Sei sulla pagina 1di 52

NAME OF WORK: - 11KV Substation work at police station

Rajinder Nagar, New Delhi

NIT NO: - HPL/Dy. M (Corp.)/NIT/2007-08/01

ESTIMATED COST: - RS. 60.00 LACS

TECHNICAL BID

ISSUED TO: _________________________________________________________

_________________________________________________________

__________________________________________________________

HINDUSTAN PREFAB LIMITED


(A GOVT. OF INDIA ENTERPRISE)
JANGPURA, NEW DELHI-110014
Phone No.: 26340225/ 26340489
Fax: 26340365
Web-Site: www.hindprefab.com
INDEX

SL.NO. DESCRIPTION PAGE NO.

(A) TECHNICAL BID DOCUMENTS

1. Press Notice 1

2. Detailed NIT 2-4

3. Tender Form 5

4. Technical Bid Documents 6-8

5. Corrigendum to General Conditions of Contract 9

6. Special Conditions of Contract 10-18

7. Performa for Bank Guarantee for EMD & Details of 19- 20


documents to be attached

8. Schedule “B” to “F” 21-25

9. Technical Specification 26-30

10. List of Approved makes 31

(B) FINANCIAL BID DOCUMENTS

1. Schedule of quantities (Schedule A) 1-15


Deputy Manager (Corporate)
HINDUSTAN PREFAB LIMITED
JANGPURA, NEW DELHI: 14

PRESS NOTICE
Dt. 19/11/07

NOTICE INVITING TENDER

Sealed item rate tenders are invited by the undersigned on behalf of Delhi Police and in the name of President of India from firms/contractors of
repute in Three Bid System (EMD & cost of tender document, Technical Bid & Financial Bid) in separate envelopes for the following work.

Name of Work Estimated Earnest Cost of Time Last date Last date & Date & time of Date & time
cost money Tender allowed for & time of time for receipt of of opening
(Rs. in deposit document completion receipt of issue of EMD , Tender of Technical
Lacs) ( Rs. in application tender cost, Technical bids
Lacs) s for issue documents and Financial
of tender bids

1 11 KV substation work Rs. 500/- 17/12/07 18/12/07 21/12/07 21/12/07


at Police Station 60.00 1.20 in the 4 months
Rajinder Nagar, New form of Upto Upto 16.00 Up to 15.00 At 15.30
Delhi. DD/ 16.00 hrs. hrs. hrs. hrs.
NIT. No.: HPL/Dy. M Cash
(CORP.)/NIT/2007-
2008/01

Tender documents can be had from the office of the Dy. Manager (Corp.) at Hindustan Prefab Limited, Jangpura, New Delhi: 110 014. up to the
date & time indicated above. Alternatively it can be downloaded from HPL’s website.

For complete tender documents please log on to HPL’s website www.hindprefab.com .

Dy. Manager (Corp.)

1
HINDUSTAN PREFAB LIMITED
JANGPURA, NEW DELHI: 14

NOTICE INVITING TENDER

Sealed Item rate tenders are invited by the Dy. Manager (Corp.), Hindustan Prefab Limited on behalf of Delhi Police and in the name of
President of India from firms/contractors of repute in three bids system (EMD & cost of tender documents, Technical Bid & Financial Bid) in
separate envelopes for the following work :-

11KV substation work at Police Station, Rajinder Nagar, New Delhi-110066

NIT NO: - HPL/Dy. M (CORP.)/NIT/2007-2008/01

1.1 The work is estimated to cost Rs. 60.00 Lacs with the details as mentioned below.

ESTIMATED
S.NO. Name of Work COST
(Rs. in Lacs)

1. 11KV substation work at Police Station, Rajinder Nagar, New Delhi-110066 60.00 Lacs

The estimate, however, is given merely as a rough guide.

1.2 Tenders will be issued to all firms and contractors of repute. Issue of tender documents shall not be construed as qualifying in technical
bid. EMD & tender documents cost shall be first open on the same day. Technical bid be only opened on the same day of those parties
who qualify the EMD and tender documents bid. The technical bids submitted by the firms/contractors shall be evaluated as per
standard procedure. Bids submitted without the tender cost (for downloaded tender documents from web-site) and earnest money as
prescribed shall not be opened at all and shall be summarily rejected. The financial bids of those tenderers shall only be opened who
qualifies in the technical bid. The date and time of opening of financial bid shall be intimated in due course of time.

2. Agreement shall be drawn with the successful tenderer on Special Conditions of Contract along with prescribed Form No. CPWD-7/8
(with up to date corrections and amendments) which is available as a Govt. of India Publication. Tenderer shall quote his rates as per
various terms and conditions which will form part of the agreement.

3. The time allowed for carrying out the work will be 4 Months reckoned from the 10th day after the date of written orders to commence
the work or from the first day of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the
tender documents.

4. The site for the work shall be made available in parts.

5. a) (i) Receipt of applications for issue of tender documents shall be as per detail given in Press Notice.

(ii) Tender documents consisting of plans, specifications, the schedule of quantities of the various classes of work to be done and the set of
terms & conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can
be seen in the office of the tender issuing authority between hours of 11.00 a.m. & 4.00 p.m. from 24/11/07 to 18/12/07 everyday
except on Sundays and Public Holidays. Tender documents, excluding standard form, will be issued from his office, during the hours
specified above, on payment of Rs. 500/- in cash/demand draft in favour of Hindustan Prefab Limited & payable at New Delhi as cost
of tender.

5b) Alternatively the interested parties can download the complete tender document from HPL website www.hindprefab.com. Tenders
downloaded from website shall have to be accompanied with the Tender cost of Rs. 500/- in the form of Demand Draft drawn in favour
of Hindustan Prefab Limited & payable at New Delhi.

5c) Tenderers shall deposit Earnest Money of Rs. 1,20,000/- in the form of Demand Draft issued in favour of Hindustan Prefab Limited
and payable at New Delhi/ fixed deposit receipt of a scheduled bank ( FDR shall be made in the name of HPL A/C Name of the firm/
contractor and shall be made for validity of 90 days from the date of opening of technical bid.) along with the complete tender
documents (applicable for both tender forms issued by HPL or downloaded from HPL’s Web-site, as the case may be).

Signature of tendered with seal Dy. Manager (Corp.), HPL

2
6. (A) Technical Bid shall comprise of the following:-

(a) Technical Bid Document (issued by HPL or downloaded from web-site of HPL) along with prescribed annexure.
(b) Special Conditions of Contract
(c) Technical specifications (if any)
(d) Schedule B to F, issued by HPL or downloaded from the web-site of HPL

(B) Financial Bid shall comprise of the following:

(a) Bill of Quantities (Schedule A), issued by HPL or downloaded from the web-site of HPL.

(b) Rebate, if any offered by the tenderer, shall be mentioned in Schedule A only. Conditional Rebate and rebate mentioned at any
other place than the place specified shall not be considered in any circumstances

7. Duly filled up tender documents comprising of EMD & cost of tender documents, Technical bid & Financial bid supported by prescribed
annexures should be submitted in sealed envelopes duly super-scribed with the name of work and due date of opening as per instructions
given below.

a) Cost of tender forms, if downloaded from website, and Earnest money deposit in the manner prescribed in a separate cover
marked “EARNEST MONEY & TENDER COST BID”---- Envelope 1.

b) Technical Bid as prescribed above and placed in an Envelope 2 shall be sealed and super-scribed with the words” EMD & cost of
tender documents, Technical Bid for (Name of the Project) and name of the firm/contractor”.

c) The duly filled up Bill of quantities and other schedules or conditions, if any as prescribed above shall be put in a separate
sealed envelope marked “Financial bid for ( Name of the Project) and name of the firm/contractor”.---- Envelope 3.

d) All three envelopes shall be properly sealed and put together in a single envelope and sealed properly and super-scribed as “EMD
& cost of tender documents, Technical and Financial bids for (Name of the Project) with due date of opening and name of the
firm/contractor”.

8. The contractor shall be required to deposit an amount equal to 5% of the tendered value of the work as performance guarantee in the
form of an irrevocable bank guarantee bond of any scheduled bank or State Bank of India in accordance with the form prescribed or in
cash or in the form of fixed deposit receipt etc., as in the case of recovery of security deposit, within 15 days of the issue of letter of
acceptance. This period can be further extended by the Engineer-in- Charge up to maximum period of 7 days on written request of the
contractor.

9. (i) The description of the work is as follows :- 11 KV Substation work at Police Station Rajinder Nagar. New Delhi.

(ii) Copies of other drawings and documents pertaining to the works will be open for inspection for the tenderers at the office of the
tender issuing authority.

(iii) Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as
to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the
accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies as other
circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he
inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be
responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for worker and
all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a
tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be issued to him by the HPL
on behalf of Delhi Police and local conditions and other factors having a bearing on the execution of the work.

10. (i) The HPL on behalf of Delhi Police and in the name of the President of India does not bind itself to accept the lowest or any other
tender and reserves to itself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in
which any of the prescribed conditions is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer
shall be summarily rejected.

Signature of tenderer with seal Dy. Manager (Corp.), HPL

3
(ii) The HPL on behalf of Delhi Police and in the name of the President of India also reserves its right to allow to the Central
Government Public Sector enterprises Joint venture with CPSE holding 51% equity or more, a purchase preference with reference to
the lowest valid price bid, where the quoted price is within 10% of such lowest price in a tender, other things being equal.
However, the Public Enterprise who avail benefit of the purchase preference shall be subjected to adequate penalties for cost overruns
etc.

11. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractors
who resort to canvassing will be liable to rejection.

12. The HPL on behalf of Delhi Police and in the name of the President of India reserves to himself the right of acceptance the whole or
any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

13. The tender for the works shall remain open for acceptance for a period of 60 days (Sixty days) from the date of opening of Technical
Bid. Date of Opening of financial bid shall be intimated in due course to those tenderers who qualify in Technical Bid. If any tenderer
withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the
terms and conditions of the tender which are not acceptable to the department, then HPL shall, without prejudice to any other right or
remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.

14. This notice inviting Tender shall form a part of the contract document. The successful tenderer/ contractor, on acceptance of his tender
by the Accepting Authority, shall within 10 days from the written orders to commence the work, sign the contract consisting of :-

a) The notice inviting tender all the documents including additional or special conditions, specifications and drawings, if any,
forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence
leading thereto.

b) Standard CPWD Form 7/8 (with up to date corrections and amendments).

