating oil shall conform to the latest revision of IEC Publication 60296, and shall
have following important characteristics after it is filled in the transformer (within 3 months
of filling).

Sr. No. Characteristics Specification

1. Electric Strength (BDV) 30 kV (min)

2. Dielectric dissipation factor 0.01 (Max.) (Ten


Delta)

3. Specific resistance (Resistivity) 1500x10*12 (Min.) at


270C (ohm-cm)

4. Flash point pensky-Mortion 1400C (Min.) (Closed)

5. Inter facial tension at 270C 0.04 N/m (Min.)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 11 – Power Transformer Page 11-8

Sr. No. Characteristics Specification

6. Total activity 0.04 mg koh/gm


(Max.)

7. Water Content 50 (Max) mg/kg

PREVENTION OF ACIDITY: The design and all materials and process used in the
construction of the transformers shall be such as to reduce to a minimum the risk or the
development of acidity in the oil. Special measures, such as nitrogen sealing or the use of
inhibited oils shall be resorted to.

Particular attention shall be paid to deliver the oil at site free from moisture and of uniform
quality throughout in non-returnable steels drums. The quantity of oil for first filling of each
transformer shall be stated in tender along-with trade mark of the oil to be supplied. Use of
inhibitors in oil shall not be resorted to 10% extra oil of the total quantity of oil shall be
supplied along with the transformer.

3.6 Oil Preservation System


Oil preservation shall be by means of conservator tank system.

The conservator tank with air cell shall be mounted on a bracket fixed on the tank.

The conservator tank may be provided with two compartments, one for the main transformer
tank while the other is for the OLTC compartment. The partition barrier shall be provided so
that OLTC oil shall not be mixed up with transformer oil under any circumstances. One
compartment shall be connected with the main transformer tank by pipes through double
float Buchholz Relay (gas operated relay) with valves at both ends. The other compartment
shall be connected with OLTC compartment by pipes through single float Buchholz
Relay/oil surge relay with valves at both ends.

The oil connections from the transformer tank to the conservator shall be at rising angle of 3
to 9 degrees to the horizontal up to Buchholz relay.

Using a flexible urethane air cell shall prohibit contact of the oil in the compartment for the
main tank with atmosphere. The conservator shall be provided with oil preservation system,
which should be suitable either to remove moisture continuously from air entering the air

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 11 – Power Transformer Page 11-9

space with which they are connected or may not allow direct contact of atmospheric air with
oil during operation, in addition to silica gel-breather.

Both compartments shall be provided with their own breather, filler cap and drain plug.
Each compartment of the conservator shall be provided with dial type level indicator visible
from the ground level and fitted with low oil-level alarm contact. Plain oil level gauge shall
also be provided to each compartment.

3.7 Temperature Indicators


One set of winding temperature indicator shall be supplied and fitted locally so as to be
readable at a standing height from ground level. Necessary current transformer and heating
coil for obtaining thermal images of winding temperatures and a detector element shall be
furnished and wired.

The above winding temperature indicator shall be provided with necessary contacts to take
care of the following.

a. Starting of cooling units in stages, with rise of temperature


b. Alarm on high temperature
c. Trip on higher temperature

One set of oil temperature indicator with maximum reading pointer and electrically separate
sets of contacts for alarm and trip shall be mounted locally so as to be readable at a standing
height from ground level.

All contacts should be accessible on removal of the cover adjustable to scale. It shall also be
possible to move the pointers by hand for checking the operation of contacts and associated
equipment.

3.8 Buchholz Relay (Gas Operated Relay - For Conservator Type of Oil Preservation)
The Buchholz Relay shall be provided with two floats and two pairs of electrically separate
contacts - one pair for alarm and the other pair for tripping.

Buchholz Relay shall be provided with the facility for testing by injection of air by hand
pump and with cock for draining and venting of air. The relay shall be provided with a test
cock to take a flexible connection for checking relay operation.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 11 – Power Transformer Page 11-10

3.9 Pressure relief device


Pressure relief device with a sudden gas pressure relay shall be furnished and mounted on
top of the tank in the region of the gas space. The relay shall respond to sudden increase in
internal gas pressure in the transformer due to internal arcing. The relay shall be provided
with trip contact.

Above relay shall be stable during change in oil or gas pressure due to change in ambient
temperature and/ or loading.

3.10 Transformer Bushings


All bushings shall conform to the requirements of the latest revisions of IEC Publication
60137.

The bushing shall be located so as to provide adequate electrical clearances between phases
and also between phase and ground as per relevant standards.

All bushings shall be porcelain type and shall be furnished complete with terminal
connectors of adequate capacity including arcing horns. The porcelain used in bushings shall
be homogeneous, nonporous, uniformly glazed to brown color and free from blisters, burns
and other defects.

Stresses due to expansion and contraction in any part of the bushing shall not lead to
deterioration.

Liquid/oil-filled bushings for 36 kV and above shall be equipped with liquid level indicators
and means for sampling and draining the liquid. The angle of inclination to vertical shall not
exceed 30 degree.

Oil in oil-filled bushings shall meet the requirement of the transformer oil standards
specified.

Bushings rated for 72.5 kV and above shall be of the oil-filled condenser type with a central
tube and draw-in conductor which shall be connected to the connector housed in the helmet
of the bushings. The pull through lead shall be fitted with a gas bubble deflector. Condenser
type bushings shall be equipped with following in addition to requirements indicated
elsewhere.

a. Provision for testing capacitance and loss angle (tan δ) without disconnecting main leads

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 11 – Power Transformer Page 11-11

b. Stress rings and lower end shields


c. Current transformers shall be provided as specified, and the bushing shall be so arranged
that it can be removed without disturbing the current transformers and secondary terminals
d. Bushing turrets shall be provided with vent pipes, which shall be connected to route any gas
collection through the Buchholz relay.

3.11 Marshalling Box


A sheet steel weatherproof marshaling box of IP-55W construction shall be provided. The
box shall contain all auxiliary devices except those which must be located directly on the
transformer. All terminal blocks for external cable connections shall be located in this box.

The marshaling box shall have the following but not limited to them

a. Load disconnect switch for incoming power supply for auxiliaries


b. Cooler fan motor starters and necessary protection
c. FAN START-STOP control switch
d. AUTO-MANUAL selector switch
e. Oil Temperature Indicator
f. Winding Temperature Indicator
g. Wiring and termination individually of the following alarm contacts for remote pre-trip
alarm

- Buchholz relay alarm for main tank (for conservator type)


- Buchholz/oil surge relay alarm for OLTC
- Winding temperature high alarm
- Oil temperature high alarm
- Tank oil level low alarm
- OLTC oil level low alarm
- Tap change incomplete alarm
- OLTC out of step

h. Wiring and termination individually of the following trip contacts for remote trip and trip
alarm

- Winding temperature high trip


- Oil temperature high trip
- Buchholz relay trip or sudden gas and sudden oil pressure relay trip
- Pressure relief device

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 11 – Power Transformer Page 11-12

Cubicle illumination lamp with door switch and space heater with thermostat and ON-OFF
switch shall be provided.

Wiring shall be as specified in section under General Technical Specifications.

3.12 Cable Termination


Marshaling box shall be designed to facilitate cable entry from bottom. Removable plates
shall be furnished with compression type cable glands to make entry dust tight and no
weight is transferred on the terminal. The glands shall be suitable for terminating cable
armour. Sufficient space shall be provided to avoid sharp bending and for easy connection.
A minimum space of 200 mm from the gland plate to the nearest terminal block shall be
provided.

3.13 Terminal Blocks


Terminal blocks shall be as specified in Technical Requirements under section in General
Technical Specifications.

3.14 Painting
Painting works shall be as specified in Technical Requirements under section in General
Technical Specifications.

3.15 Auxiliary supply


All indications, alarms and trip contacts provided shall be suitable for operation on a
nominal 110V DC system.

Tap changing gear shall be suitable for operation of 400V  10%, 3 phase, 4 wire, 50Hz,
AC.

Cooling fans shall be rated at 400V  10% 3 Ph, 50Hz, AC.

The tap changing and cooler control supply voltage shall be 400/230V, 50Hz AC.

The manufacturer/bidder shall co-ordinate with illumination system supplier for his
requirement of 63A convenience outlet(s) and its location in outdoor switchyard for
purification of transformer oil during maintenance etc.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 11 – Power Transformer Page 11-13

4 Auxiliary Equipment to Be Furnished


4.1 Bushing Current Transformer
Each transformer shall be provided with one (1) set of current transformer each on the HV
and LV terminal bushings to be used for transformer differential relaying.

The transformer shall be provided with neutral bushing current transformer to be used for
earth fault protection in High/Low Voltage sides.

Current transformer rating and accuracy class shall be as per Technical Particular and shall
be designed to withstand the electromagnetic stresses developed during short circuit.

The current transformer secondary leads shall be wired up to a separate disconnecting type
terminal block within the marshaling box. The terminal blocks shall be complete with
shorting links.

4.2 Lightning Arresters


Tank mounted lightening arresters shall be provided on 33 kV and 11 kV sides of the 132/33
kV and 132/11 kV transformers respectively. The lightning arresters shall comply with the
specifications in the chapter "Lightening Arrester". The Contractor shall coordinate the
insulation.

4.3 Cooling Equipment


Each transformer shall be equipped with a sufficient number of radiators or cooling units to
operate as a self-cooled unit or with forced cooled ratings, as specified. Single stage or
double stage fans shall be provided as specified in Technical Particular. Fans shall be
automatically controlled by a transformer winding temperature relay.

Fan motors shall be of totally enclosed design and control equipment shall include a circuit
breaker with thermal and magnetic trip for each group of fans, contactors with overload
protection, and selector switch for MANUAL-AUTOMATIC operation.

The dimension of remote tap changer control panel shall be match with transformer control
panel.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 11 – Power Transformer Page 11-14

5 Tests
5.1 Routine Tests
On completion, each transformer shall be subjected to the following Routine Tests. As far as
practical, the procedure of IEC 60076 shall be followed.

a. Applied voltage test


b. Induced voltage test
c. No-load loss and excitation current test
d. Impedance voltage and load loss test
e. Winding resistance measurement
f. Ratio test
g. Polarity and phase-relation test
h. Leakage test
i. Insulation resistance test
j. Insulation power factor test, etc.

5.2 Special Tests


The following tests shall be performed on each transformer:

a. Zero phase sequence impedance measurement


b. After fabrication, the tank fitted with all valves, covers, conservator tank etc., shall be
completely filled with transformer oil and subjected to a pressure of 25 % over the normal
pressure of oil. This pressure shall be maintained for 12 hours during which time there shall
be no leakage of oil nor shall there be any permanent set when pressure is released. If any
leakage or permanent set occurs, the test shall be conducted again after rectification of
defects.
c. Excitation loss and current measurements shall be made at 90%, 100%, and 110% of rated
voltage.
d. Measurement of third harmonic voltage.
e. Measurement of accusoustic noise level.
f. Measurement of harmonics of the no-load current.
g. Temperature rise test.

5.3 Design Tests


Following design tests shall be performed on any one of identical transformers of each type
in accordance with latest revision of IEC Publication 60076: (identical shall mean having
same rating and construction)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 11 – Power Transformer Page 11-15

a. Impulse voltage withstand test


b. Short circuit test -only design calculations to be submitted confirming withstand Capability

5.4 Tests on Miscellaneous Components


The various components of the transformer such as insulating oil, bushings, current
transformers, etc. shall be tested in accordance with the latest revision of relevant standards
listed in this Specification. Such test report shall be submitted during inspection or prior to
dispatch for the Employer approval.

The ON-LOAD tap changer shall be tested in accordance with the relevant IEC standard.

The bodies of all valves and pipe works shall withstand a hydraulic pressure of 20 psig for
15 minutes. The testing medium shall be insulating oil as per IEC Publication 296.

5.5 Test Certificates


Test certificates shall be furnished in required number of copies for approval.

If the inspection is waived, the routine, special and design test certificates of the transformer
as well as miscellaneous equipment shall be furnished for approval before the dispatch of
the equipment from the factory.

5.6 Field Test


After installation at Site, the transformer shall be subjected to the following field tests:

a. Construction inspection
b. Insulation oil test for

- Dielectric strength
- Acidity contain
- Dissolved gas analysis

These tests shall be conducted in the laboratory of the Employer at the Employer’s approved
rate at the cost of the contractor.
c. Measurement of insulation resistance
d. Ratio tests
e. Polarity tests
f. Tap change operation test, etc.
g. Magnetizing balance test
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 11 – Power Transformer Page 11-16

h. Calibration of WTI and OTI


i. Setting of alarm, trip and cooler controls and operation check.
j. Temperature gauges, buchholtz relay operation checks

6 Tender Evaluation and the Guaranteed Losses


6.1 Capitalization of Transformer Losses
The transformer losses will be capitalized as follows for evaluation purpose:

a. No load losses : US$ 4684 per kW


b. Load losses : US$ 1180 per kW
c. Loss associated with cooling fan load : US$ 393 per kW

After manufacturer of the transformers, losses will be measured during factory inspection
test at manufacturer premises. If any of the losses are found to be more than the guaranteed
losses by the bidder in Technical Data Sheet (Guaranteed Technical Particulars), the bidder
will be panelized at the rate mentioned above.
6.2 Guaranteed Values Not Reached
If the individual losses of a power transformer as measured during test exceeds the values
guaranteed in the Bid, then for each kilowatt of losses in excess of the losses guaranteed, an
amount at the rates of twice the rates of specified in clause 3.6.1 for no load losses and load
losses shall be deducted from the Contract Price of the successful Bidder.

7 Performance Guarantee
The performance figures quoted on Technical Data Sheet shall be guaranteed within the
tolerances permitted by relevant standards listed under section of General Technical
Specifications, and shall become a part of the successful Bidder's Contract. In case of loss
capitalization, no tolerance shall be permitted for the guaranteed value. The transformer will
be rejected, if the measured no-load and load losses (excluding fan loss) exceed the
guaranteed value by over 15 % provided that the total losses do not exceed 10% as specified.

8 Drawings, Data & Manuals


Submission of Drawings Data & Manuals by the Bidder along with the Bid Document and
that after the award of Contract for approval shall be as follows:

8.1 Along with the bid


Typical general arrangement drawing of the proposed equipment shall be submitted along
with the bid.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 11 – Power Transformer Page 11-17

8.2 After Award of Contract


After award of Contract, the Contractor shall submit the required number of copies of
following data for approval.

a. Outline dimensional drawing showing the general arrangement, indicating the space
required for:
- Cable termination arrangement
- Wheel base dimension & detail

b. Head clearance required for de-tanking of core and coil assembly


c. Foundation plan and loading
d. Transport/ shipping dimension with net weight and weights of various parts
e. Final calculation of impedance for each transformer at normal, lowest and highest taps.
f. Schematic flow diagram of cooling system showing the number of cooling units
g. Technical details along with control schematic and wiring diagram for marshaling box, on
load tap changer and remote tap-changer control panel.

Any other relevant data, drawing and information necessary for review of the items under
Clause No. 3.8.2 whether specifically mentioned or not, shall be furnished along with these
information.

9 Name Plate
Each transformer shall be provided with a nameplate of weather resistant material fitted in a
visible position showing but not limited to the following items:

a. Kind of transformer
b. Manufacturing standard
c. Manufacturer's name
d. Year of manufacture
e. Manufacturer's serial number
f. Number of phases and frequency
g. Rated power
h. Rated voltages and currents
i. Connection symbol (Vector group)
j. Percentage impedance at normal, highest and lowest taps at max. base MVA
k. Type of cooling
l. Total weight
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 11 – Power Transformer Page 11-18

m. Weight of insulating oil


n. Weight of transportation and untanking
o. No-load and Full load losses values in kW
p. Temperature rise
q. Connection diagram
r. Insulation levels
s. Details regarding tapping's.

10 Spares
The spare parts shall be provided in required quantities as listed in the Price Schedule.
Further spare-parts as recommended by the manufacturer shall also be included in the Price
Schedule.

11 Transportation
The core and coils shall be completely dried before shipment and assembled with tank and
with oil or dry nitrogen depending upon the size of the transformers. In order to facilitate
handling and shipping, as many external accessories as practical, including bushings, shall
be removed and replaced by special shipping covers. The Contractor shall give special
attention to the limitation of bridge capacity in Nepal and make necessary transportation
arrangements accordingly.

Bushings, radiators and other accessories, which may be affected by moisture, shall be
packed in moisture proof containers.

12 Transformer accessories
Each transformer furnished under this specification shall be equipped with the following:

a. Oil conservator with air cell having two compartments each with filler caps and drain plugs.
b. Two sets of Silica Gel breathers with connecting pipe and oil seal.
c. Air release plug.
d. Double float Buchholz Relay with electrically separate trip and alarm contacts for
transformer tank.
e. Two Nos. of shut-off valves at both sides of each Buchholz Relay.
f. Mechanically operated self-resetting type pressure relief device with visible operation
indicator and trip contact.
g. 150 mm Dial Magnetic Oil Level Gauge with low level alarm contact.
h. Direct Reading Plain Oil Level Gauge.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 11 – Power Transformer Page 11-19

i. 150 mm Dial Oil Temperature Indicator with maximum reading pointer and individually
adjustable electrically separate sets of contact for alarm and trip.
j. 150 mm Dial Winding Temperature Indicator with individually adjustable electrically
separate sets of contact for two stage cooler control, alarm and trip with detector element
complete with heating coil, CT's etc.
k. Drain valve with threaded adapter.
l. Sample valve (top and bottom).
m.Filter valves with threaded adapter (top and bottom).
n. Cover lifting eyes.
o. Jacking pads, hauling and lifting lugs.
p. Bi-directional flanged wheels.
q. Rails.
r. Clamping device with nuts and bolts for clamping the transformer on foundation rails.
s. Ladder with safety device for access to the transformer top and Buchholz Relay.
t. Ground pads each with two (2) nos. tapped holes, bolts and washer for transformer tank,
radiator bank and cable-end box grounding.
u. Rating plate and terminal marking plate.
v. Marshaling box for housing control equipment and terminal connections.
w. Any other standard accessories including arcing horns, as required.

Table - 1: Technical Particulars of Power Transformers

S.No. Description 132/33 kV 132/11kV


1. Rated capacity 24/27/30 MVA 18/22.5 MVA
2. Quantity required Two (2) nos of three One (1) no of three
phase phase
3. Type Outdoor, Oil-immersed Outdoor,
Oil-immersed
4. Type of cooling ONAN//ONAF/ONAF ONAN/ONAF
(30 MVA) (22.5 MVA)
5. Temperature rise above 40 degree C ambient
temperature
a) In oil by thermometer 50 degree C 50 degree C
b) In winding by resistance 55 degree C 55 degree C
7. Number of phases 3(three) 3(three)
8. Maximum voltage (line to line)
a) Primary 145 kV 145 kV

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 11 – Power Transformer Page 11-20

S.No. Description 132/33 kV 132/11kV


b) Secondary 36 kV 12 kV
9. Rated Voltage (line to line)
a) Primary 132 kV 132 kV
b) Secondary 33 kV 11 kV
10. Insulation level of winding
a) Basic impulse level as per IEC 76
- Primary 650 kV (crest) 650kV (crest)
- Secondary 170 kV (crest) 75kV (crest)
b) Power frequency induced over voltage (1
minute)
- Primary 275 kV(rms) 275 kV(rms)
- Secondary 70 kV(rms) 28kV(rms)
11. Connections
a) Primary Star Star
b) Secondary Star Star
c) Tertiary (If provided) Delta Delta
12. Vector group reference YNyn0d11 YNyn0d11
13. Type of tap changer/make On-load On-load
14. Range of taps  10 %  10 %
15. Number of taps 17 17
16. Method of tap changer control
- Mechanical local Yes Yes
- Electrical local Yes Yes
- Electrical remote Yes Yes
"MASTER-FOLLOWER-INDEPENDENT" Yes Yes
and "AUTO -MANUAL" selection
17. Percent impedance voltage at rated MVA and 11 % (at normal tap) 11%(at normal tap)
75 degree C On normal tap
18. System grounding
a) Primary Solidly grounded Solidly grounded
b) Secondary Solidly grounded Solidly grounded
19. Neutral terminals & BCT
- Primary Required Required
- Secondary Required Required
20. Tank Mounted Lightning Arrester
HV - -
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 11 – Power Transformer Page 11-21

S.No. Description 132/33 kV 132/11kV


LV Required Required
21. Bushing Current Transformers
a) Number of core & current ratio
HV Phase 2 * 150/1A 2 * 100/1A
Neutral 1 * 100/1A 1 * 100/1A
b) Number of core & current ratio
LV Phase 3 * 600/1A 3 * 1200/1A
Neutral 1 * 200/1A 1 * 200/1A
(ratio to be decided during design/ drawing
approval)
c) Accuracy class PS PS

The transformer shall be equipped with on-line monitoring device and shall be compatible
with SCADA system.

Table – 2: Remote Tap Changer Panel

Item Legend Description Quantity


per
Panel
1. ANN Annunciator assembly, 12 active points, 110V DC, 6 rows high by 2 1 Lot
columns wide, flush mounted; with 3-separately mounted push buttons

1. Fan Bank 1 Fail


2. Fan Bank 2 Fail
3. OLTC Power supply Fail
4. Tap changer Out of step
5. Transformer Cooling system Fail
6. Tap changer Temperature High
7. AC Fail
8. DC Fail
All the rest points are for spare
2 Relay Only main instruments are listed here. All the auxiliary equipments
required for satisfactory operation of the scheme shall be included by
the Contractor.
90 a. AVR as short listed, with future provision for parallel operation. 1 Lot
b. Tap Position Indicator 1 Lot
c. AC Relay & Under Voltage Protection Relay 1 Lot
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 11 – Power Transformer Page 11-22

g. D.C. fail relay. if required 1 Lot


3 Interlocks, Switching & tripping Relay (where Required) 1 Lot
4. V Indicating Voltmeter
For specified PT ratios (For 110 Volt Secondary). 1 Lot
5. Indication lamps for status indications 1 Lot
6. Other relays and equipments required as per specs and satisfactory
operation of the transformer

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 12-Isolator Page 12-1

CHAPTER – 12

DISCONNECTING SWITCH (ISOLATOR)

1 General
This specification covers the design, manufacture, assembly, shop test, supply, delivery,
installation works, field test and commissioning of outdoor type disconnecting switches
complete with all accessories for efficient and trouble free operation as specified herein
under.

The Bidder shall submit type-test reports, valid ISO 9001 Certificates, necessary
technical brochures, as well as detailed drawings showing layout, section, various
clearances in conformity with relevant standards with his tender to verify compliance
with the requirement of these Specifications.

The equipment specified in this Section shall conform to the latest edition of the
appropriate IEC specifications and/or other recognized international standards. In
particular:

IEC 60129 High-voltage alternating current disconnectors and earthing switches


IEC 60529 Degree of protection provided by enclosures

Any material and equipments not specifically stated in this specification but which are
necessary for satisfactory operation of the equipment shall be deemed to be included
unless specifically excluded and shall be supplied without any extra cost.

2 Design Requirements
The disconnecting switches shall be used for the 50Hz, 3 phase system. Earth switches
shall be provided on disconnecting switches wherever called for. Complete
disconnecting switches with all the necessary items for successful operation shall be
supplied.

The equipment shall be installed outdoor. All equipment, accessories and wiring shall be
provided with sub-tropical finish to prevent fungus growth.

The maximum temperature rise in any part of the equipment at specified rating shall not
exceed the permissible limits as stipulated in relevant standards.

The rated peak short circuit current or the rated short time current carried by the
disconnecting switches & earth switches shall not cause;

a) Mechanical damage to any part of the equipment


b) Separation of Contacts
c) Insulation damage of "Current Carrying Part".

The disconnecting switches shall be center break or center rotating for 33 kV and center
break for 132 kV with contact blades moving through horizontal plane.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 12-Isolator Page 12-2

The rating, the accessories to be furnished and the schedule of equipment are detailed in
Technical Particular below.

The disconnecting switch shall be able to carry the rated current continuously and rated
short circuit current for one second without exceeding the temperature.

The disconnecting switches shall be capable of withstanding the dynamic and thermal
effects of maximum possible short circuit current.

In case of disconnecting switch with grounding switch, the grounding switch shall be
capable of making to a dead short circuit without damage of the equipment or
endangering operator. It shall be provided with and interlocking with the corresponding
disconnecting switch so that the earth switches can be operated only when the
disconnecting switches is open and vice versa.

The earthing Switches shall be capable of discharging trapped charges of the associated
lines. Disconnecting switches and earth switches shall be able to bear on the terminals
the total forces including wind loading and electro-dynamic forces on the attached
conductor without impairing reliability or current carrying capacity.

3 Construction Features
The 3-pole disconnecting switches shall be gang-operated type so that all the poles make
and break simultaneously.

The disconnecting switches shall be designed for upright/vertical mounting on steel


structure. The disconnecting switches shall be provided with a galvanized steel base
provided with holes and designed for mounting on a lattice/pipe support structure.
Disconnecting switches to be mounted on gantry structure shall include necessary steel
channels, bolts, nuts, etc. The position of movable contact system (main blades) of each
of the disconnecting switches and earthing switch shall be indicated by a mechanical
indicator at the lower end of the vertical rod of shaft for the disconnecting switches and
earthing switch. The indicator shall be of metal and shall be visible from operating level.
The disconnecting switches shall have padlocking arrangement in both "open" and
"closed" positions.

All current carrying parts shall be of non-ferrous metal or alloy. Bolts, screws and pins
shall be provided with lock washers. Keys or equivalent locking facilities, if provided on
current carrying parts, shall be made of copper silicon alloy or equivalent. The live parts
shall be designed to eliminate sharp joints, edges and other corona producing surfaces.

All metal parts shall be of such material and treated in such a way as to avoid rust,
corrosion and deterioration due to atmospheric conditions. Ferrous parts shall be hot-dip
galvanized.

Bolts, nuts, pins, etc. shall be provided with appropriate locking arrangement such as
lock nuts, spring washers, key, etc.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 12-Isolator Page 12-3

Bearing housing shall be weatherproof with provision for lubrication. The design,
however, shall be such as not to require frequent lubrication.

All bearings in the current path shall be shorted by flexible copper conductor of adequate
size (minimum – 150 mm2) to allow the specified fault current through it without injury.

The design of linkages and gears shall be such so as to allow one man to operate the
handle with ease for disconnecting switches and earth switch.

3.1 Main contacts


The disconnecting switches shall be provided with high pressure current carrying
contacts on the hinge/ jaw ends and all contact surfaces shall be silver plated and
controlled by powerful springs designed for floating and pressure point contact. The
thickness of silver plating should not be less than 25 microns. The contacts shall be
accurately machined and self-aligned.

The contacts shall have sufficient area and pressure to withstand the electromagnetic
stresses developed during short circuit without excessive heating liable to pitting or
welding.

Contacts shall be adjustable to allow for wear, shall be easily replaceable and shall have
minimum movable parts and adjustments.

The moving blade shall be made of electrolytic-copper/aluminum tube for center rotating
type disconnecting switch. Rotating feature of the blade at the end of tube travel for
contact wiping shall be provided.

Arcing horns shall be provided to divert the arc from main contacts to the separating
horns after the main contacts have opened. Arcing horns shall be renewable type.

3.2 Insulators and Terminals


Insulators shall be post type, brown glazed and solid core single stage type.

The porcelain used for insulators shall be manufactured by wet process and shall be
homogenous and free from cavities and other flaws.

Caps and pins shall be of the highest quality malleable iron or forged steel and smoothly
galvanized.

Arcing horns as required shall be furnished.

All insulators of identical ratings shall be interchangeable.

The terminals of the disconnecting switch shall be provided with terminal connectors.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 12-Isolator Page 12-4

4 Operating Mechanism

4.1 Disconnecting Switches


The operating mechanism for 132 kV disconnecting switches shall be motor operated.
The driving motor of the motor operated disconnecting switch shall be suitable for
operating on 400/230 V AC supply. The mechanism shall also be equipped with
dependable manual operating device for emergency operation when the power operating
mechanism is inoperative.

The operating mechanism for 33 kV disconnecting switch shall be manual. The operating
handle shall be such that it can be operated easily from standing height from ground
level. Grounding of handle through copper flexible conductor of adequate size shall be
provided.

The control shall be such that the disconnecting switch can be opened or closed from
local as well as remote. LOCAL/REMOTE selector switch and OPEN/STOP/CLOSE
push buttons shall be provided at the local "Mechanism Box" for local electrical
operation. The LOCAL/REMOTE selector switch shall be lockable type.

Starters, relays and limit switches shall be provided as required for operation, indication
and interlocks. All electrical controls shall be suitable for 110V DC.

The disconnecting switch shall be provided with a minimum number of eight (8)
normally closed and eight (8) normally open electrically separated (Voltage free)
auxiliary contacts for system interlock in addition to the auxiliary contacts required for
its own indication and operational requirements so as to have a trouble free operation of
the system. The contacts shall be convertible type so that normally open contact may be
converted to normally closed contact and vice-versa at site. The auxiliary contacts shall
be suitable for 0.5A, 110V DC inductive breaking duty.

All auxiliary contacts shall be wired up to terminal block in local mechanism box. All
auxiliary contacts shall be silver plated and shall have positive wiping action when
closing.

The auxiliary contacts shall be adjustable type to suit the following requirements.

a) Signaling of "closed position" shall not take place unless main power contacts have
reached a position so that rated normal and short time current can be carried safely.
b) Signaling of "open position" shall not take place unless the main power contacts are at a
safe isolating distance.

The operating device, auxiliary switches and all other devices shall be housed in a
weatherproof box of sheet steel / aluminum alloy construction. The enclosure protection
of the mechanism box shall be IP-55W as per IEC. The thickness of the sheet steel shall
be at least 2mm. In the case of aluminum alloy, the operating box shall be of robust
design. The box shall have gasket-hinged door with lock and key. The box shall be
suitable for fixing on disconnecting switch steel structure. A 4mm thick removable gland
plate shall be provided at the bottom of the box for cable entry. The box shall be
mounted at a safe working clearance from the live parts of switches.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 12-Isolator Page 12-5

Thermostat-controlled space heater with ON-OFF switches rated 230V, 1 phase, 50Hz
shall be provided to prevent condensation within the mechanism box.

4.2 Grounding Switches


The grounding switch shall be triple pole manually and gang operated. The mechanism
shall be such that one operator alone shall be able to operate without undue effort.
Electrical and mechanical interlocking shall be provided for the safe operation of
grounding switch.

Where grounding Switches are specified these shall include the complete operating
mechanism and auxiliary contacts. The grounding Switches shall form an integral part of
the disconnecting switches and shall be mounted on the base frame of the disconnecting
switches. Grounding Switches shall be suitable for local operation only. The grounding
Switches shall be constructional interlocked with the disconnecting switches so that the
grounding Switches can be operated only when disconnecting switches is open and vice
versa.

The grounding switch shall be capable of withstanding the electrical and mechanical
stresses developed by a short circuit current specified in Appendix. The cross-section of
the flexible copper connection between rotating shaft and structure shall be capable to
allow specified fault through it without injury but of minimum size 150 mm2.

Arrangement shall be provided to padlock the grounding switch in open and closed
positions.

The operating handle shall be such that it can be operated easily from standing height
from ground level. Grounding of handle through copper flexible conductor of adequate
size shall be provided.

Each grounding switch shall be provided with four (4) normally closed and four (4)
normally open contacts for remote indication and interlocking purpose.

All the auxiliary contacts and interlocking coils shall be housed in a mechanism box. The
box shall be suitable for fixing on grounding switch steel structure. A 4mm thick
removable gland plate shall be provided at the bottom of the box for cable entry.

Auxiliary contacts shall be suitable for 0.5A, 110V DC inductive breaking duty.

The auxiliary coils shall be suitable for 110V DC supply.

5 Tests

5.1 Routine Tests


On completion each disconnecting switch shall be subjected to following routine tests.
As far as practical, the procedure of IEC shall be followed:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 12-Isolator Page 12-6

a) Construction Inspection
b) Power frequency voltage dry test
c) Measurement of resistance of main circuit
d) Control and secondary wiring check tests
e) Mechanical operation test

5.2 Design Tests


The disconnecting switch design tests shall include following:

a) Dielectric tests, including impulse withstand tests


a) Radio interference tests
b) Temperature rise tests
c) Short-time withstand current tests
d) Operating and mechanism endurance test
e) Voltage drop test.

The voltage drop across one complete phase of a switch shall be measured when carrying
rated current.

The Bidder shall submit type test report as specified in section-2 of this specification for
the disconnecting switch of the offered model along with the bid.

5.3 Field Tests


After installation at Site, the disconnecting switches shall be subjected to the following
field tests:

a) Construction inspection
b) Measurement of insulation resistance of main and auxiliary circuits
c) Mechanical operation test
d) Measurement of resistance of main contact

6 Drawings, Data and Manuals


The General arrangement drawing with Technical leaflets shall be furnished with the
Bid.

After award of Contract the Contractor shall submit the required number of copies of the
following drawings and data for approval of the Employer.

a) Outline dimensional drawings of the equipment showing general arrangement and


location of fittings.
b) Transport/shipping dimensions with weights.
c) Foundation and anchor bolt details including loading condition.
d) Assembly drawings for erection at site with part numbers and schedule of materials.
e) Electrical schematic and wiring diagram.
f) Any other relevant drawings and data necessary for erection, operation and maintenance.
g) Instruction manual and data sheets.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope
Chapter 12-Isolator Page 12-7

h) Any other relevant data, drawing and information necessary for review of the items
stated above.

7 Spare Parts
For each type of disconnecting switch, the spare parts shall be provided in required
quantities as listed in Price Schedule. Further spare parts as recommended by the
manufacturer shall also be included in the Price Schedule.

Technical particulars of DISCONNECTING SWITCH WITH & WITHOUT


GROUNDING SWITCH
S. No. Description Disconnecting Disconnecting
switch 132 kV switch 33 kV
1. Type 3-poles, center break 3-poles, three
columns, center
rotating ,double
break or 3-poles,
center break
2. Rated Voltage 132 kV 33 kV
3. Frequency 50 Hz 50 Hz
4. Insulation levels
a) Basic impulse level (BIL) 650 kV (crest) 170 kV (crest)
b) Power frequency withstand voltage
(For1 minute) 275 kV (rms) 70 kV (rms)
5. Current ratings
a) Continuous current 1250/2000 A 1600/800 A
b) Rated Short Time current (1 sec.) 31.5 kA 25 kA

6. Operating mechanism of Motor operated (both Local, manual


disconnecting switch local and remote operation
operation)
and manual
7. Auxiliary power supply
a) Space heater and cubicle 230V,1-phase, 50Hz 230V,1-phase, 50Hz
b) Control circuit 110 V DC 110 V DC
c) Operating motor 230/400 V, 50 Hz -
8. Applicable standard IEC IEC
9. Enclosure Protection IP-55W IP-55W
10. Creepage Distance 3625 900

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Chapter 13 - Circuit Breaker Page 13-1

CHAPTER – 13
CIRCUIT BREAKERS
1 SCOPE
1.1 These specifications are intended to cover the design, engineering, manufacturing,
inspection and testing at manufacturer’s shop, packing, supply & delivery, storage,
transportation up to site, testing & commissioning of the outdoor type circuit breakers,
complete with motor operated spring charged/pneumatic operating mechanism,
unitized air compressed system, air receiver, gas monitoring instruments, operating
mechanism, terminal connectors, hot dip galvanized supporting structures with
foundation bolts/ copper piping/ connectors/ valves, cable glands inter connecting cables
complete with all materials, accessories and fittings, erection & maintenance tools &
tackles, mandatory spares as detailed in this specification.
1.2 The design and workmanship shall be in accordance with the best engineering practices
to ensure satisfactory performance throughout the service life.
1.3 Any material and equipments not specifically stated in this specification but which are
necessary for satisfactory operation of the equipment shall be deemed to be included
unless specifically excluded and shall be supplied without any extra cost.

2 PARTICULARS OF THE SYSTEM


2.1 The Circuit Breakers to be provided under the specification are intended to be used on 3
phase, AC, 50 Hz, earthed system. The nominal system voltage and the
corresponding highest system voltage, short time current rating, basic impulse level
etc. corresponding to standard values, are given in the technical parameters.

2.2 Circuit breakers shall be offered from reputed & standard makes which shall be qualified
as per Section 3 EQC.
3 STANDARDS
The equipment specified in this Section shall conform to the latest edition of the
appropriate IEC specifications and/or other recognized international standards. In
particular:

IEC 60056 High-voltage alternating switchgear


IEC 62271 High-voltage alternating switchgear and control gear
IEC 60376 Specification and acceptance of new sulphur hexafluoride
IEC 60529 Degree of protection provided by enclosures
IEC 60694 Common specifications for high-voltage switchgear and control gear
standards

4 DESIGN REQUIREMNET
The circuit breakers shall be suitable for 3 phase, 50 Hz. and shall be installed in
outdoor.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 13 - Circuit Breaker Page 13-2

All equipment and accessories shall be provided with sub-tropical finish to prevent
fungus growth.

The maximum temperature rise in any part of the equipment at specified rating shall not
exceed the permissible limits as stipulated in relevant standards.

The support structure of circuit breaker shall be hot dip galvanized. Exposed hardware
items shall be hot dip galvanized or Electro-galvanized.

The rated peak short circuit current or the rated short time current carried by the
equipment shall not cause:

a) mechanical damage to any part of the equipment


b) separation of contacts
c) Insulation damage of "Current Carrying Part"

Technical particulars of the circuit breaker shall be as specified in the Table.

All auxiliary equipment shall be suitable for 3 phase-4 wires, 400V or single phase 230
V, 50 Hz system. All controls shall be suitable for 110V DC.

5 CONSTRUCTION FEATURES
The circuit breaker shall be outdoor, three-phase, (single-throw or), spring charged motor
operated, trip free in any position, complete with operating mechanism and supporting
structure.
The 145kV circuit breaker shall be SF6 gas type whereas the 36 kV circuit breaker shall
be Vacuum type.

The circuit breaker shall be capable of interrupting the steady state and transient
magnetizing current corresponding of power transformers.

The circuit breaker shall also be capable of:

a) Interrupting line/cable charging current as per IEC without use of opening


resistors.
b) Clearing short line fault (Kilometric faults) with source impedance behind the bus
equivalent to symmetrical fault current specified.

The Breaker shall satisfactorily withstand the high stresses imposed on them during fault
clearing, load rejection and re-energisation of lines with trapped charges. The breaker
shall also withstand the voltages specified in the technical specification of this Section.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 13 - Circuit Breaker Page 13-3

5.1 Reclosing operation


The circuit breaker for outgoing/incoming line for voltage level 66 kV and above shall
be capable of making reclosing operation.

5.2 Contacts
The contacts shall be designed to have adequate thermal and current carrying capacity
for carrying full rated current without exceeding the allowable temperature rise as
specified by IEC standards. They shall be designed to have long life so that frequent
replacement or maintenance will be unnecessary. The surfaces of either of both moving
and stationary arcing-contacts that are exposed directly to the arc shall be faced with
suitable arc resisting material.

The gap between the open contacts shall be such that it can withstand at least the rated
phase to ground voltage for 8 hours at zero gauge pressure of SF6 gas due to the leakage.
The breaker should be able to withstand all dielectric stresses imposed on it in open
condition at lock out pressure continuously (i.e. 2 p.u. across the breaker continuously,
for validation of which a power frequency dielectric with stand test conducted for a
duration of at least 15 minutes is acceptable).

5.3 Gas Density Detector for SF6 circuit breaker


The circuit breaker shall be provided with gas density detector, responding to the gas
temperature and pressure, which shall have two different functions according to the gas
condition: the first step gives alarm and the second step locks the operating mechanism.
A gauge shall also be provided to indicate the gas-pressure.

5.4 Vacuum Interrupter for vacuum circuit breaker


Vacuum interrupter, which makes use of the excellent dielectric properties, should
confirm to obtain a highly reliable extinguishing device such as to quench the arc as soon
as possible without causing the visible formation of the arc. There should not be any
deterioration of the quenching medium. The design and manufacturing technology of the
interrupter should ensure the vacuum integrity. The recovery should be faster and hence
the arc quenching should be accomplished within the adequate contact gap to support the
required rating. The contact surface should be free of impurities and pollution layers.
Materials of high conductivity should be used such that the contact resistance will be
very low. During switching, the Breaker should be re-strikes free.

5.5 Local Test Switch


Each mechanism shall be equipped with a local test switch for electrically testing the
closing and tripping operations of the circuit breaker. A separate manually operated cut-
out device to disconnect the circuits from remote closing, reclosing and tripping devices
shall be provided on each circuit breaker. A warning nameplate requiring operation of
this device before operation of the local test switch shall be mounted adjacent to the local
test switch.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 13 - Circuit Breaker Page 13-4

5.6 Emergency Trip


Each circuit breaker shall be provided with an emergency hand trip device. This device
shall be provided with mechanically interlocked contacts to disconnect circuits from
remote closing and reclosing devices. The trip button shall be mounted in such a way
that it can be operated from outside of the operating box.

5.7 Position Indicator


A mechanical indicator shall be provided to show open and close position of the breaker.
It shall be located in a position where it will be visible to a man standing on the ground
level with the mechanism housing closed. An operation counter shall also be provided in
the central control cabinet. The indicator shall be provided for each pole.

5.8 Tripping Circuit


Two (2) sets of tripping coils shall be provided in two separate current and magnetic
circuits in order to make possible primary and backup tripping of circuit breaker.
Provision for trip circuit supervision shall be provided.

The tripping circuit mechanism and the closing control circuit mechanism shall each
have a nominal voltage rating of 110 volts DC. The tripping circuit shall operate
satisfactorily for a tripping operation over a voltage range of 70-110%. The closing
control circuit shall operate satisfactorily over a voltage range of 85-110%.

5.9 Motor-operated Spring-Charged Mechanism


A complete and separate spring operating system shall be furnished and installed to
operate the circuit breaker. The mechanism shall be housed in a weather proof and dust
proof control cabinet. The closing action of breaker shall charge the opening spring for
tripping.

The operating mechanism shall be strong, rigid, not subject to rebound.

The mechanism shall be anti-pumping and trip free (as per IEC definition) under every
method of closing.

As long as power is available to the motor, a continuous sequence of the closing and
opening operations shall be possible. The motor shall have adequate thermal rating for
this duty.

After failure of power supply to the motor one close open operation shall be possible
with the energy contained in the operating mechanism.

Breaker operation shall be independent of the motor which shall be used solely for
charging the closing spring.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 13 - Circuit Breaker Page 13-5

Each operating mechanism shall be provided with a spring charging motor with a
common control cabinet.

- The time required to charge the closing spring after the closing operation shall not
exceed 30 seconds.
- Under voltage alarm relay suitable for operation on DC circuit to permit remote
indication of loss of potential on the AC to the control gear.
- Spring charged indicator shall indicate the state of energy store in the spring. Indication
for fully charged spring shall be provided both at local and remote control panel.
- When closing springs are discharged after closing a breaker, closing springs shall be
automatically charged for the next operation and an indication of this shall be provided
in the local and remote control cabinet.
- Means shall be provided to prevent the operation of the mechanism when
maintenance work is being done. The mechanism shall be so arranged that emergency
manual charging and release of the spring is possible without electrical means. One (1)
CO-operation shall be possible after failure of supply.

Working parts of the mechanism shall be corrosion resisting material, bearings which
require grease shall be equipped with pressure type grease fittings. Bearing pin, bolts,
nuts and other parts shall be adequately pinned or locked to prevent loosening or
changing adjustment with repeated operation of the breaker.

The bidder shall furnish detailed operation and maintenance manual of the mechanism
along with the operation manual for the circuit breaker. The instruction manuals shall
contain exploded diagrams with complete storage, handling, erection, commissioning,
troubleshooting, servicing and overhauling instructions.

5.10 Operating Cubicle


Circuit breaker operating mechanisms, auxiliary switches and associated relays, control
switches, control cable terminations, and other ancillary equipment shall be housed in
sheet steel vermin proof and weatherproof cubicles. The enclosure protection of the
cubicle shall be IP55W. Where appropriate, the cubicles may be free standing with front
and rear access.

Cubicles shall be of rigid construction, preferably folded but alternatively formed on a


framework of standard rolled steel sections and shall include any supporting steel work
necessary for mounting on the circuit breaker or on concrete foundations. The thickness
of the sheet steel shall be at least 2 mm. All fastenings shall be integral with the panel or
door and provision made for locking. Doors shall be rigid and fitted with weatherproof
sealing materials suitable for the climatic conditions specified. The structure design shall
be such that during operation of circuit breaker vibrations are reduced to minimum.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 13 - Circuit Breaker Page 13-6

Cubicles shall be well ventilated thorough vermin-proof louvers comprising a brass


gauze-screen attached to a frame and secured to the inside of the cubicle. Divisions
between compartments within the cubicle shall be perforated to assist air circulation. In
addition, thermostat- controlled space heater with ON-OFF switches rated 230 V, 1
phase, 50 Hz shall be provided to prevent condensations within the cubicle.

A local control switch connected with a remote-local selector switch shall be furnished
and wired in the control circuits of the breaker. The local control switch shall be
operative from within the operating cubicle only when the selector switch is in local
position.

5.11 Terminal Connector Pad


The circuit breaker terminal pads shall be made up of high quality electrolytic copper or
aluminum the terminal pad shall have protective covers which shall be removed before
interconnections.

5.12 Bushings
The bushings shall be of the porcelain gas filled, designed to have ample insulation,
mechanical strength and rigidity for the conditions under which they will be used.

6 ACCESSORIES
The Contractor shall furnish following accessories as an integral part of each circuit
breaker:

a) Padlocks and duplicate keys.


b) Cable glands (Double compression type), Lugs, Ferrules etc.
c) Space heaters equipped with thermostatic controls.
d) Local/remote control switch.
e) Fuses as required.
f) Operation counter.
g) Earthing pad (two) for each pole.
h) Terminal boards with six spare terminals.
i) Two earthing terminals for each mechanism box.
j) Auxiliary relays.
k) Motor contactor with thermal release for spring charging motor.
l) Rating and diagram plate in accordance with IEC incorporating year of manufacture. .
m) Special tools and tackle for operation and maintenance of equipment including gas
leakage detector and gas filling device for the circuit breaker supplied.
n) Other necessary accessories.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 13 - Circuit Breaker Page 13-7

7 SPARE PARTS
For each type of circuit breaker, the spare parts shall be provided in required quantities
as listed in Price Schedule. Further spare parts as recommended by the manufacturer
shall also be included in the Price Schedule.

8 TESTS
8.1 Routine Tests
On completion, each circuit breaker shall be subjected to following routine tests. As far
as practical, the procedure of IEC shall be followed:

a) Construction Inspection
b) Leakage Test (for SF6 circuit breaker)
c) Operating Speed Check
d) Dielectric test
e) Control and secondary wiring check test
f) Mechanical operation test
g) Operating mechanism system check
h) Voltage withstand test on auxiliary circuits
i) Measurement of resistance of main circuit of each pole
j) Power frequency voltage withstand test on main circuit of each pole and the combination
of poles and breaker frame.

8.2 Design Tests


Following design tests shall be performed on the offered model.

The circuit breaker design tests shall include following:

a) Dielectric withstand test


b) Temperature rise test
c) Radio interference voltage test
d) Short-time withstand current and peak withstand current tests
e) Verification of the protection
f) Electromagnetic compatibility tests

The Bidder shall submit type test report as specified in Chapter-2 of this specification for
the circuit breaker of the offered model along with the bid.

8.3 Field Tests


After installation at Site, the circuit breaker shall be subjected to the following field tests:

a) Insulation resistance of each pole.


b) Check adjustments, if any suggested by manufacturer.
c) Breaker closing and opening time.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 13 - Circuit Breaker Page 13-8

d) Slow and Power closing operation and opening.


e) Trip free and anti-pumping operation.
f) Minimum pick-up voltage of coils.
g) Dynamic Contact resistance measurement.
h) Functional checking of compressed air plant and all accessories.
i) Functional checking of control circuits interlocks, tripping through protective
relays and auto reclose operation.
j) Insulation resistance of control circuits, motor etc.
k) Resistance of closing and tripping coils.
l) SF6 gas leakage check.
m) Dew Point Measurement
n) Operation check of pressure switches and gas density monitor during gas filling.
o) Checking of mechanical ‘CLOSE’ interlock, wherever applicable.
p) Testing of grading capacitor.
q) Resistance measurement of main circuit.
r) Checking of operating mechanisms
s) Check for annunciations in control room.
t) Point of wave switching test(wherever applicable)

The contractor shall ensure that erection, testing and commissioning of circuit breaker
shall be carried out under the supervision of the circuit breaker manufacturer's
representative. The commissioning report shall be signed by the manufacturer’s
representative.

9 Performance Guarantee
The performance guarantee figures quoted on the schedule of Technical Data shall be
guaranteed within the tolerances permitted by relevant standard and will become a part
of successful Bidder's Contract.

10 DRAWINGS, DATA, MANUAL


The outline drawings of the breaker and control cubicle with accessories shall be
furnished along with the Bid.

After award of Contract the Contractor shall submit the required number of copies of the
following drawings and data for approval of the Employer.

a) General equipment layout


b) Outline drawings of the breaker and control cubicle with accessories
c) Loading data and foundation detail
d) Elementary control wiring diagrams
e) Internal wiring diagrams
f) External connection diagrams, showing terminal boards and other external
Connection points for each assembly and the required interconnecting wiring
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 13 - Circuit Breaker Page 13-9

g) Drawings showing typical cross-sections of the operating mechanism and the


breaker mechanism
h) Drawings showing typical cross-section and assembly of interrupting device
i) Drawings showing assembly of principal component parts and accessories
j) Drawings showing details of bushings or porcelain supporting columns, including
dimension details of flanges and outline dimensions
k) Drawing to show details at all points where adjustments may be made to
operating dimension mechanism, breaker mechanism and contact
l) Any other drawings and data required for design and installation of circuit
breaker.
m) Instruction manual for storage, installation, operation and maintenance of circuit
breaker and operating mechanism.

11 Nameplate
Circuit breaker shall be provided with a nameplate of stainless steel material fitted in a
visible position. It shall show the following items as a minimum.

a) Circuit Breaker (Note: Circuit breaker and operating cubicle nameplates may be
combined)

- Manufacturer's name
- Manufacturer's serial number and type designation
- Year of manufacture
- Rated voltage, kV
- Rated insulation level, kV
- Rated frequency, Hz
- Rated nominal current, A
- Rated short circuit breaking current, kA
- Rated short circuit making current, kA
- Rated operating cycle (duty cycles)
- Rated short time current & duration, kA/s
- Rated operating sequence (duty cycles)
- Type of operating mechanism
- First pole to clear factor
- Rated interrupting time, cycles
- Rated operating pressure (SF6), kg/cm2
- Weight of circuit breaker, kg
- Parts list number

b) Operating cubicle (Note: Operating cubicles and circuit breaker nameplates may
be combined.)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 13 - Circuit Breaker Page 13-10

- Manufacturer's name
- Manufacturer's serial number and type designation
- Year of manufacture
- Rated supply-voltage of closing and opening devices, V
- Rated supply-frequency of closing and opening devices, Hz
- Closing current, A
- Tripping current, A
- Rated supply-voltage of auxiliary circuits, V
- Rated supply-frequency of auxiliary circuits, Hz
- Parts list number

12 Special Tools
In addition to the tools, which are regularly furnished with such breakers, the Contractor
shall also supply all necessary special tools or equipment for assembling and
disassembling the breaker. The Contractor shall submit an itemized list of such
equipment in the Price Schedule.

Technical particulars of 132 KV SF6 Circuit Breaker

1. Type SF6, outdoor type


2. Voltage rating:
a) Nominal system voltage 132 kV
b) Rated maximum voltage 145 kV
3. Insulation level
a) Impulse withstand voltage 650 kV (crest)
b) Power-frequency withstand voltage (1 min.) 275 kV (rms)
4. Frequency 50 Hz
5. Current rating
a) Rated continuous current at 40 degree C ambient 1250/2000 A
b) Short circuit breaking current 31.5 kA
c) Short circuit making current 80 kA
6. Creepage distance 3,625 mm
7. Auxiliary supply
a) Control circuit 110 V DC
b) Space heater and auxiliary equipment. AC, 230/400V, 50 Hz
8. Operation three pole operation type
9. Reclosing duty cycle O-0.3 sec-CO-3 min-CO
10. Total maximum break time 60 ms
11. First pole to clear factor 1.3
12 Additional Auxiliary Contacts 8 NO, 8 NC
13. Maximum make time 120 ms
14. Spring charging motor 110 V DC
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 13 - Circuit Breaker Page 13-11

Technical particulars of 33 kV Vacuum Circuit Breaker

1. Type 33 kV VCB, outdoor type


2. Voltage rating:
a) Nominal system voltage 33 kV
b) Rated maximum voltage 36 kV
3. Insulation level
a) Impulse withstand voltage 170 kV (crest)
b) Power-frequency withstand voltage (1 min.) 70 kV (rms)
4. Frequency 50 Hz
5. Current rating
a) Rated continuous current at 40 degree C ambient 1600/800 A
b) Short circuit breaking current 25 kA
c) Short circuit making current 62.5 kA
6. Creepage distance 900 mm
7. Auxiliary supply
a) Control circuit 110 V DC
b) Space heater and auxiliary equipment. AC, 230/400V, 50 Hz
8. Rated Capacitor Breaking current ≥400A
9. Rated Back to Back Capacitor Bank Breaking current ≥20kA
8. Operation Three pole operation type

9. Reclosing duty cycle O-0.3 sec-CO-3 min-CO


10. Total maximum break time 60 ms
11. First pole to clear factor 1.3
12 Additional Auxiliary Contacts 8 NO, 8 NC
13. Maximum make time 120 ms
14. Spring charging motor 110 V DC

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 14 - Surge Arrestors Page 14-1

CHAPTER – 14
SURGE ARRESTORS

1 General
This specification covers the design, manufacture, shop test, delivery, installation, field
test and commissioning of lightning arresters, complete with all accessories. The
equipment specified in this Section shall conform to the latest edition of the appropriate
IEC specifications and/or other recognized international standards. In particular:

IEC 60099-4 Metal-oxide Surge arrester without gap for AC system


IEC 60099-5 Surge arrester - Selection and application recommendations
IEC 60529 Degree of protection provided by enclosures

The Bidder shall submit type-test reports, valid ISO 9001 Certificates, necessary
technical brochures, as well as detailed drawings showing layout, section, various
clearances in conformity with relevant standards with his tender to verify compliance
with the requirement of these Specifications.

2 Design Requirements
The lightning arresters shall be of heavy duty station class and gapless type without any
series or shunt gaps.

The lightning arresters shall be suitable for a nominal system of 3 phase, 50Hz solidly
grounded system. Lightning arresters shall be provided at entry points of the overhead
transmission lines and both HV & LV sides of the transformers.

The lightning arresters shall be capable of discharging over-voltages occurring during


switching of unloaded transformers, capacitors, reactors and long lines.

The lightning arresters shall be station type / transformer-tank-mounted, gap less metal
oxide type of rated voltage of 120 kV for 132 kV systems, 30 kV for 33 kV systems and
9 kV for 11 kV systems. The nominal discharge current shall not be less than 10 kA. The
selection of Lightning arrester shall be done by the contractor based on insulation co-
ordination study without any additional cost to the Employer.

145 kV class arrester shall be capable for discharging energy equivalent to class 3 of IEC
for 145 kV systems on two successive operations.

The active part of the lightning arresters shall be accommodated in single stacked
porcelain insulators, which are suitably reinforced to prevent explosion of an arrester.

The lightning arresters shall be preferably mounted on galvanized steel structure.


Terminal connectors for both line and ground terminals shall be furnished.

Surge monitoring device consisting of surge counter, leakage current measuring


instrument etc., along with insulating bases for mounting at the bottom of the arrester,
shall be furnished.
Bidding Document for ICB-DL-TLSS--076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 14 - Surge Arrestors Page 14-2

The duty cycle of CB installed in 132 kV System shall be O-0.3 sec-CO-3 min-CO. The
lightning Arrester shall be suitable for such circuit breaker duties in the system.

The technical features of the lightning arresters are given in Table below.

3 Constructional Features
The features and constructional details of surge arresters shall be in accordance with
requirement stipulated hereunder:

a) The non-linear blocks shall be of sintered metal oxide material. These shall be provided
in such a way as to obtain robust construction, with excellent mechanical and electrical
properties even after repeated operations.
b) The surge arresters shall be fitted with pressure relief devices suitable for preventing
shattering of porcelain housing and providing path for flow of rated fault currents in the
event of arrester failure. Details shall be furnished in the bids along with quality checks.
c) The outer insulator housing shall be so coordinated that external flashover will not occur
due to application of any impulse or switching surge voltage up-to the maximum design
value for arrester.
d) The end fittings shall be made of corrosion proof material and preferably be
nonmagnetic.
e) The name plate shall conform to the requirements of IEC incorporating the year of
manufacture.
f) The manufacturer shall submit Data for rejection rate of ZnO blocks during
manufacturing/operation for the past three years.

4 Fittings and Accessories


120 kV Arresters shall be complete with insulating base having provision for bolting to
flat surface of structure.

Self-contained discharge counters, suitably enclosed for outdoor use and requiring no
auxiliary or battery supply for operation shall be provided for each single pole unit along
with necessary connection. Suitable leakage current meters should also be provided.
The reading of milli ammeter and counters shall be visible through an inspection glass
panel. The terminals shall be robust and of adequate size and shall be so located that
incoming and outgoing connections are made with minimum possible bends.

Surge monitor consisting of discharge counters and mili ammeters should be suitable to
be mounted on support structure of the arrester and should be tested for IP66 degree of
protection. The standard supporting structure for Lightning arrester should be provided
with a mounting pad, for fixing the surge monitor. The surge monitor should be suitable
for mounting on this standard mounting pad. Also all nuts, bolts, washers etc. required
for fixing the surge monitor shall have to be supplied by the Contractor.

The arrangement for Surge Monitor enclosure fixing to the structure shall be at its
rear/bottom. Connection between the Surge Arrester base and Surge Monitor shall be
through a 2.0 m (minimum) long insulated copper rod/strip of at least 75 sq.mm cross
Bidding Document for ICB-DL-TLSS--076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 14 - Surge Arrestors Page 14-3

sectional area. The cable shall be terminated at rear/bottom side of the Surge Monitor.
The gaskets of the surge monitors shall be of Neoprene, Butyl or equivalent material.

Grading/corona rings shall be provided on each complete arrester unit as required.


Suitable terminal connectors shall be supplied by the Contractor.

5 TEST

5.1 Routine Test


Each lightning arrester switch shall be subjected to following routine tests. As far as
practical, the procedure of IEC shall be followed:

a) Construction inspection
b) Measurement of reference voltage
c) Residual voltage test
d) Internal partial discharge test.

5.2 Design Test


The lightning arrester design tests shall include following:

a) Insulation withstand test


b) Residual voltage test
c) Long duration current impulse test
d) Operating duty cycle test
e) Artificial pollution test

The Bidder shall submit type test report as specified in section-2 of this specification for
the Lightning arrester of the offered model along with the bid.

5.3 Pre-Commissioning Tests


An indicative list of tests is given below.

a) Operation checks of LA counter.


b) Insulation resistance measurement
c) Capacitance and Tan delta measurement of individual stacks.

Contractor shall perform any additional test based on specialties of the items as per the
field Q.P./Instructions of the equipment Supplier or Employer without any extra cost to
the Employer. The Contractor shall arrange all instruments required for conducting these
tests along with calibration certificates and shall furnish the list of instruments to the
Purchaser for approval.
6 Drawings and Data
The following documents shall be furnished along with the bid:

a) Standard catalogue identifying the models and ratings being furnished


Bidding Document for ICB-DL-TLSS--076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 14 - Surge Arrestors Page 14-4

b) Outline drawings including dimensions

The following drawings and data shall be furnished in required number of copies after
award of Contract for approval of Employer:

a) Outline drawings including dimensions


b) Foundation and anchor details including dead load
c) Transport/shipping dimensions with weight
d) Any other relevant data, drawings and information

7 Name Plate
Each lightning arrester shall be provided with a nameplate of weather resistant material
fitted in a visible position showing the following items as a minimum:
a) Manufacturer's name
b) Manufacturer's serial number and type designation
c) Year of manufacture
d) Rated voltage
e) Nominal discharge current

8 TECHNICAL PARTICULARS
Surge Arrestor Technical Particulars for 132/33/11 kV Substation shall as follow:
TABLE-1.1
i. Type Heavy duty, station class, Gapless
Metal oxide, outdoor
ii. Arrestor rating (kV rms) 120 30 9
iii. Maximum Continuous Operating voltage 102 25 7.65
(kV rms)
iv. Lightning Impulse withstand voltage 650 170 75
(kVp)
v. Power Frequency Withstand Voltage 275 70 28
(kVrms)
vi. Standard Nominal Discharge Current 10 kA (8/20 micro impulse shape)

vii. Line discharge class Class-3 Class-2 Class-1


viii. Degree of protection IP 55
ix. Max.Steep current impulse residual 380 110 28

Bidding Document for ICB-DL-TLSS--076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 14 - Surge Arrestors Page 14-5

voltage at 10 kA (kVp)
x. Max. Lightening Impulse residual 330 90 25
voltage at 10 kA (kVp)
xi. Max. switching surge residual voltage at 280 63 21
1 kA (kVp)
xii. Partial discharge at 1.05 COV not 50pC
greater than
xiii. Max. discharge capability 5Kj/kV
corresponding to rated voltage
xiv. Low current long duration test value 2400 µs
xv. High current short duration test value 100kA
(4/10 µ second wave)
xvi. Minimum Corona Extinction Voltage 105 NA NA
(kVrms)
xvii. Maximum partial discharge at 50 pC
1.05*Continuous Over Voltage(COV)
xviii. Prospective symmetrical fault current for 31.5 25 18.4
pressure relief test for (0.2 sec) kA
xix. Creepage distance (mm) 3625 900 300

The above parameters are applicable for installations up to an altitude of 1000m above
mean sea level. For altitude exceeding 1000m, necessary altitude correction factor shall
be applicable as per IEC or part thereof.

Bidding Document for ICB-DL-TLSS--076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 15 - Instrument Transformer Page 15-1

CHAPTER – 15
INSTRUMENT TRANSFORMER
1 General
This specification covers the design, manufacture, assembly, shop test, supply, delivery,
installation, field test and commissioning of outdoor and indoor instrument transformers
as specified herein under.

The equipment specified in this Section shall conform to the latest edition of the
appropriate IEC specifications and/or other recognized international standards. In
particular:

IEC 60044 Voltage transformers


IEC 60044 Instrument transformers
IEC 60529 Degree of protection provided by enclosures
IEC 60186 Capacitive Voltage transformers

The Bidder shall submit type-test reports, valid ISO 9001 Certificates, necessary
technical brochures, as well as detailed drawings showing layout, section, various
clearances in conformity with relevant standards with his tender to verify compliance
with the requirement of these Specifications.

2 Design Requirements
Instrument transformers shall be suitable for 50Hz, 3 phases with solidly grounded
neutral system.

Instrument transformers shall be installed outdoor/indoor in a hot and humid climate. All
equipment and accessories shall be provided with tropical finish to prevent fungus
growth.

Capacitor voltage transformers shall be provided with accessories suitable for carrier
equipment.

Technical particulars of instrument transformers shall be as per Table 1 and Table 2


below.

Burden of the instrument transformers stated herein is the minimum value required.
Where higher burden is required to suit the designs, the Contractor shall supply the same
without additional cost.

The instrument transformers shall be complete with its terminal box and a common
marshalling box for a set of 3 instrument transformers.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 15 - Instrument Transformer Page 15-2

The external surface of instrument transformer, if made of steel, shall be hot dip
galvanized or painted.

3 Construction Features
3.1 General
The instrument transformers of 132 kV and 33 kV voltage level shall be oil-filled
construction and shall be designed for outdoor service and suitable for outdoor service
and vertical mounting on steel structures.

The core and coils of current transformer shall be mounted in a steel tank on the top of
the unit with the primary coil leads extending through insulated bushings for series or
multiple connections. A steel base shall support the high voltage bushing and tank. The
high voltage bushing shall be sealed to the tank and the base with oil-tight joints.

Instruments transformers shall be hermetically sealed units. Bidder/ Manufacturer shall


furnish details of the arrangements made for the sealing of instrument transformers
during detailed engineering.

The capacitor voltage transformers shall be of high Capacitance with two nominal
voltage outputs of 110/√3 volts each. They must be suitable for revenue metering and
protection system.

The primary terminals of instruments shall include provisions for externally connecting
the primary winding. The secondary terminals shall be enclosed in a weatherproof
terminal box.

Polarity marks shall indelibly be marked on each instrument transformer and at the lead
terminals at the associated terminal block.

Porcelain bushings shall have adequate mechanical and electrical strength. The color of
porcelain shall be brown. It shall be in one piece without any metallic flange joint.

3.2 Junction Boxes


Junction boxes shall be rigid weatherproof type complete with terminal blocks suitable
for cable size having the range up to 2 x 6 mm 2 for termination of the secondary
connections (such as delta or wye connection). They shall be made of metal, which will
resist corrosion on both inside, and outside surfaces, otherwise galvanizing shall suitably
protect them. Cover of the junction box shall be of hinge door type complete with door
handle. Two drainage holes shall be provided at the bottom of the junction box. In case
the junction boxes are steel sheet, the thickness of such steel sheet shall be at least 1.2

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 15 - Instrument Transformer Page 15-3

mm. Junction boxes shall be sized and arranged to provide easy access for external
cables and adequate space for internal wiring and installed equipment. Enclosure
protection class of the junction boxes shall be IP55W.

3.3 Insulating Oil


Insulating oil to be used for instrument transformers shall be of EHV grade and shall
conform to IS-335 / IEC - 60296 (required for first filling).

3.4 Terminations
a) Current Transformers

All current transformer secondary-winding terminals for each ratio shall be connected to
terminals on terminal blocks located in the junction boxes.

b) Capacitive Voltage Transformer/ Voltage Transformer

All CVTs' secondary terminals (for each core) shall be connected to terminals for each
ratio on terminal blocks located in the junction boxes.

4 Accessories
The following items shall be provided for each instrument transformer:

a) Nameplate
b) Oil level gauge
c) Oil valves or plugs
d) Power factor test terminals
e) Necessary terminal connections
f) Grounding terminals
g) Other necessary accessories

5 Tests
Test shall be performed as specified hereunder.

5.1 Current transformer


Routine tests
Each current transformer shall be subjected to following routine tests. As far as practical,
the procedure of IEC shall be followed:

- Construction Inspection
- Verification of terminal markings
- Power frequency withstand test (primary & secondary)
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 15 - Instrument Transformer Page 15-4

- Partial discharge measurement


- Power frequency withstand test between sections of primary & secondary windings
- Inter turn over voltage test
- Determination of errors
- Ratio Test
- Accuracy Test

Design tests

The current transformer design tests shall include following:

- Short time current tests


- Temperature rise test
- Power frequency withstand voltage (wet) tests
- Lightning impulse withstand tests
- Switching impulse withstand tests
- Radio interference voltage measurement test

5.2 Capacitor Voltage Transformer


Routine Tests

Each capacitive voltage transformer shall be subjected to following routine tests. As far
as practical, the procedure of IEC shall be followed:

- Construction Inspection
- Capacitance and dissipation factor measurement of the capacitor divider before and after
power frequency withstand voltage (dry) test
- Power frequency withstand voltage (dry) test for capacitor divider
- Dielectric tests for electromagnetic unit
- Ratio Test
- Accuracy tests
- Polarity check
- Applied and Induced over voltage test, etc.

Design Tests

The capacitive voltage transformer design tests shall include following:


- Lightning Impulse tests
- Switching Impulse test
- Ferro-resonance tests
- Temperature rise tests
- Measurement of radio interference voltage
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 15 - Instrument Transformer Page 15-5

5.3 Inductive Voltage Transformer


Routine Tests

Each voltage transformer shall be subjected to following routine tests. As far as practical,
the procedure of IEC shall be followed:

- Construction Inspection
- Verification of terminal marking
- Power frequency withstand test on primary winding
- Partial discharge measurement
- Power frequency withstand test on secondary winding
- Power frequency withstand test on between sections
- Ratio Test
- Determination of error

Design Tests

The inductive voltage transformer design tests shall include following:

- Temperature rise test


- Short circuit withstand capability test
- Lightning impulse test
- Switching impulse test
- Measurement of the radio interference voltage

5.4 Field Tests


After installation at site, all instrument transformers shall be subjected but not limited to
the following tests:

a. Construction inspection
b. Polarity check
c. Ratio test
d. Measurement of insulation resistance

The Bidder shall submit type test report as specified in section-2 of this specification for
the instrument transformers of the offered model along with the bid.

6 Drawings, Data and Manuals


The outline dimensional drawings of the equipment shall be furnished with the Bid.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 15 - Instrument Transformer Page 15-6

After award of Contract the Contractor shall submit the required number of copies of the
following drawings for approval of the Employer/ the Employer’s representative.

a) Outline dimensional drawings of the equipment


b) Transport/shipping dimensions with weights
c) Foundation and anchor bolt details
d) Characteristic and performance data including ratings, ratio and phase angle curves,
accuracy for standard burdens, and thermal burden ratings
e) Instruction books including technical description and complete information for
installation, testing, operation and maintenance with renewal parts data
f) Any other relevant drawings and data necessary for review of the items stated above.

Table-1: Technical particulars of capacitor voltage transformers for 132 kV and inductive
voltage transformer for 33 kV

Type Outdoor, oil immersed Outdoor, oil immersed


1. for protection and for protection and
metering. metering.
2. Rated primary voltage 132kV 33 kV
3. Max. system voltage 145 kV 36 kV
4. Impulse withstand voltage 650 kV (crest) 170 kV (crest)
Power frequency withstand 275kV(rms) 70 kV (rms)
5.
voltage (1min,rms)
6. Rated frequency 50Hz 50Hz
7. Connection Line to ground Line to ground
Number of secondary 2 2
8.
winding
Voltage ratio 132/√3/0.11/√3/0.11/√3 33/√3 / 0.11/√3/0.11/√3
9.
kV kV
10. Rated burden 50 VA 50 VA
11. Accuracy class 3P and 0.2 for metering 3P and 0.2 for metering
12. Rated voltage factor 1.1 Continuous 1.1 Continuous
13. Creepage distance 3,625 mm 900 mm
14. Applicable standard IEC 60186 IEC 60044-2

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 15 - Instrument Transformer Page 15-7

Table-2: Technical particulars of 132 kV and 33 kV current transformer

Type Outdoor, oil immersed for Outdoor, oil immersed for


1. .
protection and metering. protection and metering.
2. 2Rated primary voltage 132 kV 33 kV
.
3. 3Maximum system voltage 145 kV 36 kV
.
4. 4Impulse withstand voltage 650 kV (crest) 170 kV (crest)
.
Power frequency 275kV(rms) 70 kV (rms)
5. withstand voltage
(1min,rms)
6. Rated frequency 50 Hz 50Hz
7.
8. 6Number of core 5 3
.
9. 7Short time thermal ratings 31.5 kA 25 kA
.
Current ratio 150-300-600/1A for Feeder 400-800/1A for Feeder
10. 8
600-800/1 for Bus coupler 600-900/1A for
.
Transformer
11. 9Rated burden for each core 30 VA 15 VA
.
12. 1Accuracy class Class PS, 5P20 for 5P20 for protection and 0.2
0 protection and 0.2 for for metering
. metering
13. 1Creepage distance 3625 mm 900 mm
1
.
14. 1Applicable standard IEC 60044-1 IEC 60044-1
2
.

The above parameters are applicable for installations up to an altitude of 1000m above
mean sea level. For altitude exceeding 1000m, necessary altitude correction factor shall
be applicable as per IEC or part thereof.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 16 - Battery and Battery Charger Page 16-1

CHAPTER - 16
BATTERY AND BATTERY CHARGER

1 General
This specification covers design, manufacture, assembly, factory test, supply, delivery,
installation, field test and commissioning of a stationary battery or batteries each complete with
battery charger, distribution board and control gear.

The Bidder shall submit type-test reports, valid ISO 9001 Certificates, necessary technical
brochures, sales records, as well as detailed drawings showing layout, section, various
clearances in conformity with relevant standards with his tender to verify compliance with
the requirement of these Specifications.

Two sets of batteries and two sets of battery chargers shall be provided for each of the
following voltage levels. The operation shall be such that each set of battery shall be
connected with two sets of chargers, out of which one set shall be for main supply and the
other as a backup (it should be online along with main supply and should act instantaneously
when main supply is inactive or offline).
110 V DC shall be used for control, protection and Automation.
- 48 V DC shall be used for Communication/SCADA systems.

It shall be ensured that the 110 V power supply system operates with both battery terminals
free of earth, whilst that for communications, 48 V DC system with positive earthed, to detect
faults on both the positive and negative poles.

48V Battery Charger shall consist of required numbers of MCB’s of adequate capacity for
supply of 48V DC supply required different panels loads.
2 Batteries
The Contractor shall offer maintenance free valve regulated lead-acid 110 V and 48 V
batteries. The batteries shall be assembled in heavy-duty-steel structure designed for easy
stack ability.

The battery cells shall be hermetically sealed, sturdy, weather proof and long lasting. The
safety valves, if provided shall be explosion free. All the cells shall be mounted on racks of
plastic-covered steel. More than 2 levels shall not be permitted. If the batteries are located
together in two rows, provide enough space for maintenance access along the two long
sides.

The arrangement of the rack shall be such as to allow easy access and adequate space for
normal maintenance in battery room.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 16 - Battery and Battery Charger Page 16-2

All battery stands shall be suitably protected against corrosion and attack by the battery
electrolyte. Inter-cell connections shall be made of low resistance in a clean condition when
bolted and protected against corrosion.

Battery banks shall be protected by appropriate fuses.

The lowest rack for accommodating battery cells shall be at a minimum of 30 cm above
ground level.

Bidder shall select number of cells, float and Boost voltage to achieve following system
requirement:

System Voltage Maximum Voltage Minimum voltage available when no


during Float charger working and battery fully
operation discharged up to 1.85V per cell.
110 Volt 121 Volt 99 Volt
48 Volt 52.8 Volt 43.2 Volt

3 Battery Capacity Sizing


3.1 110V DC Battery
Battery nominal capacity shall be not less than 400AH and 600 AH as specified. The
nominal voltage of the battery at its terminal shall be 110 V. At the end of the rated
discharge period of 10 hours, the voltage available at the battery terminals shall be not less
than the minimum 94 V. Batteries shall be suitable for operation on a floating charge
system and capable of providing the guaranteed output throughout the range of ambient
conditions specified. The battery rated output shall be available at the outgoing terminals,
after making due allowance for the resistance of inter cell connections.

3.2 48V DC Battery


The battery capacity shall not be less than 200 AH and 300 AH as specified.

The equipment shall be designed to operate within voltage limits specified below i.e. no
spurious operations or false controls shall be initiated. 48 V DC power supplied shall have
the following general characteristics:

- Provision for grounding positive terminal to station earth


- Voltage variation between 42 V to 48 V

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 16 - Battery and Battery Charger Page 16-3

- Battery autonomy: 10 hours

3.3 Battery Charging Equipment


The chargers shall be of the automatic constant voltage output type designed for float charge
operation. They shall be suitable for operation from the 400 V ± 10% ac supply, 50 Hz.

The chargers for communications batteries shall be such that the phosphometric noise level
does not exceed the equivalent of 2 milli-volts at a frequency of 800 Hz after weighing in
accordance with CCIF, the charger output being at any point within its rating with the
battery connected.

The DC output of each main charger unit shall remain within the limits of +3% and -2%
under any of the following conditions:

a) System frequency between ±5% of the nominal value;


b) System rated voltage input ± 10%
c) Output of charger between 5% and 100% of rated output.

The constant voltage charge level on a cell shall be 2.25 V or any other value recommended
by the offered battery manufacturer. The Battery charger output rating shall be 80 A and 120
A for 110 V charger and 40 A and 60 A for 48 V charger.

The equalizing and float voltage levels shall be adjustable and suitable for the range of
operating conditions recommended by the battery manufacturer.

The static direct voltage variation shall be maintained as specified over an ambient
temperature range of 0 to 45oC.

The end switching / dropper diodes, if required, to limit equipment over voltage during
equalizing charge shall be provided.

A voltmeter and charge and load ammeters on the front of the charger panels shall be
provided. Provisions of AC and DC, under voltage and DC earth fault alarms with local
indication (LED type indicator lamp) and separate electrically isolated contacts shall be
made in the control panel.

The charger shall be equipped with automatic switch to transfer from the floating voltage to
the equalizing voltage under the following conditions:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 16 - Battery and Battery Charger Page 16-4

- When the voltage of the connected battery reaches the minimum prescribed value for a
time longer than one minute.
- Every 30 days.

A manual override switch for selection of float charge and equalizing charge for test
purposes shall also be provided.

An adjustable timer (6-24 hours) to determine the length of time the equalizing voltage shall
be provided.

The AC component through the battery of the delivered DC shall not exceed 1 A rms per 50
Ah of battery capacity. The superimposed alternating voltage component shall not exceed
2% of the peak values during continuous charge operation. This applies for the entire
frequency range.

The connection blocks for the connection of cables shall be of a minimum of 16 sq. mm. or
as required as per voltage drop calculation.

The float charging voltage shall be between 2.1 to 2.25 volts per cell or at any other voltage
recommended by the battery manufacturer. The battery charger shall have boost facility.

The boost-charging voltage shall be about 2.3 to 2.4 volts/cell or at any other voltage
recommended by the battery manufacturer.

The equipment shall be designed to facilitate cable entry from bottom. Removable plates
shall be furnished with compression type cable glands to make entry dust tight and no
weight is transferred on the terminal. The glands shall be suitable for terminating cable
armor. Compression type cable lugs as required shall be furnished for termination of power
and control cables.

Sufficient space shall be provided to avoid sharp bending and for easy connection. A
minimum space of 200 mm from the gland plate to the nearest terminal block shall be
provided.

Terminal blocks shall be as specified in General Technical Requirements. A copper ground


bus of 25mm x 6mm cross section shall be furnished near the bottom of panels and shall be
connected to the station earthing mat with appropriate copper conductor. All devices shall be
grounded to this ground bus.

All indicating instruments, control switches and indicating lamps shall be mounted on the
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 16 - Battery and Battery Charger Page 16-5

front side of the Charger.

Each Charger shall be furnished completely wired upto power cable lugs and terminal
blocks and ready for external connections. The control wiring shall be carried out with PVC
insulated, 1.5 sq.mm stranded copper wires. Control terminals shall be suitable for
connecting two wires, with 2.5 sq.mm stranded copper conductors. All terminals shall be
numbered for ease of connections and identification. Each wire shall bear a ferrule or tag on
each end for identification. At least 20% spare terminals shall be provided for control
circuits.
The insulation of all circuits, except the low voltage electronic circuits shall withstand test
voltage of 2 KV AC for one minute.

The following accessories shall be furnished for the batteries:

a) one (1) connector bolt wrench


b) one (1) cell testing voltmeter with leads
c) Battery racks.

The charger shall be complete with the standard accessories including but not limited to the
following.

a) Solid state surge protectors on the AC and DC sides.


b) AC failure alarm relay.
c) DC time delay low voltage relay.
d) Ground detection alarm for positive and negative leads.
e) Manual voltage adjust switch.
f) DC ammeter and voltmeter.

4 Annunciation System
Audio-visual indications through bright LEDs shall be provided in all Chargers for the
following abnormalities:

a) AC power failure
b) Rectifier/chargers fuse blown.
c) Over voltage across the battery when boost charging.
d) Abnormal voltage (High/Low)

Any other annunciation if required. Potential free NO Contacts of above abnormal conditions
shall also be provided for common remote indication “CHARGER TROUBLE” in for future
use. Indication for charger in float mode and boost mode through indication lamps shall be
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 16 - Battery and Battery Charger Page 16-6

provided for chargers. A potential free contact for float/boost mode shall be provided for
external interlocks.

5 Tests
Type and routine tests at manufacturers' works and acceptance test at site shall be carried out on
the battery/battery chargers as per stipulations of latest standard of IEC.

The tests shall include the following:

a) General inspection.
b) Leakage test and internal short test for each cell.

After initial charging, the following tests shall be performed at site:

a) Capacity test.
b) Efficiency test, etc.

The battery charger shall be subjected to the following tests at manufacturer's works:

a) Construction Inspection
b) Measurement on insulation resistance.
c) High voltage test.
d) Performance test.
e) Temperature rise test.

Test certificates shall be submitted to the Employer for approval.

6 Drawing, Data and Manuals


Technical leaflets on battery and battery charger shall be furnished with the Bid:

The following drawings and manuals shall be submitted by the successful Bidder for approval:

a) Dimensional layout arrangement of battery and battery charger.


b) Dimensional outline drawing of battery charger panel clearly showing the location of
meters, switches etc.
c) Schematic and wiring diagram of battery charger panel.
d) Instruction manuals of battery and battery charger.
e) Battery and battery charger sizing calculation.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 16 - Battery and Battery Charger Page 16-7

7 D.C. Distribution Panel

7.1 Panel Board

The board shall be metal clad, totally enclosed indoor floor mounted, and free-standing
cubicle type. Entry for incoming and outgoing cables shall be from bottom. Bus-bars
shall be made of tinned copper and insulated. The construction feature, pre-treatment,
painting and other aspects shall comply with specification covered for LT AC/DC board.
The frame shall be fabricated using suitable mild steel structural section or pressed and
shaped cold rolled sheet steel of thickness not less than 2.0 mm. The panel shall be
provided with circuits and components such as meters, relays, etc. as per the 110 V DC
single line diagram enclosed. Main bus bar shall be of high conductivity tinned copper of
uniform rectangular cross section provided with positive and negative bus bars of adequate
size. Components such as MCBs etc. shall be of reputed make with proven performance
record and suitable for DC application. The bus bars shall be insulated.

The DC distribution panel shall be complete with bus bars, input/output terminals, inter
panel connections, internal wiring, name and rating plates, mimic diagram (at the front of
the switchboard), earthing bus and space heaters etc. The terminals shall be of reputed
make and will be subject to approval of Employer.

7.2 Emergency Lighting

In case of AC failure, DC board shall supply emergency light in the Control Room
building. Necessary devices for automatic change over for emergency lighting from AC to
DC supply complete with necessary relays, interlocking and indications etc. shall be
provided. Details shall be approved during engineering stage.

7.3 Earthing

An earth bus bar of 25 mm Copper Flat (to be got approved from Employer during
detailed engineering) shall be provided along the entire length of the switchboard at the
bottom. Two number earthing terminals connected to the earth bus bar shall be provided
on the external face of the board for connection to the earthing grid at the sub-station.

7.4 Circuit Breakers

All outgoing & incoming feeders shall be through MCCB/MCB’s the isolating links shall
be provided before MCCB/MCB.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 17 - Illumination/Lighting System Page 17-1

CHAPTER - 17
ILLUMINATION/LIGHTING SYSTEM

1 General
This chapter covers the scope and general description of the design, supply, installation,
testing and commissioning of illumination system, which shall be incorporated and
coordinated during the substation construction works. Illumination system design shall be
submitted for approval of the Employer.

The explanations and listings hereinafter are intended to give a general requirement of the
illumination design and installation and shall not be construed to be an itemized listing of
each element of works required. The Bidder shall be responsible for design and installation
of complete facilities, conforming in all respects to the relevant standards and to the details
and requirements of the specifications.

The Bidder shall submit test reports, valid ISO 9001 Certificates, necessary technical
brochures, as well as detailed drawings showing layout, section, various clearances in
conformity with relevant standards with his tender to verify compliance with the
requirement of these Specifications.

2 System Description
The lighting system shall comprise of the following:

a) AC Normal Lighting
AC lights will be connected to AC lighting panels. All the lights connected to the AC
lighting system in different areas will be connected to the main lighting distribution boards.

b) DC Emergency Lighting
A few DC emergency lighting fixtures operated on the 110 V DC system will be provided in
the strategic locations including, outdoor substation, Battery charger room, control room, 11
kV switchgear room, communication room so that the operating personnel can safely find
their way even during emergency of a total AC failure. These lights will be normally 'OFF'
and will be switched 'ON' automatically when under voltage occurs in the AC lighting panel.
Down light fixtures in false ceiling area and Bulkhead fixtures in non false ceiling area shall
be used.Control board shall be equipped with necessary contactors and timers to control
number of lighting fixtures in gang. Details shall be worked out to the satisfactory to the
employer.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 17 - Illumination/Lighting System Page 17-2

c) Portable Emergency Lighting


Three (3) numbers of self contained battery operated, portable emergency lights will be
provided in the Control Building. These fixtures will be provided at important locations after
approval by the Employer.

2.1 Illumination Level


Following illumination (lux) levels shall be maintained at different areas:

Sr. No. Area Average Lux Level


(lx)
1. 11 kV Switchgear Room 200
2. Control Room / Communication Room / Office 300
Room
3. Battery Room 100
4. Street Lighting 20
5. Outdoor Substation & Transformer Area 50
6. Store 100

The minimum lux level to average lux level ratio should not be less than 0.6 times of
average lux level specified (i.eEmin/Eav> 0.6). The maintenance factor for indoor
illumination design shall be considered as 0.8. The surface reflectance for ceiling/wall/floor
shall be 50/30/10.

Lighting in all indoor areas shall be done by CFL/LED & fluorescent energy efficient based
low power consumption luminaries and HPSV type for outdoor areas to achieve desired lux
level specified.

2.2 Receptacles
All receptacles shall be suitable for fixing on wall or column and complete with individual
switch.

Appropriate socket-outlet shall be installed near each Power and Distribution transformers
for connecting mobile oil treatment equipment.

General purpose and welding sockets outlets for maintenance shall be distributed in the
whole Substation area. The distance between two sockets shall not be greater than 30
meters.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 17 - Illumination/Lighting System Page 17-3

Type Of Description Detail Of Outgoing Feeders


Receptacle
RO Outdoor 15A,240V,Receptacle 2 pole,3-pin type

RP Outdoor for oil filtration of 63A, 415V, Inter locked switch socket,
transformer receptacle
RI Indoor 5/15A, 240V, Receptacle 3-pin
type(Modular)

All switches and receptacles shall be flush type and shall be capable to carry a continuous
current to the rated capacity. Corresponding plug shall be furnished for every installed
receptacle plus 10 pieces for spares.

3 Description of Works
The illumination works shall consist of outdoor substation lighting, control building lighting
and roads lighting, lighting for gate post etc. All lighting fixtures shall energy efficient type.

The outdoor substation lighting shall consist of lighting of the area covered by substation
equipment, access road, and substation compound lighting.

3.1 Substation outdoor equipment and area lighting

Lighting fixture shall be of outdoor, flood light type, symmetrical beam spread of not less
than 2x30° with built-in ballast. The housing shall be die cast aluminium and the reflector
shall be high-grade aluminium. A cast aluminium doorframe shall be designed for easy
replacement of lamp. The front glass shall be heat & shock resistance with the gasket for jet
proof and dust proof sealing.

The lamps shall be of sodium vapour, 400/250 watts, 230 volts and shall have minimum
luminous flux of 20,000 lumens with 16,000 hour service life.

The ballast shall be high efficiency electronic type and shall be used with 400/250 watts
lamp, 230 volts, 50 hertz. The ballast shall be electrically designed to ensure very low
operating temperature and low wattage losses.

The wiring cable shall be of armoured single core, directly burial and shall be installed
underground or laid in the cable trench except those rising along the steel structures shall be
run in conduits.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 17 - Illumination/Lighting System Page 17-4

3.2 Access Road/Street Lighting

The luminaire is based on CFL or HPSV. The street light poles of 8m height shall be steel
tubular poles complete with fixing brackets and junction boxes mounted 1 m above ground.
The galvanized sheet steel junction box for the street lighting pole shall be completely
weather proof conforming to IP: 55 poles with lockable door and with MCB. The terminal
shall be stud type and suitable for 2 nos. , 16 mm2cable and double compression
gland.Wiring from junction box at the bottom of the pole to the fixture at the top of the pole
shall be done by using 2.5 mm2copper cables.

3.3 Substation Compound Lighting

Lighting Fixtures shall be outdoor, post top, bottom support with built in ballast. The
electrical unit shall be made of high-pressure die cast aluminium with non-corrosive finish
and shall contain a ballast, capacitor and lamp holder. The diffusing bowl shall be conical
and shall consist of spun aluminium canopy and white opal diffuser. The diffuser shall be
vandal-proof and shall be ultra violet radiation and heat resistance. The fixture shall be
rainproof and insect tight. All metal parts shall be made of non-corrosive material.

The lamp shall be of sodium vapour, 250 watts, 230 volts and shall have minimum luminous
flux of 11,000 lumens with 16,000 hour service life.

The ballast shall be of high efficiency electronic type and shall be used with 250 watts lamp,
230 volts, 50 hertz. The ballast shall be electrically designed to ensure very low operating
temperature and low wattage losses.

The wiring cable shall be of armored single core, directly buried and shall be installed
underground or laid in the cable trench except those rising along the steel structures shall be
run in conduits.

3.4 Building (Indoor) Lighting

Unless described herein, the control building lighting design shall conform to Illuminating
Engineering Society, National Electrical Code and National Electrical Manufactures
Association Standard.

All normal lighting fixtures of control building shall be of CFL/LED type with granulated
acrylic diffuser complete with all accessories. All lighting fixtures installed on the ceiling
covered by false ceiling shall be recessed. Lighting fixtures shall conform to the Standard
for Electric Lighting Fixtures or other internationally accepted standards.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 17 - Illumination/Lighting System Page 17-5

4 Lighting Panels
The lighting panel shall conform to NEMA Standard requirements. All over-current
protective devices shall be Moulded Case Circuit Breaker (MCCB) or Miniature Circuit
Breakers (MCB).

The outdoor control panel shall be galvanised or enamel painted steel cabinet, outdoor type.
The over current protective devices shall be of MCCB or MCB. The ON-OFF operation of
outdoor lighting shall be both manual and automatic control (with photo-switch). The
arrangement of lighting branch circuits shall be reliable and easy maintenance.

5 Cable and Raceway


All wiring cable shall be of single core and shall run in conduits.

6 Grounding
All lighting panels, junction boxes, fixtures conduits etc. shall be grounded in compliance
with the provision of relevant standard or local statutory requirements.
All electrical equipment shall be effectively grounded. The ground wire shall not be less
than 1.5 mm2 copper for fixtures and 4 mm2 copper for Panel.

7 Information to be Furnish
After award of the contract the contractor shall submit detail design of the illumination
system. The fixtures shall be satisfactory to the Employer and shall be energy efficient.

The contractor shall submit detailed indoor and outdoor lighting calculation for reaching the
above Lux level including surface illumination diagram at varying equipment surface levels,
detailed drawing showing the lighting layout and lighting distribution wiring diagram,
receptacles, switches and lighting panels for Employer’s approval during detailed
engineering.

Bidder shall confirm the Lux levels at different locations by measurement.


Bidder shall provide all necessary foundations and / or supporting structures for all outdoor and
indoor areas.

All rectification, repairs or adjustment work found necessary during inspection, testing and
commissioning shall be carried out by the bidder, without any extra cost to the Employer.

The Bidder along with the Employer shall measure the actual lux level in all the areas of the
substations to prove compliance to the specification.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 17 - Illumination/Lighting System Page 17-6

8 Tests
The entire illumination system operation shall be tested on completion of the works in
presence of the Employer. The tests shall include but not limited to measurement of intensity
of light. During Test, if it is observed that illumination level in any area is lower than the
specified value, the contractor will rectify the same at his own cost.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 18 - Power and Control Cable Page 18-1

CHAPTER - 18
POWER AND CONTROL CABLES
1 General
This specification covers the design, manufacture, factory test, supply, delivery, installation,
field-testing and commissioning of all Power, Control, Communication and Instrumentation
cables, cable terminations/sealing ends, necessary cable trays and accessories required for
the entire project.

The Contractor shall be responsible for estimating and supplying the quantity of various types
and sizes of the cables. In course of actual execution, if it is found that additional cross-
sections, types or quantities of cables for the transformer are required other than those indicated
in his proposal; the same shall be supplied without any additional charge to the employer.

The Contractor shall also supply cable termination kits for both ends of each cable without any
additional cost to the Employer unless stated otherwise in the Price Schedule.

Power cables for the 11kV, 33 kV and low-tension circuits shall be of single or multi-core
copper, cross-linked polyethylene (XLPE) insulated PVC sheathed type with suitable cable
ends. 11kV and 33 kV cables shall have metal shield or have semi-conducting tape and
tinned copper wire shielded as specified and as per specific requirements at various
locations.

2 Codes and Standards


HV Cables shall comply as a minimum with the below mentioned standards.

IEC 60059 : Recommended current ratings for Cables


IEC 60332 : Tests on Electric Cables under fire conditions.
IEC-754 : Test on gases evolved during combustion of Electric
(Part-I) Cables.
IEEE-383 : Standard for type test of Class IE Electric Cables.
ASTM-D - : Standard test method for density of smoke from the
2843 burning or decomposition of plastics.
ASTM-D- : Standard method for measuring the minimum oxygen
2863 concentration to support candle like combustion of
plastics.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 18 - Power and Control Cable Page 18-2

3 Low Voltage Power Cables


3.1 General
Low voltage AC power systems will be solidly grounded neutral with phase to phase voltage
level of 400 V and phase to neutral voltage of 230V AC and the DC system with 110V,
ungrounded and 48 V DC.

The main characteristics of the low-voltage cables shall be as follows:

 Rated voltage : 0.6/1.1 kV


 Conductors : Multi stranded annealed copper
 Insulation : Cross-linked polyethylene (XLPE)
 Inner sheath : PVC
 Armour : Galvanized steel
 Outer sheath : PVC, black colour, FRLS, , rodent protected
 Fire behavior : flame retardant category according to IEC 60332.

Power cables will have a minimum cross section of 2.5 mm² for lighting and 4 mm² for
power. The main (incomer) cable to AC distribution panel shall be three & half (3.5) core
and not less than 150 mm2.

3.2 Design Requirement


The cables shall be suitable for laying on racks, in ducts, trenches, conduits.

Conductor shall consist of stranded annealed copper wires. They shall comply with relevant
IEC publication.

Cables shall be flame retardant low smoke (FRLS) type designed to withstand all
mechanical, electrical and thermal stresses develop under steady state and transient
operating conditions.

Outer sheath shall be of PVC black in colour. Outer sheath of all the cables shall have the
following FRLS properties.

 Oxygen index of min. 29 (to ASTMD 2863)


 Acid gas emission of max. 20% (to IEC-754-I).
 Smoke density rating shall not be more than 60% during Smoke Density Test as
per ASTMD-2843.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 18 - Power and Control Cable Page 18-3

All cables shall meet the fire resistance requirement with cable installations made in
accordance with ‘Flammability Test’ and as per Category-B of IEC 332 Part -3.

Selection & sizing of power cables shall be based on the following considerations.

 Rated current of the connected equipment


 The voltage drop in the cable, during motor starting condition, shall be limited to 10%
and during full load running condition, shall be limited to 3% of the rated voltage
 Short circuit withstand capability
 De-rating Factors : De-rating factors for various conditions of installations including
the following shall be considered while selecting the cable sizes:

a) Variation in ambient temperature for cables laid in air


b) Grouping of cables
c) Variation in ground temperature and soil resistivity for buried cables.

Cable lengths shall be considered to ensure that straight through cable joints are avoided.

3.3 General Technical Requirements


a) Conductor
Conductor shall consist of stranded annealed copper wires. They shall comply with IEC
publication. The cable is intended for use at normal conductor operating temperatures not
exceeding 75 degree C.

b) Insulation
The electrically and thermally stable insulation shall be extruded onto the conductor so as to
prevent contamination and voids in the insulation.

c) Current Rating
The Contractor shall state the maximum continuous current rating and conditions of
installation for low voltage power cables.

d) Jacket
The cable core assembly shall be covered with a flame-retardative and moisture resistant
PVC jacket, which is free stripping from the insulation. The overall jacket shall be clean,
dry, and free of grease and shall be suitable for ink or paint application.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 18 - Power and Control Cable Page 18-4

Anti-termite protection shall be applied to the cable and shall consist of either a
non-magnetic metallic barrier or layer of nylon sheathing.

e) Identification
Each cable shall have a printed legend on the overall jacket with the manufacturer's name,
voltage class, the number and size of conductors, type of insulation etc.

The colors for core identification and color sequence shall be in accordance with follows.

 Single core : Black


 Twin core : Red and black
 Three core : Red, yellow and blue
 Three & half / Four core : Red, yellow, blue and black

4 Control and Instrumentation Cable


a) General
All control and instrumentation cable shall be 600 V grade as per IEC standard, multi
conductor, color-coded, PVC insulated armored cable. Each multi-core cable shall have not
less than 20 percent or 2 spare cores, whichever is the greater.

b) Conductor
Copper conductor shall be stranded circular non compacted cross section of minimum 2.5
sq.mm. The Contractor shall calculate the load of CT core considering all connected loads
and submit to the employer for approval. In case of CT burden constrain, CT circuit cable
cross sectional area shall be increased. In this case the Contractor shall supply and install the
cable required cross section area without any additional cost to the Employer.

c) Insulation
The electrically and thermally stable PVC insulation shall be extruded onto the conductor so
as to prevent contamination and voids in the insulation.

d) Assembly
Multi core conductor cables shall be assembled in accordance with applicable IEC
standards.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 18 - Power and Control Cable Page 18-5

A flame-retardant binder tape may be used underneath the overall jacket of multi conductor
cables, if required, to achieve the desired flame retardant characteristics. Tapes, if used, shall
be non-hygroscopic.

e) Jacket
The cable core assembly shall be covered with a flame retardant and resistant jacket, which
is free stripping from the insulation.

The overall jacket shall be clean, dry, and free of grease and shall be suitable for ink or paint
application.
Cable jacketing and the interstices within the jacket shall be free of water. Evidence of water
shall be the ground for rejection of the cable.

Anti Termite Covering: Anti termite protection shall be applied to the cable and shall consist
of either a non magnetic metallic barrier or layer of nylon sheathing.

f) Identification
Each cable shall have a printed legend on the overall jacket, with the manufacturer's name,
voltage class, the number and size of conductors, and a unique number or code indicating
the production run or batch. The identification shall remain legible for the life of the cable.

5 Communication Cable
All cables and wiring shall have copper conductors and PVC insulation and shall comply
with IEC standards.
Each communication cable shall have not less than 20 percent or 4 spare twisted pairs
whichever is the greater. Cabling and wiring installations shall be arranged to minimize the
risk of fire and damages, which might be caused in the event of fire.

For telephone type cables, 2 conductor wires of not less than 0.6 mm diameter shall be used.
Where twin or quad make up is required in any cable, the cores shall be uniformly twisted
and the lays arranged such that cross talk is reduced to a minimum.

No conductor smaller than 32/0.2 mm (1 mm2), or having less than three strands, shall be
used for interconnecting the cables except in the case of telephone extensions. All cables
shall have insulation, which will withstand the highest temperature to be experienced in
service.

Each conductor of a multicore cable shall be readily identified by a numbered marker tape
or, in the case of telephone type cables, color coded insulation.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 18 - Power and Control Cable Page 18-6

6 Cable Tags & Marker


Each cable and conduit run shall be tagged with numbers that appear in the cable and
conduit schedule.

The tag shall be of aluminium with the number punched on it and securely attached to the
cable conduit by not less than two turns of 20 SWG Gl wire.

Conforming to IS: 280. Cable tags shall be of rectangular shape for power cables and of
circular shape for control cables.

Location of cables laid directly underground shall be clearly indicated with cable marker
made of galvanized iron plate. Location of underground cable joints shall be indicated with
cable marker with an additional inscription "Cable joints". The marker shall project 150 mm
above ground and shall be spaced at an interval of 30 meters and at every change in
direction. They shall be located on both sides of road and drain crossings.
Cable tags shall be provided on all cables at each end Gust before entering the equipment
enclosure), on both sides of a wall or floor crossing, ·on each duct/conduit entry and at
each end & turning point in cable tray/trench runs.

7 Cable Termination and Connections


The termination and connection of cables shall be done strictly in accordance with cable and
termination kit manufacturer's instructions, drawing and or as per instruction of the
Employer.

Control cable cores entering control panel/switchgear/MCCB/MCC/Miscellaneous panels


shall be neatly bunched, clamped and tied with nylon strap or PVC perforated strap to keep
them in position.

The Contractor shall tag/ferrule control cable cores at all terminations, as instructed by the
Employer. In panels where a large number of cables are to be terminated and cable
identification may be difficult, each core ferrule may include the complete cable number as
well.

Spare cores shall be similarly tagged with cable numbers and coiled up.

Double compression type nickel plated (coating thickness not less than 10 microns) brass
cable glands shall be provided by the Bidder for all power and control cables to provide dust
and weather proof terminations.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 18 - Power and Control Cable Page 18-7

The cable glands shall conform to BIS: 6121. They shall comprise of heavy duty brass
casting, machine finished and nickel plated, to avoid corrosion and oxidation.

Cable lugs shall be tined copper solder less crimping type conforming to IS-8309 & 8394.
Bimetallic lugs shall be used depending upon type of cables used.

8 Installation of Cables
In general all power and control cables shall be in the cable trenches. In addition to the
above, for lighting purpose also, cable trench can be used in outdoor area as far as possible.

Cabling in the Switchgear/control room shall also be done on ladder type cable trays.

For cables laid in conduits in outdoor area, conduits of 50 mm nominal outside diameter of
class 4 as per IS 4985 shall be used, which shall be buried in the ground at a depth of
250mm below finish formation level. Separate PVC pipes shall be laid for control and power
cables. Cable pull boxes of adequate size shall be provided if required.

Power and control cables in the cable trench shall be laid in separate tiers. The order of
laying of various cables shall be as follows, for cables other than directly buried.

 Power cables on top tiers.


 Control instrumentation and other service cables in bottom tiers.

Single core cables in trefoil formation shall be laid with a distance of three times the
diameter of cable between trefoil center lines. Power cables from station transformer to main
ACDB shall be laid with a minimum center to center distance equal to twice the diameter of
the cable.

Power and control cables shall be securely fixed to the trays/supports with self-locking type
nylon ties with the interlocking facility at every 5 meter interval for horizontal run. Vertical
and inclined cable runs shall be secured with 25 mm wide and 2 mm thick aluminium strip
clamp at every 2m.

Cables shall not be bent below the minimum permissible limit.

Where cables cross roads, drains, these shall be laid in reinforced spun concrete or steel
pipes buried at not less than one meter depth.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 18 - Power and Control Cable Page 18-8

9 Cable Trays
Cable trays shall be used in control building and other areas within substation and within
cable trenches outside substation area. The cable trays shall be of GS sheet and minimum
thickness of sheet shall be2 mm. cable trays shall have 2.5 meter straight section and 150,
300 mm and 600 mm wide

10 Conduits, Pipes and Duct Installation


Bidder shall supply and install all rigid conduits, mild steel pipes, flexible conduits, Hume
pipes etc. including all necessary sundry materials such as tees, elbows, check nuts, bushing,
reducers, enlargers, coupling cap, nipples, gland sealing fittings, pull boxes etc. The size of
the conduit/pipe shall be selected on the basis of 40% fill criterion.
Embedded conduits shall have a minimum concrete cover of 50 mm.

Size of conduit for lighting shall be selected by the Bidder during detailed engineering.

For directly embedding in soil, the conduits shall be coated with an asphalt-base compound.
Concrete pier or anchor shall be provided wherever necessary to support the conduit rigidly
and to hold it in place.

Conduit shall be installed in such a way as to ensure against trouble from trapped
condensation.

FO cables shall be laid in galvanised steel (GS) conduits within cable trenches keeping
proper clearance with HV cables

11 Special Requirements
The Contractor shall be responsible for estimating and supplying the quantity of various
types and sizes of the cables. In course of actual execution, if it is found that additional cross
sections, types or quantities of cables are required for the completion of the specified works
the same shall be supplied without any additional charge to the employer.

Small cut piece lengths of cables will not be accepted. Cables up to 500 meters in length or
as approved by Employer shall be of one length shipped in a drum of adequate size. For
higher quantities, multiple lengths/drums may be shipped subject to the approval of
Employer.

12 Drawings, Data & Manuals


The following information shall be furnished along with the bid.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 18 - Power and Control Cable Page 18-9

a) Manufacturer's leaflets giving constructional details, dimensions and characteristics of


different cables.
b) Current rating of cables including de-rating factor due to grouping, ambient temperature and
type of various installation.

13 Tests
Routine and Design Tests
Power cable shall be subjected to following routine tests. As far as practical, the procedure of
IEC shall be followed:

a) Measurement of the electrical resistance of conductor


b) Partial discharge test
c) Voltage test

Design Test
The power cable design tests shall include following:

a) Partial discharge test


b) Bending test, followed by a partial discharge test
c) Tan delta measurement
d) Heating cycle test, followed by a partial discharge test
e) Impulse test, followed by voltage test
f) Voltage test for 4 hours.

The Bidder shall submit type test report as specified in section-2 of this specification for the
offered power cable along with the bid.

Field Tests
After installation at Site, cables shall be subjected but not limited to the following tests:

a) Continuity test
b) Measurement of insulation resistance
c) DC dielectric test

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 18 - Power and Control Cable Page 18-10

14 33 kV and 11 kV Power Cables

14.1 General

The scope shall include the supply, laying, termination and testing of 11 kV and 33 kV
power cables between various cubicle/equipment at Loharpatti Substation and extension
works at Dhalkebar substation. The cables shall be supplied with necessary
terminations/sealing ends/accessories for the both connecting ends of each and every cable.
The scope shall include the supply, laying and connection of power cables for incoming
and outgoing feeders at Loharpatti Substation and extension works at Dhalkebar substation.
The cables shall be supplied with necessary terminations and accessories for both
connecting ends. This scope also includes supply and installation of 11 kV and 33 kV
lightning arrestors on the supporting structure.

14.2 Design Requirement

The rated voltage of the power cables shall be 12 kV for 11 kV circuits and 36 kV for 33 kV.
The power cable shall be cross-linked polyethylene insulated (XLPE), screened and steel tape
armoured.

The XLPE insulated HV cable shall confirm to the requirements of IEC 60502-2 (applicable
clauses only) for construction and IEC 60840/IEC 62067 (as applicable) for testing. The
terminating accessories shall conform to IEC 60840/IEC62067 (as applicable). The offered
cables and its terminating accessories shall be compatible with each other.

The cable shall be of 11 kV and 33 kV HV grade, single/three core, stranded compacted


Copper conductor, core screening by a layer of semiconducting tape followed by a layer of
semiconducting compound, cross linked polyethylene (XLPE) dry cured insulation,
insulation screening with semiconducting compound extruded directly over the insulation,
longitudinal sealing by a layer of non-woven tape with water swellable absorbent over
insulation screen, followed by radial sealing (Metal sheath), metallic screening by concentric
layer of plain copper wire followed by an open helix of copper & overall HDPE sheathed &
graphite coated and conforming to the technical particulars of specification.

The cable shall be suitable for laying underground buried installation with uncontrolled back
fill and chances of flooding by water and suitably designed by the addition of chemicals in
the outer sheath to be protected against rodent and termite attack.

The conductors screen (non-metallic semi-conductive) shall be extruded in a single one-time


process to ensure homogeneity and absence of voids.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 18 - Power and Control Cable Page 18-11

They shall be designed to withstand all mechanical, electrical and thermal stresses under
steady state and transient operating conditions.

Progressive sequential marking of the length of cable in metres at every one metre shall be
provided on the outer sheath of the cable.

The cables shall have outer sheath of HDPE material. Repaired cables shall not be accepted.

Allowable tolerance on the overall diameter of the cables shall be plus or minus 2 mm.

a) Conductor

Conductor for power cable shall consist of stranded annealed copper wires. They shall
comply with IEC Publication.

b) Cable Rating

The current rating for the cable and conditions of installation shall be adequate for size of
the equipment power transformers, station service transformers and feeders.

The conductor and metallic sheath shall be designed to meet the requirement of the system
short circuit rating of 25KAfor 1 sec.

The maximum temperature for the power cables shall be less than the following values:

Continuous Short-Time Short-Circuit


Rating Rating Rating

(a) Conductor 65°C 90°C 250°C


(b) Sheath - - 250°C

c) Anti-Termite Covering

Anti-termite protection applied to the cables and shall be black PVC suitable for the operating
temperature of cables and shall meet the requirements of IEC standard.

d) Outer Covering

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 18 - Power and Control Cable Page 18-12

The outer covering of the cable shall be extruded, continuous black PVC suitable for the
operating temperature of cable and shall meet the requirements of IEC standard.

e) Cable Drum

Cable drum shall be non-returnable and made of steel suitably protected against corrosion.

f) Jointing Accessories

Cables shall be installed in single lengths and straight-through jointing shall not be permitted.

g) Voltage Identification

The plastic covering shall be embossed with the name of the manufacturer, voltage class,
number, material and size of conductors, cross sections, types of insulations followed by:

Electric cable - (Corresponding) volts

h) Phase Identification

Phase identification for either triplex or multi-core conductor cable shall be in accordance with
the following:

Phase A ( R ) : Red
Phase B ( Y ) : Yellow
Phase C ( B ) : Blue

14.3 Installation requirements

The construction of cable shall generally conform to the IEC standard and description
mentioned in this specification. Bidder may offer necessary layers such as separation tape,
binder tapes etc additionally as per their manufacturing practices for meeting required
performance of the offered cable. The bidder shall enclose with the bid, drawing showing
cross section of the cable.

36 kV and 12 kV cable shall be laid in the cable duct/cable trench/cable tray/ladder.

The method of cable laying shall be designed by the Contractor to ensure highest security
and reliability during and after the installation. The cable installation shall be carried out by
the Contractor in accordance with the procedures approved.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 18 - Power and Control Cable Page 18-13

At the opening in the civil structures from where the power cables are passing through in the
open, suitable sealing means like lean concreting shall be provided by the Contractor to keep
out ingress of water in the powerhouse etc. from outside.

Cable termination/Sealing ends

11 kV and 33 kV cable terminations shall be of the heat-shrinkable type / pre-moulded push-


on type. Requisite terminations for 11 kV and 33 kV cables shall be provided for facilitating
connections with circuit cubicle, transformers, switchgears, feeders etc. in the substation etc.

The cost of all necessary termination/sealing ends shall be included in the price of the
cables.

14.4 Test

1) Routine and Type/Design Tests

a) Routine Tests
The cables shall have passed the following routine tests and any other relevant routine tests
for cables at the manufacturer’s works. Routine test certificates shall be provided for the
cables for approval of the Employer/Engineer before shipment.
-Construction inspection
-Measurement of electrical resistance as per clause 14.2 (IEC 502)
-Partial discharge tests
-High voltage tests
-Insulation resistance tests
-Physical and aging tests for insulation and jackets.

b) Type Tests

The cables, related equipment and materials shall be type tested standard products of
competent manufacturers. Type test certificates shall be submitted to Employer.

Workshop tests shall be carried out in compliance with the certified QC plan and the
relevant IEC 62067 Standards.

Type tests (both electrical and non-electrical) after installation as per IEC 502, Section 3
article 16, 17 and 18; including the below noted tests; shall be carried out to prove the

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 18 - Power and Control Cable Page 18-14

general qualities and design of a given type of cable and for the purpose of acceptance of the
lot:

a) Partial discharge test


b) Bending test, followed by a partial discharge test
c) Tan delta measurement
d) Heating cycle test, followed by a partial discharge test
e) Impulse test, followed by voltage test for 4 hours.

c) Special Tests
The cable shall be subjected to the following special tests as per clause 15 of IEC 502and
test certificates shall be provided.
- Conductor examination
- Check of dimension
- Electrical tests
- Hot set tests

The Bidder shall submit copy of type test reports from recognized testing laboratory for the offered
power cables along with the bid.

2) Field Tests

Field/site tests shall be carried out in compliance with the approved QC plan and the IEC
Standards. The following tests are the minimum requirement as applicable.

d) Measurement of insulation resistance


b) DC di-electric test
c) Inspection of the completed cable systems;
d) Continuity tests;
e) Voltage test on outer sheath;
f) High voltage withstand test.

3) Test on Accessories

The bidder shall submit type test reports for all type tests as per IEC 60840:1999/ IEC62067
for owner’s acceptance.

4) Test after Installation

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 18 - Power and Control Cable Page 18-15

All tests as prescribed in IEC-60840:1999 shall be performed after installation of cable.

15 Performance Guarantee
The performance figures quoted on schedule of Technical Data shall be guaranteed within
the tolerance permitted by relevant standards and shall become part of the Contract. In case
of failure of the cables to meet the guarantees, the Employer reserves the right to reject the
item. The Contractor shall have to rectify/replace the defect/defective part at no extra cost to
the Employer and without delaying the commissioning schedule.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Technical Specification – AC Distribution Board

CHAPTER – 19
AC DISTRIBUTION BOARD
1 SCOPE
1.1 These specifications are intended to cover the design, engineering,
manufacturing, inspection and testing at manufacturer’s works, packing,
supply & delivery, Testing & commissioning of 400 volts, 3 phase, 4
wire, AC distribution switch boards cubical in- door type complete with
all materials, accessories and fittings, erection & maintenance tools &
tackles, mandatory spares as detailed in this specification for 132/33/11
kV substation.

1.2 The design and workmanship shall be in accordance with the best
engineering practices to ensure satisfactory performance throughout the
service life.
1.3 Any material and equipment not specifically stated in this specification
but which are necessary for satisfactory operation of the equipment shall
be deemed to be included unless specifically excluded and shall be
supplied without any extra cost.

2 STANDARDS
2.1 The equipment covered by this specification shall confirm to the
provisions of the following IEC/International standards as amended up
to date except where specified otherwise in this specification.

The Equipment and material meeting the requirement of any other Indian
standards or internationally recognized standards which ensure a quality
equal or better than the standard mentioned above shall also be
acceptable. Where the equipment confirms to any other standards then
salient points of difference between the standards adopted and those
prescribed in these specifications shall be clearly brought out in the bid
and a copy of the applicable standards shall also be enclosed by the bidder
with the bid.

1.2 DESCRIPTION
2.1 The LT Distribution Board shall be fed from 150 KVA, 33/0.4 kV
distribution transformer.

2.2 Tentatively the following minimum feeders shall be required but not
limited from the AC Distribution Board, and each shall be suitably rated
as per requirement.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Technical Specification – AC Distribution Board

a. Incoming from the Station Transformers i.e. 4 wire,


3 phase supply.
b. Single phase supply to various 132 kV Circuit Breakers
(separate feeders to each).
c. 3 phase, 4 wires supply for indoor lighting in all the
buildings.
d. 3 phase, 4 wires supply for
outdoor lighting.
e. 3 phase, 4 wires for transformer Marshalling boxes.
f. 1 phase supply to 33 kV switchgear panel board.
g. 1 phase supply to 132 kV C&R Panels.
h. 1 phase supply to Substation Automation System, HMI, Printers
etc.
i. 1 phase supply to 132 kV isolator boxes for motor operation.
j. 3 phase, 4 wires feeders for
Battery chargers.
k. Supply for OPGW communication Panel.
l. At least 20% (minimum 1) of each rating as spares.
m. Three phase/single phase supply as per requirement
with individual MCCB/MCB’s to Air conditioning system, Fire
detection, alarm and control system, etc.

2.3 Incoming from transformer shall be provided with the following:


a. Suitable MCCBs (with adjustable setting) with O/L & S/C releases

b. One No. 100 mm dia. flush mounted Ammeter with range 0-


600 amp with phase selector switch.
c. One No. 100 mm dia. flush mounting voltmeter scale range 0-
500 V with fuse and selector switch, along with LED type,
indicating lamps before the selector switch.
d. Suitable CTS having burden 25 VA and accuracy class – I

e. One No. 3 phase, 4 wires unbalanced load integrating watt – load


meter operable on CT. Each circuit as indicated above shall have
switch rating and labeling as mentioned against each and shall
include bus-bar connections, terminals cable glands and legs etc.
f. Bus bar shall be of Aluminum and designed for 630 Amps for phases
and 400A for neutral.

2.4 400 V AC switch board cubical type shall consist of feeders as above
and shall have MCB of rating and labeling as per system requirement.
It shall include bus-bar connections terminals, Cable glands and lugs.
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Technical Specification – AC Distribution Board

The aluminum bus-bar shall be designed for 630 Amps for phases and
400 Amp for neutral based current density of 85 Amp per sq. cm. The
bidder shall design the ratings of MCB/MCCBs’ which shall be
approved by purchaser. The above detail of outgoing feeders is
provisional and is subject to change during detailed engineering.
2.5 The A.C. Board shall be fitted with the following accessories:
1. 230 V, AC space heater with MCB and thermostat.

2. Only MCB/MCCBs’ as appropriate shall be provided. No fuses


are allowed.

3. All the feeders shall be provided with single phase ammeters.


For three phase supplies an ammeter with selector switch (or in
yellow phase only) shall be provided. Typical ammeter size shall
be 70 mm x 70 mm. These details shall be finalized during
detailed engineering.
4. Necessary CTs wherever required for current measurement shall
be provided.
The secondary rating of each shall be 1A.

5. Indicating lamps shall be of low wattage typically


2.6 W or less.

6. All the terminals for external cabling shall be suitably rated as


per the size of the external cables.
7. All the indicating instruments, lamps, handles, MCCBs’, MCB’s
shall be flush mounted.
8. Panel shall be indoor, single front, fixed type.
9. Base frame shall be of ISMC-100.
10. Phase clearances shall be as per IS/IEC.
11. Panel Paint: will be decided during detailed engineering
12. Interior & mounting plate: Glossy white
13. Bus bars to be color coded and also the circuits taken from it.
14. Earth bus of 50 x 6mm copper strip shall project out of the panel
at both ends and shall have two holes for earth connections.
15. Control Wiring: 1.5 mm2 copper (48 strands), 2.5 mm2
copper for CTs (48 strands)
16. Power Switch & MCCB shall be door interlocked and shall
have pad locking
17. Caution Name Plates for live terminals shall be provided.

3 CONSTRUCTIONAL FEATURES
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Technical Specification – AC Distribution Board

3.1 400 V Station Supply LT Board


The supply board shall comprise of
a. Metal enclosed, indoor /outdoor mounted, dust and vermin
proof and self- supporting cubicle type made –up of mild steel
sections and cold rolled sheet steel of 2 mm thickness for
enclosure and all load bearing members, doors & fitting plate. The
Gland Plate shall be 3 mm thick, sheet steel, with double
compressions, chromium plated brass glands.

b. The board shall be stiffened properly to be free from vibration,


twist and bends. The degree of protection of enclosure to be not
less than IP-54 for all indoor type panels and IP-55 for all
outdoor mounted panel or boards respectively as stipulated by
IS: 2147 or relevant IEC.
c. Requisite number of sheet steel enclosure for mounting circuit
breakers, relays, switches, CTs and other components. Light
structural members shall be jointed preferably by bolting.
d. Separate cable / bus- bar chambers duly partitioned, removable
covers and metals still frames of single front double access type
having feeders located in the front and vertical bus bars and cable
chamber located in the rear.

e. Detachable or hinged type door with handle and locking


arrangements and easy access for inspection and maintenance
works.
f. Bottom frame suitable for erection on flush concrete floor by
means of evenly spaced grouting bolts projecting through the base
channel members.
g. Necessary facilities for entry of cable from the bottom. No
access to any live part inside the panel to avoid accident. Separate
cable support to avoid load on the thimble of cable as well as on
the links.
h. Synthetic rubber Gaskets all-round the perimeter of cover, gland
plates, removable covers and doors shall be provided.
i. Eye bolts at the top to facilitate lifting and anti-vibration pads
between base frame and panel to prevent vibration.
j. Adequate strength to withstanding all stresses imposed during
handling, transportation, installation and operation without
distortion or damage. The panels shall be assembled to the extent
possible within transporting and handling limitations duly wired
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Technical Specification – AC Distribution Board

up and ready for installation in accordance with this


specification.
k. Each MCB to have separate bus –link wired up to terminal
block so that by removal of link, the outgoing feeder is isolated
without removing cable from the terminals.

l. The minimum component height will be 250 mm form the


ground level for case of maintenance.
m. It must be ensured while designing the switch boards that
adequate electrical clearance as required under the rules shall be
provided for the various components inside the cubical.

3.2 Distribution Board


a. The boards shall be fabricated out of best quality cold rolled
sheet steel of 2 mm including for doors & sides and shall be
fully dust and vermin proof affording a degree of protection of
IP – 54 for indoor DBs and IP 55 for outdoor DBs as per IS –
2174.

b. Distribution boards shall be provided both hinged door with


handle and looking facility for switch on inter lock facility for
switch on interlock of doors. Doors shall be gasketted all round
with neoprene gaskets.
c. All accessible live connections / parts shall be shrouded and it
shall possible to change /replace individual MCB /Fuse units
form the front of the board without danger & coming in to contact
with live parts.

d. Adequate interior cabling space and suitable removable type


cable entry plates shall be provided for top/ bottom entry of
cable gland plate shall be supplied undrilled. Necessary number
of glands to suit the specified cable shall be provided. Cable
glands shall be screwed on type and made of chromium
plated brass.
e. The DB shall have two earthing terminals for connecting to
the stations earthing.
f. The AC DBs shall be either floor mounted type. Suitable
foundations channels with necessary bolts and nuts shall be
provided.
g. The danger board shall be fixed on the front of the door of
DBs as per standards.

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Technical Specification – AC Distribution Board

h. Wiring inside the panel shall be carried out with 1100 V grade
PVC insulated stranded copper conductors of adequate size on
both ends of each wire engraved identification ferrules shall be
provided.
i. Bus bar shall be of copper adequately sized for the specified
continuous current rating such that the maximum temperature
of the bus bar and links does not exceed 750 C.
j. All MCBs /Isolators /switches etc. shall be flush mounted with
hinged door provided with locking arrangement and an inner
Bakelite sheet /fibre glass sheet shall be provided inside such
accidental contact.
k. Equipment mounted inside the panel shall be provided with
individual labels with equipment designation /rating. Front of the
panel shall be provided with label engraved with designation of
the panel as furnished by the purchaser. Label shall be made of
3 ply lamicold /engraved PVC having white letters on black
ground. Letter size shall be 4 mm minimum.
l. Terminal blocks shall be 1100 V grade clip on type, moulded
in melamine suitable for terminating incoming cable of suitable
size of stranded copper conductor and outgoing circuits of
approved sizes. All the terminals shall be shrouded, numbered
and provided with identification strip for the feeders.
m. MCB’s shall be current limiting type magnetic and thermal
release suitable for manual closing and automatic tripping under
fault condition single pole MCB’s shall have interrupting
capacity not less than 10 kA. MCB knob shall be marked with
ON/OFF indication. A trip free release shall be provided to
ensure tripping on fault even if the knob is held in on position to
avoid accidental contact. MCCB shall have adjustable setting,
O/L & S.C. releases.
n. Fuses if required shall be HRC cartridge type complete with fuses
fittings.
Fuses fittings shall incorporate fully insulated shrouded contacts.
Visible indication of operation of fuses shall be provided.
However, purchaser would not prefer to have fuses instead
MCB’s should be provided.

o. The indoor panel shall be finalized during detailed engineering.


The inside of the panel shall be glossy white.

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Technical Specification – AC Distribution Board

4 PAINTING
a. All sheet work shall be phosphate in accordance with following
procedure and in accordance with IS/IEC, code of practice for
phosphating iron and steel, with seven tank process.
b. Oil, grease and dirt shall be thoroughly removed by emulsion cleaning.
c. Rust and scale shall be thoroughly removed by emulsion cleaning.
d. Rust and scale shall be removed by pickling with dilute acid
followed by washing and running water rinsing with slightly
alkaline hot water and drying.

e. After phosphating, through rinsing shall be carried out by


clean water followed by final rinsing with dilute solution and
oven drying.
f. The phosphate coating shall be sealed by the application of two
coats of red mixed stoving type Zinc chromate primer. The coat
may be ‘flash dried’ while the second coat shall be stove dried.
g. After the application of the primer, two coats of finishing
synthetic enamel shall be applied, each coat followed by
stoving. The second finishing coat shall be applied after
completion of tests. The color of the finishing paint on the
exterior should be got approved form the purchasers before
painting. All the panels and DBs shall be painted white in the
interior.
h. Each coat of primer and furnishing paint shall be of a slightly
different shade to enable inspection of painting.
i. The final finished film thickness of paint on sheet steel shall
not be less than
100 microns and shall not be more than 150 microns.

j. Finished painted appearance shall present an aesthetically


pleasing appearance free from dents and uneven surface.
k. Adequacy quantity of finishing paint shall be supplied for
minor touchup required at site after the installation of the L.T.,
AC station board and distribution boards.

5 BUSBAR, SWITCHING DEVICES & CONNECTIONS


5.1 LT Station Supply Board

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Technical Specification – AC Distribution Board

Bus bar system for LT station supply board shall be assembled and
fully tested and certified in accordance with relevant standards i.e. IS
:375 or BS : 5486 & IEC 439
The bus bars of LT station supply boards shall be of high conductivity
aluminum and of uniform rectangular cross section. The size of bus bar
shall be got approved from the purchaser before the procurement
/fabrication. The bus bars and supporting arrangements shall be
designed to withstand thermal and magnetic stresses corresponding to
10 kA fault level. All bus bars and metallic bus supports shall be
insulated by heat shrunk PVC sleeves with exceptional dielectric
properties to provide additional protection against accidental contact
and to prevent failure in the event of accidental presence of external
agents. Bus bars supports shall be arc resistant flame retardant,
porcelain type or sheet moulding compound having high insulation
resistance and de-moulding compound having high insulation
resistance and dielectric strength to avoid ground faults of bus due
to dust collection. At the bus- bar joints and tap-off points, removable
shrouds (sleeves) shall be provided. Temperature rise shall not exceed
the maximum allowable temperature for the equipment as specified in
relevant IS/IEC specification even under over load conditions and shall
be of sufficient size to limit the temperature rise not to exceed the
specified value in the applicable standard inside the enclosure. Ground
bus shall be provided at the bottom of each station supply board
throughout the entire length of the board. This bus shall be earthed
solidly by connecting to the main earthling system of the sub- station.
There should be provision for earthing at both ends of the switchboard
Lugs, bolts, nuts and spring washers shall be provided for earth
connection.

5.2 Distribution Board


These shall be provided whenever required to further distribute the
three phase supply taken from the ACDB. The bus bars of distribution
boards shall be of electrolytic copper having 99.9 % purity as per IS-
440 unless otherwise specified. The size of the Bus bars be got
approved form the purchaser during detailed engineering.
a) All bus bars, MCBs, Switch fuse units, fuses and connection
shall be of sufficient size to limit the temperature not to exceed
the specified value in the relevant standard inside the enclosure
while carrying full load current. All main bus bars connections
and bus bar outgoing taps be tin plated and tightly clamped with
through bolts to ensure maximum conductivity. All bus bars

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Technical Specification – AC Distribution Board

shall be rigid type. All bus bars connections shall be accessible


for inspection and maintenance purpose.
b) Bus bars supports shall be made of suitable insulating material
such as sheet moulding compound, glass reinforced moulded
plastic material, or cast resin etc., of thickness not less than 6
mm. Separate supports shall be provided for all three phases,
anti – tracking barriers shall be incorporated.
c) The bus bars shall be protected from Accidental contact by
using highly not less than 6 mm thick.
d) The size of neutral bus of the wall mounted type 3 phase 4
wire distribution board shall be rated as the phase bus-bars. The
neutral bus should have sufficient terminals and detachable links
for all the single phase outgoing and supports shall have
sufficient strength to with stand thermal and
electromechanical stresses for a short circuit level of 10 kA of
the system.

6 MOULDED CASE CIRCUIT BREAKERS (MCCB)


The MCBs shall be of reputed make having proven performance record
with minimum rupturing capacity of 10 kA. The MCCBs shall be quick
make quick break, independent manual type trip free mechanism.
Position of knob shall be provided to test trip the MCCBs mechanically.
Overload and short circuit protection for all circuits shall be provided for
MCCBs. The MCCBS shall be covered with the insulating case and
covers made of high strength, high resistant and flame retardant
thermosetting insulating material.

7 MINIATURE CIRCUIT BREAKERS (MCB)


The MCBs shall be of reputed make and the characteristics of MCB
shall be suitable for control & protection circuit equipment’s, high
pressure mercury vapour/ sodium vapor lamps / fluorescent tubes &
power points etc. MCB shall be hand operated, air break, quick make,
quick break confirming to applicable standards mentioned. The out-
going MCBs shall be provided with overload / short circuit device for
protection under overload and short circuit conditions. The MCB shall
have a minimum interrupting rating of 10 kA. MCB shall be flush
mounted and fitted on Zinc chromium M.S channel provided in DB
construction. Single pole MCBs shall be provided for all outgoing A.C
feeders.

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Technical Specification – AC Distribution Board

8 RESIDUAL CURRENT OPERATED CIRCUIT BREAKERS


(RCCB) / EARTH LEAKAGE CIRCUIT BREAKERS (ELCB)
8.1 The RCCB/ELCB offered shall be suitable for particular application in
conjunction with MCB and arranged for manual closing and opening and
automatic tripping on earth fault condition. In case of multi-pole circuit
breakers, the indication shall represent the position of all the poles. The
metallic portions of the mechanism shall be either inherently resistant to
or treated so as to make them resistant to atmospheric corrosion. The
operating mechanism shall be trip free. The operation mechanism case
shall be effectively sealed by the manufacturer to prevent access to the
mechanism. The case shall be of insulating material.

8.2 The RCCB shall be provided with test device for testing automatic
opening of the circuit breaker by an integral test device. The test device
shall be arranged for external operation in such a way that the protection
afforded by the cover or enclosure is not impaired.

8.3 The product of rated residual current (rated tripping current) in amperes
and the earth loop impedance in ohm should not exceed the value 50. The
RCCB shall be so chosen that the same has lowest suitable tripping
current.

9 FUSE HOLDER /BASE


Fuse holder be suitable for HRC fuse links of required rating. They shall
be made up of superior grade phenolic moulding compound with non
– inflammable property. Fuses holder shall be supplied with necessary
cable holding screws and terminal lug fasteners and conducting portion
copper carrier with extruded brass base support. Further conducting part
shall be silver plated to provide long lasting shall be complete with
pressure clip so formed to provide durable firm grip of male and female
parts. Fuse holder shall be fully shrouded to ensure personnel safety.

10 FUSES
Generally fuses shall not be used anywhere. However if approved by
purchaser due to specific situation the fuses shall be of reputed make and
shall be HRC Cartridge type with minimum rupturing capacity of 10 kA.
The fusing factor shall be greater than 1.5 and shall be provided with
visible indicator for having operated. Fuses shall be dimensionally
interchangeable with any other compatible make and shall be so designed
to ensure non-deteriorating time current characteristics.

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Technical Specification – AC Distribution Board

11 INTERNAL WIRING
The LTAC station supply board and the distribution boards shall be
supplied with complete internal wiring. The wiring shall be carried out
the 1100 V grade, PVC insulated. Stranded supper conductor cables of
adequate size shall be used to suit the rated circuit current. Engraved
identification ferrules, marked to correspond with the wiring diagram
shall be fitted at both ends of each wire. All wiring shall be terminated
on terminal blocks. Terminal blocks shall be one piece moulded and
suitable for 500 V. Stud type terminal blocks shall be used for higher
current rating. Terminals shall be adequately rated for the short circuit
current. Typically terminals of ‘Phoenix Contact’ make shall be provided
which shall be approved by purchaser during detailed engineering.

12 NAME PLATE
Name plate shall be made of non-rusting metal or engraved on PVC shall
be of size 50 mm x 20 mm indicating the feeder details and shall be
provided for all feeders for easy identification DB No. etc. shall be
provided.

13 DRAWINGS & LITERATURE


After receipts of the order, the contractor shall be required to furnish 10
prints of the following drawings for approval:-
a) General arrangements drawing of AC
distribution board. b) Typical schematic
diagram of AC distribution board.
c) Complete assembly drawing of AC distribution boards showing
plan, elevation. Sectional views and location of terminal blocks
cable entry details
d) Control and wiring diagram for each module of AC
distribution board including spare terminals and inter modular
and inter panel wiring.
e) Foundation plan showing location, channels, foundation bolts etc.
f) Schematic control diagram for control interlocks, relays,
instruments and space heaters.
g) Protective relay characteristics of
each type of relay h) Fuse
characteristics curve for each type of
rating
i) Technical and descriptive literature giving details of the equipment offered.

