You are on page 1of 82

OFFICE OF THE CHIEF ENGINEER, TRANSMISSION SOUTH WEST

AGRA

SHORT-TERM E-SPECIFICATION NO. T-45/CE(TSW)/AGRA/2018-19


(Only G.S.T. Registered Firms are eligible for participating in this e-tender)

FOR

SUPPLY OF 36 KV C.T. & 36 KV P.T. ALONG WITH JN. BOXES &


TERMINAL CONNECTORS WITH 0.2 ACCURACY CLASS FOR VAROUS
SUB -STATIONS UNDER TRANSMISSION SOUTH-WEST ZONE, AGRA

UTTAR PRADESH POWER TRANSMISSION CORPORATION LIMITED

PARESHAN BHAWAN, KAKRAITHA ROAD

NEAR AMAR UJALA PRESS

AGRA-282007
U.P.Power Transmission Corporation Ltd.
Tender Notice Against Specn. No. T-45/CE(TS)/AGRA/2018-19 Through E-Tendering
E-T enders in two parts, Part-I & Part-II, valid for Six months are invited for the supply of equipment/Material
as per details are given in the following table against tender Specification No.T-45/CE(TSW)/AGRA/2018-19.
Part-I of the bid shall contained earnest money deposit of Rs. 28,000.00 (Rs. Twenty Eight Thousand Only),
in Account of “Executive Engineer, Electricity Transmission Division-II, Agra” By NEFT/RTGS Only.
Pre qualification details, technical and commercial terms and conditions etc. Part-II shall contain price bid
only. Tender shall upload on e-tender website up to 13.00 hrs on dated 21.02.2019 and will be opened at 12:30
hrs on dated 22.02.19 In case of public holiday on the above dates, submission/opening will be on next
working day at the same time.
SI. Specn. Particulars Qty Earnest Submission Opening Tender fee
No. (MT) money date & time date & time including
(Rs.) GST
(Rs.)
1 T-45/CE Supply of 36 KV C.T. & As per 28,000.00 21.02.2019 22.02.2019 3,540.00
(TSW) 36 KV P.T. along with Schedul To Be (13:00 hrs) (12:30 hrs) To Be
/AGRA Jn. Boxes & Terminal e “Q” Deposited Deposited
/2018-19 connector with 0.2 in A/C Of in A/C Of
Accuracy class for EE, ETD- EE, ETD-
various Sub-Stations II Agra II Agra
under Transmission
South-West Zone, Agra

Tender documents can be downloaded from e-procurement website etender.up.nic.in and tenderer
will be required to pay a non-refundable fee of Rs. 3540.00 (Cost Rs. 3000.00+ GST Rs 540.00 @18%) by
RTGS/NEFT to the account of “Executive Engineer, Electricity Transmission Division-II, Agra”. The
evidence of Payment Instrument (UTR No. etc.) shall be uploaded by the firm along with the part-I of the
Tender .Tenders can be submitted only on e-procurement website etender.up.nic.in up to schedule date and
time. Tenderers are requested to get themselves registered with U.P. Electronics Corporation, Lucknow so as
to obtain digital signature for participation.
Participating in tenders without tender fee and without EMD shall not be accepted. Date of opening of
part-II shall be intimated to qualifying bidders later.
Undersigned reserves the right to accept or reject any offer without assigning any reason. Please visit
website www.etender.up.nic.in regularly for any corrections /amendments /modification / extension till the
date of submission of tenders.
Bank Account Detail Of Executive Engineer, Electricity Transmission Division-II Agra

1 Name Of Officer (Beneficiary Name) Executive Engineer, Electricity Transmission Division-II, Agra
2 Beneficiary Account No. 628705009698
3 Bank Name ICICI Bank
4 Bank Branch with Bank Code Sanjay Place, Agra Code- 6287
5 City Agra
6 IFSC Code ICIC0006287
Note :- While Depositing the Tender Cost & Earnest Money, The Tender No. should be mentioned in Transaction Remark.
Office Of the
Chief Engineer
Transmission South-West, Pareshan Bhawan,
Kakraitha Road, Near Amar Ujala Press, Sikandara ,
Agra (Uttar Pradesh)
e-tender website:- www.etender.up.nic.in
"SAVE ELECTRICITY IN THE INTEREST OF NATION"
INDEX

1. Tender notice

2. Special Instructions

3. Instruction to Tenderers & General Requirements of


Specification

4. Schedules “A to P”

5. The Schedule of Quantities & Prices (Q)

6. The Schedule of Technical & Guaranteed Particulars (R)

7. Technical Specifications

8. General condition of contract Form-B


To Be confirmed with Tender Documents

CHIEF ENGINEER (TSW) AGRA


UTTAR PRADESH POWER TRANSMISSION CORPORATION LIMITED
NEAR AMAR UJALA PRESS
AGRA

We confirmed as under :-

1. The base date for variable prices as per IEEMA shall be 01.01.2019.

2. The clause – 27 ( Price Reduction ) of Form ‘B’ is acceptable without any change.

3. The clause – 21 of Form ‘B’ ( payment Terms) is acceptable without any change.

4. 10% performance Bank Guarantee shall be valid for maintenance period as per clause –
30 of Form ‘B’

5. Arbitration clause – 31 of Form ‘B” is acceptable without any change.

6. Delivery of material will be as specification.

7. All other terms and condition of ““Instruction of Tenderer” , “General Requirements of


Specification” and “Form-B” etc shall be acceptable .

Signature of Tenderer
with Seal

NOTE:- Please furnish the above required confirmation without which your offer is liable
to be passed over
I – INSTRUCTION TO TENDERERS

Clause No. Description


1.1 Preparation of Tender
1.2 Pre-qualifying Condition
1.3 Submission of Tender
1.4 Validity
1.5 Price & Price Structure
1.6 Evaluation of Tender
1.7 Splitting of order
1.8 Award of Contract
1.9 Income Tax and Sale Tax Clearance Certificate
1.10 Deviation
1.11 Canvassing
1.12 Court of Competent Jurisdiction
1.13 Arbitration Clause 31 of Form B

II - “GENERAL REQUIREMENT OF SPECIFICATION”

Clause No. Description


2.1 Scope
2.2 Standards
2.3 Project Data
2.4 System Particulars
2.5 Erection Supervision
2.6 Drawings and manuals
2.7 Raw material
2.8 Testing and inspection
2.9 Spare Parts
2.10 Production Schedule & Progress Report
2.11 Packing & Dispatch of Equipment
2.12 Rejection
2.13 Mode of Dispatch
2.14 Insurance
2.15 Terms of Payment
2.16 Foreign Exchange
2.17 Delivery
2.18 Deviations from Specification
2.19 Performance Guarantee
2.20 Quantity
2.21 Training of Engineers
2.22 Penal Charges
SCHEDULES

Schedule A : Tender Form


Schedule B : Prequalification details of the offer
Schedule C : Declaration
Schedule D : Performa for joint undertaking by the collaborator/associate and the tenderer
Schedule E : Schedule of general particulars
Schedule F : List of drawings and literature enclosed with the tender
Schedule G : Deviations from technical specification and its Price incidence
Schedule H : Deviations from “Instruction To Tenders” and Its price incidence
Schedule I : Deviations from “General requirements of Specification” and Its price incidence
Schedule J : Deviations from “General Condition of Contract Form A/B” and its price incidence
Schedule K : List of recommended spare parts and their prices
Schedule L : List of recommended special tools & tackles and its prices.
Schedule M : List of recommended test sets & testing Instruments and their prices
Schedule N : Rates of supervision charges of erection & Commissioning engineer
Schedule P : Schedule of quoted guaranteed delivery
Schedule Q : Schedule of quantities & Prices
Schedule R : Schedule of Technical Particulars
1.1.1 Format- II for - AFFIDAVIT ON A NON JUDICIAL STAMP PAPER OF RS.100/- DULY NOTARIZED
I, sole proprietor / partner / authorized signatory of
M/s. sole proprietorship / partnership
firm/public/private limited company , having its principal place of business / registered office
at………………………………………………….(Full Address) do hereby solemnly affirm and declare as
under:-

1. That I am the sole proprietor of M/s /

Or
That ours is partnership firm having partners as under:- Full Name of partners.
(a)

(b)

(c)

(d)

Or
That ours is a private limited/public limited company incorporated in terms of the provisions of the
Companies Act,1956/Companies Act,2013.
(Delete which is not applicable while typing affidavit)
If proprietorship a registration certificate for the same/if partnership Firm, partnership deed is to be
enclosed , if private limited/public limited company, Certificate of incorporation and Memorandum &
Articles of association to be submitted. All the partners/ directors should sign the affidavit or the person
authorized by all the partners or one of the Directors duly authorized by Board Resolution in case of
Company can sign with authority letter from all the partners/or Board Resolution in case of Company is
to be enclosed.
2. That I hereby confirm and declare that my/our firm/company M/s…………………………………….. is
not blacklisted/delisted or debarred or on Holiday list with any company of Private/Public Ltd. or
Government Company/Govt. deptt. from participating in the tender as on date.
3. That I hereby confirm and declare that my/our firm/company M/s…………………………………….. is
/are not involved in any illegal activity and/or not charge sheeted for any criminal act of theft and/or
diverting of fertilizers for industrial use or any other essential commodity during last five years.
4. That I further undertake that in case any of the facts sworn in as mentioned above and any
particulars mentioned in our application is found other-wise or incorrect or false at any stage, my/our
firm/ company shall stand debarred from the present and future tenders of the UPPTCL. Besides,
UPPTCL shall be entitled to take all such actions as may be deemed fit including termination of
contract, if awarded, without any claim for any compensation whatsoever on account of such
premature closure of the contract.
5. I know that to swear a false affidavit is a crime under the law and with such knowledge only I have
swear this Affidavit.

( Signature of the Proprietor/ Managing Partner/Director with Seal )


DEPONENT
Verified at ………………….... on…………………that the contents of paras 1 to 5 of this affidavit are
true and correct and no part of this is false and nothing material has been concealed or falsely stated
therein.

(Signature of the Proprietor/ Managing Partner/ Director with Seal)


DEPONENT

(Signature & Seal of Notary)


1. INSTRUCTIONS OF TENDERERS

1.1 PREPARATION OF TENDER :


1.1.1 Before Submission, of the Tender, the Tenderers are required to make them selves fully
conversant with the technical specifications, Drawings, Special Instructions to Tenderer,
Instruction to Tenderer, General Requirement of specification including schedules and General
Condition of Contract of Form A/B as may be applicable so that no ambiguity arises at a later
date in this respect.
1.1.2 Any inconsistency or ambiguity in the offers made by the tenderer shall be interpreted to the
maximum advantage of UPPTCL and disadvantage to the tenderer. The tenderer shall have no
right to question the interpretation of the Purchaser in all such cases and the same shall be
binding on the tenderer.
1.1.3 The tender should be prepared and submitted strictly in accordance with the instruction contained
in these specifications. The tender shall be complete in all respects. Tender must be submitted in
the manner specified on the attached prescribed schedules and /or copies thereof. To complete
the proposal, the tenderer must fill the tender form, declaration, all schedules and data sheets,
annexed with the specification item by item in accordance with the instructions and notes
supplementary thereto. The interpolations, insertion, cutting and corrections made in the tender
offers should be duly initialed by the tenderer.
1.1.4 Each Tenderer shall supply the data required sheets annexed with the specifications by typing
appropriate places against each item to facilitate preparation of comparative statements. These
sheets must be properly signed by authorized representative of the tenderer /manufacturer
testifying the data submitted. All schedules must be duly filled in and shall be enclosed with each
copy of the tender. In case the Tenderer does not supply any of the required information at the
time of tender, necessary loading may be made while evaluating the prices of his offer without
giving him any further opportunity to supply or clarify the same. The Tenderers are notified that in
case the required information are not furnished in the specified proforma / schedules attached
with the specification, the Purchaser shall not be responsible for any error in the evaluation of
their tenders on this account, Further the failure to comply with this requirement may result in the
rejection of the tender at the discretion of the purchaser.
1.1.5 A set of technical, descriptive and illustrative literature along with drawing must accompany each
copy of the tender so that a clear understanding of the equipment offered is obtained. The tender
sent by post must be posted by registered Post A/D sufficiently in advance so as to reach the
Purchaser by the scheduled date and time of submission of tender. Any tender received after the
date and time of submission even on account of postal delay shall not be opened. The tenderers
are, therefore ,requested to ensure in their own interest that the tenders are delivered in time.

Telegraphic Tenders shall not be considered under any Circumstances.

1.2 PREQUALIFYING CONDITIONS :


Tenders meeting the following conditions only will be considered.
1.2.1 QUALIFICATION OF TENDERER :
a) The tenderers shall either themselves be manufacturers of the equipments offered or accredited
representatives of such manufacturers in India or of their Principals abroad with whom they may
be having collaboration. Such accreditation should be at least of one year on date of tendering.
b) Relevant documents in support of the above must be furnished along with undertaking of the
manufacturer, if these document are not furnished along with the tenders, the offer will be liable to
be rejected summarily.
1.2.2
(A) OPERATIONAL EXPERIENCE:

Offered equipment/Material should have given 12+6 Months proven trouble free operational
service in tropical climate and having experience in supply of similar material , otherwise
the offer may be rejected. However, in case of equipment/Material being manufactured in
India under valid FOREIGN COLLABORATION, operating experience in tropical climate of
offered collaborator’s equipment/Material, shall also be acceptable provided copy of valid
collaboration agreement for the equipment/Material offered, is submitted with the tender .
Further in case of offer of imported equipment/Material, the three years operating experience
will be considered in respect of those areas only which are similar to the tropical conditions
prevailing in India.

(B) MANUFACTURING EXPERIENCE :


The indigenous manufacturers or their foreign collaborator must have manufactured at least 20%
of the specified quantities of each item of identical or similar equipment.

1.2.3 TESTING FACILITIES :

The tenderer must have all necessary facilities at their works for carrying out such routine and
acceptance tests as prescribed in the relevant ISS and any other routine and acceptance test as
specified in the specification. Documentary evidence of existence of such facilities will be filled
along with the tender.

1.2.4
(A) TYPE TEST FOR INDIGENOUS BIDS OR FULLY IMPORTED BIDS:
The offered equipment must have been fully type tested as per relevant ISS and / or any other
specified international standards, during the last 5 years period to be reckoned from the date of
opening of tender, Photo copy of such type test reports/ certificates must be submitted along with
the tender bid. The type test certificates of proto type manufactured and tested by foreign
collaborators of the tenderers at their works shall not be acceptable for indigenously
manufactured equipment.

(B) FOR BIDS UNDER 1.2.2 (A)


i) The offered indigenously manufactured or collaborator’s manufactured equipment should have
been type tested and report submitted with the tender.
ii) The collaborator’s equipment shall have three years operating experience under tropical climate.

1.2.5 For those indigenous manufacturers who have neither manufactured 20% quantity indigenously
nor got their equipment type tested but are qualifying because of their foreign collaborator’s
manufacturing experience and type testing, the maintenance period shall be 54 months from the
date of receipt of material at site or 48 months from the date of commissioning, which ever is
earlier, instead of 18 months & 12 months respectively as provided under clause 30 of Form B.
1.2.6 The purchaser at his discretion may consider to award a trial order for small quantity to those
bidders who have proven design & meet the requirements of Clause 1.2.1 1.2.3 & 1.2.4 (A) Such
suppliers shall continue to be eligible for trial order under this clause till their equipment has given
three years trouble free operational service except for new transformer oil for which one year
trouble free operational service against trial order will suffice for regular orders.

1.2.7 DATE OF CONSIDERATION :


The above cited experience and manufactured quantities shall be counted as on the date of
opening of the tender. All statements and claims should be duly supported by authenticated
copies of documents without which the tender is liable to be rejected summarily.
1.3 SUBMISSION OF TENDER :

1.3.1 The tenderer shall upload his tender in two separate parts.
I) TENDER BID PART-I
This part shall contain the copy of payment instruments i.e. NEFT/RTGS detail, UTR No. etc. for
making payment of earnest money & Tender Cost, technical and commercial particulars pre-
qualifying details of tender, quantity and delivery offered. This part of the bid shall be uploaded on
e-tender website www.etender.up.nic.in under Part-I folder.

II) TENDER BID PART -II


This part shall contain prices only and to be upload on e-tender website only.
TENDER BID PART–I (EARNEST MONEY, TECHNICAL, COMMERCIAL
AND PREQUALIFYING DETAILS ETC.)
1.3.2.1 Tenderers required to deposit earnest money as specified in NIT Page for full tendererd quantity
by RTGS/NEFT in Bank Account of Executive Engineer, Electricity Transmission Division-
II, Agra..

OR
Bank Guarantee from a scheduled Bank In India, executed on a non-judicial stamp paper worth
Rs. 100/- as per U.P Stamp Act, on the specified proforma appended with form ‘B” (only
applicable when amount of earnest money exceeds Rs. 5,000/-) Any deviation from or addition to
the text of the specified proforma of bank Guarantee shall render the bank guarantee invalid for
the purpose of opening of tender bid part–II. The Original Bank Guarantee issue by scheduled
bank must be submitted within 7 days from the date of opening of Part-I of the tender.
1.3.2.2 Offers without earnest money shall not be considered under any circumstances.
1.3.2.3 Besides the Earnest money, other relevant information’s and the following documents, duly filled
in must also accompany the tender bid part-I.
1. Schedule A: Tender Form
2. Schedule B: Document regarding Pre-qualifying details of the tenderer.
3. Schedule C: Declaration
4. Schedule D: Proforma for joint undertaking by the collaborator/
Associates with tenderer
5. Schedule E: General particulars
6. Schedule F: List of drawings and literature enclosed with the tender
7. Schedule G: Schedule of Deviations from “Technical specification”.
8. Schedule H: Schedule of Deviations from “Instructions to Tenderers”.
9. Schedule I: Schedule of deviations from “General requirements of
Specification”.

10. Schedule J: Schedule of deviations from “General Condition of


Contract Form A/B”.
11. Schedule K: List of recommended spare parts for five years.
12 Schedule L: List of recommended special tools & tackles.
13. Schedule M: List of recommended test sets & testing Instruments.
14. Schedule N: Terms & conditions of supervision of erection &
Commissioning.
15. Schedule P: Schedule of quoted guaranteed delivery.
16. Schedule R: Guaranteed Technical Particulars
17. Complete technical details, specification and literature of the equipment
offered.
18. Income Tax Clearance.
1.3.3 TENDER BID PART –II (PRICES)
Schedule Q: Schedule of offered quantity with price quote.
Contain only the prices part .

1.3.4. On the date of tender opening at appointed time, part –I of the tender shall be opened publicly on
e-tender website only, in the presence of authorized representatives of the tenderers. The date
and time of opening of tender part-II shall be intimated separately, later on.
1.3.5 Any action on the part of the tenderers to revise the prices and / or change the structure of price
(s) at his own instance after the opening of the tender may result in rejection of the tender and/or
debarring the tenderer for participation in purchase by the Corporation for one year in first
instance.
1.4 VALIDITY
The tenders shall be valid for a period of six (6) calendar month from the date of opening of the
tender or any extended date of opening. Tender with lesser validity are liable to be rejected.
1.5 PRICE & PRICE STRUCTURE:
1.5.1 The equipment shall be installed at different places in U.P. hence the tenderer must quote F.O.R
Destination prices of all the items (along with F.O.R. works prices) for dispatch to any Railway
Station in U.P. The unit F.O.R destination price shall comprise of the following components.
(a) Ex – work price (b) Packing and forwarding charges.
(c) Freight (d) Transit insurance charges against all risks
(e) Insurance charges for 45 days storage after receipt of equipment at
destination store / sub-station against all risks.
The Tenderers must clearly specify these components individually besides the F.O.R. destination prices.

1.5.2 TAXES & DUTIES :


The prices quoted should be exclusive of all taxes, duties, octroi charges etc, which will be paid at
actual on production of relevant original vouchers. However the tenderers must indicate the rates
of various taxes/ duties livable, as on the date of tender opening, on various price components as
given in price schedule. Form C will be obtained by the contractor from the concerned
consignees. In no case form C will be demanded through bank.
1.5.3 PRICE VARIATION :
The tenderers are required to quote variable price only without ceiling limit on either side unless
specified otherwise, under “Special Instructions to Tenderers”. The price variation shall be
admissible as per the latest relevant IEEMA price variation formula as applicable for the
equipment (of the tendered capacity and rating). The ruling date of basic prices of raw materials
published in IEEMA circular shall be the date as on first working day of the calendar month, one
month prior to the date of tendering. The tenderer shall furnish the photo copy of the IEEMA
Circular of Basic rates of raw materials and the latest IEEMA price variation clause as applicable
along with tender bid part-II. In case, there is no IEEMA prices variation clause for the said
equipment, the price variation formula as given under “Special instructions of Tenderers”. shall be
applicable. No other price variation formula shall be accepted under any circumstances.

