You are on page 1of 118

TRANSMISSION CORPORATION OF ANDHRA PRADESH LIMITED

HYDERABAD – 500 082 :: ANDHRA PRADESH.

TENDER SPECIFICATION No. EHVT-44/2008

SUPPLY OF HARDWARE AND ACCESSORIES FOR


MOOSE, ZEBRA, PANTHER ACSR CONDUCTOR AND HTGS WIRE

CHIEF ENGINEER/ CONSTRUCTION 400KV/ APTRANSCO

Web-Site: www.aptransco.gov.in

PHONE : 040-23396000 EXTN. 3842, 3527, 3583 and 3752


FAX : 040-23323565
INDEX

SECTION .NO Description Page Nos

1. Notice Inviting Bid (NIT) 1

2. Salient features of the Bid & Instructions to Bidders 5

3. General Terms & Conditions 11

4. Schedule of Requirements 41

5. Technical 42

6. Qualification Requirements 67

7. Forms 1. Bid Form 70


2. Price Schedule 71
3. Check list 72
4. Bid Security form 73
5. Permanent Bid Security form 74
6. Contract form 76
7. Performance Security form 78
8. Details to be furnished 79
9. QR &Performance Statements 80
10. Bankers Certificate 81
11. Schedule of Deviation 82
12. Declaration Form 83
13. Bank Account Details for RTGS 86

******
1

SECTION-I

TRANSMISSION CORPORATION OF A.P.LIMITED, HYDERABAD


NOTICE INVITING BIDS

1. The APTRANSCO (Transmission Corporation of A.P. Limited) invites sealed bids for the supply of
the following materials for use in the erection works of the 132 KV & 220 KV Transmission lines
under different schemes. (With two part Bidding)

Sl.No Bid Description of Material /Equipment Bid Closing time Time &
Spec. Security & date for date for
No. In Rs. submission of Opening of
Lakhs bids bids
1 EHVT - i) LOT-1: Hardware & Accessories Rs.6.82 21.11.08 at 21.11.08 at
44 / suitable for Moose ACSR Conductor 12:00 Hrs 15:00Hrs
2008
ii) LOT-2: Hardware & Accessories Rs.1.30 21.11.08 at 21.11.08 at
suitable for Zebra ACSR Conductor 12:00 Hrs 15:00Hrs

iii) LOT-3: Hardware & Accessories Rs.6.48 21.11.08 at 21.11.08 at


suitable for Panther ACSR Conductor 12:00 Hrs 15:00Hrs

iv) LOT-4: Hardware & Accessories Rs.0.34 21.11.08 at 21.11.08 at


suitable for HTGS Earthwire 12:00 Hrs 15:00Hrs

2. This specification covers the manufacture, testing and delivery FADS (Free at Destination Stores) of
the above materials.
3. Complete set of bidding documents is available on http://www.aptransco.gov.in/ Interested
eligible vendors may download the bidding documents and furnish their bids before the due date
and time. Bidders will remit Rs. 1,000/- +ST@12.36 (i.e Rs.1124/-)towards non-refundable cost
of the Bid Specification in the form of a DD / Pay Order on any scheduled Bank payable at
Hyderabad drawn in favour of the Pay Officer, APTRANSCO exclusively enclosed in a separate
cover duly superscribing on the tender cover and submit the same along with the Bids. Failure to
enclose the cost of the Bid will result in the bid being rejected and returned unopened.

4. Clearing of doubts:
If a Bidder has any doubt on any portion of this document, he should obtain the required
clarification / information from the undersigned in writing.

5. Bids must be addressed to Chief Engineer / Construction 400KV and delivered at Room No.203
‘B’ Block Vidyut Soudha on or before the time and date indicated. All bids must be accompanied
by Bid Security as indicated in the bid, unless exemption / permanent bid security is available.

6. Superscription as detailed at Salient Features of the Bid must be invariably written on the bid cover,
failing which the bid cover will be returned unopened. Late submission of bids will not be accepted.
Bids will be opened in the presence of Bidders’ representatives who choose to attend at the time and
date indicated and at the Office of the undersigned.
2

7. The bidder should be a manufacturer who must have designed, manufactured, tested and supplied at
least 40% of the material required as per the technical specification indicated in the “Schedule of
Requirements” in one continuous period of 12 months of the last five years

At least 20% of the material required as per “Schedule of Requirements”should be in


successful operation since 2 years as on the date of opening of the Bid.

8. FINANCIAL TURNOVER: Financial turnover during any one year of the last five years should
have been equal or more than 100% value of the material against the lot bided.

Reports on financial standing of the Bidder such as profit and loss statement, balance sheets
and auditor’s report for the past FIVE years, in support of financial turnover and Banker’s certificates
regarding Bank limits
.
9. Bidder shall quote for 100% of the tendered quantity of all items in the quoted lot indicated in the
“Schedule of Requirement” of bid specification, on “single responsibility basis”.

10. The bidder shall furnish the declaration that:

i) They have not been black listed in any department in A.P. due to any reasons.

ii) They have not been demoted to lower category in any department in A.P. for not filing the Bids after
buying the Bid schedules in a whole year and their registration have not been cancelled for a similar
default in two consecutive years.

iii) They will agree to get disqualified themselves for any wrong declaration in respect of the above and
get their Bid summarily rejected.

11. Income tax Certificate: Furnishing of income tax certificate is dispensed with; however the
contractor shall furnish their copy of Permanent Account Number (PAN) card and copy of latest
income tax returns submitted along with the proof of receipt.

12. Insurance: The insurance policy is to be taken in favour of employer i.e., department by the
agency at the time of concluding the agreement. It should form part of agreement. No agreement
will be concluded without insurance policy

13. The bidder should furnish the proof of registration under Value Added Tax / CST, along with Tax
payers Identification Number (TIN) from the Commercial tax department.

14. In case of discrepancy with Bid conditions in the Bid document and NIT, the condition in the Bid
document prevails

CHIEF ENGINEER
CONSTRUCTION 400KV

Phone No.:040-23396000
Extn: 3752,3583,3527,3842
Fax No.: 040-23317637
3

SECTION – II

SALIENT FEATURES OF THE BID


4

SECTION - II
SALIENT FEATURES OF THE BID

Specification No : EHVT-44/2008

Material : i) Hardware & Accessories suitable for Moose ACSR Conductor

ii) Hardware & Accessories suitable for Zebra ACSR Conductor

iii) Hardware & Accessories suitable for Panther ACSR Conductor

iv) Hardware & Accessories suitable for HTGS Earthwire

Officer to whom the bid will be addressed : Chief Engineer / Construction 400KV

Superscription on the bid cover and the outer envelope: The outer cover and inner covers of both Part-1
and Part-II of bid should invariably superscript the
details as mentioned at clause 25.3 of Section-III
i.e. General Terms and Conditions of the Contract.

Content of Bidding Documents:


The materials / equipment required, bidding procedures, and contract terms are prescribed in the bidding
documents as listed below:

I) Notice Inviting Bids.


II) Salient feature of the contract.
III) General terms and conditions of contract.
IV) Schedule of requirements (delivery Schedule)
V) Technical specification and drawings wherever necessary.
VI) Qualification Requirements
VII) Price Schedules
Sample Forms.
1. Bid Form
2. Price Schedules
3. Check List
4. Bid Security Form
5. Permanent Bid Security Form
6. Agreement to Permanent Bid Security Form
7. Contract Form
8. Performance Security Form
9. Details to be furnished by the Manufacturer
10 Qualification & Performance Statement
11. Bankers Certificate
12. Schedule of Deviations (Technical & Commercial)
13. Declaration Form

The Bidder is expected to examine all instructions, forms, terms and technical specifications
in the bidding documents. Failure to furnish all information required by the bidding documents or to
submit a bid not substantially responsive to the bidding documents in every respect will be at
Bidder's risk and may result in rejection of its bid.
5

Bidding & Qualification criteria :

The Bids are invited in TWO parts viz.,


i. Technical & Pre-qualification Bid
ii. Price Bid.

The Bidders shall submit their Bids in Two parts in separate sealed covers i.e., Part-I & Part-II separately.

PART – I : To be superscripted as “Technical & Pre-qualification Bid”. It shall contain documents relating
to all the Technical aspects as called-for in the Bid, the Pre-qualification requirements, the
financial turnover details, the Bankers letters, Taxes & Duties clearance certificates issued by
the concerned Government Authorities and the details of Bid security etc., Bid Form, check
list, details to be furnished by manufacturer, Qualification & Performance Particulars, Banker’s
Certificate, Schedule of deviations (Technical & Commercial) and Declaration Form are
mandatory to fill in and enclosed with Part-I of the Bid

PART –II : To be superscripted as “Price Bid” and shall contain only Price Schedule (to be submitted in
separate cover for each lot).

Part-I will be opened at the first instance at the time & date specified in the Notice Inviting Bids. In
case the Technical & Pre-qualification requirements are found to be adequate, the Part-II, Price Bid cover
will be opened on a date notified to all the qualified Bidders. If the Technical & Pre-qualification
requirements of any Bidder are found to be inadequate, the cover pertaining to Price Bid of such
unqualified Bidder will be returned unopened.

Last Date of Receipt of Bids : 21.11.2008 Upto 12.00 Hrs.

Date of Opening of Bids : 21.11.2008 at 15.00 Hrs.

Place of Submission of Bids : Room No. 203, ‘B’block, Vidyut Soudha

Place of Opening of Bids : Room No. 202, ‘B’ Block , Vidyut Soudha.

CHIEF ENGINEER
CONSTRUCTION 400KV
6

INSTRUCTIONS TO BIDDERS:
1.1 The successful Bidder is expected to complete the work within the time period specified in the NIT.

2. Bidders / Firms eligible to Bid:


2.0 The Bidders / Firms who
i) Possess the valid registration as mentioned in the NIT and satisfies all the conditions
therein.
ii) Are not blacklisted or debarred or suspended by the Government for what ever the
reason, prohibiting them not to continue in the contracting business
iii) Have complied with the eligibility criteria specified in the NIT are the eligible
Bidders /Firms.
2.1 Bidders / Firms ineligible to Bid:
(i) A retired officer of the Govt. of AP or Govt. of India executing works is disqualified from
Biding for a period of two years from the date of retirement without the prior permission of the
Government.
(ii) The Bidder who has employed any retired officer as mentioned above shall be considered as an
ineligible Bidder.
(iii) The contractor himself or any of his employee is found to be Gazetted Officer who retired from
Government Service and had not obtained permission from the Government for accepting the
contractor’s employment within a period of 2 years from the date of his retirement.
(iv) The Contractor or any of his employees is found at any time after award of contract, to be such
a person who had not obtained the permission of the Government as aforesaid before
submission of the Bid or engagement in the Contractor’s service.
v) Contractor shall not be eligible to Bid for works in AP Transco where any of his near relatives
are employed in the rank of Assistant Engineer or Assistant Executive Engineers and above on
the Engineering side and Assistant Accounts Officer and above on the accounts side. The
Contractor shall intimate the names of persons who are working with him in any capacity or are
subsequently employed. He shall also furnish a list of Gazetted /Non-Gazetted State
Government Employees related to him. Failure to furnish such information Bidder is liable to
be removed from the list of approved contractors and his contract is liable for cancellation.
Note: Near relatives include
Sons, step sons, daughters, and step-daughters.
Son-in-law, and daughter-in-law.
Brother-in-law, and sister-in-law.
Brothers and Sisters.
Father and Mother.
Wife / Husband.
Father-in-law and Mother-in-law
Nephews, nieces, uncles and aunts
Cousins and
Any person residing with or dependent on the contractor.

3.0 Qualification requirements of the Bidders:


3.1 The Bidder shall furnish the following particulars in the formats provided online and supported
documentary evidence shall be uploaded.

Attested copies of documents relating to the Registration of the firm, Registration as Electrical
Licensed Contractor, Partnership deed, Articles of Association, Commercial Tax Registration,
Latest Income Tax Clearance certificate /latest IT return and PAN number from IT Department etc.
7

Note:
The Partnership firms, which are registered as Contractors shall intimate the change in
partnership deed, if any, as per GO Ms No.58, I & CAD, dt.23.4.2002 within one month of such
change. Failure to notify the change to the registration authority in time will entail the firms to
forfeit their registration and their Bid will be rejected. The intimation of change of partners if
any and the acceptance by the Registration authority may be enclosed.
Availability of key personnel for administration / site management and execution viz., technical
personnel required for the work.

3.2 Bids from Joint Ventures / agents / consortiums are not acceptable. .

3.3 Qualification criteria for opening of the price bid: As per the conditions of Clause No.3.8
“Eligibility Criteria”.

3.4 Even though the Bidders meet the above qualification requirements, they are liable to be
disqualified / debarred / suspended / blacklisted if they have

3.4.1 Furnished false / fabricated particulars in the forms, statements and / annexures submitted in proof
of the qualification requirements and/or

3.4.2 Not turned up for entering into agreement, when called upon with in the time specified in the letter
of acceptance

3.4.3 Record of poor progress such as abandoning the work, not properly completing the contract,
inordinate delays in completion, litigation history or financial failures etc. and/or

3.4.4 Participated in the previous bidding for the same work and had quoted unreasonably high Bid
percentage and

3.4.5 A history of criminal record in which the Bidder is involved if any.

3.4.6 Even while execution of the contract, if found that the contract was awarded to the Contractor based
on false /fake certificates of experience, the Contractor will be blacklisted and contractor will be
taken over invoking clause 61 of PS to APSS.
3.4.7 History of litigation with Govt. during the last 5 years in which the Bidder is involved.

