You are on page 1of 54

TENDER FOR 11KV HT VCB FOR 400KVA ELECTRIC SUB STATION

2011-12

Aryabhatta Research Institute of Observational Sciences (ARIES)


(An autonomous institute under Department of Science and
Technology, Govt. of India)
Manora Peak, Nainital, Uttarakhand 263129 INDIA
Tel : +91-(5942) - 232655/ 233727/ 233734/ 233735/ 235583
FAX : +91-(5942) - 233439, Gram: astronomy
Website: http://www.aries.res.in

Part I
TENDER DOCUMENT
For
Supply, Installation, Testing and Commissioning of 11KV HT VCB panel
for 400KVA Electric substation with remote monitoring including
Earthing complete in all respect at ARIES Manora Peak Nainital

TENDER ENQUIRY NO: AO/3069/3-2(7)/11-12/11KV HT VCB Panel

ISSUE OF TENDER DOCUMENT: 13th February 2012, 9.00 Hrs


LAST DATE OF SUBMISSION OF BID: 6th March 2012, 14.00 Hrs

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 1

TENDER FOR 11KV HT VCB FOR 400KVA ELECTRIC SUB STATION

2011-12

Index
S.No.

Page No.

PART I Tender

1.

Index

2.

Section A: Tender Notice

3-14

3.

Section B: Instructions to bidders

15-17

4.

Section C: Special Conditions of Contract

18-20

5.

Section D: General rules & Directions

21-22

6.

Section E: Technical Specifications

23-34

7.

E.1:

23-29

8.

E.2 Measuring
protection

9.

E.3 Miscellaneous

30-31

10.

E.4 Earthing

31-34

11.

Section F: Compliance Sheet

35-37

12.

Section G: General requirement of Supply of


Equipment

38

13.

Section H:List of Approved manufacturers

39

14.

Annexure-A

40-41

15.

Annexure-B

42-43

16.

Annexure-C

44

17.

Annexure-D

45

18.

Pre Qualification Proforma-I

46-47

19.

Pre Qualification Proforma-II

48

11 KV VCB Circuit panel


Instruments,

metering

PART II BOQ

&

29-30

49-54

20.

Important Instructions

49

21.

11 KV VCB Panel

50-52

22.

Earthing

53-54

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 2

TENDER FOR 11KV HT VCB FOR 400KVA ELECTRIC SUB STATION

2011-12

Section A

TENDER NOTICE
A.1 ARIES invites sealed offer in Two separate Bid Form(Technical &
Financial) from reputed, eligible and resourceful Contractors who are enlisted
in appropriate class in:
(i) CPWD and those M.E.S., Railways or are in approved list in appropriate
Group for Sub Station work or registered in any central/state govt. unit.
(ii) The firms which are specialized in Sub Station works.
(ii) The manufacturers / Authorized Dealers / Distributors of repute.
A.2 Supply, Installation, Testing and Commissioning of 11KV HT VCB
panel for 400KVA Electric substation with remote monitoring including
Earthing complete in all respect at ARIES Manora Peak Nainital
A.2.1 Scope of work:
a) HT VCB
b) Earthing
c) Future provision of Remote monitoring of all equipment using SACADA
d) Any other items/ works required for the completion of electrical works
e) Completition certificate ,safety certificate, Submission of GA drawings
of electrical equipments and getting approvals from Client/ Owner before
manufacturing/fabrication
f) Incase, details of any electrical item/ system are left out, then kindly refer
the CPWD specifications & approval from Engineer.
A.2.2 Tendered Amount:

450000.00/

Performance Guarantee: 10% of Ordered value


E.M.D.

11250.00/

A.3 IMPORTANT DATES:(a) Issue of Tender Document 13th


from
the
website
(http://www.aries.res.in)
(b) Last date of Bid submission 6th
(c) Opening of Technical Bid
6th
13th
(d) Opening of Financial Bid

February 2012, 9.00 Hrs

March 2012 up to 14.00 Hrs


March 2012 at 15:30 Hrs
March 2012 at 15:30 Hrs

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 3

TENDER FOR 11KV HT VCB FOR 400KVA ELECTRIC SUB STATION

2011-12

A.4 Tender Document can be obtained from ARIES, Manora Peak, Nainital263129, Uttarakhand, India on payment of requisite Tender Fee (NonRefundable) Rs. 500.00+VAT @ 13.5% by way of Demand Draft (issued
from any Nationalized Bank) drawn in favour of Director, ARIES payable at
Nainital. Sale of Tender documents shall be closed one day prior to the last date
of submission of Tender. Tender documents shall be supplied free of cost, on
demand, to all Government Departments. Tender document can also be
downloaded from website http://www.aries.res.in without need of purchasing
the same from office. However, bidders submitting their Tender against
downloaded Tender document must enclose either the requisite Tender Fee in
DD or Certified Copy of Proof of Exemption from payment of Tender Fee. The
facility of downloading the Tender Document from website will also be closed
one day prior to the last date of submission of tender.
A.5 Tender depositions and Tender enquiries, if any regarding clarifications/
interpretation in connection with this tender should be addressed to:
Director(Kind attention: Er. Chandra Prakash),
Aryabhatta Research Institute of observational sciencES (ARIES),
Manora Peak, Nainital 263129, Uttarkhand INDIA
Tel : +91-(5942) - 232655/ 233727/ 233734/ 233735/ 235583
FAX : +91-(5942) - 233439, Gram: astronomy
Email: chandra@aries.res.in
A.6 Tenders should be submitted on or before the last date & time as indicated
in A.3. No tender shall be accepted/opened in case of receipt after due date and
time of tender, irrespective of delay or loss of tender form due to postal
services or any other reasons and ARIES shall not assume any responsibility for
late receipt of tender.
A.7 Bid Submission: Tender shall be submitted in lac-sealed covers in the
form of Two-bid system (Technical & Commercial bids) in separate
envelope in the following manner:
(i) Bid containing Technical specifications and Earnest Money Deposit
(EMD).
(ii) Bid containing Financial offer.
The envelopes should be clearly marked as Part I: Technical Bid and
Part II:
Financial Bid with Tender Enquiry number, due date & time
subscribed on them and submitted in separate cover bearing the following
inscription:
Sub: Supply, Installation, Testing and Commissioning of 11KV HT VCB
panel for 400KVA Electric substation with remote monitoring including
Earthing complete in all respect at ARIES Manora Peak Nainital
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 4

TENDER FOR 11KV HT VCB FOR 400KVA ELECTRIC SUB STATION

2011-12

Tender Enquiry No.


:
Due Date & Time
: ................
Vendor Name & Address : .............................
The bids will be opened in two stages on different dates as indicated in
A.3 of Section A. The bid containing Technical specifications and EMD will be
opened at 1st stage and if the same is found according to required
specifications, the bid containing financial offer shall be opened in 2nd stage.
A.8

Part I (Technical Bid) shall contain:

a) Non-Refundable Tender fee of Rs. 500/- (Rs. Five Hundred Only)+


VAT 13.5% in case when the Tender form is downloaded from the website in
the form of crossed DD / Bank Guarantee drawn on any Nationalized bank in
favour of Director, ARIES payable at Nainital.
b) Refundable Earnest Money Deposit (EMD) of Rs. 11250/- (Rs. Eleven
thousand two hundred and fifty only) in the form of crossed DD /Bank
Guarantee drawn on any Nationalized bank in favour of Director, ARIES
payable at Nainital. Tenders without EMD shall be rejected without any
notice.
c) Technical proposal with full details including description & make / model of
material / components, all the supporting documents as desired such as
Product brochures, leaflets, manuals, design, drawings, etc. so as to
enable technical assessment of the proposal on technical grounds. This shall
also include a compliance statement as per Section E &F.
d) Complete technical particulars of all equipment & materials as per
specification given in this tender.
e) An Undertaking, as mentioned in Clause No A.11 (a) of Section A.
f) Prequalification Criteria (as per enclosed Proforma I & II) along with
all the supporting documents.
g) The detailed compliance statement with make and model of components in
the enclosed format (as per Section-E) along with product brochure, leaflets,
manuals, bill of materials etc. Without proper Compliance Statement the
bid is liable to be rejected.
h) Complete contact details of technical staff with name, telephone nos.,
mobile nos., e-mail etc. for after sales service support at ARIES, Manora
peak, Nainital. In absence of such details, the bid is liable to be rejected.
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 5

TENDER FOR 11KV HT VCB FOR 400KVA ELECTRIC SUB STATION

2011-12

i) Acceptance to the terms and conditions laid down in the tender document.
In case any deviation from the general terms and condition the bid is liable to
be rejected.
j) Necessary clarification required by ARIES shall have to be furnished by the
tenderer within the time given by ARIES for the same. The tenderer will have to
depute his representative to discuss with the officer(s) of the department as
and when so desired. In case, in the opinion of ARIES a tenderer is taking
undue long time in furnishing the desired clarifications, his bid will be rejected
without making any reference.
k) After obtaining clarifications from all the tenderers, the department may
modify the technical & commercial conditions/specifications, if required, and will
intimate the same to the tenderers, whose technical- bids are acceptable. At
the same time, date and time of opening of price - bid will also be intimated. A
tenderer will also not be allowed to withdraw or modify any condition at a time
after the technical bids have been accepted and the decision to open the price
bid has been taken by the department unless revised bid is allowed due to
minor changes made during negotiations on technical - bid.
l)
Detailed credentials as per the requirement of eligibility criteria and all
tender papers except Bill of Quantities are to be submitted in Technical Bid.
There can be a pre-bid conference at ARIES NAINITAL if desired by the
venders in which any doubt of contractors shall be clarified besides discussion
on any additional condition proposed by the tenderers within two weeks of
floating the tender. If found necessary, addendum/corrigendum to tender
document would be issued. Such addendum/corrigendum (if any) shall also be
submitted, duly stamped and signed along with the Technical Bid. Any tender
submitted without addendum/corrigendum (if any) shall be summarily
rejected.
m) While submitting applications for issue of tender papers, the firms should
attach along with their applications, Photostat copies (duly attested) of all
documents to prove the eligibility criteria. The qualified vender should also
produce the original certificates for checking and verification at the time of
signing the agreement with ARIES. Vender failing to do so, shall render himself
liable for rejection of his application.
If the technical offer contains any price information the offer is liable to
be rejected.
A.9 Part II (Financial Bid) shall contain:

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 6

TENDER FOR 11KV HT VCB FOR 400KVA ELECTRIC SUB STATION

2011-12

a) General: This specification covers manufacture, testing as may be


necessary before dispatch, delivery at site, all preparatory work, assembly
and installation, commissioning putting into operation of Entire substation.
b) Financial bid will be opened by ARIES in the presence of the interested
representatives of the tenderers who wish to be present.
c) ARIES reserves the right to reject any or all the price bids and calls of fresh
prices/tenders as the case may be without assigning any reason.
d) All equipments, their installation, testing and commissioning shall
conform latest CPWD/ IS specifications, Indian Standard Code of Practice
for Electrical Wiring Installation IS:732-1989 in all respects. It shall also be in
conformity with Indian electricity Rules and the Regulations, National Electric
Code, National Building Code, latest CPWD specifications amended up to date,
requirements of the Local Electric Supply Authority and as per directions of
Engineer-in-Charge. These additional specifications are to be read in
conjunction with above and in case of variations; specifications given in this
additional conditions shall apply. However, nothing extra shall be paid on
account of these additional specifications & condition as the same are to be read
along with schedule of quantities for the work. Some of the applicable
codes/standards are as under:
i)

CPWD General specifications for electrical works

Part-I (Internal)- 2005

ii)

CPWD General specifications for electrical works

Part-II (External)-1995

iii) CPWD General specifications for electrical works Part-IV (Substation)- 2007
iv) CPWD specification/norms for measurement

Latest revision

v) Guide for marking insulated conductors

IS 5578

vi) Guide for uniform system of marking and identification of conductor and
apparatus terminals
vii) Low voltage switchgear and control gear assemblies

IS 11353
IS 8623 Part-1 to 3

viii) Specification for low voltage switchgear and control gear

IS 13947

ix) enclosed distribution fuse boards and cutouts for voltages not exceeding
1000V AC and 1200 V DC

IS 2675

x) Code of practice for selection, Installation and maintenance of switchgear


and control gear.

ISI 10118 Part - 1 - 4

xi) Low-voltage fuses for voltages not exceeding 1000V AC or 1500V DC


ISI 13703 Part-1&2
xii) Code of practice for earthing

IS 3043

xiii) Electrical accessories - circuit breakers for over current protection for
household and similar installations.
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

IS 8828
Page 7

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION
xiv) Residual current operated circuit breakers

2011-12
IS 12640

xv) Current Transformers

IS 2705

xvi) Voltage Transformers

IS 3156

xvii) Direct acting indicating analogue electrical measuring instruments and


their accessories

IS 1248 part - 1 to 9

xviii) Control Switches (switching device for control and auxiliary circuits
including contactor relays) for voltages upto and including 1000V ac and
1200V DC.

IS 13947 & IS 1336

In case of contradiction in specification the priority of the documents shall be


as follows:
Tender document/ drawings/Technical specifications/CPWD/ IS specification.
e) No T&P shall be issued by ARIES and nothing extra shall be paid on account
of this.
f) Only Price Schedule completed in all respects with proper seal and signature
of authorized person should be mentioned. Prices should be given in INR
in both figures and words.
g) The work to be awarded by this tender shall be treated as indivisible works
contract.
h) ARIES reserves the right to inspect the works intimated to have been
completed by the applicant and reject any prospective application without
assigning any reason.
i)For composite tender, besides indicating the combined estimated cost put to
tender, should clearly indicate the estimated cost of each component
separately. The eligibility of tenderer will correspond to the combined
estimated cost of different components put to tender
A.10 Completion period
The completion period indicated in the tender documents is for the entire
work of planning, designing, supplying, installation, testing, commission and
handing over of the entire job to the satisfaction of the Engineer - in - charge.
A. 11 Eligibility Criteria:
a) Should be reputed, eligible and resourceful contractors and give an
UNDERTAKING that they would facilitate their regular support during the
warranty period. In absence of such undertaking, the Bid is liable to be
rejected.
b) Firms/Contractors who fulfill the following requirements shall be eligible to
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 8

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

apply:The firm should have successfully carried out similar works in Central
Government/State Government/Central or State Autonomous Bodies/Central
or State Public Sector Undertakings during the last three years.
(i) Either three similar completed works each costing not less than the amount
equal to 40% of the estimated cost put to tender and each work should involve
SITC of Sub Station equipments capacity not less than 100 KVA .
OR
(ii) Two similar completed works each costing not less than the amount equal to
50% of the estimated cost put to tender and each work should involve SITC of
Sub Station equipments of capacity not less than 150 KVA .
OR
(iii) One similar completed work of aggregate cost not less than the amount
equal to 80% of the estimated cost put to tender and work should involve SITC
of Sub Station equipments of capacity not less than 250 KVA .
(iv) Tenders will be accepted for eligible CPWD as well as NON CPWD
contractors provided they produce definite proof from the appropriate
authority, which shall be to the satisfaction of the competent authority, of
having satisfactorily completed similar works of magnitude specified below:
c)

Conditions for NON CPWD Contractors only:


For

works

estimated

to

cost Three similar works each costing not

above Rs. 5 Lacs but upto Rs. 20 less than Rs. 5 Lacs during the last 3
Crores.
Years.
Note:- Class-II contractors of CPWD shall also be eligible if they satisfy the
above criteria specified.
d) Completion Certificate issued by the officer of the Client Department of the
rank of Executive Engineer or equivalent will have to be furnished along with
the application. The completion certificate must clearly indicate:(i)

The date of completion of work

(ii)

Nature of work

(iii)

That the work has been completed satisfactorily

(iv)

Final cost of work,

e) The Authorized dealers / distributors shall submit attested copies of


certificates to this effect issued by manufacturers of respective approved makes.
f)

Should have authorized service centre / branch office in Haldwani, Rudrapur,


ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 9

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

Dehradun, Bareilly or in Delhi/NCR, ensuring satisfactory after sales service


support. Complete contact details of the technical staff responsible for
after sales service are to be submitted by the bidder.
g) Should be having all the necessary registrations (as per Pre-Qualification
details asked in enclosed Performa I & II) like Service Tax, TIN, PF, PAN etc.
Enclose proof thereof. In absence of supporting documents, the Bid is
liable to be rejected.
h) The Bidder should submit a self-attested certificate that it has not been
blacklisted, debarred, declared non-performer or expelled by Union
Govt/State Govt/ PSUs during the last 5 years. In the absence of
certificate, the Bid is liable to be rejected.
A.12 Rejection & Return of Tender:
a) Any Tender can be rejected by the order of the Director, ARIES without
assigning any reason whatsoever or incurring any liability to the bidders.
b) The bidders are cautioned that not giving complete information called for in
the Tender Document, not giving it in clear terms or making any change in
prescribed formats or deliberately suppressing the information may result in
summarily disqualified.
c) Any information furnished by the applicant found to be incorrect either
immediately or at a later date, would result in rejection of the application at
any stage or to cancel the contract if awarded, and shall render him liable to
be debarred from tendering in future.
d) Any effort on the part of the applicant or his agent to exercise influence or to
pressurize for his/her bid shall result in rejection of his/her bid. Canvassing in
any form in connection with the tenders is strictly prohibited. Bidder who
resorts to canvassing will invite rejection of his tender.
A.13 Opening of Technical & Financial Bid
Only the technical bid will be opened on the date specified in A.3 of Section A.
Interested bidders may attend the technical bid opening as per the schedule.
Financial Bid of only technically qualified bidders will be opened on the date
specified in A.3 of Section A.
Other Conditions:
1. The enlistment of the contractor should be valid on the last date of sale of
tenders. In case only the last date of sale of tender is extended, the enlistment
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 10

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

of contractor should be valid on the original date of sale of tenders.


2. In case both the last date of receipt of application and sale of tenders are
extended, the enlistment of contractor should be valid on either of the two dates
i.e. original date of sale of tender or on the extended date of sale of tenders.
3. The time allowed for carrying out the work will be Forty Five Days from
issue of purchase order.
4. Tenderers are advised to inspect and examine the site and its surroundings
and satisfy themselves before submitting their tenders as to the nature of the
ground and sub-soil (so far as is practicable), the form and nature of the site,
the means of access to the site, the accommodation they may require and in
general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their
tender. A tenderer shall be deemed to have full knowledge of the site whether he
inspects it or not and no extra charges consequent on any misunderstanding or
otherwise shall be allowed.
5. The tenderer shall be responsible for arranging and maintaining at his own
cost all materials, tools & plants, water, electricity access, facilities for workers
and all other services required for executing the work unless otherwise
specifically provided for in the contract documents. Submission of a tender by a
tenderer implies that he has read this notice and all other contract documents
and has made himself aware of the scope and specifications of the work to be
done and of conditions and rates at which stores, tools and plant, etc. will be
available to him in local conditions and other factors having a bearing on the
execution of the work.
6. ARIES does not bind itself to accept the lowest or any other tender and
reserves to itself the authority to reject any or all the tenders received without
the assignment of any reason. All tenders in which any of the prescribed
condition is not fulfilled or any condition including that of conditional rebate is put
forth by the tenderer shall be summarily rejected.
7. The tender for the works shall remain open for acceptance for a period of
Ninty days from the date of opening of tenders. If any tenderer withdraws his
tender before the said period or issue of letter of acceptance, which-ever is
earlier, or makes any modifications in the terms and conditions of the tender
which are not acceptable to ARIES, then ARIES shall, without prejudice to any
other right or remedy, be at liberty to forfeit 50% of the said earnest money as
aforesaid.
8. Further, the tenderer shall not be allowed to participate in the retendering process of the work.
9. This Notice Inviting Tender(NIT) shall form a part of the contract document.
The successful tenderer/contractor, on acceptance of his tender by the Accepting
Authority, shall, within 15 days from the stipulated date of start of the work, sign
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 11

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

the contract consisting of:a) The NIT, all the documents including additional conditions, specifications
and drawings, if any, forming the tender as issued at the time of invitation of
tender and acceptance thereof together with any correspondence leading thereto.
b)Standard CPWD Form 8.
10. All out-station bids, if sent by post should be sent under registered cover.
11. Any change in Bid after opening of the tender will not be allowed
12. In case of any variation or difference between applicable specifications the
following order of precedence will be followed: i)
Nomenclature of item.
ii)
The relevant drawing.
iii)
Special specifications attached with the tender documents.
iv)
General specification attached with the tender documents.
v)
C.P.W.D. Specifications.
13.