1.5.3.2.The Price variation shall be allowed on Ex-works prices only for the contractual delivery period.
1.5.3.3.The component of packing and forwarding, freight and insurance charges shall remain
FIRM in all respects throughout the currency of the contract.
1.5.3.4 Tenderer shall quote FIRM prices only, for the spare parts, type tests, service charges
for erection and commissioning of the equipment.
1.5.3.5 No price variation shall be claimed against documents to be negotiated through bank.
1.5.3.6 Bank charges, if any, for documents to be negotiated through bank, shall be borne by
the tenderer.
1.5.3.7 In the event of dispatch of equipment beyond contractual delivery period, the claims shall be
raised only after allowing for the due price reduction as per provisions of the order.
1.5.4 PRICE FALL BACK:
If the quantity of the equipments ordered under the specification remains unsupplied within
scheduled / contractual delivery period and up to the finalization of the new tender and price of
the equipment falls in new tender, than the tenderer will reduce the price of the equipment to the
level of new tender price and if they fail to do so, previous unsupplied tender quantity will be
cancelled without prejudice.

1.6 EVALUATION OF TENDER :


1.6.1 In comparing tenders and making awards, the purchaser may consider such factors as,
compliance with specification, relative quality and adaptability of suppliers or services,
experiences, record of integrity in dealing, ability to furnish repairs and maintenance service, the
time of delivery, capability to perform, and available facilities such as adequate shops, equipment
plant, technical organization etc.
1.6.2 In case prices of some items are given in lump-sum, where unit prices are required, purchaser
reserve the right to evaluate unit price on the basis of the quoted lump-sump prices.
1.6.3 In case, where a tenderer does not quote F.O.R. destination price asked for, their quoted unit
prices shall be loaded by appropriate additional factors on Ex-work prices as below.
a) Packing charges @ 0.75 % (b) Forwarding charges @ 0.25%
c) Freight for Ist 500Kms @ 2% (d) Freight for every next 250Km.
or part thereof @ 0.5% thereof
(For this purpose distance shall be taken from supplier’s station to Lucknow and in case, the
distance is less then 500 Km. loading shall be done for a minimum distance of 500Km.)
e) Transit Insurance @ 0.5% f) Insurance for 45 days storage after
receipt of equipment at destination
station @ 0.5%

1.6.4 Since the Tenderers have been asked to quote unit variable (Ex-work) prices only without any
ceiling limit on either side, no advantage shall be given to those tenderers who quote either
“FIRM” price or “VARIABLE PRICES WITH CEILING”.
1.6.5 No payment prior to dispatch of materials shall be made by the Corporation under any
circumstances. Tenderers are advised not to ask any such advance payment. Request for such
advance payment will not be considered even if the tenderers are willing to pay interests charges
thereon. Tenderers asking for advance payment are liable to be rejected.
1.6.6 The ruling date of basic prices of raw materials for the price variation purposes shall be same for
all the offers (as specified in Clause No. 1.5.3.1 of these instructions). In case, it is prior to the
notified date, the quoted Ex-works prices shall be brought as per IEEMA formula. However, no
loading shall be considered for dates mentioned beyond notified date.
1.6.7 Any rebate/discount linked with quantity, terms of payments in any conditions shall not be
considered for the purpose of evaluation and comparison of such offers vis-à-vis others.
However, the same may be availed while placing order with such successful Tenderers.
1.6.8 If the tenderer fails to quote price for any of the item(s) /component(s) as asked for or confirm its
supply free of cost, the highest prices as quoted by other tenderer for the same shall be added to
arrive at F.O.R. destination computed prices of such tenderer for comparison purpose only.
1.6.9 The prices shall be compared inclusive of excise duty & VAT.
1.6.10 Loading on any account as may be deemed necessary in the opinion of the Purchaser to bring
the various offers at par to each other for comparison purposes, may be done at the discretion of
the Purchaser.
1.7 SPLITTING OF ORDER :
The purchaser reserves the right to split the order among various tenderers in any manner
chooses without assigning any reason.
1.8 AWARD OF CONTRACT :
1.8.1 The purchaser is not bound to accept the lowest tender and may reject any or all the tenderers,
without assigning any reason.
1.8.2 The successful tenderers, if required to do so, may have to enter into a contract agreement with
the purchaser as per General conditions of form A/B and other special conditions attached with
the tender specifications.
1.8.3 For signing the contract a duly authorized representative of the successful tenderer shall be
required to sign and accept the contract at Agra at a reasonable notice.
1.8.4 Tenderers shall ensure to put initials on each and every page of the tender. Last page
of each document forming part of the tender shall bear full signature under official seal fully
disclosing the name, designation and relationship with the firm of the signatory. In case of a
partnership concern, the tender may be signed by all the partners of the firm or by one of them
holding power of attorney (copy to be furnished along with the offer).In case of
Corporation/Companies, tender may be signed either by the President or Secretary or any other
person authorized to tender in the legal name of corporation / company (copy of such authority to
be furnished along with the offer).
Besides, the tenderers shall also furnish the following information:
i) Name, designation, profession with postal address of all the partners/directors and other
person authorized to conduct business in respect of this tender.
ii) Postal addresses of firm’s works, Regd. Head Office, Sales office & Local office etc.
iii) Names and postal address of their authorized local Representative/Liaison officers.
1.9 INCOME TAX AND SALE TAX/VAT CLEARANCE CERTIFICATE :
The Tenderer shall furnish with the tender, Income Tax and Sale Tax/VAT Clearance Certificate
of current as well as of the preceding year, from the competent authority.The Purchaser reserves
the right to reject any tender, if income tax/sales tax /VAT clearance certificate are not furnished
or the reasons for the tenderers inability to furnish such certificates, are not given in the tender.
1.10 DEVIATIONS :
The offer should be strictly in line with conditions, specification and other requirements
maintained in this tender specification document. No deviations are permitted except under
special circumstances should the tenderer wish to depart from the General requirements or
Technical Specification or General Conditions of Contract Form A/B. In any way he must draw
specific attention to such departure(s). All such deviations shall specifically be filled up in the
relevant deviation schedule. If deviations are not specifically recorded in these schedules and
submitted along with the tender document it will be presumed that there are no deviations and
this interpretation will be binding upon the tenderer. Purchaser is, however, not bound to accept
all or any deviations as mentioned in such schedules. Tenderers are also advised not to enclose
their own standard or printed conditions for sale etc. as the same shall not be considered.
1.11 CANVASSING :
No tenderer shall canvass any Corporation’s official of the Engineer, with respect to his own or
other’s tender. Contravention of this condition will result in rejection of the tender. This clause
shall not be deemed to prevent the tenderer from supplying to the Engineer any further
information/clarification asked for, by the Engineer.
1.12 COURT OF COMPETENT JURISDICTION ;
All disputes arising out of and touching or relating to the subject matter of agreement, shall
subject to the jurisdiction of Local Courts of Agra and High Court of judicature at Allahabad only.
1.13 ARBITRATON CLAUSE 31 OF FORM ‘B’
The following is deemed to be added at the end of the Para-1 in the Arbitration clause 31 of
Form-B. “In the case of refusal/neglect by such nominee, chairman UPPTCL may nominate
another person in his place.”
SPECIAL NOTE:
1. No modification in price reduction clause No. 27 of contract Form-B, shall be
accepted i.e. broadly a price reduction of ½% per week subject to a maximum
of 10% shall be applicable.
2. The payments beyond schedule delivery period will be made after reduction of
the price considering the provisions of reduction clause depending on the
delay.
It would be possible to consider offers only if both the above conditions are
acceptable.
1.14 Anti profiteering clause : As per section -171 of GST Act 2017,Any reduction in rates of tax on
any supply of goods or service of the benefit of input tax credit shall be passed on to the recipient
by way of commensurate reduction in prices. Hence supplier/manufacturer to ensure to pass the
benefit of reduced prices to UPPTCL. Further price quoted by supplier/manufacturer is subjected
to scrutiny under above section.
II GENERAL REQUIREMENTS OF SPECIFICATIONS
2.1 SCOPE:
2.1.1 This specification covers design, manufacture, performance, testing, inspection, packing and
delivery of the equipments with accessories and auxiliary equipment required for various sub-
stations in U.P., the items and quantities required in Technical Specification.
2.1.2 Equipments shall be offered complete with all parts necessary for their efficient operation. Such
parts shall be deemed to be within Contractor’s scope whether specifically mentioned or not.
Equipments in all respects shall incorporate the high test quality of modern engineering, design
and workmanship.
2.1.3 The General Conditions of Contract Form “A/B”, copies of which are attached hereto, form an
integral part of this specification. The contractor shall supply all material and perform all works in
strict accordance therewith. In the event of conflict between General conditions of contract form
‘A/B’ and this specification, the later shall prevail.
2.1.4 The General requirement of specifications comprise of this chapter and detailed technical
specifications. These are supplementary to each other and essential for complete interpretation of
the Purchaser’s requirement.
2.2 STANDARD:
2.2.1 Except as modified by this tender specification, all material and equipment shall conform to the
requirement of the latest editions of relevant ISS/IEC.
2.2.2 However, in the event of the tenderer offering equipment conforming to standards other than
ISS/IEC standards, the salient point of comparison between the standard adopted and relevant
ISS/IEC standards shall be indicated clearly in the proposal.
2.2.3 Should the tenderer wish to depart from the provisions of the specifications, either on accounts of
manufacturing practices or for any other reason, he shall clearly mention the departure and
submit complete justification supported by information, drawings etc, as will enable to assess the
suitability of equipment(s) offered. In the event of the tenderer’s specifications, drawings, forms
and tables etc. being found to disagree with the requirement of this specification at any stage,
these specifications shall be binding, unless the departures have been duly approved in writing by
the purchaser.
2.3 PROJECT DATA:
i. Location Various sub-stations in UTTAR PRADESH
ii. Altitude not exceeding 1000 meters.
iii. Climate Condition
(a) Design maximum ambient Air Temperature 50° C
(b) Minimum ambient air temperature in shade 00 C
(c) Relative Humidity 100 %Max.
(d) Wind Load 195 kg / Sqm.
(e) Seismic Level 0.3 g
(f) Isoceraunic Level 50 days/year
(g) Average annual rain fall 1200 mm
(h) Hot and humid tropical Climate conducive to rust and fungus growth.
2.4 SYSTEM PARTICULARS :
(i) Rated system voltage 420 kV, 245 kV, 145 kV, 36 kV
(ii) System frequency 50 Hz, This may vary by + 5%
(iii) Number of phases Three
(iv) Neutral Effectively Earthed
(v) Auxiliary power supply:
Auxiliary electrical equipment shall be suitable for operation on the following supply
system.
(a) Power device (Like drive motors) 400V, 3Phase, 4 Wire 50 Hz Effectively earthed AC system.
(b) Lighting fixtures, space heaters, 250V, 2 Wire, 50 Hz, AC supply
fractional Horse Power motors with one point grounded.and control devices.
(c) DC alarm, Control and Protective 2 Wire ungrounded DC supplies
devices from sub-station batteries as under
(i) 400kV S/S -220V DC
(ii) 220/132kV S/S -110V DC
(iii) Communication -48V DC Equipment
The above supply voltage will vary as follows:
All devices must be suitable for a continuous operation over the entire range of voltage variations:
(i) AC Voltage Voltage may vary by + 10%. Frequency by
+ 5% and Combined Voltage and frequency
by + 10%
(ii) DC Voltage a) 220 V will vary between 187 & 242 V
b) 110 V will vary between 93 & 121 V
c) 48 V will vary between 41 & 53 V
Each of the forgoing supplies will be made available by purchaser at one terminal point for each
equipment for operation of accessory and auxiliary equipment. If 110 Volts AC supply is required,
the Contractor shall provide his own auxiliary transformer. Contractor’s scope shall include
distribution beyond the points of supply, including supply of interconnection cables and terminal
blocks etc.
2.5 ERECTION SUPERVISION:
2.5.1 The tenderer shall quote for the services of an Erection Engineer who shall assume full
responsibility for the erection, testing and commissioning of the equipment offered. Skilled and
unskilled labour and petty tools of general use would be provided by the purchaser.
2.5.2 The tenderer shall submit a list of all special tools and instruments required for the erection, testing
& commissioning and shall include the same in the tender.
2.5.3 The tenderer shall indicate perdiem, and per mensem rates for the services of the Erection
Engineer. Tenderer shall also indicate the estimated time required for the erection, testing and
commissioning of the equipment offered.
2.6 DRAWINGS AND MANUALS:
2.6.1 Along with the tender the tenderers shall submit the following drawings :
(a) General arrangement drawings of the equipment offered.
(b) Detailed dimensional drawings and descriptive literature of all the
components supplied.
(c) Basic Electrical diagram.
2.6.2 In the event of order being placed, the Contractor shall furnish three prints of each drawing of the
Engineer of the Contract, within 4 weeks of the date of order.
2.6.3 In addition, the Contractor shall submit to the Engineer within reasonable time but at least 3
months before dispatch of equipments, the complete bill of material with each item identifiable in
the detailed drawing with references. This will also form detailed packing list of the equipments.
2.6.4 The Engineer shall return to the contractor one print of each drawing (a) stamped “APPROVED’
OR (b) marked up with comments. In case of (a) no further re-submission of drawing is required
for Engineer’s approval, In case of (b), the Contractor shall correct his original drawings to
confirm to the comments made by Engineer and re-submit in the same manner stated above
within two weeks after the receipt of the marked up print by him.
2.6.5 The Contractor on receipt of prints stamped “APPROVED” shall furnish the following
drawings to the Engineer of the contract:
(a) 6 sets of prints of each drawings for each consignee and 3 sets for Engineer of
the Contract.
(b) 6 Sets of detailed bill of material for each consignee and 3 sets for Engineer of
contract.
(c) One direct reading reproducible of each drawing and bill of material.
All the prints of drawings and bills of materials and the reproducible are to be forwarded to the
Engineer of the Contract, before any dispatches are made.
2.6.6 MANUALS :
The Contractors shall furnish bound copies of erection, commissioning and operation /
maintenance manuals giving detailed instructions, procedures, precautions for all the
equipments supplied by him. The manuals shall be specific to equipments supplied and not of
general nature.
The contractor shall submit two preliminary copies of such manuals to the Engineer for review
and approval.
Thereafter, six sets of final approved manuals shall be sent to each consignee and 3 sets shall be
sent to Engineer of the contract, shall be sent before dispatch of the equipment otherwise the
contractor shall reduce ex-works price by an amount of 2% from his bill. This amount will be
released only on the certificate from the Engineer of the Contract about receipt of all drawings /
reproducible manuals.
2.7 RAW MATERIAL :
The Tenderer shall themselves be responsible for timely arrangement / procurement of all the raw
materials required for the manufacture of all tendered items and shall furnish their test certificates
to the Purchaser. However, depending on the policy of the Govt. of India, Corporation may issue
essentiality certificates, for arrangement of such raw materials through CEA,DOE,DGTD or other,
who may allot the same to the contractor, at their discretion directly from any of the producers of
such raw materials or other source, but without any financial liability to the Corporation or
affecting / linking the delivery of the equipment with the availability of raw material against such
certificates or recommendations.
2.8 TESTING AND INSPECTION:
2.8.1 TESTING:
Purchaser shall have the right to witness any type, routine and acceptance test on the
equipment offered.
Witnessing of test or their approval would not relieve the contractor of his responsibility
to supply the equipment as per the specification.
2.8.2 QUALTIY ASSURANCE PROGRAMME :
The contractor shall adhere to strict quality assurance over all the manufacturing, testing
processing and other activities, whether at his works, or his sub-contractor’s work, including the
suppliers of the raw materials, etc. Detailed Quality Assurance Programme (QAP) will be
submitted with the tender, giving step by step checks and counter check, tests, sampling
procedures etc, to ensure quality of the equipment to meet the requirements. This shall also
include the test details for type, routine and acceptance test required, Such Q.A.P. shall be
approved by the purchaser before implementation.
2.8.3 INSPECTION:
2.8.3.1 The purchaser reserves the right to inspect any machinery and material to ensure that approved
Q.A.P. is being strictly implemented by the Contractor or his Sub-Contractor /Supplier under this
contract, and to reject any item found defective in workmanship or design, or otherwise unsuitable
for the use and purpose intended or which is not in accordance with the intent of this contract.
The Contractor should, on demand by the purchaser, rectify or replace such defective or
unsuitable equipment, or the purchaser may, at the contractor’s expense, rectify or replace such
defective or unsuitable equipment, whether before or after supply.
2.8.3.2 The contractor shall advise the purchaser at least 4 weeks in advance as to when the equipment
will be ready for stage / final inspection at the contractor’s work or at his Sub-contractor’s works.
2.8.3.3 The Purchaser’s Inspecting Engineers at all time have access to all part of shops where
the equipment is being manufactured and also shall be provided with all reasonable inspection
facilities by the contractor and /or sub-contractor.
2.8.3.4 No equipment to be furnished or used in connection with this contract shall be dispatched until
factory inspection and acceptance test is carried out satisfactorily. Such factory inspection of the
equipment or approval of acceptance tests shall not however, relieve the contractor from full
responsibility for supplying equipment conforming to the requirements of this contract, not
prejudice any claim, right or privilege which the purchasers may have because of the use of
defective or unsatisfactory equipment should purchaser waive the right to inspect any equipment
such waiver shall not relieve the contractor any way from obligation under his contract.
2.8.3.5 The tenderer is required to record the following certificates on the invoices and challans of each
and every consignment: “Certified that material being dispatched against the above invoices and
challan has been inspected and tested by the representative of Engineer of the contract or (date)
and all the test results were satisfactory, as per approved test certificate enclosed”.
OR
Certified that inspection of material being dispatched against the above invoice and challan has
been waived off by Chief Engineer(TS Agra) of Contract vide letter No………………Dt. )”(Copy
enclosed) and all the acceptance and Routine tests as per relevant standards and those provided
in Contract, have been conducted and all the test results were found satisfactory as per test
certificates enclosed.”