3.8 ELIGIBILITY CRITERIA:

A) PHYSICAL EXPERIENCE:

The bidder should be a manufacturer who must have designed, manufactured, tested and supplied at
least 40% of the material required as per the technical specification indicated in the “Schedule of
Requirements” in one continuous period of 12 months of the last five years

At least 20% of the material required as per “Schedule of Requirements” should be in


successful operation since 2 years as on the date of opening of the Bid.

Bidder shall furnish the type test reports in complete shape as per the relevant IS/IEC Standards in a
recognised laboratory approved by the Government as per the Specification and the latest revision of
Standards not earlier than 5 years from the date of opening of bids.
8

B) FINANCIAL TURNOVER:

Financial turnover during any one year of the last five years should have been equal or more than
100% value of the material against the lot bided.

Reports on financial standing of the Bidder such as profit and loss statement, balance sheets and
auditor’s report for the past FIVE years, in support of financial turnover and Banker’s certificates
regarding Bank limits.

Responsibility of correctness of the information submitted in online bid lies with bidder. If any
information furnished in the bid is proved to be false at a later date, the bid will not only be
rejected but the bidder will be BLACKLISTED.

The bids not complying with the stipulated completion period will be treated as non-responsive.
IF A BIDDER QUOTING FOR THE BIDS IS HAVING POOR PERFORMANCE IN THE PAST
AND NOT COMMENSURATE WITH THE AGREEMENT IN THE PREVIOUS, THE BID OF SUCH
BIDDER WILL NOT BE CONSIDERED FOR AWARD.
4.0 One Bid per Bidder:
4.1 Each Bidder shall submit only one Bid. A Bidder who submits more than one Bid will
cause dis-qualification of all the Bids submitted by the Bidder.

5.0 Cost of Biding


5.1 The Bidder shall bear all costs associated with the preparation and submission of his Bid and the
Bid inviting authority will in no case be responsible and liable for those costs regardless of the
contract or outcome of the bidding process.
9

SECTION – III

GENERAL TERMS AND CONDITIONS OF CONTRACT


10

SECTION – III

GENERAL TERMS AND CONDITIONS OF CONTRACT

A. Introduction
1. Definitions
1.1 In this Contract, the following terms will be interpreted as indicated:

(a) "The Contract" means the agreement entered into between the Purchaser and the Supplier, as
recorded in the contract Form signed by the Parties, including all attachments and
appendices thereto and all documents incorporated by reference therein.

(b) "The Contract Price" means the price payable to the Supplier under the Contract for the full
and proper performance of its contractual obligations.

(c) "The Materials / equipment" means all of the equipment, machinery, and/or other materials
which the Supplier is required to supply to the Purchaser under the Contract.

(d) "The Services" means those services ancillary to the supply of the Materials / equipment,
such as transportation and insurance, and any other incidental Services, such as installation,
commissioning, provision of technical assistance, training, and other such obligations of the
Supplier covered under the Contract.

(e) "GCC" means the General Terms and Conditions of Contract contained in the section.

(f) "The Purchaser" means the organization purchasing the Materials / equipment.

(g) Vendor is a supplier who has registered with the purchaser for supply of materials/equipment.

(h) "The Supplier" means the firm supplying the Materials / equipment and Services under this
Contract.

(i) "Day" means calendar day.

2. Applicability
2.1 These General Conditions of contract will apply to the extent that, they are not superseded by
provisions of Salient features of the Bid.

3(a) Standards
3.a.1. The Materials / equipment supplied under this Contract will conform to the Standards
mentioned in the Technical specifications, and, when no applicable standard is mentioned, the
authoritative standards appropriate to the Materials / equipment' i.e., BIS, such standards will
be the latest. All material will be of the best class and will be capable of satisfactory operation
under tropical conditions without distortion or deterioration.

3(b) Interchangeability:
3.b.1. All similar materials and removable parts of similar equipment will be interchangeable with each other.
A specific confirmation of this should be furnished in the bid.

4. Scope of Work:
This specification covers design manufacture, testing and delivery FADS (Free At Destination
Stores) of the materials described at Section IV and Technical Specification Section V.
11

5. Eligible Bidders:
Bidders who meet the pre-qualification requirements as on the date of Bid opening described at
section VI only need quote. Bids received from firms not meeting the above criteria will not be
considered.

B. THE BIDDING DOCUMENTS

6. Contents of Bidding Document:


6.1 The Materials / equipment required, bidding procedures, and contract terms are prescribed in the
bidding documents as listed below:

1. Notice Inviting Bid


2. Instructions to Bidders
3. General Terms and Conditions of Contract
4. Schedule of Requirements (Delivery Schedule)
5. Technical Specifications
6. Qualification Requirements
7. Sample Forms required to be duly filled in & enclosed.

6.2 The Bidder is expected to examine all instructions, forms, terms and Technical specifications in
the bidding documents. Failure to furnish all information required by the bidding documents or to
submit a bid not responsive to the bidding documents in every respect will be at Bidder's risk and may
result in the rejection of its bid.

7. Clarification of Bidding Documents


7.1 Clarification of Bidding Documents: A prospective Bidder requiring any clarification of the
bidding documents may notify the Purchaser in writing or by cable (hereinafter, the term cable is
deemed to include telex and facsimile) at the Purchaser's address. The Purchaser will respond in
writing to any request for clarification of the bidding documents, which if received not later than
fifteen (15) days prior to the deadline for the submission of bids. Written copies of Purchaser's
response (including an explanation of the query but without identifying the source of inquiry) will
be put on Website of the purchaser or intimated by mail.

8. Amendment to Bidding Documents:


8.1 At any time prior to the deadline for submission of bids, the Purchaser, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective Bidder, may modify the
bidding documents by amendment.

8.2 All such amendments also would be made available on the website of APTRANSCO and such
amendments will be binding on the respective Bidders.

8.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account
in preparing their bids, the Purchaser, at its discretion, may extend the deadline for the submission
of bids.
12

C. PREPARATION OF BIDS

9. Language of Bid:
The bid prepared by the Bidder including all correspondence and documents relating to the bid
exchanged by the Bidder and the Purchaser, will be in English.

10. Cost Associated with Bidding:


The Bidder will bear all costs associated with the preparation and submission of its bid, and the
Purchaser, will in no case be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.

11. Documents Constituting the Bid:


i. The Bid comprises the following.
(a) Bid Documents and price bid (Schedule - A). [Available online at
www.aptransco.gov.in]
(b) Qualification information and supporting documents [to be uploaded by the Bidder]
ii. Documentary evidence establishing in accordance with Clause No.19 that the Bidder is eligible to
bid and is qualified to perform the contract if its bid is accepted.

iii. Documentary evidence establishing that the Materials / equipment and ancillary services to be
supplied by the Bidder are as per the Technical specification of the bidding documents; and
iv. Bid Security in accordance with Clause No.20, and as indicated in the Bid Notification.
v. Taxes and Duties clearance certificates

vi. Schedule of Deviations


a) Commercial
b) Technical
All the Schedules will be duly filled online. Unless full details required in the schedules are
furnished the Bids will be liable for rejection. Bidders are expected to duly fill in all the schedules
and sample Forms and enclosed them to the Bid.

12. Bid Form:


12.1 The Bidder will complete the Bid form and furnish in Part-I and the Price Schedule furnished in the
Part-II, indicating the Materials / equipment to be supplied, a brief description of the Materials /
equipment, quantity and prices.

13. Bid Prices:


13.1 The prices quoted will be FIRM. Bids will be called for with prices FADS inclusive of packing and
forwarding, E.D, ST and other legally permissible duties and levies wherever applicable, handling
charges to cover the transport by road from destination railway station to site / stores, unloading &
stacking at destination and insurance (transit and storage at site for 30 days).

13.2 Even though composite price is given, the break-up for all the duties, taxes, freight, insurance,
packing and forwarding etc., will be furnished in the prescribed Price schedule.

13.3 It is the responsibility of the Bidder to inform himself of the correct rates of duties and taxes
leviable on the materials at the time of bidding.

13.4 The proforma credit available to the bidder on the purchases of inputs (raw materials) consequent to
the introduction of “MODVAT & APVAT” Scheme may be taken into account while quoting the
prices.
13

13.5 The Bidder will indicate on the appropriate Price Schedule the unit prices (where applicable) and
total bid price of the Materials / equipment it proposes to supply under the contract.
Prices indicated on the Price Schedule will be entered separately in the following manner.
The price of the Materials / equipment quoted EXWORKS and all excise and other duties and sales
and other taxes payable on the finished Materials / equipment with individual breakup for Taxes and
Duties, packing and forwarding, unloading & stacking, freight and insurance etc.

14.0 Prices are FIRM.

15. Taxes and Duties

15.1 The bidder will be entirely responsible for quoting the correct taxes and duties including Entry
tax, other local taxes or levies if any, license fees, etc., he has to incur until completion of the
contract. For the purpose of evaluation, the bidder should clearly indicate the Excise Duty, Sales
Tax and any other taxes and levies payable in the respective columns provided in the price
schedule. Failure to furnish the details as prescribed in the price schedule will be loaded as
indicated in the evaluation criteria including applicability consent and inclusive of basic price
etc.
15.2 If the rates of statutory levies assumed by the Bidder are less than the actual rates prevailing at the
time of bidding, the Purchaser will not be responsible for such errors. If the rates of statutory levies
assumed by the Bidder are later proved to be higher than the actual / correct rates prevailing at the
time of bidding, the difference will be passed on to the credit of the Purchaser.

15.3. Deemed Export Benefits: This is not applicable for this procurement.

16. Statutory Variations


Any variation up or down in statutory levy or new levies introduced after signing of the contract
under this specification will be to the account of APTRANSCO provided that in cases where
delivery schedule is not adhered to by the supplier and there are upward variation / revision after the
agreed delivered date the supplier will bear the impact of such levies and if there is downward
variation / revision the APTRANSCO will be given credit to that extent.

17. Bid Currencies:


Prices will be quoted in Indian Rupees; and will be paid in Indian Rupees Only.

18. Quantity to quote:


Bidders shall quote for total 100% quantity of the total tendered quantity of the Lot bidded for the
items indicated in the “Schedule of Requirement” of bid specification. Offers with less quantity are
liable for rejection.

19. Documents Establishing Bidder’s Eligibility and Qualifications:


The Bidder will furnish, as part of its bid, documents establishing the Bidder's eligibility to bid and
its qualifications to perform the contract if its bid is accepted.

The documentary evidence of the Bidder's qualifications to perform the contract if its bid is
accepted will establish to the Purchaser's satisfaction:

(a) That the Bidder has the financial, technical, and production capability necessary to perform the
contract;
(b) That the Bidder meets the qualification criteria listed in Section VI. In addition the Bidder may
furnish full particulars regarding supply of the material in question made so far to
APTRANSCO during the last 5 years and other reputed utilities, by duly enclosing the proof of
necessary documents.
14

19.1 Documents Establishing Materials / equipment Conformity to Bidding Documents.

The Bidder will furnish as part of its bid, documents establishing conformity to the bidding
documents of all Materials / equipment and services, which the Bidder proposes to supply under the
Contract.

The documentary evidence of conformity of the Materials / equipment and the services to bidding
documents may be in the form of literature, drawings, and data, and will consist of:

(a) a detailed description of the essential technical and performance characteristics of the Materials
/ equipment;
(b) the bidder should specifically mention about furnishing the test certificates and a specimen form
of test certificate should be furnished along with the bid.
(c) a list giving full particulars, including available sources and current prices of spare parts,
special tools etc., necessary for the proper and continuing functioning of the Materials /
equipment following commencement of the use of the Materials / equipment by the Purchaser;
and
(d) an item-by-item commentary on the Purchaser's Technical Specifications demonstrating
substantial responsive-ness of the Materials / equipment and services to those specifications, or
a statement of deviations and exceptions to the provisions of the Technical Specifications.
(e) For purposes of the commentary to be furnished pursuant to above, the Bidder will note that
standards for workmanship, material, and equipment, as well as references to brand names or
catalogue numbers designated by the Purchaser in its Technical Specifications, are intended to
be descriptive only and not restrictive. The Bidder may substitute alternative standards, brand
names, and/or catalogue numbers in its bid, provided that it demonstrates to the Purchaser's
satisfaction that the substitutions ensure substantial equivalence to those designated in the
Technical Specifications.