15 (a) This NIT is also available on HPL’s Web-site www.hindprefab.com.


(b) No Postal enquiry shall be entertained for issue of tender documents.

Signature of tendered with seal Dy. Manager (Corporate), HPL

4
HINDUSTAN PREFAB LIMITED

Item Rate Tender & Contract for Works

(A) Tender for the work of: - 11 KV substation work at Police Station Rajinder Nagar, New Delhi.

(i) To be submitted by 15.00 hours on 21/12/07 to Dy. Manager (Corporate), Hindustan Prefab Limited, Jangpura, New Delhi-110014.

ii) To be opened in presence of tenderers who may wish to be present at 15.30 hours on 21/12/07 in the office of Dy. Manager (Corporate),
Hindustan Prefab Limited, Jangpura, New Delhi-110014.

Issued to :
____________________________________________________________________________________________________________________
____________________________________________________________________________________________________________________
________________________________________________________________________________________________________

Signature of officer issuing the documents_____________________

Designation _____________________

Date of Issue ________________________________

TENDER

I/We have read and examined the notice inviting tender, schedule A(Bill of Quantities),B.C,D,E & F, Specifications applicable, Drawings
&Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, schedule of Rates & other documents
and Rules referred to in the conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified by the Dy. Manager (Corporate), HPL on behalf of Delhi Police and in the name of the
President of India with in the time specified in Schedule “F”, viz., schedule of quantities and in accordance in all respects with the specifications,
designs, drawings and instructions in writing referred to in Rule- 1 of General Rules and Directions and in Clause 11 of the Conditions of
contract and with such materials as per provided for, by, and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for 60(Sixty) days from the due date of submission thereof and not to make any modifications in its terms and
conditions.

A sum of Rs.1,20,000/- has been deposited in __________________________________ as earnest money. If I/We, fail to furnish the prescribed
performance guarantee within prescribed period, I/We agree that the said Dy. Manager (Corporate), HPL or his successors in office shall without
prejudice to any other right or remedy, be at liberty to forfeit said earnest money absolutely. Further, if I/We fail to commence work as specified,
I/We agree that Dy. Manager (Corporate), HPL or his successors in office shall without prejudice to any other right or remedy available in law, be
at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him
towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to
therein and to carry out such deviations as may be ordered, up to maximum of the percentage mentioned in Schedule ‘F’ and those in excess of
that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.

I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with the work as secret/ confidential
documents and shall not communicate information derived there from to any person other than a person to whom I/We am/are authorized to
communicate the same or use the information in any manner prejudicial to the safety of the State.

Date Signature of Contractor

Postal Address
Witness:

Address: _________________________________

_________________________________________
Occupation

5
TECHNICAL BID DOCUMENT
HINDSUTAN PRREFAB LIMITED
JANGPURA, NEW DELHI: 14

SECTION I

INTRODUCTION

SCOPE OF WORK

Delhi Police had retained M/s Hindustan Prefab Limited, a CPSU under the Ministry of Housing and Urban Poverty Alleviation, as Executing
Agency for the Construction, Police Stations & Staff Quarters at Rajinder Nagar New Delhi. The 11 KV substation work at Police Station
Rajinder Nagar, New Delhi is one of them for which this tender is being invited by Hindustan Prefab Limited on behalf of Delhi Police.

BRIEF PARTICULARS OF THE WORK

1. Salient details of the work for which tenders are invited are as under :-
S.NO. NAME OF WORK APPROX PERIOD OF
COST COMPLETION

1. 11 KV substation work at Police Station 60.00 Lacs 4 Months


Rajinder Nagar, New Delhi.

NIT. No.:- HPL/Dy. M(CORP.)/NIT/2007-


2008/01

The scope of work involves 11 KV Substation work at Police Station.

Site Location:-
The site is located at Police Station, Rajinder Nagar, New Delhi.110 060.

2. Work shall be executed according to General Conditions of Contract for Central PWD Works (with up to date corrections and amendments)
available separately at printer’s outlets. However, there shall be some special conditions of contract which will override/supplement General
Conditions of contract for Central PWD works (as the case may be). The Special Conditions of Contract shall be supplied along with tender
and B.O.Q.

Signature of tenderer with seal Dy. Manager (Corporate), HPL

6
SECTION II

INFORMATION & INSTRUCTIONS FOR APPLICANTS

1.0 General:

1.1. Letter of transmittal and Annexures for technical bid are given in Section III.

1.2. All information called for in the enclosed forms should be furnished against the relevant columns in the forms. If for any reason,
information is furnished on a separate sheet, this fact should be mentioned against the relevant column. Even if no information is to
be provided in a column, a “nil” or no such case” entry should be mentioned made in that column. If any particulars/query is not
applicable in case of the applicant, it should be stated as “not applicable”. The applicants are cautioned that not giving complete
information called for in the technical document or not giving it in clear terms or making any change in the prescribed forms or
deliberately suppressing the information may result in the applicant being summarily disqualified. Applications made by telegram or
Fax and those received late will not be entertained.

1.3. The application should be type written. The applicant should sign each page of the tender document.

1.4. Over writing should be avoided. Correction, if any, should be made by neatly crossing out, initialing, dating and rewriting. Pages of
the technical bid documents are numbered. Additional sheets, if any added by the contractor, should also be numbered by him. They
should be submitted as a package with signed letter of transmittal.

1.5. References, information and certificates from the respective clients certifying suitability, technical know-how or capability of the
applicant should be signed by an officer not below the rank of Executive Engineer or equivalent.

1.6. The applicant may furnish any additional information which he thinks is necessary to establish his capabilities to successfully
complete the envisaged work. He is however, advised not to furnish superfluous information. No information shall be entertained
after submission of tender documents unless it is called for by the HPL.

1.7. Any information furnished by the applicant found to be incorrect either immediately or at a later date, would render him liable to be
debarred from tendering/ taking up of work in HPL. If such applicant happens to be enlisted contractor of any class in HPL, his name
shall also be removed from the approved list of contractors.

1.8. The technical bid document and financial bid document in prescribed form duly completed and signed should be submitted in a sealed
cover and as prescribed in NIT.

1.9. Prospective applicants may request clarification of the project requirements, technical bid document and financial bid document. Any
clarification given by HPL will be posted in HPL website www.hindprefab.com on 18/12/07 which shall also form part of
tender document.

2.0 DEFINITIONS

2.1 In this document the following words and expressions have the meaning hereby assigned to them.

2.2 Employer: - Means the Hindustan Prefab Limited, acting on behalf of Delhi Police and in the name of President of India.

2.3 Applicant: - Means the individual, proprietary firm, firm in partnership, limited company, private or public or corporation.

2.4 “Year” means “Financial Year” unless stated otherwise.

3.0 METHOD OF APPLICATION:

3.1 If the applicant is an individual, the application shall be signed by him above his full typewritten name and current address.

3.2 If the applicant is a proprietary firm, the application shall be signed by the proprietor above his full typewritten name and the full name of
his firm with its current address.

Signature of tenderer with seal Dy. Manager (Corporate), HPL

7
3.3 If the applicant is a firm in partnership, the application shall be signed by all the partners of the firm above their full typewritten name and
current addresses or alternatively by a partner holding power of attorney for the firm. In the latter case a certified copy of the Power of
Attorney should accompany the application. In both cases a certified copy of the partnership deed and current address of all the partners
of the firm should accompany the application.
3.4 If the applicant is a limited company or a corporation, the application shall be signed by a duly authorized person holding power of
attorney for signing the application accompanied by a copy of the power of attorney. The applicant should also furnish a copy of the
Memorandum and Articles of Association duly attested by a Public Notary/Gazetted Officer.

4.0 FINAL DECISION MAKING AUTHORITY


The employer reserves the right to accept or reject any application and to annul the tender process and reject all applications at any time, without
assigning any reason or incurring any liability to the applicants.

5.0 SITE VISIT


The applicant is advised to visit the site of work, at his own cost, and examine it and its surroundings to himself collect all information that he
consider necessary for proper assessment of the prospective assignment.

6.0 ELIGIBILITY CRITERIA FOR TECHNICAL BID


The criteria of eligibility of tenderer shall be as under:-

6.1 The applicant should have experience of having successfully completed works during the last seven years ending last day
of the month previous to the one in which applications are invited:
Three similar completed works( at least one of them should be in Central Government/ Central Autonomous Bodies/ Central Public Sector
Undertakings) costing each not less than the amount equal to 40% of estimated cost of work.
OR
Two similar completed works, costing each not less than the amount equal to 50% of the estimated cost of work.
OR
One similar completed work of aggregate cost not less than the amount equal to 80% of the estimated cost of work.

6.2 The applicant should have had average annual financial turnover (gross) of 30% of total estimated cost put to tender during the last three
years ending 31st March 2007. This should be duly audited by a Chartered Accountant. Year in which no turnover is shown would also be
considered for working out the average.
.
6.3 The applicant should not have incurred any loss in more than two years during the last five years ending 3Ist March,2007 and it shall be duly
certified by the Chartered Accountant.

6.4 The applicant should have a Bank solvency of 40% of estimated cost & issued by Nationalized Bankers.

6.5 The applicant should have sufficient number of Technical and Administrative employees at least one graduate Engineer (Elect.) having an
experience of not less than three years, or a Diploma (Elect.) qualified Engineer , with not less than seven years experience in the design
erection testing and commissioning of Substation work for the proper execution of the contract. The applicant should submit a list of
these employees stating clearly how these would be involved in this work.

6.4 The applicant should have valid electrical licence.

7.0 Even though an applicant may satisfy the above requirements, he would be liable to disqualification if he has :

a) Made misleading or false representation or deliberately suppressed the information in the forms, statements and
enclosures.
b) Record of poor performance such as abandoning work, not properly completing the contract, or financial failures/
weaknesses etc.

8.0 AWARD CRITERIA


8.1 The employer reserves the right, without being liable for any damages or obligation to inform the applicant to:

a) amend the scope and value of contract to the applicant.


b) reject any or all of the applications without assigning any reasons.

8.2 Any effort on the part of the applicant or his agent to exercise influence or to pressurize the employer would result in
rejection of his application. Canvassing of any kind is prohibited.