2.9 SPARE PARTS:


Tenderer shall be recommended a set of spare parts required for normal maintenance
or equipment offered for a period of five years.
2.10 PRODUCTION SHCEDULE AND PROGRESS REPORT:
The Contractor shall furnish detailed production schedule for all major component to be supplied.
The schedule shall include dates of completion of:-
(a) engineering work.
(b) Different phases of material procurement, manufacture and fabrication.
(c) Delivery.
A report on actual progress in percentage and date of completion of each of above items, shall be
sent to the purchaser every month, starting two months, from the date of letter of intent or date of
Purchase order.
2.11 PACKING & DISPATCH OF EQUIPMENT:
2.11.1 All equipment/material shall be suitably packed for transport, carriage at site and outdoor storage
during transit. The contractor shall be responsible for any damages to the equipment during
transit due to improper and inadequate packing. The cases containing fragile material, or material
easily prone to damage, shall be very carefully packed and marked with appropriate caution
symbols i.e. ‘FRAGILE’, HANDLE WITH CARE; USE NO HOOK etc. The contents of each
packing shall bear marking that can be readily identified from the packing shall provide complete
protection from moisture, termites and mechanical shocks etc. Wherever necessary proper
arrangement for attaching slings for lifting shall be provided. All packages shall be clearly marked
with gross weight, signs showing ‘UP & DOWN’, sides for boxes, contents of each package, order
No. and date and unpacking instruction considered necessary. Any material found short inside
the packing case, shall be supplied by the contractor without any extra cost. Tenderer shall
ascertain prior to shipment, from concerned authorities, the transport limitations, like weight and
maximum allowable package size of transportation. All packing case and packing material shall
become the property of the Purchaser.
2.11.2 The equipment/material shall be dispatched to the respective sub-station. The detailed dispatch
instruction will be intimated to the successful tenderer. The contractor shall intimate, at least ten
days in advance, to the consignee (s), as well as to the Engineer, the probable date when the
equipment are to be ready for dispatch. A telegraphic intimation shall also be given to the
consignee (s) immediately after the dispatch of equipment mentioning the specification number
and approximate weight of each package to enable him to take the delivery and unload the
material in case the dispatch document are not received by him in time.
2.11.3 A list in duplicate containing details of equipment for verification at site shall also be placed inside
each package and shall correspond with the advice note and approved bill of material.
2.11.4 Bill (s), duly pre receipted, in triplicate in accordance with approved terms of payment and
together with all necessary dispatch documents, shall be sent to consignee (s) under registered
cover with intimation to Engineer of the Contract.
2.11.5 Any demurrage/wharfage or other charges payable due to non implementation of any of the
above instruction shall be to contractor’s account.
2.12. REJECTION:
2.12.1 Purchaser reserves the right to reject any equipment if during the tests at works or site, the test
value achieved do not comply with the respective standard / specifications and exceeds that
tolerable limits.
2.12.2 Contractor shall replace rejected equipment with a new equipment complying with the guaranteed
value as promptly as possible and at no extra cost to the purchaser. Purchaser reserves the right
to retain any rejected equipment and take into service until the contractor supplies the new
equipment.
2.12.3 Rejection of any equipment will not be held as a valid reason for delay in timely completion of the
work.
2.13 MODE OF DISPATCH:
2.13.1 The equipments are to be dispatched from Contractor’s work to any destination in U.P. as per the
dispatch instructions given by the Engineer (Consignees).
2.13.2 The instrument Transformers, Surge Capacitors, insulators must be dispatched by ROAD
transport only and without transshipment to reduce the risk of damage. Form 38 in such cases
will be obtained by the contractor from the Consignee (s).
2.13.2 All other equipments shall be dispatched by goods trains, unless otherwise advised by the
Engineer / consignee (s).
2.14 INSURANCE
2.14.1 The contractor shall arrange, secure or maintain insurance as may be necessary to protect his
own interests and the interests of the Corporation against all risks. The risks that are to be
covered under the insurance shall include, but not be limited to, the loss or damage in transit,
theft, pilferage/riot, civil commotion, weather conditions, accident, or all kinds of fire war risks
during ocean transportation only.
2.14.2 Insurance is to be taken FOR destination value of the Equipment for transit from the
manufacturer’s warehouse to the Purchaser’s warehouse plus 45 days storage thereafter.
2.14.3 All damages and shortages of the equipment after its delivery to destination railway station and
transportation to stores and storage thereafter shall be notified by the consignee by registered
post to contractor or his authorized representative, within 30 days for making good the damage or
loss by way of replacement of the equipment damaged or lost.
2.14.4 The contractor shall take up the matter with insurance company for finalization of claims and
Purchaser shall provide required information. All further action in connection with making and
setling of claim, if any, will be carried out by the contractor for which no extra payment will be
made. The contractor shall be responsible to make good the damage or loss by way of repairs
and /or replacement of equipment free of cost irrespective of the fact whether claim is accepted
by the insurance Co. or not, without waiting claims settlement.
2.14.5 The scope of such insurance shall cover the entire value of the Contract from time to time.
2.15 TERMS OF PAYMENT :
2.15.1 The terms of payment shall be as per Clause 21 of form B/clause 25 of form A. In case of delay in
delivery the Tenderer shall raise invoices after allowing price reduction due to late delivery as
detailed in Clause 27 of Form B/Clause 32 form A. In case drawings and
manuals are not submitted as per clause 2.6.5 and 2.6.6, a further deduction of 2% shall also be
made.
2.15.2 For equipment to be dispatched by Road transport, the payment will be made after the receipt of
goods at site.
2.15.3 Tenderers may note that terms of payment through letter of credit is not acceptable.
2.16 FOREIGN EXCHANGE :
Tenderers offering equipment without involving any foreign exchange commitment on the part of
Purchaser will be considered.
2.17 DELIVERY:
2.17.1 The quoted delivery period shall be counted from the date of issue of letter of intent or detailed
order or date of allotment as the case may be.
2.17.2 Date of dispatch documents (R/R) shall be treated as the date of delivery. In case of dispatch by
road transport, the date of receipt of goods at site/UPPTCL store shall be treated as date of
delivery.
2.17.3 Delivery should be quoted specifically and explicitly and should be guaranteed under price
reduction clause of form A/B.
2.17.4 The delivery should be effected in serviceable lot/sets of equipment. In case of part dispatch, the
delivery shall be deemed to have been effected when last component/part of the equipment of
serviceable lot/set has been delivered.
2.18 DEVIATION:
2.18.1 This specification is mainly for guidance of the Tenderer/manufacturer. These requirement of
necessity include some specific elements of construction and materials, but are not intended to
preclude genuinity or design or improvement.
2.18.2 If the tenderer process any deviations from this specification these will be considered provided
they are necessary either to improve the utility performance, efficiency or to secure overall
economy. This will be clearly and explicitly explain in the tender. Such deviation shall also be
brought out clause by clause in the prescribed schedule.
2.19 PERFORMANCE GUARANTEE:
2.19.1 The tenderer shall have to deposit a performance bank guarantee amounting to 10% of the
contract value, valid for 12 months from actual date of commissioning of equipment or 18 months
from the date of receipt of equipment at site, as guarantee towards the actual and faithful
performance of the equipment being supplied under this specification. In case , the P.G. forfeited
by the department, 18 % GST Shall be charged from the bills of the firm available in the office of
the consignee or any where in UPPTCL.
2.20. QUANTITY:
2.20.1 The quantity mentioned in this specification is subject to increase or decrease as per actual
requirement of the purchaser at the unit prices mentioned in price schedule. This increase or
decrease shall not be more than 50%.
2.21 TRAINING OF ENGINEERS:
2.21.1 The purchaser will depute his engineers for period as mutually agreed, at the manufacture’s work
for a purpose of familiarization with equipments and techniques covered under the specification,
including training in commissioning, operation, maintenance and trouble shooting aspects etc.
The contractor shall provide the necessary training facilities free of cost to the Purchaser and also
indicate suggested training programme etc. In case, this training course is being run regularly by
the Manufacturer or his principals, this may be indicated in the tender along with details of training
duration, scheduled date, course content etc. The traveling expenses from U.P. to their place of
training and back and maintenance expenses of the deputed trainees shall be borne by the
purchaser.
2.21.2 The contractor shall depute his senior Engineer/Specialists to the Training Institute/Staff college
of the purchaser for training /familiarization course when requested by the purchaser.
2.22 PENAL CHARGES :
The inspection call shall be given only when the equipment has actually become ready, in all
respects. A period of 4 weeks (WITHIN U.P) /6 weeks (beyond U.P) shall be allowed to
U.P.P.T.C.L for making travel arrangements of inspecting officers to reach t he works. In case the
equipment is not available for inspection at the time of arrival of inspecting officers, the tenderer
shall pay to UPPTCL towards futile journey a sum decided by Chief Engineer (Transmission-
South) Agra and demanded by “Engineer of Contract”. This amount shall be paid within 30 days
from the date of demands. Further action for inspection of material shall be taken only after the
said amount is deposited”.
FORM - B
General Conditions of Contract For Supply of Plant and Machinery for Works General Conditions
for the Supply of Plant and Machinery for Works Pertaining to the U.P. Power Transmission
Corporation Limited

Definition of Terms 1.
In constructing these General Conditions and the annexed Specification the following words shall have
the meaning here in assigned to them unless there is anything in the subject or context inconsistent with
such construction :
The "Purchaser" shall mean the U.P. Power Transmission Corporation Ltd and shall include his
successors and assigns.
The "Contractor" shall mean the Tenderer whose tender shall be accepted by the Purchaser and shall
include such Tender's heirs, legal representatives, successors and assigns.
The "Sub Contractor" shall mean the person named in the contract for any part of the work or any person
to whom any part of the Contact has been sublet with the consent in writing of Engineer and
the heirs, legal representatives, successors and assigns of such person.
The "Engineer" shall mean the officer placing the order for the work with the Contractor and such other
officer as may be duly authorised and appointed in writing by the Purchaser to act as Engineer for the
purposes of the Contract and in case where no such officer has been so appointed, the Purchaser or his
duly authorised representative.
"Plant" shall mean the plant and materials to be provided by the Contractor under the Contract.
The "Contract" shall mean and include the General Conditions, Specifications, Schedules, Drawings,
Form of Tender, Covering letter, Schedule of prices or the final General Conditions, Specifications and
Drawings and the Agreement to be entered into under clause 3 of these General Conditions.
The "Specification" shall mean the Specification annexed to these General Condition and the Schedule
thereto (if any).
The "Site" shall mean the site of the proposed work as detailed in the Specification or any other place in
Uttar Pradesh where work is to be executed under the Contract.
"Month" shall mean calendar month.
"Writing" shall include any manuscript, typewritten or printed statement, under or over signature or seal,
as the case may be. Words importing persons shall include Firms, Companies, Corporation and other
bodies whether incorporated or not. Words importing the singular only shall also include the plural and
vice versa where the context requires.

Contractor to inform 2.
The contractor shall be deemed to have carefully examined himself fully the General Conditions,
Specification, Schedules and Drawings, if he shall have any doubt as to the meaning of any portion of
these General Conditions, or of the Specification he shall before signing the Contract set for the
particulars thereof and submit them to the Engineer in writing, in order that such doubt may be removed.

Contract 3.
A formal agreement shall, if required by the Purchaser, be entered into between the Purchaser and the
Contractor for the proper fulfillment of the Contract. Further, if required by the purchaser, Contractor shall
deposit with the purchaser as security for the due and faithful performance of the contracts such sum not
being less than one per cent of the total value of the Contract as may be fixed by the Purchaser either in
cash or any other form approved by the Purchaser. The security deposit shall be refunded to the
Contractor on delivery and check of the plant at the site of the work.
The Charges in respect of vetting and execution of the contract document shall be borne by the
Contractor. The Contractor shall be furnished with an executed stamped counterpart of the agreement.
After the tender has been accepted by the Purchaser all order or instructions to the Contractor shall,
except as herein otherwise provided, be given by the Engineer on behalf of Purchaser.

Contract Drawing 4.
The Contractor shall submit in duplicate, to the Engineer for his approval, drawings of the General
Arrangement of the plant to be provided and such detailed drawings, other than shop drawings,
as may be reasonably necessary. Within fourteen days of the receipt of such drawings the Engineer
shall signify his approval or otherwise of the same, and in the event of disapproving the drawing the
Contractor shall submit further drawing for approval.
Within a reasonable period of the notification by the Engineer to the Contractor of his approval of such
drawings, three sets, in ink or tracing cloth or ferrogallic prints mounted on cloth, of the drawings as
approved, shall be supplied to him by the Contractor and be signed by him and the Contractor
respectively and be thereafter deemed to be the "Contract Drawings".

These drawings when so signed shall become the property of the purchaser and be deposited with the
Engineer, and shall not be departed from in any way whatsoever except by the written permission of the
Engineer or hereinafter provided. In the event of the Contractor desiring to possess a signed set of
drawings, he shall supply four sets instead of three sets and in this
case the Engineer shall sign the fourth set and return the same to the Contractor. The Contractor, if
required by the Engineer, shall supply in addition copies of any drawings other than shop drawings which
may reasonable be required for the purpose of the Contract and may make a reasonable charge for such
copies.
The Engineer or his duly authorised representatives, whose name shall have previously been
communicated in writing to the Contractor shall have the right, at all reasonable times, to inspect,
at the factory of the Contractor, drawings of any portion of the plant.

Mistake in drawings 5.
The Contractor shall be responsible for and shall pay for any alterations of the plant due to any
discrepancies, errors or omissions in the drawings and other particulars supplied by him, whether such
drawing or particulars have been approved by the Engineer or not, provided that is such discrepancies,
errors or omissions are due to inaccurate information or particulars furnished to the Contractor by the
Engineer any alterations in the plant necessitated by reasons of such inaccurate information or
particulars shall be paid for by the Purchaser. If any dimensions figured upon a drawing or a plan differ
from those obtained by scaling the drawing or plan the dimensions as figured upon the drawing or plan
shall be taken as correct.

Subletting of contract 6. The Contractor shall not, without consent in writing of the Engineer or
Purchaser which shall not, be unreasonably withheld, assign or sublet this Contract, any substantial part
thereof other than for raw materials, or minor details or for any part of the plant of which makers are
named in the Contract provided that any such consent shall not relieve the Contractor from any
obligation, duty or responsibility under the contract.

Patent rights 7.
In the event of any claim or demand being made or action being brought against the Purchaser for
infringement or alleged Infringement of Letters patent, in respect of any machine, plant or thing used or
supplied by the Contractor under this Contract or in respect of any method of using or working by the
Purchaser of such machine, plant or thing, the Contractor will indemnify the Purchaser against such claim
or demand and all costs and expenses arising from or incurred by reason of such claim or demand
PROVIDED THAT the Purchaser shall notify the Contractor immediately any
claim is made and that the Contractor shall be at liberty, if he so desires, with the assistance of the
Purchaser, if required but at all the Contractor's own expenses to conduct all negotiations for the
settlement of the same or any litigation that may arise there from and PROVIDED THAT no such
machine, plant or thing shall be used by the Purchaser for any purpose or in any manner other than
that for which they have been supplied by the Contractor and specified under this Contract.

Quality of materials 8.
The plant shall be manufactured and constructed in the best and most substantial and most workmanlike
manner and with materials of the best or of approved qualities for their respective
uses.

Packing 9.
The Contractor shall be responsible for security, protecting and packing the plant so as to avoid damage
under normal condition of transport.
Delivery and import 10.
The costs of delivering the whole of the material F.O.R. , at the license fee railway stations specified shall
be borne by the Contractor. The Import Lenience fee for the Import of equipment or component
part of raw materials, if required, shall be paid by the Contractor even when the Import License may have
to be taken in the name of the Purchaser.

Power to vary 11.


No alteration, amendments, omissions, additions, or omit work suspensions, or variations of the plant
(hereinafter referred to as "Variations") under the Contract as shown by the contract drawings
or the Specifications shall be made by the Contractor except as directed in writing by the Engineer but
the Engineer shall have full power, subject to the provision hereinafter contained, from time to time during
the execution of the Contract by notice in writing to instruct the contractor to make such variations without
prejudice to the Contract, and the Contractor shall make such variation, and be bound by the same
conditions as far as applicable as though the said variation occurred in the specification. If any suggested
variations would, in the opinion of the Contractor, if carried out, prevent him from fulfilling any of his
obligations or guarantees under the Contract, he shall notify the engineer thereof in writing and the
Engineer shall decide forthwith whether or not the same shall be carried out and if the Engineer confirm
his instructions, the Contractor's obligation and guarantees shall be modified to such an extent as may be
justified. The Difference of cost, if any, occasioned by any such variations shall be added to, or deducted
from, the contract price as the case may require. The amount of such difference, if any, shall be
ascertained and determined in accordance with the rates specified in the schedules of Prices so far as
the same may be applicable and where the rates are not contained in the said Schedules, or are not
applicable they shall be settled by the Engineer and Contractor jointly, as far as possible, before such
variations are carried out. Provided that the Purchaser shall not become liable for the payment of any
charge in respect of any such variations, unless the instructions for the performance of the same have
been given in writing by the Engineer.
In the event of the Engineer requiring any variations, such reasonable and proper notice shall be given to
the Contractor as will enable him to make his arrangements accordingly, and in cases where goods or
materials have already been prepared, or any design drawings, or patterns have been made or work
done that required to be allotted the Engineer shall allow such compensation in respect thereof as he
shall consider reasonable. Provided that no such variations shall, except with the consent in writing of the
Contractor, be such as will involve in increase or decrease of the total price payable under the Contract
by more than 10 percent thereof. In every case in which the Contractor shall receive instructions from the
Engineer for carrying out any work which either then or later will in the opinion of the contractor, involve a
claim for additional payment, the Contractor, shall as soon as reasonably possible after the receipt of
such instructions inform the Engineer of such claim for additional payment.

Negligence 12.
If the contractor, shall neglect to manufacture or supply the plant with due diligences and expedition, or
shall refuse or neglect to comply with any reasonable orders given to him in writing by the Engineer in
connection with the manufacture or supply, or shall contravene any provision of the Contract the
Purchaser may given seven day's notice in writing to the contractor to make good the failure, neglect or
contravention complained of, and if the contractor shall fail to comply, with the notice within a reasonable
time from the date of service thereof in the case of a failure, neglect or
contravention capable of being made good within that time, then and in such case if the Purchaser shall
think fit, it shall be lawful for him to take the manufacture or supply of plant wholly, or in part, out of the
contractor's hand and give it to another person on contract at a reasonable price and the Purchaser shall
be entitled to retain and apply any balance which may be otherwise due on the Contract by him to the
Contractor or such part there of as may be necessary to the payment of the cost of manufacture or
supply of such plant as aforesaid.

Death, Bankruptcy etc. 13.


If the contractor shall die or commit any act of Bankruptcy, or being a corporation commence to be
wound up except for reconstruction purposes or carry on its business under a Receiver, the executors,
successors, or the representatives in law of the estate to the contractor or any such receiver, liquidator,
or any person in whom the contract may become vested shall forthwith give notice thereof in writing to
the purchaser and shall for one month, during which he shall take all reasonable steps to prevent
stoppage of the manufacture of plant have the option of carrying out
the contract subject to his or their providing such guarantee as may be required by Purchaser, but not
exceeding the value of the plant, for the time being remaining unexecuted. In the event of stoppage of the
manufacture of the plant the period of the option under this clause shall be fourteen days only provided
that should the above. option not be exercised, the contract may be determined by the Purchaser by
notice in writing to the contractor, and the Purchaser may exercise the same power which he could
exercise and will have the same rights which he would have under the last preceding clause if the work
had been taken out of the contractor's hands under the clause.

Inspection and testing 14.


The Engineer and his duly authorized representatives, shall have at all reasonable time access to the
contractor's premises, and shall have the power at all reasonable times to inspect and examine
the materials and workmanship of the plant during its manufacture there and if part of the plant is being
manufactured on other premises the contractor shall obtain for the Engineer and for his duly authorised
representatives permission to inspect its as if the plant manufactured on the Contractor's own premises.
The Engineer shall, on giving seven day's notice in writing to the contractor setting out any grounds of
objections which he may have in respect of the work be at liberty to reject all or any plant or workmanship
connected with such work which, in his opinion, are not in accordance with the contract, or are in his
opinion, defective for any reason whatsoever, provided that if such notice be not sent to the contractor
within reasonable time after the grounds upon which such notice is based have come to the knowledge of
the Engineer, he shall not be entitled to reject the said plant
workmanship on such grounds. Unless specifically provided otherwise all tests shall be made at
contractor's work before shipment. The contractor shall, if required, give the Engineer notice of any
material being ready for testing, and Engineer, or his said representatives if so desired shall, on giving
twenty-four hour's previous notice in writing to the contractor attend at the contractor's premises within
seven days of the date on which the material is notified as being ready, failing which visit the contractor
may proceed with the tests, which shall be deemed to have been made in Engineer's presence and he
shall forthwith forward to the Engineer duly certified copies of the tests in duplicate. Test at Contractor's
In all cases where the contractor provides for tests, whether at the
Premises premises of the contractor or of any sub-contractor the contractor, except where otherwise
specified shall provide free of charge such labour, materials, electricity, fuel, water, stores apparatus,
plant in accordance with the contract and shall give facilities to the Engineer or to his authorized
representative to accomplish such testing. If special tests other than those specified in the contract are
required they shall be paid for by the Purchaser as "Variations" under clause II. When the tests have
been satisfactory completed at the contractor's works the Engineer shall issue a certificate to that effect.
Test on site In all cases where the contract provides for tests on the site, the purchaser, except
otherwise specified, shall provide, free of charge, such labour, materials, electricity, fuel, water, stores,
apparatus and instruments as may be requisite from time to time and as may reasonably be demanded,
efficiently to carry out such tests of the plant or workmanship in accordance with the contract. In the
cases of contractor requiring electricity for test on site such
electricity shall be supplied to the contractor in the most convenient form available.

Delivery of plant 15.

The plant or material shall not be forwarded until shipping/dispatch instructions shall have been given to
the contractor. Notification of delivery or dispatch in regard to each and every consignment shall be made
to the purchaser immediately after dispatch or delivery. The Supplier shall further supply to the
Consignee a priced invoice and packing account of all stores delivered or dispatched by him. All
packages, containers, bundles and loose materials forming part of each and every consignment shall be
described fully in the packing account, and full details of the contents of packages and quantity of
materials shall be given to enable to consignee to check the stores on arrival at destination.
Engineer's Supervision 16.
The manufacture and supply of plant shall be carried out under the direction and to the reasonable
satisfaction of the Engineer.
Engineer's decision 17.
In respect of all matters which are left to the decision of the Engineer including the granting or with
holding of certificates, the Engineer shall if required to do so by the Contractor, give in writing a decision
thereon, and his reasons for such decision. If the decision is not accepted by the contractor the matter
shall at the request of the contractor be referred to arbitration under the provision for arbitration
hereinafter contained, but subject to the right of reference to arbitration such decision shall be final and
binding on the contractor.