20. Bid Security

20.1 The Bidder shall furnish, as part of its bid, a Bid Security for an amount as indicated in the Bid
Notice. This amount should be paid by way of a crossed demand draft drawn on any schedule bank
in favour of the Pay Officer APTRANSCO and payable at headquarters of the Purchaser. The
crossed DD should invariably be furnished along with the bids. Alternatively the bidders may
furnish a B.G. in original in lieu of DD as per the proforma attached. Fax / photocopies of the bid
security will not be accepted and will be rejected.

20.2 The fact of having enclosed bid security by DD / B.G. along with the bid or the fact of the bidder
having permanent bid security should be clearly super scribed on the bid envelope.

Bids, which do not have the above superscription, will be rejected and returned to the respective
bidders unopened.

20.3 Submission of BID SECURITY by way of cheque, cash, money order, call deposit will not be accepted
and will be considered as disqualification.

20.4 The Bidder may deposit with the APTRANSCO a fixed deposit of Rupees Two lakhs fifty thousand
(Rs.2,50,000/-) as BID SECURITY in the shape of cash, Government Securities or in the form of
Bank Guarantee in lieu of cash, valid for a period of three years constituting the said sum as security
for the due compliance with the obligation undertaken in the bids submitted by the Bidders and
obtain Permanent Bid security Certificate. No interest will be payable on such amount. Such
Bidders will be entitled to submit their Bids and to have them considered without payment of BID
SECURITY with each Bid separately. They need only refer to the Lr. No. in which the B.G. was
accepted and the B.G. No., Date and the validity of the B.G.
15

20.5 Payment of BID SECURITY will be waived at the discretion of the APTRANSCO in the case of
fully owned Government undertaking of the Central or State Government. Such undertakings
should immediately apply and obtain exemption before submitting their Bids. They need only
refer to the details of such exemption in their Bids. Exemption accorded by any organization
other than APTRANSCO will not be considered.

20.6 Manufacturers registered as S.S.I. Units with industries Department, Government of Andhra
Pradesh are exempted from payment of BID SECURITY. They should apply in advance and
obtain exemption from the concerned Purchaser well before submitting the Bid. They need to
refer to the details of such exemptions in their bids.

20.7 Requests for exemption from payment of BID SECURITY will not be entertained in any other
cases.

20.8 Any bid not secured as above will be rejected by the Purchaser.

20.9 Unsuccessful Bidders' Bid Security will be discharged or returned as promptly as possible but not
later than thirty (30) days after the expiration of the period of bid validity prescribed by the
Purchaser.

20.10 The successful Bidder's Bid Security will be discharged upon the Bidder signing the contract.

20.11 The Bid Security may be forfeited:


(a) if a Bidder:
i) Withdraws its bid or alters its prices during the period of bid validity specified by the
Bidder on the Bid Form, or
ii) Does not accept the correction of errors pursuant to Clause No.30.2; or
iii) Offers post Bid rebates, revisions or deviations in quoted prices and / or conditions or any
such offers which will give a benefit to the Bidder over others will not only be rejected
outright but the original Bid itself will get disqualified on this account and the Bidder’s BID
SECURITY will be forfeited.

(b) In the case of a successful Bidder, if the Bidder fails:

i. To sign the contract in accordance with Clause No.38.


ii. To furnish performance security in accordance with Clause No.39.

20.12 In cases where the Bid Cover Contains superscription of having furnished Bid Security by way of
DD/BG and cost of specification by way of DD, but if the same are not found within, such Bids will
be rejected and bidder will run the risk of being banned.

21. Period of Validity of Bids.


21.1 Bids will remain valid for the period of ninety (90) days from the date of bid opening prescribed by
the Purchaser. A bid valid for a shorter period will be rejected.
The bidders should clearly super scribe on the sealed envelopes of the bids about the validity. Bids
not containing superscription of validity will be rejected and returned unopened.

21.2 In exceptional circumstances, the Purchaser may solicit the Bidder's consent to an extension of the
period of validity. The request and the responses there to will be made in writing (or by cable). The Bid
Security provided under Clause No.20 will also be suitably extended. A Bidder may refuse the request
without forfeiting its Bid Security.
16

22. Tax Clearance Certificates:

22.1 Copies of Excise Duty, Income Tax, Sales Tax and Turnover Tax certificates for the latest period
from the appropriate authority will invariably be enclosed to the bid. In the case of proprietary or
partnership firm it will be necessary to produce the certificate / certificates for the proprietor or
proprietors and for each of the partners as the case may be. If the Bidder has already produced the
certificate during the calendar year in which the bid is made, it will be sufficient, if particulars are
given.

23. Service Conditions

23.1 The equipment / materials offered will be entirely satisfactory for operation under the system and
climatic conditions indicated in Annexure-I.

23.2 Due consideration will be given to any special devices or attachments put forward by the Bidder
which are calculated to enhance the general utility and the safe and efficient operation of the
equipment / materials.

24. Signing of Bid.

24.1 The Bidder will prepare an original and two more copies of the bid for Two parts, as detailed in the
‘Salient Features’ section, clearly marking each "ORIGINAL BID" and "COPY OF BID", as
appropriate. In the event of any discrepancy between them, the original will govern.

24.2 The original and the copies of the bid will be typed and will be signed by the Bidder or a person or
persons duly authorized to bind the Bidder to the contract. The person or persons signing the bid
will initial all pages of the bid, except for printed literature.

24.3 Any interlineations, erasures, or overwriting will be valid only if they are initialed by the person or
persons signing the bid.
17

D. SUBMISSION OF BIDS

25. Sealing and Marking of Bids.

25.1 The Bidder will seal the original and each copy of Two parts of the Bid as detailed in the
‘Salient Features’ section, in separate envelopes, duly marking envelopes as "ORIGINAL" and the
"COPY". The envelopes will then be sealed in an outer envelope. In addition a soft copy of the entire
Bid with price schedule in MS-Excel format should be enclosed to the original Bid.

25.2 The inner and outer envelopes will:


(a) Be addressed to the Purchaser.
(b) The sealed cover as well as outer envelop should be super scribed as noted below

25.3 The sealed cover as well as the outer envelope should be super scribed as follows:
(Mandatory)
(a) Registration no. of the vendor (if registered).
(b) Bid Enquiry No.
(c) Due date and time for submission.
(d) Date and time for opening.
(e) Payment towards cost of Bid Specification Rs._____ DD No.___ Dt.______
(f) Payment of Bid Security
(i) If paid, give details: D.D. No. Date: / details of B.G._____ Name of Bank &
Branch
(ii) Mention if Permanent Bid Security is available: (Specify the APTRANSCO’s
approval Lr.No. date and validity)
(iii) If not paid or exempted, give details.
(g) Whether 90 days validity offered……….YES / NO
(h) Whether the quotation is made accepting Payment terms clause …. YES/NO
(i) Whether the delivery is as per delivery schedule indicated…. YES/NO
(j) Whether the sample (if specified) has been enclosed/ sent…YES/NO
(k) Whether all the necessary documents related to pre-qualification requirements enclosed
……………YES / NO

Bids not super scribed as above are liable to be rejected.


The Bidder will invariably complete the Bid in full. Details to be furnished by the bidder and
Schedule of Prices attached to the specification and enclose the same to the bid without fail.

25.6 The time of actual receipt in the office only will count for the acceptance of the bid and either the
date of bid, date stamp of post office or date stamp of any other office will not count. The
APTRANSCO will not be responsible for any postal or any other transit delays.

25.7 Telegraphic quotations will not be entertained under any circumstances. Clarification,
modifications, and / or any other correspondence from the Bidder subsequent to the opening of bid
will not be entertained. The Bidders are advised to ensure that their bids are sent in complete shape
at the first instance itself.

25.8 The inner envelopes will also indicate the name and address of the Bidder.

25.9 If the outer envelope is not sealed and marked as required above, the Purchaser will assume no
responsibility for the bid's misplacement or premature opening.
18

26. Deadline for Submission of Bids.


26.1 Bids together with modifications if any, or other withdrawals must be received by the Purchaser not
later than the deadline for submission of bids specified in the Salient features of the Bid.

26.2 The Purchaser may, at its discretion, extend this deadline for the submission of bids by amending
the bidding documents in which case all rights and obligations of the Purchaser and Bidders
previously subject to the deadline will thereafter be subject to the deadline as extended.

27. Late Bids


27.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the
Purchaser will be rejected and returned unopened to the Bidder.

27.2 Modification and Withdrawal of Bids.

The Bidder may modify or withdraw its bid after the bid's submission, provided that written notice
of the modification, including substitution or withdrawal of the bids, is received by the Purchaser
prior to the deadline prescribed for submission of bids.
The Bidder's modification or withdrawal notice will be prepared, sealed, marked, and dispatched. A
withdrawal notice may also be sent by cable, but followed by a signed confirmation copy,
postmarked not later than the deadline for submission of bids. No bid may be modified after the
deadline for submission of bids.

No bid may be withdrawn in the interval between the deadline for submission of bids and the
expiration of the period of bid validity specified. Withdrawal of a bid during this interval may result
in the forfeiture of its Bid Security.

27.3.1 Intending bidders can contact office of the Chief Engineer / Construction 400 kV / APTRANSCO
for any clarification / information on any working day during working hours.

E. OPENING AND EVALUATION OF BIDS

28. Opening of Bids by the Purchaser

28.1 The Purchaser will open all the part-I bids meeting above criteria in the presence of Bidders'
authorized representatives who choose to attend, at the time, on the date, and at the place specified.
The representatives who are present will sign a register evidencing their attendance. In case the
Technical, Financial & Pre-qualification requirements are found to be adequate and as required after
the examination of the Part-I Bids, the covers pertaining to Price Bid (Part-II) will be opened on a
date notified only to the qualified Bidders.

28.2 The Bidders' names, bid modifications or with-drawls, bid prices, discounts, and the presence or
absence of requisite Bid Security and such other details as the Purchaser, at its discretion, may
consider appropriate, will be announced at the opening.

Bids that are not opened at bid opening will not be considered further for evaluation, irrespective of
the circumstances.

If the Technical, Financial & Pre-qualification requirements are found to be inadequate, the covers
containing ‘Price Bid’ of such unqualified Bidders will be returned unopened.
19

29. Clarification of Bids

29.1 During evaluation of the bids, the Purchaser may, at its discretion, ask the Bidder for a clarification
of its, bid. The request for clarification and the response will be in writing, and no change in the
prices or substance of the bid will be sought, offered, or permitted.

30. Preliminary Examination

30.1 The Purchaser will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished,
whether the documents have been properly signed, and whether the bids are generally in
order.

30.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the
unit price and the total price that is obtained by multiplying the unit price and quantity, the unit
price will prevail, and the total price will be corrected. If the Supplier does not accept the
correction of the errors, its bid will be rejected, and its Bid Security may be forfeited. If there is a
discrepancy between words and figures, the amount in words will prevail. If the supplier does not
accept the correction of the errors, its bid will be rejected and its Bid Security may be forfeited. In
case of a discrepancy between soft copy and hard copy, the entries in hard copy will prevail.

30.3. The Purchaser may waive any minor informality, nonconformity, or irregularity in bid which
does not constitute a material deviation, provided such waiver doesn't prejudice or affect the
relative ranking of any Bidder.
Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness of each
bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one,
which conforms to all the terms and conditions of the bidding documents without material
deviations. Deviations from, or objections or reservations to critical provisions, such as those
concerning Bid Security, and Taxes and Duties will be deemed to be a material deviation. The
Purchaser's determination of a bid's responsiveness is to be based on the contents of the bid itself
without recourse to extrinsic evidence.

30.5. If a bid is not substantially responsive, it will be rejected by the Purchaser and may not
subsequently be made responsive by the Bidder by correction of the nonconformity.

31. Evaluation and Comparison of Bids.


31.1 The Purchaser will evaluate and compare the Technical & Pre-qualification Bids (Part-I), which
have been determined to be Substantially responsive. In case the Technical, Financial & Pre-
qualification requirements are found to be adequate and as required after the examination of the
Part-I Bids, the covers pertaining to ‘Price Bids’ (Part-II) will be opened on a date notified only to
the qualified Bidders.

31.2 The Purchaser's evaluation of a bid will take into consideration one or more of the following factors

All the bids, which are opened, read out and considered for evaluation will be checked for
qualification requirements in respect of technical and commercial aspects. Such of the bids, which
do not meet the qualification requirements, will not be evaluated further. The bid is to be checked
for its conformity to the technical specification. If it does not meet the technical specification, the
Bid will not be evaluated further. However, if in the opinion of the purchaser the bidder has offered
equipment / material better than the technical specification the same may be considered.
20

The bid may be rejected for the following reasons:

i. Not in the prescribed form


ii. Insufficient bid security or bid not accompanied by the required bid security or proof
of permanent bid security / exemption
iii. Bids not properly signed
iv. The bidder is a vendor who is banned from further business transactions and the
period of ban is still in force.
v. Bid received after the due date and time
vi. The bid is through telegram or fax

● Further, the purchaser may enquire from the bidder in writing for any clarification of the bid. The
response of the bidder will also be in writing. However no change in the prices or substance of the
bid will be sought, offered or permitted.

● Bids will be examined for completeness and for any computational errors.

Arithmetical errors will be rectified on the following basis.