The contractor shall be required to produce samples of all materials


sufficiently in advance to obtain approval of the Engineer-In-Charge.
Subsequently the material to be used in the actual execution of the work
shall strictly conform to the quantity of samples approved. In case of
variation, such materials shall be liable to rejection

14.

All the materials used in the work shall comply with the requirements of
Engineer-In-Charge and shall pass all the tests and analysis required by
him as per particular specifications as applicable or such recognized
specifications as acceptable to the Engineer-In-Charge.

15.

The contractor shall at his own cost make all arrangement and shall
provide such facilities as the Engineer-In-Charge may require for collecting,
preparing and forwarding the required number of samples for tests and for
analysis at such time and to such places, as directed by the Engineer-InCharge. Nothing extra shall be paid for the above, including the cost of
materials to be tested.

16.

The necessary tests shall be conducted at factory site or at ARIES as


required by engineer incharge.

17.

The contractor or his authorized representatives shall associate in testing


of samples. In case he or his authorized representatives is not present or
does not associate him the result of such test and consequences thereon
shall be binding on the contractor.
18.
Wherever any reference to any Indian Standard Specifications occur in
the documents relating to this contract same shall be inclusive of all
documents issued thereto or revision thereof if any, upto date of the tender
notice.
19.
Before start of the work, the contractor shall submit the programme for
execution of work, get it approved from the Engineer-In-Charge and strictly
adhere the same for the timely completion of the project work.
20. The work shall be carried out in such a manner so as not to interfere/or
effect or disturb other works being executed by other agencies, if any.
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 12

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

21. Any damage done by the contractor to any existing work shall be made good
by him at his own cost.
22. The contractor or his authorized representative should always be available
at the site of work to take instructions from department officers and ensure
proper execution of work. No work should be done in the absence of such
authorized representatives.
23. The contractor shall maintain in good condition all work executed till the
completion of entire work allotted to the contractor.
24. All work and material brought and left upon the ground by the contractor
or by his orders for the purpose of forming part of the works are to be
considered to be the property of ARIES and same are not to be removed or
taken away by the contractor or any other person without the special license
and consent in writing of the Engineer-In-Charge, but ARIES is not to be in any
way responsible for any loss or damage which may happen to or in respect of
any such work or materials either by the same being lost or damaged by
weather or otherwise.
25. Water & Electricity connections:- The contractor shall make his own
arrangement for obtaining electric & water connection required for execution
of work and make necessary payments directly to the concerned departments
and nothing extra shall be payable on this account.
26. The rate for all items of work, unless clearly specified otherwise, shall
include the cost of all labour, materials and other inputs etc. involved in the
execution of the items and thus nothing extra on any account will be paid to
the agency other then his quoted rates.
27. Unless otherwise provided in the schedule of quantities the rates tendered
by the contractor shall be all-inclusive and shall apply to all heights, depths,
lead and lifts.
28. The contractor shall construct suitable Godown at the site or work or
storing the materials safe against damage due to sun, rain, dampness, fire,
theft, etc. He shall also employ necessary watch and ward establishment for
the purpose and no extra claim whatsoever shall be entertained on this
account.
29. No payment will be made to the contractor for damages caused by rains,
snowfall, floods or any other natural calamity, whatsoever during the
execution of the work. The contractor shall be fully responsible for any
damage to the Owners property and to the work for which the payment has
been advanced to him under the contract during the execution of the works.
30. The malba/garbage, removed from the site shall be disposed off by the
contractor at any suitable place as directed by the Engineer-In-Charge.
31. Where no approved brand is mentioned against any item, the material
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 13

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

strictly confirming to C.P.W.D. specifications shall only be supplied.


32. Apart from all the conditions & specifications stated above, all the
amendments in the "General conditions of Contract for central PWD work"
issued up to date shall be applicable.

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 14

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

Section B
INSTRUCTIONS TO BIDDERS
B.1 Delivery Schedule
The delivery, to be done at ARIES, Manora Peak Nainital, must be completed
within Forty Five(45) Days from the date of Purchase Order.
B.2 Offer Validity
Bid must be valid for minimum Ninety Days from the date of opening of
Financial Bid. ARIES, Nainital may ask bidders to extend the period of validity.
B.3 Product Specifications & Compliance Statement
The bidder should quote for all the specified brands which are in compliance to
our technical specifications. Wherever brand / make are not mentioned please
ensure to quote only for REPUTED and WELL KNOWN BRAND / MAKE meeting
national / international standards. Any deviations must be specifically and
clearly mentioned in form of COMPLIANCE STATEMENT, as per enclosed
Section-E. In the absence of this, the bid is liable to be rejected. Complete
technical details along with Make, Model and product literature should be
enclosed. Each page of the bid and cuttings / corrections shall be duly signed
and stamped by the bidder. Failure to comply with this requirement may result
in the bid being rejected.
B.4 In case of any discrepancy between rates mentioned in figures and words,
the latter shall prevail. If there is any discrepancy between the unit price and
the total price, the unit price shall prevail and the total price shall be corrected.
B.5 Material must be properly packed against any damage and insured up to
the destination. The material should be directly dispatched to the installation
site at ARIES, Manora Peak, Nainital.
B.6. All the expenses involved in delivering, unloading etc. the equipment at
our site, shall be borne by the Bidder. All aspects of safe delivery shall be the
exclusive responsibility of the Bidder. ARIES will have the right to reject the
component/equipments supplied, if it does not comply with the specifications at
any point of installation, inspection and testing.

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 15

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

B.7 ARIES, Nainital reserves the right to divide / split the order between more
than one technically qualified bidder to meet the technical requirements and the
Work Completion Schedule.
B.8 EMD is liable to be forfeited and bid is liable to be rejected, if the bidder
withdraws or amends impairs or derogates from the tender in any respect
within the validity period of the tender.
B.9 The EMD of all the unsuccessful bidders will be returned as early as
possible within the Bid Validity period but not before 30 days of the issue of the
Purchase Order. No interest will be payable by ARIES on the EMD. The Earnest
Money of successful bidder shall be returned after acceptance of the order and
submission of Performance Bank Guarantee (PBG).
B.10 ARIES Nainital reserves the right to increase or decrease the Bill of
Material as per the requirement without any change in the quoted rates.
B.11 If any equipment or part thereof is lost or rendered defective during
transit, the supplier shall immediately arrange for the replacement of damaged
equipment or part thereof, as the case may be, at no extra cost.
B.12 Rates should be quoted towards Manufacture, Supply at site, Unloading,
Erection, Commissioning, Testing and Maintenance of Supplies / Materials given
under Scope of Work of Section A, accordingly by giving the basic price, VAT,
Service Tax, etc. wherever applicable. The rates should be quoted in Indian
Rupees for the entire completion of job to be done at site BOTH IN FIGURES &
WORDS.
B.13 Govt. Levies like VAT, Service Tax etc. shall be paid on actual rates as
applicable from time to time. Percentage Rate of taxes to be charged must be
mentioned in the price bid. Terms like "at Actual" will not be acceptable for any
commodity quoted by the vender and tender will be rejected.
B.14 ARIES will provide road permit and excise exemption certificate under
Govt. notification 10/97 dated 01.03.1997.
B.15 Offers through Email / Fax, etc and open offers shall not be accepted.
Late / Delayed offers shall not be accepted under any circumstances.
Incomplete offers are liable to be rejected. In case the specified date for
the submission of offers being declared as a holiday for ARIES, the bid-closing
deadline shall stand extended to the next working day up to the same time.
B.16 Any attempt of negotiation on the part of the bidder, directly or indirectly,
after submission of tender, with the authority to whom he has submitted the
tender or authority who is competent to finally accept it or any endeavor to
secure any interest for an actual or prospective bidder or to influence by any
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 16

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

means the acceptance of a particular tender will render the Bidders tender
liable to be rejected.
B.17 The bidders seeking any clarification may notify to ARIES in writing at
ARIES, Manora Peak, Nainital-263129. Clarifications received till 96 hours
before the closing date / time of receipt of bids will be responded.
B.18 The equipment must be supported by a Service Centre manned by the
bidders technical support engineers. The support through this Centre must be
available 24 hours in a day, seven days a week and 365 days a year. Also
provide toll free number / web / email so that it should be possible to contact
the Principal Bidders (OEMs) support Centre.
B.19 Unsatisfactory Performance
ARIES shall have the sole right to assess the performance of the tendered
equipment(s) /components, primary / intermediate and or final, and reject the
same without assigning any reason / explanation to the bidder if the
performance is found to be unsatisfactory as per norms of ARIES. The decision
of ARIES will be final and binding on the supplier.
B.20 Disclaimer
This Tender / Request for Proposal (RFP) is not an offer by ARIES Nainital, but
an invitation for bidder response. No contractual obligation whatsoever shall
arise from the RFP process.
B.21 Declaration: The bidder would be required to give certificate as below in
his commercial bid. I/WE UNDERSTAND THAT THE DETAILS OF THE
SALES & SERVICES AS PROVIDED ABOVE ARE SUBJECT TO CHANGE.
I/WE AGREE THAT IN CASE OF ANY CHANGE IN THE QUANTITIES
REQUIRED FOR ANY OF SERVICES, I/ WE WOULD BE SUPPLYING THE
SAME AT THE RATES AS SPECIFIED IN COMMERCIAL BID. I /WE AGREE
TO ADHERE TO THE PRICES GIVEN ABOVE EVEN IF THE QUANTITIES
UNDERGO A CHANGE.