Liability for accident and 18.


The contractor shall be responsible for loss, damage or damage depreciation to goods up to delivery at
site.

Replacement of defective 19.


If during the progress of manufacture of supply or plant the plant or materials Engineer shall decide and
notify in writing to the contractor that the contractor has manufactured any plant or part of plant unsound
or imperfect, or had supplied any plant inferior in quality to that specified, the contractor on receiving
details of such defect or, deficiency shall, at his own expense, within such time that may be
reasonably necessary for the purpose proceed to alter, reconstruct or remove such plant or part of plant,
or supply fresh materials up to the standard specification and in case the contractor shall fail
to do so, the Purchaser may, on giving the contractor seven day's notice in writing of his intention to do
so proceed to alter, reconstruct or remove such plant or part of plant, or supply of all such materials at
the contractor’s cost provided that nothing in this clause shall be deemed to deprive the Purchaser of or
affect any rights under the Contract which he may otherwise have in respect of such defects or
deficiencies.

Deduction from 20. All costs, damages of expenses which the Purchaser may contract price have paid
for which under the contract the contractor is liable may be deducted by the Purchaser from any money
due or which may become due by him to the contractor under this contract, or may be
recovered by suit or otherwise from the contractor. Any sum of money due and payable to the contractor
(including security deposit returnable to him) under this contract may be appropriate by the Purchaser
and set off against any claim of the Purchaser for the payment of a sum of money arising out of or under
any other contract made by the contractor, with the Purchaser.

Terms of payment 21.

(1) Subject to any deduction which the Purchaser may be authorised to make under the contract, or
subject to any additions or deductions provided for under clause 11, the Contractor shall, on the
certificate of the Engineer, be entitled to payment as follows:

(a) Ninety percent of the F.O.R. contract value of the plant in rupees on receipt by the purchaser of the
contractor's invoice giving the number and date of railway receipt covering the dispatch of the plant from
the Indian port and of the advice note giving case number and contents, together with a certificate by the
contractor to the effect that the plant detailed in the said advice note has actually been dispatched under
the said railway receipt and that the contract value of the said plant so dispatched is not less than the
amount entered in the invoice.
(b) Ten percent of the F.O.R. contract value on presentation of the contractor's invoice when each
commercially useable section of the plant is completed and the last portion of such section has been
dispatched and the whole material has been delivered at the place fixed for delivery and checked at the
site of the work or, within one month of such delivery, whichever is earlier. Provided that each of the
payments under this clause shall be due on the last day of the month in which the invoice for the amount
due together with necessary documents is received by the Purchaser: Provided also that the Purchaser
shall not be bound to make any payment under sub-clause (a) unless the amount of such payment
represents at least 8 percent of the total contract value of the plant.

2. If at the time at which the last installment becomes payable there are minor defects in the plant which
are not of such importance as to affect the full commercial use of the plant, then the Purchaser shall be
entitled to retain such part of the installments as represents the cost of making good such minor defects
and any sum so retained shall, subject to the provision of clause 30, become due upon such minor
defects being made good.

3. If the Purchaser desires that the plant or any portion should not be dispatched by the Contractor when
it is due for dispatch, the Contractor shall for such plant or portion at his works and be responsible for all
risks. For such storage the Purchaser shall pay to the contractor at a rate to be mutually agreed upon
between the parties, but not exceeding 5s (five shillings) per ton per week payable quarterly plus interest
@ 1 percent per annum above the current rate of the State Bank of India, on 80% of the contract value of
the plant or portion thereof so stored, for the period from the date on which the said plant or portion
thereof so stored for the period from the date on which the said plant or portion becomes due and is
ready for shipment up to the date on which it is actually shipped.
Provisional sums 22.
In any case where the contract price includes a provisional sum to be provided by the contractor for
meeting the expenses of extra work or for work to be done or material to be supplied by a sub-contractor,
such sum shall be expended or used, either wholly or in part or be not used at the discretion of the
Engineer and entirely as he may decide and direct. If no part or only a part thereof be used, then the
whole or the part not used, as the case may be shall be deducted from the contract price. If the sum used
is more than such provisional sum the contractor shall pay the excess. In the case of material supplied or
work done by a sub-contractor, the total of the net sum paid to the sub Contractor on account of such
materials or works and a sum equal to 10% of such net sum allowed as contractor's profit shall be
deemed to be the sum of used. Non of the work or articles to which such sum of money refers shall be
done or purchased without the written order of the Engineer. The Contractor shall allow the
subcontractors every facility for the supply of materials or execution of their several works simultaneously
with his own, and shall, within fourteen days after the Engineer has requested him in writing to do, so pay
the dues of such sub-contractors on account of such materials or works, PROVIDED ALWAYS that the
contractor shall have no responsibility with regard to such works or articles unless he shall have
previously approved the sub-contractor and/or the material or plant to be supplied.

Certificate of Engineer 23.

(1) Every application to the Engineer for a certificate must be accompanied by a detailed invoice (in
duplicate) setting forth in order of the Schedule of Prices, particulars of the plant supplied and the
certificates as to such plant as in the reasonable opinion of the Engineer, in accordance with the contract
shall be issued within fourteen days of the application for the same.

(2) The Engineer may, by any certificate make any correction or modification in any previous certificate
which shall have been issued by him and payments shall be regulated and adjusted
accordingly.

Certificate not to effect 24.


No certificate of the Engineer on account, nor any sum paid on right of the Purchaser or account by the
Purchaser, nor any extension of time granted under Contractor clause 26 shall affect or prejudice the
rights of the Purchaser, against the Contractor either under this Agreement or under the law, or relieve
the Contractor, of his obligations for the due Performance of the Contract or be interpreted as approval of
the plant manufactured or supplied, and no certificate of the Engineer
shall create liability on the Purchaser to pay for any alteration, amendments, variations or additions not
ordered in writing by the Engineer, or absolve the Contractor of his liability for the payment of
damages whether due, ascertained or certified or not, or of any such sum against the payment of which
he is bound to indemnify the Purchaser nor shall any such certificate nor the acceptance by
him of any sum paid on account otherwise affect or prejudice the rights of the contractor against the
Purchaser either under this Agreement or under the law.

Suspension of works 25.


The Purchaser shall pay to the Contractor all reasonable expenses incurred by the Contractor by reason
of suspension of the manufacture of plant or delay in shipment by order in writing of the Purchaser or the
Engineer unless such suspension or delay shall be due to some default on the part of the Contractor or
Sub-Contractor.

Extension of time for 26.


The time given to the Contractor for dispatch or delivery completion shall be reckoned from the date of
receipt by the Contractor of the order, together with all necessary information and drawings, to
enable the work to be put in hand. In all cases in which progress shall be delayed by strikes lockouts, fire,
accidents, defective materials delay in approval of drawings or any cause whatsoever beyond the
reasonable control of the Contractor, and whether such delays or impediment shall occur
before or after the time or extended time, for dispatch or delivery, a reasonable extension of time shall be
granted.

Price reduction 27.


If the Contractor shall fail in the due performance of his Contract with in the time fixed by the purchaser or
any extension thereof, the contractor agrees to accept a reduction of the Contract price by half percent
per week reckoned on the contract values of such portion only of the plant as cannot in consequences of
the delay be used commercially and efficiently during each week between the appointed or extended
time, as the case may be and actual time of acceptance under clause 29, and such reduction shall be in
full satisfaction of the Contractor's liability for delay but shall not in any case exceed 10 percent of the
contract value of such portion of the plant. 18 % GST Shall be charged on Penalty Value from the bills of
the firm available in the office of the consignee or any where in UPPTCL.

Rejection of defective 28.


If the completed plant or any portion thereof, it is plant taken over under clause 29 be found to be
defective or fails to fulfill the requirements of the contract, the Engineer shall give the Contractor notice
setting forth particulars of defects or failure, and the Contractor shall forthwith make the defective plant
good, or alter the same to make it comply with the requirements of Contract. If the Contractor fails to do
so within a reasonable time the Purchaser may reject and replace, at the cost of the Contractor, the
whole or any portion of the plant as the case may be which is defective or fails to fulfill the requirements
of the Contract. Such replacement shall be carried by the Purchaser within a reasonable time and a
reasonable price, and where reasonably possible to the same specification and under competitive
condition. In case of such replacement by the purchaser the Contractor shall
be liable to pay to the Purchaser the extra cost, if any, of such replacement delivered and/or erected as
provided for in the original Contract, such extra cost being the ascertained difference between the price
paid by the purchaser, under the provisions above mentioned for such replacement and the Contract
price for the plant so replaced and also to repay any sum paid by the purchaser to the Contractor in
respect of such defective plant. If the purchaser does not so replace the rejected plant within a
reasonable time, the Contractor shall be liable only to repay to the Purchaser all moneys
paid by the Purchaser to him in respect of such plant. In the event of such rejection, the Purchaser shall
be entitled to the use of the plant in a reasonable and proper manner for a time reasonably sufficient to
enable him to obtain other replacement plant. During the period the rejected plant is used commercially
the Contractor shall be entitled to reasonable sum as payment for such use.

Taking over 29.


Where the specification calls for performances test before shipment and these have been successfully
carried out, the plant shall be accepted and taken over and the Engineer shall notify the
Contractor to that effect. When the specification calls for tests on site the plant shall be taken over
immediately after such tests have been satisfactorily carried out and the Engineer shall notify the
Contractor to that effect. Such notification shall not be unreasonably withheld, nor shall the
Engineer delay giving such notification on account of minor omission and defects, which does not
necessarily delay shipment nor affect the commercial use of the plant without any serious risk.
PROVIDED ALWAYS that the Contractor undertakes to make good such omissions and defects at the
earliest moment.
Maintenance 30.
For period of 12 (twelve) calendar months commencing immediately upon the setting to work of the plant
or 18 months from the date of receipt of equipment by the Purchaser at site whichever is earlier called
“the Maintenance period" the Contractor shall remain liable to replace any defective parts that may
develop in plant of his own manufacture or those of his sub-contractors approved under clause 6, under
conditions provided for by the contract under proper use and arising solely from design, materials or
workmanship. PROVIDED ALWAYS that such defective parts are not repairable at site and are not
essential in the meaning to the maintenance in commercial use of the plant are promptly returned to the
Contractor's work at the expense of the Contractor or unless otherwise arranged. If it becomes necessary
for the Contractor to replace or renew any defective parts of the plant under this clause, the provisions of
the first paragraph of this clause shall apply to the parts of the plant so replaced or removed until the
expiration of six months from the date of such replacement or renewal or until the end of the above
mentioned period of twelve months whichever may be later. If any defect be not remedied within a
reasonable time the Purchaser may proceed to do the work at the Contractor's risk and expense, but
without prejudice to any other right which the Purchaser may have against the Contractor in respect to
such defects. The repaired or new parts will be delivered in accordance with clause 10. The Contractor
shall bear reasonable cost of minor repairs carried out on his behalf at site. At the end of "The
Maintenance Period" the Contractor's liability shall cease. In respect of goods not covered by the first
paragraph of this clause, the Purchaser shall be entitled to the benefit of any guarantee given to the
Contractor by the original supplier or manufacturer of such goods.

Arbitration 31.
If any dispute, difference or controversy shall at any time arise between the Contractor on the one hand
and the UP Power Transmission Corporation Ltd. and the Engineer of the contract on
the other touching the contract, or as to the true constructions, meaning and intent or any part or
condition of the same, or as the manner of execution or as to the quality or description of or payment for
the same, or as to the true intent, meaning, interpretation, construction or effect of the clauses of the
contract, specifications or drawings or any of them, or as to any thing to be done, committed or suffered
in pursuance of the contract or specifications or to the mode of carrying the contract into effect, or as to
the breach, or alleged breach of the contract, or as to any claims, on account to such breach, or alleged
breach or as to obviating or compensating for the commission of any such breach, or as to any other
matter or thing whatsoever connected with or arising out of the contract, and whether before or during the
progress or after the completion of the contract, such question,
difference or dispute shall be referred for adjudication to the Chairman, UP Power Corporation Limited or
to any other person nominated by him on his behalf and his decision in writing shall be
final binding and conclusive in case of refusal/neglect by such nominee, C.M.D. U.P. Power
Transmission Corporation Ltd. may nominate another person in his place. This submission shall be
deemed to be a submission to arbitration within the meaning of the India Arbitration Act 1940 or any
statutory modification thereof. The arbitrator may from time to time with consent of the parties enlarge the
time for making and publishing the award. Upon every or any such reference, the cost of an incidental to
the reference and award respectively shall be in discretion of the arbitrator, who shall be competent to
determine the amount thereof or direct the same to be taxed as between solicitor and client or as
between party and to direct by whom and to whom and in what manner the same shall be borne and
paid. Work under the contract shall if reasonably possible, continue during the Arbitration proceedings
and no payments due or payable by the UPPTCL shall be withheld on account of such proceedings.

Construction of 32.
The contract shall in all respect be construed and operated contract as a Contract as defined in the
Indian Contract Act, 1872, and all payments there under shall be made in rupees unless otherwise
specified.

Marginal Notes 33.


The marginal notes to any clause of this Contract shall not affect or control the construction of such
clause.
FORM OF AGREEMENT

(REFERRED TO IN CLAUSE -3)


THIS AGREEMENT made on the --------------------------- day of -------------200---------BETWEEN----------------
--------- (hereinafter referred to as the “Contractor”) of the one part AND the U.P. Power Transmission
Corporation Limited (hereinafter called “Purchaser”) of the other part WHEREAS the purchaser is about
to erect and maintain the ----------------------------------------------(hereinafter called “the works”) and for the
purpose requires the plants and machinery mentioned and specified in certain general conditions,
Specifications, Schedules, Drawings, Form of tender, covering letter and schedule of price which, for the
purpose of identification has been signed by ------------------------------- on behalf of the Contractor and ------
-------------------- (the engineer of the Purchaser) on behalf of the Purchaser and all of which are deemed
to form part of this contract as though separately set out herein and are included in the expression
“Contract" whenever herein used.

AND WHEREAS the Purchaser has accepted the tender of the Contractor for the supply and delivery of
the said plant and machinery for the sum of -------------------------------- upon the terms and subject to the
conditions hereinafter mentioned.

NOW THESE PRESENT WITNESSES and the parties hereto hereby agree and declare as follows, that
is to say, in consideration of the payment to be made to the Contractor by the purchaser as hereinafter
mentioned the Contractor shall and will fully provide the said plant and machinery for the said works on
the terms and conditions mentioned in the Contract.

AND in consideration of the due provisions of the said plant and machinery by the Contractor and due
performance of this part of the contract, the purchaser does hereby for himself, his successors or assigns
convenant with the Contractor that he (the Purchaser), his successor or assigns will pay to the Contractor
the said sum of ----------------------------- or such other sum as may become payable to the Contractor
under the provision of the Contract, such payments to be made at such time and in such manner as is
provided by this contract.

IN WITNESS WHEREOF the Parties here to have signed this Deed here under on the dates respectively
mentioned against the signature of each.
(Signed) (Signed)

(for & on behalf of the Purchaser) (Contractor)


(date) (date)

in the presence of in the presence of

(date) (date)

(date) (date)
PROFORMA OF GUARANTEE BOND FOR SECURITY DEPOSIT
(To be used by approved Scheduled Bank)

1. In consideration of the U. P. Power Transmission Corporation Ltd, Lucknow (hereinafter called “the
corporation”) having agreed to exempt --------------- (hereinafter called "the Contractors") from the demand,
under the terms and conditions of Agreement dated ............. made between ------------------------ and --------------
-------------- for ------------------------ (hereinafter called “the said Agreement”) of security deposit for the due
fulfillment by the said Contractor(s) of the terms and conditions contained in the said Agreement on production
of a Bank Guarantee for Rs. ----------------- (Rupees--- -----------------only). We ----------------- Bank Ltd.
(hereinafter referred as “The Bank”) do hereby undertake to pay to the Corporation an Amount not exceeding
Rs. --------------------against any loss of or damage caused to or suffered or would be caused to or suffered by
the Corporation by reasons of any breach by the said Contractor(s) of any of the terms and conditions
contained in the said Agreement.

2. We ------------------------- Bank Ltd. do hereby under take to pay the amount due and payable under this
guarantee without any demur, merely on demand from the Corporation stating that amount claimed is due by
way of loss or damage caused to or would be caused to or suffered by the Corporation by reason of any
breach by the said Contractor of any of the terms or conditions contained in the said Agreement or by reason
of the Contractor’s(s) failure to perform the said Agreement. Any such demand made on the Bank shall be
conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability
under this guarantee shall be restricted to an amount not exceeding Rs. ----------

3. We ----------------------- Bank Ltd. further agree that the guarantee herein contained shall remain in
full force, and effect during the period that would be taken for the performance of the said agreement and that
it shall continue to be enforceable till all the dues of Corporation under or by virtue of the said agreement have
been fully paid and its claims satisfied or discharged or till the Corporation or their only authorised officer
certified that the terms and conditions of the said agreement have been fully and properly carried out by the
said Contractor(s) and accordingly discharge the guarantee. Unless a demand or claim under this guarantee is
made on us in writing on or before ------------------------- we shall be discharged from all liability under this
guarantee there after.

4. We----------------------Bank Ltd further agree with the Corporation that the Corporation shall have the fullest
liberty without affecting in any manner or obligation hereunder to vary any of the terms and conditions of the
said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for
any time or from time to time any of the powers exercisable by the Corporation against the said Contractor(s)
and to forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not be
relieved from our liability by reason of any such variation, or extension, or extension(s) being granted to the
said Contractor(s) or for any forbearance, act of omission on the part of the Corporation or any indulgence by
the Corporation to the said Contractor(s) or by any such matter or thing whatsoever which under the law
relating to sureties would but for this provision have effect of so relieving us.

5. We ------------------------- Bank Ltd. lastly undertake not to revoke this guarantee during its currency
except with the previous consent of the Corporation in writing.

6. Not withstanding any thing contained above the liability of the guarantor hereunder is restricted to
the said sum of Rs.------------------------- and this guarantee shall expire on the -----------------------day----------------
--------- of------------------------- 200 --------. Unless a claim under the guarantee is filled with the guarantor within
six months of such date, all claim shall lapse and the guarantor
shall be discharged from the guarantee.
Dated the -------------------------day of -------------------------- 200
For ------------------------- Bank Ltd.
PROFORMA FOR PERFORMANCE BANK GUARANTEE
U.P. POWER TRANSMISSION CORPORATION LIMITED

THIS DEED OF GUARANTEE made on the -------------------day of ---------------------200 by the -----------------


--------(hereinafter called “the Guarantor”) of one part IN FAVOUR of the U.P. Power Transmission
Corporation Ltd. (hereinafter called “the Purchaser”) of the other part. One part IN FAVOUR of the
UPPTCL (hereinafter called “the said Contract”) of the other part.

WHEREAS in accordance with the contract agreement dated the ---------------day of ------------ the
Purchaser & Messers ------------------------- a company within the meaning of the Companies Act and
having its registered office at ------------------------- (hereinafter called “the Contractor”) the Contractor
agrees to supply to the Purchaser the ------------------------- as provided in the said Contract.

AND WHEREAS the payment terms under the said Contract provide that in order to take 100% payment
of the Contract value the Contractor shall furnish to the Purchaser a Bank Guarantee in the sum of 10%
value of each consignment dispatched valid for ------------------ .

AND WHEREAS instead of furnishing separate guarantee as aforesaid the Contractor wishes to furnish
one guarantee in the sum of 10% value of the Contract valid for ------------------------- and beckoned from
the date ---------------.

NOW THIS DEED WITNESSES AS FOLLOWS

1. In consideration of the promises the Guarantor hereby undertakes that the Contractor shall duly supply
the aforesaid material of the correct quality and strictly in accordance with the said Contract failing which
the Guarantor shall pay to the Purchaser on demand such amount or amounts as the Guarantor may be
called upon to pay to the maximum aggregate of Rs. ------------------------ being 10% of the Contract value.