● Where there is a discrepancy between the unit price and total price, the unit price will prevail and
the total price will be corrected accordingly.

● Where there is a discrepancy between words and figures, the amount in words will prevail.

● If there is a discrepancy between the soft copy and the hard copy, the hard copy will prevail.

● If the bidder does not attest any overwriting in the price column such Bids will be rejected.

● Failure on the part of the bidder to agree to the above corrections will result in rejection of his offer
and forfeiture of his bid security.

● It will be ensured that the required sureties have been furnished and that the documents have been
properly signed.

● The purchaser's evaluation of a bid shall take into consideration one or more of the following
factors

(a) Delivery schedule offered in the bid;


(b) Deviations in payment schedule from that specified in the general terms and conditions of
the contract and technical deviations.
(c) The cost of components, mandatory spare parts, and service;
(d) The availability of spare parts and after-sales services for the equipment offered in the Bid;
(e) The projected operating and maintenance costs during the life of the equipment;
(f) The performance and productivity of the material offered;
(g) Other specific criteria indicated in the Bidding documents.
21

In addition to the Purchaser’s evaluation of a bid will take into account the net landed cost of the
material at the final destination. For the purpose of evaluation net landed cost is arrived at by adding
all elements of the basic price, allowable discount, excise duty, sales tax & any other levies, packing
& forwarding, freight charges, insurance (transit & storage) as quoted by the bidder, unloading and
stacking at final destination, servicing and other charges as called for.

In addition any variation up or down in taxes and duties / new levies introduced subsequent to bid
opening and before award will be considered for comparison purposes.

The following criteria may be adopted for taxes and duties for evaluation

• Where there is an exemption of ED / CST / VAT, the documentary evidence to that effect will be
enclosed by the supplier.

● Prior to detailed evaluation, the responsiveness of each bid will be determined. A substantially
responsive bid is one that conforms to all the terms and conditions of the bidding documents
without material deviations. For this purpose superscription, qualification requirement, bid security,
validity, delivery, payment term, price schedule, taxes and duties will be deemed to be the critical
provisions and deviations in any one of these items will be deemed to be a material deviation.

31.4. A substantially responsive bid is one, which conforms to all the terms and conditions of the bidding
documents without material deviations. For this purpose superscription, qualification requirement,
bid security, validity, delivery, payment term, price schedule, submission of Types test certificates
(as per Clause 4 section VI), taxes and duties will be deemed to the critical provisions and
deviations in any one of these things will be deemed to be a material deviation.

32. Contacting the Purchaser.

32.1 From the time of the bid opening to the time of contract award, if any Bidder wishes to contact
the Purchaser on any matter related to the bid, it should do so in writing.

32.2 Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation, bid
comparison, or contract award will result in the rejection of the Bidder's bid.
22

F. AWARD OF CONTRACT.

33. Post Qualification

33.1 In the absence of pre-qualification, the Purchaser will determine to its satisfaction whether the
Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to
perform the contract satisfactorily.

33.2 The determination will take into account the Bidder's financial, and production capabilities. It will
be based upon an examination of the documentary evidence of the Bidder's qualification submitted
by the Bidder, as well as such other information as the Purchaser deems necessary and appropriate.

34. Award Criteria:


34.1 The Purchaser will award the contract to the successful Bidder / Bidders whose bid has / have been
determined to be substantially responsive.

Negotiation if necessary would be held limiting to L4 only and specified quantities will be ordered
on different firms to meet the requirements of the APTRANSCO.

Where negotiations are held, the following pattern of distribution of quantities will be adopted when
orders are placed with more than one firm subject to their manufacturing capacities.

The following pattern of distribution of quantities will be adopted while placing orders and at the
same price.

I. When the sources of supply are two Percentage distribution


Between L1 & L2
a. When there are two identical L1 offers 50: 50
b. When both L1 and L2 are industries in 70: 30
The private sector
c. When L2 is an undertaking or joint 60 : 40
Venture of Govt. of AP/Central Govt.
II. In case of three sources 50 : 30 : 20
III. In case of four sources 50 : 25 : 15 : 10
However it is not binding on APTRANSCO to accept the lowest or any other Bid. It reserves the
right to place orders on different Bidders.

34.2 Placing of Trial Orders:


Trial Orders can be placed on Bidders whose bids are technically qualified only.
However, for placing the trial orders their Quoted FOR Destination Price shall be lower by at least
5% of the L1 price (which is technically & commercially
qualified). Apart from this, the Bidder, seeking the Trial Order, shall pass on any advantages on
account of the duties & taxes to APTRANSCO.

35. Purchaser’s Right to Vary Quantities at Time of Award


35.1 The Purchaser reserves the right at the time of contract award to increase or decrease the
quantity of Materials / equipment and services originally specified in the Schedule of Requirements
without any change in unit price or other terms and conditions.
23

35.2 The purchaser reserves the right to vary the ordered quantity by +/- 25% during the execution
of the contract.

36. Purchaser's Right to Accept Any Bid and to Reject Any or All Bids.
36.1 The purchaser will have the right to accept or reject any bid, and to annul the bidding process and
reject all bids at any time prior to contract award, without thereby incurring any liability to the
affected bidder or bidders. The purchaser will inform the affected bidder / bidders of its reasons

37. Notification of Award


37.1 Prior to the expiration of the period of bid validity, the Purchaser will notify the Successful Bidder
in writing by registered letter or by cable, to be confirmed in writing by registered letter, that its bid
has been accepted.

37.2 The notification of award will constitute the formation of the Contract.

37.3 Upon the successful Bidder's furnishing of the performance security, the Purchaser enters into
contract with successful Bidder / Bidders. The Purchaser will notify each unsuccessful Bidder and
will discharge its Bid Security.

37.4 The supplier will have to predefine the Bank Account details after receipt of LOI and before
entering into contract for electronic transfer of payment.

38. Signing of Contract:


The Purchaser notifies the successful Bidder that its bid has been accepted. Within 30 (thirty days)
of receipt of notification of award of Contract, the successful Bidder will sign and date the contract.
Failure to comply with this stipulation will entail cancellation of the contract besides forfeiture of
the bid security.

39. Performance Security:

39.1 Within Fifteen (15) days of receipt of the notification of Contract award, the successful Bidder will
furnish to the Purchaser the performance security for an amount 10% of the contract value for
proper fulfillment of the contract, which will include the warranty period, and completion of
performance obligations including Warranty obligations. The Performance Security will cover 60
days beyond the date of completion of performance obligations including Warranty obligations.
In the event of any correction of defects or replacement of defective material during the warranty
period, the warranty for the corrected / replaced material will be extended to a further period of 12
months and the Performance Bank Guarantee for proportionate value will be extended 60 days over
and above the extended warranty period.

39.2 The proceeds of the performance security will be payable to the Purchaser as compensation for any
loss resulting from the Supplier's failure to complete its obligations under the Contract.

39.3 The performance security will be…

(a) A bank guarantee issued by a scheduled/Nationalised bank acceptable to the Purchaser, in


the form provided in the bidding documents.

(b) A banker's cheque or crossed DD or Pay Order payable at the Head quarter of the Purchaser
in favour of the Purchaser drawn on any scheduled bank/Nationalised.
24

39.4 The performance security will be discharged by the Purchaser and returned to the Supplier not
later than sixty (60) days after the expiry date.

39.5 In case of local SSI units of earlier proven performance, the purchaser at its discretion may accept
Permanent Performance Security B.G. for Rs.2 lakhs valid for 3 years initially in lieu of 10%
Performance Security.

39.6.1 Failure of the successful Bidder to comply with the above requirement will entail cancellation of the
award and forfeiture of the Bid Security.

40. Corrupt or Fraudulent Practices


It is essential that the Purchaser as well as Bidder / supplier / contractor for the purposes of this
provision, the terms set forth below as follows:

(i) “Corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to
influence the action of a public official in the procurement process or in contract execution, and

(ii) “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement


process or the execution of a contract to the determinant of the purchaser, and includes
collusive practice among Bidders (prior to or after bid submission) designed to establish bid
prices at artificial non-competitive levels and to deprive the purchaser of the benefits of free
and open competition;

(iii) Will reject a proposal for award if it determines that the Bidder recommended for award has
engaged in corrupt or fraudulent practices in competing for the contract in question;

(iv) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded
a contract if it at anytime determines that the firm has engaged in corrupt or fraudulent
practices in competing for, or in executing, a contract.

41. Use of Contract Documents and Information:


41.1 The Supplier will not, without the Purchaser's prior written consent, disclose the Contract, or any
provision thereof, of any specification, plan, drawing, pattern, sample, or information furnished by
or on behalf of the Purchaser in connection therewith, to any person other than a person employed
by the Supplier in the performance of the Contract. Disclosure to any such employed person will be
made in confidence and will extend only so far as may be necessary for purposes of such
performance.

41.2 The Supplier will not, without the Purchaser's prior written consent, make use of any document or
information except for purposes of performing the Contract.

41.3 Any document, other than the Contract itself, will remain the property of the Purchaser and will be
returned ( in all copies) to the Purchaser on completion of the supplier's performance under the
Contract if so required by the Purchaser.
41.4 The Supplier will permit the Purchaser or his authorized representative to inspect the Supplier’s
accounts and records relating to the performance of the Supplier and to have them audited by
auditors appointed by the Supplier.

42. Patent Rights


42.1 The Supplier will indemnify the Purchaser against all third-party claims of infringement of patent,
trademark, or industrial design rights arising from use of the Materials / equipment or any part
thereof.
25

43. Places / Locations:


43.1 Particulars of site location and nearest rail heads to which the equipments / material have to be
supplied will be given to successful Bidders. However, it may please be noted that the destinations
for supply of materials will be any where in Andhra Pradesh.

44. Delivery:
44.1 Delivery period will be reckoned from the date of receipt of purchase order. The delivery quoted
will be firm, definite, unconditional and on the basis of receipt of materials at destination in good
condition without any bearing on the procurement of raw materials or any similar prerequisites.
The commencement date and date of delivery will be indicted. The preferred delivery time, which is
the essence of this specification, is indicated in the schedule of requirements. Final deliveries are
however, subject to confirmation at the time of Contract. Delay in delivery of materials FADS –
(Free At Destination Store) due to non-availability of railway booking, non-allotment of wagons
and any such reasons will not be considered. It is the responsibility of the supplier to make
alternative arrangements for transporting the materials by road or rail so as to see that the material
reaches the destination within the stipulated period.

The Purchaser reserves its right to defer the delivery date at any time after orders are placed without
any change in the conclusion of contract other conditions supply. The delivery period, which will
be reckoned from the date of the Contract, will be guaranteed under penalty as in Clause 58.

45. Inspections and Tests

(i) The supplier will keep the Purchaser informed in advance of the time of the starting and the
progress of manufacture of equipment in its various stages so that arrangement could be
made for inspection. The accredited representative of the APTRANSCO will have access to
the supplier’s or his subcontractor’s work at any time during working hours for the purpose
of inspecting the materials during manufacturing of the materials / equipment and testing and
may select test samples from the materials going into plant and equipment. The supplier will
provide the facilities for testing such samples at any time including access to drawings and
production data at no charge to Purchaser. As soon as the materials are ready the supplier
will duly send intimation to APTRANSCO by Regd. Post and carry out the tests in the
presence of representative of the APTRANSCO.

(ii) The APTRANSCO may at its option get the materials inspected by the third party if it feels
necessary and all inspection charges in this connection will be borne by the supplier.
(iii) The dispatches will be affected only if the test results comply with the specification. The
dispatches will be made only after the inspection by the APTRANSCO Officer is completed to
the APTRANSCO satisfaction or such inspection is waived by the competent authority.

(iv) The acceptance of any quantity of materials will in no way relieve the supplier of its
responsibility for meeting all the requirements of this specification and will not prevent
subsequent rejection if such materials are later found to be defective.

(v) The supplier will give 15 days advance intimation to enable the Purchaser depute his
representative for witnessing the acceptance and routine tests.

(vi) Should any inspected or tested materials / equipment fail to conform to the specification, the
Purchaser may reject the materials and supplier will either replace the rejected materials or make
alterations necessary to meet specifications requirements free of costs to the Purchaser.

(vii) After supply of the materials to the destination stores samples will be collected at random to
establish that the guaranteed technical parameters are as per the submitted bid by the supplier. In
the case of non-adherence, the purchaser may take suitable action on the supplier including
cancellation of vendor registration and banning further dealings, depending on the gravity of the
deviation. These random inspections may be entrusted to a third party.
26

46. Name Plate:


Equipment should be provided with name plate giving full details of manufacture, capacities and
other details as specified in the relevant ISS or other specification stipulated. The contract Number
and date and year of supply and the words “APTRANSCO” must be etched on the nameplate.

47. Packing
47.1 The Supplier will provide such packing of the Materials / equipment as is required to prevent their
damage or deterioration during transit to their final destination, as indicated in the Contract. The
packing will be sufficient to withstand, without limitation, rough handling during transit and
exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packing
case size and weights will take into consideration, where appropriate, the remoteness of the
Materials / equipment' final destination and the absence of heavy handling facilities at all points in
transit.