SIGNATURE OF THE BIDDER WITH STAMP.

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 17

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

Section C
SPECIAL CONDITIONS OF CONTRACT
C.1. Price Basis
Price basis should be FOR ARIES, Manora Peak, Nainital in INR only. The
quoted price will be considered firm and no price escalation will be permitted
during the bid validity period.
C.2 Order Placement and Release of Payment
The purchase order and payment shall be processed from: ARIES, Manora Peak
Nainital-263129.
C.3 Billing is to be done in the name of Director ARIES, Manora Peak,
Nainital. The payment would be released on the basis of the successful test
and commissioning of the item and actual bill of material used, duly certified by
our authorized representative at site.
C.4 Performance Bank Guarantee (PBG)
The successful bidder will be required to furnish the Performance Bank
Guarantee from a scheduled Indian Bank towards 10% amount of the total
Order value. This Bank Guarantee shall remain valid for the warranty period,
commencing after the successful completion of entire job.
C.5 Payment
On arrival of all panels/Equipments payments for 50% of the ordered value may
be released. The remaining payment will be released after receipt and
commissioning of whole substation at ARIES normally within 30 days and
submission of Performance Bank Guarantee of 10% of the total amount
including taxes valid for two months beyond warranty period or/else 10%
amount will be released after two months beyond warranty period. However
the payment shall be made on actual measurement basis.
C.6 Penalty for Delayed Services
Penalty / Liquidated Damages shall be charged @0.5% of the contract value per
day subject to maximum of 10% of total order value, in case of delay beyond
the stipulated time period as given in Clause 1 under Section II.

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 18

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

C.7 In respect of the work of the sub-agencies deployed for doing work of
electrification, air- conditioning, external services, other building work,
horticulture work, etc. for this project and any other agencies simultaneously
executing other works, the contractor shall afford necessary coordination and
facilities for the same. The contractor shall leave such necessary holes,
openings, etc. for laying / burrying in the work pipes, cables, conduits, clamps,
boxes and hooks for fan clamps, etc. as may be required for the electric,
sanitary air-conditioning, fire fighting, PA system, telephone system, C.C.T.V.
system, etc. and nothing extra over the agreement rates shall be paid for the
same.
C.7.1 Unless otherwise specified in the bill of quantities, the rates for all items of
work shall be considered as inclusive of pumping out or bailing out water if
required for which no extra payment will be made. This will include water
encountered from any source such as rains, floods, or due to any other cause
whatsoever.
C.7.2 Any cement slurry added over base surface (or) for continuation of
concreting for bond is added its cost is deemed to have in built in the item
unless otherwise/explicitly stated and nothing extra shall be payable or extra
cement considered with consumption on this account.
C.7.3 The rate for all items in which the use of cement is involved is inclusive of
charges for curing.
C.7.4 The contractor shall clear the site thoroughly of all scaffolding materials
and rubbish etc. left out of his work and dress the site around the building to
the satisfaction of the Engineer before the work is considered as complete.
C.7.5 Rates for plastering work (excluding washed grit finish on external wall
surfaces) shall include for making grooves, bands etc. wherever required and
nothing extra shall be paid for the same.
C.7.6 The rates quoted for all brick/concrete work shall be deemed to include
making openings and making good these with the same specifications as
required and/or as directed by engineer incharge. No extra payment shall be
made to the contractor on this account.
C.7.7 Rates for all concrete/plaster work shall include for making drip course
moulding, grooves etc. wherever required and nothing extra shall be paid for the
same.
C.7.8 Rates for flooring work shall include for laying the flooring in strips/as per
sample or as required and nothing extra shall be paid for the same.
C.7.9 The quoted rate shall be for finished items and shall be complete in all
respects including the cost of all materials, labour, tools & plants, machinery
etc..The client/OWNER/Employer shall not be supplying any material, labour,
plant etc. unless explicitly mentioned so.
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 19

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

The contractor has to ensure co-ordination with Institute authorities to maintain


the smooth functioning / operation of existing Institute timing without disruption
during the execution of work. This may require working rescheduling the normal
working hours, working in restricted period etc. Nothing extra shall be payable on
this account.
C.7.10 He shall also ensure that all work sites within the Institute complex are
properly cordoned off by means of barricades and screens upto a height of 3.0 m
above ground level. The contractor shall use painted CGI sheets which are in good
condition mounted on steel props.
C.7.11 Stacking of materials and excavated earth including its disposal shall be
done as per the directions of the Engineer-in-Charge. Double handling of
materials or excavated earth if required shall have to be done by the contractor
at his own cost.
C.8 Warranty
All the items covered in the schedule of the requirements, shall carry minimum
Two Years Onsite Comprehensive Warranty, commencing from the date of
completion of entire job. The after sales service support / warranty
services has to be provided at ARIES, Manora Peak, Nainital . The
repairing / rectification, if any of the items under warranty must be done
at site only within 24 hours. The bidder should submit along with the technical
bid, the detailed plan for providing installation and warranty services at site.
Prompt and efficient after sales service must be free within the warranty period.

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 20

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

Section D
GENERAL RULES & DIRECTIONS
D.1 The bidders name, dated signature & seal should appear on each page of
the Tender Document.
D.2 The major cemented work including cable trench, plateform for placing the
panels, DG Sets, room for UPS, etc. will be provided to the vender by ARIES.
D.3 The bidder shall be responsible for the delivery of the equipments to site
and shall include in his bid all the necessary arrangements for transport, loading
and off-loading(including cranes, lifting tackles, wire rope, winches, slings, etc.)
. ARIES will not accept any claims for additional costs in this regard
after the contract has been awarded.
D.4 If the contractor or his workmen or employees shall break, deface, injure,
or destroy any part of a building, road kerb, fence, enclosure, water pipes
cables, drains, electric or telephone posts, wires ,etc. The contractor shall make
the same good at his own expenses. Aries may cause the same to be made
good by other workmen and deduct the expenses of which ARIES decision is
final.
D.5 In the event of tender being submitted by a firm, it must be signed
separately by each partner thereof or in the event of the absence of any
partner, it must be signed on his behalf by a person holding a power of attorney
authorizing him to do so, such power of attorney to be produced with the
tender, and it must disclose that the firm is duly registered under the Indian
Partnership Act 1952.
D.6 In the case of any tender where unit rate of any item/ items appear
unrealistic, such tender will be considered as unbalanced and in case the
tenderer is unable to provide satisfactory explanation such a tender is liable to
be disqualified and rejected.
D.7 On account of security consideration, some restrictions may be imposed by
the security staff on the working and movement of men and materials etc. The
contractor shall be bound to follow all such restrictions/ instructions and he shall
organize his work accordingly. No claim on this account, whatsoever, shall be
payable.
D.8 The contractor shall be responsible for completing the work and for
satisfying all terms and conditions of the Contract without any extra payment
over his quoted rates unless otherwise specified. The contractor shall quote his
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 21

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

rates for various items of work accordingly and no claim whatsoever shall be
entertained for any incidental or extra work involved in the execution of the
work as per nomenclature of the item and the specifications indicated in the
tender documents.
D.9 The contractor shall prepare and produce instruction, operation and
maintenance manuals in English for the use, operation and the maintenance of
the supplied equipment and installations, and submit to the Engineer-in-Charge
in TWO copies(i.e. for each equipment) at the time of handing over. The Detail
manual shall generally consist of the following:
a) Description of the project
b) Operating instructions
c) Maintenance
maintenance

instructions

including

procedures

for

preventive

d) Type and routine test certificates


i) Test certificate of VCB panel & its accessory separately

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 22

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

Section E
TECHNICAL SPECIFICATIONS
If any work is not specified in this document, that work shall be carried out as
per CPWD General Specifications for Electrical works, CPWD General
Specification for Electrical Works Part -I, II & IV, as amended upto date relevant
IE rules, and as per directions of Engineer - in - Charge. For electrical panels,
CPWD General Specification for Electrical Works Part -IV shall be applicable, for
DG Set, Part VII (DG SET works) 2006 as amended up to date along with the
changes upto date.
H.T. SUBSTATION
E.1 TECHNICAL PARTICULARS of 11 KV VACUUM CIRCUIT BREAKER
PANEL
E.1.1 GENERAL:
Vacuum Circuit Breaker shall be incorporated in H.T. Panel wherever specified.
VCB's shall conform to IEC 298 and 694 IS 3427, BS 5227 and VDE 0670, part 6
as well as the regulations mentioned therein. VCB's shall be suitable for
operation on 11kV, 3 phase, 50Hz, AC supply.
E.1.2 TYPE AND CONSTRUCTION:
The metal clad panel shall be fully extensible and compartmentalized to give.
i) Circuit Breaker Compartment
ii) Busbar Compartment
iii) CT and Cable Compartment
E.1.3 The compartments shall be safe to touch and compartments thus formed
shall be dust proof & vermin proof. A separate metering chamber for fixing the
necessary instrumentation metering and protective equipment shall be mounted
on the top and bottom of the panel at the front.
E.1.4 The VCB shall consist of three air insulated poles incorporating
mechanism of interrupters. The body of interrupters shall be made of nickel
chromium steel supported on insulators made out of metalised aluminum oxide.
The contacts shall be of chromium copper and butt shaped.
E.1.5 Vacuum circuit breaker shall be mounted on truck or a carriage
mechanism. In case of truck mechanism, the breaker shall be on a trolley while
in a carriage mechanism, shall be separate door and it shall be possible to
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 23