2. The Guarantor shall pay to the Purchaser on demand the sum under clause 1 above without demur
and without requiring the Purchaser to invoke any legal remedy that may be available to it to compel the
Guarantor to pay the same or to compel such performance by the Contractor, Provided that where the
Guarantor considers the demand of the Purchaser unjustified, shall never the less pay the same though
under protest to the Purchaser and shall not with hold payment on that account.

3. This guarantee shall come into force from the date hereof and shall remain valid for -----------------
calendar months from the date of the ----------------of the last consignment of goods dispatched which date
of dispatch according to contract is the -------------day of ---------------. If however, the period of the contract
is for any reason extended thereby extending the said date, and upon such extension, it the contractor
fails to furnish a fresh or renewed Bank Guarantee for the extended period, Guarantor shall pay to the
Purchaser the said sum of Rs.------------------------- or such lesser sum as the Purchaser may demand.

4. The guarantee herein contained shall not be affected by any change in the Constitution of the
Guarantor or of the Contractors.

5. Any account settled between the Contractor and the Purchaser shall be conclusive evidence against
the Guarantor of the amount due and shall not be questioned by the Guarantor.

6. The neglect or forbearance of the Purchaser in enforcement of payment of any money the payment
whereof is intended to be hereby secured or the giving of time by the Purchaser for the payment thereof
shall in no way relieve the Guarantor of its liability under this deed.

7. The Purchaser and the Contractor will be at liberty to carry out any modifications in the said Contract
during the terms of the said Contract and any extension thereof, notice of which modification to the
Guarantor is hereby waived.
8. The expression “The Purchaser” and “The Guarantor” and “The Contractor” shall unless there be
anything repugnant to the subject or context include their respective successors and assigns.

9. Notwithstanding any thing contained above, the liability of the Guarantor hereunder is restricted to
the said sum of Rs.------------and this guarantee shall expire on the -------------- day of ------------- unless
claim under the guarantee is filed within six months of such date, all claims shall lapse and the Guarantor
shall be discharged from the Guarantee.

IN WITNESS HEREOF

For and on behalf of the Guarantor has signed this deed on the day and year first above written.
Witness:

1. ……………………………………
…………………………………. Signed by

2. ………………………………….
…………………………………. For and on behalf of the Guarantor
FORM OF BANK GUARANTEE
(For depositing earnest money in case the amount for deposit exceeds Rs. 5,000)
To ,
Dy. Chief Account Officer (TS) U.P. Power Transmission Corporation Limited, Agra

Sir,

WHEREAS, M/s ------------------------- a company incorporated under the Indian Companies Act, its
registered offices at -------------------------a firm registered under the Indian Partnership Act and having its
business office at ----------------- son of -------------------- resident of ------------------------- carrying on business
under the firm's name and style of M/s ------------------------- at ------------------ ------- / Sri------------------------
son of -------------------------resident of -------------------------at ---------------- / Sri -------------------------son of -----
-------------------- resident of ------------------------- / Sri ------------------------ son of -------------- -----------resident
of --------------- / Sri-------------------------son of ------------------------- resident of ---------------------------------------
---------of--------partners carrying on business under the firm's name and style of Messer -----------------------
--at-------------------------which is a registered partnership (hereinafter called “The Tenderer”) has/have in
response to your Tender Notice against specification number--------- for -------------offered to supply and/or
execute the works contained in the Tenderer's letter no------------------------ AND WHEREAS the Tenderer
is required to furnish you a bank guarantee for the sum of Rs.------ -------------------as earnest money
against the tender's offer as aforesaid.

AND WHEREAS we -------------------------------------------------- (name of the Bank), have at the request of the
Tenderer agree to give you his guarantee as hereinafter contained.

NOW THEREFORE in consideration of the promises We, the undersigned, hereby covenant that the
aforesaid tender of the Tenderer shall remain open for acceptance by you during the period of validity as
mentioned in the tender or any extension there of as you and the Tenderer may subsequently agree and
if the Tenderer shall, for any reason back out, whether expressly or impliedly, from his said tender during
the period of its validity or any extension thereof as aforesaid we hereby guarantee to you the payment of
the sum of Rs.-------------------------on demand, notwithstanding the existence of any dispute between the
UP Power Transmission Corporation Ltd, and the Tenderer in this regard AND We hereby agree as
follows:
a. That you may without affecting this guarantee grant time or other indulgence to or negotiate further
with the Tenderer in regard to the conditions contained in the said tender and hereby modify these
conditions or add there to any further conditions as may be mutually agreed upon between you and the
Tenderer.
b. That the guarantee herein before contained shall not be affected by any change in the constitution of
our Bank or in the constitution of the Tenderer.
c. That any account settled between you and the Tenderer shall be conclusive evidence against us of the
amount due here under and shall not be questioned by us.
d. That this guarantee commences from the date hereof and shall remain in force till the Tenderer, if his
tender is accepted by you, furnished the security as required under the said specifications and executes
a formal agreement as therein provided or (till four months after the period of validity) or the extended
period of validity, as the case may be, of tender, whichever is earlier.
e. That the expressions “Tenderer” and “The Bank” and “The UP Power Transmission Corporation Ltd.”
herein used shall, unless such interpretation is repugnant to the subject or context, include their
respective successors and assigns.

Yours faithfully
TECHNICAL SPECIFICATION FOR 36 KV CURRENT TRANSFORMERS

1.0 SCOPE :
This specification covers the design, manufacture, assembly, testing at manufacture's works, supply
and delivery of outdoor single phase 36 KV CTs with terminal connectors for relaying and metering
purposes in effectively grounded 36 KV system in U.P.

2.0 TYPE & RATING :


The CTs should be of outdoor type single phase oil immersed, self cooled hermetically sealed,
suitable for operation in humid atmosphere in the tropical sun with climatic conditions as indicated in
para 2.3 of page G-2 and in areas subject to heavy lightening storms. The CTs shall comply with
requirements as indicated below:
1. Nominal System Voltage 33 KV (rms)
2. Highest System Voltage 36 KV (rms)
3. Frequency 50 C/s (47 to 51 C/s)
4. Insulation level (BIL) 170 KV
5. Short Time Current rating (1 sec.) 12.5 KA (rms)
6. Transformation Ratio 400 - 200 / 1-1A
7. No. of Cores Two
8. Quantity required 183 Nos.
9. Creepage distance of bushing Not less than 900 mm.
10. Continuous Primary Current rating 120% of rated Primary
Current
11. Continuous Secondary current rating 2A

3.0 DESIGN CRITERIA & STANDARD :


It shall be as under :
For 36 KV 400-200/1-1A C.T. :-

CT Ratio Core Rated Accuracy Accuracy Resistance Min. Knee Max. Purpose
No. Output Class Limit of Sec. Point mag.
Factor Wdg. Voltage Current
(Ohm) not (Volts) at at 25%
exceeding lower tap Knee
Voltage
(mA)
400-200 / 1-1A I 10VA 0.2 - - - Metering

II 20VA 5P 10 4 - Protection
400-200 / 1-1A

NOTE : Rated outputs should be guaranteed on both the ratios.

STANDARDS
Except as modified in the Specification the CTs and accessories shall be in accordance
with the latest editions of the following standards:
1. IS 2705 (Part I to IV) - Specification for CTs. & IEC 60444-1
2. IS 2099 - Specification for High Voltage porcelain bushing
3. IS 3347 - Specification for Dimensions for porcelain T/F
4. IS 335 - Specification for Insulating oil for T/F &
switchgear
5. IS 3202 - Code of practice: climate proofing of
electrical equipment

4.0 GENERAL :
The separately mounted CTs should be of single phase, oil immersed, hermetically sealed type and
self cooled, suitable for the service indicated, complete in all respects confirming to the modern
practice and of design and manufacture.

5.0 WINDINGS :
5.1 The instrument security factor of the CTs core to be used for metering should be low enough not to
cause any damage to measuring instruments on account of maximum short circuit current (The
instrument security factor should not exceed 5.0).
5.2 CT core to be used for protective relaying purpose should be of accuracy class specified.
Magnetisation curves should be furnished with the tender for the CTs for metering and protection
cores.
5.3 Continuous current rating of the Secondary winding of core-II should be min. 2 Amp. The secondary
terminals should be brought out in a compartment on once side of CT for easy access. The secondary
terminals should be provided with short circuiting arrangement. The secondary leads should be
adequately reinforced to withstand normal handling without damage. The secondary terminal box
should also be partitioned so as to house the metering terminals separately with the provision of
sealing and locking of the metering terminals. “METERING” & PROTECTION” should be clearly
indicated on each compartment cover respectively by engraving or by providing the metallic plate.

6.0 INSULATION :
The CTs should withstand satisfactorily the di-electric test voltage corresponding to basic impulse level
of 170 KV for 36 KV CTs.

7.0 SPECIAL FEATURES OF CTs :


7.1 The protection core should be of high grade non-aging electrical silicon laminated steel of low
hysterisis loss and high permeability to ensure high accuracy at both, normal and over current. The
CTs should be hermetically sealed to eliminate breathing and prevent air moisture from entering the
tank. These should be provided with the oil level gauge and pressure relieving device capable of
releasing at normal internal pressure.

7.2 INSULATING OIL : Should confirm to the requirement of IS - 335.

7.3 CREEPAGE DISTANCE :


The bushing and insulating porcelains should be suitable for installation in heavily polluted
atmospheres having creepage distance of 900 mm (min).

8.0 TYPE OF MOUNTING :


The CTs Should be suitable for mounting on steel structures having 4 nos. holes of 15 mm at
300 mm x 300 mm square spacing. Necessary galvanised flanges etc. for the base of the CTs should
be supplied.

9.0 CABLE GLANDS :


Two nos. cable glands suitable for 6 x 2.5 mm2 conductor for PVC control cable along with the gland
plates for the cables are to be provided. The prices of cable gland and gland plate should be included
in the price of CT.

10.0 TERMINAL CONNECTORS :


Terminal connectors suitable for Twin Panther ACSR conductor for CTs, as specified in

SCHEDULE OF QUANTITY & PRICES should be supplied along with the CTs. Provision for
earthing of the base frame of CTs is also to be made.

10.1 MATERIAL :
For non-current carrying parts, the bolts, nuts, washers and checknuts up to 10 mm size should be of
stainless steel and 12 mm size or above should be hot dip galvanised marked with ISI certification
mark. Nuts, washers, bolts for current carrying parts should be tinned copper. These should be
manufactured by a reputed concern and confirm to IS - 1365 - 1967 and 1367 - 1967 or latest
amendment thereof.

10.2 DESIGN :
The design of the connectors shall be such as to give intimate contact between connector and
conductor and offer protection to contact surfaces against effects of electrolytic (between two
dissimilar metals) and atmospheric corrosion. The connector shall have sufficient mechanical strength
and shall completely enclose the conductor and terminal. The connector shall hold the conductor and
terminal very tightly so that the connector withstands the mechanical stresses set up by vibration, wind
and short circuit current. The conductivity of connectors shall be high tominimise power loss.
The connectors should be designed with the large factor of safety and should comply in all
respects of temperature rise resistance and tensile strength withstand capacity as per ISS 5561 - 1970
or amendment thereof.
The tenderer is required to fill up Annexure-I and should also furnish copy of routine and type
tests of terminal connectors carried out by them or their sub-suppliers in the past. Drawings of the
connector shall also be submitted with tender.
The prices of terminal connectors should be quoted separately and should not be included in the price
of CT. Schedule of technical and guaranteed particulars for terminal connectors should be given in the
tender (schedule - R).

11.0 SHOP INSPECTION :


11.1 No material or equipment shall be dispatched from the point of manufacture unless it has been
inspected or inspection waival is issued. U.P. Power Corporation Ltd., representative shall have
access to facilitates for unrestricted inspection of the works.
11.2 The acceptance of any material or equipment shall in no way relieve the contractor or any of his
responsibilities for meeting all the requirements of this specification and shall not prevent
subsequent rejection of such material or equipment if later found to be defective.

11.3 ROUTINE TESTS :

Each CT shall be assembled and tested at the factory. Tests shall be performed in compliance with
the latest edition of IS. If UPPTCL elects to have a representative present, all tests shall be witnessed
by him unless he specifically waives the witnessing of the particular test before it is made and agrees
to accept copies of the contractors test report. The following tests shall be performed on each CT
unless otherwise specified :
(i) Verification of terminal marking and polarity (as per clause 9.2 of IS - 2705).
(ii) Power frequency dry withstand tests on primary windings (as per clause 9.3 of IS - 2705).
(iii) Power frequency wet withstand tests on secondary windings (as per clause 9.4 of IS - 2705).
(iv) Over voltage inter turn test (as per clause 9.5 of IS - 2705).
(v) Determination of errors or other characteristics of 0.2 accuracy class.
(vi) An excitation curve with voltage in volts on ordinate and magnetisation current in mA on abscissa
plotted up to that voltage level above knee point voltage when 10% increase in voltage causes 50%
increase in magnetisation current.
(vii) The CT shall be tested for leakage and strength by applying to complete CT and porcelain
housing filled with oil at a pressure not less than 0.7 Kg/cm2 for a period of 24.00 hrs. or not less than
1 Kg/cm2 above the maximum operating pressure for a period of 6.00 hrs. If leakage occurs the CT
shall be retested after all leakages have been stopped.

11.4 TYPE TESTS :


11.4.1 The bidders must have got the following type tests carried out on their offered CTs as per latest edition
of IS - 2705 to PREQUALIFY.
Following latest type test reports may be submitted with the offer, which should have been
conducted within 5 years of date of tender opening.
(a) Short time current test (as per clause 9.6 of IS - 2705).
(b) Temperature rise test (as per clause 9.7 of IS - 2705).
(c) Lightening impulse test for current transformer for service in electrically exposed installation (as per
clause 9.8 of IS - 2705).
(d) High voltage power frequency withstand voltage test on outdoors current transformer (dry & wet) as
per clause 9.9 of IS - 2705.
(e) Determination of errors or other characteristics of 0.2 accuracy class.
All other type tests shall be in accordance with the latest revision of IS - 2099 : 1973.
11.4.2 In the event of an order the supplier shall arrange to carry out Heat run test on one CT selected by the
representative of Purchaser in his presence.
11.5 One certified copies of routine test reports for each CT shall be furnished. Each report shall
include the following information :
(a) Complete identification of the CT including UPPTCL contract no. and Item no., manufacture type and
sl. No. and CT rating brief particulars of the CT parameter and specification.
(b) Brief description of each test as specified and carried out, results of test and where necessary
interpretations of results. Tests shall be listed in the same order to facilitate checking the report.

12.0 COMPLETENESS OF CONTRACT :


Any fittings, accessories, or apparatus which might not have been mentioned in the specification but
which are usual or necessary in the equipment of similar nature, are to be provided by the contractor
without extra cost. All apparatus must be complete in all details whether mentioned in the specification
or not.

13.0 GUARANTEED TECHNICAL PARTICULARS :


Guaranteed Technical Particulars as called for, in "SCHEDULE - R" should be furnished along with the
tender.

14.0 SCHEDULE OF REQUIREMENT AND DESIRED DELIVERIES :


14.1 The schedule of requirement and desired deliveries are indicated below :
SI. Equipment Qty. Description Desired delivery
No. Reqd.
(nos.)
1. 36KV CTs (400-200/1-1 A) As per Various To commence after two
with terminal connector. (Oil B.O.Q. substations of months & complete within
Filled Type) (2 Core) TSW Zone two months thereafter..
Agra.

14.2 The schedule of quantity and prices shall be filled in as per schedule 'Q'.

15.0 MODE OF DISPATCH :


15.1 CTs should be dispatched by Road Transport only. In this case the date of receipt of consignment at
site shall be deemed as the date of delivery.
15.2 In the event of dispatches made by Rail, date of RR (Railway Receipt) shall be deemed as the date of
delivery. This will be applicable only when the firm is specifically authorised by the
purchaser to deliver the CTs by rail instead of road.

16.0 PRICE VARIATION :


The price variation shall be governed by IEEMA Price Variation Formula enclosed at Annexure - I.
17.0 BUSHING / INSULATOR:
The basic impulse level of the bushings and insulators should be as specified and they should be
suitable for installation in heavily polluted atmosphere. The minimum total creepage distance of the
bushings / insulators shall be as per clause 7.0 of latest edition of IS 13134 - 1992 i.e. its minimum
value shall be 36 x 25 KD where KD is the correction factor for average diameter of insulator. The
porcelain used should be designed to have ample insulation mechanical strength and rigidity for
satisfactory operation under the conditions specified. The puncture strength of bushing should be
greater than the flashover value. The bushing shall be entirely free from external and internal corona.
18.0 INSURANCE :
The supplier shall arrange to provide insurance cover for the equipment for transit cum 45 days
storage from manufactures warehouse to Purchaser's warehouse as detailed in clause 2.14.2 of
General Requirements of specification.
19.0 QUANTITY VARIATION :
Total quantity of CTs proposed to be procured may be increased or decreased according to
needs of UPPTCL at the time of placement of order up to 50%.
TECHNICAL SPECIFICATION FOR 36KV CURRENT TRANSFORMERS

1.0 SCOPE :-
This specification covers the design, manufacture, assembly testing at manufacture’s works,
supply and delivery of outdoor single phase 36KV CTs with terminal connectors for relaying and
metering purposes in effectively grounded 36 KV system in U.P.
2.0 TYPE & RATING :
The CTs should be of outdoor type single phase oil immersed, self cooled hermetically sealed,
suitable for operation in humid atmosphere in the tropical sun with climatic conditions as indicated
in para 2.3 of page G-2 and in areas subject to heavy lightning storms. The CTs shall comply with
requirements as indicated below :
1. Nominal System Voltage 33 KV (rms)
2. Highest System Voltage 36KV (rms)
3. Frequency 55 C/s (47 to 51 C/s)
4. Insulation level (BIL) 170KV
5. Short Time Current rating (1sec.) 12.5 KA (rms)
6. Transformation Ratio 800-400 / 1-1-1A
7. No. of Cores Three
8. Quantity required 24 Nos.
9. Creepage distance of bushing Not less than 900 mm.
10. Continuous Primary Current rating 120% of rated Primary
Current
11. Continuous Secondary current rating 2A
3.0 DESIGN CRITERIA & STANDARD :

It shall be as under :

CT Ratio Core Rated Accuracy Accuracy Resistance Min. Knee Max. Purpose
No. Output Class Limit of Sec. Point mag.
Factor Wdg. Voltage Current
(Ohm) not (Volts) at at 25%
exceeding lower tap Knee
Voltage
(mA)

800-400 / 1-1- I 10VA 0.2 - - - - Metering


1A

800-400 / 1-1-
1A II & III - PS 10 4 400 30MA Protection

NOTE : Rated outputs should be guaranteed on both the ratios.

STANDARS
Except as modified in the Specification the CTs and accessories shall be in accordance with the latest
editions of the following standards.
1. IS 2705 (Part I to IV) - Specification for CTs.
& IEC 60444-1
2. IS 2099 - Specification for High Voltage
porcelain bushing
3. IS 3347 - Specification for Dimensions for
porcelain T/F
4. IS 335 - Specification for Insulating oil for
T/F & Switchgear
5. IS 3202 - Code of practice : climate proofing of
electrical equipment
4.0 GENERAL

The separately mounted CTs should be of single phase, oil immersed, hermetically sealed type
and self cooled, suitable for the service indicated, complete in all respects confirming to the
modern practice and of design and manufacture.

5.0 WINDINGS :

5.1 The instrument security factor of the CTs core to be used for metering should be low enough not
to cause any damage to measuring instruments on account of maximum short circuit current (The
instrument security factor should not exceed 5.0).

5.2 CT core to be used for protective relaying purpose should be of accuracy class specified.
Magnetisation curves should be furnished with the tender for the CTs for metering and protection
cores.

5.3 Continuous current rating of the Secondary winding of core-II & III should be min. 2 Amp. The
secondary terminals should be brought out in a compartment on once side of CT for easy access.
The secondary terminals should be provided with short circuiting arrangement. The secondary
leads should be adequately reinforced to withstand normal handling without damage. The
secondary terminal box should also be partitioned so as to house the metering terminals
separately with the provision of sealing and locking of the metering terminals. “METERING &
PROTECTION” should be clearly indicated on each compartment cover respectively by engraving
or by providing the metallic plate.

6.0 INSULATION :

The CTs should withstand satisfactorily the di-electric test voltage corresponding to basic impulse
level of 170KV for 36KV CTs.