47.2 The packing, marking, and documentation and outside the packages will comply strictly with
such special requirements as will be expressly provided for in the Contract and in any
subsequent instructions ordered by the Purchaser. The supplier will be required to make
separate packages for each consignee, each package will be marked on three sides with proper
paint / indelible ink with the following;

1. Contract Number
2 Supplier’s name
3 Packing list reference number

47.3 The supplier, whenever dispatches material to a destination should prepare the following
information in the form of packing slip in quadruplicate and send the same to the consignee and
obtain his acknowledgement. The consignee will return to the supplier one copy of the packing slip
with his remarks. The proforma of packing slip will be as follows:

PACKING SLIP

1. Contract No.& Date.


2. Quantity allotted to the stores and rate applicable.
3. Quantity so far supplied to the stores and the rate applied.
4. Quantity now supplied and the rate applied.
5. Total quantity supplied under the Contract with rates applied.
6. Programme for supplying the balance quantity to the Stores.

48. Delivery Documents


48.1 Delivery of the Materials / equipment will be made by the Supplier in accordance with the terms
specified in the contract.

The latest test certificates containing the result of the tests as per the relevant ISS or other
specification stipulated must be submitted to the Chief Engineer and got approved by him, for
obtaining the dispatch instructions.

48.2 Documents to be submitted by the Supplier are specified as under…

(i) Insurance certificate;


27

(ii) Supplier’s certificate certifying that the defects if any pointed out during inspection have
been rectified (3 copies).
(iii) Manuals in Six sets and one set of reproducible drawings.

The Purchaser will receive the above documents soon after the dispatch of materials and if not
received, the supplier will be responsible for any consequent expenses.

49. Insurance
49.1 The Materials / equipment supplied under the Contract will be fully insured against loss or damage
incidental to manufacture or acquisition, transportation and delivery and also storage for 30 days at
destination stores.

The insurance will be in an amount equal to 100% FADS value of Materials / equipment on all risks
basis. The policy will have a provision for extension to cover further storage if necessary at
destination stores / site at APTRANSCO cost. The supplier will take the insurance cover in the
name of purchaser.

49.2 The Bidder shall a) Initiate and pursue insurance claim till settlement, and b) Promptly arrange for
repair and/or replacement of any damaged items in full irrespective of settlement of insurance claim by
the under writers. c) All costs because of insurance liabilities covered under the contract will be to
supplier's account. The supplier shall provide the Purchaser with a copy of all insurance policies and
documents taken out by him in pursuance of the 'Contract'. Such copies of documents shall be
submitted to the purchaser immediately after such insurance coverage. The supplier shall also inform
the Purchaser in writing at least sixty (60) days in advance, regarding the expiry, cancellation and/or
change in any of such documents and ensure revalidation/renewal etc., as may be necessary well in
time. '.

The risks that are to be covered under the insurance shall be comprehensive and shall include but
not limited to, the loss or damage in transit, storage, due to theft, pilferage, riot, civil commotion,
weather conditions, accident of all kinds, fire, flood, war risk (during ocean transportation) bad or
rough handling etc. The scope of such insurance shall cover the entire contract value

50. Transportation

50.1 The Supplier is required under the Contract to transport the Materials / equipment to a
specified place of destination defined as normally the TLC stores, transport to such place of
destination, including insurance and storage, will be arranged by the Supplier, and the related
costs will be included in the Contract Price only.

51. Incidental Services


51.1 The Supplier may be required to provide any or all of the following services, including additional
services, if any.

(a) Performance or supervision of on-site assembly and/or start-up of the supplied Materials /
equipment;

(b) Furnishing of tools required for assembly and/or maintenance of the supplied Materials /
equipment;

(c) Furnishing of a detailed operations and maintenance manual for each appropriate unit of the
supplied Materials / equipment;

(d) Performance or supervision or maintenance and/or repair of the supplied Materials /


equipment, during warranty period, provided that this service will not relieve the Supplier of
any warranty obligations under this contract; and
28

52. Spare Parts


52.1 The Supplier may be required to provide any or all of the following materials, notifications, and
information pertaining to spare parts manufactured or distributed by the Supplier.

a. Such spare parts as the Purchaser may choose to purchase from the Supplier, provided that this
selection will not relieve the supplier of any warranty obligations under the contract; and
b. In the event of termination of production of the spare parts:
c. Advance notification to the Purchaser of the impending termination.
d. Time to permit the Purchase to procure needed requirement; and following such termination,
furnishing at no cost to the Purchaser, the blueprints, drawings, and specifications of the spare
parts, if requested.

53. Warranty

53.1 The supplier will warrant for the satisfactory functioning of the material / equipment as per
specification for a minimum period of 18 months from the date of receipt of the material / equipment in
good condition.

53.2 The Supplier warrants that the Materials / equipment supplied under the Contract are new, unused, of
the most recent or current models, and that they incorporate all recent improvements in design and
materials unless provided otherwise in the Contract. The supplier further warrants that all Materials /
equipment supplied under this Contract will have no defect, arising from a design and / or materials as
required by the Purchaser's specifications or from any act of omission of the Supplier, that may develop
under normal use of the supplied Materials / equipment.

53.3 All the material will be of the best class and will be capable of satisfactory operation in the tropics
under service conditions indicated in Annexure-I without distortion or deterioration. No welding
filling or plugging of defective parts will be permitted, unless otherwise specified, they will conform to
the requirements of the appropriate Indian, British or American Standards. (Where a standard
specification covering the material in question has not been published, the standards of the American
Society for testing of Materials should be followed).

53.4 The entire designs and construction will be capable of withstanding the severest stresses likely to occur
in actual service and of resisting rough handling during transport.

53.5 Unless otherwise specified the warranty period will be 18 months from the date of acceptance of the
Materials / equipment. The Supplier will, in addition, comply with the performance guarantees
specified under the contract. If, for reasons attributable to the Supplier, these guarantees are not
attained in whole or in part, the supplier will at its discretion either, make such changes, modifications,
and/or additions to the Materials / equipment or any part thereof as may be necessary in order to attain
the contractual guarantees specified in the contract at its own cost and expense and to carry out further
performance tests as per the relevant standards.

53.6 The Purchaser will promptly notify the supplier in writing of any claims arising under this warranty.

53.7 "Upon receipt of such notice, the Supplier will within 30 days repair or replace the defective Materials /
equipment or parts thereof, free of cost at the ultimate destination. The supplier will take over the
replaced parts/Materials / equipment at the time of their replacement. No claim whatsoever will lie on
the Purchaser for the replaced parts/Materials / equipment thereafter". In the event of any correction of
defects or replacement of defective material during the warranty period, the warranty for the
corrected/replaced material will be extended to a further period of 12 months.
29

53.8 If the Supplier, having been notified, fails to remedy the defect(s) within the above period, the
Purchaser may proceed to take such remedial action as may be necessary, at the Supplier's risk and
expense duly deducting the expenditure from subsequent bills / bank guarantee and without prejudice
to any other rights which the Purchaser may have against the Supplier under the Contract.

54. Payment

54.1 100% payment will be arranged within 45 days reckoned from the date of receipt of materials
in good conditions (i.e. check measurement date in Form-13) at the destination / stores duly
transferring the said amount to the bank account of the supplier by the purchaser bank. The
supplier will have to predefine the Bank details while entering into contract.

54.2 The 100% payment mentioned above is subject to on submission of performance security as per
Clause 39 by the supplier.

54.3 The supplier should invariably submit test certificates and other documents immediately as soon as
the inspection is completed so that they can be checked and approved ad dispatch clearance will be
given in time.

54.4 The performance guarantee to be executed in accordance with this specification will be furnished on
a stamp paper of value Rs.100/-. The Bank Guarantee will be extended if required suitably, in
accordance with the provisions of Clause No. 39.

54.5 If the supplier has received any over payments by mistake or if any amounts are due to the
APTRANSCO due to any other reason, when it is not possible to recover such amounts under
the contract resulting out of this specification, the APTRANSCO reserves the right to collect the
same from any other amount and / or Bank Guarantees given by the company due to or with the
APTRANSCO.

54.6 When the supplier does not at any time, fulfill his obligations in replacing / rectifying etc. of the
damaged / defective materials in part or whole promptly to the satisfaction of the APTRANSCO
Officers, the APTRANSCO reserves the right not to accept the bills against subsequent
dispatches made by the supplier and only the supplier will be responsible for any demurrages,
wharf ages or damage occurring to the consignments so dispatched.

55. Prices
55.1 Prices charged by the Supplier for Materials / equipment delivered and Services performed under
the Contract will not vary from the prices quoted by the supplier in its bid with the exception of any
price adjustment authorized in the Contract.

56. Change Orders


56.1 The Purchaser may at any time, by a written order given to the Supplier make changes within the
general scope of the Contract in any one or more of the following:

(a) Drawings, designs, or specifications, where Materials / equipment to be furnished under the
Contract are to be specifically manufactured for the Purchaser;
(b) The method of shipment or packing;
(c) The place of delivery; and/or
(d) The Services to be provided by the Supplier.

57. Contract Amendments


54.1 No variation in or modification of the terms of the Contract will be made except by written
amendment by the Purchaser and accepted by the supplier.
30

58. Assignment

58.1 The Supplier will not assign, in whole or in part, its obligations to perform under this Contract,
except with the Purchaser's prior written consent.

59. Delays in Supplier’s Performance

59.1 Delivery of the Materials / equipment will be made by the Supplier in accordance with the time
schedule prescribed by the Purchaser in the Schedule of Requirements.

59.2 If at any time during performance of the Contract, the Supplier should encounter conditions
impeding timely delivery of the Materials / equipment, the Supplier will promptly notify the
Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as
practicable after receipt of the Supplier's notice, the Purchaser will evaluate the situation and
may at its discretion extend the Supplier's time for performance, with or without liquidated
damages, in which case the extension will be ratified by the parties by amendment of the
Contract.

59.3 Except as provided under force Majeure clause a delay by the Supplier in the performance of its
delivery obligations will render the Supplier liable to the imposition of liquidated damages unless
an extension of time is agreed upon without the application of liquidated damages.

60. Penalty for delay in supplies


The time for and the dates for delivery mentioned in the contract will be deemed to be the essence
of the contract. Subject to force Majeure Clause No.61, if the Supplier fails to deliver any or all of
the Materials / equipment or to perform the Services within the period(s) specified in the Contract,
the Purchaser will, without prejudice to its other remedies under the Contract, deduct from the
Contract Price, as liquidated damages, a sum equivalent to 0.5% per week on the undelivered
portion subject to a maximum of 5% of the total value of the contract. Once the maximum is
reached the Purchaser may consider termination of the contract.

The date of Form-13 i.e., the date of receipt of materials at destination stores in good condition will
be taken as the date of delivery. Materials / Equipment which are not of acceptable quality or are
not confirming to the specification would be deemed to be not delivered. For penalty, the number of
days would be rounded of to the nearest week and penalty calculated accordingly.

The penalty specified above will be levied and would be adjusted against subsequent pending bills
if required.

Any failure on the part of vendors would cause them to be removed from the list of registered
vendors.

61. Termination for Default


61.1 The Purchaser, without prejudice to any other remedy for breach of Contract, by written notice of
default sent to the Supplier, may terminate this Contract in whole or in part:

i. If the Supplier fails to deliver any or all of the Materials / equipment within the period(s)
specified in the Contract, or within any extension thereof granted by the Purchaser.

ii. If the Supplier fails to perform any other obligation(s) under the Contract.

iii. If the Supplier, in the judgment of the Purchaser has engaged incorrupt or fraudulent
practices in competing for or in executing the Contract.
31

61.2 In the event the Purchaser terminates the Contract in whole or in part, the Purchaser may
procure, upon such terms and in such manner, as it deems appropriate, Materials / equipment or
services similar to those undelivered, and the Supplier will be liable to the Purchaser for any
excess costs for such similar Materials / equipment or Services. However, the Supplier will
continue performance of the Contract to the extent not terminated.

62. Termination for Insolvency


62.1 The Purchaser may at any time terminate the Contract by giving written notice to the Supplier if
the Supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without
compensation to the supplier, provided that such termination will not prejudice or not affect any
right of action or remedy, which has accrued or will accrue thereafter to the Purchaser.

63. Termination for Convenience

63.1 The Purchaser, by written notice sent to the Supplier, may terminate the Contract, in whole or in
part, at any time for its convenience. The notice of termination will specify the termination is for
the Purchaser's convenience, the extent to which performance of the supplier under the Contract
is terminated, and date upon which termination becomes effective.

63.2 However the Materials / equipment that are complete and ready for shipment within thirty (30)
days after the supplier's receipt of notice of termination will be accepted by the Purchaser at the
Contract terms and prices.

64. Force Majeure

64.1 The Supplier will not be liable for forfeiture of its performance security, penalty for late delivery,
or termination for default if and to the extent that its delay in performance or other failure to
perform its obligations under the Contact is the result of an event of Force Majeure.