Signature of tenderer with seal Dy. Manager (Corporate), HPL

8
CORRIGNEDUM TO GENERAL CONDITIONS OF CONTRACT (CPWD FORM 7/8)

S. No. For Read As

1 Chief Engineer/ DG works/ Chief AGM (C) HPL for & on behalf of
Engineer (Zone) Delhi Police and in the name of
President of India
2 Superintending Engineer Dy. Manager (Corporate)

3 Engineer –in –charge Dy. Manager (Corporate)

4 Department Hindustan Prefab Limited

5 Administrative Head C.M.D., HPL

6. Owner Delhi Police

7. C.P.W.D. H.P.L.

Signature of tenderer with seal Dy. Manager (Corporate), HPL

9
HINDUSTAN PREFAB LIMITED
JANGPURA, NEW DELHI - 110 014

SPECIAL CONDITIONS OF CONTRACT

These special conditions shall supersede/ supplement the relevant conditions given in CPWD Form 7/8(with up to date corrections and
amendments) in the tender document.

1. EMD of tenderers, who do not qualify in technical bid after evaluation of technical bid, shall be returned with in 7 days of receipt of request
of refund from them. The tenderers can collect the un-opened financial bid, if they desire, from the office of the concerned Engineer-in-
charge.

EMD of tenderers, who qualify in technical bid but unsuccessful in financial bid after opening of financial bid, shall be returned after
award of work within 7 days of receipt of request of refund from them.

2. Contractor shall submit the complete programme of execution of work along with
CPM/PERT Chart proposed to be followed for execution of work within 7 days of award of work.

3. RAW MATERIAL : All materials and labour required for the execution of work shall be arranged by the contractor including cement
& reinforcement steel.

4. (a) All material used in the work shall be confirming to IS Specification and shall be ISI marked unless otherwise specified. In the event for
items for which either brands not specified and ISI marked items not available, the sample of the item before use shall be got approved from
Engineer –in-charge. However in either cases the samples of materials / fixtures shall be got approved from by Engineer –in-charge before use in
the work.

(b) Contractor shall be required to produce samples of all materials and fittings sufficiently in advance for approval. The Contractor when
called upon shall provide "make" of samples for approval before execution free of cost and also will make arrangements for
transportation of samples to the designated test house as per the direction of Engineer-in-charge of the work at his own cost. Cost of testing will
also be borne by the contractor.

5. Any notice to be given under this contract shall be sent by registered post, Speed post at the last known registered or head office
address of the contractor and shall be deemed to have been effected at the time at which the letter would be delivered in the ordinary course of
post.

6. The contractor shall be supplied drawings required for execution of work like architectural, structural all service plans and other detailed
drawings in a phased manner. If any particular drawing is required for execution of work, contractor shall inform the Engineer-in-Charge in
writing at least 15 days in advance.

7. The contractor shall be responsible for obtaining necessary clearances from Electrical inspectorate office from local bodies/Central electricity
authority for enerzisation of substation. Necessary liasoning with other working agency & local bodies shall be his responsibility. Any statutory
fees to be paid on account of said clearances shall be paid by HPL/Delhi Police

8. The payment to the contractor shall be made from the registered office of HPL at Jangpura, New Delhi and cheques will be issued and payable
at Delhi/New Delhi. The contractor shall not claim anything extra on this account.

9. The Contractor should be registered under VAT Act for works in the State of Delhi and submit a copy of registration along with tender. The
said VAT shall be deducted as per laws at source as applicable. The contractor shall submit the bills as required under DVAT.

10. The contractor should have valid PF Code No., ESI No. & Service Tax No. and should provide a copy of PF, ESI & Service Tax
Registration. The contractor shall provide the copies of challans as a proof of remittance of PF & ESI amount. The contractor may also be
asked to provide the PF records, copies of wage sheets, attendance sheets, monthly returns, annual returns and any other record in this
regard for inspection, as and when required by the Engineer-in-charge.

11. Maintenance Period: The contractor shall be fully responsible for the quality, workmanship and structural safety of the construction. The
contractor shall be fully responsible for liability of defects & maintenance in the work executed by him for a period of one year from the
date of successful handing over of the work to Delhi Police on rectifying the list of defects/ deficiencies observed by HPL/Delhi Police
before taking over. The maintenance period shall start from the date the project is handed over to Delhi Police. All defects observed
during the maintenance period shall be rectified by the contractor at his own cost and expenses. In the event

10
Signature of tenderer with seal Dy. Manager (Corporate), HPL

of failure on the part of the contractor for maintenance and to rectify the defects, the same may, without prejudice to any other right
available to it in law, be rectified by HPL for and on behalf of contractor. HPL shall have the right to deduct or set off the
expenses incurred by it for maintenance and in rectifying the defects as aforesaid from/against any amount due and payable or
becoming due and payable by HPL to the contractor under this agreement or any other contract what-so-ever. During the maintenance
period, the contractor has to rectify the defects properly under the supervision of an engineer for which nothing extra would be payable to
the contractor. The security deposit shall be refunded to the contractor as per clause No. 45 of contact and successful completion of
maintenance period.

12. The contractor will be responsible for obtaining Contractor All Risk Policy" towards entire cost of the work and will obtain workmen
compensation policy at his own cost. The policy should cover entire tenure of contract inclusive of extended period and maintenance
period if any. The policy should be in joint name of HPL & contractor. The original insurance policies along with the original premium
receipts should be kept in the custody of HPL.

13. The decision of the Chairman & Managing Director, HPL, regarding the quantum of reduction as well as justification thereof in respect
of rates for substandard work will be final and would not be open to arbitration and adjudication.

14 No advance shall be paid to the contractor against any Tools & Plants, equipment &
machinery etc. brought at site by the contractor.

15. The work may be inspected by Central Vegilance Commission and any deductions/compensation
proposed by CVC or HPL or Delhi Police in regard to defective work or work not confirming to
specification, loss of time, amount shall be deducted from his dues.

16. Settlement of Disputes and Arbitration:

Except where otherwise provided in the contract, all questions and disputes relating to the meaning of the specifications, design, drawings, and
instructions here-in before mentioned and as to the quality of workmanship or materials used on the work or as to any other question, claim, right,
matter or thing whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications, estimates, instructions, orders
or these conditions or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress of the
work or after the cancellation, termination, completion or abandonment thereof shall be dealt with as mentioned hereinafter.

i) If the contractor considers any work demanded of him to be outside the requirements of the contract, or disputes any drawings, record or
decision given in writing by the Engineer-in-Charge on any matter in connection with or arising out of the contract or carrying out of the work, to
be unacceptable, he shall promptly within 15 days request the Dy. M (Corporate), HPL in writing for written instructions or decisions.
Thereupon, the Dy. M (Corporate), HPL shall give his written instructions or decisions within a period of one month from the receipt of the
contractor’s letter.

If the Dy. M (Corporate), HPL fails to give his instructions or decision in writing within the aforesaid period or if the contractor is dissatisfied
with the instructions or decision or the Dy. M (Corporate), HPL, the contractor may, within 15 days of the receipt of Dy. M (Corporate), HPL’s
decision, appeal to the CMD, HPL who shall afford an opportunity to the contractor to be heard, if the latter so desires, and to offer evidence in
support of his appeal. The CMD, HPL shall give his decision within 30 days of receipt of contractor’s appeal. If the contractor is dissatisfied
with this decision, the contractor shall within a period of 30 days from receipt of the decision, give notice to the CMD, HPL for appointment of
arbitrator failing which the said decision shall be final binding and conclusive and not referable to adjudication by the arbitrator.

ii) Except where the decision has become final, binding and conclusive in terms of Sub Para (i) above disputes or difference shall be
referred for adjudication through arbitration by a sole arbitrator appointed by the CMD, HPL on behalf of Delhi Police and with the consent of
Delhi Police. If the arbitrator so appointed is unable or unwilling to act or resigns his appointment or vacates his office due to any reason
whatsoever, another sole arbitrator shall be appointed in the manner aforesaid. Such person shall be entitled to proceed with the reference from
the stage at which it was left by his predecessor.

11
Signature of tenderer with seal Dy. Manager (Corporate), HPL

It is a term of this contract that the party invoking arbitration shall give a list of disputes with amounts claimed in respect of each such dispute
along with the notice for appointment of arbitrator and giving reference to the rejection by the CMD, HPL of the appeal.

It is also a term of this contract that no person other than a person appointed by such CMD, HPL on behalf of Delhi Police & with the consent of
Delhi Police, as aforesaid should act as arbitrator and if for any reason that is not possible, the matter shall not be referred to arbitration at all.

It is also a term of this contract that if the contractor does not make any demand for appointment of arbitrator in respect of any claims in writing a
aforesaid within 120 days of receiving the intimation from the Engineer-in-charge that the final bill is ready for payment, the claim of the
contractor shall be deemed to have been waived and absolutely barred and the Government shall be discharged and release of all liabilities under
the contract in respect of these claims.

The arbitration shall be conducted in accordance with the provisions of the Arbitration and Conciliation Act. 1996 (26 of 1966) or any statutory
modifications or re-enactment thereof and the rules made there under and for the time being in force shall apply to the arbitration proceeding
under this clause.

It is also a term of this contract that the arbitrator shall adjudicate on only such disputes as are referred to him by the appointing authority and
give separate award against each dispute and claim referred to him and in all cases where the total amount of the claim by any party exceeds Rs.
1,00,000/- the arbitrator shall give reasons for the award.

It is also a term of the contract that if any fees are payable to the arbitrator, these shall be paid equally by both the parties. i.e. contractor & Delhi
Police.

It is also a term of the contract the arbitrator shall be deemed to have entered on the reference on the date he issues notice to both the parties
calling them to submit their statement of claims and counter statement of claims. The venue of the arbitration shall be such place as may be fixed
by the arbitrator in his sole discretion. The fees, if any, of the arbitrator shall, if required to be paid before the award is made and published, be
paid half and half by each of the parties. The cost of the reference and of the award (including the fees, if any, of the arbitrator) shall be in the
discretion of the arbitrator who may direct to any by whom and in what manner, such costs or any part thereof shall be paid and fix or settle the
amount of costs to be so paid.

18. Taking approval of drawings from Central/State/Local bodies for the execution of work shall be contractor’s responsibility.

19. Rates shall be fixed, firm & final during the currency period of contract including the maintenance period. No increase in rates shall be
allowed on any account whatsoever.