7.0 SPECIAL FEATURES OF CTs :

7.1 Protection cores should be of high grade non-aging electrical silicon laminated steel of low
hysterisis loss and high permeability to ensure high accuracy at both. normal and over current.
The CTs should be hermetically sealed to eliminate breathing and prevent air moisture from
entering the tank. These should be provided with the oil level gauge and pressure relieving device
capable of releasing at normal internal pressure :

7.2 INSULTING OIL : Should confirm to the requirement of IS – 335.

7.3 CREEPAGE DISTANCE :

The bushing and insulating porcelains should be suitable for installation in heavily polluted
atmospheres having creepage distance of 900 mm (min).

8.0 TYPE OF MOUNTING :

The CTs should be suitable for mounting on steel structures having 4 nos. holes of 15 mm : at
300 mm x 300 mm square spacing.

Necessary galvanised flanges etc. for the base of the CTs should be supplied.

9.0 CABLE GLANDS :

Three nos. cable glands suitable for 6 x 2.5 mm2 conductor for PVC control cable along with the
gland plates for the cables are to be provided. The prices of cable gland and gland plate should
be included in the price of CT.
10.0 TERMINAL CONNECTORS :

Terminal connectors suitable of Twin Zebra ACSR conductor for CTs, as specified in SCHEDULE
OF QUANTITY & PRICES should be supplied along with the CTs. Provision for earthing of the
base frame of CTs is also to be made.

10.1 MATERIAL :

For non-current carrying parts. the bolts, nuts, washers and checknuts up to 10 mm size should
be of stainless steel and 12 mm size of above should be hot dip galvanised marked with ISI
certification mark. Nuts, washers, bolts for current carrying parts should be tinned copper. These
should be manufactured by a reputed concern and confirm to IS – 1365 -1967 and 1367 – 1967
or latest amendment thereof.

10.2 DESIGN :

The design of connectors shall be to give intimate contact between connector and conductor and
offer protection to contact surfaces against effects of electrolytic (between two dissimilar metals)
and atmospheric corrosion. The connector shall have sufficient mechanical strength and shall
completely enclose the conductor and terminal. The connector shall hold the conductor and
terminal very tightly so that the connector withstands the mechanical stresses set up by vibration,
wind and short circuit current. The conductivity of connectors shall be high to minimize power
loss.

The connectors should be designed with the large factor of safety and should comply in all
respects of temperature rise resistance and tensile strength withstand capacity as per ISS 5561 –
1970 or amendment thereof.

The tenderer is required to fill up schedule-R and should also furnish copy of routing and type
tests of terminal connectors carried out by them or their sub suppliers in the past. Drawings of the
connector shall also be submitted with tender. The prices of terminal connectors should be
quoted separately and should not be included in the price of CT.

Schedule of technical and guaranteed particulars for terminal connectors should be given in the
tender (Schedule-R).

11.0 SHOP INSPECTION

11.1 No material or equipment shall be dispatched from the point of manufacture unless if has been
inspected or inspection waival is issued. U.P. Power Corporation Ltd. representative shall have
access to facilitates for unrestricted inspection of the works.

11.2 The acceptance of any material of equipment shall in no way relieve the contractor or any of his
responsibilities for meeting all the requirements of this specification and shall not prevent
subsequent rejection of such material or equipment if later found to be defective.

11.3 ROUTINE TESTS :


Each CT shall be assembled and tested at he factory. Tests shall be performed in compliance
with the latest edition of IS. if UPPTCL elects to have a representative present, all tests shall be
witnessed by him unless he specifically waives the withnessing of the particular test before it is
made and agrees to accept copies of the contractors test report. The following tests shall be
performed on each CT unless otherwise specified :

(i) Verification of terminal marking and polarity (as per clause 9.2 of IS - 2705)
(ii) Power frequency dry withstand tests on primary windings (as per clause 9.3 of IS - 2705).
(iii) Power frequency wet withstand tests on secondary windings (as per clause 9.4 of IS - 2705).
(iv) Over voltage inter turn test (as per clause 9.5 of IS - 2705).
(v) Determination of errors of other characteristics of 0.2 accuracy class.
(vi) An excitation curve with voltage in volts on ordinate and magnetisation current in mA on abscissa
plotted up to that voltage level above knee point voltage when 10% increase in voltage causes
50% increase in magnetisation current.
(vii) The Ct shall be tested for leakage and strength by applying to complete CT and porcelain
housing filled with oil at a pressure not less than 0.7 kg/cm2 for a period of 24.00 hrs. or not less
than 1 kh/cm2 above the maximum operation pressure for a period of 6.00 hrs. if leakage occurs
the CT shall be retested after all leakages have been stopped.
11.4 TYPE TESTS :

11.4.1 The bidders must have got the following type tests carried out on their offered CTs as per latest
edition of IS – 2705 to PREQUALIFY.

Following latest type test reports may be submitted with the offer, which should have been
conducted within 5 years of date of tender opening.

(a) Short time current test (as per clause 9.6 of IS - 2705).

(b) Temperature rise test (as per clause 9.7 of IS - 2705).

(c) Lightening impulse test for current transformer for service in electrically exposed installation (as
per clause 9.8 of IS - 2705).

(d) High voltage power frequency withstand voltage test on outdoors current transformer (dry & wet)
as per clause 9.9 of IS – 2705.

(e) Determination of errors of other characteristics of 0.2 accuracy class.

All other type tests shall be in accordance with the latest revision of IS – 2099 : 1973.

11.4.2 In the event of an order the supplier shall arrange to carry out Heat run test on one Ct selected by
the representative of Purchaser in his presence.

11.5 One certified copies of routine test reports for each CT Shall be furnished. Each report shall
include the following information :

(a) Complete identification of the CT including UPPTCL contract no. and Item no., manufacture type
and Si. No. and CT rating brief particulars of the CT parameter and specification.

(b) Brief description of each test as specified and carried out, results of test and where necessary
interpretations of results. Tests shall be listed in the same order to facilitate checking the report.

12.0 COMPLETENESS OF CONTRACT :

Any fitting, accessories, or apparatus which might not have been mentioned in the specification
but which are usual or necessary in the equipment of similar nature. are to provided by the
contractor without extra cost. All apparatus must be complete in all details whether mentioned in
the specification or not.

13.0 GUARANTEED TECHNICAL PARTICULARS :

Guaranteed Technical Particulars as called for, in “SCHEDULE - R” should be furnished along


with the tender.
14.0 SCHEDULE OF REQUIREMENT AND DESIRED DELIVERIES :

14.1 The schedule of requirement and deliveries are indicated below :


SI. Equipment Qty. Description Desired delivery
No. Reqd.
(nos.)

1. 36KV CTs (800-400/1-1-1 As per Various To commence after two


A) with terminal connector. B.O.Q. substations of months & complete within
(Oil Filled Type) (3 Core) TSW Zone two months thereafter..
Agra.

14.2 The schedule of quantity and prices shall be filed filled in as per schedule ‘Q’.

15.0 MODE OF DESPATCH :

15.1 CTs should be despatched by Road Transport only. In this case the date of receipt of
consignment at site shall be deemed as the date of delivery.

15.2 In the event of despatches made by Rail, date of RR (Railway Receipt) shall be deemed as the
date of delivery. This will be applicable only when the firm is specifically authorised by the
purchased to deliver the CTs by rail instead of road.

16.0 PRICE VARIATION :

The price variation shall be governed by IEEMA Price Variation Formula enclosed at Annexure –
I.

17.0 BUSHING / INSULATOR :

The basis impulse level of the bushings and insulators should be as specified and they should be
suitable for installation in heavily polluted atmosphere. The minimum total creepage distance of
the bushings / insulators shall be as per clause 7.0 of latest edition of IS 13134 – 1992 i.e. its
minimum value shall be 36 x 25 KD where KD is the correction factor for average diameter of
insulator. The porcelain used should be designed to have ample insulation mechanical strength
and rigidity for satisfactory operation under the conditions specified. The puncture strength of
bushing should be greater than the flashover value. The bushing shall be entirely free from
external and internal corona.

18.0 INSURANCE :

The supplier shall arrange to provide insurance cover for the equipment for transit cum 45 days
storage from manufactures warehouse to Purchaser’s warehouse as detailed in clause 2.14.2 of
General Requirements of specification.

19.0 QUANTITY VARIATION :

Total quantity of CTs proposed to be procured may be increased of decreased according to


needs of UPPTCL at the line of placement order up to 50%.
TECHNICAL SPECIFICATION FOR 36 KV CURRENT TRANSFORMERS

1.0 SCOPE :
This specification covers the design, manufacture, assembly, testing at manufacture's works, supply
and delivery of outdoor single phase 36 KV CTs with terminal connectors for relaying and metering
purposes in effectively grounded 36 KV system in U.P.

2.0 TYPE & RATING :


The CTs should be of outdoor type single phase oil immersed, self cooled hermetically sealed,
suitable for operation in humid atmosphere in the tropical sun with climatic conditions as indicated in
para 2.3 of page G-2 and in areas subject to heavy lightening storms. The CTs shall comply with
requirements as indicated below:

1. Nominal System Voltage 33 KV (rms)


2. Highest System Voltage 36 KV (rms)
3. Frequency 50C/s (47 to 51 C/s)
4. Insulation level (BIL) 170 KV
5. Short Time Current rating (1 sec.) 12.5 KA (rms)
6. Transformation Ratio 2000/1250 / 1-1-1A
7. No. of Cores Three
8. Quantity required 34 Nos.
9. Creepage distance of bushing Not less than 900 mm.
10. Continuous Primary Current rating 120% of rated Primary Current
11. Continuous Secondary current rating 2A

3.0 DESIGN CRITERIA & STANDARD :


It shall be as under :
CT Ratio Core Rated Accuracy Accuracy Resistance Min. Knee Max. Purpose
No. Output Class Limit of Sec. Point mag.
Factor Wdg. Voltage Current
(Ohm) not (Volts) at at 25%
exceeding lower tap Knee
Voltage
(mA)

2000/ 1250 / 1- I 10VA 0.2 - - - - Metering


1-1A

2000/ 1250 / 1-
1-1A II & III - PS 10 4 400 30 Protection

NOTE : Rated outputs should be guaranteed on both the ratios.

STANDARDS
Except as modified in the Specification the CTs and accessories shall be in accordance
with the latest editions of the following standards:
1. IS 2705 (Part I to IV) - Specification for CTs. & IEC 60444-1
2. IS 2099 - Specification for High Voltage porcelain bushing
3. IS 3347 - Specification for Dimensions for porcelain T/F
4. IS 335 - Specification for Insulating oil for T/F &
switchgear
5. IS 3202 - Code of practice: climate proofing of
electrical equipment
4.0 GENERAL :
The separately mounted CTs should be of single phase, oil immersed, hermetically sealed type and
self cooled, suitable for the service indicated, complete in all respects confirming to the modern
practice and of design and manufacture.

5.0 WINDINGS :
5.1 The instrument security factor of the CTs core to be used for metering should be low enough not to
cause any damage to measuring instruments on account of maximum short circuit current (The
instrument security factor should not exceed 5.0).
5.2 CT core to be used for protective relaying purpose should be of accuracy class specified.
Magnetisation curves should be furnished with the tender for the CTs for metering and protection
cores.
5.3 Continuous current rating of the Secondary winding of core-II should be min. 2 Amp. The secondary
terminals should be brought out in a compartment on once side of CT for easy access. The secondary
terminals should be provided with short circuiting arrangement. The secondary leads should be
adequately reinforced to withstand normal handling without damage. The secondary terminal box
should also be partitioned so as to house the metering terminals separately with the provision of
sealing and locking of the metering terminals. “METERING” & PROTECTION” should be clearly
indicated on each compartment cover respectively by engraving or by providing the metallic plate.

6.0 INSULATION :
The CTs should withstand satisfactorily the di-electric test voltage corresponding to basic impulse level
of 170 KV for 36 KV CTs.

7.0 SPECIAL FEATURES OF CTs :


7.1 The protection core should be of high grade non-aging electrical silicon laminated steel of low
hysteresis loss and high permeability to ensure high accuracy at both, normal and over current. The
CTs should be hermetically sealed to eliminate breathing and prevent air moisture from entering the
tank. These should be provided with the oil level gauge and pressure relieving device capable of
releasing at normal internal pressure.

7.2 INSULATING OIL : Should confirm to the requirement of IS - 335.

7.3 CREEPAGE DISTANCE :


The bushing and insulating porcelains should be suitable for installation in heavily polluted
atmospheres having creepage distance of 900 mm (min).

8.0 TYPE OF MOUNTING :


The CTs Should be suitable for mounting on steel structures having 4 nos. holes of 15 mm at
300 mm x 300 mm square spacing. Necessary galvanised flanges etc. for the base of the CTs should
be supplied.

9.0 CABLE GLANDS :


Two nos. cable glands suitable for 6 x 2.5 mm2 conductor for PVC control cable along with the gland
plates for the cables are to be provided. The prices of cable gland and gland plate should be included
in the price of CT.
10.0 TERMINAL CONNECTORS :
Terminal connectors suitable for Twin Zebra ACSR conductor for CTs, as specified in

SCHEDULE OF QUANTITY & PRICES should be supplied along with the CTs. Provision for
earthing of the base frame of CTs is also to be made.

10.1 MATERIAL :
For non-current carrying parts, the bolts, nuts, washers and checknuts up to 10 mm size should be of
stainless steel and 12 mm size or above should be hot dip galvanised marked with ISI certification
mark. Nuts, washers, bolts for current carrying parts should be tinned copper. These should be
manufactured by a reputed concern and confirm to IS - 1365 - 1967 and 1367 - 1967 or latest
amendment thereof.
10.2 DESIGN :
The design of the connectors shall be such as to give intimate contact between connector and
conductor and offer protection to contact surfaces against effects of electrolytic (between two
dissimilar metals) and atmospheric corrosion. The connector shall have sufficient mechanical strength
and shall completely enclose the conductor and terminal. The connector shall hold the conductor and
terminal very tightly so that the connector withstands the mechanical stresses set up by vibration, wind
and short circuit current. The conductivity of connectors shall be high tominimise power loss.
The connectors should be designed with the large factor of safety and should comply in all
respects of temperature rise resistance and tensile strength withstand capacity as per ISS 5561 - 1970
or amendment thereof.
The tenderer is required to fill up Annexure-I and should also furnish copy of routine and type
tests of terminal connectors carried out by them or their sub-suppliers in the past. Drawings of the
connector shall also be submitted with tender.
The prices of terminal connectors should be quoted separately and should not be included in the price
of CT. Schedule of technical and guaranteed particulars for terminal connectors should be given in the
tender (schedule - R).

11.0 SHOP INSPECTION :


11.1 No material or equipment shall be despatched from the point of manufacture unless it has been
inspected or inspection waival is issued. U.P. Power Corporation Ltd., representative shall have
access to facilitates for unrestricted inspection of the works.
11.2 The acceptance of any material or equipment shall in no way relieve the contractor or any of his
responsibilities for meeting all the requirements of this specification and shall not prevent
subsequent rejection of such material or equipment if later found to be defective.

11.3 ROUTINE TESTS :


Each CT shall be assembled and tested at the factory. Tests shall be performed in compliance with
the latest edition of IS. If UPPTCL elects to have a representative present, all tests shall be witnessed
by him unless he specifically waives the witnessing of the particular test before it is made and agrees
to accept copies of the contractors test report. The following tests shall be performed on each CT
unless otherwise specified :
(i) Verification of terminal marking and polarity (as per clause 9.2 of IS - 2705).
(ii) Power frequency dry withstand tests on primary windings (as per clause 9.3 of IS - 2705).
(iii) Power frequency wet withstand tests on secondary windings (as per clause 9.4 of IS - 2705).
(iv) Over voltage inter turn test (as per clause 9.5 of IS - 2705).
(v) Determination of errors or other characteristics of 0.2 accuracy class.
(vi) An excitation curve with voltage in volts on ordinate and magnetisation current in mA on abscissa
plotted up to that voltage level above knee point voltage when 10% increase in voltage causes 50%
increase in magnetisation current.
(vii) The CT shall be tested for leakage and strength by applying to complete CT and porcelain
housing filled with oil at a pressure not less than 0.7 Kg/cm2 for a period of 24.00 hrs. or not less than
1 Kg/cm2 above the maximum operating pressure for a period of 6.00 hrs. If leakage occurs the CT
shall be retested after all leakages have been stopped.
11.4 TYPE TESTS :
11.4.1 The bidders must have got the following type tests carried out on their offered CTs as per latest edition
of IS - 2705 to PREQUALIFY.
Following latest type test reports may be submitted with the offer, which should have been
conducted within 5 years of date of tender opening.
(a) Short time current test (as per clause 9.6 of IS - 2705).
(b) Temperature rise test (as per clause 9.7 of IS - 2705).
(c) Lightening impulse test for current transformer for service in electrically exposed installation (as per
clause 9.8 of IS - 2705).
(d) High voltage power frequency withstand voltage test on outdoors current transformer (dry & wet) as
per clause 9.9 of IS - 2705.
(e) Determination of errors or other characteristics of 0.2 accuracy class.

All other type tests shall be in accordance with the latest revision of IS - 2099 : 1973.
11.4.2 In the event of an order the supplier shall arrange to carry out Heat run test on one CT selected by the
representative of Purchaser in his presence.
11.5 One certified copies of routine test reports for each CT shall be furnished. Each report shall
include the following information :
(a) Complete identification of the CT including UPPTCL contract no. and Item no., manufacture type and
sl. No. and CT rating brief particulars of the CT parameter and specification.
(b) Brief description of each test as specified and carried out, results of test and where necessary
interpretations of results. Tests shall be listed in the same order to facilitate checking the report.

12.0 COMPLETENESS OF CONTRACT :


Any fittings, accessories, or apparatus which might not have been mentioned in the specification but
which are usual or necessary in the equipment of similar nature, are to be provided by the contractor
without extra cost. All apparatus must be complete in all details whether mentioned in the specification
or not.

13.0 GUARANTEED TECHNICAL PARTICULARS :


Guaranteed Technical Particulars as called for, in "SCHEDULE - R" should be furnished along with the
tender.

14.0 SCHEDULE OF REQUIREMENT AND DESIRED DELIVERIES :


14.1 The schedule of requirement and desired deliveries are indicated below :
SI. Equipment Qty. Description Desired delivery
No. Reqd.
(nos.)

1. 36KV CTs (2000/1250/1-1-1 As per Various S/S Complete within 4 months


A) with terminal connector. B.O.Q. under CE(TSW) thereafter.
(Oil Filled Type) (3Core) Agra.

14.2 The schedule of quantity and prices shall be filled in as per schedule 'Q'.

15.0 MODE OF DESPATCH :


15.1 CTs should be despatched by Road Transport only. In this case the date of receipt of consignment at
site shall be deemed as the date of delivery.
15.2 In the event of despatches made by Rail, date of RR (Railway Receipt) shall be deemed as the date of
delivery. This will be applicable only when the firm is specifically authorised by the
purchaser to deliver the CTs by rail instead of road.

16.0 PRICE VARIATION :


The price variation shall be governed by IEEMA Price Variation Formula enclosed at Annexure - I.
17.0 BUSHING / INSULATOR:
The basic impulse level of the bushings and insulators should be as specified and they should be
suitable for installation in heavily polluted atmosphere. The minimum total creepage distance of the
bushings / insulators shall be as per clause 7.0 of latest edition of IS 13134 - 1992 i.e. its minimum
value shall be 36 x 25 KD where KD is the correction factor for average diameter of insulator. The
porcelain used should be designed to have ample insulation mechanical strength and rigidity for
satisfactory operation under the conditions specified. The puncture strength of bushing should be
greater than the flashover value. The bushing shall be entirely free from external and internal corona.
18.0 INSURANCE :
The supplier shall arrange to provide insurance cover for the equipment for transit cum 45 days
storage from manufactures warehouse to Purchaser's warehouse as detailed in clause 2.14.2 of
General Requirements of specification.

19.0 QUANTITY VARIATION :


Total quantity of CTs proposed to be procured may be increased or decreased according to
needs of UPPTCL at the time of placement of order up to 50%.
1.11 JUNCTION BOX:
1.11.1 Junction boxes shall be adequately designed and dimensioned to accommodate the fuse links,
miniature circuit breaker and various terminal connectors providing sufficient earth clearance, and
should also have convenient space to house various cable glands.

The junction Box should be partitioned in two compartments comprising two doors hinged in the
middle so as to house the metering & protection terminals separately with locking & sealing
arrangement. “METERING” & “PROTECTION” should be clearly indicated on each compartment door
respectively by engraving or by providing the metallic plate.