64.2 For purposes of this clause, "Force Majeure" means an event beyond the control of the Supplier
and not involving the Supplier's fault or negligence and not foreseeable. Such events may
include, but are not restricted to, wars or revolutions fires, floods, epidemics, quarantine
restrictions, and freight embargoes.

64.3 If a Force Majeure situation arises, the supplier will promptly notify the Purchaser in writing of
such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the
Supplier will continue to perform its obligations under the Contract as far as is reasonably
practice, and will seek all reasonable alternative means for performance not prevented by the
Force Majeure event.

No price variance will be allowed during the period of force Majeure.

62. Settlement of Disputes

62.1 If any dispute or difference of any kind whatsoever will arise between the Purchaser and the
Supplier in connection with or arising out of the Contract, the parties will make every effort to
resolve amicably such dispute or difference by mutual consultation.

62.2 If, after thirty (30) days the parties have failed to resolve their dispute or difference by such
mutual consultation, then either the Purchaser or the Supplier may give notice to the other party
of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and
no arbitration in respect of this matter may be commenced unless such notice is given.
32

62.3 Any dispute of difference in respect of which a notice of intention to commence arbitration has
been given in accordance with this Clause will be finally settled by arbitration. Arbitration may
be commenced prior to or after delivery of the Materials / equipment under the Contract.

62.4 Arbitration proceedings will be conducted in accordance with the following rules of procedure. The
dispute resolution mechanism will be as follows:

(a) In the case of a dispute or difference arising between the Purchaser and a Supplier relating to
any matter arising out of or connected with this agreement, such dispute or difference will
be settled in accordance with the Arbitration and Conciliation Act. 1996. The Arbitral
Tribunal will consist of three Arbitrators one each to be appointed by the Purchaser and the
supplier the Third Arbitrator will be chosen by the two Arbitrators so appointed by the
parties and will acts as Presiding Arbitrator. In case of failure of the two Arbitrators
appointed by the parties to reach upon a consensus within period of 30 days from the
appointment of the Arbitrator appointed subsequently, the Presiding Arbitrator will be
appointed by The Institution of Engineers (India).

(b) If one of the Parties fails to appoint its Arbitrator in pursuance of Sub-Clause (a) within 30
days after receipt of the notice of the appointment of its Arbitrator by The Institution of
Engineers (India), will appoint the Arbitrator. A certified copy of the order of the Institution
of Engineers (India), making such an appointment will be furnished to each to the parties.

(c) Arbitration Proceedings will be held at Purchaser’s Headquarters, and the language of the
Arbitration Proceedings and that of all documents and communication between the parties
will be English.

(d) The decision of the majority of Arbitrators will be final and binding upon both parties. The
cost and expenses of Arbitration Proceedings will be paid as determined by the Arbitral
Tribunal. However, the expenses incurred by each party in connection with the preparation,
presentation etc., of its proceedings as also the fees and expenses paid to the Arbitrator
appointed by such party or on its behalf will be borne by each party itself.

(e) Where the value of the Contract is Rs. One Crore and below, the disputes or differences
arising will be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by
agreement between the parties; failing such agreement, by the appointing authority namely
The Institution of Engineers (India).

62.5 Notwithstanding any reference to arbitration herein,


(a) The parties will continue to perform their respective obligations under the Contract unless
they otherwise agree; and

(b) The Purchaser will pay the Supplier any monies due the Supplier.

63. Jurisdiction

63.1 All and any disputes or differences arising out of or touching this contract will be decided by the
Courts or Tribunals situated in Hyderabad & Secunderabad courts only. No suit or other legal
proceedings will be instituted elsewhere.
33

64. Notices

64.1 Any notice given by one party to the other pursuant to this Contract will be sent to the other party in
writing or by cable, telex, or facsimile and confirmed in writing to the other party’s address.

64.2 A notice will be effective when delivered or on the notice's effective date, whichever is later.

65. Foreign Exchange

65.1 No Foreign Exchange is available or expected for this purchase. Offers, which do not require
release of F.E. or procurement of import license by APTRANSCO, only will be considered. Where
some of the components are to be imported the manufacturer will have to make their own
arrangements for import license etc., and should not look for any assistance from APTRANSCO.

$$$$
34

SECTION - IV

SCHEDULE OF REQUIREMENTS
35

C. SECTION - IV

SCHEDULE OF REQUIREMENTS

Sl Brief Description Unit Qty Destination Delivery Schedule


No Site/stores
(1) (2) (3) (4) (6) (7)

I LOT-1: HARDWARE &


ACCESSORIES FOR MOOSE ACSR
CONDUCTOR
Single Suspension H/w(AGS with FAH
1 Nos 4277
type) Suitable for Moose ACSR
Shall supply 25%
Single Suspension H/w(AGS with AAH within 2 months
2 Nos 367
type) Suitable for Moose ACSR from the date of
Single Suspension H/w suitable for Any where in the
3 Nos 1500 award and balance
Moose ( Pilot Type) state of A.P
shall be minimum
Double Suspension H/w (AGS ) suitable 25% per month and
4 Nos 90
for Moose ACSR shall be completed
Single Tension H/w suitable for Moose in next 3 months
5 Nos 4849
ACSR
Double Tension H/w suitable for Moose
6 Nos 201
ACSR
Mid Span Compression joints suitable
7 Nos 1598
for Moose ACSR
LOT-2: HARDWARE &
II ACCESSORIES FOR ZEBRA ACSR
CONDUCTOR
Single Suspension H/w(AGS with FAH
1 Nos 300
type) suitable for Zebra ACSR
Single Suspension H/w(AGS with AAH Shall supply 25%
2 Nos 100 within 2 months
type) suitable for Zebra ACSR
from the date of
Single Suspension H/w suitable for Any where in the
3 Nos 600 award and balance
Zebra (Pilot Type) state of A.P
shall be minimum
Single Tension H/w suitable for Zebra 25% per month and
4 Nos 200
ACSR shall be completed
Double Tension H/w suitable for Zebra in next 3 months
5 Nos 150
ACSR
Mid Span Compression joints suitable
6 Nos 400
for Zebra ACSR
Vibration Dampers suitable for Zebra
7 Nos 4430
ACSR
36

Sl Brief Description Unit Qty Destination Delivery Schedule


No Site/stores
(1) (2) (3) (4) (6) (7)

LOT-3: HARDWARE &


III ACCESSORIES FOR PANTHER
ACSR CONDUCTOR
Single Suspension H/w (AGS with FAH
1 Nos 2496
type) suitable for Panther ACSR
Single Suspension H/w (AGS with AAH Shall supply 25%
2 Nos 400 within 2 months
type) suitable for Panther ACSR
from the date of
Single Suspension H/w suitable for Any where in the
3 Nos 1500 award and balance
panther (Pilot Type) state of A.P
shall be minimum
Single Tension H/w suitable for Panther 25% per month and
4 Nos 4705
ACSR shall be completed
Double Tension H/w suitable for Panther in next 3 months
5 Nos 200
ACSR
Mid Span Compression joints suitable
6 Nos 400
for Panther ACSR
Vibration Dampers suitable for Panther
7 Nos 26000
ACSR
LOT-4: HARDWARE &
IV ACCESSORIES SUITABLE FOR Shall supply 25%
EARTHWIRE within 2 months
from the date of
Tension H/W.with E.B suitable for Any where in the
1 Nos 2472 award and balance
7/3.15 mm HTGS E/W state of A.P
shall be minimum
Suspension H/W with EB suitable for Nos 25% per month and
2 450
7.13.5 MM HTGS E/W shall be completed
Midspan Compression Joints Suitable for Nos in next 3 months
3 1454
7/3.15 MM HTGS E/W

Note:
a) The destinations will be anywhere in the Andhra Pradesh State
b) Unloading and Stacking of the materials at the destination stores is the responsibility of the supplier
c) The Prices are FIRM (please refer clause Nos.13 and 14 of General Terms and Conditions).
d) Conditional discounts are not accepted.
e) Bidder shall quote for complete quantity against the Lot bidded.

CHIEF ENGINEER
CONSTRUCTION /400 KV
37

SECTION – V

TECHNICAL
38

SECTION - V
TECHNICAL

TECHNICAL SPECIFICATION FOR HARDWARE FITTINGS & ACCESSORIES


SUITABLE FOR MOOSE, ZEBRA, PANTHER ACSR CONDUCTOR & HTGS WIRE

1.0 SCOPE :
1.1 This specification provides for the design, manufacture, stage testing, inspection and testing
before despatch, supply and delivery of Hardware fittings and Accessories specified herein for
their satisfactory operation in 220 KV & 132 kV Transmission lines of the State.

2.0 STANDARDS :
2.1 The Hardware fittings and Accessories shall conform to the following Indian Standards which
shall mean latest revisions, amendments/ changes adopted and published, unless otherwise
specified hereinafter. International and internationally recognised standards to which these
standards generally correspond are also listed below :

Sl. Indian Title International


No. Standard Standard
1. IS:2486 Specification for Insulator fittings
for overhead power Lines with nominal
Voltage greater than 1000 V.

Part-I General Requirements and Tests BS:3288


Part-II Dimensional Requirements IEC:120
Part-III Locking Devices IEC:372
Part-IV Tests for locking devices

2. IS:2121 Specification of Conductors and


Earthwire Accessories for Over-
head Power Lines
Part-I Armour Rods, Binding Wires and Tapes for
conductors
Part-II Mid span compression joints and repair sleeves
Part-III Accessories for Earth wire

3. IS:3138 Hexagonal Bolts & Nuts

4. IS:4218 Metric Screw Threads

5. IS:6639 Hexagonal bolts for steel

6. IS:4172 Dimensions for heads of bolts and screws

7. IS:4206 Dimensions for nominal lengths & thread


length for bolts, screws and studs

8. IS:1570 Schedules for wrought steels for general


engineering purposes
Part-I Steel specified by tensile and/or yield properties

9. IS:2004 Specification for Carbon Steel forgings


for general engineering purposes
39

Sl. Indian Title International


No. Standard Standard

10. IS:6603 Stainless Steel bars and flats.

11. IS:2002 Steel plates for pressure vessels for


intermediate and high temperature

12. IS:1573 Electroplated coatings of zinc or iron and steel

13. IS:1367 Technical supply conditions for threaded fasteners

Part-I Introduction and General Information


Part-II Product grade and tolerances.
Part-III Mechanical properties and test methods
for bolts, screws and studs with full load ability.

14. IS:2629 Recommended Practice for hot-dip galvanising on


iron and steel.

15. IS:6745 Methods of determination of weight of Zinc coating


on iron and steel articles.

16. IS:2633 Method for testing uniformity of coating of Zinc coated articles

17. IS:1363 (Part-I) Hexagonal head bolts


IS:1363 (Part-II) Hexagonal head screws
IS:1363 (Part-III) Hexagonal nuts

18. IS:209 Specification for zinc

19. S:9708 Stockbridge vibration dampers for Overhead power lines

20. S:1327 Methods of determination of mass of in coatings of tinplate

21. S:4826 Hot dipped galvanised coatings on round steel wires

22. BS:970 (Part-I) General instructions and testing


procedures specific requirements ASTM-D-1171 &
for carbon and carbon manganese ASTM-D- 573
alloy and stainless steels.
40

3.0 CLIMATIC CONDITIONS :


3.1 The Insulator Hardware shall be suitable for being installed directly in air between the insulator
string and power conductor of 220 KV Double circuit and single circuit transmission lines with
Moose or single Zebra conductor and 132 kV Double Circuit and Single Circuit transmission
lines with single Panther conductor and Earth wire . The conductor and earth wire accessories
shall be suitable for being installed directly in air along with the power and ground wire
conductors of double circuit and single circuit transmission lines. They shall be therefore
suitable for satisfactory operation under the tropical climatic conditions listed below :

i) Location In the state of Andhra Pradesh


ii) Max. ambient air temp. (deg.C) 50
iii) Min ambient air temp. (deg.C) 7.5
iv) Average daily ambient air temperature (deg.C) 35
v) Maximum Relative humidity (%) 74
vi) Average annual rainfall (mm) 925
vii) Max. Wind pressure (kg/sq.m.) 200
viii) Max. altitude above mean sea level (metres) 1000
ix) Isoceraunic level (days/year) 50
x) Seismic level (horizontal acceleration). 0.1 g

4.0 PRINCIPAL PARAMETERS :

4.1 DETAILS OF HARDWARE FITTINGS :


4.1.1 The Hardware fittings shall be as per the specification drawings attached. Conductor hardware
fittings shall be suitable for single/double suspension insulator strings and single/double tension
insulator strings.

4.1.2 Earth wire hardware fittings shall be suitable for the earth wire whose technical parameters are
furnished in Annexure-I

4.1.3 Each hardware fittings shall be supplied complete in all respects and shall include all
components indicated in the specification drawings.

4.2 DETAILS OF ACCESSORIES:


i) The Power Conductor accessories shall be suitable for the ACSR conductors whose
technical parameters are furnished in Annexure-1.

ii) The ground wire accessories fittings shall be suitable for the ground wire whose
technical parameters are furnished in Annexure-I.