14 TESTING & INSPECTION

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Technical Specification – AC Distribution Board

14.1 All tests and inspection shall be made at the manufacturer's works
unless otherwise specifically agreed upon by the manufacturer and
purchaser at the time of placement of purchase order. The manufacturer
shall afford to the inspector representing the purchaser, all reasonable
facilities, without charge to satisfy them that the material being
furnished is in accordance with these specifications. The purchaser
reserves the right to get any component/material being used by the
manufacturer of the L.T. board tested from any recognized test house.
No material shall be dispatched without prior approval of the all the test
reports and certificates by the purchaser.

14.2 The inspection by the purchaser or his authorized representative


shall not relieve the bidder of his obligation of furnishing equipment in
accordance with the specification.

TABLE-1
TECHNICAL PARTICULARS

1. AC SYSTEM 3 phase, 4 wire, solidly earthed


a. Voltage 400 volts- 15 % to +10 %
b. Frequency 50 Hz + 3 %
c. Combined variation in - 10 % to + 10 % Absolute sum
voltage & frequency
d. Fault level 10 kA (rms)
2. BUS BAR
a. Continuous 630 A Aluminum
b. Short time ( 1 Sec) 10 kA rms
3. ONE MINUTE POWER FREQUENCY WITHSTAND VOLTAGE
a. Power circuits 2.5 kV (rms)
b. Control circuits 2.5 kV (rms)
4. MOULDED CASE CIRCUIT BREAKER
a. Voltage AC 3- phases –415 V (-15 to + 10 % )
b. Frequency 50 Hz
c. Short circuit Performance 10 kA (rms)

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Technical Specification – AC Distribution Board

d. Making capacity 2.5 times breaking capacity


e. Operating Mechanism Manual , trip free
f. Temperature rise As per IEC
g. Mechanical rise As per IEC
h. Auxiliary contacts 4 No., 4 NC
5. METERS
a. Accuracy class 1.0 or better
b.
one minute power 2 .5 kV (rms)
frequency withstand
voltage
6. CURRENT TRANSFORMERS
a. Type Cast resin, Bar primary
b. Secondary circuit 1 Amp.
c. Voltage class and Frequency 1100 V, 50 Hz
d. Class of insulation E or better
e. Accuracy
I. Accuracy class Class 1, 10 VA
metering CT
II. Accuracy class 5p 10 , 15 VA
protection CT
f. Short time current rating 10 kA (rms) for 1 sec.
g. one minute power frequency 2.5 kV (rms)
withstand voltage
7. VOLTAGE TRANSFORMERS
I. Type Cast resin
II. Rated voltage 415 V±10%
a. Primary 415 V /√3
b. Secondary 110V/√3
III. Accuracy class and VA
burden
a. Metering 1.0, 10 VA
b. Protection 3 p, 50 VA
IV. Method of connection
a. Primary Star
b. Secondary Star

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Technical Specification – AC Distribution Board

V. Rated voltage factor 1.1 continuous , 1.5 for 3 sec.


VI. Class of insulation E or better
VII. One minute power 2.5 kV (rms)
frequency withstand
voltage
8. RELAY
a. One minute power frequency 2.0 kV (rms)
withstand voltage
9. CUBICLE COLOUR FINISH
a. Interior Glossy white
b. Exterior Decided during detailed engineering
10. ACCESSORIES
a. Plug point with switch fuse.
b. Space heater with thermostat
c. Name plate on front of rear
d. Danger plate

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 20 – Air Conditioning System Page 20-1

CHAPTER – 20
AIR CONDITIONING SYSTEM

1 GENERAL

1.1 This specification covers supply, installation, testing and commissioning and handing over
to NEA of Air conditioning system for the control room building.

1.2 Air conditioning units for control room building shall be set to maintain the inside DBT at
24 o C ± 2oC and the air conditioning system for switch-yard panel rooms shall be set to
maintain DBT inside switch-yard panel rooms below 24oC.

1.3 Controllers shall be provided in Control room and Battery room for controlling and
monitoring the AC units in these rooms as detailed in clause no. 2.3.4.

1.4 Each switch-yard panel room shall be provided with temperature transducer to monitor the
temperature of the panel room. The Temperature transducer shall have the following
specification:

Sensor : Air temperature sensor (indoor use)


Output : 4 to 20mA
Temperature range : -5oC to 60oC
Resolution : 0.1oC
Accuracy : 0.5oC or better.

2 AIR CONDITIONING SYSTEM FOR CONTROL ROOM BUILDING.

2.1 Air conditioning requirement of control room building shall be met using a combination of
following types Air Conditioning units as required.

a) Cassette type split AC units of 3TR.


b) High wall type split AC units of 2TR.

2.2 Scope

The scope of the equipment to be furnished and services to be provided under the contract
are outlined hereinafter and the same is to be read in conjunction with the provision
contained in other sections/ clauses. The scope of the work under the contract shall be
deemed to include all such items, which although are not specifically mentioned in the bid
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 20 – Air Conditioning System Page 20-2

documents and/or in Bidder's proposal, but are required to make the equipment/system
complete for its safe, efficient, reliable and trouble free operation.

2.2.1 Required number of Cassette type split AC units of 3TR capacity each complete with air
cooled outdoor condensing unit having hermetically sealed compressor unit with cordless
remote controller.

2.2.2 Required number of High wall type split AC units of 2TR capacity each complete with
air cooled outdoor condensing unit having hermetically sealed compressor and high wall
type indoor evaporator unit with cordless remote controller.

2.2.3 Copper refrigerant piping complete with insulation between the indoor and outdoor units
as required.

2.2.4 First charge of refrigerant and oil shall be supplied with the unit.

2.2.5 GSS/Aluminium sheet air distribution ducting for distributing conditioned dehumidified
air along with supply air diffusers and return air grilles with volume control dampers and
necessary splitters etc., suitable fixtures for grilles/diffusers and supports for ducting
complete with insulation.

2.2.6 Local start/stop facility for local starting/ stopping of all electrical equipment/ drives.

2.2.7 All instruments and local control panels alongwith controls and interlock arrangements
and accessories as required for safe and trouble free operation of the units.

2.2.9 PVC drain piping from the indoor units upto the nearest drain point.

2.2.10 Supply and erection of Power and control cable and earthing.

2.2.11 MS Brackets for outdoor condensing units, condensers as required.

2.3 Technical specifications.

2.3.1 Cassette type split AC units.

The Cassette type AC units shall be complete with indoor evaporator unit, outdoor
condensing units and cordless remote control units.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 20 – Air Conditioning System Page 20-3

2.3.1.1 Outdoor unit shall comprise of hermetically/ semi hermetically sealed compressors mounted
on vibration isolators, fans and copper tube aluminium finned coils all assembled in a sheet
metal casing. The casing and the total unit shall be properly treated and shall be
weatherproof type. They shall be compact in size and shall have horizontal discharge of air.

2.3.1.2 Indoor units shall be of 4-way, ceiling mounted cassette type. The indoor unit shall be
compact and shall have elegant appearance. They shall have low noise centrifugal blowers
driven by suitable motors and copper tube aluminium finned cooling coils. Removable and
washable polypropylene filters shall be provided. They shall be complete with multi
function cordless remote control unit with special features like programmable timer, sleep
mode etc.

2.3.1.3 Cooling capacity of 3TR AC units shall not be less than 36000 btu/hr. and their EER shall
not be less than 2.7.

2.3.2 High wall type split AC units

2.3.2.1 The split AC units shall be complete with indoor evaporator unit, outdoor condensing units
and cordless remote control units.

2.3.2.2 Outdoor unit shall comprise of hermetically/semi hermetically sealed compressors mounted
on vibration isolators, propeller type axial flow fans and copper tube aluminium finned coils
all assembled in a sheet metal casing. The casing and the total unit shall be properly treated
and shall be weatherproof type. They shall be compact in size and shall have horizontal
discharge of air.

2.3.2.3 The indoor units shall be high wall type. The indoor unit shall be compact and shall have
elegant appearance. They shall have low noise centrifugal blowers driven by suitable
motors and copper tube aluminium finned cooling coils. Removable and washable
polypropylene filters shall be provided. They shall be complete with multi function
cordless remote control unit with special features like programmable timer, sleep mode
and soft dry mode etc.

2.3.2.4 Cooling capacity of 2TR AC units shall not be less than 22000 btu/hr. and shall have
energy efficiency rating of 3 star or above.

2.3.2.5 Controllers shall be provided in Control room and Battery room, one controller for each
room, to control and monitoring of AC units and shall have the following facilities;

 Standby units shall come in to operation automatically when the running main unit
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 20 – Air Conditioning System Page 20-4

fails
 Main and standby units shall be changed over periodically which shall be finalised
during detailed engineering.
 Following alarms shall be provided:

a. Compressor ON/OFF condition of each unit


b. Compressor failure of each unit
c. Power OFF to AC unit
d. High temperature in room.

2.4 Warranty

All compressors shall have minimum 5 years Warranty from the date of commissioning.

2.5 Technical specification for Packaged AC units with Free Cooling.

2.5.1 Each AC unit shall be complete with air cooled condensing unit with scroll compressor,
direct expansion type evapourating unit and microprocessor controller. AC units shall be
provided with free cooling arrangement. In free cooling mode, the refrigerant cycle of AC
unit shall be switched off and outside air (after filtration) shall be circulated inside the
conditioned space through the operation of dampers provided with suitable sensors. This
mode shall come into operation in the following conditions;

i. When the ambient temperature is below a preset value, which is to be decided


during detailed engineering.
ii. In case of failure of refrigeration system of both the units.

2.5.2 One of the air-conditioners shall be running at a time and shall maintain the required
temperature. On failure of the running air-conditioner, the other air-conditioner shall start
automatically. To ensure longer life of the system and to keep the AC units healthy, change
over of the standby unit shall be done periodically through the controller. Further, if inside
temperature of the room reaches 35oC due to any emergency condition, the standby air-
conditioner shall also start running to maintain the temperature less than 24 oC and system
shall generate an alarm for such a situation. After achieving this temperature, the standby
unit shall again shut off. However any hunting situation shall be reported. No heating or
humidification is envisaged for the air conditioning system inside the Switchyard panel
rooms.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 20 – Air Conditioning System Page 20-5

2.5.3 Packaged AC units with free cooling shall be designed for high sensitive cooling with
sensible heat factor of 90% or above.

2.5.4 Each air conditioner shall be completely self-contained. All components of the units shall be
enclosed in a powder coated cabinet. The unit shall be assembled, wired, piped, charged
with refrigerant and fully factory tested as a system to ensure trouble free installation and
start up. Suitable isolation or other by-passing arrangement shall be provided such that any
unit/component could be maintained/ repaired without affecting the running standby unit.

2.5.5 The AC units shall be mounted on the wall and the maintenance of unit shall be possible
from outside the Switchyard panel room.

2.5.6 Required Features of Various Components

The compressor shall be very reliable, trouble free and long life i.e. hermetically sealed
Scroll type of reputed make suitable for continuous operation. Compressor should be
installed on vibration isolated mountings or manufacturers recommended approved
mounting. Valve shall be provided for charging/topping up of refrigerant. The bidder shall
furnish details of their compressor indicating the MTBF, life of compressor and continuous
run time of compressor without failure. The contractor shall also furnish details of all
accessories i.e. refrigeration system, evaporator coil, condenser coil, evaporator blower,
filter, cabinet, indoor supply and return grill etc. during detailed engineering.

2.6 Warranty

All compressors shall have minimum 5 years Warranty from the date of commissioning.

2.6.1 For owner’s remote monitoring purposes, necessary digital inputs shall be provided for ‘ON’
and ‘OFF’ condition of each compressor.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-1

CHAPTER - 21
SUBSTATION STRUCTURES
1.1. SCOPE
1.1.1. These specifications are intended to cover the design, fabrication, trial assembly,
galvanizing, testing at manufacturer’s works, inspection before dispatch, packing,
transportation, storage and handling at site, erection etc. of substation galvanized steel
structures like towers/columns, lightening/lighting masts, beams, equipment supporting
structures etc. and any other structure which may be required for receiving the line with
all necessary accessories as required for successful commissioning of all substations as
per tentative layout drawings of these substations appended with these specifications
conforming to relevant Indian Standards/ equivalent International Standards.
1.1.2. The scope shall also include supply and installation of all types of galvanized structures
including bolts, nuts, plain/tapered/spring washers, step bolts, ladders, all necessary
inserts in concrete, gusset plates, base plates, foundation bolts, equipment mounting
bolts, structure earthing bolts, fixing plates, necessary angles& bolts for structure or
ground mounted marshaling kiosks/boxes(AC/DC Marshalling box & equipment
control cabinets) and any other item as required to complete the job.
1.1.3. It is the intent of the Employer to provide structures which allow interchangeability of
equipment at a later stage. Accordingly, Contractor is expected to design the equipment
support structures with the provision of stool. Stools shall be provided by the
Contractor between the equipment and its support structure to match the bus bar height.
The top of stool shall be connected to the equipment and the bottom of the stool shall
be connected to the Base support structure.
1.1.4. The connection of all structures to their foundations shall be with base plates and
embedded anchor/foundation bolts. All steel structures and anchor/foundation bolts,
fasteners (Nuts, bolts &w ashers) shall be fully galvanized as per relevant Indian
Standards / equivalent International Standards. The weight of the zinc coating shall be
at least 610 gram/m2for structural members as well as for anchor bolts and foundation
bolts. One additional nut shall be provided in each foundation bolt below the base plate
which may be used for the purpose of leveling.
1.1.5. Contractor shall provide suitable arrangement on the equipment supporting structures
wherever required to suit fixation of accessories such as marshalling boxes, MOM
boxes, Control Cabinets, Junction box, surge counter etc and incorporate the details in
the fabrication drawings of equipment supporting structures.
1.1.6. The lightening/lighting mast shall be designed suitably so as to have illumination
platforms for installing the luminaries to obtain prescribed/desired illumination
intensity.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-2

1.1.7. The contractor shall furnish all materials, labor, plant and erection equipment required
for the completion of the job.
1.1.8. The line diagrams of all structures of 132kV and 33 kV substations shall be prepared by
the contractor based on their design during detailed engineering stage. The fabrication
drawings, proto corrected drawings along with Bill of Material (BOM) for all the
structures including equipment supporting structures shall be prepared by the contractor
during detailed engineering for submission to Employer for their approval. Support
structure for circuit breaker shall also be designed and supplied by the Equipment
Manufacturer or Contractor.
1.1.9. The Contractor shall be fully responsible for designing and detailing of the steel
structures as per these specifications, testing as per relevant Indian Standards/
equivalent International Standards and for their satisfactory performance. All
designs/drawings and details shall be subject to approval of the Employer/PMC who
shall have the right to instruct the contractor to make changes in designs/drawings and
details necessary to make the designs conform to these specifications and relevant
Indian Standards/ equivalent International Standards. The contractor shall be required:
(a) To submit the detailed design calculations for all steel structures including gantry
towers/columns, beams, lightening/lighting masts, equipment supporting
structures etc.required ateach substation as per the layout drawings,to be
developed by the Contractor and approved by the Employer,taking into
consideration all the applicable and prescribed loads.
(b) To submit designs and fabrications drawings of all structures including equipment
supporting structures required for each substation for the approval of Employer.
(c) Testing of structures as per relevant codes and standards.
(d) To furnish all materials, tools and plantsrequired for successful completion of job
whether specified or not.
(e) To suitably mark and transport all steel structures and accessories to the site and
their proper and safe storage at site.
(f) To carry out erection/assembling of all structures and accessories at site for the
purpose for which structures have been designed, fabricated and supplied.
1.1.10. The bidder shall quote lump sum price for all the substation structures including all
necessary hardware for installation and successful testing & commissioning thereof.
The rates to be quoted shall also include the fee for the preparation of designs,
design/fabrication drawings, furnishing the required number of copies of all design
&drawings including soft copies, manuals, supply of all materials, fittings & fixtures,
hardware, transportation charges, octopi &tolls, labour, freight insurance including

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-3

arranging all erection plant and equipment, etc and all temporary and permanent works
necessary for satisfactory completion of job in all respects.

1.2. SUBSTATION LAYOUT AND SECTIONS DRAWINGS


1.2.1. The preliminary layout plan and/or sectional elevations drawings of the substation
are appended to these specifications for the information and guidance of bidders.
The drawings are purely tentative and for tender purpose only and in no way final
drawing. The contractor shall be required to prepare substation layout and sectional
elevation drawings to meet the requirements of these specifications and get them
approved from Employer. The design of substation steel structures shall be based on
approved layout & section drawings and shall be suitable for specified loadings and
loading combinations.
1.3. SUBLET ORDERS
1.3.1. No sublet orders shall be placed by the Contractor with any manufacturer or supplier
without prior written approval of the Employer and when such approval is given, the
copies of all drawings/specifications referred to in the sublet orders shall be furnished
to the Employer for information.
1.4. CODES AND STANDARDS
1.4.1. All works shall be carried out strictly in accordance with these specifications and
relevant Indian/Nepalese Standardsor equivalent International Standard Codes of
Practices whether mentioned in the specification or not as existing one month prior to
date of submission of price bid.
1.4.2. Except where otherwise specified or implied, the design, manufacturing, fabrication
and galvanization of switchyard steel structures shall conform to the provisions of
IS:802(Part-I/Sec-1)-1992, IS:802(Part-I/Sec-2)-1995 and IS:802(Part-II)-1978.
1.4.3. Unless otherwise stated, the Indian/ Nepalese/ International standards and some
handy codes as given in Table 17.1 below shall be applicable.
Table - 13.1
Indian Standards & Codes
Sl. Standard No. Title
No.
1 IS:800 Code of practice for use of structural Steel in general
building construction.
2 IS:802 (Part-I/Sec- Use of structural steel in Overhead Transmission Line
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 21 - Substation structure Page 21-4

Sl. Standard No. Title


No.
2)-1992 Towers – Code of Practice: Part-1 Material, Loads and
Permissible Stresses
3 IS:802 (Part-II)-1992 Code of Practice for Use of structural Steel in Overhead
Transmission Line Towers: Part-II Fabrication, Galvanizing,
Inspection and Packing
4 IS:808 Specification for Rolled Steel Beams, Channels and Angle
Sections.
5 IS:813 Scheme of symbols for welding
6 IS:814 Covered electrodes for metal arc welding of structural steel
7 IS:815 Classification coding of covered electrodes for metal arc
welding of structural steels
8 IS:816 Code of Practice for use of material arc welding for general
construction in mild steel
9 IS:817 Code of practice for training and testing metal arc welders
10 IS:822 Code of practice for inspection of welds
11 IS:823 Code of practice for manual metal arc welding of mild steel
12 IS:875 Code of practice for structural safety of buildings: loading
standards
13 IS:919 ISO System of Limits and Fits
14 IS:1364 Specification for hexagonal bolts, screws, nuts and lock nuts

15 IS:1367 Technical supply conditions for threaded steel fasteners


16 IS:1573 Specification for electroplated coatings of zinc on iron and
steel
17 IS:1730 Dimensions for steel plate, sheet and strip for structural and
general engineering purposes.
18 IS:1731 Dimensions for steel flats for structural and general
engineering purposes
19 IS:1893 Criterion for earthquake resistant design of structures
20 IS:2016 Specification for plain washers
21 IS:2062 Specification for structural steel fusion welding quality
22 IS:2633 Method of testing uniformity of coating of zinc coated
articles
23 IS:4759 Specification for hot-dip zinc coatings on structural steel and
other allied products
24 IS:6639 Specification for hexagonal bolts for steel structures.
25 IS:7215 Tolerance for fabrication of steel structures

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-5

Sl. Standard No. Title


No.
26 IS:7318 Approved tests for welders when welding procedure
approval is not required
27 IS:2363 Black hexagonal bolts, nuts and lock nuts and hexagonal
screws
28 IS:2629 Recommended practice for hot dip galvanizing of iron and
steel
29 IS:1978 Specification for line pipe
30 IS:3063 Specification for spring washers
31 IS:806 Code of practice for use of steel tubes in general building
construction
32 IS:1161 Specification for steel tubes for structural purposes
33 IS:209 Specification for zinc
35 IS:6610 Specification for heavy washer for steel structures
36 IS:5358 Specification for hot dip galvanized coatings on fasteners
37 IS:6745 Specification for methods of determination of weight of zinc
coating on zinc coated iron and steel articles
38 IS:228 Method of chemical analysis of pig iron, cast iron, plain
carbon & low alloy steel
39 IS:406 Specification for Method of CHEMICAL Analysis for slab
zinc
40 IS:1083 Precision hexagonal bots, screws and nuts (BSW & BHF
threads).
41 IS:1181 Qualifying tests for metal arc welders (engaged in welding
structures other than pipes).
42 IS:1182 Recommended practice for radiographic examination of
fusion welded butt joints in steel plates
43 IS:1363 Specification for block hexagonal bolts, nuts and locks nuts
and block hexagonal screws
44 IS:1477 Code of practice for finishing of ferrous metal in buildings –
painting and allied finishers – Part-I (Operation and
workmanship).
45 IS:1599 Method of bend tests for steel products other than sheet, wire
& tubes
46 IS:1608 Method of tensile testing of steel products other than sheet
strip wire & tube
47 IS:1852 Specification for rolling and cutting tolerance for hot rolled
steel products

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-6

Sl. Standard No. Title


No.
48 IS:2074 Ready mix paint, red oxide zinc chromate primer
49 IS:2551 Danger notice plates
50 IS:2595 Code of practice for radiographic testing
51 IS:3502 Steel for checked plates
52 IS:3613 Acceptance tests for wire flux combination for metal arc
welding for mild steel
53 IS:3658 Code for practice for liquid penetrant flow detection
54 IS:3664 Code of practice for ultrasonic testing by pulse echo method
55 IS:4000 Code of practice for assembly of structural joints using high
tensile friction grip fasteners
56 IS:5334 Code of practice for magnetic practice flow detection of
welds
57 IS:5613 Code of practice for design, installation and maintenance of
overhead power lines
58 IS:5624 Foundation bolts
59 SP:6(4) Use of high strength frication grip bolts (IS Publication)
60 IS:10238 Step bolts for steel structures
61 IS:12427 Transmission tower bolts

1.4.4. The above list of Standards is not exhaustive but indicative only. All other relevant
International/Nepalese Standard not mentioned in the list shall also be applicable.
1.4.5. The equipment/materials meeting the requirement of any other Indian/Nepal standard
or equivalent International standards which ensure a quality equal or better than the
standard mentioned above shall also be acceptable.
1.4.6. Where any equipment/material conforms to any other standard other than mentioned
above is offered by the bidder, then the salient points of difference between the
standards adopted and those prescribed in these specifications shall be clearly
brought out in the bid and a copy of the applicable standards shall also be enclosed
by the bidder with his bid. It shall, however, be subject to the acceptance and the
approval of Employer.
1.5. MATERIALS & WORKMANSHIP
All materials used in the manufacture of the substation steel structures shall be of
tested and best quality conforming to relevant Indian standards and workmanship
shall be of the high order in accordance with best engineering practices.
The materials, for which no Indian/ Nepalese Standards exist, shall be in accordance
with any other International Standard subject to the approval of the Employer.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 21 - Substation structure Page 21-7

1.5.1. Structural Steel Sections and Plates


1.5.1.1. Structural steel of tested quality conforming to IS: 2062-2011 shall be used for the
fabrication of steel structures, base plates, foundation bolts etc. The structural steel
sections and plates shall be hot rolled manufactured either using mild steel of Grade
E250 (Designated Yield Strength 250 MPa) or high tensile strength steel of Grade
E350 (Designated Yield Strength 350 MPa).
1.5.1.2. Structural Steel Sections used for the fabrication of structures shall conform to IS:
808-1989.
1.5.1.3. Structural Steel plates shall also be of Grade E250 (Designated Yield Strength 250
MPa) or Grade E350 (Designated Yield Strength 350 MPa) of tested quality
conforming to IS: 2062-2011.
1.5.1.4. Other equivalent grade of structural steel angle sections and plates conforming to
International Standards can also be used if approved by the Employer. The steel
sections as per any other International standards, if used, shall be of equal or superior
quality with corresponding Indian Standards. However, the use of steel grade having
designated yield strength of more than 350 MPa shall not be permitted.
1.5.1.5. Steel plates of thickness of less than 6.0 mm exclusively used for packing plates or
packing washers produced as per IS: 1079-1994 are acceptable. However, if plates of
thickness of less than 6.0 mm are used as load bearing plates viz. gusset plates, joint
splices etc., the same shall conform to IS:2062 or equivalent International Standard
meeting mechanical strength and metallurgical properties corresponding to steel of
Grade E250 or Grade E350 depending upon the type of grade of steel incorporated
into design. Flats of equivalent grade meeting mechanical strength and metallurgical
properties may also be used in place of plates for packing plates and packing
washers.
1.5.1.6. All steel sections and plates supplied shall be free from all imperfections, mill scales,
slag intrusion, laminations, pitting, rusts etc that may impair their strength, durability
and appearance. All materials shall be of tested quality and the test certificates from
Manufacturer in respect of each consignment shall be submitted by the contractor to
employer in triplicate.
1.5.1.7. Samples of all materials procured by the Contractor and workmanship proposed to
be employed in the execution of the works may be inspected, at any time, by the
employer. In case such samples are found to be of substandard/unacceptable quality,
the Contractor shall immediately discontinue use of such materials and workmanship
and get fresh samples approved by the employer. Nothing shall affect the liberty of
the employer to reject portions of the structures where defective materials and/or
workmanship has already been used before detection.
1.5.2. Bolts, Nuts and Washers
1.5.2.1. The bolt conforming to IS: 12427 and of property class 5.6 as per IS: 1367(Part-III)
and matching nut of property class 5.0 as per IS: 1367(Part-VI) shall be provided.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 21 - Substation structure Page 21-8

1.5.2.2. Flat and tapered washers shall be mild steed conforming to relevant Indian Standard.
1.5.2.3. Spring washers conforming to IS: 3063 shall be provided.
1.5.2.4. Foundation bolts shall be of mild steel of Grade E250 (Designated Yield Strength
250 MPa) conforming to IS: 2062.
1.6. STORAGE OF MATERIAL
1.6.1. All materials shall be stored in such a manner so as to prevent deterioration and to
ensure the preservation of their quality and fitness for the work. Any material which
has deteriorated or has been damaged shall be removed from Contractor’s yard or
site stores immediately.
1.6.2. Steel sections for fabrication of structures shall be stored in separate stacks above
ground, section wise and length wise so that they can be easily inspected at any time.
1.6.3. Bolts, nuts and washers and other fastening materials shall be stored on racks off the
ground with a coating of suitable protective oil. These shall be stored in separate
gunny bags or compartments in accordance to diameter, length and quality.
1.7. GENERAL DESIGN REQUIREMENTS
1.7.1. The Contractor shall furnish the most economical design for substation steel
structures conforming to these specifications, relevant Indian Standards/ equivalent
International Standards and as per best engineering practices.
1.7.2. No welding shall be allowed in case of lattice structures except for connecting the
base plates & stiffeners to the legs of structures.
1.7.3. Except where otherwise specified or implied, the design, manufacturing, fabrication,
galvanizing etc of steel structures shall conform to the provisions of IS:802 (Part-
I/Sec-1)-1992, IS:802 (Part-I/Sec-2)-1995 and IS:802(Part-II)-1978.
1.7.4. Fully galvanized lattice type self-supporting steel structures with bolted connections
shall be provided for the main substation structures comprising gantry towers/
columns, beams, lightening/lighting masts etc.and shall be designed to carry the load
of conductors with the necessary insulators, earth wire, hardwareand all fittings &
fixtures, wind load, earthquake loads, short circuit forces etc. as applicable under
specified loading conditions. The gantry towers/columns and lightening/lighting
masts shall be connected to the foundation through base plate and foundation bolts.
The portion of anchor bolts above concrete level and 300 mm below concrete level
shall be galvanized.
1.7.5. The equipment supporting structures shall be lattice type as per the support
requirement of equipments and fully galvanized and shall be designed to carry the
weight of equipments, conductors, all fittings& fixtures, wind loads, earthquake
load, short circuit forces, operational loads etc. The equipment supporting structures
shall also be connected to the foundation through base plates and foundation bolts.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 21 - Substation structure Page 21-9

The portion of foundation/anchor bolts projecting above concrete level and 300 mm
length below concrete level shall be galvanized.
1.7.6. Grounding of all steel structures shall be done as specified in these specifications.
1.7.7. Lightening masts shall cater to the station lighting purposes also. It shall be provided
with structural steel ladder within its base upto the highest platform. The ladder shall
be provided with safety cage. The platforms shall be provided at heights required for
mounting of lighting fixtures. Size of platforms shall be adequate for mounting a
minimum of four lighting fixtures on each side. Provision shall be made for tilting
the lighting fixtures to suitable angle. The platforms shall also have protection
railing.
1.7.8. While designing gantry towers/columns, beams, lightening/lighting masts, equipment
supporting structures etc., the Contractor shall ensure adequate electrical clearances
as specified in these specifications, relevant Indian Standards/ equivalent
International Standards and statuary rules and regulations of the country, whichever
is more stringent.
1.7.9. All the structures shall be so designed that only the rationalized ISI metric hot rolled
sections of tested quality conforming to IS: 2062 are used in fabrication of substation
steel structures.
1.7.10. The Contractor, while designing substation structures, shall use only such sizes of
steel sections which are easily procurable. If for any reason, the sections approved
are not easily procurable, it is the Contractor’s responsibility to procure the
alternative sizes which are satisfactory from the point of view of design, fabrication,
and galvanization and supply the same at no additional cost to the Employer.
1.7.11. The analysis of structures shall be done with well-established modern computer
software programme like STAAD PRO. The computer software programme to be
employed should have been prepared or approved by a recognized institution. The
contractor shall submit the particulars and name of the computer programme as well
as names of the customers to whom the substation steel structures have been supplied
based on the above computer programme and also the structures test results
providing the efficacy of the programme to the Employer for approval before taking
up the design.
1.7.12. All gantry towers and beams shall be designed as dead end structures i.e. all the
balancing conductors on one side of gantry shall be assumed broken. The Contractor
can rationalize the designs and reduce the varieties if it is economical. All gantry
towers and beams of same designation shall be interchangeable.
1.7.13. The base width of gantry towers and size of beams shall be so chosen so that there is
no hindrance to various electrical clearances.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 21 - Substation structure Page 21-10

1.7.14. Hard copy of all designs along with soft copy of input files of the computer software
used for analysis of various structures (i.e. gantry towers & beams,
lightening/lighting masts, equipment supporting structures etc.) shall be submitted by
the contractor to Employer for approval. The contractor shall also submit manual
calculations, if required by the Employer, for verifying the analysis and design
results of the structures obtained using software. The Employer shall check the
design of structures submitted by the Contractor and if any modifications/changes are
necessitated consequent to the checking, the same shall be incorporated by the
Contractor without any additional cost to the Employer.

1.8. DESIGN LOADS


1.8.1. The substation steel structures shall be designed to withstand the following loads as
applicable to respective structure:
(a) Dead loads, tension in conductors under various climatic conditions, service
loads etc.;
(b) Live Loads;
(c) Wind loads;
(d) Seismic loads;
(e) Short Circuit Forces;
(f) Erection loads;
(g) Operational loads;
(h) All secondary effects due to temperature, shrinkage etc; and
(i) Any other special load during erection or the service period of structures.
1.8.2. All structures shall be designed for the worst combination of dead loads, live loads,
wind loads, Seismic forces, short circuit forces etc. as per relevant Indian Standards /
equivalent International Standards. The loads due to deviation of conductor, load due
to unbalanced tension in conductor, torsional load due to unbalanced vertical and
horizontal forces, erection loads, operational loads including ‘snatch’ in the case of
bundled conductors etc. shall also be considered in the design.
1.8.3. Wind and Seismic Loads shall not be considered acting simultaneouslyon structures
i.e. only one load out of two shall be considered at a time in the design of structures
in combination of other loads.
1.8.4. The gantries and equipment supporting structures shall be designed for the two
conditions i.e. normal condition and abnormal condition. In abnormal condition,

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-11

short circuit forces or earthquake loads whichever is more critical shall be combined
with loads under normal condition. The earthquake loads and wind loads shall not be
considered together i.e. one load shall be considered at a time.In both conditions, the
design of all structures shall be based on the assumption that stringing is done only
on one side i.e. all the three conductors broken on the other side.
1.8.5. Short Circuit Forces:Short circuit forces shall be estimated as specified in IEC 865
or relevant Indian Standard/ equivalent International Standard and shall be subject to
the approval of Employer. Short circuit forces shall be calculated considering a fault
level of 31.5KA for 132kV and 25KA for 33kV or as applicable and directed by the
Employer.
1.8.6. Wind Loads: Wind pressure on steel structures, rigid bus bar tubes, conductors,
ground/shield wires, insulatorstringsand other fittings/hardwareshall be considered as
per IS:802(Part-I/Sec-1)-1995 for specified wind zone.
1.8.7. Earthquake Forces:Earthquake/Seismic Forces shall be estimated as per IS:1893
for specified seismic zone. The appropriate inertia loadings on various structures
shall be assessed depending upon individual responses of the structures and as
stipulated in IS:1893. The vertical seismic co-efficient, where applicable,shall be
taken as half of the horizontal seismic co-efficient. In important structures wherever
there is a possibility of amplification of vertical seismic co-efficient, the stipulations
of IS:1893shall be followed.
1.8.8. Vertical Loads
1.8.8.1. The vertical loads shall comprise the following loads:
(i) Weight of rigid bus bar, conductor, shield wire, jumpersetc;
(ii) Weight of insulators, hardware and other fittings & fixtures;
(iii) Self-weight of structure and respective equipment;
(iv) Weight of underhung connectors where applicable; and
(v) Weight of man with tools at each conductor point or any location of structure
critical for a particular member.
1.8.8.2. The vertical loads due to the weight of bus bars, approach span conductors, shield
wires, insulator strings, equipment if supported on the beam/gantry towers shall be
considered in the design of beams &gantry towers/columns.
1.8.8.3. A provision of a load of 1500 N shall be made for a lineman with tools in the design
of substation structures. The weight of man with tools may also be assumed to act
anywhere on the horizontal members and members with inclination up to 150.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-12

1.8.8.4. The self-weight of the beam shall be considered in the design of beams. In case of
the design of gantry towers, lightening/lighting mast, equipment supporting
structures, the weight of superincumbent portion of the structure shall be considered
in the design.
1.8.9. Conductor/ Wire Tension Loads
1.8.9.1. The maximum working tension for bus bars, conductors and shield wires shall be
considered as specified.
1.8.9.2. The loads due to wire tensions shall be calculated along and transverse to the beam
axis at the points of attachment of conductor/wires. In case of gantry towers and
lightening masts, the wire tensions shall be resolved in the direction of its adjacent
faces.
1.8.9.3. The worst condition of unbalanced conductors and shield wire loads, with all
balancing conductor/wire on the opposite side of the structure shall be assumed to be
broken for the design of structures.
1.8.10. Terminal Gantries
1.8.10.1. Terminal/line take off gantries shall be designed for a minimum conductor tension of
1.0 ton per phase for 132 kV and 0.50 ton for 33 kV or as per requirement whichever
is higher.
1.8.10.2. The distance between terminal gantry and dead end tower shall be taken as 75m for
132kV and 40 m for 33 kV switch yard or as actual whichever is more. The design of
these terminal gantries shall also be checked considering + 300 deviation of
conductor in both vertical and horizontal planes. For other gantries, the structural
layout requirements shall be adopted in the design.
1.8.10.3. The maximum stringing tensions in the approach spans shall be taken as per design
of dead end towers and actual site conditions.
1.8.11. COMBINATION OF LOADS
1.8.11.1. The combination of loads shall be made under the normal and abnormal conditions
for wind blowing either normal to beam (longitudinal direction) or parallel to beam
(transverse direction).In case of equipment supporting structures and stand alone
structures like lighting masts, wind shall be assumed acting normal to two adjacent
faces of structure, one at a time as well as in diagonal direction. Loads shall be
resolved into transverse, longitudinal and vertical directions for the purpose of
design. All balancing conductors/wires shall be considered broken on one side in
Normal Condition as well as in Abnormal Condition.
1.8.11.2. Normal Condition

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-13

(i) Wind loads on bus bars, conductors, shield wires, insulator string, jumpers,
other hardware, equipments, membersof structure etc.
(ii) Winds on approach span conductors and ground wire.
(iii) Unbalanced loads due to conductor/wire tensions considering all the
conductor/wires on one side being broken;
(iv) Deviation loads due to wire tensions;
(v) Dead loads of wires, insulators, hardware fittings, equipment,structural
members, weight of lineman with tools etc.
The above loads shall be resolved in transverse, longitudinal and vertical directions as
under:
(a) Wind Loads: Wind load on gantry towers, Lightening/Lighting Mast, beams,
bus bar, conductors, shielding wire, jumpers, connectors, insulators,
equipment, other hardware etc. with wind blowing either in Transverse or
Longitudinal direction;
(b) Transverse Loads: Component of Mechanical Tension due to conductor and
shielding wire deviation in Transverse direction;
(c) Longitudinal Loads: Component of Mechanical Tension due to conductor
and shielding wire deviation in Longitudinal direction;
(d) Vertical Loads: Load due to weight of conductor, shielding wire, insulator
strings, jumpers, connectors, accessories, self-weight of structure, component
of Mechanical Tension of conductor and shielding wire in vertical direction.
1.8.11.3. Abnormal Conditions
Either of the two conditions viz. short circuit condition or earthquake condition,
whichever is more stringent, shall be considered for the design of substation steel
structures as described below:
(a) Short Circuit Condition:Where short circuit loads are specified, these shall be
considered in addition to the combination of loads as stipulated in Normal
Condition.
(b) Earthquake Condition:Earthquake/Seismic forces as specifiedshall be
considered in addition to the combination of loads as stipulated in Normal
Condition excluding the wind loads.
1.8.11.4. Safety & Maintenance Condition:All bracing and redundant members of the gantry
towers, beams, lightening/lighting masts and equipment supporting structures which
are horizontal or inclined up to 150 from horizontal shall be designed to withstand an
ultimate vertical load of 1500 N considered acting at the center of the member
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 21 - Substation structure Page 21-14

independent of all other loads but including self weight of member. All gantry
towers, beams and masts shall also be designed to withstand an wire peak
independent of all other loads but considering self weight of structure. ultimate
vertical load of 1500 N as a weight of Lineman with tools and an additional load of
3500 N acting at each conductor attachment point of beam and earth
1.8.11.5. The Substation steel structures shall be designed for the most stringent combinations
of loadings as specified above in Normal and Abnormal conditions and checked
under safety & maintenance condition and shall be able to withstand these loads
without exceeding the minimum guaranteed yield stress of material as per
IS:802(Part-1/Sec-1)-1995 without any injury or permanent deflection.
1.8.12. Sag Tension Calculations
1.8.12.1. Sag tension calculations for conductor and shielding/ground wire shall be made for
the following combinations:
(i) Full wind pressure on conductor/ground wire at every day temperature;
(ii) 36 % of full design wind pressure on conductor/ground wire at minimum
temperature;
(iii) Every day temperature and nil wind (Initial condition);
(iv) 850 C temperature for ACSR conductor (950 C temperature in case of AAAC
0r AA conductor) and nil wind; and
(v) Minimum temperature and nil wind.
1.8.12.2. The sag of ground wire shall be maintained within 90% of the conductor sag. The
effect of insulator string on calculation of conductor sag shall also be considered.
1.8.12.3. Initial tension under every day temperature and ‘nil’ wind as applicable for
conductor/ground wire shall be such that maximum sag at maximum temperature is
within permissible limits keeping in view the electrical clearances required from
ground/ equipments / structures. Final sag shall be maintained considering the effect
of insulator string.
1.8.13. Computation of Wind Loads
1.8.13.1. The wind pressure shall be assumed as acting horizontally.
1.8.13.2. Wind Load shall be corresponding to Wind Zone 4 of IS:802 (Part-1/Section-1)-
1995. The relevant design parameters for Wind Zone 4 shall be as under:
(a) Basic wind speed ‘Vb’ = 47 m/s [which is peak gust velocity averaged over a
short time interval of about 3 seconds at mean height of 10 meter above
ground level in an open terrain (Terrain Category 2) and has been worked out
for a return period of 50 years]
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 21 - Substation structure Page 21-15

(b) Reliability Level : 1


(c) Terrain Category: 2
(d) Reference Wind Speed ‘VR’ = Vb/K0[VR is extreme value of wind speed over
an averaging period of 10 minutes duration and K0 is factor to convert 3
seconds peak gust speed into average speed of wind during 10 minutes period
at a level of 10 meters above ground. The value of K0is 1.375.
‘VR’ = 47/1.375 = 34.18 m/s
(e) Design Wind Speed ‘Vd’ = VR x K1 x K2
Where K1 is Risk Coefficient & K2 is Terrain Roughness Coefficient;
K1 = 1.0 (For Reliability Level 1)
K2 = 1.0 (For Terrain Category 2)
Thus Design Wind Speed Vd = 1.0 x 1.0 x 34.18 = 34.18 m/s
(f) Design Wind Pressure Pd = 0.6 x Vd2
=
0.6 x 34.18 x 34.18 = 701 N/m2
1.8.13.3. Gantry towers, beams, Lightening/Lighting Masts and equipment supporting
structures etc.shall be designed for Design Wind Pressure of 701 N/m2.
1.8.13.4. The wind load on structures shall be determined assuming the specified wind
pressure to be acting on the projected area of the members on the windward face in
accordance with IS:802 (Part-I/Sec-1)-1995 considering applicable Drag Coefficient,
Gust Response Factor etc.
1.8.13.5. The wind load on bus bars, approach span conductors and shield wires shall be
determined in accordance with IS:802 (Part-I/Sec-1)-1995 assuming the specified
wind pressure to be acting on full projected area. In case of bundle conductors (more
than one conductor per phase), the wind pressure shall be assumed as acting on full
projected area of each sub-conductor in the bundle.
1.8.13.6. The wind load on insulator string shall be calculated in accordance with IS:802 (Part-
I/Sec-1)-1995 by taking the effective projected area of the cylinder with diameter
equal to that of the insulator skirt and length based on the number of discs and
hardware in the insulator string. The wind load shall be computed corresponding to
wind pressure for bus bars.
1.8.13.7. The wind load on equipment shall be calculated based on the design wind pressure in
accordance with IS: 802(Part-I/Sec-1)-1995 considering projected area of equipment
perpendicular to wind direction.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-16

1.8.13.8. The direction of the wind shall be assumed so as to produce the maximum stress in
any member for the combination of wind loads and other loads. For this condition,
wind shall be assumed acting in two directions at right angles to each other and
critical wind load shall be considered for the design of structures. The diagonal wind
shall also be considered for standalone structures like equipment supporting
structures, lighting masts etc.
1.8.13.9. Substation Steel Structures shall be designed for the maximum tension in conductor
and shielding/ground wire (Normal) corresponding to any of the following conditions
whichever is more critical:
(i) Full design wind pressure and every day temperature;
(ii) 36% of full design wind pressure and minimum temperature.
Provided that the ultimate tension in wires under any of the above conditions does
not exceed 70% of ultimate tensile strength of conductor/ ground wire.
1.8.13.10. Wind Load on Structure:In order to determine the wind load on Gantry Tower,
Beam, Lightening/Lighting Masts, Equipment Supporting Structure,it shall be
divided into different panels having a height/length ‘h’. These panels are normally
taken between the intersections of the legs and bracings. For a lattice structures of
square cross section, the resultant wind load Fwt in Newton, for wind normal to the
panel, on a panel under consideration of height/length ‘h’ applied at the center of
gravity of this panel shall be as under:
Fwt= Pd x Cdt x Ae x Gt
Where
Pd= Design wind pressure in N/m2;
Cdt = Drag coefficient for panel under consideration against which the wind is
blowing. Values of Cdt for the different solidity ratio shall be as per Table-5 of
IS:802(Part-1/Sec-1)-1995.
Ae = Total net surface area of members in the panel under consideration projected
normal to the face in sq m.
Gt = Gust response factor, peculiar to the ground roughness and depends on the height
above ground. Values of Gtshall be as per Table-6 of IS:802(Part-1/Sec-1)-
1995.
1.8.13.11. Wind Load on Conductor, Ground/Shielding Wire and Jumpers etc: The load
due to wind on each conductor and ground/shielding wire, Fwc in Newton applied at
supporting point normal to the conductor/earth wire shall be determined by the
following expression:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-17

Fwc= Pd x Cdc x L x d x Gc
Where:
Pd = Design wind pressure in N/m2;
Cdc = Drag coefficient, taken as 1.0 for conductor and 1.2 for earth wire;
L = Wind span, being sum of half the spans on either side of supporting
Structures, in meters;
d = Diameter of conductor/earth wire, in meters
Gc = Gust response factor, takes into account the turbulence of the wind and
the dynamic response of the conductor. Values of Gcshallas per Table-7
of IS:802 (Part-1/Sec-1)-1995 for the average height of conductor /
ground wire above ground.
The average height of conductor shall be taken up to clamping point of conductor less
two-third sag at minimum temperature and no wind. The average height of the
groundwireshall be taken up to clamping pointless two-third sag at minimum
temperature and ‘nil’ wind.
1.8.13.12. Wind Load on Insulator Strings: Wind load on insulator strings ‘F wi’ shall be
determined on insulator length from the attachment point to the center line of the
conductor in case of suspension insulators string and up to the end of clamp in case
of tension insulators string , in the direction of the wind as follows:
Fwi = CdixPd x Ai x Gi
Where,
Cdi = Drag coefficient of insulators taken as 1.2;
Pd = Design wind pressure in N/ m2;
Ai =Area of insulator string projected horizontally on a vertical plane parallel to the
axis of the string. In the absence of actual value, it may be taken as 50% of the
gross projected area of the cylinder with diameter equal to that of the insulator
skirt; and
Gi = Gust response factor, peculiar to the ground roughness and depends on the
height of insulator attachment point above ground. Values of Gi shall be as per
Table-6 of IS: 802 (Part-1/Sec-1)-1995.
1.8.14. Computation of Wires Tension Loads
1.8.14.1. The maximum tension (Normal) for conductors and shield wiresshall be based on
Sag Tension Calculations as per following conditions whichever is more stringent:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-18

(i) Full design wind pressure on conductor / ground wire at every day temperature;
and
(ii) 36% of full design wind pressure on conductor / ground wire at minimum
temperature.
1.8.14.2. The maximum tension to be considered for the design of structures shall be subject to
the approval of the Employer.
1.8.14.3. The loads due to wire tensions shall be resolved along three perpendicular directions
to the beams and gantry towers and considered accordingly in the design.
1.8.14.4. The worst condition of unbalanced conductors and shielding wire loads, with all
balancing conductor/wire on the opposite side of the structure assumed broken shall
be considered for the design of structures.
1.8.15. Strength Factors Related to Quality
1.8.15.1. The design of substation steel structures shall be carried out in accordance with the
provisions covered in IS:802(Part-1/Sec-2)-1992. However, to account for the
reduction in strength due to dimensional tolerances of the structural sections, the
following strength factors shall be considered depending upon the yield strength of
steel:
(i) If steel with minimum guaranteed yield strength is used for fabrication of
substation structures, the estimated loads shall be increased by a factor of 1.02 to
account for dimensional tolerances.
(ii) If steel of minimum guaranteed yield strength is not used for fabrication of
substation structures, the estimated loads shall be increased by a factor of 1.05, in
addition to that mentioned in (i) above.

1.9. DESIGN OF STRUCTURES


1.9.1. The design of lattice type of steel structures for gantries, masts and equipment
supporting structures shall be carried out in accordance with procedure and
guidelines specified in IS:802(Part-1/Sec-1)-1995, IS:802(Part-1/Sec-2)-1992 and
IS:802(Part-II)-1978 and as given herein under or as per relevant international
standard. Indian Standard IS:800 shall be referred to and used for any aspect of
design not covered in IS:802. All structures shall be designed for normal condition
and under short circuit condition as well as for earthquake loads considering all the
three wires on one side being broken. The sequence of applying tension during
stringing shall also be taken care of in the design of structures and specified by the
contractor on the drawings.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-19

1.9.2. The structural design of pipe type equipment supporting structures shall be carried
out in accordance with IS: 806 ‘Code of Practice for Steel Tubes in General Building
Construction’.
1.9.3. Minimum Thickness of Members
1.9.3.1. The minimum thickness of angle section used in the design of substation steel
structures, unless otherwise specified elsewhere in this specification, shall be kept
not less than the following values:
(a) Main leg members of gantry towers, Beams, lightening/lighting masts, and
equipment supporting structures : 5 mm
(b) For all other members : 4 mm
(c) The thickness for gusset plate shall not be less than 6.0 mm. Where a gusset
plate is required to transmit stress, it shall not be less than thickness of the
thickest bracing member connected plus 2.0 mm.
1.9.4. Allowable Stress
1.9.4.1. Axial Stress in Tension
The estimated tensile stress on the net effective sectional area in various members
shall not exceed 250 N/mm2 for mild steel sections or the specified yield stress of
steel for high tensile steel sections (if proposed to be used in the fabrication of
substation steel structures and agreed to by Employer)as per IS: 2062-2011 or any
other equivalent to International Standards.
1.9.4.2. Axial Stress in Compression
(A) The estimated compressive stress in various members shall not exceed the
value given by the formulae in clause 5.2 of IS: 802 (Part-I/Sec-2). As per said
formula, the allowable unit stress Fa, in Mpa on the gross cross sectional area
of theaxially loaded compression members shall be calculated as under:

(a) = 1−1 2 ×

Where ≤
and,
×
(b) =

When ˃
Where,

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-20

Cc = π×√

= minimum guaranteed yield stress of the material, Mpa


E = modulus of elasticity of steel that is 2x105Mpa,

= largest effective slenderness ratio of any unbraced segment of the member,


L = un-braced length of the compression member in cm, and
r = appropriate radius of gyration in cm.

(B) The formulae given in (A) above are applicable provided the largest width
thickness ratio ‘b/t’ is not more than the limiting value given by:

( )Lim = (210 )

Where
b = distance from edge of fillet to the extreme fibre in mm, and
t = thickness of flange in mm.

(C) Where the width to thickness ratio exceeds the limit given in (B),the formulae
given in (A)shall be used substituting for Fy the value Fcr given by:
. × ×
a) = 1.677 —

When ≤ ≤ 378/

And,

b) = 65550/( )

When > 378/


Note:-The maximum permissible value of b/t for any type of steel section shall not
exceed 25.
1.9.5. Redundant Members
1.9.5.1. The redundant members shall be checked individually for 2.5 percent of axialload
carried by the member to whom it supports.
1.9.6. Stresses in Bolts

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-21

1.9.6.1. The estimated stresses in bolts shall not exceed the values given in IS:802 (Part-1/
Sec-2) which is reproducedin Table – 13.2 below.
TABLE – 13.2
ULTIMATE STRESSES IN BOLTS in MPa
Nature of stress Permissible Stress For Remarks
Bolts of Property Class 5.6
Shear Stress on Gross 310 For bolts in double shear, the area
Area of bolts to be assumed shall be twice the
area defined.For gross area of
bolts, refer item (a) below.
Bearing Stress on Gross 620 For the bolt area in bearing, see
Diameter of Bolts item (b) below
Axial Tensile Stress 250

1.9.6.2. Gross area and Bearing area of bolts shall be considered as under:
(a) Gross area of Bolt: For the purpose of calculating the shear stress, the gross area
of bolts shall be taken as the nominal area of the bolt.
(b) Bearing Area of Bolt:-It shall be taken as ‘dxt’ where ‘d’ is the nominal diameter
of the bolt and ‘t’ is the thickness of the thinner of the parts jointed.
(c) Where the material of bolt and the structural members are of different grades, the
bearing strength of the joint shall be governed by the lower of two.
1.9.7. Slenderness Ratio
1.9.7.1. Slenderness ratios of compression and redundant members shall be computed in
accordance with clause 6 of IS:802 (Part-1/sec-2) as reproduced in Table – 13.3
below:
Table – 13.3
Permissible Slenderness Ratio
Sl. No. Type of Members Value of KL/r
1. Compression Members
(i) Leg sections or joint members bolted in both faces at L/r
connections for ) 0 < L/r ≤120
(ii) Members with concentric loading at both ends of the L/r
unsupported panel for 0 < L/r ≤120
(iii) Member with concentric loading at one end and normal 30+0.75 L/r
framing eccentricity at the other end of the unsupported

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-22

panel for 0 < L/r ≤ 120


(iv) Member with normal framing eccentricities at both ends 60+0.50 L/r
of the un-supported panel for 0 < L/r ≤ 120
(v) Member unrestrained against rotation at both ends of the L/r
unsupported panel for 120 ≤ L/r ≤ 200
(vi) Member partially restrained against rotation at one end of the 28.6+0.762 L/r
unsupported panel for 120 < L/r <225
(vii) Member partially restrained against rotation at both ends of 46.2+0.615 L/r
the unsupported panel for 120 < L/r < 250
2. Redundant Members
(i) For 0< L/r < 250 L/r

1.9.7.2. For the values of ‘KL/r’ corresponding to 1(vi) and 1(vii) in above table, the
following procedure of evaluation shall be adopted:
(a) The restrained member must be connected to the restraining member with at
least two bolts.
(b) The restraining member must have a stiffness factor ‘I/L’ in the stress plane
(I=Moment of inertia and L=Length) that equals or exceeds the sum of the
stiffness factors in the stress plane of the restrained members that are connected
to it.
(c) Angle members connected by one leg should have the holes located as close to
the outstanding leg as feasible. Normal framing eccentricities at load transfer
connection imply that connection holes are located between the heel of the
angle and the center line of the framing leg.
1.9.7.3. In calculating the slenderness ratio of the members, the Length ‘L’ shall be the
distance between the intersections of the center of gravity lines at each end of the
member.
1.9.7.4. The following maximum limit of the effective slenderness ratio i.e. the ratio of
unsupported length of the section in any plane to the appropriate radius of gyration
shall not exceed value specified herein under:-
(a) For main leg members of gantry towers, beams, lightening/lighting masts, and
equipment supporting structures in compression : 120
(b) For the members having computed stresses : 200
(c) For redundant members : 250
(d) For members having axial tensile stress only : 400
1.9.8. Erection Stresses
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 21 - Substation structure Page 21-23

1.9.8.1. Where erection stresses combined with other possible co-existent stresses could
produce a working stress in any member above the permissible stress, such
additional strengthening of the member shall be affected or such other provision
made as is necessary to bring the stress within the permissible limit.

1.10. FASTENERS: BOLTS, NUTS AND WASHERS


1.10.1. All substation steel structure members shall have bolted connections. All bolts and
nuts shall conform to IS: 12427. Bolts shall have hexagonal head, the heads being
forged out of the solid, truly concentric, and square with the shank, which must be
perfectly straight. All bolts and nuts shall be galvanized as per IS: 367 (Part-13)/IS:
2629.
1.10.2. The bolt shall be of 16 mm in diameter of property class 5.6 as specified in IS:
1367(Part-III) and matching nut of property class 5.0 as specified in IS: 1367 (Part-
VI).
1.10.3. Bolts up to 16 mm diameter and having length up to 10 times the diameter of the bolt
shall be manufactured by cold forging and thread rolling process to obtain good and
reliable mechanical properties and effective dimensional control.
1.10.4. The shear strength of bolts for property class 5.6 shall be not less than 310 MPa as
specified in IS :12427. Bolts shall be provided with washer face in accordance with
IS: 1363 (Part-I) to ensure proper bearing.
1.10.5. Nuts for hexagonal bolts shall be double chamfered as specified in IS: 1363 (Part-
III). It shall be ensured by the manufacturer that nuts shall not be over tapped beyond
0.40 mm oversize on effective diameter for size up to 16 mm. Nuts for anti-theft
bolts shall be round tapered with hexagonal shear nuts. The hexagonal portion of
shear nuts shall break away at specified torque recommended by the supplier to
ensure proper tightening of members so that fasteners are not opened subsequently
with tools. The tightening torque and shearing of anti-theft nuts shall be verified
during proto-assembly.
1.10.6. Fully threaded bolts shall not be used. The length of bolts shall be such that the
threaded portion shall not extend into the place of contact of the members.
1.10.7. All bolts shall be threaded to take the full depth of the nuts and threaded for enough
to permit firm gripping of the members, but not further. It shall be ensured that the
threaded portion of each bolt protrudes not less than 3.0 mm and not more than 8.0
mm when fully tightened. All nuts shall fit tight to the point where the shank of the
bolt connects to the head.
1.10.8. Flat and tapered washers shall be provided wherever necessary.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-24

1.10.9. Spring washers shall be provided for insertion under all nuts. These washers shall be
electro-galvanized, positive lock type and 3.5mm in thickness for 16mm diameter
bolts.
1.10.10. To avoid bending stress in bolts or to reduce it to minimum, no bolt shall connect
aggregate thickness of members more than three times its diameter.
1.10.11. The bolt positions in assembled structures shall be as per approved structural
drawings. Bolts at the joints shall be so staggered that nuts shall be tightened with
spanners without fouling.
1.10.12. To ensure effective quality control during manufacturing process, the manufacturer
shall have in house testing facility for all tests like weight of zinc coating, shear
strength and other tests etc. The manufacturer should also have proper Quality
Assurance System which should be in line with the requirement of this specification
and IS: 14000 series Quality System Standard.
1.10.13. The bolt positions in assembled structures shall be as per IS: 5613(Part-3/Section-2)-
1989.
1.11. DESIGNS & DRAWINGS
1.11.1. After the award of contract, the contractor shall submit to the Employer, for his
approval, the detailed design calculations, drawings for each type of gantry tower,
beams, lightening/lighting masts and equipment supporting structures etc. The design
of structures shall be accompanied with the following drawings:
(a) Loading diagrams of structures; and
(b) Single line diagram of structures.
1.11.2. The contractor shall submit the following designs and also all necessary drawings as
may be required for approval of Employer:
(a) Design of gantry towers, beams, lighting/lightening masts, equipment
supporting structures etc.
(b) Design drawings of structures with the size of the various members and
location of joints etc.
(c) Detailed fabrication drawings indicating the erection mark assigned to various
sections, size of the members, details of joints, details of stringing points etc.
The details of joints, stringing points etc.shall be furnished separately in the
drawing on a larger scale.
(d) Four set of hard copies and soft copies of all the approved design
calculations, drawings and bill of materials.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-25

(e) Results of any test as & when conducted and as required by the employer and
report thereof.
(f) Any other design or drawing or document as desired by Employer.

1.12. FABRICATION
Except where here-in-after modified, the details of fabrication shall, in general,
conform to IS: 802(Part-II), other relevant Indian Standards or equivalent
International Standards.
1.12.1. General Requirements
1.12.1.1. Members of the structures shall be fabricated as per the approved fabrication
drawings in accordance with the best engineering practice and shall conform to the
provisions of relevant Indian Standard/ or equivalent International Standard.
1.12.1.2. Structures shall be of bolted construction unless otherwise stated.Welding at any
point shall not be permitted except for connection of base plates& stiffeners with leg
member of structure.
1.12.1.3. No individual members shall be longer than 6000 mm.
1.12.1.4. The fabrication wastages, if any, shall not be paid for separately and deemed to be
included in quoting rates. Employer shall not accept any liability in connection with
wastage of steel during fabrication or otherwise.
1.12.1.5. Substitution, if any, of steel sections of the structures by higher sizes, due to non-
availability or on account of any other reasons, shall be to the Contractor’s account
without any liability to Employer.
1.12.1.6. All structural members, bolts, nuts and fittings shall be hot dip galvanized. Spring
Washers shall be Electro galvanized.
1.12.1.7. Normally bolted butt joint shall be used to connect the parts of structures. The
thickness of inside angle cleat shall not be less than that of the heavier member
connected.The lap splices may be used for connecting members of unequal thickness
and the inside angle of lap splices shall be rounded at the heel to fit the fillet of the
outside angle. All splices shall develop full stress in the members connected through
bolts.
1.12.1.8. Joints shall be so designed so as to avoid eccentricity, as far as possible. However
where the connections are such that the elimination of the guest plates and spacer
plates are not possible, the gusset/spacer plates may be used in conformity with
modern engineering practice.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-26

1.12.1.9. Members of the structures shall be accurately fabricated, so that the same can be
assembled at site without any strain on members of structure or in bolts.
1.12.1.10. The Contractor during fabrication of structure members shall ensure that mild steel
and high tensile steel sections don’t get mixed up and as such identification mark
shall be embossed on each and every H.T. Steel section at the time of shearing of
members. The bidder in his bid shall clearly bring out the means proposed to be
adopted to identify the mild steel and high tensile steel sections during fabrication.
1.12.1.11. All members of the structures shall be cut to correct lengths and fabricated in
accordance with the shop drawings approved by the Employer. Welding of two or
more pieces to obtain the specified length of member shall not be allowed. Members
shall be straight to the permissible tolerances or better when required to ensure
proper fit before being laid off or worked and after galvanizing.
1.12.1.12. The use of fillers in the connections shall be avoided as far as possible. The diagonal
web members in tension may be connected entirely to the gusset plate where
necessary to avoid the use of fillers. Each diagonal shall be in one piece without
splices or centre gusset and it shall be connected at the point of intersection by one
or more bolts.
1.12.1.13. No angle member shall have its two leg flanges brought together by closing the
angle.
1.12.1.14. All parts of the structures shall be accessible for inspection and cleaning. Drain holes
shall be provided at all points where pockets or depressions are likely to hold water.
1.12.1.15. All similar parts of structures shall be made strictly interchangeable. No rough edges
shall be permitted anywhere throughout the work.
1.12.1.16. Structural members shall be so fabricated as to be bolted together easily at site.
Preference shall be given to the design with least number of parts and the one which
offers best facilities for transport, erection and maintenance. In designing the
structures for minimum number of parts, the Contractor shall not however employ
parts of such dimensions as will prove difficult to handle. The length of the longest
piece shall not exceed 6 meters.
1.12.1.17. Workmanship and finish shall correspond to the modern engineering practice. All
steel sections before any work is done on them, shall be carefully leveled,
straightened and made true by a method which shall not injure the material so that,
when assembled, the adjacent surfaces are in close contact.

1.12.2. Straightening

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-27

1.12.2.1. All steel sections, before any cutting is done, shall be carefully straightened and
made true by pressure. Hammering shall not be permitted for straightening or
flattening of members. All sheared edges shall be free from burrs and no rough
edges from shears shall be left. Straightening shall be so done that it does not injure
the material. Sharp bends shall be a cause for rejection.
1.12.3. Cutting
1.12.3.1. Cutting may be affected by shearing, cropping, sawing or by gas cutting by
mechanically controlled torch. Gas cutting by hand shall only be used when
specifically authorized in writing by the Employer. Shearing, cropping and gas
cutting shall be clean, square and free from distortions and burns, and should the
Employer find it necessary, the edges shall be ground afterwards by the Contractor
without any additional cost. The cut surfaces shall be clean, smooth, reasonably
square and free from any distortion. The cut edges of all plates shall be perfectly
straight and uniform throughout.
1.12.4. Bending
1.12.4.1. Mild steel angle sections of size upto 75x75mm (thickness up to and including 6.0
mm) shall be bent cold up to and including bend angles of 10 0. Mild steel angle
sections of size above 75x75mm (thickness upto and including 6.0 mm) and upto
and including 100x100mm (thickness upto 8.0 mm) may also be bent cold upto bend
angles of 50. All other angle sections and bend angles not covered above shall be
bent hot.
1.12.4.2. All plates upto 12.0 mm thickness shall be bent cold upto a maximum bend angle of
150. Hot bending shall be employed for greater bend angles and thicker plates. Bends
on all high tensile steel sections shall be done hot.
1.12.4.3. The bends shall be of even profile and free from any surface damages. All hot bent
material shall be air-cooled.

1.12.5. Holing
1.12.5.1. Holes for bolts in the members shall either be punched or drilled to jig but drilled
holes are preferred. Holes shall not be formed by flame cutting process. All burrs left
by punching or drilling shall be completely removed.
1.12.5.2. Members shall be straightened again after being punched and drilled.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-28

1.12.5.3. Punching may be adopted for mild steel sections with thickness upto 16.0 mm. For
thicker sections, drilling shall be done.
1.12.5.4. The holes near the bend line of a bent member on both sides of bend line shall be
punched/drilled after bending and relative positions of those holes shall be
maintained with the use of proper templates/jigs and fixtures.
1.12.5.5. The limit of punching for high tensile Steel sections shall be indicated by the
contractor and shall be in accordance with relevant Indian Standard/ equivalent
International Standard.
1.12.5.6. Punched/drilled holes shall be at right angle to the surface and walls of holes shall be
parallel. Holes shall be perfectly circular unless specified otherwise in the approved
drawings.
1.12.6. Spacing of Bolts and Edge Distance
1.12.6.1. The minimum spacing of bolts and edge distances shall be as given Table – 13.4
below:

Table – 13.4
Spacing of Bolts and Edge Distance
Bolt Hole Minimum Minimum Edge Distance of Hole
Diameter Diameter Bolt Spacing Distance of Hole centre to
(mm) (mm) (mm) Centre to Rolled sheared or flame
or Sawn cut edge cut Edge
(mm) (mm)
16 17.5 40 20 23
20 21.5 48 25 28
24 25.5 60 33 38

1.12.7. Locking Devices


1.12.7.1. Electro-galvanized spring washers of type ‘B’ of thickness indicated in the Table –
13.5 below corresponding to respective bolt diameter shall be provided for insertion
under all nuts.
Table – 13.5
Diameter of Bolt and Thickness of Spring Washer
F Diameter Thickness of spring washer
(mm) (mm)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-29

16 3.5
20 4.0
24 4.5

1.12.8. Welding
1.12.8.1. The welding shall be done as per approved fabrication drawings which shall clearly
indicate various details of joints to be welded, type of weld, length & size of weld,
weather shop weld or site weld etc. Symbols for welding on erection and shop
drawings shall be according to IS: 813. Welding shall be done before galvanizing.No
welding after galvanizing shall be allowed.
1.12.8.2. Welding of structural steel shall be done by an electric arc process. The procedure to
be followed, materials, plant and equipment to be used and testing and inspection
procedures to be applied shall be to the satisfaction of the Employer/PMC and shall,
in general, conform to relevant Indian standards viz. IS: 816, IS: 823, IS: 814 and
Indian Standards Hand Book for metal arc welding.
1.12.8.3. All the welders to be employed for the job shall have to qualify the appropriate tests
laid down in IS: 1811 and IS: 817.
1.12.8.4. 100 per cent welds shall be inspected visually for external defects. Dimensions of
welds shall be checked. The length and size of weld shall be as per approved
fabrication drawings. It may be slightly over sized but shall not be under sized. The
profile of weld is affected by the position of the joint but it shall be uniform. In case
of butt and corner welds, the profile shall be convex and in case of submerged arc
fillet weld, it shall be slightly concave.
1.12.8.5. The welds shall have regular height and width of heads. The height and spacing of
ripples shall be uniform. The joints in the weld run where welding has been
recommended shall as far as possible be smooth and should not show any humps or
creaters in the weld surface. Welds shall be free from unfilled creaters on the
surface, under cuts, slag on the surface and visible cracks. After such inspection,
further radiographic/ultrasonic examination shall be undertaken if found necessary
and directed by the Employer. In case of any defect, the work shall be dismantled
and redone duly replacing the defective materials including basic members. Weld
gauges shall be used to measure the size of the welds.
1.12.9. Step Bolts & Ladders
1.12.9.1. Each gantry tower, lightening/lighting mast and equipment supporting structure shall
be provided with step bolts of not less than 16.0 mm diameter and 175 mm long,
spaced not more than 450 mm apart and extending from about 0.5 meter above the
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 21 - Substation structure Page 21-30

ground level to the top of the structure at two diagonally opposite legs. These shall
be provided as per IS: 5613 (Part-2/Sec-1)-1985
1.12.9.2. Each step bolts shall be provided with two nuts on one end to fasten the bolt securely
to the structure and button head at the other end to prevent the feet from slipping
away. The step bolts shall be capable of withstanding a vertical load not less than
1500 N.
1.12.10. ERECTION MARK
1.12.10.1. Each member of the structure shall have a unique erectionmark conforming to
component number given to it in the fabrication drawings. This mark shall be
punched with marking dies of 16 mm size before galvanizing and shall be legible
after galvanizing.
1.12.10.2. Erection Mark shall be in format A-BB-CC-DDD where:
A = Employer’s Code assigned by the Contractor – Alphabet;
BB = Contractor’s Mark – Numerical;
CC = Structure Type – Alphabet; and
DDD = Member Number assigned by the Contractor – Numerical
1.12.10.3. The proposal of Erection Mark shall be prepared by the Contractor and got approved
from Employer before starting any fabrication work.

1.12.11. Fabrication Tolerances


1.12.11.1. The fabrication tolerances in general shall conform to IS: 7215-1974 unless
otherwise specified here-in-under.
1.12.11.2. Tolerance on the overall length of a member shall be within + 1.6 mm.
1.12.11.3. No bolt hole shall be more than 1.5 mm larger than the corresponding bolt diameter.
The threaded portion of each bolt shall project out through the nut at least one
thread.
1.12.11.4. The maximum allowable difference in diameter of the holes on the two sides of the
angle or plate shall be +0.8mm i.e. the allowable taper in a punched hole shall not
exceed 0.8 mm on diameter.
1.12.11.5. Tolerance cumulative and between consecutive holes shall be within +1.6 mm.
1.12.11.6. Tolerance on gauge distance shall be within + 0.5 mm so that structure could be
assembled at site without any undue strain on structure members or in bolts.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-31

1.12.11.7. The gap between the ends of two connected members in a butt splice shall not be
more than 6.0 mm and less than 4.0 mm.
1.12.12. Proto Types
1.12.12.1. The Contractor, after the approval of designs & fabrication drawings, offer the proto
type of the each structure for Employer’s inspection at his works or works of
manufacturer.
1.12.12.2. Before proceeding with the bulk fabrication of any of structure i.e. gantry towers,
beams, lightening/lighting masts and equipment supporting structures etc., the
Contractor shall fabricate and assemble in his works for inspection by the Employer
or his authorized representative, one structure of each type as finally approved by the
Employer for checking the fabrication accuracy and workmanship. The check
assembly shall be in a horizontal position. Proto assembly made on ground in
horizontal position shall be adequately supported to prevent distortion and
overstressing of members to ensure proper fit and shall be accomplished without
extraordinary effort to align bolt holes or to force pieces into position. For the check
assembly, bolts and nuts shall be not more than finger tight.
1.12.12.3. Any changes pointed out by Employer’s representative during inspection shall be
incorporated by the contractor.
1.13. GALVANIZING
1.13.1. All members of structures shall be fully galvanized. Galvanizing of the member of
the structures shall conform to IS: 2629-1966 and IS: 4759-1968. All galvanized
members shall withstand tests as per IS: 2633-1972.
1.13.2. For fasteners, the galvanizing shall conform to IS: 5358-1969.
1.13.3. The Galvanizing shall be done after all fabrication work is completed except that the
nuts may be tapped or re-run after galvanizing. Threads of bolts and nuts shall have a
neat fit and shall be such that they can be turned with finger throughout the length of
the threads of bolts and they shall be capable of developing full strength of the bolts.
1.13.4. Spring washers shall be electro-galvanized as per Grade 4 of IS: 1573-1970.
1.13.5. Pickling shall be carried out by immersing the steel members in an acid bath
containing either sulfuric or hydrochloric acid at a suitable concentration and
temperature. The concentration of the acid and temperature of the bath can be varied,
provided, the pickling time is adjusted accordingly. The pickling process shall be
completed by thoroughly rinsing with water, which should preferably be warm, so as
to remove the residual acid.
1.13.6. Galvanizing shall be carried out by hot dip process in a proper and uniformly heated
bath. It shall meet all the requirements, when tested in accordance with IS: 2633 –
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 21 - Substation structure Page 21-32

‘Methods of Testing Weight, Thickness and Uniformity of Coating on Hot Dipped


Galvanized Articles’. The zinc coating shall be uniform, clean and of a standard
thickness on the entire surface of the material galvanized.
1.13.7. Galvanizing of each member shall be carried out in one complete immersion. Double
dipping shall not be permitted. When the steel member is removed from the
galvanizing kettle, excess spelter shall be removed by ‘bumping’. The process
known as ‘wiping’ or ‘scrapping’ shall not be used for this purpose.
1.13.8. All bolts, nuts, locknuts, washers etc shall also be hot dip galvanized. Excess spelter
from bolts, nuts etc. shall be removed by centrifugal spinning of bolts or nuts.
Threading after galvanizing, shall not be permitted. Nuts, however, may be tapped,
but not to cause appreciable racking of the nut on the bolts.
1.13.9. The surface preparation for galvanizing and the process of galvanizing itself, shall
not adversely affect the mechanical properties of the materials to be galvanized.
1.13.10. Materials on which galvanizing has been damaged shall be acid stripped and re-
galvanized unless otherwise directed, but if any member becomes damaged after
having under gone re-galvanization once, the same shall be rejected.
1.13.11. Special care shall be taken not to injure the galvanized surfaces during transport,
handling and erection. Damages, if any, shall be made good in accordance with the
provisions of this specification or as directed by the Employer.
1.13.12. All steel structures and accessories after galvanizing shall be treated by dipping them
in Sodium Dichromate solution or treated with approved inhibitor (the details of
which shall be given by the contractor before starting the galvanizing) for protection
against white rust formation during transportation.
1.13.13. Employer’s approval shall be obtained if galvanizing is done outside the Contractor’s
fabrication plant.
1.13.14. Adverse Atmospheric Conditions: Low temperature coupled with high humidity
(RH approaching 80%) causes fast rusting to steel parts. The Contractor, therefore,
shall be required to give special attention to galvanizing for ensuring that it is of
superior quality and not less than specified. Items not properly galvanized or getting
rusted shall be rejected at the cost and risk of Contractor.
1.13.15. The acceptable values of the coating of zinc on the steel members, bolts, nuts and
washers shall be not less than specified in Table – 13.6 below:
TABLE - 13.6
Sl. No. Item Zinc Coating
1. Structural steel members except Over 610 gm/m2
bolts, nuts and washers
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 21 - Substation structure Page 21-33

2. Bolts, nuts and washers Over 450 gm/m2

1.13.16. Members embedded in concrete shall be galvanized from the top to a point at least
300 mm below the proposed elevation of the concrete foundation. Utmost care shall
be taken in not galvanizing the portion to be embedded in concrete below this
stipulated level.
1.13.17. The Contractor shall furnish sufficient quantity of zinc paint of approved quality, free
of cost, for repairing damages of minor nature in galvanized surfaces in transit or
during handling.

1.14 QUALITY ASSURANCE PLAN AND QUALITY CONTROL


1.14.1 A Quality Assurance Plan including customer’s hold points covering the design,
fabrication and manufacturing of the material and galvanizing activities shall be
submitted by the contractor to Employer immediately after award of work. The
Quality Assurance Plan shall be examined by the Employer and if found to be
acceptable, the same shall be approved by the Employer subject to compliance to
observations, if any. The Contractor shall follow the approved Quality Assurance
plan in true spirit. If desired by the Employer, the contractor shall give access to all
the documents and materials to satisfy the Employer that the Quality Assurance Plan
is being strictly followed.
1.14.2 The Contractor shall establish and maintain quality control procedures for different
items of work and materials to the extent deems necessary to ensure that all works
are performed in accordance with this specification. In addition to the Contractor’s
quality control procedure, the materials and workmanship shall be subject to
inspection by the employer or his authorized representative.
1.14.3 The quality control procedure shall cover but not be limited to the following items of
work:
(i) Steel: Manufacturer’s Test Certificates and Test Reports of representative
samples of materials.
(ii) Bolts, Nuts & Washers: Manufacturer’s certificates, dimensional check for
bolts, nuts & washers.
(iii) Galvanizing: Tests for weight, thickness and uniformity of zinc coating in
accordance with IS:2633.
(iv) Paints: Manufacturer’s test certificates, test physical inspection reports.

1.15 QUANTITIES
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 21 - Substation structure Page 21-34

1.15.1 The quantities of substation structures including all hardware and accessories have
been specified as a LOT in Price Schedule. Bidders shall ensure that they quote for
full scope of work.
1.16 BILL OF MATERIALS
1.16.1 Based on the approved designs & fabrication drawings and after successful assembly
of proto type, the bill of materials shall be submitted separately for each type of
structure to the Employer for approval.
1.16.2 The bill of materials shall contain the erection mark of each member, dimensions,
weight and total weight. Weight of bolts, nuts & washers shall be indicated
separately. Total weight of the structure shall be indicated in the last page of bill of
materials.
1.16.3 At no stage, mass manufacture of structures shall be taken up without the clear
approval of prototype structure and bill of materials.
1.17 INSPECTION, TESTING & ACCEPTANCE CRITERIA
1.17.1 Employer/PMC or his representative shall have free access to manufacturer’s works
to satisfy that the fabrication is being done in accordance with the provisions of this
specification.
1.17.2 Unless otherwise specified, the inspection shall be conducted on the materials prior
to dispatch.
1.17.3 The tests as specified in this specification and/or in the relevant Indian Standard shall
be conducted on the material before dispatch.
1.17.4 The Contractor shall provide all materials, stores, labor, tools and plant, apparatus
and instruments, electricity, fuel, water, transport, accommodation etc. as may be
required by the Employer to carry out inspection and/or tests in accordance with this
specification.
1.17.5 The Contractor shall guarantee compliance with the provisions of this specification
and he shall carry out sampling and necessary tests in accordance with the relevant
Indian Standards and as supplemented herein at his own cost, unless otherwise
specified in the contract. The Contractor shall get the specimens tested in a
laboratory approved by the employer and submit to the employer three copies of the
test results within five days after completion of the test.
1.17.6 Only tested quality steel conforming to IS:2062 having mill test reports shall be used
in fabrication of structures.
1.17.7 All bolts, nuts and washers shall be procured from reputed manufacturers and shall
conform to the relevant Indian Standards.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-35

1.17.8 The weight, thickness and uniformity of zinc coating on hot dipped galvanized
members shall be tested in accordance with IS: 2633 for ensuring the compliance
with the requirements specified in specification.
1.17.9 The finished surfaces of steel structures shall be visually examined for defects like
discolored patches, bare spots, unevenness of coating, spelter which is loosely
attached to the steel, globules, spiky deposits, blistered surface, flaking or peeling off
etc. There shall be no flaking or loosening when struck squarely with a chisel faced
hammer. The presence of any of these defects noticed on visual microscopic
inspection shall render the material liable to rejection.
1.17.10 Defects in galvanizing in certain members indicating presence of impurities in the
galvanizing bath in quantities larger than that permitted by the specifications, or lack
of quality control in any manner in the galvanizing plant shall render the entire
production in the relevant shift liable to rejection.
1.17.11 The galvanized steel member shall withstand minimum four, one minute dips in
copper sulfate solution as per IS: 2633.
1.17.12 Should any structure or part of a structure be found not to comply with any of the
provisions of this specification, the same shall be liable for rejection. No structure or
part of the structure, once rejected, shall be offered again, except in cases where the
employer considers the defects rectifiable. The employer may, at his discretion,
check the test results obtained at the Contractor’s works by independent tests at an
approved laboratory and should the items, so tested, be found to be unsatisfactory,
the same shall be rejected. The cost of tests shall be borne by the Contractor.
1.17.13 To ascertain the quality of the steel used, the Employer reserves the right to get the
material tested at an approved laboratory.
1.17.14 When all tests to be performed in the Contractor’s shop under the terms of this
contract have been successfully carried out, the steel work shall be accepted
forthwith and the employer shall issue an acceptance certificate, upon receipt of
which, the items shall be dispatched. No item shall be delivered unless an acceptance
certificate for the same has been issued. The satisfactory completion of prescribed
tests or the issue of the dispatch certificates shall not bind the employer to accept the
work, should it, on further tests before or after erection be found not in compliance
with the specification.
1.18 PACKING
1.18.1 The material shall be boxed or bundled for transport in the following manner:-
1.18.1.1 Angles shall be packed in bundles securely wrapped four times around at each end
and in the middle and at every meter with No.9 gauge galvanized steel wire with

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 21 - Substation structure Page 21-36

ends twisted tightly. Gross weight of any bundle shall not exceed approximately 450
kg.
1.18.1.2 Cleat angles, brackets, fillet plates and similar small loose pieces shall be nested and
bolted together in multiples and securely wired together through holes, wrapped
round at least four times with No.9 gauge galvanized steel wire and ends twisted
tightly. Gross weight of each bundle shall not exceed approximately 70kg.
1.18.1.3 The correct quantity of bolts, nuts and washers plus 2.50 percent extra for each type
of gantry tower, beam, lighting/lightening mast, equipment supporting structure etc.
shall be packed in gunny bags, accurately & securely tagged in accordance with the
contents and a number of bags packed in wooden box tightly wrapped with 25 mm
wide x 18 gauge iron band stretched entirely around the box with end overlapping
atleast 150 mm. Gross weight of each box shall not exceed approximately 70 kg.
1.18.1.4 All packing shall be subject to the approval of the Employer, or his appointed
representatives.The packing shall be carried out with caution to protect the material
from moisture, salt or any impurities which may cause rusting or harmful effects.
The packages shall be new and sufficiently sturdy in construction to withstand
normal handling during transportation and at site.
1.18.2 MARKING OF PACKING
The packing shall be marked in the following manner:
1.18.2.1 The bundles and the packages shall be clearly marked with the consignee and
destination by indelible ink.
1.18.2.2 Erection mark of the members of gantry towers, beams, lighting/lightening mastsand
equipment supporting structures etcshall be indicated on the bundles or packages of
gusset plates, bolts & nuts, cleats etc.
1.19 SCHEDULE OF DEVIATIONS / VARIATIONS
1.19.1 If the bidder has any exceptions to any of the clauses laid down in this specification,
these shall be clearly stated in the schedule of deviations/variations (Technical or
Commercial). Otherwise, it shall be presumed that the bidder agrees to the provisions
of this specification and same shall be included in the award letter.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-1

CHAPTER-22
CONTROL AND RELAY PANELS

1 GENERAL

1.1 This specification covers study, design, manufacture, assembly, factory test, supply,
delivery, installation, field test and commissioning of control and relay panels as
specified herein under.
1.2 It is not the intent to specify completely herein all details of design and construction of
equipment to be supplied. The major equipments to be supplied are specified in
Appendix, Bill of Material. However, the equipment supplied shall conform, in all
respects, to high standards of engineering, design and workmanship and be capable of
performing in continuous commercial operation up to Manufacturers’ guarantee.

1.3 The equipment shall be designed to be fail-safe for the possible failure of any major
circuit during the operation and shall provide a safeguard against possible surges,
fail-safe against disrupted signals due to outside interference that would normally be
associated with the cable communication lines and any other provisions necessary for the
different operation of the equipment.
1.4 The relays specified in the following articles are based on standard protection schemes
generally adopted in 132 kV substations of Employer’s Integrated Power System.
However, the Contractor shall carry out detail system study of protection system of
Integrated Power System with special regard to existing substations in the vicinity of the
proposed works. Based on this study, the Contractor shall design a relaying scheme for
the substations, prepare a detail relay schedule and recommend relay-setting values for
relay co-ordination with existing ones and make all necessary adjustments in the relay
settings of neighbouring substations as well.
1.5 The indication and annunciation schemes intended for existing substations shall be
compatible with the existing system as far as possible.
1.6 Manufacturers for control & Protection Equipment
All major protection relays shall be of static/numeric type. Relays shall be only from
short listed manufacturers.

2 Type of Panels

2.1 Simplex Panel

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-2

Simplex panel shall consist of a vertical front panel with equipment mounted thereon and
having wiring access from rear for control panels & front for relay/protection panels. In
case of panel having width more than 800mm, double leaf-doors shall be provided.
Doors shall have handles with either built-in locking facility or will be provided with
pad-lock.

2.2 Duplex Panel

Duplex panel shall be walk-in tunnel type comprising two vertical front and rear
panel sections connected back-on-back by formed sheet steel roof tie members and a
central corridor in between. The corridor shall facilitate access to internal wiring and
external cable connections. In case of number of duplex panels located in a row side by
side, the central corridor shall be aligned to form a continuous passage. Both ends of the
corridor shall be provided with double leaf doors with lift off hinges. Doors shall have
handles either with built-in locking facility or shall be provided with pad- locks. Separate
cable entries shall be provided for the front and rear panels. However, inter-connections
between front and back panels shall be by means of inter panel wiring at the top of the
panel.

3 CONSTRUCTIONAL FEATURES
3.1 Control and Relay Boards shall be simplex type or duplex type design as per
requirement. It is the responsibility of the Contractor to ensure that the equipment
specified and such unspecified complementary equipment required for completeness of
the protective/control schemes be properly accommodated in the panels without
congestion and if necessary, either add more number of panels or provide panels with
larger dimensions. No price increase at a later date on this account shall be allowed.
However, the width of panels that are being offered to be placed in existing switchyard
control rooms should be in conformity with the existing panels and space availability in
the control room.
3.2 Panels shall be completely metal enclosed and shall be dust, moisture and vermin
proofed. The enclosure shall provide a degree of protection not less than IP-31 in
accordance with IEC 60529 (Part-1).
3.3 Panels shall be free standing, floor mounting type and shall comprise structural frames
completely enclosed with specially selected smooth finished, cold rolled sheet steel of
thickness not less than 3 mm for weight bearing members of the panels such as base
frame, front sheet and door frames, and 2.0 mm for sides, door, top and bottom portions.
There shall be sufficient reinforcement to provide level transportation and installation.
3.4 All doors, removable covers of panels shall be gasketed all around with synthetic gaskets

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-3

Neoprene/EPDM. However, XLPE gaskets can also be used for fixing protective glass
doors. Ventilating louvers, if provided shall have screens and filters. The screens shall be
made of either brass or GI wire mesh
3.5 Design, materials selection and workmanship shall be such as to result in neat
appearance, inside and outside with no welds, rivets or bolt head apparent from outside,
with all exterior surfaces tune and smooth.
3.6 Panels shall have base frame with smooth bearing surface, which shall be fixed on the
embedded foundation channels/insert plates. Anti vibration strips made of shock
absorbing materials that shall be supplied by the contractor, which shall be placed
between panel & base frame.
3.7 Cable entries to the panels shall be from the bottom. Cable gland plate fitted on the
bottom of the panel shall be connected to earthing of the panel/station through a flexible
braided copper conductor rigidly.
3.8 Control/Relay panels, if required to incorporate the provisions for
SCADA/SAS as specified in the relevant chapter, shall be completely equipped and
wired with necessary devices/equipment for control and other signals to be used for such
systems. The detail requirements for SCADA/SAS system are furnished in the relevant
chapters of these Specifications.
3.9 MOUNTING
3.9.1 All equipment on and in panels shall be mounted and completely wired to the terminal
blocks ready for external connections. The equipment on front of panel shall be
mounted flush.
3.9.2 Equipment shall be mounted such that removal and replacement can be accomplished
individually without interruption of service to adjacent devices and are readily accessible
without use of special tools. Terminal marking on the equipment shall be clearly visible.
3.9.3 The Contractor shall carry out cut out, mounting and wiring of the free issue items
supplied by others which are to be mounted in his panel in accordance with the
corresponding equipment manufacturer's drawings. Cut outs if any, provided for future
mounting of equipment shall be properly blanked off with blanking plate.
3.9.4 The centre lines of switches, push buttons and indicating lamps shall not be less than 750
mm from the bottom of the panel. The centre lines of relays, meters and recorders shall
not be less than 450 mm from the bottom of the panel.
3.9.5 The centre lines of switches, push buttons and indicating lamps shall be matched to give
a neat and uniform appearance. Like wise the top lines of all meters, relays and
recorders etc. shall be matched.
3.9.6 No equipment shall be mounted on the doors.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-4

3.9.7 At existing station, panels shall be matched with other panels in the control room in
respect of dimensions, colour, appearance and arrangement of equipment (centre lines of
switches, push buttons and other equipment) on the front of the panel.

3.10 PANEL INTERNAL WIRING


3.10.1 Panels shall be supplied complete with interconnecting wiring provided between all
electrical devices mounted and wired in the panels and between the devices and terminal
blocks for the devices to be connected to equipment outside the panels. When panels are
arranged to be located adjacent to each other all inter panel wiring and connections
between the panels shall be carried out internally
3.10.2 All wiring shall be carried out with 650 V grade, single core stranded copper conductor
wires with PVC insulation. The minimum size of the multi-stranded copper conductor
used for internal wiring shall be as follows:
 All circuits except current transformer circuits and voltage transfer
circuits meant for energy metering - one 1.5 mm sq. per lead.
 All current transformer circuits - one 2.5 sq.mm per lead.
 Voltage transformer circuit (for energy meters): Two 2.5 mm sq. per
lead.
3.10.3 All internal wiring shall be securely supported, neatly arranged, readily accessible and
connected to equipment terminals and terminal blocks. Wiring gutters & troughs shall
be used for this purpose.
3.10.4 Auxiliary bus wiring for AC and DC supplies, voltage transformer circuits, annunciation
circuits and other common services shall be provided near the top of the panels running
throughout the entire length of the panels.
3.10.5 Wire termination shall be made with solderless crimping type and tinned copper lugs,
which firmly grip the conductor. Insulated sleeves shall be provided at all the wire
terminations. Engraved core identification plastic ferrules marked to correspond with
panel wiring diagram shall be fitted at both ends of each wire. Ferrules shall fit tightly
on the wire and shall not fall off when the wire is disconnected from terminal blocks. All
wires directly connected to trip circuit breaker or device shall be distinguished by the
addition of red coloured unlettered ferrule.
3.10.6 Longitudinal troughs extending throughout the full length of the panel shall be preferred
for inter panel wiring. Inter-connections to adjacent panel shall be brought out to a
separate set of terminal blocks located near the slots of holes meant for taking the inter-
connecting wires.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-5

3.10.7 Contractor shall be solely responsible for the completeness and correctness of the
internal wiring and for the proper functioning of the connected equipments.

3.11 TERMINAL BLOCKS


3.11.1 All internal wiring to be connected to external equipment shall terminate on terminal
blocks. Terminal blocks shall be 650 V grade and have 10 Amps continuous rating,
moulded piece, complete with insulated barriers, stud type terminals, washers, nuts and
lock nuts. Markings on the terminal blocks shall correspond to wire number and terminal
numbers on the wiring diagrams. All terminal blocks shall have shrouding with
transparent unbreakable material.
3.11.2 Disconnecting type terminal blocks for current transformer and voltage transformer
secondary leads shall be provided. Also current transformer secondary leads shall be
provided with short circuiting and earthing facilities.
3.11.3 At least 20% spare terminals shall be provided on each panel and these spare terminals
shall be uniformly distributed on all terminal blocks.
3.11.4 Unless otherwise specified, terminal blocks shall be suitable for connecting the
following conductors of external cable on each side
 All CT & PT circuits: minimum of two of 2.5 mm Sq. copper.
 AC/DC Power Supply Circuits: One of 6 mm Sq. Copper.
 All other circuits: minimum of one of 2.5 mm Sq. Copper.
3.11.5 There shall be a minimum clearance of 250 mm between the first row of terminal blocks
and the associated cable gland plate or panel side wall. Also the clearance between two
rows of terminal blocks edges shall be minimum of 150 mm.
3.11.6 Arrangement of the terminal block assemblies and the wiring channel within the
enclosure shall be such that a row of terminal blocks is run in parallel and close
proximity along each side of the wiring-duct to provide for convenient attachment of
internal panel wiring. The side of the terminal block opposite the wiring duct shall be
reserved for the external cable connections. All adjacent terminal blocks shall also share
this field wiring corridor. All wiring shall be provided with adequate support inside the
panels to hold them firmly and to enable free and flexible termination without causing
strain on terminals.
3.11.7 The number and sizes of the Owner's multi core incoming external cables will be
furnished to the Contractor after placement of the order. All necessary cable terminating
accessories such as gland plates, supporting clamps & brackets, wiring troughs and
gutters etc. (except glands & lugs) for external cables shall be included in the scope of

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-6

supply.

3.12 PAINTING
The painting shall be carried out as detailed in Chapter 2–GTR.

3.13 MIMIC DIAGRAM


3.13.1 Coloured mimic diagram and symbols showing the exact representation of the system
shall be provided in the front of control panels.
3.13.2 Mimic diagram shall be made preferably of anodised aluminium or plastic of approved
fast colour material, which shall be screwed on to the panel and can be easily cleaned.
The mimic bus shall be 2mm thick. The width of the mimic bus shall be 10mm for bus
bars and 7mm for other connections. Painted overlaid mimic is also acceptable.
3.13.3 Mimic bus colour will be decided during detailed Engineering.
3.13.4 When semaphore indicators are used for equipment position, they shall be so mounted in
the mimic that the equipment in close position shall complete the continuity of mimic.
3.13.5 Indicating lamp, one for each phase, for each bus shall be provided on the mimic to
indicate bus charged condition.

3.14 NAME PLATES AND MARKINGS


3.14.1 All equipment mounted on front and rear side as well as equipment mounted inside the
panels shall be provided with individual name plates with equipment designation
engraved. Also on the top of each panel on front as well as rear side, large and bold
nameplates shall be provided for circuit/feeder designation.
3.14.2 All front mounted equipment shall also be provided at the rear with individual name
plates engraved with tag numbers corresponding to the one shown in the panel internal
wiring to facilitate easy tracing of the wiring.
3.14.3 Each instrument and meter shall be prominently marked with the quantity measured e.g.
KV, A, MW, etc. All relays and other devices shall be clearly marked with
manufacturer's name, manufacturer's type, serial number and electrical rating data.
3.14.4 Name Plates shall be made of non-rusting metal or 3 ply lamicoid. Name plates shall be
black with white engraving lettering.
3.14.5 Each switch shall bear clear inscription identifying its function e.g. 'BREAKER' '52A',
"SYNCHRONISING" etc. Similar inscription shall also be provided on each device
whose function is not other-wise identified. If any switch device does not bear this
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-7

inscription separate name plate giving its function shall be provided for it. Switch shall
also have clear inscription for each position indication e.g. "Trip- Neutral-Close", "ON-
OFF", "R-Y-B-OFF" etc
3.14.6 All the panels shall be provided with name plate mounted inside the panel bearing LOA
No & Date, Name of the Substation & feeder and reference drawing number.

3.15 MISCELLANEOUS ACCESSORIES


3.15.1 Plug Point: 230V, Single phase 50Hz, AC socket with switch suitable to accept 5 Amps
and 15 Amps pin round standard plug, shall be provided in the interior of each cubicle
with ON-OFF switch.
3.15.2 Interior Lighting: Each panel shall be provided with a fluorescent lighting fixture rated
for 230 Volts, single phase, 50 Hz supply for the interior illumination of the panel
controlled by the respective panel door switch.
3.15.3 Switches and Fuses: Each panel shall be provided with necessary arrangements for
receiving, distributing and isolating of DC and AC supplies for various control,
signaling, lighting and space heater circuits. The incoming and sub-circuits shall be
separately provided with Fuses. Selection of the main and sub-circuit Fuses rating shall
be such as to ensure selective clearance of sub-circuit faults. Voltage transformer
circuits for relaying and metering shall be protected by fuses. All fuses shall be HRC
cartridge type conforming to relevant international standard.mounted on plug-in type
fuse bases. The short time fuse rating of Fuses shall be not less than 9 KA. Fuse carrier
base shall have imprints of the fuse 'rating' and 'voltage'.
3.15.4 Space Heater: Each panel shall be provided with a thermostatically connected space
heater rated for 230V, single phase, 50 Hz AC supply for the internal heating of the
panel to prevent condensation of moisture. The fittings shall be complete with switch
unit.

3.16 EARTHING
3.16.1 All panels shall be equipped with an earth bus securely fixed. Location of earth bus
shall ensure no radiation interference from earth systems under various switching
conditions of isolators and breakers. The material and the sizes of the bus bar shall be at
least 25 X 6 sq.mm copper with threaded holes at a gap of 50 mm with provision of bolts
and nuts for connection with cable armours and mounted equipment etc for effective
earthing. When several panels are mounted adjoining each other, the earth bus shall be
made continuous and necessary connectors and clamps for this purpose shall be included
in the scope of supply of Contractor. Provision shall be made for extending the earth bus

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-8

bars to future adjoining panels on either side.


3.16.2 Provision shall be made on each bus bar of the end panels for connecting Substation
earthing grid. Necessary terminal clamps and connectors for this purpose shall be
included in the scope of supply of Contractor.
3.16.3 All metallic cases of relays, instruments and other panel mounted equipment including
gland plate, shall be connected to the earth bus by copper wires of size not less than 2.5
sq. mm. The colour code of earthing wires shall be green.
3.16.4 Looping of earth connections which would result in loss of earth connection to other
devices when the loop is broken, shall not be permitted. However, looping of earth
connections between equipment to provide alternative paths to earth bus shall be
provided.
3.16.5 VT and CT secondary neutral or common lead shall be earthed at one place only at the
terminal blocks where they enter the panel. Such earthing shall be made through links
so that earthing may be removed from one group without disturbing continuity of
earthing system for other groups.
3.16.6 An electrostatic discharge arrangement shall be provided in each panel so as to
discharge human body before he handles the equipments inside the panels.

3.17 INDICATING INSTRUMENTS & TRANSDUCERS FOR CONTROL PANEL


3.17.1 All instruments, meters and transducers shall be enclosed in dust proof, moisture
resistant, black finished cases and shall be suitable for tropical use. All megawatt,
megavar, Bus voltage and frequency indicating instruments shall be provided with
individual transducers and these shall be calibrated along with transducers to read
directly the primary quantities. They shall be accurately adjusted and calibrated at works
and shall have means of calibration check and adjustment at site. The supplier shall
submit calibration certificates at the time of delivery. However no separate transducers
are envisaged for digital bus voltmeters and digital frequency meters and the indicating
meters provided in the synchronising equipment.
3.17.2 Indicating Instruments
3.17.2.1 Unless otherwise specified, all electrical indicating instruments shall be of digital type
suitable for flush mounting.
3.17.2.2 Instruments shall have 4-digit display; display height being not less than 25 mm
3.17.2.3 Instrument shall confirm to relevant IEC and shall have an accuracy class of 1.5 or
better. Watt and Var meters shall have an indication of (+) and (-) to indicate EXPORT
and IMPORT respectively.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-9

3.17.2.4 Digital voltage and frequency meters shall be of class: 0.5 and shall have digital display
of 5 and 4 digits respectively, with display size, not less than 25mm (height).
3.17.3 Transducers
3.17.3.1 Transducers (for use with Indicating Instruments and Telemetry/Data Communication
application) shall in general conform to IEC:688-1
3.17.3.2 The transducers shall be suitable for measurement of active power, reactive power,
voltage, current and frequency in three phase four wire unbalanced system.
3.17.3.3 The input to the transducers will be from sub-station current & potential transformers.
The output shall be in milli ampere D.C. proportional to the input & it shall be possible
to feed the output current directly to the telemetry terminal or indicating instruments.
3.17.3.4 The transducer characteristic shall be linear throughout the measuring range.
3.17.3.5 The transducer output shall be load independent.
3.17.3.6 The input & output of the transducer shall be galvanically isolated.
3.17.3.7 Each transducer shall be housed in a separate compact case and have suitable terminals
for inputs & outputs.
3.17.3.8 The transducers shall be suitably protected against transient high peaks of voltage &
current.
3.17.3.9 The transducer shall withstand indefinitely without damage and work satisfactorily at
120% of the rated voltage and 120% of the rated input current as applicable.
3.17.3.10 All the transducers shall have an output of 4-20 mA.
3.17.3.11 The response time of the transducers shall be less than 1 second.
3.17.3.12 The accuracy class of transducers shall be 1.0 or better for voltage/current transducer,
0.5 or better for watt/VAR transducer and 0.2 or better for frequency transducer.
3.17.3.13 The transducers shall have a low AC ripple on output less than 1%.
3.17.3.14 The transducer shall have dual output.

3.18 ANNUNCIATION SYSTEM for Control Panel


3.18.1 Alarm annunciation system shall be provided in the control board by means of visual
and audible alarm in order to draw the attention of the operator to the abnormal
operating conditions or the operation of some protective devices. The annunciation
equipment shall be suitable for operation on the voltages specified in this specification.
3.18.2 The visual annunciation shall be provided by annunciation facia, mounted flush on the
top of the control panels.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-10

3.18.3 The annunciation facia shall be provided with translucent plastic window for alarm
point with approximate size of 35mm x 50mm. The facia plates shall be engraved in
black lettering with respective inscriptions. Alarm inscriptions shall be engraved on
each window in not more than three lines and size of the lettering shall not be less than
5 mm.
3.18.4 Each annunciation window shall be provided with two white lamps in parallel to
provide safety against lamp failure. Long life lamps shall be used. The transparency
of cover plates and wattage of the lamps provided in the facia windows shall be
adequate to ensure clear visibility of the inscriptions in the control room having high
illumination intensity (350 Lux), from the location of the operator's desk.
3.18.5 All Trip facia shall have red colour and all Non-trip facia shall have white colour.
3.18.6 The audible alarm shall be provided by Buzzer/ Hooter /Bell having different sounds
and shall be used as follows.
Hooter Alarm Annunciation
Bell Annunciation DC failure
Buzzer AC supply failure
3.18.7 Sequence of operation of the annunciator shall be as follows :

Sl. Alarm Condition Fault Visual Audible


No. Contact Annunciation Annunciation
1. Normal Open OFF OFF
2. Abnormal Close Flashing ON
3. Accept Push Button Close Steady On OFF
Pressed
Open Steady On OFF
4. Reset Push Button Close On OFF
Pressed Open Off OFF
5. Lamp Test Push Open Steady On OFF
Button Pressed
3.18.8 Audible annunciation for the failure of DC supply to the annunciation system shall be
provided and this annunciation shall operate on 230 Volts AC supply. On failure of
the DC to the annunciation system for more than 2 or 3 seconds (adjustable setting), a
bell shall sound. A separate push button shall be provided for the cancellation of this
audible alarm alone but the facia window shall remain steadily lighted till the supply to
annunciation system is restored.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-11

3.18.9 A separate voltage check relay shall be provided to monitor the failure of supply
(230V AC) to the scheme mentioned in Clause above. If the failure of supply exists for
more than 2 to 3 seconds, this relay shall initiate visual and audible annunciation.
Visual and audible annunciation for the failure of AC supply to the annunciation
system shall be provided and this annunciation shall operate on Annunciation DC and
buzzer shall sound.
3.18.10 The annunciation system described above shall meet the following additional
requirements :
a) The annunciation system shall be capable of catering to at least 20 simultaneous
signals at a time.
b) One set of the following push buttons shall be provided on each control panel:
 Reset push button for annunciation system
 Accept push button for annunciation system
 Lamp test push button for testing the facia windows
c) One set of the following items shall be provided common for all the control panel
(not applicable for extension of substation) :
 Flasher relay for annunciation system
 Push button for Flasher test
 Three Push buttons for test of all audible alarm systems
d) These testing circuits shall be so connected that while testing is being done, it shall
not prevent the registering of any new annunciation that may land during the test.
e) The annunciation shall be repetitive type and shall be capable of registering the
fleeting signal. Minimum duration of the fleeting signal registered by the system
shall be 15 milli seconds.
f) In case of static annunciator scheme, special precaution shall be taken to ensure
that spurious alarm condition does not appear due to influence of external
electromagnetic/ electrostatic interference on the annunciator wiring and switching
disturbances from the neighbouring circuits within the panels and the static
annunciator shall meet the high voltage susceptibility test , impulse voltage
withstand test , high frequency disturbance test– class III and fast transient
disturbance test –level III as per IEC 60255.
3.18.11 The annunciation system to be supplied for existing sub-stations shall be engineered as
an extension to the existing scheme.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-12

3.19 SWITCHES
3.19.1 Control and instrument switches shall be rotary operated type with escutcheon plates
clearly marked to show operating position and circuit designation plates and suitable
for flush mounting with only switch front plate and operating handle projecting out.
3.19.2 The selection of operating handles for the different types of switches shall be as
follows :

Breaker, Isolator control switches : Pistol grip, black


Synchronising switches : Oval, Black, Keyed handle (one common
removable handle for a group of switches or
locking facility having common key)
synchronising Selector switches : Oval or knob, black
Instrument switches : Round, knurled, black
Protection Transfer switch : Pistol grip, lockable and black.
3.19.3 The control switch of breaker and isolator shall be of spring return to neutral type. The
switch shall have spring return from close and trip positions to "after close" and "after
trip" positions respectively.
3.19.4 Instrument selection switches shall be of maintained contact (stay put) type. Ammeter
selection switches shall have make-before-break type contacts so as to prevent open
circuiting of CT secondary when changing the position of the switch. Voltmeter
transfer switches for AC shall be suitable for reading all line- to-line and line-to-
neutral voltages for non- effectively earthed systems and for reading all line to line
voltages for effectively earthed systems.
3.19.5 Synchronising switches shall be of maintained contact (stay put) type having a
common removable handle for a group of switches. The handle shall be removable
only in the OFF position and it shall be co-ordinated to fit into all the synchronising
switches. These switches shall be arranged to connect the synchronising equipment
when turned to the 'ON' position. One contact of each switch shall be connected in the
closing circuit of the respective breaker so that the breaker cannot be closed until the
switch is turned to the 'ON' position.
3.19.6 Lockable type of switches which can be locked in particular positions shall be
provided when specified. The key locks shall be fitted on the operating handles.
3.19.7 The contacts of all switches shall preferably open and close with snap action to
minimise arcing. Contacts of switches shall be spring assisted and contact faces shall
be with rivets of pure silver or silver alloy. Springs shall not be used as current

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-13

carrying parts
3.19.8 The contact combination and their operation shall be such as to give completeness to
the interlock and function of the scheme.
3.19.9 The contact rating of the switches shall be as follows :

Description Contact Rating in Amps


110V DC 50V DC 230V AC

Make and carry 10 10 10


Continuously

Make and carry 30 30 30


for 0.5 sec.

Break for Resistive load 3 20 7

Break for Inductive load 0.2 - -


with L/R = 40m sec.

3.20 INDICATING LAMPS


3.20.1 Indicating lamps shall be of cluster LED type suitable for panel mounting with rear
terminal connections. Lamps shall be provided with series connected resistors
preferably built in the lamp assembly. Lamps shall have translucent lamp covers to
diffuse lights coloured red, green, amber, clear white or blue as specified. The lamp
cover shall be preferably of screwed type, unbreakable and moulded from heat
resisting material.
3.20.2 The lamps shall be provided with suitable resistors.
3.20.3 Lamps and lenses shall be interchangeable and easily replaceable from the front of the
panel. Tools, if required for replacing the bulbs and lenses shall also be included in the
scope of the supply.
3.20.4 The indicating lamps with resistors shall withstand 120% of rated voltage on a
continuous basis.

3.21 POSITION INDICATORS (if Applicable)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-14

3.21.1 Position indicators of "SEMAPHORE" type shall be provided when specified as part
of the mimic diagrams on panels for indicating the position of circuit breakers,
isolating/earthing switches etc. The indicator shall be suitable for semi-flush mounting
with only the front disc projecting out and with terminal connection from the rear.
Their strips shall be of the same colour as the associated mimic.
3.21.2 Position indicator shall be suitable for DC Voltage as specified. When the supervised
object is in the closed position, the pointer of the indicator shall take up a position in
line with the mimic bus bars, and at right angles to them when the object is in the open
position. When the supply failure to the indicator occurs, the pointer shall take up an
intermediate position to indicate the supply failure.
3.21.3 The rating of the indicator shall not exceed 2.5 W.
3.21.4 The position indicators shall withstand 120% of rated voltage on a continuous basis.

3.22 SYNCHRONISING EQUIPMENT


3.22.1 For sub-station equipped with sub-station Automation system, the requirement of
synchronisation is specified in chapter Sub-station Automation System and the same
shall prevail. For other sub-station which is not equipped with Sub-sub-station
automation system following shall be applicable as per requirement.
3.22.2 Synchronising check relay with necessary ancillary equipment’s shall be provided
which shall permit breakers to close after checking the requirements of synchronising
of incoming and running supply. The phase angle setting shall not exceed 35 degree
and have voltage difference setting not exceeding 10%. This relay shall have a
response time of less than 200 milliseconds when the two system conditions are met
within present limits and with the timer disconnected. The relay shall have a frequen-
cy difference setting not exceeding 0.45% at rated value and at the minimum time
setting. The relay shall have an adjustable time setting range of 0.5-20 seconds. A
guard relay shall be provided to prevent the closing attempt by means of synchronising
check relay when control switch is kept in closed position long before the two systems
are in synchronism
3.22.3 At existing sub-stations, the synchronising scheme shall be engineered to be
compatible with the existing synchronising scheme and synchronising socket/switch
on the panel. In substations, where synchronising panels are available, the bidder shall
carry out the shifting of the above panels, if required, to facilitate the extension of
control panel placement.
3.23 RELAYS
3.23.1 All relays shall conform to the requirements of IEC-60255/IEC 61000 or other

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-15

applicable standards. Relays shall be suitable for flush or semi-flush mounting on the
front with connections from the rear.
3.23.2 All protective relays shall be of numerical type and communication protocol shall be
as per IEC 61850. Further, the test levels of EMI as indicated in IEC 61850 shall be
applicable to these relays.
3.23.3 All protective relays shall be in draw out or plug-in type/modular cases with proper
testing facilities. Necessary test plugs/test handles shall be supplied loose and shall be
included in contractor's scope of supply.
3.23.4 All AC operated relays shall be suitable for operation at 50 Hz AC Voltage operated
relays shall be suitable for 110 Volts VT secondary and current operated relays for 1
amp CT secondary. All DC operated relays and timers shall be designed for the DC
voltage specified, and shall operate satisfactorily between 80% and 110% of rated
voltage. Voltage operated relays shall have adequate thermal capacity for continuous
operation.
3.23.5 The protective relays shall be suitable for efficient and reliable operation of the
protection scheme described in the specification. Necessary auxiliary relays and
timers required for interlocking schemes for multiplying of contacts suiting contact
duties of protective relays and monitoring of control supplies and circuits, lockout
relay monitoring circuits etc. also required for the complete protection schemes
described in the specification shall be provided. All protective relays shall be provided
with at least two pairs of potential free isolated output contacts. Auxiliary relays and
timers shall have pairs of contacts as required to complete the scheme; contacts shall
be silver faced with spring action. Relay case shall have adequate number of terminals
for making potential free external connections to the relay coils and contacts, including
spare contacts.
3.23.6 Timers shall be of solid state type. Time delay in terms of milliseconds obtained by the
external capacitor resistor combination is not preferred and shall be avoided.
3.23.7 No control relay, which shall trip the power circuit breaker when the relay is de-
energised, shall be employed in the circuits.
3.23.8 Provision shall be made for easy isolation of trip circuits of each relay for the purpose
of testing and maintenance.
3.23.9 Auxiliary seal-in-units provided on the protective relays shall preferably be of shunt
reinforcement type. If series relays are used the following shall be strictly ensured:
(a) The operating time of the series seal-in-unit shall be sufficiently shorter than that of
the trip coil or trip relay in series with which it operates to ensure definite operation
of the flag indicator of the relay.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-16

(b) Seal-in-unit shall obtain adequate current for operation when one or more relays
operate simultaneously.
(c) Impedance of the seal-in-unit shall be small enough to permit satisfactory operation
of the trip coil on trip relays when the D.C. Supply Voltage is minimum.
(d) Trip-circuit seal-in is required for all trip outputs, irrespective of the magnitude of
the interrupted current. The trip-circuit seal-in logic shall not only seal-in the trip
output(s), but also the relevant initiation signals to other scheme functions, (e.g.
initiate signals to the circuit-breaker failure function, reclosing function etc.), and the
alarm output signals.
(e) Two methods of seal-in are required, one based on the measurement of AC current,
catering for those circumstances for which the interrupted current is above a set
threshold, and one based on a fixed time duration, catering for those circumstances
for which the interrupted current is small (below the set threshold).
(f) For the current seal-in method, the seal-in shall be maintained until the circuit-
breaker opens, at which time the seal-in shall reset and the seal-in method shall not
now revert to the fixed time duration method. For this seal-in method, the seal-in
shall be maintained for the set time duration. For the line protection schemes, this
time duration shall be independently settable for single- and three-pole tripping.
(g) Seal-in by way of current or by way of the fixed duration timer shall occur
irrespective of whether the trip command originates from within the main protection
device itself (from any of the internal protection functions), or from an external
device with its trip output routed through the main protection device for tripping.
Trip-circuit seal-in shall not take place under sub-harmonic conditions (e.g. reactor
ring down).
3.23.10 The setting ranges of the relays offered, if different from the ones specified shall also
be acceptable if they meet the functional requirements.
3.23.11 Any alternative/additional protections or relays considered necessary for providing
complete effective and reliable protection shall also be offered separately. The accept-
ance of this alternative/ additional equipment shall lie with the OWNER.
3.23.12 All relays and their drawings shall have phase indications as R-Red, Y-yellow, B-blue
3.23.13 For numerical relays, the scope shall include the following:
a) Necessary software and hardware to up/down load the data to/from the relay
from/to the personal computer (PC) in the substation. The Contractor shall provide
PC and at least one laptop with core i7 processor, relays programming software
and necessary probes & cables for setting the numeric relays. No separate
payment will be provided for PC, laptop, software, probes, cables etc. All cost

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-17

involved for these items shall be included in the cost of control and relay panels.

b) The relay shall have suitable communication facility for future connectivity to
SCADA. The relay shall be capable of supporting IEC 61850 protocol.
c) In case of line protection and transformer protection, capacitor bank protection, the
features like fault recorder and event logging function as available including
available as optional feature in these relays shall be supplied and activated at no
extra cost to the owner. Also necessary software/ hardware for automatic uploading
to station HMI/DR work station (as applicable) shall be supplied. It is to be clearly
understood that these shall be in addition to Fault recorder function as specified at
clause no. 28.

3.24 TRANSMISSION LINE PROTECTION


3.24.1 All relays shall be suitable for series compensated line.
3.24.2 The line protection relays are required to protect the line and clear the faults on line
within shortest possible time with reliability, selectivity and full sensitivity to all type
of faults on lines. The general concept is to have main and back up protection for 132
KV transmission lines.
The Transmission system for which the line protection equipment are required is
indicated in Chapter 1 – Project Specific Requirement (PSR)
3.24.3 The maximum fault current could be as high as 31.5 kA but the minimum fault current
could be as low as 20% of rated current of CT secondary. The starting & measuring
relays characteristics should be satisfactory under these extremely varying conditions.
3.24.4 The protective relays shall be suitable for use with capacitor voltage transformers
having non-electronic damping and transient response as per IEC.
3.24.5 Fault Recorder, Distance to fault Locator and Over voltage relay (stage -1/2) functions
if offered as an integral part of line protection relays, shall be acceptable provided
these meet the technical requirements as specified in the respective clauses.
3.24.6 Auto reclose relay function if offered as an integral part of line distance protection
relay, shall be acceptable for 132 KV lines only provided the auto reclose relay
feature meets the technical requirements as specified in the respective clause.
3.24.7 The following protections shall be provided for each of the Transmission lines:
For 132KV
Main: Numerical distance protection scheme

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-18

Back up: Directional Over Current and Earth fault Protection


The detailed description of line protections is given here under.
3.24.8 Main- Distance Protection scheme:
(a) shall have continuous self monitoring and diagnostic feature
(b) shall be non-switched type with separate measurements for all phase to phase and
phase to ground faults
(c) shall have stepped time-distance characteristics and three independent zones (zone 1,
zone-2 and zone-3)
(d) shall have mho or quadrilateral or other suitably shaped characteristics for zone-1 ,
zone-2 and zone- 3
(e) shall have following maximum operating time (including trip relay time, if any)
under given set of conditions and with CVT being used on line (with all filters
included)
(f) Maximum operating time 45 ms for 3 ph Faults & 60 ms for all other faults. A
relaxation of 5 ms in above timings is allowed for 132 KV lines.
(g) Line Protection for 132 kV systems for remote end tripping will be done through
OPGW.
(h) The relay shall have an adjustable characteristics angle setting range of 30-85 degree
or shall have independent resistance(R) and reactance (X) setting.
(i) shall have two independent continuously variable time setting range of 0-3 seconds
for zone-2 and 0-5 seconds for zone-3
(j) shall have resetting time of less than 55 milli-seconds (including the resetting time
of trip relays)
(k) shall have facilities for offset features with adjustable 10-20% of Zone-3 setting
(l) shall have variable residual compensation
(m) shall have memory circuits with defined characteristics in all three phases to ensure
correct operation during close-up 3 phase faults and other adverse conditions and
shall operate instantaneously when circuit breaker is closed to zero-volt 3 phase fault
(n) shall have weak end in-feed feature
(o) shall be suitable for single & three phase tripping
(p) shall have a continuous current rating of two times of rated current. The voltage
circuit shall be capable of operation at 1.2 times rated voltage. The relay shall also be
capable of carrying a high short time current of 70 times rated current without

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-19

damage for a period of 1 sec.


(q) shall be provided with necessary self reset type trip duty contacts for completion of
the scheme (Minimum number of these trip duty contacts shall be four per phase)
either through built in or through separate high speed trip relays. Making capacity of
these trip contacts shall be 30 amp for 0.2 seconds with an inductive load of L/R >
10 mill seconds. If separate high speed trip relays are used , the operating time of the
same shall not be more than 10 milliseconds
(r) shall be suitable for use in permissive under reach/ over reach/ blocking
communication mode
(s) Shall have suitable number of potential free contacts for inter Tripping, Auto
reclosing, CB failure, Disturbance recorder & Data acquisition system.
(t) include power swing blocking protection which shall
 have suitable setting range to encircle the distance protection
described above
 block tripping during power swing conditions
 release blocking in the event of actual fault
(u) include fuse failure protection which shall monitor all the three fuses of CVT and
associated cable against open circuit
 inhibit trip circuits on operation and initiate annunciation
 have an operating time less than 7 milliseconds
 remain inoperative for system earth faults
(v) include a directional back up Inverse Definite Minimum Time (IDMT) earth fault
relay with normal inverse characteristics as per IEC 60255-3 as a built in feature or
as a separate unit for 132 KV transmission lines
(w) include Definite Time Neutral Current Protection Relay for Capacitor Unbalance
Current
(x) Must have a current reversal guard feature.
3.24.9 Back-up Directional Over Current and Earth fault protection scheme
(a) shall have three over current and one earth fault element(s) which shall be either
independent or composite unit(s)
(b) shall include necessary VT fuse failure relays for alarm purposes
(c) over current elements shall
 have IDMT characteristic with a definite minimum time of 3.0 seconds at 10
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-20

times setting
 have a variable setting range of 50-200% of rated current
 have a characteristic angle of 30/45 degree lead
 include hand reset flag indicators or LEDs
(d) earth fault element shall
 have IDMT characteristic with a definite minimum time of 3.0 seconds at 10
times setting
 have a variable setting range of 20-80% of rated current
 have a characteristic angle of 45/60 degree lag
 include hand reset flag indicators or LEDs
 include necessary separate interposing voltage transformers or have internal
feature in the relay for open delta voltage to the relay.

3.24.10 Line overvoltage Protection relay shall


(a) monitor all three phases
(b) have an adjustable setting range of 100-170% of rated voltage with an adjustable
time delay range of 1 to 60 seconds for the first stage
(c) have an adjustable setting range of 100-170% of rated voltage with a time delay of
100-200 mill seconds for the second stage
(d) be tuned to power frequency
(e) provided with separate operation indicators (flag target) for each stage relays
(f) have a drop-off to pick-up ratio greater than 95%
(g) provide separate out-put contacts for each 'Phase' and stage for breaker trip relays,
event logger and other scheme requirements

3.24.11 Synchro Check Relay

The synchro check relay shall be provided for each 132 kV transmission line. This
relay shall allow the control scheme to close the line breaker only when:
 The line is alive and the bus is dead
 The line is dead and the bus is alive or
 The line is in synchronism with the bus.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-21

The synchro check relay shall be static/ numeric relay shall:

- Measure difference in magnitude, phase angle and frequency between


busbar and line voltage

- have a voltage check unit for closing order with a dead line and live
busbar, or dead busbar and live line

- have an adjustable setting of at least:

5% to 30% of rated voltage for voltage magnitude difference

50 to 300 for phase angle difference

0.05 to 0.5 Hz for frequency difference


3.24.12 All trip relays used in transmission line protection scheme shall be of self/electrical
reset type depending on application requirement.
3.25 CIRCUIT BREAKER PROTECTION
The Circuit breaker protection shall include following functions:
3.25.1 Numerical AUTO RECLOSING function shall
(a) have single phase reclosing facilities
(b) have a continuously variable single phase dead time range of 0.1-2 seconds
(c) have a continuously variable reclaim time range of 5-300 seconds
(d) Incorporate a two position selector switch, from which single phase auto-reclosure
and non-auto reclosure mode can be selected. Alternatively, the mode of auto
reclosing can be selected through programming.
(e) be of single shot type
(f) have priority circuit to closing of both circuit breakers in case one and half breaker
arrangements to allow sequential closing of breakers
(g) However, Auto-reclose as in built function of bay controller unit (BCU) (if supplied)
provided for substation automation system is also acceptable.
3.25.2 LOCAL BREAKER BACK-UP PROTECTION SCHEME shall
(a) be triple pole type

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-22

(b) have an operating time of less than 15 milli seconds


(c) have a resetting time of less than 15 milli seconds
(d) have three over current elements
(e) be arranged to get individual initiation from the corresponding phase of main
protections of line for each over current element. However, common three
phase initiation is acceptable for other protections and transformer /reactor
equipment protections
(f) have a setting range of 20-80% of rated current
(g) have a continuous thermal withstand two times rated current irrespective of
the setting
(h) have a timer with continuously adjustable setting range of 0.1-1 seconds
(i) have necessary auxiliary relays to make a comprehensive scheme
(j) be similar relays for complete scope of work as per specification

3.26 TRANSFORMER PROTECTION


All transformer protection functions may be grouped into Group-I and Group-II
protections in the following manner:

Group-I Protection: Following protection functions may be provided in Group-I


Transformer protection relay:
a) Differential Protection as per clause no. 3.26.1
b) Over fluxing Protection for HV side as per clause no. 3.26.2
c) Direction Over current and earth fault protection for HV side as per clause no.
3.26.4
d) Over Load Protection as per clause no. 3.26.5

Group-II Protection: Following protection functions may be provided in Group-II


Transformer protection relay:
e) REF Protection as per clause no. 3.26.3
f) Over fluxing Protection for LV side as per clause no. 3.26.2
g) Direction Over current and earth fault protection for LV side as per clause no.
3.26.4
h) Neutral Current Relay for Single Phase Transformer Bank

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-23

The various protections as built-in function of Group I/II protections shall be


accepted only if the functional requirements of corresponding protections as
specified in clause no. 21.1 to 21.6 are met otherwise
separate protection relay(s) shall be offered.

3.26.1 Transformer differential protection scheme shall


(a) be triple pole type, with faulty phase identification/ indication
(b) have an operating time not greater than 30 milli seconds at 5 times the rated
current
(c) have three instantaneous high set over-current units
(d) have an adjustable bias setting range of 20-50%
(e) be suitable for rated current of 1 Amp.
(f) have second harmonic or other inrush proof features and also should be stable
under normal over fluxing conditions. Magnetising inrush proof feature shall
not be achieved through any intentional time delay e.g. use of timers to block
relay operation or using disc operated relays
(g) have an operating current setting of 15% or less
(h) include necessary separate interposing current transformers for angle and
ratio correction or have internal feature in the relay to take care of the angle &
ratio correction
(i) have a fault recording feature to record graphic form of instantaneous values
of following analogue channels during faults and disturbances for the pre fault
and post fault period:
current in all three windings in nine analogue channels in case of 400kV class
and above transformers or 6 analogue channels for lower voltage
transformers and Voltage in one channel
The disturbance recorder shall have the facility to record the following external
digital channel signals apart from the digital signals pertaining to differential relay:
1. REF protection operated
2. HV Breaker status (Main and tie)
3. LV Breaker status
4. Bucholz /OLTC Bucholz alarm / trip etc.
5. WTI/OTI/PRD alarm/trip of transformer etc.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-24

Necessary hardware and software, for automatic up-loading the data captured by
disturbance recorder to the personal computer (DR Work Station) available in the
substation, shall be included in the scope.
3.26.2 Over Fluxing Protection Relays shall
(a) operate on the principle of Voltage to frequency ratio and shall be phase to
phase connected
(b) have inverse time characteristics, matching with transformer over fluxing
withstand capability curve
(c) provide an independent 'alarm' with the time delay continuously adjustable
between 0.1 to 6.0 seconds at values of 'v/f' between 100% to 130% of rated
values
(d) tripping time shall be governed by 'v/f' Vs. time characteristics of the relay
(e) have a set of characteristics for Various time multiplier settings. The
maximum operating time of the relay shall not exceed 3 seconds and 1.5
seconds at 'v/f' values of 1.4 and 1.5 times, the rated values, respectively.
(f) have an accuracy of operating time, better than 10%
(g) have a resetting ratio of 95 % or better

3.26.3 Restricted Earth Fault Protection shall


(a) be single pole type
(b) be of current/voltage operated type
(c) have a current setting range of 10-40% of 1 Amp./ have a suitable voltage
setting range
(d) be tuned to the system frequency
3.26.4 Back-up Over Current and Earth fault protection scheme with high set feature shall
(a) have three over current and one earth fault element(s) which shall be either
independent or composite unit(s).
(b) include necessary VT fuse failure relays for alarm purposes
(c) Over current relay shall
 have directional IDMT characteristic with a definite minimum time of
3.0 seconds at 10 times setting and have a variable setting range of 50-
200% of rated current

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-25

 have low transient, over reach high set instantaneous unit of


continuously variable setting range 500-2000 % of rated current
 have a characteristic angle of 30/45 degree lead
 include hand reset flag indicators or LEDs.
(d) Earth fault relay shall
 have directional IDMT characteristic with a definite minimum time of
3.0 seconds at 10 times setting and have a variable setting range of 20-
80% of rated current
 have low transient, over reach high set instantaneous unit of
continuously variable setting range 200-800 % of rated current
 have a characteristic angle of 45/60 degree lag
 include hand reset flag indicators or LEDs
 include necessary separate interposing voltage transformers or have
internal feature in the relay for open delta voltage to the relay
3.26.5 Transformer Overload Protection Relay shall
(a) be of single pole type
(b) be of definite time over-current type
(c) have one set of over-current relay element, with continuously adjustable
setting range of 50-200% of rated current
(d) have one adjustable time delay relay for alarm having setting range of 1 to
10.0 seconds, continuously.
(e) have a drop-off/pick-up ratio greater than 95%.
3.26.6 Transformer Neutral Current Protection relay (for transformer bank neutral) shall
(a) have directional IDMT characteristic with a definite minimum time of 3.0
seconds at 10 times setting and have a variable setting range of 20-80% of
rated current

3.26.7 Further, Transformer auxiliary protections contacts (Buchholz, PRV, Oil


Temperature, Winding Temperature, OLTC Buchholz etc.) can be wired suitably
in above protections or provide separate Flag relays/Auxiliary relays as per
scheme requirements.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-26

3.26.8 TRIP CIRCUIT SUPERVISION RELAY


(a) The relay shall be capable of monitoring the healthiness of each 'phase' trip-
coil and associated circuit of circuit breaker during 'ON' and 'OFF'
conditions.
(b) The relay shall have adequate contacts for providing connection to alarm and
event logger.
(c) The relay shall have time delay on drop-off of not less than 200 milli seconds
and be provided with operation indications for each phase
3.26.9 TRIPPING RELAY
High Speed Tripping Relay shall
(a) be instantaneous (operating time not to exceed 10 milli-seconds).
(b) reset within 20 milli seconds
(c) be D.C. operated
(d) have adequate contacts to meet the requirement of scheme, other functions
like auto-reclose relay, LBB relay as well as cater to associated equipment like
event logger, Disturbance recorder, fault Locator, etc.
(e) be provided with operation indicators for each element/coil.
3.26.10 DC SUPPLY SUPERIVISION RELAY
(a) The relay shall be capable of monitoring the failure of D.C. supply to which, it
is connected.
(b) It shall have adequate potential free contacts to meet the scheme requirement.
(c) The relay shall have a 'time delay on drop-off' of not less than 100 milli
seconds and be provided with operation indicator/flag.
3.27 BUS BAR PROTECTION
3.27.1 Double bus Single breaker protection scheme shall be provided for each main for 132
kV Voltage levels. Busbar protection for each busbar shall incorporate a main
protection and check feature. Each Bus Bar protection scheme shall:
(a) have maximum operating time up to trip impulse to trip relay for all types of
faults of 25 milli seconds at 5 times setting value.
(b) operate selectively for each bus bar
(c) give hundred percent security up to 31.5 KA fault level for 132 KV
(d) incorporate continuous supervision for CT secondary against any possible
open circuit and if it occurs, shall render the relevant zone of protection
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-27

inoperative and initiate an alarm


(e) not give false operation during normal load flow in bus bars
(f) incorporate clear zone indication
(g) be of phase segregated and triple pole type
(h) provide independent zones of protection (including transfer bus if any). If the
bus section is provided then each side of bus section shall have separate set of
bus bar protection schemes
(i) include individual high speed electrically reset tripping relays for each feeder.
However, in case of distributed Bus bar protection, individual trip relay shall
not be required if bay unit is having trip duty contacts for breaker tripping.
(j) be transient free in operation
(k) include continuous D.C. supplies supervision
(l) not cause tripping for the differential current below the load current of
heaviest loaded feeder. Contractor shall submit application check for the same.
(m) shall include necessary C.T. switching relays wherever C.T. switching is
involved and have 'CT' selection incomplete alarm
(n) include protection 'IN/OUT' switch for each zone
(o) shall include trip relays, CT switching relays (if applicable), auxiliary CTs (if
applicable) as well as additional power supply modules, input modules etc. as
may be required to provide a Bus-bar protection scheme for the complete bus
arrangement i.e. for all the bays or breakers including future bays as per the
Single line diagram for new substations. However for extension of bus bar
protection scheme in existing substations, scope shall be limited to the bay or
breakers covered under this specification. Suitable panels (if required) to
mount these are also included in the scope of the work.
(p) In case of distributed Bus bar Protection, the bay units for future bays may be
installed in a separate panel and the same shall be located in switchyard panel
room where bus bar protection panel shall be installed.
3.27.2 Built-in Local Breaker Backup protection feature as a part of bus bar protection
scheme shall also be acceptable.
3.27.3 The test terminal blocks (TTB) to be provided shall be fully enclosed with removable
covers and made of moulded, non-inflammable plastic material with boxes and barriers
moulded integrally. All terminals shall be clearly marked with identification numbers
or letters to facilitate connection to external wiring. Terminal block shall have
shorting, disconnecting and testing facilities for CT circuits.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-28

3.28 WEATHER PROOF RELAY PANELS (If Applicable)


(a) This panel shall include necessary number of electrically reset relays each
with at least eight contacts for isolator auxiliary contacts multiplication and
for changing the CT and DC circuits to relevant zones of bus bar protection.
(b) The panel shall be sheet steel enclosed and shall be dust, weather and vermin
proof. Sheet steel used shall be at least 2.0 mm thick and properly braced to
prevent wobbling.
(c) The enclosures of the panel shall provide a degree of protection of not less
than IP-55 (as per IEC-60529).
(d) The panel shall be of free standing floor mounting type or pedestal mounting
type as per requirement.
(e) The panel shall be provided with double hinged doors with padlocking
arrangement.
(f) All doors, removable covers and panels shall be gasketed all around with
synthetic gaskets Neoprene/EPDM. However, XLPE gaskets can also be
used for fixing protective glass doors. Ventilating louvers, if provided shall
have screens and filters. The screens shall be made of either brass or GI wire
mesh
(g) Cable entries shall be from bottom. Suitable removable cable gland plate
shall be provided on the cabinet for this purpose.
(h) All sheet steel work shall be degreased, pickled, phosphated and then applied
with two coats of zinc chromates primer and two coats of finishing synthetic
enamel paint, both inside and outside. The colour of the finishing paint shall
be light grey.
(i) Suitable heaters shall be mounted in the panel to prevent condensation.
Heaters shall be controlled by thermostats so that the cubicle temperature
does not exceed 30oC. On-off switch and fuse shall be provided. Heater
shall be suitable for 230V AC supply Voltage.
(j) The test terminal blocks (TTB) to be provided shall be fully enclosed with
removable covers and made of moulded, non-inflammable plastic material
with boxes and barriers moulded integrally. All terminals shall be clearly
marked with identification numbers or letters to facilitate connection to
external wiring. Terminal block shall have shorting, disconnecting and
testing facilities for CT circuits.
3.29 FAULT RECORDER

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-29

3.29.1 The fault recorder shall be provided for transmission line and the fault recorder as in-
built feature of line distance relay is also acceptable provided the requirements of
following clauses are met.
3.29.2 Fault recorder shall be microprocessor based and shall be used to record the graphic
form of instantaneous values of voltage and current in all three phases, open delta
voltage & neutral current, open or closed position of relay contacts and breakers during
the system disturbances.
3.29.3 The Fault recorder shall consist of individual acquisition units, one for each feeder and
an Evaluation unit which is common for the entire Substation. Whenever, more than
one acquisition units are connected to an Evaluation unit, necessary hardware and
software shall also be supplied for on line transfer of data from all acquisition units to
Evaluation unit.
3.29.4 The acquisition unit is connected with evaluation unit being supplied as described in
chapter 17 sub-station automation through bus conforming to IEC 61850. In case of
extension sub-station which is equipped with Sub-station Automation System based on
IEC 61850, one set of evaluation software shall be supplied and loaded in existing
fault recorder evaluation unit. Automatic uploading of disturbance files from
acquisition unit to evaluation unit shall be done through existing station bus only
conforming to IEC 61850. Necessary configuration/updation including hardware if any
shall be in the scope of the contractor.
3.29.5 In case of extension of existing substation(s) which are without sub-station automation
system, one set of Evaluation unit shall be supplied for each substation where ever
disturbance recorders are required to be supplied along with necessary evaluation
software as specified above. The Evaluation unit shall consist of a desktop personal
computer (including at least 21” TFT colour monitor, mouse and keyboard) and
printer. The desktop PC shall have Pentium - IV processor or better and having a clock
speed 3.0 GHz or better. The hard disk capacity of PC shall not be less than 300 GB
and RAM capacity shall not be less than 3 GB
3.29.6 The evaluation unit hardware, for substations having SAS, shall be as described in
clause no. 4.0 of chapter sub-station automation system.
3.29.7 Fault recorder shall have atleast 8 analogue and 16 digital channels for each feeder.
3.29.8 Acquisition units shall acquire the Disturbance data for the pre fault and post fault
period and transfer them to Evaluation unit automatically to store in the hard disk. The
acquisition units shall be located in the protection panels of the respective feeders.
3.29.9 The acquisition unit shall be suitable for inputs from current transformers with 1A
rated secondary and capacitive voltage transformers with 63.5V (phase to neutral
voltage) rated secondary. Any device required for processing of input signals in order
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-30

to make the signals compatible to the Fault recorder equipment shall form an integral
part of it. However, such processing of input signals shall in no way distort its
waveform.
3.29.10 The equipment shall be carefully screened, shielded, earthed and protected as may be
required for its safe functioning. Also, the Fault recorder shall have stable software,
reliable hardware, simplicity of maintenance and immunity from the effects of the
hostile environment of EHV switchyard which are prone to various interference
signals typically from large switching transients.
3.29.11 Necessary software for transferring the data automatically from local evaluation unit to
a remote station and receiving the same at the remote station through owner’s
OPGW/PLCC/VSAT/LEASED LINE shall be provided.
3.29.12 Evaluation software shall be provided for the analysis and evaluation of the recorded
data made available in the PC under WINDOWS environment. The Software features
shall include repositioning of analog and digital signals, selection and amplification of
time and amplitude scales of each analogue and digital channel, calculation of
MAX/MIN frequency, phase difference values, recording of MAX/MIN values etc. of
analogue channel, group of signal to be drawn on the same axis etc, listing and
numbering of all analogue and digital channels and current, voltage, frequency and
phase difference values at the time of fault/tripping. Also, the software should be
capable of carrying out Fourier /Harmonic analysis of the current and voltage wave
forms. The Disturbance records shall also be available in COMTRADE format (IEEE
standard- Common Format for Transient data Exchange for Power System)
3.29.13 The Evaluation unit shall be connected to the printer to obtain the graphic form of
disturbances whenever desired by the operator.
3.29.14 Fault recorder acquisition units shall be suitable to operate from 110V DC as available
at sub-station. Evaluation unit along with the printer shall normally be connected to
230V, single phase AC supply. In case of failure of AC supply, Evaluation unit and
printer shall be switched automatically to the station DC through Inverter of adequate
capacity which shall form a part of Fault recorder system. The inverter of adequate
capacity shall be provided to cater the requirement specified in chapter sub-station
automation clause no. 8.0 and DR evaluation unit.
3.29.15 The acquisition unit shall have the following features
(a) Facility shall exist to alarm operator in case of any internal faults in the
acquisition units such as power supply fail, processor / memory fail etc and
same shall be wired to annunciation system.
(b) The frequency response shall be 5 Hz on lower side and 250 Hz or better on
upper side.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-31

(c) Scan rate shall be 1000 Hz/channel or better.