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

perform all operations with front door closed. The draw out carriage shall have
two positions for the circuit breaker viz isolated/test & service position. Bus bars
shall be insulated type made of high conductivity copper(Copper conductivity
should be greater than or equal to 95% in all cases) supported on cast epoxy
monobloc designed to withstand full short circuit currents and shall be provided
all along the length of the H.T. board.
E.1.6 It shall be horizontal isolation, horizontal draw out type, fully interlocked,
with dust and vermin proof construction, suitable for indoor installation. The
panel shall be supplied with the manufacturer's test certificates.
E.1.7 Certificates with date of manufacture and shall be complete in all
respects. The steel work should have undergone a rigorous rust proofing process
comprising alkaline degreasing, descaling in dilute sulphuric acid and
recognized phosphate process and shall then be given power coating
(Electrostatic) paint of manufacturer's standard shade.
E.1.8 The switchgear constructions shall be such that breaker operation and
internal explosions do not endanger the operating personnel, and the front of
the panel shall be specially designed to withstand these. Pressure relief flaps
shall be provided for safely venting out gases produced inside the high voltage
compartment, bus bar compartment and termination compartment. These flaps
shall be vented upwards and cannot be opened from outside. These relief flaps
shall be of such construction as not to permit ingress of dust/water in harmful
quantities under normal working conditions. Enclosure shall be constructed
with sheet steel of at least 2.0mm thickness. It shall have a rigid, smooth,
leveled, flawless finish.
E.1.9 On the incoming breaker panel, a 50VA burden and Class I accuracy
potential transformer 11kV/3 /110V/3 with LT fuses shall be provided. These shall be
three single-phase PTs cast resin insulated type. Adequate space at the rear of
the panel shall be provided for termination of power & control cables. The panel
shall be provided with suitable terminating arrangement for termination of
cables.
E.1.10 The making contact arms (upper & lower) of the circuit breaker shall be
encased in polypropylene tubes. Penetration type bushings shall be provided in
the busbars & cable compartment for the fixed contacts.
E.1.11 Safety shutters shall be provided to cover up the fixed high voltage
contacts on busbar and cable sides when the carriage is moved to
Isolated/Disconnected position. The shutters shall move automatically with the
movement of the draw out carriage. It shall, however, be possible to open the
shutters of busbars side and cable side individually.
E.1.12 Mechanically operated circuit breaker auxiliary switches of minimum 4
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 24

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

NO + 4 NC ways(Or as per requirement), shall be provided for control and


indication purposes. Control wiring shall be done by 1.5 sq. mm; 1.1kV grade
stranded copper PVC insulated cable. All control fuses shall be HRC link type.
E.1.13 Terminal blocks shall be clamp type suitable for connection of only 2
wires per terminal and shall be 650 V grade. The L.T. control circuit shall be
routine tested to withstand 1.5kV for one minute.
E.1.14 Busbar compartment shall be provided at the rear. Electrolytic copper
busbars shall be of rectangular cross section and insulated and covered with
standard sleeve. Busbars shall be supported properly by cast epoxy resin
insulators so as to withstand thermal and dynamic stresses during system short
circuits. Busbars shall be provided with necessary color coding for phases
indication. The busbars shall be designed to withstand a temperature rise of 60
deg. C above and ambient temperature of 45 deg. C.
E.1.15 All busbars and jumper connections shall be of electrolytic copper
conforming to relevant IS standards. They shall be adequately supported on
epoxy insulators to withstand electrical and mechanical stresses due to specified
short circuit currents. Busbar cross section shall be uniform throughout the
length of switch board.
E.1.16 Contact surface at all joints shall be properly cleaned and No-oxide
grease applied to ensure an efficient and trouble free connections. All bolted
joints shall have necessary washers for maintaining adequate contact pressure.
All connection hardware shall have high corrosion resistance.
E.1.17 Busbar insulators shall be of track-resistance, high strength, and nonhygroscopic, non-combustible type & shall be suitable to withstand stresses due
to over voltages and short circuit current. Busbar shall be supported on the
insulator such that the conductor expansion and contraction are allowed without
straining the insulators. The temperatures of the busbars and all other
equipments, when carrying the rated of relevant Indian Standards, duly
considering the specified ambient temperature.
E. 1.18 EARTHING AND PROTECTIVE EARTHING
Copper earthing bus shall be provided. It shall be bolted/ welded to the
framework of each panel. The earth bus shall have sufficient cross time fault
currents to earth without exceeding the allowable temperature rise. Suitable
arrangement shall be provided at each end of the earth for bolting. Earthing
conductors and earth bus shall run inside at the back of the panel for entire
length. Facilities shall be provided for integral earthing of busbars & feeder

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 25

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

circuit. Cost of this earthing rod is deemed to be included in the cost of VCB
Panel.(50x6mm cu strip)
E. 1.19 METERING AND PROTECTION
The VCB Panel Board shall be provided with epoxy resin current transformers
for metering and protection. The CT's shall conform in all respects to IS 2705.
These shall have accuracy class of 1.0 for metering of 5P10 for protection.
Potential transformers shall conform to specifications of IS: 3156. Ammeter and
voltmeter to be installed on panel shall be of Digital type. All meters shall be
tested for phase to phase isolation of 2000V for 1 minute, input overload
withstanding of 1000V for 5 second, and shall be 96mm square pattern, flush
mounting type with necessary selector switches. Necessary indicating lamps of
low voltage type with built in resistors shall be provided (maximum wattage
2.5W).

E. 1.20 OPERATING MECHANISM


E.1.20.1 Vacuum Circuit Breaker shall be equipped with motorized spring
charge. These operating mechanisms shall be of the stored energy type. In the
closed state of the breaker, the energy stored in the springs shall be suitable for
O-C-O duty.
E.1.20.2 Interlocking and Safety Arrangement
E.1.20.3 Vacuum Circuit Breaker shall be provided with the following safety and
interlocking arrangements:
a. The draw out carriage cannot be moved from either test/disconnected to
service position or vice versa, when the circuit breaker is 'On'.
b. The circuit breaker cannot be switched 'ON' when the carriage is in any
position between test & service position.
c. The front door of the panel cannot be opened when the breaker is in service
position or in an intermediated position.
d. The low voltage plug & socket cannot be disconnected in any position except
test/isolated position.
e. The door cannot be closed unless the LV plug has been fitted.
f. It shall be possible to mechanically close and trip the circuit breaker through
push buttons with the circuit breaker in service position and the door closed.
g. Individual explosion vents shall be provided for breaker, busbar, cable
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 26

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

chambers on the top of the panel to let out the gases under pressure generated
during an unlikely event of a fault inside the panel.
h. Circuit Breaker & sheet metal enclosure shall be fully earthed.
i. Self locking shutters shall be provided which close automatically and shall be
interlocked with the movement of the draw out carriage mechanism.
E.1.21 Rating:
The rating of the vacuum circuit breaker shall be as per Bill of Quantity. The
rated/breaking capacity of the breaker shall be 250 MVA at 11 kV. The rated
making capacity shall be as per the relevant standards.

E.1.22 Accessories:
Circuit Breakers shall be provided with the following accessories.
i. Auxiliary Switch with minimum 4 NO+ 4 NC auxiliary contacts.
ii. Tripping Coil
iii. Mechanical Operation Counter
i v. Spring Charging Handle
E.1.23 Additional Accessories
The loose items to be supplied with the 11kV VCB Panel Board shall comprise of
the following:
i. Instruction Book.
ii. Maintenance Manual.
iii. Reaching in/out handle.
iv. Handle for spring charging mechanism.
v. Foundation bolts.
vi. Busbar Earthing & Circuit Earthing Trolley
E.1.24 Mounting
Vacuum Circuit Breakers shall be mounted as per manufacturer's standard
practice.
E.1.25 Auxiliary Supply

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 27

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION
a.

2011-12

The tripping shall be at 24 Volt D.C. through a power pack unit.

b. Space heater indication & other auxiliary supply requirement shall be at 230
V AC. Necessary termination arrangements complete with isolating switch,
control fuse & link shall be provided at one place in the panel for receiving the
purchaser's cable.
E.1.26 TESTS
E.1.26.1Factory Tests
The circuit breakers/panel shall be subjected to routine tests at manufacturer's
works in accordance with the details specified in the relevant IS specifications.
NO panel/equipment will be accepted witout factory acceptance test(FAT)
These shall however necessarily comprise of the following.
a. Power frequency voltage test on the main power circuit.
b. Verification of the correct wiring/Functional Test.
c. Dielectric test at 1.5kV on the control circuit. Apart form above, the vendor
shall submit the routine test certificates for the following equipments:
i. Circuit Breakers
ii. Current Transformers
iii. Voltage Transformers
The vendor shall submit the type test certificate for following along with the
offer.
a. Temperature rise test.
b. Impulse & power frequency voltage test
c. Short time current test on circuit breaker.