1.11.2 The junction boxes should be of cast iron or fabricated construction. In the case of fabricated
construction the gauge used should at least be 16 SWG and not less than this gauge. The junction
boxes should be painted with one coat of Zinc Chromate primer and two coats of light Grey Enamel/
epoxy paint or any other approved paint both inside and outside after proper cleaning and
phosphatising. These should be dust and vermin proof, water tight and suitable for mounting in
outdoor substations either on supporting structures of the equipment or on concrete pedestals. Each
junction box shall have slanting and protruding outward top on all the four sides and shall be provided
with hinged covers on the front and removable covers to be fixed with screwed studs on 3 sides
flanged together with suitable water tight 6 nos. cable glands as specified under item and sketch. The
cover and the flanges shall be provided with suitable packing and gaskets so as to make these
junction boxes completely water tight. Blanking washers should be provided in the cable glands.
1.11.3 The terminal blocks provided with these junction boxes shall be rated for 15 Amps. and will be suitable
for uninterrupted duty. The terminal blocks shall be of 400 volt grade complete with insulated barriers,
terminal studs, washers, nuts and identification strips and shall also have disconnecting and shorting
links. These should be suitable to receive at least 2 cores of 2.5 mm sq. copper conductors cables.
The terminal blocks should preferably be made of Kirloskar-Asea type OTEA-46, Elmax make
terminals or equivalent. The fuse links employed should be of high rupturing capacity no deteriorating,
International Standard make mounted in such a fashion that these can be easily taken out and
replaced without removing any wiring. The NS type fuse links should be provided with fuse carrier and
base assembly such that visual indication of blown fuses may be possible from the inspection window
without removing the cover and fuse fittings. Necessary internal connections between the terminal
block and other apparatus such as fuses, miniature circuit breakers etc. are shown as in sketches
enclosed.

1.11.4 The junction boxes should be as far as possible in accordance with sketches enclosed with the
specification, however, it is at the discretion of the tenderer to improve and alter the dimensions
slightly to suit his designs subject to approval of the Engineer of the contract. The wiring should be
provided as shown in the sketch.

Each junction box shall be provided with glass window on the front cover for inspecting the fuses
periodically from outside.

The tenderer is required to fill up the schedule of technical and guaranteed particulars for junction
boxes enclosed at Annexure-II and also furnish the copies of type and routine tests reports carried out
by them or their sub-contractors in the past as per relevant ISS. The test reports shall be submitted in
the proforma enclosed at Annexure-III. The drawings of the Junction Box shall also be submitted with
the tender.
TECHNICAL SPECIFICATION FOR 36 KV PT
1.0 SCOPE :

This Specification covers the design, manufacture, assembling, testing at manufacturers’ works,
supply and delivery of single phase Potential Transformers with terminal connectors and junction
boxes for service in 33 KV, three phase system. These PTs shall be installed at various substations
(132 / 220 KV) of Uttar Pradesh.

1.1 Type & Rating :


The potential transformers shall be outdoor type, single phase, oil immersed, self cooled, suitable for
operation on three phase, 50 c/s, 33 KV Solidly Grounded system where the short circuit level of the
system is of the order of 1000 MVA under the tropical climate conditions specified under General
Requirement of Specification.
The potential transformers should have the following ratings:-

1. Rated Voltage 33 KV
2. Nominal System Voltage 33 KV
3. Highest System Voltage 36 KV
4. Type of Supply 3- Phase A.C.
5. Frequency 50 Cycles/sec.
6. Earthing Solidly Grounded
7. No. of Secondary Windings Two
8. Transformation Ratio:
Winding - I & II 33 KV //  110 Volt /  
9. Rated Burden:
Winding - I 50 VA each
Winding -II 50 VA each
10. Accuracy Class:
Winding - I 0.2 for metering
Winding - II 3P for protection
11. Basic Insulation Level 170 KV (Peak) (Impulse)
12. Creepage distance 900 mm (minimum)
13. Rated Voltage Factor:
(a) Continuous 1.1
(b) 30 seconds 1.5
14. Service Conditions Outdoor, direct in Sun service.

1.2 STANDARDS:
The potential transformers should confirm in all respects to latest edition of ISS: 3156/1965 except
wherein specified otherwise.

1.3 GENERAL:
(a) The PTs shall be single phase, oil immersed, self cooled type suitable for outdoor direct in Sun service
complete in all respects confirming to the modern practice of design and manufacture.

(b) The core should be of high grade, non-ageing, electrical silicon laminated steel of low hysteretic loss
and high permeability to ensure high accuracy at both normal and over voltages.

(c) The potential transformers should preferably be hermetically sealed to eliminate breathing and prevent
air and moisture from entering into the tank. If necessary these should be provided with oil level gauge
and pressure relieving device capable of releasing abnormal internal pressures. The details of
hermetic sealing should be given in the tender.
1.4 WINDINGS:

(a) PRIMARY WINDING:


All primaries of PTs should be connected in phase to neutral with the neutral point solidly earthed. The
neutral of the system is also solidly earthed.

(b) SECONDARY WINDINGS:


All PTs shall be provided with two separate secondary windings each rated for 110 / □□3 volts for
connection in star and delta separately. The star connection is to be used for metering and shall be of
accuracy class specified. The rated burden of this winding shall not be less than the values specified.
The delta connection is to be used for protection relaying (directional relays) should be of accuracy
class specified. The two secondary of the PTs should be capable of simultaneous loading at their
individual rated capacities.

The secondary terminal box should be partitioned so as to house the metering terminals separately
with the provision of sealing & locking of the metering terminals. “METERING” & “PROTECTION”
should be clearly indicated on each compartment over respectively by engraving or by providing the
metallic plate.

1.5 INSULATION:
The potential transformers should withstand satisfactorily dielectric test voltage corresponding to basic
insulation level of 170 KV for 36 KV PTs.

1.6 TEMPERATURE RISE:


The PTs should be designed to limit the temperature of windings and other parts as specified in the
Indian Standard but owing to maximum ambient temperature being 50oC, instead of 40oC specified in
Note 1 of Table-3 of IS: 3156(Part-I) 1965 the corresponding temperature rise should be reduced by
10oC. The maximum attainable temperature of the windings, cores etc. thereof should not exceed
95oC while the maximum temperature of oil at the top should be limited to 85oC. The temperature rise
at 1.1 times rated primary voltage when applied continuously at rated frequency and simultaneous
rated burden on both the secondary shall not exceed the above specified limits and the temperature
rise at 1.5 times rated voltage when applied for 30 seconds starting from previous stable operating
condition at rated frequency and simultaneous rated burden on both secondary should not exceed the
above temperature limits by more than 10oC.

1.7 INSULATING OIL:


The quantity of insulating oil in each transformer and complete specifications of the oil should be
stated in the tender. The oil should confirm to the requirements of IS -335. The PTs shall be supplied
completely filled with oil.

1.8 TYPE OF MOUNTING:

(a) The PTs shall be suitable for mounting on steel structures. The necessary flanges, bolts etc. for the
base of the PTs should be supplied and these should be hot-dip galvanised. 4 nos. mounting holes
(15 mm) are required at rectangular spacing of 370x250 mm. (b) The structures are not included in the
scope of supply.

1.9 TERMINAL CONNECTORS:


Bi-metallic terminal connectors suitable for connecting ACSR "Panther" conductor to the PT terminals
should be supplied.

1.9.1 MATERIAL:
All the steel bolts and nuts, washers, checknuts should be hot dip galvanised marked with ISI
certification mark. Steel bolts and nuts shall confirm to IS: 1363-1967 and IS: 1367-1961 or
amendment thereof. Bolts and nuts should be manufactured by areputed concern.
1.9.2 DESIGN:

The design of the connectors shall be such as to give intimate contact between connector, the
conductor and terminal and offer protection to the contact surface against effects of electrolytic
(between two dissimilar metals) and atmospheric corrosion. The connector shall have sufficient
mechanical strength and shall completely enclose the conductor and terminal. The connector shall
hold the conductor and terminal very tightly so that the connector withstands mechanical stresses
setup by vibration, wind and short circuit current. The conductivity of connectors shall be high enough
to minimize power loss. The connectors should be designed with large factor of safety and should
comply in all respects of temperature rise, resistance and tensile strength withstand capacity as per
ISS: 5556-1970 or amendment thereof. The tenderer is required to fill up Annexure-I and should also
furnish copy of routine and type tests of the terminal connectors carried in. Drawing of the connector
shall also be submitted with the tender. Suitable terminal earth connector for earthing connections
shall also be supplied. The price for terminal connectors should be quoted separately.

1.10 BUSHING / INSULATORS:


The basic impulse level of the bushings and insulators should be as specified and they should be
suitable for installation in heavily polluted atmosphere. The minimum total creepage distance of the
bushing / insulator shall be as per clause 7.0 of latest edition of IS: 13134-1992 i.e. its minimum value
shall be 36x25xKD where KD is the correction factor for average diameter of insulator. The porcelain
used should be homogenous and free from cavities or other flaws. Bushing should be designed to
have ample insulation mechanical strength and rigidity for satisfactory operation under the conditions
specified. The puncture strength of bushing should be greater than the flashover value. The bushing
shall be entirely free from external and internal corona.

1.11 JUNCTION BOX:


1.11.1 Junction boxes shall be adequately designed and dimensioned to accommodate the fuse links,
miniature circuit breaker and various terminal connectors providing sufficient earth clearance, and
should also have convenient space to house various cable glands.

The junction Box should be partitioned in two compartments comprising two doors hinged in the
middle so as to house the metering & protection terminals separately with locking & sealing
arrangement. “METERING” & “PROTECTION” should be clearly indicated on each compartment door
respectively by engraving or by providing the metallic plate.

1.11.2 The junction boxes should be of cast iron or fabricated construction. In the case of fabricated
construction the gauge used should at least be 16 SWG and not less than this gauge. The junction
boxes should be painted with one coat of Zinc Chromate primer and two coats of light Grey Enamel/
epoxy paint or any other approved paint both inside and outside after proper cleaning and
phosphatising. These should be dust and vermin proof, water tight and suitable for mounting in
outdoor substations either on supporting structures of the equipment or on concrete pedestals. Each
junction box shall have slanting and protruding outward top on all the four sides and shall be provided
with hinged covers on the front and removable covers to be fixed with screwed studs on 3 sides
flanged together with suitable water tight 6 nos. cable glands as specified under item and sketch. The
cover and the flanges shall be provided with suitable packing and gaskets so as to make these
junction boxes completely water tight. Blanking washers should be provided in the cable glands.
1.11.3 The terminal blocks provided with these junction boxes shall be rated for 15 Amps. and will be suitable
for uninterrupted duty. The terminal blocks shall be of 400 volt grade complete with insulated barriers,
terminal studs, washers, nuts and identification strips and shall also have disconnecting and shorting
links. These should be suitable to receive at least 2 cores of 2.5 mm sq. copper conductors cables.
The terminal blocks should preferably be made of Kirloskar-Asea type OTEA-46, Elmax make
terminals or equivalent. The fuse links employed should be of high rupturing capacity no deteriorating,
International Standard make mounted in such a fashion that these can be easily taken out and
replaced without removing any wiring. The NS type fuse links should be provided with fuse carrier and
base assembly such that visual indication of blown fuses may be possible from the inspection window
without removing the cover and fuse fittings. Necessary internal connections between the terminal
block and other apparatus such as fuses, miniature circuit breakers etc. are shown as in sketches
enclosed.
1.11.4 The junction boxes should be as far as possible in accordance with sketches enclosed with the
specification, however, it is at the discretion of the tenderer to improve and alter the dimensions
slightly to suit his designs subject to approval of the Engineer of the contract. The wiring should be
provided as shown in the sketch.

1.11.5 36 KV PT junction boxes (Three Phase) shall be equipped as follows:

1. Terminal blocks with 12 nos. OTEA-46 Essan or Elmax or Tosha make terminals or equivalent and
associated accessories as specified.
2. 3 nos. HRC-ND-cartridge fuse link type NS-10 with carrier and base assembly (International Standard
Make).
3. Watertight brass cable glands suitable for 4 core, 2.5 mm sq. PVC copper cable - 2 nos.
4. Watertight brass cable glands suitable for 2 core, 2.5 mm sq. PVC copper cable - 06 nos.

Each junction box shall be provided with glass window on the front cover for inspecting the fuses
periodically from outside.

The tenderer is required to fill up the schedule of technical and guaranteed particulars for junction
boxes enclosed at Annexure-II and also furnish the copies of type and routine tests reports carried out
by them or their sub-contractors in the past as per relevant ISS. The test reports shall be submitted in
the proforma enclosed at Annexure-III. The drawings of the Junction Box shall also be submitted with
the tender.

1.12 TESTS:
Reports of all type tests as stipulated in ISS: 3156 should be supplied. Each PT should be subjected
to routine tests as specified in IS: 3156 in the presence of Purchaser's representative, if so, desired by
the purchaser. All test reports should be submitted and got approved by the purchaser before
despatch of the equipment.

1.13 GUARANTEED TECHNICAL PARTICULARS:


Guaranteed Technical Particulars as called for in the schedule of Technical and Guaranteed
particulars, which are subject to guarantee should be clearly marked in enclosed Schedule - R.

1.14 SPARE PARTS:


A list of spare parts recommended for five years operation for each PT along with itemized prices
should be furnished with the tender. The Purchaser will decide the actual quantities of spare parts to
be ordered on the basis of the list and the itemized prices of spare parts.

1.15 SCHEDULE OF REQUIREMENT & PRICES:


The schedule of Requirements and Prices should be indicated as per Schedule-Q.

1.16 IDENTIFICATION PLATES:


The tenderer is required to affix a plate on the PT inscribed with the following information:-

1. Specification number
2. Year of order
3. U.P. Power Transmission Corporation Ltd.

1.17 DESIRED DELIVERY:


The supply of 36 KV PT shall be completed within 4 Months from date of issuance of the Purchase
Order.

1.18 MODE OF DESPATCH:


1.18.1 PTs shall be depatched by Road Transport only. In this case the date of receipt of equipment at site
shall be deemed as the date of delivery.
1.18.2 In the event of dispatches made by Rails, date of RR (Railway Receipt) shall be deemed as the date of
delivery. This will be applicable only when the Firm is specifically authorised by the purchaser to
deliver the PTs by Rail instead by Road.

1.19 PRICE VARIATION:


The price variation shall be governed by IEEMA price variation formulae enclosed at Annexure-IV.
SCHEDULE ‘A’

TENDER FORM

FOR SUPPLY & ERECTION OF EQUIPMENT FOR SUB-STATIONS FROM:

To,
The Chief Engineer (TSW)
Agra

Sir,
With reference to your invitation to tender for the above I / WE hereby offer to the U.P. Power
Transmission Corporation Limited. Items in the schedule of prices and delivery annexed or such portion
thereof as you determine in strict accordance with the annexed conditions of contract Form ‘B’ /’A’,
specifications and schedules of Rates to the Satisfaction of the Purchaser or in default thereof to forfeit
and pay to the Uttar Pradesh Power Transmission Corporation Ltd., the sum of money mentioned in the
said conditions.
The rates quoted are inclusive pro-rata and in full satisfaction of all claims.
I/WE agree to abide by tender for the period of 6 months from the date fixed for receiving of the same .
A sum Rs. ……………………………………………….in the form of …………………….is herewith
forwarded duly endorsed in favour of the ……………………………………………………………… as
earnest money.
I/We hereby undertake and agree to execute a contract in accordance with the conditions of the contract.
Encl: As above

Date……………………………Day of …………………………………………….

Yours faithfully

Witness: (Signature of the tenderer in full)

Address:
Name …………………………….
SCHEDULE ‘B’
PRE QUALIFICATION DETAIL OF THE OFFER

1. EXPERIENCE:

Sl. Brief No. of years of Name and complete Date of Name of S/S Period of Copy of
No. Technical experience of address of Purchaser supply & or power stn. Trouble type test
details of manufacturer (copies of performance quantity where installed free report s
equipment report be enclosed) and date of operation
(enclosed
Commissioning / not

2. TESTING FACILITIES:

Sl. . Name of tests Details of testing Range upto which place testing
No equipment test can be performed
available
(i) Routine:
a)
b)
c)

(ii) Acceptance:
a)
b)
c)

(iii) Type :
a)
b)
c)

Note: IN case facility of test not available at works, place where such test would be carried out be
specified.

Full Signature……………………..
Name ……………………………..
Designation………………………..
Company Seal
SCHEDULE ‘C’

DECLARATION
(To be executed on a non-judicial stamp paper of Rs. 10/- with a revenue stamp of Rs.1/- affixed)

Tender invited by ……………………………………


…………………………………….
Tender for …………………………………….

Name of Tenderer …………………………………….

Specification No. and date of opening …………………………………….

In Consideration of the U.P. Power Transmission Corporation Ltd., having treated the tenderer to be an
eligible person whose tender may be considered , the Tenderer hereby agree to the condition that the
proposal in response to the above invitation shall not be withdrawn within 6 months (or any extension
thereof ) from the date of opening of the tender, also to the condition that if thereafter the Tenderer does
withdraw his proposal within the said period, the Earnest Money deposited by him may be forfeited to the
U.P. Power Transmission Corporation Limited and at the discretion of the Purchaser, the purchaser may
debar the tenderer from tendering for minimum period of one year reckoned from the date of opening of
the tender.

Singed this ………………………………….day of ……………………………….2016


Place …………………………………………signed by ………………………………

Witness Tenderer

Full Signature……………………..
Name ……………………………..
Designation………………………..
Company Seal
SCHEDULE ‘D’

PROFORMA FOR JOINT UNDERTAKING BY THE COLLABORATOR /ASSOCIATE AND THE


TENDERER
(To be stamped in accordance with U.P. State Act.)

To,
Chief Engineer (TSW)
U.P POWER TRANSMISSION CORPORATION LIMITED
Agra

Dear Sir,
(In terms of ‘Instruction to Tenderer’ in the specification no………………………for the
design, manufacture, testing, delivery erection & commissioning (as specified ),of
…………………………………………………………………………………………………………………………
…………………………………………………………………………………(Name of the Equipment)
It is a condition that the tenderer as well as their collaborator / associate shall jointly and severally
undertake the responsibility for the successful performance of the Contract (herein after referred to as
contract) which is qualified for the award on the basis of expertise of collaborator /associate.
We …………………………………having our registered office at………………………….(herein after
referred to as Collaborator /Associate ) which in turn shall include our successor, dissertator, recruiter
and assign and we ……………………having our registered office at
…………………………………….((herein after called Tenderer /Contractor ) are held jointly and severally
liable and bound up-to U.P POWER TRANSMISSION CORPORATION LIMITED ( herein after referred to
as Purchaser ) which expression shall include its successor, administrator and assign, for the successful
performance of the contract including the overall responsibility for the design, manufacturer, testing
delivery, performance etc of …………………………………………….(Name of the equipment ) in
accordance with the contract.
The Collaborator / Associate hereby agree to depute their technical experts from time to time to
Contractor’s works / project site as mutually agreed upon between the Purchaser and the contractor’s in
order to discharge the Contractor’s obligations as stipulated in the Contract. The Tenderer and the
Collaborator / Associate hereby agree that this undertaking shall be irrevocable and it shall form and
integral part of the Contract. In witness there of the Collaborator / Associate and the Tenderer have
through their authorized representative, set their hands seal on this
………………………………………………….day of ……….……………………………………2016.

WITNESS: COLLABORATOR/ASSOCIATE

1………………………………. Full Signature……………………..


……………………………….. Name ……………………………..
Designation………………………..
(Official address ) Seal
Seal

WITNESS: TENDERER

1………………………………. Full Signature……………………..


……………………………….. Name ……………………………..
Designation………………………..
(Official address)
Seal
SCHEDULE ‘E’
SCHEDULE OF GENERAL PARTICULARS (Part-I)
Annexure -I

1 Tender No. T-45/CE(TSW)/Agra/18-19


Supply of 36 KV C.T. & 36 KV P.T. along with Jn.
Boxes & Terminal connector with 0.2 Accuracy
2 Name of Material / work
class for various Sub-Stations under Transmission
South-West Zone, Agra
3 Give your GST Registration No.
Enclosed your PAN No. & Photo Copy of PAN
4
Card
5 Prices quoted or firms or variable

6 Prices are for your works or destination


7 validity offered
8 Completion Period

9 Payment Term ,If Any

10 GST (Inclusive/Exclusive )

11 Quantity offered for supply (Full/Part)

12 Enclosed details of experience certificate


Whether material offered or work done shall
13
be as per technical specifications enclosed
14 Whether sample has been enclosed
Give the reference of Bank which can certify
15
your financial status.
16 Will you submit test certificate if asked for.