20. The contractor shall submit indemnity bond( on non–judicial stamp papers) duly notarized indemnifying the employer/HPL against liability /
demand for taxes, duties, Cess, penalties, interests, against all actions , legal proceedings, royalty, patents, trade mark, non-observance of laws,
payment of workers , employees, sub-contractors and compliances with labour laws, contributions etc.

21. The contractor shall obtain the permanent HT Electricity connection from electricity authority for enerzisation of substation. Any fee payable
to the local body for getting electric connection shall be paid by HPL/Delhi Police

12
Signature of tenderer with seal Dy. Manager (Corporate), HPL

SECTION III
LETTER OF TRANSMITTAL

From:

To
The Dy. Manager (Corporate),
Hindustan Prefab Limited,
Jangpura, New Delhi-110014.

SUBJECT: 11 KV substation work at Police Station Rajinder Nagar, New Delhi.


NIT. No.: HPL/Dy. M (Corp) NIT/2007-2008/01

Sir,

Having examined the details given in NIT, press-Notice and technical bid document for the above work, I/We hereby submit the technical bid
document and other relevant information.

i) I/We hereby certify that all the statements made and information supplied in the enclosed Annexures and accompanying statement are true
and correct.

ii) I/We have furnished all information and details necessary for technical bid evaluation and have no further pertinent information to supply.

iii) I/We submit the requisite certified solvency certificate and authorize the Dy. Manager (Corporate), HPL or his authorized representatives to
approach the Bank issuing the solvency certificate to confirm the correctness thereof. I/We also authorize Dy. Manager (Corporate), HPL or
his authorized representative to approach individuals, employers, firm and corporation to verify our competence and general reputation.

iv) I /We submit the following certificates in support of our suitability, technical know- how and capability for having successfully completed the
following works.

Name of Work Certificate from

Enclosures:

Seal of Applicant Signature of Applicant (s)

Date of Submission

Signatures of tenderer with seal Dy. Manager (Corporate), HPL

13
Annexure-I
[The applicant should submit the list of documents to be annexed with tender as per annexure-I]
1. Name of applicant Shri/ M/s………………………………………………………....................
2. Nationality Indian other
3. Address
Regd. Office…………………………………………………………………………………….
…………………………………………………………………………………….
Head Office……………………………………………………………………………………..
.…………………………………………………………………………………….

4. Telephone Numb. - Fax No. -


5. Constitution Individual Sole Proprietorship Concern

Partnership Firm Public Ltd. Company

Private Ltd. Company


6. If partnership firm, name of the partners/ 1………………………………………………………….
If Company, name of directors 2………………………………………………………….
3………………………………………………………….
4………………………………………………………….
5………………………………………………………….
6………………………………………………………….
7. Is the individual / sole proprietor/any partner/directors of company:
(a) Dismissed Government Servant Yes No
(b) Removed from approved list of contractors Yes No
(C)Demoted to a lower class of contractors Yes No
(d) Having business banned/suspended by any government in the past Yes No
(e) Convicted by a court of law Yes No
(f) Retired engineer/official from engineering Department of Govt. of
India within last two years. Yes No
(g) Director or partner of any other company/firm enlished with CPWD
Or any other department. Yes No
(h) Member of Parliament or any State Legislative Assembly
If answer to any of the above is ‘Yes’, furnish details on a separate sheet. Yes No
8. (a) Name of person holding power of attorney…………………………………………………
(b) Nationality Indian Other
(c) Liabilities
9. Name of Bankers with full address……………………………………………………………………..
10. Place of business…………………………………………………

14
11. Full time technical staff in applicant’s employ: Nos.
[(a) to (c) for Civil, Electrical & HVAC,]
(a) Graduate engineers with minimum 5 years’ experience
(b) Graduate engineers with minimum 5 years’ experience [excluding (a) above]
(c ) Diploma engineers with minimum 3 years’ experience
12. Does the applicant have sufficient T&P, Machinery, Equipment and workshop for the work?
[Attach details on separate sheet] Yes No
13. Does the applicant possess valid Electrical Licence [for Electrical]
14 (a) Whether enlisted with CPWD or any other department
(b) If yes, give details:
(i) Name of department…………………………………………………………
(ii) Class of category……………………………………………………………
(iii) Enlistment authority & address ……………………………………
(iv) Enlistment No. & date……………………………………………………………
(v) Date of validity ……………………………………………………………
(vi) Tendering limit ……………………………………………………………
15. Is any person working with the applicant is a near relative of the officer/official of HPL
Yes No If yes, give details
16 Details of Works completed and in progress during the last 5 years (to be filled in Performa as given in
Annexure III. This list should include all works whose gross amount of work done is more than the required
magnitude for the class in which applied.
17. Certificates from clients as per performa given in Annexure –IV for all eligible works.

Signature of tenderer with seal Dy. Manager (Corporate), HPL

15
Annexure-II

DOCUMENTS ATTACHED

S.No Document Yes. No

1. Proof of constitution (SI. No. 5):


(a) In case of sole proprietorship/HUF : an affidavit executed before a 1 st Class Magistrate
that the applicant is the sole proprietor of the firm/ Karta of HUF
(b) In case of partnership firm: (Submit attested copies)
(i) Partnership deed attested by Notary Public
(ii) Form “A” or equivalent form issued by Registrar of Firms
(iii) Form “B” or equivalent form issued by Registrar of Firms
(iv) Form “C” or equivalent form issued by Registrar of Firms
(c) In case of Private/ Public Ltd. Co. Article of Association duly attested by Notary
Public
2. Power of attorney, if any (Si. No. 8), attested by Notary Public
3. Solvency certificate from scheduled bank in the proforma given in Annexure-V. The
certificate should be on the bank’s letter-head and in sealed cover and shall be addressed
to the concerned Authority (S. No.9)
4. Technical Staff: (S. No. 11)
(i) List of full time Technical staff/ Designers with qualification and experience of each.
(ii) Attested copies of the degrees/diplomas of the technical staff/Designers.
5. List of M/C, T&P, possessed by the applicant.
6. Attested copy of valid Electrical License ( Sl. No. 13)
7. Attested copy of Enlistment order (Sl. No. 14)
8. List of fall near relatives working in HPL, including their addresses (Sl. No. 15)
See also rule18.0 of Enlistment-rule
9. Original or attested copies of certificates for works done, from concerned clients, in
proforma as given in annexure-IV.
10. Attested copies of award letters for works included in annexure-III.

Signature of tenderer with seal Dy. Manager (Corporate), HPL

16
Annexure-III
WORKS COMPLETED AND IN PROGRESS DURING THE LAST FIVE YEARS
( INCLUDING ALL WORKS AWARDED)

[ Add additional sheets, if necessary]

Name,
Name of work Date Reasons for designation
S. & of Date of Completion delay Tendered Gross Net &
No. Agreement Start & compensation cost cost of Amount complete
No. levied, if any completion received address of
Stipulated Actual the
authority
for whom
the work
was done

Signature of tenderer with seal Dy. Manager (Corporate), HPL

17
Annexure-IV
CLIENT'S CERTIFICATE REG. PERFORMANCE OF CONTRACTOR

Name & Address of the Client …………………………………………………………………………………..


…………………………………………………….. …………………………………………
Details of Works executed by
Shri/M/s'…………………………………………………………………. …………………………………………
……………………………………………………... …………………………………………

1 Name of work with brief particulars


2 Agreement No. and date
3 Date of commencement of work
4 Stipulated date of completion
5 Actual date of completion
6 Details of completion of levied for delay, if any
7 Tendered amount
8 Gross Amount of the work completed
9 Name and address of the authority under whom
works executed
10 Whether the contractor employed qualified
Engineer/ Overseer during execution of work
11 (i) Quality of work ( indicate grading) Out Standing/V. Good/Good/Poor
(ii) Amount of work paid on reduced rate basis,
if any
12 (i) Did the contractor go for arbitration?
(ii) If yes, total amount of claim,
(iii) Total amount awarded
13 Comments on the Capabilities of the contractor
(a) Technical Proficiency Out Standing/V. Good/Good/Poor
(b) Financial Soundness Out Standing/V. Good/Good/Poor
( c) Mobilization of adequate T&P Out Standing/V. Good/Good/Poor
(d) Mobilization of manpower Out Standing/V. Good/Good/Poor
(e) General behavior Out Standing/V. Good/Good/Poor

Note : All Columns should be filled in properly.

"Countersigned"
Signature of the Reporting
Officer with Official Seal
Officer of the rank of
Superinteding Engineer
or Equivalent

Signature of tenderer with seal Dy. Manager (Corporate), HPL

18
Annexure - V

FORM OF SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information


M/s/Sri……………………………………
………………………………………………………………………..having marginally noted address, a
customer of our bank are/is respectable and can be treated as good for any engagement upto a limit of
Rs…………………………
(Rupees…………………………………………………………………………………………………….….)
This certificate is issued without any guarantee of responsibility on the Bank or any of the officers.

(Signature)
for the Bank

Note: In case of partnership firm, certificate to include names of all partners as recorded with the Bank.

FORM OF WORKING CAPITAL CERTIFICATE FROM A SCHEDULED BANK


(for Class V(B&R), Class IV (Elect.), Class (Firm), Hort. (All Classes)

Certified that Shri/ Smt. M/s


……………………………………………………………………………………………..
S/o/W/o…………………………………………………………………………………………………………
…….and
resident(s) of
…………………………………………………………………………………………………………….
has/have been maintaining a saving bank account/current account/fixed deposit account with this branch of
bank since……………………… ……..and an amount not less than Rs. …………………….
(Rupees……………………...
……………………………………………………………………………………………..has been available
to the credit in his/her/their account No. ………………………………………for the last six months.

(Signature)
For the Bank

Signature of tenderer with seal Dy. Manager (Corporate), HPL

19
FOR CHANGE OF CONSTITUTION LIST OF DOCUMENTS/INFORMATION REQUIRED
TO BE SUMITTED

A. Document to be Submitted
1. Copy of proposed partnership deed duly signed/proposed Memorandum of articles.
2. Attested copy/copies of valid ITCC (s) in respect of each proposed partner.
3. An undertaking sworn in before a 1st class Magistrate by all the partners to the effect that the
new firm
will take over all assets and liabilities.
4. Dissolution deed/consent of retiring partners/death certificate in case of death of a partner.
B. Furnish the following details in respect of each Partner with whom contractor’s firm want
to enter
into Partnership
(i) Whether he is enlisted with CPWD/MES/Railway/P&T/State PWD.
(ii) Whether he is a dismissed Govt. servant.
(iii) Whether he is a partner/director of any other firm enlisted with this
Department/MES/Rly./P&T/State
PWD.
(iv)Whether he is member of Indian Parliament or State Legislature.
(v) Whether his name has been blacklisted or removed from the approved list of contractors or
demoted
to lower class or orders banning/removed/retired Govt. servant within 2 years.
(vi) Whether he is a dismissed/removed/retired Govt. servant within 2 years.
(vii) Whether he has any relative working in HPL, if yes, give details.
(viii) Whether he has any civil or criminal case pending in any court in India, if yes, give details.