(d) Pre-fault time shall not be less than 100 milliseconds and the post fault time
shall not be less than 2 seconds (adjustable). If another system fault occurs
during one post-fault run time, the recorder shall also be able to record the
same. However, the total memory of acquisition unit shall not be less than 5.0
seconds
(e) The open delta voltage and neutral current shall be derived either through
software or externally by providing necessary auxiliary transformers.
(f) The acquisition unit shall be typically used to record the following digital
channels :
1 Main CB R phase open
2 Main CB Y phase open
3 Main CB B phase open
4 Main carrier received
5 Main protection operated
6 Main BC Auto reclosed operated
7 Over Voltage -Stage-1 /2 operated
8 Direct Trip received
9 Back Up protection operated
10 Bus bar protection operated
11 LBB operated of main /BC circuit breaker
12 BC CB R phase open
13 BC CB Y phase open
14 BC CB B phase open
(g) In case the Fault recorder is in-built part of line distance protection, above
digital channels may be interfaced either externally or internally.
(h) Any digital signal can be programmed to act as trigger for the acquisition unit.
Analog channels should have programmable threshold levels for triggers and
selection for over or under levels should be possible.
3.29.16 The colour laser printer shall be provided which shall be compatible with the desktop
PC and shall use Plain paper. The print out shall contain the Feeder identity, Date and
time (in hour, minute and second up to 100th of a second), identity of trigger source
and Graphic form of analogue and digital signals of all the channels. Two packets of
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-32

A4 size paper (500 sheets in each packet) suitable for printer shall be supplied.
3.29.17 Each Fault recorder shall have its own time generator and the clock of the time
generator shall be such that the drift is limited to +0.5 seconds/day, if allowed to run
without synchronisation. Further, Fault recorder shall have facility to synchronise its
time generator from Time Synchronisation Equipment having output of following
types
 Voltage signal : (0-5V continuously settable, with 50m Sec. minimum pulse
duration)
 Potential free contact (Minimum pulse duration of 50 m Sec.)
 IRIG-B
 RS232C
The recorder shall give annunciation in case of absence of synchronising within a
specified time.
3.29.18 Substations where Time Synchronisation Equipment is not available, time generator of
any one of the Fault recorders can be taken as master and time generators of other
Fault recorders and Event loggers in that station shall be synchronised to follow the
master.
3.30 DISTANCE TO FAULT LOCATOR shall
a) be electronic or microprocessor based type
b) be 'On-line' type
c) be suitable for breaker operating time of 2 cycles
d) have built-in display unit
e) the display shall be directly in percent of line length or kilometres without
requiring any further calculations
f) have an accuracy of 3% or better for the typical conditions defined for operating
timings measurement of distance relays.
g) The above accuracy should not be impaired under the following conditions:
 presence of remote end infeed
 predominant D.C. component in fault current
 high fault arc resistance
 severe CVT transients
h) shall have mutual zero sequence compensation unit if fault locator is to be used
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-33

on double circuit transmission line.


i) built in feature of line distance relay is acceptable provided the requirements of
above clauses are met.
3.31 TIME SYNCHRONISATION EQUPMENT
3.31.1 The Time synchronisation equipment shall receive the co-ordinated Universal Time
(UTC) transmitted through Geo Positioning Satellite System (GPS) and synchronise
equipments to the Nepal Standard Time in a substation.
3.31.2 Time synchronisation equipment shall include antenna, all special cables and
processing equipment etc.
3.31.3 It shall be compatible for synchronisation of Event Loggers, Disturbance recorders and
SCADA at a substation through individual port or through Ethernet realised through
optic fibre bus.
3.31.4 Equipment shall operate up to the ambient temperature of 50 degree centigrade and
80% humidity.
3.31.5 The synchronisation equipment shall have 2 micro-second accuracy. Equipment shall
give real time corresponding to IST (taking into consideration all factors like voltage,
& temperature variations, propagation & processing delays etc).
3.31.6 Equipment shall meet the requirement of IEC 60255 for storage & operation.
3.31.7 The system shall be able to track the satellites to ensure no interruption of
synchronisation signal.
3.31.8 The output signal from each port shall be programmable at site for either one hour, half
hour, minute or second pulse, as per requirement.
3.31.9 The equipment offered shall have six (6) output ports. Various combinations of output
ports shall be selected by the customer, during detailed engineering, from the
following :
 Potential free contact (Minimum pulse duration of 50 milli Seconds.)
 IRIG-B
 RS232C
 SNTP Port
3.31.10 The equipment shall have a periodic time correction facility of one second periodicity.
3.31.11 Time synchronisation equipment shall be suitable to operate from 110V DC as
available at Substation.
3.31.12 Equipment shall have real time digital display in hour, minute, second (24 hour mode)
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-34

& have a separate time display unit to be mounted on the top of control panels having
display size of approx. 100 mm height.

3.32 TYPE TESTS


3.32.1 The reports for following type tests shall be submitted during detailed engineering for
the Protective relays, Fault Recorder, Fault locator and Disturbance recorder:
a) Insulation tests as per IEC 60255-5
b) DC Voltage dips and interruptions/Variation as per IEC 6100-4-29.
c) High frequency disturbance test as per IEC 61000-4 16, Class IV (Not
applicable for electromechanical relays)
d) Electrostatic discharges as per IEC 61000-4-2, level; 4 (not applicable for
Electromechanical relays)
e) Fast transient test as per IEC 61000, Level IV (Not applicable for
electromechanical relays)
f) Relay characteristics, performance and accuracy test as per IEC 60255
 Steady state Characteristics and operating time
 Dynamic Characteristics and operating time for distance protection relays and
current differential protection relays
 Conformance test as per IEC 61850-10.
For Fault recorder, Disturbance recorder; only performance tests are intended
under this item.
g) Tests for thermal and mechanical requirements as per IEC 60255-6
h) Tests for rated burden as per IEC 60255-6
i) Contact performance test as per IEC 60255-0-20 (not applicable for Distance to
fault locator and Disturbance recorder)
In case there is a change either in version or in model (Except firmware) of the relay,
the contractor has to submit the type test reports for the offered revision/model.
3.32.2 Steady state & Dynamic characteristics test reports on the distance protection relays, as
type test, shall be based on test programme specified in Appendix A on
simulator/network analyser/PTL. Alternatively, the files generated using
Electromagnetic transient Programme (EMTP) can also be used for carrying out the
above tests. Single source dynamic tests on transformer differential relay shall be/
should have been conducted based on general guidelines specified in CIGRE
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-35

committee 34 report on Evaluation of characteristics and performance of Power system


protection relays and protective systems.

3.33 CONFIGURATION OF RELAY AND PROTECTION PANELS


The following is the general criteria for the selection of the equipments to be provided
in each type of panel. However, contractor can optimise the requirement of panels by
suitably clubbing the feeder protection and CB relay panels. Similarly, Group-I &
Group-II protections for transformer shall not be provided in single panel.

CONTROL PANEL
Various types of control panels shall consist of the following

a Ammeter 3 set for each Line, BC,


Bus section, Transformer
b Wattmeter with transducer 1 set for each line, transformer

c Varmeter with transducer 1 set for each line,transformer,Bus reactor


d CB Control switch 1 no. for each Circuit breaker

e Isolator Control switch 1 no. for each isolator

f Semaphore 1 no. for each earth switch

g Red indicating lamp 1 no. for each Circuit breaker

h Red indicating lamp 1 no. for each isolator

i Green indicating lamp 1 no. for each Circuit breaker

j Green indicating lamp 1 no. for each isolator

k White indicating lamp 2 nos for each feeder


(DC healthy lamp)
l Annunciation windows with 18 nos for each feeder
associated annunciation relays
m Push button for alarm 3 nos for each control panel
Accept/reset/lamp test

n Synchronising Socket 1 no. for each Circuit Breaker if required


Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-36

o Synchronising selector Switch 1 no. for each Circuit Breaker switch if


required
p Mimic to represent SLD Lot in all control panels

q Voltmeter with selector 1 no for each line, transformer , bus


Switch

r Cut out, mounting and Lot for transformers/reactors


wiring for RWTI and
selector switch
Notes:
1 For transformer feeders, all equipments of control panel shall be provided separately
for HV and MV sides.
2. The above list of equipments mentioned for control panel is generally applicable
unless it is defined elsewhere and in case of bay extension in existing substations,
necessary equipments for matching the existing control panel shall be supplied.
3. Each line /HV side of transformer/MV/LV side of transformer / BC/ Bus Section
shall be considered as one feeder for above purpose.

a) LINE PROTECTION PANEL (132kV)


The Line Protection panel for transmission lines shall consist of following protection
features/schemes
S.No Description Qty
1. Main-I Numerical Distance Protection scheme having 1 set
inbuilt feature of Disturbance recorder, Distance to fault
Locator

2. 3 phase trip relays 2 nos


3. Flag relays , carrier receive relays , aux. Relays timers Built in Main Relay
etc as per scheme requirements
4. Under voltage relay for isolator /earth switch Built in BCU in main-I
5. Directional back up Over current and E/F Protection Built in BCU in main-I
scheme
6. DC Supply supervision relay 2Nos.
7. Breaker failure protection Built in BCU/ Busbar
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-37

protection
8. Energy Meter 3 phase, 4 wire, ABT 1 No.
9. Cut-out and wiring with TTB for supplied energy meter 1 Set

b) LINE PROTECTION PANEL (33 kV)

Sl No. DESCRIPTION QTY

1. Bay Control Unit/Bay Control & Protection Unit 1NO.


2. Numerical Non Directional Over Current and Earth 1SET
Fault Relay 1No. with High Set Feature and in built
LBB protection( LBB function as part of BCU is
acceptable)
3. Electronic Trivector Meter with 0.2 Class Accuracy 1NO.
With RS 485, RS 232 & Front Optical port
4. Master Trip Relay with adequate no of contacts and 1NO.
Electrical Resettable type
5. CB Troubles and Alarm (Part of BCU) 1 SET
6. Metering (part of BCU) 1 SET

c) 132/33 kV TRANSFORMER PROTECTION RELAY PANEL

The protection panel for 132/33 kV Transformer shall consist of the following equipments.

132 kV Side 33kV


1 Transformer Differential protection scheme 1 no NIL
2 Restricted Earth fault protection scheme 1 no 1 no
3 Directional back up over current and E/F Relay 1set Nil
With non-directional high set feature
4 Non-Directional back up over current and NIL 1 Set
E/F Relay with non-directional high set feature
(Part of 33kV BCU is acceptable)
5 Over fluxing protection scheme Nil 1No.
6 Over load protection scheme 1No. Nil
7 Three phase trip relays 2No. 2No.
8 Trip supervision relay 2No. 2No.
9 Scheme requirements including transformer Alarms Lot Lot
and trip function
10 Disturbance Recorder 1No. Nil

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-38

11 Revenue Energymeter (As per T.S. Chapter-1) 1No. 1No.


12 Transformer Neutral Current relay for transformer 1 Set
bank
13 Flag Relays/Aux. Relays for wiring Transformer
auxiliary protection contacts such as Buchholz, Oil As required
Temperature, Winding Temperature, PRV, OLTC
Buchholz etc. as per scheme requirements

BCU for 132 kV Bay has been included in the BOQ of SAS.

d) 33/11 kV TRANSFORMER PROTECTION RELAY PANEL

The protection panel for 33/11 kV Transformer shall consist of the following
equipments.

33 kV 11 kV
Side Side
1 Transformer Differential protection scheme 1 No. Nil
2 Restricted Earth fault protection scheme 1 No. 1 No.
3 Directional back up over current and E/F Relay 1 Set Nil
With non-directional high set feature
4 Non-Directional back up over current and Nil 1 Set
E/F Relay with non-directional high set feature
(Part of 33kV BCU is acceptable)
5 Over fluxing protection scheme Nil 1 Set
6 Over load protection scheme 1 No. Nil
7 Three phase trip relays 2Nos. 2 Nos.
8 Trip supervision relay 2Nos. 2 Nos.
9 Scheme requirements including transformer Alarms Lot Lot
and trip function
10 Disturbance Recorder 1No. Nil
11 Revenue Energy meter (As per T.S. Chapter-1) 1No. 1 No.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-39

12 Transformer Neutral Current relay for transformer 1 Set


bank
13 Flag Relays/Aux. Relays for wiring Transformer
auxiliary protection contacts such as Buchholz, Oil As required
Temperature, Winding Temperature, PRV, OLTC
Buchholz etc. as per scheme requirements

BCU for 33 kV Bay has been included in the BOQ of SAS.

e) 132 KV BUS COUPLER CUM BUSBAR PROTECTION PANEL

The132 Bus Coupler cum Busbar Protection Panel shall consist of following:

S.No Description Qty


1. Complete Bus bar differential protection scheme 1 set
2. Non-Directional back up Over current and E/F 1 set
Relay with non-directional high set
3. Local Breaker Backup protection 1 set/As built in Numerical
Overcurrent Relay
4. 3 phase trip relays 3 nos
5. Bay Control Unit 1 No.
6. DC Change over relay 1 no
7. CB close multiplication relay 1 no

8. CB trip multiplication relay 1 no as per scheme requirement

9. DC supervision relay 2 nos

10. Trip Circuit supervision relay 2 nos

11. Any other item required for successful completion 1 lot


of scheme
12. Flag relays, aux. relays, timers, trip relays etc. As 1 lot
per scheme requirements (Acceptable as part of
BCU)

The above protection schemes may be clubbed in Group-I/II as per clause no. 14.21
of technical specification. All the trip relays and auxiliary relays required for
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-40

satisfactory operation of the scheme shall be included by the contractor.

3.34 ERECTION AND MAINTENANCE TOOL EQUIPMENTS


All special testing equipment required for the installation and maintenance of the
apparatus, instruments devices shall be furnished in relevant schedule.
3.35 TROPICALISATION
Control room shall be normally air-cooled/air- conditioned. All equipments shall
however be suitable for installation in a tropical monsoon area having hot, humid
climate and dry and dusty seasons with ambient conditions specified in the
specification. All control wiring, equipment and accessories shall be protected against
fungus growth, condensation, vermin and other harmful effects due to tropical
environment.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-31

APPENDIX-A
Test programme for distance relays
General Comments:

1. These test cases are evolved from the report of working group 04 of study committee 34
(Protection) on evaluation of characteristics and performance of power system protection
relays and protective systems. For any further guidelines required for carrying out the tests,
reference may be made to the above document.
2. The test shall be carried out using network configuration and system parameters as shown in
the figure-1
3. All denotations regarding fault location, breakers etc are referred in figure –1
4. The fault inception angles are referred to R- N voltage for all types of faults
5. The fault inception angle is zero degree unless otherwise specified
6. Where not stated specifically, the fault resistance (Rf) shall be zero or minimum as possible
in simulator
7. Single pole circuit breakers are to be used
8. The power flow in double source test is 100 MW
System parameters
System voltage =132KV
CTR= 600/1
PTR = 132/110 (with CVT, the parameters of CVT model are shown in figure –2)

RELAY

C1 CVT C3

CT CT
XSA
XSB
C2 C4
SOURCE 1
BUS 1 SOURCE 2
BUS 2

FIGURE 1

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-32

Line parameters/km
Positive Sequence Resistance, (r1) = 0. 02897 Ω
Positive Sequence Reactance (x1) = 0.3072 Ω
Zero Sequence Resistance (r0) = 0.2597 Ω
Zero Sequence Reactance (x1) = 1.0223 Ω
Zero Sequence Mutual Resistance (rm) = 0.2281 Ω
Zero Sequence Mutual Reactance (xm) = 0.6221 Ω
Zero Sequence succeptance (bo) = 2.347 µ mho
Positive Sequence succeptance (b1) =3.630 µ mho

Type of line Short Long


Secondary line impedance 2Ω 20 Ω*
Length of line in Kms 23.57 235.7
SIR 4 15 4
Source impedance (pry) (at a 29.09 Ω 109.09 Ω 290.9 Ω
time constant of 50 ms) (5500 (1467 MVA) (550 MVA)
MVA)

* Alternatively , the tests can be done with 10 Ω secondary impedance and source
impedance may accordingly be modified

CVT Model

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-33

C1
TUNING CIRCUIT ( Rl , Ll) DAMPING CIRCUIT (Ra ,La)

C2

LOAD(Rc)
CAPACITIVE DIVIDER
INTERMEDIATE TRANSFORMER

Figure-2

XC1 1.455 µ mho


XC2 27.646 µ mho
Rl 320 Ω
XLl 34243 Ω
Ra 4.200 Ω
Xla 197.92 Ω
Rc 14.00 Ω
Transformation ratio of 181.8
Intermediate
transformer
Details of fault cases to be done

Sl Description Single source with short Single source Double source Double source
no line long line (20 with short with long single
(2  ) ) double line (2 line (20 )
)

CLOSE C1, OPEN CLOSE C1, CLOSE C1, CLOSE C1,C3


C2,C3,C4 OPEN C2,C3,C4 OPEN C2,C4
C2,C3,C4
SIR=4 SIR=15 SIR =4 SIR = 4 SIR=4

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-34

Sl Description Single source with short Single source Double source Double source
no line long line (20 with short with long single
(2  ) ) double line (2 line (20 )
)

1 Dynamic Tests to be Tests to be Tests to be Tests to be done


accuracy for done at 2 done at 2 done at 2 at 2 locations
zone 1 locations ( locations ( locations ( 84 (84% and 76% of
84 % and 84 % and % and 76 % line length) X 4
76 % of 76 % of of line length faults (RN , YB,
line length line length ) X 4 faults YBN, RYB) X
) X 4 ) X 4 (RN , YB, 2 fault inception
faults (RN faults (RN , YBN, RYB) angle
, YB, YB, YBN, X 2 fault (0°, 90°)= 16
YBN, RYB) X inception cases
RYB) X 2 fault angle
2 fault inception (0°,90°)= 16
inception angle cases
angle (0°,90°)=
(0°, 90°)= 16 cases
16 cases
2 Operating Tests to be Tests to be Tests to be Tests to be doneTests to be done
time for done at 3 done at 3 done at 3 at 1 location (40
at 1 location (40
zone 1 at locations locations (0 locations ( 0 % of line length)
% of line length )
SIR =4 (0% , 40% % , 40 % % , 40 % X 4 faults (RN, X 4 faults (RN,
and 64% and 64 % and 64 % of YB, YBN, RYB) YB, YBN, RYB)
of line of line line length ) X 4 fault
X 4 fault
length ) X length ) X X 4 faults inception angle inception angle
4 faults 4 faults (RN , YB, (0°,30°,60° and (0°,30°,60° and
(RN, YB, (RN , YB, YBN, RYB) 90 °)= 16 cases 90°)= 16cases
YBN, YBN, X 4 fault
RYB) X RYB) X inception
4 fault 4 fault angle
inception inception (0°, 30°,60°
angle angle and 90°)= 48
(0°, (0°,30°,60° cases
30°,60° and 90°)=
and 90°) = 48 cases
48 cases
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-35

Sl Description Single source with short Single source Double source Double source
no line long line (20 with short with long single
(2  ) ) double line (2 line (20 )
)

3 Operating Tests to be Tests to be Tests to be


time for done at 1 done at 1 done at 1
zone II and location ( location location (100
Zone III 100 % of (100 % of % of line
line length line length) length ) X 1
) X 1 X 1 faults faults (RN ,
faults (RN , YB, YB, YBN,
(RN, YB, YBN, RYB) X 2
YBN, RYB) X Zones (II and
RYB) X 2 zones (II III) = 2 cases
2 zones (II and III) = 2
and III) = cases
2 cases
4 Switch on Tests to be
to fault done at 2
feature location ( 0
% and 32 %)
X 1 faults
(RYB) Any
fault
inception
angle = 2
cases
5 Operation Tests to be done
during at 2 location (0
current % and 80 % of
reversal line length ) X 1
faults ( RN) X 1
fault inception
angle (0
degrees) = 2
cases

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 22 - Control and Relay Panel Page 22-36

Sl Description Single source with short Single source Double source Double source
no line long line (20 with short with long single
(2  ) ) double line (2 line (20 )
)

CLOSE C1, OPEN CLOSE C1, CLOSE C1, CLOSE C1,C3


C2,C3,C4 OPEN C2,C3,C4 OPEN C2,C4
C2,C3,C4
SIR=4 SIR=15 SIR =4 SIR = 4 SIR=4

6 Operation at Tests to be done


simultaneou at 2 location (8
s faults % and 64 % of
line length ) X 2
faults ( RN in
circuit 1 to BN
in circuit 2 and
RN in circuit 1
to RYN in
circuit 2 in 10
ms) X 1 fault
inception angle
( 0 °) = 4 cases
(*1)
7 Directional Tests to be done
sensitivity at 1 location (0%
reverse) X 6
faults ( RN ,YB,
YBN , RYB,RN
with Rf=13.75
ohm(sec) and
RYN with Rf=
13.75 Ohm (sec)
X 2 fault
inception angle
(0° ,90° ) =
12cases
8 Limit for Tests to be done
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 22 - Control and Relay Panel Page 22-37

Sl Description Single source with short Single source Double source Double source
no line long line (20 with short with long single
(2  ) ) double line (2 line (20 )
)
fault at 2 location ( 0%
resistance and 68 % of line
length) X 1 fault
( RN with
Rf=13.75
ohm(sec) X 2
fault inception
angle (0°,90° ) =
4 cases
9 Operation at Tests to be done
evolving at 2 location (32
faults % and 0% of line
length) X 2 faults
(RN to RYN) x
in 2 timings (10
ms and 30 ms) X
2 load direction
(from A to B and
from B to A) = 16
cases
10 Fault Measure Measure Measure Measure fault Measure fault
locator fault fault fault location location for all location for all
function , in location location for for all cases cases under 2 cases under 2, 7
case the for all all cases under 1 and 2 and 6 and 9
same is cases under 1 and
offered as under 1 2
built in and 2
feature

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 23 - Substation Automation System and SCADA Integration Page 23-1

CHAPTER – 23
SUBSTATION AUTOMATION SYSTEM AND SCADA INTEGRATION

1 GENERAL

1.1 The substation automation system shall be offered from a manufacturer who must
have designed, manufactured, tested, installed and commissioned substation
automation system which must be in satisfactory operation on 132 kV system or
higher for at least 2 (Two) years as on the date of bid opening.

The Bidder shall submit type-test reports, valid ISO 9001 Certificates, necessary
technical brochures, sales record as well as detailed drawings showing layout,
section in conformity with relevant standards with his tender to verify compliance
with the requirement of these Specifications.

1.2 The Substation Automation System (SAS) shall be installed to control and monitor
all the sub-station equipment from remote control centre (RCC) as well as from
local control centre.

The SAS shall contain the following main functional parts:


 Bay control Intelligence Electronic Devices (IEDs) for control and
monitoring.
 Station Human Machine Interface (HMI)
 Redundant managed switched Ethernet Local Area Network communication
infrastructure with hot standby.
 Gateway for remote control via industrial grade hardware (to RCC) through
IEC60870-5-101 to 104 protocol.
 Gateway for remote supervisory control (to RSCC), the gateway should be
able to communicate with RSCC on IEC 60870-5-101 & IEC 60870-5-104
protocol. The specific protocol to be implemented is enclosed as Appendix-I.
It shall be the bidder’s responsibility to integrate his offered system with
existing RSCC system for exchange of desired data. The requirement of IO
point shall be worked out by the bidder as per criterion enclosed as
Appendix-II for data exchange with RLDCs.
 Remote HMI.

1.3 Peripheral equipment like printers, display units, key boards, Mouse etc. shall enable
local station control via a PC by means of human machine interface (HMI) and
control software package, which shall contain an extensive range of supervisory
control and data acquisition (SCADA) functions. It shall include communication
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-2

gateway, intelligent electronic devices (IED) for bay control and inter IED
communication infrastructure. An architecture drawing for SAS is enclosed.

1.4 The communication gateway shall facilitate the information flow with remote control
centres. The bay level intelligent electronic devices (IED) for protection and control
shall provide the direct connection to the switchgear without the need of interposing
components and perform control, protection, and monitoring functions.

2 SYSTEM DESIGN

2.1 General system design


The Substation Automation System (SAS) shall be suitable for operation and
monitoring of the complete substation including future extensions as given in
Chapter 1 - PSR.
The systems shall be of the state-of-the art suitable for operation under electrical
environment present in extra high voltage substations, follow the latest engineering
practice, and ensure long-term compatibility requirements and continuity of
equipment supply and the safety of the operating staff.
The offered SAS shall support remote control and monitoring from Remote Control
centres via gateways.
The system shall be designed such that personnel without any background
knowledge in Microprocessor-based technology are able to operate the system. The
operator interface shall be intuitive such that operating personnel shall be able to
operate the system easily after having received some basic training.
The system shall incorporate the control, monitoring and protection functions
specified, self-monitoring, signalling and testing facilities, measuring as well as
memory functions, event recording and evaluation of disturbance records.
Maintenance, modification or extension of components may not cause a shutdown of
the whole substation automation system. Self-monitoring of components, modules
and communication shall be incorporated to increase the availability and the
reliability of the equipment and minimize maintenance.
Bidder shall offer the Bay level unit (a bay comprises of one circuit breaker and
associated disconnectors, earth switches, lightning arrestors and instrument
transformers), bay mimic along with relay and protection panels and
communication panels (described in other sections of technical specifications)
and Station HMI in Control Room building for overall optimisation in respect
of cabling.

2.2 System architecture


The SAS shall be based on a decentralized architecture and on a concept of bay-
oriented, distributed intelligence.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-3

Functions shall be decentralized, object-oriented and located as close as possible to


the process.
The main process information of the station shall be stored in distributed databases.
The typical SAS architecture shall be structured in two levels, i.e. in a station and a
bay level.
At bay level, the IEDs shall provide all bay level functions regarding control,
monitoring and protection, inputs for status indication and outputs for commands.
The IEDs should be directly connected to the switchgear without any need for
additional interposition or transducers.
Each bay control IED shall be independent from each other and its functioning shall
not be affected by any fault occurring in any of the other bay control units of the
station.
The data exchange between the electronic devices on bay and station level shall take
place via the communication infrastructure. This shall be realized using fibre-optic
cables, thereby guaranteeing disturbance free communication. The fibre optic cables
shall be run in GI conduit pipes. Data exchange is to be realised using IEC 61850
protocol with a redundant managed switched Ethernet communication infrastructure
The communication shall be made in fault tolerant ring in redundant mode,
excluding the links between individual bay IEDs to switch wherein the redundant
connections are not envisaged, such that failure of one set of fiber shall not affect the
normal operation of the SAS. However failure of fiber shall be alarmed in SAS. Each
fiber optic cable shall have four (4) spare fibers
At station level, the entire station shall be controlled and supervised from the station
HMI. It shall also be possible to control and monitor the bay from the bay level
equipment at all times.
Clear control priorities shall prevent operation of a single switch at the same time
from more than one of the various control levels, i.e. RCC, station HMI, bay level or
apparatus level. The priority shall always be on the lowest enabled control level.
The station level contains the station-oriented functions, which cannot be realised at
bay level, e.g. alarm list or event list related to the entire substation, gateway for the
communication with remote control centres.
The GPS time synchronising signal (as specified in the section relay & protection)
for the synchronization of the entire system shall be provided.
The SAS shall contain the functional parts as described in para 15.1.2 above.

2.2.1 Functional Requirement

The high-voltage apparatus within the station shall be operated from different
places:
 Remote control centres
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-4

 Station HMI.
 Local Bay controller IED (in the bays)
Operation shall be possible by only one operator at a time.
The operation shall depend on the conditions of other functions, such as
interlocking, synchrocheck, etc. (see description in”Bay level control functions”).

2.2.1.1 Select-before-execute
For security reasons the command is always to be given in two stages: selection of
the object and command for operation under all mode of operation except
emergency operation. Final execution shall take place only when selection and
command are actuated.

2.2.1.2 Command supervision


Bay/station interlocking and blocking
Software Interlocking is to be provided to ensure that inadvertent incorrect
operation of switchgear causing damage and accidents in case of false operation
does not take place.
In addition to software interlocking hardwired interlocking are to be provided for:
(a) Bus Earth switch Interlocking
(b) Transfer Bus interlocking (if applicable)
It shall be a simple layout, easy to test and simple to handle when upgrading the
station with future bays. For software interlocking the bidder shall describe the
scenario while an IED of another bay is switched off or fails.
A software interlock override function shall be provided which can be enabled to
bypass the interlocking function.

2.2.1.3 Run Time Command cancellation


Command execution timer (configurable) must be available for each control level
connection. If the control action is not completed within a specified time, the
command should get cancelled.

2.2.1.4 Self-supervision
Continuous self-supervision function with self-diagnostic feature shall be
included.

2.2.1.5 User configuration


The monitoring, controlling and configuration of all input and output logical
signals and binary inputs and relay outputs for all built-in functions and signals
shall be possible both locally and remotely.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-5

It shall also be possible to interconnect and derive input and output signals, logic
functions, using built-In functions, complex voltage and currents, additional
logics (AND-gates, OR gates and timers). (Multi-activation of these additional
functions should be possible).

The Functional requirement shall be divided into following levels:

a. Bay (a bay comprises of one circuit breaker and associated


disconnector, earth switches and instrument transformer)
Level Functions

b. System Level Functions

2.3 Bay level functions


In a decentralized architecture the functionality shall be as close to the process as
possible. In this respect, the following functions can be allocated at bay level:
 Bay control functions including data collection functionality in bay
control/protection unit.
 Bay protection functions

Separate IEDs shall be provided for bay control function and bay protection function.

2.3.1 Bay control functions


2.3.1.1 Overview
Functions
 Control mode selection
 Select-before-execute principle
 Command supervision:
o Interlocking and blocking
o Double command
 Synchrocheck, voltage selection
 Run Time Command cancellation
 Transformer tap changer control (Raise and lower of tap ) (for power transformer
bays)
 Operation counters for circuit breakers and pumps
 Hydraulic pump/ Air compressor runtime supervision
 Operating pressure supervision through digital contacts only
 Breaker position indication per phase
 Alarm annunciation
 Measurement display
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-6

 Local HMI (local guided, emergency mode)


 Interface to the station HMI.
 Data storage for at least 200 events
 Extension possibilities with additional I/O's inside the unit or via fibre-optic
communication and process bus

2.3.1.2 Control mode selection


Bay level Operation:
As soon as the operator receives the operation access at bay level the operation is
normally performed via bay control IED. During normal operation bay control
unit allows the safe operation of all switching devices via the bay control IED.
EMERGENCY Operation
It shall be possible to close or open the selected Circuit Breaker with ON or OFF
push buttons even during the outage of bay IED.

REMOTE mode
Control authority in this mode is given to a higher level (Remote Control Centre)
and the installation can be controlled only remotely. Control operation from lower
levels shall not be possible in this operating mode.

2.3.1.3 Synchronism and energizing check


The synchronism and energizing check functions shall be bay-oriented and
distributed to the bay control and/or protection devices. These features are:
 Settable voltage, phase angle, and frequency difference.
 Energizing for dead line - live bus, live line - dead bus or dead line – dead
bus with no synchro-check function.
 Synchronising between live line and live bus with synchro-check function
Voltage selection
The voltages relevant for the Synchro check functions are dependent on the
station topology, i.e. on the positions of the circuit breakers and/or the isolators.
The correct voltage for synchronizing and energizing is derived from the auxiliary
switches of the circuit breakers, the isolator, and earthing switch and shall be
selected automatically by the bay control and protection IEDs.
2.3.1.4 Transformer tap changer control
Raise and lower operation of OLTC taps of transformer shall be facilitated
through Bay controller IED.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-7

2.3.2 Bay protection functions

2.3.2.1 General
The protection functions are independent of bay control function. The protection
shall be provided by separate protection IEDs (numerical relays) and other
protection devices as per section Relay & Protection.
IEDs, shall be connected to the communication infrastructure for data sharing and
meet the real-time communication requirements for automatic functions. The data
presentation and the configuration of the various IEDs shall be compatible with
the overall system communication and data exchange requirements.
Event and disturbance recording function
Each IED should contain an event recorder capable of storing at least 200 time-
tagged events. The disturbance recorder function shall be as per detailed in
Chapter 15 – Control, Relay & Protection Panels.

2.3.2.2 Bay Monitoring Function


Analogue inputs for voltage and current measurements shall be connected directly
to the voltage transformers (VT) and the current transformers (CT) without
intermediate transducers. The values of active power (W), reactive power (VAR),
frequency (Hz), and the rms values for voltage (U) and current (I) shall be
calculated in the Bay control/protection unit.

2.4 System level functions


2.4.1 Status supervision
The position of each switchgear, e.g. circuit breaker, isolator, earthing switch,
transformer tap changer etc., shall be supervised continuously. Every detected
change of position shall be immediately displayed in the single-line diagram on the
station HMI screen, recorded in the event list, and a hard copy printout shall be
produced. Alarms shall be initiated in the case of spontaneous position changes.
The switchgear positions shall be indicated by two auxiliary switches, normally
closed (NC) and normally open (NO), which shall give ambivalent signals. An
alarm shall be initiated if these position indications are inconsistent or if the time
required for operating mechanism to change position exceeds a predefined limit.

The SAS shall also monitor the status of sub-station auxiliaries. The status and
control of auxiliaries shall be done through separate one or more IED and all alarm
and analogue values shall be monitored and recoded through this IED.

2.4.2 Measurements
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-8

The analogue values acquired/calculated in bay control/protection unit shall be


displayed locally on the station HMI and in the control centre. The abnormal values
must be discarded. The analogue values shall be updated every 2 seconds.
Threshold limit values shall be selectable for alarm indications.
2.4.3 Event and alarm handling
Events and alarms are generated either by the switchgear, by the control IEDs, or by
the station level unit. They shall be recorded in an event list in the station HMI.
Alarms shall be recorded in a separate alarm list and appear on the screen. All, or a
freely selectable group of events and alarms shall also be printed out on an event
printer. The alarms and events shall be time-tagged with a time resolution of 1 ms.
The tentative list for various feeders and systems are enclosed as Annexure-I.
2.4.4 Station HMI
2.4.4.1 Substation HMI Operation:
On the HMI the object has to be selected first. In case of a blocking or
interlocking conditions are not met, the selection shall not be possible and an
appropriate alarm annunciation shall occur. If a selection is valid the position
indication will show the possible direction, and the appropriate control execution
button shall be pressed in order to close or open the corresponding object.
Control operation from other places (e.g. REMOTE) shall not be possible in this
operating mode.
2.4.4.2 Presentation and dialogues
General
The operator station HMI shall be a redundant with hot standby and shall provide
basic functions for supervision and control of the substation. The operator shall give
commands to the switchgear on the screen via mouse clicks.
The HMI shall give the operator access to alarms and events displayed on the
screen. Aside from these lists on the screen, there shall be a printout of alarms or
events in an event log.
An acoustic alarm shall indicate abnormalities, and all unacknowledged alarms shall
be accessible from any screen selected by the operator.
The following standard pictures shall be available from the HMI:
 Single-line diagram showing the switchgear status and measured values
 Control dialogues with interlocking or blocking information details. This
control dialogue shall tell the operator whether the device operation is
permitted or blocked.
 Measurement dialogues
 Alarm list, station / bay-oriented
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-9

 Event list, station / bay-oriented


 System status
2.4.4.2.1 HMI design principles
Consistent design principles shall be adopted with the HMI concerning labels,
colours, dialogues and fonts. Non-valid selections shall be dimmed out.
The object status shall be indicated using different status colours for:
 Selected object under command
 Selected on the screen
 Not updated, obsolete values, not in use or not sampled
 Alarm or faulty state
 Warning or blocked
 Update blocked or manually updated
 Control blocked
 Normal state
2.4.4.2.2 Process status displays and command procedures
The process status of the substation in terms of actual values of currents, voltages,
frequency, active and reactive powers as well as the positions of circuit breakers,
isolators and transformer tap-changers shall be displayed in the station single-line
diagram.
In order to ensure a high degree of security against undesired operation, a "select-
before-execute" command procedure shall be provided. After the "selection" of a
switch, the operator shall be able to recognize the selected device on the screen, and
all other switchgear shall be blocked. As communication between control centre and
device to be controlled is established, the operator shall be prompted to confirm the
control action and only then final execute command shall be accepted. After the
“execution” of the command the operated switching symbol shall flash until the
switch has reached its new position.
The operator shall be in a position to execute a command only, if the switch is not
blocked and if no interlocking condition is going to be violated. The interlocking
statements shall be checked by the interlocking scheme implemented at bay and
station level.
After command execution the operator shall receive a confirmation that the new
switching position has been reached or an indication that the switching procedure
was unsuccessful with the indication of the reason for non-functioning.
2.4.4.2.3 System supervision & display

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 23 - Substation Automation System and SCADA Integration Page 23-10

The SAS system shall be comprehensively self-monitored such that faults are
immediately indicated to the operator, possibly before they develop into serious
situations. Such faults are recorded as a faulty status in a system supervision
display. This display shall cover the status of the entire substation including all
switchgear, IEDs, communication infrastructure and remote communication links,
and printers at the station level, etc.
2.4.4.2.4 Event list
The event list shall contain events that are important for the control and monitoring
of the substation.
The event and associated time (with 1 ms resolution) of its occurrence has to be
displayed for each event.
The operator shall be able to call up the chronological event list on the monitor at
any time for the whole substation or sections of it.
A printout of each display shall be possible on the hard copy printer.
The events shall be registered in a chronological event list in which the type of
event and its time of occurrence are specified. It shall be possible to store all events
in the computer for at least one month. The information shall be obtainable also
from a printed event log.

The chronological event list shall contain:


 Position changes of circuit breakers, isolators and earthing devices
 Indication of protective relay operations
 Fault signals from the switchgear
 Indication when analogue measured values exceed upper and lower limits.
Suitable provision shall be made in the system to define two level of alarm on
either side of the value or which shall be user defined for each measurands.
 Loss of communication.
Filters for selection of a certain type or group of events shall be available. The
filters shall be designed to enable viewing of events grouped per:
 Date and time
 Bay
 Device
 Function e.g. trips, protection operations etc.
 Alarm class
2.4.4.2.5 Alarm list

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 23 - Substation Automation System and SCADA Integration Page 23-11

Faults and errors occurring in the substation shall be listed in an alarm list and shall
be immediately transmitted to the control centre. The alarm list shall substitute a
conventional alarm tableau, and shall constitute an evaluation of all station alarms.
It shall contain unacknowledged alarms and persisting faults. The date and time of
occurrence shall be indicated.
The alarm list shall consist of a summary display of the present alarm situation.
Each alarm shall be reported on one line that contains:
 The date and time of the alarm
 The name of the alarming object
 A descriptive text
 The acknowledgement state.
Whenever an alarm condition occurs, the alarm condition must be shown on the
alarm list and must be displayed in a flashing state along with an audible alarm.
After acknowledgement of the alarm, it should appear in a steady (i.e. not flashing)
state and the audible alarm shall stop. The alarm should disappear only if the alarm
condition has physically cleared and the operator has reset the alarm with a reset
command. The state of the alarms shall be shown in the alarm list (Unacknowledged
and persistent, Unacknowledged and cleared, Acknowledged and persistent).
Filters for selection of a certain type or group of alarms shall be available as for
events.
2.4.4.2.6 Object picture
When selecting an object such as a circuit breaker or isolator in the single-line
diagram, the associated bay picture shall be presented first. In the selected object
picture, all attributes like
 Type of blocking
 Authority
 Local / remote control
 RSCC / SAS control
 Errors
 etc.,
shall be displayed.

2.4.4.2.7 Control dialogues


The operator shall give commands to the system by means of mouse click located
on the single-line diagram. Data entry is performed with the keyboard. Dedicated
control dialogues for controlling at least the following devices shall be available:
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-12

 Breaker and disconnector


 Transformer tap-changer
2.4.4.3 User-authority levels
It shall be possible to restrict activation of the process pictures of each object (bays,
apparatus...) within a certain user authorisation group. Each user shall then be given
access rights to each group of objects, e.g.:
 Display only
 Normal operation (e.g. open/close of switchgear)
 Restricted operation (e.g. by-passed interlocking)
 System administrator
For maintenance and engineering purposes of the station HMI, the following
authorisation levels shall be available:
 No engineering allowed
 Engineering/configuration allowed
 Entire system management allowed
The access rights shall be defined by passwords assigned during the log-in
procedure. Only the system administrator shall be able to add/remove users and
change access rights.
2.4.4.4 Reports
The reports shall provide time-related follow-ups of measured and calculated
values. The data displayed shall comprise:
 Trend reports:
 Day (mean, peak)
 Month (mean, peak)
 Semi-annual (mean, peak)
 Year (mean, peak)
 Historical reports of selected analogue Values:
 Day (at 15 minutes interval)
 Week
 Month
 Year
It shall be possible to select displayed values from the database in the process
display on-line. Scrolling between e.g. days shall be possible. Unsure values shall
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-13

be indicated. It shall be possible to select the time period for which the specific data
are kept in the memory.
Following printouts shall be available from the printer and shall be printed on
demand:

i. Daily voltage and frequency curves depicting time on X-axis and the
appropriate parameters on the Y-axis. The time duration of the curve is 24
hours.
ii. Weekly trend curves for real and derived analogue values.
iii. Printouts of the maximum and minimum values and frequency of occurrence
and duration of maximum and minimum values for each analogue parameter
for each circuit in 24 hr period.
iv. Provision shall be made for logging information about breaker status like
number of operation with date and time indications along with the current
value it interrupts (in both condition i.e. manual opening and fault tripping)
v. Equipment operation details shift wise and during 24 hours.
vi. Printout on adjustable time period as well as on demand for MW, MVAR,
Current, Voltage on each feeder and transformer as well as Tap Positions,
temperature and status of pumps and fans for transformers.
vii. Printout on adjustable time period as well as on demand system frequency
and average frequency.
viii. Reports in specified formats which shall be handed over to successful bidder.
The bidder has to develop these reports. The reports are limited to the formats
for which data is available in the SAS database.

2.4.4.5 Trend display (historical data)


It shall be possible to illustrate all types of process data as trends - input and output
data, binary and analogue data. The trends shall be displayed in graphical form as
column or curve diagrams with a maximum of 10 trends per screen. Adjustable time
span and scaling ranges must be provided.
It shall be possible to change the type of value logging (direct, mean, sum, or
difference) on-line in the window. It shall also be possible to change the update
intervals on-line in the picture as well as the selection of threshold values for
alarming purposes.
2.4.4.6 Automatic disturbance file transfer
All recorded data from the IEDs with integrated disturbance recorder as well as
dedicated disturbance recording systems shall be automatically uploaded (event
triggered or once per day) to a dedicated computer and be stored on the hard disc.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-14

2.4.4.7 Disturbance analysis


The PC-based work station shall have necessary software to evaluate all the
required information for proper fault analysis.
2.4.4.8 IED parameter setting
It shall be possible to access all protection and control IEDs for reading the
parameters (settings) from the station HMI or from a dedicated monitoring
computer. The setting of parameters or the activation of parameter sets shall only be
allowed after entering a password.
2.4.4.9 Automatic sequences
The available automatic sequences in the system should be listed and described,
(e.g. sequences related to the bus transfer). It must be possible to initiate pre-defined
automatic sequences by the operator and also define new automatic sequences.
2.4.5 Gateway
2.4.5.1 Communication Interface
The Substation Automation System shall have the capability to support simultaneous
communications with multiple independent remote master stations,

The Substation Automation System shall have communication ports as follows:


(a) Two ports for Remote Control Centre
(b) Two ports for Regional System Coordination Centre (RSCC)

The communication interface to the SAS shall allow scanning and control of defined
points within the substation automation system independently for each control
centre. The substation automation system shall simultaneously respond to
independent scans and commands from employer's control centres (RCC & RSCC).
The substation automation system shall support the use of a different communication
data exchange rate (bits per second), scanning cycle, and/or communication protocol
to each remote control centre. Also, each control centre’s data scan and control
commands may be different for different data points within the substation
automation system's database.
2.4.5.2 Remote Control Centre Communication Interface

Employer will supply communication channels between the Substation Automation


System and the remote control centre. The communication channels provided by
Employer will consist either of power line carrier, optical fibre or leased line, the
details of which shall be provided during detailed Engineering .
2.4.5.3 Interface equipment
The Contractor shall provide interface equipment for communicating between
Substation Automation system and Remote control centre and between Substation
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-15

Automation system and Regional System Coordination Centre (RSCC). However,


the communication channels available for this purpose are specified in Chapter 1 -
PSR.

2.4.5.4 Communication Protocol


The communication protocol for gateway to control centre must be open protocol
and shall support IEC 60870-5-101 and IEC 61850 for all levels of communication
for sub-station automation such as Bay to station HMI, gateway to remote station etc.

2.5 SYSTEM HARDWARE


2.5.1 Redundant Station HMI, Remote HMI and Disturbance Recorder Work station

The contractor shall provide redundant station HMI in hot standby mode. The servers
used in these work stations shall be of industrial grade.

It shall be capable to perform all functions for entire substation including future
requirements as indicated in the SLD. It shall use industrial grade components.
Processor and RAM shall be selected in such a manner that during normal operation
not more than 30% capacity of processing and memory are used. Supplier shall
demonstrate these features.
The capacity of hard disk shall be selected such that the following requirement
should occupy less than 50% of disk space:
1. Storage of all analogue data (at 15 Minutes interval)and digital data including
alarm , event and trend data for thirty(30) days,
2. Storage of all necessary software,
3. 20GB space for OWNER'S use.
Supplier shall demonstrate that the capacity of hard disk is sufficient to meet the
above requirement.
2.5.2 HMI (Human Machine Interface)
The VDU shall show overview diagrams (Single Line Diagrams) and complete
details of the switchgear with a colour display. All event and alarm annunciation
shall be selectable in the form of lists. Operation shall be by a user friendly function
keyboard and a cursor positioning device. The user interface shall be based on
WINDOWS concepts with graphics & facility for panning, scrolling, zooming,
decluttering etc.

2.5.3 Visual Display Units/TFT's (Thin Film Technology)

The display units shall have high resolution and reflection protected picture screen.
High stability of the picture geometry shall be ensured. The screen shall be at least
21" diagonally in size and capable of colour graphic displays.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 23 - Substation Automation System and SCADA Integration Page 23-16

The display shall accommodate resolution of 1280 X 1024 pixels.


2.5.4 Printer
It shall be robust & suitable for operation with a minimum of 132 characters per line.
The printing operation shall be quiet with a noise level of less than 45 dB suitable for
location in the control room. Printer shall accept and print all ASCII characters via
master control computer unit interface.
The printer shall have in built testing facility. Failure of the printer shall be indicated
in the Station HMI. The printer shall have an off line mode selector switch to enable
safe maintenance. The maintenance should be simple with provisions for ease of
change of print head, ribbon changing, paper insertion etc.

All reports and graphics prints shall be printed on laser printer. One dot matrix
printer shall be exclusively used for hourly log printing.

All printers shall be continuously online.


2.5.5 Mass Storage Unit

The mass storage unit shall be built-in to the Station HMI. All operational measured
values, and indications shall be stored in a mass-storage unit in form of DVD RW
The unit should support at least Read (48X), Write(24X), and Re-Write (10X)
operations, with Multi-Session capability. It should support ISO9660, Rockridge and
Joliet Filesystems. It should support formatting and use under the operating system
provided for Station HMI. The monthly back up of data shall be taken on disc. The
facility of back up of data shall be inherent in the software.
2.5.6 Switched Ethernet Communication Infrastructure:
The bidder shall provide the redundant switched optical Ethernet communication
infrastructure for SAS. One switch shall be provided to connect all IEDs for two
bays of 220kV yard to communication infrastructure. Each switch shall have at least
two spare ports for connecting bay level IEDs and one spare port for connecting
station bus.

2.5.7 Bay level unit

The bay unit shall use industrial grade components. The bay level unit, based on
microprocessor technology, shall use numerical techniques for the calculation and
evaluation of externally input analogue signals. They shall incorporate select-before-
operate control principles as safety measures for operation via the HMI. They shall
perform all bay related functions, such as control commands, bay interlocking, data
acquisition, data storage, event recording and shall provide inputs for status
indication and outputs for commands. They shall be directly connected to the
switchgear. The bay unit shall acquire and process all data for the bay (Equipment
status, fault indications, measured values, alarms etc.) and transmit these to the other
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-17

devices in sub-station automation system. In addition, this shall receive the operation
commands from station HMI and control centre. The bay unit shall have the capa-
bility to store all the data for at least 24 hours.

One number Bay level unit shall be provided for supervision and control of each 132
kV bay (a bay comprises of one circuit breaker and associated disconnector, earth
switches and instrument transformer). The Bay level unit shall be equipped with
analogue and binary inputs/outputs for handling the control, status monitoring and
analogue measurement functions. All bay level interlocks are to be incorporated in
the Bay level unit so as to permit control from the Bay level unit/ local bay mimic
panel, with all bay interlocks in place, during maintenance and commissioning or in
case of contingencies when the Station HMI is out of service.

The bay control unit to be provided for the bays shall be preferably installed in the
CB relay panel/feeder protection panel for respective bay.

The bay control unit for future bay (if required as per Chapter 1 – Project
Specification Requirement) shall be installed in a separate panel.

The Bay level unit shall meet the requirements for withstanding electromagnetic
interference according to relevant parts of IEC 61850. Failure of any single
component within the equipment shall neither cause unwanted operation nor lead to
a complete system breakdown.

2.5.7.1 Input/Output (I/O) modules

The I/O modules shall form a part of the bay level unit and shall provide coupling to
the substation equipment. The I/O modules shall acquire all switchgear information
(i.e. data coming directly from the switchgear or from switchgear interlocking
devices) and transmit commands for operation of the switchgear. The measured
values of voltage and current shall be from the secondaries of instrument
transformers. The digital inputs shall be acquired by exception with 1 ms resolution.
Contact bouncing in digital inputs shall not be assumed as change of state

2.5.8 Extendibility in future


Offered substation automation system shall be suitable for extension in future for
additional bays. During such requirement, all the drawings and configurations,
alarm/event list etc. displayed shall be designed in such a manner that its extension
shall be easily performed by the employer. During such event, normal operation of
the existing substation shall be unaffected and system shall not require a shutdown.
The contractor shall provide all necessary software tools along with source codes to
perform addition of bays in future and complete integration with SAS by the user.
These software tools shall be able to configure IED, add additional analogue
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-18

variable, alarm list, event list, modify interlocking logics etc. for additional
bays/equipment which shall be added in future.

2.6 SOFTWARE STRUCTURE

The software package shall be structured according to the SAS architecture and
strictly divided in various levels. Necessary firewall shall be provided at suitable
points in software to protect the system. An extension of the station shall be possible
with lowest possible efforts. Maintenance, modification or an extension of
components of any feeder may not force a shut-down of the parts of the system
which are not affected by the system adaptation.

2.6.1 Station level software

2.6.1.1 Human-machine interface (HMI)


The base HMI software package for the operator station shall include the main SAS
functions and it shall be independent of project specific hardware version and
operating system. It shall further include tools for picture editing, engineering and
system configuration. The system shall be easy to use, to maintain, and to adapt
according to specific user requirements. Systems shall contain a library with standard
functions and applications.

2.6.2 Bay level software

2.6.2.1 System software


The system software shall be structured in various levels. This software shall be
placed in a non-volatile memory. The lowest level shall assure system performance
and contain basic functions, which shall not be accessible by the application and
maintenance engineer for modifications. The system shall support the generation of
typical control macros and a process database for user specific data storage. In case
of restoration of links after failure, the software along with hardware shall be capable
of automatically synchronising with the remaining system without any manual
interface. This shall be demonstrated by contractor during integrated system test.

2.6.3 Application software


In order to ensure robust quality and reliable software functions, the main part of the
application software shall consist of standard software modules built as functional
block elements. The functional blocks shall be documented and thoroughly tested.
They form part of a library.
The application software within the control/protection devices shall be programmed
in a functional block language.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 23 - Substation Automation System and SCADA Integration Page 23-19

2.6.4 Network Management System (NMS):

The contractor shall provide a network management system software for following
management functions:

a. Configuration Management
b. Fault Management
c. Performance Monitoring

This system shall be used for management of communication devices and other IEDs
in the system. This NMS can be loaded in DR work-station and shall be easy to use,
user friendly and menu based. The NMS shall monitor all the devices in the SAS and
report if there is any fault in the monitored devices. The NMS shall
(a) Maintain performance, resource usage, and error statistics for all managed
links and devices and present this information via displays, periodic
reports and on demand reports.
(b) Maintain a graphical display of SAS connectivity and device status.
(c) Issue alarms when error conditions occurs
(d) Provide facility to add and delete addresses and links

2.6.5 The contractor shall provide each software in two copies in CD to load into the system
in case of any problem related with Hardware/Communication etc.

3 TESTS
The substation automation system offered by the bidder shall be subjected to
following tests to establish compliance with IEC 61850 for EHV sub-station
equipment installed in sheltered area in the outdoor switchyard and specified ambient
conditions:

3.1 Type Tests:

3.1.1 Control IEDs and Communication Equipment:

a. Power Input:
i. Auxiliary Voltage
ii. Current Circuits
iii. Voltage Circuits
iv. Indications
b. Accuracy Tests:
i. Operational Measured Values
ii. Currents
iii. Voltages
iv. Time resolution
c. Insulation Tests:
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-20

i. Dielectric Tests
ii. Impulse Voltage withstand Test
d. Influencing Quantities
i. Limits of operation
ii. Permissible ripples
iii. Interruption of input voltage
e. Electromagnetic Compatibility Test:
i. 1 MHZ. burst disturbance test
ii. Electrostatic Discharge Test
iii. Radiated Electromagnetic Field Disturbance Test
iv. Electrical Fast transient Disturbance Test
v. Conducted Disturbances Tests induced by Radio Frequency Field
vi. Magnetic Field Test
vii. Emission (Radio interference level) Test.
viii. Conducted Interference Test
f. Function Tests:
i. Indication
ii. Commands
iii. Measured value Acquisition
iv. Display Indications
g. Environmental tests:
i. Cold Temperature
ii. Dry Heat
iii. Wet heat
iv. Humidity (Damp heat Cycle)
v. Vibration
vi. Bump
vii. Shock

3.1.2 Factory Acceptance Tests:

The supplier shall submit a test specification for factory acceptance test (FAT) and
commissioning tests of the station automation system for approval. For the
individual bay level IED’s applicable type test certificates shall be submitted.

The manufacturing and configuration phase of the SAS shall be concluded by the
factory acceptance test (FAT). The purpose is to ensure that the Contractor has
interpreted the specified requirements correctly and that the FAT includes checking
to the degree required by the user. The general philosophy shall be to deliver a
system to site only after it has been thoroughly tested and its specified performance
has been verified, as far as site conditions can be simulated in a test lab. During FAT
the entire Sub-station Automation System including complete control and protection
system to be supplied under present scope shall be tested for complete functionality
and configuration in factory itself. The extensive testing shall be carried out during

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 23 - Substation Automation System and SCADA Integration Page 23-21

FAT. The purpose of Factory Acceptance Testing is to ensure trouble free


installation at site. No major configuration setting of system is envisaged at site.

If the complete system consists of parts from various suppliers or some parts are
already installed on site, the FAT shall be limited to sub-system tests. In such a case,
the complete system test shall be performed on site together with the site acceptance
test (SAT).

3.1.2.1 Hardware Integration Tests:

The hardware integration test shall be performed on the specified systems to be used
for Factory tests when the hardware has been installed in the factory. The operation of
each item shall be verified as an integral part of system. Applicable hardware
diagnostics shall be used to verify that each hardware component is completely
operational and assembled into a configuration capable of supporting software
integration and factory testing of the system. The equipment expansion capability
shall also be verified during the hardware integration tests. The vendor specifically
demonstrates how to add a device in future in SAS during FAT. The device shall be
from a different manufacturer than the SAS supplier.

3.1.2.2 Integrated System Tests:

Integrated system tests shall verify the stability of the hardware and the software.
During the tests all functions shall run concurrently and all equipment shall operate a
continuous 100 Hours period. The integrated system test shall ensure the SAS is free
of improper interactions between software and hardware while the system is
operating as a whole.

3.1.3 Site Acceptance Tests:

The site acceptance tests (SAT) shall completely verify all the features of SAS
hardware and software. The bidder shall submit the detailed SAT procedure and SAT
procedure shall be read in conjunction with the specification.

3.2 SYSTEM OPERATION

3.2.1 SUBSTATION OPERATION

3.2.1.1 NORMAL OPERATION

Operation of the system by the operator from the remote RCC or at the substation
shall take place via industry standard HMI (Human Machine interface) subsystem
consisting of graphic colour VDU, a standard keyboard and a cursor positioning

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 23 - Substation Automation System and SCADA Integration Page 23-22

device (mouse).
The coloured screen shall be divided into 3 fields:
i) Message field with display of present time and date
ii) Display field for single line diagrams
iii) Navigation bar with alarm/condition indication
For display of alarm annunciation, lists of events etc a separate HMI View node shall
be provided.
All operations shall be performed with mouse and/or a minimum number of function
keys and cursor keys. The function keys shall have different meanings depending on
the operation. The operator shall see the relevant meanings as function tests
displayed in the command field (i.e. operator prompting). For control actions, the
switchgear (i.e. circuit breaker etc.) requested shall be selectable on the display by
means of the cursor keys. The switching element selected shall then appear on the
background that shall be flashing in a different color. The operator prompting shall
distinguish between:-
- Prompting of indications e.g. fault indications in the switchgear, and
- prompting of operational sequences e.g. execution of switching operations
The summary information displayed in the message field shall give a rapid display of
alarm/message of the system in which a fault has occurred and alarm annunciation
lists in which the fault is described more fully.
Each operational sequence shall be divided into single operation steps which are
initiated by means of the function keys/WINDOW command by mouse. Operator
prompting shall be designed in such a manner that only the permissible keys are
available in the command field related to the specific operation step. Only those
switching elements shall be accessed for which control actions are possible. If the
operation step is rejected by the system, the operator prompting shall be supported
by additional comments in the message field. The operation status shall be reset to
the corresponding preceding step in the operation sequence by pressing one of the
function keys. All operations shall be verified. Incorrect operations shall be indicated
by comments in the message field and must not be executed.

The offer shall include a comprehensive description of the system. The above
operation shall also be possible via WINDOWS based system by mouse.

3.3 POWER SUPPLY


Power for the substation automation system shall be derived from substation 110V
DC system.
1No.s of Inverter of minimum 2KVA capacity shall be provided for servers,
gateways station HMI disturbance recorder evaluation unit and its peripheral devices
e.g. printer etc. In the event of Power failure, necessary safeguard software shall be
built for proper shutdown. Inverter shall be connected to 110V DC independent

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 23 - Substation Automation System and SCADA Integration Page 23-23

source and should be used to drive 1No. each server/HMI/Gateway so that in case
any failure of DC power supply system is not affected.

3.4 DOCUMENTATION
The following documents shall be submitted for employer’s approval during detailed
engineering:

(a) System Architecture Drawing


(b) Hardware Specification
(c) Functional Design Document
(d) Clear procedure describing how to add an IED/bay/diameter in future
covering all major supplier

The following documentation to be provided for the system in the course of the
project shall be consistent, CAD supported, and of similar look/feel. All CAD
drawings to be provide in “dxf” format.

 List of Drawings
 Substation automation system architecture
 Block Diagram
 Guaranteed technical parameters, Functional Design Specification and
Guaranteed availability and reliability
 Calculation for power supply dimensioning
 I/O Signal lists
 Schematic diagrams
 List of Apparatus
 List of Labels
 Logic Diagram (hardware & software )
 Control Room Lay-out
 Test Specification for Factory Acceptance Test (FAT)
 Product Manuals
 Assembly Drawing
 Operator’s Manual
 Complete documentation of implemented protocols between various elements
 Listing of software and loadable in CD ROM
 Other documents as may be required during detailed engineering

Two sets of hard copy and Four sets of CD ROM containing all the as built
documents/drawings shall be provided.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 23 - Substation Automation System and SCADA Integration Page 23-24

3.5 SCADA Integration


Compatible interfacing shall be for all aspects, including software and hardware. In
addition/11 to other necessary compatibilities and interfacing, the Contractor shall be
fully responsible for the integration of the SCADA data associated with the scope in
this tender in the SINAUT Spectrum the processing software of the Load Dispatch
Centre. This integration requires modification, addition and parameterization in the
Spectrum for the following main activities:

a) SCADA data entry: this includes data entry of different components of the
substations, lines and other relevant components.
b) Creating Graphics: this includes creating graphics for substations, lines and other
relevant components, network map creation and integration with existing system, etc.
c) Data entry for Telecontrols Interface (TCI);
d) Testing and commissioning of the newly integrated SCADA system for its full
functioning; and
f) Network Application data entry required for network analysis.
For these purposes, the Contractor shall carry out necessary studies / investigations
of the existing system carefully, in full coordination with the Load Dispatch Centre,
and design / propose, install and integrate a suitable scheme/system to fulfill the
specified scope of works for teleprotection, SCADA, voice communication etc., as
required by NEA (Load Dispatch Centre).
The Supervisory Control and Data Acquisition (SCADA) System at the LDC
shall scan the new RTU/SASs utilizing the communication network.
The Contractor shall be responsible for the complete design, installation, wiring,
testing, commissioning and documentation of the RTU/SASs, including any required
new or parallel connections to NEA’s field equipment as described in this
Specification, including synchronization with the existing SCADA equipment.

3.6 Data acquisition principles

New RTU/SASs at each substation shall be installed and interfacing of the following
supervisory controls shall be executed and data to be acquired shall be provided for:

Remote control
 remote control of all 132 kV circuit breakers
 remote control of all 33 kV, 11kv circuit breakers (off-control only for load
curtailment)

Status indications
 status indication of all 132 kV circuit breakers
 status indication of all 132 kV bus bar and line isolators
 status indication of all 33 kV line feeders
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-25

 status indication of all 11 kV line feeders


In case of load shedding from the LDC, the substation operator shall be informed that
the trip command for the respective 33 kV, 11kV CBs was initiated from the LDC.
For this purpose, an Annunciator lamp and audio alarm shall be installed at all 33/11 kV
feeders taking part in the load shedding scheme. The associated audio alarm shall be
integrated in the central annunciation system of local 33/11 kV cubicles.

Alarms
 all 132 kV kV main protection trip indications (MPT)
 all 132 kV kV backup protection trip indications (BPT)
 one grouped alarm summarizing all causes that prevent operation of a circuit breaker
(Circuit Breaker Fault Alarm, CBF)
 one grouped alarm summarizing all faults not affecting operation of a circuit breaker
(Bay Fault Alarm, BFA)
 single indication for operation of auto re-closure relay for 132 kV transmission lines
(ARO)
 transformer alarms:
 "temperature alarm" (oil and winding temperature as grouped alarm)
 "temperature trip" (oil and winding temperature as grouped alarm)
 "Buchholz alarm" (tank and OLTC as grouped alarm)
 "Buchholz trip" (tank and OLTC as grouped alarm)
 "general alarm" (all other alarms except the above as one grouped alarm)
 "general trip" (all other alarms except the above as one grouped alarm)

 for all 132 kV and 33 kV, 11kV bus bars a voltage status alarm (BVS)
 general station alarms and warnings
 Station Urgent Fault (SUF)
 Station None-urgent Fault (SNF)
 RTU alarm (RTU)
 Communication Equipment Alarm (COM)
 Station Control Disabled (SCD), etc.

A table summarizing the alarms to be acquired by LDC from each type of bay in the
132/33/11 kV network is shown in Table 10.1.

Table 10.1 Alarms to be acquired from each type of bay


Type of alarm Line Transforme Coupl Bus Station
bay r er bar
bay bay
Main protection trip MPT MPT MPT
Back-up protection BPT BPT BPT

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 23 - Substation Automation System and SCADA Integration Page 23-26

Type of alarm Line Transforme Coupl Bus Station


bay r er bar
bay bay
trip
Bay fault BFA BFA BFA
Circuit breaker fault CBF CBF CBF
Auto-recloser operated ARO
Temperature alarm TAL
Temperature trip TTR
Buchholz alarm BAL
Buchholz trip BTR
General transformer/ GTA
reactor alarm
General transformer/ GTT
reactor trip
Bus bar voltage status BVS
Station urgent fault SUF
Station none-urgent SNF
fault
Station control SCD
disabled
RTU/SAS alarm RTU/S
AS
Communication alarm COM
Total 5 10 4 1 5

Measurements
 Bus bar voltages (separate for each bus bar and section) of all 132 kV bus bars.
 active / reactive power for
 All 132 kV line feeders.
 all 132 kV transformer feeders
 all 132/33 kV transformers feeding into the distribution networks
(at secondary side)
 Single phase current measurements for all 33, 11 kV lines participating in the load
shedding scheme.

In analogue measurands, the information to the RTU is given in the form of an analogue
current supplied by the output of an analog measuring transducer.
The analog signals shall be converted to digital mode by an analog-to-digital converter,
to which the inputs are connected. All inputs of a module shall be measured within one
cycle, regardless of the number of inputs in use. Thus new points can be added to the
RTU without reprogramming.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-27

Analog measurements shall be transmitted to the master station with 16 bits or 16 bits +
sign bit.

3.7 TRAINING FOR OPERATIONAL STAFFS

The Contractor shall design and arrange a training programme at the manufacturer's
premises for the SAS for two concerned NEA personnel so as to make them competent
enough to operate and maintain the proposed equipment/system. The overview of such
programme shall be proposed by the prospective Contractor along with its technical
proposal. The cost of this training shall be included in the overall bid price.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 23 - Substation Automation System and SCADA Integration Page 23-28

Annexure-I
List of Analogue and Digital Inputs
Basic Monitoring requirements are:
- Switchgear status indication
- Measurements (U, I, P, Q, f)
- Event
- Alarm
- Winding temperature of transformers & reactors
- ambient temperature
- Status and display of 400V LT system, 110V & 48V DC system
- Status of display of Fire protection system and Air conditioning system.
- Acquisition of all counters in PLCC panels through potential free contacts
from PLCC or independently by counting the receive/send commands.
- Acquisition of alarm and fault record from protection relays
- Disturbance records
- Monitoring the state of batteries by displaying DC voltage, charging current
and load current etc.
- Tap-position of Transformer

List of Inputs
The list of input for typical bays is as below:-
Analogue inputs
i) For line
Current R phase
Y phase
B phase
Voltage R-Y phase
Y-B phase
B-R phase
ii) For transformer/reactor
Current R phase
Y phase
B phase
WTI (for transformer and reactor)
Tap position (for transformer only)

iii) For TBC and bus coupler


Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-29

Current R phase
Y phase
B phase
iv) Common
a) Voltage for Bus-I, Bus-II and Transfer bus wherever applicable
Voltage R-Y phase
Y-B phase
B-R phase
b) Frequency for Bus-I and Bus-II
c) Ambient temperature (switchyard)
d) Control Room Temperature.
e) LT system
i) Voltage R-Y, Y-B, B-R of Main Switch Board section-I
ii) Voltage R-Y, Y-B, B-R of Main Switch Board section-II
iii) Voltage R-Y, Y-B, B-R of Diesel Generator
iv) Current from LT transformer-I
v) Current from LT transformer-II
vi) Voltage of 110V DCDB-I
vii) Voltage of 110V DCDB-II
viii) Current from 110V Battery set-I
ix) Current from 110V Battery set-II
x) Current from 110V Battery charger-I
xi) Current from 110V Battery charger-I
xii) Voltage of 48V DCDB-I
xiii) Voltage of 48V DCDB-II
xiv) Current from 48V Battery set-I
xv) Current from 48V Battery set-II
xvi) Current from 48V Battery charger-I
xvii) Current from 48V Battery charger-I

Digital Inputs
The list of input for various bays/SYSTEM is as follows:
1. Line bays
i) Status of each pole of CB.
ii) Status of Isolator, Earth switch
iii) CB trouble
iv) CB operation/closing lockout
v) Pole discrepancy optd
vi) Trip coil faulty
vii) LBB optd
viii) Bus bar protn trip relay optd
ix) Main bkr auto recloser operated
x) Tie/transfer auto recloser operated
xi) A/r lockout
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-30

xii) Tie/transfer bkr a/r lockout


xiii) Direct trip-I/II sent
xiv) Direct trip-I/II received
xv) Main I/II blocking
xvi) Main I/II-Inter trip send
xvii) Main I/II-Inter trip received
xviii) O/V STAGE – I operated
xix) O/V STAGE – II operated
xx) FAULT LOCATOR FAULTY
xxi) MAIN-I/II CVT FUSE FAIL
xxii) MAIN-I PROTN TRIP
xxiii) MAIN-II PROTN TRIP
xxiv) MAIN-I PSB ALARM
xxv) MAIN-I SOTF TRIP
xxvi) MAIN-I R-PH TRIP
xxvii) MAIN-I Y-PH TRIP
xxviii) MAIN-I B-PH TRIP
xxix) MAIN-I START
xxx) MAIN-I/II Carrier aided trip
xxxi) MAIN-I/II fault in reverse direction
xxxii) MAIN-I/II ZONE-2 TRIP
xxxiii) MAIN-I/II ZONE-3 TRIP
xxxiv) MAIN-I/II weak end infeed optd
xxxv) MAIN-II PSB alarm
xxxvi) MAIN-II SOTF TRIP
xxxvii) MAIN-II R-PH TRIP
xxxviii) MAIN-II Y-PH TRIP
xxxix) MAIN-II B-PH TRIP
xl) MAIN-II start
xli) MAIN-II aided trip
xlii) MAIN-I/II fault in reverse direction
xliii) Back-up o/c optd
xliv) Back-up e/f optd
xlv) 110V DC-I/II source fail
xlvi) SPEECH CHANNEL FAIL
xlvii) PLCC Protection Channel-I FAIL
xlviii) PLCC Protection Channel-II FAIL
2. Transformer bays

i) Status of each pole of CB, Isolator, Earth switch


ii) CB trouble
iii) CB operation/closing lockout
iv) Pole discrepancy optd
v) Trip coil faulty
vi) LBB optd
vii) Bus bar protn trip relay optd
viii) REF OPTD
ix) DIF OPTD
x) OVERFLUX ALARM (MV)
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-31

xi) OVERFLUX TRIP (MV)


xii) OVERFLUX ALARM (HV)
xiii) OVERFLUX TRIP (HV)
xiv) HV BUS CVT ½ FUSE FAIL
xv) MV BUS CVT ½ FUSE FAIL
xvi) OTI ALARM/TRIP
xvii) PRD OPTD
xviii) OVERLOAD ALARM
xix) BUCHOLZ TRIP
xx) BUCHOLZ ALARM
xxi) OLTC BUCHOLZ ALARM
xxii) OLTC BUCHOLZ TRIP
xxiii) OIL LOW ALARM
xxiv) back-up o/c (HV) optd
xxv) back-up e/f (HV)optd
xxvi) 110V DC-I/II source fail
xxvii) TAP MISMATCH
xxviii) GR-A PROTN OPTD
xxix) GR-B PROTN OPTD
xxx) back-up o/c (MV) optd
xxxi) back-up e/f (MV)optd

3. Transformer bays
i) Status of each pole of CB, Isolator, Earth switch
ii) CB trouble
iii) CB operation/closing lockout
iv) Pole discrepancy optd
v) Trip coil faulty
vi) LBB optd
vii) Bus bar protn trip relay optd
viii) REF OPTD
ix) DIF OPTD
x) HV BUS CVT ½ FUSE FAIL
xi) OTI ALARM/TRIP
xii) PRD OPTD
xiii) BUCHOLZ TRIP
xiv) BUCHOLZ ALARM
xv) OIL LOW ALARM
xvi) Back-up impedance relay
xvii) 110V DC-I/II source fail
xviii) GR-A PROTN OPTD
xix) GR-B PROTN OPTD
4. Line/Bus Capacitor/Reactor bays (as applicable):
i) Status of each pole of CB, Isolator, Earth switch
ii) CB trouble
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-32

iii) CB operation/closing lockout


iv) Pole discrepancy optd
v) Trip coil faulty
vi) LBB optd
vii) Bus bar protn trip relay optd
viii) REF OPTD
ix) DIF OPTD
x) Line/ BUS CVT ½ FUSE FAIL
xi) OTI ALARM/TRIP
xii) PRD OPTD
xiii) BUCHOLZ TRIP
xiv) BUCHOLZ ALARM
xv) OIL LOW ALARM
xvi) Back-up impedance relay
xvii) 110V DC-I/II source fail
xviii) GR-A PROTN OPTD
xix) GR-B PROTN OPTD
5 Bus bar Protection
i) Bus bar main-I trip
ii) Bus bar main-II trip
iii) Bus bar zone-I CT open
iv) Bus bar zone-II CT open
v) Bus transfer CT sup. Optd
vi) Bus transfer bus bar protn optd
vii) Bus protection relay fail
6. Auxiliary system
i) Incomer-I On/Off
ii) Incomer-II On/Off
iii) 400V Bus-I/II U/V
iv) 400V bus coupler breaker on/off
v) LT transformer-I Bunchholz Alarm & trip
vi) LT transformer-II Buchloz Alarm & trip
vii) LT transformer-I WTI Alarm & trip
viii) LT transformer-II WTI Alarm & trip
ix) LT transformer-I OTI Alarm & trip
x) LT transformer-II OTI Alarm & trip
xi) PLCC exchange fail
xii) Time sync. Signal absent
xiii) Alarm/trip signals as listed in Section: Battery and Battery charger
xiv) 110V DC-I earth fault
xv) 110V DC-II earth fault
xvi) Alarm/trip signals as listed in Section: Fire protection system

The exact number and description of digital inputs shall be as per detailed
engineering requirement Apart from the above mentioned digital inputs, minimum of
200 inputs shall be kept for future use.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-33

TYPICAL ARCHITECTURAL DRAWING


OF
SUBSTATION AUTOMATION SYSTEM

DR WORKSTATION REDUNDANT HMI


Printers GPS

Redundant Station LAN

RSCC RCC RSCC RCC

Gateway 1 Server 1 Server 2 Gateway 2


(HOT) (STAND BY)

Ethernet Switch for Ethernet Switch for


Stn. Stn.
Fault Tolerant Ring-IEC61850-8-1

Ethernet Switch for Ethernet Switch for Ethernet Switch for


Dia 1/Bays Dia 2/Bays Dia n/Bays

IEDs for IEDs for IEDs for Fiber Optic


Control Control Control Connections

IEDs for IEDs for IEDs for


Protection Protection Protection

IEDs for IEDs for IEDs for


Protection Protection Protection

Note:
1. The redundant managed bus shall be realized by high speed optical bus using
industrial grade components and shall be as per IEC 61850.
2. Inside the sub-station, all connections shall be realized as per IEC 61850 protocol.
3. For gateway, it shall communicate with Remote Supervisory Control Centre
(RSCC) on IEC 60870-5-101 protocol.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-


Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-34

4. The printer as required shall be connected to station bus directly and can be
managed either from station HMI, HMI view node or disturbance recorder work
station.
5. The above layout is typical. However if any contractor offers slightly modified
architecture based on their standard practice without compromising the working,
the same shall be subject to approval during detailed engineering.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-


Two Envelope
Chapter 23 - Substation Automation System and SCADA Integration Page 23-35

Annexure-II
List of IO Points to be transmitted to LDC

a) MW and MVAR for all lines , transformers, reactors and Capacitors


b) Voltage of all buses
c) Frequency of 132kV Bus
d) All Breakers
e) All isolators
f) Tap Position for all transformers
g) Master protection signal for all feeders, transformers Units and Bus Bar
h) Loss of Voltage signal for Bus bar
i) All the points identified in point (e), (h) and (i) above as GPS Time stamped.
j) Temperature value per substation.
k) Any other point decided during detailed engineering

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-


Two Envelope
Chapter 24 – Fibre Optic based Communication Equipments Page 24-1

CHAPTER - 24
FIBRE OPTIC BASED COMMUNICATION EQUIPMENTS

1. Introduction, General Information and General Requirement

This document describes the technical specifications for Communication Equipment which includes
Fibre Optic Terminal Equipment and Multiplexer Equipments for Establishment of Fibre Optic
Communication System under the contract. This specification describes the functional and
performance requirements of the system.

1.1 Scope and General Requirements

The broad scope of the procurement of this part include the survey, planning, design, engineering,
supply, transportation, insurance, delivery at site, unloading, handling, storage, installation,
termination, testing, training, and demonstration for acceptance, commissioning and documentation
for:

(i) SDH Equipment (STM-4 MADM upto 3 MSP Protected directions) along with
suitable optical line interfaces & tributary cards.
(ii) Local Craft Terminal (Laptop) with full operational programming software and
data cables.
(iii) All cabling, wiring, Digital Distribution Frame patch facilities, equipment MDF's
and interconnections to the supplied equipment at the defined interfaces.
(iv) MDF & DDF cross connects required to route and activate circuits.
(v) System integration of the supplied subsystems and also integration with existing
communication equipment such as SDH, MUX etc.
(vi) System integration of the supplied equipments (termination equipment system)
with existing equipments for seamless transmission of communication channel
(vii) Integration of supplied system with the User equipments such as RTU/SASs,
SCADA system, PLCC equipment etc.
(viii) Maintenance of the supplied system

All other associated works/items described in the technical specifications for a viable and fully
functional communication network.
1.2 General Requirements

The Contractor is encouraged to offer standard products and designs. However, the Contractor must
conform to the requirements and provide any special equipment necessary to meet the requirements
stated herein.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-2

It should be noted that preliminary design information and bill of quantity (BoQ) specified in this
specifications are indicative only. The Contractor shall verify the design data during the site surveys
& detail engineering and finalise the BoQ as required for ultimate design & system performance.

The Bidder's proposal shall address all functional and performance requirements within this
specification and shall include sufficient information and supporting documentation in order to
determine compliance with this specification without further necessity for inquiries.

An analysis of the functional and performance requirements of this specification and/or site surveys,
design, and engineering may lead the Contractor to conclude that additional items are required that
are not specifically mentioned in this specification. The Contractor shall be responsible for
providing at no added cost to the Employer, all such additional items and services such that a viable
and fully functional communication equipment system is implemented that meets or exceeds the
capacity, and performance requirements specified. Such materials and services shall be considered
to be within the scope of the contract. To the extent possible, the Bidders shall identify and include
all such additional items and services in their proposal.

All equipment provided shall be designed to interface with existing equipment and shall be capable
of supporting all present requirements and spare capacity requirement identified in this
specification.

The communication equipment shall be designed and provisioned for expansions and
reconfigurations without impairing normal operation, including adding and removing circuits. The
offered items shall be designed to operate in varying environments. Adequate measures shall be
taken to provide protection against rodents, contaminants, pollutants, water & moisture, lightning &
short circuit, vibration and electro-magnetic interference etc.

The Bidders are advised to visit sites (at their own expense), prior to the submission of a proposal,
and make surveys and assessments as deemed necessary for proposal submission. The successful
bidder (Contractor) is required to visit all sites. The site visits after contract award shall include all
necessary surveys to allow the contractor to perform the design and implementation functions. The
Contractor shall inform their site survey schedule to the Employer well in advance. The site survey
schedule shall be finalised in consultation with the Employer. The Employer may be associated with
the Contractor during their site survey activities.

After the site survey, the Contractor shall submit to the Employer a survey report on each link and
site. This report shall include at least the following items:

(a) Proposed layout of Equipment in the existing rooms and buildings.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-3

(b) Proposed routing of power, earthing, signal cables and patch cords etc.
(c) Confirmation of adequacy of Space and AC/DC Power supply requirements
(d) Proposals for new rooms/buildings if required
(e) Identification of facility modifications if required
(f) Identify all additional items required for integration for each site/location.

1.2.1 Synchronization of the Communication Network

The Contractor shall be responsible for synchronization of new communication equipment with
existing network utilizing the existing clock (if available). The Contractor shall make an assessment
of additional clock requirement for synchronization of the communication equipment.

1.2.2 Contractor's Responsibilities and Obligations

The Contractor shall be responsible for all cables and wiring associated with the equipment
provided, both inside and outside buildings in accordance with technical specifications. The
Contractor shall also be responsible for determining the adequacy of the local power source for the
equipment and for wiring to it, with adequate circuit protective breakers. In addition, the Contractor
shall be responsible for shielding equipment and cabling to eliminate potential interference to or
from the equipment, and for earthing all cabinets and shields.

Contractor's obligations include, but are not limited to, the following:

(1) Site visits, and surveys, necessary to identify and provide all equipment needed to
implementation the network.

(2) Equipment Engineering and design specific to each location including review of, and
conformance with local environmental and earthing considerations.

(3) Overall integration of communication equipments/subsystem procured in present and


existing network.

(4) All cabling, wiring including supply, laying and termination etc of the cables, and
distribution frame at wideband nodes required for full interconnectivity and proper
operation of the telecommunications network including equipment supplied under this
package and the connectivity and interfacing of user equipment.

(5) Installation and integration of network management software, hardware and firmware
(as applicable).

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-4

(6) Project management, project scheduling, including periodic project reports


documenting progress, review meeting during the contract period.

(7) Engineering and technical assistance during the contract and warranty period.

(8) Implement all minor civil works and identify any major civil works i.e. expansion or
construction of rooms, trenches necessary for installation of proposed equipment and
provide the details of such work to the Employer.

(9) Factory and site testing of all hardware, software, and firmware provided.

(10) Provide documented evidence of satisfactory Type Test performance to the Employer
and if required by The Employer, conduct type test.

(11) Provide a Quality Assurance Plan, ensuring the Employer access to the manufacturing
process.
(12) Training of the Employer personnel.

(13) Hardware, software, and firmware maintenance, debugging, and support of the
equipment through final acceptance, and maintenance on all new equipment through
out the warranty period and for a period of six (6) years after warranty period.

(14) Availability of service, spare and expansion parts for the supplied items for the
designed life of the equipment or seven (7) years after the declaration of withdrawal of
equipment from production, whichever is earlier. However, the termination of
production shall not occur prior to Operational Acceptance of the system by the
Employer.

Detailed descriptions of the Contractor's obligations, in relation to individual items and services
offered, are delineated in other sections of this specification.

1.2.3 The Employer Responsibilities and Obligations

The Employer will provide the following items and services as part of this Project:

(1) Overall project management of the project


(2) Review and approval of the Contractor's designs, drawings, and recommendations.
(3) Communication network configuration data, including:
(a) Channel assignments for voice and data
(b) Interconnection drawings for existing equipment

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-5

(4) Review and approval of test procedures.


(5) Participation in and approval of "Type", factory and site acceptance tests where
testing is required.
(6) Review and approval of training plans.
(7) Providing support and access to facilities at the sites.
(8) Implement the major civil works such as expansions or construction of rooms,
trenches etc. as required for the equipment to be provided by the Contractor.
(9) Coordination of the Contractor's activities with the Employer's and constituents'
concerned departments.
(10) Provide to the extent possible drawings for existing sites and facilities for which
equipment installations are planned.
(11) Approval of the key personnel for the project

1.3 Applicable Standards

The following standards and codes shall be generally applicable to the equipment and works
supplied under this Contract:

(i) IEEE 802.3


(ii) ITU-T/CCITT Recommendations, G.652, G.701, G.702, G.703, G.711/ 12/ 14/
35/ 36, G.721, G.742, G.811 and G.823
(iii) ITU-T/CCITT Recommendations, G.801, G.821, G.822, G.823, G.826.
(iv) ITU-T/CCITT Recommendations of the V Series
(v) ITU-T/CCITT Recommendations R35, R37, and R38A (or R38B)
(vi) ITU-T/CCITT Recommendations M3010, G771
(vii) Internet Activities Board, RFC-1157 (SNMP)
(viii) International Electrotechnical Commission standards, IEC801-2/3/4/5, IEC-255-
4, IEC-255-5, IEC-870-2-1, IEC-721-3-3, IEC-529.
(ix) International Electrotechnical Commission standards, IEC 1000-4-xx series.
(x) IEC publication 68, 68-2-2, 68-2-3, 68-2-14, 68-2-27, 68-2-32.
(xi) ITU-T/CCITT Recommendations K.11, K.17, K.20.
(xii) International CISPR standards

Specifications and codes shall be the latest version, inclusive of revisions, which are in force at the
date of the contract award. Where new specifications, codes, and revisions are issued during the
period of the contract, the Contractor shall attempt to comply with such, provided that no additional
expenses are charged to the Employer without Employer's written consent.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-6

In the event the Contractor offers to supply material and/or equipment in compliance to any
standard other than Standards listed herein, the Contractor shall include with their proposal, full
salient characteristics of the new standard for comparison.

In case values indicated for certain parameters in the specifications are more stringent than those
specified by the standards, the specification shall override the standards.

2. Network Configuration and Equipment Characteristics


2.1 Introduction

This section describes the Fibre Optic Communication network configuration and the
equipment characteristics for communication system to be installed under the project. The
sub-systems addressed within this section are:

(1) Fibre Optic Transmission System (FOTS)


(2) Termination Equipment Subsystems
(3) MDF, DDF and Cabling

The requirements described herein are applicable to and in support of network requirements.
The equipment supplied shall support existing network for Power system operational
requirements.

The security related requirements of the equipment shall be as per relevant agency and shall
be followed/complied by the vendor.

The manufacturer shall allow the Employer and/or its designated agencies to inspect the
hardware, software, design, development, manufacturing, facility and supply chain and
subject all software to a security/threat check any time during the supplies of equipment.

The contractor shall ensure that the supplied equipments have been got tested as per relevant
contemporary International Security Standards e.g. IT and IT related elements against
ISO/IEC 15408 standards, for Information Security Management System against ISO 27000
series Standards, Telecom and Telecom related elements against 3GPP security standards,
3GPP2 security standards etc. from any international agency/ labs of the standards e.g.
Common Criteria Labs in case of ISO/IEC 15408 standards until 31st March 2013. From 1st
April, 2013, the certification shall be got done from authorized and certified agency.

The Contractor shall also ensure that the equipment supplied has all the contemporary
security related features and features related to communication security as prescribed under

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-7

relevant security standards. A list of features, equipments, software etc. supplied and
implemented in the project shall be given for use by the Employer

In case of any deliberate attempt for a security breach at the time of procurement or at a later
stage after deployment/installation of the equipment or during maintenance, liability and
criminal proceedings can be initiated against the Contractor as per guidelines of Government
department.

2.2 General Network Characteristics

2.2.1 Description

The fibre optic network shall be based on the Synchronous Digital Hierarchy (SDH) having
bit rate of STM-4 as indentified in the BOQ. The network shall consist of overhead fibre
optic links with a minimum bit rate of Synchronous Transport Module-1 (STM-4). The
Contractor can propose a system based on higher bit rate systems, if required, so as to meet
the link budget requirements or any other specification requirement. The detailed BOQ is
described in appendices.

2.2.2 Functional Requirement

The primary function of the communication network is to provide a highly reliable voice and
data communication system for grid operation in support of the
SCADA/EMS/RTU/SASs/PMUs. The communications support requirement for
SCADA/EMS/RTU/SASs/PMUs system is for low & high speed data, express voice
circuits and administrative voice circuits as defined in appendices. A brief summary of the
communication system requirements is as follows:

(a) High speed E1 channel support

(b) Data transport supporting Network Management channels

(c) The connectivity envisaged between RTU/SASs and Control Centre over TCP-IP
using Ethernet interface.

2.2.3 General Systems Requirements

Required characteristics are defined and specified herein at the system level, subsystem
level, and equipment level.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-8

2.2.3.1 System Synchronization

The Contractor shall synchronize the existing equipments and all the new equipments under
the contract using existing Master clock, if available. The Contractor shall provide the
additional clocks as required under the set of clock indicated in BoQ. In addition to GPS
input reference, the synchronization clock must have provision to take INPUT reference
coming from other clock. The contractor shall submit the synchronisation plan as per
standard ITU-T G.811. All sync equipments proposed under this contract should meet ITU-
T G.811 criterion. The holdover quality of slave clock, if any, shall meet ITU-T G.812
standard requirements.

The Contractor shall provide system wide synchronization fully distributed throughout the
telecom network and connected to all equipments new & existing. The Contractor shall
submit the synchronization plan for the entire network meeting the requirement of ITU-T
G.803. The synchronization plan shall clearly indicate the requirement of additional clocks
with full justification.

The system equipment requiring “clock” shall be connected to the master clock using
external clocking. For this purpose, appropriate interfaces(s) in the transmission &
termination equipment being supplied and all other associated hardware shall be provided by
the Contractor.

2.2.3.2 System Maintainability

To facilitate performance trending, efficient diagnosis and corrective resolution, the system shall
permit in-service diagnostic testing to be executed both locally and from remote locations,
manually and/or initiated under TMN control (if provided). Such testing shall not affect the
functional operation of the system.
2.2.3.3 System Upgradeability and Expandability

Equipment supplied shall be sized (though not necessarily equipped) to support system/
subsystem expansion to full capacity as provided by specified aggregate transmission rates.
Equipment units provisioned for equipped subunits shall be terminated at appropriate
patching facilities or termination blocks. Power supplies shall be sized for maximum
equipped system capacity.

2.2.3.4 Equipment Availability

The calculated availability of each fibre optic link (E1 to E1) shall be at least 99.999%. The
calculated availability is defined as the theoretical availability determined by a statistical
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 24 – Fibre Optic based Communication Equipments Page 24-9

calculation based on the mean-time-between-failure (MTBF) and the mean-time-to-repair


(MTTR) of the components and subsystems comprising the FOTS. For this analysis, an
MTTR of atleast 4 hours shall be assumed. The down time of the fibre optic cable shall not
be considered in the aforesaid availability calculations. The calculated failure rates of the
units and the calculated availabilities of the equipment being offered shall be provided by
the Contractor during detailed engineering.

2.2.3.5 Revision Levels and Modifications

All hardware, firmware and software delivered as part of the communications network shall
be field proven and at the most of current revision level. All modifications and changes
necessary to meet this requirement shall be completed prior to the start of the factory tests or
under special circumstances, on written approval by Employer, prior to the completion of
SAT.

2.2.3.6 Equipment Capacities

Equipment supplied shall be sized and equipped with sufficient capacity to support BoQ and
configuration requirements as identified in the appendices. Each subsystem supplied shall be
sized (to be equipped as specified) to support full subsystem expansion.

2.2.3.7 Software Upgrades

The Contractor shall provide antivirus software along with all the computer
hardware/software which shall be upgraded periodically till the maintenance services
contract in the bid. Further, to meet all the specifications requirements during
implementation and maintenance, if upgrade in the hardware/software of supplied item is
required, the same shall be done by the contractor without any additional cost to the
Employer.

2.2.3.8 General Site Considerations

All fiber optic links up to 100 kms transmission line length shall be implemented by the
Contractor without repeaters. In order to meet the link budget requirement, the Contractor
shall provide all the necessary equipments only in the end stations. The contractor may
provide the optical amplifier, wave length translator, optical cards or high capacity SDH
equipment with suitable rack/subrack to meet the maximum distance limit. All the provided
equipments shall be monitored/managed by Craft Terminal.

2.2.3.9 Proposed Optical Fibre Characteristics


Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 24 – Fibre Optic based Communication Equipments Page 24-10

The link budget calculations and equipment design shall be based on the specified fibre
parameters. The optical cables shall have Dual Window Single Mode (DWSM) fibres
conforming to ITU-T Recommendations G.652D and the major parameters of these optical
fibre(s) are defined in Table below.
Optical Fibre Characteristics

Fibre Description: Dual-Window Single-Mode (DWSM)


Mode Field Diameter: 8.6 to 9.5 μm (±0.6 µm)
Cladding Diameter: 125.0 μm + 1μm
Mode field Concentricity Error: < 0.6μm
Core-Clad concentricity error: < 1.0μm
Cladding non-circularity < 1%
Cable Cut off Wavelength: < 1260 nm
1550 loss performance As per G.652D
Proof Test Level  0.69 Gpa
Attenuation coefficient @1310nm < 0.35 dB/Km
@1550nm < 0.21 dB/Km

Attenuation variation with


wavelength
1285 nm - 1330 nm Attenuation coefficient @1310 ± 0.05 dB
1525 nm – 1575 nm Attenuation coefficient @1550 ± 0.05 dB
< 0.1dB
Point discontinuities

Chromatic Dispersion; Max.: 18.0 ps/(nm x km) @ 1550 nm


3.5 ps/(nm x km) @ 1288-1339nm
5.3 ps/(nm x km) @ 1271-1360nm

Zero Dispersion Wavelength: 1300 to 1324nm


Zero Dispersion Slope: 0.092 ps/(nm2xkm) maximum

Polarization mode dispersion < 0.2 ps/km^1/2


coefficient

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-11

Optical Fibre Characteristics

Temperature Dependence: Induced attenuation < 0.05 dB (-60 deg C -


+85 deg C)
Bend performance: @1310nm (75+2 mm dia Mandrel), 100
turns;
Attenuation rise  0.05 dB
@1550nm (30+1 mm dia Mandrel), 100
turns;
Attenuation rise  0.10 dB
@1550nm (32+0.5 mm dia Mandrel), 1 turn;
Attenuation rise  0.50 dB

2.2.5 Fibre Optic Link Lengths

The fiber optic route lengths are as specified in appendices. The lengths specified in
Appendices are the transmission line route lengths; however the actual fiber cable length
shall exceed the route lengths on account of extra cable requirement due to sag, jointing &
splicing, approach cabling etc. For bidding purposes the Contractor may assume an
additional cable length of 5% of given route length + 1Km towards approach cable for
calculating the link length. The exact cable lengths shall be determined by the Contractor
during the survey. The same shall be used by the Contractor for final link design during the
detailed engineering of the project.

2.3 Fibre Optic Transmission System

The Fibre Optic Transmission System (FOTS) is defined herein to include ETSI digital
optical line termination equipment. The FOTS shall be based on SDH technology. Minimum
aggregate bit rate shall be STM-4 equipped with 2 nos. of minimum 16 port E1 interface
card, two nos. of minimum 8 ports Ethernet interface (IEEE 802.3/IEEE 802.3u) card
supporting layer 2 switching as tributaries. The Ethernet interfaces shall support VLAN
(IEEE 802.1P/Q), spanning tree (IEEE 802.1D) quality of service. Protection scheme for
Ethernet traffic should be ERPS based (Ethernet ring protection scheme) as per ITU-T
G.8032.

The Contractor shall provide (supply and install) connectorised jumpers (patch cords) for
FODP-to-equipment and equipment-to-equipment connection. Two number spare jumpers
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 24 – Fibre Optic based Communication Equipments Page 24-12

shall be provided for each equipment connection. Fiber jumpers shall be of sufficient lengths
as to provide at least 0.5m of service loop when connected for their intended purpose.

It is the responsibility of contractor for Integration of SDH Equipment (Loharpatti SS) with
the existing SDH communication Network at Dhalkebar upto LDC. The details of existing
SDH equipments at Dhalkebar substation will be provided during detail engineering.

2.3.1 SDH Equipment

2.3.1.1 Functional Requirement

There is a requirement for different types of equipment under this project which are described
in this section. The Drawing is provided in the appendices. For the purpose of BOQ, the SDH
Equipment is considered to be divided in three parts i.e. Optical interface/SFP, Tributary
Cards (Electrical tributaries such as E1 & Ethernet 10/100/1000 Mbps) and Base Equipment
(Consisting of Common Cards, Control Cards, Optical base card, Power supply cards, sub-
rack, cabinet, other hardware and accessories required for installation of equipment i.e.
everything besides optical interface/SFP and tributary cards).
If bidder is offering equipment with multifunction cards such as cross-connect or control card
with optical interface/SFP or tributary interface, such type of multifunction card shall be
considered as Common control card and shall be the part of base equipment. In case optical
interface/SFP is embedded with control card, the adequate number of optical interface/SFPs
shall be offered to meet the redundancy requirements of the specifications. Further, control
card shall not be equipped with more than one optical interface/SFP and optical base card
shall not be equipped with more than two optical interface/SFPs.

The equipment shall be configurable either as Terminal Multiplexer (TM) as well as ADM
with software settings only.

2.3.1.2 Redundancy and Protection

Two fibre rings shall be implemented wherever the network permits. On linear sections of the
network, protected links using 4 fibres shall be implemented.

2.3.1.3 Service Channel

Service channels shall be provided as a function of the SDH equipment and shall be equipped
with Service Channel Muldems that shall provide at a minimum: One voice channel (order
wire) with analog interface (0.3 to 3.4 kHz) and one data channel. Both omnibus and selective

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-13

calling facilities shall be provided. There shall be a facility to extend the line system order-
wire to any other system or exchange lines on 2W/4W basis.

2.3.1.4 Supervision and Alarms

ISM (In Service Monitoring) circuitry shall be provided as a function of the SDH equipment.
Local visual alarm indicators shall be provided on the equipment, as a rack summary alarm
panel. Alarms shall be as per ITU-T Standards G.774, G.783 and G.784. Additionally, F2/Q2
interfaces for a local craftsperson terminal interface and remote equipment monitoring is
required.
The Equipment shall support collection of at least four (4) external alarms for monitoring and
control of station associated devices by the TMN.

2.3.1.5 Synchronisation

The equipment shall provide synchronisation as per Table given above. One 2MHz
synchronisation output from each equipment shall be provided.

2.3.1.6 Electrical and Optical I/O Characteristics and General Parameters


Table below provides the electrical and optical characteristics as well as other general
parameters for SDH equipment.

Electrical and Optical I/O Characteristics and General Parameters

Optical Wavelength NOTE (1) 1310/1550nm

Optical Source NOTE (2) Laser

Optical Source Lifespan Better than 5 X105 hours

Optical Fibre Type G.652 D

Optical Connectors Type FC-PC

Transmission Quality Per ITU-T G.821, G.823, G.826

Source Primary Power -48 Vdc

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-14

Equipment Specifications Per ITU-T G.783

Tributary, Electrical Interface Per ITU-T G.703, 75 Ω


Ethernet Interface 10/100 Mbps

SDH Bit Rates Per ITU-T G.703

Optical Interfaces Per ITU-T G.957, G.958

Frame and Multiplexing Structure for Per ITU-T G.707


SDH

Synchronization Per ITU-T G.813

Management Functions Per ITU-T G.774, G.784

Protection Architectures Per ITU-T G.841

Built In Testing and Alarms Per ITU-T G.774, G.783, G.784

NOTE (1) Optical wavelength shall be selected considering the characteristics


of the optical fibre and the link budget.
NOTE (2) Eye Safety for Laser Equipment: To avoid eye damage, when a
receiver detects a line interruption, it is required that the optical
power of the laser shall be reduced to safe limits on the transmitter in
the opposite direction as per ITU-T G.958.
NOTE (3) In case other than FC-PC connector is provided in the equipment,
suitable patch cord with matching connector are to be provided to
connect with FODP.

2.3.2 Optical Link Performance Requirements

The optical fibre link performance requirements are specified as follows:

2.3.2.1 Link Budget Calculations

The fibre optic link budget calculations shall be calculated based upon the following criteria:
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 24 – Fibre Optic based Communication Equipments Page 24-15

(1) Fibre attenuation: The fibre attenuation shall be taken to be the guaranteed maximum fibre
attenuation i.e. 0.21 dB/Km @1550nm and 0.35 dB/km @1310nm.

(2) Splice loss: Minimum 0.05 dB per splice. One splice shall be considered for every 3 kms.
(3) Connector losses: Losses due to connectors shall be considered to be minimum 1.0 dB per
link.

(4) Equipment Parameters: The equipment parameters to be considered for link budget
calculations shall be the guaranteed “End of Life (EOL)” parameters. In case, the End of Life
parameters are not specified for the SDH equipment, an End of Life Margin of at least 2 dB
shall be considered and a similar margin shall be considered for optical amplifiers.

(5) Optical path Penalty: An optical path penalty of at least 1 dB shall be considered to
account for total degradations due to reflections, inter symbol interference, mode partition
noise and laser chirp.

(6) Maintenance Margin: A maintenance margin of at least 2.5 dB/100Km shall be kept
towards cabling, repair splicing, cable ageing and temperature variations etc.

(7) Other losses: Other losses, if any required specifically for system to be supplied shall also
be suitably considered.

(8) Dispersion: The fibre dispersion shall be taken to be the guaranteed maximum dispersion
i.e. 18 ps/nm.Km @1550 nm & 3.5 ps/nm.km @ 1310 nm for DWSM fibres.

(9) Bit Error Rate: The link budget calculations shall be done for a BER of 10 -10.

The bidders shall determine the total link loss based on the above parameters and shall submit the
system design (including link budget calculations) for each category of fibre optic link during
detailed engineering.
For finalising the FOTS system design & BOQ, above methodology shall be adopted taking into
account fibre attenuation, dispersion and splice loss determined during the detailed engineering.
Accordingly, additions and deletions from the contract shall be carried out based on unit rates
indicated in the contract.

2.3.2.2 Link Performance

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-16

The Link performance for ES, SES and BER for the fibre optic links shall correspond to National
Network as defined in ITU-T G.826.

2.3.2.3 FODP to SDH Equipment

The Contractor shall be responsible for connectivity between the FODP and the SDH equipment.
The Contractor shall provide patch cords as per FODP types. The patch-cord length between the
FODP & equipment rack shall be suitably protected from rodents, abrasion, crush or mechanical
damage.

2.4 Termination Equipment Subsystem

The Termination Equipment Subsystem is defined to include the equipment that interfaces (adapts)
the subscriber (user) to the Fibre Optic Transmission System (FOTS). A Functional description of
these equipments are as follows:

2.4.1 Functional Description

The transmission network node provides subscriber interface to the transmission network and/or
switching/routing. For clarity, the basic functions accomplished at the network nodal points, are
described briefly as follows:

Primary Multiplexer shall be used to accomplish subscriber connectivity to the Digital


Communication Network. Subscriber Line Units shall provide analog to digital and direct digital
conversion to 64 Kbps digital channel. In the CEPT standard hierarchy, thirty (30) such 64 Kbps
digital channels shall be Time Division Multiplexed (TDM) resulting in a single 2.048 Mbps (E-1)
digital bit stream.

Digital Drop-Insert and Branching Equipment shall be used to digitally interface a small number of
channels at spur locations without requiring successive D/A and A/D conversions of the throughput
channels.

The equipment shall also have an interface for external 2048 kHz synchronisation signal according
to ITU-T Recommendation G.703.

2.4.2 First Order (Primary) Multiplexing

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-17

The Contractor shall be required to provide E-1 Drop & Insert Multiplexer and E-1 Channel Bank
primary multiplexing in compliance with the electrical input-output characteristics provided in
Table below.

2.4.2.1 Drop & Insert Primary Multiplexing

Drop & Insert primary multiplexing in conformance with CEPT E-1 characteristics shall be
required at locations where the subscriber requirement is minimal. The drop and insertion of up to
thirty 64 Kbps channels supporting subscriber line units (SLU) shall be required at intermediate
locations. The Drop & Insert Muxes supplied shall be performance and card compatible with the
Channel Bank Equipment provided so that all Subscriber Line Interface cards are interchangeable.

CEPT E-1 Standard First Order Multiplexing


Electrical Input/Output Characteristics

Applicable Standards: CEPT per CCITT Recommendation G.702, G.703,


G.711 and G.712

Number of Tributaries: 30 X 64 Kbps

Alternative Sub-rate n X 64 Kbps V.36


Tributaries: 64Kb/s V.11/V.36

Output Aggregate Rate: 2.048 Mb/s ± 50 ppm


Interface Code: HDB3
Impedance: 75 ohm unbalanced
Peak Level @ 120 ohm: 3.0 volts ± 10%
Peak Level @ 75 ohm: 2.37 volts ± 10%
Maximum Insertion Loss: 6 dB

Signal Waveform: Per CCITT G.703


Frame Structure: Per CCITT G.742
Jitter Performance: Per CCITT G.823

Power Supply Voltage: -48 Vdc

2.4.2.2 Channel Banks (Mux, Drop/Insert)


Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 24 – Fibre Optic based Communication Equipments Page 24-18

User voice and data equipment interfacing requirements are defined at the subscriber line level.
Primary multiplexing in conformance with CEPT E-1 characteristics shall be used to provide first
order multiplexing of up to thirty 64 Kbps channels supporting Subscriber Line Units (SLUs).

2.5 MDF, DDF and Cabling

For the purposes of the specification, the contractor shall provide cabling, wiring, DDF patching
facilities and MDFs interfacing to the wideband telecommunications system. Equipment and
material components for MDF, DDF and cabling are also part of this procurement. It shall be the
Contractor's responsibility to provide all cable support required for full supplied equipment
interconnection with the MDF and shall be in accordance with communications industry standard
practices and the requirements mentioned in the technical specifications.

2.5.1 Digital Distribution Frame Functional Requirements


The Contractor shall provide DDF for Digital Signal Cross connect (DSX) Broadband-quality
(better than 20 MHz) patching facilities configured "normally-thru" with Equipment, Line and
Monitor Patch Jacks. DDFs shall provide the following basic functions:

(i) "Normally thru" circuit routing


(ii) Circuit rerouting via patch cord assemblies
(iii) Circuit disconnect and termination

All DDFs shall be sized and equipped to support the offered configuration of the provided
equipment. Independent Transmit and Receive patch jack assemblies (line and equipment) shall
provide for separate transmit and receive single-plug patching. Transmit and receive patch jack
assemblies shall be located side-by-side such that dual-plug patch cord assemblies may be used to
route both transmit and receive for the same circuit.

2.5.2 Main Distribution Frames

The Contractor shall make provision for cross connection of subscriber services to the subscribers
utilizing Krone type or equivalent and shall provide full connectivity up to and terminated on the
equipment side of the appropriate DDFs and line side of MDFs. The Contractor shall terminate on
the equipment side of patching facilities provided by other contracts and shall provide DSX type
patching facilities supporting aggregate bit streams (i.e. dataplexers and E-1 Channel Banks).
Separate Patch panels or MDFs shall be provided for Data and Voice. All cross connects shall be
accomplished utilizing one, two or three pair patch cords. Patch plugs are permissible for direct one-
to-one circuit "cut-thru".
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 24 – Fibre Optic based Communication Equipments Page 24-19

2.6 Patch Cords

The Contractor has to supply Patch cords as described in BOQ. The Patch cord return loss shall be
equal to or better than 40 dB and insertion loss equal to or less than 0.5 dB.

2.7 Telecommunication Management Network / Network Management System


(As Applicable)

The Contractor shall provide a Telecommunications Management Network System (TMN) for
operational support to the FOTS and associated Termination equipment subsystems. This TMN
shall provide the capability to monitor, reconfigure, and control elements of the telecommunications
network from a centralized location and at each node of the network where equipment is located.
This TMN system shall assist Employer/Owner in the operations and maintenance of the wideband
communication resources of the including detection of degraded circuits, system performance, the
diagnosis of problems, the implementation of remedial actions and the allocation or reallocation of
telecommunications resources and addition/deletion of network elements.

The contractor shall supply preferably a single TMN for all the NEs (Network Elements) such as
SDH equipment, Mux, Drop-Insert, DACS etc. In case a single TMN can not be provided for all the
NEs, the contractor may supply separate TMNs. Each of the offered TMN shall meet the
requirements indicated in this section. The bidder shall provide details of the offered TMN in the
bid.

2.7.1 Applicable Standards

The TMN design concept, functional and informational architecture and physical architecture, shall
be in compliance with ITU-T Recommendation M.3010. The offered TMN system shall be capable
of integration to other supplier’s Network Management System (NMS) upwardly through North
bound interfaces. The north bound interface in the EMS shall be CORBA/TMF-814 compliant.

2.7.2 TMN Architecture

The TMN shall provide

a. Collection of Management data from all Network Elements (NEs) supplied under this
package. The minimum monitoring and control requirements for the communication
equipment shall be as defined in this section.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-20

b. Processing of above management data by using processor(s) located at control Centre and
additional intermediate station processor(s), wherever required.

c. Monitoring and control of the NEs as defined below:

I) TMN system at LDC (including local operator console, if applicable) shall support
management of all equipments supplied and monitoring of the entire regional network
supplied under this package. At a minimum functions of Network management layer
(NML) and Element management layer (EML) as defined in CCITT M3010. The
detailed functions are listed in TS.

II) Monitoring and control of NEs using Craft Terminals as defined in this Section .

d. Supervisory monitoring and control of the following station associated devices:

I) Intrusion Detection Alarms


II) Power Failure
III) Fire and Smoke Detection
IV) Environmental Control (Temperature, Humidity etc.)

e. Communication channel support for TMN System as specified in Technical Specifications


(TS).
The supplied TMN system shall be capable of handling all management functions for at least 150%
of the final network elements. Further, the centralised TMN system shall also have provision for
addition of at least two remote operator consoles. The TMN hardware shall be so designed that
failure of a single processor/component (router, switch, converter etc.) shall not inhibit any of the
functionality of the TMN at control centre. The Contractor shall submit for Employer’s approval the
TMN architecture describing in detail the following subsystems/features:

a. Database used in TMN


b. Master Processor, server/workstation, LAN, Peripherals and hardware
c. Software and operating system
d. Local Consoles/remote consoles
e. Craft Terminals
f. Data communication between NEs, Remote/Local Consoles and TMN Processor(s)
g. Routers/Bridges
h. Expansion Capabilities

2.7.3 Management Functions

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-21

The TMN shall support following Management functions:

2.7.3.1 Configuration Management

Configuration management is concerned with management, display, and control of the network
configuration. Minimum specific requirements that shall be satisfied include the following:

a. Provide tools to establish and maintain the backbone topology and configuration
information and provide graphical maps depicting the configurations.

b. Gather descriptive information about the current configuration of the equipment,


provide operator displays, and prepare reports.

c. Provide tools for planning, establishing, and changing the static equipment
configuration. Provide for changes to the equipment configuration in response to
equipment failures, planned upgrades, and operator requests to take equipment offline
for testing.

d. Provide verification testing to support new equipment installation.

2.7.3.2 Fault Management

Fault management is concerned with detecting, diagnosing, bypassing, directing service restoration,
and reporting on all the backbone network equipment, systems, and links. Minimum specific
requirements that shall be satisfied include the following:

a. Display equipment status in a consistent fashion regardless of the source of the data on
a graphical topological, map-type display. Status shall be displayed through the use of
colours on links and nodes as well as through text.

b. Obtain status and detect faults through periodic polling, processing of unsolicited
alarms and error events, and periodic testing for connectivity.

c. Maintain an alarm summary of unacknowledged alarm events on the management


station display and maintain a log of all received alarms. The operator shall be able to
acknowledge and clear alarms individually and as a group. The use of alarm
correlation techniques is encouraged to minimize the proliferation of alarms caused by
a single, common event. All alarms shall be configurable as critical alarms, major
alarms and minor alarms with different colours.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-22

d. Provide the capability to diagnose and isolate failures through analysis of error and
event reports and through the use of both on-line and off-line diagnostic tests and
display of monitored data.

e. The criteria for fail over shall be configurable as automatic fail over to redundant
equipment wherever possible and through operator-initiated actions where automatic
fail over is not possible. The status of fail over shall be reported to the NMS.
f. Track network equipment failure history.

2.7.3.3 Performance Management

Performance management is concerned with evaluation of the use of network equipments


and their capability to meet performance objectives. Minimum specific requirements that
shall be satisfied include the following:

a. Provide support for an operator to initiate, collect, and terminate performance metrics
under both normal and degraded conditions. For example, BER of each link, together
with other data measured at each node, shall be available on operator request (atleast
for SDH).

b. Monitor point to point & end to end signal quality and history. Provide operator
controls to monitor performance of specified events, measures, and resources (atleast
for SDH). Specifically provide displays to permit the operator to:

1. Select/deselect network equipments, events, and threshold parameters to monitor

2. Set monitoring start time and duration or end time

3. Set monitoring sampling frequency

4. Set/change threshold values on selected performance parameters

5. Generate alarm events when thresholds are exceeded.

6. Set multiple thresholds on certain performance parameters. Alarm categories


include as a minimum a warning and a failure.

7. Calculate selected statistical data to measure performance on selected equipment


based on both current and historical performance data maintained in performance

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-23

logs. Performance data provided is limited to what is available from the


equipment Contractors.

8. Provide graphical displays of point to point and end to end current performance
parameter values. Provide tabular displays of current, peak, and average values
for performance parameters.

9. Generate reports on a daily, weekly, monthly, and yearly basis containing system
statistics.

2.7.3.4 Security Management

The TMN shall be provided with security features to limit access to monitoring and control
capabilities to only authorized personnel. One access level of System Administrator and at least
two levels of operator access shall be provided - read (view) only, and write (configure). The
system administrator shall be able to create, define and modify operators with different access
levels, network domains and perform all kind of maintenance and up gradation of the TMN system.
With "read only" access level, network parameters should only be viewed. Access to database
maintenance, command control and test functions shall be available with "write " access level.
Means shall be provided to ensure only one authorized user has write capability for a selected
domain of the network. It shall be possible to define multiple domains for purposes of monitoring
and control.

Human error and conflict detection are also required. Such errors and access violations shall be
reported to the offending user as error messages and warnings.

2.8 Communication Channel Requirement and Integration

Communication requirements for TMN system have not been considered in Appendices and the
Contractor shall provide these as a part of TMN system. The Contractor shall provide all required
interface cards / devices, LAN, routers/bridges, channel routing, cabling, wiring etc. and interfacing
required for full TMN data transport.

The TMN data transport shall utilize the wideband communications transmission system service
channel in the overhead whenever possible. This will provide inherent critical path protection

Should the configuration requirements dictate multiple TMN station processors, the TMN Master
Station shall require bidirectional data transport with its station processor(s). This communications
interfacing shall be via critically protected data channels. It shall be the Contractor's responsibility
to provide for and equip all necessary critically protected TMN data channel support.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-24

In case supervisory channels are not available, the Contractor shall provide suitable interfaces in
their supplied equipment for transport of TMN data. The Contractor shall also be responsible for
providing suitable channels with appropriate interfaces to transport the TMN data.

The NMS information of existing PDH & SDH system shall be transported through the new
communication network, wherever required, up to the NMS location. The NMS information of the
new SDH & PDH system being procured under the package shall be transported through the
existing communication network using 64 kbps/2Mpbs (G.703) interfaces. Any hardware required
for above interfacing shall be provided by the Contractor.

The bidders shall describe in the proposal the TMN data transport proposed to be used by the bidder
in detail including capacity requirements and various components/equipment proposed to be used.

2.9 Craft Terminal

Each equipment (SDH equipment, Mux, Drop/Insert and DACS etc.) on the fibre optic
communication network shall include provision for connecting a portable personal computer (PC)
to be known as craft terminal to support local commissioning and maintenance activities. Through
the use of this PC and local displays/controls, the operator shall be able to:

a. Change the configuration of the station & the connected NEs.


b. Perform tests
c. Get detailed fault information

The craft terminal shall be connected to the interface available in the communication equipment.
Portable (laptop) computers (Craft terminals), each complete with necessary system and application
software to support the functions listed above, shall be supplied to the employer as per BOQ given
in the appendices.

2.10 Hardware Requirements

2.10.1 Master Processor, Server/Workstation and Craft Terminal

The server/workstation and craft terminal shall have suitable processor(s) which shall be sufficient
to meet all the functional requirement and expansion capabilities stipulated in this specification.
Only reputed make like Dell, IBM, HP, Compaq make shall be supplied.
The server shall have minimum configuration of 3GHz for CISC based or 1.6GHz for RISC based
processor, 2GB RAM, DVD-ROM drive, redundant 80 GB internal Hard Disk Drive, 101-
Enhanced style keyboards, mouse, parallel, serial, USB(2.0) ports and hot swap redundant power
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 24 – Fibre Optic based Communication Equipments Page 24-25

supply. VDUs shall be 17" TFT active matrix color LCD with a minimum resolution of 1024 X
768. Appropriate network drive card shall also be provided wherever required. However, the
internal hard disk drive for the server shall be redundant and all the data shall be mirrored. Further,
the TMN software shall support data mirroring on redundant disk drives.
The workstation shall have minimum configuration of 2.4GHz for CISC or 1.4GHz for RISC
based processor, 1GB RAM, DVD-RW drive, 160 GB Hard Disk Drive, 101-Enhanced style
keyboards, mouse, parallel, serial and USB (2.0) ports. VDUs shall be 19" TFT active matrix color
LCD with a minimum resolution of 1024 X 768. Appropriate network drive card shall also be
provided wherever required.

CPU enclosures shall be desktop type and shall include available expansion slots except for the
Craft Terminal which shall be a laptop. The craft terminal shall have minimum configuration of 2.4
GHz, 2 GB RAM, 256 MB VRAM, DVD RW drive, 160 GB Hard Disk Drive, keyboard,
mouse/trackball etc., parallel, serial/USB (2.0) ports to accommodate printers, and Internal/external
Data/Fax modem and a battery back-up of at least 60 minutes. VDUs shall be 15" TFT active
matrix color LCD with a minimum resolution of 1024 X 768.
2.10.2 Peripherals and hardware

TMN system shall be provided with laser printer. The laser printer shall have a minimum print
speed of 17 pages per minute and a minimum resolution of 1200 x 1200 dpi. The laser printer shall
have parallel and LAN ports for connecting to TMN system.

The laser printer under this specification shall be black & white and include print enhanced
buffering to prevent loss of print data in the event of a print failure.

2.10.3 Local/Remote Operator Consoles (As Applicable)

The Contractor shall provide operator consoles sized and equipped to support the subsystem(s)
furnished and in compliance with the specification. The console shall provide hardware interfacing
for the TMN users to the software operating support systems. At a minimum, a console shall
include the hardware similar to a workstation.

2.10.4 Power Supplies

The TMN system shall use 220 volts 50 Hz A.C or -48 volt D.C as available at site for its operation
as available at site.

2.11 General Software/Firmware Requirements

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-26

Due to various alternative design approaches, it is neither intended nor possible to specify all
software and firmware characteristics. It is the intent herein to provide design boundaries and
guidelines that help to ensure a demonstrated, integrated program package that is maintainable and
meets both hardware systems requirements and the customer's operational requirements.
2.11.1 Operating System Software
Operating system software shall be provided to control the execution of system programs,
application programs, management devices, to allocate system resources, and manage
communications among the system processors. The contractor shall make no modifications to the
OEM's operating system, except as provided as USER installation parameters.

2.11.2 Applications Software


All applications software shall be written in a high-level programming language unless developed
using industry proven application programs and development tools provided with the system. The
contractor shall make no modifications to the applications program except as provided as USER
development tools.

2.11.3 Software Utilities

A utility shall be provided to convert all reports into standard PC application formats such as excel.

2.11.4 Revisions, Upgrades, Maintainability

All firmware and software delivered under this specification shall be the latest field proven version
available at the time of contract approval. Installed demonstration for acceptance shall be required.
All firmware provided shall support its fully equipped intended functional requirements without
additional rewrite or programming.

All software shall be easily user expandable to accommodate the anticipated system growth, as
defined in this specification. Reassembly recompilation or revision upgrades of the software or
components of the software, shall not be necessary to accommodate full system expansion.

Software provided shall be compliant with national and international industry standards.
2.11.5 Database(s)

The contractor shall develop all the databases for final wideband network following the global
acronyms for all stations. Database(s) to be provided shall contain all structure definitions and data
for the integrated functional requirements of TMN system.

TMN operator Groups shall share the same virtual database. This means that they shall share the
same database and database manager, whether or not physically separate databases are maintained.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 24 – Fibre Optic based Communication Equipments Page 24-27

3.1 Inspection
Access to the Contractor's facilities during system manufacturing and testing and to any facility
where systems/ equipment are being produced/ tested/ integrated for the fibre optic communication
network, shall be available to the Employer. At all times the Employer shall have full facilities for
unrestricted inspection of such materials or equipment. To facilitate this, the Contractor shall submit
for the Employer approval, a comprehensive Quality Assurance Plan using ISO 9000 as a general
guideline. In addition, the Quality Assurance Plan shall satisfy the following:

(a) Sufficient office facilities, equipment, and documentation necessary to complete all
inspections and to verify that the equipment is being fabricated and maintained in
accordance with the Specification shall be provided by the Contractor to the Employer.

(b) Inspections to be performed by the Employer will include visual examination of


hardware, cable dressings and labeling. Contractor's documentation will also be
examined to verify that it adequately identifies and describes all offered items and spare
parts.

(c) Access to inspect the Contractor's standards, procedures, and records that are applicable
to the supplied equipment shall be provided to the Employer. Documents will be
inspected to verify that the Contractor has performed the required quality assurance
activities.

(d) The inspection rights described above shall also apply to sub Contractors who are
responsible for supplying major components described in this Specification. These
items shall be inspected and tested at the sub Contractor's factory by the Employer's
representatives prior to shipping this equipment to the Contractor's facility or directly to
the Employer.

(e) The above inspection rights shall also apply to sub Contractors supplying assemblies,
subassemblies and components. However, such items will normally be inspected and
tested by the Employer's representatives at the Contractor's site before acceptance.

4.1 Test Plans and Procedures


Test plans and test procedures for both factory and site acceptance tests shall be provided by the
Contractor. Test plans and test procedures shall ensure that each factory and site test is

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-28

comprehensive and verify all the features of the equipment to be tested. Test plans and test
procedures shall be modular to allow individual test segments to be repeated upon request.

The Contractor shall submit a Test Schedule for the Employer's approval within one (1) week after
the award of contract for Type Tests and three (3) months after the award of contract for all other
tests. The test schedule shall list the tests to be carried out, and the approximate test duration. The
test periods shall also be indicated in the PERT chart or equivalent for the work.

The Contractor shall give the Employer twenty one (21) days written notice of any material being
ready for testing. Fifteen days prior to the scheduled testing, the Employer shall provide written
notice to the Contractor of any drawings, equipment, material, or workmanship which, in the
Employer’s opinion, are not compliant to the specification. The Contractor shall give due
consideration to such objections, if valid, effecting the corrections as necessary or shall prove, in
writing, that said modifications are unnecessary for contract compliance.
4.1.1 Factory and Site Test Plans
A test plan for factory and site acceptance tests shall be submitted for approval, at least four (4)
weeks before the start of testing. The test plan shall be a single overview document that defines the
overall schedule and individual responsibilities associated with conducting the tests, documenting
the test results, and successfully completing the test criteria. Test Plans shall include, at a minimum,
the information contained in Table below.

Item: Description:

1. Test schedule

2. Record-keeping assignments, procedures and forms

3. Procedures for monitoring, correcting and retesting


variances

4. Procedures for controlling and documenting all changes


made to the communications equipment after the start of
testing

4.1.2 Test Procedures

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-29

Test procedures for factory and site testing shall be submitted for the Employer approval at least
four (4) weeks before each individual test. Fully approved test procedures shall be submitted to the
Employer at least four weeks prior to the commencement of testing. Testing shall not commence
without approved test procedures. At a minimum, test procedures shall include the items listed in
Table below.

All test equipment and/or instruments shall bear calibration stickers indicating valid calibration on
and beyond the testing date. The time lapsed since last calibration shall not exceed the test
equipment/ jig manufacturer recommended calibration interval or the interval recommended in the
test lab’s internal quality procedures.

The Contractor shall ensure that all testing will be performed by qualified testing personnel well
experienced in performing such tests.

Item: Description:

1. Test Title and Revision Level, if applicable

2. List of Standard(s) complied with

3. Function(s) / parameter(s) to be tested

4.
Purpose of each test segment

5. List of required test equipment

Description of any special test conditions or special actions required. This


6. includes complete descriptions, listings and user interface procedures for all
special hardware and software tools and/or display formats to be used during the
test.

7. Test setup including test configuration block diagrams and/or illustrations.

8. Test procedures to be followed.

9. Required inputs and expected outputs for each test segment

10. Acceptance criteria for each test segment.


Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 24 – Fibre Optic based Communication Equipments Page 24-30

Item: Description:

List of test data to be supplied by the Contractor(s) and copies of any certified
11. data to be used
12. Format of test reports.

4.1.3 Test Records


Complete and indexed records of all factory and site acceptance tests results shall be maintained and
provided to the Employer by the Contractor in hardcopy. The records shall be keyed to the steps
enumerated in the test procedures. The minimal items required in test records are described in Table
below.

Item: Description:

1. Test Title and Revision Level, if applicable; contract references

2. Date and time for test start and test completed

3. Test title and reference to the appropriate section of the test procedures

4. Description of any special test conditions or special actions taken (Includes test-
case data).

5. Test results for each test segment including an indication of Passed, Conditional
Pass, Incomplete or Failed.

6. Test procedure modifications made during testing.

7. Variance Report(s) tracking information and copies (if variance(s) was


detected).

8. Contractor's test engineer(s) identification, signature and remarks

9. Employer's test witness identification, signature and remarks

10. List of all attachments

11. Attachments (including system logs, printouts, variances, hard copies of visual
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 24 – Fibre Optic based Communication Equipments Page 24-31

Item: Description:
test result displays, etc.)

All principle test records, test certificates and performance curves shall be supplied for all tests
carried out as proof of compliance with the specifications and/or each and every specified test.
These test certificates, records and performance curves shall be supplied for all tests, whether or not
they have been witnessed by the Employer within the specified duration after the completion of test.
Information given on such test certificates and curves shall be sufficient to identify the material or
equipment to which the certificates refer, and shall also bear the Contractor's reference and heading.

4.1.4 Rejection of Elements

Any item or component which fails to comply with the requirements of this Specification in any
respect, at any stage of manufacture, test, erection or on completion at site may be rejected by the
Employer either in whole or part as considered necessary.

Material or components with defects of such a nature that do not meet the requirements of the
Specification by adjustment or modification shall be replaced by the Contractor at his own expense.
After adjustment or modification, the Contractor shall submit the items to the Employer for further
inspection and/or tests.

4.1.5 Test Periods Defined


The terminology used in Volume I, General Conditions of Contract and their correlation with the
tests requirements described within this section is as follows:

Pre-Commissioning & Commissioning Period - The Site Acceptance Test (SAT)


Operational Acceptance - Successful completion of SAT

4.2 Type Testing


"Type Tests" shall be defined as those tests which are to be carried out to prove the design, process
of manufacture and general conformity of the materials to this Specification. Type Testing shall
comply with the conditions specified in Chapter 2- GTR.

4.2.1 List of Type Tests


The type testing shall be conducted on the following equipment

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-32

(a) SDH Equipment with all types of cards (optical card, Tributary card or any other
equipment as part of repeater less links)
(b) Primary Multiplexer & Drop – Insert Multiplexer with subscriber interface card

4.2.1.1 List of type test to be conducted on Telecom equipment

The type tests for SDH Equipment with all types of cards, Primary Multiplexer & Drop – Insert
Mux with subscriber interface card are described below:
4.2.1.1.1 Temperature and Humidity Tests

The tests listed below are defined in IEC Publication 60068.

(a) Low Temperature Test: Operation to Specifications


Low temperature tests shall be conducted as defined in IEC Publication 60068-2-1, test method Ad,
with the following specifications:

(1) Test Duration: The equipment is started up as soon as thermal equilibrium has been
reached and operated for sixteen (16) hours. Its performance is checked during the
test.

(2) Degree of Severity: Test shall be done at 0°C

(3) Acceptance Criteria: No degradation of performance during and after the test.

(b) Low Temperature Test : Operation without Damage


Low temperature tests shall be conducted as defined in IEC Publication 60068-2-1, test method Ad,
with the following specifications:

(1) Test Duration: The equipment is started up as soon as thermal equilibrium has been
reached and operated for 72 hours. Its performance is checked during the test and
after the test as soon as the thermal equilibrium is reached at the room temperature
(Post-test).

(2) Degree of Severity: Test shall be done at -10° C

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-33

(3) Acceptance Criteria: Degradation of performance is allowable during the test,


however there shall be no degradation of performance in the post-test.

(c) Dry Heat Test: Operation to Specifications


Dry heat test shall be done as defined in IEC Publication 60068-2-2, test method Bd, with the
following specifications:

(1) Test Duration: The equipment is started up as soon as thermal equilibrium has been
reached and operated for 96 hours. Its performance is checked during the test.
(2) Degree of Severity: As per operation to specification range.
(3) Acceptance Criteria: No degradation of performance during and after the test.

(d) Dry Heat Test: Operation without Damage


Dry heat tests shall be done as defined in IEC Publication 60068-2-2, test method Bd, with the
following specifications:

(1) Test Duration: The equipment is started up as soon as thermal equilibrium has been
reached and operated for 96 hours. Its performance is checked during the test and
after the test as soon as the thermal equilibrium is reached at the room temperature
(Post-test).