E.1.26.2 Site Test


i. General
a. Verification for completion of equipment, physical damage/deformities.
b. Alignment of panel, interconnection of busbars & tightness of bolts &
connection etc.
c. Interconnection of panel earth busbar with plant earthing grid.
d. Inter panel wiring between transport sections.
e. Cleanliness of insulators and general Cleanliness of panel to remove traces of
dust, water etc.
ii.Circuit Breaker & Panel
a. Check for free movement of circuit breaker, lubrication of moving part & other
parts as per manufacturers manual.
b. Manual/Electrical operations of the breaker and Functional test as per
drawings.
c. Meggar before the Hi Pot test.
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 28

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

d. H.T. Test - Hi Pot test (Power frequency withstand test for one minute at
28kV RMS). At site Hi Pot test is carried out at 80% of 28kV RMS value.
e. Meggar after the Hi Pot test.
f. CT/PT ratio/polarity primary injection test.
g. Secondary injection test on relays to practical characteristics.
E .2 MEASURING INSTRUMENTS, METERING & PROTECTION
E.2.1 GENERAL
Direct reading electrical instruments shall be in conformity with IS 1248. The
accuracy of direct reading shall be 1.0 for voltmeter and 1.5 for ammeters or
better. Other type of instruments shall have accuracy of 1.5 or better. The
errors due to variations in temperature shall be limited to a minimum. The
meter shall be suitable for continuous operation between-10 degree Centigrade
to + 50 degree Centigrade. All meters shall be of flush mounting type of 96mm
square or circular pattern. The meter shall be enclosed in a dust tight housing.
The housing shall be of steel or phenolic mould. The design and manufacture of
the meters shall ensure the prevention of fogging of instrument glass.
Instruments meters shall be sealed in such a way that access to the measuring
element and to the accessories within the case shall not be possible without
removal of the seal. The meters shall be provided with white dials and black scale
markings in case of analog meter, although in most of the cases digital meter
will be preferred.
The pointer shall be black in colour and shall have zero position adjustment
device which could be operated from outside. The direction of deflection shall be
from left to right.
Suitable selector switches shall be provided for all ammeters and voltmeters
intended to be used on three-phase supply.
The specifications herein after laid down shall also cover all the meters,
instrument and protective devices required for the electrical work. The ratings
type and quantity of meters, instruments and protective devices shall be as per
the Bill of quantities.
E.2.2 AMMETERS
Ammeters shall be moving iron or moving coil type. The moving part assembly
shall be with jewel bearing. The jewel bearing shall be mounted on a spring to
prevent damage to pivot due to vibrations and shocks, the ammeters shall be
manufactured and calibrated as per the latest edition of IS:1248. Ammeters
shall be instrument transformer operated, and shall be suitable for 5A
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 29

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

secondary of instrument transformer. The scales shall be calibrated to indicate


primary current, unless otherwise specified. The ammeters shall be capable of
carrying sustained overloads during fault conditions without damage or loss of
accuracy.
E.2.3 VOLTMETERS
Voltmeter shall be of moving iron or moving coil type. The range for 415 volts,
3 phase voltmeters shall be 0 to 500 volts. Suitable selector switch shall be
provided for each voltmeter to read voltage between any two lines of the
system. The voltmeter shall be provided with protection fuse of suitable capacity.
E.2.4 CURRENT TRANSFORMERS
Current transformers shall be in conformity with IS: 2705 (Part I, II & III) in all
respects. All current transformers used for medium voltage applications shall be
rated for 1kV. Current transformers shall have rated primary current, rated
burden and class of accuracy as required. However, the rated acceptable
minimum class of various applications shall be as given below:
Measuring

Class 0.5 to 1

Protection

Class 5P10.

Current transformers shall be capable of withstanding without damage,


magnetic and thermal stresses due to short circuit fault of 50KA on medium
voltage system. Terminals of the current transformers shall be marked
permanently for easy identification of poles. Separate CT shall be provided for
measuring instruments and protection relays. Each C.T. shall be provided with
rating plate.
Current transformers shall be mounted such that they are easily accessible for
inspection, maintenance and replacement. The wiring for CT's shall be copper
conductor, PVC insulated wires with proper termination lugs and wiring shall be
bunched with cable straps and fixed to the panel structure in a neat manner.
All Current Transformer shall be Cast resin type.
E.3 MISCELLANEOUS
Control switches shall be of the heavy-duty rotary type with escutcheon plates
clearly marked to show the operating position. They shall be semi-flush
mounting with only the front plate and operating handle projecting.
Indicating lamps shall be of the filament type of low watt consumption, provided
with series resistor where necessary, and with translucent lamp covers, bulbs &
lenses shall be easily replaced from the front.
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 30

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

Push buttons shall be of the momentary contact, push to actuate type fitted with
self- reset contacts & provided with integral escutcheon plates marked with its
functions.
E.4 TECHNICAL PARTICULARS of EARTHING
E.4.1 EARTHING AND PROTECTIVE EARTHING
Copper earthing bus and connectors shall be provided. It shall be bolted/ welded
to the framework of each panel. The earth bus shall have sufficient cross time
fault currents to earth without exceeding the allowable temperature rise.
Suitable arrangement shall be provided at each end of the earth for bolting.
Earthing conductors and earth bus shall run inside at the back of the panel for
entire length. Facilities shall be provided for integral earthing of busbars &
feeder circuit. Cost of this earthing bus and connectors is deemed to be included
in the cost of all Panels/equipment.

E.4.2 All the non-current metal parts of electrical installation shall be earthed
properly. All metal conduits trunking, switchgear, distribution boards, switch
boxes, outlet boxes, and all other parts made of metal shall be bonded together
and connected by means of specified earthing conductors to an efficient earthing
system. Earthing work shall conform to CPWD General Specifications for
Earthing work shall conform to Internal-1994 and Indian Electricity Rules 1956
amended up to date and in the regulations of the local Electricity Supply
Authority.

E.4.3 EARTHING CONDUCTOR


Earth continuity conductor along with submain wiring from Main/Sub
Distribution boards to various distribution boards shall be of copper. Earth
continuity conductor from distribution board onward up to outlet point shall also
be of bare copper. Earth continuity conductor connecting Main & Sub
Distribution boards to earth electrode shall be with copper strip with conductivity
greater than 95 %.
The grounding system shall incorporate individual components or a
combination of the following:
Deep driven copper bonded steel core ground rod/ Copper Plate / Copper
Rod as central injection point for flow of fault current which is securely
connected to the lower end of the down conductor.
The use of ground resistance improvement material shall be applied in
order to reduce the resistivity levels of the grounding system and maintain
a constant low resistivity. The grounding system shall be maintenance free.
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 31

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

E.4.4 SIZING OF EARTHING CONDUCTOR


TECHNICAL SPECIFICATION OF EARTHING RODS
Maintenance Free Earthing System consist of following material:
Copper Bonded Earth Rod Length 1.5Mtr/3Mtr Dia. 5/8 or as required
Ground Rod Clamp For Earth Termination.
Ground Resistance Lowering Compound.
Copper bonded earth rods should be made from high tensile low carbon
steel and each rod is manufactured by molecularly bonding 99.9% pure
electrolytic copper to the low carbon steel core in accordance with national
and international standards such as BS6651, BS7430 and UL467. Threads
are rolled onto the rod ensuring an even copper covering which eliminates
the risk of chipping whilst driving.
Threaded Copper bonded Earth Rod
Material: Carbon steel rod bonded with Copper
Length: 1.5Mtr./3Mtr, Bonding Thickness: 250micron or as required
Rod Diameter (Actual): 5/8 or as required
The earthing compound should be a low resistance, non corrosive earth
enhancing compound and possess excellent electrical conductivity.
It will not dissolve or leach away with time
Maintains constant resistance for the life of the earthing system at least
10 years.
Ground Resistance Enhancement Gel
should provides the ability to
substantially reduce soil resistivity in soils of the poorest electrical
conductivity such as rocky ground or sandy in hilly region and shall have
excellent electrical conductivity.
contains a copper compound (Copper Sulphate), a mix of compounds which
assist in the mixing process (Hardener).
It will not wash away under seasonal conditions and therefore provides a
permanent presence in working to improve and maintain the integrity of
the earthing system.
The earthing system should be maintenance free.
UBolt, Rod Clamp: Suitable for clamping earth rods to tape or round
conductor and suitable for Rod Diam. : 5/8 & Copper Tape Size: 25mm x
3mm
Single phase distribution board shall have one earth continuity conductor while
three phase distribution board shall be provided with two earth continuity
conductors. Earthing of main switch board and sub switch boards shall be
earthed with two independent earth electrodes or as indicated elsewhere. Earth
conductor laid in ground shall be protected for mechanical injury & corrosion by
providing GI pipes everywhere. The cost of GI pipes deemed to be included in the
cost of earthing.
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 32

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

In case of plate earthing copper plate electrode of following minimum


dimensions shall be used:
Copper Plate Electrode
:
600mm x 600mm x 3mm thick
The electrode shall be buried in ground with its faces vertical and not less than
3 metres below ground level. 20mm dia medium class GI pipe shall be provided
and attached to the electrode. A funnel with mesh shall be provided on the top of
this pipe for watering and earth electrode. Earth electrode the watering funnel
attachment shall be housed in masonry enclosure of not less than 300 x 300 x
300mm deep. A cash iron or MS frame with cover having locking arrangement
shall be provided at top of metres from the building. Care shall be taken that
the excavation for earth electrode may not affect the column footing or
foundation of the building. In such cases electrode may be further away from
the building.
E.4.5 In case of plate earthing, GI pipe shall be of medium class 40mm dia and
4.5 metre in length. Galvanising of the pipe shall conform to relevant Indian
Standards. GI pipe electrode shall be cut tapered at the bottom and provided
with holes of 12mm dia drilled not less than 7.5cm from each other upto 2
metre of length from bottom. The electrode shall be buried in the ground vertical
with its top not less than 20cm below ground level as per detail enclosed. Earth
electrode shall not be situated less than 2metres from the building. The location
of the earth electrode will be such that the soil has reasonable chance of
remaining moist as far as possible. Masonry chamber of size 300 x 300 x
300mm shall be provided with water funnel arrangement a cast iron or MS
frame & cover having locking arrangement at the top.

E.4.6 ARTIFICIAL TREATMENT OF SOIL


If the earth resistance is too high and the multiple electrode earthing does not
give adequate low resistance to earth, then the soil resistivity immediately
surrounding the earth electrodes shall be reduced by addition of sodium chloride
calcium chloride, sodium carbonates copper sulphate, salt and soft coke or
charcoal in suitable proportions or in case of chemical earthing it should be proper
chemical gel and other chemicals.
E.4.7 RESISTANCE TO EARTH
The resistance of earthing system shall be as follows:
S.
Equipment
No.
of Resistance Remarks
No.
Earth
required in
Points
OHM
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 33

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION
1.

H.T. VCB

01

<2

2011-12

Resistance should be constant


throughout the year irrespective of
the seasonal variation and in no case
it should exceed the specified value

E.4.8 DANGER NOTICES


Danger notices shall be affixed permanently in a conspicuous position in Hindi or
English with sign of skull and bones at every overhead lines, transformer,
electrical equipments motors, etc.