17 Name of the Proprietor

18 Tel./Mobile No.

19 Email ID

Give your complete address for


20
communication and sending any notice etc.

( Signature of Tenderer )
Seal & address of the Tenderer
SCHEDULE ‘E’
SCHEDULE OF FINANCIAL PARTICULARS (Part-I)
Annexure -II
1 Tender No. T-45/CE(TSW)/Agra/18-19
Supply of 36 KV C.T. & 36 KV P.T. along with Jn.
Boxes & Terminal connector with 0.2 Accuracy
2 Name of Material / work
class for various Sub-Stations under Transmission
South-West Zone, Agra
3 Details of Earnest Money Deposited
3.1 EMD Amount Deposited Rs.

3.2 UTR No.

3.3 Reference No. If any,

3.4 Date Of Depositing

Name Of Bank By which the EMD


3.5
Transferred
4 Details of tender cost Deposited
4.1 Tender Cost Deposited Rs.

4.2 UTR No.

4.3 Reference No. If any,

4.4 Date Of Depositing

Name Of Bank By which the Tender Cost


4.5
Transferred
5 Bank Details Of The Firm
Depositor/Firm Name (As Mentioned in Bank
5.1
A/c)

5.2 Depositor/Firm Bank A/c No.

Depositor/Firm Bank Name & Brach (with


5.3
Bank Code)

5.4 IFSC No.

( Signature of Tenderer )
Seal & address of the Tenderer
SCHEDULE ‘E’
Annexure -III

SCHEDULE OF GENERAL PARTICULARS

1. Name of the Tenderer :


a) Registered office :
b) Postal address of tender :
c) Telegraphic address :

2. Name and address of :


Manufacturer, if any :

3. Location and address of works :

4. Name and address of Local :


representative and his telephone
No. , if any.

5. Name and address of the officer :


of the tenderer /manufacturer to
whom all reference shall be made
for expeditious coordination.

6. Place from where service facility :


and spares are available
(give full address )

7. Whether the tenderer is sole :


Proprietor /Partnership concern
/ Pvt. Ltd. Company / Public
undertaking.

8. Name of foreign collaborator, if any :

9. Whether the design are their own :


or obtained from other sources.
If from other sources, the same may
be indicated.

10. Name and address of sub- supplier :

11. The name, designation, qualification :


and experience of the engineer
employed by the tenderer in design,
development and manufacturing of
the quoted equipment.

12. Authorized capital of the company :

13. Annual Turnover is Rs. per year :

14. Actual production per year of the :


Equipment quoted.
15. Manufacturing capacity per month of :
the quoted equipment (item wise)
16. State the name & Designation of your :
relative (s) if any working in Corporation :

17. Earnest money :


i) Earnest money deposited or not :
ii) If yes, state amount of earnest : Please Fill up in Annexure -II
money deposited.
iii) No. and date of Bank guarantee / :
Bank Draft (for earnest money)

18. Validity of offer :


(A minimum validity of 6 months from the
date of tender opening is required.).

19. 1% security deposit in terms of Clause 3 of : Yes / No


Form B is to be deposited within 15 days of
Placement of order. Whether or not willing
to deposit. If no, state reasons.

20. Whether agreeable to furnish 10% performance : Yes / No


bank guarantee or not, state reason?

21 Whether the offered equipment is : Tested / not tested


type test or not.

22. Whether type test certificate of offered : Enclosed / Not enclosed


equipment are enclosed or not.

23. Whether Certificates for satisfactory performance : Enclosed / Not enclosed


of offered equipment enclosed or not .

24. Have you noted


i) That prices variable as per IEEMA/ : Yes / No
specified formula enclosed without
any ceiling on either side
ii) Have you mentioned base price indices : Yes / No
prevailing as on the first day on one
month before tender opening.

25. Whether Ex works prices quoted : Yes / No

26. Whether freight charges have been : yes / No


quoted separately

27. Whether transit insurance form warehouse : Yes / No


to warehouse and 45 days storage thereafter
quoted separately.

28. Whether the quoted prices are also applicable : Yes / No


for any reduced quantity order.

29 terms of payment as mentioned in relevant : Yes / No


clause are acceptable or not .

30. State GST Number : …………………


31. Income tax clearance certificates : Yes / No
enclosed or not.

32. Whether the Tenderer is agreeable to supply : Yes / No


the equipment, incase of the deviations stipulated
by him are not acceptable to the Corporation.

33. Have you noted that for instrument transformers ,: Yes / No


surge capacitors and isolators dispatched will
be by Road Transport only.

34. Testing facilities


a) Type test : Available / not available
b) Routine test : Available / not available

35. a) Manufacturing experience of quoted


equipment. : Enclosed / not enclosed
b) Evidence of statement 34 (a) : Enclosed / not enclosed

36. Equipment quoted in-service since :


Given the year with evidence/Not given

37. Tax and duties : Applicable extra / not


applicable

38. GST : Applicable extra / not


applicable

39. Desired delivery (Annexure-I) :

40. Drawings (Schedule F) : Enclosed / Not enclosed

41. Erection and commissioning period Per unit : Enclosed / not enclosed
(Schedule N)

42. Commissioning charges :

43. Whether the prices quoted are : Yes / No


After taking modvat benefit

Seal of company
Full Signature……………………..
Name ……………………………..
Designation………………………..
Date…………………………………
SCHEDULE ‘F’

LIST OF DRAWING AND LITERATURE ENCLOSED WITH THE TENDER

Sl. No. Drawings / Literature No. Title

Seal of company
Full Signature……………………..
Name ……………………………..
Designation………………………..
Date…………………………………
SCHEDULE ‘G’

DEVIATIONS FROM ‘TECHNICAL SPECIFICATION’ & ITS PRICE INCIDENCE.

(All deviations from the “Technical Specification” shall be filled in clause, in this schedule compliance with
the specification will be taken as granted if the deviation is not specifically mentioned in this schedule. In
case the tenderer is required to agree to the standard clause, then he may indicate the amount by which
the tenderered price will thereby be increased or decreased.

Sl. No. Clause No. Deviation Price incidence (Increase / Decrease )

The Tenderer hereby certifies that the above mentioned are the only deviations from the ‘Technical
Specification’.

Seal of company
Full Signature……………………..
Name ……………………………..
Designation………………………..
Date…………………………………
SCHEDULE ‘H’

DEVIATIONS FROM ‘INSTRUCTION TO TENDERERS’ & SPECIAL CONDITION OF THE


CONTRACT.

(All deviations from the ‘Instruction to Tenderers ’ shall be filled in clause, in this schedule, compliance
with the Specification will be taken as granted if the deviation are not specifically mentioned in this
schedule. In case the tenderer is required to agree to the standard clause, then he may indicate the
amount by which the tenderered price will thereby be increased or decreased.

Sl. No. Clause No. Deviation Price incidence (Increase / Decrease )

The Tenderer hereby certifies that the above mentioned are the only deviations from the ‘Instructions to
Tenderers’.

Seal of company

Full Signature……………………..
Name ……………………………..
Designation………………………..
Date…………………………………
SCHEDULE ‘I’

DEVIATIONS FROM “GENERAL REQUIREMENTS OF SPECIFICATION” & ITS PRICE INCIDENCE.

(All deviations from the “General requirements of specification” shall be filled in clause, in this schedule,
compliance with the Specification will be taken as granted if the deviation are not specifically mentioned
in this schedule. In case the tenderer is required to agree to the standard clause then he may indicate the
amount by which the tenderered price will thereby be increased or decreased .

Sl. No. Clause No. Deviation Price incidence (Increase / Decrease )

The Tenderer hereby certifies that the above mentioned are the only deviations from the ‘General
requirements of
specification’.

Seal of company

Full Signature……………………..
Name ……………………………..
Designation………………………..
Date…………………………………
SCHEDULE ‘J’

DEVIATIONS FROM “GENERAL CONDITONS OF CONTRACT FORM A/B” & ITSPRICE INCIDENCE.

(All deviations from the “General Conditions of Contract form A/B” shall be filled in clause, in this
schedule, compliance with the specification will be taken as granted if the deviation are not pecifically
mentioned in this schedule. In case the tenderer is required to agree to the standard clause then he may
indicate the amount by which the tenderered price will thereby be increased or decreased .

Sl. No. Clause No. Deviation Price incidence (Increase / Decrease )

The Tenderer hereby certifies that the above mentioned are the only deviations from the ‘General
conditions of
contract form A/B’.

Seal of company

Full Signature……………………..
Name ……………………………..
Designation………………………..
Date…………………………………
SCHEDULE ‘K’

LIST OF RECOMONDED SPARE PARTS & THEIR PRICES

(Tenderer shall give below a list of spare parts recommended for 5 years trouble free operations of
equipment offered by them and its prices.)

Sl. Catalogue Name of the Recommended Unit prices


No. Nos. Component Qty. in No. Ex-works F.O.R. Destination

Seal of company

Full Signature……………………..
Name ……………………………..
Designation………………………..
Date…………………………………
SCHEDULE ‘L’

LIST OF RECOMONDED SPECIAL TOOLS AND TACKLES & ITS PRICES

(Tenderer shall give below a list of special tools and tackles required for erection, commissioning,
operations and maintenance of equipment offered by him.)
Sl. Particulars Recommended Unit prices
No. Qty. in No. Ex-works F.O.R. Destination

The tenderer hereby certifies that the above mentioned are the only special tools and tackles required for
erection, commissioning, operation and maintenance of equipment offered by him
.
Seal of company

Full Signature……………………..
Name ……………………………..
Designation………………………..
Date…………………………………
SCHEDULE ‘M’

LIST OF RECOMONDED TEST SETS & TESTING INSTRUMENTS & THEIR PRICES

(Tenderer shall give below a list of recommended test sets and testing instruments required for erection,
commissioning, operations and maintenance)

Sl. Particulars Quantity Unit prices


No. Ex-works F.O.R. Destination

The Tenderer hereby certifies that the above are the only test sets and testing instruments required for
erection, commissioning operation and maintenance of equipment offered by him.

Seal of company
Full Signature……………………..
Name ……………………………..
Designation………………………..
Date…………………………………
SCHEDULE ‘N’

RATES OF SUPERVISION CHARGES OF ERECTION & COMMISSIONING ENGINEER

1. Rate per day of supervision of erection and Rs…………..……..per day


Commissioning Engineer.
2. Duration required for erection, testing & ………………………………….Days
Commissioning

N.A.

Note : 1. Charges for supervision of erection


and commissioning shall be
payable for number of days of actual
presence at works site or above
specified duration whichever is less.
2. Lodging at works site and local
transport where ever required shall
be provided free of cost by the
Corporation.

Seal of company

Full Signature……………………..
Name ……………………………..
Designation………………………..
Date…………………………………
SCHEDULE ‘P’

SCHEDULE OF QUOTED GUARANTEED DELIVERY

(Guaranteed delivery completion period will be reckoned from the date of issue of letter of intent
or detailed order as the case may be) (date or R/R will be deemed to be the date of delivery). In case of
dispatch by road transport date of receipt of material at site/Corporation stores shall be taken as date of
delivery.

Sl. No. item Offered Qty. Delivery period (in months)


Starting/Completion with
monthly rate

Seal of company
Full Signature……………………..
Name ……………………………..
Designation………………………..
Date…………………………………
SCHEDULE ' Q '
SCHEDULE OF PRICES AND QUANTITIES

Please refer to B.O.Q. at e-tender website www.etender.up.nic.in

NOTE:
1. Tenderer shall quote variable prices as per IEEMA Price Variation Formula for instrument
Transformers.
2. The quoted ex-works/ F.O.R. destination prices shall not include any statutory duties / taxes.
3. Tenderer shall quote their rates of material after consideration and absorption of benefits of
MODVAT. Liability on A/C of variation in MODVAT benefits shall not be borne by the purchaser.
4. The quantities are liable to vary by ± 50%.
SIGNATURE
NAME & DESIGNATION
Company SEAL
CT 400/ 200/1/1/1A
SCHEDULE - R
(SCHEDULE OF TECHNICAL & GUARANTEED PARTICULARS FOR CTs
(To be filled in by the Tenederer)
1. Type

2. Manufacturer's Type Designation

3. (i) Rated Voltage


(ii) Max. Operating Voltage

4. (i) Rated Primary Current


(ii) Continuous Primary Current Rating

5. (i) Rated Secondary Current


(ii) Continuous Secondary Current Rating

6. Number of Primary Turns

7. Number of Cores

8. Rated Class of Saturation Factor


Output Accuracy (Accuracy Limit Factor)
Core – I
Core – II

9. Secondary Voltage
Knee Point Secondary Limiting
Voltage Voltage
Core - I Volts
Core - II Volts

10. One second over current factor

11. Rated Current Dynamic (Peak Value)

12. Rated continuous Thermal Current


Temperature rise over ambient

13. One minute power frequency dry withstand test voltage KV rms

14. One minute power frequency wet withstand test voltage KV rms

15. 1.2 / 50 micro second impulse withstand test voltage KV Peak

16. Porcelain Bushing


(i) Total Creepage Distance (mm)
(ii) Type
(iii) Make

17. One minute power frequency withstand test voltage KV rms on secondary
18. Weight of oil Kg.

19. Total Weight Kg.

20. Mounting details

21. Overall dimensions

22. Characteristics (To be enclosed)


(i) Ratio & Phase angle curves
(ii) Magnetisation curves
(iii) Ratio correction factor curves

23. Details of insulation materials used for primary & secondary windings

NOTE : Secondary terminals box should be partitioned so as to house the metering terminals
separately with the provision of sealing and locking of the metering terminals.
Signature of Tenderer with stamp
SCHEDULE - R
(SCHEDULE OF TECHNICAL & GUARANTEED PARTICULARS FOR 36 KV 800-400/1-1-1A CTs
(To be filled in by the Tenederer)
1. Type

2. Manufacturer's Type Designation

3. (i) Rated Voltage


(ii) Max. Operating Voltage

4. (i) Rated Primary Current


(ii) Continuous Primary Current Rating

5. (i) Rated Secondary Current


(ii) Continuous Secondary Current Rating

6. Number of Primary Turns

7. Number of Cores

8. Rated Class of Saturation Factor


Output Accuracy (Accuracy Limit Factor)
Core – I
Core – II
Core – III

9. Secondary Voltage
Knee Point Secondary Limiting
Voltage Voltage
Core - I Volts
Core - II Volts
Core – III Volts

10. One second over current factor

11. Rated Current Dynamic (Peak Value)

12. Rated continuous Thermal Current


Temperature rise over ambient

13. One minute power frequency dry withstand test voltage KV rms

14. One minute power frequency wet withstand test voltage KV rms

15. 1.2 / 50 micro second impulse withstand test voltage KV Peak

16. Porcelain Bushing


(i) Total Creepage Distance (mm)
(ii) Type
(iii) Make

17. One minute power frequency withstand test voltage KV rms on secondary

18. Weight of oil Kg.

19. Total Weight Kg.

20. Mounting details

21. Overall dimensions

22. Characteristics (To be enclosed)


(i) Ratio & Phase angle curves
(ii) Magnetisation curves
(iii) Ratio correction factor curves

23. Details of insulation materials used for primary & secondary windings

NOTE : Secondary terminals box should be partitioned so as to house the metering terminals
separately with the provision of sealing and locking of the metering terminals.
Signature of Tenderer with stamp
SCHEDULE - R
SCHEDULE OF TECHNICAL & GUARANTEED PARTICULARS
Potential Transformer
(To be filled in by the Tenederer)
1. Type

2. Manufacturer's Type Designation

3. Rated Primary Voltage

4. No. of secondary windings

5. Rated Secondary Voltage


(i) Winding – I Volt
(ii) Winding – II Volt

6 Rated Burden (VA)


(i) Winding – I VA
(ii) Winding – II VA
(iii) Total simultaneous burden VA

7. Accuracy Class
(i) Winding – I
(ii) Winding – II

8 Following graphs are to be provided alongwith tender :-

(a) Between accuracy class and percentage rated ;-


Voltage for winding – I & II

(b) Maximum voltage error with 25% and 100% rated burden at 0.8 PF lagging at any voltage
between :-
(i) 80% and 120% for metering %
(ii) 50% and 110% for protection %

(C ) Maximum phase angle error with 25% and 100% rated burden at 0.8 PF lagging at any
voltage between :-
(i) 80% and 120% for metering Min
(ii) 50% and 110% for protection Min

9. Grade of oil
0
10 Temperature rise at 1.1 times rated voltage with rated burden C

11 Rated voltage factor and time


0
12 Temperature rise for ( 10 Above) ( see clause 1.6 ) C

13. One minute power frequency dry withstand test voltage KV rms
14. One minute power frequency wet withstand test voltage KV rms

15. 1.2 / 50 micro second impulse withstand test voltage KV Peak

16. One minute power frequency withstand test voltage KV rms on secondary

17. Weight of oil Kg.

18. Total Weight Kg.

19. Overall dimensions in mm ( furnish G.A. drawing )

20 Mounting details ( Furnish drawing)

21 Total creepage distance of bushings ( As per latest edition of IS 13134-1992 )

( Grapes are to be enclosed for percentage voltage error and phase error in minutes plotted
separately against percentage of rated voltage at 25% and 100% at PF of 0.8 lagging .
CT 2000/ 1250/1/1/1A
SCHEDULE - R
(SCHEDULE OF TECHNICAL & GUARANTEED PARTICULARS FOR CTs
(To be filled in by the Tenederer)
1. Type

2. Manufacturer's Type Designation

3. (i) Rated Voltage


(ii) Max. Operating Voltage

4. (i) Rated Primary Current


(ii) Continuous Primary Current Rating

5. (i) Rated Secondary Current


(ii) Continuous Secondary Current Rating

6. Number of Primary Turns

7. Number of Cores

8. Rated Class of Saturation Factor


Output Accuracy (Accuracy Limit Factor)
Core – I
Core – II
Core - III

9. Secondary Voltage
Knee Point Secondary Limiting
Voltage Voltage
Core - I Volts
Core - II Volts
Core – III Volts

10. One second over current factor

11. Rated Current Dynamic (Peak Value)

12. Rated continuous Thermal Current


Temperature rise over ambient

13. One minute power frequency dry withstand test voltage KV rms

14. One minute power frequency wet withstand test voltage KV rms

15. 1.2 / 50 micro second impulse withstand test voltage KV Peak

16. Porcelain Bushing


(i) Total Creepage Distance (mm)
(ii) Type
(iii) Make
17. One minute power frequency withstand test voltage KV rms on secondary

18. Weight of oil Kg.

19. Total Weight Kg.

20. Mounting details

21. Overall dimensions

22. Characteristics (To be enclosed)


(i) Ratio & Phase angle curves
(ii) Magnetisation curves
(iii) Ratio correction factor curves

23. Details of insulation materials used for primary & secondary windings

NOTE : Secondary terminals box should be partitioned so as to house the metering terminals
separately with the provision of sealing and locking of the metering terminals.
Signature of Tenderer with stamp
Schedule-R

SCHEDULE OF TECHNICAL AND GUARANTEED PARTICULARS FOR JUNCTION


BOXES
(To be filled in by the tenederer)

1. Material of Junction Box


(State Gauge of the sheet metal)

2. Name of manufacturer
3. Overall dimensions (mm)
(Furnish G.A. drawing)

4. Mounting Details
(Furnish Drawings)

5. Weight of Junction Box (Kg.)


6. Testing facility available at manufacturer’s
Works and list of apparatus available

7. (a). What tests will be carried out on each Jn. Box

(b). What tests will be carried out on some

selected Junction Box

8. Make of bolts, nuts and check nuts

(Indian Standard make)

9. Make of washers

10. Type of Paint


11. Grade of Terminal Block
12. Type of Terminals
13. Type of Fuse Links
14. Type of Fuses with rating

Signature of Tenderer with stamp


SCHEDULE - R

SCHEDULE OF TECHNICAL & GUARANTEED PARTICULARS

FOR TERMINAL CONNECTORS

(To be filled in by the tenderer)

1. Material of connector

2. Name of manufacturer

3. Drawings of connector

4. Weight of connector

5. Testing facility available at manufacturer's


Works and list of apparatus available

6. (a) What tests will be carried out on each piece

(b) What tests will be carried out on some selected pieces

7. Make of bolts, nuts and checknuts

(Indian Standard make)

8. Make of washers

(a) Flat

(b) Spring

Signature of Tenderer with stamp

You might also like