(2) Degree of Severity: Test shall be done at 55ºC.

(3) Acceptance Criteria: Degradation of performance is allowable during the test,


however there shall be no degradation of performance in the post-test.

(e) Damp Heat Test


Damp heat testing reveals aging with respect to the humidity level and applies basically to
electronic equipment. This test shall be done as defined in IEC Publication 60068-2-3 with the
following specifications:

(1) Test Duration: The equipment is started up as soon as thermal equilibrium has been
reached and operated for 10 days. Its performance is checked during the test.

(2) Acceptance Criteria: The equipment shall meet the specified requirement and there
shall not be any degradation in BER.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-34

(f) Temperature Variation Test


Temperature variation testing shall be as per IEC Publication 60068-2-14 (Gradual Variations,
Method Nb). The equipment shall be powered on and various parameters shall be monitored
continuously during the test period.

(1) Number of cycles required is five (5)


(2) The degree of severity: temperature TL:0°C, TH: As per operation to specification
range
(3) Cycle duration for each temperature is three (3) hours.
(4) Ramp : 1 oC/minute.
(5) Acceptance Criteria: The equipment shall meet the specified requirement and there
shall not be any degradation in BER.

4.2.1.1.2 Power Supply and EMI/EMC tests

The test procedure and acceptance criteria shall be as defined in IEC 60870-2-1.

(a) Immunity Tests

The list of Immunity tests are specified below in Table below.

Recommended Immunity Tests

S. Immunity Test AC DC Control Telecom Para-


No. Power Power & Line metres
Supply Supply Signal

1 Voltage
Yes Yes N/A N/A Table 11 of IEC
Fluctuations
60870-2-1: 1995
- Level : 1
2 Voltage dips and
Yes Yes N/A N/A
Interruptions
Table 12 of IEC
3 1.2/50 - 8/20 μs 60870-2-1: 1995
Yes Yes Yes N/A
surges - Level : 4

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-35

Recommended Immunity Tests

S. Immunity Test AC DC Control Telecom Para-


No. Power Power & Line metres
Supply Supply Signal

4 Fast transient bursts Yes Yes Yes Yes

5 Damped oscillatory
waves Yes Yes Yes Yes

6 10/700 μs surges N/A N/A N/A Yes

7 Electrostatic Table 13 of IEC


discharge Yes 60870-2-1: 1995
- Level : 4

8 Power frequency Table 14 of IEC


Yes
magnetic field 60870-2-1: 1995
- Level : 4
9 Damped oscillatory Yes
magnetic field

10 Radiated Table 15 of IEC


electromagnetic Yes 60870-2-1: 1995
field - Level : 4

11 Power Frequency IEC 61000-4-16


voltage on control N/A N/A Yes Yes : 2002-07
and signal lines Level : 4

12 DC voltage on IEC 61000-4-16


control and signal N/A N/A Yes N/A : 2002-07
lines Level : 4

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-36

(b) Emission Tests

The list of Emission tests are specified below in Table.

S. NO. Emission test AC DC Contr Telecom Para-


Power Power ol & Line metres
Supply Supply Signal
Table 17
1 LF disturbance of IEC
voltages 60870-2-1:
CCITT N/A Yes N/A N/A 1995 -
recommendation Class : B
P.53

2 RF disturbance
voltages Yes Yes N/A N/A
CISPR 22

3 RF disturbance
currents N/A N/A N/A Yes
CISPR 22

4 RF radiated fields
CISPR 22 Yes

(c) Insulation Withstand Voltages


As per section 6 of IEC 870-2-1. Recommended class: VW1 of Table 18.

4.2.1.1.3 Mechanical Tests

(a) Mechanical Vibration Test


The procedure for this test is described in IEC Publication 60068-2-6. The testing procedure shall
be carried out in the sequence 8.1 + 8.2.1 + 8.1 as described in document 60068-2-6.

For the vibration response investigation (clause 8.1 of 60068-2-6), the test shall be carried out over
a sweep cycle under the same conditions as for the endurance test (described later), but the vibration
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 24 – Fibre Optic based Communication Equipments Page 24-37

amplitude and the sweep rate may be decreased below these conditions so that the determination of
the response characteristics can be obtained.

The endurance test conditions are selected according to the vibration withstand requirements.

Transportation tests shall be performed with the equipment packed according to the Contractor's
specifications.

(b) Shock Test


The procedure of this test is defined in IEC Publication 60068-2-27 (each test) with a semi-
sinusoidal shape (clause 3.1.1.2).

The recommended severity shall be A = 294 m/s2, D = 18 ms. Three shocks per axis per direction
shall be applied to the equipment packed according to the Contractor's specifications.

Or Free Fall Test


This test could be performed as an alternative to the shock or Bump test. The procedure is defined
in IEC publication 60068-2-32. The equipment shall be packed according to the Contractor's
specifications. The drop height shall be defined in accordance with IEC 68-2-32. The surface of the
packing case which comes into contact with the ground is the surface on which the packing case
normally rests; if the packing does not have any features (inscription, special shape, etc.) identifying
this surface, the test is carried out successively on all the surfaces of the packing.

Or Bump Test
This test could be performed as an alternative to Shock test or Free Fall test. The procedure is
defined in IEC 60068-2-29.

4.3 Factory Acceptance Tests


Factory acceptance tests shall be conducted on randomly selected final assemblies of all equipment
to be supplied. Factory acceptance testing shall be carried out on SDH Equipments, associated line
& tributary cards, Termination Equipments (Primary Mux, Drop/Insert, associated Subscriber Line
Interface Cards etc) and all other items for which price has been identified separately in the Bid
Price Schedules.

Equipment shall not be shipped to the Employer until required factory tests are completed
satisfactorily, all variances are resolved, full test documentation has been delivered to the Employer,
and the Employer has issued Material Inspection & Clearance Certificate (MICC). Successful

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-38

completion of the factory tests and the Employer approval to ship, shall in no way constitute final
acceptance of the system or any portion thereof. These tests shall be carried out in the presence of
the Employer's authorised representatives unless waiver for witnessing by Employer’s
representatives is intimated to the contractor.

Factory acceptance tests shall not proceed without the prior delivery to and approval of all test
documentation by the Employer.

The factory acceptance test shall demonstrate the technical characteristics of the equipment in
relation to this specifications and approved drawings and documents. List of factory acceptance
tests for Fibre Optic Transmission system, Termination Equipment Sub-system and NMS are given
in specified Tables in this section. This list of factory acceptance tests shall be supplemented by the
Contractor's standard FAT testing program. The factory acceptance tests for the other items shall be
proposed by the Contractor in accordance with technical specifications and Contractor's (including
Sub-Contractor's / supplier's) standard FAT testing program. In general the FAT for other items
shall include at least: Physical verification, demonstration of technical characteristics, various
operational modes, functional interfaces, alarms and diagnostics etc.

For Test equipment & clock, FAT shall include supply of proper calibration certificates,
demonstration of satisfactory performance, evidence of correct equipment configuration and
manufacturer’s final inspection certificate/ report.

Factory Acceptance Testing Requirements for Termination Equipment (MUX)

Item Description:

1. Physical Inspection for conformance to DRS, BOQ, drawings and appearance of


equipment

2. Performance of supervision, alarm, control and switching systems, diagnostics,


loopbacks, Craftsperson interface etc.

3. Electrical interface tests which include: output and input jitter, bit error rate, pulse
shape, cable compensation, and line rate tolerance for the channel banks/low-level
multiplexers

4. Framing, signaling, and operational and maintenance tests consistent with


applicable ITU-T requirements

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-39

Item Description:

5. Simulation of failure conditions and failover of each redundant unit

6. Test of spare card slots and test of spare parts/modules/cards as per applicable
tests

7. Checks of power supply/converter voltage margins and short circuit and


overvoltage protection

8. Random inspections to verify the accuracy of documentation

FAT on Craft Terminal

1 Physical inspection of Craft Terminal hardware for conformance to approved


BoQ, DRS & drawing
2 Testing of Craft Terminal to demonstrate proper operation of all functions

4.4 Site Acceptance Tests


The Contractor shall be responsible for the submission of all equipment & test equipment supplied
in this contract for site tests and inspection as required by the Employer. All equipment shall be
tested on site under the conditions in which it will normally operate.

The tests shall be exhaustive and shall demonstrate that the overall performance of the contract
works satisfies every requirement specified. At a minimum Site Acceptance Testing requirement for
Telecom equipment. is outlined in following section. This testing shall be supplemented by the
Contractor's standard installation testing program, which shall be in accordance with his quality
plan(s) for Telecom equipment installation.

During the course of installation, the Employer shall have full access for inspection and verification
of the progress of the work and for checking workmanship and accuracy, as may be required. On
completion of the work prior to commissioning, all equipment shall be tested to the satisfaction of
the Employer to demonstrate that it is entirely suitable for commercial operation.
4.4.1 Phases for Site Acceptance Testing
The SAT shall be completed in following phases:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-40

4.4.1.1 Installation Testing


The field installation test shall be performed for all equipment at each location. If any equipment
has been damaged or for any reason does not comply with this Specification, the Contractor shall
provide and install replacement parts at its own cost and expense.

In the installation test report, the Contractor shall include a list of all hardware or components
replaced or changed between the completion of factory tests and the start of field tests and show that
documentation and spare parts have been updated.

The minimal installation testing requirements for fiber optic transmission subsystem, Termination
equipment sub-system are provided in respective Tables in this section.

4.4.1.2 Link Commissioning Tests


The commissioning tests shall verify that communication can be performed over the fiber optic link
under test. Delay measurement, Bit Error measurements & service channel performance monitoring
shall be made on the fibre optic links to verify compliance with designed link performance.
For Ethernet interface: At a minimum the following test requirements shall be demonstrated
as per RFC 2544:
a) Ping test
b) Throughput test
c) Latency test
d) Packet Loss

10% of the total links (Chosen by the Employer, generally to cover links from all configurations
used) shall be tested for a duration of 12 Hours. Rest of the links shall be tested for 1 Hour. In case
a link does not meet the performance requirements during 1 hour, then the duration of the test shall
be increased to 12 hours.
In case any link does not meet the performance requirements during 12 hour, then the cause of
failure shall be investigated and the test shall be repeated after rectifying the defects.

This phase of testing shall be conducted by the Contractor and witnessed by the Employer. Field
adjustments shall be made to meet established standard, however if the field adjustments fail to
correct the defects the equipments may be returned to the Contractor for replacement at his own
expense. In case any adjustments are required to be made during the interval of the test then the test
shall be repeated.

4.4.1.3 Integrated Testing


Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 24 – Fibre Optic based Communication Equipments Page 24-41

Prior to commencement of integrated testing the overall system shall be configured as required to
provide all the data and voice channel required to interconnect the various User’s interfaces. The
integrated testing for a batch shall include end-to-end testing of back-bone network included in that
batch. Integrated testing for last batch shall include testing of the entire back-bone. The intent of
integrated testing is to demonstrate that the equipment is operational end to end under actual
conditions, that all variances identified during factory and field installation and communications
testing have been corrected, and that the communication equipment is compatible with other
equipment at all locations. The Integrated System Test shall include all fibre optic transmission
equipment, termination equipment, the network management subsystem and other components.

At a minimum the following tests shall be included in the integrated testing:


(1) Equipment configuration shall be checked to establish that it supports the channel routing.
(2) End to end testing of all individual voice circuits
(3) End-to-end testing of all individual Data Circuits.
(4) Demonstration of Protection switching and synchronization of equipment as per
synchronization plan.

Fibre Optic Transmission system Installation Testing

Item: Description:

1. Physical Inspection for conformance to drawings, rack elevations and


appearance of equipment and cabling

2. Station power supply input and equipment power supply (DC-DC converter)
output voltage measurements

3. Terminal transceiver performance testing (Tx power, Tx spectrum, receive


signal strength, connector losses etc.)

4. Service channel performance

5. Craftsperson interface, alarm and control functional performance

6. Rack and local alarms: No alarms shall be present and all alarms shall be
demonstrated to be functional

7. Network management interface and supervision performance

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-42

8. Correct configuration, level setting & adjustments and termination of Input/


output interfaces

9. Proper establishment of Safety and signalling earthing system and resistance to


ground to be checked.

10. Simulation of failure conditions and failover of protected components.

Termination Equipment Sub-system Installation Testing

Item: Description:

1. Physical Inspection for conformance to drawings, rack elevations and


appearance of equipment and cabling

2. Power supply/converter voltage measurements

3. Muldem performance testing

4. Craftsperson interface, alarm and control functional performance

5. Rack and Local alarms

6. Network management interface and supervision performance

7. Channel performance

8. Safety and signalling earthing system

9. Simulation of failure conditions and failover of protected components.

NMS Installation Testing (if Applicable)

Item: Description:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 24 – Fibre Optic based Communication Equipments Page 24-43

NMS Installation Testing (if Applicable)


1. Physical inspection for conformance to drawings, rack elevations and appearance
of equipment and cabling

2. Workstation hardware inventory, configuration and characteristics

3. Demonstration of proper operation of all hardware, including workstations


peripherals

5.0 TRAINING FOR OPERATIONAL STAFFS

The Contractor shall design and arrange a training programme at the manufacturer's
premises for the Fibre Optic Based Communication system for two concerned NEA
personnel so as to make them competent enough to operate and maintain the proposed
equipment/system. The overview of such programme shall be proposed by the prospective
contractor along with its technical proposal. The cost of this training shall be included in the
overall bid price.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 25 – LT Transformer Page 25-1

CHAPTER – 25
LT TRANSFORMER

1.1 General

This specification covers the design, manufacture, assembly, shop test, supply, delivery,
installation, field testing and commissioning of the station service transformers complete
with all accessories, fittings and auxiliary equipment for efficient and trouble-free
operation as specified herein under. The Contractor shall undertake all the works
(complete supply and installation) relating to the connection of the station service
transformer to the HV/LV control and distribution panels.

The equipment specified in this Section of the Contract shall conform to the latest edition
of the appropriate IEC specifications and/or other recognized international standards. In
particular :

IEC60076 Power transformers


IEC 60137 Bushings for alternating voltages above 1 kV
IEC 60156 Method of determination of electric strength of insulating oils
IEC 60296 Specification for unused mineral insulating oils for transformers
and switchgear
IEC 60551 Measurement of transformer and reactor sound levels
IEC 60616 Terminal and tapping markings for power transformer
IEC 60722 Guide to lightning and switching impulse testing of power
transformers

1.2 Transformer Construction

1.2.1 Tank

The station transformer shall be provided with a case of rigid construction, which shall
be oil-tight and gas-tight complete with oil preservation system. The tank shall be
capable of withstanding, without leakage or permanent distortion, a pressure 25%
greater than the maximum operating pressure resulting from the system of oil
preservation used. The tank cover shall be bolted and provided with suitable hand
holes. Two grounding pads complete with clamp type terminal connector shall be
provided on the tank wall near the base.

1.2.2 Core
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 25 – LT Transformer Page 25-2

Cores shall be constructed of high quality, non-aging, high permeability cold rolled
grain oriented silicon steel. The steel shall be in thin laminations. Both sides of each
sheet shall be insulated, with durable, rigidly clamped with positive locking devices to
ensure adequate mechanical strength to support the windings and reduce vibrations to
a minimum during operation. Cut type cores shall not be accepted.

1.2.3 Winding

The design, construction and treatment of winding shall give proper consideration to all
service factors. The complete assembly of core and coils shall be dried in a vacuum
sufficient to ensure elimination of air and moisture within the insulating structure.
After the drying process, the assembly shall be immediately impregnated with dry oil.
The windings of the transformer shall be fabricated of copper materials. Aluminum
winding materials shall not be accepted.

1.3 Oil Preservation

Each transformer shall be provided with an oil conservator complete with oil filter
flange or cap at the top.

1.4 Short Circuit Capacity

The transformer shall be designed and constructed to withstand, without injury, the
mechanical and thermal stress produced by short-circuit current limited by the impedance
of the transformer only.

1.5 Tap Changer

An externally - operated tap changer shall be furnished with the transformer, to be


operated only when the transformer is de-energized. The tap changer shall include an
operating handle, visible indication of tap position and means for locking the tap
changer in any desired position. The locking device shall be arranged to prevent locking
the tap changer in an off position. Mechanical means shall be provided for limiting the
maximum and minimum traveling of the extreme tap positions to be at the maximum and
minimum position of the tap changer.

1.6 Insulating Oil

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 25 – LT Transformer Page 25-3

The insulating oil shall be refined mineral oil. Necessary quantity of oil for the
transformer shall be furnished by the Contractor.

1.7 Bushings

The bushings shall be made of homogeneous and well vitrified porcelain. The color of
the insulator shall be brown and the surface shall have polished glaze.

The 33 kV bushings shall have bolted terminal lugs suitable for terminating ACSR DOG
conductor.
The cable terminal box on the low voltage side shall consist bolted terminal lugs suitable
for terminating 95-150 sq. mm. stranded copper conductor cables.

The low voltage neutral bushings shall include a lug for terminating a 25 sq. mm. copper
earth wire in addition to the 95-150 sq. mm. copper conductor neutral circuit.

1.8 Temperature rise

Average winding temperature rise above maximum ambient temperature (40 Deg C)
when carrying maximum continuous rated kVA shall not exceed 55 Deg C. The
temperature rise of the insulating oil shall not exceed 50 Deg C when measured near the
top of the main tank.

1.9 Accessories

The following accessories shall be provided with each transformer.

- Upper oil filter valve

- Lower oil filter and drain valve

- Oil sampling device

- Liquid level gauge

- Lifting Lug

- Name plate

- Hand Hole
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 25 – LT Transformer Page 25-4

- Tank grounding terminal connector suitable for grounding cable of #6


SWG solid or stranded copper.

- Breather, oil conservator.

1.10 Tests

Upon completion the transformer shall be subjected to following routine tests. As far as
practical, the procedure of IEC shall be followed:

- Applied voltage test


- Induced voltage test
- No load loss and excitation current test
- Impedance voltage and load loss tests
- Windingr esistance measurement
- Ratio tests
- Polarity and phase relation tests
- Leakage tests
- Insulation resistance tests
- Insulation power factor tests, etc.

(b) Design Test:

The Transformer design tests shall include following:

- Temperature rise tests


- Impulse voltage tests
- Pressure tests

The Bidder shall submit copy of design test report from recognized testing laboratory for the
transformer of the offered model along with the bid.

1.11 Current limiting power fuse

For the protection of the station service transformer, high voltage (36 kV) current limiting
power fuse with suitable cartridge holder, outdoor mounting shall be provided in a safe
height. Cost of the power fuse its holder including installation shall be included in the
price of the station service transformer.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 25 – LT Transformer Page 25-5

1.12 Disconnecting Switch

Gang operated single throw disconneting switch shall be provided for the transformer.
This switch shall be easily operable from ground and capable of disconnecting the
transformer.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 25 – LT Transformer Page 25-6

APPENDIX 17-1

RATINGS AND FEATURES OF STATION SERVICE TRANSFORMER

Description 33/0.4 kV
Transformer
1. Rated power 150 kVA
2. Rated voltage
-Primary 33 kV
-Secondary 400 / 230 V

3. Max. system voltage


-Primary 36 kV
-Secondary 440 V

4. Rated frequency 50 Hz
5. Connection
-Primary Delta
-Secondary Gnd. Wye

6. Cooling system ONAN


7. Voltage vector group Dyn 11
8. Rated impedance voltage ~4.5 %

9. BIL of winding and bushing for primary side 170 kV (crest)

10. Withstand voltage 50 Hz, 1 min.


-Primary 70 kV
-Secondary 3 kV

11. Off-circuit tap changer voltage taps on HV side +/- 5 %

12. Mounting Platform on


ground
13. Bushing (suitable for)
-HV exposed
-LV enclosed for
cable
connection

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 25 – LT Transformer Page 25-7

14. Insulation temperature class (IEC 76) A

15. Max. allowable noise level at 3 meter hemispherical 44 dB


radius
16. Applicable standard IEC

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-1

CHAPTER - 26
12 kV INDOOR SWITCHGEAR

1 General Requirements

The manufacturer, whose 12 kV Indoor switchgear panels are offered should have
designed, manufactured, type tested as per relevant IEC, supplied and commissioned the
Panels of similar rating. These Panels should have been in satisfactory operation for at
least two years as on the date of bid opening.

In addition to the requirements above, the Vacuum circuit breaker (VCB), CT, PT and
relays should have been designed, manufactured and type tested as per relevant IEC and
should have been in satisfactory operation for at least two years as on the date of bid
opening.

The equipment offered by the Bidder shall be complete in all respects. Any material and
component not specifically stated in this specification but which are necessary for
trouble free operation of the equipment and accessories specified in this specification
shall be deemed to be included unless specifically excluded. All such
equipment/accessories shall be supplied without any extra cost. Also all similar
components shall be interchangeable and shall be of same type and rating for easy
maintenance and low spare inventory.

Specific reference in this specification and documents to any Material by trade name,
make, or catalogue number shall be constructed as establishing quality and performance
requirements.

Equipment shall be installed in neat workman-like-manner so that it is leveled, plumbed,


squared and properly aligned and oriented. Tolerances shall be as established on
Contractor’s drawings or as stipulated by Employer. No equipment shall be permanently
bolted down/ tag welded to foundation until the alignment has been checked and found
acceptable by the Engineer. Contractor shall furnish all supervision labors, tools,
equipment rigging materials, bolts, wedges, anchors, concrete inserts etc. in proper time,
required to completely install, test and commission the equipment.

Manufacturer’s and Employer’s instructions and recommendations shall be correctly


followed in handling, erection, testing and commissioning of all equipment.

Contractor shall move all equipment into the respective rooms through the regular door
or openings specifically provided for this purpose. No parts of structure shall be utilized
to lift or erect any equipment without prior permission of Engineer.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-2

Switchgear shall be installed on finished surfaces, concrete or steel sills. Contractor shall
be required to install and align any channels sills, which form part of foundations. Circuit
breaker trolley wheels shall move on channels, which shall form part of floor. The
channel length shall be minimum of 1 meter from the door of switchgear panel. Power
bus enclosure, ground and control splices of conventional nature shall be cleaned and
bolted together with torque wrench of proper size or by other approved means. Tape or
compound shall be spilled where called for in drawings. Contractor shall take utmost
care in handling instruments, relays and other delicate mechanisms. Wherever the
instruments, and relays are supplied loose along with switchgear, they shall be mounted
only after the associated switchgear panels have been erected and aligned. The blocking
materials, employed for safe transit of instrument and relays shall be removed after
ensuring that panels have been completely installed and no further movement of the
same would be necessary. Any damage shall be immediately reported to Engineer.

Foundation work for all switchgear panels will be carried out by contractor.

2 Switchgear panel

2.1 The switchgear boards shall have a single front, single tier, fully compartmentalized,
metal enclosed construction complying with IEC Standard, comprising of a row of free
standing floor mounted panels. Each circuit shall have a separate vertical panel with
distinct compartments for circuit breaker truck, cable termination, Main bus bars and
auxiliary control devices. The adjacent panels shall be completely separated by steel
sheets expect in busbar compartments where insulated barriers shall be provided to
segregate adjacent panels. However, manufacturer’s standard switchgear designs without
internal barriers in busbar compartment may also be considered.

2.2 The circuit breakers and Bus VTs shall be mounted on withdrawable trucks which shall
roll out horizontally from service position to isolated position.

2.3 For complete withdrawal from the panel, the truck shall rollout on the floor or shall roll
out on telescopic rails. In case the later arrangement is offered, suitable trolley shall be
provided by the Bidder for withdrawal and insertion of the truck from and into the panel.

2.4 The number of trolleys to be provided shall be as specified in clause 3.17. Testing of the
breaker shall be possible in isolated position by keeping the control plug connected.

2.5 The trucks shall have distinct SERVICE and ISOLATED positions. It shall be possible
to close the breaker compartment door in isolated position also, so that the switchgear
retains its specified degree of protection. While switchboard designs with doors for
breaker compartment would be preferred, standard designs of reputed switchgear
manufacturer's where the truck front serves as the compartment cover may also be
considered, provided the breaker compartment is completely sealed from all other

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-3

compartments and retains the IP-42 degree of protection in the Isolated position. In case
the later arrangement is offered, the Bidder shall explain how this sealing is achieved and
shall include blanking covers one for each size of panel per switchboard in his total bid
price.

2.6 The truck in any position SERVICE, ISOLATED or removed, and all doors and covers
closed. All doors, removable covers and glass windows shall be gasketted all round with
synthetic rubber or neoprene gaskets.

2.7 The bus VT/ relay compartments shall have degree of protection not less then IP:52 in
accordance with IEC-60529. However, remaining compartments shall be dust, moisture,
rodent and vermin proof, with degree of protection of IP:42. All louvers if provided,
shall have very fine brass or GI mesh screen. IPH-2 degree of protection as per IEC
standard to all live parts shall (whether isolated or removed from panel) even when the
breaker compartment door is open. Tight fitting garments/gaskets are to be provided at
all openings in relay compartment.
2.8 The switchgear construction shall be such that the operating personnel are not
endangered by breaker operation and internal explosions, and the front of the panels shall
be specially design to withstand these. Pressure relief device shall be provided in each
high voltage compartment of a panel, so that in case of a fault in a compartment, the
gases produced are safely vented out, thereby minimising the possibility of its spreading
to other compartments and panels. The pressure relief device shall not however reduce
the degree of' protection of panels under normal working conditions. The bidder shall
ensure satisfactory operation of pressure relief device in accordance with relevant IEC.
The test reports for internal arc fault test for all HT chambers shall be submitted.

2.9 Enclosure shall be constructed with rolled steel sections and cold rolled steel sheets of
atleast 2.0 mm thickness, Gland plates shall be 2.5mm thick made out of hot rolled or
cold rolled steel sheets and for non-magnetic material it shall be 3.0 mm.

2.10 The switchgear shall be cooled by natural air flow and cooling by any other method shall
not be accepted.

2.11 Total height of the switchgear panels shall not exceed 2450 mm. The height of switches,
pushbuttons and other hand operated devices shall not exceed 1800 mm and shall not be
less than 700 mm.

2.12 Necessary guide channels shall be provided in the breaker compartments for proper
alignment of plug and socket contacts when truck is being moved to SERVICE position.
A crank or level arrangement shall preferably be provided for smooth and positive
movement of, truck between Service and Isolated positions.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-4

2.13 Safety shutters complying with IEC-298 shall be provided to cover up the fixed high
voltage contacts on busbar and cable sides when the truck is moved to ISOLATED
position. The shutters shall move automatically, through a linkage with the movement of
the truck. Preferably it shall however, be possible to open the shutters of busbar side and
cable side individually against spring pressure for testing purpose after defeating the
interlock with truck movement deliberately. It shall also be possible to padlock shutters
individually. In case, insulating shutters are provided, these shall meet the requirements
of Clause 3.102.1 Note-2 of IEC-298 and necessary tests are per IEC-298 Clause 5.103.1
shall be carried out. A clearly visible warning label "Isolate elsewhere before earthing"
shall be provided on the shutters of incoming and the connections which could be
energised from other end.
2.14 Switchgear construction shall have a bushing or other sealing arrangement between the
circuit breaker compartment and the busbar/cable compartments, so that there is no air
communication around the isolating contacts in the shutter area with the truck in service
position
2.15 The breaker and the auxiliary compartments provided on the front side shall have strong
hinged doors, busbar and cabling compartments provided on the rear side shall have
bolted compartment covers with self retaining bolts. Breaker compartment doors shall
have locking facility.
2.16 In the Service position, the truck shall be so secured that it is not displaced by short
circuit forces. Busbars, jumpers and other components of the switchgear shall also be
properly supported to withstand all possible short circuit forces corresponding to the
short circuit rating specified.
2.17 Suitable base frames made out of steel channels shall be supplied alongwith necessary
anchor bolts and other hardware for mounting of the switchgear panels. These shall be
dispatched in advance so that they may be installed and leveled when the flooring is
being done, welding of base frame to the insert plates as per approved installation
drawings. The bidder may offer panels with built in base frame ready for dispatch and
suitable for installation on indoor cable trenches.
2.18 The switchboard shall have the facility of extension on both sides. Adopter panels and
dummy panels required to meet the various bus-bar arrangement, cable/bus duct
termination and layouts shall be included in Bidder's scope of work.

3 Circuit breakers

3.1 The circuit breakers shall be of VCB type and shall comprise of three separate, identical
single pole interrupting units, operated through a common shaft by a sturdy operating
mechanism.

3.2 Circuit breakers shall be suitable for switching lines at any load.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-5

3.3 Circuit breaker shall be restrike free, stored energy operated and trip free type. Motor
wound closing spring charging shall only be acceptable. An antipumping device shall be
provided for each breaker; even it has built-in mechanical anti-pumping features. An
arrangement of two breakers in parallel to meet a specified current rating shall not be
acceptable.

3.4 During closing, main poles shall not rebound objectionably and mechanism shall not
require adjustments. Necessary dampers shall be provided to withstand the impact at the
end of opening stroke.

3.5 Plug and socket isolating Contacts for main power circuit shall be silver plated, of self-
aligning type, of robust design and capable of withstanding the specified short circuit
currents. They shall preferably be shrouded with an insulating material. Plug and socket
contacts for auxiliary circuits shall also be silver plated, sturdy and of self -aligning type
having a high degree of reliability. Thickness of silver plating shall not be less than 10
microns.

3.6 All working part of the mechanism shall be of corrosion resisting material. Bearings
which require greasing shall be equipped with pressure type grease fittings. Bearing
pins, bolts, nuts and other parts shall be adequately secured and locked to prevent
loosening or change in adjustment due to repeated operation or change in adjustment due
to repeated operation of the breaker and the mechanism.

3.7 The operating mechanism shall be such that failure of any auxiliary spring shall not
prevent tripping and shall not lead to closing or tripping of circuit breaker. Failure of any
auxiliary spring shall also not cause damage to the circuit breaker or endanger the
operator.

3.8 Mechanical indicators shall be provided on the breaker trucks to indicate OPEN/
CLOSED conditions of the circuit breaker, and CHARGED/DISCHARGED conditions
of the closing spring. An operation counter shall also be provided. These may be visible
without opening the breaker compartment door.

3.9 The rated control supply voltage shall be as mentioned in Section-GTR. The closing coil
and spring charging motor shall operate satisfactorily at all values of control supply
voltage with specified variation mentioned in Section-GTR. The shunt trip coil shall
operate satisfactorily under all operating conditions of the circuit breaker up to its rated
short circuit breaking current at all values of control supply voltage between 70 and 110
percent of the rated voltage. The trip Coil shall be so designed that it does not get
energized when its healthiness is monitored by indicating lamps (Red) and trip coil
supervision relay.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-6

3.10 The time taken for charging of closing spring shall not exceed 30 second. The spring
charging shall take place automatically preferably after a closing operation. Breaker
operation shall be independent of the spring charging motor, which shall only charge the
closing spring. Operating spring shall get charged automatically during closing
operation. As long as power supply is available to the charging motor a continuous
sequence of closing and opening operations shall be possible. One open-close-open
operation of the circuit breaker shall be possible after failure of power supply to the
motor.

3.11 Spring charging motors shall be capable of starting and charging the closing spring twice
in quick succession without exceeding acceptable Winding temperature when the control
supply voltage is any where between 85% and 110% of the rated voltage. The initial
temperature shall be as prevalent in the switchgear panel during full load operation with
50 deg. C ambient air temperature. The motor shall be provided with short circuit
protection.

3.12 Motor windings shall be provided with class E insulation or better. The insulation shall
be given tropical and fungicidal treatment for successful operation of the motor in a hot,
humid and tropical climate.

3.13 Circuit breaker may be provided with inter pole barriers of insulating materials, if the
same is standard design of the manufacturer. But use of inflammable materials like
Hylam shall not be acceptable.

4 Control and interlocks

4.1 The control switch located on the switchgear would normally be used for operation of
circuit breaker in service/isolated position, and for tripping it in an emergency.

4.2 The Bidder shall study the basic control scheme as proposed to be adopted and clearly
state in his bid the extent to which it can be complied with.

4.3 Facilities shall be provided for mechanical tripping of the breaker and for manual
charging of the stored energy mechanism for a complete duty cycle, in an emergency.
These facilities shall be accessible only after opening the compartment door.

4.4 Each panel shall have two separate limit switches, one for the Service position and the
other for isolated position. Each of these limit switches shall have at least four (4)
contacts which shall close in the respective positions

4.5 Auxiliary Contacts of breaker may be mounted in the fixed portion or in the
withdrawable truck as per the standard practice of the manufacturer, and shall be directly
operated by the breaker operating mechanism.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-7

4.6 For Employer’s use six (6) normally open (NO) and six (6) normally closed (NC)
auxiliary contacts shall be provided for all feeder and shall be wired out to the terminal
blocks.

4.7 Contact multiplication, if necessary to meet the above contact requirement, shall be done
through suitable latch relay.

4.8 The contacts of all limit switches and all breaker/auxiliary contacts located on truck
portion and fixed portion shall be silver plated, rated to make, carry and break 1.0 Amp
220 V DC (Inductive) 10 Amps 230V AC. Contacts of control plug and socket, shall be
capable of carrying the above current continuously.

4.9 Movement of truck between SERVICE and ISOLATED positions shall be mechanically
prevented when the breaker is closed. An attempt to withdraw a closed breaker shall not
trip it.

4.10 Closing of the breaker shall be possible only when truck is either in ISOLATED or in
SERVICE position and shall not be possible when truck is in between. Further, closing
shall be possible only when the auxiliary circuits to breaker truck have been connected up,
and closing spring is fully charged.

4.11 Mechanical (Castle key) or a full proof electrical interlock shall be provided between the
isolator and associated circuit breaker such that the former cannot be operated unless the
later is open.

4.12 It shall be possible to easily insert breaker contactor of one feeder into any one of the
panel meant for same rating but at the same time shall be prevented from inserting it into
panels meant for a different type of rating.

4.13 Indicating lamps shall be provided in the panel front as brought out in Clause 2.11. It shall
be possible to easily make out whether the truck is in SERVICE or ISOLATED position
even when the compartment door is closed.

5 Bus bars and interlocks

5.1 All busbar and jumper connections shall be of high conductivity aluminium/copper of
adequate size and the bus bar size calculation shall be submitted for approval. They shall
be adequately supported on insulators to withstand electrical and mechanical stresses due
to specified short circuit currents.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-8

5.2 Busbar cross-section shall be uniform throughout the length of switchgear. Busbars and
other high voltage connection shall be sufficiently corona free at maximum working
voltage.

5.3 Contact surfaces at all joints shall be silver plated or properly cleaned and no oxide
grease applied to ensure an efficient and trouble free connection. All bolted joints shall
have necessary plain and spring washers. All connection hardware shall have high
corrosion resistance. Suitable bimetallic connectors shall be used for aluminium to
copper connections.

5.4 Busbar insulators shall be of arc and track resistant high strength, non-hygroscopic, non-
combustible type and shall be suitable to withstand stresses due to over-voltages, and
short circuit current. Busbar shall be supported on the insulators such that the conductor
expansion and contraction are allowed without straining the insulators. In case of
organic insulator partial discharge shall be limited to 100 picocoulomb at rated voltage
x1.1/3. Use of insulators and barriers of inflammable material such as Hylam shall not
be accepted.

5.5 Successful Bidder shall furnish calculation-establishing adequacy of busbar sizes for the
specified continuous and short time current ratings.

5.6 All busbars shall be colour coded for phase identification.

5.7 The temperature of the busbars and all other equipment, when carrying the rated current
continuously shall be limited as per the stipulations of relevant Standards, duly
considering the specified ambient temperature (50 deg. C). The temperature rise of the
horizontal and vertical busbars when carrying the rated current shall in no case exceed 55
deg. C for silver plated joints and 35 deg. C for all other type of joints. The temperature
rise at the switchgear terminals intended for external cable termination shall not exceed
35 deg. C. Further the switchgear parts handled by the operator shall not exceed a rise of
5 deg.

6 Earthing and earthing device

6.1 A galvanized steel earthing bus shall be provided at the bottom and shall extend through
out the length of each switch board. It shall be bolted/welded to the framework of each
panel and each breaker earthing contact bar.

6.2 The earth bus shall have sufficient cross section to carry the momentary short circuit and
short time fault currents to earth as indicated under switchgear parameters without
exceeding the allowable temperature rise.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-9

6.3 Suitable arrangement shall be provided at each end of the earth bus for bolting to
earthing conductors. All joint splices to the earth bus shall be made through atleast two
bolts and taps by proper lug and bolt connection.

6.4 All non-current carrying metal work switchboard shall be effectively bonded to the earth
bus. Electrical continuity of the whole switchgear enclosure frame work and the truck
shall be maintained even after painting.

6.5 The truck and breaker frame shall get earthed while the truck is being inserted in the
panel and positive earthing of the truck and breaker contactor frame shall be maintained
in all positions i.e. SERVICE and ISOLATED as well as throughout the intermediate
travel. The truck shall also get and remain earthed when the control plug is connected
irrespective of its position.

6.6 All metallic cases of relays, instruments and other panel mounted equipment shall be
connected to earth by independent stranded copper wires of size not less than 2.5 sq.mm.
Insulation colour code of earthing wires shall be green. Earthing wires shall be
connected to terminals with suitable clamp connectors and soldering shall not be
acceptable. Looping of earth connections, which would result in loss of earth connection
to other devices, when a device is removed is not acceptable. However, looping of earth
connections between equipment to provide alternative paths of earth bus is acceptable.

6.7 VT and CT secondary neutral point earthing shall be at one plate only on the terminal
block. Such earthing shall be made through links so that earthing of one secondary
circuit may be removed without disturbing the earthing of other circuits.

6.8 Built-in /Trolley mounted earthing facilities for the busbars and outgoing incoming
connections shall be provided. However, there should be facility for alarm before
engagement of earthing contacts, in case of feeder/incomer being in energized condition.

6.9 Interlocks shall be provided to prevent

Closing of the earthing switch if the associated circuit breaker truck is in Service
position.

Insertion of the breaker truck to Service position if earthing switch is in closed position.

Closing of the earth switch on a live connection. Three nos. voltage capacitive dividers
shall be provided on each phase of the section intended for earthing and three nos.
"RED' Neon lamps connected to these on the panel front for visual indication.

6.10 Energising and Earthed Section: Complete details of arrangement offered shall be included
in the bid describing the safety features and interlocks.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-10

6.11 Earthing device shall have the short circuit withstand capability equal to that of associated
switchgear panel suitable number of auxiliary contacts of the earthing device shall be
provided for interlocking purpose.

6.12 All hinged doors shall be earthed through flexible earthing braid.

7 Painting

All sheet steel work shall be pretreated in tanks, in accordance with IEC standards.
Degreasing shall be done by alkaline cleaning. Rust and scale shall be removed by
pickling with acid. After pickling, the parts shall be washed in running water. Then
these shall be rinsed in slightly alkaline hot water and dried. The phosphated coating
shall be as per relevant IEC standards. The phosphated surface shall the rinsed and
passivated prior to application of stoved lead oxide primer coating. After primer
application, two coats of finishing synthetic enamel paint on panels shall be applied.
Each coat finishing shall be properly stoved. The paint thickness shall not be less than
50 microns. Finished parts shall be coated by peel able compound by spraying method to
protect, finished surfaces from scratches, grease dirts and oily spots during testing,
transportation, handling and erection. Electrostatic painting shall also be acceptable.

8 Instrument transformers

8.1 All current and voltage transformers shall be completely encapsulated cast resin
insulated type, suitable for continuous operation at the ambient temperature prevailing
inside the switchgear enclosure, when the switchboard is operating at its rated load and
the outside ambient temperature is 50 deg. C. The class of insulation shall be E or better.

8.2 All instrument transformers shall withstand the power frequency and impulse test voltage
specified for the switchgear assembly. The current transformer shall further have the
dynamic and short time rating at least equal to those specified for the associated
switchgear and shall safely withstand the thermal and mechanical stress produced by
maximum fault currents specified when mounted inside the switchgear for circuit breaker
modules.

8.3 The parameters of instrument transformer specified in this specification are tentative and
shall be finalised by the Employer in due course duly considering the actual burden of
various relays and other devices finally selected. In case the Bidder finds that the
specified ratings are not adequate for the relays and other devices offered by him he shall
offer instrument transformer of adequate ratings and shall bring out this fact clearly in
his bid.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-11

8.4 All instrument transformers shall have clear indelible polarity markings. All secondary
terminals shall be wired to separate terminals on an accessible terminal block.

8.5 Current transformers may be multi or single core and shall be located in the cable
termination compartment. All voltage transformers shall be drawout type. The bus VTs
shall be housed in a separate panel on a truck so as to be fully withdrawable.

8.6 All voltage transformers shall have suitable HRC current limiting fuses on both primary
and secondary sides. Primary fuses shall be mounted on the withdrawable portion.
Replacement of the primary fuses shall be possible with VT truck in ISOLATED
position. The secondary fuses shall be mounted on the fixed portion and the fuses
replacement shall be possible without drawing out the VT, truck from Service position.

9 Relays and protections

9.1 In addition to the requirements specified hereunder the relays, indicating instruments,
recorders, transducers, terminal blocks, Mimic diagram, Name Plates, switches,
indicating lamps, position indicators shall also meet the requirements of corresponding
clauses in Chapter Section Control and Relay Panels.

9.2 General Features

a) All relays and timers in protective circuits shall be flush mounted on panel front
with connections from the inside. They shall have transparent, dust tight cover,
removable from the front. They shall either have built-in test facilities, or shall be
provided with necessary test blocks and test switches located immediately below
each relay. The auxiliary relays and timers may be furnished in non-drawout
cases. The contact multiplying auxiliary relays if any may be located inside.

b) All relays and timers shall be rated for control supply voltage as mentioned in
Chapter – GTR with specified variation. Making, carrying and breaking current
ratings of their contacts shall be adequate for the circuits in which they are used.
Auxiliary seal in units if provided shall be of shunt reinforcing type.

c) The protective relays and timers shall have atleast two potential free output
contacts in addition to scheme requirement for owner’s use. Auxiliary relays shall
have contacts as required. Adequate number of terminals shall be available on the
relay cases for applicable relaying schemes.

d) The relay and timers used in protective circuits shall be of reputed makes and
proven types which have been in successful operation for atleast three (3) years
and shall be subject to Employer/EDUTC’s approval before procurement by the
Contractor.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-12

e) All protective relays shall be of numerical type and communication protocol


shall be as per IEC 61850. Further, the test levels of EMI as indicated in IEC
61850 shall be applicable to these relays.

f) Necessary BCU shall be provided in the panel for integration of 12 kV systems


in the SAS.

9.3 Special Protection Features

11 kV Line Protection shall have three over current and one earth fault element which
shall be either independent or composite units and shall meet the following requirements

a) Non directional over current relay

(i) have IDMT characteristic with definite minimum time of 3.0 sec at 10
times setting
(ii) have a variable setting range of 50-200% of rated current.

b) Non Directional earth fault relay

(i) have IDMT characteristic with definite minimum time of 3.0 sec at 10
times setting.

(ii) have a variable setting range of 20-80% of rated current.

c) Master Trip Relay : Non directional over current and earth fault relays will be
wired to trip the master trip relay during faults Master Trip relay should conform
to the specification of Tripping Relay(86) as per section control and relay panel
and also the ratings of the output contacts shall be suitable for 11 kV circuit
breaker. This trip relay shall be electrical reset type.

10 Instruments and Meters

10.1 Indicating instruments shall be flush mounted on panel front. The instruments shall be of
at least 96 mm square size and shall have an accuracy class of 1.5 or better. The covers
and cases of instruments and meters shall provide a dust and vermin proof construction.
Digital indication instruments are also acceptable.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-13

10.2 Instruments and meters shall be factory calibrated to directly read the primary circuit
quantities. Means shall be provided for zero adjustment without dismantling the
instruments.

11 Switchgear Wiring

11.1 All Switchgear panels shall be supplied completely wired internally upto the terminal
block ready to receive external cabling. All inter cubicle wiring and connections
between panels of same switchboard including all bus wiring for AC and DC supplies
shall be provided by the Contractor.

11.2 All internal wiring shall be carried out with 650 V grade, single core, 1.5 sq.mm,
stranded copper wires having minimum of seven strands per conductor and colour coded,
PVC insulation. CT circuits shall be wired with 2.5 sq.mm. wires which otherwise are
similar to the above. Extra flexible wires shall be used for wiring between fixed and
moving parts such as hinged doors.

11.3 All wiring shall be properly supported neatly arranged, readily accessible and securely
connected to equipment, terminals and terminal blocks. Wiring troughs or gutters be
used for this purpose.

11.4 Internal wire terminals shall be made with solderless crimping type tinned copper lugs
which shall firmly grip the conductor. Insulation sleeves shall be provided over the
exposed parts of lugs.The lugs related to CT secondary circuit wiring shall be of hole
type.

11.5 Engraved core identification plastic ferrules marked to correspond with panel wiring
diagrams shall be fitted at both ends of each wire Number 6 and 9 shall not be used for
wire identification. Ferrules shall fit tightly on wires and shall not fall off when wire is,
disconnected from terminal. All wires directly connected to trip the circuit breaker shall
be distinguished by the addition of a red coloured unlettered ferrule.

11.6 Inter connection to adjacent panels shall be brought out to a separate set of terminal
blocks located near the slots or holes, meant for the interconnecting wires. Arrangement
shall permit neat layout and easy inter connections to adjacent panels at site and wires for
this purpose shall be provided by Contractor looped and bunched properly inside the
panels. The inter panel wires shall be cross ferruled i.e it shall have details of emanating
terminal and also where it is terminated.

11.7 Contractor shall be fully responsible for the completeness and correctness of the internal
wiring and for the proper functioning of the connected equipment.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-14

11.8 The Contractor shall provide the necessary clamps wiring troughs etc. for all wiring in
side the switchgear enclosed including the power and control cables.

12 Power Cable Termination

12.1 The Cable termination compartment shall receive the stranded copper conductor, XLPE
insulated, armoured, PVC jacketed, single core/three core unearthed/earthed grade power
cable(s).

12.2 A minimum clearance of about 600 mm shall be kept between the cable lug bottom ends
and gland plates for stress cone formation for XLPE cables. Interphase clearance in the
cable termination compartment shall be adequate to meet electrical and mechanical
requirement besides facilitating easy connections and disconnections of cables.
Dimensional drawing of cable connection compartment showing the location of lug,
glands, CTs, gland plates etc. and the electrical clearances available shall be submitted
for Employer approval during detailed engineering.

12.3 Cable termination compartment shall be complete with power terminals, power lugs and
associated hardware and removable undrilled gland plates. For all single core cables
gland plates shall be of nonmagnetic material.

12.4 Supply of the cable termination kit and cable terminations shall be in scope of contractor.

13 Name Plates and Labels

13.1 Each switchboard shall have a name plate for its identification. All enclosure-mounted
equipment shall be provided with individual engraved name plates for clear equipment
identification. Each unit panel shall be identified on front as well as backside by large
engraved name plates giving the distinct feeder description along with panel numbers.
Back side name plates shall be fixed in panel frame.

13.2 Name plate shall be of non-rusting metal or 3-ply lamicoid with white engraved lettering,
on black background. Inscriptions and lettering shall be subjected to Employer’s
approval.

13.3 Suitable stenciled paint mark shall be provided for identification of all equipment,
located inside the enclosure, as well as for door mounted equipment, from the backside
in addition to plastic sticker labels, if provided. These labels shall be located directly by
the side of the respective equipment, shall be clearly visible and shall not be hidden by
equipment wiring. Labels shall have device number as mentioned in wiring drawings.
Type of labels and fixing of labels shall be such that they are not likely to peel or fall off
during prolonged use.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-15

14 11 kV Indoor Switchgear panels as per quantity and details given below shall be
offered:

S.No. Description Quantity in


Nos.
1. Panel for 132/11 kV transformer incomer feeder type
IP-2, fault level of 25KA for 1 sec. 1
[Incoming]
2. Panel for 11 kV feeders/ LT Transformer type IP-1,
Fault level of 25KA for 1 sec [Outgoing] 4
4 Panel for Bus PT with fuses and two nos. under 1
voltage relays
Type IP-3, fault level of 25KA for 1 secs.
[Outgoing]

Detailed Description for each 11 kV indoor Switchgear:-

Sl.N Equipment IP1 IP2 IP3


o
. O/G I/C PT
1. 12 kV, 2000A, 25KA for 1 sec, CB - 1 -
12 kV , 630A,25KA for 1 sec , CB 1 - -
2.a 12 kV, 600-400-200/1 CT 1 - -
2.b 12 kV, 1800-1200-600/1 CT 1 -
3 Potential Transformer, 12 kV/110V, - 1 1
drawout type, cast resin type, dual
accuracy 1.0/3.0, 50VA burden.
3. Ammeter 1 1 -
4. Voltmeter - 1 1
5. Watt meter 1 1 -
6. Varmeter - 1 -
7. Control switch for breaker 1 1 -
8. Green Indicating lamps 1 1 -
9. Red indicating lamps 1 1 -
10. DC healthy lamp (white) 1 1 -
11. Mimic to represent SLD 1 1 1
12. Voltmeter selector switch - 1 1
13. Ammeter selector switch 1 1 -
14. Non directional protection consisting 1 - -
of 2 over current & 1 earth fault
protection (set)
15. Trip relays 1 1 -

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-16

16. Directional backup protection 1 -


consisting of 3 over current & 1 earth
fault protection (set)
17. Flag relays, trip relays, Auxiliary Lot Lot Lot
relays timers etc (as per scheme
requirement)
18. Energy meters (0.2 class accuracy)* 1 1 -

19. Annunciation Facia (as per Lot Lot Lot


requirement)

Note: All indicating instruments are with transducers.


* Energy meter as per technical specification specified at Annexure-II of
Chapter-1 (PSR)

15 Tests

The Bidder shall submit the type test reports of following type tests for approval of the
Employer for circuit breaker, circuit breaker panels, of each voltage class and current
rating:

1 Short circuit duty test on circuit breaker, mounted inside the panel offered.
2 Short time withstand test- on circuit breaker, mount inside panel offered.
3 Power frequency withstand test on breaker and panel.
4 Lightning impulse withstand test on breaker and panel.

5 Temperature rise test on breaker and panel together.

6 Test to verify pressure relief devices operation of the panel. This shall be done
on one panel of each voltage class.

7 Switching over-voltage test on each rating of breaker

8 Measurement of resistance of main circuit.

9 Mechanical endurance test on breaker.


10 Mechanical operation test.

For all important components like instrument transformers, relays, instruments, switches,
bushings, wires, insulators, timers, annunciators, terminal blocks and fuses etc. the
contractor shall furnish satisfactory type test reports for Employer's approval. Such

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-17

reports shall cover all applicable type tests listed in relevant Standards, for all
components of type and rating being supplied.

16 Commissioning Checks/Tests

After installation of panels, power cables, Control wirings and connections, the
Contractor shall perform commissioning checks as listed below for proper operation of
switchgear/panels and correctness in all respects.

In addition the Contractor shall carry out all other checks and tests recommended by the
manufacturers.

General

1 Check nameplate details according to specification.


2 Check for physical damage
3 Check tightens of all bolts, clamps and connecting terminal
4 Check earth connections.
5 Check cleanliness of insulators and bushings.
6 Check heaters are provided.
7 H.V. test on complete switchboard with CT & breaker/ contractor lubricated in
position.
8 Check all moving Parts are properly lubricated.
9 Check for alignment of busbars with the insulators to ensure alignment and
fitness of insulators.
10 Check for inter changeability of breakers.
11 Check continuity and IR value of space heater.
12 Check earth continuity of the complete switchgear board.
Circuit Breaker

1 Check alignment of trucks for free movement.


2 Check correct operation of shutters.
3 Check slow closing operation.
4 Check control wiring for correctness of connections, continuity and IR values.
5 Manual operation of breakers completely assembled.
6 Power closing/opening operation, manually and electrically at extreme condition
of control supply voltage.
7 Closing and tripping time.
8 Trip free and anti-pumping operation.
9 IR values, resistance and minimum pick up voltage of coils.
10 Simultaneous closing of all the three phases.
11 Check electrical and mechanical inter locks provided.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-18

12 Checks on spring charging motor, correct operation of limit switches and time of
charging.
13 All functional checks.

Current Transformers

1 Megger between windings and winding terminals to body.


2 Polarity tests.
3 Ratio identification checking of all ratios on all cores by primary injection of
current.
4 Magnetization characteristics & secondary winding resistance.
5 Spare CT cores, if any to be shorted and earthed.

Voltage Transformers

1 Insulation resistance
2 Ratio test on all cores.
3 Polarity test
4 Line connections as per connection diagram.

Cubicle Wiring

1 Check all switch developments.


2 It should be ensured that the wiring is as per relevant drawings. All
interconnections between panels shall similarly be checked.
3 All the wires shall be meggered to earth.
4 Functional checking of all control circuit e.g. closing, tripping, interlock,
supervision and alarm circuit including proper functioning of component/
equipment .
5 Check terminations and connections. To check wiring related to CT and PT
circuits, carryout primary injection and then check for secondary value at relay
and metering instrument terminals.
6 Wire ducting.
7 Gap sealing and cable bunching.

Relays

1 Check internal wiring.


2 IR of all terminal body.
3 IR of AC to DC terminals
4 Check operating characteristics by secondary injection.
5 Check minimum pick up voltage of DC coils.
6 Check operation of electrical/ mechanical targets.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-19

7 Check CT connections with particular reference to their polarities for differential


type relays.
8 Relay settings.

Meters

1 IR of all insulated portions.


2 Check CT & VT connections with particular reference to their polarities for
power type meter.

17 Technical parameters for 11 kV Switchgear panel.


17.1 Parameters common to all equipment:

a) Nominal System Voltage 11 kV

b) Highest system Voltage 12 KV

c) Rated Frequency 50 Hz

d) No of phases Three

e) System neutral earthing Solidly Earthed

f) One minute Power Freq. 28 KV (rms)


withstand voltage

g) Lighting Impulse withstand 75 KVp


Voltage

h) System fault level 25 kA for 1sec

i) Auxiliary Supply Voltage As mentioned in Section - GTR

17.2 Circuit Breaker

a) Rated continuous current 2000/630A (Incomer/Line feeder)


at design ambient temp.

b) Rated short circuit current 25k A with % of DC component as


Breaking capacity at rated per IEC: 62271-100 corresponding to
Voltage minimum opening time under
operating conditions specified

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-20

c) Symmetrical interrupting 25 kA (rms)


Capability

d) Rated short circuit making 62.5 kAp


Current

e) Out of phase breaking As per IEC


Current capacity

f) Rated line/cable charging As per IEC


Interrupting current at 90o
Leading power factor angle

g) Rated small inductive current 0.5 to 10 A


Switching capability with over
Voltage less than 2.3 pu

h) Maximum allowable switching As per IEC


Over voltage under any switching
Condition

i) First pole to clear factor 1.5

j) Total breaking time as 80 ms

k) Total closing time Not more than 150 ms

l) Rated operating duty cycle 0-0.3 sec-CO-3 min-CO

m) Reclosing 3 phase auto reclosing

n) Max. difference in the instants 3.3ms


Of closing/opening contacts
Between poles at rated control
Voltage and rated operating and
Quenching media pressures

o) Trip coil and closing coil voltage 220 V DC with variation indicated
in Section - GTR

p) Auxiliary contacts 2NO+ 2NC for Employer’s use


besides spec requirement

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-21

q) Temperature rise over the As per IEC: 62271-100/IEC: 60694


Design ambient temp

17.3 Current Transformer (Incomer Feeder)

a) Rated primary current 1800-1200-600 A

b) Max temp rise As per IEC:44-1

c) Type of Insulation Class E

d) One minute power frequency 2KV


Withstand voltage between
Secondary terminal & earth

e) Detail of Secondary Cores

Metering O/C & E/F Protn. Diff Protn.

Current ratio 1800-1200-600/1 1800-1200-600/1 1800-1200-600/1

Accuracy class 0.5 class 5P20 PS

Knee point Voltage -- -- 600V


(at minimum ratio)

Max. CT sec. Wdg. -- -- 3.75 ohm


Resistance

Max excitationn current -- -- 45mA

17.4 Current Transformer (Line Feeder)

a) Rated primary current 600-400-200/1A

b) Max temp rise As per IEC:44-1

c) Type of Insulation Class E

d) One minute power frequency 2KV


Withstand voltage between
Secondary terminal & earth

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 26 – 12 kV indoor switchgear Page 26-22

e) Detail of Secondary Cores Metering O/C & E/F Protn.

Current ratio 600-400-200/1 600- 400-200/1

Accuracy class 0.5 class 5P20

Knee point Voltage -- --

Max. CT sec. Wdg. -- --


Resistance

Max excitation current -- --

17.5 Potential Transformer

a) Rated primary Voltage 12 KV

b) Type Single phase potential transformer

c) Voltage/ Ratio(KV) (11/3)/(0.11/3)/(110/3)/


/(110/3)

d) Rated voltage factor 1.2 continuous, 1.5 – 30seconds

e) One minute power freq. 2 KV(rms)


Withstand voltage for
Secondary winding

f) Rated output burden 50 VA

g) Detail of secondary Metering Protection

Accuracy 0.5 3P
Note:

1. The ratings indicated for instrument transformer are tentative only and may
be changed to meet the requirements.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 27 – Switchyard Erection Page 27-1

CHAPTER – 27
SWITCHYARD ERECTION

1.0 GENERAL

The detailed Scope of work includes design, engineering , manufacture, testing at


works, supply at site basis, insurance, handling, storage erection, testing and
commissioning of various items and works as details herein.

This Chapter covers the description of the following items.

A. Supply of

- String insulators and hardware


- AAC / ACSR conductor
- Galvanised Steel Earthwire
- Aluminium Tubular Bus Bars
- Bus post insulators
- Earthing & earthing materials
- Lightning protection materials
- Cabling material
- Other items

B. Erection Of all items

1.1 String Insulators & Hardware

The insulators for suspension and tension strings shall conform to IEC-60383 and
long rod insulators shall conform to IEC-60433. Insulator hardware shall conform to
equivalent international standard. Composite long rod insulator shall conform to
IEC: 61109.

1.1.1 Construction Features

1.1.1.1 For porcelain insulators

a) Suspension and tension insulators shall be wet process porcelain with ball
and socket connection. Insulators shall be interchangeable and shall be
suitable for forming either suspension or tension strings. Each insulator shall
have rated strength markings on porcelain printed and applied before firing.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-2

b) Porcelain used in insulator manufacture shall be homogeneous, free from


laminations, cavities and other flaws or imperfections that might affect the
mechanical or dielectric quality and shall be thoroughly vitrified, tough and
impervious to moisture.

c) Glazing of the porcelain shall be uniform brown colour, free from blisters,
burrs and other similar defects.

1.1.1.2 For glass insulators

It shall be made of toughened glass. Glass used for the shells shall be sound, free
from defects, flows bubbles, inclusions, etc and be of uniform toughness over its
entire surface. All exposed glass surfaces shall be smooth.

1.1.1.3 When operating at normal rated voltage there shall be no electric discharge between
conductor and insulator which would cause corrosion or injury to conductors or
insulators by the formation of substances due to chemical ion. No radio interference
shall be caused when operating at normal rated voltage.

1.1.1.4 The design of the insulator shall be such that stresses due to expansion and
contraction in any part of the insulator shall not lead to deterioration. All ferrous
parts shall be hot dip galvanized. The zinc used for galvanizing shall be of grade Zn-
99.95. The zinc coating shall be uniform, adherent, smooth, reasonably bright,
continuous and free from imperfections such as flux, ash, rust stains bulky white
deposits and blisters.

1.1.1.5 Bidder shall make available data on all the essential features of design including the
method of assembly of discs and metal parts, number of discs per insulator string
insulators, the manner in which mechanical stresses are transmitted through discs to
adjacent parts, provision for meeting expansion stresses, results of corona and
thermal shock tests, recommended working strength and any special design or
arrangement employed to increase life under service conditions.

1.1.1.6 Clamps for insulator strings and Corona Control rings shall be of aluminium alloy as
stipulated for clamps and connectors.

1.1.1.7 Insulator hardware shall be of forged steel. Malleable cast iron shall not be accepted
except for insulator disc cap. The surface of hardware must be clean, smooth,
without cuts, abrasion or projections. No part shall be subjected to excessive
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-3

localized pressure. The metal parts shall not produce any noise generating corona
under operating conditions.

1.1.1.8 The tension Insulator hardware assembly shall be designed for minimum 12000 kg
tensile load for below 765kV. Earth wire tension clamp shall be designed for
minimum 1000 kg tensile load with a for of safety of two (2).

1.1.1.9 The tension string assemblies shall be supplied alongwith suitable turn buckle. Sag
compensation springs if required may also be provided.

1.1.1.10 All hardware shall be bolted type.

1.2 Long Rod Porcelain Insulators


1.2.1 As an alternative to disc insulator, Bidder can offer long rod porcelain insulators
strings, with suitable hardware. The combination should be suitable for application
specified and should offer the identical/equivalent parameters as would be available
from insulator string comprising disc insulators and hardware combination.

1.2.2 All constructional features specified at Clause 1.1.1 of this Chapter shall also apply
to the long rod insulator string.

1.3 Tests
In accordance with the stipulations of the specification, the suspension and tension
strings, insulator and hardware shall be subjected to the following type tests,
acceptance tests and routine tests:

1.3.1 Type Tests on Insulator Strings: The test reports for following type tests shall be
submitted for approval as per clause 9.0 of Chapter 2 - GTR.

a) Power frequency voltage withstand test with corona control rings under wet
condition as per IEC- 60383.
b) Lightning Impulse voltage withstand test with corona control rings under dry
condition as per IEC-60383
c) Voltage distribution test (Dry)
The voltage across each insulator unit shall be measured by sphere gap
method. The result obtained shall be converted into percentage. The voltage
across any disc shall not exceed 13% for 220KV suspension and tension
insulator strings, 20% and 22% for 132KV suspension and tension insulator
strings respectively.
e) Corona Extinction Voltage test (Dry) :- (As per Annexure – C)
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-4

The sample assembly when subjected to power frequency voltage shall have
a corona extinction voltage of not less than 156kV (rms) for 220kV line to
ground under dry condition. There shall be no evidence of Corona on any
part of the sample. The atmospheric condition during testing shall be
recorded and the test results shall be accordingly corrected with suitable
correction for as stipulated in IEC 60383.
f) RIV Test (Dry)
Under the conditions as specified under (e) above the insulator string
alongwith complete hardware fittings shall have a radio interference voltage
level below 1000 microvolts at 1 MHz when subjected to 50 Hz AC line to
ground voltage of 156kV for 220kV string under dry conditions. The test
procedure shall be in accordance with IEC 60437.
g) Mechanical strength test
The complete insulator string alongwith its hardware fitting excluding arcing
horn, corona control ring, grading ring, tension/suspension clamps shall be
subjected to a load equal to 50% of the specified minimum ultimate tensile
strength (UTS) which shall be increased at a steady rate to 67% of the
minimum UTS specified. The load shall be held for five minutes and then
removed. After removal of the load, the string components shall not show
any visual deformation and it shall be possible to dismantle them by hand.
Hand tools may be used to remove cotter pins and loosen the nuts initially.
The string shall then be reassembled and loaded to 50% of UTS and the load
shall be further increased at a steady rate till the specified minimum UTS and
held for one minute. No failure should occur during this period. The applied
load shall then be increased until the failing load is reached and the value
recorded.

1.3.2 Type Tests on Insulators

Type test report for Thermal Mechanical Performance tests as per IEC -
60575, Clause 3 / IEC: 61109, clause 5.1 (for composite long rod insulators)
shall be submitted for approval as per clause 9.2 of Chapter 2 - GTR.

1.3.3 Acceptance Tests for Insulators:

a) Visual examination as per IEC-60383/ IEC-61109 clause no. 7.2 (for


composite long rod insulators).
b) Verification of Dimensions as per IEC- 60383.
c) Temperature cycle test as per IEC- 60383.
d) Puncture Test as per IEC-60383 (Applicable only for porcelain insulators).
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-5

e) Galvanizing Test as per IEC- 60383.


f) Mechanical performance test as per IEC-60575 Cl. 4 / IEC-61109 clause no.
7.2 (for composite long rod insulators).
g) Test on locking device for ball and socket coupling as per IEC-60372(2).
h) Porosity test as per IEC- 60383 (Applicable only for porcelain insulators).
i) Thermal shock test as per IEC-60383 (Applicable only for glass insulators)

1.3.4 Acceptance Test on Hardware Fitting

a) Visual Examination as per relevant international standard.


b) Verification of Dimensions as per relevant international standard.
c) Galvanising/Electroplating tests as per relevant international standard.
d) Slip strength test as per relevant international standard.
e) Shore hardness test for the Elastometer (if applicable as per the value
guaranteed by the Bidder).
f) Mechanical strength test for each component (including corona control rings
and arcing horns).
The load shall be so applied that the component is stressed in the same way
as it would be in ual service and the procedure as given in 1.2.13.1 (g) above
should be followed.
g) Test on locking devices for ball and socket coupling as per IEC -60372(2).

1.3.5 Routine Test on Insulator

a) Visual Inspection as per IEC-60383


b) Mechanical Routine Test as per IEC-60383
c) Electrical Routine Test as per IEC-60383

1.3.6 Routine Test on hardware Fittings

a) Visual examination as per IEC-61109 (for composite long rod insulators).


b) Mechanical strength Test as per IEC-61109 (for composite long rod
insulators).
1.3.7 Test during manufacture on all Components as applicable on insulator

a) Chemical analysis of zinc used for galvanising:


Samples taken from the zinc ingot shall be chemically analyzed. The purity
of zinc shall not be less than 99.95%.
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-6

b) Chemical Analysis, mechanical hardness tests and magnetic particle


inspection for malleable casting:
The chemical analysis, hardness tests and magnetic particle inspection for
malleable casting will be as per the internationally recognized procedures for
these tests. The sampling will be based on heat number and heat treatment
batch. The details regarding tests will be as discussed and mutually agreed to
by the Contractor and Owner in Quality Assurance Program.

1.3.8 Test during manufacture on all components as applicable on hardware fittings:

a) Chemical analysis of zinc used for galvanising:


Samples taken from the zinc ingot shall be chemically analyzed. The purity
of zinc shall not be less than 99.95%
b) Chemical analysis, hardness tests and magnetic particle for forgings:
The chemical analysis, hardness tests and magnetic particle inspection for
forgings will be as per the internationally recognized procedures for these
tests. The sampling will be based on heat number and heat treatment batch.
The details regarding tests will be as discussed and mutually agreed to by the
Contractor and Owner in Quality Assurance Programme.
c) Chemical analysis and mechanical hardness tests and magnetic particle
inspection for fabricated hardware:
The chemical analysis, hardness tests and magnetic particle inspection for
fabricated hardware will be as per the internationally recognized procedures
for these tests. The sampling will be based on heat number and heat
treatment batch. The details regarding tests will be as discussed and mutually
agreed to by the Contractor and Owner in Quality Assurance programme.

1.4 Parameters

1.4.1 Disc Insulators

Sl. No. Description For 132kV


a) Type of insulators Anti Fog type
b) Size of insulator units (mm) 255x145
or
280x145
c) Electro mechanical strength 120 kN

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 27 – Switchyard Erection Page 27-7

d) Creepage distance of individual insulator 430 mm


units (minimum and as required to meet
total creepage distance)
e) Markings
i) For Porcelain insulators Markings on porcelain

ii) For toughened glass insulators Markings shall be


done on initial parts
f) Power frequency puncture withstand 1.3 times the wet
voltage flashover voltage

1.4.2 INSULATOR STRING

Sl. Description 132kV


No.
a) Power frequency withstand voltage of the complete string 275
with corona control ring (wet)
– KV rms
b) Lightning impulse withstand Voltage of string with corona + 650
control rings (dry) - kVp
c) Switching surge withstand voltage of string with corona NA
control rings (wet) - kVp
d) Minimum total creepage distance of the insulator string 3625
(mm)
e) Total no. of discs per strings 11

For tension application, single insulator strings and for suspension purpose single
suspension insulator string shall be used for 132 kV system.

1.4.2.1 INSULATOR STRING ( 33 KV )

a) Power frequency withstand : 75


voltage of the complete
string with Corona Control
ring (wet) - kV rms
b) Lightning impulse withstand : ±170
Voltage of string with corona
control rings (dry) – kVp

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 27 – Switchyard Erection Page 27-8

c) Power frequency puncture with- : 1.3 times wet flashover


stand voltage for a string insulator voltage of the unit
d) Total creepage distance of the : 900
complete insulator string (mm)
f) Total no. of discs per strings : 3 ( S/T & S/S )

1.5 COMPOSITE LONG ROD INSULATOR

As an alternative to disc insulator/long rod porcelain, Bidder can also offer


composite long rod insulators with suitable hardware.

1.5.1 Details of Composite Long Rod Insulators

1.5.1.1 Contractor shall offer such composite insulators which have proven use under foggy/
humid operational conditions in polluted industrial environment combined with
smoke and dust particles. The Bidder shall furnish evidence in the form of
certification from the power utilities that the similar type of product supplied to them
had been performing satisfactory. The Bidder shall also submit certified test report
for an accelerated ageing test of 5000 hours such as that described in Appendix-C of
IEC-61109 or test at multiple stresses of 5000 hrs as described in annexure –B of
IEC-62217.

1.5.1.2 Insulators shall have sheds of the “open aerodynamic profile without any under ribs”
with good self-cleaning properties. Insulator shed profile, spacing projection etc.
shall be strictly in accordance with the recommendation of IEC-60815.

1.5.2 Ball and socket shall be 20 mm designation for 120 kN & 24 mm designation for 210
kN Insulators in accordance with the standard dimensions stated in IEC: 60120.
Insulators shall be interchangeable and shall be suitable for forming either
suspension or tension strings. Each insulator shall have rated strength markings on
each composite insulator rod unit. No negative tolerance shall be applicable to
creepage distance of composite insulators

1.5.3 All ferrous parts shall be hot dip galvanized to give a minimum average coating of
zinc equivalent to 610 gm/sq.m. and shall be in accordance with the latest edition of
equivalent International standard. The zinc used for galvanizing shall be of purity of
99.95%. The zinc coating shall be uniform, adherent, smooth, reasonably bright
continuous and free from imperfections such as flux, ash rust stains, bulky white
deposits and blisters. The galvanized metal parts shall be guaranteed to withstand at
least six successive dips each lasting for one (1) minute duration under the standard
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-9

preece test. The galvanizing shall be carried out only after any machining.

1.5.4 Materials
1.5.4.1 Core

It shall be a glass-fiber reinforced (FRP rod) epoxy resin rod of high strength. The
rod shall be resistant to hydrolysis. Glass fibers and resin shall be optimized. The
rod shall be electrical grade corrosion resistant (ECR), boron free glass and shall
exhibit both high electrical integrity and high resistance to acid corrosion.

1.5.4.2 Housing & Weathersheds

The FRP rod shall be covered by a sheath of a silicone rubber compound of a


thickness of minimum 3mm. The housing & weathersheds should have silicon
content of minimum 30% by weight. It should protect the FRP rod against
environmental influences, external pollution and humidity. It shall be extruded or
directly molded on the core. The interface between the housing and the core must be
uniform and without voids. The strength of the bond shall be greater than the tearing
strength of the polymer. The manufacturer shall follow non-destructive technique
(N.D.T.) to check the quality of jointing of the housing interface with the core.

The weathersheds of the insulators shall be of alternate shed profile. The


weathersheds shall be vulcanized to the sheath (extrusion process) or molded as part
of the sheath (injection moulding process) and free from imperfections. The
vulcanization for extrusion process shall be at high temperature and for injection
moulding shall be at high temperature & high pressure. Any seams/ burrs protruding
axially along the insulator, resulting from the injection moulding process shall be
removed completely without causing any damage to the housing. The track
resistance of housing and shed material shall be class 1A4.5 according to IEC60587.
The strength of the weathershed to sheath interface shall be greater than the tearing
strength of the polymer. The composite insulator shall be capable of high pressure
washing.

1.5.4.3 End Fittings

End fittings transmit the mechanical load to the core. They shall be made of
malleable cast iron/ spheroidal graphite or forged steel. They shall be connected to
the rod by means of a controlled compression technique. The manufacturer shall
have in-process Acoustic emission arrangement or some other arrangement to ensure
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-10

that there is no damage to the core during crimping. This verification shall be in-
process and done on each insulator. The system of attachment of end fitting to the
rod shall provide superior sealing performance between housing and metal
connection. The gap between fitting and sheath shall be sealed by a flexible silicone
rubber compound. The sealing shall stick to both housing and metal end fitting. The
sealing must be humidity proof and durable with time.

End fittings shall have suitable provisions for fixing grading rings at the correct
position as per design requirements.

1.5.4.4 Grading Rings

Grading rings shall be used at both ends of each composite insulator unit for
reducing the voltage gradient on and within the insulator and to reduce radio and TV
noise to acceptable levels. The size and placement of the metallic grading rings shall
be designed to eliminate dry band arcing/corona cutting/ exceeding of permissible
electrical stress of material.

1.5.2 Tests and Standards

1.5.2.1 Type Tests

The test reports for following type tests on long rod units, components, materials or
complete strings shall be submitted for approval as per clause 9.2 of Chapter 2 -
GTR.

1.5.2.1.1 On the complete composite Long Rod Insulator String with Hardware Fittings:-

a) Power frequency voltage withstand test with corona control rings/grading ring and
arcing horns (if provided) under wet condition as per IEC:60383-1993/
b) Switching surge voltage withstand test under wet condition as per IEC:60383-1993.
c) Impulse voltage withstand test under dry condition as per IEC:60383-1993
d) Corona and RIV test under dry condition.
The sample assembly when subjected to power frequency voltage shall have a
corona extinction voltage of not less than 156kV (rms) for 220kV line to ground
under dry condition. There shall be no evidence of Corona on any part of the sample.
The atmospheric condition during testing shall be recorded and the test results shall
be accordingly corrected with suitable correction for as stipulated in IEC 60383.
Under the conditions as specified above the insulator string alongwith complete
hardware fittings shall have a radio interference voltage level below 1000 microvolts
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-11

at 1 MHz when subjected to 50 Hz AC line to ground voltage of 156kV for 220kV


under dry conditions. The test procedure shall be in accordance with IEC 60437.
e) Mechanical Strength test
The complete insulator string alongwith its hardware fitting excluding arcing horn,
corona control ring, grading ring, tension/suspension clamps shall be subjected to a
load equal to 50% of the specified minimum ultimate tensile strength (UTS) which
shall be increased at a steady rate to 67% of the minimum UTS specified. The load
shall be held for five minutes and then removed. After removal of the load, the string
components shall not show any visual deformation and it shall be possible to
dismantle them by hand. Hand tools may be used to remove cotter pins and loosen
the nuts initially. The string shall then be reassembled and loaded to 50% of UTS
and the load shall be further increased at a steady rate till the specified minimum
UTS and held for one minute. No failure should occur during this period. The
applied load shall then be increased until the failing load is reached and the value
recorded.
f) Salt-fog pollution withstand test as per IEC: 60507. The salinity level for composite
long rod insulators shall be 160 Kg/m3 NACL.

1.5.2.1.2 On Composite Insulator Units

a) Tests on interfaces and connections of metal fittings as per IEC: 61109-2008.


b) Assembled core load time test as per IEC: 61109-2008.
c) Damage limit proof test and test of tightness of interface between end firings and
insulator housing as per IEC: 61109-2008
d) High Pressure washing test
The washing of a complete insulator of each E&M rating is to be carried out at 3800
kPa with nozzles of 6 mm diameter at a distance of 3m from nozzles to the insulator,
The washing shall be carried out for 10minutes. There shall be no damage to the
sheath or metal fitting to housing interface.

e) Brittle frure resistance test


The test arrangement shall be according to Damage limit proof test with
simultaneous application of 1N-HNO3 acid directly in cont with naked FRP rod. The
cont length of acid shall not be less than 40mm and thickness around the core not
less than 10mm.The rod shall withstand 80% of SML for 96 hours.
f) Dye penetration test as per IEC: 61109-2008
g) Water diffusion test as per IEC: 61109-2008
h) Tracking and erosion test as per IEC: 61109-2008.
i) Hardness test as per IEC: 61109-2008.
j) Accelerated weathering test as per IEC: 61109-2008.
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-12

k) Flammability test as per IEC: 61109-2008.


l) Silicone content test
Minimum content of silicone as guaranteed by supplier shall be verified through FT-
IR spectroscopy & TGA analysis or any other suitable method mutually agreed
between Employer & Supplier in Quality Assurance Programme.
m) Recovery of Hydrophobicity test
1. The surface of selected samples shall be cleaned with isopropyl alcohol. Allow
the surface to dry and spray with water. Record the HC classification. Dry the
sample surface.
2. Treat the surface with corona discharges to destroy the hydrophobicity. This
can be done utilizing a high frequency corona tester, Holding the electrode
approximately 3mm from the sample surface, slowly move the electrode over
an area approximately 1” x 1”. Continue treating this area for 2 – 3 minutes,
operating the tester at maximum output.
3. Immediately after the corona treatment, spray the surface with water and record
the HC classification. The surface should be hydrophilic, with an HC value of
6 or 7. If not, dry the surface and repeat the corona treatment for a longer time
until an HC of 6 or 7 is obtained. Dry the sample surface.
4. Allow the sample to recover and repeat the hydrophobicity measurement at
several time intervals. Silicone rubber should recover to HC 1 – HC 2 within
24 to 48 hours, depending on the material and the intensity of the corona
treatment.
n) Torsion test
Three complete insulators of each E&M rating shall be subjected to a torsional load
of 55Nm. The torsional strength test shall be made with test specimen adequately
secured to the testing machine. The torsional load shall be applied to the test
specimen through a torque member so constructed that the test specimen is not
subjected to any cantilever stress. The insulator after torsion test must pass the Dye
Penetration Test as per IEC 61109.
o) Accelerated ageing test of 5000hrs as described in appendix-C of IEC 61109 or
Test at multiple stresses of 5000 hrs as described in Annex-B of IEC -62217

1.5.2.2 Acceptance Tests:

1.5.2.2.1 For Composite Long Rod Insulators

a. Verification of dimensions IEC : 61109-2008

b. Galvanizing test IEC : 60383

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 27 – Switchyard Erection Page 27-13

c. Verification of end fittings IEC : 61109-2008

d. Recovery of Hydrophobicity As per above

e. Verification of tightness of interface


between end fittings and insulator
housing and of specified mechanical load IEC : 61109-2008

f. Silicone content test As per above

g. Brittle frure resistance test As per above

h. Dye penetration test IEC : 61109-2008

i. Water diffusion test IEC : 61109-2008

In the event of failure of the sample to satisfy the acceptance test(s) specified in 4.2
above, the retest procedure shall be as per IEC 61109.

1.5.2.3 Routine Tests

1.5.2.3.1 For Composite Long Rod Insulator Units

a) Visual Examination As per IEC:61109-2008


b) Mechanical routine test As per IEC:61109 -2008

1.5.3 Guaranteed Technical Particulars

1.5.3.1 Electrical system Data

Sl. Parameters Unit System Voltage


1. Nominal Voltage kV 132
2. Maximum system voltage kV 145
3. BIL (Impulse) kV +650
(Peak)
4. Power frequency withstand voltage kV (rms) 275
(Wet)
5. Switching surge withstand voltage kV (rms) NA

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 27 – Switchyard Erection Page 27-14

(Wet)
6. Minimum Corona extinction kV (rms) NA
voltage at 50 Hz AC system under phase to
dry condition earth
7. Radio interference voltage at one Micro NA
MHz for phase to earth voltage of Volts
508 KV under dry condition.
8. Minimum creepage distance. mm 3625
9. Electromechanical strength of kN 120
Insulator Unit.

2.0 ACSR CONDUCTOR

2.1 Details of ACSR Conductor

2.1.1 The details of the ACSR Bear conductors shall be as per the standard guaranteed
technical particulars as tabulated below:

Item Description Unit Data


1. ACSR "BEAR"
1.1 Conductor size mm2 326.1
1.2 Conductor type ACSR Bear
1.3 Number and size of wires
1.3.1 Aluminum No 30
dia. mm 3.35
1.3.2 Steel No. 7
dia.mm 3.35
1.4 Cross section
1.4.1 Aluminum mm2 264.4
1.4.2 Steel mm2 61.7
1.4.3 Total mm2 326.1
1.5 Conductor diameter mm 23.45
1.6 Ultimate strength kg 11,340
1.7 Modulus of elasticity final kg/ mm2 8,200
1.8 Coefficient of linear expansion perO C 17.8x10-6
1.9 Standard mass of conductor kg/km 1,214

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 27 – Switchyard Erection Page 27-15

1.10 Electrical D.C. resistance at 20 degree C ohm/km 0.1093


1.11 Standard unjointed length on reel m 2,000
2
1.12 Every day stress N/mm 60
1.13 Standards BS 215 PART 2/IEC1089

2.1.2 The details of the ACSR WOLF conductors for 33 kV line shall be as per the
standard guaranteed technical particulars as tabulated below:

Item Description Unit Data


1. ACSR "WOLF"
1.1 Conductor size mm2 194.9
1.2 Conductor type ACSR WOLF
1.3 Number and size of wires
1.3.1 Aluminum No 30
dia. mm 2.59
1.3.2 Steel No. 7
dia.mm 2.59
1.4 Cross section
1.4.1 Aluminum mm2 158.10
1.4.2 Steel mm2 36.9
1.4.3 Total mm 2 194.9
1.5 Conductor diameter mm 18.13
1.6 Ultimate strength kg N 67.34
1.7 Modulus of elasticity final MPa 83400
1.8 Coefficient of linear expansion O
per C 18.4x10-
1.9 Standard mass of conductor kg/km 726
6
1.10 Electrical D.C. resistance at 20 degree C ohm/km 0.1828
1.11 Standard Un jointed length on reel m 2,000
1.12 Standards BS 215 PART2/IEC1089

2.2 Workmanship

2.3.1 The finished conductor shall be smooth, comp, uniform and free from all imperfections
including kinks (protusion of wires), wire cross over, over riding, looseness (wire being
dislocated by finger/hand pressure and/or unusual bangle noise on tapping), material
inclusions, white rust, powder formation or black spot (on account of region with
trapped rain water etc.), dirt, grit etc.

2.3.2 All the Aluminium and steel strands shall be smooth, uniform and free from all
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-16

imperfections, such as spills and splits, diemarks, scratches, abrasions, etc., after
drawing.

2.3.3 The steel strands shall be hot dip galvanised and shall have a minimum zinc coating of
260 gms/sq.m. after stranding of the uncoated wire surface. The zinc coating shall be
smooth, continuous and of uniform thickness, free from imperfections and shall
withstand minimum three dips in standard Preece test. The finished strands and the
individual wires shall be of uniform quality and have the same properties and
chareristics as prescribed in ASTM designation: B 498-74.

2.3.4 The steel strands shall be preformed and post formed in order to prevent spreading of
strands in the event of cutting of composite core wire. Care shall be taken to avoid,
damages to galvanisation during pre-forming and post-forming operation.
2.3 Joints in Wires

2.3.1 Aluminum Wires


Joints in aluminium wires shall be as per relevant International standard.

2.3.2 Steel Wires

There shall be no joint of any kind in the finished wire entering into the manufacture of
the strand. There shall also be no strand joints or strand splices in any length of the
completed stranded steel core of the conductor.

2.4 Tolerances
The manufacturing tolerances shall be as per relevant International standard.

2.5 Materials
2.5.1 Aluminium
The aluminium strands shall be hard drawn from electrolytic aluminium rods having
purity not less than 99.5% and a copper content not exceeding 0.04%.

2.5.2 Steel

The steel wire strands shall be drawn from high carbon steel wire rods and shall conform
to the following chemical composition:

Element % Composition
Carbon 0.50 to 0.85
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-17

Manganese 0.50 to 1.10


Phosphorous Not more than 0.035
Sulphur Not more than 0.045
Silicon 0.10 to 0.35

2.5.3 Zinc

The zinc used for galvanising shall be electrolytic High Grade Zinc of 99.95% purity.

2.6 Standard Length


2.6.1 The conductor shall be supplied as required. No joint shall be allowed within a single
span of stringing, jumpers and equipment interconnection.

2.7 Tests :
2.7.1 The following type, acceptance & routine tests and tests during manufacturing shall be
carried out on the conductor.

2.7.2 Type Tests


In accordance with the stipulation of specification, the following type tests reports of the
conductor shall be submitted for approval as per clause 9.2 of Chapter 2 -GTR.

a) UTS test on stranded conductor.


b) Corona extinction voltage test (dry)
(c) Radio Interference voltage test (dry)
(d) DC resistance test on stranded conductor

2.7.3 Acceptance Tests

a) Visual check for joints, scratches etc. and lengths of conductor


b) Dimensional check on steel and aluminium strands
c) Check for lay ratios of various layers
d) Galvanising test on steel strands
e) Torsion and Elongation test on steel strands
f) Breaking load test on steel and aluminium strands
g) Wrap test on steel and aluminium strands
h) DC resistance test on aluminium strands
i) UTS test on welded joint of aluminium strands

NOTE:

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 27 – Switchyard Erection Page 27-18

All the above tests except test mentioned at (a) shall be carried out on aluminium and
steel strands after stranding only.

2.7.4 Routine Tests


a) Check to ensure that the joints are as per specification.
b) Check that there are no cuts, fins etc. on the strands.
c) All acceptance test as mentioned in Clause 2.7.3 above to be carried out on
each coil.

2.7.5 Tests During Manufacturer


a) Chemical analysis of zinc used for galvanising
b) Chemical analysis of aluminium used for making aluminium strands
c) Chemical analysis of steel used for making steel strands

2.7.6 Sample Batch for Type Testing

The Contractor shall offer material for selection of samples for type testing, only after
getting quality assurance plans approved from Owner’s Quality Assurance Department.
The sample shall be manufactured strictly in accordance with the Quality Assurance
Plan approved by Owner.

3.0 Galvanised Steel Earth wire

3.1 Details of Earth wire

3.1.1 The contractor shall supply the earthwire as per the standard guaranteed technical
particulars enclosed in Annexure-B of the technical specification, Chapter 11 –
Switchyard Erection and separate approval is not required during detailed engineering.

Owner has also standardised the guaranteed technical particulars for the earthwire which
are enclosed in Annexure-B of the technical specification, Chapter 11 – Switchyard
Erection. The contractor shall supply the earthwire as per the standard guaranteed
technical particulars.

3.1.2 The basic details of the earth wire are tabulated below:

Sl.No. Description Unit Value

1. Stranding & Wire diameter mm 7/3.35 (steel)

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 27 – Switchyard Erection Page 27-19

2. Strands

a) Steel Core No. 1 (one)

b) Outer layer No. 6 (six)

3. Total sectional area Sq. mm. 61.7

3.2 Workmanship

3.2.1 All steel strands shall be smooth, uniform and free from all imperfections, such as spills
and splits, die marks, scratches, abrasions and kinks after drawing and also after
stranding.

3.2.2 The finished material shall have minimum brittleness as it will be subjected to
appreciable vibration while in use.

3.2.3 The steel strands shall be hot dip qalvanised (and shall have minimum Zinc coating of
275 gms/sq.m) after stranding of the uncoated wire surface. The zinc coating shall be
smooth, continuous, of uniform thickness, free from imperfections and shall withstand
three and a half dips after stranding in standard Preece test. The steel wire rod shall be of
such quality and purity that, when drawn to the size of the strands specified and coated
with zinc, the finished strands shall be of uniform quality and have the same properties
and chareristics as prescribed in ASTM designation B498-74.

3.2.4 The steel strands shall be preformed and post formed in order to prevent spreading of
strands while cutting of composite earth wire. Care shall be taken to avoid damage to
galvanisation during preforming and postforming operation.

3.2.5 To avoid susceptibility towards wet storage stains (white rust), the finished material shall
be provided with a protective coating of boiled linseed oil.

3.3 Joints in Wires

There shall be no joint of any kind in the finished steel wire strand entering into the
manufacture of the earth wire. There shall be no strand joints or strand splices in any
length of the completed stranded earth wire.

3.4 Tolerances

The manufacturing tolerances shall be as per relevant International standard.

3.5 Composition
3.5.1 Steel

The steel wire strands shall be drawn from high carbon steel rods and shall conform
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-20

to the following requirements as to the chemical composition.

Element % Composition
Carbon Not more than 0.55
Manganese 0.4 to 0.9
Phosphorous Not more than 0.04
Sulphur Not more than 0.04
Silicon 0.15 to 0.35

3.5.2 Zinc

The zinc used for galvanising shall be electrolytic High Grade Zinc of 99.95%
purity. It shall conform to and satisfy all the requirements of relevant international
standard.

3.6 Standard Length

The earth wire shall be supplied in standard drum length of manufacturer.

3.7 TESTS

3.7.1 The following type, routine & acceptance tests and tests during manufacturing shall
be carried out on the earthwire.

3.7.2 TYPE TESTS

In accordance with the stipulation of specification, the following type tests reports of
the earthwire shall be submitted for approval as per clause 9.2 of Chapter 2 - GTR.
a) UTS test
b) DC resistance test

3.7.3 ACCEPTANCE TESTS

a) Visual check for joints, scratches etc. and length of Earthwire


b) Dimensional check
c) Galvanising test
d) Lay length check
e) Torsion test
f) Elongation test
g) Wrap test
h) DC resistance test
i) Breaking load test
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-21

j) Chemical Analysis of steel

3.7.4 ROUTINE TESTS

a) Check that there are no cuts, fins etc. on the strands.


b) Check for correctness of stranding.

3.7.5 TESTS DURING MANUFACTURE

a) Chemical analysis of zinc used for galvanising


b) Chemical analysis of steel

3.7.6 SAMPLE BATCH FOR TYPE TESTING

The Contractor shall offer material for sample selection for type testing, only after
getting quality assurance programme approved by the Owner. The samples for type
testing shall be manufactured strictly in accordance with the Quality Assurance
Programme approved by the Owner.

4.0 TUBULAR BUS CONDUCTORS

4.1 General

The contractor shall supply the aluminium tubes as per the standard guaranteed
technical particulars enclosed in Annexure- B of the technical specification, Chapter
19 – Switchyard Erection and separate approval is not required during detailed
engineering.

Owner has also stardardised the guaranteed technical particulars for the aluminium
tube which are enclosed in Annexure- B of the technical specification, Chapter 19 –
Switchyard Erection. The contractor shall supply the aluminium tube as per the
standard guaranteed technical particulars.

4.2 Constructional Features


4.2.1 For outside diameter (OD) & thickness of the tube there shall be no minus tolerance,
other requirements being as per relevant International standard.
4.2.2 The aluminium tube shall be supplied in suitable cut length to minimize wastage.
4.2.3 The welding of aluminium tube shall be done by the qualified welders duly approved
by the owner.

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 27 – Switchyard Erection Page 27-22

4.3 Tests
In accordance with stipulations of the specification, Routine tests shall be conducted
on tubular bus conductors. Also the wall thickness and ovality of the tube shall be
measured. In addition to the above tests, 0.2% proof tests on both parent metal and
Aluminium tube after welding shall be conducted.

4.4 Technical Parameters


Sl. Description ALUMINUM TUBE
No.
1. Diameter 132 kV 100mm Outer 80 mm inner
2. Diameter 33 kV 75 mm
3. Thickness 10 mm for 132 kV

5.0 BUS POST INSULATORS


The post insulators shall conform in general to latest IEC-60168, IEC 60273 and
IEC-60815.

5.1 Constructional Features


5.1.1 Post type insulators shall consist of a porcelain part permanently secured in a metal
base to be mounted on the supporting structures. They shall be capable of being
mounted upright. They shall be designed to withstand any shocks to which they may
be subjected to by the operation of the associated equipment. Only solid core
insulators will be acceptable.

5.1.2 Porcelain used shall be homogeneous, free from lamination, cavities and other flaws
or imperfections that might affect the mechanical or dielectric quality and shall be
thoroughly vitrified, tough and impervious to moisture.

5.1.3 Glazing of the porcelain shall be of uniform brown in colour, free from blisters, burrs
and other similar defects.

5.1.4 The insulator shall have alternate long and short sheds with aerodynamic profile, the
shed profile shall also meet the requirements of IEC-60815 for the specified
pollution level.

5.1.5 When operating at normal rated voltage there shall be no electric discharge between
conductor and insulators which would cause corrosion or injury to conductors or
insulators by the formation of substance produced by chemical ion.

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 27 – Switchyard Erection Page 27-23

5.1.6 The design of the insulators shall be such that stresses due to expansion and
contraction in any part of the insulator shall not lead to deterioration.

5.1.7 All ferrous parts shall be hot dip galvanised. The zinc used for galvanising shall be
grade Zn 99.95. The zinc coating shall be uniform, adherent, smooth, reasonably
bright, continuous and free from imperfections such as flux ash, rust stains, bulky
white deposits and blisters. The metal parts shall not produce any noise generating
corona under the operating conditions.

5.1.8 a) Every bolt shall be provided with a steel washer under the nut so that part of
the threaded portion of the bolts is within the thickness of the parts bolted
together.

b) Flat washer shall be circular of a diameter 2.5 times that of bolt and of
suitable thickness. Where bolt heads/nuts bear upon the beveled surfaces they
shall be provided with square tapered washers of suitable thickness to afford
a seating square with the axis of the bolt.
c) All bolts and nuts shall be of steel with well formed hexagonal heads forged
from the solid and shall be hot dip galvanised. The nuts shall be good fit on
the bolts and two clear threads shall show through the nut when it has been
finally tightened up.

5.1.9 Bidder shall make available data on all the essential features of design including the
method of assembly of shells and metals parts, number of shells per insulator, the
manner in which mechanical stresses are transmitted through shells to adjacent parts,
provision for meeting expansion stresses, results of corona and thermal shock tests,
recommended working strength and any special design or arrangement employed to
increase life under service conditions.

5.2 Tests
In accordance with the stipulations of the specification, the post insulators shall be
subject to type, acceptance, sample and routine tests as per IEC-60168.

5.2.1 In addition to acceptance/sample/routine tests as per IEC-60168, the following tests


shall also be carried out.

a) Ultrasonic test as an acceptance test


b) Soundness test, metallurgical tests and magnetic test on MCI caps and
pedestal tests as acceptance test.
c) All hot dip galvanised components shall be subject to check for uniformity of
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-24

thickness and weight of zinc coating on sample basis.


d) The bending test shall be carried out at 50% minimum failing load in four
directions as a routine test and at 100% minimum failing load in four
directions as an acceptance test.
e) Acceptance norms for visual defects allowed at site and also at works shall be
agreed in the Quality plan.

5.2.2 In accordance with the stipulation of specification, the following type tests reports of
the post insulators shall be submitted for approval as per clause 9.2 of Chapter 2 -
GTR.

a) Power frequency withstand test (dry & wet)


b) Lightning impulse test (dry)
c) Measurement of R.I.V (Dry)
d) Corona extinction voltage test (Dry)
e) Test for deflection under load
f) Test for mechanical strength.

5.3 Technical Parameters of Bus Post Insulators.

Sl. No. Description 145 kV


a) Type Solid Core
b) Voltage Class (kV) 145
c) Dry and wet one minute power frequency withstand 275
voltage(kV rms)
d) Dry lightning impulse withstand Voltage (kVp) +650
e) Wet switching surge withstand voltage (kVp) —-
f) Max. radio interference voltage (in microvolts) at 500
voltage of 508 kV (rms) , 305 kV (rms) and 156
(rms) for 765 kV, 400 kV &220 kV respectively
between phase to ground.
g) Corona extinction voltage (kV rms) (min.) 105
h) Cantilever Strength
(i) Total minimum cantilever strength (Kg) 600
(ii) Total minimum breaking strength (Kg) 720
i) Minimum torsional moment As per IEC-
273
j) Total height of insulator (mm)
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-25

k) P.C.D Top (mm) 127


Bottom (mm) 254
l) No. of bolts
Top 4
Bottom 8
m) Diameter of bolt/holes (mm)
Top M16
Bottom dia 18
n) Pollution level as per IEC-815 Heavy(III)
o) Minimum total creepage distance for Heavy Pollution 3165
(mm)

5.3.1 33kV Bus Post Insulators.


a) Type Solid Core
b) Voltage class (kV) 36
c) Dry and wet one minute power 70
frequency withstand voltage(kV rms)
d) Dry lightning impulse ±170
withstand Voltage (kVp)
e) Total minimum cantilever 450
strength (Kg)
f) Minimum torsional moment As per IEC-273

g) Total height of insulator (mm) As per requirement


h) Pollution level as per Heavy(III)
IEC-815
i) Minimum creepage distance for 900
Heavy Pollution (mm)

5.3.2 If corona extinction voltage is to be achieved with the help of corona ring or any
other similar device, the same shall be deemed to be included in the scope of the
Contractor. Material of Corona ring shall be aluminium/aluminium alloy of 63401W
grade or equivalent.

6.0 GROUNDING SYSTEM

6.1 GENERAL

This specification covers the design, supply, delivery, installation and testing of the
complete grounding system as described below.
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-26

The complete station grounding work shall be in accordance with the


recommendation in the "Guide for Safety in Substation Grounding" IEEE No. 80 and
the requirements of this section.

6.2 GROUNDING INSTALLATION FEATURES

6.2.1 The installation shall be complete in all respects for efficient and trouble free service.
All work shall be carried out in a first class neat workman like manner. Grounding
conductors shall be handled carefully to avoid kinking and cutting of the conductors
during laying and installation. All exposed ground conductors runs shall be taken in
a neat manner, horizontal, vertical and parallel to building walls or columns and shall
not be laid haphazardly.

6.2.2 For all connections made to equipment or to the structures, the grounding conductor,
connectors and equipment enclosures shall have good clean cont surfaces. Grounding
conductor connection to all electrical equipment, switchgear, transformers, motors,
panels, conduit system, equipment enclosures, cable trays, distribution boards,
equipment frames, bases, steel structure, etc. shall be by pressure type or bolting type
connectors.

6.2.3 All lap, cross and tee connections between two grounding conductors shall be made
by thermowelding process or compression type connector. The various joints shall
have adequate mechanical strength as well as necessary electrical conductivity not
less than that of the parent conductors of the joints. All accessories for grounding
installation shall be of quality and design approved by the Employer. The earthing
connection between earthing pad of equipment/structures shall be made by two
earthing leads.

6.2.4 Ground conductors, when crossing underground trenches, directly laid underground
pipe and equipment foundation, if any, shall be at least 300mm below the bottom
elevation of such trenches/pipes.

6.2.5 The maximum size of each grid of grounding mat shall not exceed 4X4 meters. The
terminals for connecting ground mat and equipment shall be terminated whenever
necessary. (The new grounding shall be bonded with existing grounding network.at
New Khimti Substations.

6.3 GROUNDING CONDUCTOR

6.3.1 Main Ground Grid


Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-27

The main ground system shall consist of a grounding grid buried minimum 0.6 meter
below grade level. The grounding grid shall consist of copper flat conductor cable or
stranded copper wire of minimum size (cross sectional area) 120 sq. mm.

6.3.2 Ground Electrodes


The ground electrodes shall be 16mm diameter and 3.0 meter long (min.) copper clad
steel. Theseshall be driven into ground and connected to the main ground grid.

6.3.3 Risers
The risers shall consist of copper conductor of adequate size (but not less than 120
sq. mm.) connected at one end to the main ground mat and at the other end to the
equipment.

6.4 DESIGN REQUIREMENTS

6.4.1 The Contractor shall measure the soil resistivity in presence of the Employer. Based
on the resistivity the contractor shall calculate the total length of buried ground
conductor, number of grounding electrode and their depth and spacing to achieve a
grounding system resistance of less than 1.0 (One) Ohm.

6.4.2 The Contractor shall calculate the cross-section considering the maximum fault level
of 31.5 kA.

6.4.3 The Contractor shall submit the details of calculations of the grounding system for
the Employer’s approval. The earthing system shall be of single earthing system for
the whole substation i.e. all earthings shall be connected to main earthing grid.

6.5 TESTS

On completion of the installation, either wholly or in sections, it shall be tested in


compliance with relevant Code by the Contractor in presence of the Employer. The
cost of any test including labor, material and equipment charges shall be borne by the
Contractor. If the ground grid resistance can not be obtained as per his design, then
additional grounding conductors shall be buried in the earth, or if necessary, buried
in treated soil to obtain the required low ground resistance without any additional
cost.

6.6 LIGHTNING PROTECTION

The outdoor equipment of the substation and the substation building shall be
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-28

protected against lightning. The lightning protection shall be achieved by an


overhead lightning shield system of galvanized steel wire of 7/3.35 mm, which shall
be connected to the main grounding grid by steel conductor of 7/3.35 mm. Lighting
mast with electrode length of 2.5mtr (maximum) shall be used in sqitchyard area for
lighting protection as per requirement. The above electrode may be connected to the
main grounding grid by steel conductor of 7/3.35 mm. The design of the lightning
protection system shall be subject to the approval of the Employer.

6.7 DRAWINGS

After award of the Contract, the Contractor shall furnish the grounding layout
drawing with dimensions showing the location of grounding grids, electrodes, test
link chambers and risers, backed up by necessary calculations for Employer's
approval. The work shall have to be started at site only after getting approval from
the Employer. If alteration is required for any work done before getting Employer's
approval, the same shall have to be done by the Contractor at no extra cost to the
Employer.

STATION GROUNDING SYSTEM

DESCRIPTION UNIT REQD


1. Main ground grid conductor material Copper
2. Main ground grid conductor size Sq.mm ≥ 120
3. Cross section of riser conductors Sq mm ≥ 120
4. Ground electrodes
-Material Copper clad steel
-Diameter mm ≥16
-Length meter 3
5. Material of risers Copper
6. Earthing system designed for ohm ≤1

7.0 Main Bus Bars (Applicable for Aluminium tube)

The brief description of the bus switching scheme, bus bar layout and equipment
connection to be adopted are indicated elsewhere in the specification. The bus bar
arrangements are shown in drgs enclosed with the bid documents.

7.1 The Contractor shall furnish supporting calculations where applicable for the bus
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-29

bars/conductors to show adequacy of design parameters for:

a) Fibre-stress
b) Cantilever strength of post insulators
c) Aeolain vibrations
d) Vertical deflection of bus bars
e) Short circuit forces in bundle conductor and spacer location for each span of
ACSR conductor stringing as per layout drawings.

7.1.1 The welds in the aluminium tubes shall be kept to the minimum and there shall not
be more than one weld per span. The procedure and details of welding shall be
subject to Owner’s approval. Material for welding sleeve shall be same as that of
Aluminium tube. Welding sleeve shall be of 600mm length

7.1.2 Corona bells shall be provided wherever the bus extends beyond the clamps and on
free ends, for sealing the ends of the tubular conductor against rain and moisture and
to reduce the electrostatic discharge loss at the end points. There shall be a small
drain hole in the corona bell. The material of Corona bell shall be Aluminium alloy
similar to that of clamps & connectors.

7.1.3 To minimise the vibrations in the aluminium tubes, damping conductor shall be
provided inside the aluminium tubes. For this purpose, the cut pieces of ACSR
conductor which otherwise are considered wastages, shall be used as damping
conductor.

7.1.4 Details of past experience of the persons proposed to be employed for Aluminium
tube welding and the test reports of the welded pieces to prove the electrical and
mechanical characteristics shall also be furnished along with the bid. Welding at site
shall be done by adopting a qualified procedure and employing qualified welders as
per ASME-Section IX.

8.0 BAY EQUIPMENT

8.1 The disposition of various bay equipments shall be as per single line diagrams and
layout drawings.

8.2 Bay Marshalling Kiosk:-

One no. of bay marshalling kiosk shall be provided for each 132 kV bay under
present scope. In addition to the requirements specified elsewhere in the
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-30

specification, the bay marshalling kiosk shall have two distinct compartments for the
following purpose:-

(i) To receive two incoming 400V, 3 phase, 63Amps, AC supply with auto
changeover and MCB unit and distribute minimum six outgoing 400V, 3
phase, 16 Amps AC supplies controlled by MCB.
(ii) To distribute minimum ten outgoing 230V, 10 Amps single phase supplies to
be controlled by MCB to be drawn from above 3 phase incomers.
(iii) 200 nos. terminal blocks in vertical formation for interlocking facilities for
substations without automation system.
(iv) Necessary Terminal Blocks for terminating cables from ACDB and
switchyard panel rooms.

9.0 EQUIPMENT ERECTION DETAILS

9.1 For equipment interconnection, the surfaces of equipment terminal pads, Aluminium
tube, conductor & terminal clamps and connectors shall be properly cleaned. After
cleaning, cont grease shall be applied on the cont surfaces of equipment terminal
pad, Aluminium tube/conductor and terminal clamps to avoid any air gap in
between. Subsequently bolts of the terminal pad/terminal connectors shall be
tightened and the surfaces shall be cleaned properly after equipment interconnection.

9.2 Muslin or leather cloth shall be used for cleaning the inside and outside of hollow
insulators.

9.3 All support insulators, circuit breaker interrupters and other fragile equipment shall
preferably be handled with cranes having suitable booms and handling capacity.

9.4 Bending of Aluminum tube and compressed air piping if any should be done by a
bending machine and through cold bending only. Bending shall be such that inner
diameter of pipe is not reduced.

9.5 Cutting of the pipes wherever required shall be such as to avoid flaring of the ends.
Hence only a proper pipe cutting tool shall be used. Hack saw shall not be used.

9.6 Handling of equipment shall be done strictly as per manufacturer’s/supplier’s


instructions/instruction manual.

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 27 – Switchyard Erection Page 27-31

9.7 Handling equipment, sling ropes etc. should be tested periodically before erection for
strength.

9.8 The slings shall be of sufficient length to avoid any damage to insulator due to
excessive swing, scratching by sling ropes etc.

10.0 STORAGE

10.1 The Contractor shall provide and construct adequate storage shed for proper storage
of equipments, where sensitive equipments shall be stored indoors. All equipments
during storage shall be protected against damage due to state of nature or accidents.
The storage instructions of the equipment manufacturer/Owner shall be strictly
adhered to.

11.0 CABLING MATERIAL

11.1 CABLE TAGS AND MARKERS

11.1.1 Each cable and conduit run shall be tagged with numbers that appear in the cable and
conduit schedule.

11.1.2 The tag shall be of aluminium with the number punched on it and securely attached
to the cable conduit by not less than two turns of 20 SWG GI wire. Cable tags shall
be of rectangular shape for power cables and of circular shape for control cables.

11.1.3 Location of cables laid directly underground shall be clearly indicated with cable
marker made of galvanised iron plate.

11.1.4 Location of underground cable joints shall be indicated with cable marker with an
additional inscription “Cable joints”.

11.1.5 The marker shall project 150 mm above ground and shall be spaced at an interval of
30 meters and at every change in direction. They shall be located on both sides of
road and drain crossings.

11.1.6 Cable tags shall be provided on all cables at each end (just before entering the
equipment enclosure), on both sides of a wall or floor crossing, on each duct/conduit
entry and at each end & turning point in cable tray/trench runs. Cable tags shall be
provided inside the switchgear, motor control centres, control and relay panels etc.,
wherever required for cable identification, where a number of cables enter together
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-32

through a gland plate.

11.2 Cable Supports and Cable Tray Mounting Arrangements

11.2.1 The Contractor shall provide embedded steel inserts on concrete floors/walls to
secure supports by welding to these inserts or available building steel structures.

11.2.2 The supports shall be fabricated from standard structural steel members.

11.2.3 Insert plates will be provided at an interval of 750 mm wherever cables are to be
supported without the use of cable trays, such as in trenches, while at all other places
these will be at an interval of 2000 mm.

11.2.4 Vertical run of cables on equipment support structure shall be supported on


perforated cable trays of suitable width which shall be suitably bolted/clamped with
the equipment support structure.
.
11.3 Cable Termination and Connections

11.3.1 The termination and connection of cables shall be done strictly in accordance with
cable and termination kit manufacturer’s instructions, drawing and/or as directed by
the Owner.

11.3.2 The work shall include all clamping, fittings, fixing, plumbing, soldering, drilling,
cutting, taping, heat shrinking (where applicable), connecting to cable terminal,
shorting and grounding as required to complete the job.

11.3.3 Supply of all consumable material shall be in the scope of Contractor.

11.3.4 The equipment will be generally provided with undrilled gland plates for
cables/conduit entry. The Contractor shall be responsible for drilling of gland plates,
painting and touching up. Holes shall not be made by gas cutting.

11.3.5 Control cable cores entering control panel/switchgear/MCCB/MCC/ miscellaneous


panels shall be neatly bunched, clamped and tied with nylon strap or PVC perforated
strap to keep them in position.

11.3.6 The Contractor shall tag/ferrule control cable cores at all terminations, as instructed
by the Owner. In panels where a large number of cables are to be terminated and
cable identification may be difficult, each core ferrule may include the complete
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-33

cable number as well.

11.3.7 Spare cores shall be similarly tagged with cable numbers and coiled up.

11.3.8 All cable entry points shall be sealed and made vermin and dust proof. Unused
openings shall be effectively closed.

11.3.9 Double compression type nickel plated (coating thickness not less than 10 microns)
brass cable glands shall be provided by the Contractor for all power and control
cables to provide dust and weather proof terminations.

11.3.10 They shall comprise of heavy duty brass casting, machine finished and nickel plated,
to avoid corrosion and oxidation. Rubber components used in cable glands shall be
neoprene and of tested quality. Cable glands shall be of approved make.

11.3.11 The cable glands shall also be suitable for dust proof and weather proof termination.
The test procedure, if required, has to be discussed and agreed to between Owner and
cable gland manufacturer.

11.3.12 If the cable-end box or terminal enclosure provided on the equipment is found
unsuitable and requires modification, the same shall be carried out by the Contractor,
as directed by the Owner.

11.3.13 Crimping tool used shall be of approved design and make.

11.3.14 Cable lugs shall be tinned copper solderless crimping type conforming to relevant
international standard. Bimetallic lugs shall be used depending upon type of cables
used.

11.3.15 Solderless crimping of terminals shall be done by using corrosion inhibitory


compound. The cable lugs shall suit the type of terminals provided.

11.4 STORAGE AND HANDLING OF CABLE DRUMS

11.4.1 Cable drums shall be unloaded, handled and stored in an approved manner and
rolling of drums shall be avoided as far as possible. For short distances, the drums
may be rolled provided they are rolled slowly and in proper direction as marked on
the drum.

12.0 DIRECTLY BURIED CABLES


Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-34

12.1 The Contractor shall construct the cable trenches required for directly buried cables.
The scope of work shall include excavation, preparation of sand bedding, soil cover,
supply and installation of brick or concrete protective covers, back filling and
ramming, supply and installation of route markers and joint markers. The Bidder
shall ascertain the soil conditions prevailing at site, before submitting the bid.

12.2 The cable (power and control) between LT station, control room and fire lighting
pump house shall be laid in the buried cable trenches. In addition to the above, for
lighting purpose also, buried cable trench can be used in outdoor area.

12.3 Cable route and joint markers and RCC warning covers shall be provided wherever
required. The voltage grade of cables shall be engraved on the marker.

13.0 INSTALLATION OF CABLES

13.1 Cabling in the control room shall be done on ladder type cable trays for vertical runs
while cabling in switchyard area shall be done on angles in the trench.

13.2 All cables from bay cable trench to equipment’s including and all interpole cables
(both power and control) for all equipment, shall be laid in PVC pipes of minimum
50 mm nominal outside diameter which shall be buried in the ground at a depth of
250mm below finish formation level. Separate PVC pipes shall be laid for control
and power cables. Cable pull boxes of adequate size shall be provided if required.

13.3 Cables shall be generally located adjoining the electrical equipment through the pipe
insert embedded in the floor. In the case of equipments located away from cable
trench either pipe inserts shall be embedded in the floor connecting the cable trench
and the equipment or in case the distance is small, notch/opening on the wall shall be
provided. In all these cases necessary bending radius as recommended by the cable
manufacturer shall be maintained.

13.4 Cable racks and supports shall be painted after installation with two coats of metal
primer (comprising of red oxide and zinc chromate in a synthetic medium) followed
by two finishing coats of aluminium paint.
13.5 Suitable arrangement should be used between fixed pipe / cable trays and equipment
terminal boxes, where vibration is anticipated.

13.6 Power and control cables in the cable trench shall be laid in separate tiers. The order
of laying of various cables shall be as follows, for cables other than directly buried.
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-35

a) Power cables on top tiers.


b) Control instrumentation and other service cables in bottom tiers.

13.7 Single core cables in trefoil formation shall be laid with a distance of three times the
diameter of cable between trefoil centre lines. All power cables shall be laid with a
minimum centre to centre distance equal to twice the diameter of the cable of higher
size of cables.

13.8 Trefoil clamps for single core cables shall be of pressure die cast aluminium (LM-6),
Nylon -6 or fibre glass and shall include necessary fixing GI nuts, bolts, washer etc.
These are required at every 2 metre of cable runs.

13.9 Power and control cables shall be securely fixed to the trays/supports with self
locking type nylon ties with deinterlocking facility at every 5 metre interval for
horizontal run. Vertical and inclined cable runs shall be secured with 25 mm wide
and 2 mm thick aluminium strip clamps at every 2m.

13.10 Cables shall not be bent below the minimum permissible limit. The permissible
limits are as follows:

Table of Cable and Minimum bending radius


Power cable 12 D
Control cable 10 D
D is overall diameter of cable

13.11 Where cables cross roads, drains and rail tracks, these shall be laid in reinforced spun
concrete or steel pipes buried at not less than one metre depth.

13.12 In each cable run some extra length shall be kept at a suitable point to enable one (for
LT cables)/two (for H.T. cables) straight through joints to be made in case the cable
develop fault at a later date.

13.13 Selection of cable drums for each run shall be so planned as to avoid using straight
through joints. Cable splices will not be permitted except where called for by the
drawings, unavoidable or where permitted by the Owner. If straight through joints
are unavoidable, the Contractor shall use the straight through joints kit of reputed
make.

13.14 Control cable terminations inside equipment enclosures shall have sufficient lengths
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-36

so that changing of termination in terminal blocks can be done without requiring any
splicing.

13.15 Metal screen and armour of the cable shall be bonded to the earthing system of the
station, wherever required by the Owner.

13.16 Rollers shall be used at intervals of about two metres while pulling cables.

13.17 All due care shall be taken during unreeling, laying and termination of cable to avoid
damage due to twist, kinks, sharp bends, etc.

13.18 Cable ends shall be kept sealed to prevent damage. In cable vault, fire resistant seal
shall be provided underneath the panels.

13.19 Inspection on receipt, unloading and handling of cables shall generally be in


accordance with relevant international standard.

13.20 Wherever cable pass through floor or through wall openings or other partitions,
GI/PVC wall sleeves with bushes having a smooth curved internal surface so as not
to damage the cable, shall be supplied, installed and properly sealed by the
Contractor at no extra charges.

13.21 Contractor shall remove the RCC/Steel trench covers before taking up the work and
shall replace all the trench covers after the erection-work in that particular area is
completed or when further work is not likely to be taken up for some time.

13.22 Contractor shall furnish three copies of the report on work carried out in a particular
week, indicating cable numbers, date on which laid, ual length and route, testing
carried out, terminations carried out, along with the marked up copy of the cable
schedule and interconnection drawing wherever any modifications are made.

13.23 Contractor shall paint the tray identification number on each run of trays at an
interval of 10 m.

13.24 In case the outer sheath of a cable is damaged during handling/installation, the
Contractor shall repair it at his own cost to the satisfaction of the Owner. In case any
other part of a cable is damaged, the same shall be replaced by a healthy cable at no
extra cost to the Owner, i.e. the Contractor shall not be paid for installation and
removal of the damaged cable.

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 27 – Switchyard Erection Page 27-37

13.25 All cable terminations shall be appropriately tightened to ensure secure and reliable
connections. The Contractor shall cover the exposed part of all cable lugs whether
supplied by him or not with insulating tape, sleeve or paint.

13.26 Cable trays

i) The cable trays shall be of G.S.sheet and minimum thickness of sheet shall be
2mm.
ii) The Contractor shall perform all tests and inspection to ensure that material
and workmanship are according to the relevant standards.

A 2.5 metre straight section of 300mm, 600mm wide cable tray shall be simply
supported at two ends. A uniform distributed load of 76 kg/m shall be applied along
the length of the tray. The maximum deflection at the mid-span shall not exceed
7mm.

13.27 Conduits, Pipes and Duct Installation

13.27.1 Contractor shall supply and install all rigid conduits, mild steel pipes,flexible
conduits, hume pipes etc. including all necessary sundry materials such as tees,
elbows, check nuts, bushing, reducers, enlargers, coupling cap, nipples, gland sealing
fittings, pull boxes etc as specified and to be shown in detailed drawing. The size of
the conduit/pipe shall be selected on the basis of 40% fill criterion.

13.27.2 Contractor shall have his own facility for bending, cutting and threading the conduits
at site. Cold bending should be used. All cuts & threaded ends shall be made
smooth without leaving any sharp edges. Anticorrosive paint shall be applied at all
field threaded portions.

13.27.3 All conduit/pipes shall be extended on both sides of wall/floor openings. The
fabrication and installation of supports and the clamping shall be included in the
scope of work by Contractor.

13.27.4 When two lengths of conduits are joined together through a coupling, running
threads equal to twice the length of coupling shall be provided on each conduit to
facilitate easy dismantling of two conduits.

13.27.5 Conduit installation shall be permanently connected to earth by means of special


approved type of earthing clamps. GI pull wire of adequate size shall be laid in all
conduits before installation.
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-38

13.27.6 Each conduit run shall be painted with its designation as indicated on the drawings
such that it can be identified at each end.

13.27.7 Embedded conduits shall have a minimum concrete cover of 50 mm.

13.27.8 Conduit run sleeves shall be provided with the bushings at each end.

13.27.9 Metallic conduit runs at termination shall have two locknuts and a bushing for
connection. Flexible conduits shall also be suitably clamped at each end with the
help of bushings. Bushings shall have rounded edges so as not to damage the cables.

13.27.10 Where embedded conduits turn upwards from a slab or fill, the termination
dimensions shown on the drawings, if any, shall be taken to represent the position of
the straight extension of the conduit external to and immediately following the bend.
At least one half of the arc length of the bend shall be embedded.

13.27.11 All conduits/pipes shall have their ends closed by caps until cables are pulled. After
cables are pulled, the ends of conduits/pipes shall be sealed in an approved manner to
prevent damage to threaded portions and entrance of moisture and foreign material.

13.27.12 For underground runs, Contractor shall excavate and back fill as necessary.

13.27.13 Contractor shall supply, unload, store and install conduits required for the lighting
installation as specified. All accessories/fittings required for making the installation
complete, including but not limited to pull out boxes, ordinary and inspection tees
and elbow, checknuts, male and female bushings (brass or galvanised steel), caps,
square headed male plugs, nipples, gland sealing fittings ,pull boxes, conduits
terminal boxes, gaskets and box covers, saddle terminal boxes, and all steel
supporting work shall be supplied by the Contractor. The conduit fittings shall be of
the same material as conduits.

13.27.14 All unarmoured cables shall run within the conduits from lighting panels to lighting
fixtures, receptacles etc.

13.27.15 Size of conduit for lighting shall be selected by the Contractor during detailed
engineering.

13.27.16 Exposed conduits shall be run in straight lines parallel to building columns, beams
and walls. Unnecessary bends and crossings shall be avoided to present a neat
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-39

appearance.

13.27.17 Conduit supports shall be provided at an interval of 750mm for horizontal runs and
1000mm for vertical runs.

13.27.18 Conduit supports shall be clamped on the approved type spacer plates or brackets by
saddles or U- bolts. The spacer plates or brackets in turn, shall be securely fixed to
the building steel by welding and to concrete or brick work by grouting or by nylon
rawl plugs. Wooden plug inserted in the masonary or concrete for conduit support is
not acceptable.

13.27.19 Embedded conduits shall be securely fixed in position to preclude any movement. In
fixing embedded conduit, if welding or brazing is used, extreme care should be taken
to avoid any injury to the inner surface of the conduit.

13.27.20 Spacing of embedded conduits shall be such as to permit flow of concrete between
them.

13.27.21 Where conduits are placed alongwith cable trays, they shall be clamped to supporting
steel at an interval of 600mm.

13.27.22 For directly embedding in soil, the conduits shall be coated with an asphalt-base
compound. Concrete pier or anchor shall be provided wherever necessary to support
the conduit rigidly and to hold it in place.

13.27.23 Conduit shall be installed in such a way as to ensure against trouble from trapped
condensation.

13.27.24 Conduits shall be kept, wherever possible, at least 300mm away from hot pipes,
heating devices etc. when it is evident that such proximity may reduce the service
life of cables.

13.27.25 Slip joints shall be provided when conduits cross structural expansion joints or where
long run of exposed conduits are installed, so that temperature change will cause no
distortion due to expansion or contrion of conduit run.

13.27.26 For long conduit run, pull boxes shall be provided at suitable intervals to facilitate
wiring.

13.27.27 Conduit shall be securely fastened to junction boxes or cabinets, each with a lock nut
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-40

inside and outside the box.

13.27.28 Conduits joints and connections shall be made thoroughly water-tight and rust proof
by application of a thread compound which insulates the joints. White lead is
suitable for application on embedded conduit and red lead for exposed conduit.

13.27.29 Field bends shall have a minimum radius of four (4) times the conduit diameter. All
bends shall be free of kinks, indentations of flattened surfaces. Heat shall not be
applied in making any conduit bend. Separate bends may be used for this purpose.

13.27.30 The entire metallic conduit system, whether embedded or exposed, shall be
electrically continuous and thoroughly grounded. Where slip joints are used, suitable
bounding shall be provided around the joint to ensure a continuous ground circuit.

13.27.31 After installation, the conduits shall be thoroughly cleaned by compressed air before
pulling in the wire.

13.27.32 Lighting fixtures shall not be suspended directly from the junction box in the main
conduit run.

14.0 JUNCTION BOX

a) The Contractor shall supply and install junction boxes complete with
terminals as required. The brackets, bolts, nuts, screws etc required for
erection are also included in the scope of the Contractor.
b) Junction boxes having volume less than 1600 cubic centimeters may be
installed without any support other than that resulting from connecting
conduits where two or more rigid metallic conduits enter and accurately
position the box. Boxes shall be installed so that they are level, plumb and
properly aligned to present a pleasing appearance.
c) Boxes with volumes equal to or greater than 1600 cubic cm, and smaller
boxes terminating on less than two rigid metallic conduits or for other
reasons not rigidly held, shall be adequately supported by auxiliary steel of
standard steel shapes or plates to be fabricated and installed. The Contractor
shall perform all drilling, cutting, welding, shimming and bolting required for
attachment of supports.

15.0 TESTING AND COMMISSIONING

15.1 An indicative list of tests for testing and commissioning is given below. Contractor
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-41

shall perform any additional test based on specialities of the items as per the field
Q.P./instructions of the equipment Contractor or Owner without any extra cost to the
Owner. The Contractor shall arrange all equipments instruments and auxiliaries
required for testing and commissioning of equipments alongwith calibration
certificates and shall furnish the list of instruments to the Owner for approval.

15.2 GENERAL CHECKS

(a) Check for physical damage.


(b) Visual examination of zinc coating/plating.
(c) Check from name plate that all items are as per order/specification.
(d) Check tightness of all bolts, clamps and connecting terminals using torque
wrenches.
(e) For oil filled equipment, check for oil leakage, if any. Also check oil level
and top up wherever necessary.
(f) Check ground connections for quality of weld and application of zinc rich
paint over weld joint of galvanised surfaces.
(g) Check cleanliness of insulator and bushings.
(h) All checks and tests specified by the manufacturers in their drawings and
manuals as well as all tests specified in the relevant code of erection.
(i) Check for surface finish of grading rings (Corona control ring).
(j) Pressure test on all pneumatic lines at 18.5 times the rated pressure shall be
conducted.

15.3 STATION EARTHING

a) Check soil resistivity


b) Check continuity of grid wires
c) Check earth resistance of the entire grid as well as various sections of the
same.
d) Check for weld joint and application of zinc rich paint on galvanised
surfaces.
e) Dip test on earth conductor prior to use.

15.4 AAC/ ACSR STRINGING WORK, TUBULAR BUS WORK AND POWER
CONNECTORS

a) Physical check for finish


b) Electrical clearance check
c) Testing of torque by torque wrenches on all bus bar power connectors and
Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 27 – Switchyard Erection Page 27-42

other accessories.
d) Millivolt drop test on all power connectors.
e) Sag and tension check on conductors.

15.5 ALUMINIUM TUBE WELDING

a) Physical check
b) Millivolt drop test on all joints.
c) Dye penetration test & Radiography test on 10% sample basis on weld joints.
c) Test check on 5% sample joints after cutting the weld piece to
observe any voids etc.

15.6 INSULATOR

Visual examination for finish, damage, creepage distance etc.

15.7 All pre/commissioning invitees and works for substation equipment shall be carried
out in accordance with owner's ''Pre- Commissioning procedures and formats for
substation bay equipments" by the contractor. This document shall be provided to the
successful Contractor during detailed engineering stage.

Bidding Document for ICB-DL-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-1

CHAPTER - 28
CIVIL AND ARCHITECTURAL SUBSTATION WORKS
1. GENERAL
This specification covers the general requirements for exploration, design, manufacture,
factory test, supply, construction and field testing of civil and architectural works, air-
conditioning system in the control buildings of the substations.
The Contractor shall perform all the works to meet the requirements of these Specifications,
the attached drawings and all the relevant Articles in these Contract Documents.
Contractor shall make the arrangement of water supply for construction work as well as for
future use also.

1.1 STANDARD AND REFERENCES


All equipment, materials, fabrication and tests under these Specifications shall conform to
the latest applicable standards, manuals and Specifications contained in the following list or,
to equivalent applicable standards, manuals and Specifications, established and approved in
the country of manufacturer, and approved as equal by Employer.
ACI American Concrete Institute
AISC American Institute of Steel Construction
ANSI American National Standard Institute
ASCE American Society of Civil Engineers
ASTM American Society for Testing Materials
AWS American Welding Society
JIS Japanese Industrial Standards
DIN Deutsches Institute fürNormung
Any details not specifically covered by these standards and specifications shall be subject to
approval of Employer. In the event of contradictory requirements between the standards and
these Specification requirements, the terms of the Specifications shall apply.
Unless specifically mentioned, reference to standards and specifications or to equipment and
materials of the particular manufacture shall be considered as followed by "or equivalent".
The Contractor may propose equivalent specifications, materials or equipment, which shall
be equal in every respect to that specified. If the Contractor, for any reason, proposes
equivalents to or, deviates from, the above standard, he shall state the exact nature of the

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-2

change and shall submit complete specifications of the materials, as well as copies of
pertinent standards, for the approval of Employer and decision of Employer in the matter of
quality shall be final.

1.2 SCOPE OF WORKS


The following works shall be carried out at proposed 132/33/11 kV Loharpatti substation
and existing Dhalkebar Substation so as to complete the civil and architectural works in all
respects, as required for the proper functioning of the substation.
- All offices, housing facilities, plants and equipment, temporary structures and works,
temporary construction and access roads and everything else which will be used or
needed for the performance of the works, including the air-conditioning of the control
building including control room and office room(s) shall be considered part of the
Contract.
Together with the bid, the Bidder shall submit a drawing showing the overall layout of
the proposed site installation. A final layout for site installation shall be prepared by the
Contractor and approved by Employer before commencement of any construction.
- Site clearing and stripping
- Site grading
- Design, manufacture, supply, installation and testing of substation steel structures
- Design, construction of RCC Foundations for steel structures, equipment and lighting
fixtures
- Design and construction of approach roads
- Construction of cable trench system, conduit, duct bank and hand hole
- Construction of crushed rock surfacing and anti-weed protection.
- Construction of drainage system
- Design and Construction of Control Building
- Design, supply and construction of water supply and sanitary system
- Design, supply and installation of firefighting system
- Design, supply, installation and construction of ventilation and air conditioning
equipment/units in the control buildings.
- Design, supply and installation of Illumination systems for all compound periphery and
buildings.
- Design and supply of furniture and miscellaneous indoor facilities for buildings.
- Supply and installation of miscellaneous outdoor facilities

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-3

- Design and construction of protection works if required


- Design and construction of switchyard fence and gate.
- Geotechnical Exploration Works including soil resistivity test
- All associated other items not specified above but required as per bid forms & price
schedule to complete all civil works of the substation.

1.3 Working Schedule


A binding graphical working schedule with an explanatory report shall be submitted before
the construction period. The working schedule and any amendments to it during the
construction period will require Employer's approval.

2. CLEARING AND STRIPPING


2.1 General
Clearing shall include removal and disposal of all tress, bushes, down timber, tree roots,
debris, posts, fences, houses and boulders exposed outside ground, etc. out of the
construction sites. It shall also include the demolition of any indicated structures and other
obstructions from the areas to be occupied by permanent Works of the Contract, and as
indicated on the drawings or as directed by the Employer.
Stripping shall include cutting of 150 mm topsoil, leveling and all other related works to
strip off the substation sites. Topsoil approved by the Employer shall be stockpiled for use in
the finish grading and seeding work. Stockpiled topsoil shall be free from trash, vegetation,
or other debris. The Contractor's scope shall include stripping of the complete substation
area.
The Contractor may use Facilities available at the site unless and until the object disturbs to
complete the specified works. The Contractor shall remove all unused and unnecessary
material from the site with prior consent of the Employer.

2.2 Protection
The Contractor shall be responsible for prevention of damage to structures and other objects,
which are not included in the clearing work. No objects of any kind outside the indicated
limits of the work shall be removed or damaged. The Contractor shall protect existing
utilities, which are not specifically included in the work. The Contractor shall be responsible
for employment of safe methods of demolition and clearing.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-4

2.3 Payment:
Payment for the Contract item "Clearing and Stripping" will be made at the unit / lump sum
price bid. Therefore, in the Price Schedule, the unit / lump sum price shall include full
compensation for all costs incurred in performing the clearing and stripping, including but
not limited to, removal and disposal of houses, fences, bushes, splash, roots and debris; and
stripping, cutting, stockpiling and disposal of topsoil, exposed rocks or unsuitable earth
material etc.

3. SITE GRADING, COUNTOUR SURVEY


A Survey Work and Site Grading Work for Substation
Site shall be cleared, surveyed and levelled/sloped by the contractor as per approved general
arrangement drawing or levelling area decided during detailed engineering after award of
work.
Work covered under this clause comprises the site clearance, survey work/setting out and
making profiles (preparation of plot plan, setting up Bench Mark and taking spot levels at
05m x 05 m interval, preparation of contour plan with contour interval of 0.50 m), Earth
work in Excavation & filling in specified area with all lifts and leads and earth work in
filling with borrowed earth with all leads and lifts (Borrow areas including payment of
royalty for borrowed earth shall be arranged by the contractor at his own cost). During
detailed engineering stage, the contractor will prepare the levelling proposal for optimum
levelling and submit to NEA for approval. Contractor shall submit the hard copy and
editable soft copy of levelling proposal (levelling quantity calculation in Excel form and
levelling drawing in Auto CAD) to NEA for approval.
The land for construction of substation will be handed over to the successful bidder as on
where basis progressively after award of work. The contractor shall carry out survey work
by taking spot level at 05 m x 05 m grid interval with respect to temporary bench mark
transferred from permanent bench mark in the locality if available either on bridge,
government buildings of local authorities or any other permanent structure. The contractor
shall submit the spot levels (in grid format) in editable soft copy in excel format and contour
map with contour interval of 0.5 m in editable auto cad soft drawing.
The contractor will level the area required for construction of substation work either at
single level, multi-level or gradual slope with the finished ground level as approved by NEA
during detailed engineering based on highest flood level. The levelling area shall be decided
by NEA during detailed Engineering stage.
The layout and levels of all structure etc. shall be made by the Contractor at his own cost
from the general grids of the plot and benchmarks set by the Contractor and approved by

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-5

NEA. The Contractor shall provide all assistance in instruments, materials and personnel to
NEA for checking the detailed layout and shall be solely responsible for the correctness of
the layout and levels.
3.1 Scope
This clause covers clearance of site, contour survey, site levelling, maintaining finished
ground level by cutting/filling in all types of soil and soft/ disintegrated rock, supplying and
compaction of fill material if required. Cutting/felling of trees and their disposal has not
been envisaged under the present scope.
The Contractor shall provide and compact fill materials within the limits of the work to the
lines, grades and elevations to be specified by the Employer. The Contractor shall provide
details of filling materials to the Employer for approval. Site grading shall also include
cutting of slopes. Site grading shall also cover areas as directed by the Employer including
that for future bays. Each level shall be plain throughout. The Contractor shall submit detail
calculations of cut and fill areas and total volume.
3.2 Common Fill
The Contractor may use fill materials available from cut areas, if suitable. This material
shall be well-graded bank run gravel, relatively free from clay, loam or vegetable matter and
with no stones over 10 cm in maximum dimensions, or material of equivalent strength and
characteristics. Representative samples from proposed borrow sources shall be submitted to
the Employer for approval. Approval of borrow source shall not mean automatic approval of
all materials obtained from that source. All fill materials will be subject to approval of
Employer. If any material is rejected by Employer, the Contractor shall remove it from site
without any extra cost to the Employer.
3.3 The Contractor shall, at his option, use areas approved by the Employer for production of
select borrow or, at his own expense, make arrangements for obtaining select borrow at
other sources with prior approval of the Employer.
3.4 Unless otherwise specified by the Employer, compaction shall be to the following densities
at optimum moisture content, as determined by ASTM D 1557, Method-D.
(a) Fill locations and required density.
1) Under building and yard foundations 95 percent
2) Sub base for roadways 90 percent
3) All other locations 90 percent

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-6

(b) It is the Contractor's responsibility to select his method for attaining the required
compaction and obtain approval of the Employer for the proposed method. If the
method of compaction proves unsatisfactory, it is the Contractor's responsibility to
take remedial measures and obtain the approval of the Employer for the changes
made. For the compaction of fill, 10 ton vibrating roller is preferable.
(c) The Employer reserves the right to have compaction tests performed by an
independent laboratory, with all testing costs borne by the Contractor. Any additional
compaction or replacement of fill required to meet the specified density, as
evidenced by the tests, shall be done by and at the expenses of the Contractor.
(d) Failure of the compacted fill to reach the required density as evidenced by these
tests, shall be the cause of rejection by the Employer of the work in the affected
area(s). Unless the Contractor can rework and compact the fill to the required
density, he shall remove the fill in the areas affected. Subsequently the Contractor
shall replace the fill material, which he can compact to the required density.
(e) Compaction shall be carried out in layer wise, each layer not exceeding 300 mm
loose thickness.