Signature of Contractor

Signature of tenderer with seal Dy. Manager (Corporate), HPL

20
SCHEDULE ‘B’ TO ‘F’

SCHEDULE – B:

Schedule of materials to be issued to the contractor.

S.No. Description of Quantity Rates in figures & Place of Issue


Item words at which the
material will be
charged to the
contractor
1 2 3 4 5

NOT APPLICABLE

SCHEDULE ‘C’

Tools and plants to be hired to the contractor


S.No. Description Hire charged per day Place of Issue

1 2 3 4

NOT APPLICABLE

SCHEDULE ‘D’

Extra schedule for specific requirements/ document for the work, if any.

Not applicable.

Signature of tenderer with seal Dy. Manager (Corporate), HPL

21
SCHEDULE ‘E’

CLAUSE 10 CC

NOT APPLICABLE

SCHEDULE ‘F’

Reference to General Conditions of contract.

Name of work: 11 KV substation works at Police Station Rajinder Nagar, New Delhi.

NIT NO: - HPL/Dy. M (Corp.)/NIT/2007-2008/01

Estimated cost of work : Rs. 60.00 Lacs

i) Earnest money : Rs. 1,20,000/-

ii) Performance Guarantee : 5% of tendered value.

iii) Security Deposit : 5% of tendered value.

GENERAL RULES: Officer inviting tender : Dy. Manager (Corp.), HPL.


& DIRECTION

Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined
in accordance with Clauses 12.2 & 12.3 See below

Definitions:

2(v) Engineer-in-Charge Dy. Manager (Corp.)

2(viii) Accepting Authority Chairman of Tender Approval Committee.

2(x) Percentage on cost of material


and labour to cover all overheads
and profits 10%

2(xi) Standard Schedule of Rates SOR 1994-Part I internal


SOR 1995-Part II External
2(xii) Department Hindustan Prefab Limited

9(ii) Standard CPWD contract Form CPWD form 7/8 with up to date
corrections and amendments.

Signature of Tenderer with Seal Dy. Manager (Corp.), HPL


22
Clause 1

i) Time allowed for submission


of Performance Guarantee from the
date of issue of letter of acceptance,
in days : 15 days

ii) Maximum allowable extension


beyond period provided in i)
above in days : 07 days

Clause 2
Authority for fixing compensation
Under clause 2. : C.M.D, HPL

Clause 2A
Whether Clause 2A shall be applicable
: Yes

Clause 5
Number of days from the date of issue
of letter of acceptance or from the
first date of handing over of site
( whichever is later) for reckoning : 10 days
date of start

Mile Stone(s) as per table given below:

Sl. Financial Progress Time Allowed (from Amount to be with- held in case
No date of start) of non- achievement of
milestone
1 1/8th (of whole work) 1/4th (of whole work) In the event of not achieving the
2 3/8th (of whole work) ½ (of whole work) necessary progress as assessed
3 3/4th (of whole work) 3/4 (of whole work) from the running payments, 1%
th

4 Full Full of the tendered value of work


will be withheld for failure of
each milestone.

Signature of Tendered with Seal Dy. Manager (Corp.), HPL

23
Time allowed for execution of work 4 Months

Authority to give fair and reasonable C.M.D., HPL


Extension of time for completion of work

Clause 7
Gross work to be done together with net payment
/ adjustment of advances for material collected,
if any, since the last such payment for being
eligible to interim payment. 15 Lacs

Clause 10CC Not applicable

Clause 11 CPWD specifications


1994-Part I & 1995-Part II
Specifications to be followed for execution & Substation Work with
of work( all works) amendments and
corrections up to date

Clause 12
12.2 & 12.3 Deviation Limit beyond which
clauses 12.2 & 12.3. shall apply 30 %

Clause 12.5 Not applicable

Clause 16 Competent Authority for C.M.D., HPL


Deciding reduced rates.

Signature of Tendered with Seal Dy. Manager (Corp.), HPL

24
Clause 36(i)
Minimum Qualification & One graduate Engineer (Elect.) having an
Experience required for Principal experience of not less than three years, or
Technical Representative:- a Diploma (Elect.) qualified Engineer ,
with not less than seven years experience
in the design, erection testing and
commissioning of Substations.

(ii) Discipline to which the Principal Electrical


Technical Representative should
belong
(iii) Minimum experience of works 5 years
(iv) Recovery to be effected from the Rs. 10000 per month for Graduate
contractor in the event of not engineer and Rs. 8000 for Diploma
fulfilling provision of clause 36(i) Engineer

Clause 42
(i) Schedule/ statement of
determining theoretical quantity of Not applicable
cement & bitumen on the basic of
Delhi schedule of rate.

(ii) Variation permissible on


theoretical quantity

(a) Cement Not applicable

(b) Bitumen Not applicable

(c) Steel Not applicable

(d) All other Materials Not applicable

RECOVERY RATES FOR QUANTIIES BE YOUND PERMISSIBLE VARITION

Not applicable

Signature of tenderer with seal Dy. Manager (Corporate), HPL

25
TECHNICAL SPECIFICATION OF DRY TYPE TRANSFORMER (CRT Type)

Service Conditions Ambient temperature 0-50 degree C 100% humidity, altitude 1000 m
Voltage Ratio 11/0.433 KV
No. of Phase 3 Phase, 50 HZ
Winding Electrolytic copper conductor wound cast resin insulated with paper
Connection Dyn 11
Core CRGO Silicon steel laminated coated with Carlit or equivalent
Tap Changing OFF load tap switch on HV side (+) 5% to (-) 10% in 2.5% steps
unable to change the taps on all the three limits simultaneously.
Termination HV side Cable end box
Termination LV side Cable End Termination
Impedance As per IS 2026
Flux Density Max 1.6 tesla at Normal capacity
Current density Max 2.2A/sqmm at full capacity
Enclosure IP-21 for indoor
Protection Insulation ‘F’ class
Testing Confirming to IS 2026 IS 11171 IEC 726 for Routine tests
Accessories Rating and terminal marking plates, rollers, earthing terminals, lifting
Hooks PT- 100 sensor in every LV with alarm and trip scanner for all
phases.
Cooling Air/ Natural cool
Temperature rise Max 90 degree C above ambient temperature.

26
TECHNICAL SPECIFICATIONS FOR 11 KV VCB

Rating 11 KV, 3 phases, 50 Hz 630 A- 350 MVA Draw out type VCB
Bus Bar Electrolytic Aluminium.
Relay CDG-61 with CTs
60/5-5A, (Metering protection class) CL-1 & 5P-10 with
VAA-33 24V on outgoing panel
60/5-5A CL 1.0, 15 VA
Tripping DC Shunt 24 V
Ammeter Suitable rating in each incoming and outgoing with selector switch in
each incoming and outgoing
Voltmeter 0-15 KV with selector switch
KW meter Analog type
PT’s 11 KV/110 V, 100V burden in each outgoing and incoming drawout
type.
Heater Heater with thermostat in each compartment
Insulation level Highest system voltage - 12 KV
Frequency with stand - 28 KV rms.
Impulse - 75 KV
Termination End box for XLPE cable 11 KV (Incoming)

27
TECHNICAL SPECIFICATION OF UNITISED PACKAGE SUB-STATION WITH CAST
RESIN DRY TYPE TRANSFORMER

The Unitized Package sub-station comprises of the following sections:


1) HT switchgear panel with 11 KV VCB
2) Cast Resin Dry Type Transformer.
3) 4P LT ACB with separate outgoing way.

1) HT SWITCH GEAR PANEL: -

The HT panel shall be provided with 1 no. 11 KV, 630 A, 3 pole Vacuum Circuit Breaker, Draw out type
provided inside the metal clad, vermin proof panel with following fittings & accessories:

a) Potential Transformer 100 VA capacity, 11 KV/110 V of resin cast type - 1 no.


b) Current transformers 60/5-5 A, CL-2, 5P-10, 15 VA for resin cast type - 3 nos.
c) PT fuse, 11 KV, 2A 3 nos. HRC fuses - 3 nos.
d) IDMT Relay, 2 OC + 1 EF relay - 1 no.
e) Ammeter 144 x 144 sq. mm with 0-20 A range - 1 no.
f) Voltmeter 144 x 144 sq. mm with 0-15 KV range - 1 no.
g) Ammeter selector switch - 1 no.
h) Voltmeter selector switch - 1 no.
i) Breaker control switch - 1 no.
j) Toggle switch - 4 nos.
k) Thermostat (30-90 Deg) - 1 no.
l) Space Heater - 1 no.
m) Panel IIIuminating Lamp. - 1 no.
n) Plug & Socket - 1 no.
o) Indicating Lamps, Green-OFF, Red-ON, Amber – AUTO TRIP
White –TRIP CIRCUIT HEALTHY, Blue-SPRING CHARGED - 1 no. Each
p) Push button- Trip circuit Healthy check - 1 no.
q) KW meter 144x 144 sq. mm (analog type) - 1 no.

2) CAST RESIN DRY TYPE TRANSFORMER:-


We offer our Cast Resin Dry Type Transformer with the following Specifications:-

a) Type : Cast Resin Dry Type Transformer


b) Standard followed : IS 2026, IS 11171
c) Rating of the transformer : 800 KVA
d) No Load Voltage Ratio : --------------- 11/0.433 KV --------------
e) Vector Group : --------------- Dyn- 11 -------------
f) Power Freq withstand vol. : --------------- HV: 28 KV rms / LV: 3 KV rms -----------
g) BIL : --------------- HV: 75 KV peak / LV: not applicable
h) Class of insulation : --------------- Class – ‘F’ ---------------
i) Temperature rise in winding : 90 Deg above ambient temp. of 50 Deg. C.
j) Cooling : Air Cooling (AN)
k) Protection class for the : --------- IP – 21 ----------
enclosure
m) Technical Parameters : 250 KVA 400 KVA 500 KVA

28
- No Load Loss : 0.9 1.30 1.40
- Load Loss (KW) : 3.00 4.70 5.70
- % Impedance : 4.50% 5.00% 5.00%

Note: - Losses / Impedance quoted above subject to tolerance as per I.S.