4.3 INSULATOR STRING CHARACTERISTICS :


4.3.1 The characteristics of the complete string shall be as follows:
Details 220 kV 132 kV
Sl No Suspension Tension Suspension Tension
Single Single Double Single Single Double Single Double
1 Lightning impulse 1050 1050 1050 1050 650 650 650 650
withstand voltage
(dry) kV peak
2 Power frequency 460 460 460 4600 280 280 280 280
withstand voltage
(wet) kV rms
3 Mechanical failing 7000 14000 11500 23000 7000 14000 11500 23000
load - kgf.
4 No deformation 4690 93800 7705 15410 4690 9380 7705 15410
load - kgf
41

4.4 SPECIFICATION DRAWINGS :

A list of specification drawings in respect of the Hardware fittings and Accessories indicated above is
given at Annexure-II. These specification drawings are attached herewith for information and
guidance of the Bidder only. The drawings to be furnished by the Bidder shall as per his own design
and manufacture and conforming the ISS mentioned in Clause no 2.0 against each items.

5.0 GENERAL TECHNICAL REQUIREMENTS :

5.1 DIMENSIONS OF INSULATOR STRING ALONGWITH HARDWARE FITTINGS:

5.1.1 The various dimensions of insulator strings shall be as per the specification drawings.

5.1.2 Fabrication drawings shall be prepared by the manufacturer based on the specification drawings.

5.1.3 The dimensions which are not provided on the specification drawings shall be suitably selected by the
manufacturer while preparing the fabrication drawings.

5.1.4 The fabrication drawings shall be submitted to the purchaser for scrutiny and approval.

5.1.5 Dimensional tolerance as indicated on the specification drawings only shall be allowed.

5.2 CORONA AND RI PERFORMANCE : Sharp edges and scratches shall be avoided on all the
hardware fittings. All surfaces must be clean, smooth, without cuts and abrasions or projections. The
Bidder must give suitable assurance about the satisfactory corona and radio interference performance
of the materials offered by him.

5.3 BALL AND SOCKET FITTINGS : The dimensions of the ball and socket shall be of 16 mm
designation for suspension string assembly and 20 mm for tension string assembly in accordance with
standard dimensions stated in IS:2486 (Part-II).

5.3.1 Ball Fittings :


Ball fittings shall be made of class IV steel as per IS:2004 or steel of equivalent grade forged in one
piece. They shall be normalised to achieve the minimum breaking strength specified on the respective
drawings. Before galvanisation of ball fittings, all die flashing on the shank and on the bearing surface
of the ball shall be carefully removed without reducing the dimensions below the requirements.

5.3.2 Socket Fittings :


Socket fittings shall be made of class IV steel as per IS:2004 or steel of equivalent grade and shall be
forged in one piece. They shall be normalised to achieve the minimum breaking strength specified on
the respective drawings.

5.3.3 Dimensions and Tolerances :


The dimensions and tolerances of pin balls and socket ends shall conform to IS:2486 Part-II/IEC 120
and shall be checked by the gauge therein after galvanising.

5.3.3.2 The pin balls shall be checked with the applicable 'GO' gauges in at least two directions, one of which
shall be across the line of die flashing, and the other 90 Deg to this line. "NO GO" gauges shall not
pass in any direction.

5.3.3.3 The bearing surfaces of balls and machined sockets' before galvanising, shall not have surface
roughness more than 250 micro inches.
42

5.3.3.4 The bearing surface of socket ends shall be uniform about the entire circumference without depressions
or high spots. The internal contour of the socket ends shall be concentric with the axis of fittings. The
axis of the bearing surface of socket ends shall be coaxial with the axis of fittings with no appreciable
tilting.

5.3.4 SECURITY CLIPS (LOCKING DEVICES):


5.3.4.1 Socket fitting shall be provided with security clip in accordance with IS:2486 (Parts III & IV)
to provide positive locking against unintentional disengagement of socket from the ball of the
insulator.

5.3.4.2 The hole for the security clip shall be on the side of the socket opposite to the socket opening. The
hole for the clip shall be countersunk. The clip shall be of such design that the same may be engaged
by a hotline clip puller to provide for disengagement under energized conditions.

5.3.4.3 The security clip shall be made of phosphor bronze conforming to IS: 7814 or of brass conforming to
IS 410 with a minimum hardness of 160 HV for Split Pins and 150 HV for W-Clips.

5.4 YOKE PLATE/LINK PLATE:


5.4.1 The yoke plates/link plate for Double Suspension and Double Tension Hard Ware shall be made of
mild steel plate as per IS: 226 or equivalent standards. Shearing/cutting of the plates shall be clean
without drawn or ragged edges. If the plates are flame cut, mechanical guides shall be used. It shall be
ensured that the grain flow of the yoke plate shall be in the direction of the tensile load.

5.4.2 Holes shall be cylindrical, clean cut and perpendicular to the plane of the material. The periphery of
the holes shall be free from burrs.

5.4.3 All the corners and edges should be rounded off with a radius of at least 3 mm.

5.5 ARCING HORNS :


5.5.1 Arcing Horns of fixed type should be with double bolt fixing arrangement as shown in the drawings
enclosed.

5.6 SUSPENSION ASSEMBLY :


5.6.1 The suspension assembly shall be suitable for Single ACSR 'MOOSE' Single ACSR 'ZEBRA'
Conductor for 220 kV lines and Single ACSR 'PANTHER' Conductor for 132 kV lines.

5.6.2 For ACSR Conductor the suspension assembly shall include armour grip suspension clamp.

5.6.3 The suspension clamp along with standard preformed armour rods set shall be designed to have
maximum mobility in any direction and minimum moment of inertia so as to have minimum stress on
the conductor in the case of oscillation of the same.

5.6.4 The suspension clamp along with standard preformed armour rods set shall have a slip strength as per
relevant standards.

5.6.5 The suspension assembly shall be smooth without any cuts, grooves, abrasions, projections ridges or
excrescence which might damage the conductor.

5.6.6 Armour Grip Suspension Clamp :

5.6.6.1 The armour grip suspension clamp shall comprise of retaining strap, support housing, elastomer inserts
with aluminium reinforcements and AGS preformed rod set as indicated on the specification drawings.
43

5.6.6.2 The armour grip suspension clamp shall be so manufactured that it shall minimise the static and
dynamic stress developed in the conductor under various loading conditions as well as during wind
induced conductor vibrations. It shall allow slipping of the conductor under unbalanced conductor
tension in adjacent spans and broken wire conditions. It shall also withstand power arcs and have
required level of Corona/RIV performance.

5.6.6.3 Elastomer cushion shall be resistant to the effects of temperature from -40 deg.C to +75 deg.C, ozone,
ultraviolet radiations and other atmospheric contaminants likely to be encountered in service. The
physical properties of the elastomer shall be of approved standard. It shall be electrically shielded by a
cage of AGS preformed rod set. The elastomer cushion shall be so designed that the curvature of the
AGS rod shall follow the contour of the neoprene cushion and shall not leave any gap between the two
when installed.

5.6.6.4 The support housing of AGS clamp shall be forged out of aluminium alloy of type 6061 or equivalent.
It shall be duly heat treated to achieve the specified tensile properties and to maintain consistent
material characteristics during service.

5.6.6.5 The aluminium reinforcement of neoprene cushion shall be extruded and formed out of aluminium
alloy of type 6061 or equivalent. It shall be duly heat treated for the reasons mentioned under clause
5.6.6.4.
5.6.6.6 The retaining strap shall be extruded and then formed out of aluminium alloy of type 6061 or
equivalent. It shall be duly heat treated for the reasons mentioned under clause 5.6.6.4.

5.6.6.7 The elastomer cushion shall be moulded on the aluminium reinforcement.

5.6.7 AGS Preformed Armour Rods :


5.6.7.1 The AGS Preformed Armour rod set suitable for ACSR Conductor shall be used to minimise the stress
developed in the conductor due to different static and dynamic loads because of vibration due to wind,
slipping of conductor from the suspension clamp as a result of unbalanced conductor tension in
adjacent span and broken wire conditions. It shall also withstand power arcs, chafing and abrasion
from suspension clamp and localised effect due to resistance losses of the conductor.

5.6.7.2 The preformed armour rod set shall have right hand lay and the inside diameter of the helics shall be
less than the outside diameter of the conductor to grip the same tightly. The surface of the armour rod
when fitted on the conductor shall be smooth and free from projections, cuts and abrasions etc.,

5.6.7.3 The pitch length of the rods shall be determined by the Bidder but shall be less than that of the outer
layer of ACSR conductor and the same shall be accurately controlled to maintain uniformity and
consistently reproducible characteristic wholly independent of the skill of linemen.

5.6.7.4 The length and diameter of each rod shall be as per the values given below. The tolerance in length of
the rods in completed set should be within 13 mm between the longest and shortest rod. The ends of
armour rod shall be parrot billed.

5.6.7.4.1 PREFORMED ARMOUR RODS :


Description MOOSE ZEBRA PANTHER
i) Breaking strength 35 kg/mm2 35 kg/mm2 35 kg/mm2
ii) No. of rods per set 12 12 11
iii)Diameter of rod with 9.27 7.87 6.35
tolerances (mm.) +0.0 or –0.1 +0.0 or –0.1 +0.0 or –0.1
iv) Length of rod with 2235 2080 1520
tolerances (mm.) +0 or - 51 +0 or - 51 +0 or - 38
44

5.6.7.5 The number of armour rods in each set shall be twelve for ‘MOOSE’ and ‘ZEBRA’ conductors and
eleven for ‘PANTHER’ conductor. Each rod shall be marked in the middle with paint for easy
application on the line.

5.6.7.6 The armour rod shall not lose their resilience even after five applications.

5.6.7.8 The conductivity of each rod of the set shall not be less than 40% of the conductivity of the
International-Annealed Copper Standard (IACS).

5.7 DEAD END ASSEMBLY :


5.7.1 The dead end assembly shall be suitable for ACSR Single 'MOOSE' conductor, ‘ZEBRA’ conductor
for 220 kV lines and ACSR Single 'PANTHER' conductor for 132 kV lines.

5.7.2 The dead end assembly shall be of compression type with provision for compressing jumper terminal
at one end. The angle of jumper terminal to be mounted should be 30 Deg. with respect to the vertical
line. The area of bearing surface on all the connections shall be sufficient to ensure positive electrical
and mechanical contact and avoid local heating due to copper losses. The resistance of the clamp when
compressed on the conductor shall not be more than 75% of the resistance of equivalent length of
conductor.

5.7.3 Die compression length shall be clearly marked on each dead end assembly designed for continuous
die compressions and shall bear the words "COMPRESS FIRST" suitably inscribed near the point on
each assembly where the compression begins. It shall bear identification marks "COMPRESSION
ZONE" and 'NON-COMPRESSION ZONE' distinctly with arrow marks showing the direction of
compressions and knurling marks showing the end of the zones. Tapered aluminium filler plugs shall
also be provided at the line of demarcation between compression and non-compression zone. The
letters, number and other markings on the finished clamp shall be distinct and legible. The dimensions
and dimensional tolerances of the cross section of aluminium and steel dead ends shall be as per the
specification drawings.

5.7.4 The assembly shall not permit slipping of, damage to or failure of the complete conductor or any part
thereof at a load less than 95% of the minimum UTS of the conductor.

5.7.5 The outer sleeve shall be made out of EC grade aluminium 99.5% pure. The steel sleeve shall be made
of mild steel rod.

5.8.0 HARD WARE FOR GROUND WIRE

5.8.1 SUSPENSION HARDWARE FOR GROUND WIRE:


i) Suspension hardware shall be used for suspending ground wire at all tangent/suspension
towers and shall be suitable for supporting the GSS ground wire of size 7/3.15 mm for 220 kV
and 132 kV lines.

ii) The suspension clamps shall conform to the latest version of IS: 2486 and shall have adequate
area of support for the ground wire. The groove of the clamp shall be smooth, finished in a
uniform circular or oval shape and shall slope downwards in a smooth curve to avoid edge
support and hence to reduce the intensity of bending moment on the ground wire.

iii) There shall be no sharp points in the clamps coming in contact with ground wire. There shall
not be any displacement in the configuration of the ground wire strands nor shall these be
unduly stressed in final assembly.
45

iv) The clamping piece and the clamp body shall be clamped by at least two "U" bolts of size not
less than 10mm with 3mm thick lock washers on each of its limbs. Suspension clamp shall be
provided with inverted type of "U" bolts. One limb of the "U" bolt shall be long enough to
accommodate the lug of the flexible steel bond.

v) The suspension clamp shall be the "Trunion" type or "envelope" type.

vi) The complete assembly of the suspension clamp shall be guaranteed for slip strength of not
less than 15 kN and not more than 17 kN. The ultimate tensile strength of the assembly
including components shall not be less than 70 kN.