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 34

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

Section F
Compliance sheet
Compliance statement must be submitted with technical bid
Note: All Switchgear Panels shall be complete in all respect with all internal
wiring and circuit labels, Epoxy sealing kits, cable lugs, cable clamps and cable
glands, etc.. Metal sheet used in all panels/equipments should be of 14 SWG &
have gone through 7 tanks treatment process.
F.1 HT VCB
S.No. Description

1.
A

a)

b)
c)
d)

e)

f)
i)

Qty

H.T.Substation
VCB: Supply, installation, testing and 1
commissioning of indoor
type cubicle
single panel, 630A ,11 kV, 3 Phase, 50
Hz., metal clad, dead front, floor
mounted, vertical isolation, Horizontal
drawout, 250 MVA rupturing capacity
Vacuum Circuit Breaker Incoming &
Outgoings
as
per
the
detailed
specifications given in tender document
including all connections, etc., with
POWER PACK door interlocking panel and
should be expendable type complete in all
respect as per technical specifications and
as required and having following:
1 No. 630A, 11kV, 3 Phase, 50Hz., metal
clad, dead front, 250 MVA rupturing
capacity, Fully Drawout type, Vacuum
Circuit Breaker (VCB)
1 set of 11kV/110V, 150VA Potential
Transformers with protection MCB
1 Set of Phase indicating lamps with
protection MCB
1 set of indicating lamps to indicate
OPEN, CLOSE, TRIP, SPRING CHARGED,
TRIP CIRCUIT.
1 set of 100/5-5A Current Transformer for
metering and protection 15 VA burden
with class 0.5-1.0 accuracy

Unit Compliance

Yes

No

set

1 Set of IDMT Relay with


1 no. Digital Tri vector meter containing

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 35

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

ii)

g)

h)
i)
j)
k)
i)
ii)
B
a)

HT voltage, ampere, frequency, Power


factor, KW, KVA, KVAR, KVAH, KWH,
KVARH, Avg pf, avg voltage, avg
frequency, run hours, no. of interruptions,
% total harmonics distortion of all 3
phases voltages & current, KVA, instant &
maximum demand with day, date & time
of maximum demand occurrence, Highlow profile records with 4 peaks & 4 lows
for V,A,F & PF and all power parameters
with day, date & time of occurrence.
Shall be capable to communicate all
parameters using SCADA s/w with
MODBUS RTU/equivalent protocol using
inbuilt RS485 port up to the required
destination(SCADA S/w will be provided by
ARIES).
Trip circuit supervision relay, Auxiliary
relays with shunt trip coil as per
requirement
1No. Master Trip relay
Transformer protection for Bucholtz relay,
Oil temperature, & Winding Temerature
with alarm & trip provision
8 stage annunciator window shall be
provided with VCB for all relays
Mechanical operation counter
Electrical release coil of 24V.
Shunt trip coil of 24V.
BUSBARS :
11kV, 250 MVA, 630 Amps Three Phase
busbars of aluminium with
Rear cable
termination i.e. Provision for terminating
1 X 3C X 240 sq mm. XLPE Cable
1 no. 230V AC single phase 80 W rates
strip type heater.

1 no. H.T Danger Plate

1 no. Battery Charger 24 V DC with


battery suitable for VCB operation
All wiring necessary for the above
including interconnection to trip coil. The
wire should be FRLS type in all panels

2011-12

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 36

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

F.6 EARTHING
S.No. Description

1.
1

a)

b)

Unit

EARTHING SAFETY EQUIPMENT


AND MISC. ITEMS
Supply,
Installation,
Testing
&
Commissioning
of
whole
Earthing
Protection System complete in all
respect with:
Maintenance free Earthing with Copper No.
plate
600mmX600mmX3mm
thick
including accessories, and
providing
masonary enclosure with cover plate
having
locking
arrangement
and
watering pipe etc. , having soil
treatment material(but without charcoal
or coke and salt) complete as per CPWD
general specifications for electrical works
Part-1, Internal - 2005 and IS:30431987. Earthing shall be continuously less
than 2 ohms throughout the Warrantee
period. Copper plate should have
conductivity greater than 95%.
Providing & Fixing 25mm x3mm copper m
strip in 40mm size medium class G.I.
Pipe from earth electrode in Ground to
desired equipments/panel, as required.
Copper strip should have conductivity
greater than 95%

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Qty

Compliance

Yes

01

20

Page 37

No

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

Section G
GENERAL REQUIREMENTS FOR SUPPLY OF EQUIPMENT
G.1 TESTING AND INSPECTION
Failure on the part of the client to inspect or to reject after inspection any work,
which later proves to be defective, shall not relieve the Contractor from
warranties, commitments and obligations, which he undertakes under this
contract. The Contractor is solely responsible for the accuracy, quality and
completeness of his work and supply.
The client at his discretion shall order re-inspection of the whole / part of the
material found faulty during inspection. The Contractor shall attend to all the
comments noted by the client.
G.2 PACKING AND FORWARDING
The Contractor shall include and provide for securely protecting and packing the
equipment in accordance with the best established practices so as to protect
the contents from damage during transit, storage, exposure to heat, moisture or
rain.
Notwithstanding the above, the Contractor shall be entirely responsible for loss,
damage or deterioration to the materials occasioned by faulty, defective or
insecure packing.
The following marks in English block letters shall be clearly stenciled on the
packages with good quality non-fading paint in characters sufficiently large as the
size of the package will permit.
Each package shall have a detailed packing list quoting the detailed list of the
contents packed within the package giving the part numbers with reference to
the assembly drawings.

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 38

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

Section H
LIST OF APPROVED MANUFACTURERS
S.No. Item
Make
1.
11 KV VCB Panel Board
Crompton/Siemens /L&T
/ABB/
Schneider/ Alsthom/ S&S Power/
Easun/Voltas / Andrew Yule
2.
MCB-DB's, MCB, ELCB
L&T/ Siemens/ Legrand
3.
RCCB/ MCB-Isolator etc.
Schneider /HPL
4.

Power Contactors

5.

SDFU

6.
7.

Digital meter
Earthing

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

L&T/ Siemens/ Schneider/ ABB


L&T/ GE Power Controls/ Siemens/
Schneider
Schneider /Allen-bradley/Secure
LPI/
JMV/Ashlok/Bradley/Trinity
touch

Page 39

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

ANNEXURE - 'A'
1. ATMOSPHERIC CONDITIONS at ARIES Nainital
All panels/equipments/instruments shall work in the following atmospheric
conditions:
a) Temperature: -10 Degree Centigrade to 50 degree centigrade
b) AMSL:
2000m
c) Humidity:
50% to 100%
2. FRLS wiring inside/outside panels shall be used every where.
3. PAINT MATERIAL:
a) Paint may be suitably used for the items to be painted at shop and
supply of matching paint to site: Heat resistant paint (Hot oil proof)
for inside surface
b) For external surfaces one coat of thermo setting powder paint or one
coat of epoxy primer followed by two coats of synthetic
enamel/polyurethene base paint. These paints can be either air
drying or stoving.
4. QUALITY ASSURANCE PLAN:
a) The bidder shall invariably furnish following information along with
his bid, failing which his bid shall be liable for rejection. Information
shall be separately given for individual type of equipment offered.
b) Statement giving list of important raw materials, names of subsuppliers for the raw materials, list of standards according to which
the raw materials are tested, list of tests normally carried out on raw
materials in the presence of bidders representative, copies of test
certificates.
c) Information and copies of test certificates as above in respect of
bought out accessories.
d) List of manufacturing facilities available.
e) Level of automation achieved and list of areas where manual
processing exists.
f) List of areas in manufacturing process, where stage inspections are
normally carried out for quality control and details of such tests and
inspection.
g) List of testing equipment available with the bidder for final testing of
equipment along with valid calibration reports. These shall be
furnished with the bid.

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 40

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

h) Quality Assurance Plan (QAP) with hold points for purchasers


inspection.
5. DEVIATIONS :
a) The bidders are not allowed to deviate from the principal
requirements of the Specifications. However, the bidder is required to
submit with his bid in the relevant schedule a detailed list of all
deviations without any ambiguity. In the absence of a deviation list in
the deviation schedules, it is understood that such bid conforms to
the bid specifications and no post-bid negotiations shall take place in
this regard.
b) The discrepancies, if any, between the specification and the
catalogues and / or literatures submitted as part of the offer by the
bidders, shall not be considered and representations in this regard
shall not be entertained.
c) If it is observed that there are deviations in the offer in guaranteed
technical particulars other than those specified in the deviation
schedules then such deviations shall be treated as deviations.
d) All the schedules shall be prepared by vendor and are to be enclosed
with the bid.