3.5 Payment:
Measurements for payment for the Contract item "Site Grading" shall be cubic meters of site
grading, filled of bank run gravel furnished and placed in accordance with the
Specifications, as shown on drawings, or as directed by the Employer.
Payment for the Contract item "Site Grading" will be made at the unit price for cubic meter
bid. Therefore, in the Price Schedule, the unit price shall include full compensation for all
costs incurred in furnishing all materials and all other operations related to fill including but
not limited to:
(a) Obtaining materials from cutting zone of switchyard as well as from the Employer's
approved source.
(b) Transporting materials to job site from source, to temporary stockpiles and/or points of
final disposition.
(c) Placing and compacting material.
(d) Leveling the top surface of both cut and fill areas to the finished grade.
No payment will be made for any site grading on cut areas.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-7

4. GEOTECHNICAL INVESTIGATION
4.1 GENERAL
The Contractor shall perform a detailed soil investigation to arrive at sufficiently accurate,
general as well as specific information about the soil profile and the necessary soil
parameters of the site in order that the foundation of the various structures can be designed
and constructed safely and rationally.
A detailed soil report including field data duly certified by site engineers of NEA will be
submitted by the Contractor for specific approval of NEA. The report shall contain all soil
parameters for type of foundation i.e. pile or open type, soil treatment if any etc. to be used
for the design of civil foundations.
The Contractor may visit the site to ascertain the soil parameters. Any variation in soil data
shall not constitute a valid reason for any additional cost & shall not affect the terms &
conditions of the contract. Field tests must be conducted covering entire substation area
including all the critical locations i.e. Control Room and other Buildings, Lightning Mast,
Towers, transformers etc.

4.2 SCOPE OF WORK


This specification covers all the work required for detailed soil investigation and preparation
of a detailed report. Geotechnical investigation works shall be done in not less than 7
(seven) locations at Loharpatti and not less than 2 (Two) locations evenly distributed over
the substation compound area. The work shall include mobilisation of necessary equipment,
providing necessary engineering supervision and technical personnel, skilled and unskilled
labour etc. as required to carry out field investigation as well as, laboratory investigation,
analysis and interpretation of data and results, preparation of detailed Geo-technical report
including specific recommendations for the type of foundations and the allowable safe
bearing capacity for different sizes of foundations at different founding strata for the various
structures of the substation. The Contractor shall make his own arrangement for locating the
co-ordinates and various test positions in field as per the information supplied to him and
also for determining the reduced level of these locations with respect to the benchmark
indicated by the NEA. All the work shall be carried out as per latest edition of the
corresponding relevant IS/ BS/ equivalent International Standards. The Agency carrying out
the soil investigation work must have the experience of carrying out soil investigation
successfully in the relevant field. NEA shall assess the capability of the agency for soil
investigation work for which technical inputs may be furnished to NEA.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-8

4.2.1 Bore Holes


Bore holes of Minimum 150 mm diameter in accordance with the provisions of relevant IS/
BS/ equivalent International Standards at the rate of minimum one number bore hole per
hectare up to 20 meter depth (Minimum) or to refusal which ever occur earlier shall be
drilled for new areas (132 kV Yards and 33 kV yards wherever applicable). In any case
number of boreholes shall not be less than five. By refusal it shall mean that a standard
penetration blow count (N) of 100 is recorded for 30 cm penetration. Number of boreholes
may be increased in case soil strata are varying from borehole to borehole in order to have
fair idea of soil profile. In case of deep pile foundations soil investigation is to be carried out
up to 25 m depth from ground level or refusal whichever is earlier. In case rock is
encountered, coring in all the boreholes shall be carried out up to 3 meter in rock.
Standard Penetration Tests shall be performed at approximately 1.5 m interval in the
borehole starting from 1.5 m below ground level onwards and at every change of stratum.
The disturbed samples from the standard penetrometer shall also be collected for necessary
tests. Standard Penetration Test shall be performed as per relevant IS/ BS/ equivalent
International Standards.
Undisturbed samples shall be collected in accordance with the recommendation of relevant
IS/ BS/ equivalent International Standards. Or an alternative recognize method as agreed by
NEA. Undisturbed samples shall be taken in cohesive material or weak cemented granular
material where ever possible at 1.0 m interval or at each change in stratum.
The depth of Water Table, if encountered, shall be recorded in each borehole. In case the
soil investigation is carried out in winter/summer, the water table for rainy season shall be
collected from reliable sources and recorded in the report.
All samples, both disturbed and undisturbed, shall be identified properly with the borehole
number and depth from which they have been taken.
The sample shall be sealed at both ends of the sampling tubes with wax immediately after
the sampling and shall be packed properly and transported to the Contractor’s laboratory
without any damage or loss.
The logging of the boreholes shall be compiled immediately after the boring is completed
and a copy of the bore log shall be handed over to the Engineer-in-change.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-9

4.2.2 Trial Pits


The Contractor shall excavate two number trial pits for substation as and where directed by
NEA, of Plan area 10 sq. m and not exceeding 4 m depth. Undisturbed samples shall be
taken from the trial pits as per the direction of the NEA. All Trial Pits shall be re-filled with
approved material after the tests are complete and shall be compacted in layers of not more
than 500 mm.

4.2.3 Plate load test


Two number of Plate load tests shall be conducted each at the location of control room /
Staff quarter, Guard and store building area as applicable only to determine the bearing
capacity, modulus of sub grade reaction and load/settlement characteristics of soil at shallow
depths by loading a plane and level steel plate kept at the desired depth and measuring the
settlement under different loads, until a desired settlement takes place or failure occurs. The
specification for the equipment and accessories required for conducting the test, the test
procedure, field observations and reporting of results shall conform to relevant IS/ BS/
equivalent International Standards. Plate load test shall be performed at the proposed
foundation depth below finished ground level for bearing capacity.
Undisturbed tube samples shall also be collected from the pit at 1.0 m depth and bottom of
pit from natural ground level for carrying out laboratory tests.
The size of the pit in plate load test shall not be less than five times the plate size and shall
be taken up to the specified depth. All provisions regarding excavation and visual
examination of pit shall apply here.
Unless otherwise specified the reaction method of loading shall be adopted. Settlement shall
be recorded from dial gauges placed at four diametrically opposite ends of the test plate.
The load shall be increased in stages. Under each loading stage, record of Time vs.
Settlement shall be kept as specified in relevant IS/ BS/ equivalent International Standards.
Backfilling of the pit shall be carried out as per the directions of the NEA. Unless otherwise
specified the excavated soil shall be used for this purpose. In cases of gravel-boulder or
rocky strata, respective relevant codes shall be followed for tests.

4.2.4 Water Sample


Representative samples of ground water shall be taken when ground water is first
encountered before the addition of water to aid drilling of boreholes. The samples shall be of

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-10

sufficient quantity for chemical analysis to be carried out and shall be stored in air-tight
containers.

4.2.5 Back Filling of Bore Holes


On completion of each hole, the Contractor shall backfill all bore holes as directed by the
NEA. The backfill material can be the excavated material.

4.2.6 Laboratory Test


The laboratory tests shall be carried out progressively during the field work after sufficient
number of samples has reached the laboratory in order that the test results of the initial bore
holes can be made use of in planning the later stages of the field investigation and quantum
of laboratory tests.
All samples brought from field, whether disturbed or undisturbed shall be extracted/prepared
and examined by competent technical personnel, and the test shall be carried out as per the
procedures laid out in the relevant IS/ BS/ equivalent International Standards.
The following laboratory tests shall be carried out
i. Visual and Engineering Classification
ii. Atterberg’s limits Tests.
iii. Natural moisture content, bulk density and specific gravity.
iv. Grain size distribution analysis.
v. Swell pressure and free swell index determination.
vi. California bearing ratio.
vii. Consolidated drained test with pore pressure measurement.
viii. Chemical tests on soil and water to determine the carbonates, sulphates, nitrates,
chlorides, PH value, and organic matter and any other chemical harmful to the
concrete foundation.
ix. In case rock is encountered, the soil test required for rock as per relevant IS/ BS/
equivalent International Standards including following tests shall also be conducted.
a. UCC test. b. Point load index test.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-11

4.2.7 Test Results and Reports


The Contractor shall submit the detailed report in two (2) copies wherein information
regarding the geological detail of the site, summarized observations and test data, bore logs,
and conclusions and recommendations on the type of foundations with supporting
calculations for the recommendations. The contractor shall also submit the bearing capacity
calculation in editable soft copy to NEA. Initially the contractor shall submit draft report and
after the draft report is approved, the final report in two (2) copies shall be submitted. The
field and laboratory test data shall bear the signatures of the Investigation Agency,
Contractor and also site representative of NEA.
The report shall include, but not limited to the following:-
i. A plan showing the locations of the exploration work i.e. bore holes, trial pits. Plate
load test, electrical resistivity test, CBR sample location etc.
ii. Bore Logs: Bore logs of each bore holes clearly identifying the stratification and the
type of soil stratum with depth. The values of Standard Penetration Test (SPT) at the
depths where the tests were conducted on the samples collected at various depths
shall be clearly shown against that particular stratum.
iii. Test results of field and laboratory tests shall be summarised strata wise as well in
combined tabular form. All relevant graphs, charts tables, diagrams and photographs,
if any, shall be submitted along with report. Sample illustrative reference
calculations for settlement, bearing capacity, pile capacity shall be enclosed.
Recommendations: The report should contain specific recommendations for the type of
foundation for the various structures envisaged at site. The Contractor shall acquaint himself
about the type of structures and their functions from the NEA. The observations and
recommendations shall include but not limited to the following:
i. Geological formation of the area, past observations or historical data, if available, for
the area and for the structures in the nearby area, fluctuations of water table etc.
ii. Recommended type of foundations for various structures. If piles are recommended
the type, size and capacity of pile and groups of piles shall be given after comparing
different types and sizes of piles and pile groups.
iii. Allowable bearing pressure on the soil at various depths for different sizes of the
foundations based on shear strength and settlement characteristics of soil with sup-
porting calculations. Minimum factor of safety for calculating net safe bearing
capacity shall be taken as 3.0 (three). Recommendation of liquefaction
characteristics of soil if applicable shall be provided.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-12

iv. Recommendations regarding slope of excavations and dewatering schemes, if


required.
v. Comments on the Chemical nature of soil and ground water with due regard to
deleterious effects of the same on concrete and steel and recommendations for
protective measures.
vi. If expansive soil is met with, recommendations on removal or retainment of the same
under the structure, road, drains, etc. and thickness of treatment shall be given. In the
latter case detailed specification of any special treatment required including
specification or materials to be used, construction method, equipments to be
deployed etc. shall be furnished. Illustrative diagram of a symbolic foundation
showing details shall be furnished.
vii. Recommendations for additional investigations beyond the scope of the present
work, if considered such investigation as necessary.
viii. In case of foundation in rocky strata, type of foundation and recommendation
regarding rock anchoring etc. should also be given.

4.3 ELECTRICAL RESISTIVITY TEST


This test shall be conducted to determine the Electrical resistivity of soil required for
designing safety-grounding system for the entire station area. The specifications for the
equipments and other accessories required for performing electrical resistivity test, the test
procedure, and reporting of field observations shall confirm to relevant IS/ BS/ equivalent
International Standards. The test shall be conducted using Wagner’s four electrode method
as specified in relevant IS/ BS/ equivalent International Standards. Unless otherwise
specified at each test location, the test shall be conducted along two perpendicular lines
parallel to the coordinate axis. On each line a minimum of 8 to 10 readings shall be taken by
changing the spacing of the electrodes from an initial small value of 0.2 m up to a distance
of 50.0 m.

5. DESIGN OF CIVIL WORKS.


The contractor shall conduct topographical survey for design work. Cost for topographical
survey shall be included in other item. On the basis of the report, topographical survey map
and study carried out by himself the Contractor shall perform detailed design for each
structure and foundation described in scope of work on the basis of the design criteria and
codes or regulations of international standards.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-13

Prior to proceeding with the design work, design conditions or design values which shall
include other allowable stress, safety factor, load conditions and applicable standards, shall
be approved by the Employer.
The Contractor shall submit to the Employer for approval the Contractor's drawing,
structural and other calculation sheets, bill of materials, construction method and schedule
for the construction of civil works.
In case modification of detailed design of civil work is required, the Contractor shall
promptly inform the Employer and shall submit modified drawings to the Employer for
approval.
No separate or direct payment will be made to the Contractor for design works. All costs
incurred in connections therewith shall be included in the unit/lump sum bid prices for the
construction of various structures, foundations, etc.

6. CRUSHED ROCK SURFACING


6.1 General
The work shall consist of surfacing course, composed of crushed rock, spread uniformly on
the whole switchyard area as shown on the approved drawings in two layers in accordance
with lines, grades, cross section and as directed by the Employer.
The Contractor shall furnish, deliver, deposit and spread crushed stone on the switchyard
and control building area. The crushed stone shall be crushed granite, gneiss or equal, 25mm
to 60mm size and bladed dense but not compacted. The Contractor shall spread crushed
stone over already properly prepared sub-surfaces. The cover shall be 150mm thick.
Chemical Compound. The Contractor shall provide technical specification of the chemicals
to be used to prevent the growth of grass and weeds shall be as approved by the Employer.
The Contractor shall submit plan for applying chemicals for prior approval.

6.2 Construction Method.


a. The preparation of the area to spread crushed rock surfacing shall be done in such a way
as to clear of all grass, weeds, roots and all other objectionable materials.
b. Prior to shaping and compacting, the first spraying of chemical compound shall be
carried out uniformly by hand pouring. The compaction shall be performed by
mechanical compactor.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-14

c. After compaction, the second spraying of chemical compound shall be done and
allowed at least 24 hours before the first application of surfacing is spread thereon. In
case of rain during spraying, the chemical compound shall be re-sprayed.
d. The first application of surfacing shall be spread uniformly with a layer of 1/2 inches
(13mm) size aggregate approximately 40mm thick.
e. After the first application of surfacing has been applied, the third spraying of chemical
compound shall be taken on the layer of 1/2 inches (13mm) size aggregate. However,
the chemical compound shall be re-sprayed in case of rain during spraying.
f. The aggregate for the second application of surfacing shall be composed of one part of
1 inch (25mm) size aggregate and two parts of 2 inches (50mm) size aggregate by loose
volume and shall be mixed on the switchyard area before spreading. The thickness of
the second application shall be 60mm to furnish a total thickness of 100mm of
surfacing.
g. After spreading of second surfacing, the fourth spraying of chemical compound shall be
applied throughout the whole area of surfacing. As in previous sprayings, the
application of chemical compound shall be re-taken in case of rain during spray. The
thickness of the third course surfacing shall be 50mm to furnish a total thickness of
150mmof the surfacing.

6.3 Payment
Measurements for payment for Contract item "Crushed Rock Surfacing" shall be on square
meters of crushed stone furnished and placed in accordance with Specifications, as shown
on the drawings or as directed by the Employer and shall be measured net by deducting area
covered by permanent structure and fixtures.
Payment for the Contract item "Crushed Rock Surfacing" will be made at the unit price per
square meter bid. Therefore, in the Price Schedule, unit price shall include full compensation
for all costs incurred in furnishing all materials and all other operations related to the fill
including but not limited to:
a) Obtaining and application of chemicals
b) Obtaining materials (crushed rock) from the Employer's approved source
c) Transporting materials to job site from source, to temporary stockpiles and/or to point
of final disposition
d) Placing and spreading material

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-15

7. FOUNDATION AND CONCRETE WORK


7.1 Foundation Works
7.1.1 General Requirement
The design of the foundation for all the substation steel structures, electro mechanical
equipment, support structures and control buildings to be constructed shall be the
responsibility of the Contractor. All designs and details shall be subject to the approval of
Employer and shall be executed in the mother soil, not in filling soil. Approval of designs
by Employer in no way relieves the Contractor of responsibility for an inadequate
foundation design.
Design loads
Foundations shall be designed for actual working loads applied to the foundations by the
equipment and structures. The foundations shall be designed to resist all vertical and lateral
forces, uplift forces, overturning moments and any other forces with a minimum factor of
safety of 2.0.

Bearing loads
The Contractor shall use an ultimate soil bearing pressure of 2.0 kg/sq.cm for the design of
the foundation for the purpose of bidding, but this is only reference value. After award of the
Contract, the Contractor shall carryout geotechnical exploration works based on which the
RCC foundations shall be designed by the Contractor. There may be variation in the volume
of work in final design as compared to the bidding design, for which the Contractor will not
get any extra payment.

Uplift and overturning loads


The uplift and overturning resistance of concrete spread footings shall be assumed as the
weight of a volume of earth in the form of an inverted frustum of a cone or pyramid. The
cone or pyramid height shall be 30 cm less than the depth from finish grade to the top of the
concrete mat, the base area shall be the top area of the mat and the top area shall be
determined by the intersection of planes starting at the mat edges and sloping outward at a
200 cone angle from the vertical and the horizontal plane 30 cm below finish grade.
Unit weights for overturning resistance

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-16

The following unit weights shall be used for design:


a) Soil .................1,200kg/m3
b) Concrete .........1,600kg/m3

Oil Containment
The transformer foundations shall be designed with oil containment systems meeting the
following requirements:
Total Capacity – 100 percent of total transformer oil
Calculated Volume – Based on void ratio of stone fill
Stone Fill – Stone fill shall consist of crushed granite, gneiss of equal 50 to 75 mm in size.
Water drainage shall be provided to connect the oil containment to the oil sump of
appropriate size and overflow from the oil sump shall be connected to the switchyard
drainage system in accordance with the drawings and as directed by the Employer/Engineer.
No separate or direct payment will be made to the Contractor for oil containment, oil sump
and fire walls. All costs incurred in connection therewith shall be included in the unit price
for the concrete foundation for 63 MVA Power Transformers.

7.1.2 Details.
Detail Calculation. Detail calculations for each type of foundation shall be submitted to the
Employer for approval. Such details shall show the following requirements:
1. Calculation of loads acting on foundation under different conditions.
2. Calculated safety factor for each type of stability and condition.
3. Maximum stresses in concrete and in steel reinforcement at any critical section.

Line and Grade


The Contractor shall provide all lines and grades or elevation of the ground at each footing
and set the necessary stakes that are required for the work and will be held responsible for
their accuracy. Employer may check lines and levels set by the Contractor from time to time,
but the responsibility for their accuracy shall rest entirely on the Contractor.

Detail Drawings.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-17

Details of each type of foundation submitted for Employer's approval shall be as shown on
the approved design drawings and shall conform to the requirements described hereafter. No
change shall be made without the written approval of Employer. The detail drawings shall at
least include:
1. Detail dimensions of foundation.
2. Detail dimensions of anchor bolts, template settings etc in the foundations.
3. Details of placing of all reinforcing steel which shall conform to the Building Code
Requirements for Reinforced Concrete (ACI 318) and the Manual of Standard
Practice of Detailing Reinforced Concrete Structure (ACI 315) unless otherwise as
specified herein.
4. Details of type, size and length of each reinforcing steel including details of bar
bending schedule.

7.2 Earth Works

7.2.1 Excavation
Excavation shall conform to the dimensions and elevations as shown on the approved
drawings. The general cut slope shall not be steeper than 1: 1.5; however, where the
Contractor shall not excavate the slope to satisfy the condition above, temporary supports to
the sides of excavations shall be required by means of timbering, sheet piling or shoring.
When foundations rest on an excavated surface other than rock, special care shall be taken
not to disturb the bottom of the excavation. When subsoil for foundations become mucky on
top due to construction operation or any other reason, such subsoil shall be removed and
replaced by one or more layers of compacted sand or compacted crushed rock, as directed
by the Employer.
Excavated materials, suitable for use as backfill, shall be deposited by the Contractor in
storage piles at the area approved by the Employer. However, surplus excavated materials
shall also be hauled and transported to the disposal area designated by the Employer.

Payment:
No separate or direct payment will be made to the Contractor for earthwork in excavation of
foundation works. All costs incurred in connection therewith shall be included in the unit bid
prices for the construction of the various foundations and other civil works.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-18

7.2.2 Dewatering
This specification covers the general requirements of dewatering excavations in general. All
excavations shall be kept free of water. Grading in the vicinity of excavations shall be
controlled to prevent surface water running into excavated areas.
The Contractor shall remove, by pumping or other means approved by the Employer, any
water inclusive of rainwater and subsoil water accumulated in excavation and keep all
excavations/trenches free of water required for further work.
The Employer shall approve the method of pumping; but in any case, the pumping
arrangement shall be such that there shall be no movement of subsoil or blowing in due to
differential head of water during pumping. Pumping arrangements shall be adequate to
ensure no delays in construction.
When there is a continuous inflow of water and quantum of water to be handled is
considered, in the opinion of the Employer, as large, well point system (dewatering), single
stage or multistage shall be adopted. The Contractor shall submit to the Employer his
scheme of well point system including the stages, the spacing number and diameter of well-
points, headers, etc., and the number, capacity and location of pumps for approval.

Payment:
No separate or direct payment will be made to the Contractor for dewatering of foundation
works. All costs incurred in connection therewith shall be included in the unit bid prices for
the construction of the various foundations and other civil works.

7.2.3 Timber shoring


This specification covers the general requirements of timber shoring for open excavations
for structure foundations.
Close timbering shall be done by completely covering the sides of the pits generally with
short, upright members called polling boards. These shall be of minimum 250mm x 400mm
sections or as directed by the Employer.
The boards shall generally be placed in position vertically side by side without any gap on
each side of the excavation and shall be secured by horizontal walling of strong wood at
maximum 1.2 meters spacing, strutted with bellies or as directed by the Employer. The
length of the belly struts shall depend on the excavation and supported by vertical walling,

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-19

which in turn shall be suitably strutted. The lowest boards supporting the sides of the trench
or pit shall remain exposed, so as to render the earth liable to slip out.
Timber shoring shall be 'close' or 'open' type, depending on the nature of soil and the depth
of pit. The type of timbering shall be as approved by the Employer. It shall be the
responsibility of the Contractor to take all necessary steps to prevent the sides of
excavations, pits, etc., from collapsing.
Timber shoring may be required to keep the sides of excavations vertical to ensure safety of
adjoining structures, or to limit the slope of excavations, or due to space restrictions or for
other reasons. Such shoring shall be carried out, except in an emergency, only under
instructions from the Employer.

Payment:
No separate payment will be made to the Contractor for timber shoring. All costs incurred in
connection therewith shall be included in the unit bid prices for the construction of the
various foundation types and other civil works.

7.2.4 Backfill
The Contractor shall place and compact the backfill materials to the lines, grades and
dimensions to be shown on the approved drawings. The materials to be used for backfill, the
amount thereof and the manner of depositing the materials shall be approved by the
Employer.

Payment:
No separate or direct payment will be made to the Contractor for earthwork in foundations.
All costs incurred in connections therewith shall be included in the unit/lump sum bid prices
for the construction of various foundations, etc.

7.3 Concrete Works


Concrete work shall mean and include all and every concrete works, for the civil works. The
Contractor shall perform the concrete work in strict conformity to the Specification and as
directed by the Employer and shall inform Employer, at least 24 hours in advance, of the
times and places which he intends to place concrete.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-20

7.3.1 Composition of Concrete


General Mix Composition
The concrete shall be composed of cement, fine aggregate, coarse aggregate, water and
admixtures as specified. All materials shall be well mixed and brought to the proper
consistency. The mix proportions shall be as follows:
Minimum compressive strength (28 days) 210 kg/cm2
Minimum cement content 300 kg/m3
Maximum water cement ratio 0.6
Maximum slump 10 cm.
The detailed concrete mix design shall be submitted to the Employer for approval on the
basis of producing concrete, having suitable workability, consistency, density,
impermeability, durability, and required strength with concrete compressive strength test
records. If 210 kg/sq.cm., strength of 28 days, cannot be achieved with the above cement
content, more cement shall be used for which the Contractor will not receive any extra
payment.
Consistency
The detailed mix proportions shall be submitted to the Employer for approval to secure
concrete of the proper consistency and to adjust for any variation in the moisture content or
grading of the aggregate as they enter the mixer. Addition of water to compensate for
stiffening of the concrete before placing will not be permitted. Uniformity in concrete
consistency from batch to batch will be required.

Soling Layer
Soling layer of mixed gravel or pebble of 10 cm thickness shall be used under lean concrete
layer of all foundations.

Lean Concrete
Lean concrete of minimum 5 cm. thickness (7.5 cm for tower and gantries) shall be used
under all foundations with the ratio of cement: fine aggregate: coarse aggregate equal to
1:3:5 (by volume).

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-21

7.3.2 Cement
Quality
The Contractor shall furnish Ordinary Portland Cement (OPC) in fifty (50) kg net-weight
sacks. The cement for the civil work shall conform to the requirements of "Portland cement,
Type I" designated in ASTM C150.Where conditions require the use of high sulphate
resistance cement, cement conforming to the requirements of ASTM CISO Type V shall be
used without any cost to Employer.

7.3.3 Coarse Aggregate


Quality
Coarse aggregate shall conform to the requirements of ASTM C 33 and shall be either
natural gravel or manufactured coarse aggregate. Coarse aggregate shall consist of
wellshaped, clean, hard, dense, durable rock fragments and shall not contain wood chips and
any other impurities.
Grading
Coarse aggregate shall be graded for each maximum size within the standard limits specified
as follows :
Percentage passing by weight

Sieve Designation 50mm 40mm 25mm 20mm 10mm No.4 No.8

40mm & down 100 90-100 20-25 0-15 0-5

20mm & down 100 90-100 20-25 0-10 0-5

7.3.4 Fine Aggregate.


Quality
Fine aggregate shall conform to the requirements of ASTM C33 and shall be natural sand or
manufactured sand. It shall consist of clean, hard, dense and durable rock particles, free
from injurious amounts of dust, silt, stone powder, pieces of thin stone, alkali, organic
matter and other impurities.
Grading

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-22

The fine aggregate as batched shall be well graded, and when tested shall conform to the
following limits:
Sieve size Percentage Passing By Wt.
9.51mm (3/8 inch) 100
4.76 mm (No.4) 95 to 100
2.38 mm (No.8) 80 to 100
1.19 mm (No.16) 50 to 85
595 micron (No.30) 25 to 60
297 micron (No.50) 10 to 30
149 micron (No.100) 2 to 10

7.3.5 Admixture
The Contractor shall use admixture, if required, listed below in order to improve the quality
of concrete or mortar such as workability and finish ability and water tightness.
Air entraining agent ASTM C260
Water reducing and set retarding agent ASTM C494
Plasticizer
The cost of the material and all costs incidental to their use shall be included in the unit price
bid in the Price Schedule for concrete in which the materials are used.

7.3.6 Batching and Mixing


The Contractor shall provide equipment and shall maintain and operate the equipment to
produce the required quality of concrete.
When any mixer produces unsatisfactory results, the Employer may direct the Contractor to
increase the mixing time or repair the mixing blades, and the Contractor shall promptly carry
out the directions of the Employer.
The order of feeding the materials into the mixer shall be subject to approval of the
Employer. If concrete is to be mixed by hand, it shall be subject to approval of the
Employer.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-23

7.3.7 Placing of Concrete


General Conditions. Prior to placing concrete, the Contractor shall submit to the Employer
for approval the mixed proportion, the characteristics of each materials of concrete, the
concrete placing schedule, placing equipment, and method of execution of work. No
concrete shall be placed until all formwork, treatment of surface, placing of reinforcement
and other parts to be embedded have been inspected and approved by the Employer.
For each lot of concreting works, an authorization letter of concrete placing (pour
card/check list) shall be prepared and submitted, which will be authorized by the Employer
after having inspection of prerequisite of general conditions of concrete placing.
Placing of concrete shall not be permitted under the following conditions, unless specifically
approved by the Employer.
1. When it rains.
2. When illumination is imperfect for night work.
3. When vibrator is not working.
4. When the Employer orders to stop.
Preparation for Placing
Treatment of foundation surfaces. All surfaces of foundation upon or against which the
concrete is to be placed shall be cleaned and moistened thoroughly before the placing. When
concrete is placed upon or against earth foundations, the Contractor shall, in accordance
with the direction of the Employer, remove all objectionable substances such as standing
water, flowing water, fragments of wood.
Treatment of surfaces of construction joints. Prior to placing the concrete upon or against the
hardened concrete, the surface of the construction joints shall be cleaned, moistened and
removed of all defect or loose concrete, and unsound foreign materials.
Transporting and Conveying
The concrete which has elapsed more than 60 minutes after being discharged from the mixer
and/or in which slump loss exceeds 3.0 cm as it is delivered to the site for placing, shall be
disposed off at the place designated by the Employer. All such wasted concrete shall be
borne to the Contractor's account. Concrete shall be placed with a vertical drop not greater
than 1.0 m except where suitable equipment is provided to prevent segregation or where
specifically authorized.
Concrete, which has segregated during transportation, shall be re-mixed. Re-tempering of
concrete shall not be permitted.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-24

Placing
After the surface of unformed construction joint has been cleaned and the placing of
concrete has been approved by the Employer in accordance with the provisions of the
preceding Sub articles, surface of unformed construction joint shall be covered with a layer
of mortar approximately 1.5 cm thick. The Contractor shall place concrete upon the fresh
mortar before it begins to set. The mortar shall be of richer cement content than the concrete
without coarse aggregate. The cost of the mortar shall be included in the unit bid price for
the foundation lot.
Concrete shall be deposited in all cases, as nearly as practicable, directly in its final position
and shall not be caused to flow such that it will permit lateral movement or cause
segregation of the coarse aggregate, mortar or water from the concrete mass.
Consolidation
Immediately after placing, every layer of concrete shall be consolidated to the maximum
practicable density so that it closes snugly against all surfaces of reinforcement bars and
embedded fixtures and against all corners of the forms. Consolidation of concrete shall be
done by electric or pneumatic power driven, immersion type vibrators or other approved
means.

7.3.8 Concrete Construction Tolerance


Variations in alignment, grade and dimension of the structures from the established
alignment, grade and dimensions shall be remedied or removed and replaced by the
Contractor at his own expense as directed by the Employer.

7.3.9 Repair of Concrete


The Contractor shall repair at his own expense the imperfections of concrete surfaces and
the irregularities which do not meet the specified dimensions. Repairing work shall be
performed and completed within 24 hours after the removal of forms, in accordance with the
direction of the Employer.

7.3.10 Curing
Prior to placing concrete, the Contractor shall obtain Employer's approval in respect of the
method to protect and cure concrete and the facilities he proposes to use. After concrete has
been placed, it shall be protected and cured strictly in accordance with the method approved
by the Employer.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-25

All costs for the curing of concrete shall be included in the unit price bid for foundation lot.

7.3.11 Forms.
General Conditions
Forms shall be used, wherever necessary, to confine and shape the concrete to the required
lines, and as directed by the Employer. Forms shall have sufficient strength to withstand the
pressure resulting from placing and vibrating of the concrete, and shall be maintained rigidly
in positions. Forms shall be sufficiently tight to prevent loss of mortar from the concrete.
Each form shall be so prepared that each section may be removed individually without
injuring the concrete.
The costs of all labor and materials for forms and for any necessary treatment of coating of
forms shall be included in the unit price bid for foundation lot, for which the forms are to be
used. No separate payment will be made for form.

Removal of Forms. Forms shall not be removed without the approval of the Employer. As a
rule, the forms shall be removed at the following minimum times after concrete has been
placed:
Side forms of column and walls 2 days (48 Hours)
Supporting forms of floors and beams 28 days

7.3.12 Grouting
Grouting for seating structural steel members and equipment on foundations shall be non-
shrink (not-setting) Portland cement mortar grout, or a suitable commercially available
grout, at the Contractor's option. Grouting shall be done under pressure by means of an
expanding agent or by means of a static head. Proportioning and mixing of grout shall
conform to the following:
(a) Mortar grout containing aluminum powder as an expansive agent, mixture of 1 part
cement and 2 parts sand, by weight, with a water-cement ratio not exceeding 0.55.
The quantity of aluminum powder used shall be approximately 0.005 percent of the
weight of cement, the actual quantity to be determined from tests with materials to be
used, and at the temperature and under the conditions of placement. Aluminum
powder shall be blended with cement in proportions of one part powder to 50 parts
cement, by weight, and the blend shall be sprinkled over the dry batch. After all

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-26

ingredients are added, the batch shall be mixed for 3 minutes. Grout, which has not
been placed within 45 minutes, shall be wasted/rejected.
(b) In lieu of use of an expansive agent, settlement shall be reduced by extending the
mixing period or by delaying final mixture to minimize the interval between time of
placement and initial set and placement the under static header pressure. The mortar
grout shall be a mixture of one part cement and 2.5 parts sand, with a minimum
necessary, to enable placement.
Payment:
No separate or direct payment will be made to the Contractor for Grouting. All costs
incurred in connection therewith shall be included in the unit bid price for the construction
of various foundation types.

7.3.13 Tests.
The Contractor shall make all necessary tests for determining the mixed proportions of each
type of concrete, including tests of aggregates, so as to produce the concrete specified in
item 7.3.1
In order to control the quality of concrete to be placed, the Contractor shall perform the
following field tests:
Slump Test
A slump test will be made from each of the first three batches mixed each day. An additional
slump test will be made for each additional 40 cubic meters of concrete placed in any one
day. Slump will be determined in accordance with ASTM C 143.

Compression Test
Three sets of three concrete compression test cubes/ cylinders will be made each day when
concrete is placed or as directed by the Employer. One set of each group will be tested at an
age of 7 days and the other set will be tested at an age of 28 days. The third set will be an
extra set to be tested only if needed. If the compressive strength indicates a compressive
strength of less than 210 kg/sq.cm. Employer will determine what remedial measures are
necessary and the Contractor shall perform these remedial measures at his own expense.
Concrete test cubes/cylinders will be made, cured, and stored in accordance with ASTM
C31. Concrete cubes/cylinders will be tested in accordance with ASTM C39.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-27

No separate or direct payment will be made to the Contractor for tests. All costs for the tests
shall be included in the unit bid price for the construction of various foundation types.

7.4 Steel Reinforcement Works


The Contractor shall place all the reinforcement bars in the concrete structures as shown on
the approved drawings, bar bending schedules and as directed by the Employer. The
reinforcement bars shall be furnished by the Contractor.
Quality
The reinforcement bars used for the concrete structure shall be torsteel reinforcing bars and
dimensions, shapes, tensile strength, yield point, elongation and other properties, shall
conform to BS 1144 or equivalent.
Placing
Reinforcement bars shall be accurately placed and special care shall be exercised to prevent
the reinforcement bars from being displaced during the placement of concrete. Intersecting
points and splices of the reinforcement bars shall be fixed by using suitable clips or annealed
wires. The reinforcement bars in structures shall be placed and supported by use of concrete
blocks, metal spacers, metal hangers or other satisfactory devices to ensure required
coverage between the reinforcement bars and the surface of concrete. Drawings of bar
lists/schedule shall be submitted to the Employer for approval. The cost of binding wires,
cutting and placing of steel bars shall be included in the unit price bid for foundation lot.
Payment
No separate or direct payment will be made to the Contractor for Concrete Reinforcing Steel
in foundations. All costs incurred in connection therewith shall be included in the unit bid
price for the construction of the various foundation types.

7.5 Measurement for Payment for foundation works


Measurement for payment for the Contract item, "Concrete Foundation" shall be on the basis
of the actual unit/lump sum of each type of foundation constructed by the Contractor.
Payment for the Contract item "Concrete Foundations" will be made at the unit/lump sum
price per number foundation type bid. Therefore, in the Price Schedule, such unit/lump sum
price shall include full compensation for all costs incurred in furnishing all materials,
including reinforcement bars, equipment and labor and all other operations related to
Concrete Foundation design and construction, including but not limited to:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-28

a) Performing detail foundation designs and preparation of construction drawing


including bar-bending schedule
b) Supplying and transporting all foundation materials to job site
c) Excavating, dewatering, form works, providing 10cm thick soiling layer, providing
(1:3:5) lean concrete layer of required thickness, and backfilling for the foundations
and all other related operations.

8. SUBSTATION STEEL STRUCTURES

8.1 General Requirements


The major works involving steel structures are as follows:
a) Gantry structures
b) Equipment structures
The Contractor shall assume full responsibility for design and details of the steel structures
and for their satisfactory performance. All designs and details shall be subject to the
approval of the Employer. The Employer shall have the right to instruct the Contractor to
make any changes to conform to the Contract Document. Elevations of all structures to be
erected in the existing substation shall be compatible with the existing structures.
No omissions or ambiguities on the drawings or in this Specification shall relieve the
Contractor from furnishing first class materials and workmanship. Should any inaccuracies
be found, the Contractor shall notify the Employer and any further work done before these
discrepancies are corrected shall be at the Contractor's risk.

8.2 Materials
The materials shall conform to the following requirements as regards to the quality of steel
used for support members:
Item Description Unit Minimum Value
1.1 Mild steel Grade E250 to ISO630 or equivalent
(a) Tensile strength kg/mm2 24
(b) Yield strength kg/mm2 14

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-29

1.2 High strength steel Grade E350 to ISO 630 or equivalent


(a) Tensile strength kg/mm2 36
(b) Yield strength kg/mm2 20

8.3 Design of Steel Structures.


Design Methods
The stress analysis shall be conducted by the force diagram method for all type of steel
structures. Any computer program to be employed shall be prepared or approved by a
recognized institute and be submitted to the Employer.
Loading Conditions
In additions to dynamic loads imposed by equipment, steel work shall be design to withstand
simultaneously wind and other loads as follows:
Design Load
a) Wind Load
On flat Steel surface 121 Kg/m²

For Lattice Structures 121 Kg/m² on 1.71 times the


projected area of the members of one
face of the structure

On line trap, disconnecting switches 50 kg/m²

On overhead ground wire, conductors 75 kg/m²

On porcelain insulator strings and all 50 kg/m²


other sections

b) Human Load
240 kg at the center of the beam.
c) Load due to conductor and weight of equipment and accessories:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-30

Load due to the ACSR CARDINAL conductor shall be wind load, dead weight and short
circuit forces.
Weight of equipment including insulator string shall be according to actual installation.
Normal Working Condition
The normal working condition for various loads shall be deemed to work simultaneously.
The take off structures shall be subjected to a vertical uplift of 500 kg at each supporting
point of overhead ground wire and conductor. The tension for conductor and ground wire
will be 750 and 350 kg respectively and angle of deviation will be 150.
Combination of loads
The Contractor shall calculate the maximum and minimum stresses at any combinations of
loading conditions.

Safety Factors
The safety factors shall be not less than two (2) times that the normal working conditions
and 1.5 in combination with short circuit forces.
Design and Ultimate Stresses Allowed in Design
For tensile members of steel structures the design stresses shall not exceed the yield point of
materials even under test loading conditions. For compressive members, the design stresses
shall not exceed the value of the ultimate buckling stress.
Ultimate stress allowed in design shall be as follows:
Members
Buckling: As per ASCE Manuals and Reports on Engineering Practice No. 52.
Tension: less than 1.00 Fy
Bearing: Less than 1.80 Fy

Bolts
Shear: less than 0.60 Fu
Bearing: less than 1.00 Fu

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-31

Where Fy : Yield point of steel member materials


Fu : Ultimate tensile stress of bolt materials

Limit of Effective Slenderness Ratio


The effective slenderness ratio (L/r) of members shall meet the following limits:
Leg member, main compression member 120
and ground wire peaks

Other members having computed 200


compressive stresses

Secondary members without computed 250


compressive stresses

Tension member 350

Where : L : Length of the unsupported panel of member


r : Radius of gyration of members.
In determining the slenderness ratio for various members, suitable provisions shall be taken
into consideration for various types of end connections, eccentricity of load transfer in the
members etc. The unsupported length "L" shall be considered from center to center of
intersections or working lines at both ends of members. A single bolt connection shall not be
considered as offering restraint against rotation. A multiple bolt connection with minimum
two (2) bolts, properly detailed to minimize eccentricities shall be considered to offer partial
restraint, if such connection is to a member having adequate strength to resist rotation of
joint. Points of intermediate supports shall not be considered as offering full restraint to
rotation, if the same is provided only on one flange of the member.For members of double
diagonal web system which are bolted at their point of intersection, max. L/r shall be
determined from the following criteria:
'L' is the greatest distance from the point of the intersection to either of the end connections
and 'r' is the minimum radius of gyration of the member.
'L' is equal to 0.75 times the distance between the end connections and 'r' is the radius of
gyration of the member for its axis parallel to the plane of connected leg.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-32

Minimum Thickness and Size of Steel Members


Minimum thickness and size of steel members of structures shall be as follows:
Calculated members 40mm x 5mm

All other stressed members and secondary Not less than 40mm x 4mm
member

Gusset Plates Not less than 5mm

Bolts and nuts M-12 mm

In computing the net section of tension members, the diameter of the boltholes shall be
taken as 3.0 mm greater than the nominal diameter of the bolts. Net section on both straight
and zigzag sections across the members shall be as specified in ASCE or BS.

Connections
a. Bolts: All connections shall be bolted and all stressed members shall be connected by
at least one (1) bolt. For structural connections, a maximum of two bolt sizes may be
used for each tower type, provided the quantity of each size is not less than 20 per
cent of the total requirement for the tower and the bolts in any one connection are
uniform in size.
b. Splices: The number of splices shall be practically minimum. Splices shall develop
the maximum stress in member or seventy (70%) per cent of compressive strength of
gross section or tensile stress of net section. No credit shall be allowed for bearing on
abutting areas.

Design Drawings and Calculation


The design drawings shall show the following data and information:
Scaled line diagram of the steel structures showing all redundant bracing members and their
sizes completely dimensioned and proving compliance with all clearance requirements.
All loadings and their manners of application including the determination of wind load
(wind load on structure shall be applied at each panel point along the height of the steel
structure.)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-33

Calculations showing:
a. Total stresses in each member for each loading case and the critical case.
b. The effective slenderness ratio, calculated stress ratio of maximum total stress to
calculated stress for each member and strength of connection.
c. The estimated weight of the complete galvanized steel structures.
d. Size and type of steel for each member and number of bolts required for its
connection.
e. The compression and uplift reactions and corresponding horizontal shears at each leg
of all steel structures (column and equipment supports) for all loading cases.

8.4 Detailing
Detailing shall be as follows:
General
Steel structure dimensions, framing, member sizes and length, number, size and length of
bolts, thickness of each filler, and other necessary details to fabricate each piece shall be
shown on the approved detail drawings. No change shall be made without the written
approval of Employer.
All web members shall be in one piece where practicable. All double-diagonal web system
members shall be connected at their point of intersection by at least one bolt.

Step Bolts
Step bolts shall be of 16 mm diameter and shall have round or hexagonal head. Each step
bolt shall be provided with two hexagonal nuts. The minimum bolt length and length of
unthreaded portion shall be 180 and 125 mm respectively. Step bolts shall not be used as
connection bolts.
The step bolts shall be spaced alternately on the inner gauge line on each face of the angle
about 40 cm centers. They shall be furnished for one leg of each steel tower from the base
elevation of the steel tower.
Step bolts for lattice single pole or H frames are not required.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-34

U Bolts
U bolts shall be suitably furnished on steel structures to suspend or terminate insulator
strings or ground wire assemblies. Size of U bolts shall withstand all loads acting on it.

Detail Drawings
Detail drawings shall be complete with sizes and detail dimensions of all steel structure
members. At each joint, there shall be the number, size and length of bolts, number and size
of fillers and detail dimensions of gusset plate, if any.

Bill of Material
Bill of materials shall give the size length and galvanized weight of each member and the
total weights of steel structures. It shall also include the number of bolts, nuts and washer
per structure.

8.5 Fabrications
Workmanship
Workmanship shall be first class throughout. All pieces must be straight, true to detail
drawings and free from lamination flaws and other defects. All clipping, back cuts,
grindings, bends, holes and etc. must be true to detail drawings and free of burrs.
All identical pieces bearing the same erection number must be exactly interchangeable with
each other and interchangeable in their relative position in all towers or structures of which
they form a part.
Threads of bolts and nuts shall be cleanly rolled or cut and the face and head of nut shall be
truly at right angle to the axis of the bolt.

Cleaning and Galvanizing.


a. Cleaning:
After fabrication has been completed and accepted, all materials shall be clear of
rust, loose scale, dirt, oil, grease and other foreign substances.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-35

b. Galvanizing:
All materials shall be hot dip galvanized after fabrication and cleaning. Retapping of
nuts after galvanizing is not required.
Galvanizing for structural mild steel products shall meet the requirements of ASTM
A123. All holes in materials shall be free of excess shelter after galvanizing.
Galvanizing for bolts, nuts, washers, lock nuts, step bolts and similar hardware shall
meet requirements of ASTM A153. Excess shelter on bolts, nuts, washers, locknuts,
step bolts and similar hardwares shall be removed by appropriate means acceptable
to the Employer.
Finished materials shall be dipped into the solution of dichromate after galvanizing
for white rust protection during sea transportation.
c. Uniformity of Coating:
The uniformity of coating test shall be made in accordance with ASTM A239. The
minimum repetition times for one minute dip in uniformity test shall be as follows:
Steel shapes and plates......................... 6
Bolts, nuts and similar hardware............4

Description Coating Weight (g/sq.m) Uniformity Test


Thickness Time
d.
Average Value Minimum Value (1min/1time)
Straig
htenin Shaped steel over 6 mm More than 700 More than 610 More than 6
g after
Steel plates under 6 mm More than 610 More than 550 More than 6
Galva
nizing Bolts, Nuts & washers etc More than 470 More than 400 More than 4
:
All plates and shapes which have been warped by the galvanizing process shall be
straightened by being re-rolled or pressed. The materials shall not be hammered or
otherwise straightened in a manner that will injure the protective coating. If, in the
opinion of the Employer, the material has been hard fully bent or warped in the
process of galvanizing or fabrication, such defects shall be cause for rejection.
e. Repair of Galvanizing:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-36

Materials on which galvanizing has been damaged, shall be acid stripped and re-
galvanized, unless, in the opinion of Employer, the damage is local and can be
repaired by zinc spraying or by applying a coating of galvanizing repair compound.
Where re-galvanizing is required, any member which becomes damaged after having
been dipped twice shall be rejected.
f. Shop Assembly:
One of each type of steel structures shall be assembled in the shop to such an extent
as to insure proper field erection. Reaming of untrue holes will not be permitted. A
reasonable amount of drifting will be allowed in assembling. Shop assembled parts
shall be dismantled for shipment.

8.6 Shop Tests.


The following shop tests shall be performed with relevant provisions of the ASTM.
a) General inspection
b) Material tests
c) Assembly test
d) Galvanizing test
The Contractor shall furnish four certified copies of report of all tests to the Employer. The
costs of all tests and reports shall be borne by the Contractor.

8.7 Payment
Payment for the Contract item “Steel Structures” will be made at the unit/lump sum price
per steel structures type bid. Therefore, in the Price Schedule, such unit/lump sum price shall
include full compensation for all costs incurred in furnishing all materials, equipment and
labor and all other operations related to steel structure design, fabrication, installation etc.

9. CONTROL BUILDING WORKS


9.1 General
This specification is intended to cover the complete provision and erection of control
building and furnishing of the indoor facilities for the project including all design,
supervision, materials, equipment, labor and services necessary for or incidental to the
construction of control building. The entire floor shall be constructed on one plain level.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-37

The rooms within the control building shall have area sufficient to install the equipment
supposed to be installed (including for the spare bays) with adequate space for service. In
any case the plinth area shall not be less than 320 Sq.m. and clear height (below false
ceiling) not less than 3.5 m height.

9.2 Scope of Works


9.2.1 Based on the drawing provided, the Contractor shall perform the design, supply, deliver,
construction and installation of the equipment, materials and all accessories for the control
building as listed below.
(a) Excavation and Backfilling
(b) Concrete work
(c) Flooring
(d) Waterproofing and Heat Insulation
(e) Brick Masonry Work
(f) Plaster and Tile Work
(g) Door and Windows
(h) False Ceiling
(i) Indoor Cable Trench
(j) Paint and Glazing
(k) Water supply, Plumbing, Sewerage and Sanitary Fixtures, Roof top Tank &
underground tank with motor etc.
(l) Illumination System including emergency lighting
(m) Ventilation and Air – conditioning
(n) Fire Fighting System
(o) Fire and smoke detector
(p) Furniture and Miscellaneous Indoor Facilities

9.2.2 Approval from employer


All the works for the control building shall be subject to approval of the Employer. The
Employer shall have the right to require the Contractor to make any changes on designs,
construction works, materials and equipment to make the structures conform to the
Specification, without any additional cost.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-38

9.2.3 Designs and Drawings


The Contractor shall prepare the design drawings including all facilities based on the
attached architectural building drawings and submit the design drawings to the Employer for
approval.
9.2.4 Bearing Loads
The Contractor shall use an allowable soil bearing pressure of 1.5 kg/cm2 for the design of
foundation for bidding purpose. But this is only reference value. After award of Contract,
the Contractor shall carryout geotechnical exploration works. There may be variation in the
volume of work in final design compared to the bidding design, for which the Contractor
will not get any extra payment.
9.2.5 The design live load for all floor slabs shall not be less than 600kg/m2 and 100kg/m2 for
roof slab.

9.3 Codes and Standards


The latest editions of Codes, Specifications and Standards listed below, but referred to
thereafter by basic designation only, form a part of this specification to the extent indicated
by the references thereto.
In the event of conflicts or discrepancies between this specification and the referenced
codes, specifications or standards, the more stringent applicable requirement shall govern
ISO, IEC, NF-UTE, and Nepalese standards.
It is the intent of this specification to establish acceptable standards of quality and
performance. Minor deviations in details due to manufacturer's standard, shop process will
be considered for acceptance, provided that in the-opinion of the Employer, the proposed
substitutions are equal in quality and performance to the specified material. All deviations
shall be called out in writing in the proposal and shall be specifically indicated on the shop
drawings. The Contractor will not get any extra payment for increase/decrease of work
volume due to such deviations.

9.4 Excavation and Backfilling


The detail specification for the excavation and backfilling work shall be as specified in
Concrete and Foundation works of this section.
Payment

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-39

No separate or direct payment will be made to the Contractor for 'Excavation and
Backfilling works' separately. All costs incurred in connection therewith shall be included in
the unit bid price for the construction of the control building.

9.5 Concrete Work


The detail specification for the concrete work shall be as specified in Concrete and
Foundation works of article 7of this chapter.
Concreting in control building shall be done in foundation, tie beam, floor slab, steps,
column, beam and roof slab and parapet etc.
Payment
No separate or direct payment will be made to the Contractor for 'Concrete works'
separately. All costs incurred in connection therewith shall be included in the unit bid price
for the construction of the control building.

9.6 Brick Masonry Work


9.6.1 Materials
(a) Brick units shall be first class, sound, well burned, and free from defects that would
impair its strength or affect its service-ability.
The Contractor should submit locally manufactured brick samples of six pieces for
Employer's approval.
(b) Cement shall be Ordinary Portland as per ASTM C150 Type I or equivalent.
(c) Sand shall be clean, fine, sharp granules, free from foreign or deleterious matter.
(d) Water shall be clean and free from acid, alkalis, oil or organic matter.
The Contractor should submit samples of cement, sand and lime for Employer's approval.

9.6.2 Mortar Mixtures


The type of mortar mixture for brick masonry shall be 1:4 in ratio

9.6.3 Brick Masonry Laying


(a) Lay brick masonry in accurately spaced courses, level, plumb and true to line.
(b) Soak brick units in clean water for one hour before laying. Units shall be damped
when laid.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-40

(c) Lay brick in running bond with joints approximately 10mm wide.
(d) When brick masonry walls cross the recessed floor cable trenches provide and install
cast-in-situ concrete lintels of sufficient size and strength to support and carry
masonry walls across the trench sprays.
(e) Reinforce all masonry walls with cast-in-situ reinforced concrete formed flush with
the masonry surfaces for cement plaster-finish.
(f) Provide concrete pilasters and horizontal tie for every 9 square meters of masonry
wall surface, plus at all corners and door jambs.
(g) Size of Wall
i) The entire periphery wall shall be constructed in 360mmthickness.
ii) The entire partition wall shall be constructed in 240mm and 110mm thickness.
But the latter one shall be constructed at less than 2.0 m span only.

9.6.4 Curing
Spray masonry surfaces with water twice daily for a period of 10 days, or until the surface
receives a plaster finish.

9.6.5 Protection
Where exposed to weather, protect top of masonry with water tied material in such a way
that it will protect the completed work. Masonry wall shall set for 48 hours before any load
is applied on the completed work.
Payment
No separate or direct payment will be made to the Contractor for 'Brick Masonry Work'
separately. All costs incurred in connection therewith shall be included in the unit bid price
for the construction of the control building.

9.7 Flooring
9.7.1 Scope of Work
Perform all flooring work required as per drawings and as specified herein.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-41

1) Glazed ceramic tile shall be used for the flooring of battery room, kitchen and bath
room, and their size shall not be less than 30 x 30 x 0.9 cm. The size of ceramic tile
skirting shall not be less than 30 x 12 x 0.9 cm.
2) Cast in situ mosaic flooring shall be used for all other rooms in control building (i.e.
132kV control room,33 kV control room, equipment rooms (communication room),
corridor and other circulation areas and front entrance petty of control building). Mosaic
Skirting shall not be less than 10cm high. Mosaic Floor shall be prepared with 12.5mm
plaster in 1:2 cement mortar in bottom layer and 6mm thick white cement and marble
chips 1:1 in top layer including rubbing and polishing.

9.7.2 Cement Sand Concrete Flooring


Shall be done on floors of control building.
Materials
(a) Cement shall be as specified in "Concrete & Foundation Works".
(b) Sand shall be coarse, clean sharp sand, free from clay, loam or other impurities. Sand
shall be uniformly graded from coarse to fine and shall conform ASTM or
equivalent.
(c) Gravel shall be well graded, hard, fresh and conform to ISO, IEO, NF-UTE, or
Nepalese standards.
(d) Water shall be clean, fresh, and free from injurious amounts of oils, acids, alkalis and
organic matter.

Construction
(a) Preparation of earth
The earth is properly rammed and leveled by rammer, before gravel soling, water is
sprinkled during ramming.
(b) Gravel Soling
Above the rammed earth well graded gravel is laid and coarse sand is spread over the
gravel bed. Water is sprinkled and compaction is done properly. The top surface is
properly leveled and compacted before concrete laying.
(c) Concrete Laying
Concrete work shall be done as specified under Concrete and Foundation works.
The flooring shall consist of minimum (For each square meter)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-42

- Concrete mix: (1:2:4), thickness 150 mm with 2% waterproofing compound,


- Steel bar 8 mm
- Gravel layer 100 mm thick

9.7.3 Tile Works


Scope
High density glazed ceramic tiles shall be installed in toilet, bathroom, battery room and
kitchen. Double Charge Tile shall be installed in counter slab for kitchen. Ceramic floor
shall be a pre-cast tile as specified herein.
Manufacturer's original containers, bundles, or packages shall be delivered to the site
unopened with seals unbroken and labels intact. Floor-tile operations in spaces requiring
wall tiles shall not be started until after the wall-tile installation has been completed.
Ceramic tiles shall be installed in walls of bathroom, battery room and kitchen up to the
height of 1.75m. Ceramic tiles shall be used for the flooring of battery room, kitchen and
bath room, and their sizes shall not be less than 30 x 30 cm. Ceramic tiles used in the battery
room shall be acid-proof type.
Surface to receive applications of materials shall be clean and free from dirt, dust, oil,
grease, and other objectionable matter.
(a) Materials
(1) Ceramic tiles shall be standard grade. Colors and patterns shall be selected later
by the Employer.
(2) Epoxy-Resin Grout
Epoxy-resin grout shall consist of an intimate of epoxyresionous material non-
volatile extenders, properly selected filler materials, and setting agent.
(3) Portland Cement
Portland cement to be used shall be white cement conforming to ASTM or
equivalent.

(b) Installation
Joints shall be straight, level, perpendicular, and of even width not exceeding 1.6mm.
Wainscots shall be built of full courses. That may extend to a greater height but in no
case lower than the height shown.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-43

Vertical joints shall be maintained plumb for the entire height of the tile work.
Damaged or defective tiles shall be replaced.
Setting bed of ceramic tile shall be of cement sand mortar 1:1 of 10mm thickness.
The entire joint shall be provided with white cement.
(c) Grouting
Tiles shall have the edges wetted and shall be grouted full with a plastic mix of neat,
white cement immediately after a suitable area of tiles has been set. The joints shall
be tooled slightly concave, and the excess mortar shall be cut off and wiped from the
face of the tiles. Interstices or depression left in the mortar joints after the grout has
been cleaned from the surface shall be roughened at once and filled to the spring line
of the cushion edge before the mortar begins to harden.
(d) Cleaning and Protecting
Upon completion, wall surfaces shall be thoroughly cleaned. Acid shall not be used
for cleaning of glazed tiles. After the grout has set, tile wall surfaces shall be given a
protective coat of a non-corrosive soap or other approved methods of protection.
(e) Samples
Samples of materials proposed for use shall be submitted to the Employer for
approval before materials represented by the samples are delivered to the site.

Payment
No separate or direct payment will be made to the Contractor for 'Tile Works' separately. All
costs incurred in connection therewith shall be included in the unit bid price for the
construction of the control building.

9.7.4 Roof waterproofing


The waterproofing on the roof of the control building shall be finished with:
(a) 25 mm thick machine made clay tile (1:3 cement mortar) over
(b) 50 mm thick PCC of 1:2:4 (Cement:Lime:Surkhi) over
(c) 2 coat of polymer slurry for water proofing of silica top seal.
Payment

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-44

No separate or direct payment will be made to the Contractor for 'Flooring Concrete'
separately. All costs incurred in connection therewith shall be included in the unit bid price
for the construction of the control building.

9.8 Plaster Works


9.8.1 Materials
Materials shall conform to the respective specifications and other requirements specified
below:
(a) Sand shall be coarse, clean sharp sand, free from clay, loam or other impurities. Sand
shall be uniformly graded from coarse to fine.
(b) Portland cement shall be as per ASTM C150 Type I or equivalent. Only one brand of
cement shall be used in the work.

9.8.2 Construction
(a) Thickness of Plaster
Thickness of plaster from the face of the plaster base to the finish plaster surface shall
be 20 mm.
Should it be necessary, the Employer can require that temporary metal grounds be used
to assure a full true finish surface. Voids left by removal of ground shall be filled flush
with plaster.
(b) Preparation for Plastering
Concrete surfaces shall be thoroughly cleaned and free of paint, efflorescence, oil,
grease, acids and other loose or foreign matter prior to application of base coats.
No plasterwork shall be applied on masonry works less than 2 weeks old.
(c) Mortar
Mortar shall consist of one part Portland cement and two parts of sand.
(d) Sand
Sand shall be hard, clean, and free from mud and other material not desirable for setting
mortar.
(e) Cement
Cement shall be as specified in Concrete and Foundation works.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-45

(f) Water
Water shall be fresh, clean and free from acids, alkali, sewage and other organic matter.
(g) Installation
(1) Setting Beds
Setting beds shall be composed by volume of 1 part Portland cement to 2 parts damp
sand, and mixed with the minimum amount of water necessary to produce a workable
mass.
Areas of setting bed spread at one time shall be only as large as can be covered with
tiles before the mortar has obtained its initial set. Surplus mortar shall be removed.
Setting beds shall be spread and tampered to force out air pockets screened to a true
plane, and sloped to drain or leveled as required.
The average thickness of setting bed in any room or space shall be less than 30 mm, but
in no case shall the setting beds be less than 20mm or more than 30 mm thick.
(2) Mixing of Plaster
Plaster shall be mixed in mechanical mixers where hand mixing is approved for small
quantities. Caked, or lamped material shall not be used. Each batch shall be
proportioned by volume, accurately measured by manual or mechanical devices, and
thoroughly mixed with the minimum amount of water until uniformity in color and
consistency is obtained. Retempering will not be permitted and plaster that has begun to
stiffen shall be discarded. Mortar 90 minutes after mixing shall be rejected for the
plastering work.
(3) Proportions
These are to be differentiated into 2 types:
(a) 1: 3 by ratio (to be used on all external walls, ceiling and floors) (b)
1: 4 by ratio (to be used everywhere else)
(4) Plastering
Plaster shall be done in two coatings, both shall be proportioned as mentioned above
but sand to be used in the finish coating shall be of the finest grade.
The first coating shall be applied with a spatter-dash, which is to be done by forcibly
throwing the wet mix on the surface and making no attempt to level it.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-46

The second coating will be applied after the first coating has hardened. After this, a wet
soaked sponge shall be rubbed on the finish surface.

Payment
No separate or direct payment will be made to the Contractor for 'Plastering' separately. All
costs incurred in connection therewith shall be included in the unit bid price for the
construction of the control building.

9.9 Door and Window


The Contractor shall furnish and install doors and windows as required. The Contractor shall
prepare and submit shop drawings of doors and windows to the Employer for approval, prior
to the execution of the erection work from floor level.

9.9.1 Aluminum Doors, Windows & Louvers


All doors, windows and louvers shall be of aluminum types indicated below. Each window
shall consist of a unit including frame, mullions where indicated or required, and anchors.
Entrance door shall be in two panels and windows shall be provided with top removable
ventilation and mosquito net with the frame.
(a) Frames
All frame sections shall be tubular extruded aluminum shapes and of alloy 6063-T52.
Frame sections shall be not less than 45mm face dimension x 101mm deep.
Members shall be designed for recessed glazing to receive 6 mm thick insulating
glass, glazed with vinyl glazing inserts. Opaque glass shall be used for bathroom.
(b) Doors, Windows and Louvers
Doors, windows and louvers shall be arranged for inside glazing with aluminum
snap-in glazing beads designed to accommodate insulating glass as specified. Snap-
in glazing beads shall securely interlock into the extruded window sections. Glazing
rebate legs shall not be less than 19mm in height. The mosquito net shall be installed
in each window.
(c) Mullions, sills and Trims
Mullions, sills, trim and other window sub-assemblies, indicated on the drawings or
as necessary to properly complete each aluminum door and window installation,

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-47

shall be of size and design to suit the window assembly, be compatible with the
windows, and conform with the requirements for these sub-assemblies as specified in
Section 1, General Requirements, Part A, in ANSI A134.1.
(d) Anchors and Clips
Anchors, clips, bolt and screws necessary to secure doors, windows and mullions
shall be provided and shall be, at manufacturer's option, either aluminum non-
magnetic stainless steel, or zinc coated steel.
(e) Installation
Doors, windows and louvers shall be installed without forcing or distortion so that
sills and heads are level and jambs are plumb.
Window frames shall be securely anchored into the supporting construction. Joints
between metal windows and metal members including mullions shall be set in mastic
of the type recommended by the window manufacturer. Excess mastic shall be
removed before hardening. Metal surface shall be cleaned and any staining or
discoloring of the finish shall be restored or the unit replaced.

9.9.2 Carpentry
Materials
Lumber shall be subjected to Employer's approval.
(a) Salwood
(1) Sizes and Pattern
Lumber shall be surfaced- four-sides, and worked according to patterns as are
indicated or specified on the drawings. Exposed members for transparent finish shall
be matched for compatibility of grain and color between adjoining members; for paint
finish, is not required.

(2) Moisture Content


At the time of delivery, the moisture content shall not exceed 15% for material of
2.5cm or less in thickness, and shall not exceed 19% for material over 2.5 cm in
thickness.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-48

(b) Teak Plywood


All interior plywood for transparent finish shall be of equal and uniform of color and
graining, such as for door panels. Hardwood plywood shall be of premium grade.
Plywood for paint finish matching for compatibility is not required, such as for
ceiling.

(c) Veneers
Veneers on wood doors, panels and other exposed wood works shall be of 4mm
thick.
The Bidder shall furnish satisfactorily functioning installations. All items of labor,
material of equipment not specifically mentioned herein, but incidental to or required
for a complete installation and proper operation of the above-mentioned systems,
shall be included.

Payment
No separate or direct payment will be made to the Contractor for 'Doors and windows'
separately. All costs incurred in connection therewith shall be included in the unit bid price
for the construction of the control building.

9.10 False Ceiling


The contractor should provide material and construct false ceiling of the specified standard
in the control building at132 kV Control room, 12 kV switchgear room, office room and any
other area if specified.

9.10.1 General
Any materials to be used for false ceiling works under this Contract shall be of such quality
and properties as to withstand the extreme climatic weather conditions of local regions,
particularly the high ambient temperatures.
The Contractor shall furnish samples and catalogues, certificates from acceptable
manufacturer on all materials, stating its conformity with the specified quality and test
results.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-49

Test certificates of officially authorized institutes acceptable to the Engineer have to be


produced, verifying the required qualities of the materials to be used.
Materials to be used for false ceiling and sheet metal work shall basically comprise, among
others, of the following:
All material used shall be generally standardized as specified hereinafter.
Requirements for gutters and downpipes and electricity installation are specified under the
chapter for "Plumbing and Sanitary Installations" and “Electricity installation”.

9.10.2 General Requirements


Materials and structural parts, which the Contractor shall supply and install and which
therefore will be incorporated in the structure shall be unused. They shall comply with the
regulations and standards specified hereinafter, regarding quality and dimensions. Materials
and structural parts that are approved but not standardized shall comply with the acceptance
conditions.
For materials and building parts that are not standardized, the Contractor shall supply
samples upon request and shall name the manufacturer.

9.10.3 Thermal Insulations


For the purpose of achieving less heat transfer on the roof, sheathing thermal insulating
materials shall be provided for roof construction.
Thickness of the insulation boards shall be of appropriate thickness approved by Employer.
The following materials are applicable:
- Polyurethane foamed synthetics (roofmate)
- Polysterene in varieties of different specific weights
All materials shall be of flame-resistant type and rot-resistant. Water absorption shall be less
than 0.1% by volume, unless otherwise specified. A compressive strength of at least 0.7
kg/cm2 shall be required in any of these materials.

9.10.4 Polyurethane Foam Sheets


Polyurethane foam sheets as thermal insulation shall not be inferior to the following
requirements:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-50

- volumetric weight : 55 Kg/m3


- compressive strength : 0.4 N/mm2
- tensile strength : 0.4 N/mm2
- dimensional stability : from -200°C to 120°C
- vapour permeability : 60 g/m2/24 h at 55 mmHg pressure
- thermal conductivity : approx. 0.025 W°C
The polyurethane foam sheet shall be backed with building paper or aluminium foil of rigid
quality on both sides of the slab.

9.10.5 Aluminium Strip


The minimum requirements for the quality of aluminium strips shall be:
Degree of purity at least 99.5%, cup-fluted; height of cup 14.0 to 14.5 mm; soft quality
(Brinell hardness approximately 20 kp/mm2), foil thickness 0.2 mm, maximum strip width
60 cm non-porous stretched level and straight.

9.10.6 Mastics, Putties


Mastic and putties shall be compatible with roofing materials and have a good bond to the
connecting components. They shall not contain any aggressive substances. They shall
remain stable under prevailing conditions of temperature, sunlight, moisture, etc.
The mastics and putties shall be in accordance to the following quality requirements:
- flashpoint: min 21°C
- content of soluble bitumen : min 35%
- contents of solids: max 40%
- softening point: min 90°C
The Contractor shall submit certificates by the manufacturer stating the detailed properties
of the proposed material for approval by the Engineer.
Payment
No separate or direct payment will be made to the Contractor for False Ceiling' separately.
All costs incurred in connection therewith shall be included in the unit bid price for the
construction of the control building

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-51

9.11 Indoor Cable Trench


The detail design of the cable trench shall be the responsibility of the Contractor. All designs
and details shall be subject to approval of the Employer and in any case the indoor cable
trench shall not be less than 1200 x 1000 mm.

Type of Cable Trench


Cable trench shall be of reinforced concrete trench with one or more layer of hot dip
galvanized light gauge shape steel tray. The cover of trench shall be min. 6 mm thick-
checkered plate with steel frame and shall be galvanized.
Drainage outlet from the cable trench shall be connected to switchyard drainage system.
Payment:
Payment for the Contract item "Indoor Cable Trench" will be not paid separately. Therefore,
in the Price Schedule, the unit bid price for the construction of the control building shall
include full compensation for all costs incurred in furnishing all materials, labor and other
operations related to Indoor Cable Trench Work inside the control building and in the
switchyard.

9.12 Paint
All surfaces shall be painted except the following:
(a) Exterior:Roofing, paving, concrete, nonferrous metals, glass, pre-finished items.
(b) Interior:Ceramic tile, glass, pre-finished surfaces, non-ferrous metals, stainless steel,
attic surfaces.

Scope
i) Control rooms, Communication room, office rooms, corridors etc. shall be finished
with 1 coat of Plaster of Paris/wall putting, two coats of cement primer whitening
and filling up and finally 2 coats of acrylic emulsion.
ii) All other interior and exterior plastered surface excluding mentioned above shall be
finished with one coat of cement primer and two coats of acrylic emulsion.
iii) Gloss finish woodwork shall be finished with 1 coat of wood primer and finally 2
coats of synthetic super gloss.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-52

iv) Interior transparent finish wood shall be finished with 1 coat of wood primer and 2
coats of teak oil.
v) Metal Surfaces shall be finished with 1 coat of metal primer chromate and 2 coats of
aluminum paint

Materials
A list of the painting materials and their colors which are to be applied to the specified
surfaces shall be submitted to the Employer for approval.

Paint Application
The finished surface shall be free from runs, drops, ridges, waves, pales, brush marks, and
variations in color, texture, and finish. The hiding shall be complete, and coat shall be so
applied as to produce firm of uniform thickness. Special attention shall be given to insure
that all surfaces including edges, corners, crevices, welds, and rivets receive a film thickness
equivalent to that of adjacent painted surfaces.
Adjacent areas and installations shall be protected by the use of drop clothes or other
approved precautionary measures.
Metal or wood surfaces adjacent to surface to receive water-thinned paints shall be primed
and/or touched up prior to the application of water-thinned paints. The first coat on plaster
shall include such repeated touching up of suction spots or overall applications of primer
sealer as necessary to produce a uniform color and gloss. The first coat on both faces of
wood doors shall be applied at essentially the same time.
(a) Coating Progress
Sufficient time shall elapse between successive coats to permit proper drying. This
period shall be modified as necessary to suit adverse weather conditions.
Oil base or oleo-resinous solvent-type paints shall be considered dry for recoating
when the paints feel firm, does not deform or feel sticky under moderate pressure of
the thumb, and the application of another coat of paint does not cause lifting or less
of adhesion of the undercoat.

(b) Storage, Mixing and Thinning

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-53

At time of application, paint shall show no signs of hard settling, excessive skinning,
livering, or other deterioration. Paint shall be thoroughly stirred, strained, and kept at
a uniform consistency during application.
Where necessary to suit conditions of surface, temperature, weather, and method of
application, package paint may be thinned immediately prior to application in
accordance with the manufacturer's directions, but not excess of 0.5 liter of suitable
thinner per 4 liter. The use of thinner for any reason shall not relieve Contractor from
obtaining complete hiding.
Samples shall be clearly identified by designated name, specification number, batch
number, project Contract number, intended use, and quantity involved. At the
discretion of the Employer, samples may be tested before approval, or materials may
be approved for use based on the test reports furnished. In the latter case, the samples
will be retained by the Employer for possible future testing should the material
appear to be defective during or after application.

Payment:
No separate or direct payment will be made to the Contractor for 'Paint and Glazing'
separately. All costs incurred in connection therewith shall be included in the unit bid price
for the construction of the control building.

9.13 Glass and Glazing


(a) Sheet glass to be used for doors, windows and partitions shall be 6mm thick, tinted glass
except as otherwise specified. It shall be of the best quality, free of unevenness, stain or
bubbles, and where so required, figured glass shall be used. The glazing for the bathroom
door shall be aluminum alloy of thickness not less than 6 mm. Glass glazing for the
bathroom window shall be of the non-see-through type.
(b) Glazing compounds shall be of suitable type approved for the application.
The use of non-skimming compounds, non-resilient type preformed sealers, and preformed
impregnated type gaskets will not be permitted. Metal sash putty will not be permitted.
Materials used with aluminum frames shall be aluminum colored, non-staining, and not
require painting.
(c) Channel glazing compound shall be equal in performance, but not limited, to the following:
(1) Non-drying, knife grade polybutene sealant

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-54

(2) One-part acrylic terpolymer sealant

(d) Shop-Painted Items


Surfaces of fabricated and assembled items that are finish painted by the manufacturer, or
specified to be finish painted under other sections of the Specifications, are exempted from
the following schedule requirements for surface preparation and painting, shop primed items
shall receive surface preparation and finish painting as required by this section.
(e) Colors and tints, including shades of stain, shall match the respective color specimens
selected by the Employer.
Stains shall conform in shade to manufacturer's standard color. Undercoats shall vary
slightly from the color of the next coat.
(f) Surface Preparation and Pretreatment
Cleaning and pretreatment of surface prior to painting shall be accomplished in accordance
with the detailed requirements specified.
(g) Cleaning
Clots and cotton waste that might constitute fire hazard shall be placed in closed metal
containers or destroyed at the end of each day. Upon completion of the work, staging,
scaffolding, and containers shall be removed from the site or destroyed in an approved
manner.
Paint spots, oil, or stains upon adjacent surface shall be removed and the entire job left clean
and acceptable.

Payment:
No separate or direct payment will be made to the Contractor for 'Glass and Glazing'
separately. All costs incurred in connection therewith shall be included in the unit bid price
for the construction of the control building.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-55

9.14 Ventilation and Air Conditioning


9.14.1 General
This specification covers the design, manufacture, assembly, shop testing, delivery to site,
storage at site, erection, testing, balancing and commissioning of the complete ventilation
and air conditioning system as described herein for new substations.

9.14.2 Codes, Publications & Standards


The design, calculations, fabrication, erection, testing and balancing of the ventilation and
air conditioning systems and components, wherever applicable, shall conform to
requirements of the latest editions of the following codes/publications/standards:
ISO, IEC, NF - UTE, Nepalese standards

9.14.3 General Information and Design Criteria


System Description
(a) The control room and 12 kV switchgear room including room with communication
equipments and office rooms shall be air conditioned by means of central air
conditioner/window type system. The rooms shall be maintained 24oC DB/50% RH.
The office room shall be equipped with two window type air conditioner. The
contractor shall installed number of air conditioners twenty five percent extra than
required by design calculation.
(b) The Battery Room will be exhausted by means of an exhauster. The exhaust air quantity
will be calculated on the basis of 15 air change per hour for the room. Corresponding
make-up air will be drawn from outside through a transfer grille with panel filter on the
wall. The transfer grille will be sized for an air velocity of 2.5 m/second maximum. The
transfer grille and exhausts shall be made of stainless steel.
(c) The toilet and battery room shall also be provided with a separate exhauster. Air shall
be drawn from the near room through door grille. The exhaust air quantity shall be
calculated on the basis of 10 air changes per hour for the rooms.

Design Criteria
(a) Cooling/Heating Load Calculations

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-56

(1) Contractor shall calculate the cooling loads independently based on actual
equipment heat load, lighting load, occupancy load, solar heat gain, transmission
heat gain, duct heat gain, etc. Heat energy imparted by the supply fan and the drive
motor shall be considered for the cooling load estimation.
(2) Cooling loads at different hours of the day shall be estimated and the maximum load
shall be used to determine the size of units.
(b) Equipment Sizing
(1) Cooling Coil Capacity of the packaged air conditioner shall be selected on the basis
of total sensible and latent heat loads. A 10% margin shall be provided over the
calculated cooling load.
(2) For sizing of all fans, a minimum of 10% margin shall be provided over calculated
capacity and a minimum of 5% margin shall be provided in static pressure over
calculated pressure drop.
(c) General
All penetration through the walls shall be well sealed.

Design data & Guaranteed Performance Requirement


The ventilation and air conditioning system shall be designed for an outdoor ambient
condition of 45oC Dry Bulb and 90% relative humidity.
Individual equipment shall also be designed for the above stated ambient conditions unless
mentioned otherwise in the equipment specification.
The Control and Relay room, shall be maintained at 24oC DB/50% R.H.
Sound level of all equipment within the air-conditioned areas shall be 50 dB maximum at a
distance of 1.5m from the equipment.
Sound level of all equipment in all other areas shall not be more than 90 dB at a distance of
1.5m from the equipment.

9.14.4 Equipment and Services to be furnished


A consolidated list of equipment and services that are required to be furnished under this
specification are as follows:
(a) Complete set of direct expansion packaged air conditioner having filtering and fan
section with integral condensing unit and all safety protection and controls.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-57

(b) Set of roof exhausters with back draft dampers, rain hoods, bird screens, etc. wherever
required.
(c) Insulation for the equipment, piping and air ducting.
(d) Unit mounted control panel.
(e) Installation, testing and commissioning of all equipment and systems.
(f) Supply of special tools and tackles.
(g) Supply of spare parts.
(h) Set of Central air conditioner system.

9.14.5 Design and Construction


Direct Expansion Packaged Air Conditioner
(a) Direct expansion unit shall be self-contained type
(b) The equipment shall consist of at least the following components:
(1) Equipment including direct expansion cooling coils, supply air fan and filter.
(2) Unit mounted control panel.
(3) All protective control and instrumentation.
(c) The complete unit shall be pre-assembled, pre-piped and pre-wired for easy
installation.
(d) Fans
(1) The fans shall be statically and dynamically balanced, designed for maximum
efficiency and quiet operation. Fan shaft shall rotate in self-aligning,
permanently lubricated ball bearings.
(2) The supply fans shall be sized to deliver the required amount of air against the
total external static pressure imposed by the supply air ductwork, dampers,
grills, etc., the equipment components such as filter, cooling coil, fan inlet loss
and the discharge losses, and return loss.
(e) Cooling Coil
The cooling coil shall be fabricated from seamless copper tubing with rippled and
corrugated copper fins. The cooling coils shall be designed for R-22 service.
Air velocity across the coils shall be limited to 2.5 m/sec. coils shall be pressure tested
and thoroughly dehydrated before being assembled into the equipment.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-58

(f) Filter
Medium efficiency, throw away type 50mm thick fiberglass filter, shall be provided in
the air path before the cooling coils in a draw-through construction to filter out the lint
and other particles from the return air. The filter shall have an efficiency of 40%
minimum. The filter shall be easily accessible for removal and replacement.
(g) Compressor
The compressor shall be hermetic or semi-hermetic, reciprocating type operating on R-
22 refrigerant.
(h) Condenser
(1) The condenser shall be complete with supporting casing with stand, and cooling
fans vibration isolator.
(2) Condenser fans shall be direct driven statically and dynamically balanced with
vertical or horizontal discharge. Fan motors shall be weatherproof totally
enclosed type with permanently lubricated ball bearings. The condenser shall be
enclosed in an 1.2 mm (minimum) hot dipped galvanized steel sheet metal
enclosure, adequately reinforced and braced, with factory mounted
grilles/louvers to provide protection to coil surface and other unit components
from exterior damage. The enclosure shall be provided with access panels as
required and shall be painted with rust- inhibitive coating.

Exhaust Fans
(a) All exhausters shall be axial flow types.
(b) The fan impeller shall be multi-blade, cast in one piece, finished all over and carefully
balanced both statically and dynamically. Finally the assembled rotor shall be
dynamically balanced. All axial flow fan impeller shall consist of high efficiency
aerofoil section blades.
(c) Material
In general, the fan impeller, casing, motor bracket, etc., shall be of mild steel. For the
battery room exhauster, all components coming in contact with the exhausted air/gas
shall be of stainless steel.

Duct Work

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-59

(a) General Requirements


(1) Duct Sizing Criteria
Duct work for air conditioning, ventilation system shall be designed for a pressure
drop not to exceed 0.1 mm Aq water gage per 100m duct run and the velocity of air
shall not exceed 9 m/sec.
(2) Sheet Metal and Structural Shape
Sheet metal gauges shall be per listing on SMACNA Construction details using
galvanized carbon steel sheet. Structural shapes and sizes shall be per listing on
SMACNA construction details.
(3) Duct construction shall be as per SMACNA Lower Pressure Duct construction
standards depending on the pressure clarification.
(b) Fabrication
(1) Ductwork systems shall be fabricated in accordance with the details and
recommendations of SMAGNA Low Pressure Duct Construction.
(2) Sealing and closure provisions shall be governed by the minimum seal
classification as listed in the SMACNA Duct Construction Standards. Ductwork
constructed as per Low Pressure Construction Standard shall not leak more than
5% of the system operation flow.
(3) All Ductwork radius elbows shall be of the standard radius type.
(4) Manual butterfly and splitter dampers shall be fabricated and installed in
accordance with SMACNA recommendations.
(5) Transitions and streamliner sections shall also be fabricated according to
SMACNA Duct Construction Details.
(6) Reinforcing members shall be provided to restrain the deflection of the sheet and
also to resist deflection of themselves.

Grilles and Diffusers


(a) Location and capacity of the air distribution devices i.e. grilles and diffusers shall be
as required for achievement of comfort condition.
(b) All air outlets and return air grilles shall be selected to suit the final architectural
layout and will be subject to Employer’s approval.
(c) All grilles and diffusers shall be constructed of galvanized steel with prime coating
and finish to suit architectural finish.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-60

(d) All diffusers shall have vane assemblies. Inner vane assembly to be removable
without use of tools. The inner vane assembly shall be adjustable to provide proper air
distribution. All outlets to be selected to conform with NC-35 curve as explained in
ASHRAE Guide.
(e) All supply air diffusers and grilles shall be with air volume extractors where needed.
Return air grilles shall match supply air outlet in the area. The face bars shall be either
horizontal or vertical either 0 or 450. The damper blades shall be gang operated by
means of a key.

Balancing and Adjustments


(a) After satisfactory completion of installation, inspection, checking and cleaning, the
various H.V.A.C. Systems shall be placed under trial run by the Contractor. During
this period, all adjustments and repairs of the equipment shall be made by the
Contractor.
(b) The testing, balancing and adjustments shall be done by technicians specialized in this
field. All design and manufacturer's data shall be available to the technicians and the
procedure recommended by the respective manufacturers shall be followed as far as
possible.
(c) Balancing and adjustments shall be continued until the test results show readings
within +10% of the design figures.

Electric Motor
(a) Motor shall be of constant speed, squirrel cage, 3 phase, induction type.
(b) Motors shall be capable of continuous operation at full load with an ambient
temperature of 45o C.
(c) Motors shall be rated for 400V, 3 phase, 50 Hz in a neutral grounded system.
(d) Installation
(1) Ductwork systems shall, in general, be installed in accordance with details and
recommendations of the SMACNA Duct Construction Standards.
(2) All ductwork shall be supported from the building structure. Supporting arrangement
shall be guided by SMACNA recommendations.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-61

(3) Duct connections to fans or any other rotating or vibrating equipment shall be by
means of flexible connectors as per SMACNA details.
(4) However, use of flexible duct shall be kept to a minimum. Where it is essential or
required by design, the flexible ducts shall be non-collapsible type.
(e) Inspection
After the ductwork is installed, inspect it to make sure that:
(1) The general construction is of the type shown in the applicable SMACNA Duct
Construction Standards.
(2) All flexible connections are supplied and of the construction specified.
(3) All ducts, registers, diffusers and grilles are of the size and in the location shown on
the drawings.
(4) All elbows are of the size shown on the drawings and provided with vanes when
required.
(5) All joints are tight. All audible leaks shall be sealed.
(6) All ducts are supported as per the applicable SMACNA Duct Construction
Standards.

(f) Duct Insulation


(1) For air conditioning system, all supply ductwork shall be thermally insulated with 25
mm fiberglass insulation. However, all supply and return ductwork exposed to
unconditioned and outside areas shall be thermally insulated with 50mm fiberglass
insulation. Return air duct running under the roof of air -conditioned area shall have
25mm thick fiberglass insulation.
(2) Thermal insulation shall be of fiberglass having a minimum density of 68.1 kg/m3.
Insulation shall have a vapor barrier facing of 0.025 mm aluminum foil reinforced
with fiberglass and Kraft laminate. All joints shall be sealed.
(g) Motors used in outdoor location shall have an enclosure protection IP-55W as per
IEC.

9.14.6 Control & Instrumentation


All equipment such as packaged air conditioning and condenser shall be equipped with a
local unit mounted control panel incorporating interlocks between equipment and shall be
equipped with a local fuse with disconnecting switch and interconnecting wiring.
Interconnecting wiring shall be enclosed in rigid conduits.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-62

9.14.7 Testing
Shop Testing
All equipment and material shall be subjected to manufacturer's standard shop tests as per
relevant standards for various equipment.
Field Test
(a) Upon completion of the air conditioning system, capacities and general functional tests
shall be conducted at the expense of the Contractor. The tests shall demonstrate the
specified capacities of various pieces of equipment.
(b) All fans shall be run to demonstrate smooth operation without undue vibration in actual
position. Balancing required to be done in flows shall be completed as described under
balancing & Adjustments.
(c) All necessary instruments and temporary attachments as necessary for conducting the
tests shall be arranged by the Contractor.

9.15.8 Performance Guarantee


The Bidder shall guarantee the performance of all equipment and systems as mentioned
under "Performance Requirement". Allowable tolerances, where not mentioned, shall be
considered from the limits specified by ASHRAE and AMCA Standards or other approved
equivalent standards.

9.14.9 Drawings and Data to be furnished


Scope
The Bidder shall furnish the following along with his offer.
(a) Preliminary equipment layout drawings for various plant areas.
(b) Catalogues and illustrative literature on the following.
- Packaged air-conditioner includes compressor, condenser and evaporator.
- Ventilation fans
- Filters
- Diffusers, grilles
- Various instruments

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-63

9.14.10 Spare Parts


The Bidder shall quote unit prices for spare parts as per the provision of General Conditions
of Contract. The list of the spare parts required at least for two (2) years of operation shall be
included.
Payment
No separate or direct payment will be made to the Contractor for 'Ventilation and Air
Conditioning' separately. All costs incurred in connection therewith shall be included in the
unit bid price for the construction of the control building.

9.15 Water supply and sanitary Works for control building


9.15.1 Scope of work
Contractor shall make the arrangement for supply of adequate water from underground RCC
storage tank to rooftop water tank of at least 2,000 ltr.as approved by the Employer. One, 1
H.P. heavy duty water pump shall be provided for pumping water from ground tank to roof
tank.
All plumbing works shall be concealed and performed with ½" & 1" PPR or UPVC pipes to
the approval of the Employer. Two ½" tap points for external use shall be provided outside
the control building as directed by the Employer.4" PVC pipes including all specials, bends
and joints shall be used drain out rain water.
All drainage pipes shall be concealed and connected to waste management systems with 4"
PVC pipes. The soil pipes shall be planned to a safe outlet for foul air ventilation. Every
pipes in building carrying off the waste or overflow water from every bath-wash basin, sink
to a drain shall be of diameter as directed by Employer and trapped by an efficient siphon
trap with adequate for inspection and clearing.
Solid and Liquid waste disposal shall be integral part of control building sanitary works.
Contractor shall make arrangement of proper design and construction of septic tank and soak
pit or equivalent alternative for proper disposal of solid and liquid waste from control
building.
The works shall be carried out in accordance with the latest revision of relevant standards.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-64

9.15.2 Fixtures
The Contractor shall provide sanitary fixtures for control building (bathroom, toilet and
kitchen) using products of high quality. Employer shall approve the type, size color, etc.
Sanitary Fixtures should include, but not limited to,

 One Western type WC (Commode) including integrated flushing unit, one ½ inch tap
and soap holder at bathroom in control building.
 One Washbasin including soap holder, towel holder, mirror and a rack at toilet in control
building.
 One shower and one tap point in toilets of control building
 One dish wash basin with one heavy duty tap (quarter turn) at kitchen room in control
building.

Standards
The work shall be carried out in accordance with the latest revision of relevant standards.

Workmanship
The installation shall be made in neat, orderly and workmanlike manner, conforming in
every way to the accepted standards of the best commercial practice.

Payment:
No separate or direct payment will be made to the Contractor for 'Water Supply and
Plumbing & Sanitary Fixtures' separately. All costs incurred in connection therewith shall be
included in the unit bid price for the construction of the control building.

9.16 Furnishing and Miscellaneous Facilities at Control Building

9.16.1 Furnitures
The Contractor shall provide furniture and office equipment for control building. Without
limiting the generality of the foregoing, the following shall be provided for the substation.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-65

(a) Desk shall be approximately 1651mm x 746mm high, double pedestal, double wall
construction, and plastic laminate on steel top construction with glass top. Provide two (2)
sets.
(b) Two (2) sets of steel swivel chairs.
(c) One (1) set of minimum 4 shelves vertical filing cabinet.
(d) One (1) set of minimum 4 shelves drawing cabinet.
(e) Two (2) sets of electric clocks, quartz wall hung type.
(f) Two (2) sets of desk telephones
(g) One (1) Steel cupboard of six feet x four feet size.
(h) One set (1) 32 inch LED SMART TV SAMSUNG or LG or SONY or TOSHIBA make or
equivalent with dish home/city cable.
(i) One (1) automatic electric kittle with one (1) dozen cup set and (1) dozen plate.
(j) One (1) 1600 W Vacuum Cleaner.
(k) Kitchen pantry.
(l) One foldable aluminum/steel ladder for the maintenance of lighting fixture.
(m) One wall mounted steel ladder with door on roof.

Payment
No separate or direct payment will be made to the Contractor for Furnishing and
Miscellaneous Facilities separately. All costs incurred in connection therewith shall be
included in the unit bid price for the construction of the control building.

9.16.2 Firefighting system


The control building shall be equipped with a fire alarm, smoke alarms and fighting system
with one set manual hooter as approved by the Employer to suit its application and size.
9.16.3 Illumination System
The Contractor shall design and provide illumination system for the control building
according to the requirements specified in relevant chapter. The Contractor’s designed
drawings shall be submitted to the Employer for approval.
Payment:
No separate or direct payment will be made to the Contractor for ‘Illumination' separately.
All costs incurred in connection therewith shall be included in the unit bid price for the
construction of the control building

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-66

9.17 Payment of control building


Payment for the Contract item "Control Building Works" will be made at lump sum bid
price. Therefore, in the Price Schedule, the lump sum bid price shall include full
compensation for all costs incurred in performing Excavation and Backfilling, Concrete
work, Flooring, Brick Masonry Work, Plaster and Tile Work, plinth protection work, Door
and Windows, False Ceiling, Heat Insulation and Water Proofing, Water supply, Storm
water drainage, Plumbing(Sanitation), Sewerage and Sanitary Fixtures, Cable Trench ,Paint
and Glazing, Ventilation and Air – conditioning, Furniture and Miscellaneous Indoor
Facilities and any other works required for the completion of the Works.

10. WATER SUPPLY AND SANITARY SYSTEM


SCOPE
a) Deep boring for water source, pumps and piping from source to water tanks and all
buildings
b) Underground RCC water storage Tank 18,000 ltr.
c) Supplying and fitting of pipes and accessories for water supply, sanitary wares , pipes
and fittings including overhead tank for all Buildings.
Contractor shall make the arrangement of water supply for construction work as well as for
future use also. The control building shall have an adequate water supply system as
approved by the Employer. Contractor shall make arrange of water supply from
underground RCC storage to overhead water tank (2000 ltr.) over control building. Source
which shall be a deep boring of size (150mm or more) capable of adjusting one horse power
submersible water-pump inside. The outlet shall be connected to the underground RCC
water tank.
An underground R.C.C. water tank (min. thickness 150mm) shall be provided of Inner
dimensions 4m * 3m * 2m ie 24000 ltr. A rooftop water tank of at least specified size shall
be provided on buildings for which another one, 1 H.P. heavy-duty water-pump shall be
used for pumping water from ground-tank to roof-tanks for every buildings separately.
The works shall be carried out in accordance with the latest revision of relevant standards.
Payment
Payment for the contract item “Construction of Water tank (24000 ltr) & Water supply from
source to storage tank” will be made at lump sum bid price. Therefore, in the Price
Schedule, the bid price shall include full compensation for all costs incurred in furnishing all
material, equipment and labor and other operations related to the scope of work.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-67

11. DRAINAGE AND SEWAGE SYSTEM

11.1 Drainage System


The drainage system is to drain all the storm run-off water and all other water by using pipe
culverting system, open gutter and cable trench system to the public drainage pit outside the
substation in accordance with the instructions of Employer. The Contractor shall perform
and be responsible for drainage system according to the following specified items. The
Contractor shall study and divert the existing drainage system. Septic tank and soak pit shall
be constructed for the sewage system of control building. All the Contractor's designed
drawings shall be submitted to Employer for approval.
Drainage system shall include, but not limited to following:

 Hume pipe culvert near entrance of substation compound if required.


 Perforated Hume pipes for sub-surface drainage of switchyard area
 Open channel drainage around switchyard area
 Open channel drainage system to drain out storm water outside of compound

11.2 Principal Areas of Drainage


1. Switchyard area and cable trench
2. Road surface
3. Control building, Staff Quarter Building, Guard cum Store House
4. Compound periphery

11.3 Drainage Pipe.


The Contractor shall design, furnish and install all pipes for drainage system as shown in the
drawing for approval.

Drainage Channel Materials


a) All drains must be built with proper gradient.
Excavation must give allowance to formwork, which shall be refilled with proper
compaction.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-68

b) Concrete Pipes
Concrete pipes shall be of Np-3 class or equivalent in required size. Closed pipes
shall be used at road crossing.
The perforated type pipes of 150mm dia shall be used for switchyard area. Perforated
pipes shall be made of R.C.C hume pipe Np-2 class or equivalent. These pipes shall
be protected with screened gravel of 25mm-4-mm size.
c) Mortars for drainage channel shall be a mixture of cement and sand mortar with a
ratio of 1:3.

11.4 Open Channel Type Drainage


The surface shall be made as smooth as possible with plasterwork. Side and base shall be
constructed in Brick masonry wall. The function of the gutter is to drain the surface run-off
from the road surface and nearby area. The size and slope of the gutter shall have adequate
capacity for drainage of the area.

11.5 Sump, Septic tank and Soak pit


Sump shall be provided for pipe changes in size, direction, and inspection and at inlet of
nearby area. The maximum distance at road inlet sump shall not be more than 30 meters.
The sump shall be of reinforced concrete type. The sump cover shall be of either steel
grating or cast iron.
Only cast iron cover shall be used for inspection sump. The inspection or manhole sump
shall be provided at maximum distance of 40 meters.
The steel grating shall be strong enough for the load of AASHO H 20 S16.
Septic tank and Soak pit shall be constructed for the sewage system of control building. 50
mm diameter CPVC pipe shall be connected from kitchen &bathroom and 100 mm
diameter. CPVC pipe shall be connected from toilet to the septic tank. Overflow from septic
tank shall be connected to the soak pit, which is ultimately drained to the natural drainage
system.

11.6 Payment

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-69

Payment for the Contract item "Drainage system" will be made at lump sum bid price.
Therefore, in the Price Schedule, the bid price shall include full compensation for all costs
incurred in furnishing all material, equipment and labor and other operations related to the
scope of work.

12. OUTDOOR CABLE TRENCH, DUCT BANK CONDUITS AND HAND HOLE.

12.1 General Requirement


The detail design of the cable trench shall be the responsibility of the Contractor. All designs
and details shall be subject to approval of the Employer. The inside depth of the trench shall
be minimum 0.6 m.

12.2 Type of Cable Trench


Concrete cable trenches of adequate size shall be designed and constructed in accordance
with the approved drawings and as directed by Employer. Main cable trench shall not be less
than 1000 x 800 mm.
Cable trench shall be reinforced concrete trench with one or more layer of hot dip
galvanized light gauge shape steel tray. The cover of trench shall be 80 mm thick precast
RCC slabs with the provision of handles of approved design. The top surface shall be
smooth finished. The trench and cover where it crosses the road shall be calculated safe for
the load of AASHO H20 S16 and space for future use shall be provided.
Trenches shall be designed with floor drains. Reinforced concrete, cast iron or heavy-duty
PVC pipe of minimum 15-centimeter diameter shall be installed in the cable trench sump pit
to the nearest drainage system to drain the water in the cable trench.

12.3 Conduit and Hand Hole


The Contractor shall provide the conduit and hand hole for the cable from the main trench to
the steel structure or equipment foundation. The hand hole shall be reinforced concrete with
galvanized steel checkered plate cover. The size of the hand hole shall be large enough to
pull the cable from the conduit to the foundation.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-70

12.4 Payment
Payment for the Contract item, "Cable Trenches", will be made at the lump sum bid price.
Therefore, in the Price Schedule, such lump sum price shall include full compensation for all
costs incurred in furnishing all materials, equipment and labor and all other operations
related to cable trench design and construction, including but not limited to:
a) Performing detail designs and preparation of construction drawings.
b) Supplying transporting all materials to job site.
c) Excavating and backfilling for the cable trenches
d) Constructing the cable trenches with floor drains, reinforced concrete wall, base, cable
tray and removable cover.
e) Providing road crossing conduit and conduit pipe at foundation block.

13. MISCELLANEOUS OUTDOOR FACILITIES.

13.1 General.
The proposal shall include all miscellaneous outdoor facilities. The miscellaneous outdoor
facilities shall comprise of switchyard fence with entrance gate, road, etc.
Prior to execution of the works, the Contractor shall prepare and submit design and detailed
drawings of such works to Employer for approval. All works shall be executed in
accordance with the stipulations of the relevant articles of the Specifications.

13.2 Switchyard Fencing


The work included under this item entails the complete furnishing and installation of all
galvanized wire mesh fence, posts, gates, foundations and appurtenances, complete and in
finished condition, including the furnishing of all labor, materials, plant, tools and
equipment including excavation required for the work.
Materials. The materials shall be as specified in the drawing.
Erection. The Contractor shall erect the switchyard fence strictly conforming to drawing &
this specification. Concrete works shall be in accordance with the details in the item of these
Specifications concerning concrete work.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-71

13.3 Entrance gate for switchyard


An entrance gate at switchyard area shall be installed. The entrance gate shall be 4.5 x 2.0
(W x H) m. The Contractor shall submit the design for the approval of Employer.
Excavation, suitable size RCC pillars for gate mounting etc. necessary for complete
installation of the gate shall be covered under the contractor's scope of work. All part of
steel/pillar shall be painted according to the direction of Employer.

Payment
Payment for the Contract item "Switchyard fence including entrance gate" shall be made at
lump sum bid price. Therefore, in the Price Schedule, the bid price shall include full
compensation for all costs incurred in procurement of all materials, structural steel supports,
Gates (double & single leaf), labor and all other operations, tools and tackles, and other
operations related to the scope of work.

14. SERVICE ROAD


14.1 General
This specification covers all construction works for 4 / 5 meter wide driveway road.
14.2 Soling
First class flat brick soling work providing, laying, curing, mechanical compaction etc as
directed by Employer.

14.3 Cement Concrete Work


Providing, Laying, Compacting and Curing Cement concrete M15 (1:2:4) work with
cement, sand and crushed stone ballast 20mm guage finishing to approved level, lines and
dimensions all complete as directed by the employer.
14.5 Payment
Payment for the Contract item "Road with Cement Concrete Work" will be made at the unit
price per m3 of finished surface. Therefore in the Price Schedule, such unit price shall
include full compensations for all costs incurred in grading, furnishing all materials,
equipment and labor and all other operations.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-72

15 TRANSFORMERS FOUNDATION & TRANSFORMER SHIFTING RAIL


FOUNDATION
The Contractor shall design, prepare drawing and provide a RCC Rail cum road system
integrated with the Transformer foundation to enable installation and the replacement of any
failed unit. The transfer track system shall be suitable to permit the movement of any failed
unit fully assembled (including OLTC, bushings) with oil. This system shall enable the
removal of any failed unit from its foundation to the nearest road. If trench/drain crossings
are required then suitable R.C.C. culverts shall be provided in accordance with relevant
BS.The Contractor shall provide a pylon support system for supporting the fire fighting
system.
Each Transformer including oil conservator tank and cooler banks etc. shall be placed in a
self- sufficient pit surrounded by retaining walls (Pit walls). The clear distance of the
retaining wall of the pit from the Transformer shall be 20% of the Transformer height or
0.8m whichever is more. The oil collection pit thus formed shall have a void volume equal
to 130% for 132 kV & below of total oil in the Transformer. The minimum height of the
retaining walls shall be 15 cm above the finished level of the ground to avoid outside water
pouring inside the pit. The bottom of the pit shall have an uniform slope towards the sump
pit. While designing the oil collection pit, the movement of the Transformer must be taken
into account.
The grating shall be made of MS flat of size 40mmx 5mm placed at 30mm center to center
and 25mmx5mm MS flat at spacing of 150mm at right angle to each other. Maximum length
of grating shall be 2000mm and width shall not be more than 500mm. The gratings,
supported on ISMB 150mm, shall be placed at the formation level and will be covered with
100mm thick layer of broken/crushed/non-crushed stone having size 40mm to 60mm which
acts as an extinguisher for flaming oil. All steel works used for grating and support in
transformer foundation shall be painted with Zinc phosphate primer (two packs) conforming
to relevant IS/ BS/ equivalent International Standards.
Each oil collection pit shall be drained towards a sump pit within the collection pit whose
role is to drain water and oil due to leakage within the collection pit so that collection pit
remains dry.
Complete foundation shall be made of reinforced cement concrete and shall be designed as
per guidelines for design of foundations given in clause 10.0 in the specification.
16 FIRE PROTECTION WALLS
16.1 GENERAL
Fire protection walls shall be provided in between the transformers. The scope of works
covers design, preparation of drawing and construction of RCC fire protection walls. While
designing the wall, following points may be taken care of:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-73

16.1.1FIRE RESISTANCE
The firewall shall have a minimum fire resistance of 3 hours. The partitions, which are made
to reduce the noise level, shall have the same fire resistance. The walls of the building, which
are used as firewalls, shall also have a minimum fire resistance of 3 hours.The firewall shall
be designed to protect against the effect of radiant heat and flying debris from an adjacent fire.
16.1.2 DIMENSIONS
The firewall shall extend 600 mm on each side of the Transformer and 600 mm above the
conservator tank or safety vent.
These dimensions might be reduced in special cases, as per the approval of owner where
there is lack of space. A minimum of 2.0 meter clearance shall be provided between the
equipments (e.g. Transformer and firewalls).
The building walls, which act as firewalls, shall extend at least 1 m above the roof in order
to protect it.
16.1.3 MATERIALS
The firewall will be made of reinforced cement concrete as per the relevant IS/ BS/
equivalentInternational Standards.
No separate measurement and payment for fire wall/ partition wall shall be made.

17 PAYMENTS
17.1 Payment for Civil Works
Payment for the civil works shall be made on the basis of actual quantity approved by
Employer as shown on approved drawings. The method of measurement shall be of required
accuracy and shall be approved by Employer.
Payments will be made in the following manner:
a) Payment for the exploration work shall be made after the test results of all work have
been submitted to and approved by the Employer.
b) Payment for the items that can be measured shall be made on monthly progress basis
according to the unit cost quoted in the Price Schedule.
c) i) Payment against unit price for foundation work shall be made upon completion of
each foundation including setting, excavation, reinforcement concrete works and
backfilling complete.
ii) Payment against unit price for foundation work for slope protection works (gabion,
stone masonry etc.) shall be made upon completion of each foundation including

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 28 – Civil and Architectural Substation Works Page 28-74

setting, excavation, reinforcement concrete, plain cement concrete works and


backfilling all complete.
d) Payment for the lump sum items, except the Control Building shall be paid for the
monthly progress of work in percentage after the work has been approved by
Employer.
e) Payment for the Control Building will be made on item wise lump sum basis.
- Completion up to plinth level 25%
- Completion of roof beam slab, boundary walls and partition walls 25%
- Completion of waterproofing, wall plasters, flooring, tiling, skirtings 10%
- Completion of doors, windows, plumbing and sanitary system 15%
- Completion of air-conditioning, false ceiling, lightings etc 15%
- Testing and commissioning of control building 10%
17.2 Payment for Installation Work of the Equipment
a) Payment against unit price basis will be made upon completion of installation of each-
equipment including setting, adjusting and individual test.
b) Payment against lump sum basis will be made three times (each not less than 30%) in
accordance with the progress work which will be judged by the Employer.
c) Payment against field test will be made after the whole test reports have been
submitted and accepted by the Employer.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-1

CHAPTER - 29
BUILDING AND MISCELLANEOUS WORKS

1. GENERAL NOTES
This specification covers the general requirements for exploration, design, manufacture,
factory test, supply, construction and field testing of staff quarter building, guard cum store
house building, substructure and superstructure of compound wall and gate, septic tanks,
soak pits, plinth protection works and other civil works on the substations.
The Contractor shall perform all the works to meet the requirements of these Specifications,
the attached drawings and all the relevant Articles in these Contract Documents.

1.1 Standard and References


All equipment, materials, fabrication and tests under these Specifications shall conform to
the latest applicable standards, manuals and Specifications contained in the following list or,
to equivalent applicable standards, manuals and Specifications, established and approved in
the country of manufacturer, and approved as equal by Employer.
ACI American Concrete Institute
AISC American Institute of Steel Construction
ANSI American National Standard Institute
ASCE American Society of Civil Engineers
ASTM American Society for Testing Materials
AWS American Welding Society
JIS Japanese Industrial Standards
DIN Deutsches Institute fürNormung
Any details not specifically covered by these standards and specifications shall be subject to
approval of Employer. In the event of contradictory requirements between the standards and
these Specification requirements, the terms of the Specifications shall apply.
Unless specifically mentioned, reference to standards and specifications or to equipment and
materials of the particular manufacture shall be considered as followed by "or equivalent".
The Contractor may propose equivalent specifications, materials or equipment, which shall
be equal in every respect to that specified. If the Contractor, for any reason, proposes
equivalents to or, deviates from, the above standard, he shall state the exact nature of the
change and shall submit complete specifications of the materials, as well as copies of
pertinent standards, for the approval of Employer and decision of Employer in the matter of
quality shall be final.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-2

1.2 Scope of works


The following works shall be carried out at 132/33/11 kV Loharpatti substation so as to
complete the Staff Quarter Buildings, Compound Walls and other civil works and control
room extension works at Dhalkebar substation in all respects, as required for the proper
functioning of the substation.
- Exploration works for soil strength for foundations works for buildings and walls.
- Site Installation
- As there is permanent access highway to reach up to the construction area, it won’t be
difficult for the contractor to make any arrangement for the transportation facilities. But
it shall be the responsibility of the contractor to make any temporary arrangement for the
transportation of the materials and goods from highway up to the proposed site.
- A final layout for site installation for related works shall be prepared by the Contractor
and approved by Employer before any construction work takes place at substation site.
- Site clearing and stripping for related works.
- Site grading for related works
- Design and Construction Staff Quarter, store cum guard house.
- Design, Supply and Installation for compound boundary wall and gate.
- Design and Construction of Septic Tanks and Soak Pits
- Supply, installation and construction of water supply and sanitary systems
- Design, supply, installation and construction of ventilations, fan fixtures and other
electrical works and fixtures in the buildings.
- Design, supply and installation of Illumination systems.
- Design and supply of furniture and miscellaneous indoor facilities
- Design, Supply and Installation for foundation,weepholes, walls and fencing for
compound boundary walls and boundary gate.
- Supply and installation of miscellaneous outdoor facilities
- All associated and necessary civil and architectural works to complete the specified
scope of work

1.3 Working Schedule


A binding graphical working schedule with an explanatory report shall be submitted before
the construction period. The working schedule and any amendments to it during the
construction period will require Employer's approval.

1.4 General Notes for contractor and Definitions

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-3

a) The work shall be carried out according to the specifications whether specifically mentioned
in it or not. No extra in any form shall be paid unless it is definitely stated as an item in the
Bill of Quantities. Whenever the specifications are not given or ambiguous, the relevant
International Standards and further amendments or decision of the Employer/Engineer shall
be considered as final and binding.
b) The work shall be carried out simultaneously with the electrical, plumbing, sanitary and
other services and in cooperation with the contractors of the above services. The work shall
be carried on till it is completed satisfactorily along with the completion of essential portion
of other services. The contractor shall keep the other contractors informed well in advance
of the proposed program of the work so that the proposed work is not hindered. The
contractor shall further cooperate with other contractors in respect of any facilities required
by them e.g. making holes in shuttering for pipes, electric conduits, fan hooks etc. However,
nothing extra shall be admissible to him for such reasonable assistance and facilities
afforded to other contractors and the contractor shall be deemed to have taken factor into
consideration while quoting his rates.
c) The work shall be related to the drawings which the contractor is presumed to have studied.
All the engineering construction drawings as required for construction shall be prepared by
the Contractor and submitted to the employer for approval. Nothing extra will be paid for
preparation of construction drawing and any item because of its shape, location or other
difficult circumstances, even if the schedule makes no distinction as long as the item is
shown in the drawing.
d) The source of materials stated in the specifications are those from which materials are
generally available. However, materials not conforming to the specifications shall be
rejected even if they come from the stated sources. The contractor should satisfy himself that
sufficient quantity of material of acceptable specification is available from the stated or
other sources.
Where terms “Resident Engineer/Employer ", "Representative", "Contractor", "Works" etc.
are used, they shall have the meaning defined in the Conditions of Contract or defined in the
subsequent specification.
e) The requirements of specifications for the materials shall be fulfilled by the Contractor
without extra charge including transportation or any other taxes involved that is the item
rates quoted shall be deemed to have taken these into account.
f) "Owner" shall mean,
Dhalkebar Loharpatti 132 kV transmission Line Project
Grid Development Department
Transmission Directorate
Nepal Electricity Authority

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-4

2 GENERAL OFFICIAL ACCESSORIES


2.1 Office Accommodation
The contractor shall provide at his own expense adequate temporary accommodation and
toilet facilities for his worker as well as working office space for his staffs and Employer/
Engineer on duty for construction supervision and keep the same in good order. This may be
done to suit site conditions with the approval of the Employer / Engineer. The above
mentioned temporary structures shall be removed on the completion of works at contractors
own cost.

2.2 Boards
A board of size of 1.5m x 1.0m shall be made and put at an approved place on the site. This
board shall be painted in approved colour with names of (a) The proposed construction and
owner (b) The Contractor (c) The Engineer/Employerand (d) any other specialist consultant,
as directed by the Employer/ Engineer. This shall be provided by the Employer/Engineer.

2.3 Drawing, Instructions, Measurements


All the work shall be done according to the drawings and instructions of the Employer/
Engineer and the Contractor shall arrange to test materials and/ or portions of the works at
his own cost in order to prove their soundness and sufficiency. If after any such test and in
the opinion of the Employer/ Engineer any work or portion of work is found to be defective
or unsound, the Contractor shall pull down and re-execute the same at his own cost.
Defective materials shall be removed from the site.

2.4 Preparing and Clearing the site


The site described and shown on the plans shall be cleared of all obstructions, loose stones
and materials, rubbish of all kinds as well as brush-wood. All holes or hollows whether
originally existing or produced shall be well rammed and leveled off as directed.

2.5 Trees
No trees shall be cut without prior permission. If any trees have to be cut, this shall form an
extra item. For the purpose of the specification a tree shall be defined as growth whose
circumference of the trunk at 300mm from the base is not less than 900mm.

2.6 Measuring Materials

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-5

Materials requiring measuring shall be measured separately in boxes of appropriate sizes


before being mixed. They should be calibrated and marked with red if necessary in presence
of theEmployer/Engineer.

2.7 Temporary Protection


All trenches, walls, newly laid concrete or other work requiring protection from weather or
accidental injury shall be protected by means of tarpaulin or in any other way so as to keep
the work safe. Nothing extra shall be paid for this matter.

2.8 Quality of Work


Materials, tools and plants and workmanship shall be the best of several kinds obtainable in
the market and as approved by the Employer/ Engineer.

2.9 Leave Clean


On completion, all works must be cleaned, rubbish removed and the works and land cleaned
of surplus materials, debris and other accumulations and everything left in clean and orderly
condition.

2.10 Samples
Samples of each class of work required shall be submitted by the Contractor for the approval
of the Employer/ Engineerand after such approval these samples shall be deposited at a
place chosen by the Employer/ Engineer. The Contractor will be required to perform all
works under the contract in accordance with these approved samples.

2.11 Provisional Items


All provisional items in the schedule shall be carried out at the discretion of the
Employer/Engineer, and may or may not form part of the contract. In case, the provisional
items are carried out by the Contractor the rates shall be settled as for extra items as stated in
the conditions of contract.

2.12 Storage

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-6

Safe, dry and proper storage shall be provided for all materials, particularly for cement. The
capacity of the cement storage shall be equal to one-fourth of the total quantity to be used
but may not exceed 200 tones at the site of work.

2.13 Contractor's Laboratory


The Contractor shall provide a laboratory with equipment at his own cost within 25 days
after signing the "Form of Agreement" then maintain till the Contract period for carrying out
the tests therein under the supervision of the Employer/ Engineer to be removed on
completion of the work. The laboratory shall be at least 20 meter square housed in a
weatherproof building designated and used exclusively for the purpose of testing. The
laboratory shall be maintained in a clean, tidy and orderly fashion to the satisfaction of the
Employer/ Engineer. The Contractor's laboratory shall have the following equipment in
working condition, labor and materials required for tests.
Universal testing machine 100 tons with ... 1 set.
Compression and tension
Standard I.S. Sieves for testing sand and ... 2 set.
Aggregatesupto 40mm.
Weighing balance upto 10 kg. ... 1 set.
Field balance minimum 5 gm. ... 1 set.
Weighing scale minimum 1 gm. ... 1 set.
Glass measuring flask 1/2 liter and 1 liter ... 4 sets.
Oven for sand drying ... 1 set.
Slump cone ... 1 set.
Cube molds metal ... 6 nos.
for one casting
Water tank for curing of concrete cubes, work benches, tables, etc.
to the satisfaction of the Employer/ Engineer
Alternately, if the Contractor is unable to provide the laboratory,the testing of construction
materials shall be done in another laboratory with prior approval of the employer.

2.14 Surveying Equipment


The Contractor should supply following surveying instrument if necessary and required for
above for checking of contractor's work to the Employer/ Engineer.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-7

a) Theodolite (least count 10") - 1 set.


b) Level (Dumpy level) - 1 set.
c) Measuring tape (Tazima Standard) - 2 sets.
d) Necessary staff and other equipments.
The Contractor shall maintain the equipment in a serviceable condition and immediately
corrected or replaced if it is found to be inaccurate. The contractor must perform the
concrete cube casting and testing in presence of Employer/ Engineer and as directed by him.
All casting of testing cubes should be carried out at actual site condition and should be cured
according to the main casted slab or beams. The Contractor shall perform tests on materials
and concrete cubes as specified as presence of the Employer/ Engineer and as directed by
him and shall submit to the Employer/ Engineer two copies of the results of each test, such
results being entered on forms as approved by the Employer/ Engineer. The third copy of the
result of each test shall be retained in the Contractor's Laboratory. Without relieving the
Contractor any of his responsibilities for the testing of materials the Employer/ Engineer
may, as and when desired, carry out any of the tests, using the facilities provided by the
Contractor, for this work.

3 MATERIALS
3.1 GENERAL
The materials supplied and used in the works shall comply with the requirements of these
Specifications. They shall be new, except as may be provided elsewhere in the Contract or
permitted by the Employer/ Engineer in writing. The materials shall be manufactured,
handled and used in a workmanlike manner to ensure completed work in accordance with
the Contract. Where an Indian Standard is specified, the latest version of the standard quoted
shall be considered to apply.

3.2 SOURCES
The source of materials should be selected and notified to the Employer/ Engineer and
approved by him. The use of any one kind or class of material from more than one source is
prohibited, except by written permission of the Employer/ Engineer. Such permission, if
granted, will set forth the conditions under which the change may be made. The source or
kind of materials shall not be changed at any time without written permission of the
Employer/ Engineer. If the product from any source proves unacceptable at any time, the
Contractor shall make such arrangements as may be necessary to assure acceptable material,
either by alterations in plant operations or by a change of source. Claims for increased costs
which may be occasioned by such alterations or changes will not be given consideration,
unless the source of the unacceptable material was designated in the Contract as a source of
material.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-8

When any manufactured product, either new or used, is furnished by the owner, the location
at which such material will be delivered to the Contractor will be designated in the contract.
In such cases the contractor shall haul the materials from the designated delivery point to
point of use, and compensation for such hauling will be considered to be included in the
Contract unit price for placing the materials in the finished work.

3.3 INSPECTION AND ACCEPTANCE OF MATERIALS


Final inspection and acceptance of materials will be made only at the site of the work. The
Employer/ Engineer reserves the right to sample, inspect and test materials throughout the
duration of the work, and to reject any materials which are found to be unsatisfactory at the
time of use.
A preliminary inspection of materials may be made at the source for the convenience of the
Contractor, but the presence of Employer/ Engineer at the source shall not relieve the
Contractor of the responsibility of furnishing materials which comply with these
specifications. The Employer/ Engineer shall have free entry at all times to those parts of
any plant which concern the manufacture or production of the materials ordered.

3.4 SAMPLES AND TESTS


The Contractor shall submit sample of all materials for the approval of the Employer/
Engineer prior to commencement of work. The Contractor shall give immediate notification
of the placing of orders for shipment of materials to permit testing. He shall furnish without
charge all samples required and he shall afford such facilities as the Employer/ Engineer
requires for collecting and forwarding such samples.
The Contractor shall not make use of or incorporate into the work the materials represented
by the samples until the tests have been made and the materials are found to comply with the
requirements of the specifications, except that any materials which have a satisfactory record
of compliance with the Specifications may, at the discretion of the Employer/ Engineer, be
used until the tests are completed. If the material fails to pass the tests, no further use thereof
shall be made until the Contractor has taken steps satisfactory to the Employer/ Engineer to
correct the deficiencies.
When required by the Employer/ Engineer preliminary samples of the character and quantity
prescribed shall be submitted by the Contractor or producer for examination and shall be
tested in accordance with the methods referred to in this Specification. The acceptance of a
preliminary sample, however, shall not be construed as acceptance of materials from the
same source delivered later. Only the materials actually delivered for the work will be
considered, and their acceptance or rejection will be based on the results of the tests and
inspections prescribed in these Specifications.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-9

3.5 DEFECTIVE MATERIALS


All materials which do not conform to the requirements of the Contract will be rejected
whether in place or not. They shall be removed immediately or taken away from the site
immediately thereafter. No rejected material, the defects of which have been subsequently
corrected, shall be used in the work unless approval in writing has been given by the
Employer/ Engineer. Upon failure of the Contractor to comply promptly with any order of
the Employer/ Engineer given under this Clause, the Employer/ Engineer shall have
authority to cause the removal and replacement of rejected material and to deduct the cost
thereof from any monies due to the Contractor.

3.6 TRADE NAMES AND ALTERNATIVES


For convenience in designation in the Contract, certain articles or materials to be
incorporated in the work may be designated under a trade name or the name of a
manufacturer and his catalogue information. The use of an alternative article or material
which is of equal quality and of the required characteristics for the purpose intended will be
permitted, subject to the following requirements:
a) The burden of proof as to the quality and suitability of alternatives shall be upon the
Contractor and he shall furnish all information as required by the Employer/ Engineer. The
Employer/ Engineer shall be the sole judge as to the quality and suitability of all alternative
articles or materials and his decision shall be final.
b) Whenever the specifications permit the substitution of a similar or equivalent material or
article, no tests or action relating to the approval of such substitute material will be made
until the request for substitution is made in writing by the Contractor accompanied by
complete data as to the quality of the material or article proposed. Such request shall be
made in ample time to permit approval without delaying the work.

3.7 FOREIGN MATERIALS


Materials which are manufactured, produced or fabricated outside Nepal shall be delivered
to a distribution point in Nepal, unless otherwise required in these specifications or the
special provisions, where they shall be retained for a sufficient period of time to permit
inspection, sampling, and testing. The Contractor shall not be entitled to an extension of
time for acts or events occurring outside Nepal and it shall be the Contractor's responsibility
to deliver materials obtained from outside Nepal to the point of entry into Nepal in sufficient
time to permit timely delivery to the job site. The Contractor shall provide the facilities and
arrange for any testing required at his own cost. All testing by the Contractor shall be subject
to witnessing by the Employer/ Engineer. The manufacturer, producer or fabricator of

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-10

foreign material shall furnish to the Employer/Engineer a "Certificate of Compliance" with


the specifications where required. In addition, certified mill test reports clearly identifiable
to the lot of material shall be furnished where required in these specifications or otherwise
requested by the Employer/ Engineer. Where structural materials requiring mill test reports
are obtained from foreign manufacturers, such materials shall be furnished only from those
foreign manufacturers who have previously established, to the satisfaction of the Employer/
Engineer, the sufficiency of their in-plant quality control, as deemed necessary by the
Employer/ Engineer, to give satisfactory assurance of their ability to furnish material
uniformly and consistently in conformance with these specifications. At the option of the
Employer/Engineer, such sufficiency shall be established whether by submission of detailed
written proof thereof or through in-plant inspection by the Employer/ Engineer.

4 EARTHWORKS AND EXCAVATIONS


4.1 Layout and Site Clearance
Laying and setting out of buildings, boundary wall, pipe lines and septic tank and soak pit
including site clearance by removal of grass, shrubs etc. maximum depth of excavation and
filling 0.30 m. including dressing and leveling.
The Contractor is required to accurately lay out each structure and other facilities as per the
instructions and guidance of the Employer/Engineer and his representative at site. For this
the Contractor has to establish points for foundations of the structures as shown in the
drawings by establishing reference points fairly permanent to enable regular confirmations
by the Employer/Engineer for their accuracy. Ground levels have to be established near to
each structure as well for common height control of the structures as per the specific
instructions of the Employer/ Engineer.
The site described in plan shall be cleared of all grass, shrubs etc. The maximum depth of
excavation or filling shall be 0.3 m. The surplus excavated material shall be disposed within
a lead of 200m as directed.
No payment shall be made separately for site clearance. The unit price of layout and site
clearance shall be incorporated in the unit bid price of earthwork in excavation and filling.

4.2 Earth work


Earthwork in excavation in trenches, raft foundation etc. in soil including dressing of sides,
ramming of bottom, lift upto 2.0m. stacking of excavated materials at least 2m clear from
the edge of excavation and then returning the stacked soil in 0.15m layer when required in
plinth, under floors, sides of foundations, laying and depositing the layer by watering and
ramming and then disposing of all surplus excavated soil as directed within a lead of 200m.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-11

4.2.1 Excavation
The foundation rafts etc. shall be excavated to the dimensions shown on the drawings and to
depth, at which in the opinion of the Employer/ Engineer stratum of good hard soil is
observed.
The excavation shall be carefully carried out to the levels, shapes and dimensions as
shownin the drawings or as directed by the Employer/ Engineer to receive the concrete
work. Should any of the excavation be taken down below the specified levels, the Contractor
shall fill in such excavation at his own expense with concrete well rammed in position until
it is brought upto the proper levels. Filling in with excavated materials will not be allowed
for this purpose. No extra charge will be given for the lift of the excavated materials upto
2.0m. The excavated earth shall be stacked at least 4m from the edge of foundation. The
Contractor, at his own cost, shall dispose off all surplus excavated soil as directed by the
Employer/ Engineer within a lead of 200m.
If foundations are made broader or longer than directed, the extra length and breadth shall be
filled in after the foundations are built with earth rammed hard, by the Contractor at his own
cost. The Contractor shall at his own expense and without extra charge, make provision for
all extra excavation in slope, pumping, dredging or bailing out water and these trenches shall
be kept free from water while the foundation work is in progress. The Contractor shall also
at his own cost remove such portions of boulders or rocks, as are required to make the
bottom of the trench horizontal and level. Nothing extra shall be admissible for pumping
and/or bailing out water unless otherwise taken separately in the Bill of Quantities.
The trenches, rafts shall be inspected by the Employer/ Engineer before the concrete is laid
therein, when the trench level shall be recorded. The filling in of side of trench excavations
can be done in not more than 0.15m layers. Each layer shall be well watered and rammed
hard before adding the next layer. Such fillings shall be brought up to the ground level
without extra charge and shall form part of the item of excavation.

4.2.2 Timbering of Trenches for foundation and other works


When foundations are to be taken deep, the sides of the trenches shall be protected by
erecting timber shoring and strutting. Timbering shall be close or open depending on the
nature of the soil and work. The arrangement of timbering, sizes and spacing of members
shall be as directed by the Employer/ Engineer. Nothing extra on this account shall be
admissible unless otherwise taken separately in the Bill of Quantities.

4.2.3 Trimming and Leveling


The bottom of all foundation should be trimmed and leveled in accordance with the
drawings.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-12

4.2.4 Disposal
Disposal of the surplus earth shall be done within the site as directed by the Employer/
Engineer. Nothing extra shall be paid for such disposal within the lead of 200m. The earth
excavated shall be used for filling and terracing.

4.2.5 Measurement
Measurement shall be the product of the exact length and width of the lowest step of the
footings according to the drawing or the Employer/ Engineer's instructions and the depth
measured vertically. Where the ground is not level, average depth shall be taken. Rate shall
be inclusive of all the works described above.

4.3 Plinth filling/ Back Filling


Filling in plinth with materials brought from outside in 0.15 m layers under floors including
watering, ramming consolidation and dressing complete.
a) Sand
b) Earth
c) Random rubble filling
The earth for filling shall be brought from within the site within a lead of 300m, to be
approved by the Employer/Engineer, prior to filling. If the earth from within the site be of
unsuitable quality, earth shall be brought from outside the site. The sand shall be either a pit
sand or river sand as approved.
The work shall be done with earth/sand in 0.15 m layers, each layer being well watered and
rammed thoroughly.

4.3.1 Measurement
The measurement shall be taken for the consolidated thickness of earth/sand and paid in
cubic meter. Pit or stack measurement shall not be done for payment. Quantity of earth fill
under this item shall be calculated as the sum total of earth filling required in trenches
around foundations, over raft, under floors or any other filling less the total quantity
involved in foundation excavation. It shall include excavation of earth/sand, transportation,
screening if necessary, filling and the cost of labour etc. all complete.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-13

5 CONCRETE WORK
5.1 Plain Cement Concrete (P.C.C.) WORKS
Providing and laying plain cement concrete excluding cost of formwork complete as
required
i) M10, PCC 1:3:6 (1cement: 3 sand: 6 stone aggregate)
ii) M15, PCC 1:2:4 (1cement: 2 sand: 4 stone aggregate)

5.1.1 Materials
Cement, sand and stone aggregate shall conform to the specifications as under plain Cement
Concrete work for RCC works.

5.1.2 Mixing
All proportions shall be by volume except cement which shall be proportioned by weight
and as specified. Mixing shall be done in a mechanical mixer as per specifications of
reinforced cement concrete work. However, in special cases, hand mixing may be allowed
by the Employer/ Engineer when the following procedure shall be adopted. The several
materials shall be accurately gauged in boxes and thoroughly mixed on a water tight
platform of adequate size, being turned over at least thrice till the color is uniform and then
twice wet. Water shall be added gradually and not more than necessary or specified by
Employer/ Engineer that much concrete shall be mixed which can be used within half an
hour. Each stack shall however be not larger than consuming one bag of cement. All such
stacks shall be placed distinct from each other.

5.1.3 Laying
Concrete shall be laid in horizontal layers of not more than 0.15 m thick and gently rammed.

5.1.4 Curing
After laying, the concrete shall be kept wet for seven days constantly by ponding. If cast in
hot weather, it shall be covered with gunny bags which shall be kept constantly wet. Other
work on concrete shall not start until 3 days after laying of concrete. Concrete curing shall
be done strictly for seven days. Any failure of keeping the concrete work in constant wet
condition,the work will be done by Employer/ Engineer and cost of above work shall be
deducted from Contractor's bill.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-14

5.1.5 Measurement
Measurement shall be in cubic metre of exact length, breadth and depth. This shall be
exclusive of any form work required to complete the item. Rate shall include all materials
and labour.

6 REINFORCED CEMENT CONCRETE (RCC)


Providing and laying PCC for RCC work with stone aggregate 20mm and down gauge well
graded excluding the cost of formwork and the cost of the reinforcement
i) M 15
ii) M 20

6.1 Materials
The materials used in the works shall be of the qualities and kinds specified. Materials
delivered to the works shall be equal to the approved samples which shall be deposited with
the Employer/ Engineer at least 30 days before it is required for use in work. The quantity of
all necessary materials should be checked by the Employer/ Engineer for any casting.
Delivery shall be made sufficiently in advance of constructional requirements to enable
further samples to be selected and tested if so desired by the Employer/ Engineer. No
material shall be used in the works until approved. Materials failing to comply with the
approved samples and specification shall be immediately removed from the works at the
Contractor's Cost.

6.1.1 Water
Water used in mixing concrete shall be free from injurious amounts of oils, acids, alkalis,
organic materials or other deleterious substances. It should be clean as drinking water.

6.1.2 Cement
The cement shall be ordinary Portland cement of approved brand and manufacture and shall
comply in all respects with the I.S. 269-1967 for ordinary Portland Cement. It shall be
delivered on the site in packages with an unbroken seal fixed by the manufacturer and
plainly marked with the name of brand and the manufacture. It shall be stored in a dry place,
in regular piles not exceeding six bags high and in such a manner that it will be efficiently
protected from moisture and contamination, and that the consignments can be used up in the
order in which they are received. Set cement shall be immediately removed from the work
and replaced by the Contractor at his own expense. If desired, tests shall be made by taking

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-15

samples of cement from stores or elsewhere from the works. The selection of samples and
procedure for testing shall comply with appropriate I.S. specification.

6.1.3 Aggregate
All aggregates shall conform to I.S. 383 - 1970. Aggregate shall, where possible, be derived
from a source that normally produces aggregate satisfactory for concrete, and if requested by
the Employer/ Engineer, the Contractor shall supply evidence to this effect. If instructed to
do so, the contractor shall supply samples of the aggregate for the purpose of making
preliminary concrete test cubes as herein-after specified.
Aggregate shall consist of naturally occurring sand and gravel or stone crushed or
uncrushed, or a combination thereof. They shall be hard, strong, dense, durable, clean and
free from veins and adherent coating. As far as possible, flaky and elongated pieces should
be avoided.
Aggregate shall not contain any harmful materials, such as iron pyrites, coal, mica, shale or
similar laminated materials, clay, alkali, soft fragments, organic impurities etc. in such
quantity as to affect the strength or durability of the concrete or in addition to the above for
reinforced concrete, any material which attack the reinforcement. Aggregate which are
chemically reactive with the alkalis of cement are harmful, as cracking of concrete may take
place. These aggregate shall be protected from spilling oils, mobiles, diesels over it on site.