TESTS:

1) All routine tests as per IS 2026/ 1977 shall be carried out on the transformer at our works and test
results shall be submitted.

The Transformer shall be fitted with the following accessories:

a) Rating & Terminal marking plate.


b) 2 no. earthing terminals with lugs.
c) Lifting Lugs.
d) Off circuit tap links.
e) HV Insulators with bus bar terminating facility
f) LV Insulators with bus bar terminating facility.
g) Sheet steel enclosure for transformer with IP-21 type of protection.
h) Winding temperature indicator Scanner type with alarm & trip contacts. I no. PT- 100 sensors shall be
embedded inside each LV coil.
i) Limit switches at each opening/door of Transformer duly wired upto marshalling box.

3) LT PANEL:

The LT Panel shall comprise of following components:-

i) 1 no. 440 A, 3 phase LT ACB 4 pole EDO type as Reqd. with microprocessor based relay.
ii) CT’s with current ratio as reqd.
iii) Ammeter with suitable range as reqd.
iv) Separate way for outgoing cables with Aluminium Bus ducts of suitable size.
v) Voltmeter with suitable range as reqd.
vi) Ammeter selector switch.
vii) Voltmeter selector switch.
viii) Facility with all as reqd. for remote switching ON OR OFF the ACB

Note: - All bus bars shall be of Aluminium inside the LT panel suitable for outdoor Installation as per IS
standard/specification

Signature of tenderer with seal Dy. Manager (Corporate), HPL

29
GENERAL SPECIFICATION OF THE UNITED PACKAGE SUB-STATION ENCLOUSER
SWITHCHGEAR

The enclosure will be fabricated from 2mm thick sheet steel Canoopy type subjected to proper surface
treatment & painted in light Grey color to shade 631 to IS 5 with air drying epoxy based paint.

The enclosure will be designed for bottom cable entry for incoming & outgoing side .

230 V AC Aux. Supply for LT & 24 V supply DC for HT is required for the operation of the panel auxiliaries
shall be arranged by the purchaser.

Enclosure shall be fitted with followings to all other required as per relevant IS codes/standard/specification.

1. Doors with locking arrangement & limit switches.


2. EX. Fans lights with protection.
3. Earthing studs.
4. Internal wiring in short circuit.
5. Protection all other accessories as required.

United package sub-station should be like that, it can be dismantled to separate HT panel, CRT & LT Panel
& can be used from place to place before assembled at the New Location with lifting hooks.

All the inter connections Viz. from HT. VCB to HT Side of T/F & from Secondary of T/F to LT Panel shall
be of copper flexible with proper insulations as required.

Enclosure should be divided in three parts separate with separate Doors VCB Panel, CRT & LT ACB Panel,
VCB Panel part of enclosure should be of size to accommodate 1 No. Battery to be placed afterwards

Signature of tenderer with seal Dy. Manager (Corporate), HPL

30
LIST OF APPROVED MAKE OF MATERIALS

S. Brief Description of materials Name of approved makes


No.
1. 11 KV VCB KIRLOSKAR/BHEL/CG/Siemens
2. HT XLPE AL CONDUCTOR POLYCAB/HAVELLS/GLOSTER/CCI/PLAZA
Cable
3. LT XLPE A. CONDUCTOR HAVELLS /POLYCAB /GLOSTER/BATRAHENLEY/
Cable SKYTON/ PLAZA
4. HV CABLE TERMINATION RAYCHEM / DENSION/M &M
5. TRANSFORMER DRY TYPE KIRLOSKAR / BHEL/ Siemens/ RPG
6. CONSTROL RELAY SEGC / PIC
7. RISING MAIN C&S/ SIEMENS/ L&T / Schneider MG/ KLOCKER
MOELLER
8. MV BUS BAR SUPPORT ADVANCE / POWER MAT / RAMANUJ
9. MV PANEL / FLOOR PANEL HEI ENGINEERING / BM SALES / SYSTEM & POWER
CONTROL/ PIECO/ C& S / ZEETA / JESPER/E. CARE/ K.D
Power controls.
10. APFC Relay: Ducati / Siemens/ Bluek / AE
11. Capacitor Panel: Neptune/ L& T/ C &S / E.CARE / BM SALES/ K.D Power
controls.
12. Capacitor duty contractor C &S (TC) / Siemens / L&T / ABB
13. Capacitor (Heavy duty MPP) Ducati/ Siemens / L &T/ ASIAN
14. MCCB/ ACB C&S / L&T / SIEMENS/ ABB/ Schnelder Electric (MG)
15. MCB Schneider/ MDS / Hager
16. ALTERNATOR KEC (BANGALORE) / JYOTI NGEF
17. DIESEL ENGINE GREAVES / CUMMINS / KIRLOSKAR( BANGLORE)
18. AMF PANEL / ACCUOSTIC SUDHIR / HEI ENGINEERING / C & S/ SI CONTROLS
ENCLOURES OF DG SETS
19. ENERGY ANALYZER Socomach Diris/ Ducati/ L&T
20. EXTERNAL LIGHT Philips/ Crompton / Bajaj
21. BATTERY EXIDE/AMCO/YUSA/ OKAYA/ KIRLOSKAR
22. CTs C&S / KUPPA/ AE/SIEMENS
23. BATTERY BANK VINITECH/ VOLSTAT/ BLUE LINE
24. BATTERY CHARGER BLUE LINE/ LOGICSTAT/VINITECH/ VOLSTAT
25. IDMT RELAY GEC/ TELEMECHANIQUE
26. BY PASS SWITCH C &S
27. Indicating Lamp/Push RAAS Control/ L &T / Siemens / AE/ SAIZER OR
Button/Selector Switch/ Push EQUIVALENT
Button Station.
28. ANY OTHER ITEMS/ AS approved by Engineer In charge
EQUIPMENTS
29. Unitized sub- Station Enclouse SIEMENS/ KARLOSKAR/ BHEL/ RPG
30. ENERGY METER/Digital L & T /DUCAT / SOCOMACH DIRIS
31. ON LOAD CHANGEOVER HPL SOCOMACH/ L&T/ C&S
SWITCH

31
NAME OFWORK :- 11 KV SUBSTATION WORK AT POLICE
STATION RAJINDER NAGAR,NEW
DELHI-110060

NIT NO:- HPL/DY. M (Corp.)/NIT/2007-2008/1


S. NO DESCRIPTION Page No.

Bill of Quantities
1. ESTIMATED COST: - RS. 60.00 Lacs 1-14

FINANCIAL BID

ISSUED TO : _________________________________________________________

_________________________________________________________

__________________________________________________________

HINDUSTAN PREFAB LIMITED


(A GOVT. OF INDIA ENTERPRISE)
JANGPURA, NEW DELHI-110014
Phone No. : 26340225/ 26340489
Fax : 26340365
E-Mail : www.hindprefab.com

INDEX
NAME OF WORK: - 11 KV SUBSTATION WORK AT POLICE STATION RAJINDER
NAGAR, NEW DELHI
HINDUSTAN PREFAB LTD.
DELHI POLICE, RAJINDER NAGAR SITE, NEW DELHI
BILL OF QUANTITIES FOR LT PANEL’S & PACKAGE
SUBSTATION
SNO DESCRIPTION UNIT QTY RATE AMOUNT
SUBHEAD-1: INCOMING H.T. SUPPLY
1 Supply, installation testing and commissioning of outdoor
type Unitized package sub station with a canopy type
enclosure conforming to IS specification and fitted with the
following:-
1 No. 630 A, 350 MVA, high voltage 11 KV Vacuum Circuit
Breaker fitted in a floor mounted free standing, dust free
and vermin-proof panel. The panel should be provided with
draw out cradle and complete for a transformer of 800 KVA
rating, as per IS 3427 & IS 13118 and provided with the
following: -
i) CTs of 60/5-5 dual winding for both metering and
protection conforming to Class1 for metering and 5P10 for
protection having a VA burden of 15VA-1 Set
ii) IDMTL relay with 2 elements for overcurrent and one
element for Earth Fault Relay type CDG 61 suitable for 24
VDC -1 Set
iii) 1 No. PT, draw out type, of 11KV/110V ratio class 1
accuracy, 30 VA burden with 11 KV fuses-1 Set
iv) KW meter 144 x 144mm - 1 Set
v) 0-12KV voltmeter, 144x144 mm size with back up fuse
protection and selector switch-1 Set
vi) No Ammeter meter 144 x 144mm - 1 Set
vii) ON/Off/Trip Switch, metering, indicating lights, Power
supply-Healthy indications, transformer fault interfacing
relays, master trip relay, with 12 window annunciator for
display of transformer and breaker faults-1Set
1 No. Cast resin dry type transformer of 800 KVA,
11KV/433 V, 50Hz, 3 phase Delta/Star and provided with
+/- 5% off load tap changer, with winding temperature
sensing relays to be wired to trip the incoming breaker at set
operating temperature, and also door open sensing relay for
sensing door open condition of transformer enclosure to
disable the H.T. Supply, bidirectional rollers, complete as
per IS 2026 & IS 11171.