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 41

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

Annexure-B
CPWD Form-8
STATE:

Uttarakhand

BRANCH:

ARIES Nainital

Item Rate Tender & Contract for Works


(A)Tender for the work of:Name of Work: Supply, Installation, Testing and Commissioning of
750KVA Electric substation of ARIES ST Radar with remote monitoring
including HT VCB, PCC Panel with LT ACB, Power factor Panel, , AMF
cum synchronizing with Distribution panel, LT Cable, Earthing,
Lightening Arrester, fire system, etc. complete in all respect for ARIES
Manora peak Nainital
Make:As per BOQ & Tender Document
(i)

(ii)

To be submitted by ______________hours on________________to


(time)
(Date)
_________________________________________________________

To be opened in presence of tenderers who may be present at


_________________ hours on _____________________ in
the office of registrar ARIES

Issued to:_________________________
(Contractor)

Signature of officer receiving the documents _____________________

Designation ______________

Date of receive

TENDER
I/We have read and examined the notice inviting tender, schedule,
ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 42

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

Specifications applicable, Drawings & Designs, General Rules and


Directions, Conditions of Contract, clauses of contract, Special conditions,
Schedule of Rate & other documents and rules referred to in the conditions
of contract and all other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for Director
ARIES Nainital within the time specified in this NIT and in accordance with
all respects with the specifications, designs, drawings and instruction in
writing of General Rules, Directions, Conditions of contract and with such
materials as are provided for, by, and in respects in accordance with, such
conditions so far as applicable.
We agree to keep the tender open for ninty days (90) days from the date
of opening of financial bid thereof and not to make any modifications in its
terms and conditions.
A sum of Rs. 11250.00 has been deposited in the form of demand draft of
a scheduled bank as earnest money. If I/we, fail to furnish the prescribed
performance guarantee within prescribed period, I/we agree that the said
director ARIES or his successors in office shall without prejudice to any
other right or remedy, be at liberty to forfeit the said earnest money
absolutely. Further, if I/we fail to commence work as specified, I/we agree
that director ARIES or his successors in office shall without prejudice to
any other right or remedy available in law, be at liberty to forfeit the said
earnest money and the performance guarantee absolutely, otherwise the
said earnest money shall be retained by him towards security deposit to
execute all the works referred to in the tender documents upon the terms
and conditions contained or referred to therein.
Further, I/We agree that in case of forfeiture of earnest money or
both Earnest Money & Performance Guarantee as aforesaid, I/We
shall be debarred for participation in the re-tendering process of
the work.
I/We hereby declare that I/we shall treat the tender documents drawings
and other records connected with the work as secret/confidential
documents and shall not communicate information derived there from to
any person other than a person to whom I/we am/are authorized to
communicate the same or use the information in any manner prejudicial to
the safety of the State.
Name of contractor:

Signature of Contractor:

Postal Address :
Contact number:
Dated :.
Witness: Address:

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Occupation:

Page 43

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

Annexure C
ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned
hereunder) is accepted by me for and on behalf of the director ARIES for
a sum of Rs. _________________ (Rupees _______________________
___________________________________________________________).

The letters referred to below shall form part of this contract Agreement:-

a)

b)

c)

For & on behalf


director ARIES.
Dated_____________
Signature_________________

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

of

the

Designation______________

Page 44

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

Annexure D

CERTIFICATE FOR NO DEVIATION

I,________________________________ Of
M/s_____________________________________________________
mentioned in the Tender Specification.
SIGNATURE OF THE TENDERER
hereby certify that there is no deviation from the Tender conditions either
technical or commercial and I am agreeing to all the terms and conditions
mentioned in the Tender Specification.

SIGNATURE OF THE TENDERER

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 45

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

PRE-QUALIFICATION PROFORMA-I
PARTICULARS OF THE BIDDERS TO BE FURNISHED FOR THE
PURPOSE OF PRE-QUALIFICATION
S.No.

Description

Details

1.

Name
of
Organization/firm/company

2.

Year of establishment

3.

Address & Telephone Numbers

4.

Address & Telephone Numbers of


service centre/ Branch office in
Haldwani / Rudrapur/Bareilly. Mention
the names and mobile numbers of
contact persons

5.

Whether registered with the registrar


of companies /registrar of firms. If so
mentioned number and date

6.

Name and mobile numbers of Directors


/Partners/proprietor

7.

Whether registered with central excise


for service tax. Please submit a copy of
Service Tax Registration Certificate

8.

Whether registered for sale tax


purpose. If so, Mentioned number and
date. Furnish also copies of sales tax
clearance. Mention VAT/LST/CST .
Enclose the relevant copies.

9.

Whether an assesses of income tax. If


so, mention permanent account no.
Furnish copy of PAN

10.

State annual turnover of the company


for the last financial year. Furnish the

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

the

Page 46

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

copy of audited Annual Turnover


certificate for the last three financial
years
11.

Furnish copies of audited balance sheet


and profit & loss account (audited ) for
the last three years

12.

Specify the maximum value of single


work executed in the year in the
country. Enclose the order copies.

13.

Status and details of disputes/litigation


/arbitration, if any

Note: Where copies are required to be furnished these is to be


certified copies preferably by the concerned agencies or
government officer.

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 47

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

PRE-QUALIFICATION PROFORMA II

PARTICULARS IN RESPECT OF 3 SIMILAR WORKS EXECUTED IN


LAST 3 YEARS

S.
Name
No. of the
work
and
project
with
address

Short
description
of
work
executed

Name
Value of Stipulated
and
work
time of the
address executed completion
of the
owner

Actu
al
time
of
com
pleti
on

1.
2.
3.
4.

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 48

Nam
e of
cons
ultin
g
engi
neer

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

PART II
BOQ
Important Instructions
1.
FRLS
wiring
shall
panels/equipment/building

be

used

everywhere

inside/outside

all

4. Copper material(strip, plate, etc.) shall have conductivity greater than 95% in all
applications
5. Each Earth conductor(for earthing/surge arrester/lightening arrester) shall not
left bare it will be through ISI mark GI pipes to avoid corrosion & mechanical
injuries
6. All meters of whatever type shall be of digital type unless & otherwise specified.
7. VCB Panel shall be of 14 SWG CRCA sheet with 7 tank treatment process.

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 49

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

1. 11 KV VACUUM CIRCUIT BREAKER PANEL


Motorized Operated, charged independent spring closing tripping, having option
of manual closing and tripping push buttons and mechanical breaker Closed /
Open, Spring charged / discharged, indication, Vacuum Circuit Breaker,
incorporating mechanical as well as Electrical ON/OFF indicator, the closing
mechanism shall be motorized and manually closed 630 Amp Air insulated but
encapsulated Aluminium Bus Bars.
Bill of Quantity of VCB for 750 KVA Electric sub-station for ST Radar
S.No. Description

1.
A

a)

b)
c)
d)

Qty Unit Rate in Rate


Figures in
words

H.T. Substation
VCB:
Supply,
installation, 1
testing and commissioning of
indoor
type cubicle single
panel, 630A ,11 kV, 3 Phase,
50 Hz., metal clad, dead front,
floor
mounted,
vertical
isolation, Horizontal drawout,
250 MVA rupturing capacity
Vacuum
Circuit
Breaker
Incoming & Outgoings as per
the
detailed
specifications
given in tender document
including all connections, etc.,
with
POWER
PACK
door
interlocking panel and should
be expendable type complete
in all respect as per technical
specifications and as required
and having following:
1 No. 630A, 11kV, 3 Phase,
50Hz., metal clad, dead front,
250 MVA rupturing capacity,
Fully Drawout type, Vacuum
Circuit Breaker (VCB)
1 set of 11kV/110V, 150VA
Potential Transformers with
protection MCB
1 Set of Phase indicating lamps
with protection MCB
1 set of indicating lamps to

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Amount

set

Page 50

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

e)

f)
i)

ii)

g)

h)
i)

j)
k)
i)
ii)

2011-12

indicate OPEN, CLOSE, TRIP,


SPRING
CHARGED,
TRIP
CIRCUIT.
1 set of 100/5-5A Current
Transformer for metering and
protection 15 VA burden with
class 0.5-1.0 accuracy
1 Set of IDMT Relay with
1 no. Digital Tri vector meter
containing HT voltage, ampere,
frequency, Power factor, KW,
KVA, KVAR, KVAH, KWH,
KVARH, Avg pf, avg voltage,
avg frequency, run hours, no.
of
interruptions,
%
total
harmonics distortion of all 3
phases voltages & current,
KVA, instant & maximum
demand with day, date & time
of
maximum
demand
occurrence, High-low profile
records with 4 peaks & 4 lows
for V,A,F & PF and all power
parameters with day, date &
time of occurrence.
Shall
be
capable
to
communicate all parameters
using SCADA s/w with MODBUS
RTU/equivalent protocol using
inbuilt RS485 port up to the
required destination.
Trip circuit supervision relay,
Auxiliary relays with shunt trip
coil as per requirement
1No. Master Trip relay
Transformer
protection
for
Bucholtz
relay,
Oil
temperature,
&
Winding
Temerature with alarm & trip
provision
8 stage annunciator window
shall be provided with VCB for
all relays
Mechanical operation counter
Electrical release coil of 24V.
Shunt trip coil of 24V.

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 51

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION
B
a)

BUSBARS :
11kV, 250 MVA, 630 Amps
Three
Phase
busbars
of
aluminium with
Rear cable
termination i.e. Provision for
terminating 1 X 3C X 180 sq
mm. XLPE Cable
1 no. 230V AC single phase 80
W rates strip type heater.

1 no. H.T Danger Plate

1 no. Battery Charger 24 V DC


with battery suitable for VCB
operation
All wiring necessary for the
above including interconnection
to trip coil. The wire should be
FRLS type in all panels

2011-12

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 52

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

2011-12

2. EARTHING
Bill of Quantity of earthing for 750 KVA Electric sub-station for ST Radar
S.No. Description
1

a)

c)

Unit

Supply,
Installation,
Testing
&
Commissioning
of
whole
Earthing
Protection
System
complete in all respect
with:
Maintenance
free No.
Earthing with Copper
plate
600mmX600mmX3mm
thick
including
accessories,
and
providing
masonary
enclosure with cover
plate having locking
arrangement
and
watering pipe etc. ,
having soil treatment
material(but
without
charcoal or coke and
salt) complete as per
CPWD
general
specifications
for
electrical works Part-1,
Internal - 2005 and
IS:3043-1987.
Earthing
shall
be
continuously less than
2 ohms throughout the
Warrantee
period.
Copper plate should
have
conductivity
greater than 95%.
Providing
&
Fixing m
25mm x3mm copper
strip in 40mm size
medium class G.I. Pipe
from earth electrode in

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Qty

Rate in Rate
Figures
words

in Amount

01

20

Page 53

TENDER FOR 11KV HT VCB FOR 400 KVA ELECTRIC SUB STATION

d)

Ground
to
desired
equipments/panel, as
required. Copper strip
should
have
conductivity
greater
than 95%
Providing and fixing No
M.V.
danger
notice
plate
of
200mmX150mm made
of mild steel, atleast
2mm
thick
and
vitreous
enammelled
white on both sides
and with inscription in
signal red colour on
front side as required.

2011-12

10

Note: If any item is not included in this table that shall be included and no extra
cost will be paid for that item

ARIES MANORA PEAK NAINITAL(UTTARAKHAND)263129

Page 54

You might also like