6.1.4 Fine aggregates


The fine aggregate shall be natural sand or sand derived by crushing suitable gravel or stone
and shall be free from coagulated lumps. Sand derived from a stone unsuitable for coarse
aggregate shall not be used as the fine aggregate.
The fine aggregate shall conform to the requirements of I.S. 383 - 1970. Fine aggregate shall
not contain more than 3% of material removable by decantation test, nor more than 1% dry
lumps. The total of coal, clay lumps, shale, soft fragments and other deleterious substance
shall not be more than 5%.
The percentage of clay lumps shall be determined by examining the various fractions that
remain after the material has been tested for grading. Any particles that can be broken with
fingers shall be classified as clay lumps and the total percentage of clay lumps shall be
determined on the basis of the total original weight of the sample. The fine aggregate shall
be well graded from fine to coarse and shall meet the following gradation requirements:
Table - 1 GRADATION FOR FINE AGGREGATE
Sieve designation Percentage by weight passing
Sieve size Percentage Passing By Wt.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-16

9.51mm (3/8 inch) 100


4.76 mm (No.4) 95 to 100
2.38 mm (No.8) 80 to 100
1.19 mm (No.16) 50 to 85
595 micron (No.30) 25 to 60
297 micron (No.50) 10 to 30
149 micron (No.100) 2 to 10
Blending will be permitted in order to meet the gradation requirements for the fine
aggregate.

6.1.5 Coarse Aggregate


The coarse aggregate shall be crushed stone aggregate. The pieces of aggregates shall be
angular. Friable, flaky and laminated pieces, mica, shale shall only be present in such
quantities as not to affect adversely the strength and durability of the concrete as ascertained
by tests on concrete cubes. After twenty four hours immersion in water, a previous dried
sample shall not have gained in weight more than 5% and not more than 10% if it is to be
used in plain concrete or elsewhere as described. The coarse aggregate shall conform to the
requirements of I.S. 383 - 1970. The percentage of wear at 500 revolutions of Los Angeles
Rattler Test shall not be more than 50%. The coarse aggregate shall meet the gradation of
Table-2. Moreover it should conform previous specification on coarse aggregate.
Table - 2 GRADATION FOR COARSE AGGREGATE.
Percentage by weight passing
Sieve Designation 50mm 40mm 25mm 20mm 10mm No.4 No.8
40mm & down 100 90-100 20-25 0-15 0-5
20mm & down 100 90-100 20-25 0-10 0-5
All R.C.C. work shall be carried out in strict accordance with this specification, I.S.
Specifications and the working drawings. Any discrepancies in the dimensions on the
drawings or any points not clear to the Contractor shall be brought to the notice of the
Employer/ Engineer or clarified in advance before proceeding with the work.
The Contractor shall allow for all wastage in all materials. He shall also allow for all tests of
concrete materials and if required produce manufacturer's certificate for cement and steel
unless issued by the Owner.
1) All form work should be get checked for leveling and dimensions as well as all necessary
supporting spouts from the Employer/ Engineer.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-17

2) Only after getting the formwork checked, reinforcement should be placed properly as
according to the drawing and detailing.
3) The date and time of any casting of concrete should be informed to the Engineer/Employer's
2 days in advance.
No concrete work shall be cast in the absence of the Employer/ Engineer. The Contractor
shall personally check that both the formwork and reinforcement have been correctly placed
and fixed and satisfy himself that all work preparatory to casting is completely ready, before
requesting the Employer/ Engineer for final inspection and approval.

6.1.6 Admixtures
The use of admixtures to improve the workability is allowed only if there is proved evidence
that neither the strength nor the other requisite qualities of concrete and/or steel accessories
grout, etc. are impaired by their use. The use of admixtures containing calcium chloride,
fluorides, nitrates and sulphates is prohibited. The decision of the Employer/ Engineer on all
matters relating to the use of admixtures shall be final.
Admixtures shall be stored in suitable waterproof building. Any material which has
deteriorated or which has been contaminated whether during transit to the site, at the site or
otherwise, shall not be used in the work and shall be immediately removed from the site and
replaced at the expense of the contractor.

6.1.7 Mix Design


Concrete mixes for various specified design strengths shall be worked out by the
Contractor.The mix proportions shall be selected to ensure that the workability of the fresh
concrete is suitable for the conditions of handling and placing, so that after compaction it
surrounds all reinforcement or tendons and ducts and completely fills the formwork. When
the concrete is hardened its quality shall be such as to comply with the strength, durability
and other requirements taking into account the conditions to which it will be exposed.
Any standard method of mix design may be used. For determining the "required average
strength" the specified minimum shall be taken as one in ten. Unless the Contractor can
prove from his past experience that he is capable of achieving a high degree of control a
"FAIR" control should be assumed in the initial mix design. Before arriving at the average
strength values due regard shall be given to the criteria acceptance of site concrete.
The mixes designed by the Contractor shall be used on works only after obtaining a written
approval of the Employer/ Engineer. It is to be understood that the mix design shall be
entirely the responsibility of the Contractor and such approval by the Employer/ Engineer
shall not relieve him of his responsibility in respect thereof. Sand shall be of an approved
quality, clean, sharp and free from injurious amount of dust, mica, shells, soft and flaky
particles, shale, alkali, organic matter, loam or other deleterious substances. The sand shall

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-18

be taken from a source approved by the Employer/Engineer and if required by him it shall
be thoroughly washed, screened and graded by the contractor at no extra cost and to the
satisfaction of the Employer/ Engineer.
The whole of the ingredients of the coarse aggregate shall consist of hard stones and shall
contain no soft or elongated pieces. If it is considered necessary, the Employer/ Engineer
may instruct it to be washed, screened and graded at no extra cost.

6.1.8 Measurement and Proportioning of Concrete Materials


The aggregate shall be measured by volume in a gauge box of correct and approved size
based on the weight of the material or by other approved accurate means. The gauge box or
other container shall be filled with the aggregate without compacting to a predetermined
uniform depth, accurate allowance being made for bulking due to moisture content of the
fine aggregate, if required on site.
The cement shall be measured by weight, one or more complete bags containing 50 kgs.
being used for a single batch of concrete and as the size of the mixer shall permit this to be
done. One weighing machine shall be placed in standby condition on casting day and if the
Employer/ Engineer feel that any concrete bag contains less than 50 kg, he can measure the
weight of it and will direct the Contractor to fulfil necessary weight of cement from
contractor's side.
The normal proportions of cement and aggregate shall comply with the quantities specified
below for the concrete described for each part of the work. The specified quantities shall be
altered if instructed after examination of the aggregate materials in samples or in bulk in
order to obtain the dense concrete with approved materials. Any such alterations within the
range of 1 part of fine aggregate to1½ parts of coarse aggregate and 1 part of fine aggregate
to 2½ parts of coarse aggregate shall be made without any alteration in the charge made by
the Contractor.

6.2 Properties of Concrete


6.2.1 Concrete Proportions
The minimum cement content of mixture shall be as below:
Grade Minimum cement content in Kg/cu.m.
M 15 300
M 20 400
M 25 550

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-19

6.2.2 Water Cement (W/C) Ratio


In general, w/c ratio of the concrete mix shall be kept minimum during casting. Generally
one bag of cement concrete mix shall use 35.6 litres of water or as necessary. As moisture
content of fine and coarse aggregate varies,for workability of concrete mix, the Employer/
Engineer may vary the water quantity and once the water quantity to be placed for one bag
of cement concrete mix, is fixed by the Employer/ Engineer, the Contractor shall follow it
strictly. As information to the Contractor, the Employer/ Engineerwill depute one checking
supervisor to the mixing batch, the quantity of water used shall be varied to suit the moisture
content of the aggregate, and shall be just sufficient to produce a dense concrete, consistent
with practical workability.

6.2.3 CONCRETE GRADE AND STRENGTH


The compressive strength (cube strength) for Portland cement concrete shall be in
accordance with I.S. 456-2000.
Grade Preliminary Testat 7 days Work Test at 28days
M20 135 Kg/cm2 210 Kg/cm2
M25 185 Kg/cm2 285 Kg/cm2

6.2.4 Control of Concrete


(i) Preliminary Tests
The Contractor shall be called upon to submit representative samples of materials to be used
for concrete in order that they may be tested at a laboratory and the suitability of materials
established. All expenses in connection with the above materials, tests shall be done by the
Contractor.
(ii) Works Cube Tests
During the progress of the work, 15 cm cubes shall be made as per I.S. 456-2000 as
necessary and tested in accordance with I.S. 516-1959.

6.2.5 Measurement of Consistency


The consistency shall be determined by making trial mixtures with dried aggregate. The
consistency of the trial mixture of approved consistency shall be measured as instructed.
The slump of approved trial mixture shall be measured and this slump shall not be exceeded
throughout all batches of concrete made from the same materials mixed in the same
proportions as the trial mixtures and used in these parts of the works as instructed. In no
case, the slump shall exceed 50mm. for concrete in slabs, or exceed 25 mm. for consolidated

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-20

by mechanical vibration. The slump test shall be made on concrete actually being placed in
the works at the commencement of each grade of concrete placing and such other times as
instructed.
The apparatus used for the slump test shall be standard cone. When cone is filled, it shall be
raised vertically clear of the concrete and the measurement of the slump shall be measured.
Care shall be taken to prevent vibration of the sample being tested. If the Employer/
Engineer requires the use of other means for testing the consistency of the concrete it shall
be done as instructed without any extra charge. For this standard I.S. Method shall be
followed.

6.2.6 Concrete Mixing


The cement and aggregates shall be thoroughly mixed together in the specified proportions
by volume or weight in a batch type mechanical mixer, unless another type of mixer is
approved. The water shall be admitted to drum of the mixer only when all the cement and
aggregates constituting one batch be in the drum. The concrete shall be mixed until the
mixer is of uniform color and in no case for less than one minute. If the drum rotates at
lower speeds, the minimum period shall be increased inversely proportional to that speed.
The period of mixing shall be measured from time when all the materials and water are in
the drum. The entire contents of the drum shall be discharged before materials for the
succeeding batch are fed into the drum. Materials spilled from the skip or other container
shall not be used. No partly set or frozen concrete shall be used in the work. Partly set
concrete shall not be remixed with the cement or aggregate of the next batch.

6.2.7 Distribution of Concrete


The concrete shall be distributed from the mixers to the position of placing in the works by
approved means that do not cause segregation or otherwise impair the quality of the
concrete. While transporting concrete over slabs and over beams by any suitable means, the
contractor shall conform that the tied bar i.e. upper bar and lower bar shall not get distorted
or displaced from its original place.

6.2.8 Preparations For Placing Concrete


Before the concrete is placed, the shuttering shall be tied - up and any water accumulated
therein shall be removed. All saw dust, chips, nails, and other debris shall be washed out or
otherwise removed from within the formwork. The reinforcement shall then be inspected for
accuracy of fixing. Immediately before placing the concrete, the formwork shall, except in
frosty weather, be well wetted and inspection opening closed.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-21

6.2.9 Placing Concrete


The interval between adding the water to the dry mix and completion of the concrete placing
operation shall not exceed 20 minutes nor, when an approved admixture that accelerates the
initial setting of the cement be used, exceed ten minutes or as directed by the Employer/
Engineer.
Except where otherwise approved for slabs and large sections concrete shall be placed in the
formwork by shovels or other approved implements and shall not be dropped from height
more than 1.5m nor handled in a manner to cause segregation. Accumulations of hardened
concrete dropping on the reinforcement shall be avoided. Concrete shall be sorted along the
formwork to that position.
Each layer of concrete while being placed shall be compactedby approved methods of
ramming or mechanical vibrations to form a dense surface free from honey combing and
tolerably free from water marks and air holes or other blemishes. The concrete shall be
tamped against the face of the formwork so as to produce dense fair surface. The number
and type of mechanical vibrations shall be approved before compacting by vibration. Placing
and compaction of concrete shall be done in such a manner as not to disturb concrete already
placed, and reinforcement projecting from concrete already placed shall not be vibrated or
jarred. For concreting reinforced concrete walls and other structures having least lateral
dimensions of 13mm. or under, each layer of concrete while being placed shall be properly
compacted by approved methods of mechanical vibrations produced by internal or external
mechanical vibration.
The laying of concrete over slabs should be uniform thick of required thickness after
vibration. This can be confirmed by dipping wooden pegs of required length. The level of all
slabs should be in level unless otherwise specified and directed bytheEmployer/ Engineer. If
required, the Employer/ Engineer will check the thickness and give order to the contractor to
fill up the newly vibrated slab concrete surface. Any slab thickness after construction, if
found less thickness than specified, the contractor will be responsible for above job.
Any water accumulating on the surface of the newly placed concrete shall be removed by
approved means and no further concrete shall be placed thereon until such water is removed.
No fresh concrete shall be brought into contact with the concrete containing cement of
different type. Unless otherwise approved or instructed, concrete shall be placed in a single
operation to the full depth of slabs, beams, and members similar thereto and shall be placed
in horizontal layers not exceeding 0.50m deep in walls, columns until completion of the part
of the work between construction joints as specified hereafter or of a part of approved
extent. At the completion of a specified or approved part of a construction, joints of the form
and in the position herein after specified shall be made. If a temporary cessation of concrete
placing be unavoidable elsewhere, a construction joint shall likewise be made.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-22

6.3 Placing concrete in extreme weather


Work shall be done according to clause 20.1.6 of I.S. 456- 2000.

6.4 Vibration
6.4.1 Appearance
The concrete that is to be compacted by vibration should appear anything from earth dry to
slightly glistening. The mix should have the appearance of lacking in fines.

6.4.2 Vibrators
The contractor must use vibrator on beams and slabs to compact the newly laid concrete.
Generally two types of vibrator shall be used.
a) Needle Or Immersion Type Of Vibrator
Casting fall beams and columns shall be compacted by means of needle type of vibrator.
4" dia needle type vibrator shall be used over beam section more than 350mm x 400mm
and rest of section need only 2" dia needle type vibrator.
b) Flat Bottom Vibrator For Slabs
The contractor shall require flat bottom type of vibrator to compact all concrete over
slabs. No immersion type of vibrator will be allowed to compact the concrete over slab.
Moreover, the contractor shall require at least two number of vibrator for one casting and
other should kept in standby position. In case vibrator got damaged or not in working
condition during casting, the vibrator shall be immediately replaced. If the contractor shall
fail to replace another vibrator during casting, no further casting of concrete will be
permitted. The contractor shall in that case, immediately remove the remaining concrete mix
from the site of work.

6.4.3 Placing
Segregation is likely to take place when the concrete is tipped into the form work and this
should be avoided. The concrete mix should not contain surplus water and sand which will
develop segregation under influence of vibratory compaction. The distribution of new
concrete should be uniform over the whole section and the surface kept horizontal all the
time thus ensuring the movement of concrete is downward only. Vibrators shall not be used
as a spreading or distributing agent.
The vibrators shall be of rotary out of balance immersion type or the electro-magnetic type
and operate at a frequency of not less than 4,000 cycles per minute. The vibration shall be of
such a power - input as to produce an acceleration of 1 to 3 m/sec in the mass of the
compacted concrete. The vibrators shall be provided for continuous operation.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-23

6.4.4 Disposition Of Vibrators


Internal vibrators shall be disposed within the mix, when placed, so as to maintain the whole
of the concrete under treatment in an adequate state of agitation such that de-aeration and
effective compaction may be attained at a rate commensurate with the supply of concrete
from the mixers. Insertion of vibrators at about 450 mm centre to centre is considered
sufficient.

6.4.5 Period Of Vibration


Vibration shall continue during the whole period occupied by placing the concrete, the
vibration being adjusted so that the centre of vibration approximates to centre of the mass
being compacted at the time of placing. The concrete should not be over vibrated and the
period of insertion of internal vibrator should be about 15 seconds at any point.

6.4.6 Compactness
The concrete shall be judged to be compacted when the mortar fills the spaces between the
coarse aggregate so as to form a glistening and even surface except for slight irregularities
where the coarse aggregate breaks this smooth surface. When this condition has been
attained, the vibrators shall be withdrawn slowly.
The vibrator must not be placed against the steel or the formwork, the minimum distance
being 8 mm. It must be placed in such a position that formwork, reinforcement and recently
laid concrete are subjected to the minimum amount of vibration.

6.4.7 Construction Joints


Construction joints shall be made in the positions hereinafter specified or elsewhere as
approved. Such joints shall be truly vertical or horizontal as the case may be, except that in
an inclined or curved members the joint shall be strictly at right angles to the axis of the
member.
Construction joints shall be made horizontally at the top of the foundations and horizontally
8 mm. below the lowest beam soffit at the head of columns. Concrete in the ribs and slabs of
small tee, all beams shall be placed in one operation, but, for large beams concrete in the rib
upto a level 2.5 mm. below the slab soffit shall be placed first. Concrete in haunches or
splays on the beams or braces and concrete in the head of adjoining portion of the columns
shall be placed at the same time as that in the beams or braces. Concrete in splays at the
junction of walls and slabs shall be placed at the same time as that in the slab. Construction
joints in the length of a beam shall be avoided where practicable, but where joints are
unavoidable they shall be made as previously approved by the Employer/ Engineer.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-24

Construction joints in slabs shall be made parallel to the main reinforcement, and where
required at right angles to the main reinforcement, they shall be made at a place previously
approved by the Employer/ Engineer.
Before placing new concrete against concrete already set, the face of the old concrete shall
be cleaned and scum removed. The face shall be roughened and any loose aggregate
removed there from. Immediately before placing the new concrete the face of the old
concrete shall be thoroughly wetted and a coating of neat cement grout applied. The new
concrete shall be well rammed against the prepared face before the grout sets. Construction
joints will not be paid separately.

6.4.8 Protection And Curing Of Concrete


Immediately after placing or finishing, concrete surface not covered by forms shall be
protected from loss of surface moisture for at least seven days when the average daily
temperature is at least 21oC, where Portland cement has been used. Protection from loss of
surface water shall be done by any of the following methods where applicable to the type of
work involved:
i) By water covering.
ii) By covering of surfaces with water impervious paper.
iii) By application of approved impervious membrane.
Surfaces from which forms have been removed before the curing period has elapsed shall be
protected as specified for surfaces not covered by forms. Membrane curing shall not be used
on surfaces required to receive additional concrete or concrete fill, or on cement finish costs
that are to receive dust proofing or hardening treatments, or during hot weather.
Water curing shall be performed by keeping the concrete surface wet by ponding, by
continuous spraying or by covering the surface with an approved water-saturated covering
such as 2.5 mm. of sand or sawdust, or by one or more layers of burlap. The exposed
concrete surfaces shall be saturated with water throughout the full stipulated curing period.
Where forms remain in place during the curing period, they shall be kept sufficiently wetted
with clean water to reduce cracks and to prevent joints from opening in the forms.
The impervious membrane curing Boundary shall be an approved non-bituminous,
colourless, liquid sealing Boundary in atomized form so as to preserve the natural color of
the concrete. The curing Boundary shall be applied as soon as surface water has disappeared
from concrete surfaces with approved pressure spraying equipment in accordance with the
manufacturer's directions and in sufficient thickness to form an effective water seal. No
compounds shall be used which will adversely affect the subsequent installation of finished
flooring.
Joints of sheet membrane used for curing shall be lapped at least 150mm and sealed with
water proof tape as recommended by the manufacturer. Polyethylene sheet shall be

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-25

considered the water-impervious paper for purposes of interpretation of this item. No liquid
curing compound may be used without specific written approval oftheEmployer/ Engineer
regarding type, manufacturer, location and extent of use and application procedures.

6.4.9 Finishes
The concrete surface shall in general be smooth finish. However, immediately after stripping
form work, minor defects and honey combed areas shall be patched and holes filled before
the concrete is thoroughly dry, patch areas shall be chipped away to 2.5 mm depth, with
regular edges perpendicular to the surface. Area to be patched shall be thoroughly wet
including the areas at least 150 mm. wide entirely surrounding them, just prior to placing the
patching mortar. Mortar shall be of the same material and proportions as used for the
concrete, without coarse aggregate. A sufficient quantity of white cement shall be
substituted for part of the ordinary cement so that the patching mortar, when dry, will match
the surrounding concrete. Water in the mix shall be kept to a minimum and mortar shall be
re-tempered without adding water and shall be allowed to stand for one hour prior to use
during which time it shall be mixed to prevent setting. The mortar shall be thoroughly
compacted into place, screeded so as to leave the patch slightly higher than surrounding
surfaces, left undisturbed for one to two hours to permit initial shrinkage and finished to
match the adjoining work. Where patches exceed 2.5 mm. deep, they shall be trimmed and
wet as specified, after which the opening shall be filled to within 2.5 mm. of the surface.
After sufficient shrinkage time has elapsed, the patching shall proceed as described above.
Patches shall be kept wet for five days. Tie holes left by the withdrawal of rods, or holes left
by removal of ends of ties shall be filled solidly with mortar. For holes passing entirely
through the wall, plunger-type grease gun or other device to force mortar through the wall,
starting at the back face, shall be used. When a hole is completely filled, excess mortar shall
be struck off with a cloth flush with the surface. Holes not passing entirely through walls
shall be filled solidly with mortar. Any excess mortar shall be struck off with a cloth on the
wall surface. The surface of non-shuttered faces concrete work other than slabs shall be
smoothed with a wooden float (or if approved with a steel trowel) to give a finish equal to
that of the rubbed down shuttered faces. Concealed concrete faces shall be left as it is except
that honeycombed surfaces shall be made good.
The top faces of slabs not intended to be surfaced shall be leveled and floated to a smooth
finish at the levels or falls shown on the drawings or elsewhere.
The floating shall not be executed to the extent of bringing excess fine material to the
surface. Ribbed surfaces of slabs shall where instructed be formed at the time of taming and
leveling. Indentation in slab or stair surfaces shall be formed by approved implements giving
the depth and patterns instructed. The top faces of slabs intended to be covered with screed,
granolithic or similar surfacing shall be left with a spade finish.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-26

The soffits of slabs and faces of walls intended to be rendered shall be roughened by
approved means to form a key. Concrete surfaces to take finishes other than those
specifically referred to herein shall be prepared in an approved manner to suit the finish as
instructed.

6.5 Tests On Structure


The Employer/ Engineer shall instruct that a loading test be made on the works or any part
thereof if in his opinion such a test be deemed necessary for one or more of the following
reasons:
a) The site - made concrete test cubes failing to attain the specified strength.
b) Over - loading during construction of the works or part thereof.
c) The shuttering being prematurely removed.
d) Concrete improperly cured.
e) Any other circumstances attributable to alleged negligence on the part of the Contractor
which in the opinion of the Employer/ Engineer may result in the works or part thereof
being less than the expected strength.
f) Any reason other than the foregoing.
The test shall be made at the contractor's own cost. If the test be instructed to be made for
one or more of the reasons from (a) to (e) inclusive, and If the test be instructed to be made
for the reason (f), the contractor shall make the test and shall be reimbursed for all cost
relating thereof irrespective of the result of the test.
For the purpose of the load test on floors, roofs and similar structures and their supports, the
test load shall be equivalent to 1 and 2/3 times the superimposed load for which the works or
part thereof to be tested have been designed. The test load shall not be applied within 90
days (or 28 days if rapid hardening Portland cement be used) of the completing of placing of
the concrete in the part of the works to be tested, and the latter shall not be supported during
the test by shuttering or other non-permanent support. Means shall be taken to ensure that in
the event of a failure under the test temporary support of the loaded member shall be
immediately available. The test shall proceed strictly as instructed. For the loading test on
floors, roofs or similar structures the result shall be deemed satisfactory if upon removal of
the test load the residual deflection does not exceed one - quarter of the maximum deflection
after 24 hours loading. If the residual deflection exceeds this amount the test loading shall be
repeated, and the result shall be deemed to be satisfactory if the residual deflection after
removal of the second test load does not exceed one-quarter of the maximum deflection
occurring during the second test.
If the result of the loading test be not satisfactory, the Employer/ Engineer shall instruct that
part of the works concerned shall be taken down or removed and reconstructed to comply
with this specification, or that such other remedial measures shall be taken as to make the
works secure. If the test be instructed to be made for one or more of the reasons (a) to (e)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-27

inclusive as herein before specified, the Contractor shall take down or remove and
reconstruct the defective work or shall take the remedial measures instructed at his own cost.

6.5.1 Measurement
In calculating the contents of any R.C.C. member, for measurement proposes the dimensions
adopted shall be structural concrete members exclusive of any finish,

Raft Slabs And Beams


It shall be measured in cu.m. of work done as per drawing. Measurement shall be done for
the raft concrete below the column junction to the raft slab/beam. Nothing extra shall be
paid for any odd size or shapes.

Beams
Measurement shall be between R.C.C. columns or resting on walls cubic metre of the work
done as shown on the drawing. The depth shall be taken from the bottom of the stem to the
top of the slab or projections if any. Lintels when connected to main RCC structure shall be
measured as beams.

Columns
These shall be measured in cu.m. of work done according to the drawings from top of the
footing or raft slab to the top of slab in case of ground floor and from top of slab to the top
of slab for all other floors. Unless specified otherwise nothing extra shall be admissible for
any odd size and for any special section and shape of column i.e. square, rectangular, round,
elliptical etc. and laid at any angle as may be shown on drawings.

Slabs
These shall be measured in cubic metre of the work done as per drawings. These shall be
measured from beam to beam, wall to wall or beam to wall including bearing part on the
wall. Unless otherwise specified in the schedule nothing extra shall be admissible for slabs
laid to slope, canopy slabs or those of any shape or section any cantilevered part of any
projections small or big beyond the bearing beam or wall as may be shown on drawings or
the slabs sunk for lavatory. Plaster shall be paid for separately.

Walls

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-28

These shall be measured from end of slab/column/beam, termed wall. It shall be paid in
cubic metre excluding the finish.

Lintels
All lintels spanning over independent openings unrelated to main RCC structure shall be
measured under lintels, in cubic metre of the work done according to drawing. Width of the
lintels shall be taken according to wall thickness specified unless set back or projected from
wall as shown on the drawing. Unless otherwise described or shown on the drawings,
bearing over the openings shall be depth of the lintel or 150 mm whichever is higher.

Stairs
These shall be measured in cu.m. of the concrete work done as per drawing. Unless
specified otherwise nothing extra shall be admissible for steps laid in any shape or not
straight in plan.

Folded Staircase
The folded staircase shall be measured excluding the vertical main column. It shall be
measured for step of any shape size and paid in cubic metre excluding the finish.

Fine and Louvers


The RCC fine or louvers as provided shall be measured and paid cubic metre. Nothing extra
shall be allowed due to its shape, location or size.

Facia and Parapets


These shall be measured in cu.m. of the concrete work down as per design, drawing,
exclusive of finishing. For sills, all projection upto 100 mm beyond the wall on either side
shall be made without any extra charge and these shall be inclusive of forming pattern of
drip mould.

Mullions

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-29

The RCC mullions shall be measured in cubic metre. Nothing extra shall be admissible for
its location, shape or size.

Water Tank
These shall be measured in cu.m. of concrete work done for all the slab, walls etc. forming
the water tank. Nothing extra shall be allowed for its shape, size and location. It shall be
paid in cubic metre of the concrete work.

Column Footings
These shall be measured in cu.m. of the concrete work done as per design, drawing. Unless
specified otherwise, nothing extra shall be admissible for any particular shape of the footing.

7 BAR REINFORCEMENT
7.1 Installment Of Reinforcement Steel
Supplying and fixing tor steel reinforcement in RCC work including bending, binding with
GI wire, placing in position including the cost of binding wire, as per drawing
Reinforcement shall be free from pitting due to corrosion, loose rust, mill scale, paint, oil,
grease, adhering earth, or other materials that may impair the bond between the concrete and
the reinforcement or that may in the opinion of the Employer/ Engineer cause corrosion of
the reinforcement or disintegration of the concrete.

7.2 Bar Reinforcement


Bar reinforcement described as "TOR steel" shall be hot rolled deformed bars or cold
twisted steel bars. With respect to manufacture, quality, physical properties and related
requirements, reinforcement of the fore-going descriptions shall comply with appropriate
parts of IS Standards Nos. 432-1966, 1139-1966 and IS 1786-1966 for mild steel and tor
steel respectively.

7.3 Certificates And Tests For Reinforcement


For each consignment of bar reinforcement used in the works, the Contractor shall, if
required, supply a certificate giving the ultimate strength, yield stress and elongation and the
result of the cold bend test for each type and each size of bar. Tests for the purpose of
obtaining the information shall conform to relevant I.S. specification.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-30

The reinforcements supplied for which the Manufacturer's test sheets or other records are not
available, or where in the opinion of the Employer/ Engineer has been subject to corrosion
or other bad effects, the Employer/ Engineer shall select as many test pieces as he deems
necessary, and the Contractor shall supply and deliver the test pieces free of cost without
reimbursement and pay the cost of preparing and testing them as well. This test shall be
performed in presence oftheEmployer/ Engineer.

7.4 Dimensions of Reinforcement


The size of reinforcement bar described in the working drawings or elsewhere shall be the
minimum and the rolling margin and other tolerances shall be wholly above this size. The
length of a reinforcement bar shall not be less than the length on the drawing or elsewhere
and shall not be more than 50 mm in excess of that length. Bar bending schedule shall be
prepared by the Contractor and submitted for approval of the Employer/ Engineer. Such
schedules shall be prepared based on reinforcement details, prior to the execution of the
work. Nothing extra shall be paid for this.

7.5 Bending Reinforcement


Reinforcement bars shall be bent by approved means producing a gradual and even motion.
Bars shall comply with the dimensions described in the drawings. Overall dimensions of
bent or internal dimensions of bending or the like shall be within a tolerance of 30 mm. Any
discrepancies or inaccuracies found by the Contractor in the drawings or other documents
shall be immediately reported to the Employer/ Engineer whose interpretation and
requirements relating there to shall be accepted. The internal radius of bends shall be not
less than twice the size of the bars unless described to the contrary on the bending lists or
elsewhere in the drawing. Hooks and other anchorage bends for tor steel shall be bent to an
internal radius of the twice diameter of the bar. This internal radius of the bends of corners
of binders or stirrups or links shall be half.

7.6 Fixing Reinforcement


Reinforcement shall be accurately fixed and by approved means maintained in the position
described in the drawings. Bars intended to be in contact shall be securely wired together at
all such points with 16 gauge soft iron tying wire. Binders, stirrups and links shall tightly
embrace the bars with which they are intended to be in contact and shall be securely wired
or, if approved, spot welded thereof.
Reinforcement shall be lapped, joined or spliced only at the positions described. Splices and
the like found to be necessary elsewhere shall be formed only if and as instructed. Lapping
shall be provided as shown in the drawing and as permitted. Where practicable bars in each
member shall be assembled and fixed in the form of a rigid cage or skeleton before placing

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-31

in the moulds or formwork. For this, all lapping bar on beams and slabs shall be scattered
i.e. as far as possible minimum number of laps shall be permitted in one section of slab and
only one lap will be permitted at one section in case of beams. In case of columns the
lapping of bar shall be permitted only at the centre zone of column.

7.7 Lapping Length


a) In case of beams and slabs, lapping length shall be 57 dia. of designed bar.
b) In case of columns the lapping length shall be 47 dia. of the designed bar.
Immediately before concreting, the reinforcement shall be checked for position, cleanliness,
free from rust or retarding liquid. Means shall be taken to ensure that reinforcement remains
correctly in position with required cover during the placing and compacting of the concrete.
Reinforcement projecting from work being concreted or already concreted shall not be bent
out or its correct position for any reason unless approved and shall be protected from
deformation or other damage. Reinforcement left projecting for bending with future
extensions shall be thoroughly coated with cement grout wash or encased in concrete or
other-wise protected from corrosion as instructed.

7.8 Cover Of Concrete And Spacing Of Bars


Unless otherwise described, the clear cover of concrete to the reinforcement shall be as
follows:
Horizontal, Vertical Or Inclined Slabs
15 mm or the size of the bars whichever is greater.
Lintels
20 mm or the size of the bar whichever is greater.
Beams
25 mm or the size of the main bars whichever is greater. Binders and the like 15 mm.
minimum.
Columns
Cover for main bars for columns not exceeding 20 mm diameter shall be 25 mm and
the main bars in columns exceeding 20 mm diameter shall be 40 mm or the size of
the main bars whichever is greater, 15mm minimum for rectangular binders or links
or helical binding.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-32

7.9 Chairs And Supports For Reinforcing Bars


Chairs of appropriate depth in suitable form shall be installed on all top bars in case of slab.
The shape of chair shall be checked bythe Employer/ Engineer. The spacing for slab top bar
chairs will be such that during casting time, the reinforcement shall not get disturbed.

7.10 Concrete Chair Block For Bottom Bars


All bottom bar in slabs shall be raised as accordance with cover for concrete by means of
small concrete blocks tied with binding wires. These blocks shall be placed at sufficient
intervals during casting time, to maintain the cover for reinforcement.
In case of beams, the bottom blocks as well as side reinforcement shall be provided with
concrete chair blocks so that the reinforcement shall not get disturbed during casting.

7.11 Measurement
For the purpose of ascertaining payments due to the Contractor the basis of measurements of
bar or wire reinforcement used in the works shall be the calculated weight in kg which shall
be computed from the sizes and lengths of the bars or wires described on the working
drawings or elsewhere. No allowance in the weight shall be made for cutting to waste,
rolling margin, extra length, lapping of bars or other tolerances. Nothing extra shall be
admissible on reinforcement bars, rolled by the Contractor directly from the market on
actual weight basis. The Contractor is deemed to have taken this factor into consideration
and quoted his rate accordingly in the tender. The Contractor's rate for unit weight of bar
reinforcement shall be deemed to include all allowances omitted in calculating the weight
and for any other tolerances, and for providing tying wire, spacer bars, chairs and cover
blocks as specified hereinafter for carriage and handling, for bending hooking, cranking, and
for fixing and maintaining in the correct position in the works. Standard hooks (9 times the
dia. for each hook for tor steel) shall be added to the finished length to arrive at the length of
the bar for cutting and measurement. No hooks are required for ribbed or tor steel.

8 FORMWORK
8.1 Centering And Shuttering
Centering and shuttering of plywood and steel formwork in slabs, walls, beams etc.
including propping, strutting etc. and removal of forms including applying form oil to
shuttering.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-33

8.2 Design
Formwork shall be designed and constructed for removal so that the concrete can be
properly placed and thoroughly compacted. Formwork shall be firmly supported and
adequately strutted, braced, or tied. It shall be capable of adjustment to the lines and
dimensions of the finished concrete and it shall be sufficiently strong to resist without
distortion, the pressure of concrete during its placing and compaction, and other loads to
which it may be subjected. It shall not be liable to suffer distortion under the influence of the
weather. When concrete is to be vibrated, special care shall be taken to ensure that the
formwork will remain stable and the joints tight.The safety and adequacy of centering and
shuttering shall be the sole responsibility of the Contractor. The Contractor shall if required
supply to the Employer/ Engineer drawings and calculations for the formwork he proposes
to use, for the concrete work.

8.3 Material For Formwork


All surface of the formwork shall be of 19mm thick plywood or steel plate which shall give
uniform concrete surface after removal. No wooden planks, bamboo or other means of form
work shall be acceptable. For struts and props the Contractor shall use sal wood 75mm x
100mm props or Iron lifting type strut over form base i.e. it shall not get depressed at the
time of loading or casting. Any strut, if found defective shall be replaced as directed by
Employer/ Engineer.

8.4 Deflection And Camber


The Contractor shall make allowance for any settlement or deflection of the formwork that
is likely to arise during Construction, so that the hardened concrete conforms accurately to
the specified line and level. The Contractor shall also make allowance in the formwork for
any camber specified by the Employer/ Engineer to allow for the elastic deflection of
structural members and deflection due to creep of the concrete. In the absence of any
specified camber, the soffit of all beams and slabs shall be given a camber equal to 1/240 of
the span length to ensure that the structure has the prescribed shape after removal of the
forms.

8.5 Supports
Formwork shall be constructed so that the formwork to the sides of members can be
removed without disturbing the soffit formwork or its supports. Props and supports shall be
designed to allow the formwork to be adjusted accurately to line and level and to be erected
and removed in an approved sequence without damage to the concrete. Supports shall be
carried out which is sufficiently strong to afford the necessary support without damage to
any portion of the structure. This may mean in some cases that it be carried down to the

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-34

foundations or other suitable base. Props and bracing shall be provided for the temporary
support of composite construction where separately specified.

8.6 Joints And Edges


All joints in the formwork shall be close-fitting to prevent leakage of cement slurry from the
concrete. At construction joints, formwork shall be tightly secured against previously cast or
hardened concrete to prevent the formation of stepping or ridges in the concrete. Formwork
shall be constructed to provide straight and true angles, arises or edges. Where cambers are
shown on the Drawings, the fillets shall be accurately cut to size to provide a smooth and
continuous chamfer. Formwork panels shall have true edges to permit accurate alignment at
sides and provide a clean line at construction joints in the concrete which shall be fixed with
their joints either vertical or horizontal, unless otherwise specified.

8.7 Sundries
Formwork shall be provided to the top surface of concrete where the slope or the nature of
the work requires it. Provision shall be made for forming holes and chases for services and
for building in pipes, conduits and other fixings, as shown on the drawings. The material and
position of any ties passing through the concrete shall be as directedbytheEmployer/
Engineer. Except where corrosion of a metal tie is unimportant, it shall be possible to
remove a tie so that no part of it remaining embedded in the concrete shall be nearer to the
finished surface of the concrete than the specified thickness of cover to the reinforcement.
Any holes left after the removal of ties shall be filled with concrete or mortar of approved
mix.

8.8 Cleaning And Treatment Of Formwork


Spaces to be occupied by concrete shall be free from all rubbish, chipping, shavings,
sawdust, dirt and tying wire etc., before concrete is placed. The formwork to be in contact
with the concrete shall be cleaned and treated with a suitable non-staining form oil or other
approved material. Care shall be taken that oil or composition is kept away from contact
with the reinforcement or with concrete at any construction joints. Surface retarding agents
shall not be used except with the permission of the Employer/ Engineer. Formwork shall be
thoroughly cleaned after each use. Damaged or distorted formwork shall not be used.

8.9 Painting On Formwork


The concrete repellent painting on all contact surface of the formwork shall be of approved
non bituminous colourless form oil so as to preserve the natural color of the concrete. The

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-35

repellent compound shall be applied so as to effect quick removal of form work. It shall be
applied as per the manufacture's direction. No compound shall be used which will adversely
affect the concrete work or surface. No form repellent compound may be used without
specific written approval of the Employer/ Engineer regarding type, manufactures, location
and extent of use and application procedures.

8.10 Removal Of Formwork


All formwork shall be removed without shock or vibration that might damage the concrete.
Before the soffit and props are removed the surface of the concrete shall be exposed where
necessary in order to ensure that the concrete has hardened sufficiently. In no circumstances
shall formwork be struck of until the concrete reaches cube strength of at least three times
the stress to which the concrete may be subjected at the time of striking. The formwork to
vertical surfaces such as walls, columns and sides of beams may be removed after 24 hours
in normal weather conditions although care must be taken to avoid damage to the concrete,
especially to arises and features. In cold weather a longer period may be necessary before
striking. Suitable curing methods should immediately follow the removal of the formwork.
The following minimum times shall elapse before removal of formwork:
The times given for the removal of props are based on the assumption that the total live load
plus dead weight to be supported at the time of removal is not more than one half the total
design load. For horizontal members where the loading is a higher proportion of the total
design load these times may need to be increased.

8.11 Measurement
Measurement for payment shall be done of the area on which centering shuttering has been
done. It shall include the application of the form oil and removal of the formwork as well.

9 BRICKWORK
9.1 Materials and Workmanship
9.1.1 Bricks
The bricks shall be table molded with sand from good brick earth and shall be of uniform
size, unless otherwise specified. They shall be uniform deep red, cherry or copper color,
thoroughly well burnt without being vitrified, regular in shape and size, and shall have sharp
and square sides and edges and parallel faces to ensure uniformity in the thickness of the
courses of brick work. The bricks shall be free from cracks, chips, flaws stones or humps of
any kind. They shall not show appreciable signs of efflorescence either dry or subsequent to
soaking in water. The bricks shall be sound, hard, and homogeneous in texture and produce
a clear ringing sound when struck with a trowel. In no case, the minimum crushing strength

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-36

of bricks shall be less than 1000 lbs/sq. inch. The bricks shall be provided with frogs. All
bricks which absorb water more than one-sixth of their own dry weight after being soaked
for one hour by immersion in water shall be rejected.

9.1.2 Brick Bats


Brick bats shall be well burnt and shall be obtained only from the bricks specified under
9.1.1.above.

9.1.3 Mortars
All brick work shall be laid with specified mortar of good workable consistency.
Cement mortar shall be prepared by mixing cement and sand in the specified proportions the
mixing shall be done in a mechanical mixer or by hand mixing as directed by Employer/
Engineer. Water shall be added as required during mixing. Care shall be taken not to add
more water than what is actually needed to bring the mortar to the consistency of a stiff
paste. Only the quantity of mortar, which can be used within 2 hours of its mixing shall be
prepared at a time. Mortar unused for more than 2 hours shall be rejected and removed from
the site of work.

9.1.4 Soaking of Bricks


All bricks required for masonry in cement mortars shall be thoroughly soaked in clean water
for at least one hour in tanks of sufficient size immediately before use. The cessation of
bubbles when the bricks are immersed in water is an indication of through soaking of bricks.

9.1.5 Laying
a) Bricks shall be laid in English bond, unless otherwise specified. Half or cut bricks shall not
be used except where necessary to complete the bond. Closer in such cases shall be cut to
the required size and used near the ends of the walls.
b) The walls shall be taken up truly plumb. All courses shall be laid truly horizontal and all
vertical joints shall be truly vertical. Vertical joints in alternate courses shall come directly
one over the other. The thickness of brick courses shall be kept uniform and for this purpose
straight edge with graduations showing the thickness of each brick course including joint
shall be used. Bricks shall be laid with frogs upwards.
c) The walls of a structure shall be carried up regularly and nearly at one level and no portion
of the work shall be left more than 3 ft. below the rest of the work. Where this is not
possible, the work shall be raked back according to bond (and not left toothed) at an angle
not exceeding 45 degree.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-37

d) All iron fixtures, pipes, outlets of water, hold fasts of doors and windows, etc. which are
required to be built in walls, shall be embedded in cement mortar or in cement concrete bed
as specified, in their correct positions as the work proceeds. Nothing extra shall be paid for
such extra cement mortar or cement concrete to be used for embedding the fixtures of the
nature stated above.

9.1.6 Joints
Bricks shall be so laid that joints are quite full of mortar. The thickness of the bed joints
shall in no case exceed 10 mm unless otherwise specified. The face of joints shall be raked
to a minimum depth of 10 mm by raking tool daily during the progress of work when the
mortar is still green, so as to provide proper key for the plaster or pointing to be done.
Where plastering or pointing is not required to be done, the joints shall be struck flush and
finished at the time of laying. The face of brick work shall be cleaned daily and all mortar
drippings removed.

9.1.7 Brick On Edge Coping


The top course of all plinths, parapets, steps and tops of walls below R.C.C. slabs or beams
shall be laid with brick on edge, unless otherwise specified. Proper care shall be taken that
the bricks forming the top corners and ends of walls shall be properly radiated and keyed
into position.

9.1.8 Curing
Green work shall be protected from rain by suitable covering. Brick masonry with cement
mortar shall be kept constantly moist on all faces for a minimum period of 7(seven) days.

9.1.9 Protection
Where exposed to weather, protect top of masonry with water tied material in such a way
that it will protect the completed work. Masonry wall shall set for 48 hours before any load
is applied on the completed work.

9.2 Brickwork in Foundation and Plinth


Chimney made brick work in foundation and plinths in cement mortar 1:4 (1cement:4sand).
All the works shall be done as per specification in clause 9.1

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-38

9.2.1 Measurements
The measurements of work shall be the product of the length, height and thickness.
Deductions for doors, windows and other openings including lintels shall be made to arrive
at the net quantity of work. Nothing shall be paid extra for forming such openings. However,
no deductions shall be made for areas less than 0.1 sq.m. overall, bearing of lintels, beams,
girders and holdfast blocks but nothing extra like formwork shall be paid for embedding
these. Unless otherwise specified nothing extra shall be admissible for cutting in brickwork
or brick to suit RCC structures, walls in any shape other than straight or any cutting
necessary for shaping the walls to the structural design. Rate shall be inclusive of providing
weep holes of PVC pipes and all necessary scaffolding, watering, cutting of bricks, curing,
materials and labour.

9.3 Brickwork in Superstructure


Chimney made first class brick work in super structure in cement mortar 1:4 (1 cement: 4
sand)
All the works shall be done as per specification in clause. 9.1.

9.3.1 Scaffolding
Double scaffolding having two sets of vertical supports shall be provided. The supports shall
be sound and strong, tied together with horizontal pieces over which the scaffolding planks
shall be fixed. In buildings upto two stories, single scaffolding shall be allowed. In this case,
the inner end of the horizontal scaffolding pole shall rest in a hole provided in the header
course only. Only one header for each pole shall be left out. The holes left in masonry work
for supporting the scaffolding shall be filled and made good, before plastering. The
contractor shall be responsible for providing and maintaining sufficiently strong scaffolding
so as to withstand all loads likely to come upon it.

9.3.2 Measurement
It shall be done as specified in clause 9.1 inclusive of scaffolding.

9.4 Brick work Half Brick Thickness


First class chimney made half brick masonry in cement mortar 1:4 (1 cement: 4 sand) with
4.75 mm. diametertorkari steel reinforcement placed horizontally at every fourth course. It
shall be laid in stretcher course as for brickwork specification. Horizontal reinforcement of 5
mm. diameter with proper anchorage to adjoining wall/walls shall be provided at every
fourth course.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-39

9.4.1 Mortar
Mortar shall be 1:4 (1 cement: 4 sand) mixed as per specification of clause 9.1.3

9.4.2 Measurement
Measurement shall be done in cubic metre, width of brick x lenth x height of the wall
inclusive of the reinforcement. Deduction shall be made as for brickwork stated in clause
9.1.6.

9.5 Brick Soling


For brick soling, the brick shall be Chimney made and will be laid as directed by the
Employer/ Engineer.
The brick shall conform to as per clause 9.1.1. The base on which is to be laid on edge shall
be levelled or sloped as required and compacted properly. The bricks shall be laid on edge or
flat true to line, slope and pattern as required. The line, level etc. shall be checked by
pegging. The brick shall be closely packed to each other as far as practical and the gaps shall
be filled with sand using brush for compaction. Water should not be used for flushing sand
to fill the gaps. The workmanship shall be to the approval of the Employer/ Engineer.

9.5.1 Measurement
The measurement shall be the net area of length and breadth of the work done and the rate
shall be for all the material and labour.

10. STONE WORKS


10.1 Random Rubble Masonry (RRM) in substructure and superstructure
All stone work shall be made with random rubble stone from the best quarry and built in 1:4
cement mortar (1cement : 4sand) and fixing of required weep holes for substructures. The
stones must be approved by the Employer/Engineer before using in the construction work.

10.1.1 Workmanship
Material
The stone shall be hard, tough, sound and durable. Stone shall not be less than 15 cm and
more than 45 cm. Face stones shall be larger and uniform in size and colour to give a good

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-40

appearance. Breadth of face stones shall be greater than the height. Face stones should tail
into wall to a sufficient depth to bond well. Stone shall be laid with broader face downwards
to give good bedding. Face joints shall be broken and face of wall shall be truly in plumb.
Corner stone or quoins should be of good stones and dressed correct to angle and laid as
headers and stretchers. All stones shall be wetted thoroughly before laying.

Mortar
The rubble stone shall be placed with 1:4 cement sand mortar after having joints thoroughly
moistened. The surface joints shall be finished by flush pointing with 1:2 cement sand
mortar. The ingredient shall be accurately gauged by measure and shall be well and evenly
mixed together in a mechanical plant mixer care being taken not to add more water than is
required. No mortar that has been set shall be used. River sand shall be used unless
otherwise specified. If hand mixing is allowed then it shall be done in masonry tanks. The
gauged materials shall be put on the platform and mixed dry. Water will be then added and
whole mixed again until it is homogeneous and of uniform colour. Mortar shall be prepared
in such quantity, at one time, which shall be consumed within half an hour of its mixing.
The work shall be well watered for a fortnight.

Joints
Joints shall not be thicker than 19 mm. Face joints shall be thinner. Interstices, if any may be
filled with pieces of spalls of stones embedded in mortar. No pointing shall be allowed
afterwards. In the corners, the stones should be chiseled at both sides and also on the top of
the stone walls where the wall is ending and such surfaces being built up. Not more than 60
cm height of masonry shall be constructed at one time.

Bond Stone
Through bond stones of one piece shall be provided one for every 0.5 m2 (5sq.ft.) of face.
For walls thicker than 75 cm bond stones may be of two pieces placed side by side over
lapping at least 25 cm. Breadth of lap stones shall not be less than 1.5 times the height. All
stones shall be thoroughly wetted before laying. At the end of day’s work masonry shall be
flooded with 2.5 cm water at the upper surface with the help of fillets of mortar about 38
mm high, made round in edges. The masonry shall be protected from sun, rain, frost and
other weather effect.

10.1.2 Measurement
Measurement for payment of stone masonry works shall be made on the basis of actual
volume of stone masonry in cubic meters. The measurement of work shall be the product of

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-41

the length, thickness and height. Payment shall be made for the number of cubic meters
measured as provided at the unit price specified in the schedule. The unit price shall include
all labors, equipment, materials, fixing required weep holes,scaffolding and all other cost
necessary for the performance and completion of the works.

11. CEMENT PLASTER WORKS

11.1 Cement Sand Plastering On Walls In Cement Sand (C/S) Mortar(1:4)

11.1.1 Scaffolding
For plastering work on walls, unless otherwise specified, double scaffolding having two sets
of vertical supports shall be provided. The Contractor shall be responsible for providing and
maintaining sufficiently strong scaffolding so as to withstand all loads likely to come upon
it.

11.1.2 Mortar
The type of mortar mix to be used shall be as specified in the description of the item.

11.1.3 Workmanship
All joints in the masonry shall be raked out properly to a minimum depth of 1/2". Dust and
mortar shall be brushed out. The surface shall then be thoroughly washed with water,
cleaned and kept wet before plastering is commenced. The thickness of the plaster shall be
as specified. The plaster may be applied in 1, 2 or 3 coats as specified or as directed by the
Employer/ Engineer, but no single coat shall exceed 1/2" thickness.
Ceiling plaster shall be completed before the commencement of wall plaster. All wall plaster
shall be started from the top and work down towards floor.
Gauges of plaster 6" x 6" shall be first applied horizontally and vertically, at not more than 6
ft. intervals over the entire surface to serve as guides for plastering and to ensure even
thickness and a true surface. The surfaces of these gauged areas shall be truly in the plane of
the finished plaster surface. The surface shall be finally given the type of finish as specified
in the description of the item or as directed by the Employer/ Engineer. All corners, arises,
angles and junctions shall be truly vertical or horizontal as the case may be and shall be
carefully finished. Rounding or chamfering corners, arises, junctions etc. where required
shall be done without any extra payment.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-42

In suspending work at the end of the day, the plaster shall be left, cut clean to line both
horizontally and vertically. The work shall be closed on the body of wall and not nearer than
6" to any corners on arises. When recommencing, the edge of the old work shall be scraped
clean and wetted before plaster is applied to the adjacent areas.
Curing shall be started 24 hours after finishing the plaster. The plaster shall be kept wet for a
minimum period of 7 days. The dates of plaster shall be legibly marked on the various
sections of the wall so that curing for the specified period thereafter can be watched. Any
cracks which appear in the surface and all portions, which sound hollow when tapped or are
found to be soft or otherwise defective, shall be cut out in rectangular shape and redone as
directed by the Employer/Engineer.

11.1.4 Measurement
It shall be done in square metre of the surface over which the plaster has been done. The
thickness of the plaster shall not be taken into account except for independent columns
where the measurement shall be of finished surface allowing 12mm over the designed
dimensions. Opening shall be deducted in full, and jambs and soffits shall be allowed.
Openings less than 1 sq.mshall not be deducted and nothing extra shall be paid for finishing
jambs, soffits and the sides of such openings. Unless otherwise specified, nothing extra shall
be allowed for plaster on independent columns and beams, short with or on curved surface.

11.2 Cement Sand Plastering On Ceiling In Cement Sand (C/S) Mortar (1:4)

11.2.1 Scaffolding
Stage scaffolding independent of the walls shall be provided for all ceiling plaster.

11.2.2 Mortar
The mix of mortar to be used shall be as specified in the description of the item.

11.2.3 Workmanship
Projecting burns of mortar formed due to the gaps at joints in shuttering shall be removed.
The surface shall be scrubbed clean with wire brushes. In addition, concrete surfaces shall
be pack marked with a pointed tool at spacing of not more than 2" centres to ensure proper
key for the plaster. The surface shall then be cleaned of all oil, grease, etc. and well wetted
before the plaster is applied. The thickness of the ceiling plaster shall be 1/4" to 1/2" unless
otherwise specified. The plaster may be applied in one or two coats as specified.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-43

Ceiling plaster shall commence only after the slab above has been finished and the centering
removed. In the case of ceiling of roof slabs, plaster shall commence only after the terrace
work has been completed. Gauges of plaster 6" x 6" shall be first applied at not more than
5ft. intervals in both directions to serve as guides for the plastering and to ensure even
thickness and a true surface. The surfaces of these gauged areas shall be truly in the plane of
the finished plaster surface.
The surface shall be finally given a smooth finish, unless otherwise specified, when the
work is in progress all horizontal lines and surfaces shall be frequently tested for their
accuracy. Curing shall be started 24 hours after finishing the plaster and shall be continued
for a minimum period of 7 days. The dates of plaster shall be marked so that curing for the
specified period thereafter can be watched.
Any cracks which appear in the surface and all portions, which sound hallow when tapped
or are found to be soft or otherwise defective, shall be cut out in rectangular shape and
remedied as directed by the Employer/ Engineer.

11.2.4 Measurement
Measurement shall be done in square metre of the surface over which the plaster has been
done. The rate shall include materials and labour etc.

11.3 Cement Pointing

11.3.1 Scope
This specification covers supplying materials and executing the pointing works on outside of
stone work.

11.3.2 Preparation
The joints of the brick work/stone work shall be raked out to a depth of 3/4" and the wall
surface washed and cleaned and kept wet for two days before pointing.

11.3.3 Scaffolding
Wooden ballies, planks, trestles, G.I. pipes, ply board and other scaffolding material shall be
sound and erected in accordance with the specification given under Brick Work or as
directed by the Construction Manager.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-44

11.3.4 Materials
The materials for mortar-cement and sand as specified shall be of standard specifications as
mentioned in the beginning, (see concrete works). The materials shall be first mixed by
measuring with boxes to give the required proportion as specified (1:2); and then mixed by
adding water slowly and gradually to give a working consistency.

11.3.5 Operations
The mortar shall be pressed into the raked, cleaned and wet joints and a groove of shape and
size of 5 to 6 mm deep shall be formed running a forming tool of steel along the centre line
of the joint. The vertical joints also shall be finished in a similar way at right angles to the
horizontal lines. The finished work shall give a neat and clean appearance with straight
edges.

11.3.6 Curing
The finished work surface shall be cured for seven days and shall be protected by hanging
mattings or gunny bags on the pointing keeping them wet.
Curing shall be done in a way to avoid or minimize overflow or seepage to the existing
surface below.

11.3.7 Measurement
Measurement and payment shall be done in square meter as in item. Measurement shall be
done nearest to two decimal places separately for various mixes of the work for the net
quantity executed. All openings shall be deducted and any jambs, soffits etc. measurements
shall be allowed. The rate includes all labour, materials, erection and removal of scaffolding,
preparation of background, finishing etc.

12. FLOORING
12.1 CEMENT SCRREDING/PUNNING
Providing and laying 3mm neat cement punning on floor, with 38mm screed of specified
ratio including wetting the surface, mixing, laying and rubbing with steel trowel to a hard
smooth and shining surface and curing.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-45

12.1.1 WORKMANSHIP
The base surface shall be properly watered and cleaned of dust and dirt. A screed of
cement/sand in the specified ratio shall be laid over it. Upon which punning shall be done.
Before applying cement sand punning, the first coat should be swept clean of any dust or
loose particles. The average thickness of punning shall not be less than 3mm. The pattern of
the surface should be as per instruction of the Employer/ Engineer. The coat shall be
finished by rubbing with a steel trowel and any depression shall be filled in and rubbed to a
shining surface. All corners and edges shall be rounded. The Contractor shall prepare a
sample square metre of the punning as per instruction of the Employer/ Engineer until the
quality, texture and finish required is obtained and approved by the Employer/ Engineer,
after which all punning executed, shall conform to the respective approved sample. All
punning shall be finished smooth, even and truly level and as per instructions of the
Employer/ Engineer. The punning shall be kept wet for 7 days.

12.1.2 MEASUREMENT
The measurement shall be taken in square metre for the finished surface. The rate shall
include all the materials and labour.

12.2 Cement Sand Punning


12.2.1 Scope
This specification deals with the Cement Sand punning in floor or vertical surface where
cement punning flooring is done.

12.2.2 Materials
Cement and Sand shall confirm to “STANDARD CONSTRUCTION MATERIALS”

12.2.3 Workmanship
All workmanship shall be according to the latest and best possible standards.
Cement sand punning l used shall be in the ratio of 1:1 over and including 20 mm base
screed 1:4, it shall placed on floor, skirting, dado etc. The entire surface, in advance, shall be
thoroughly cleaned of any loose materials, mortar and other foreign materials. Surface shall
be thoroughly wetted with water. Laying & rubbing shall be carried out with steel trowel to
a hard, smooth & shining surface. Curing shall be carried out for at least seven days

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-46

Before applying cement sand punning, the surface shall be cleaned of any dust or loose
particles. The average thickness of punning shall not be less than 3mm .The pattern of the
surface should be as per instruction of the Engineer. The surface shall be finished by rubbing
with a steel trowel & any depression shall be filled in & rubbed to a shining surface. All
corners & edges shall be rounded. The contractor shall prepare a 3 square feet of the
punning as per instruction of the Engineer, after which all punning executed shall confirm
with the respective approved sample. All punning shall be finished smooth, even & truly
level. It shall be kept wet for 7 days.

12.2.4 Measurement
Measurement shall be done in Running Metre (or square meter only if specified in BOQ) as
per exact dimensions shown in the drawing. The rates for items shall include cost of all
materials consumed in the work at all level, hire charges of materials, tools and plants, cost
of labour, insurance, all transport, services, etc, complete.

12.3 Tile Work


12.3.1 Scope
This specification covers tile floor neatly finished in general and skirting with tile in
particular.

12.3.2 Materials
The tile material for Glazed/Non-glazed Vitrified Porcelain (Granite Viglacera-Vietnam,
Portebello-Brazil or equivalent make)/Glazed/Non-glazed Ceramic tiles (Somany, Kajaria or
equivalent make), shall confirm to IS:777 (respective IS standards) or Equivalent approved
by the Engineer.
Glazed Ceramic Tiles shall be used for tiling walls, Non-Skidding Tiles shall be used for
tiling floors and Double Charged Tiles shall be used for tiling the counter slab for kitchen.
The tiles shall be of approved color, size and shape or as shown in the drawings. And shall
be laid to the pattern approved by the Engineer. The tiles shall be of uniform colour, true to
size and shape and free from cracks, twists, uneven edges, crazing and other defects. The
size and thickness of the tiles shall be as specified. The contractor shall submit samples of
tile for selection and approval by the Engineer In-charge and all tiles delivered to the site
shall confirm to the approved samples with regard to size, quality, texture and color.

12.3.3 Mixing

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-47

Mixing shall be done as per specification for mortar mixing of brick masonry work.

12.3.4 Preparation of Surface and Installation


Wall surfaces shall be brushed cleaned and wetted. Prior to installing any tile, the Contractor
shall inspect surface and conditions in areas to receive tile work and shall notify the
Engineer of any serious defects or conditions that will interfere with or prevent a satisfactory
tile installation and shall coordinate with other traders of work. Approximately 12 mm thick
level and plumb, scratch coat of cement mortar 1:4 or as specified by site engineer shall be
applied. The scratch coat shall be moist cured for at least 24 hours before application of
floating coat. Before applying floating coat the scratch coat shall be thoroughly wetted. The
floating coat, plastic mix of neat cement of approximately 3 mm thickness shall be applied
even with screeds to true plane. Floating coat shall be applied over areas no larger than can
be covered with tile while the mortar is still plastic (half set). Glazed tile shall be soaked,
completely immersed in clean water at least 30 minutes and drained. Individual tile that
exhibits drying along edges shall be allowed to remain on the backs of tile at the time of
setting. Tiles shall be installed by applying a skin coat of a plastic mix of neat cement to
backs of tile and firmly pressing tile into the floating coat to true plane and position. White
cement shall be used for the skin coat where white joints are required. During the process of
setting tiles, continuous horizontal and vertical cuts every 40cm to 60 cm shall be made
through the floating coat while plastic, using the point of a trowel turned edge wise, Care
shall be taken to prevent cutting into the scratch coat. Where full size tile cannot be laid, it
shall be cut (sawn) to required size and edges rubbed smooth to ensure a true and straight
joint. All tile work finishing shall be adequately protected from damage during the progress
of construction and any damage shall be repaired to the satisfaction of the Engineer at the
Contractor's expense.

12.3.5 Joints in the Tile Work


Joints in tile work shall be accurately aligned with horizontal joints level and vertical joints
plumb. Joints shall be maintained uniformly wide by aligning spacer lugs on tile edges if
tiles are so manufactured or by use of wetted strings.

12.3.6 Tile Layout


Tiles shall be laid out in such a way that no tile less than half size occurs. Where tile must be
cut at edges or penetrated the cut edges shall be carefully filed and neatly ground. Chipped,
cracked or broken tile shall not be used and all defective work shall be replaced and repaired
to the satisfaction of the Engineer at the Contractor's expense.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-48

12.3.7 Grouting the Tile Joints


After tiles have been set firm and strings removed, the tiles shall be dampened and joints
grouted full with a plastic mix of neat cement by trowel, brush or finger application. Unless
otherwise directed, grout shall be white cement. During grouting all excess grout shall be
cleaned off the tile surface with damp cloth sponges The finished floor surface shall be true
to required levels. All tile work finishing shall be adequately protected from damage during
the progress of construction till completion and any damage shall be repaired to the
satisfaction of the Engineer at the Contractor's expense. Upon completion prior to final
inspection and acceptance, the Contractor shall clean all tile work. Acids or agents liable to
damage the work shall be avoided. If tile surface show mass scratches, crack or other
imperfections, which cannot be removed by cleaning; the Contractor shall remove the
defective material and replace with new material at no additional expense. Sample of
workmanship and tile grout proposed (silicone) shall be approved prior to execution of
work.

12.3.8 Measurement
The measurement shall be in square meters of the work done including the setting mortar.
The rate shall be for the material and labor, all complete.

12.4 Mosaic Flooring


Mosaic flooring consisting of 12.5 mm thick cement mortar 1:4 and 6 mm top course 1:1
with white or colour cement with marble chips including mixing, laying, grinding, rubbing
and polishing to smooth finished glazed floor surface all complete.

12.4.1 Material
Cement, Sand shall be of standard construction materials. Marble chips of 3 mm gauge.

12.4.2 Proportion
Base course cement mortar (1:4), 1 part cement and 4 parts sand. Upper course marble chips
and cement of specified approved colour (1:1), 1 part marble chips and 1 part cement.

12.4.3 Mixing
Cement mortar shall be prepared as per specification. The marble chips and cement shall be
mixed by measuring with boxes to have the required proportion, first dry mixed and then
thoroughly mixed by adding water gradually to have a uniform plastic mix.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-49

12.4.4 Laying
The floor shall be made rough and watered and given a cement wash and then the cement
mortar shall be laid in layers in panels of 90 cm by 90 cm or as per instruction of the
Employer. Panels shall be rounded by glass dividing strips 6 mm thick and 25 mm deep.
After lying, the cement mortar shall be compacted by beating and tampering and levelled
with wooden floats. Proper slope for draining water shall be provided as per instruction of
the site Engineer. Within 2 hours of laying of the bottom layer of cement mortar the upper
layer of marble chips and cement shall be laid, and the surface tampered lightly and finished
perfectly level with straight edge loafs and trowel. Additional aggregates may be spread on
the finished surface while compacting or rolling so that the final surface is covered with
chips to extent of about 70 to 80% of the exposed area.

12.4.5 Curing
After about 2 hours of laying, the surface shall be covered with wet bags and kept wet and
left undisturbed for 2 days.

12.4.6 Finish
The surface shall be grounded by rubbing with sandstone blocks and all the cement in the
surface removed. A neat cement wash shall then be given in the surface and left undisturbed
for 6 days and the surface shall be grounded with carborundum stones of different grades
starting with coarse one and successively with finer ones, and rubbing shall be continued
until the entire surface shows a uniform granular appearance. The surface should be kept wet
during all these days. After final rubbing, the surface shall be thoroughly cleaned by
washing with soft soap water and then with clean water.
Finally, when the surface is absolutely dry, oxalic acid powder shall be rubbed well on the
surface with pieces of felt with a few drops of water, and this operation shall be repeated
until the surface becomes perfectly smooth and glossy. The surface shall be rubbed with so
as to give a glazing surface. White cement or coloured cement shall be used to have the
required colour as per specified or as per instruction of the site Engineer.
If instructed by the Site Engineer, the grinding and polishing shall be done by grinding
machine in 3 operations, first grinding with machine fitted with coarse carborundum stone,
second grinding with medium grade carbourndum stone and final grinding with fine grade
carborundum stone.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-50

13 DOORS AND WINDOWS


13.1 Wooden Doors And Windows
Providing and fixing seasoned dressed sisoo or sal timber (Agrakh) frames in doors,
windows clerestory windows and ventilators made of specified size and section as shown in
thedrawing.

13.1.1 Timber
Wherever Timber is to be used it shall be from the heart of a sound tree of mature growth,
the sapwood being entirely removed. It shall be uniform in substance, straight in fibre, free
from large, loose, deed or cluster knots, flaws, shakes, wasp, cup spring, twist, bends and
defects of any kind. It should be free from spongy, brittle, flaky or brushy condition,
sapwood and barer holes.
All timber shall be seasoned and be free from decay, rot, harmful fungi and insect attacks
and from any other damage of harmful nature which will affect the strength, durability,
appearance or its usefulness for the purpose for which it is required. The timber shall be of
best quality timber as specified. The samples of the approved timber to be used shall be kept
in the office of the Employer/ Engineer for the purpose of comparison.
The colour shall be uniform as far as possible, the darkness of colour amongst colour species
of timber being generally a sign of strength and durability. The moisture content for timber
shall not exceed 12 percent of dry weight of timber. As soon as the foundation of buildings
are laid all necessary timber scantlings shall be brought to site and stacked and kept under
cover and allowed to remain till required.
Timbers for the work shall not be brought to site of work until inspected and approved by
the Employer/ Engineer who may reject the defective timber/timber works. Any effort like
plugging, painting, using any adhesives or resinous materials to hide defects shall render the
pieces rejectable by the Employer/ Engineer. Timber presented for inspection shall be clean
and free from dust, mud, paint or other material which may conceal the defects. Cut off ends
for protection can be done after inspection with raw linseed oil or any other materials
approved by the Employer/ Engineer. No timber be painted, tarred or oiled primed without
the previous approval of the Employer/ Engineer.
All scantlings shall be sawn in straight lines, planes and of uniform thickness with full
measurement from end to end and shall be sawn in the direction of the grain. They shall be
sawn with such sufficient margin as to secure specified dimensions, lines and planes after
being brought and dressed. Any timber rejected shall at once be removed from the site of
work.

13.1.2 WORKMANSHIP

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-51

The joints shall be simple, neat and strong. Framed joints shall be coated with white lead
before the frames are put together. All mortise and tendon joints shall fit in fully and
accurately without wedging or filling. The joints shall be pinned with hard wood or bamboo
pins of 3/8" to 1/2" diameter, after the frames are put together and pressed in position by
means of a press. Joints in the frame vertical style or horizontal rail shall not be allowed.
The unrelated edges of the frame in the opening shall be rounded or beaded uniformly.
When ventilator is provided above the door, full length of the vertical post shall be provided.
The rebate and the plaster key grooves shall be provided as shown in the drawing. Vertical
part of the frame shall be embedded at least 30 mm. in the masonry or concrete or flooring.
Holdfasts shall be provided as specified and any adjustment of spacing necessary shall be
erected in position and held in plumb with proper supports from both sides and built in
masonry as it is being built.
The work shall be carried out as per the drawing. Timber shall be properly planed wrought
and dressed in a workmanlike manner. Joints shall be true to fit properly and as directed by
theEmployer/ Engineer. The rate of woodwork shall include the cost of all sawing, planning,
jointing, framing, labour and materials for raising and fixing and all workmanship and the
fitting, fixing and supplying of all straps, bolts, nails, spikes, keys wedges, pins, screws etc.
necessary for the framing and fixing. Joints and portions inserted in masonry or floor shall
be allowed for in the measurement. Plugging in of holes for holdfasts shall be done in neat
manner. Any defects observed after installation shall be rejected. Sample of workmanship
shall be submitted for approval.
Holdfasts shall be of 20mmx6mmx300mm long mild steel(M.S.) flat one end split and
fishtailed at another end for anchorage into cement concrete blocks 1:2:4 (1 cement: 2 sand:
4 stone aggregate 20mm and down gauge) and the flat end is bent up for fixing to the frame
with three screws. The holdfasts shall be as shown on the drawings. Holdfasts shall be fixed
to the door or window frames with 40mm M.S. screw. The M.S. flat of the holdfast shall be
fitted to the frame in the recess of required size and thickness. There shall be 2 such
holdfasts on each side of the frame for frames upto 1.25 m height (four in all) and 3 on each
side of the frame above 1.25 m (six in all). The positions of the holdfasts shall be as shown
on the drawings with minor adjustments for brick/stone masonry. It shall be fixed as the
work proceeds.
The mild steel holdfast for RCC columns shall be made of 12mm diameter rod fishtailed at
one end and threaded at the other. The split length shall be 25 mm and threading shall be at
least 50 mm where a nut for 12 mm dia. shall be provided. It shall be total 175 mm long.
The M.S. bolt holdfast as shown in the drawing shall be provided in the RCC column
structure at required places as the casting progresses.
The timber frame shall be fitted with M.S. bolt holdfast through square holes provided at
required places in the frame. The nut shall then be tightened properly. Care shall be taken
that the threaded bolt is at least 12mm inside exposed frame face. Plugging of the bolt hole
in the frame shall be done with timber matching the graining of the timber. The finished

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-52

surface shall be smooth and matching after plugging the bolt hole. All door, window and
ventilator embedded or in contact with masonry or concrete works shall be coated with two
coats of bitumen emulsion or solignum. Care shall be taken that such preservatives not drip
on the dressed faces.

13.1.3 Measurement
The measurement of the timber frame shall be taken in its net length and section and worked
out correct upto two places of decimals in cubic metre. Total tolerance of 3mm is admissible
in sections of dressed timber. This shall include M.S. holdfast of 20mmx 6mmx 300mm size
embedded on PCC bed 1:3:6 or 12mm dia. holdfast to RCC column.

13.2 Wooden Door Shutters


P/F in position 38mm thick saltimber (Agrakh) door shutter single or double leaf fixed with
3 nos. of 150 mm brass butt hinges to each shutter, 2 set of 150mm tower bolt, 2 sets of 100
mm door handles, rubber door stoppers and a locking set.
a) Fully panelled decorative door shutter as per drawing.
b) Flyer mesh door shutter with 50 mm. mesh expanded metal
c) Fully teak plywood faces flush door shutter as per BoQ.

13.2.1 Timber
Timber as per clause13.1.1.

13.2.2 Paneled Shutter


The shutter may be paneled single or double leaf which shall be as per drawing or the
direction of the Employer/ Engineer. The styles shall be continuous from top to bottom. The
top, frieze, muntins or mullions shall be jointed to the styles and their muntins shall be
jointed to the rail. The thickness of the frame shall be 40 mm. and widths shall be as shown
in the drawing or as directed by the Employer/Engineer. The timber panels shall be 12 mm.
thick or as instructed by the Employer/ Engineer. 20 mm. deep groove shall be made on all
the inside faces of the frame to receive panels. Before fixing the panels in the grooves of
styles, rails etc paste of white zinc shall be treated on the panel for proper adhesion.
All junctions of styles to rails or to muntinsetc shall be treated with white zinc before fixing
to the shutter frame work. 3 nos. of 150 mm steel or brass butt hinges shall be fixed with
screws at proper places as shown on drawing or directed by the Employer/ Engineer. The
finished shutter shall be dressed and smoothly finished.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-53

13.2.3 Louvers
The timber louvers shall be 12 mm thick of the size and fixing as shown in the drawing.
Vertical slats if required shall be provided as per instruction of the Employer/ Engineer.

13.2.4 Construction
The item shall be carried out in conformity with IS 1003 Part I-1966 for door shutters.
Construction and workmanship finished dimension of the components being entirely as per
clause there in and as shown in the drawing. When ventilator is included it shall be provided
by having full length one piece posts for door or window and ventilator extending the frame
on the tap to the head to the required extent. The shutters shall be of finished dimensions
with ornamental mouldings and glaze and other components as specified in the drawings or
as directed by the Employer/ Engineer for the particular type but adjusted for the absence of
rebates in the frames and shutters by reducing the glaze. The clearance between the finished
shutter and the door frame and between the shutters themselves shall not exceed 3 mm
unless otherwise specified in the drawing. The fixing and size of the hinge shall be as
specified by cutting the necessary racess corresponding to the thickness of the flaps in the
sides of the shutter style and the door frame.

11.2.5 Measurement
The measurement of the door shutter shall be taken in its net area of full length and breadth
from rebates. Tolerance in size shall be 6 mm and 3 mm in thickness. Overlaps of two
shutters shall not be measured. The rate shall be for complete work including hanging and
fixing in position. The rate shall include cost of materials and labour.

13.3 Solid Core Door Shutters


P/F in position 38 mm thick factory made solid core flush door shutters single or double leaf
fixed with 3 nos. of 150 mm brass butt hinges to each shutter, , 2 set of 150mm tower bolt, 2
sets of 100 mm aluminiumdoor handles, Rubber door stopper and a locking set.
a)Shutter made of 4mm. thick teak plywood on both faces of shutter with shutter frames and
core as specified and shown in the drawing.

13.3.1 Shutters
The shutters shall conform to the relevant specification for the type and grade to IS 2202-
1973. The flush door shutters as specified shall be manufactured by a reputed factory such

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-54

as The Indian Plywood Manufacturing Co. Ltd., Bombay or equivalent having hot press and
all modern equipment. Samples shall be produced for the approval of the Employer/
Engineer.

13.3.2 Construction
The lapping of frame (style and rail) shall be 50 mm wide of required thickness. There shall
be three numbers of horizontal wooden spacers of 100 mm width with one in middle, lock
block of 50 mm width shall be provided vertically on both sides between the wooden
spacers. Wooden batten shall also be provided. The shutter shall be as per the drawing.

13.3.3 Timber
The shutter frames shall be of Sal wood, Sissum or Agrakh or any other hardwood variety of
approved quality.

13.3.4 Plywood
It shall be commercial plywood quality for commercial play shutter facing and shall be teak
wood play of matching veneers for the teak ply face, as approved by the Employer/
Engineer.

13.3.5 Bending Medium


Liquid phenol formaldehyde synthetic resin shall be the bending medium.

13.3.6 Finish
There shall be no clear joint/junction of the plywood on the finish side. Chipped ply, cracked
or other defective workmanship shall be rejected. The door shutters shall be hung in position
with 3 nos. 150 mm M.S. butt hinges.

13.3.7 Measurement
It shall be measured in net area of overall shutter. The rate shall be inclusive of providing
and fixing the shutter with 3 nos. of hinges per shutter leaf.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-55

13.4 Door and Windows Accessories


P/F in position fixtures and fastenings in the door, window, clerestory window and ventilator
shutters as per specification and drawings to the satisfaction of employer.
a) Mortise lock chromium plated.
b) Tower bolt 230 mm. 7 levers .
c) Tower bolt 150 mm. brass.
d) Door spacing 230 mm. brass.
e) Door stopper rubber type chromium plated.
f) Handle 150 mm. brass .
g) Handle 100mm brass.
h) Tower bolt 230 aluminium.
i) Tower bolt 150mm aluminium .
j) Handle 150 mm aluminium.
k) Handle 100 mm aluminium .
l) Eye and hook 230mm. brass.
All fixtures and fastenings to be used shall be approved by the Employer/ Engineer and shall
be fixed as per drawing. They shall be new, sound and strong of best quality and
workmanship. The size shape, design and finish shall be as shown on drawings or directed
by the Employer/ Engineer. Samples shall be submitted for approval and the approved
samples shall be kept in the office of the Employer/ Engineer for comparison.
All fixtures shall be fixed to the jointing in a secure and efficient manner. Any of the
fixtures damaged during fixing shall be removed and new ones fixed in their place and the
surface of the joinery made good where affected at the Contractor's expense. When the type
is not mentioned on the drawing or items, it shall be as directed by the Employer/ Engineer.
The fastenings and fixtures shall be provided as per the fastenings and fixtures shall be
provided as per the fastenings and fixture schedule. A pair of 230mm long hooks and eyes
shall be fixed to the ventilator frame and the shutter as directed. If the drawings specify
different types of fixtures the work shall be carried out according to the drawing.
If the ventilator is of swing type then hooks and eyes can be dispensed with. The ventilator
shall swing about a central horizontal axis on a pair of such centres, chat hooks, one brass
ring with screws attached as per drawings or as directed by the Employer/ Engineer and a
good quality of window hemp cord of adequate length for convenient operation of the
ventilator shall be provided. A two pronged brass hook shall be embedded in the wall at the
height above floor level for tying the cord. All the fixtures shall be fixed as shown on the
drawings or as directed by the Employer/ Engineer. The fixture and fastenings shall be fitted
prior to the application of finishes, removed during the finishing operation and reset after
completion of the finish. Metal knobs and handles shall be protected by wrappers of the
tough paper or cloth and maintained in place till acceptance of the work. Upon completion

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-56

of the work, the Contractor shall in the presence of the Employer/Engineer show that all the
fixtures and fastening work freely.

Payment
No measurement and Payment shall be done separately for door and window accessories and
fixtures. The cost for supply, installation shall be included for cost of door/window shutter
item.

13.5 Aluminum Doors and Windows


13.5.1 Scope
This specification covers the preparation, supply, and installation of door and window
frames and shutters glazed, fly-wiremesh, fixed or operable with or without ventilator of
best quality specified aluminum as mentioned in the item. The door or windows sizes shown
in the drawings shall be the clear unrebated openings of the frame. The frames and shutters
shall be finished as specified in the item.
Aluminum windows and doors shall be obtained from a specialist manufacturer approved by
the Engineer. They shall be of the appropriate sizes and thickness best suited for the types of
the opening and/or sizes conforming to the details shown on the Drawings and shall comply
with the following requirements.
This specification covers furnishing of all labor, materials, all required hardware, glass,
panels, services and equipment necessary for aluminum doors, windows and ventilators in
any level.

13.5.2 Materials
Aluminum doors, windows etc. shall be of sizes, sections and details as shown in the
drawings opening schedule list. The details shown in the drawings may be varied slightly to
suit the standards adopted by the manufacturers of the aluminum work, with the approval of
Engineer. Before proceeding with any fabrication work, the contractor shall prepare and
submit, complete fabrication and installation drawings for each type of doors, windows,
ventilators and partition etc. for the approval of Engineer and nothing extra shall be paid on
this account.
Windows shall be made up of aluminum frame sections as required for heavy intermediate
units where operating sash are indicated. For fixed units, use standard intermediate weight.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-57

Materials and building components which the Contractor has to supply and build in, i.e. they
go into the permanent works, must be new and unused. They must comply with standards
and dimensions.
Aluminum frame shall be required 101*38*1.3 mm size or equivalent section. Materials and
building components which the Contractor has to supply and build in, i.e. they go into the
permanent works, must be new and unused. They must comply with standards and
dimensions. The colour of aluminum frame shall be dark brown. Shop drawing shall be
prepared and submitted to the employer for approval.
Aluminum Sheet: Aluminum Sheets for use as panels shall be 1.25 mm thick aluminum
alloy sheet conforming to ASTM B 209. Aluminum alloy sheet for use in general paneling
work shall be of types and thickness as specified and conforming to the requirement of
ASTM B 209. Aluminum sheets shall be of approved make and manufacturer, Aluminum
panel may be prefabricated units manufacture on modular or non-modular dimension.
Glass: unless otherwise stated, the glass shall be clear float glass and should be approved by
the Engineer. All glass shall be of the best quality, free from specks, bubbles, smokes, veins,
air holes, blisters and other defects. Opaque Glass shall be used in case of windows for
toilet bathroom. The thickness of glass shall be 5mm. The kind of glass supplied by the
contractor shall be as mentioned in the item or in the special provision or as shown on the
drawings. The float glass shall conform to the IS 14900.
No products or suppliers are indicated in this Specification. The Contractor shall propose
suitable materials and systems which comply with the intent and performance criteria stated,
whilst remaining fully responsible for the detailed design / co-ordination of the works
including all fixings and associated works to provide a safe and warranted installation.

13.5.3 Measurement
Measurement for payments shall be made in square meter for the completed work as
indicated in the Bill of Quantities. Dimensions shall be measured correct to the nearest 0.01
m i.e. 1 cm. Areas shall be calculated to the nearest 0.01 sq. m. The elevation, height and
width shall be measured out to out of the frame.
The completed aluminum door and window shall be paid at their respective contract unit
rate which shall be the full and the final compensation to the Contractor to complete the
work as per these Specifications.

13.6 Fly Wire mesh Shutter


13.6.1 Scope

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-58

This specification covers supply, fabrication and fitting of Flywiremesh shutter with timber
frame / MS folded plate on door / window of wooden frames. Flywire mesh of aluminium
windows shall not be included under this item.

13.6.2 Materials
Timber
All timber used for the work shall be seasoned and free from decay, free from any harmful
fungies and insects attacks and from any other damage of harmful nature which will affect
the strength, durability, appearance and usefulness for the purpose for which it is required.
Mild Steel Plate
Mild Steel Plate used for the work shall conform to the relevant IS specification and of size
and section provided as per the drawing.
Fixers and fastening
Providing and fixing in position fixers and fastening per every leaf as per instruction of
Engineer.
Galvanized Iron Wire Gauge
Wire gauge shall be of woven wire webbing. It shall be of 14 to 16 mesh to liner 25 mm
with 28 to 30 gauge GI wire or as approved by Engineer.

13.6.3 Fabrication
The stiles, rails etc. shall be rebated 12 mm(½") along the side to receive the wire gauge.
The galvanized iron fly proof webbing of 14 to 16 mesh to 25 mm linear length shall be
used unless otherwise specified. The webbing shall be bent at 90o at 12 mm (½") along both
side to rebate and fixed securely to stiles, rails and mountings by 12 mm (½") galvanized
Iron staples at about 15 cm (6") intervals, staggered spacing. Fillet shall be of salwood or
shishaum wood or specified timber of size 10 mm x 10 mm (3/8" x 3/8") which shall be
securely and neatly fixed with small screws spaced at 75 mm (3") centres round the rebate
for each hand of webbing after the filets are pressed well into the rebate to hold the wire
mesh. The wire mesh shall be tightly stretched during fixing. The space between filet and
the rebate where the webbing is bent shall be neatly finished with putty so that the cut ends
of the webbing may not be visible. Each shutter shall be fitted with necessary fittings of
approved quality as shown on the drawing.

13.6.4 Measurement

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-59

The flywire mesh shutter shall be measured net including the beading in square meter.
Nothing extra shall be admissible for putty, accessories, fixtures etc.

13.7 Glass at doors and windows


P/F glass in door, clerestory, window ventilator shutter with putty or putty and timber bead
as shown in the drawing.
a) Clear glas.
b) Tinted glass
c) Wired glass
d) Frosted glass
e) Patterned glass

13.7.1 Materials
Glass
All glass shall be of the best quality, free from specks, bubbles, smokes, veins, air holes,
blisters and other defects. The kind of glass supplied by the Contractor shall be as mentioned
in the item or in the special provisions or as shown on the detailed drawings. The thickness
of glass panes shall be uniform. The specifications for different kinds of glasses shall be as
under:

Sheet Glass
This shall be patent float sheet glass of the best quality, weighing 7.5 kg. persq.mupto 60cm
x 60cm panes. For panes larger than 60cm x 60cm and up to 80cm x 80cm the glass
weighing not less than 8.75 kg/sq.m shall be used. For bigger panes upto 90cm x 90cm glass
weighing not less than 1125 kg./sq.m shall be used. Sheet glass for glazing and framing
purposes shall conform to IS 1761:1960. Sheet glass of the specified colours shall be used if
so shown on the detailed drawings or specified in special provisions. For important
buildings and for panes with dimension of over 90cm. plate glass of specified thickness shall
be used.

Float Glass
When float glass is specified, it shall be "polished patent float glass" of the best quality, it
shall have both surface ground flat and parallel and polished to obtain clear undistorted

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-60

vision and reflection. The plate shall be of the thickness mentioned in the item, shown in the
detailed drawings or specified in the special provisions. In the absence of any specified
thickness, the thickness of plate glass to be supplied shall be 6mm. A tolerance of 0.50 to
0.80mm shall be admissible on the nominal thickness of polished plate glass.

Obscured Glass
This type of glass transmits light so that the vision is partially or almost completely obscure.
Principal types are plain rolled or doubles rolled, figured, rolled ribbed, fluted frosted glass
on one or both sides and rough cast. The thickness and type shall be as mentioned in the
item or special provisions or detailed drawings. The ribbed or fluted type of glass shall be
used when more diffused types of obscured glass. The thickness and type of glass shall be as
detailed on drawings or as specified in the special provisions and as directed by the
Employer/ Engineer.

Wired Glass
In this type of glass, wire netting is embedded in a sheet or plate glass. Wire mesh is inserted
during rolling. Electrically welded 13mm Georgian square mesh or 22mm hexagonal mesh
is used. The thickness of glass shall not be less than 6mm. Two varieties are:
1. Cast wired which is a transparent wired glass and
2.Polished wired which is a transparent wired glass with both surfaces ground and polished.

Glass Blocks
These may also be called glass bricks. These are used in glass brick panels. These are
hollow glass blocks formed by fusing together two halves of pressed glass and partially
evacuated. The sizes of the bricks shall be shown on the drawings or as specified in the
special provisions. The glass bricks shall be of approved make like those of Pilkington. Ribs,
flutes or prisms shall be cast on one or both of the blocks if specified in the special
provisions for obscuring the glass and to diffuse lights.

Putty
The putty to be used for fixing the glass in wooden frames shall conform to IS 419-1967.
The putty may be coloured to suit the colour of door or window etc. For glaring in metal
sashes putty to be used shall conform to IS 420-1953. Putty shall be composed of best
quality whiting mixed with double boiled linseed oil, properly kneaded to workable
consistency.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-61

Mastic
For glazing in metal sashes, patent mastic shall be used instead of putty, when so specified
in the special provisions or directed by the Employer/ Engineer. Glass bricks shall be laid in
mastic specified by the manufacturers of glass blocks or in 1:3 cement mortar if so specified
in the special provisions.
If the glazier's work is an independent item of work or forms a sub-item combined with any
other item of work, the glazing rate shall include the following
a)Providing the specified type of glass panes of the required dimensions and fixing material.
b)Fixing the glass in the frame as specified, including cutting and waste.
c)Cleaning the glazed work,
d)Repairing of any work damaged during,
e)All labour, material, scaffolding and equipment to carry out the item.

Workmanship
All glass shall be cut to size accurately to suit all openings to be glazed with a slight margin
of about 1.5mm. on all sides as directed, shall be fixed by means of T.W. beads to wooden
and steel windows and by metal spring clips to metal windows and by Rubber/ P.V.C. fillet
in aluminium windows.

Wooden Frames and Sashes


The glass panes shall be properly cut to fit the rebates of the frames and sashes truly with a
slight minus margin of about 1.5 mm. on all sides. The rebates should not be less than 8 mm.
in the frames and sashes. Before glaring, the frames shall be primed and prepared for
painting so that the wood may not draw oil out of the putty and the putty may adheres
properly. The rebate shall be puttied first and glass pane is then pressed into position and
secured with glazier's springs and firmly back puttied. The rebates shall be neatly
chamfered. The putty may be given a coat of oil paint or oil to match the side surface and
also seal the edges of the putty to the glass. The putty shall be left for a week or so before
painting to ensure its setting.
When so specified, for better class of work and larger panes of glass, the glass shall be
bedded in putty and fitted to the frames with wooden beads or mouldings and secured with
brass screws and cups. For fixing plate glass or large sheets of glass, the glass shall be
embedded in putty externally, but internally, wash leather, valvet, felt, rubber or some
similar material approved by the Employer/ Engineer shall be used before fixing the beads.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-62

Where dry glazing is specified, the glass shall be held in place by moulded wooden fillets
fixed with brass screws,round the end of the glass and between it and wooden fillets, a piece
of chamois or wash leather shall be inserted to act as a cushion.
The mode of fixing shall be specified in the special provision. If not so specified, panes up
to 0.25 sq.m shall be fixed without edge and larger panes shall be fixed with the use of
wooden beads. Unless otherwise specified, all plate glass exceeding 0.5 sq.m in area shall be
fixed with the use of wash leather, felt, valvet, etc., and beads.
No glazing shall be considered complete until all stains have been removed from the surface
of glass and wood work or metal frame.
The Contractor shall make good any glass broken by his work people while fixing or
cleaning. All doors and windows shall be cleaned, all damaged putty or glazing shall be
repaired and the whole left perfect on the completion of the work.
If glazier works is not combined with any other item of work, and is to be paid
independently, the Contract rate shall be per square metre of glazed area fixed and
completed in all respects. The panes shall be measured from rebate to rebate. Each pane of
glass shall be measured to the neatest 0.5cm both in width and height. The curved or
irregularly shaped pieces shall be measured net. The area of each pane shall be worked out
correct up to 2 places of decimals of a square metre and the areas of each class of blazing
shall be worked out separately.
When glazing is included in a composite item of glazing and framework, no separate
measurements for glazier's work shall be made. The composite item for glazing and frame
work will be paid for separately at an inclusive rate.

Payment
No measurement and Payment shall be done separately for glass at door and windows. The
cost for supply, installation shall be included for cost of door/window shutter item.

14 PAINTING WORKS
14.1 General
All paints shall be approved by the Employer/ Engineer, ready mixed paints as received
from the manufacturer without any admixture shall be used. If thinner is necessary in the
case of ready mixed paints, the same shall be recommended by the manufacturers.
The Contractor shall bring all the approved paints to the site of work in their original
containers in sealed condition. Paints which will be sufficient for the entire work or atleast
for a fortnight's work shall be brought in at a time. The empties shall be removed from the
site only when the item of work has been completed and permission obtained from the

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-63

Employer/ Engineer. Painting shall be started only when the Employer/ Engineer has
inspected the items of work to be painted, satisfied himself about their proper quality and
given his approval to commence the painting work. Painting, except the priming coat, shall
be taken in hand only after all other builder's work is practically completed. The rooms shall
be thoroughly swiped out and the entire building cleaned up atleast one day in advance of
the paint work being started.
The surface to be painted shall be thoroughly cleaned and dusted. All rust, dirt, scales,
grease etc. shall be removed before painting is started. The prepared surface shall be
approved by the Employer/ Engineer before painting work can commence.
The painting shall be thoroughly stirred in their original containers before pouring them into
smaller tins for use. While applying also, the paint shall be continuously stirred in the
smaller tins so that the consistency is kept uniform. If required, a thinner shall be used to
bring the paint to the required consistency. Two or more coats of painting shall be done
either with brushes or by spraying as stipulated in the item of work.
Each coat shall be allowed to dry out thoroughly before the next coat is applied. Each coat
except the last coat, shall be thoroughly rubbed down with sand paper or fine pumic stone
and cleaned of dust before the next coat is applied. The finished surface shall present a
smooth and even surface without any hair marks from the brush or clogging of paint
puddles. While painting doors and windows, the putty round the glass panes shall also be
painted and care being taken to see that no paint stains etc. are left on the glass. Tops of
shutters and other similar hidden locations shall not be left out in painting.
All painting work shall be measured in sq.m unless otherwise specified. In measuring
painting of joinery and steel work, etc. the co-efficients as given in IS:1200-1964 shall be
used to obtain the areas payable. Unless otherwise specified in the description of the item.
All furniture, fixtures, glazing, floors etc. shall be protected by covering and stains, smears,
splashing if any shall be removed and any damage done shall be made good by the
Contractor at his own cost. The rate shall include the cost of all labour and materials
involved in all the operations described above and any other specifications given under the
relevant it.

14.2 Priming Coat


The priming coat shall be as specified in the description of the item. The primer shall be
prepared at site or ready-made paint of approved brand and manufacture. At site, the primer
for wood work shall be prepared from a mixture of red lead, white lead and double boiled
linseed oil primer or cement primer of approved make. The surface shall be prepared to
receive priming coat as follows:

14.2.1 Wood Work

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-64

The surface to be painted shall be dry and free from moisture. All unevenness shall be
rubbed down smooth with sand paper and shall be well dusted, knots, if any shall be covered
with a preparation of red lead made by grinding red lead in water and mixing with strong
glue size and used hot. The surface treated for knotting shall be dry before the primer is
applied. After the priming coat is applied, the holes etc. on the surface shall be stopped with
putty or wood putty. Stopping shall not be done before the priming cost is applied as the
wood will absorb the oil in the stopping and the later is therefore liable to crack.

14.2.2 Iron and Steel Works


All rust and scales be removed by scraping or by brushing with steel wire brushes. All dust
and dirt shall be wiped away from the surface. If the surface is wet, it shall be dried before
the priming coat is applied.

14.2.3 Plastered Surface


Ordinarily, the surface shall not be painted until it has dried completely. Trial patches or
primer shall be laid at intervals and when drying is satisfactory painting shall be taken in
hand. Before primer is applied, all holes and undulations shall be filled up with plaster of
Paris and rubbed smooth. When the surface to be primed is finally Okayed, the primer shall
be applied with brushes, worked well into the surface and spread even and smooth.

14.3 Weather Coat Paint


Painting two coats with Weather Coat paint on plastered surface including primer coat.

14.3.1 Material
The weather coat paint shall be of approved quality and make and it shall be of approved
quality and make and it shall be of approved colour and shade. The contractor shall bring
them to the site in original airtight containers with seals intact.

14.3.2 Workmanship
The dry cement paint shall be thoroughly mixed with clean fresh water so as to produce
paint of required consistency which for normal work shall be that of ordinary paint. In
mixing and application, the Contractor shall follow the manufacturer's instructions. Paint for
application by brush shall be stained through paint strainer. The paint shall be kept stirred
and used within the specified time of the manufacturer. Hardened or damaged paint shall not
be used.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-65

The paint shall be applied by means of brushes and in the manner specified by the
manufacturer. The number of coats shall be as mentioned in the item. The subsequent coats
shall be applied after the preceding coat is properly cured and has thoroughly hardened,
inspected and approved and as per manufacturer's specification. Absorbent surface shall be
evenly damped so as to give even suction. In dry weather, freshly painted surfaces shall be
kept damp for atleast two days and protected from direct sun.

14.3.3 Measurement
The work shall be measured in sq.mof the finished area and shall be in accordance with
IS:1200-1964. The rate shall include the cost of all labour and materials involved in all the
operations described above.
Measurement shall be as follows:
Description of works Measurement Multiplying coefficient
Flush door Flat including frame 1.0 each side
Fully paneled Flat including frame 1.5 each side
Fully glazed Flat including frame 0.5 each side
Part panel/part glazed Flat including frame 1.4 each side
Railing with balusters, 1.0 for painting
guard bars all over-

14.4 Ready Mixed Paint


All ready mixed paints shall be of approved brand and manufacture and of the required
shades. The different surfaces to be painted shall be prepared in the same way as described
under "Painting priming coat on wood, iron or plastered surface". The priming coat shall be
dried up completely before painting is started. The number of coats to be applied shall be as
stipulated in the description of the item. The painted surface shall present a uniform
appearance and glossy finish, free from streaks, blisters, etc.
Measurement
Measurement shall be in accordance with clause 14.3.3. The rate shall include the cost of all
labour and materials involved in all the operations described above.

14.5 Plastic Emulsion Paint


Plastic emulsion paint of the make and shade approved by the Employer/ Engineer shall be
used. The paint shall generally be used only on plastered surface and on priming coat if
needed. The surface shall be thoroughly cleaned of dust, etc. by washing and scrubbing and

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-66

shall then be allowed to dry for at least 48 hours. It shall then be prepared to give a smooth
and even surface. Any unevenness shall be made good by applying putty made of plaster of
paris mixed with water on the entire surface including filling up the undulations and then
sand papering the same after it is dry.
Two or more coats of emulsion paint as stipulated in the item shall be applied in the usual
manner with brushes and with the interval of minimum three hours between consecutive
coats. The thinner of emulsion shall be done with water as per manufacturer's instructions.
The finished surface shall present a wet velvety smooth finish. If necessary, more coats shall
be applied till the entire surface presents a uniform appearance.

The precautions to be observed in painting walls with emulsion paints are: (a) oil base
putties shall not be used in filling cracks, holes, etc. while preparing the surface (b) Slashes
on floors etc. shall be cleaned immediately as they will be difficult to remove after
hardening surfaces treated with emulsion paints shall not be washed within 3 to 4 weeks of
application.
Measurement
Measurement shall be in accordance with clause 14.3.3.The rate shall include the cost of all
labour and materials involved in all the operations described above.

14.6 Synthetic Enamel Paint


Approved make synthetic enamel paint with the required shade shall be used for the top coat
and an under coat of shade to match the top coat as recommended by the manufacturer shall
be used. The number of coats including the under cost shall be as stipulated in the
description of the item.
For under coat, one coat of specified paint of shade suited to the shade of the top coat shall
be applied on the prepared surface and allowed to dry overnight. It shall be rubbed next day
with the finest grade of wet abrasive paper to ensure a smooth and even surface and all loose
particles dusted off. Top coats of specified paint with desired shade shall be applied after the
under coat is completely dry. Additional finishing coats shall be applied if found necessary
to ensure a uniform glossy surface.
Measurement
Measurement shall be in accordance with clause 14.3.3. The rate shall include the cost of all
labour and materials involved in all the operations described above.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-67

14.7 Chapra Spirit Polishing on Wood, Plywood etc.


The chapra polish shall be of the make approved by the Employer/ Engineer or as specified
in the description of the item. It shall be of the required shade.The surface to be polished
shall be cleaned, all unevenness rubbed down smooth with sand paper and well dusted.
Visible knots shall be covered with a preparation of red lead and glue size laid on while hot.
Measurement
Measurement shall be in accordance with clause 14.3.3. The rate shall include the cost of all
labour and materials involved in all the operations described above.

14.8 Ready-made Wax Polishing


Ready-made wax polish shall be of the make approved by the Employer/ Engineer or as
stipulated in the description of the item. The surface to be polished shall be prepared in the
same way (including a coat of wood filler) as described under "Varnishing" with the
exception that knotting, holes, cracks, etc. shall be stopped with a mixture of fine saw dust
formed of the wood being treated, beaten up with sufficient bees wax to give it cohesion.
The polish shall be applied evenly with a clean soft pad of cotton cloth in such a way that
the surface is completely and fully covered. The surface is then rubbed continuously for half
an hour. When the surface is completely dry, a second coat shall be applied in the same
manner and rubbed continuously for an hour or until the surface is dry. The final coat shall
then be applied and rubbed for two hours or more until the surface has assumed a uniform
gloss and is dry, showing no sign of stickiness.
Measurement
Measurement shall be in accordance with clause 14.3.3. The work shall be measured in sq.m
of the finished area and shall be in accordance with IS:1200-1964. The rate shall include the
cost of all labour and materials involved in all the operations described above.

14.9 Wood Preservative Polishing


Oil type wood preservative - Solignum, sealoflex or any other type approved by the
Employer/ Engineer shall be applied only when the surface is perfectly dry to permit of good
absorption. All dirt, dust or other foreign matter shall be removed from the surface before
painting. All roughness shall be sand and cleaned.
Two coats of preservative shall be applied on work unless otherwise specified. It shall be
applied liberally with a stout brush and with a pencil brush at the joints of wood work. The
first coat shall be allowed atleast 24 hours to soak in before the second and final coat is
applied. The excess of preservative which does not soak into the wood shall be wiped off
with a clean any piece of cloth.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-68

Measurement
Measurement shall be in accordance with clause 14.3.3.The work shall be measured in sq.m
of the finished area. The rate shall include the cost of all labour and materials involved in all
the operations described above.

14.10 Surface Texture Painting


Painting with surface texture paint (SKK Japan,spectrum or Heritage or approved
equivalent) on wall all complete.
Materials
The material shall be of approved shade of “5 Star" of SKK Japan or of approved
equivalent.
Workmanship
The plastered wall shall be cleaned of dirt, dust and the approved surface texture paint shall
be applied as per manufacturer's instruction.
Measurement
Measurement shall be in accordance with clause 14.4.3. The work shall be measured in
sq.m.of the finished area. The rate shall include the cost of all labour and materials involved
in all the operations described above.

14.11 Distemper Paint


Material painting two coats with distemper paint on plastered surface including primer coat.
Materials
The material shall be as approved by the Employer/ Engineer.
Measurement
Measurement shall be in accordance with clause 14.3.3. The work shall be measured in sq.m
of the finished area. The rate shall include the cost of all labour and materials involved in all
the operations described above

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-69

15 Steel Works
15.1 Fabrication of Fencing above boundary Wall
The work included under this item includes supplying, fabricating, fixing and painting of
fence above the whole length of boundary wall.
The work shall be fencing with 50mm diameter iron black pipe post erecting in spacing of
2/2 meter cross section connecting by 25x25x4mm angle frame and welding 10mm square
grill @ 80 mm c/c and welding of 2x10mm square grill of height 0.15 mm including primer
as per drawing attached.
Payment
Measurement for payment of fence shall be made on square metre on the basis of actual
measurements. Payment shall be made for the quantity as provided at the unit price specified
in the schedule. The unit price shall include all labors, equipment, materials, paints and all
other cost necessary for the performance and completion of the works.

15.2 Entrance Gate


The Work included under this item includes supplying, fabricating, fixing and painting of
the site entrance gate.
There shall be two numbers of entrance gates. The Entrance Gates shall be a main access for
entry of vehicles as well as for pedestrians to the substation. The Contractor shall consider
aesthetics aspect along with other specified requirements in design and construction of the
entrance gate. The specifications of required pillars and other necessary works for two
entrance gates, one for vehicle and the other for pedestrian will be as per the attached
drawings and the instructions by the employer.
Payment
Measurement for payment of entrance gate shall be made on the basis of actual cross section
of the gate in Sq.m. Payment shall be made for sq. m. measured as provided at the unit price
specified in the schedule. The unit price shall include all labors, equipment, materials and all
other cost necessary for the performance and completion of the works.

15.2 Spiral Staircase


The Work shall be supply, fabricate, fix, paint the staircase for roof access in the buildings.
The staircase shall be minimum 4'6" in diameter. The material shall be 20 x 20 mm square
pipe and handle 30 mm diameter black pipe. The design of members shall be as per
instructions by the employer.
Payment

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-70

Measurement for payment of spiral staircase shall be made on the basis of vertical floor to
floor height of building in metre. Payment shall be made for running meter measured
vertically as provided at the unit price specified in the schedule. The unit price shall include
all labors, equipment, materials and all other cost necessary for the performance and
completion of the works.

15.4 Rolling Shutter


The Work shall be supply, fix, fabricate, paint the rolling shutter in the buildings.
Payment
Measurement for payment of rolling shutter shall be made on the basis of out to out
dimension of shutter. Payment shall be made for sq. m. measured as provided at the unit
price specified in the schedule. The unit price shall include all labors, equipment, materials
and all other cost necessary for the performance and completion of the works.

15.5 Railing Works


15.1 Scope
This specification covers supply, fabrication, and installation of railing works in stairs as
well as verandah portion of different building complexes.
The work shall be erecting 50mm diameter post at 2 m c/c. The overall height of railing
shall be 1 m above the stair steps with handle of 50 mm diameter running across the entire
length of railing. Additional 3 layered 25 mm diameter member shall be fabricated between
the posts.

15.2 Materials
Stainless steel pipes (heavy) and fittings as specified shall comply with relevant IS code
specification.

15.3 Fabrication and Installation


Stainless Steel pipe railings are fixed with overall fittings as bends, Tees etc. which are
welded as per drawing and instruction of Engineer. Welded joints shall be neatly made, filed
smooth and left cleaned; and adequate means shall be employed for temporarily fastening
the parts to be welded together until the joints are leveled.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-71

15.4 Paint
The railing shall be finished with one coat of red lead followed by one coat of aluminum
paint and fixed in position as per instruction of Engineer.
15.5 Measurement
Measurement and payment shall be done in Running Metre along the length as in
construction. The rate for the item shall include all labour, materials, paints, use of tools and
machinery inclusive.

17 FURNISHING AND MISCELLANEOUS WORKS


17.1 Materials
Furnishing and miscellaneous work is related to the accommodation and furnishing of the
staff quarter, store and guard house which shall include and not limited to the following
works.
The supply, delivery and execution of
i) 20 number of wooden Box type bed of standard quality and size (4'*6.5') including clothing
set.
ii) 36 number of wooden chair of standard size with cushion.
iii) Curtain of standard quality for each window of staff quarter, store and guard house
iv) Floor carpeting of standard qualityfor each floor (9 flats) in Staff Quarter, guard house and
office room of store house.
v) Two sets sofa and tea table of standard quality.
vi) Ten numbers of sun mica top table (4'x5')
vii) Nine numbers of wooden ward rob (5' high)
viii) Two sets of 32 "LED TV SAMSUNG or SONY or TOSHIBA make or equivalent.
Sample of all above shall be submitted to the employer for approval.

17.2 Measurement
The work shall be measured in lump sum unit or lot of all items explained in 17.1. The rate
shall include the cost of all labour and materials involved in all the operations described
above.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-72

B. SPECIFICATION FOR WATER SUPPLY, PLUMBING AND SANITARY WORKS

1. WATER SUPPLY
This section covers the basic requirements for water supply, general requirement of
plumbing connection of water supply systems from external RCC water tank to overhead
water tanks and then each taps outlets.
Staff Quarter building shall require 3 x 1000 ltr of overhead tank and Guard cum Store
House shall require 1 x 1000 ltr overhead tank.
All pipe work shall be so laid or fixed and maintained as to be and to remain watertight
thereby avoiding waste of water, damage too properly and the risk of contamination of water
conveyed.
Underground piping shall be laid at such a depth that it is unlikely to be damaged by frost of
traffic loads and vibrations. Special precautions shall be taken to avoid damage to the piping
by corrosion, water hammering. No bend shall be made abrupt to avoid friction loss.

1.1 Laying of Mains and Pipes


The mains and pipes on site shall be laid in accordance with good standard practice. The
work shall cover all materials required for such pipes and fittings. The work shall include
line marking, level marking, excavation and laying filling with excavated materials, jointing
of pipes, groove cutting, fixing with couplings, T-bend etc. complete with testing and ready
for operation.

1.2 Materials
All plumbing works shall be concealed and performed with 3/4", 1" & 2" PPR or UPVC
pipes to the approval of the Employer. Two ½" tap points for external use shall be provided
outside the staff quarter and guard house as directed by the Employer.
All fittings for pipe shall be PPR or UPVC. All pipes shall be tested before use in laying. In
general, the pipe diameter shall be in the range of 3/4"-2". Stop-cock, valve etc. shall be of
appropriate diameter and capacity made from gun metal of approved quality and make.
Jointing of pipes shall be as per good practice and or as directed.

1.3 Method of execution


The setting and arrangement of pipes and service network shall be prepared by
theContractor and all detail drawing shall be prepared and produced for the approval of the
Employer/ Engineer. All pipes shall be completely concealed from view unless and until the
requirements and as approved by the Employer/ Engineer.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-73

No bend or curve in any line shall be made as it shall diminish the water way or internal
diameter of pipe. Water pipes are cut to size ends to be connected shall be threaded and
screwed with sockets, joints of pipes to make all of them completely water tight. All
branching or bend shall be done with the help of T or U bends connected with couplings and
sockets.

1.4 Inspecting & Testing


All pipe fittings and appliances shall be inspected by the Contractor and shall produce the
manufactures' guarantee of the products. Any defective items shall be clearly marked as
rejected and forthwith removed from the site. The Contractor shall inform the Employer/
Engineer for the check before laying.
After laying and jointing, the main shall be slowly and carefully charged with water, so that
all air is expelled from the main by providing with stop-cock, allowed to stand full of water
for a few days, if time permits, and then tested under pressure. The test pressure shall be 5
kg/cm or double the maximum working pressure, whichever is greater. The test pump be
manually operated or power driven. The testing shall be done joints opened.
The service pipe shall then be inspected under working conditions of pressure and low when
all draw off taps are closed, the service pipe shall be absolutely watertight. Any control by
the Employer/ Engineer shall not relieve the Contractor of his responsibility for the accuracy
of the layout, fittings, or part of them with regards to their functions and quality.
The rates shall be inclusive of all materials required such as pipes, fittings, clamps etc; line
marking, level marking, groove cutting, fixing in position; re-installing of Civil Works as
per civil specification, testing all complete. The water supply lines shall be measured in
running meter correct to an inch for finished work, including fitting link, joint coupling T-
L bend etc. Storage tanks shall be measured in lump sum inclusive of outlet, inlet,
overflow fittings and re-make of civil works as per civil work standards and specification.
The rate shall be inclusive of supply fitting fixing, labour etc. all complete and fixed
satisfactorily.

2 DRAINAGE AND SANITARY


The Contractor shall carry out survey for the detail plan for the sanitary installation or
drainage installation for approval to the Employer/ Engineer.
The Contractor shall ascertain the Employer/ Engineer about the approximate level of
subsoil water and flood level in relation to the sewer system.
Any drainage system be designed and produced for approval to the Employer/ Engineer.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-74

Where no method of disposal is possible, foul water may be collected and dispersed into
subsoil, the general sub-soil water level and the sub-soil conditions shall be ascertained
including the absorptive capacity of the soil.
If the sub-soil dispersed or soak pit system would be followed, the pit shall not be in the
vicinity of water supply source at least by 50 m.
The efficient and adequate system shall be proposed by the Contractor for approval of the
Employer/ Engineer.

2.1 DRAINAGE PIPE


2.1.1 Soil Pipes
A soil pipe conveying to a drain any solid or liquid shall be circular and shall have a
minimum diameter of 100mm. The soil pipes shall be situated outside the building and shall
continue upwards without diminution of its diameter to such a height to open end a safe
outlet for foul air ventilation.

2.1.2 Waste Pipe


Every pipe in building carrying off the waste or over-flow water from every bath-wash
basin, sink to a drain shall be of diameter as directed by the Employer / Engineer and
trapped by an efficient siphon trap with adequate for inspection and clearing. The waste
shall be of cast iron fixed on by clamp as per requirements.
The exposed pipes and fittings shall be painted with two coats of black enamel anti-
corrosive paint. The rate for such pipe shall be measured in running meter all inclusive of
bend, joint, paint etc. all complete as per Bill of Quantity.

2.2 RAINFALL AND RUN OFF


Rain fall statistics for the area shall be studied by the Contractor. The rain-water run-off of
the site area shall discharge directly or by means of a channel into or over an inlet to surface
drain.

2.3 TESTING
All soil pipes, waste pipes, vent pipes, and all other pipes when above ground shall be
approved by the Employer/ Engineer. Smoke test may be conducted under pressure or
25mm of water maintained for 15 minutes after all trap seals have been filled with water.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-75

Any leakage will be visible and the defective part of work shall be made good by the
contractor on his own cost.

3 SELECTION AND INSTALLATION OF SANITARY APPLIANCES


Selection, installation and maintenance of sanitary appliances shall be done in accordance
with good practice.
All sanitary appliances and fittings shall be carefully examined for defects before they are
installed and also in the completion of work. The Contractor shall give notice to the
Employer/ Engineer from time to time prior to installation and execution of work at least 7
days before fitting after getting approval for the make of appliances.
The rate for all such work shall be for all works described in the Bill of Quantity,
description, specification, drawing and direction to execute and to complete in all respect, in
position, level dimension, with all necessary fixtures, clamps, connections etc. including
cutting, bending, grooving, installation and re-installation of civil works as per specification
with materials.

3.1 SANITARY WORKS AND FIXTURES


The work shall cover providing and installing sanitary works and fixtures complete set with
all necessary fitting, internal and external for fixing at positions of all the buildings
including cutting and making good the damaged groove to its original finish and ready for
operation after testing.
For each unit sanitary fixtures should include, but not limited to,
• One (1) Eastern type WC (Pan) including integrated flushing unit, one 1/2 inch tap and
soap holder at each bathroom
• One (1) Washbasin including soap holder, towel holder, mirror and a rack at each
bathroom
• One(1) shower and one tap(1) point in each bathrooms
• One (1) Dish washbasin with heavy duty tap (quarter turn) at each kitchen room including
soap holder and a glass self.

3.2 MATERIALS
All sanitary fittings shall be of Commercial Perryware, Hindustan Neycer, or similar as
approved by the Employer/ Engineer. Alternatively a schedule of other manufactured
fittings may be submitted for approval of the Employer/Engineer and these shall be
indicated in detail along with the tender.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-76

3.3 FITTINGS
ASIAN W.C.
The W.C. shall be of white vitreous China Orissa pattern with 100mm dia. H.C.C. syphone
with vent arm S or P trap with ISI mark. The Orrissa pattern pane shall be fitted with C. P.
flush valve of standard make.

WASH BASIN
The wash basin shall be of white vitreous China lavatory basin of size 560mm x 456mm
with one or double tap as per direction, 32mm chrome plate waste pipe 1 meter chain stay
and plug, pair of C.P. built in brackets, 32mm C.P. bottle trap, 'S' or 'P' trap,12mm lead
connecting .5m long with both end coupling joint.

KITCHEN SINK
Sink for kitchen shall be of 60 x 45 x 22 cm with drain board; stainless steel with 12mm
C.P. bibcock, 45cm long lead connector, 32mm C.P. wasteline shall be provided with
1m long lead waste pipe.

SOAP DISC
The soap disc shall be of white glazed porcelain or C.P. wall mounted as directed by the
Employer/ Engineer.

GLASS SELF
The glass self shall be specified size with C.P. guard rail and bracket with C.P. sorews glass
shall be 6mm thick with edge round off.

TOWEL RAIL
Towel rail shall be one arm, two or multiple arm fixed on fixed on wall and shall be C.P.

MIRROR
The mirror shall be of at least 6 mm thick silver backed, best quality as approved by the
Employer/ Engineer. The mirror shall be with backlight frame.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-77

The fixing and fitting of the sanitary wares and fixtures to the plate shall be in accordance
with the good practice. The material used shall be as specified or as directed by the
Employer/ Engineer.
The rate also include painting, chase cutting, and making good the damage with
required materials up to the civil work specification.The rate shall be inclusive of bib cocks,
stop-cocks, accessories needed for fixing fitting and to run the fixtures in good condition as
directed and approved by the Employer/ Engineer.

3.4 SEPTIC TANK


The septic tank shall be of brick masonry in 1:4 cement mortar, the foundation and floor
shall be of M15 concrete. Inside shall be finished with 12mm cement plaster 1:4 with 1:1
cement smooth punning or as per drawing.
Roof covering slabs and baffle wall shall be of R.C.C. of M20with sufficient reinforcement.
The length of connecting pipe shall depend on the location of septic tanks as per direction.
The connecting pipe shall not be less than 10cm diameter of UPVC/HDPE.
Payment of septic tank shall be done according to the quantities measured as per Bill of
Quantities. Butpayment for pipe works shall be included on lump sum works for drainage
works.

3.5 SOAK PIT


Soak pits shall be constructed with brick masonry in 1:4 cement sand mortar with
honeycomb and filled with at least 7.5 cm size brick bats or as per drawing and as directed
by the Employer/ Engineer.
The upper portion of the lining up to the inlet valve at least 45cm in height should be made
with masonry in mortar cement 1:4 for strengthening, for preventing surface water to enter
into the pit and to prevent rat throwing earth into the pit. The inlet pipe shall be fixed in the
wall of the pit with mortar. The pit shall be covered with R.C. slab of M15 with necessary
reinforcement. The absorption area of sock pit shall depend on the nature of soil type and
underground water table. The Contractor shall propose the depth and soak area and location
of tanks depending on the number or users, type and nature of soil water table.
Payment of soak pit works shall be done according to the quantities measured as per Bill of
Quantities. But payment for pipe works shall be included on lump sum works for drainage
works.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-78

3.6 MAN HOLE


The manhole shall be made as per requirement and direction. The manhole shall be made
with brickwork in 1:4 cement mortar concrete base of M15, 12mm plaster with 1:4 cement
smooth punning.
The cover shall be of heavy duty metallic and double sealed, complete with painting. The
manhole frame bedded in cement mortar shall be given recessed for lifting hooks.
Payment of man hole works shall be done according to the quantities measured as per Bill of
Quantities. But payment for pipe works shall be included on lump sum works for drainage
works.
The above mention sanitary and drainage structures shall be as per drawing direction and
approval of the Employer/ Engineer.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-79

C. Specification for Electrical work

I ELECTRICAL INSTALLATION
1 GENERAL
1.1 The following specifications will apply under all circumstance to the equipments and fittings
to be supplied and installed against this contract and it is to be insured that the Contractor
shall obtain for himself at his own expenses and his own responsibility all the purpose of
making the tender and for entering into a contract keeping in view the specifications detailed
hereunder, drawings and design of the electrical installation and inspection of site etc. All
electrical works to be executed under this contract shall be carried out of a highest degree of
technical quality and workmanship. Installation shall be safe, simple, systematic order so
that a general electrician can easily solve the problem arises during the maintenance of the
system.
1.2 The tender rates shall include for the cost of material, erection, connection, testing and
commissioning, supervision, transport, tools, all taxes, breakage, wastage, sundries,
scaffolding, and maintenance of installation works for guarantee period of one year etc.

2 SCOPE OF WORK
2.1 The scope of work under this contract shall under due consideration of the
requirements as stipulated in the specification include;
a) Supply and installation of the main panel board, distribution boards, sub distribution
boards and energy meter after getting approval from the Employer.
b) Supply and Installation of minimum 25 sq. mm three phase copper cable with cable shoes
from control room to staff quarter having total length of 100m, if supply cannot be provided
from control building, it is the responsibility of contractor to take the supply from service
mains.
c) Supply and laying of 1100 V grade multi core PVC insulated copper cable.
d) Supply and wiring of Light/Fan and Power points with PVC insulated copper conductor
cables in concealed HDP pipe in wall, ceiling and floors as per drawings.
e) Supply and erection of Telephone Distribution Board and Telephone junction boxes as per
drawings.
f) Supply and fixing of lighting fixtures, power & telephone sockets, switches etc. as per
drawings.
g) Supply and embedding of Earthing Materials and connections to Main & Sub Distribution
Boards with bare copper conductor in concealed HDP pipe wherever applicable.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-80

h) Excavation, backfill, cutting and patching, brick-work and concrete work, sleeves, inserts,
anchors, etc. as required for proper installation in accordance with the requirements
drawings and specifications.
i) Testing and commissioning of the electrical equipment's including Main and Sub
distribution Boards, lighting fixtures, power and telephone sockets etc.
j) Where the electrical work is associated with the work of the others, the contractors
shall confer with the persons affected and shall furnish them with all necessary information,
drawings, dimensions etc. andshall coordinate the electrical work with the work of other
trades to insure a satisfactory installation, in accordance with the drawings and
specifications and with the high standards of trade practices base on I.S. code of practice.
k) Whenever recessed fittings are required to be provided the electrical contractor shall be
responsible for informing the building contractor to keep the necessary recesses in the slab,
columns, beams and in the false ceiling.

3 DESCRIPTION OF WORK
The description of work includes the following:
- L.V. electrical installation of Quarter Building and Compound for Kirtipur 132 kV
Substation Project.
- Supply and laying of PVC insulated copper cable armoured and unarmoured of
different sizes laid in ground, PVC duct, HDP conduit as mention in the BOQ.
- Supply and laying of PVC insulated telephone indoor pair type cables of different sizes laid
in PVC duct and HDP conduit as mentioned in the BOQ.
- Laying PVC type conduits for computer networking and smoke detector.
- Supply and installation of Main Panel Board, Distribution Board and Sub Distribution
Board, lighting fixtures, power and telephone sockets, switches, earthing and Telephone
Distribution Boards, Telephone junction boxes as per drawings and specifications.
- Laying of HDP pipe in wall, ceiling and floors and drawing of conductor through HDP pipe
as per drawing and specifications.
- Testing and commissioning.

II GENERAL SPECIFICATIONS FOR ELECTRICAL WORKS


1 GENERAL REQUIREMENT
1.1 All fittings, accessories and appliances shall conform to relevant British or Indian standards
whichever applicable.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-81

1.2. All wiring shall be installed in accordance with British or Indian standards and shall be
conduit wiring or as instructed by the Employer/ Engineer.
1.3. The system shall have 230V, 50Hz, single phase two wire AC supply or 400 V,50Hz three
phase system four wire AC supply whichever applicable as per drawing or as
instructed by the Employer/ Engineer.
1.4. The notation R, Y and B in the three phase system indicate three different phases to be
connected in the circuits and while connecting the circuits the color codes of different
phases should be strictly followed.
1.5. The incoming section of three-phase main distribution board shall be provided with suitable
barriers to maintain phase segregation.
1.6. All electrical fittings and wiring accessories shall be installed in accordance withIS – 1963.
1.7. The system should provide ease to fittings for maintenance and repair and for any possible
modification to the system.
1.8. There shall be two distinct circuits, one for lights and fans and the other for power
appliances.
1.9. Prior to the installation of the lighting, fans and plug points and distribution boards, switches
etc. final positions shall be ascertained by the Contractor with the Employer/ Engineer.

2 ISOLATION AND PROTECTION


2.1 Means for isolating the supply to the building shall be provided to the point of
commencement of supply through LT, TP MCCB in the Main Panel Board (MPB) as shown
in the drawings. The Main Distribution Boards controlling the supply to the building should
be readily accessible.
2.2 Means for projecting the different circuits there shall be Sub Distribution Boards having DP,
MCB Isolator and outgoing MCB’s for light and power circuits as shown in the drawing.
The Sub Distribution Boards controlling the supply to the different circuits in the building
should be readily accessible.
2.3 Protective devices such as MCCB/MCB used in the installation should be capable of
interrupting any short circuit current that may occur, without danger.
2.4 The switches shall be connected to the lives only and never on neutral.
2.5 An earthing conductor with insulator covering shall be installed along with power circuit
conductors and earthing with bare copper conductor in duct or through HDP pipe shall be
installed to the Main Panel Board, Distribution Boards and Sub Distribution Boards.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-82

3 LIGHTS AND FAN SUB CIRCUITS


3.1 Light and fans may be wired on the common circuit. Each sub circuit shall have not more
than a total of ten points of lights including fans, 5A sockets outlets whichever applicable as
per drawing. The load on each sub circuit shall be restricted to 800Watts.
4 POWER SUB CIRCUIT
4.1 The load on each power sub circuit should normally be restricted to 2000 Watts. In no case
there shall be more than three outlets on each sub circuit. A single outlet of capacity 3000
Watts per circuit shall be provided for dedicated power supply for air conditioning. In no
case, load more than 3000 watt shall be exceeded per circuit.

5 SWITCHES
5.1 A switch shall be provided adjacent to the normal entrance to any area for controlling the
general lighting in that area; the switches should be fixed in a usable wall space and should
not be obstructed by a door or window in its fully open position. One light shall be
connected to both switch and separate electronic solid fan regulator. Only in some cases two
lights with one switch and three lights with one switch shall be connected as shown in the
drawings.

6 FLEXIBLE CORDS
6.1 Flexible cords shall be used only for pendants and for connection of fixtures only.
Flexible cords shall not be used in the following cases.
(a) As a substitute for the fixed wiring.
(b) For concealed wiring.
(c) If attached permanently to the walls, ceiling. etc.

7 MATERIALS
7.1 The contractor has to get approval of the drawing if applicable and the samples of all the
materials and equipments to be supplied and installed under this contract. Non approval
given by the Employer/ Engineer to any drawings or samples submitted by the contractor
shall in any way exonerate the Contractor from his liability to carry out the work in
accordance with the terms of the contract.
7.2 All materials and equipments shall be new and shall be in accordance with the standard as
established by the Indian standard. Where material or equipment are specified or shown on
the drawings by name of the other manufactures may be considered for use if of equal
quality appearance and electrical and mechanical characteristics and approved by the

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-83

Employer/ Engineer. If the Contractor wishes to use any other materials or equipment, he
must obtain permission of the Employer/ Engineer in writing.
7.3 Any material supplied by the Employer, if damaged in any way during the execution of
work or otherwise, shall be replaced by the Contractor at his own cost.

8 INSTALLATION
8.1 Installation of all lighting shall be done experienced electricians and supervised by the
Employer/ Engineer. Lighting fixtures shall not be done installed until wall and ceiling
finishing work is completed.
8.2 All pendent type fixtures in the same room shall be installed at a uniform height from the
floor level. Mounted fixtures shall be properly aligned and mounted as indicated on the
drawings or as directed by the Employer/ Engineer. Where the fixtures does not itself
provide a suitable cover for the fixture outlet box, suitable cover plate on canopy shall be
provided.

9 STORAGE AND PROTECTION


9.1 Particular care shall be taken to protect materials, equipment and fixtures against
dampness and mechanical damages during period of storage and progress of
construction and cleaning operations.

10 QUALITY OF WORK
10.1 The work shall be carried out in the best workman like manner and any defect or minor
changes in the design etc. If pointed out shall be carried out by the contractor without any
extra charge.
10.2 Workmanship and good appearance of the installation shall be of equal, and all portions of
the work shall be so laid and installed that the work as whole is of uniform quality and shall
present a neat appearance in a manner meeting the approval of the Employer/ Engineer.
10.3 The Contractor shall verify in the field all measurements necessary for the electrical work
and shall assume responsibility.

11 PROGRESS AND COMPLETION OF WORKS


11.1 The work shall be commenced immediately after the Contractor receives instructions to
proceed.
11.2 The Contractor in consultation with the Employer/ Engineer draws up a time schedule on
commencement of the work. This time schedule must be adhered to.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-84

11.3 The Contractor/Engineer shall employ adequate labours to complete the work within the
schedule time and shall make his own arrangement for housing labor and materials
etc. A whole time electrical supervisor shall be employed by the Contractor who will remain
at site to receive orders or any other instructions from the Employer/ Engineer.
11.4 Materials which are defective or damaged during the progress of work shall be
replaced or repaired in as approved manner at the expense of the Contractor. The installation
shall comply with all applicable laws and ordinances and with the requirements of Indian
codes and as specified herein or shown on the drawings. The progress of the electrical works
shall be carried out so as to conform to the progress of the work and entire installation shall
be completed as soon as the condition of the building will permit.
11.5 Upon completion of the installation of the lighting fixtures and lighting equipments, they
must be in first class operation condition and in perfect conditions. At the time of final
inspection, all fixtures and equipment must be complete, with lamps and required
glassware or reflector, which must be clean and free from defects. Any fixtures, reflectors or
glassware brown prior to the time of final inspection and acceptance, shall be replaced at the
Contractor’s expense.

12. PERFORMANCE OF WORK


12.1 All cutting, drilling channelling, patching etc. required for installation of electrical work
shall be carried out in a manner approved by the Employer/ Engineer. Any defect of finish,
plaster, woodwork, metalwork masonry, concrete or other material resulting from the
performance of the work shall be replaced or repaired at no expense to the Employer
and to the satisfaction of the Employer/ Engineer.

13. INSPECTION, TESTING AND COMMISSIONING


13.1 The Contractor shall notify in writing to the Employer/ Engineer about the completion of the
work. Within thirty days from the date of this notification, the Employer/ Engineer shall
send his representative to remain present at the times of carrying out the tests by the
Contractors. The Contractor shall fix up this date in consultation with the Employer/
Engineer for such test.
13.2 The Contractor shall be responsible for providing the necessary instruments and the
subsidiary earths for carrying out the tests without any extra charge.
13.3 Prior to test, feeders and branches shall be continuous from service contract point to each
outlet, all panel feeders and devices connected and fuses in place. The Contractor
shall test the electrical system for short circuits and earth. Installation resistances measured
in mega ohm shall not less than 30 divided that whole installation need not be required
to have an insulation resistance greater than one mega ohm. Test shall be carried out in
accordance with the requirements of the B.S. and Indian codes and shall be conducted in the

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-85

presence of the Employer/ Engineer. Any defect or damages in way during testing and
commissioning shall be corrected or replaced by the Contractor at his own cost.

14. MAINTENANCE AND GUARANTEE


The Contractor guarantee by his acceptance of the contract that all work installed will be
free from any and all defects and if during a period of one year from date of completion and
acceptance of work any such defects on workmanship material or performance replace,
repair or otherwise correct the defects of deficiency, without cost to the Employer, within a
reasonable time. In the event of default on this guarantee by the Contractor, the Employer
may have works done as required and charge the cost to the Contractor.

15. MAIN PANEL BOARD (MPB)


Panel board is intended for indoor use and shall be fabricated from high quality of mild steel
sheet of minimum 2mm thickness. It shall be weather proof, dust and vermin proof with
hinged cover and built in lockable device. Interiors of the board shall have ample space for
incoming/outgoing cables, MCCB's and for fitting other accessories.
Three phase and neutral bus bar made of from high conductivity electrolytic copper bar shall
be fitted on suitable insulator support.
The board shall be painted with two coat of primer red oxide before a final coat of enamel.
Following accessories shall be provided in the board.
Three phase and neutral bus bar of high conductivity electrolytic copper of sufficient cross
sectional area so that a current density of 750 Amp/sq inch shall not exceeded at normal
current rating. The neutral bus bar shall be rated at not less than 50 % of the phase bus bar.
Earthing bus of suitable sizes
- 600 volt supporting insulators placed sufficiently closed together to prevent bus bars sags
and to withstand wet test of 3 kV and impulse withstand test of 28 kV.
- Indicating lamps for each phase
- Voltmeter (0-600V) range and ammeter (0-1000amp) range with selector switches to
indicate respective switch reading of voltage and current on all phase. The voltmeter and
ammeter shall be from reputed manufacture having ISO-9001 or ISI certificate.
- 415 volt MCCB of the following ratings shall be used.
1000 Amp, TP 85 kA 1 No
225 Amp, TP 36 kA 4 No
200 Amp, TP 36 kA 2 No

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-86

175 Amp, TP 36 kA 1 No
60 Amp, TP 36 kA 2 No
15.1 Provisions for connecting the incoming outgoing cables mentioned in the Bill Of Quantities,
all accessories including connections, fixing cable lugs, insulating materials etc. all
complete.
15.2 The panel board shall be Himalaya BijuliUdhyog or Hyonjan Electrical Fabricator or
equivalent and tested according to the BS or IS specifications.

16 MAIN DISTRIBUTION BOARD (DB):


Distribution Boards (DB) are intended for indoor use flush mounted on wall and shall be
fabricated from high quality of mild steel sheet of minimum 2mm thickness. It shall be
weather proof, dust and vermin proof with hinged cover and built in lockable device.
Interiors of the board shall have ample space for incoming/outgoing cables, MCCB's and for
fitting other accessories.
Three phase and neutral bus bar made of from high conductivity electrolytic copper bar shall
be fitted on suitable insulator support.
The board shall be painted with two coat of primer red oxide before a final coat of enamel.
Following accessories shall be provided in the board.
Three phase and neutral bus bar of high conductivity electrolytic copper of sufficient cross
sectional area so that a current density of 750 Amp/sq inch shall not exceeded at normal
current rating. The neutral bus bar shall be rated at not less than 50 % of the phase bus bar.
Earthing bus of suitable sizes
- 600 volt supporting insulators placed sufficiently closed together to prevent bus bars sags
and to withstand wet test of 3 kV and impulse withstand test of 28 kV.
- Indicating lamps for each phase
- Volt meter (0-600 V) range and ammeter (0-250 Amp) range with selector switches
to indicate respective switch reading of voltage and current on all phase. The voltmeter and
ammeter shall be from reputed manufacture having ISO-9001 or ISI certificate.
- 415 volt MCCB of the following ratings shall be used. Incomer MCCB TP 36 kA
Outgoing MCCB TP 30 kA
Provisions for connecting the incoming outgoing cables mentioned in the bill of quantities.
All accessories including connections, fixing cable lugs, insulating materials etc all
complete.
The panel board shall be Himalaya BijuliUdhyog or Hyonjan Electrical Fabricator or
equivalent and tested according to the BS or IS specifications
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 29 – Building and Miscellaneous Works Page 29-87

17 SUB DISTRIBUTION BOARD


Sub-distribution board is intended to indoor use and shall be wall mounted. It shall be
fabricated from high quality of 16 gauze mild steel sheet. It shall be dust and vermin proof,
provision of hinge front cover and lockable device. Interiors of the board shall have ample
space for incoming/outgoing PVC insulated cables PVC insulated copper wires as mention
in the bill of quantities, incoming TP MCCB's and outgoing SP MCB.
Three phase and neutral bus bar made of from high conductivity copper bar shall be fitted on
suitable insulator support. Earthing bus of suitable sizes
The board shall be painted with two coat of primer red oxide before a final coat of enamel.
Following accessories shall be provided in the board.
600 volt supporting insulators placed sufficiently closed together to prevent bus bars sags
and to withstand wet test of 3 kV and impulse withstand test of 28 kV.