Signature of the tenderer -1- Dy. Manager (Corporate), HPL


1 No. 4 pole type ACB EDO of 1600A with microprocessor
based relay in a cubicle type compartmentalized panel of 14
SWG CRC sheet, treated by seven tank process, with one
set of metering complete as required and with separate out
going cable chamber/bay duly fitted with Aluminium Bus
bars. Set 1

2 Supply, laying, testing and commissioning of 11KV grade


XLPE Al. Conductor cable in existing trench/ Hume pipes
including supports, clamps, saddles, hardware etc complete
as required.
i) 3 Core x 185 sq. mm. Aluminium conductor XPLE 11 KV
grade cable Mtr. 50

ii) 3 core X 240 sq. mm Aluminium conductor XPLE 11 KV


grade cable Mtr. 150

3 Supply, installation, testing and commissioning of cable end


terminations of indoor/outdoor type 11KV HT for the
following sizes
i) 3 Core X 185 sq. mm Indoor heat shrunk type (11KV HT) Nos. 7

ii) 3 core X 240 sq. mm Indoor heat shrunk type (11KV HT) Nos. 7

4 Providing and fixing of the following safety equipment.


a) SITC of glass framed “Shock Treatment” charts in
ENGLISH and two Local languages. Nos. 2

b) SITC of 4.5 kg Carbon Dioxide Fire Extinguishers 10


Nos.

c) 11 KV Danger plates of 250x200mm size of 2mm


thickness and vitreous enameled white on both sides written
in English and at least two local languages to be placed
prominently near substational installations.
Nos. 10

d) 440V, Danger plates of 200x150 mm size of 2 mm


thickness and vitreous enameled white on both sides written
in English and at least two local languages to be placed
prominently near all electrical installations.
Nos. 10

Signature of the tenderer -2- Dy. Manager (Corporate), HPL


e) Supply and fixing in position 25 mm thick rubber mat
tested quality for 11 V grade as per IS 5424. Sq.Mtr 40

f) Supply and fixing in position 12 mm thick rubber mat


tested quality for 1100 V grade as per IS 5424. Sq.Mtr 40

g) Supply of fire buckets duly filled with fine sand and fixed
on an angle iron frame as per requirement of local
authorities. The fire buckets shall be painted red from
outside and white from inside with an extra handle at the
bottom. Each set of five buckets & 13 ltr. Each bucket.
Set 2

h) First aid box as per St. John’s Ambulance brigade/ Indian


Red Cross Society and conforming to IS 2217/1963 Set 1

i) Supplying Rubber gloves of 11 KV grade Set 1

5 SITC of 650 volt grade PVC insulated copper conductor


armoured cables in existing trenches completed with all
supports and saddles etc including making connections for
control system.
a) 4 core x 2.5 sq. mm. Mtr. 125

b) 4 core X 10 sq.mm Mtr. 50

6 Providing and fixing of M.S. angle Iron/ channel etc.


including all fabrications and with fixing material and
painting for cable racks/ in trenches/on walls etc. as
required. Kg. 500

7 Providing and fixing of M.S. slotted angle “C” type/ Ladder


type Cable trays with fixing material required to grout on
walls and or M.S. hangers from ceiling where ever required
and painting the same with two coats of synthetic enamel
paint over one coat of red oxide primer etc. as required.
Kg. 200

Signature of the tenderer -3- Dy. Manager (Corporate), HPL


8 Supply/Fabrication and installing of the following sizes of
perforated cable trays of M.S. including horizontal and
vertical bends, reducers, Tees, cross members and
accessories as required, duly suspended from the ceiling
with M.S. suspenders and painted etc. as required.
a) 900mm width X 60mm depth X 2.0 mm thickness Mtr. 300

b)1200mm width X 60 mm depth X 2.0 mm thickness Mtr. 150

SUBHEAD -2: MEDIUM VOLTAGE PANEL BOARDS


9 Fabrications, supply, installation, testing and commissioning
of cubicle type floor mounted L.T. panels made out of 2 mm
thick CRCA sheet including connection, inter-connection,
painting and along with TPN Aluminium bus bars as per
CPWD specifications, (Part IV-Sub-Station) and comprising
of following panel mounting switchgear etc. as required.

Main L. T. Panel

A) Incoming
1 No. as Main incomer from transformer
1600 Amps, 4 Pole, 50 KA, ACB(EDO) draw out pattern
type consisting of following:

B) Protection Instruments
Double core double wound dual rating C.T. 1600/5A/5A.15
VA burden on each secondary side for protection class PS
and metering class-1 accuracy.(in main incomer)-1 Set
i) Protection for overload, short circuit with time delay,
earth fault microprocessor based and shunt trip, including
all accessories as required-1 Set
ii) Fault analyzer to indicate overload, phase to ground
fault, 2 phase or 2 phase to ground fault and 3 phase or 3
phase to ground fault and electrical indication for O/L trip.-
1 Set
iii) Energy analyzer to measure 3 phase voltage, current,
power factor, frequency, active and reactive power and other
parameters -1 Set
iv) A set of indication lights, phase, breaker ON/OFF and
trip load on mains D.G. and trip circuit, healthy etc-1 Set

C) Bus Bars

Signature of the tenderer -4- Dy. Manager (Corporate), HPL


3000 Amps TPN (sleeved) Aluminium conductor supported
by DMC insulators.

D) Outgoing
i) 1 No. 800 A. 45 KA TPN MCCB (for capacitor panel).
ii) 1 Nos. 630 AMP 35 KA TPN MCCB (for MDB (normal)
front Block).
iii) 1 No. 630 AMP 35 KA TPN MCCB (for Residential
block)
iv) 1 No. 630 AMP 35 KA TPN MCCB (spare)
v) 2 No. 250 AMP 25 KA TPN MCCB (for Fire pump &
MDB Normal Real Block)
vi) 1 No. 400 AMP 35 KA TPN MCCB (spare)
vii) 1 No. 630 AMP 35 KA TPN MCCB (for DG panel).
viii) 1 No. 250 A, TPN MCCB (spare) Set 1

10 Fabrication, supply, installation, testing and commissioning


of cubicle type floor mounted L.T. panels made out of 2 mm
thick CRCA sheet including connection, inter-connection,
painting and along with sleeved TPN Aluminium bus bars
as per CPWD specifications, (Part IV-Sub-Station) and
comprising of following panel mounting switchgear etc. as
required.
Main L.T. Panel (Emergency)

A) Incoming
1 No. as main incomer from main LT Panel
630 Amps, 35KA, TPN MCCB

B) Protection Instrument
i) A set of indication lights for phases each having 2 Amps
SP MCB
ii) 1 No. Ammeter with suitable CTs, voltmeter, phase
selector switches (ASS & VSS), 2 AMP SP MCB for
protection.

C) Bus Bars
1000 Amps TPN sleeved Al. conductor supported by DMC
insulators.

D) Outgoing:
i) 1 No. 125 A. 25 KA TPN MCCB
ii) 3 No. 250 A. 25 KA TPN MCCB
iii) 1 No. 250 A 4 Pole Change over Switch
Signature of the tenderer -5- Dy. Manager (Corporate), HPL
iv) 3 nos. 160 A. 25 KA TPN MCCB Set 1

11 Fabrication, supply, installation, testing and commissioning


of cubicle type floor mounted L.T. panels made out of 2 mm
thick CRCA sheet including connection, inter-connection,
painting and along with TPN sleeved Aluminium bus bars
as per CPWD specifications, (Part IV-Sub-Station) and
comprising of following panel mounting switchgear etc. as
required. Water Supply and Street Lighting Panel

A) Incoming
1 No. as main incomer from main emergency LT Panel
160 Amps 25KA, TPN MCCB

B) Protection Instrument
i) A set of indication lights for phases each having 2 Amps
SP MCB

C) Bus Bars
200 Amps TPN sleeved Al. conductor supported by DMC
insulators.

D) Outgoing:
i) 4 No. 40 A. 10 KA TPN MCB
ii) 1 No. 63 A. 35 KA TPN MCCB Set 1

12 Fabrication, supply, installation, testing and commissioning


of cubicle type floor mounted L.T. panels made out of 2 mm
thick CRCA sheet including connection, inter-connection,
painting and along with TPN Aluminium bus bars as per
CPWD specifications, (Part IV-Sub-Station) and comprising
of following panel mounting switchgear etc. as required.

(Street And Common Area Lighting Panel)

A) Incoming
1 No. as main incomer from Water Supply & Street Light
Panel 63amps rating 25 KA TPN MCCB
ii) 1 No 24 Hr. Timer Switch

B) Protection Instrument
i) A set of indication lights for phases each having 2 Amps
SP MCB

Signature of the tenderer -6- Dy. Manager (Corporate), HPL


C) Bus Bars
100 Amps TPN sleeved Al. conductor supported by DMC
insulators.

D) Outgoing:
i) 5 No. 32 A. 10 KA TPN MCB Set 1

13 Fabrication, supply, installation, testing and commissioning


of cubicle type floor mounted L.T. feeder Pillar made out of
2 mm thick CRCA sheet including connection,
interconnection, painting and along with TPN sleeved
Aluminium bus bars as per CPWD specifications, (Part IV-
Sub-Station) and comprising of following panel mounting
switchgear etc. as required.
Residence Feeder Pillar

A) Incoming
1 No. as main incomer from main LT Panel
630 Amps rating 35KA TPN MCCB

B) Protection Instrument
i) A set of indication lights for phases each having 2 Amps
SP MCB

C) Bus Bars
1000 amps TPN Al. conductor supported by DMC
insulators.

D) Outgoing
i) 2 No. 100 A. 25 KA TPN MCCB
ii) 2 No. 160 A. 25 KA TPN MCCB
iii) 2 No. 250 A. 25 KA TPN MCCB Set 1

14 Fabrication, supply, installation, testing and commissioning


of cubicle type floor mounted L.T. panels made out of 2 mm
thick CRCA sheet including connection, inter-connection,
painting and along with TPN Aluminium bus bars as per
CPWD specifications, (Part IV-Sub-Station) and comprising
of following panel mounting switchgear etc. as required.

MDB(Normal), (Front Block)


A) Incomer
1 No. 630 Amp Rating 35 KA TPN MCCB

Signature of the tenderer -7- Dy. Manager (Corporate), HPL


B) Instruments
i) A set of indication lights for phases each having 2amps SP
MCB,
ii) 1 No. Ammeter with suitable CTs voltmeter, phase
selector switches (ASS & VSS), 2 amp SP MCB for
protection.

C) Bus bar rated at 1000 amps Aluminium TPN

D) Outgoing:
3 Nos. 160 Amp rating 25 KA TP with NL MCCB
3 Nos. 63 Amp rating 25 KA TP with NL MCCB Set 1

15 Fabrication, supply, installation, testing and commissioning


of cubicle type floor mounted L.T. panels made out of 2 mm
thick CRCA sheet including connection, inter-connection,
painting and along with TPN Aluminium bus bars as per
CPWD specifications, (Part IV-Sub-Station) and comprising
of following panel mounting switchgear etc. as required.

MDB(Normal), (Rear Block)

A) Incomer
1 No. 250 Amp Rating 25 KA TPN MCCB

B) Instruments
i) A set of indication lights for phases each having 2amps SP
MCB,
ii) 1 No. Ammeter with suitable CTs voltmeter, phase
selector switches (ASS & VSS), 2 amp SP MCB for
protection.