18 INDICATING LAMPS FOR EACH PHASE


415 volt MCCB of Mitsubishi/Terasaki (Japan) or Legrand (France or equivalent )
40 to 100 Amps, 25 kA for incoming
6 Amp or 16 Amp SP MCB 9 kA for outgoing circuits.
Provisions for connecting the incoming cables and outgoing PVC insulated copper wires as
mentioned in the drawing and BOQ and all accessories including connections, fixing,
cable lugs, insulating materials etc all complete.
The panel board shall be Himalaya BijuliUdhyog or Hyonjan Electrical Engineering
Fabricator or equivalent and tested according to the BS or IS specifications.

19 SPECIFICATION OF MOLDED CASE CIRCUIT BREAKERS


This specification covers the supply of molded case circuit breakers. The circuit breaker
shall be fabricated and tested in accordance with IEC947-2 latest revision or equivalent
national standard and shall be suitable for connection to 400/230 volt,3- phase-4wire, solidly
grounded system. Circuit breakers shall be rated as mentioned in the Bill of Quantities.
Circuit breakers shall be completely enclosed in a molded case and shall be factory sealed.
Circuit breaker shall have a quick make, quick break, over current switching mechanism that
is mechanically trip-free for simultaneous tripping of all poles. Tripping due to overload or
short circuit shall be clearly marked on the breaker case.
The circuit breaker shall be of inverse time and instantaneous trip type.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-88

20 SPECIFICATION OF MINIATURE CIRCUIT BREAKERS


This specification is for the supply of miniature circuit breakers(MCB) use in SDB for the
protection of final circuit. Circuit-breakers shall be suitable for use on400/230V A.C
systems and shall be a minimum short circuit rating of 9kA.

21 CIRCUIT BREAKER - SINGLE POLE


Circuit breakers shall be manually operated with trip free operating mechanism, quick make,
quick break dual tripping (thermal and magnetic) type with deionizing type arc chutes.
The circuit breakers shall conform to IEC 898-1987 or equivalent national standards. All
poles of such circuit breakers shall be given on each circuit breaker to show whether it is in
the closed, opened or tripped condition.

22 PVC INSULATED 1100 VOLT GRADE CABLE


This Specification covers the supply of 1100 Volt, PVC -insulated stranded copper power
cable of different sizes. The electric cable shall be manufactured and tested in full
compliance with British Standard BS 6346: latest revision, or equivalent Indian standard IS
694
The cable shall be stranded, multi-core, with sizes as specified in the Bill Of
Quantities. Conductor insulation shall be extruded PVC compound and shall be rated 1100
Volt. All reel shall be legibly marked in paint with the following information:
a) Size of conductor b) Color of insulation c) Length in metersd) Net weight of cable.

23 LAYING OF CABLES
The cable shall be so laid that they will not interfere with other structures. All water pipes,
sewerage line or other facilities if exposed during the excavation in laying the cable shall be
properly supported and protected until the back filling and compaction around the these
facilities is completed. Sufficient clearances of electrical cable from other facilities line
should be maintained as per BS or IS specification.
Where cables are laid directly in the ground cable trenches of sufficient width, it shall be
excavated at least below 3 ft from the ground level. Cable shall be covered by fine sand at
least 3" both above and below of the cable and protected on top by bricks across the trench
cross section. Road crossing should be avoided where possible, if a cable has to be laid
across the road / drain a suitable size of RCC hume pipe shall be used to protect the cable.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-89

If two or more cables are laid in the same trench care should be taken in maintaining proper
spacing between them as mentioned in BS/IEE regulations or IS specification so that current
carrying capacities of the cables will not be affected
Care should be taken not to damage or unnecessary strain in cable .In case of
installing the cable in PVC duct and HDP excessive bends should be avoided.

24 CONDUIT
Electrical conduit used in the final sub-circuits of the electrical services shall be rigid, non-
metallic HDP conduit of an approved manufacturer conforming to IS: 2509 and shall be
used only with corresponding approved accessories.
The size of the conduit shall be in accordance with the number and size of electrical cables
to be drawn into the conduit. The number of cables that may be drawn in a conduit shall be
as specified in the table below or as stipulated in the appropriate section of the IS code or
equivalent. Conduit sizes shall not be less than 19 mm diameter.
Conduit shall be embedded in building structural works and conduit runs shall be straight
and shall follow the shortest route between points or as shown in electrical drawings.
Wherever necessary bends or diversion may be achieved by bending the conduit or by
employing approved bends, inspection boxes, elbows or similar fitting. Conduit accessories
such as ceiling outlets, junction boxes shall be of approved quality. The physical
integrity or the conduit and accessories as an integral electrical component shall be ensured
by approved means such as the use of water-resistant cement bonding on all unscrewed
conduit joints and termination and use of rubber gasket in entry points to junction boxes or
outlets or other approved means.
Conduit embedded in civil works shall include an 18 SWG galvanized 'fish' wire inserted
during the time of conduit laying to facilitate drawing in cables a later stage.

25 LIGHTS AND FAN POINTS


Concealed wiring to light and fan points shall be run inside the walls, ceiling and floors in a
concealed3/4 diameter HDP pipe with 3/22 SWG PVC insulated, 600 V grade, single core,
standard copper conductor cables conforming to the relevant British or Indian standards. The
conduit pipe shall terminate in approved GI sheet metal junction boxes of appropriate size as
shown on the drawings. 5A control switches shall be incorporated in the general lighting
circuits as indicated in the drawings.
The lights and fan points includes the materials required for the connection of
fixtures, ceiling fan and exhaust fan to the metal junction boxes and switches as shown on
the drawings.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-90

26 POWER POINTS
26.1 Concealed wiring to power socket outlets shall be by means of 2x7/22 SWG PVC+1x3/22
SWG or 2x7/20 SWG PVC +1x3/20 SWG PVC insulated 600 V grade,single core, standard
copper conductor cables in a concealed rigid 3/4 diameter HDPpipe in the floor, slab or
brickwork and terminated in 18 SWG thick GI sheet metal boxes conforming to the relevant
Indian or British standards to meet the approval of the Employer/ Engineer.
26.2 The power points include the materials required for the connection of socket outlets to the
MCB’s installed on the sub-distribution boards as shown on the drawings.

27 SUPPLY CONNECTION TO LIGHTS AND FAN POINTS


27.1 The supply connection means the conduit run from MCB’s installed on the Sub Distribution
Boards to the GI sheet metal junction boxes connecting lights and fan sub-circuits as shown
on the drawings. Wiring of supply connection shall be done means of 2*3/20 SWG, PVC
insulated 600 V grade single core standard copperconductor cables in a concealed 3/4
diameter HDP pipe in floors, slab or brickwork as shown on the drawings and shall
confirm to the relevant Indian or British standards.
27.2 The supply connection include the materials required for the connection of MCB’s installed
on the Sub Distribution Boards to the GI sheet metal junction boxes as shown on the
drawings. It shall be measured and paid to the Contractor in run meters approved by the
Employer/ Engineer.

28 METAL JUNCTION BOXES


28.1 The metal junction boxes shall be hot dipped 18 SWG thick galvanized iron sheet metal
boxes. It shall be fixed in wall or beams as shown on the drawings or as instructed by the
Employer/ Engineer.
28.2 The conductors shall be joined mechanically tight in the junction boxes and insulated with
proper layers and thickness of approved electrical tape providing insulation not less than that
of the conductor. The junction boxes shall be covered with GI sheet of appropriate size and
fixed tightly.

29 SINGLE POLE SWITCHES


29.1 All switches shall be single pole one way or two way as required and of wall mounted 230V,
5A suitable for recessed mounted and flush finish on wall with 18 SWG thick GI sheet metal
box and shall be installed at any height up to 1.5 m above the finished floor level.
29.2 The type of switches shall be CPL/Anchor dyna type or equivalent as approved by the
Employer/ Engineer.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-91

30 POWER SOCKETS
30.1 All the power outlet shall be 230 V, 50 Hz 5/15A, 3 pin Switch socket SP Dyna type switch
suitable for recessed mounting and flush finish on wall including 18 SWG thick GI sheet
metal box and screws and shall be installed 20 cm above the finished floor level.
30.2 The type of power outlets shall be CPL/Anchor Dyna type or equivalent as approved by the
Employer/ Engineer.
30.3 The power outlets shall be switched and earthed with 1*3/20 SWG or 1x3/22 SWG PVC
insulated stranded copper wire.

31 WIRING OF TELEPHONE POINTS


Wiring to the telephone socket outlets shall be by means of 2 pairs (2 x 2 x 0.45 mm)
telecommunication cable in a concealed rigid3/4 dia. HDP pipe in floor, slab orbrickwork
and terminated in appropriate size of GI sheet metal boxes conforming to the relevant Indian
or British standards to meet the approval of the Employer/ Engineer.

32 TELEPHONE SOCKETS
The entire telephone sockets outlet shall be 230 V, 50Hz, 2 pin, suitable for recessed
mounting and flush finish on wall with 18 SWG thick GI sheet metal box and screws and
shall be installed 20 cm. above the finished floor level.
The type of telephone socket outlets shall be CPL/Anchor or equivalent as approved by the
Employer/ Engineer.
Telephone sockets shall be 2 gang and one gang as mentioned in the bill of quantities.

33 TELEPHONE DISTRIBUTION BOARDS


The telephone distribution boards shall be two incomer’s3/4 diameter HDP pipe andat least
four outgoing3/4 diameter HDP pipe and metal connecting links having atleast 10 pairs
fixed in a base frame.
The fabrication of telephone distribution board shall be sheet steel enclosed, flush mounted
dust vermin proof with hinged cover and built in locking device. It shall be adequate size to
house all the fittings and shall be approved by Employer/ Engineer.
The telephone distribution board shall be installed on the readily accessible position1.5m
above the finished floor level as shown on the drawing or as instructed by theEmployer/
Engineer.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-92

The telephone distribution board shall include the connection of all telephone sockets to the
main supply as instructed by the Employer/ Engineer.
100 Pair box shall be with three incoming 20 pair cable and five outgoing cable (4x20 pair
cable +1x10 pair cable) total pair in DB shall be 60 pair. In case of 50 pair boxes there will
be three incoming 2x 20 pair cable +1x10 pair cable and four outgoing cable (3x 20
pair+1x10 pair cable).total pair in DB shall be 40 pairs.

34 WALL MOUNTED FIXTURES


34.1 General type wall mounted fixtures shall be 250V, 50 Hz fixture shall be wall bracket type
including brass holder and 100 W GLS bulb and shall be installed 2.3 m above the finished
floor level. Before installation the Contractor has to approve the samples by the Employer/
Engineer.
34.2 Decorative type compact fluorescent lamp (CFL) fitted wall bracket shall be with 2 no of SL
type 18 watt CFL lamps. It shall be SL Duo fancy FL 734 Phillips type or equivalent.
Decorative type CFL luminaries shall be made of CRCA sheet steel (powder coated )
housing, finished in white inside and outside fitted with high purity anodized aluminum
mirror reflector. G23 base and complete with control gear. Two 11 Watt S type CFL shall be
fitted. It shall be BJMS211 Bajaj type or equivalent.
Ceiling mounted dome fixture shall be 250 V, 50 Hz, milky and frosted 200 mm diameter
round dome fixture including metallic holder with ceramic insulator, base frame, and 60 W
GLS bulb as specified in the price schedule and bill of the samples by the Employer/
Engineer.

35 FLUORESCENT TUBE LAMP FIXTURES


The type of fluorescent tube lamp fixtures shall be as specified in the price schedule and Bill
of Quantity but if the Contractor has to supply equivalent quality in such a case it has to be
approved by the Employer/ Engineer. Before installation the Contractor has to approve the
samples by the Employer/ Engineer. The mentioned brand should be ISO 9001 or 9002
certified or equivalent.
Mirror optic recessed mounting type luminaries shall be fitted with two 36 W trulite type
tube light. It shall comprise of white powder coated CRCA sheet steel housing complete
with accessories and high purity anodized finished in white inside and outside fitted with
high purity anodized aluminum mirror reflector assembly with cross louvers, It shall be
BJLM 236 Bajaj type or equivalent.
Decorative 4x18 W luminaires shall be comprising of white powder coated CRCA sheet
steel housing complete with accessories such as copper wound polyester filled
ballast,starters,4x18 W trulite tube light and other accessories. it shall be covered with

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-93

spring loaded prismatic polystyrene louver assembly. It shall be BJSL418 Bajaj or TBS
74/418 Phillips or equivalent.
Industrial type luminaires shall be comprising of 2x36 W tube light, copper wound polyester
filled ballast,starters etc. it shall have a mounting channel and covers madefrom CRCA
sheet steel ,stove enameled. Vitreous enameled reflector which can be installed and removed
without aid of any tools. It shall be TKC 24/236 Phillips type or equivalent.
Decorative 1x18 W wall mounted tube light luminaires shall consist of CRCA sheet steel
stove enameled white inside & outside, copper wound polyester filled ballast, starters,1x18
W tube light and other accessories. A guiding stud and two number of end caps shall be
provided.

36 CEILING AND EXHAUST FANS


The type of ceiling fan shall be as specified in the price schedule and Bill of Quantity or
equivalent quality to be approved by the Employer/ Engineer. Before installation the
Contractor has to approve the samples by the Employer/ Engineer.
It includes installation, connection of ceiling fan and fixing of electronic solid fan regulator
suitable for recessed mounting and flush finish on the wall with 18 SWG thick GI sheet
metal box near the single way control switch and the exhaust fan with appropriate frame
shall be installed as shown on the drawings or as instructed by the Employer/ Engineer.
Ceiling fans shall have the power balanced motor with double ball bearings. The blades shall
be accurately balanced to ensure smooth service and their contours shall be designed for
maximum air delivery air cutting noise. The blades shall be made from non-corrosive
aluminum alloy and coils shall be from electrolytic copper with best insulating coating.
The exhaust fan shall be totally enclosed highly efficient heavy or light duty motor as
mentioned in the Bill of Quantities with pressure die cast aluminum rotor mounted on two
ball bearings. The blades shall be accurately balanced to ensure smooth service and their
contours shall be designed for maximum air delivery at minimum power consumption. It
shall be stove enameled glossy paint finish/epoxy paint with specially pre-treated
components to enhance corrosion resistance. It shall confirm to IS 2312 with latest
amendment.
Low voltage (LV) 50 W halogen lamp luminaires shall be closed dichroic germiline type. It
shall consists of front glass cover, dichroic coating reflector, specially designed GU bases,
Axial coil. It shall be fitted with 12V 50 W halogen lamp, transformers and other
accessories. It is DN 651 Philips type or equivalent.
Flood light luminaires shall be cast aluminum housing for corrosion resistance and is
provided with a glass cover to ensure insect free performance without the ingress of water
provision. Lamp replacement should be from the front of the luminiares and shall consist of
1x300 W halogen lamp and all other accessories complete.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-94

Garden light shall be of decorative post top lanterns consisting of aluminum canopy, opal
acrylic bottom cover and cast spigot, suitable for use with 150W GLS lamps/HPMV 125
W/70 W HPSV lamp. It shall be fitted with 150 W GLS lamp and also inclusive of 75 mm
dia galvanized pipe of 2.0 meter long and other accessories.

37 INTERCOM CABLES
The type of intercom cables shall be as specified in price schedule and bill of quantity but if
the contractor has to supply equivalent quality in such a case it has to be approved by the
Employer/ Engineer. Before installation the contractor has to approve the samples by the
Employer/ Engineer.
Intercom cable shall connect PABX to telephone distribution boards(TDB) and TDB to
telephone junction boxes. Main telephone cable shall be laid in PVC duct and HDP pipe as
mention in the BOQ. PVC duct shall be of 4"x3"& 4"x4" size depending upon the number
of the cable as shown in the drawing.
The intercom cables shall be connected to all telephone distribution boards from PABX
system through a concealed rigid 1” dia. HDP pipe in wall, floors and ceiling as shown on
the drawing or as instructed by the Employer/ Engineer.
Split type wall mounted room air conditioners shall be operated on 230 V, 50 Hz. The
heating and cooling capacity shall be minimum 22000 BTU/hr and 27000 BTU/hr
respectively. It shall be highly efficient and shall have at least following features:
- low vibration twin rotary compressor
- power select function
- power level monitor
- auto change over (cooling/heating)
- auto restart function
- 24 hr on off programmable timer
- 1 hr off timer
- Auto swing louver & auto air swing
- LCD wireless remote control
- Detachable & washable front panel & air filter.

38 EARTHING
38.1 EARTHING SET
The earthing shall be done as per IS 3043-1966. The earthing set shall consist of the
following:
a) 600x600x3.15 mm electrolytic copper plate as earth electrode;

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-95

b) The hard drawn copper earth strip of size 25x3.15 mm shall connect the earth electrode,
main panel, and distribution boards as per drawing and instruction;
c) 1/4"dia,1"long electroplated copper nuts & bolts;
d) 1.5 meter long,19mm dia, GI pipe and other required accessories for watering;
e) Cement concrete work of ratio 1:4:8 for watering arrangement as per drawing;
f) Charcoal and salt;
g) 600x600x50 mm concrete slab cover

38.2 INSTALLTION METHOD


The earthing shall be done as follows:
a) Joints between wires and copper strip shall be done by solder less "pressure" connectors.
b) Underground joints shall not be permitted in any case.
c) In making earth connection advantage must be taken of the permanently moist soil available
in the vicinity of the building.
d) Earth wire connections to any apparatus, or any termination shall be done by solder less
crimping type cable lugs.

38.3 EARTH RESISTANCE


The earth resistance in no case shall exceed 5 Ohms. The earthing shall be improved by
addition of extra earthing set to bring down the value of earth resistance in case measured
value comes more than 5 Ohms by the Contractor in no extra cost.
The Contractor shall follow the standards listed below wherever applicable to this contract.
IS Specifications:
(a) Switch gear bus bars IS375-4963
(b)Enclosures for low Voltage Switchgear IS 2147-1962
(c)PVC cables IS 1554-1964
(d) Tungsten filament lamps IS 418-1963
(e) Ceiling fans IS 374-1966
(f) Steel boxes for enclosure of electrical IS 5113-1969
(g) Switch socket outlets IS 4615-1968
(h) Three pin plug and sockets IS 1293-1967
(i) Switches for domestic and similar purpose IS 3854-1966

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 29 – Building and Miscellaneous Works Page 29-96

(j) Copper conductors BS 6360

Codes of Practice:
(a) Wiring BS 3346
(b) Cables BS 2004
(c) Earthing IS 3043-1966
(d) Electrical wiring installation IS 732-1963
(e) Switchgear installation IS 3072-1965 Part I
(f) Light protection IS 2309-1969
(g) Fixtures IEC Lighting hand book (5th edition.)
(h) Emergency lights BS 5266
(i) Luminaries IEC 598

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 30 – Inspection, Testing and Commissioning Page 30-1

CHAPTER - 30
INSPECTION, TESTING AND COMMISSIONING

1 SCOPE OF WORK

The whole of the Works supplied under the Contract shall be subject to inspections and
tests by the Employer or their Representatives during manufacture, erection and after
completion. The inspections and tests shall include, but not be limited to, the
requirements of this section of the Specifications.

The Contractor shall provide all costs, appliances, apparatus, supervision, labor and
services necessary to carry out all tests, unless specifically stated otherwise.

The Contractor shall furnish the detailed schedule of his commissioning plan at least
one month prior to the scheduled date. The schedule shall include the commissioning
procedures, testing sequences and details of special testing equipment, tests and
commissioning record formats, information about relevant standards etc.

The scope of the commissioning program includes the site testing and putting into
successful operation of all the equipment supplied under the Contract for
132kVtransmission line and substation. Testing of energy meters and certification of
their accuracy shall also be included.

2 OBJECTIVES

The objectives of commissioning work, prior to the successful energization of Plant at


full voltage and connection to the system, are the following:

- Confirm the integrity (correctness) of installation.

- Confirm the integrity of insulation, connections and phasing.

- Ensure proof of equipment characteristics.

- Review workmanship.

- Confirm the correct implementation of the design.

- Check equipment ratings.

- Check settings and operation of protective relays.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 30 – Inspection, Testing and Commissioning Page 30-2

- Check and measure resistivity of earthing grid and earthing system.

- Confirm the proper functioning of SCADA and Substation Automation


system.

3 QUALITY ASSURANCE, INSPECTION AND TESTING

To assure that the supply and services under the scope of this Contract whether
manufactured or performed within the Contractor’s works or at his subcontractor’s
premises or at the Site or at any other place of work, are in accordance with the
Specifications, the Contractor shall adopt suitable quality assurance program to control
such activities at all points necessary. Such program shall be outlined by the Contractor
and shall be finally accepted by the Employer after discussions before the award of the
Contract. A quality assurance program of the Contractor shall generally cover, but not be
limited to the following:

(a) His organization structure for the management and implementation of the
proposed quality assurance program.

(b) Documentation control system.

(c) Qualification data for bidder’s key personnel.

(d) The procedure for purchases of materials, parts, components, and selection of
sub-contractors’ services including vendor analysis, source inspection, incoming
raw materials inspection, and verification of materials purchases.

(e) System for shop manufacturing including process controls and fabrication and
assembly controls.

(f) Control of non-conforming items and system for corrective actions.

(g) Control of calibration and testing of measuring and testing equipment.

(h) Inspection and test procedure for manufacture.

(i) System for indication and appraisal of inspection status.

(j) System for quality audits.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 30 – Inspection, Testing and Commissioning Page 30-3

(k) System for authorizing release of manufactured products to the Employer.

(l) System for maintenance of records.

(m) System for handling storage and delivery.

(n) A quality plan detailing out the specific quality control procedure adopting for
controlling the quality characteristics relevant to each item of supply.

The quality plan shall be mutually discussed and approved by the Employer after
incorporating necessary corrections by the Contractor as may be required.

- Quality Assurance Documents

The Contractor shall be required to submit all the Quality Assurance Documents as
stipulated in the Quality Plan at the time of Employer’s inspection of
material/equipment.

The Employer, through his duly authorized representatives, reserves the right to
carry out Quality Audit and Quality Surveillance of the systems and the procedures
of the Contractor’s and the subcontractor’s Quality Management and Control
Activities.

- Inspection, Testing and Inspection Certificates

The provisions of the clauses on Test and Inspection of the General Conditions of
Contract and Special Conditions of Contract shall be applicable to the supply and erection
portions of the Works. The Employer shall have the right to re-inspect at his expenses,
any material though it would have been previously inspected and approved by him at the
Contractor’s works before, and if, after the same are inspected at Site following the latter,
material is found defective, then the Contractor shall bear the cost of this inspection and
reinstatement according to specification.

4 TESTS AT MANUFACTURERS WORKS

4.1 General

Where no specific test is specified, then the various items of materials and equipment
shall be tested in accordance with the relevant IEC Standards. Where no appropriate
standard is available, tests shall be carried out in accordance with the maker's standard
practice, which shall be subject to the Employer’s approval.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 30 – Inspection, Testing and Commissioning Page 30-4

At least fourteen days’ prior notice, in writing or by telefax, shall be given to the
Employer of the readiness of the plant for test or inspection and every facility shall be
provided by the Contractor and subcontractor (s) to enable the Employer or their
Representative to carry out the inspections and witness the tests. This includes progress,
test rig and packing inspections also.

Inspection of equipment will not be carried out unless the Employer has approved copies
of the relevant sub-orders, drawings and test procedures.

No equipment shall be packed, prepared for shipment, or dismantled for the purpose of
packing for shipment, unless it has been satisfactorily inspected, or inspection has been
waived by the Employer.

Functional electrical and mechanical tests shall be carried out on the completed plant
after assembly in the Works. The extent and method of recording the results shall be
agreed by the Employer in sufficient time to enable the tests to be satisfactorily
witnessed or to make any changes to the proposed program of tests.

All instruments and apparatus used in the performance of the tests shall be subject to the
approval of the Employer and, if required by the Employer, shall be calibrated to an
agreed standard at a laboratory of national standing to be nominated by the Contractor
and approved by the Employer.

The costs of carrying out such calibration shall be borne by the Contractor in all cases.

The costs of making any test shall be borne by the Contractor. This shall apply to tests
performed at the site or elsewhere.

After receiving the prior information about the completion of manufacturing at the
factory, the Employer will depute his personnel to the Contractor’s factory to witness the
fabrication, assembly and testing of any or all parts of major equipment. The number of
the Employer's personnel and equipment to be witnessed will be as listed below. The
duration of such visits shall be as per inspection/testing requirements.

- Power Transformer 2 persons, 1 visit


- 132 kV Circuit Breakers 2 persons, 1 visit
- Disconnecting Switch 2 persons, 1 visit
- Control & Relay panel 2 persons, 1 visit
- Instrument Transformers 2 persons, 1 visit
- Substation Automation System 2 persons, 1 visit
- SCADA/Communication System 2 persons, 1 visit
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 30 – Inspection, Testing and Commissioning Page 30-5

- Tower with BE +9m 4 persons, 4 visit


- Conductor 2 persons, 1 visit
- OPGW 2 persons, 1 visit
- 33 kV Circuit Breakers 1 person, 1 visit
- Lightning Arrestor 1 person, 1 visit
- XLPE Power Cable 1 person, 1 visit
- 11 kV Switchgear 1 person, 1 visit
- Battery and Battery Charger 1 person, 1 visit
- Long Rod Insulators 1 person, 1 visit
- Hardware/Fittings 1 person, 1 visit

The daily allowances and travelling expenses of the inspectors nominated by the
Employer will be borne by Employer. However, the Contractor shall bear all the
expenses occurred due to the repetition of the tests required due to:

 Failure of the test;


 Test facilities not ready at the time of inspection or mismatch of test
schedule/program provided by the Contractor.

4.2 Test Certificates

Within30 days of the completion of any test, triplicate sets of all principal test
records, test certificates and performance curves shall be supplied to the
Employer.

These test records, certificates and performance curves shall be supplied for all
tests, whether or not they have been witnessed by the Employer or his
representative. The information given on such test certificates and curves shall be
sufficient to identify the material or equipment to which the certificate refers and
should also bear the Contract reference title. Specified requirements shall be
shown on each certificate for comparison with actual test results.
When all equipment has been tested, test certificates of all factory and site
tests shall be compiled by the Contractor into volumes and bound in an
approved form complete with index. Two copies of each volume shall be
supplied to the Consultant and five copies to the Employer.

4.3 Type Tests

Type tests are required to prove the general design of the equipment and the
Contractor may submit certificates of such design tests, which have been carried
out on identical equipment. Notwithstanding any provision in BS, IEC or ANSI

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 30 – Inspection, Testing and Commissioning Page 30-6

Standards, the Employer shall have the right to accept such certificates in lieu of
the specified type tests or to reject them.

The type tests prescribed shall be carried out at the Contractor's cost in all cases,
where either such certificates are not available or are rejected by the Employer.

5 RESPONSIBILITIES

To ensure that the test jurisdiction and transfer of responsibilities is regulated


by strict safety and handover procedures, the Contractor agrees the interface
with the Employer to establish and implement handover procedures consistent
with the terms of these Specifications.

The Employer shall retain full jurisdiction over all commissioning activities,
which may affect the operation of the existing system. In these circumstances
and when so requested, shall provide technical advices and assistances.

The Contractor shall be responsible for technical guidance and assistance in


establishing the scope and method of tests, witnessing of the testing,
assessment of results, and re-negotiation of the changes in test schedules
which may be necessary as a result of other circumstances, such as delays in
the delivery, possible equipment failures.

6 SAFETY PROCEDURES

The Contractor shall share the responsibility for safety procedures with the
Employer.
The Contractor shall establish and implement a work permit and tagging
system and associated safety procedures (subject to the review of Employer)
for all equipment, systems and areas not covered by the Employer’s safety
procedures.

The Employer will assume responsibility for the establishment and


implementation of tagging, safety and work permit procedures for the
protection of personnel and equipment, as soon as equipment and systems are
connected to or are energizeable from the existing system.

7 TRAINING OF THE EMPLOYER'S STAFF


Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 30 – Inspection, Testing and Commissioning Page 30-7

The Contractor shall plan for the Employer’s staffs’ participation, either
continuously or on a regularly recurring basis, in the commissioning work
and:

Allow the Employer’s staffs to become familiar with the operating and
maintenance aspects of the new equipment supplied by him,

Maintain a continuing assessment with the Employer of the precautions


required in, or possible consequences of, initial energisation of equipment,

Allow for the above two necessary objectives in the preparation of schedules.

The Contractor shall station at site, at least, one technical expert for a
minimum of six months continuously after commissioning to rectify any
problems, as well as train the Employer's attending staffs. If required, the
length of his stay shall be extended as per requirement, which shall be at the
Employer's discretion.

8 COMMISSIONING STAFF

The Contractor shall provide commissioning personnel including skilled and


unskilled labor as required. Submit a list with names, experience and proposed
duration of the stay of key personnel on site, consistent with the construction
schedule, along with the commissioning program.

Ensure that only staffs assigned to commissioning fulfills that duty for the
duration of the assignment.

Ensure that commissioning staffs have authorization, and the competence, to


undertake minor repairs or to make temporary redesigns and to reconnect
systems to meet the specified system performance to preclude delays in
energization and putting into commercial service of any part of the works.

9 TEST EQUIPMENT

The Contractor shall ensure that all instruments, tools and other equipment
required for testing and commissioning are available on site, ensure that the
test equipment is of satisfactory quality and condition and, where necessary, is
calibrated by an approved authority or standard.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 30 – Inspection, Testing and Commissioning Page 30-8

Make arrangements for the provision of power supplies for testing with
necessary vector configuration, voltage and current rating.

10 COMMISSIONING PROGRAM

Prepare a commissioning program for approval by the Employer and for


incorporation into the Project master construction program. Allocate adequate
time in this program to permit full commissioning of all components.

Carry out all testing during normal working hours as far as practicable. Tests,
which involve existing apparatus and system outages, may be carried out
outside normal working hours. Give the Employer sufficient notice to allow
for the necessary outage arrangements to be made in conformity with the
testing program.

Note that no tests listed in the agreed program will be waived except upon the
instructions or consent of the Employer in writing.

10.1 Test Procedures

The following basic tests, in addition to others, shall be carried out:

- Measurement of insulation resistance.


- AC withstand voltage test

10.2 Requirements for Field Tests

The field tests shall be carried out in presence of Employer under the
following conditions:

AC withstand test voltages for conductors and outdoor equipment shall be


normal operation voltage of the transmission line and, withstand voltage test
shall be carried out for ten (10) minutes by the normal voltage mentioned
above.

The field tests shall be carried out by the Contractor after adjustment of all the
equipment have been completed.

Expandable and lead wires and other materials required for the field tests shall
be arranged by the Contractor. The Contractor shall be responsible for
providing all measuring instruments, test equipment and tools required for the
tests.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 30 – Inspection, Testing and Commissioning Page 30-9

Preparation of the test record sheets and test reports shall be the responsibility
of the Contractor and the results of the field tests shall be submitted by the
Contractor for Employer’s approval.
Measurement of insulation resistance of the equipment shall be performed by
at least 1000 V Insulation tester.

After completion of the measurement of insulation resistance mentioned


above, ac withstand voltage test shall be performed by the normal operation
voltage of the existing power system in accordance with the following
procedure:

- 11, 33 and 132 kV Main Circuit: The 11 kV, 33 kV and 132 kV circuit
breakers and disconnecting switches, except for circuit breakers
receiving power for the test from the existing power system through a
transmission line, shall be closed, succeeding, normal operation
voltage shall be charged on the equipment and bus conductors for ten
(10) minutes for ac withstand voltage test. The indication value of
meters mounted on the board during the ac withstand voltage test shall
be recorded on the test record sheets prepared by the Contractor.

Submit test procedures, consisting of detailed test methods and samples of the
related test record forms, for all equipment to be tested, to the Employer for
approval along with the commissioning program. Strictly adhere to these
procedures for the commissioning tests.

10.3 Records

Maintain an up-to-date record of all commissioning activities on site.

Record the results of the tests clearly on forms and formats approved by the
Employer and with clear references to the equipment and items tested, so that
the record can be used as the basis for maintenance tests, in future. Submit the
required number of site test records to the Employer as soon as possible after
completion of the tests.

Record the details of the test equipment and instruments used in the test
sheets, in those cases where the instrument or equipment characteristics can
have a bearing on the test results.

10.4 “As-Built” Drawings

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 30 – Inspection, Testing and Commissioning Page 30-10

Keep an ongoing record of all changes on a master set of drawings. Produce


and supply a minimum of five complete sets of marked-up “As
Constructed/As-Built” drawings before leaving the Site. Correct and re-issue
the original drawings as soon as possible as per this specification.

10.5 Test Methods

Carry out all necessary tests for commissioning the transmission line and
substation. The following clauses detail the tests which are considered to
represent the minimum required in addition to those specified under the
appropriate IEC Publications, other approved standards and the
manufacturer’s instructions for each item of equipment.

Strictly adhere to the methods of testing approved by the Employer.

A) Site and Commissioning Tests for Main and Auxiliary Equipment

General Checks

Make a general check of all main and auxiliary equipment. Include a


check of the completeness, correctness and condition of ground
connections, labeling, arcing ring, paint surfaces, cables, wiring, pipe-
work, valves, blanking plates and all other auxiliary and ancillary
items.

Check for oil and gas leaks and that insulators are clean and free from
external damage. Check that loose items, which are to be handed over
to the Employer, e.g., blanking plates, tools, spares, etc. are in order
and are correctly stored or handed over.

Power Transformers

Make all tests as per commissioning tests called for in the


Manufacturers’ instructions manual.

Record and submit to Employer in a hardcover binder, all test data


obtained.
Circuit Breaker Tests
For the SF6 circuit breakers, test the gas system to prove the gas
density, its dryness and its di-electric strength. Measure the gas
leakage rate.
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 30 – Inspection, Testing and Commissioning Page 30-11

Check and set pressure switches settings when required. Also test
mechanical operating systems.

Carry out contact resistance tests. In the case of multi-interrupter


circuit breakers, perform resistance tests at each interrupter or pair of
interrupters as well as through the series of interrupters on each pole.

Test local and remote trip/close operation and perform circuit breaker
and auxiliary contact timing tests on all circuit breakers.

Control/ Relay Panels, energy meters and Switchboards

Carry out general testing and inspection, as referred to above. The


Contractor shall also carry following tests: a) Carrier signal testing b)
protective relay testing c) Instrument transformers testing c) Phase
correcting testing. Functionally test and perform the timing tests on
circuit breakers and AC and DC circuits, associated with stand-by
auxiliary supplies and stand-by generating sets, particularly where
automatic operation is defined.

Carry out insulation measurement tests of secondary circuits with a


1000 V DC Insulation tester before and after high voltage testing.

Check shutters, interlocking, earth procedures and the inter-


changeability of components.

Carry out a high voltage 50 Hz dielectric test on each bus at 75% of the
specified value for the equivalent factory test.

Disconnecting Switch and Earth Switches

Test all disconnecting switch and earth switches operationally to


confirm contact pressures, contact resistance, simultaneous-operation
of all phases and the ease of operation.

Check the local and remote indications and the operation of auxiliary
contacts. Check the earthing mat at the operating positions and check
the availability of connecting points for maintenance earthing
arrangements.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 30 – Inspection, Testing and Commissioning Page 30-12

Test the earth switches and maintenance earthing devices to confirm


the opening and closing sequences and check the ground mat
connections, indications and manual locking devices.

Lightning Arresters

Inspect and verify the condition and satisfactory mounting of the


arresters and their earth connections, electrodes and operation
counters. Note the counter readings.

Busbars and Connections

Test flexible busbars and connections to ensure that the correct


tensions, sags and clearances will be maintained over the range of
environmental conditions and loads without stress to other equipment.
If dynamometers are used to check the sags and tensions, check them
before and after use.

Check rigid busbars and connections to ensure that the busbars will not
cause overloading of the supporting insulators under load conditions
and under the range of climatic variations applicable to the Site.
Ensure that expansion and contraction of the equipment is fully
accommodated by flexible connections.

Test conductivity on selected connections and joints.

Perform high voltage DC tests on all HV cables and isolated phase bus
bars at 75% of the specified value for the equivalent factory test. Carry
out with at least 1000 V DC megger the insulation measurement test,
before and after high voltage tests.

Batteries and Battery Charging Equipment

Test the insulation to earth of the complete DC system.

Test the batteries and chargers to confirm the charger ratings,


adjustment, alarm systems and battery capacity for the specified length
of time at maximum expected loading.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 30 – Inspection, Testing and Commissioning Page 30-13

Record the specific gravity and cell voltages of the batteries during the
initial charge and when fully charged and maintain proper regular
records until the battery is taken over by the Employer.

Interlocking

Check all interlocking arrangements, both electrical and mechanical.

B) Earthing System

Carry out the tests and measurements in accordance with IEEE


Standard 80.

Test the effectiveness of the bonding and earthing and make


conductivity tests on selected joints on the main earthing system and at
the connections to equipment and structures. Check the precautions
taken to avoid corrosion attack on the earthing system.

Measure the resistance of the earthing system to the remote earth


indicating method and equipment used. Separate test probes of
minimum 300 to 600 meters length to effectively test the earthing
system.

Perform earthing resistance measurements with the transmission line


earth wires disconnected from the grounding grid.

C) Area Lighting

Check all lighting circuits including the operation of relevant


photoelectric cells and remote/local commands.

Measure the lighting levels throughout the substation on horizontal


surface 800 mm above ground level and on all vertical surfaces of
transformers, marshaling kiosks, etc.

Measure the lighting levels in the area surrounding the substation up to


20 m from the fence.

D) Miscellaneous tests on Transmission Lines

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 30 – Inspection, Testing and Commissioning Page 30-14

Measurement of footing resistance


Before stringing the conductor, the footing resistance of each support shall be
measured with an earth resistance measuring instrument to the approval of the
Employer.
Measurement of earth electrode resistance
Where the footing resistance is found to exceed 10 ohms additional earth electrodes
are to be installed and the combined earth electrode and footing resistance measured
together and recorded using the same test instrument. Additional electrodes are to be
installed to obtain a maximum resistance value of 10 ohms.
Measurement of line impedance
Positive and zero sequence impedance measurement tests shall be carried out after
final line inspection has been completed. The measurement tests shall be carried out
on all new lines covered by this Contract, by the Contractor and at his cost.
Conductor joint tests
In the case of tension clamps, joints and bi-metal terminals the resistance of each part
shall be measured by instruments supplied by the Contractor and approved by the
Employer. The resistance of such fittings shall not exceed 75% of the electrical
resistance of the equivalent length of conductor. The tests shall be carried out in the
presence of the Employer. Stringing shall not commence until suitable instruments are
on Site, approved by the Employer and ready for use.
Measurement of galvanizing thickness
The Contractor shall have available on Site for the Employer's use an instrument
suitable for the accurate checking of galvanizing thickness. The gauge shall be
available from the time of arrival of the first consignment of steel work until the issue
of the Operational Acceptance Certificate. The cost of the gauge and other operating
expenses are deemed to be included in the Contract Price and the gauge will remain
the property of the Employer.

Tests on completion
Acceptance tests shall be carried out on Site by the Contractor on each section of the
Works. These tests shall immediately follow the commissioning of each section of the
Works.
The lines shall be energized at full working voltage before handing over and the
arrangement for this, and such other tests as the Employer shall desire to make on the
complete line, shall be assisted by the Contractor who shall provide such labor,
transport and other assistance as is required without any extra charge. Apparatus for
special tests shall be provided by the Contractor.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 30 – Inspection, Testing and Commissioning Page 30-15

The Contractor shall submit to the Employer at least two months before the
anticipated commencement of acceptance tests his detailed proposal for carrying out
acceptance tests.
Test instrumentation
The method of measuring all quantities and qualities and the measurement tolerances
shall be in accordance with the appropriate BS, ISO or ANSI.
The terminal conditions required for establishing whether the guarantees are met shall
be measured by precision test equipment to be installed by the Contractor in addition
to the permanent measuring equipment where supplied under the contract.
The overall design of the Works shall provide for the installation and use of test
equipment so as not to interfere with the plant loading or delay the guarantee
completion dates.
All the precision test equipment to be used for carrying out tests shall be calibrated
against standard instruments before the tests, and if required by the Employer, also
after the tests. Calibration records shall be available for inspection by the Employer or
his Representative.
During the design stage of the plant, the contractor shall give details of measurements
to be made to substantiate that the performance of the plant meets the requirements of
the specification and in particular shall submit for approval a schedule of performance
test instrumentation necessary to demonstrate the guarantees.
Test reports
For each of the specified tests the contractor shall agree the test figures with the
Employer and shall submit for approval triplicate copies of the test report containing a
complete analysis of the test results within one month of the completion of the
relevant test. Eight copies of the final approved report shall be submitted to the
Employer.
Commissioning Test
The contractor shall be responsible for checking that total and relative sags of
conductors are within the specified tolerances. Such checks shall be carried out at
positions along the route selected by the Employer and the contractor shall provide
the necessary surveying instruments to enable the checks to be carried out with the
line in service without any extra charge.
The commissioning tests are as follows:
Measurement of line parameters
The line insulation resistance shall be measured on each individual section of the lines
before the jumper loops are closed and again on the whole lines when they are
completed.
The electrical parameters of the lines such as resistance, reactance, suspectance etc.
shall be measured in a manner to be approved by the Employer, sufficiently

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 30 – Inspection, Testing and Commissioning Page 30-16

accurately to enable the positive, negative and zero sequence impedance to be


determined for the lines.
The lines shall then be energized at the proposed operating voltage from the
Employer's system or generating station and the charging current measured and other
such tests performed as the Employer may require making on the completed line.
The contractor shall carry out all these tests in the presence of the Employer, and shall
provide all the necessary labor, transportation, apparatus, instruments and other
assistance as required, without any extra charge.
High voltage tests
The overhead lines shall be tested with DC voltage applied between each phase and
earth by means of a DC high voltage testing unit and without cleaning of the
insulators. Bidders shall state leakage current expected for such tests, for the different
section of lines and taking into consideration and atmospheric conditions.
The test voltage shall be applied for five minutes for 132 kV overhead lines and shall
be as follows:

Line Voltage D.C Test Voltage to Earth


132 kV 187 kV

The electric power necessary for the tests at Site shall be supplied by the Employer.
The contractor shall satisfy himself that all connections are good before switching
power and shall be responsible for, and make good any damage that may arise
because of faulty connections.
All D.C. measuring apparatus, instruments including D.C. high voltage testing unit
will be subject to checking and calibration by the Employer before starting the high
voltage D.C. current test, catalogues and details to be submitted with offer. Full
details and catalogue of the proposed high voltage D.C. testing equipment shall be
submitted for approval before shipping the test equipment.
Field test quality plan
A field test quality plan is given in the appendix-10.1. The Contractor shall provide
necessary information to the Employer / site engineer so that the tests are conducted
and results recorded well.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 30 – Inspection, Testing and Commissioning Page 30-17

APPENDIX - 24.1: FIELD QUALITY PLAN FOR TRANSMISSION LINES

S. Descriptio Items to be Tests/Checks to Ref. documents Check/Test Check/Testi Counter Accepting


No n of Checked be done ing ng Check/Test by authority in
. Activity Agency Extent Employer Employer
1. Detailed a. Route Optimization of a. Preliminary Contractor 100% at Field 100% based on To be notified
Survey alignment route length survey. record documents by the Employer
b. Topographical
map
c. Tower Spotting
Data
b. Route 1. Ground a. Sag template Contractor 100% at Field 100% based on To be notified
profiling & clearance. -do- record documents by the Employer
tower spotting. b. Tower Spotting -do- -do-
2. Cold wt. Span data -do-
c. Route -do- -do-
3. Hot wt. Span alignment -do-
-do- -do-
4. Sum of Adj. -do-
Span (wind span) -do-

5. Angle of Devn.
2. Check Tower i) Alignment a. Route Contractor 100% at Field i) All angle towers To be notified
Survey Location & ii) Final Length alignment -do- in plains and 50% by the Employer
Final Length b. Tower Schedule -do- in hilly terrains.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 30 – Inspection, Testing and Commissioning Page 30-18

S. Descriptio Items to be Tests/Checks to Ref. documents Check/Test Check/Testi Counter Accepting


No n of Checked be done ing ng Check/Test by authority in
. Activity Agency Extent Employer Employer
c. Profile ii) Final length to be
checked on 100%
basis based on
records/documents
3. Detailed a. Bore log 1. Depth of bore As per Employer Contractor 100% at Field To witness 20% at To be notified
Soil log Specification Field by the Employer
Investigati 2. SPT Test
on 3. Collection of
samples
3 Tower b. Tests on As per tech. As per Employer Lab appd. 100% by Review of lab test To be notified
Foundation samples Specs. Specification By testing lab results by the Employer
Employer
1. Cement 1. Source Source meeting Contractor As proposed To verify the -do-
approval Employer by Contractor proposal based on
Specification/App the supply made
roved vendor and factory test
results.
2. Physical tests As per Samples to Review of all 100% review of lab -do-
specification be taken MTC’s and test results
jointly with one sample
Employer for every 500
and tested at MT
Employer
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 30 – Inspection, Testing and Commissioning Page 30-19

S. Descriptio Items to be Tests/Checks to Ref. documents Check/Test Check/Testi Counter Accepting


No n of Checked be done ing ng Check/Test by authority in
. Activity Agency Extent Employer Employer
approved
lab
3. Chemical Tests -do- Contractor 100%% 100% review of -do-
Chemical to submit review of MTC
composition of MTC MTC by
Cement Contractor
2. 1. Source To be procured Contractor As proposed To review the -do-
Reinforcement approval from main by Contractor proposal based on
Steel producers only. the test reports.
2. Physical and As per Contractor All MTC’s 100% review of -do-
Chemical analysis specification to submit MTC
test MTC

3. Coarse 1. Source Source meeting Contractor Proposed by To review the To be notified


Aggregates approval Employer the proposal based on by the Employer
Specification Contractor, the documents
indicating the
location of
the quarry
and based on
the test
results of
Joint samples
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 30 – Inspection, Testing and Commissioning Page 30-20

S. Descriptio Items to be Tests/Checks to Ref. documents Check/Test Check/Testi Counter Accepting


No n of Checked be done ing ng Check/Test by authority in
. Activity Agency Extent Employer Employer
tested in
Employer
approved lab
2. Physical tests As per document
Samples to One sample 100% review of lab - do-
at Annexure-3 of
be taken per lot of 200 test results
this FQP at page
jointly and cum or part
16 tested in thereof
Employer
approved
lab
4. Fine 1. Source Source meeting Contractor Proposed by To review the - do-
aggregate approval Employer the proposal based on
Specification Contractor, the documents.
indicating the
location of
the quarry
and based on
the results of
Joint samples
tested in
Employer
approved lab.
2. Physical test As per Annexure- Samples to One sample 100% review of lab - do-
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 30 – Inspection, Testing and Commissioning Page 30-21

S. Descriptio Items to be Tests/Checks to Ref. documents Check/Test Check/Testi Counter Accepting


No n of Checked be done ing ng Check/Test by authority in
. Activity Agency Extent Employer Employer
4 of this FQP at be taken per lot of 200 test results
page 17 jointly and cum or part
tested in thereof
Employer
approved
lab
5. Water 1. Cleanliness EmployerSpecific Contractor 100% visual Verification at - do-
(Water shall be ation check at Field random
fresh and clean)
2. Suitability of Employer Contractor 100% Visual Verification at - do-
water for Specification Check random
concreting at Field
Foundation 1. Visual Employer Contractor 100% at Field 100% at Field - do-
Clasification observation of Specification
soil strata
2. Ground water
level
3. History of
water table in
adj.
Area/surface
water
4. Soil
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 30 – Inspection, Testing and Commissioning Page 30-22

S. Descriptio Items to be Tests/Checks to Ref. documents Check/Test Check/Testi Counter Accepting


No n of Checked be done ing ng Check/Test by authority in
. Activity Agency Extent Employer Employer
Investigation
wherever required
1. Bottom of Depth of Appd. Drgs. Contractor 100% at Field 100% check by - do-
excavated earth foundation Employer
2. Stub setting 1) Centre Line -do- -do- -do- -do- -do-
2) Diagonals
4. Tower 1. Materials Visual checking Appd. Dwg./BOM Contractor 100% at 100% verification - do-
Erection a. Tower for stores of records
member/bolts 1. Stacking
& 2. Cleanliness
nuts/washers/ac 3. Galvanizing
cessories 4. Damages
2. Erection of 1. Sequence of As per Appd. Contractor 100% at field 100% check - do-
Super-structure erection Drgs. / Employer
specification
2. Check for -do- -do- -do- -do- -do-
completeness
3. Tightening of -do- -do- -do- -do- -do-
nuts and bolts
4. Check for -do- -do- -do- -do- -do-
verticality
5. Tack welding Employer Contractor 100% at Field 100% Check - do-

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 30 – Inspection, Testing and Commissioning Page 30-23

S. Descriptio Items to be Tests/Checks to Ref. documents Check/Test Check/Testi Counter Accepting


No n of Checked be done ing ng Check/Test by authority in
. Activity Agency Extent Employer Employer
for bolts & nuts Specification
3. Tower TFR at locations Employer Contractor 100% at Field 20% locations to be - do-
footing before and after Specification verified
resistance earthing.
(TFR)
5. Stringing 1. Materials - do-
a. Insulators 1. Visual check Employer Contractor 100% at Field 100% verification - do-
for Specification of records and to
cleanliness/glazin carry random
g/cracks/and checks 10%
white spots.
2. IR Value (min. 50M Ohms) -do- One test per To verify -do-
sample size Contractor’s records
of 20 for 100% and joint
every lot of check 20% of total
10,000 tests
3. E&M test - Insulator a. 20 per Collection of Tests to be
supplier 10,000 for samples, sealing witnessed/
discs them and handing Appd. at
b. 3 per 1500 over by Employer Manufacturer’s
for long rod to Insulator supplier works
4. Traceability Packing list/CIP Contractor 100% at field 100% Review of To be notified
(Make/batch records by the
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 30 – Inspection, Testing and Commissioning Page 30-24

S. Descriptio Items to be Tests/Checks to Ref. documents Check/Test Check/Testi Counter Accepting


No n of Checked be done ing ng Check/Test by authority in
. Activity Agency Extent Employer Employer
No./Locations Employer(NEA)
where installed)
b. Conductor On receipt, Packing list Contractor 100% at 20% check To be notified
1. Visual check of stores by the
drum. Employer(NEA)
2. Check for seals -do- -do- -do- -do- -do-
at both ends, and
Employer sticker
on outer end
3. Check depth -do- -do- -do- -do- -do-
from top of flange
to the top of the
outer most layer
c. OPGW Check for seals at Packing list Contractor 100% at 20% check -do-
both ends stores
2. Field activity
a. Before Readiness for Stringing Contractor Readiness Review of -do-
Stringing stringing procedures as per certificate to Certificate
Employer be submitted
specification by the
Contractor
b. During (Conductor -do-
stringing /OPGW)
Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope
Chapter 30 – Inspection, Testing and Commissioning Page 30-25

S. Descriptio Items to be Tests/Checks to Ref. documents Check/Test Check/Testi Counter Accepting


No n of Checked be done ing ng Check/Test by authority in
. Activity Agency Extent Employer Employer
1. Scratch/cut Appd. Drawings/ Contractor 100% at 100% record & -do-
check (Visual) EmployerSpecn. Field Field check 20%
2. Repair sleeve -do- -do- -do- -do- -do-
3. Mid span -do- -do- -do- -do- -do-
Joints
4. Guying (in Appd. Guying -do- -do- 100% -do-
case of towers arrangement/Emp
not designed for loyerspecn.
one side
stringing)
c. After Check for,
stringing
1. Sag/Tension Sag tension -do- -do- 100% record & -do-
chart/tower Field check 20%
Spotting data
2. Electrical As per appd. -do- -do- -do- -do-
clearances Drgs./Employer
specifications
i) Ground -do- -do- -do- -do- -do-
clearance
ii) Live metal -do- -do- -do- -do- -do-
clearance etc.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


Chapter 30 – Inspection, Testing and Commissioning Page 30-26

S. Descriptio Items to be Tests/Checks to Ref. documents Check/Test Check/Testi Counter Accepting


No n of Checked be done ing ng Check/Test by authority in
. Activity Agency Extent Employer Employer
3. -do- -do- -do- -do- -do-
Jumperin
g
4. Copper As per Appd. Contractor 100% at 100% record & -do-
bond Drgns./Employer Field Field
Specification Check 20%
5. Placement As per -do- -do- -do- -do-
of damper Specn./drgs/
placement chart

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two Envelope


APPENDIX - 24.2: PRE – COMMISSIONING PROCEDURES FOR
TRANSMISSION LINES
1.1 Introduction
Over all procedure, safety rules, Statutory Requirements, dispatch procedures, switching
sequences, observations, passing criteria and documentation of test results have been
documented in this APPENDIX-II.
The detailed inspection and handing over documents are required to be checked for the entire
length of transmission line before energization.
The detailed inspection/test procedures for each activity have been elaborated in Chapter 10
and Appendix-I separate section of this documentation. The contents are as following:

1. Definition
2. Overall Procedures
3. Safety procedures
4. Inspection
5. Statutory Requirements
6. Handing over
7. Protective system
8. Dispatch procedures
9. Switching procedures
10. Testing
11. Energization
12. De-energization
13. Observations and duration
14. Passing criteria
15. Documentation

1.2 Definition
"Main Transmission Lines" means all high pressure cables and overhead lines (not being an
essential part of the distribution system of a licensee) transmitting electricity from a
generating station to another generating station or a sub-station, together with any step-up
and step-down transformers, switch-gear and other works necessary to and used for the
control of such cables or overhead lines, and such buildings or part thereof as may be
required to accommodate such transformers, switch-gear and other works and the operating
staff thereof;
"Power System" means a system under the control of the Government or any other statutory
body of Generating Company or other agency and having one or more:-
 Generating station;
Or
 Main transmission lines and sub-stations;
Or
 Generating stations and main transmission lines and substations;
"Load Dispatch Centre" means the Centre so designated where the operation of Integrated
Nepal Power System constituting the country's power system is coordinated;
"Sub-Station" means a station for transforming or converting electricity for the transmission
or distribution thereof and includes transformers, convertors, switch-gear, capacitors,
synchronous condensers, structures cables and other appurtenant equipments and any
buildings used for that purpose and the site thereof, a site intended to be used for any such
purpose and any buildings used for housing the staff of the sub section;
"Tie-Line" means a line for the transfer of electricity between two power systems together
with switchgear and other works necessary to, and used for the control of such line.
1.3 Overall Procedure
First it is to be ascertained that the transmission line to be energized is ready for operation
and has been properly handed over (released) in writing. This will include all safety aspects,
statutory clearance, and final inspection by the Employer and regulatory body, if any.
Instructions for the work and supervision are given by the test leader (Line in charge).
However all switching and all operational activities will be executed by the regular operators.
Line charging instructions received from LDC are clearly understood by the Line in charge
and doubts, if any, are to be got clarified prior to the Energization of the line.
Once the line is handed over for charging no work shall be permitted without a valid
WORKPERMIT.
When the whole system has been energized, including the AC line, it will be kept in this state
for 8 hours or more for "soaking" with continuous inspection and monitoring.
1.4 Safety Procedures
Energization implies an abrupt and serious change of the working conditions in the plant. In
order to avoid serious accidents, thorough information must be imparted to all personnel
involved in the construction of transmission line. It should be ensured that due publicity has
been made to the public in all the villages/areas along the line route cautioning them against
climbing the towers etc. and that the line is proposed to be charged on so and so date. It is
also to be confirmed that the AGENCIES involved in the construction activities shall not
carry out any job on the said line without a valid WORK PERMIT.
It shall be ensured before charging that all men, material, Tools and plants and any temporary
earthing on any part of the entire length of line are removed.
It must be ensured that any power supply / low voltage charging used as anti-theft measure
must be disconnected and isolated to avoid accidental connection.
All equipment tests and pre-commissioning tests must have been completed, reterminated (in
case cables were isolated for testing purpose) and documented.
The system must be formally declared ready for energization and handed over for operation
in writing.
1.5 Inspection
Before the line is scheduled to be handed over for the pre-commissioning/energization the
same shall be inspected by representatives of EMPLOYER and Construction Agency as
follows:

Such an inspection shall include:

i. Right of way/way leave/electrical clearance


ii. Foundation and Revetments/Protection Work
iii. Tower and Tower accessories
iv. Hardware Fittings
v. Insulators
vi. Conductors and Earth wire
vii. Accessories for conductor and Earth wire
viii. Aviation Warning Signals (Lights/globules/painting)

1.5.1 Right of Way / Way Leave / Clearance


Right of way/Way leave clearance
Ensure that no tree/tree branches are falling within the zone of minimum clearance specified
as per Fig. 1.

Guidelines of forest/environmental rules shall be followed to avoid excessive tree


cutting i.e. all thetrees should be cut from ROUTE level in the 3 meter corridor below
each line Conductor/Earth wires. In the balance corridor, Trees branches are only to
be lopped to attain the specified clearance as per Table no 1.
CLEARANCE FOR RIGHT OF WAY

TRANSMISSION VOLTAGE IN MINIMUM RIGHT OF WAY (IN


KV MTRS)
132 18

1.5.2 Electrical Clearance


In case of line crossings, clearance between lowest conductor of line and top conductor of the
other line shall be adequate as follows:
(Minimum clearances in mm between lines when crossing each other)

Sl. No. Nominal System 132 kV 220 kV 400 kV


Voltage
1. 132 KV 3500 4580 5490
2. 220 KV 4580 4580 5490
3. 400 kV 5490 5490 5490

Jumpers in the tension tower are properly intact with conductor and form a parabolic shape in
order to achieve adequate clearance from super steel structure.

1.5.3 Ground clearance


Normally at the time of construction adequate clearance is provided between lowest
conductor and ground, but due to delay in charging/commissioning there arc chances of
dumping/heaping soil, earth and concrete etc. or staking bricks etc. which may cause
reduction in ground clearance. In such cases the stored materials shall be removed.
Ensure that there is no temporary or permanent construction of houses or shades below the
line. If the same has been constructed they shall be removed before charging.
The ground profile at the time of commissioning shall be checked with the profile approved
at the time of check survey.
Ground clearance of lowest conductors at critical points/where ever the lowest conductor is
touching the ground shall be checked in the field from any of the prevalent method and the
values of ground clearance at these critical points shall be recorded in the prescribed format.
In case of hilly Terrain and for building clearance, the side clearance from conductors and
jumpers at critical points shall also be checked and recorded for all phases of conductor/earth
wire towards hill/ building side.
1.5.4 Clearance for Telephone line crossings
The minimum clearances between the conductors of the power line and telecommunication
lines are specified as follows:
Sl. No. Voltage (kV) Clearance (mm)
1. 132 KV 3500
The vertical clearances between conductors and between conductor and earth-wireshall be
checked randomly say in any one span of all sections and 10 sections of hillyareas from
single line diagram of the towers.
1.6 Foundation and Revetments / Protection Work
1.6.1 Foundation
There shall not be any damage/uneven settlement of foundations. For this, tolerances in levels
of all four stubs should not exceed the criteria provided in the Annexure-C of IS -5613 (Part -
3/Section 2):1989.***
It is to be ensured that back filling of foundation is properly done. Soil shall be filled over all
legs up to ground level.
Extra surface earth after foundation back filling shall be removed from legs of thetower
beyond a lead distance of 30 mtrs. Any crack or break in chimney, if found,shall be repaired.
1.6.2 Revetments / Protection
Cracks/damages to revetments shall be repaired.
Wherever revetments are provided, weep holes shall have slope such as to flush outthe
deposited water away from tower platform.
In case of hilly terrain, the benching area should be levelled properly. The area around tower
shall have proper slope for drainage of rain water.
1.7 Tower and Tower Accessories
1.7.1 NormalTower
After completion of a transmission line, all the towers shall be thoroughly checked before
charging the line. Special attention shall be given to the points as mentioned below:-

 Deformed/Buckled/missing/Rusted Members and Nuts and Bolts

It is to be ensured that no members are bend, deformed or rusted have been used in towers
and if so, the same shall be replaced.
If any members is found missing, a new member shall be Fixed as per erection drawing of
Towers.
Nuts shall be sufficiently tightened for the required Torque specified in the Approved
Drawing. Minimum 2/3 complete threads shall be projected outside the nut. All bolts shall
have their nuts facing outside of the tower for Horizontal connection and Downwards for
Vertical connections.

Nuts & bolts shall be properly tack welded/punched as per the specification and proper zinc
rich paint shall be applied. It shall be ensured that the circular length of each welding shall be
at least 10mm.
It shall also be ensured that all extra blank holes provided on tower members are filled with
correct size of nuts & bolts.
1.7.2 SpecialTowers
In addition to the above checks for towers, ladders and platforms provided in special towers
shall be properly tightened and no foreign material shall be left out on such platforms.
1.7.3 Earthing of Towers
Ensure that proper earthing of tower has been done and earthing strip is neither damaged nor
broken and is properly fixed to the stub.
In case of counter poise earthing, it is to be ensured that earthwire is sufficiently buried in the
ground and no where it has drag out during cultivation. The length of counter-poise is
normally 30 mtrs as per Technical Specification.
Before charging of the line, ensure that resistance is below 10 ohms. If the value (before
stringing) has been recorded higher than 10 ohm earthing shall be changed to counterpoise
type.
Earthing of special towers shall be verified as per approved drawings applicable for special
towers/special foundation. (In case of anchor foundation bolt/anchor plate welded with last
leg of special tower.)
1.7.4 Tower accessories
All the danger plates, number plates, circuit plates, and phase plates shall be in position &
and as per the specification.
All plates shall be properly tightened.
It shall be ensured that phase plates are fixed in correct phase sequence. Specially at
transposition towers, the phase plates in the correct phase sequence shall be provided at each
towers or end tower as per the specification of the line.
It shall be ensured that the anti-climbing device (ACD) is provided, at the suit-able height of
tower. In case of barbed wire ACD, barbed wire shall be tightly fixed.
It shall be ensured that the step bolts (for normal towers) are provided upto the peak of tower.
Any missing step bolts shall be replaced.
Fixing of birds guards (wherever applicable) shall be ensured.
1.8 Hardware Fittings
Tightening of all bolts and nuts are to be checked upto specified torque.
Check the fixing of all security clips (W/R type clips).
Surface condition of corona control rings and distance/alignment between Tower side arcing
horn (wherever applicable) and line side arcing horn/corona control ring to be checked as per
approved drawings.
To restrict the swing of jumpers, the provision of Pilot strings in case of Tension Towers
shall be verified from the approved drawings.
1.9 Insulators
All the damaged/broken insulator discs shall be replaced. Unusual deflection in suspension
strings if observed shall be rectified using appropriate counter weights.
The insulators shall be cleaned before charging.
IR value of insulators of at least 5 insulators at random shall be checked by 5/10 kV Megger.
1.10 Conductors and Earth Wires
Surface of the conductors shall be free from scratches/rubs. Ensure that conductor strands are
not cut and opened up. Wherever strands are found cut/damaged/scratched, they must be
repaired with repair sleeves/repair protective rods in case the nos. of damaged strands are
within specified limits (normally upto 1/6th nos. of strands in the outer layer).
1.11 Accessories for Conductor and Earth Wires
1.11.1 Joints

All joints on conductor/earth wires shall be away from the tower at a distance of at least 30
metres or as provided in the Technical specification (TS).
Ensure that no more than one joint in a conductor is provided in one span.
Ensure that no mid span joint is provided in major crossings for main roads, railway crossing
and major rivers etc. or as provided in Technical Specification.
Ensure that all mid span joints on conductors/earthwire and repair sleeves of compression
type are free from sharp edges, rust and dust. Wherever grease are specified the same shall be
applied in the joints.
1.11.2 Clipping

Ensure that conductor is not over tightened in the suspension clamps


Spacers, vibration dampers and copper bonds.
Vibration Dampers (VD, shall be verified as per the damper placement chart. All loose/
displaced VD shall be properly tightened/relocated and missing VDs shall be provided.
1.11.3 Jumpers

Verify Electrical clearance of jumpers to tower body as per design.


All the jumpers shall be checked properly. In case, jumpers (conductor/earth wire) are found
loose, it shall be tightened adequately.
1.11.4 Foreign material
Ensure that all foreign materials viz dead bird. Fallen tree branches, bird nests etc. on
conductors, earthwires, Jumper, insulator string, cross arms are re-moved.
1.11.5 Others
It shall be ensured that all temporary/local earthing, guys, T & P (Tools and Plants), foreign
material and other loose material which were used during stringing/tower erection have been
removed.
In case there is any change in the ground profile before commissioning of line from the
approved profile, the extra earth/obstruction/temporary sheds/any other construction shall be
removed.
1.12 Aviation Warning / Obstruction Signals (Lights / Globules / Painting)

It shall be ensured that following measures have been taken in the line/ Towers falling within
obstruction zone of civil aviation and defence establishments as per their requirement and the
specification.
1.12.1 Day markers
Painting of Full/Top portion of Towers with Red/Orange and White Paints.
Globules on earthwires have been provided.
1.12.2 Night markers
It shall be ensured that proper aviation lights at the peak level/at specified heights of towers
have been provided along with Solar panels/Battery banks/Control cubicles and other
accessories as per specification. The functioning of lights with simulation to be
checked/verified.
1.13 Statutory Requirement
The concerned authorities shall be informed before commissioning the lines and their
approval obtained in accordance with Statutory Provisions.
1.14 Handing Over
The transmission line shall be inspected prior to energization and a formal handing over
document to be jointly signed by the Employer and Employer’s representative. However all
contractual taking over has to be resolved separately as per the terms and conditions of the
contract. The Handing over shall be limited to the completion of Erection and ready for
Energization.
Any outstanding points or remaining activities are to be listed jointly. The remaining
activities/outstanding points are classified in the following category:
Details of the Sections:

A. List of outstanding activities remaining in any part of the line


B. A list of temporary arrangements introduced.
C. Check list records properly documented, completed and signed.
D. Soft copies of Profile, Route Alignment, Tower Design, Structural Drawings, Bill of
Materials, Shop
Drawings, Stringing charts (initial and final as applicable) etc. of all towers/line
submitted to the Employer.
With the outstanding activities mentioned above are solved or with only minor points
without influence on the charging remain, handing over of the transmission line shall
be accepted by the pre-commissioning team. This handing over for energization with
or without remaining activities shall be made by the group head to the commissioning
in charge in writing.
1.15 Protective System

Before energization it must be ascertained that all protective systems for the unit to be
energized are operative.
This includes confirmation that the protections have been properly tested and that the tests
have been documented.
It also includes verification by inspection or otherwise, if necessary by repetition of trip test,
that the protections are actually functionally enabled. This verification serves to prevent that
energization takes place of a unit where a protection has been disabled for test or other
reason.
1.16 Switching Procedure

For each activity the instructions to the operators and the communications to the dispatchers
will be made in writing or by confirmed telephone messages. The switching procedures first
to be properly documented step by step and understood by everybody involved in the
switching operation prior to the energization. Any clarification required in the procedures
must be resolved. The format established by the Employer for switching orders and
operational data logging shall be followed.
The implication of this is that each and every activity must be listed and described, so that
complete information is available for detail investigation, if required in future.
1.17 Testing and Measurement Procedures

1.17.1 Earth Resistance Measurement

Normally Earth tester is used for measuring:


a. Soil resistivity.

Prior to the testing of soil resistivity and earth resistance the operation manual of the testing
instrument available at site may be referred and procedures to be adopted for measurement of
soil resistivity and earth resistance.
A typical Earth tester has 4 terminals. C1, P1, C2, P2 and 4 similar electrodes are driven in
the ground at equal distances and connected to the instruments in the order of C1' P1 and P2,
C2. Then the handle is rotated or button is pressed and the reading of the resistance is read on
the instrument scale. If R is the resistance measured then the
Specific resistivity = 2 aR
Where “a” is the distance between the electrode and R is the resistance in ohms measured on
the instrument.
b. Earth resistance

In order to measure earth resistance of electrode of the substation it could be connected to C1


and the value of R could be read in the scale with the rotation of the handle of the instrument.
This will give the earth resistance. The value as far as possible shall be below 10 Ohm. To
improve the value, water shall be sprinkle at the earthing pit.
1.17.2 Other Tests
Before commissioning of the lines following tests may be carried out.

Insulation Resistance Test


This test may be carried out with the help of a 10 or 12 kV instrument preferably power
driven to ascertain the insulation condition of the line. In case 5 kV instrument is used for
insulation resistance measurement it shall be ensured that the induced voltage (CVT reading)
is LESS than the instrument withstanding capacity otherwise it is likely that the instrument
may be damaged.
This Test is to be carried out First prior to the continuity test.
Measurement of Insulation Resistance
One of the most common devices used for testing electrical insulation is Instrument
Insulation Tester.
The DC test voltage is generated by a permanent magnet generator. This generator is turned
either by hand or by an electric motor. In either case a slip clutch maintains the generator
speed at a constant value so long as the slipping speed is exceeded. A constant voltage is
important when the insulation under test has a high capacitance. Common generator output
voltage are 500, 1000, 2500 and 5000 volts.
Many insulation testerhave a “guard” terminal as well as “line” and “earth”. The guard
terminal is useful shall one wish to exclude part of the insulation under test from the
measurement. This is possible since current flowing to the generator via the guard circuit
does not pass through the deflecting coil.
Another use of the guard circuit is to shield the “line” lead between the insulation tester and
the apparatus under test. This prevents leakage to ground from the “line” lead which would
invalidate the insulation tester reading.
Insulation resistance is the ratio VDC/IDC.VDC is applied across two conductors separately
by the insulation under test.
IDC is the current flowing through/over the insulation. For a healthy and clean insulation the
insulation tester reading is in mega-Ohms to infinity. For dirty in, insulation and defective,
moist insulation the insulation tester shows a very low insulation resistance value.
Insulation tester test gives clear indication about the health, cleanliness and dryness of the
line/equipment insulation.
5 KV insulation tester or 10 KV insulation tester or 12 KV insulation tester may be used for
the Transmission line keeping all safety requirements, Permit to work, clearance from
statutory bodies and other conditions prevailing at the Sub-station where charging of the line
is being co-ordinated.
Conductor Continuity Test
The objective of this test is to verify that each conductor of the overhead line properly
connected electrically (the value of electrical resistance of line does not vary abnormally
from that of a continuous conductor of the same size and length). The electrical resistance of
the conductor shall be measured with a Whetstone bridge or other suitable instrument, if
available taking the safety aspects of Equipment as well as testing Engineer.
A simple method of continuity test is illustrated below:
Once the insulation test is completed and the results confirms no short circuit carry the
following:
SENDING END RECEIVING END RESULTS
(OHMS)
CLOSE R-Ph GS Insulation Resistance R- Ph ZERO/LOW
OPEN Y – Ph GS Insulation Resistance Y-Ph HIGH
OPEN B-Ph GS Insulation Resistance B-Ph HIGH
OPEN R-Ph GS Insulation Resistance R-Ph HIGH
CLOSE Y – Ph GS Insulation Resistance Y-Ph ZERO/LOW
OPEN B-Ph GS Insulation Resistance B-Ph HIGH
OPEN R-Ph GS Insulation Resistance R-Ph HIGH
OPEN Y–Ph GS Insulation Resistance Y-Ph HIGH
CLOSE B-Ph GS Insulation Resistance B-Ph ZERO/LOW
Notes:
1. GS means GROUND SWITCH.
2. During above test all other GS shall remain open.

If the above test results are OK it confirms the continuity of the line.
The continuity Test of the line with proper phase indication or phase marking can be checked
by continuity test as described below:

SENDING END RECEIVING END RESULTS (OHMS)


INSULATION
RESISTANCE BETWEEN
CONNECT R&Y PHASE R PHASE & Y PH ZERO OR LOW
B-PHASE &ALL GS OPEN Y PHASE & B PH HIGH
B PHASE & R PH HIGH
CONNECT R & B PHASE R PHASE & Y PH HIGH
Y PHASE &ALL GS OPEN Y PHASE & B PH HIGH
B PHASE & R PH ZERO OR LOW
CONNECT Y & B PHASE R PHASE & Y PH HIGH
R-PHASE &ALL GS OPEN Y PHASE & B PH ZERO OR LOW
B PHASE & R PH HIGH

If the test results are OK it confirms that marking of the phases are in order.
Phase Sequence
Once the line is charged from one end, without closing the Breaker at the other end the Phase
sequence is to be checked from the CVT/PT output by the help of Phase Sequence Meter.
In case there are other feeders available Phase sequence is to be RECHECKED by the
measurement of secondary voltage of both the Feeders (New line & available charged line).
Let the secondary Voltage of CVT/PT is 110 volts (ph to ph) for both the Circuit. In case of
correct Phase Sequence the voltage reading shall be as follows:
NEW CIRCUIT OLD CIRCUIT VOLTAGE
R-Phase R-Phase 0
R-Phase Y-Phase 110
R-Phase B-Phase 110
Y-Phase R-Phase 110
Y-Phase Y-Phase 0
Y-Phase B-Phase 110
B-Phase R-Phase 110
B-Phase Y-Phase 110
B-Phase B-Phase 0

In case the results are not matching the phase sequence in to be rechecked and reconfirmed
before closing the breaker.
1.18 Energization
Execution of the energization is simply the last event in the switching sequence, switching of
the close control button for the relevant circuit breaker.
1.19 De-Energization
Instructions about de-energization will be given only if this is part of the test. Otherwise de-
energization will be considered part of regular operation.
1.20 Observation and Duration
Visual and audible inspection (look and listen) of the relevant equipment and reading of
permanent instrumentation will be made.
The system shall be charged at least for 8 hours. During this time continuous monitoring and
inspection will be maintained in control room, auxiliary systems areas and switch yards.
This will include frequent, scheduled inspection of all equipment and reading of all
permanent instruments and recorders, and surge arrester counters, especially system
parameters as per standard procedures adopted by the Employer.
1.21 Passing Criteria
Neither insulation breakdown nor protective system actions must occur. No irregular
equipment behaviour (noise, vibration, high temperature) is permitted.
Corona discharges may not be “unreasonable”. Local discharges that may be attributable to
sharp points shall be carefully located and recorded. After termination of the energization the
equipment shall be closely inspected and the points rounded or covered.
No unscheduled changes of system nor of equipment parameters is permitted during the 8
hour energized condition.
Measurement of Line Parameters
The Contractor shall conduct measurement of Line parameters as per international practice.

High voltage Tests


The Contractor shall conduct high voltage tests as per international practice.
1.22 Documentation
Switching and operational activities will be recorded in regular manner in the operator’s log.
Likewise all readings of permanent instruments, Copies of this log, notes on special
observations from inspections and other measurements will constitute the test records.

E) Particular Constraints and Special Tests

The Contractor shall be prepared to cooperate with any special tests


requested by the Employer.
TDS ICB-DL-TLSS-076/77-01

Chapter 31: Technical Data Sheet (Guaranteed Technical Particulars)

(Bidder’s Name)

TECHNICAL DATA SHEET (Guarenteed Technical Particulars)

Sl.No. CONTENTS
1.0 Power Transformer
2.0 Isolators/Grounding switches
3.0 Circuit Breakers
4.0 Surge Arresters
5.0 Current Transformers
6.0 Voltage Transformers
7.0 Battery and Battery Chargers
8.0 Lighting System
9.0 1.1 kV Power and Control Cables
10.0 11 and 33 kV XLPE cable
11.0 Air Conditioning System
12.0 Control and Relay Panel
13.0 Substation Automation System
14.0 Communication Equipments
15.0 LT Transformer
16.0 Insulator, Hardwares & Accessories
17.0 LT Switchgear
18.0 12 kV switchgear
19.0 Bay Control Unit
20.0 Tower
21.0 ACSR Conductor
22.0 Insulator and fittings for TL
23.0 OPGW

Page 1 of 61
TDS-Power Transformer ICB-DL-TLSS-076/77-01

(Bidder’s Name)

1.0 Power Transformer


Offered Data
S.N. Description 132/33 kV, 30 MVA 132/11kV, 22.5 MVA
1 Name of manufacturer
2 Normal full load single phase/three phase output:
H.V. Winding (KVA)
L.V. Winding (KVA)
2.1 Temp. Rise as specified in the specification.
Continuous single phase/three phase output under, Site
3
conditions as specified in the specification
H.V. Winding (KVA)
L.V. Winding (KVA)
4 Type of cooling and corresponding normal Full load output
H.V. Winding (KVA)
L.V. Winding (KVA)
Over load capacity starting from Full load and with Temp. as
5
specified in the Specification (KVA)
6 Normal ratio of transformation
7 Connection (including vector group reference & Symbol)
H. V. Winding
L.V. Winding
8 Type of tap changer
9 Tapping
a) Number
b) Range
c) Location
10 Details of Automatic Voltage Regulator
(a) Make
(b) Model etc.
(c) Short description (other)
11 Type of core construction
12 i) Temp. rise by resistance of winding (ºC)
ii) Temp. rise in oil by thermometer (ºC)
iii) Hot spot temp. for which the transformer is designed (ºC)
Limit for hot spot temp. for which the transformer is designed
13
(ºC)
Guaranteed no load loss at rated voltage & rated frequency and
14
75ºC average winding temperature (KW)
Guaranteed load losses at rated current rated voltage, rated
15 frequency and 75 ºC average winding temp. KW (excluding
auxiliary losses)
for ONAN cooling
for ONAF cooling
for ODAF cooling
16 a) Auxiliary losses at rated output – KW
b) Total losses at normal ratio, rated output, rated voltage,
rated frequency and maximum attainable temp. at site
including auxiliary losses – KW
(c) Stray eddy losses as % of total losses

Page 2 of 61
TDS-Power Transformer ICB-DL-TLSS-076/77-01

1.0 Power Transformer


Offered Data
S.N. Description 132/33 kV, 30 MVA 132/11kV, 22.5 MVA
17 Exciting current power factor (Amp. %)
i) At normal voltage & frequency
ii) At maximum voltage and normal frequency
18 Efficiency at 75 ºC Unity P.F.
i) On 100% load (%)
ii) On 75% load (%)
iii) On 50% load (%)
iv) On 25% load (%)
19 Efficiency at 75 ºC 0.8 P.F. (Lag)
i) On 100% load (%)
ii) On 75% load (%)
iii) On 50% load (%)
iv) On 25% load (%)
v) Load at which maximum efficiency occurs (% of full load)
20 Maximum efficiency (%)
21 a) Percentage reactance at rated current and frequency
b) Percentage impedance at rated current and frequency at 75
ºC
i) Positive sequence
ii) Zero sequence
c) Range of variation (+,-) offered
d) Tolerance applicable if any
Impedance voltage drop at normal ratio at 75ºC expressed as a
22
percentage of normal voltage on full load (%)
Regulation on full load at unity P.F. at 75 ºC expressed as a
23
percentage of normal voltage (%)
Regulation on full load 0.8 P.F. lagging at 75ºC expressed as a
24
percentage in the winding
Maximum current density & c/s area in the winding
25
(Guaranteed and As per SC calculation)
i) H.V. (Amp./Sq. cm.)
ii) Cross sectional area
iii) L.V. (Amp/Sq. cm)
iv) Cross sectional area
26 Maximum flux density in the core
26.a Core details
i) Material of core lamination
ii) Thickness of core plates (mm)
iii) Insulation of core lamination
iv) Insulation of core clamping plates
v) Press board material & thickness
vi) Prime quality grade
27 Core joints (butt or inter leave)
28 Type of winding
i) H.V.
ii) L.V.
29 Type of radial support
i) High Voltage Winding
ii) Lower Voltage Winding

Page 3 of 61
TDS-Power Transformer ICB-DL-TLSS-076/77-01

1.0 Power Transformer


Offered Data
S.N. Description 132/33 kV, 30 MVA 132/11kV, 22.5 MVA
30 Insulation of higher voltage winding
31 Insulation of lower voltage winding
32 Thickness of transformer tank plates
i) Sides (mm)
ii) Bottom (mm)
iii) Cover (mm)
iv) Radiator (mm)
33 (A) POWER FREQUENCY WITHSTAND VOLT
i) Test voltage for 1 min. P.F. withstand test on live end of high
voltage winding (KV rms)
ii) Test voltage for 1 min. P.F. withstand test on neutral end of
high voltage winding (KV rms)
iii) Test voltage for 1 min. P.F. withstand test on live end of low
voltage winding (KV rms)
(B) IMPULSE TEST
i) Test voltage for 1.2/50 micro sec. Full wave withstand test on
high voltage winding (KV crest) on
ii) Test voltage for 1.2/50 micro sec. Full wave withstand test on
low voltage winding (KV crest) on
34 Inter-turn Insulation
i) Extent of end turns reinforcement
ii) Extent of reinforcement of turns adjustment to tap
iii) Test voltage for 1 min. 50 Hz. Inter-turn insulation test on (i)
(KV rms)
iv) Test voltage for 1 min. 50 Hz. inter-turn insulation test on (ii)
(KV rms)
v) Test voltage for 1 min. 50 Hz. inter-turn insulation test on
main body of the winding (KV rms)
35 Type of winding temperature indicator
36 Maxi continuous ratings
i) At 50 C ambient air temp. at site (KVA)
ii) At 40 C ambient air temp. at site (KVA)
iii) At 30 C ambient air temp. at site (KVA)
iii) At 20 C ambient air temp. at site (KVA)
37 Details of Air cell
Make
Type
Capacity
Size
38 Width of track gauge (Meters)
39 Bushing Particulars
(a) HV Bushing
i) Type of high voltage bushing and creepage distance in mm
ii) Rated current
iii) STC rating for 3 sec
iv) Weight of high voltage bushing in Kg
v) Quantity of oil in one high voltage bushing Insulator, in litre
vi) Dry 1 minute power frequency test voltage value of high
voltage bushing in KV

Page 4 of 61
TDS-Power Transformer ICB-DL-TLSS-076/77-01

1.0 Power Transformer


Offered Data
S.N. Description 132/33 kV, 30 MVA 132/11kV, 22.5 MVA
vii) Wet 10 second power frequency test voltage value of high
voltage bushing in KV
viii) Impulse withstand test voltage value with 1.2/50
microsecond full wave of high voltage bushing in KV
(b) LV Bushing
i) Type of low voltage bushing and creepage distance in mm
ii) Rated current
iii) STC rating for 3 sec
iv) Weight of low voltage bushing in Kg
v) Quantity of oil in one low voltage bushing Insulator, in litre
vi) Dry 1 minute power frequency test voltage value of low
voltage bushing in KV
vii) Wet 10 second power frequency test voltage value of low
voltage bushing in KV
viii) Impulse withstand test voltage value with 1.2/50
microsecond full wave of low voltage bushing in KV
(c) NEUTRAL Bushing
i) Type of low voltage bushing and creepage distance in mm.
ii) Rated current
iii) Weight of bushing insulator in kg
iv) Quantity of oil in one bushing in litres
v) Dry 1 minute power frequency withstand and test voltage
value of bushing in KV
vi) Wet 10 second power frequency withstand test voltage
value of bushing in KV
vii) Impulse withstand test voltage with 1.2/50 microsecond fall
wave of bushing in KV
40 Clearance
a) Minimum clearance between phase (Mtrs.)
i) In oil
ii) Out of oil
b) Minimum clearance of high voltage to earth in oil (Mtrs)

c) Minimum clearance of high voltage to tank in oil (Mtrs)


41 Net weight of the core (Kgs.)
42 Net weight of copper (Kgs.)
a) H.V. (Kgs.)
b) L.V. (Kgs.)
c) Total (Kgs.)
43 Weight of core and windings
44 Weight of fittings
45 Net untanking weight(Kgs.)
46 Weight of tank and cover (Kgs.)
46.1 Tank dimensions
46.2 Guarantee against leakage for 3 years
Weight of oil in transformer including bushings, conservator
47
and cooling system (Kgs.)/Quantity (Ltrs.)

Page 5 of 61
TDS-Power Transformer ICB-DL-TLSS-076/77-01

1.0 Power Transformer


Offered Data
S.N. Description 132/33 kV, 30 MVA 132/11kV, 22.5 MVA
48 Weight of oil in transformer (including bushings) (Kgs)
49 Weight of complete transformer with oil and all fittings (Kgs.)

50 Weight of transformer with all fittings but without oil (Kgs.)

51 Weight of the package to be transported and dimensions


52 Dimensions of the transformers
i) Maximum height upto top of bushings (Mtrs.)
ii) Overall length (Mtrs.)
iii) Overall width (Mtrs.)
Minimum clear height for lifting core and windings from tank in
53
meters
54 Details of on load tap changing gear
a) Make
b) Type
c) Rating
i) Rated Voltage
ii) Rated current
iii) Step Voltage
iv) STC rating
d) Time for complete tap change (Sec.)
e) Diverter selector switch transition time (Cycles)
f) Control
g) Auxiliary supply details
h) Voltage control
i) Protection devices
j) Value of Maxi. Short circuit current
k) Maxi. Impulse withstand test voltage value with 1.2/50
microsecond full wave between switch and ground

l) Maxi. Impulse withstand test voltage value with 1.2/50 micro


sec. Full wave between the remote terminal and ground with
the selector terminal at one end of the range
m) Maxi. Power frequency test voltage between switch
assembly and range
n) Maxi. Impulse withstand test voltage with 1.2/50 micro sec.
across the tapping range
o) Maxi. Temp. of the tap changer which must not be exceeded
during operation :
p) Approximate overall weight (kg)
q) Approximate overall dimensions (Mtrs)
r) Approximate overall quantity of oil (Kgs.)
No. of operations (approx.) after which the change of oil is
55
necessary :
56 Any other particulars which need a mention
57 Cooling calculation shall be submitted
58 ON LOAD TAP CHANGING GEAR
i) Make
ii) Type designation

Page 6 of 61
TDS-Power Transformer ICB-DL-TLSS-076/77-01

1.0 Power Transformer


Offered Data
S.N. Description 132/33 kV, 30 MVA 132/11kV, 22.5 MVA
iii) Suitable for auto/manual operation (YES / NO )
iv) Rated voltage (KV)
v) Rated current (Amps)
vi) Step voltage (Volts)
vii) Number of steps
viii) Rated voltage of drive motor (V)
ix) List of routine tests to be carried out
x) Location of the taps with respect to the terminals of the
tapped winding
xi) Drawing or pamphlet-number of the technical and
descriptive particulars of the OLTC, enclosed with the Bid.

Page 7 of 61
TDS-Isolator ICB-DL-TLSS-076/77-01

(Bidder’s Name)

2.0 ISOLATORS / GROUNDING SWITCHES


Offered Data
S.No. Description
132 KV 33 KV
1. Name and address of the Manufacturer
2. Manufacturer's type designation
3. Standard applicable
4. Rated Voltage Ur
5. Rated Current under site
conditions at 50 deg.C ambient (Amps)
6. Rated frequency (Hz)
7. Number of poles
8. Whether all 3 poles are ganged mechanically
9. Pole to pole spacing (mm)
10.
Rated short time current of isolator and earth
switch for 1(one) second and dynamic current
11. Opening time of isolator and earth switch
12. Closing time of isolator and earth switch
13. Rated mechanical terminal load
14.
Dielectric withstand capacity
of completely assembled isolator/ earth switch
One minute dry power frequency withstand test
15.
voltage
i) against ground (kVrms)
ii) across isolating distance (kVrms)
16 1.2/50 micro sec impulse withstand test voltage
i)against ground (kVp)
ii)across isolating distance (kVp)
250/2500 micro sec switching surge withstand test
17
voltage (dry & wet)
i)against ground (kVp)
ii)across isolating distance (kVp)
18 Corona Extinction voltage (kVrms)
Radio interference level at 1.1 Ur/ root 3 (in micro
19
volts) at 1 MHz
Operating Mechanism
20 i)For main blades
ii)For earth switches
Controls
21 i)Rated DC control voltage (V)
ii)Limits of voltage
22 Constructional Features

Page 8 of 61
TDS-Isolator ICB-DL-TLSS-076/77-01

2.0 ISOLATORS / GROUNDING SWITCHES


Offered Data
S.No. Description
132 KV 33 KV
i) Main Contacts
a)Type of contacts
b) Contact Area (sq.cm)
c)Material of contact
d)Contact pressure (kg/sq.cm)
e)Max. current density under (A/sq.cm) normal
current carrying capacity
f)Thickness of silver plating (Microns)
Compliance to Technical specification w.r.t
i) MOM Box
23
ii) Support insulators
iii) Terminal Connectors - YES / NO
Whether similar equipment are type tested as per
24 IEC and are in successful operation for at least 2
(two) years
Overall General Arrangement drawing of Isolator/
25
Earth switch is to be enclosed.

Page 9 of 61
TDS-Circuit Breaker ICB-DL-TLSS-076/77-01

(Bidder’s Name)

3.0 CIRCUIT BREAKERS


Offered Data
S.No Description
145 KV 36 KV 12 KV
1 Name of the Manufacturer
a)Type of Circuit Breaker
2
b)Type of tank ( Live / Dead )
3 Manufacturer's type designation
4 Standards Applicable
5 Rated Voltage ( kVrms )
Rated continuous current at design temperature of 50 deg.C
6
(Amps)
7 Rated frequency (Hz)
8 Number of poles
9 Whether 3 pole or single pole unit
10 No. of breaks per pole
Rated short circuit breaking current

i) Symmetrical component at highest system voltage (kAp)


11
ii) DC Component (%)
iii) Asymmetrical breaking current at highest system voltage
(kA)
Rated Making Capacity

12 i)at higher rated voltage (kAp)

ii)at lower rated voltage ( kAp)

i). Maximum total break time under any duty condition for
any current upto rated breaking current with limiting
conditions of voltage and pressure (ms)

13 ii)Rated break time as per IEC condition (ms)

iii)Closing time (ms)


iv)Maximum opening time under any condition with limiting
voltage and pressures (ms)
v)Maximum close open time under any(ms)
14 First pole to clear factor
Short time current rating for 1 second (kA)
15
16 Rated operating duty

Page 10 of 61
TDS-Circuit Breaker ICB-DL-TLSS-076/77-01

Offered Data
S.No Description
145 KV 36 KV 12 KV
Maximum line charging breaking current with temporary over
17
voltage upto 1.4 p.u (kA)
.i) Maximum period between closing of first contact & last
18
contact in a pole (ms)

ii) Maximum pole discrepancy (ms)

19 Pre-insertion resistor

i)Value/pole (Ohms)/ with tolerance (ohms)

ii)Minimum and maximum duration of

20 Small fault current breaking capacity (Amps)

Maximum temperature rise for main contacts over design


21
ambient temperature of 50 C (Deg. C)

Rated pressure and limits of pressure of operating


22
Mechanism (kg/sq.cm)
Rated pressure and limits of pressure of extinguishing
23
medium (kg/sq.cm)
Minimum dead time for

24 i) Three phase reclosing (ms)

ii) Single phase reclosing (ms)


25 Dielectric Withstand Voltage of Complete Breaker

i) One minute dry & wet power frequency withstand voltage

a)Between live terminal and ground (kV rms)

b)Between terminals with breaker contacts Open ( kVrms)

ii) 1 2/50 micro second impulse withstand test voltage.

a)Between live terminals and ground (kVp)

b) Between terminals with breaker contacts Open (kVp)


iii) 250/2500 micro second switching surge withstand test
voltage
a)Between live terminals and ground (kVp)

b)Between terminals with breaker contacts Open (kVp)


iv)Corona extinction voltage `

Page 11 of 61
TDS-Circuit Breaker ICB-DL-TLSS-076/77-01

Offered Data
S.No Description
145 KV 36 KV 12 KV

v)Maximum radio interference voltage at 1.1 Ur/root 3


vi)Total creepage distance
a) To ground
b) Between terminals
Operating Mechanism

a) Type of operating mechanism for


26 i) Closing

ii) Opening

SF6 Circuit Breakers

a)Quantity of SF6 per pole at rated pressure (cu.m)

b)Guaranteed maximum leakage rate per year (kg/sq.cm)

27
c)Rated pressure of SF6 in operating chamber (kg/sq.cm)

d)Limits of pressure at which breaker operates correctly


(kg/sq.cm)
e)Minimum time interval between each Make/break
operation (ms)
28 General
a)Weight of complete3 phase breaker for foundation design
(kg)

b)Impact loading Foundation design

c)Seismic level for which Breaker is designed (g)

d)Min. safety clearance from earthed objects


e)Noise level in Base of the breaker (dB) and upto 50m
distance from base
Minimum clearance In air

i)between live parts (mm)

ii)live parts to earth (mm)


iii)live parts to ground level (mm)
g) Compliance to technical specification w.r.t parameters
specified for

Page 12 of 61
TDS-Circuit Breaker ICB-DL-TLSS-076/77-01

Offered Data
S.No Description
145 KV 36 KV 12 KV
i)Control Cabinet

ii)Bushing/support Insulator

iii)Terminal connector.

iv) SF6 Gas


Detailed Literature
a)Whether similar equipment are type tested as per IEC and
are in successful operation for at least 2 (two) years (If yes,
furnish type test reports)
b)Furnish data on capabilities of circuit breaker in terms of
time and number of operations at duties ranging from 100 %
fault currents to load currents of the lowest possible value
29
without requiring any maintenance or checks

c)Furnish details of effect of non simultaneity between


contacts within a pole or between poles and also show how it
is covered in the guaranteed rated break time.

d)Overall General Arrangement drawing of circuit breaker is


to be enclosed.

Page 13 of 61
TDS-Surge Arrestors ICB-DL-TLSS-076/77-01

(Bidder’s Name)

4.0 SURGE ARRESTERS

Description Offred Data


S.No.
132 KV 33 KV 11 kV
1 Name and address of Manufacturer
2 Manufacturer's type designation
3 Applicable standards
4 Arrester class and type

5 Rated arrester voltage (kV)

6 Rated system voltage (kV)


Maximum continuous operating voltage (COV) at 50 deg.C
8
ambient temperature (kV)
9 Nominal discharge current(8/20 micro sec.wave) (kA)

10 Minimum discharge capability ( kJ / kV)


(a)Maximum residual voltage at nominal discharge current
(kVpeak)
b)Minimum residual voltage at nominal discharge current
(kVpeak)
11
(c)Maximum residual voltage at 50 % nominal discharge
current (kVpeak)
(dMaximum residual voltage at 200% nominal discharge
current (kVpeak)
12 Steep fronted wave residual voltage at 1 KA (kVpeak)
Maximum switching surge impulse residual voltage at 1 KA
13
(kVpeak)
14 Long duration discharge class
a)High current short duration (4/10 micro-sec wave) in
15 kVpeak
b)Low current long duration (2000 microsec.)
16 Current for pressure relief test (kA)
17 Pressure relief class ( as per IEC 99)
One minute power frequency (dry) withstand voltage of
18
arrester housing (kVrms)
Lightning Impulse withstand test voltage of arrester housing
19
with 1.2/50 microsec wave (kVp)
Switching Surge Impulse withstand test voltage of arrester
20
housing with 250/2500 microsec wave (kVp)

21 Total creepage distance of whole arrester Housing ( mm)

22 Cantilever strength of complete arrester (N)

23 Total height of the arrestor (mm)

24 Total weight of the arrestor (kg)

Page 14 of 61
TDS-Surge Arrestors ICB-DL-TLSS-076/77-01

4.0 SURGE ARRESTERS

Description Offred Data


S.No.
132 KV 33 KV 11 kV
Maximum radio interference voltage at 1.1 Ur/ root 3
25
voltage at 1 MHz ( microvolts)

26 Partial discharge at 1.05 continuous operating voltage (pC)

27 Minimum prospective symmetrical fault current (kArms)

Compliance to technical specification w.r.t


i)Surge monitor
28
ii) Support Insulator
iii)Terminal connectors
ZnO block details

29 a)Make and size of ZnO block

b) Whether equipment type tested


with offered type of ZnO block
Whether similar equipment are type tested as per IEC or
30 equivalent standard and are in successful operation for at
least two years.
Overall General Arrangement drawing of Surge arrester is to
31
enclosed.

Page 15 of 61
TDS-CT ICB-DL-TLSS-076/77-01

(Bidder’s Name)

5.0 CURRENT TRANSFORMER


Offered Data
S.No Description
132 KV 33 KV 11 KV
1.0 Name of Manufacturer

2.0 Manufacturer’s type designation

3.0 Standards Applicable

4.0 Type of CT (Live or dead Tank)

5.0 Rated Voltage

6.0 Rated frequency (Hz)

7.0 Rated Current


a)Rated Continuous current
b)Rated extended primary current
Short time thermal current withstand for 1
8.0
sec
9.0 Dynamic current withstand

10.0 1.2/50micro sec impulse withstand voltage

250/2500micro sec switching surge


11.0
withstand voltage
One minute dry and wet power frequency
12.0
withstand voltage
13.0 No. of primary winding
14.0 No. of cores per CT
15.0 Current ratio for all cores
16.0 Output burden for all cores
17.0 Accuracy class for all cores
Knee point voltage of at different taps for all
18.0
cores
19.0 Corona Extinction
20.0 Partial discharge level
21.0 Total weight
Max exciting current at Knee point voltage at
22.0
different ratio.
Secondary winding resistance at all different
23.0
ratio

Page 16 of 61
TDS-CVT ICB-DL-TLSS-076/77-01

(Bidder’s Name)

6.0 CAPACITOR VOLTAGE TRANSFORMERS & INDUCTIVE VOLTAGE TRANSFORMERS

Offered Data
S.No Description
132 KV CVT 33 KV PT 11 KV PT
1. Name and address of Manufacturer
2. Manufacturer's type designation
3. Standards applicable

4. Rated primary voltage Ur (kV)

5. Rated secondary voltages (kV)

6. Number of secondaries

7. Rated frequency (Hz)

8. Rated output of each secondary winding (VA)

9. Total simultaneous burden (VA)

10. Rated total thermal burden (VA)

11. Highest system voltage (kV)


12.
Rated voltage factor and corresponding rated time

13. Accuracy class of each secondary winding

14. Capacitance
i. of high voltage capacitor (pF)

ii. of intermediate voltage capacitor (pF)

15. Carrier frequency coupling (pF)

16. Natural frequency of coupling (kHz)

17. Self tuning frequency of CVT (kHz)

18. Band width (kHz)

19. One minute power frequency


test voltage of secondary winding (kV rms)

17 of 61
TDS-CVT ICB-DL-TLSS-076/77-01

6.0 CAPACITOR VOLTAGE TRANSFORMERS & INDUCTIVE VOLTAGE TRANSFORMERS

Offered Data
S.No Description
132 KV CVT 33 KV PT 11 KV PT
One minute power frequency test voltage of H.F.
20.
terminal (kV rms)
One minute power frequency test voltage of
21
capacitor (kV rms) (dry & wet)
1.2/50 micro s impulse withstand test voltage of
22
Capacitor (kVp)

250/2500 micros switching surge withstand voltage


23
of capacitor (dry & wet) (kVp)

24 Corona extinction voltage (kV rms)


Max. Radio interference voltage at 1.1 Ur/Root 3 at
25
1.0 MHz (Micro volts)
26 Total weight (kg)
27 Quantity of oil (litres)
28 Whether CVTs are hermetically sealed. If so. How

29 Compliance to technical specification w.r.t


i) Bushing Insulator

ii) Control Cabinet

iii) Terminal Connectors

Whether similar equipment is type tested as per IEC


30 186 and in successful operation for at least 2 (two)
years
Overall General Arrangement drawing of CVT is to
31
be enclosed.

18 of 61
TDS-Battery and Battery Chargers ICB-DL-TLSS-076/77-01

(Bidder’s Name)

7.0 BATTERY & BATTERY CHARGER


Offered Data
Sl.No Description
110 V 48 V
A. BATTERY
1.0 Manufacturer’s Name & address

Confirm whether Manufactures have Manufactured,


tested, supplied, installed and commissioned batteries
2.0
of 110V, 600AH capacity similar to the offered batteries
and are in operation for at least 2(Two) years

3.0 Type of battery


4.0 Capacity of battery at 27 degree celcius
5.0 Whether batteries are type tested as per IEC
6.0 Recommended value of float charging voltage
B. BATTERY CHARGER
1.0 Manufacturer’s Name & address
Confirm whether Manufactures have Manufactured,
2.0 tested, supplied, installed and commissioned battery
chargers of 10 KW capacity similar to the offered battery
charger
3.0 Capacity of battery charger (AH)
4.0 Charger rate/output current
5.0 Float charging mode (A)
6.0 Boost charging mode (A)
7.0 Ripple content in output voltage %
Confirm whether battery chargers are type tested as per
8.0
specification

19 of 61
TDS-Lighting System ICB-DL-TLSS-076/77-01

(Bidder’s Name)

8.0 LIGHTING SYSTEM

Sl. No Description Offered Data


A. LIGHTING FIXTURES & ACCESSORIES
1.0 Manufacturer’s Name & address
a) Fixtures
b) Accessories
2.0 Applicable Standards for
a) Fixtures
b) Accessories
Maximum permissible supply voltage variation for
satisfactory operation of
4.0.
a) Fixtures
b)Accessories

B. CONDUIT & ACCESSORIES (FOR EACH TYPE & SIZE)

1.0 Manufacture’s Name & address

2.0 Manufacturer’s type, designation

3.0 Applicable standard


C. JUNCTION BOXES (FOR EACH TYPE & SIZE)
1.0 Manufacture’s Name & address
2.0 Manufacturer’s type, designation
3.0 Type of enclosure
D. LIGHTING PANELS (FOR EACH TYPE & SIZE)

1.0 Manufacture’s Name & address


2.0 Type
3.0 Degree of Protection
E LIGHTING TRANSFORMER
1.0 Manufacture’s Name & address
2.0 Type
3.0 Rating

4.0 Standards Applicable


5.0 Degree of protection for Enclosure
F LIGHTING POLES
1.0 Manufacture’s Name & address
2.0 Type
3.0 Dimension
G. LIGHTING WIRES
1.0 Manufacture’s Name & address
2.0 Voltage Grade
3.0 Cross section of conductor
4.0 Insulation Thickness

20 of 61
TDS-Power and Control Cable ICB-DL-TLSS-076/77-01

(Bidder’s Name)

9.0 1.1 kV Power and Control Cables


Sl.No Description Offered Data
1 Manufacturer's name and address
2 Manufacturer's type & designation
3 Applicable standards
4 Rated Voltage (Volts)
5 Suitable for earthed or unearthed system?
Continuous current rating when laid in air in an ambient temp. of
6 50deg.C and for maximum conductor temp. of 70 deg.C for PVC
cable
7 Short Circuit Capacity
i. Short Circuit Current (kArms)
ii. Duration of short circuit. (Sec.)

iii. Conductor temp. allowed for the short circuit duty ( Deg. C)

iv Formula relating short circuit current (rms) and duration (Sec.)


8 Conductor(Circular)
i. Material (Copper or aluminium)
ii. Grade
iii. Normal cross section area (Sq.mm)

iv Approx.Number and diameter of wire before stranding(No./mm)

9 Insulation
i. Composition of insulation
ii. Nominal thickness of insulation (mm)
10 Inner Sheath
i. Material

ii. Calculated diameter over the laid up cores, (mm)

iii. Thickness of Sheath (minimum) mm


11 Armour
i. Type and material of armour (wire / strip)
ii. Calculated diameter under armour (mm)
iii. Nominal diameter of round armour wire

21 of 61
TDS-Power and Control Cable ICB-DL-TLSS-076/77-01

9.0 1.1 kV Power and Control Cables


Sl.No Description Offered Data
iv Nominal size of strip
v Short circuit capacity armour alongwith formulae(kA)
vi Maximum D.C. resistance at 20deg.C
12 Outer Sheath
i. Material
ii. Calculated diameter under sheath
Safe pulling force when pulled by pulling eye on the conductor
13
(Kg)
14 Test Voltage
i High Voltage test voltage (kV)
ii Water immersion test voltage (kV)

15 Minimum bending radius permissible

16 Whether the cables are type tested as per IEC

22 of 61
TDS-XLPE Cables ICB-DL-TLSS-076/77-01

(Bidder’s Name)

10.0 11 and 33 KV XLPE Cables


Offered Data
Sl.No Description 11 kV Three
11 kV Single Core 33 kV
Core
1 Manufacturer's name and address
2 Manufacturer's type & designation
3 Applicable standards

4 Electrical Data
a Rated Voltage (Volts)
b Suitable for earthed or unearthed system?
c Maximum working voltage(Um)
d Frequency (Hz)
e Temperature of conductor ( )

Normal operation
Short circuit
f Suitable cable section
g AC voltage test for 5 minutes
h AC voltage test for 1 minutes in rain
i Partial discharge at room temperature
Load cycle test at constant
j voltage(23 kV for 11 kV), conductor temperature
between 95 and 100 cycle 60 times)
℃ test(±95kV
Impulse voltage ℃ for 11 kV each 10
k times,conductor temperature between
95 and 100 )
l ℃ test for
Voltage ℃ 15 minutes after impulse
m Salt fog test for 1000h
5 ENVIRONMENTAL DATA
a Allowed Environmental temperature
b Allowed Sea level
Creep distance of outer insulation of
c
accessory
d Life expectancy
6 Conductor(Circular)
i. Material (Copper or aluminium) as per BoQ
ii. Grade
iii. Normal cross section area (Sq.mm)
Approx.Number and diameter of wire before
iv
stranding(No./mm)
7 Insulation

23 of 61
TDS-XLPE Cables ICB-DL-TLSS-076/77-01

10.0 11 and 33 KV XLPE Cables


Offered Data
Sl.No i. Composition of insulation
Description
ii. Nominal thickness of insulation (mm)
8 Inner Sheath
i. Material

ii. Calculated diameter over the laid up cores, (mm)

iii. Thickness of Sheath (minimum) mm


9 Armour
i. Type and material of armour (wire / strip)
ii. Calculated diameter under armour (mm)
iii. Nominal diameter of round armour wire

iv Nominal size of strip

v Short circuit capacity armour alongwith formulae(kA)


vi Maximum D.C. resistance at 20deg.C
10 Outer Sheath
i. Material
ii. Calculated diameter under sheath

11 Whether the cables are type tested as per IEC

24 of 61
TDS-Air Conditioning System ICB-DL-TLSS-076/77-01

(Bidder’s Name)

11.0 AIR CONDITIONING SYSTEM


Sl.No Description Offered Data
1.0 Manufacturer’s Name & Model
2.0 Star Rating
3.0 Compressor Cooling capacity
4.0 Rated current -cooling
5.0 Rated Power input- cooling
6.0 Rated EER
7.0 Power Supply
8.0 Air Flow Volume- Indoor
9.0 Noise level - Indoor
10.0 Operation
11.0 Compressor type
a)Compressor make
b)Compressor sealed
12.0 Refrigerant
13.0 Indoor unit Dimension (WxHxD)
14.0 Indoor unit Net/Gross weight
15.0 Outdoor unit Dimension (WxHxD)
16.0 Outdoor unit Net/Gross weight
17.0 Connecting Pipe with Cable
18.0 Length
19.0 Connecting Box Dimension (WxHxD)
20.0 No of Boxes
a)ODU
b)Connecting pipe
c)IDU
21.0 Features
a)Filters
b)Coil
c)Copper tubes
d)IDU
e)Remote

25 of 61
TDS-CRP ICB-DL-TLSS-076/77-01

(Bidder’s Name)

12.0 CONTROL AND RELAY PANELS


Sl.No Description Offered Data
1 Name and address of Manufacturer of panels
2 Manufacturer's type and designation
3 Type of construction (Simplex/duplex)
4 Thickness of sheet steel
(i)Front
(ii)Back

(iii)Sides

5 Degree of protection

6 Name of the manufacturer of relays

7 DC voltage of the relays


Make and Model of static ( 0.2 accuracy class type) energy
8
meters
Confirm whether offered manufacturer of C&Rpanels and
9 protective relays have tested commissioned & they are in
successful operationfor at least two years in 132 kV system
I TRANSMISSION LINE PROTECTION
A Numerical Distance protection Scheme
1 Name and address of Manufacturer

2 Manufacturer's type and designation

Switched or Non- switched type ( is it with separate


3
measurements for single/three phase faults)
4 Setting range of offset feature

5 Whether the relay is having self monitoring feature

Whether relay is compatible for Optical Fiber equipment and can


6 be used for Permissive Under reach/over reach /Blocking scheme
etc
7 Suitable for single and three phase Trip?

8 Type of shaped characteristic

26 of 61
TDS-CRP ICB-DL-TLSS-076/77-01

12.0 CONTROL AND RELAY PANELS


Sl.No Description Offered Data
No of tripping contacts with making capacity of 30 amp for 0.2
9
seconds
In case 16 contacts as per above clause are not available with the
10
distance relay offered , type of tripping relay being offered
Maximum operating time for at 50% of the reach setting of 2
11
ohms and 10/20 ohms (with CVT) including all trip relays ,if any
a)at SIR=4

b)at SIR=15, (3 phase faults)


c)at SIR=15 (other faults)
IDMT earth fault relay Meeting Normal Inverse Characteristics as
12
per IEC 60253 is being offered as built in feature for 220 KV lines
13 If no, type of IDMT relay being offered

14 Built in features offered with the relay (YES/NO)

a)Disturbance recorder

b)Fault locator

c)Over voltage (one stage only)


d)Auto reclose along with Dead line charging and check
synchronisng
BACKUP DIRECTIONAL OVER CURRENT AND EARTH FAULT
B
PROTECTION SCHEME
1 Name and address of Manufacturer

2 Manufacturer’s type and designation

Three over current and one E/F elements Are whether


3
independent or composite unit
4 Type of relay (Elecromechanical /static/Numerical)

5 Directional sensitivity

6 Whether characteristic conform to IEC 255-3

7 Over current unit setting range inverse time

8 Earth fault unit setting range inverse time

27 of 61
TDS-CRP ICB-DL-TLSS-076/77-01

12.0 CONTROL AND RELAY PANELS


Sl.No Description Offered Data

9 VT Fuse failure relay/ feature included for alarm

C LINE OVER VOLTAGE PROTECTION RELAY

1 Name and address of Manufacturer

2 Manufacturer’s type and designation

3 Type of relay (Elecromechanical /static/Numerical)

4 Operation indicator provided?

5 Operating time

6 Resetting time

7 Whether monitors all three phases?

Built in feature of Main1/Main 2 distance relay is offered. If so ,


8
which stage is offered as built in
D DISTANCE TO FAULT LOCATOR

1 Name and address of Manufacturer

2 Manufacturer’s type and designation

3 Built in feature of Main1/Main 2 distance relay is offered

4 Maximum registering time

5 Whether direct display unit provided?

Whether both phase to phase fault and phase to earth fault


6
measuring units included?
7 Whether “On-Line” type

Accuracy for the typical conditions defined under technical


8
specification
F DISTURBANCE RECORDER
a. Acquisition unit
1 Name and address of Manufacturer

28 of 61
TDS-CRP ICB-DL-TLSS-076/77-01

12.0 CONTROL AND RELAY PANELS


Sl.No Description Offered Data

2 Manufacturer's type and designation

3 No. of analogue channels


4 No. of digital recording channels

7 Built in feature of Main1/Main 2 distance relay is offered

6 Pre-fault memory (milli seconds)

7 Post fault memory(seconds)

8 Total storage memory in seconds


9 Sampling frequency

10 Resolution of event channels

11 Time display present?

12 Data output in comtrade is available?


b. Evaluation Unit
1 Name and address of Manufacturer

2 Manufacturer's type and designation

No of acquisition unit that can be connected to One evaluation


3
unit
4 Technical Parameters of evaluation unit

A Processor and speed

B RAM and hard disk capacity

C Additional facilities

D Details of printer
Details of power supply arrangement for Acquisition unit
5
(including printer)
G AUTO RECLOSE RELAY
1 Name and address of Manufacturer

2 Manufacturer's type and designation

3 Electromechanical /static/numerical

29 of 61
TDS-CRP ICB-DL-TLSS-076/77-01

12.0 CONTROL AND RELAY PANELS


Sl.No Description Offered Data
Auto reclose relay along with Dead line charging and check
4 synchronizing relay (For 132 KV lines) offered as a part of
distance relay
5 Suitable for single and three phase?

6 Single phase dead time setting Range

7 Three phase dead time setting range

8 Reclaim time setting range

II TRANSFORMER PROTECTION
A Differential relay
1 Name and address of Manufacturer

2 Manufacturer's type and designation

3 Second harmonic restraint provided

4 Whether three instantaneous units provided

5 Operating Current setting range

6 Bias setting range

7 Operating time at 5X setting current

8 Resetting time

How ratio / phase angle corrections are being done (inter posing
9
transformer/internal feature in the relay)
B Restricted Earth Fault Protection

1 Name and address of Manufacturer

2 Manufacturer's type and designation

3 Operating time at 2 X setting

C Over Fluxing relays

1 Name and address of Manufacturer

30 of 61
TDS-CRP ICB-DL-TLSS-076/77-01

12.0 CONTROL AND RELAY PANELS


Sl.No Description Offered Data

2 Manufacturer's type and designation

3 Whether inverse time operating characteristics

4 Maximum operating time

5 Accuracy of operating time

6 Resetting time

D Directional O/C and E/F relays

1 Name and address of Manufacturer

2 Manufacturer's type and designation

3 Whether Characteristic will confirm to IEC255-3

4 Directional sensitivity

5 Over current unit setting range

a) Inverse time

b) High set

6 Earth fault unit setting range

a) Inverse time
b) High set
GENERAL PROTECTION /MONITORING EQUIPMENT
Trip Circuit Supervision relay
1 Name and address of Manufacturer

2 Manufacturer's type and designation

3 Whether pre-closing and post closing supervision provided?


4 Time delay
High Speed Trip Relays

1 Name and address of Manufacturer

31 of 61
TDS-CRP ICB-DL-TLSS-076/77-01

12.0 CONTROL AND RELAY PANELS


Sl.No Description Offered Data

2 Manufacturer's type and designation

3 Contact ratings

a) Make and carry continuously

b) Make and carry for 0.5 sec.

c) Break
i). Resistive load
ii) Inductive load (With L/R=40milli sec.)

4 Operating time at rated voltage(maximum)

5 Resetting time

6 Whether supervisory relays included

E Local breaker back-up protection

1 Name and address of Manufacturer

2 Manufacturer's type and designation

3 Operating time

4 Resetting time

5 Setting ranges

a) Current
b) Time
III Bus bar Protection

1 Name and address of Manufacturer

2 Manufacturer's type and designation

3 Type of relay (Elecromechanical /static/Numerical)

4 Principle of operation (Biased/High impedance)

32 of 61
TDS-CRP ICB-DL-TLSS-076/77-01

12.0 CONTROL AND RELAY PANELS


Sl.No Description Offered Data

5 Operating time

6 Resetting time
7 Setting ranges
i)Current
ii)Time
Whether will it cause tripping for the differential current below
8 the load current of heavily loaded feeder (Bidder shall submit
application check for the same)

33 of 61
TDS-SAS ICB-DL-TLSS-076/77-01

(Bidder’s Name)

13.0 Substation Automation System


S.N. Name of the component Offred Data
ETHERNET SWITCH
Name & Address of the Manufacturer
Model
I Type of switches
Mounting arrangement
Power consumtion
Protocol Supported
SERVER 1&2
Make
Type/ Model
Construction
Operating system
Processor (Type /Make)
Processor speed
II
FSB
Chipsel
Memory capacity (RAM)
Hard disk
Ethernet Port
Power supply
Power consumption
STATION HMI,REDUNDANT AND STATION HMI DR,CUM ENGINEERING
WORKSTATION
Make
Type/ Model
Construction
Operating system
Processor (Type /Make)
III Processor speed
FSB
Chipsel
Memory capacity (RAM)
Hard disk
Ethernet Port
Power supply
Power consumption
TFT Monitor
Name of the Manufaturer
Viewable area
Contrast Ratio
Response time
Optimum resolution
IV
Frequency
Digital Input
Operating temparature
Dimension ( W X H X D)
Audio Speaker
Display
TIME SYNCHRONISING EQUIPMENT
Name and address of the Manufaturer
Reference Standard
Name of Satelite system and type of time signal
Number of satelite that can be traked
Mounting arrangement
I/P and O/P ports
V

Page 34 of 61
TDS-SAS ICB-DL-TLSS-076/77-01

13.0 Substation Automation System


S.N. Name of the component Offred Data
V Power supply
Power consumption
Operating temparture
Whether able to give real time IST corresponding to( taking in to
consideration all factors like voltage temparature variation & propagation /
Processing delay)
Accuracy
Time display unit
COLOUR LASER PRINTER
Name and address of the Manufacturer
Auxilary voltage
Offline/Online mode selector
Printer encloser provided
Print speed
VI First page out
Resolution
Processor
Standard memory
Duty cycle
Operating system
Network Interface
DOT MATRIX PRINTER
Name and address of the Manufacturer
No of colums

VII

Page 35 of 61
TDS-SAS ICB-DL-TLSS-076/77-01

13.0 Substation Automation System


S.N. Name of the component Offred Data
Auxilary voltage
VII Noise Level
Interface
Built in testing facility
Offline or online mode selector
Printing Method
FIBRE OPTIC PATCH CABLE
Name and address of the Manufacturer
Wavelength
Unarmoured/ Armoured type
Type of conectors used
Type of cable
VIII
Proper identification
Core diameter
Attenuation at 850nm
Numerical aperture
No of cores per cable
Type of Material
ARMOURED FIBRE OPTIC CABLE
Name and Address of Manufacturer
Wavelength
Type of connectors used
Type of cable
IX Core diameter
Attenuation at 850nm
Numerical aperture
No. of cores per cable
No. of Spare cores
Type of Material
INVERTER
XI Name and address of the Manufacturer
Capacity
Substation Automation System Software
XII Make
Type
Substation Automation System erection & commissioning Agency
XIII Name and Address
Type of future Service in Nepal

Page 36 of 61
TDS-Communication and SCADA ICB-DL-TLSS-076/77-01

(Bidder’s Name)

14.0 Communication Equipments


S.N Parameters: Offered Data
A OPTICAL LINE TERMINATION EQUIPMENT(OLTE)
1 SDH hierarchy level:
Capacity Aggregate Bit-rate:
CEPT E-1 Ports:
2 Minimum No. of protected (MSP) directions
3 No. of E1 ports in E1tributarycards
4 No. of ports in Ethemet tributary cards
5 Service Channel provision
a) Voice Channel
b) Data Channel
6 Power Supply cards of SDH equipment
Common Control Card of SDH equipment

Page 37 of 61
TDS-LT Transformer ICB-DL-TLSS-076/77-01

(Bidder’s Name)

15.0 150 KVA, 33/0.4 kV LT Transformer


Offered Data
Item Description
Units 33/0.4 kV
1 Manufacturer
1.1 Type -
1.2 Class
2 Rated data and characteristics
Rated power:
2.1 - primary/secondary kVA
(Rated power at highest tap)
2.2 Cooling method -
2.3 Rated voltage
- HV winding kV
- LV winding kV
2.4 Tap changer:
- manufacturer -
- model -
- type -
- regulating range %
- rating A
2.5 Frequency Hz
Connection of the three-phase windings
2.6 -
(group of vectors IEC 60076)
Rated current at ONAN rated power and
2.7
rated voltage tap:
- HV winding A
- LV winding A
2.8 No-load current through:
- HV winding A
- LV winding A
2.9 Short circuit impedance
Direct impedance at nominal voltage
2.9.1 tap: %
- HV/LV
Direct impedance at minimum voltage
2.9.2 tap: %
- HV/LV
Direct impedance at maximum voltage
2.9.3 tap: %
- HV/LV
Zero sequence impedance at nominal
2.9.4 voltage tap: %
- HV / LV

38 of 61
TDS-LT Transformer ICB-DL-TLSS-076/77-01

15.0 150 KVA, 33/0.4 kV LT Transformer


Offered Data
Item Description
Units 33/0.4 kV
Tolerance to be applied to the short
2.1 circuit impedance, in terms of % of the
guaranteed value on:
- nominal voltage tap %
- other taps %
Transformer capacity to withstand
2.11
external short circuits:
2.11.1 Short circuit duration sec
Symmetrical short circuit current
withstand during the indicated period
2.11.2
and asymmetrical short circuit
withstand:
kA RMS
- HV winding
kA (peak)
kA RMS
- LV winding
kA (peak)
- pre-fault voltage p.u.
2.12 Guaranteed losses
No-load losses at rated voltage and
frequency, with rated voltage tap
2.12.1 kW
(design calculation sheet shall be
submitted with the bid)
No-load losses at 110% of the rated
2.12.2 voltage, at rated frequency and rated kW
voltage tap
Tolerance to be applied to no-load losses
2.12.3 %
(in % of the guaranteed value)
Load losses at rated voltage and
2.12.4 frequency, with rated voltage tap and kW
ONAN rating:
- HV winding (design calculation sheet
kW
shall be submitted with the bid)

- LV winding (design calculation sheet


kW
shall be submitted with the bid)
- Stray loss kW
Tolerance to be applied to total losses
2.12.5 (in %of the guaranteed value) for all the %
windings
2.13 Highest voltage for equipment:
- HV winding kV
- LV winding kV

39 of 61
TDS-LT Transformer ICB-DL-TLSS-076/77-01

15.0 150 KVA, 33/0.4 kV LT Transformer


Offered Data
Item Description
Units 33/0.4 kV
2.14 Rated insulation level:
2.14.1 Short time power frequency withstand:
- HV winding - line terminal kV RMS
- LV winding - line terminal kV RMS
- neutral kV RMS
2.14.2 Basic impulse level:
- HV winding - line terminal kV (peak)
- LV winding - line terminal kV (peak)
- neutral point kV (peak)
Temperature rise limits at maximum
2.15 power output ratings and at lowest
voltage tap and corresponding voltage:
- average winding at ambient oC
temperature
oC
- top oil at ambient temperature
Permissible overload in emergency
2.16
cases:
- permanent permissible overload based
on highest winding temperature which kVA
exceeds by 5oC the guaranteed limit
- permanent permissible overvoltage
based on the maximum top oil
temperature which exceeds by 5oC the %
guaranteed limit at rated power (in % of
the rated voltage)
2.17 Audible noise level
- Voltage in percent of rated value %
- ONAN rating dB(A)
Radio Interference Voltage at 0.5 MHz as
2.18 uV
per IEC 60694
2.19 Core:
- manufacturer -
- grade and thickness of core steel grade/mm
- standard -
- data sheet attached -
2.2 Oil:
- manufacturer -
- type -
- standard -
- data sheet attached -
2.21 Tank /corrugated wall and radiators

40 of 61
TDS-LT Transformer ICB-DL-TLSS-076/77-01

15.0 150 KVA, 33/0.4 kV LT Transformer


Offered Data
Item Description
Units 33/0.4 kV
2.21.1 Tank/corrugated wall :
- manufacturer -
- thickness
- cover mm
- side/corrugated wall mm
- bottom mm
2.21.2 Radiator :
- manufacturer -
- cooler tube thickness mm
- pressed-sheet radiator thickness mm
2.21.3 Safe withstand vacuum at sea level kPa
2.22 Bushings
2.22.1 HV bushings:
- class kV
- manufacturer -
- type designation -
- rated current A
- short circuit withstand kA RMS
- basic insulation level kV (peak)
- power frequency withstand for 1
kV RMS
minute
- terminal connector for conductor size mm2
- creepage distance mm
2.22.2 LV bushings:
- class kV
- manufacturer -
- type designation -
- rated current A
- short circuit withstand kA RMS
- basic insulation level kV (peak)
- power frequency withstand for 1
kV RMS
minute
- terminal connector for conductor size mm2
- creepage distance mm
2.22.3 Neutral bushings:
- class kV
- manufacturer -
- type designation -
- rated current A
- short circuit withstand kA RMS
- basic insulation level kV (peak)

41 of 61
TDS-LT Transformer ICB-DL-TLSS-076/77-01

15.0 150 KVA, 33/0.4 kV LT Transformer


Offered Data
Item Description
Units 33/0.4 kV
- power frequency withstand for 1
kV RMS
minute
- terminal connector for conductor size mm2
- creepage distance mm
3 Design data:
3.1 Core Design
- core type core or shell
- number and length of limbs no/mm
- core diameter mm
3.1.1 Core cross section area
- wound limbs mm2
- yoke mm2
- unwound limbs mm2
3.1.2 Distance between core limb center mm
Maximum flux density in the wound limb
3.1.3
at:
- rated voltage tesla
- 110% of the rated voltage tesla
3.1.4 Maximum flux density in the yokes at:
- rated voltage tesla
- 110% of the rated voltage tesla
Voltage per turn at the above flux
3.1.5
density
- rated voltage V
- 110% of the rated voltage V
Magnetizing current, at rated frequency,
3.1.6 on principal tapping, in percent of rated %
current at maximum HV rating
- at 90% of the rated voltage %
- at 100% of the rated voltage %
- at 110% of the rated voltage
Specific loss of core at maximum flux
3.1.7 W/kg
density
3.1.8 Maximum current density in winding;
- HV A/mm2
- LV A/mm2
3.2 Winding Design
3.2.1 Winding resistance:
- HV winding ohms
- winding conductor -

42 of 61
TDS-LT Transformer ICB-DL-TLSS-076/77-01

15.0 150 KVA, 33/0.4 kV LT Transformer


Offered Data
Item Description
Units 33/0.4 kV
- Inside diameter of winding coil m
- Outside diameter of winding coil m
- Number of winding turn at normal
turns
tap
- Cross-section area of winding
mm2
conductor
- number and width of support
-
spacers per turn
- total conductor mass kg
- dry insulation mass kg
- LV winding ohms
- winding conductor -
- Inside diameter of winding coil m
- Outside diameter of winding coil m
- Number of winding turn at normal
turns
tap
- Cross-section area of winding
mm2
conductor
- number and width of support
-
spacers per turn
- total conductor mass kg
- dry insulation mass kg

Voltage regulation at ONAN rating and


3.3 rated voltage tap (in % of the rated
voltage):
- with unity power factor:
- with 0.9 power factor (lagging): %
- with 0.8 power factor (lagging): %
4 Weights and dimensions
Total weight of transformer, equipped
4.1 kg
for service
4.2 Weight:
- oil kg
- core and coil assembling kg
- tank and accessories kg
- net copper kg
- net core steel kg
4.3 Outline dimensions:
- length mm
- width mm
4.4 Layout drawing no. -

43 of 61
TDS-LT Transformer ICB-DL-TLSS-076/77-01

15.0 150 KVA, 33/0.4 kV LT Transformer


Offered Data
Item Description
Units 33/0.4 kV
5 Standards
5.1 Manufacturing -
5.2 Quality assurance -
5.3 Type test certification -
(shall be submitted with the bid for
approval otherwise it will be assumed
that no type tests for identical units are
available)
6 Installation -

44 of 61
TDS-Insulator and Hardware for SS ICB-DL-TLSS-076/77-01

(Bidder’s Name)

16.0 INSULATOR , HARDWARES & ACCESSORIES


Sl.No. Description Offred Data
A. INSULATOR STRINGS 132kV 33kV 11kV
1 Manufacturer’s name and address
2 Applicable Standards
3 No. of Units per String
Weight
4 a) Each Disc (Kg)
b)Complete string (hardware only) (Kg)
Creepage Distance
5 a)Each Disc (mm)
b) Complete String (mm)
6. Power Frequency Withstand Voltage of the
complete string with corona control ring
6 i.Dry (KVrms)
ii.Wet (KVrms)
7. Lightning Impulse (dry) Withstand Voltage of the
7 Complete string for both positive and negative peaks.
(kVp)
8. Switching Surge withstand Voltage of the Complete
8
string with corona control (Wet) (kVp)
9. Power Frequency Puncture Withstand Voltage (Dry
9
& Wet) of each Disc (KV rms)
10 10.Electro Mechanical Strength of each Disc (Kg)
11.Minimum Corona extinction (kVrms) voltage level
11 of the complete string with corona control ring (Dry
Condition)
12.RIV level of the complete (micro-volts) String with
12 corona control ring at 1 MHz when subjected to a test
voltage.
13. Confirm whether string type tested with offered
13
disc insulator as per IEC
B. INSULATOR
1 1. Manufaturer's Name and address
2 2. Applicable Standards
3. Ultimate Strength
3 a) Complete assembly (kg)

b) Suspension / drop clamp (kg)

Page 45 of 61
TDS-Insulator and Hardware for SS ICB-DL-TLSS-076/77-01

16.0 INSULATOR , HARDWARES & ACCESSORIES


Sl.No. Description Offred Data
A. INSULATOR STRINGS 132kV 33kV 11kV
C. TUBULAR BUS CONDUCTOR
1 1.Manufacturer’s name and address
2 Applicable Standards

3 Material
Size of Tubular Bus
i.Standard pipe size- IPS (mm)
ii.Outside diameter (mm)
4
iii.Tolerance on outside
iv.Thickness (mm)

v.Tolerance on Thickness

5 D.C. Resistance of 20 deg.C

6 Current rating at ambient temperature of 50 deg. C

7
Short circuit current rating for 1 sec. duration (kA)
8 Radio Interference at rated voltage (micro volts )
9 10.Weight (kg/m)
Final allowable tubular bus conductor temperature
10
due to short circuit
D. MARSHALLING KIOSK

1 Manufacturer's Name and address


2 Thickness of sheet steel (mm)

3 Degree of protection provided


E. BUS POST INSULATORS
1 Manufacturer's Name and address
3 Applicable Standards

4 No. of Units per Stack


5 Whether corona ring provided or not
6 Diameter (mm)
7 Creepage Distance
a. Total (mm)
b. Protected (mm)

Page 46 of 61
TDS-Insulator and Hardware for SS ICB-DL-TLSS-076/77-01

16.0 INSULATOR , HARDWARES & ACCESSORIES


Sl.No. Description Offred Data
A. INSULATOR STRINGS 132kV 33kV 11kV
8 Power Frequency withstand Voltage of Insulator
a. One complete stack
i. Dry (kV rms)
ii. Wet (kV rms)

1.2/50 microsec.impulse withstand Voltage on


9 complete stack (kVp)

250 /2500 micro second switching Surge withstand


10
voltage

a.One complete stack


i.Dry (kV peak)
ii.Wet (kV peak)

11 Radio interference Voltage of complete stack


i.Test Voltage (kVrms)

ii. Radio interference voltage (micro volt)


12 Weight-of complete stack (Kg)

13 Cantilever Strength of Complete Stack

15 Torsional Strength(Kg.m)
16 Compression Strength (Kg)
Confirm whether type tested as per IEC and are in
17
successful operation for at least 2 (Two) years.
F. ACSR CONDUCTOR
1 Name and address of manufacturer

2 Standards Applicable

3 Name & Type of Conductor

4 No. & diameter of various strands

5 Overall diameter of the conductor (mm)


Current rating capacity of the Conductor at 75 deg. C
6
(Amps)
7 Confirm whether type tested as per IEC

G. GALVANISED STEEL EARTHWIRE


1. Name and Address of the Manufacturer

Page 47 of 61
TDS-Insulator and Hardware for SS ICB-DL-TLSS-076/77-01

16.0 INSULATOR , HARDWARES & ACCESSORIES


Sl.No. Description Offred Data
A. INSULATOR STRINGS 132kV 33kV 11kV
2. Standards Applicable
3.1 UTS of the Earthwire (kN)

3.2 Lay length of outer steel layer (mm)

3.3 DC Resistance of earthwire at 20 deg. C (ohms)

3.4 Standard length of earthwire in the drum (metres)

3.5 Diameter of earthwire

Page 48 of 61
TDS-LT Switchgear ICB-DL-TLSS-076/77-01

(Bidder’s Name)

17.0 LT Switchgear

Sl. No Description Offered Data


1 Manufacturer’s Name
2 Whether Manufacturer’s have supplied 50 Nos draw out Air circuit
breaker Panels out of which 5 Nos. are with CT and relaying scheme.