C) Bus Bar rated at 400 amps sleeved Aluminium TPN

D) Outgoing:
3 Nos. 125 Amp rating 25 KA TP with NL MCCB
3 Nos. 63 Amp rating 25 KA TP with NL MCCB Set 1

16 Fabrication, supply, installation, testing and commissioning


of cubicle type floor mounted L.T. panels made out of 2 mm
thick CRCA sheet including connection, inter-connection,
painting and along with TPN Aluminium bus bars as per
CPWD specifications, (Part IV-Sub-Station) and comprising
of following panel mounting switchgear etc. as required.

Signature of the tenderer -8- Dy. Manager (Corporate), HPL


MDB(Emergency), (Real Block)

A) Incomer
1 No. 125 Amp Rating 25 KA TP with NL MCCB

B) Instruments
i) A set of indication lights for phases each having 2amps SP
MCB,
ii) 1 No. Ammeter with suitable CTs voltmeter, phase
selector switches (ASS & VSS), 2 amp SP MCB for
protection.

C) Bus Bar rated at 200 amps sleeved Aluminium TPN

D) Outgoing:
5 Nos. 63 Amp rating 25 KA TP with NL MCCB Set 1

17 Fabrication, supply, installation, testing and commissioning


of cubicle type floor mounted L.T. panels made out of 2 mm
thick CRCA sheet including connection, inter-connection,
painting and along with TPN Aluminium bus bars as per
CPWD specifications, (Part IV-Sub-Station) and comprising
of following panel mounting switchgear etc. as required

MDB(Emergency), (Front Block)

A) Incomer
1 No. 160 Amp Rating 25 KA TPN MCCB

B) Instruments
i) A set of indication lights for phases each having 2amps SP
MCB,
ii) 1 No. Ammeter with suitable CTs voltmeter, phase
selector switches (ASS & VSS), 2 amp SP MCB for
protection.

C) Bus bar rated at 300 amps sleeved Aluminium TPN

D) Outgoing
2 Nos. 63 Amp rating 25 KA TPN MCCB
4 Nos. 100 Amp rating 25 KA TPN MCCB Set 1

Signature of the tenderer -9- Dy. Manager (Corporate), HPL


18 Fabrication, supply, installation, testing and commissioning
of cubicle type floor mounted L.T. panels made out of 2 mm
thick CRCA sheet including connection, inter-connection,
painting along with TPN Aluminium bus bars as per CPWD
specifications, (Part IV-Sub-Station) and comprising of
following panel mounting switchgear etc. as required.

FDB(Normal), (Real Block)

A) Incomer
1 No. 100 Amp Rating 25 KA TPN MCCB

B) Instruments
i) A set of indication lights for phases each having 2amps SP
MCB,

C) Bus Bar rated at 200 amps sleeved Aluminium TPN

D) Outgoing:
3 Nos. 63 Amp rating 25 KA TPN MCCB Set 4

19 Fabrication, supply, installation, testing and commissioning


of cubicle type floor mounted L.T. panels made out of 2 mm
thick CRCA sheet including connection, inter-connection,
painting and along with TPN Aluminium bus bars as per
CPWD specifications, (Part IV-Sub-Station) and comprising
of following panel mounting switchgear etc. as required

FDB(Emergency), (Real Block)

A) Incomer
1 No. 63 Amp Rating 25 KA TPN MCCB

B) Instruments
i) A set of indication lights for phases each having 2amps SP
MCB,

C) Bus Bar rated at 100 amps sleeved Aluminium TPN

D) Outgoing:
3 Nos. 40 Amp rating 25 KA TPN MCCB Set 4

SUBHEAD-3: Capacitor Bank

Signature of the tenderer - 10 - Dy. Manager (Corporate), HPL


20 Fabrication, supply, installing, testing and commissioning of
325 KVAR Capacitor panel, indoor type, dust and vermin
proof, with hinged and lockable doors at backside made out
of 2 mm CRCA MS sheet, including painting and complete
with interconnections with Top/Bottom entry cable gland
plates, cable glands, & having 2 Nos. 50x6 mm Al strip at
the bottom of the panel and the construction of the panel
shall be compartmentalized, easy in maintenance and with
provision of ventilation through axial flow fans system.

A. Incomer
1 No. 800 Amps TPN 45 KA MCCB

B. Bus Bars
1 set of 1200 AMP TPN sleeved Al Conductor Bus Bar and
links, mounted on DMC supported and provided with heat
shrunk sleeves.
14 Stage APFC Microprocessor based Relay – 1 No.
1 Set of phase indicating lights each backed up by 2 Amp
SP MCB

11 set of ON/OFF push buttons, with red & Green ON


indicating Lamps for each capacitor unit to indicate its
status.

1 No. 20 amp TP MCB with Capacitor duty contractor


suitable for 5 kvar capacitor unit

2 No. 32 amp TP MCB with Capacitor duty contactor


suitable for 10 kvar capacitor unit

4 No. 63 amp TP MCCB with Capacitor duty contactor


suitable for 25 kvar capacitor unit

4 No. 125 amp TP MCCB with Capacitor duty contactor


suitable for 50 kvar capacitor unit
1 No. 5 kvar Heavy Duty MPP Capacitor Bank
2 No. 10 kvar Heavy Duty MPP Capacitor Bank
4 No. 25 kvar Heavy Duty MPP Capacitor Bank
4 No. 50 kvar Heavy Duty MPP Capacitor Bank Set 1

Signature of the tenderer - 11 - Dy. Manager (Corporate), HPL


SUBHEAD-4: Cable and Terminations
21 Supply and laying and commissioning of 1100V grade
XPLE Insulated Al conductor armoured Cables along
walls/cable trays/in trenches etc. including all execution
work & sand cushioning & brick protection as per follows:

a) 3.5 x 120 sq. mm. Mtr 380

b) 3.5 x 240 sq. mm. Mtr 100

22 Supply and making end terminations with brass


compression glands for Aluminium conductor XPLE
insulated PVC sheathed armoured cables of 1100V grade as
per follow:
a) 3.5 x 120 sq. mm. Nos 24

b) 3.5 x 240 sq. mm. Nos 4

SUBHEAD-6: Battery Bank and Miscellaneous


23 Supply, installation, testing, and commissioning of battery
bank (tubular batteries) with battery charger of 40 AH
capacity at 24 volt DC with thyrister controlled charger with
float cum boost charging, indicating lights, voltmeter, with
fuses complete with interconnections housed in a single
panel mounted on a trolley duly painted, including first
charging of batteries. Set 1

24 Providing and laying in position cement concrete of 1:2:4


{cement to coarse sand to graded stone aggregate of 20 mm
size (normal)} grade and including cost of centering &
shuttering etc. complete as required for Unitized substation
equipment. Cu.M 20

25 Providing 2.45 meter high fencing with 40x40x6 mm angle,


35x6 mm flat iron placed every 1.5 meters apart (or as
required at site) embedded in cement concrete blocks
provided Posts with mesh made out of 10 SWG GI wire of
50 mm x 50 mm fitted with GI staples driven into the post,
including primer & paint as required, and having provision
of MS rod handle for lifting etc. complete as required.
Sq.M 60

Signature of the tenderer - 12 - Dy. Manager (Corporate), HPL


26 Providing and fixing of required sizes of chequered plate on
existing trench made out of 6 mm thick MS sheet and fixing
with 35 x 35 x 5mm size angle iron and 40 x 5 mm size flat
iron duly cut and welded, and grinding painting etc. as
required and having provision of MS rod handle for lifting
etc. complete as required. Sq.M. 20

27 Fabrication, supply, installation, testing and commissioning


of cubicle type floor mounted L.T. panels made out of 2 mm
thick CRCA sheet including connection, inter-connection,
painting and along with TPN Aluminium bus bars as per
CPWD specifications, (Part IV-Sub-Station) and comprising
of following panel mounting switchgear etc. as required.

MDB(Emergency), (Lift)

A) Incomer
1 No. 160 Amp Rating 25 KA TPN MCCB

B) Instruments
i) A set of indication lights for phases each having 2amps SP
MCB,
ii) 1 No. ammeter with suitable CTs voltmeter, phase
selector switches (ASS & VSS), 2 amp SP MCB for
protection.

C) Bus Bar rated at 300 amps sleeved Aluminium TPN

D) Outgoing:
5 Nos. 40 Amp rating 25 KA TPN MCCB Set 1

Earthing
28 Earthing with G.I. earth plate 600 mm X 600 mm X 6 mm
thick including accessories, and providing masonary
enclosure with cover plate having locking arrangement and
watering pipe etc. (but without charcoal or coke and salt) as
required. Set 8

Signature of the tenderer - 13 - Dy. Manager (Corporate), HPL


29 Earthing with copper earth plate 600 mm X 600 mm X 3
mm thick including accessories, and providing masonary
enclosure with cover plate having locking arrangement and
watering pipe etc. (but without charcoal or coke and salt) as
required. Set 16

30 Extra for using salt and coke for G.I. or copper plate earth
electrode as required. Set 24

31 Providing & Fixing 25 mm X 5 mm G.I. strip in 40 mm dia


G.I. pipe from earth electrode, as required. Mtr 100

32 Providing & Fixing 25 mm X 5 mm copper strip in 40 mm


dia G.I. pipe from earth electrode, as required. Mtr 150

33 Providing & Fixing 25 mm X 5 mm copper strip on surface


or recess for connections etc. as required. Mtr 50

34 Providing & Fixing 25 mm X 5 mm G.I. strip on surface or


recess for connections etc. as required. Mtr 100

35 Providing & fixing earth bus of 50 mm X 5 mm copper strip


on surface for connections etc. as required. Mtr 50

36 Supplying and spreading of stone Aggregate 20 mm normal


size in substation yard as required. Cu.M 2

37 Supplying and filling with Jamuna Sand in Cable trenches


as required. Cu.M 6

38 Excavation and road cutting for laying of Cables/ pipes


including making goods the same providing all materials
and labour as required as required as site.
Mtr. 40

39 Excavation and dismantling of road tiles/pavement slabs


etc. for laying of cables/pipes including making good the
same providing all materials all materials and labour as
required. Sqm. 100

Signature of the tenderer - 14 - Dy. Manager (Corporate), HPL


TOTAL RS. ………………………..

Signature of the tenderer - 15 - Dy. Manager (Corporate), HPL

Potrebbero piacerti anche