3. Whether Manufacturer’s have supplied 50 Nos. MCC panels similar to


the offered panels.
Whether 100 nos.(at least) circuit breakers of the make and type
4.
being offered are already been operating satisfactorily.
4. Rated short circuit current
5.1 Symmetrical short circuit withstand current at rated voltage of
switchgear cubicle
5.2 Peak short circuit withstand current
6. Degree of protection
6.1 Breaker/MCC/AC & DC
6.2 Distribution Cubicles
6.3 Busbar chamber
7. Standard height, width & depth of typical panel
7.1 Circuit Breaker Panel
7.2 MCC panel
7.3 AC/DC Distribution Board
8. Width of cable alley
9. Whether equipment are type tested as per IEC

49 of 61
TDS-12 kV Switchgear ICB-DL-TLSS-076/77-01

(Bidder’s Name)

18.0 12 kV Switchgear
Offered Data
S.N. Description Unit
Incommer/Bus tie Feeder
A Switchgear Manufacturer
Years of manufacturing experience Years
Manufacture's designation as per submitted
catalogue/ModelNo.
B Busbar
1 Material
2 Size
a)main bus mm2
b)ground bus mm2
3 Minimum clearance
a)Phase to phase mm
b)Phase to ground mm
4 Rated current
a)Continuous at 40°C ambient A
b)Short time current for 3 sec. kA
5 Rated voltage kV
6 Bus support insulators
a) Manufacturer
b) Type
c) Impulse withstand voltage kV
d)Power frequency withstand voltage (1min. rms) kV
7 Busbar joint silver-plated? Yes/No
C Circuit breakers
1 Manufacturer
2 Type
3 Manufacture's designation as per submitted catalogue/Model No.

4 Rated voltage kV
5 Number of possible operations without maintenanance
for contacts
- Rated short circuit breaking current No.
-Rated normal current No.
for mechanism No.

6 Frequency Hz
7 Rated current
a)normal current A
b)short circuit current for 3sec. kA
8 Vacuum Interrupter
a) Make
b) Rating A
9 Interrupting current (rms.sym.) kA
10 Interrupting time ms
11 Making current peak kA
12 Closing time, max ms
13 Insulation level
a)Impulse withstand voltage kV
b)Power frequency withstand kV

Page 50 of 61
TDS-12 kV Switchgear ICB-DL-TLSS-076/77-01

18.0 12 kV Switchgear
Offered Data
S.N. Description Unit
Incommer/Bus tie Feeder
voltage(1min.rms.)
14 Operating mechanism
a)Type
b)Operating voltage range
- closing % of 110
V
- tripping % of 110
V
c)Closing and tripping coils current A
d)Duty cycle
15 Spring charging motor
a)Type and manufacturer
b) Voltage V
c)Rating kW
d)Spring charging time sec
16 Total no of auxiliary contacts
a)Normally open No.
b)Normally closed No.
c)Contact ratings (make and continuous current)
-AC at 230 volt A
-DC inductive at 110 volt A
17 Overalldimensions(L*W*H) mm
D Current transformers
1 Manufacturer
2 Type
Manufacture's designation as per submitted catalogue/ModelNo.

3 Frequency Hz
4 Voltage class kV
5 Reference standard
6 Current transformer rating
7 Insulation level
8 a)Impulse withstand (BIL) kV,crest
b)Power frequency withstand (1min.rms.) kV
9 Burden per phase VA
10 No.of cores No.
11 Accuracy class
E Voltage transformer
1 Manufacturer
2 Type
3 Manufacture's designation as per submitted
catalogue/ModelNo.
4 Frequency Hz
5 Voltageclass kV
6 Referencestandard
7 Ratedvoltage
a)Primary V
b)Secondary V
8 Rated burden VA
9 Accuracy class
10 Insulation level

Page 51 of 61
TDS-12 kV Switchgear ICB-DL-TLSS-076/77-01

18.0 12 kV Switchgear
Offered Data
S.N. Description Unit
Incommer/Bus tie Feeder
a)Impulse withstand voltage (BIL) kV, crest
b)Power frequency withstand voltage (1min. rms.) kV
11 Overall dimensions (L*W*H) mm
12 Weight kg
13 Fuses (HV/LV)
a)Type
b)Continuous rating A
c)Symmetrical fault rating kA
F Switchgear assembly
1 Type of switchgear
2 Enclosure
a)Type
b)Thickness of metal sheet (min) mm
c)Degree of protection provided by the enclosure
3 Breaker assembly
a)Breaker provided with service test and with drawn position Yes/No
b)Type of indication provided for breaker position
c)Cubicle door can be closed with breaker in service or test position Yes/No

4 Space heater
a)Thermostat controlled space heater furnished for each cubicle? Yes/No

b)Rating
-Voltage V, AC
-Watts W
5 Overall dimension (L*W*H) (of complete panel) mm
6 Approximate weight (complete panel) kg
7 Shipping dimension (L*W*H) (ofcomplete panel) mm
G Relays
1 Manufacturer & country of origin
2 Manufacture's designation as per submitted catalogue/ModelNo.

3 Years of manufacturing service Years


4 Applicable standard
5 Type
6 Current setting
a) OverCurrent % of rated
current

b) Highset (Instantaneous)
c) Earth Fault % of rated
current

d) High set(Instantaneous)
7 Characteristics
8 Reset time ms
9 Insulation test according to IEC Yes/No
10 Indication
-lightemittingdiodesprovided? Yes/No
H Annunciator type

Page 52 of 61
TDS-BCU ICB-DL-TLSS-076/77-01

(Bidder’s Name)

19.0 BAY CONTROL UNIT


Sl.No Description Offered Data
1.0 Name of Manufacturer

2.0 Type of unit Mounting


3.0 Manufacturer’s type designation
4.0 Standards Applicable
5.0 Rated Auxiliary Voltage
6.0 No. of analogue variable (Specify Voltage &
Current Separately)
7.0 Rated frequency (Hz)

8.0 No. of binary inputs

9.0 No. of output


10.0 Language
11.0 Type of communication protocol supported by
unit

12.0 No. & Type of communication ports

13.0 Operating temperature range


14.0 System response time
14.1 Exchange of display
14.2 Presentation of Binary Change
14.3 Presentation of Analogue Change
14.4 Order to process output
14.5 Order to update display
14.6 Report Generation

53 of 61
TDS-Transmission Line Towers ICB-DL-TLSS-076/77-01

(Bidder’s Name)

20.0 TOWERS
Sl. No. Description Unit DA DB DC DD/DDE
Manufacturer’s Name
Country of origin
Applicable Standard
Years of Manufacturing Experience Years Minimum 10
ISO Certificate submitted yes/no
Manufacturer sales record submitted yes/no
Overall length of suspension insulator string
1 from point of suspension to bottom of phase mm
conductor clamp.
Vertical distance between underside of
2 supporting cross arm and point about which mm
live metal is connected
Overall length of tension insulator measured
from point of attachment on cross arm to
3 mm
point where jumper, loop parabola leaves
conductor
Minimum clearance from live metal to
4 structure steelwork and earthed fitting when
tension insulator is used
4.1 Jumper loop in still air mm
4.2 Down comer in slack spans in still air mm
5 Max working stress in tension members :
2
5.1 Mild steel Kg/mm
2
5.2 High tensile steel Kg/mm
Maximum ratio of unsupported length of
6 steel compression members to their least
radius of gyration
6.1 Main members
6.2 Redundant
6.3 Bracing loaded in tension only
Steel to ASTM A 36/IS 2062 or other
7
proposed standard
2
7.1 Elastic limit stress in tension members kg/mm
Ultimate stress in compression members 2
7.2 kg/mm
(expressed as a function of L/R)
Steel to ASTM A 572/IS 8500 or other
8
proposed standard
2
8.1 Elastic limit stress in tension members kg/mm

Ultimate stress in compression members 2


8.2 kg/mm
(expressed as a function of L/R)

9 Bolts

Page 54 of 61
TDS-Transmission Line Towers ICB-DL-TLSS-076/77-01

Sl. No. Description Unit DA DB DC DD/DDE

9.1 Property Class


2
9.1 Ultimate shear stress on bolts (H.T. steel) kg/mm
2
9.2 Ultimate tensile quality of bolts (H.T. steel) kg/mm
Ultimate bearing stress on bolts (H.T. 2
9.3 kg/mm
steel)
10 Basic span length m

Minimum ground clearance of phase


11 m
conductor assuming temperature of 85° C

Final sag of phase conductor in still air at


12 m
85° C and standard span
Distance of phase conductor below
13 underside of cross arm, allowing for m
maximum length of insulating string
Height above ground of underside of
14 m
bottom cross arms
Vertical distance between top and bottom
15 m
phase conductor cross arm
16 Height of structure above ground m
Horizontal spacing between center line of
17
structure and conductors :
17.1 Top m
17.2 Middle m
17.3 Bottom m
Minimum vertical spacing between
18 m
adjacent phase conductors
Final conductor sag at everyday temp. in still
19
air for basic span :
19.1 Phase conductor m
19.2 OPGW m
Width of structure attachment of center cross
20 m
arm where applicable
Overall dimensions of support base at
21
ground level :
21.1 Transverse m
21.2 Longitudinal m
22 Weight of tower above ground level kg
22.1 Standard height kg
22.1 With -4.5 m extension kg
22.2 With -3 m extension kg
22.3 With -1.5 m extension kg
22.4 With 0.0 m extension kg
22.5 With 1.5 m extension kg
22.6 With 3 m extension kg
22.7 With 4.5 m extension kg

Page 55 of 61
TDS-Transmission Line Towers ICB-DL-TLSS-076/77-01

Sl. No. Description Unit DA DB DC DD/DDE

22.8 With 6 m extension kg


22.8 With 7.5 m extension kg
22.9 With 9 m extension kg
Weight of steel work below ground in
23 kg
concrete foundation
24 Approximate (Ultimate uplift load per tower) kg
Approximate (Ultimate uplift load per tower
24.1 kg
Broken wire condition)
Approximate (ultimate compression load per
25 kg
tower normal condition).
Approximate (ultimate transverse load per
26 kg
leg).
Approximate (ultimate Longitudinal load per
27 kg
leg).

Note: Maximum working stress and max. Stress when structure is subjected to normal loading at any
temperature or wind loads within the range specified.

Page 56 of 61
TDS-ACSR Conductor ICB-DL-TLSS-076/77-01

(Bidder’s Name)

21.0 ACSR Conductor


Sl. No. DESCRIPTION UNIT OFFERED DATA
Manufacturer’s Name
Country of origin
Applicable Standard
Years of Manufacturing Experience Years
ISO Certificate submitted yes/no
Manufacturer sales record submitted yes/no
1 Code word
2 Aluminum Wires : no/mm
2.1 No. of & diameter
2.2 Lay inner layer mm
2.3 Lay middle layer mm
2.4 Lay outer layer mm
3 Steel Wires :
3.1 No. & diameter no/mm
3.2 Lay outer layer mm
3.3 Steel quality (Grade)
4 Overall diameter of conductor mm

5 Maximum DC resistance of conductor at 20 OC ohms/km

6 Maximum AC resistance of conductor at 20 O C ohms/km

7 Ultimate tensile strength of conductor kg


Tension of conductor in still air at everyday
8 kg
temperature
9 Maximum working tension of conductor kg
Equivalent modules of elasticity of complete 2
10 kg/m
conductor
11 Conductor weight with grease kg/km
Equivalent coefficient of linear expansion of O
12 -6 per C
complete conductor 10
13 Standard length of conductor on drum m
14 Maximum weight of conductor and drum kg
15 Vibration dampers
15.1 Type
15.2 Weight kg
15.3 Distance from clamp mouth to attachment point :

Page 57 of 61
TDS-ACSR Conductor ICB-DL-TLSS-076/77-01

Sl. No. DESCRIPTION UNIT OFFERED DATA


a. 1st damper mm
b. 2nd damper (if required) mm
16 Conductor grease :
16.1 Type
3
16.2 Density kg/m
per kg
16.3 Weight of grease
kilometer
17 Aluminum wires before stranding :
17.1 Minimum breaking load kg
2
17.2 Tensile breaking stress kg/m
2
17.3 Cross sectional area mm
18 Steel wires before stranding :
2
18.1 Minimum tensile strength kg/m
2
18.2 Minimum stress of1 % elongation kg/m
18.3 Elongation in 200 mm length of breaking %
18.4 Yield stress/breaking strength %
19 Conductor manufacturing process
20 Joint compressors :
20.1 Type of compressor
20.2 Dies to be supplied
20.3 List of recommended spares
21 Type Test Report Submitted Yes/No
21.1 List of Type Test Reports submitted
22 Drawing of Conductor submitted Yes/No
23 Drawing of Drum submitted Yes/No

Page 58 of 61
TDS-Insulators and Fittings ICB-DL-TLSS-076/77-01

(Bidder’s Name)

22.0 Insulators and Fittings


COMPOSITE LONG ROD
Sl. No. DESCRIPTION UNIT INSULATOR
TENSION SUSPENSION
Manufacturer’s Name
Country of origin
Applicable Standard
Years of Manufacturing Experience Years Minimum 5
ISO Certificate submitted yes/no
Manufacturer sales record submitted yes/no
1 Insulator type
2 Composite Material
2.1 Core Material
2.2 Housing Material
2.3 Weather Sheds Material
2.4 End Fitting
2.5 Grading Ring
3 Long Rod Material and Diameter mm
3.1 Diameter of Core m
3.2 Diameter of Weather Sheds m
4 Overall length of Insulator mm
5 Highest system voltage kV
6 System frequency Hz
7 Rated lightening impulse withstand voltage (dry) kVmax
Rated power frequency withstand voltage
8 a) Dry kVrms
b) Wet kVrms
a) Creepage distance
9 b) Creepage distance as multiplied arcing mm
distance
Minimum mechanical failing load
10 a) Suspension kN kN
b) Tension Rod
Factor of safety under maximum loading condition
11 a) Insulator
b) Iron fitting (if any)
12 Accelerated Aging test report submitted Yes/No
13 Type Test Report Submitted Yes/No
13.1 List of Type Test Reports Submitted
14 Dimensioned GA Drawing Submitted Yes/No
15 Manufacture’s Catalogue submitted Yes/No

Page 59 of 61
TDS-OPGW ICB-DL-TLSS-076/77-01

(Bidder’s Name)

23.0 Technical Particulars of Optical Fiber Ground Wire (OPGW)


Sl.No. DESCRIPTION UNIT OPGW ADSS
Manufacturer’s name
Country of Origin
Applicable Standard
Years of Manufacturing Experience Years Minimum 5
ISO Certificate Submitted Yes/No
Manufacturer’s sales record submitted Yes/No
1 Galvanized steel wires / Aluminium Clad Steel wire
1.1 No. of and Diameter Nos/mm
1.2 Lay Outer layer Mm
1.3 Steel Quality (Grade)
1.4 Normal Cross Sectional area mm2
1.5 Weight Kg/m
2 Overall diameter mm
3 Ultimate tensile strength Kg
4 Tension in steel air at everyday temperature kg
2
5 Equivalent modulus of elasticity kg/m
6 Maximum Working tension kg
7 Coefficient of linear expansion /°C
8 Standard length on each drum km
9 Maximum weight of Cable drum kg
10 Optical Ground Wire
10.1 Optical fiber type mode
10.2 No. of optical fiber Nos.
10.3 Lay of outermost layer
10.4 Cross sectional area Sq mm
Fiber Diameter
10.5 a. Mode field diameter μm
b. Cladding Diameter
Standard
a. Single mode fiber
10.6
b. Optical Fiber Cable
c. Stranding part
11 Optical attenuation at wave length
11.1 1310mm dB/km
11.2 1550mm dB/km
12 Short circuit carrying capacity kA*sec
13 Fiber optic fitting and accessories
13.1 Suspension assembly

Page 60 of 61
TDS-OPGW ICB-DL-TLSS-076/77-01

Sl.No. DESCRIPTION UNIT OPGW ADSS


13.2 Tension assembly
14 Vibration dampers
14.1 Type
14.2 Weight kg
Distance from clamp mouth to attachment point
14.3 st mm
a. 1 damper
nd
b. 2 damper (if required) mm
15 Type Test Report Submitted Yes/No Yes

Page 61 of 61
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT

Floor Plan of Control Building at Loharpatti SS


Scale = 1:150
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT

Control Building Extension at Dhalkebar


Scale = 1:60
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Ground Floor Plan
Staff Quarter Building
Scale = 1:125
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
First and Second Floor Plan
Staff Quarter Building
Scale = 1:125
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Top Floor Plan
Staff Quarter Building
Scale = 1:125
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Rain Water Drainage
Staff Quarter Building
Scale = 1:125
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Elevation
Staff Quarter Building
Scale = 1:150
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Elevation
Staff Quarter Building
Scale = 1:150
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
X-Section
Staff Quarter Building
Scale = 1:100
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Sewer Pipeline Layout
Staff Quarter Building
Scale =
Unit = mm.
For Bidding Purpose Only

SIZE OF CABLE SIZE OF CONDUIT (mm) Notes:


LEGEND
MOUNTING HT.
Number Of Cables Max 1. The no. of cable to be drawn inside the conduit shall not exceed as
S.N. SYMBOL DESCRIPTION Nominal Cross Number & Diameter
1x36 W BOX TYPE FTL CEILING
indicated in the conduit schedule.
1. Sectional Area mm (in mm) of Wires. 16 20 25 32 40 50
2. DOME LIGHT CEILING 2. For the Schematic Diagram showing DB details and connection diagrams
3. MIRROR LIGHT ABOVE THE MIRROR
1.0 1/1.12 * 5 7 13 20 - - 3. Electrical Layouts are not to scale.
4.
5.
WALL MOUNTED LED LIGHT
CEILING FAN, 48"
2.6 M
CEILING 1/1.4 4 6 10 14 - -
4. Do not measure the drawings only written dimensions should be followed. GRID DEVELOPMENT DEPARTMENT
1.5 5. Any Discrepancies that found in the drawings shall brought to the electrical engineer.
6. EXHAUST FAN 2.6 M
7. (1/1.8),(3/1.06*) 3 5 10 14 - - 6. Contractor shall be responsible for checking the site conditions. DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
15A POWER SOCKET 0.25 M 2.5
8. 5A POWER SOCKET 1.35 M 7. The electrical layouts are only indicative.
9. GANG ONE WAY SWITCH 1.35 M 4 (1/2.24),(7/.85*) 2 4 6 10 14 -
10. GANG TWO WAY SWITCH 1.35 M Electrical Layout
(1/2.8),(7/1.4*) - 3 5 9 11 -
6
Staff Quarter Building
(1/3.55- #),(7/1.4*) - - 4 7 9 -
10
Scale =
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Ground Floor Plan and Section of
Store cum Guard House
Scale = 1:125
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT

Elevations of Store cum Guard House


Scale = 1:100
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT

Pipes Layout for Store cum Guard House


Scale = 1:125
Unit = mm.
SIZE OF CABLE SIZE OF CONDUIT (mm) Notes:
LEGEND
MOUNTING HT.
Number Of Cables Max 1. The no. of cable to be drawn inside the conduit shall not exceed as
S.N. SYMBOL DESCRIPTION Nominal Cross Number & Diameter
1. 1x36 W BOX TYPE FTL CEILING
indicated in the conduit schedule.
Sectional Area mm (in mm) of Wires. 16 20 25 32 40 50
2. DOME LIGHT CEILING 2. For the Schematic Diagram showing DB details and connection diagrams
3. MIRROR LIGHT ABOVE THE MIRROR
1.0 1/1.12 * 5 7 13 20 - - 3. Electrical Layouts are not to scale.
4. WALL MOUNTED LED LIGHT 2.6 M 4. Do not measure the drawings only written dimensions should be followed.
5. CEILING FAN, 48" CEILING 1.5 1/1.4 4 6 10 14 - -
5. Any Discrepancies that found in the drawings shall brought to the electrical engineer.
6. EXHAUST FAN 2.6 M
7. (1/1.8),(3/1.06*) 3 5 10 14 - - 6. Contractor shall be responsible for checking the site conditions.
15A POWER SOCKET 0.25 M 2.5
8. 5A POWER SOCKET 1.35 M 7. The electrical layouts are only indicative.
9. GANG ONE WAY SWITCH 1.35 M 4 (1/2.24),(7/.85*) 2 4 6 10 14 - For Bidding Purpose Only
10. GANG TWO WAY SWITCH 1.35 M

6 (1/2.8),(7/1.4*) - 3 5 9 11 -

(1/3.55- #),(7/1.4*) - - 4 7 9 -
10

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Electrical Layout
Store cum Guard House
Scale = 1:100
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT

Compound Boundary Wall at Loharpatti SS


Scale = 1:50
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT

Compound Boundary Gate at Loharpatti SS


Scale = 1:50
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT

Boundary Wall at Dhalkebar Substation


Scale = 1:60
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT

Plan and X-section of Septic Tank & Soak Pit


Scale = 1:60
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Layout Plan for Bay Extension at Dhalkebar

Scale = NTS
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Dhalkebar Bay Extension
132 kV Line Bay
Scale = NTS
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Loharpatti Substation
132/33 kV Transformer Bay & 33 kV Line Bay
Scale = NTS
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Loharpatti Substation
132 kV Line Bay & Bus Coupler Bay
Scale = NTS
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


Dhalkebar Loharpatti 132 kV TL Project

Civil Foundation Drawings


Scale =
Unit = mm.
Sheet Index

l aB
t
' k| f Sheet. No.
n
lw
s DHALKEBAR LOHARPATTI 132 KV TL PROJECT Title
f
g]k

/0

GRID DEVELOPMENT DEPARTMENT


f
Sheet Index

l aB
t
' k| f Sheet. No.
n
lw
s DHALKEBAR LOHARPATTI 132 KV TL PROJECT Title
f
g]k

/0

GRID DEVELOPMENT DEPARTMENT


f
Sheet Index

l aB
t
' k| f Sheet. No.
n
lw
s DHALKEBAR LOHARPATTI 132 KV TL PROJECT Title
f
g]k

/0

GRID DEVELOPMENT DEPARTMENT


f
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Line Identification Plates
132 kV Transmission Line
Scale = NTS
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Tower Counterpoise Connection
132 kV Line Tower
Scale = NTS
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Tower Outline Configuration
132 kV Line Tower
Scale = NTS
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Tower Grounding
132 kV Line Tower
Scale = NTS
Unit = mm.
LOCATION
-- -- -- --
NUMBER

TOWER TYPE -- -- -- --

WORK FOUNDATION TOWER ERECTION STRINGING OF EARTHWIRE


NO WORK
PROGRESS COMPLETED COMPLETED & CONDUCTOR COMPLETED

LEGEND:
RIVER CROSSING
For Bidding Purpose Only
POWER LINE CROSSING

ROAD CROSSING

FOREST GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
TREE TO BE CLEARED Sample Visual Chart
132 kV Transmission Line
Scale = NTS
Unit = mm.
For Bidding Purpose Only

GRID DEVELOPMENT DEPARTMENT


DHALKEBAR-LOHARPATTI 132 kV T.L. PROJECT
Conceptual Foundation Drawings
132 kV Line Tower
Scale = NTS
Unit = mm.
Nepal Electricity Authority
(A Government of Nepal Undertaking)
Transmission Directorate
Grid Development Department
Dhalkebar Loharpatti 132 kV Transmission Line Project

Bidding Document
for
Procurement of Plant for Design, Supply, Installation, Testing and
Commissioning of Dhalkebar Loharpatti 132 kV Transmission Line and
Loharpatti 132/33/11 kV Substation

International Competitive Bidding (ICB)


(Single Stage Two Envelope Bidding Procedure)

IFB No: ICB-DL-TLSS-076/77-01

Employer: Nepal Electricity Authority


Dhalkebar Loharpatti 132 kV Transmission Line Project

VOLUME III OF III

December, 2019
BIDDING DOCUMENT
PRICE BID

PROCUREMENT OF WORKS
International Competitive Bidding (ICB)
Single Stage, Two Envelope

Procurement of Plant for Design, Supply, Installation, Testing and Commissioning of


Dhalkebar Loharpatti 132 kV Transmission Line and Loharpatti 132/33/11 kV Substation

Contract Identification No: ICB-DL-TLSS-076/77-01

Project Name: Dhalkebar Loharpatti 132 kV Transmission Line Project


Office Name: Nepal Electricity Authority
Office Address: Kharipati, Bhaktapur, Nepal

Financing Agency: Government of Nepal (GoN), Nepal

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Section – Price Bid P-1

Table of Contents

Letter of Price Bid....................................................................................................................... 2

Table of Price Adjustment Data .................................................................................................... 3

Section 6:- Preamble of Bill of Quantities ......................................................................... 4

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Section – Price Bid P-2

Section 4 – Bidding forms

Letter of Price Bid


The Bidder must accomplish the Letter of Price Bid in its letterhead clearly showing the
Bidder’s complete name and address.

Date: .........................................................
Name of the contract: .........................................................
Invitation for Bid No.: .......................................................
To:
……………………………………………………………………………………………………
….....
We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including
Addenda issued in accordance with Instructions to Bidders (ITB) Clause 8;
(b) We offer to execute in conformity with the Bidding Documents the following Works:

(c) The total price of our Bid, excluding any discounts offered in item (d) below is:

(d) The discounts offered and the methodology for their application are:

(e) Our bid shall be valid for a period of [insert validity period as specified in ITB 18.1] days
from the date fixed for the bid submission deadline in accordance with the Bidding
Documents, and it shall remain binding upon us and may be accepted at any time before
the expiration of that period;

(f) If our bid is accepted, we commit to obtain a performance security in accordance with
the Bidding Document;

(g) We understand that this bid, together with your written acceptance thereof included in
your notification of award, shall constitute a binding contract between us, until a formal
contract is prepared and executed;

(h) We understand that you are not bound to accept the lowest evaluated bid or any other bid
that you may receive;

(i) We agree to permit the Employer/DP or its representative to inspect our accounts and
records and other documents relating to the bid submission and to have them audited by
auditors appointed by the Employer; and

(j) If awarded the contract, the person named below shall act as our Representative:

Name: .................................................................................................
In the capacity of ...............................................................................
Signed …………………………………………………………...
Duly authorized to sign the Bid for and on behalf of …………….
Date …………………………………………………………......

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Section – Price Bid P-3

Table of Price Adjustment Data


(Not Applicable)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Section – Price Bid P-4

Section 6: Preamble of Bill of Quantities

Notes on the Bill of Quantities


General
1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, General
and Particular Conditions of Contract, Technical Specifications, and Drawings.
2. The quantities given in the Bill of Quantities are estimated and provisional, and are given to
provide a common basis for bidding. The basis of payment will be the actual quantities of
work ordered and carried out, as measured by the Contractor and verified by the Employer
and valued at the rates and prices bid in the priced Bill of Quantities, where applicable, and
otherwise at such rates and prices as the Engineer may fix within the terms of the Contract
3. For any item for which measurement is based on records made before or during construction
the records shall be prepared and agreed between the Employer and the Contractor. Should
the Contractor carry out such work without the prior agreement of the Engineer, the
Engineer may request the Contractor to carry out investigations to confirm the extent of the
work and the quantity of work certified for payment shall be solely at the Engineer’s
discretion. The cost of any such investigation shall be borne by the Contractor.
4. The rates and prices bid in the priced Bill of Quantities shall, except as otherwise provided
under the Contract, include all construction equipment, labor, supervision, materials,
erection, maintenance, insurance, profit, taxes, and duties, together with all general risks,
liabilities, and obligations set out or implied in the Contract.
5. A rate or price shall be entered against each item in the priced Bill of Quantities, whether
quantities are stated or not. The cost of items against which the Contractor has failed to enter
a rate or price shall be deemed to be covered by other rates and prices entered in the Bill of
Quantities.
6. The whole cost of complying with the provisions of the Contract shall be included in the
Items provided in the priced Bill of Quantities, and where no Items are provided, the cost
shall be deemed to be distributed among the rates and prices entered for the related Items of
Work.
7. General directions and descriptions of work and materials are not necessarily repeated nor
summarized in the Bill of Quantities. References to the relevant sections of the Contract
documentation shall be made before entering prices against each item in the priced Bill of
Quantities.
8. Provisional Sums included and so designated in the Bill of Quantities shall be expended in
whole or in part at the direction and discretion of the Engineer in accordance with the
Conditions of Contract.
9. The method of measurement of completed work for payment shall be in accordance with
prevailing government standard.
10. Arithmetic errors will be corrected by the Employer as follows:
(a) if there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price
shall be corrected, unless in the opinion of the Employer there is an obvious
misplacement of the decimal point in the unit price, in which case the total price as
quoted shall govern and the unit price shall be corrected.
(b) if there is an error in a total corresponding to the addition or subtraction of subtotals,
the subtotals shall prevail and the total shall be corrected; and

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Section – Price Bid P-5

(c) if there is a discrepancy between words and figures, the amount in words shall prevail,
unless the amount expressed in words is related to an arithmetic errors, in which case
the amount in figures shall prevail subject to (a) and (b) above.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage-Two envelope


Price Schedule 1 Nepal Electricity Authority Page 1 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
A 132 kV Transmission Line
1
Design, Fabrication, galvanising & supply of various types of towers & tower parts, tower/leg extensions (complete) including stubs, step
bolts and bolts & nuts , hangers, D-Shackles, pack washers ( 132 kV Double Circuit Tower for Cardinal Conductor)

1.1 Suspension Towers (DA type) 0°-2°


a) Super Structure
i) DA + 0 M Standrad Towers No. 44
ii) + 3.0 M Body Extension No. 12
iii) + 6.0 M Body Extension No. 4
iv) + 9.0 M Body Extension No. 4
b) Stub (set of 4) for above Set 44
Total of Sub Total 1.1
1.2 Small angle (DB type) tension towers (2°-15°)
a) Super Structure
i) DB + 0 M Standrad Towers No. 11
ii) + 3.0 M Body Extension No. 4
iii) + 6.0 M Body Extension No. 2
iv) + 9.0 M Body Extension No. 2
b) Stub (set of 4) for above Set 11
Total of Sub Total 1.2
1.3 Medium angle (DC type) tension towers (16°-30°)
a) Super Structure
i) DC + 0 M Standrad Towers No. 9
ii) + 3.0 M Body Extension No. 2

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 2 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
iii) + 6.0 M Body Extension No. 1
iv) + 9.0 M Body Extension No. 1
b) Stub (set of 4) for above Set 9
Total of Sub Total 1.3
1.4 Large Angle (DD type) tension towers (30°-60°)/ Dead-end towers
a) Super Structure
i) DD + 0 M Standrad Towers No. 9
ii) + 3.0 M Body Extension No. 2
iii) + 6.0 M Body Extension No. 1
iv) + 9.0 M Body Extension No. 1
b) Stub (set of 4) for above Set 9
Total of Sub Total 1.4
Total of 1

Design, Manufacture and Supply of Tower Materials


2 for Additional Galvanized steel works other than MT 10
above for body extension etc for all tower

Total of 2

Design, Manufacute and Supply of Tower Assessories


3
and Earthing
3.1 Tower Accessories complete
a Danger Plate Nos. 73
b Number Plate Nos. 73

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 3 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
c Anti Climbing Device Set 73
d Phase Plate (Set of 3) Sets 146
e Circuit plate (sets of 2) Sets 73
f Bird Guards Sets 7
g Aviation Signal Sets 5
Total of Sub Total 3.1
3.2 Earthing of Towers with necessary bolts, nuts & washers
Pipe Type earthing complete with pipe, flat, salt, sand &
a Nos. 60
charcoal.
b Counterpoise Type
i) Counterpoise Type-30 m Nos. 7
ii) Counterpoise Type-45m Nos. 3
iii) Counterpoise Type-60m Nos. 3
Total of Sub Total 3.2
Total of 3

4 Design, manufacture and Supply of following Line Materials


4.1 Conductor and Accessories
ACSR conductor, code name "CARDINAL" with armour Phase
i) 126
rod etc to complete the job km
Stockbridge Vibration damper for CARDINAL Conductor
ii) Nos. 1,000
with preformed armour rods
Mid span compression joints for ACSR "CARDINAL"
iii) Nos. 75
conductor

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 4 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
iv) Repair sleeve for ACSR "CARDINAL" conductor Nos. 30
Total of Sub Total 4.1
4.2 Optical Fiber ground wire (OPGW) and accessories
Optical fiber ground wire including approach cable,
a intermediate splice boxes, terminal splice boxes and km 21
additional length as required
Stockbridge Vibration damper for OPGW overhead
b ground wire with preformed armour rods complete with all Nos. 144
fittings.
Total of Sub Total 4.2
Insulator strings with insulators, attachment
assemblies and arcing horns all complete for ACSR
4.3
"CARDINAL" conductor and attachment assemblies
all complete for OPGW
Single suspension strings with 1 composite long rod
i) Sets 198
insulator complete for "Cardinal" conductor
Single suspension pilot insulator strings with 1 composite
ii) Sets 15
long rod insulator complete for "Cardinal" conductor
Single tension strings with 1 composite long rod insulator
ii) Sets 264
complete for "Cardinal" conductor
Double tension strings with 2x1 composite long rod
iii) Sets 84
insulator complete for "Cardinal" conductor

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 5 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
Double suspension strings with 2x1 composite long rod
iv) Sets 66
insulator complete for "Cardinal" conductor
OPGW suspension preformed assembly complete for
v) Sets 44
one tower
OPGW tension preformed assembly complete for one
vi) Sets 29
tower (one set/tower)
Total of Sub Total 4.3
Total of 4
5.0 Supply of Spares
Supply of Basic Tower with extension + 9m including
5.1
Stub
i) Tower Type DA+9M Complete Nos. 1
ii) Tower Type DB+9M Complete Nos. 1
iii) Tower Type DC+9M Complete Nos. 1
iv) Tower Type DD+9M Complete Nos. 1
Total of Sub Total 5.1
5.2 Conductor and OPGW accessories
Mid span compression joints for ACSR "CARDINAL"
i) Nos. 10
conductor
ii) Repair sleeve for ACSR "CARDINAL" conductor Nos. 10
iii) Insulator 70kN 650kV BIL long rod polymer insulator Nos. 10
Insulator 120kN capacity 650kV BIL long rod polymer
iv) Nos. 10
insulator

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 6 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
Stockbridge vibration damper for ACSR "CARDINAL"
v) Nos. 24
conductor with accessories
vi) Vibration damper for OPGW Nos. 12
Total of Sub Total 5.2
Total of 5 ( Spares)

6.0 Tools and Tackels


6.1 Flat wrench of different sizes for common bolts Sets 2
6.2 Torque wrench of different sizes for common bolts Sets 2
6.3 Pipe wrench for common bolts Sets 2
6.4 Steel ropes (Pilot wire) 35 sq. mm m 500
6.5 Pilot wire grips (35 sq. mm) come along clamp Nos. 3
6.6 Rubber covered rollers,pullies(2,3 keys) Sets 3
Portable earthing set (for Transmission line maintenance
6.7 Sets 1
safety purpose)
6.8 Safety belt Sets 5
6.9 Line operator's leather gloves Pairs 5
Hydraulic,Manually operated portable crimping tools with
6.10 2 sets of each dies suitable for conductor "CARDINAL" Sets 1
and OPGW
6.11 Safety helmet with chinstrap and accessories Sets 10
Insulation tester (10000 V) suitable for outdoor line
6.12 Nos. 1
testing purpose
6.13 Earth resistivity tester Nos. 1

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 7 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
6.14 Earthing resistance tester Nos. 1
Double sheeve pulley block 5 MT capacity with all
6.15 Sets 1
accessories
6.16 Sagging Winch 10 MT capacity hand operated Sets 1
6.17 Grip suitable for ACSR "CARDINAL" Conductor Sets 4
6.18 Grip suitable for "OPGW" Ground Wire Sets 4
Total of 6
TOTAL of A
B Loharpatti 132/33/11 kV Substation
Design, Manufacture and Supply of Electrical
1
Works
1.1 Power transformer
132/33 kV, Three Phase 24/27/30 MVA, ONAN/ONAF
Power Transfromer complete with On load Tap Changer
1.1.1 (OLTC) and RTCC facility with Tank Mounted LA at LV no. 2
side and Bushing CT on both sides, complete with all
accessories as specified
132/11 kV, Three phase 18/22.5 MVA, ONAN/ONAF
Power Transformer complete with On load Tap Changer
1.1.2 (OLTC) and RTCC facility with Tank Mounted LA at LV no. 1
side and Bushing CT on both sides complete with all
accessories as specified
1.2. Circuit breakers

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 8 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
145 kV, 1250 A, 3 phase, SF6 Circuit Breaker, individual
1.2.1 pole operation type, complete with all accessories as per set 2
specification for lines
145 kV, 1250 A, 3 phase, SF6 Circuit Breaker, three pole
1.2.2 operation type, complete with all accessories as per set 3
specification for Transformer HT.
145 kV, 2000 A, 3 phase, SF6 Circuit Breaker, three pole
1.2.3 operation type, complete with all accessories as per set 1
specification for Bus Coupler
36 kV, 1250 A, 3 phase, Vaccum Circuit Breaker for
1.2.4 incomer, three pole operation type, complete with all set 2
accessories as per specification
36 kV, 800 A, 3 phase, Vaccum Circuit Breaker for
1.2.5 outgoing feeders, three pole operation type, complete with set 4
all accessories as per specification
1.3. Disconnecting switches
145 kV, 1250 A, 3 phase Center Break Disconnecting
1.3.1 Switch with Grounding Switch complete with all set 2
accessories as per specification
145 kV, 2000 A, 3 phase, Center Break Disconnecting
1.3.2 Switch without Grounding Switch complete with all set 2
accessories as per specification
145 kV, 1250 A, 3 phase Center Break Disconnecting
1.3.3 Switch without Grounding Switch complete with all set 10
accessories as per specification

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 9 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
36 KV, 1250 A, 3 phase disconnecting switch without
1.3.4 grounding switch complete with all accessories as per set 2
specification
36 KV, 800A, 3 phase disconnecting switch without
1.3.5 grounding switch complete with all accessories as per set 5
specification
36KV, 800A, 3 phase disconnecting switch with grounding
1.3.6 set 4
switch complete with all accessories as per specification
1.4 Instrument transformers
145 kV, 50 VA, 132/ √3 /110/√3 kV, Class 0.5/3P Capacitor
1.4.1 Voltage Transformer complete with all accessories as per no. 12
specification
145 kV, 30 VA, 5 core Current Transformer complete with
1.4.2 no. 18
all accessories as per specification
36 kV, 30 VA, 33/ √3/110/√3 kV Voltage Transformer
1.4.3 no. 3
complete with all accessories asp per specification
36 kV, 30 VA, 3 core Current Transformer complete with
1.4.4 no. 18
all accessories as per specification
1.5 Lightning Arrester

120 kV, 10 kA, lightning arrestor including discharge


1.5.1 no. 15
counter complete with all accessories as per specification

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 10 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
30 kV, 10 kA lightning arrestor including discharge
1.5.2 counter for cable protection complete with all accessories no. 15
as per specification
9 kV, 10 kA lightening arrestor including discharge
1.5.3 no. 12
counter complete with all accessories as per specification
1.6 Control and relay panel
132/33 kV transformer control and relay panel complete
1.6.1 set 2
with all accessories as per specification
132/11 kV transformer control and relay panel complete
1.6.2 set 1
with all accessories as per specification
132 kV transmission line control and relay panel complete
1.6.3 set 2
with all accessories as per specification
132 kV bus coupler cum bus bar protection control and
1.6.4 relay panel complete with all accessories as per set 1
specification
33kV line control and relay panel complete with all
1.6.5 set 4
accessories as per specification
1.7 Grounding

Galvanized E.H.S. steel wires of size 7/3.35 for lightning


1.7.1 shield wire in take off and internal structures, with lot 1
accessories to complete the specified scope of works:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 11 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
Earthing of substation with conductors, electrode
1.7.2 grounding materials and accessories to complete the lot 1
specified scope of works :
12 KV VCB Switchgear Panel with all accessories as
1.8
per specified
12 kV Transformer incomer module (2000A) (IP-2) with all
1.8.1 no 1
accessories as per specification
12 kV Line Module(630A) (IP-1) with all accessories as
1.8.2 no. 4
per specification
12 kV PT module (IP-3) with all accessories as per
1.8.3 no. 1
specification
1.9 Station supply
150 kVA, 33/0.4 kV station service transformer with
1.9.1 current limiting fuse, power cable and all other lot 1
accessories as required
400V AC Distribution Board including Cable for the
1.9.2 lot 1
specified scope of the work
110 V DC distribution board including cable and
1.9.3 lot 1
accessories to complete the specified scope of work:

48 V DC distribution board including cable and


1.9.4 lot 1
accessories to complete the specified scope of work:
1.10 Battery & Battery Charger

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 12 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
Battery charger for 110 V battery complete with all
1.10.1 no. 1
accessorie to complete the specified scope of work:
110 V, 400 AH maintenance free lead acid sealed type
1.10.2 battery complete with all accessories to complete the set 1
specified scope of work:
Battery charger for 48 V battery complete with all
1.10.3 no. 1
accessories to complete the specified scope of work:
48 V, 200 AH maintenance free lead acid sealed type
1.10.4 battery complete with all accessories to complete the set 1
specified scope of work
1.11 Control and Power cables
600 V power and lighting cable for all works to complete
1.11.1 lot 1
the specified scope of work:
600 V control cable to complete the specified scope of
1.11.2 lot 1
works including that for communication works:
12 kV, 400 sq. mm single core XLPE Copper Power
Cable including termination joints for both ends, double
1.11.3 pole structure and with all accessories complete from LV m 450
sides of 132/11 kV Power Transformers to indoor 11 kV
Switchgear Room

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 13 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
12 kV, 240 sq.mm 3 core XLPE Copper Power Cable
including termination joints for both ends, double pole
1.11.4 m 400
structure and with all accessories complete for 4 nos of
outgoing feeder
1.12 Miscellaneous material
132kV and 33 kV Insulator strings with necessary
hardwares, clamps for substation works and connection
1.12.1 lot 1
between gantry & Tower, complete as per the specified
scope of works:
ACSR "CARDINAL" conductors for 132kV switchyard with
necessary hardwares, clamps for connecting, with all
1.12.2 accessories for substation works and connection between lot 1
tower & gantry, complete as per the specified scope of
works:
Tubular bus and Bus Support Insulator for 132 kV Bus
1.12.3 including all other accessories and hardwares required to lot 1
complete the specified scope of works:
Tubular bus and Bus Support Insulator for 33 kV Bus
1.12.4 including all other accessories and hardwares required to lot 1
complete the specified scope of work:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 14 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)

ACSR conductors for 33 kV switchyard with necessary


hardwares, clamps for connecting, with all accessories for
1.12.5 substation works and for 33 kV overhead connections to lot 1
the 33 kV lines at Loharpatti and all other places as
required to complete the specified scope of works:

Switchyard lighting including for internal road and


1.12.6 compound periphery to complete the specified scope of lot 1
work:
1.13 Fire Detection & Alarm System
50 litre foam type, Portable/Trolley/Wheel mounted fire
1.13.1 Nos. 2
extinguishers
1.13.2 4.5 kg CO2 type, Fire Extinguisher Nos. 10
22.5 kg Dry Chemical Power (DCP) type, Trolley/Wheel
1.13.3 Nos. 3
mounted fire extinguishers
1.13.4 Smoke detection system in Control Room Building set 1
Fire detection and Alarm System in Control Room
1.13.5 set 1
Building
Sub total of Electrical works
Design, Manufacture and Supply of Substation
2 Automation/Communication/SCADA (Based on IEC
61850)
2.1 Substation Automation

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 15 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
Complete Substation automation system including
hardware and software for the substation & remote control
a.
stations alongwith associated equipments for the
followings as per Technical Specification.
i. 132 kV System Bays 6
ii. 33kV system Bays 4
iii. 11 kV System (Indoor Switchgear) lot 1
Integration of all 132kV ,33 kV and 11 kV kV Bays under
present scope with the SCADA of SIEMENS (SINAUT
b. Spectrum) at Load Dispatch Centre, Kathmandu including Lot 1
supply of Hardware, Software, accessories etc. as per
technical specification
2.2 COMMUNICATION / SCADA
2.2.1 Digital Protection Coupler Nos. 2
Optical Distribution Frame complete in all respects as per
2.2.2 Lot 1
technical specifications
Optical Approach Cable -24 Fibre (DWSM -G.652D) along
with Installation hardware set for above 24 Fibre, Fibre
2.2.3 Lot 1
Optic Approach Cable complete in all respects as per
technical specifications
2.2.4 (A) Telecommunication Equipments
SDH Equipment (STM-4 MADM upto 3 MSP protected
2.2.4.1
directions)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 16 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
Base Equipment (Common cards, Cross Connect/control
cards, optical base cards, power supply cards, power
(i) cabling, other hardware and accessories including sub Nos. 1
racks, patch cord, DDF etc fully equiped excluding (ii) &
(iii) below
(ii) Optical Interface Cards/SFP
(a) L4.1 SFP Nos. 4
(iii) Tributary cards
(a) E1 Interface card (Min.8 interfaces per card) Set 2
Giga -Ethernet Interface 10/100/1000 Mbps Base T with
(b) Nos. 2
Layer-2 switching (Min 4 Interfaces per card)
2.2.2.2 Equipment Cabinets No. 1
VOIP telephone instrument with one common switch (min.
2.2.2.3 Nos. 2
8 port)

Sub total of SS Automation, Communication and SCADA


Design, Manufacture and Supply of Civil and
3
Architectural Works

Steel structure for post, beam and equipment supporting


3.1
frame complete with bolts, nuts and all accessories:

Rail Structure for 132/33 kV Power Transformer including


3.1.1 Nos 2
access from Internal Road (for Transformer shifting)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 17 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)

Rail Structure for 132/11 kV Power Transformer including


3.1.2 Nos 1
access from Internal Road (for Transformer shifting)
132 kV take off and internal gantry structures(including
3.1.3 Lot 1
busbar support)
33 kV take off and internal gantry structures(including
3.1.4 Lot 1
busbar supports )
3.1.5 145 kV SF6 circuit breaker Nos 6
3.1.6 36 kV Vacuum circuit breaker Nos 6
3.1.7 145 kV disconnecting switch Nos 14
3.1.8 36kV disconnecting switch Nos 11
3.1.9 132 kV capacitive voltage transformer Nos 12
3.1.10 33 kV voltage transformer Nos 3
3.1.11 132 kV current Transformer Nos 18
3.1.12 33 kV current Transformer Nos 18
3.1.13 120 kV lighting arrestor Nos 15
3.1.14 30 kV lighting arrestor Nos 12
3.1.15 Earth mast Lot 1
3.1.16 Identification plate, danger notice etc Lot 1
Sub total of Civil and Architectureal works
4 SPARE PARTS
4.1 For 132/33 kV Power Transformer
Phase & neutral bushing (1 no. each for 132/33 kV
4.1.1 sets 1
transformer)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 18 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
4.1.2 Dial type thermometer(OTI, WTI) nos 1
4.1.3 Insulating oil ( 10% of total supply) lot 1
4.1.4 Indicating lamps (25% of used) lot 1
4.1.5 All types at fuses (25% of used ) lot 1
All type of auxillary current, voltage and thermal relays,
4.1.6 contactors for control, protection and cooling circuit (one set 1
of each type)
4.1.7 OLTC motor contactor set 1
4.1.8 Oil level gauge nos 1
4.1.9 Complete set of gaskets for 132/33 kV transformer set 1
4.1.10 Complete set of Pressure Relief Devices sets 1
4.1.11 Complete set of Bucholz relay (for 63 MVA transformer) sets 1
4.2 For 132/11 kV Power Transformer
Phase & neutral bushing (1 no. each for 132/11 kV
4.2.1 Set 1
transformer)
4.2.2 Dial type thermometer(OTI, WTI) Set 1
4.2.3 Oil Level Gauges Set 1
4.2.4 Insulating Oil (10% of total supply) Lot 1
4.2.5 Indicating Lamps (25% of used) Lot 1
4.2.6 All types of Fuses (25% of used) Lot 1
4.2.7 Complete set of Gaskets of each type Set 1
4.2.8 Complete set of Pressure Relief Devices Set 1

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 19 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
All type of Auxiliary, Current, Voltage and Thermal Relays,
4.2.9 Contactors and Timers for control, protection and cooling Set 1
circuit(one of each type)
4.2.10 OLTC Motor Contactor Set 1
4.2.11 Complete set of Buchholz relay Set 1
4.3 For 132 kV SF6 circucit breaker
4.3.1 Tripping coils nos. 2
4.3.2 Closing coils nos. 2
4.3.3 Pressure switch, relays and contactors (one of each type) sets 1
4.3.4 Motor for mechanism nos. 1
4.3.5 Gas in sealed non returnable bottles ,net kgs 50
4.3.6 Complete set of Sealing rings & Gaskets sets 1
4.3.7 SF6 gas filling nozzle & adaptor sets 1
4.4 For 33 kV Vacuum circucit breaker
4.4.1 complete set of interrupter nos. 1
4.4.2 Tripping coils nos. 1
4.4.3 Closing coils nos. 1
4.4.4 Relays and contactors (one of each type) sets 1
4.4.5 Motor for mechanism nos. 1
4.4.6 Complete set of Sealing rings & Gaskets sets 1
4.5 For 12 kV VCB Switchgears
4.5.1 complete set of interrupter Nos. 1
4.5.2 Tripping Coils Nos. 1
4.5.3 Closing Coils Nos. 1

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 20 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
4.5.4 Spring Charging Motor Set 1
3 Phase Overcurrent Relay with ground fault for 11kV
4.5.5 Sets 1
Side
4.5.6 Ammeter Nos. 1
4.5.7 Voltmeter Nos. 1
4.5.8 kVA Meter Nos. 1
4.5.9 11 kV CTs as in Outgoing Feeder Sets 1
4.5.10 Operating Handle Sets 1
4.5.11 Indicating Lamps (100% of used) Set 1
4.6 For 132 kV disconnecting switches
4.6.1 Porcelain insulator nos. 2
4.6.2 Main contact assemblies sets 2
4.6.3 Auxiliary contacts sets 2
4.6.4 Interlocking coil nos 2
4.6.5 Motor for driving mechanism nos 2
4.6.6 Contactor for the mechanism nos. 2
4.7 For 33 kV disconnecting switches
4.7.1 Porcelain insulator nos. 1
4.7.2 Main contact assemblies sets 1
4.7.3 Auxiliary contacts sets 1
4.7.4 Interlocking coil nos 1
4.8 Instrument transformers of used type
4.8.1 132 kV Current transformer nos. 1
4.8.2 132 kV Capacitive voltage transformer nos. 1
4.8.3 33 kV Current Transformer nos. 1

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 21 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
4.8.4 33 kV Voltage transformer nos. 1
4.9. Lighting Arrestor
120 kV, 10 kA lightning arrestor including discharge
4.9.1 nos. 3
counter complete with all accessories as per specification

30 kV, 10 kA lightning arrestor including discharge


4.9.2 nos. 3
counter complete with all accessories as per specification

9 kV, 10 kA lightening arrestor including discharge


4.9.3 nos. 3
counter complete with all accessories as per specification
4.10 For 132 kV control and relay panel
4.10.1 Indicating lamps nos 100
4.10.2 Fuses for each type (300% of used) lot 1
4.10.3 Color caps of each color for indicating lamps lot 30
One of each type of switch, relay, timer and other special
4.10.4 sets 1
devices
4.10.5 Each type of auxiliary relays sets 1
4.10.6 Differential relay for transformer protection nos 1
4.10.7 Directional over current relay for line protection nos 1
4.10.8 3 phase overcurrent protection relay ( non directional) nos 1
4.10.9 Distance relay nos 1
4.10.10 Syncro check relay nos 1
4.10.11 Tripping circuit control relay nos 1

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 22 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
4.10.12 Ammeter with double scale nos 1
4.10.13 Voltmeter nos 1
4.10.14 Watt meter nos 1
4.10.15 MVAR meter nos 1
4.10.16 Frequency meter nos 1
4.10.17 Energy meter nos 1
4.11 For 33 kV control and relay panel
4.11.1 Indicating lamps no. 50
4.11.2 Fuses for each type (300% of used) lot 1
4.11.3 Color caps of each color for indicating lamps no. 30
One of each type of switch, relay, timer and other special
4.11.4 lot 1
devices
4.11.5 Each type of auxiliary relays lot 1
4.11.6 3 phase overcurrent protection relay lot 1
4.11.7 3 Phase Transformer Differential Relays no. 1
4.11.8 Tripping circuit control relay no. 1
4.11.9 Ammeter with double scale no 1
4.11.10 Voltmeter no. 1
4.11.11 Watt meter no. 1
4.11.12 MVAR meter no. 1
4.11.13 Energy meter no. 1
4.12 132 kV post insulator no. 10
4.13 33 kV post insulator no. 10
4.14 Battery charger (48 V & 110 V)
4.14.1 Fuses of each type (300% of used) lot 1

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 23 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
4.14.2 Indicating lamp no. 20
One of each type of switch, relay and other special
4.14.3 lot 1
devices
4.14.4 Ammeter no. 1
4.14.5 Voltmeter no. 1
4.15 Communication Cards
4.15.1 Digital Protection Coupler set 2
4.15.2 SDH Equipment
Common cards, Cross Connect/control cards, optical
(i) base cards, power supply cards, power cabling, other Set 1
hardware and accessories (each)
(ii) Optical Interface Cards/SFP
(a) L4.1 SFP Nos. 1
(iii) Tributary cards
(a) E1 Interface card (Min.8 interfaces per card) Nos 1
Giga -Ethernet Interface 10/100/1000 Mbps Base T with
(b) Nos. 1
Layer-2 switching (Min 4 Interfaces per card)
VOIP telephone instrument with one common switch (min.
4.15.3 Nos. 1
8 port)
Sub total of spare Parts
5 Testing Equipments

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 24 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)

5 Nos. Digital Multimeter, 2 Nos. Tong Tester, 2 Nos. 1 kV


Insulation Tester, 1 No. 5 kV motor operated Insulation
5.1 Lot 1
Tester, 1 No. High Voltage Test Kit (80 kV), Transformer
Oil Test Kit (Digital, 80 kV) as per specifications
Sub total of testing equipments
Total of B
C 132 kV Line Bay Extension at Dhalkebar
Design, Manufature and Supply of Electrical
1
Works
1.1 Circuit breakers
145 kV, 1250 A, 3 phase, SF6 Circuit Breaker, individual
1.1.1 pole operation type, complete with all accessories as per set 2
specification for lines
1.2 Disconnecting switches
145 kV, 1250 A, 3 phase Center Break Disconnecting
1.2.1 Switch with Grounding Switch complete with all set 2
accessories as per specification
145 kV, 1250 A, 3 phase Center Break Disconnecting
1.2.2 Switch without Grounding Switch complete with all set 8
accessories as per specification
1.3 Instrument transformers

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 25 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
145 kV, 50 VA, 132/ √3 /110/√3 kV, Class 0.5/3P Capacitor
1.3.1 Voltage Transformer complete with all accessories as per no. 6
specification
145 kV, 30 VA, 5 core Current Transformer complete with
1.3.2 no. 6
all accessories as per specification
1.4 Lightning Arrester
120 kV, 10 kA, lightning arrestor including discharge
1.4.1 no. 6
counter complete with all accessories as per specification
1.5 Control and relay panel
132 kV transmission line control and relay panel complete
1.5.1 set 2
with all accessories as per specification
1.6 Grounding

Galvanized E.H.S. steel wires of size 7/3.35 for lightning


shield wire in take off and internal structures and
1.6.1 lot 1
connection with the existing 132 kV switchyard, with
accessories to complete the specified scope of works:

Earthing of switchyard and connection with the existing


grounding mat with conductors, electrode grounding
1.6.2 lot 1
materials and accessories to complete the specified
scope of works :
1.7 Battery & Battery Charger

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 26 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
Battery charger for 110 V battery complete with all
1.7.1 no. 1
accessorie to complete the specified scope of work:
110 V, 600 AH maintenance free lead acid sealed type
1.7.2 battery complete with all accessories to complete the set 1
specified scope of work:
Battery charger for 48 V battery complete with all
1.7.3 no. 1
accessories to complete the specified scope of work:
48 V, 300 AH maintenance free lead acid sealed type
1.7.4 battery complete with all accessories to complete the set 1
specified scope of work
1.8 Control and Power cables
600 V power and lighting cable for all works to complete
1.8.1 lot 1
the specified scope of work:
600 V control cable to complete the specified scope of
1.8.2 lot 1
works including that for communication works:
33 kV, 185 sq.mm 3 core XLPE Copper Power Cable
including termination joints and outdoor type cable
1.8.3 meter 250
terminations/Sealing-ends and accessories complete for
both ends for 5 nos of 33 kV lines
1.9 Miscellaneous material

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 27 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)

132kV Insulator strings with necessary hardwares, clamps


1.9.1 for substation works and connection between gantry & lot 1
Tower, complete as per the specified scope of works:

ACSR "CARDINAL" conductors for 132kV switchyard with


necessary hardwares, clamps for connecting, with all
1.9.2 accessories for substation works and connection between lot 1
tower & gantry, complete as per the specified scope of
works:
Tubular bus and Bus Support Insulator for 132 kV Bus
1.9.3 including all other accessories and hardwares required to lot 1
complete the specified scope of works:
Switchyard lighting and indoor lighting to complete the
1.9.4 lot 1
specified scope of work:
1.10 Fire Detection & Alarm System
50 litre foam type, Portable/Trolley/Wheel mounted fire
1.10.1 Nos. 2
extinguishers
1.10.2 4.5 kg CO2 type, Fire Extinguisher Nos. 2
22.5 kg Dry Chemical Power (DCP) type, Trolley/Wheel
1.10.3 Nos. 1
mounted fire extinguishers
1.10.4 Smoke detection system in Control Room Building set 1
Fire detection and Alarm System in Control Room
1.10.5 set 1
Building
Sub total of Electrical works

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 28 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
Design, manufacture and Supply of RTU/
2
COMMUNICATION / SCADA
2.1 RTU
RTU cards (including cable, connectors, relays, transducers
and other hardware and software required for data
a. Lot 1
transmission and remote operation to complete the specified
works) compatible to existing system
2.2 COMMUNICATION / SCADA
2.2.1 Digital Protection Coupler Nos. 2
Optical Distribution Frame complete in all respects as per
2.2.2 Lot 1
technical specifications
Optical Approach Cable -24 Fibre (DWSM -G.652D) along
with Installation hardware set for above 24 Fibre, Fibre
2.2.3 Lot 1
Optic Approach Cable complete in all respects as per
technical specifications

Sub total of SS Automation, Communication and SCADA


Design, Manufacture and Supply of Civil and
3
Architectural Works

Steel structure for post, beam and equipment supporting


3.1
frame complete with bolts, nuts and all accessories:
132 kV take off and internal gantry structures(including
3.1.1 Lot 1
busbar support)
3.1.2 145 kV SF6 circuit breaker Nos 2

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 1 Nepal Electricity Authority Page 29 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 1.Plant, Equipment and Mandatory Spare Parts Supplied from Abroad
CIP Border (Excluding Taxex and Duties)
Item No Description Unit Qty Unit Price Total Amount Remarks
(USD) (USD)
3.1.3 145 kV disconnecting switch Nos 10
3.1.4 132 kV capacitive voltage transformer Nos 6
3.1.5 132 kV current Transformer Nos 6
3.1.6 120 kV lighting arrestor Nos 6
3.1.7 Identification plate, danger notice etc Lot 1
Sub total of Civil and Architectureal works
Total of C
Grand Total

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 2 Nepal Electricity Authority Page 30 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 2: Plant, Equipment and Mandatory Spare Parts Supplied from within the Employer's Country
Ex-Factory Price (Excluding VAT)
Item No Description Unit Qty Unit Price Total Amount Remarks
(NRs) (NRs)

Grand Total

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 31 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
A 132 kV Transmission Line
1
Design, Fabrication, galvanising & supply of various types of towers & tower parts, tower/leg extensions (complete) including stubs, step
bolts and bolts & nuts , hangers, D-Shackles, pack washers ( 132 kV Double Circuit Tower for Cardinal Conductor)

1.1 Suspension Towers (DA type) 0°-2°


a) Super Structure
i) DA + 0 M Standrad Towers No. 44
ii) + 3.0 M Body Extension No. 12
iii) + 6.0 M Body Extension No. 4
iv) + 9.0 M Body Extension No. 4
b) Stub (set of 4) for above Set 44
Total of Sub Total 1.1
1.2 Small angle (DB type) tension towers (2°-15°)
a) Super Structure
i) DB + 0 M Standrad Towers No. 11
ii) + 3.0 M Body Extension No. 4
iii) + 6.0 M Body Extension No. 2
iv) + 9.0 M Body Extension No. 2
b) Stub (set of 4) for above Set 11
Total of Sub Total 1.2
1.3 Medium angle (DC type) tension towers (16°-30°)
a) Super Structure
i) DC + 0 M Standrad Towers No. 9
ii) + 3.0 M Body Extension No. 2
iii) + 6.0 M Body Extension No. 1

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 32 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
iv) + 9.0 M Body Extension No. 1
b) Stub (set of 4) for above Set 9
Total of Sub Total 1.3
1.4 Large Angle (DD type) tension towers (30°-60°)/ Dead-end towers
a) Super Structure
i) DD + 0 M Standrad Towers No. 9
ii) + 3.0 M Body Extension No. 2
iii) + 6.0 M Body Extension No. 1
iv) + 9.0 M Body Extension No. 1
b) Stub (set of 4) for above Set 9
Total of Sub Total 1.4
Total of 1

Design, Manufacture and Supply of Tower Materials


2 for Additional Galvanized steel works other than MT 10
above for body extension etc for all tower

Total of 2

Design, Manufacute and Supply of Tower Assessories


3
and Earthing
3.1 Tower Accessories complete
a Danger Plate Nos. 73
b Number Plate Nos. 73
c Anti Climbing Device Set 73
d Phase Plate (Set of 3) Sets 146

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 33 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
e Circuit plate (sets of 2) Sets 73
f Bird Guards Sets 7
g Aviation Signal Sets 5
Total of Sub Total 3.1
3.2 Earthing of Towers with necessary bolts, nuts & washers
Pipe Type earthing complete with pipe, flat, salt, sand &
a Nos. 60
charcoal.
b Counterpoise Type
i) Counterpoise Type-30 m Nos. 7
ii) Counterpoise Type-45m Nos. 3
iii) Counterpoise Type-60m Nos. 3
Total of Sub Total 3.2
Total of 3

4 Design, manufacture and Supply of following Line Materials


4.1 Conductor and Accessories
ACSR conductor, code name "CARDINAL" with armour Phase
i) 126
rod etc to complete the job km
Stockbridge Vibration damper for CARDINAL Conductor
ii) Nos. 1,000
with preformed armour rods
Mid span compression joints for ACSR "CARDINAL"
iii) Nos. 75
conductor
iv) Repair sleeve for ACSR "CARDINAL" conductor Nos. 30
Total of Sub Total 4.1
4.2 Optical Fiber ground wire (OPGW) and accessories

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 34 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
Optical fiber ground wire including approach cable,
a intermediate splice boxes, terminal splice boxes and km 21
additional length as required
Stockbridge Vibration damper for OPGW overhead
b ground wire with preformed armour rods complete with all Nos. 144
fittings.
Total of Sub Total 4.2
Insulator strings with insulators, attachment
assemblies and arcing horns all complete for ACSR
4.3
"CARDINAL" conductor and attachment assemblies
all complete for OPGW
Single suspension strings with 1 composite long rod
i) Sets 198
insulator complete for "Cardinal" conductor
Single suspension pilot insulator strings with 1 composite
ii) Sets 15
long rod insulator complete for "Cardinal" conductor
Single tension strings with 1 composite long rod insulator
ii) Sets 264
complete for "Cardinal" conductor
Double tension strings with 2x1 composite long rod
iii) Sets 84
insulator complete for "Cardinal" conductor
Double suspension strings with 2x1 composite long rod
iv) Sets 66
insulator complete for "Cardinal" conductor
OPGW suspension preformed assembly complete for
v) Sets 44
one tower
OPGW tension preformed assembly complete for one
vi) Sets 29
tower (one set/tower)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 35 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
Total of Sub Total 4.3
Total of 4
5.0 Supply of Spares
Supply of Basic Tower with extension + 9m including
5.1
Stub
i) Tower Type DA+9M Complete Nos. 1
ii) Tower Type DB+9M Complete Nos. 1
iii) Tower Type DC+9M Complete Nos. 1
iv) Tower Type DD+9M Complete Nos. 1
Total of Sub Total 5.1
5.2 Conductor and OPGW accessories
Mid span compression joints for ACSR "CARDINAL"
i) Nos. 10
conductor
ii) Repair sleeve for ACSR "CARDINAL" conductor Nos. 10
iii) Insulator 70kN 650kV BIL long rod polymer insulator Nos. 10
Insulator 120kN capacity 650kV BIL long rod polymer
iv) Nos. 10
insulator
Stockbridge vibration damper for ACSR "CARDINAL"
v) Nos. 24
conductor with accessories
vi) Vibration damper for OPGW Nos. 12
Total of Sub Total 5.2
Total of 5 ( Spares)

6.0 Tools and Tackels


6.1 Flat wrench of different sizes for common bolts Sets 2

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 36 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
6.2 Torque wrench of different sizes for common bolts Sets 2
6.3 Pipe wrench for common bolts Sets 2
6.4 Steel ropes (Pilot wire) 35 sq. mm m 500
6.5 Pilot wire grips (35 sq. mm) come along clamp Nos. 3
6.6 Rubber covered rollers,pullies(2,3 keys) Sets 3
Portable earthing set (for Transmission line maintenance
6.7 Sets 1
safety purpose)
6.8 Safety belt Sets 5
6.9 Line operator's leather gloves Pairs 5
Hydraulic,Manually operated portable crimping tools with
6.10 2 sets of each dies suitable for conductor "CARDINAL" Sets 1
and OPGW
6.11 Safety helmet with chinstrap and accessories Sets 10
Insulation tester (10000 V) suitable for outdoor line
6.12 Nos. 1
testing purpose
6.13 Earth resistivity tester Nos. 1
6.14 Earthing resistance tester Nos. 1
Double sheeve pulley block 5 MT capacity with all
6.15 Sets 1
accessories
6.16 Sagging Winch 10 MT capacity hand operated Sets 1
6.17 Grip suitable for ACSR "CARDINAL" Conductor Sets 4
6.18 Grip suitable for "OPGW" Ground Wire Sets 4
Total of 6
TOTAL of A
B Loharpatti 132/33/11 kV Substation

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 37 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
Design, Manufacture and Supply of Electrical
1
Works
1.1 Power transformer
132/33 kV, Three Phase 24/27/30 MVA, ONAN/ONAF
Power Transfromer complete with On load Tap Changer
1.1.1 (OLTC) and RTCC facility with Tank Mounted LA at LV no. 2
side and Bushing CT on both sides, complete with all
accessories as specified
132/11 kV, Three phase 18/22.5 MVA, ONAN/ONAF
Power Transformer complete with On load Tap Changer
1.1.2 (OLTC) and RTCC facility with Tank Mounted LA at LV no. 1
side and Bushing CT on both sides complete with all
accessories as specified
1.2. Circuit breakers
145 kV, 1250 A, 3 phase, SF6 Circuit Breaker, individual
1.2.1 pole operation type, complete with all accessories as per set 2
specification for lines
145 kV, 1250 A, 3 phase, SF6 Circuit Breaker, three pole
1.2.2 operation type, complete with all accessories as per set 3
specification for Transformer HT.
145 kV, 2000 A, 3 phase, SF6 Circuit Breaker, three pole
1.2.3 operation type, complete with all accessories as per set 1
specification for Bus Coupler
36 kV, 1250 A, 3 phase, Vaccum Circuit Breaker for
1.2.4 incomer, three pole operation type, complete with all set 2
accessories as per specification

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 38 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
36 kV, 800 A, 3 phase, Vaccum Circuit Breaker for
1.2.5 outgoing feeders, three pole operation type, complete with set 4
all accessories as per specification
1.3. Disconnecting switches
145 kV, 1250 A, 3 phase Center Break Disconnecting
1.3.1 Switch with Grounding Switch complete with all set 2
accessories as per specification
145 kV, 2000 A, 3 phase, Center Break Disconnecting
1.3.2 Switch without Grounding Switch complete with all set 2
accessories as per specification
145 kV, 1250 A, 3 phase Center Break Disconnecting
1.3.3 Switch without Grounding Switch complete with all set 10
accessories as per specification
36 KV, 1250 A, 3 phase disconnecting switch without
1.3.4 grounding switch complete with all accessories as per set 2
specification
36 KV, 800A, 3 phase disconnecting switch without
1.3.5 grounding switch complete with all accessories as per set 5
specification
36KV, 800A, 3 phase disconnecting switch with grounding
1.3.6 set 4
switch complete with all accessories as per specification
1.4 Instrument transformers
145 kV, 50 VA, 132/ √3 /110/√3 kV, Class 0.5/3P Capacitor
1.4.1 Voltage Transformer complete with all accessories as per no. 12
specification

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 39 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
145 kV, 30 VA, 5 core Current Transformer complete with
1.4.2 no. 18
all accessories as per specification
36 kV, 30 VA, 33/ √3/110/√3 kV Voltage Transformer
1.4.3 no. 3
complete with all accessories asp per specification
36 kV, 30 VA, 3 core Current Transformer complete with
1.4.4 no. 18
all accessories as per specification
1.5 Lightning Arrester

120 kV, 10 kA, lightning arrestor including discharge


1.5.1 no. 15
counter complete with all accessories as per specification
30 kV, 10 kA lightning arrestor including discharge
1.5.2 counter for cable protection complete with all accessories no. 15
as per specification
9 kV, 10 kA lightening arrestor including discharge
1.5.3 no. 12
counter complete with all accessories as per specification
1.6 Control and relay panel
132/33 kV transformer control and relay panel complete
1.6.1 set 2
with all accessories as per specification
132/11 kV transformer control and relay panel complete
1.6.2 set 1
with all accessories as per specification
132 kV transmission line control and relay panel complete
1.6.3 set 2
with all accessories as per specification

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 40 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
132 kV bus coupler cum bus bar protection control and
1.6.4 relay panel complete with all accessories as per set 1
specification
33kV line control and relay panel complete with all
1.6.5 set 4
accessories as per specification
1.7 Grounding

Galvanized E.H.S. steel wires of size 7/3.35 for lightning


1.7.1 shield wire in take off and internal structures, with lot 1
accessories to complete the specified scope of works:

Earthing of substation with conductors, electrode


1.7.2 grounding materials and accessories to complete the lot 1
specified scope of works :
12 KV VCB Switchgear Panel with all accessories as
1.8
per specified
12 kV Transformer incomer module (2000A) (IP-2) with all
1.8.1 no 1
accessories as per specification
12 kV Line Module(630A) (IP-1) with all accessories as
1.8.2 no. 4
per specification
12 kV PT module (IP-3) with all accessories as per
1.8.3 no. 1
specification
1.9 Station supply
150 kVA, 33/0.4 kV station service transformer with
1.9.1 current limiting fuse, power cable and all other lot 1
accessories as required

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 41 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
400V AC Distribution Board including Cable for the
1.9.2 lot 1
specified scope of the work
110 V DC distribution board including cable and
1.9.3 lot 1
accessories to complete the specified scope of work:

48 V DC distribution board including cable and


1.9.4 lot 1
accessories to complete the specified scope of work:
1.10 Battery & Battery Charger
Battery charger for 110 V battery complete with all
1.10.1 no. 1
accessorie to complete the specified scope of work:
110 V, 400 AH maintenance free lead acid sealed type
1.10.2 battery complete with all accessories to complete the set 1
specified scope of work:
Battery charger for 48 V battery complete with all
1.10.3 no. 1
accessories to complete the specified scope of work:
48 V, 200 AH maintenance free lead acid sealed type
1.10.4 battery complete with all accessories to complete the set 1
specified scope of work
1.11 Control and Power cables
600 V power and lighting cable for all works to complete
1.11.1 lot 1
the specified scope of work:
600 V control cable to complete the specified scope of
1.11.2 lot 1
works including that for communication works:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 42 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
12 kV, 400 sq. mm single core XLPE Copper Power
Cable including termination joints for both ends, double
1.11.3 pole structure and with all accessories complete from LV m 450
sides of 132/11 kV Power Transformers to indoor 11 kV
Switchgear Room
12 kV, 240 sq.mm 3 core XLPE Copper Power Cable
including termination joints for both ends, double pole
1.11.4 m 400
structure and with all accessories complete for 4 nos of
outgoing feeder
1.12 Miscellaneous material
132kV and 33 kV Insulator strings with necessary
hardwares, clamps for substation works and connection
1.12.1 lot 1
between gantry & Tower, complete as per the specified
scope of works:
ACSR "CARDINAL" conductors for 132kV switchyard with
necessary hardwares, clamps for connecting, with all
1.12.2 accessories for substation works and connection between lot 1
tower & gantry, complete as per the specified scope of
works:
Tubular bus and Bus Support Insulator for 132 kV Bus
1.12.3 including all other accessories and hardwares required to lot 1
complete the specified scope of works:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 43 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
Tubular bus and Bus Support Insulator for 33 kV Bus
1.12.4 including all other accessories and hardwares required to lot 1
complete the specified scope of work:

ACSR conductors for 33 kV switchyard with necessary


hardwares, clamps for connecting, with all accessories for
1.12.5 substation works and for 33 kV overhead connections to lot 1
the 33 kV lines at Loharpatti and all other places as
required to complete the specified scope of works:

Switchyard lighting including for internal road and


1.12.6 compound periphery to complete the specified scope of lot 1
work:
1.13 Fire Detection & Alarm System
50 litre foam type, Portable/Trolley/Wheel mounted fire
1.13.1 Nos. 2
extinguishers
1.13.2 4.5 kg CO2 type, Fire Extinguisher Nos. 10
22.5 kg Dry Chemical Power (DCP) type, Trolley/Wheel
1.13.3 Nos. 3
mounted fire extinguishers
1.13.4 Smoke detection system in Control Room Building set 1
Fire detection and Alarm System in Control Room
1.13.5 set 1
Building
Sub total of Electrical works
Design, Manufacture and Supply of Substation
2 Automation/Communication/SCADA (Based on IEC
61850)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 44 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
2.1 Substation Automation
Complete Substation automation system including
hardware and software for the substation & remote control
a.
stations alongwith associated equipments for the
followings as per Technical Specification.
i. 132 kV System Bays 6
ii. 33kV system Bays 4
iii. 11 kV System (Indoor Switchgear) lot 1
Integration of all 132kV ,33 kV and 11 kV kV Bays under
present scope with the SCADA of SIEMENS (SINAUT
b. Spectrum) at Load Dispatch Centre, Kathmandu including Lot 1
supply of Hardware, Software, accessories etc. as per
technical specification
2.2 COMMUNICATION / SCADA
2.2.1 Digital Protection Coupler Nos. 2
Optical Distribution Frame complete in all respects as per
2.2.2 Lot 1
technical specifications
Optical Approach Cable -24 Fibre (DWSM -G.652D) along
with Installation hardware set for above 24 Fibre, Fibre
2.2.3 Lot 1
Optic Approach Cable complete in all respects as per
technical specifications
2.2.4 (A) Telecommunication Equipments
SDH Equipment (STM-4 MADM upto 3 MSP protected
2.2.4.1
directions)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 45 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
Base Equipment (Common cards, Cross Connect/control
cards, optical base cards, power supply cards, power
(i) cabling, other hardware and accessories including sub Nos. 1
racks, patch cord, DDF etc fully equiped excluding (ii) &
(iii) below
(ii) Optical Interface Cards/SFP
(a) L4.1 SFP Nos. 4
(iii) Tributary cards
(a) E1 Interface card (Min.8 interfaces per card) Set 2
Giga -Ethernet Interface 10/100/1000 Mbps Base T with
(b) Nos. 2
Layer-2 switching (Min 4 Interfaces per card)
2.2.2.2 Equipment Cabinets No. 1
VOIP telephone instrument with one common switch (min.
2.2.2.3 Nos. 2
8 port)

Sub total of SS Automation, Communication and SCADA


Design, Manufacture and Supply of Civil and
3
Architectural Works

Steel structure for post, beam and equipment supporting


3.1
frame complete with bolts, nuts and all accessories:

Rail Structure for 132/33 kV Power Transformer including


3.1.1 Nos 2
access from Internal Road (for Transformer shifting)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 46 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)

Rail Structure for 132/11 kV Power Transformer including


3.1.2 Nos 1
access from Internal Road (for Transformer shifting)
132 kV take off and internal gantry structures(including
3.1.3 Lot 1
busbar support)
33 kV take off and internal gantry structures(including
3.1.4 Lot 1
busbar supports )
3.1.5 145 kV SF6 circuit breaker Nos 6
3.1.6 36 kV Vacuum circuit breaker Nos 6
3.1.7 145 kV disconnecting switch Nos 14
3.1.8 36kV disconnecting switch Nos 11
3.1.9 132 kV capacitive voltage transformer Nos 12
3.1.10 33 kV voltage transformer Nos 3
3.1.11 132 kV current Transformer Nos 18
3.1.12 33 kV current Transformer Nos 18
3.1.13 120 kV lighting arrestor Nos 15
3.1.14 30 kV lighting arrestor Nos 12
3.1.15 Earth mast Lot 1
3.1.16 Identification plate, danger notice etc Lot 1
Sub total of Civil and Architectureal works
4 SPARE PARTS
4.1 For 132/33 kV Power Transformer
Phase & neutral bushing (1 no. each for 132/33 kV
4.1.1 sets 1
transformer)
4.1.2 Dial type thermometer(OTI, WTI) nos 1
4.1.3 Insulating oil ( 10% of total supply) lot 1

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 47 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
4.1.4 Indicating lamps (25% of used) lot 1
4.1.5 All types at fuses (25% of used ) lot 1
All type of auxillary current, voltage and thermal relays,
4.1.6 contactors for control, protection and cooling circuit (one set 1
of each type)
4.1.7 OLTC motor contactor set 1
4.1.8 Oil level gauge nos 1
4.1.9 Complete set of gaskets for 132/33 kV transformer set 1
4.1.10 Complete set of Pressure Relief Devices sets 1
4.1.11 Complete set of Bucholz relay (for 63 MVA transformer) sets 1
4.2 For 132/11 kV Power Transformer
Phase & neutral bushing (1 no. each for 132/11 kV
4.2.1 Set 1
transformer)
4.2.2 Dial type thermometer(OTI, WTI) Set 1
4.2.3 Oil Level Gauges Set 1
4.2.4 Insulating Oil (10% of total supply) Lot 1
4.2.5 Indicating Lamps (25% of used) Lot 1
4.2.6 All types of Fuses (25% of used) Lot 1
4.2.7 Complete set of Gaskets of each type Set 1
4.2.8 Complete set of Pressure Relief Devices Set 1
All type of Auxiliary, Current, Voltage and Thermal Relays,
4.2.9 Contactors and Timers for control, protection and cooling Set 1
circuit(one of each type)
4.2.10 OLTC Motor Contactor Set 1
4.2.11 Complete set of Buchholz relay Set 1

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 48 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
4.3 For 132 kV SF6 circucit breaker
4.3.1 Tripping coils nos. 2
4.3.2 Closing coils nos. 2
4.3.3 Pressure switch, relays and contactors (one of each type) sets 1
4.3.4 Motor for mechanism nos. 1
4.3.5 Gas in sealed non returnable bottles ,net kgs 50
4.3.6 Complete set of Sealing rings & Gaskets sets 1
4.3.7 SF6 gas filling nozzle & adaptor sets 1
4.4 For 33 kV Vacuum circucit breaker
4.4.1 complete set of interrupter nos. 1
4.4.2 Tripping coils nos. 1
4.4.3 Closing coils nos. 1
4.4.4 Relays and contactors (one of each type) sets 1
4.4.5 Motor for mechanism nos. 1
4.4.6 Complete set of Sealing rings & Gaskets sets 1
4.5 For 12 kV VCB Switchgears
4.5.1 complete set of interrupter Nos. 1
4.5.2 Tripping Coils Nos. 1
4.5.3 Closing Coils Nos. 1
4.5.4 Spring Charging Motor Set 1
3 Phase Overcurrent Relay with ground fault for 11kV
4.5.5 Sets 1
Side
4.5.6 Ammeter Nos. 1
4.5.7 Voltmeter Nos. 1
4.5.8 kVA Meter Nos. 1

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 49 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
4.5.9 11 kV CTs as in Outgoing Feeder Sets 1
4.5.10 Operating Handle Sets 1
4.5.11 Indicating Lamps (100% of used) Set 1
4.6 For 132 kV disconnecting switches
4.6.1 Porcelain insulator nos. 2
4.6.2 Main contact assemblies sets 2
4.6.3 Auxiliary contacts sets 2
4.6.4 Interlocking coil nos 2
4.6.5 Motor for driving mechanism nos 2
4.6.6 Contactor for the mechanism nos. 2
4.7 For 33 kV disconnecting switches
4.7.1 Porcelain insulator nos. 1
4.7.2 Main contact assemblies sets 1
4.7.3 Auxiliary contacts sets 1
4.7.4 Interlocking coil nos 1
4.8 Instrument transformers of used type
4.8.1 132 kV Current transformer nos. 1
4.8.2 132 kV Capacitive voltage transformer nos. 1
4.8.3 33 kV Current Transformer nos. 1
4.8.4 33 kV Voltage transformer nos. 1
4.9. Lighting Arrestor
120 kV, 10 kA lightning arrestor including discharge
4.9.1 nos. 3
counter complete with all accessories as per specification

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 50 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)

30 kV, 10 kA lightning arrestor including discharge


4.9.2 nos. 3
counter complete with all accessories as per specification

9 kV, 10 kA lightening arrestor including discharge


4.9.3 nos. 3
counter complete with all accessories as per specification
4.10 For 132 kV control and relay panel
4.10.1 Indicating lamps nos 100
4.10.2 Fuses for each type (300% of used) lot 1
4.10.3 Color caps of each color for indicating lamps lot 30
One of each type of switch, relay, timer and other special
4.10.4 sets 1
devices
4.10.5 Each type of auxiliary relays sets 1
4.10.6 Differential relay for transformer protection nos 1
4.10.7 Directional over current relay for line protection nos 1
4.10.8 3 phase overcurrent protection relay ( non directional) nos 1
4.10.9 Distance relay nos 1
4.10.10 Syncro check relay nos 1
4.10.11 Tripping circuit control relay nos 1
4.10.12 Ammeter with double scale nos 1
4.10.13 Voltmeter nos 1
4.10.14 Watt meter nos 1
4.10.15 MVAR meter nos 1
4.10.16 Frequency meter nos 1
4.10.17 Energy meter nos 1

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 51 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
4.11 For 33 kV control and relay panel
4.11.1 Indicating lamps no. 50
4.11.2 Fuses for each type (300% of used) lot 1
4.11.3 Color caps of each color for indicating lamps no. 30
One of each type of switch, relay, timer and other special
4.11.4 lot 1
devices
4.11.5 Each type of auxiliary relays lot 1
4.11.6 3 phase overcurrent protection relay lot 1
4.11.7 3 Phase Transformer Differential Relays no. 1
4.11.8 Tripping circuit control relay no. 1
4.11.9 Ammeter with double scale no 1
4.11.10 Voltmeter no. 1
4.11.11 Watt meter no. 1
4.11.12 MVAR meter no. 1
4.11.13 Energy meter no. 1
4.12 132 kV post insulator no. 10
4.13 33 kV post insulator no. 10
4.14 Battery charger (48 V & 110 V)
4.14.1 Fuses of each type (300% of used) lot 1
4.14.2 Indicating lamp no. 20
One of each type of switch, relay and other special
4.14.3 lot 1
devices
4.14.4 Ammeter no. 1
4.14.5 Voltmeter no. 1
4.15 Communication Cards
4.15.1 Digital Protection Coupler set 2

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 52 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
4.15.2 SDH Equipment
Common cards, Cross Connect/control cards, optical
(i) base cards, power supply cards, power cabling, other Set 1
hardware and accessories (each)
(ii) Optical Interface Cards/SFP
(a) L4.1 SFP Nos. 1
(iii) Tributary cards
(a) E1 Interface card (Min.8 interfaces per card) Nos 1
Giga -Ethernet Interface 10/100/1000 Mbps Base T with
(b) Nos. 1
Layer-2 switching (Min 4 Interfaces per card)
VOIP telephone instrument with one common switch (min.
4.15.3 Nos. 1
8 port)
Sub total of spare Parts
5 Testing Equipments

5 Nos. Digital Multimeter, 2 Nos. Tong Tester, 2 Nos. 1 kV


Insulation Tester, 1 No. 5 kV motor operated Insulation
5.1 Lot 1
Tester, 1 No. High Voltage Test Kit (80 kV), Transformer
Oil Test Kit (Digital, 80 kV) as per specifications
Sub total of testing equipments
Total of B
C 132 kV Line Bay Extension at Dhalkebar
Design, Manufature and Supply of Electrical
1
Works
1.1 Circuit breakers

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 53 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
145 kV, 1250 A, 3 phase, SF6 Circuit Breaker, individual
1.1.1 pole operation type, complete with all accessories as per set 2
specification for lines
1.2 Disconnecting switches
145 kV, 1250 A, 3 phase Center Break Disconnecting
1.2.1 Switch with Grounding Switch complete with all set 2
accessories as per specification
145 kV, 1250 A, 3 phase Center Break Disconnecting
1.2.2 Switch without Grounding Switch complete with all set 8
accessories as per specification
1.3 Instrument transformers
145 kV, 50 VA, 132/ √3 /110/√3 kV, Class 0.5/3P Capacitor
1.3.1 Voltage Transformer complete with all accessories as per no. 6
specification
145 kV, 30 VA, 5 core Current Transformer complete with
1.3.2 no. 6
all accessories as per specification
1.4 Lightning Arrester
120 kV, 10 kA, lightning arrestor including discharge
1.4.1 no. 6
counter complete with all accessories as per specification
1.5 Control and relay panel
132 kV transmission line control and relay panel complete
1.5.1 set 2
with all accessories as per specification
1.6 Grounding

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 54 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)

Galvanized E.H.S. steel wires of size 7/3.35 for lightning


shield wire in take off and internal structures and
1.6.1 lot 1
connection with the existing 132 kV switchyard, with
accessories to complete the specified scope of works:

Earthing of switchyard and connection with the existing


grounding mat with conductors, electrode grounding
1.6.2 lot 1
materials and accessories to complete the specified
scope of works :
1.7 Battery & Battery Charger
Battery charger for 110 V battery complete with all
1.7.1 no. 1
accessorie to complete the specified scope of work:
110 V, 600 AH maintenance free lead acid sealed type
1.7.2 battery complete with all accessories to complete the set 1
specified scope of work:
Battery charger for 48 V battery complete with all
1.7.3 no. 1
accessories to complete the specified scope of work:
48 V, 300 AH maintenance free lead acid sealed type
1.7.4 battery complete with all accessories to complete the set 1
specified scope of work
1.8 Control and Power cables
600 V power and lighting cable for all works to complete
1.8.1 lot 1
the specified scope of work:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 55 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
600 V control cable to complete the specified scope of
1.8.2 lot 1
works including that for communication works:
33 kV, 185 sq.mm 3 core XLPE Copper Power Cable
including termination joints and outdoor type cable
1.8.3 meter 250
terminations/Sealing-ends and accessories complete for
both ends for 5 nos of 33 kV lines
1.9 Miscellaneous material

132kV Insulator strings with necessary hardwares, clamps


1.9.1 for substation works and connection between gantry & lot 1
Tower, complete as per the specified scope of works:

ACSR "CARDINAL" conductors for 132kV switchyard with


necessary hardwares, clamps for connecting, with all
1.9.2 accessories for substation works and connection between lot 1
tower & gantry, complete as per the specified scope of
works:
Tubular bus and Bus Support Insulator for 132 kV Bus
1.9.3 including all other accessories and hardwares required to lot 1
complete the specified scope of works:
Switchyard lighting and indoor lighting to complete the
1.9.4 lot 1
specified scope of work:
1.10 Fire Detection & Alarm System
50 litre foam type, Portable/Trolley/Wheel mounted fire
1.10.1 Nos. 2
extinguishers

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 56 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)
1.10.2 4.5 kg CO2 type, Fire Extinguisher Nos. 2
22.5 kg Dry Chemical Power (DCP) type, Trolley/Wheel
1.10.3 Nos. 1
mounted fire extinguishers
1.10.4 Smoke detection system in Control Room Building set 1
Fire detection and Alarm System in Control Room
1.10.5 set 1
Building
Sub total of Electrical works
Design, manufacture and Supply of RTU/
2
COMMUNICATION / SCADA
2.1 RTU
RTU cards (including cable, connectors, relays, transducers
and other hardware and software required for data
a. Lot 1
transmission and remote operation to complete the specified
works) compatible to existing system
2.2 COMMUNICATION / SCADA
2.2.1 Digital Protection Coupler Nos. 2
Optical Distribution Frame complete in all respects as per
2.2.2 Lot 1
technical specifications
Optical Approach Cable -24 Fibre (DWSM -G.652D) along
with Installation hardware set for above 24 Fibre, Fibre
2.2.3 Lot 1
Optic Approach Cable complete in all respects as per
technical specifications

Sub total of SS Automation, Communication and SCADA


Design, Manufacture and Supply of Civil and
3
Architectural Works

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 3 Nepal Electricity Authority Page 57 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 3: Local Transportation, Insurance and other Incidental Services


Unit Price Total Amount
Item No Description Unit Qty Remarks
(NRs) (NRs)

Steel structure for post, beam and equipment supporting


3.1
frame complete with bolts, nuts and all accessories:
132 kV take off and internal gantry structures(including
3.1.1 Lot 1
busbar support)
3.1.2 145 kV SF6 circuit breaker Nos 2
3.1.3 145 kV disconnecting switch Nos 10
3.1.4 132 kV capacitive voltage transformer Nos 6
3.1.5 132 kV current Transformer Nos 6
3.1.6 120 kV lighting arrestor Nos 6
3.1.7 Identification plate, danger notice etc Lot 1
Sub total of Civil and Architectureal works
Total of C
Grand Total

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement Of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 58 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
A 132 kV Transmission Line
1 Survey, tree enemuration, bush cutting including all associated works
Check survey, Profiling & tower spotting, pegging of
tower centres, pit marking at site etc including all
a) KM 20
associated works viz reading levels at tower locations
for the purpose of earthwork
Cadastral survey including the identification of all the
land plot for tower foundation, land plot along the ROW
b) for the purpose of paying compensation, Tree lot 1
enemureation, Bush cutting etc including all associated
works
c) Deatiled survey including associated works KM 4
Total of 1
2 Geotechnical Investigation including all associated works
2.1 Geotechnical Investigation
Geotechnical Investigation at designated tower
locations by Auger boring upto a depth of 10 m below
ground level and conducted SPT test as per IS:6403,
a) collection of distrubed and undistuebed soil samples Loc 29
from various depths including conducting all necessary
laboratory tests on soil samples etc.

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 59 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Geotechnical Investigation at tower locations where
pile foundation are to be provided by Auger boring upto
a depth of 30 m below ground level and conducted
b) SPT test as per IS:6403, collection of distrubed and Loc 5
undistuebed soil samples from various depths including
conducting all necessary laboratory tests on soil
samples etc.
Total of Sub Total 2.1
2.2 Benching
a) All type of soil Cu m 10,000.00
Total of Sub Total 2.2
Total of 2
3 Measurements of soil resistivity/ground resistance Loc 73
Total of 3

Erection of various types of towers, tower parts and its body & leg extensions (Complete) including bolts & nuts, steps bolts,
4
hangers, D Shackles etc including tack welding and supply and application zinc rich primer and two coats of enamel paint

4.1 Tower Type DA


a) Setting of Stubs (Set of 4) Sets 44
b) DA +/-0 M Ext. type of Tower Nos. 44
c) DA +3 M Ext. type of Tower Nos. 12
d) DA +6 M Ext. type of Tower Nos. 4
e) DA +9 M Ext. type of Tower Nos. 4

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 60 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Total of Sub Total 4.1
4.2 Tower Type DB
a) Setting of Stubs (Set of 4) Sets 11
b) DA +/-0 M Ext. type of Tower Nos. 11
c) DA +3 M Ext. type of Tower Nos. 4
d) DA +6 M Ext. type of Tower Nos. 2
e) DA +9 M Ext. type of Tower Nos. 2
Total of Sub Total 4.2
4.3 Tower Type DC
a) Setting of Stubs (Set of 4) Sets 9
b) DA +/-0 M Ext. type of Tower Nos. 9
c) DA +3 M Ext. type of Tower Nos. 2
d) DA +6 M Ext. type of Tower Nos. 1
e) DA +9 M Ext. type of Tower Nos. 1
Total of Sub Total 4.3
4.4 Tower Type DD/DDE
a) Setting of Stubs (Set of 4) Sets 9
b) DA +/-0 M Ext. type of Tower Nos. 9
c) DA +3 M Ext. type of Tower Nos. 3
d) DA +6 M Ext. type of Tower Nos. 1
e) DA +9 M Ext. type of Tower Nos. 1
Total of Sub Total 4.4
Total of 4
5 Work associated with construction of tower foundations including stub setting
5.1 Tower Type DA (for all type of body and leg extensions)
a) Normal Dry Soil Nos. 4

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 61 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
b) Wet Soil Nos. 9
c) Partially Submerged Soil Nos. 14
d) Fully Submerged Soil Nos. 12
e) Sandy Soil Nos. 5
Total of Sub Total 5.1
5.2 Tower Type DB (for all type of body and leg extensions)
a) Normail Dry Soil Nos. 1
b) Wet Soil Nos. 4
c) Partially Submerged Soil Nos. 3
d) Fully Submerged Soil Nos. 2
e) Sandy Soil Nos. 1
Total of Sub Total 5.2
5.3 Tower type DC (for all type of body and leg extensions)
a) Normail Dry Soil Nos. 1
b) Wet Soil Nos. 2
c) Partially Submerged Soil Nos. 3
d) Fully Submerged Soil Nos. 2
e) Sandy Soil Nos. 1
Total of Sub Total 5.3
5.4 Tower type DD/DDE (for all type of body and leg extensions)
a) Normail Dry Soil Nos. 1
b) Wet Soil Nos. 3
c) Partially Submerged Soil Nos. 2
d) Fully Submerged Soil Nos. 2
e) Sandy Soil Nos. 1
Total of Sub Total 5.4

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 62 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks

Pile Foundation upto 30 meter depth (applicable for


5.5 Nos. 1
all type of towers i.e. for DA, DB, DC & DD/DE)
Total of Sub Total 5.5
Total of 5
6 Installation of tower accessories and earthing
6.1 Tower accessories
a) Danger plate No 73
b) Number plate No 73
c) Anti climbing device Sets 73
d) Phase plate (sets of 3) Sets 146
e) Circuit plate (sets of 2) Sets 73
f) Bird Guard Sets 7
g) Aviation Signal Sets 5
Total of Sub Total 6.1
6.2 Installation of tower earthing materials
a) Pipe Type Sets 60
b) Counterpoise type
i) Counterpoise type - 25M Sets 7
ii) Counterpoise type - 50M Sets 3
iii) Counterpoise type - 100M Sets 3
Total of Sub Total 6.2
Total of 6
Additional Galvanized steel works other than above
7 T 10
for body extension etc for all tower

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 63 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Total of 7
8 Installation of line materials
8.1 Stringing of conductor and ground wire
Stringing of ACSR CARDINAL Conductor including
Installation of Insulator complete with arcing horns and
Phase
a) necessary hardwares, fixing of conductor accessories 126
km
including armour rod, mid span joints, repair sleeves,
etc (single wire)
Steel ground wire with optical fibre (24 fiber) including
b) intermediate splice boxes and necessary terminal KM 21
splice boxes etc.
Total of 8
9 Protection of tower footing
Random rubble stone masnory including excavation,
a) Cum 1000
stone soling and PCC (1:4 cement : concrete)
Stone bound in galvanizing wire netting including
b) Cum 1000
excavation
Back filling and leveling of volumes enclosed by
c) Cum 1000
revetment
d) M15 concrete nominal mix 1:2:4 for top seal cover Cum 100
M20 Conc. Nominal Mix 1:1.5:3 for foundation of
e) Cum 100
miscellaneous works
f) Reinforcement bar T 10
Total of 9
Total of A

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 64 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
B Loharpatti 132/33/11 kV Substation
1 ELECTRICAL WORKS
1.1 Power transformer

132/33 kV, Three Phase 24/27/30 MVA, ONAN/ONAF


Power Transfromer complete with On load Tap
1.1.1 Changer (OLTC) and RTCC facility with Tank Mounted no. 2
LA at LV side and Bushing CT on both sides, complete
with all accessories as specified

132/11 kV, Three phase 18/22.5 MVA, ONAN/ONAF


Power Transformer complete with On load Tap
1.1.2 Changer (OLTC) and RTCC facility with Tank Mounted no. 1
LA at LV side and Bushing CT on both sides complete
with all accessories as specified
1.2. Circuit breakers
145 kV, 1250 A, 3 phase, SF6 Circuit Breaker,
1.2.1 individual pole operation type, complete with all set 2
accessories as per specification for lines

145 kV, 1250 A, 3 phase, SF6 Circuit Breaker, three


1.2.2 pole operation type, complete with all accessories as set 3
per specification for Transformer HT.
145 kV, 2000 A, 3 phase, SF6 Circuit Breaker, three
1.2.3 pole operation type, complete with all accessories as set 1
per specification for Bus Coupler

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 65 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
1.2.4 36 kV, 1250 A, 3 phase, Vaccum Circuit Breaker for set 2
1.2.5 incomer,
36 kV, 800 three
A, 3pole operation
phase, Vaccum type, complete
Circuit with
Breaker forall set 4
1.3. outgoing feeders,
Disconnecting three pole operation type, complete
switches
145 kV, 1250 A, 3 phase Center Break Disconnecting
1.3.1 Switch with Grounding Switch complete with all set 2
accessories as per specification
145 kV, 2000 A, 3 phase, Center Break Disconnecting
1.3.2 Switch without Grounding Switch complete with all set 2
accessories as per specification
145 kV, 1250 A, 3 phase Center Break Disconnecting
1.3.3 Switch without Grounding Switch complete with all set 10
accessories as per specification
1.3.4 36 KV, 1250 A, 3 phase disconnecting switch without set 2
1.3.5 grounding
36 KV, 800A, switch complete
3 phase with all accessories
disconnecting as per
switch without set 5
1.3.6 grounding
36KV, 800A,switch complete
3 phase with all accessories
disconnecting switch with as per set 4
1.4 grounding switch complete
Instrument transformers with all accessories as per
145 kV, 50 VA, 132/√3 /110/√3 kV, Class 0.5/3P
1.4.1 Capacitor Voltage Transformer complete with all no. 12
accessories as per specification
145 kV, 30 VA, 5 core Current Transformer complete
1.4.2 no. 18
with all accessories as per specification
1.4.3 36 kV, 30 VA, 33/√3/110/√3 kV Voltage Transformer no. 3
1.4.4 complete
36 kV, 30 with
VA, 3allcore
accessories asp per specification
Current Transformer complete no. 18
1.5 with all accessories
Lightning Arrester as per specification
1.5.1 120 kV, 10 kA, lightning arrestor including discharge no. 15
1.5.2 counter
30 kV, 10 complete with arrestor
kA lightning all accessories
including asdischarge
per no. 15
counter for cable protection complete with all

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 66 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
1.5.3 9 kV, 10 kA lightening arrestor including discharge no. 12
1.6 counter
Control complete
and relaywith all accessories as per
panel
1.6.1 132/33 kV transformer control and relay panel set 2
complete
132/11 kVwith all accessories
transformer control as
andper specification
relay panel
1.6.2 set 1
complete with all accessories as per specification
132 kV transmission line control and relay panel
1.6.3 set 2
complete with all accessories as per specification
132 kV bus coupler cum bus bar protection control and
1.6.4 relay panel complete with all accessories as per set 1
specification
33kV line control and relay panel complete with all
1.6.5 set 4
accessories as per specification
1.7 Grounding
1.7.1 Galvanized E.H.S. steel wires of size 7/3.35 for lot 1
lightning shield
Earthing of wire in with
substation take conductors,
off and internal structures,
electrode
1.7.2 grounding materials and accessories to complete the lot 1
specified scope of works :
12 KV VCB Switchgear Panel with all accessories
1.8
as per specified
12 kV Transformer incomer module (2000A) (IP-2) with
1.8.1 no 1
all accessories as per specification
12 kV Line Module(630A) (IP-1) with all accessories as
1.8.2 no. 4
per specification
1.8.3 12 kV PT module (IP-3) with all accessories as per no. 1
1.9 specification
Station supply
1.9.1 150 kVA, 33/0.4 kV station service transformer with lot 1
current limiting fuse, power cable and all other

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 67 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
400V AC Distribution Board including Cable for the
1.9.2 lot 1
specified scope of the work
110 V DC distribution board including cable and
1.9.3 lot 1
accessories to complete the specified scope of work:

48 V DC distribution board including cable and


1.9.4 lot 1
accessories to complete the specified scope of work:
1.10 Battery & Battery Charger
1.10.1 Battery charger for 110 V battery complete with all no. 1
accessorie
110 to complete
V, 400 AH the specified
maintenance free leadscope of work:
acid sealed type
1.10.2 battery complete with all accessories to complete the set 1
specified scope of work:
Battery charger for 48 V battery complete with all
1.10.3 no. 1
accessories to complete the specified scope of work:
48 V, 200 AH maintenance free lead acid sealed type
1.10.4 battery complete with all accessories to complete the set 1
specified scope of work
1.11 Control and Power cables
600 V power and lighting cable for all works to
1.11.1 lot 1
complete the specified scope of work:
600 V control cable to complete the specified scope of
1.11.2 lot 1
works including that for communication works:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 68 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks

12 kV, 400 sq. mm single core XLPE Copper Power


Cable including termination joints for both ends, double
1.11.3 pole structure and with all accessories complete from m 450
LV sides of 132/11 kV Power Transformers to indoor
11 kV Switchgear Room

12 kV, 240 sq.mm 3 core XLPE Copper Power Cable


including termination joints for both ends, double pole
1.11.4 m 400
structure and with all accessories complete for 4 nos of
outgoing feeder
1.12 Miscellaneous material
132kV and 33 kV Insulator strings with necessary
hardwares, clamps for substation works and
1.12.1 lot 1
connection between gantry & Tower, complete as per
the specified scope of works:
ACSR "CARDINAL" conductors for 132kV switchyard
with necessary hardwares, clamps for connecting, with
1.12.2 all accessories for substation works and connection lot 1
between tower & gantry, complete as per the specified
scope of works:

Tubular bus and Bus Support Insulator for 132 kV Bus


1.12.3 including all other accessories and hardwares required lot 1
to complete the specified scope of works:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 69 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks

Tubular bus and Bus Support Insulator for 33 kV Bus


1.12.4 including all other accessories and hardwares required lot 1
to complete the specified scope of work:

ACSR conductors for 33 kV switchyard with


necessary hardwares, clamps for connecting, with all
accessories for substation works and for 33 kV
1.12.5 lot 1
overhead connections to the 33 kV lines at Loharpatti
and all other places as required to complete the
specified scope of works:
Switchyard lighting including for internal road and
1.12.6 compound periphery to complete the specified scope of lot 1
work:
1.13 Fire Detection & Alarm System
50 litre foam type, Portable/Trolley/Wheel mounted fire
1.13.1 Nos. 2
extinguishers
1.13.2 4.5 kg CO2 type, Fire Extinguisher Nos. 10
22.5 kg Dry Chemical Power (DCP) type,
1.13.3 Nos. 3
Trolley/Wheel mounted fire extinguishers
1.13.4 Smoke detection system in Control Room Building set 1
Fire detection and Alarm System in Control Room
1.13.5 set 1
Building
SUBSTATION AUTOMATION/ COMMUNICATION /
2
SCADA (Based on IEC 61850)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 70 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
2.1 SUBSTATION AUTOMATION
Complete Substation automation system including
hardware and software for the substation & remote
a.
control stations alongwith associated equipments for
the followings as per Technical Specification.
i. 132 kV System Bays 6
ii. 33kV system Bays 4
iii. 11 kV System (Indoor Switchgear) lot 1
Integration of all 132kV ,33 kV and 11 kV kV Bays
under present scope with the SCADA of SIEMENS
b. (SINAUT Spectrum) at Load Dispatch Centre, Lot 1
Kathmandu including supply of Hardware, Software,
accessories etc. as per TS Section Project.
2.2 COMMUNICATION / SCADA
2.2.1 Digital Protection Coupler Nos. 2
Optical Distribution Frame complete in all respects as
2.2.2 Lot 1
per technical specifications
Optical Approach Cable -24 Fibre (DWSM -G.652D)
along with Installation hardware set for above 24 Fibre,
2.2.3 Lot 1
Fibre Optic Approach Cable complete in all respects
as per technical specifications
2.2.4 Telecommunication Equipments
SDH Equipment (STM-4 MADM upto 3 MSP protected
2.2.4.1
directions)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 71 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks

Base Equipment (Common cards, Cross


Connect/control cards, optical base cards, power
(i) supply cards, power cabling, other hardware and Nos. 1
accessories including sub racks, patch cord, DDF etc
fully equiped excluding (ii) & (iii) below
(ii) Optical Interface Cards/SFP
(a) L4.1 SFP Nos. 4
(iii) Tributary cards
(a) E1 Interface card (Min.8 interfaces per card) Set 2
Giga -Ethernet Interface 10/100/1000 Mbps Base T
(b) Nos. 2
with Layer-2 switching (Min 4 Interfaces per card)
2.2.4.2 Equipment Cabinets No. 1
VOIP telephone instrument with one common switch
2.2.4.3 Nos. 2
(min. 8 port)
3 CIVIL AND ARCHITECTURAL WORKS
Steel structure for post, beam and equipment
3.1 supporting frame complete with bolts, nuts and all
accessories:
Rail Structure for 132/33 kV Power Transformer
3.1.1 including access from Internal Road (for Transformer Nos 2
shifting)
Rail Structure for 132/11 kV Power Transformer
3.1.2 Nos 1
including access from Internal Road
132 kV take off and internal gantry structures(including
3.1.3 Lot 1
busbar support)

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 72 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
33 kV take off and internal gantry structures(including
3.1.4 Lot 1
busbar supports )
3.1.5 145 kV SF6 circuit breaker Nos 6
3.1.6 36 kV Vacuum circuit breaker Nos 6
3.1.7 145 kV disconnecting switch Nos 14
3.1.8 36kV disconnecting switch Nos 11
3.1.9 132 kV capacitive voltage transformer Nos 12
3.1.10 33 kV voltage transformer Nos 3
3.1.11 132 kV current Transformer Nos 18
3.1.12 33 kV current Transformer Nos 18
3.1.13 120 kV lighting arrestor Nos 15
3.1.14 30 kV lighting arrestor Nos 12
3.1.15 Earth mast Lot 1
3.1.16 Identification plate, danger notice etc Lot 1
Concrete Foundation for Equipment and Steel
Structures complete with excavation, backfilling,
3.2
form works, concrete works and reinforcement
bars
132/33 kV , Three Phase 24/27/30 MVA, Power
3.2.1 Nos 2
Transformer (complete with rails & etc.)
132/11 kV, Three phase 15 MVA Power Transformer
3.2.2 Nos 1
complete (Complete with rails and etc.)

150 kVA, 33/0.4 kV station service transformer with


3.2.3 Nos 1
current limiting fuse and other accessories as required

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 73 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
132 kV take off and internal gantry structures(including
3.2.4 Lot 1
busbar support)
33 kV take off and internal gantry structures(including
3.2.5 Lot 1
busbar supports )
3.2.6 145 kV SF6 circuit breaker Nos 6
3.2.7 36 kV Vacuum circuit breaker Nos 6
3.2.8 145 kV disconnecting switch Nos 14
3.2.9 36kV disconnecting switch Nos 11
3.2.10 132 kV capacitive voltage transformer Nos 12
3.2.11 33 kV voltage transformer Nos 3
3.2.12 132 kV current Transformer Nos 18
3.2.13 33 kV current Transformer Nos 18
3.2.14 120 kV lighting arrestor Nos 15
3.2.15 30 kV lighting arrestor Nos 12
3.2.16 Earth mast Lot 1
Construction of boundary wall,entrance gate,Staff
Quarter Building, Guard cum Store House, Sanitary
3.3
Works as per Drawings & Specifications

3.3.1 Earthworks
Earthwork in excavation of ordinary soil for trenches
including strutting, bracing, sheeting, dewatering and
3.3.1.1 m³ 1569.43
disposal/backfill works all complete

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 74 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Earthwork in filling and compaction of quarry soil in
foundation and floor with consolidation in layers of 15
3.3.1.2 m³ 481.53
cm and watering as per instructions all complete

Sand Filling works including supplying and filling


3.3.1.3 materials, watering, consolidation in layers of 15 cm m³ 80.21
and ramming as per instructions all complete
3.3.2 Soling Works
First class flat brick soling work in trenches and
3.3.2.1 foundations providing, laying, curing, mechanical m² 3132.32
compaction etc as per instructions all complete
Stone soling/Gravel Packing work in trenches and
3.3.2.2 foundations providing, laying, curing, mechanical m³ 12.06
compaction etc as per instructions all complete
Providing and filling of brick ballast inside of soak pits
3.3.2.3 m³ 11.3
as per instructions all complete
3.3.3 Cement Concrete Works
Providing, Laying, Compacting and Curing cement
concrete M10 (1:3:6) work with cement, sand and
crushed stone ballast 20mm guage finishing to
3.3.3.1 m³ 148.3
approved level, lines and dimensions all complete as
per drawings, specifications and instructions all
complete

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 75 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Providing, Laying, Compacting and Curing Cement
concrete M15 (1:2:4) work with cement, sand and
crushed stone ballast 20mm guage finishing to
3.3.3.2 m³ 267.98
approved level, lines and dimensions all complete as
per drawings, specifications and instructions all
complete
Providing, Laying, Compacting and Curing M20
(1:1.5:3) work for all kinds of R.C.C. works with
cement, sand and crushed stone ballast 20mm down
3.3.3.3 finishing to approved level, line and dimensions using m³ 1868.43
mixer machine and vibrator all complete as per
drawings, specifications and instructions all complete

Reinforcement(suplying, straightening, cleaning,


cutting, bending, placing and binding of reinforcement )
3.3.3.4 KG 109200.08
as per specification, drawing and instructions all
complete
Form work for casting of RCC structure including
centering and shuttering with approved waterproof
plywood (19mm) including all necessary steel propping,
3.3.3.5 m² 6122.34
scaffolding , staging, supporting, bracing, dismantling
and clearing from the site as per instructions all
complete.
3.3.4 Stone and Brick Works

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 76 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Providing & Laying first class brickwork in 1:4 cement
sand Mortar in perfect lines and level, shape and
plumb including settingout, soaking of bricks,
3.3.4.1 m³ 1528.44
scaffolding, raking of joints, curing etc as per
specifications, drawings and instructons all complete

Providing & Laying Random Rubble Masonry in 1:4


cement sand Mortar in perfect lines and level, shape
and plumb including settingout, soaking, scaffolding,
3.3.4.2 m³ 80.00
raking of joints, curing etc as per specifications,
drawings and instructons all complete

3.3.5 Cement Plaster works


Providing, Laying and Curing 20 mm Thick Plaster in
1:4 C/S Mortar on inside wall, floor and inside staircase
3.3.5.1 room cover to perfect plumb, lines and level all m² 4167.73
complete as per drawings, specifications and
instructions all complete
Providing, Laying and Curing 12.5 mm Thick Plaster in
1:4 C/S Mortar outside wall, ceiling of room and
projected slab(inclined surface as
3.3.5.2 well),parapet(including top of it) and outside staircase m² 4460.98
cover to perfect plumb, lines and level all complete as
per drawings, specifications and instructions all
complete

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 77 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Providing, Laying and Curing of 20 mm thick edge strip
3.3.5.3 (pani patti) in edge of slab in 1:4 C/S as per Rm 425.00
specifications and instructions all complete
3.3.6 Flooring Works
Providing, Laying and Curing 38 mm thick IPS floor
finish of cement concrete screeding(1:2:4) in floor on
3.3.6.1 m² 1138.15
perfect line,level and slope as per design, specificatons
and instructions all complete
Providing, Laying and Curing 3mm thick cement
punning in floor on perfect line and level as per
3.3.6.2 m² 1326.33
specifications, drawings and instructions all complete

Preparation of mosaic floor with 12.5 mm plaster in 1:2


C/S in bottom layer and 6 mm thick white cement and
marble chips 1:1 in top layer including rubbing and
3.3.6.3 m² 92.70
polishing on perfect line and level as per drawings and
specificatons all complete in staff quarter all complete

Providing, Laying and Curing of porcelean glazed tile in


1:4 cement sand mortar in bath room floor walls &
Kitchen counter and floor in perfect lines and level
3.3.6.4 finishing the joint with white cement with or without m² 418.96
pigments where necessary all complete as per design,
drawings, patterns, specifications and instructions all
complete.
3.3.7 Door and Windows

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 78 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Supplying and fixing Sal wood work for frame of doors,
windows and ventelators including nails, holdfasts,
3.3.7.1 screws etc as approved by site incharge , the timber m³ 3.123
shall be matured, free from wraps, knot holes and
other defects all complete
Supplying and fixing panel door shutter including fixing
with approved size, heavy duty hinges, brass tower
3.3.7.2 bolts handle, locking set, door stopper, shock absorber m² 22.50
as per design and instruction all complete

Supply and fitting of solid core readymade door shutter


3.3.7.3 (single leaf type) with both side teak including all m² 50.37
fixtures in staff quarter all complete
Supply and fitting of of door shutter with fixing
3.3.7.4 moisquito proof wire mesh in bothside in sal wood m² 18.90
frame including all fixtures all complete
Supplying and installation of aluminium framed sliding
window and door with ventilation and mosquito net
shutter from section (101*45*1.5) mm and 5 mm glass
3.3.7.5 m² 174.25
including patented standard hardware like: rollers,
gaskets, brush along with all necessary accessories all
complete
3.3.8 Painting works

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 79 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Providing and Painting two coat of weather apex coat
or equivalent over primer coats on exterior exposed
3.3.8.1 plaster surface in buildings of approved brand and m² 5885.14
colour as per specificatons and instructions all
complete
Providing and application of two coat acrylic emulsion
paints over primer coats on interior plasters and
3.3.8.2 ceilings inside buildings of approved brand and colour m² 2649.97
as per specificatons and instructions all complete

Providing and Painting two coat enamel painting over


primer coat on wooden frames and panel door shutters
3.3.8.3 m² 123.83
of approved brand and colour as per specificatons and
instructions all complete
Providing and Application of three coat chappra polish
over flush door woodwork of approved brand as per
3.3.8.4 m² 127.79
specificatons and instructions all complete

3.3.9 Steel Works


Supply and Fabrication of fencing with 50 mm dia pipe
post erecting spacing 2m c/c connected by 25x25x4
mm angle frame and welding 10mm squaregrill @ 80
3.3.9.1 m² 572.00
mm c/c and welding 2x100mm grill of height 0.15mm
with enamel paint finish as per drawing and instructions
all complete

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 80 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Construction and painting of compound gate with fixing
3.3.9.2 16 gauge iron sheet in frame angle 50x50x5 mm m² 18.90
external and 40x40x5 internal as per drawing
Supply and Fabrication of 4'6" dia. Spiral staircase
using 20x20 mm square pipes and handle 30 mm dia
3.3.9.3 R.m. 8.30
black pipe handle with enamel paint finish as per
specification and instruction all complete
Supply and Fabrication of Rolling shutter with 16-18
gauge strip sheet in store house with enamel paint
3.3.9.4 m² 7.84
finish as per specification and instruction all complete

Supply and fabrication of Stainless steel Railing around


staircase with 50mm dia handle and 50 mm dia post @
3.3.9.5 2m c/c with 3 layered 25 mm dia member with overall R.m. 18.90
height 1 m with paints as per specifications and
instructions all complete
3.3.10 Water Supply and Sanitary Works
Supplying and fitting of pipes and accessories for
water supply, sanitaryware , sewer pipe and fittings
3.3.10.1 Lot 1
including overhead tank (3 x 1000 ltr.) as specified for
Staff Quarter.
Supplying and fitting of pipes and accessories for
water supply, sanitaryware , sewer pipe and fittings
3.3.10.2 Lot 1
including overhead tank (1 x 1000 ltr.) as specified for
Guard Cum Store House.
3.3.11 Electrification Works
3.3.11.1 For Staff Quarter Lot 1

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 81 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
3.6.2 For Guard cum Store House Lot 1
3.3.12 Furniture and miscellaneous indoor facilities
3.3.12.1 For Staff Quarter and Guard cum Store House Lot 1
3.3.12.2 For Control Room Lot 1
3.3.13 Damp Proofing Works
Supply and apply water proofing two coats Dr. Fixit
3.3.13.1 m² 542.11
super create
3.4 Miscellaneous Works
3.4.1 Clearing and stripping of Substation Area sq.m. 26300.00
3.4.2 Survey of Substation area as per specified lot 1
Exploration works for soil strength of foundations
3.4.3 including laboratory tests for Substation as per lot 1
specified
3.4.4 Soil Resistivity test lot 1
Site Grading with earth cutting and filling by borrow pit
3.4.5 earth, including compaction and leveling etc all cu.m. 52600.00
complete
3.4.6 Crushed Rock Surfacing sq.m. 10000.00
3.4.7 Drainage system lot 1
3.4.8 Switchyard fence including entrance gate as specified lot 1
Cable Trench, Duct Bank, Conduit and Hand hole and
3.4.9 lot 1
cable trays to complete the specified job
Construction of Water tank (24000 ltr) & Water supply
3.4.10 from source to storage tank all complete as lot 1
specification

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 82 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks

Construction of Control building (plinth Area 320


Sq.m.)as per drawing and specifications along with all
3.4.11 finishing works including electrification, air conditioning lot 1
, cable trench, sanitary fixtures, plumbing works etc to
complete the scope of work
Total of B
C 132 kV Line Bay Extension at Dhalkebar
1 ELECTRICAL WORKS
1.1 Circuit breakers
145 kV, 1250 A, 3 phase, SF6 Circuit Breaker,
1.1.1 individual pole operation type, complete with all set 2
accessories as per specification for lines
1.2 Disconnecting switches
145 kV, 1250 A, 3 phase Center Break Disconnecting
1.2.1 Switch with Grounding Switch complete with all set 2
accessories as per specification
145 kV, 1250 A, 3 phase Center Break Disconnecting
1.2.2 Switch without Grounding Switch complete with all set 8
accessories as per specification
1.3 Instrument transformers
145 kV, 50 VA, 132/√3 /110/√3 kV, Class 0.5/3P
1.3.1 Capacitor Voltage Transformer complete with all no. 6
accessories as per specification
145 kV, 30 VA, 5 core Current Transformer complete
1.3.2 no. 6
with all accessories as per specification
1.4 Lightning Arrester

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 83 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
120 kV, 10 kA, lightning arrestor including discharge
1.4.1 counter complete with all accessories as per no. 6
specification
1.5 Control and relay panel
132 kV transmission line control and relay panel
1.5.1 set 2
complete with all accessories as per specification
1.6 Grounding
Galvanized E.H.S. steel wires of size 7/3.35 for
lightning shield wire in take off and internal structures
1.6.1 and connection with the existing 132 kV switchyard, lot 1
with accessories to complete the specified scope of
works:
Earthing of switchyard and connection with the existing
grounding mat with conductors, electrode grounding
1.6.2 lot 1
materials and accessories to complete the specified
scope of works :
1.7 Battery & Battery Charger
Battery charger for 110 V battery complete with all
1.7.1 no. 1
accessorie to complete the specified scope of work:
110 V, 600 AH maintenance free lead acid sealed type
1.7.2 battery complete with all accessories to complete the set 1
specified scope of work:
Battery charger for 48 V battery complete with all
1.7.3 no. 1
accessories to complete the specified scope of work:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 84 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
48 V, 300 AH maintenance free lead acid sealed type
1.7.4 battery complete with all accessories to complete the set 1
specified scope of work
1.8 Control and Power cables
600 V power and lighting cable for all works to
1.8.1 lot 1
complete the specified scope of work:
600 V control cable to complete the specified scope of
1.8.2 lot 1
works including that for communication works:

33 kV, 185 sq.mm 3 core XLPE Copper Power Cable


including termination joints and outdoor type cable
1.8.3 meter 250
terminations/Sealing-ends and accessories complete
for both ends for 5 nos of 33 kV lines
1.9 Miscellaneous material
132kV Insulator strings with necessary hardwares,
clamps for substation works and connection between
1.9.1 lot 1
gantry & Tower, complete as per the specified scope of
works:
ACSR "CARDINAL" conductors for 132kV switchyard
with necessary hardwares, clamps for connecting, with
1.9.2 all accessories for substation works and connection lot 1
between tower & gantry, complete as per the specified
scope of works:

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 85 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks

Tubular bus and Bus Support Insulator for 132 kV Bus


1.9.3 including all other accessories and hardwares required lot 1
to complete the specified scope of works:
Switchyard lighting and indoor lighting to complete the
1.9.4 lot 1
specified scope of work:
1.10 Fire Detection & Alarm System
50 litre foam type, Portable/Trolley/Wheel mounted fire
1.10.1 Nos. 2
extinguishers
1.10.2 4.5 kg CO2 type, Fire Extinguisher Nos. 2
22.5 kg Dry Chemical Power (DCP) type,
1.10.3 Nos. 1
Trolley/Wheel mounted fire extinguishers
1.10.4 Smoke detection system in Control Room Building set 1
Fire detection and Alarm System in Control Room
1.10.5 set 1
Building
Sub total of Electrical works
2 RTU/ COMMUNICATION / SCADA
2.1 RTU
RTU cards (including cable, connectors, relays,
transducers and other hardware and software required
a. for data transmission and remote operation to 1
complete the specified works) compatible to existing
system Lot

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 86 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Integration of all 132kV Bays under present scope with
the SCADA of SIEMENS (SINAUT Spectrum) at Load
b Dispatch Centre, Kathmandu including supply of 1
Hardware, Software, accessories etc. as per TS
Section Project. Lot
2.2 COMMUNICATION / SCADA
2.2.1 Digital Protection Coupler Nos. 2
Optical Distribution Frame complete in all respects as
2.2.2 Lot 1
per technical specifications
Optical Approach Cable -24 Fibre (DWSM -G.652D)
along with Installation hardware set for above 24 Fibre,
2.2.3 Lot 1
Fibre Optic Approach Cable complete in all respects
as per technical specifications
Integration of SDH Equipment (Loharpatti SS) with the
2.2.4 existing SDH communication Network at Dhalkebar Lot 1
upto LDC

Sub total of SS Automation, Communication and SCADA


3 CIVIL AND ARCHITECTURAL WORKS
Steel structure for post, beam and equipment
3.1 supporting frame complete with bolts, nuts and all
accessories:
132 kV take off and internal gantry structures(including
3.1.1 Lot 1
busbar support)
3.1.2 145 kV SF6 circuit breaker Nos 2
3.1.3 145 kV disconnecting switch Nos 10

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 87 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
3.1.4 132 kV capacitive voltage transformer Nos 6
3.1.5 132 kV current transformer Nos 6
3.1.6 120 kV lighting arrestor Nos 6
3.1.7 Identification plate, danger notice etc Lot 1
Concrete Foundation for Equipment and Steel
Structures complete with excavation, backfilling,
3.2
form works, concrete works and reinforcement
bars
132 kV take off and internal gantry structures(including
3.2.1 Lot 1
busbar support)
3.2.2 145 kV SF6 circuit breaker Nos 2
3.2.3 145 kV disconnecting switch Nos 10
3.2.4 132 kV capacitive voltage transformer Nos 6
3.2.5 132 kV current transformer Nos 6
3.2.6 120 kV lighting arrestor Nos 6
Control room extension Works, Construction of
3.3 boundary wall as per Drawings & Specifications

3.3.1 Earthworks
Earthwork in excavation of ordinary soil for trenches
including strutting, bracing, sheeting, dewatering and
3.3.1.1 m³ 772.13
disposal/backfill works all complete

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 88 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Earthwork in filling and compaction of quarry soil in
foundation and floor with consolidation in layers of 15
3.3.1.2 m³ 110.98
cm and watering as per instructions all complete

Sand Filling works including supplying and filling


3.3.1.3 materials, watering, consolidation in layers of 15 cm m³ 24.2
and ramming as per instructions all complete
3.3.2 Soling Works
First class flat brick soling work in trenches and
3.3.2.1 foundations providing, laying, curing, mechanical m² 952.49
compaction etc as per instructions all complete
3.3.3 Cement Concrete Works
Providing, Laying, Compacting and Curing cement
concrete M10 (1:3:6) work with cement, sand and
crushed stone ballast 20mm guage finishing to
3.3.3.1 m³ 68.26
approved level, lines and dimensions all complete as
per drawings, specifications and instructions all
complete
Providing, Laying, Compacting and Curing Cement
concrete M15 (1:2:4) work with cement, sand and
crushed stone ballast 20mm guage finishing to
3.3.3.2 approved level, lines and dimensions all complete as m³ 24.98
per drawings, specifications and instructions all
complete

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 89 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Providing, Laying, Compacting and Curing M20
(1:1.5:3) work for all kinds of R.C.C. works with
cement, sand and crushed stone ballast 20mm down
3.3.3.3 finishing to approved level, line and dimensions using m³ 316.05
mixer machine and vibrator all complete as per
drawings, specifications and instructions all complete

Reinforcement(suplying, straightening, cleaning,


cutting, bending, placing and binding of reinforcement )
3.3.3.4 as per specification, drawing and instructions all KG 42832.38
complete
Form work for casting of RCC structure including
centering and shuttering with approved waterproof
plywood (19mm) including all necessary steel propping,
3.3.3.5 scaffolding , staging, supporting, bracing, dismantling m² 2970.33
and clearing from the site as per instructions all
complete.
3.3.4 Brick Works
Providing & Laying first class brickwork in 1:4 cement
sand Mortar in perfect lines and level, shape and
plumb including settingout, soaking of bricks,
3.3.4.1 m³ 581.70
scaffolding, raking of joints, curing etc as per
specifications, drawings and instructons all complete

3.3.5 Cement Plaster works

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 90 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Providing, Laying and Curing 20 mm Thick Plaster in
1:4 C/S Mortar on inside wall, floor and inside staircase
3.3.5.1 room cover to perfect plumb, lines and level all m² 1708.44
complete as per drawings, specifications and
instructions all complete
Providing, Laying and Curing 12.5 mm Thick Plaster in
1:4 C/S Mortar outside wall, ceiling of room and
projected slab(inclined surface as
3.3.5.2 well),parapet(including top of it) and outside staircase m² 1481.66
cover to perfect plumb, lines and level all complete as
per drawings, specifications and instructions all
complete
Providing, Laying and Curing of 20 mm thick edge strip
3.3.5.3 (pani patti) in edge of slab in 1:4 C/S as per Rm 65.50
specifications and instructions all complete
3.3.6 Flooring Works
Providing, Laying and Curing 38 mm thick IPS floor
finish of cement concrete screeding(1:2:4) in floor on
3.3.6.1 m² 291.5
perfect line,level and slope as per design, specificatons
and instructions all complete
Providing, Laying and Curing 3mm thick cement
punning in floor on perfect line and level as per
3.3.6.2 m² 366.83
specifications, drawings and instructions all complete

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 91 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Preparation of mosaic floor with 12.5 mm plaster in 1:2
C/S in bottom layer and 6 mm thick white cement and
marble chips 1:1 in top layer including rubbing and
3.3.6.3 m² 178.50
polishing on perfect line and level as per drawings and
specificatons all complete in staff quarter all complete

3.3.7 Door and Windows


Supplying and installation of aluminium framed sliding
window and door with ventilation and mosquito net
shutter from section (101*45*1.5) mm and 6 mm glass
3.3.7.1 m² 43.5
including patented standard hardware like: rollers,
gaskets, brush along with all necessary accessories all
complete
3.3.8 Painting works
Providing and Painting two coat of weather apex coat
or equivalent over primer coats on exterior exposed
3.3.8.1 plaster surface in buildings of approved brand and m² 2640.27
colour as per specificatons and instructions all
complete
Providing and application of two coat acrylic emulsion
paints over primer and one coat 2 mm wall putty coats
3.3.8.2 on interior plasters and ceilings inside buildings of m² 549.80
approved brand and colour as per specificatons and
instructions all complete
3.3.9 Steel Works

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 92 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Supply and Fabrication of fencing with 50 mm dia pipe
post erecting spacing 2m c/c connected by 25x25x4
mm angle frame and welding 10mm squaregrill @ 80
3.3.9.1 mm c/c and welding 2x100mm grill of height 0.15mm m² 340.00
with enamel paint finish as per drawing and instructions
all complete
3.3.10 Dismantling works
Dismantling cement mortar masonary with deposition in
3.3.10.1 m³ 14.69
stacks
3.3.10.2 Dismantling RCC work with deposition in stacks m³ 2.60
3.3.11 Damp Proofing Works
Supply and apply water proofing two coats Dr. Fixit
3.3.11.1 m² 180.25
super create
Providing, chipping and plaster with mixing perma bond
SBR modified mortar on level all complete. Providing
and laying thermacol in the hole. Providing masking
3.3.11.2 m² 40.32
tape on thermacol and covering with aluminium V
shaped member all complete.

Gypsum board ceiling 12.5 mm thick with providing,


3.3.11.3 fixing under GI frame, finishing of joints with compound m² 180.25
and tape all complete.
3.4 Miscellaneous Works
3.4.1 Clearing and stripping of Substation Area sq.m. 2000.00
3.4.2 Survey of Substation area as per specified lot 1

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 4 Nepal Electricity Authority Page 93 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Schedule No. 4. Installation Services

Item No Description Unit Qty Unit Price (NRs) Total Amount (NRs) Remarks
Exploration works for soil strength of foundations
3.4.3 including laboratory tests for Substation as per lot 1
specified
3.4.4 Soil Resistivity test lot 1
Site Grading with earth cutting and filling by borrow pit
3.4.5 earth, including compaction and leveling etc all cu.m. 2000.00
complete
3.4.6 Crushed Rock Surfacing sq.m. 500.00
3.4.7 Switchyard fence lot 1
Cable Trench, Duct Bank, Conduit and Hand hole and
3.4.8 lot 1
cable trays to complete the specified job
Underground Cable Trench for 33 kV XLPE cable all
3.4.9 meter 100
complete as per specifications and drawings
Supply and installation of Air Conditioning system (2
3.4.10 Nos 2
Tons) as per specified all complete
Total of C
Grand Total

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 5 Nepal Electricity Authority Page 94 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Price Schedule 5: Price Schedule for Proto Type Testing of Tower


Total Amount
Item No Description Unit Qty Unit Price (USD) Remarks
(USD)
PROTO TYPE TESTING OF TOWERS
1
1.1 Tower Type DA with extension +9m No. 1
1.2 Tower Type DB with extension +9m No. 1
1.3 Tower Type DC with extension +9m No. 1
1.4 Tower Type DD with extension +9 m No. 1
Total

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
Price Schedule 6 Nepal Electricity Authority Page 95 of 95
Dhalkebar Loharpatti 132 kV Transmission Line Project

Grand Summary (Price Schedule No. 6) F/C: Foreign Currency


L/C: Local Currency
Total Amount
Schedule Description
F/C (USD) L/C (NRs)

1 Plant Equipment and Mandatory Spare Parts Supplied from Abroad


Plant Equipment and Mandatory Spare Parts Supplied from within the
2
Employer's Country
3 Local Transportation, Insurancce and Other Incidental Services

4 Installation Services

5 Price Schedule for Proto Type Testing of Tower

Total Amount Excluding Custom Duties, Taxes and VAT

Bidding Document for ICB-DL-TLSS-076/77-01 Procurement of Works Single Stage Two Envelope
SECTION-VI
Bill of Quantities
Bill of Quantities
1 Provisional Sum
Procument Item Details

SL.
Item Description Unit Quantity Unit Rate(NPR) Amount(NPR)
No

1 Ins nos 1.0 1.0 1.00

2 Construction work
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Plant Equipment and Mandatory Spare
1 Parts Supplied from Abroad nos 1.0

Local Transportation, Insurancce and


2 Other Incidental Services nos 1.0

Installation Services
3 nos 1.0

Price Schedule for Proto Type Testing


4 of Tower nos 1.0

Total of Procument Items


Total Item Price

VAT

Grand Total

S-ar putea să vă placă și