5.8.2 TENSION HARDWARE FOR GROUND WIRE:

i) Tension hardware shall be used at all tension towers for anchoring the 7/3.15mm galvanised steel
ground wire for 220 kV and 132 kV lines. The hardware assembly shall comprise of
compression type tension clamp and two "D" shackles. The tension clamp shall be attached to
the horizontal strain plate of the tower body by means of a "D" shackle.

ii) These clamps shall give adequate area of support without any slip to the ground wire under
normal working tension and vibration conditions.

iii) The complete tension hardware assembly shall be so designed as to avoid undue bending in
any part of the clamp and shall not produce any hindrance to the movements of the clamp in
horizontal and vertical direction.

iv) The slip strength of tension clamp assembly shall not be less than 95% of the ultimate strength
of the ground wire. The ultimate strength of the clamp and individual components shall not be
less than that of ground wire.

5.9 ACCESSRIES FOR CONDUTOR:

5.9.1 MID SPAN COMPRESSION JOINTS FOR POWER CONDUCTOR:


i) This shall be suitable for joining the two ends of MOOSE ACSR, ZEBRA ACSR conductor
for 220 kV lines and PANTHER ACSR conductor for 132 kV lines. The joint shall have a
conductivity more than the conductivity of an equivalent length of the conductor. The joint
shall not permit slipping of, damage to, or failure of the complete conductor or any part
thereof at a load of not less than 95% of the ultimate tensile strength of the conductor. The
electrical resistance of the joint, after installation, shall not exceed 75% of the measured
resistance of the equivalent length of the conductor.

ii) The components of the joint for ACSR conductor shall consist of steel and aluminum sleeves
for joint compression of the steel core conductor and aluminum conductor respectively. The
steel sleeve shall not crack or fail during compression. The Brinnel Hardness number of the
steel sleeves shall not exceed 200. The steel sleeve shall be hot dip galvanized. The aluminum
sleeve shall be manufactured and extruded out of EC grade aluminum with a purity of not less
than 99.5%. Tapered aluminum filler plugs shall be provided at the line of demarcation
between compression and non-compression zones.
46

iii) The dimensions and dimensional tolerances of the mid span compression joint shall be as per
the values given below.

Description MOOSE ZEBRA PANTHER


Diameter of Sleeves
(mm)
a) Before Compression
(Inner Diameter)
i) Aluminum 34 + or – 0.5 31 + or – 0.5 23 + or – 0.5
ii) Steel 11.0 + or- 0.5 9.95 + or- 0.5 9.45 + or- 0.5
(Outer Diameter)
i) Aluminum 54 + or – 0.5 48 + or – 0.5 38 + or – 0.5
ii) Steel 24 + or – 0.5 20.8+ or – 0.5 18 + or – 0.5
b) After Compression

(Corner to Corner)
i) Aluminum 53 + or – 0.5 46 + or – 0.5 37 + or – 0.5
ii) Steel 23.4 + or – 0.5 20.2 + or – 0.5 17.4 + or – 0.5

(Surface to Surface)
i) Aluminum 46 + or - 0.5 40 + or - 0.5 32 + or - 0.5
ii) Steel 20.2 + or – 0.5 17.5 + or – 0.5 15.1 + or – 0.5

a) Before Compression
i) Aluminum 735 + or – 5 711 + or – 5 610 + or – 5
ii) Steel 305 + or – 5 241 + or – 5 203 + or – 5
b) After Compression
i) Aluminum 785+ or – 5 761 + or – 5 650 + or – 5
ii) Steel 330 + or - 5 276 + or - 5 225 + or - 5

5.9.2 REPAIR SLEEVES FOR POWER CONDUCTOR:


i) Repair sleeve shall be used for repairing the conductor when a few strands of the aluminium
conductor in the outermost layer are damaged with scratches, kinks, abrasions, nicks or cuts.
Sleeve shall be of the compression type. The sleeve shall be manufactured and extruded out of
EC grade aluminium having a purity of 99.5%. The sleeve shall be in two halves with a seat
provision for sliding of the keeper piece. The edges of the seat as well as of the keeper piece shall
be so rounded that the conductor strands are not damaged during installation. The outer body of
the sleeve shall be smooth, even and with rounded off edges. The compressed conductor with the
repair sleeve shall not permit damage or failure of the conductor at a load of not less than 95% of
the ultimate tensile strength of the conductor. The electric resistance of the repaired portion of the
conductor shall not exceed 75% of the measured resistance of an equivalent length of the
conductor.
47

ii) The dimensions and dimensional tolerance of the repair sleeves shall be as per values given
below.

Description MOOSE ZEBRA PANTHER


Diameter of Sleeves (mm)
a) Before Compression
Outer Diameter 54 + or – 1 48 + or – 1 38 + or – 1
b) After Compression
i) Corner to Corner 53 + or – 0.5 46+ or – 0.5 37 + or – 0.5
ii) Surface to Surface 46 + or – 0.5 40 + or – 0.5 32 + or – 0.5

Length of Sleeve (mm)


a) Before Compression 305 + or – 5 279 + or – 5 241 + or – 5
b) After Compression 330 + or - 5 309 + or - 5 271 + or - 5

5.9.3 VIBRATION DAMPERS FOR POWER CONDUCTOR:

i) The vibration dampers shall be of either 4R type or stock-bridge type for being used at all
suspension and tension points at each and every span to damp out the vibrations of the
conductors to the level specified hereinafter.

ii) The clamp of the vibration damper shall be made of aluminum alloy. It shall be capable of
supporting the damper during installation and prevent damage or chafing of the conductor
during erection or continued operation. The clamp shall have sufficient grip to maintain the
damper in position on the conductor without damaging the strands or causing premature
fatigue to the conductor under the clamp. The groove of the clamp body and clamp cap shall
be smooth, free of projections, grit or other materials, which could cause damage to the
conductor when the clamp is installed. Clamping bolts shall be provided with self-locking nuts
and designed to prevent corrosion of the threads or loosening during service.

iii) The messenger cable of the damper shall be made of high strength steel with a minimum
strength of 136 kg/sq.mm. It shall be post formed in order to prevent subsequent droop of
weight in service and to maintain consistent flexural stiffness of the cable while in service. The
messenger cable shall be suitably and effectively sealed to prevent corrosion.

iv) The damper mass shall be made of hot dip galvanised mild steel/cast iron or a permanent
mould cast zinc alloy. All castings shall be free from defects such as cracks, shrinkages,
inclusions and blowholes etc. The inside and outside surfaces of the damper masses shall be
smooth.

v) The damper assembly shall be electrically conductive to reduce radio interference.

vi) The vibration damper shall be capable of being installed and removed from energised line by
means of hot line technique. In addition, the clamp shall be capable of being removed and
reinstalled on the conductor at the design torque without shearing or damaging of bolts, nuts or
cap screws.

vii) The vibration analysis report of the system, with and without damper, as detailed in ISS shall
be submitted by the Bidder along with the Tender. The technical particulars for vibration
analysis and damping design of the system are as follows:
48

Sl. Description Technical Particulars of 132 kV Lines


No --------------------------------------------------------------------------------------
220 KV Lines 132 KV Lines

1. Configuration Single ACSR MOOSE/ ZEBRA Single ACSR PANTHER


Conductor per phase in Conductor per phase in
vertical formation vertical formation

2. Span length in metres

i) Ruling design span 350 320


ii) Maximum span 400 400
iii) Minimum span 100 100 125

3. Nature of terrain Partly hilly, partly plain Partly hilly, partly plain
with cultivated fields with cultivated fields

4. Armour rods Standard preformed Standard preformed


Armour rods / AGS clamp Armour rods / AGS clamp

5. Maximum wind load 50 - Acting on full projected 50 - Acting on full projected


(m/sec) area of single conductor area of single conductor

6. Max. permissible dynamic 150 150


strains (micro strains)

Technical Requirements For 4r Vibration Dampers For ACSR Conductor

Description MOOSE ZEBRA PANTHER


a)Total weight of each damper (kg.) 6.5 + 0.3 or - 0 6.5 + 0.3 or - 0 4.5 + 0.3 or - 0
b) The number of dampers required per span for
various span lengths and their spacing 2 2 2

5.9.4 EARTH WIRE ACCESSORIES

5.9.4.1 MID SPAN COMPRESSION JOINT FOR GROUND WIRE:

i) The mid span compression joint for ground wire is to be used for joining of two lengths of
Galvanized Steel Stranded (GSS) Ground Wire of size 7/3.15 mm for 220 kV lines and 132
kV lines.

ii) The joint sleeve shall be made of high strength hot dip galvanized steel tubes and shall be
easily compressible with a 100 MT capacity hydraulic compressor. The clamp shall not
permit slipping of, damage to, or failure of the complete ground wire or any part thereof at a
load of not less than 95% of the ultimate tensile strength of the Ground Wire. The joint shall
have conductivity more than the conductivity of an equivalent length of ground wire. The
dimension and the dimensional tolerances of the joint shall be as per the following table.
49

-----------------------------------------------------------------------------------------------------------------
Dimensions before Dimensions after
compression compression
------------------------------------------------------------------------------------------------------------------
Inner dia Outer dia Length Corner to corner Face to
(mm) (mm) (mm) width (mm) face width (mm)
-----------------------------------------------------------------------------------------------------------------
10.5 +/- 0.5 21 +/- 1.0 230 +/- 5 20.2 +/- 0.5 17.5 +/- 0.5
--------------------------------------------------------------------------------------------------------------------

5.9.2 FLEXIBLE STEEL EARTH BOND:

The flexible steel earthing bond shall be made of flexible steel cable having 34 sq. mm. copper
equivalent area. The length of steel cable shall not be less than 500 mm. Two steel connecting
lugs shall be press jointed to the either ends of the flexible steel cable. The complete assembly
shall also include one 16mm dia 40mm long HRH M.S. bolt hot dip galvanized, with nut and
lock washer.

5.10 FASTENERS :

5.10.1 All fasteners shall conform to IS:6639 All fasteners shall be hot dip galvanized. All bolts and
nuts shall have hexagonal heads, the heads being forged out of solid truly concentric, and
square with the shank, which must be perfectly straight.

5.10.2 Fully threaded bolt shall not be used. The length of the bolt shall be such that the threaded
portion shall not extend into the place of contact of the component parts.

5.10.3 All bolts shall be threaded to take the full depth of the nuts and threaded enough to permit the
firm gripping of the component parts but not further. It shall be ensured that the threaded
portion of the bolt protrudes not less than 5 mm and not more than 10 mm when fully
tightened.

5.10.4 Flat washers and spring washers shall be provided wherever necessary and shall be of positive
lock type. Thickness of washers shall conform to IS: 2016.

5.10.5 To obviate bending stress in bolt, it shall not connect aggregate thickness more than three times
its diameter.

5.10.6 Bolts may have either rolled or cut threads. Nuts may be threaded after galvanizing to ensure
clean threads but bolts shall not be threaded or rethreaded after galvanizing. Nut threads shall
be tapped oversize to closely fit those of the galvanized bolt, with no unnecessary looseness but
free enough to permit the nut to be turned freely with fingers over the entire threaded length.
All the Bolts shall be provided with check nuts (extra nut).

5.11 FORGED COMPONENTS :

Forged components other than those covered in the clauses mentioned herein above shall be
made out of class IV steel as per IS: 2004 or equivalent. The items shall be normalized to
achieve the required tensile properties. The forged components shall not have sharp corners
and edges so as to limit corona and RIV performance.
50

5.12 MATERIALS :

The materials of the various components shall be as specified in clauses mentioned herein
above. However, components made of alternative materials giving equivalent or better
performance shall also be considered. The Bidder shall indicate the material proposed to be
used for each and every component of Hardware fittings and Accessories, stating clearly the
class, grade or alloy designation of the material and the reference standards. However the
critical dimensions of components shall not be changed in relation to selection of different
material.

5.13 GALVANISING :

5.13.1 All ferrous parts including steel components, bolts, nuts and washers.. etc, shall be hot dip
galvanised in accordance with IS:2629 and shall satisfy the tests mentioned in IS:2633. No
material shall be galvanised until all shop operations have been completed except that the nuts
may be threaded and oiled after galvanising. Minimum weight of zinc coating shall be 300
g/sq.m. for fasteners and 600 g/sq.m. for all other hot dip galvanised articles.

5.13.2 Fasteners shall withstand four dips while spring washers shall withstand three dips each of one
minute duration in the standard preece test. Other galvanized material shall withstand
minimum six dips each of one minute duration in the standard preece test for Galvanizing.

5.13.3 The zinc coating shall be perfectly adherent, of uniform thickness, smooth, reasonably bright,
continuous and free from imperfections such as flux, ash, rust stains, bulky white deposits and
blisters.

5.13.4 The zinc used for galvanizing shall be grade Zn 99.95% as per IS: 209.

5.14 WORKMANSHIP :

5.14.1 All the material shall conform to the best modern practices adopted in the Extra High Voltage
field. The Bidder shall offer only such material as guaranteed by him to be satisfactory and
suitable for 220 kV and 132 kV transmission lines and Earth wire and will give continued good
performance.

5.14.2 The manufacturing process and quality control of all the materials shall be such as to give
maximum possible working load, highest mobility, elimination of sharp edges and corners to
limit corona and radio-interference, best resistance to corrosion and a good finish.

5.14.3 Castings shall be uniform without sharp edges or corners, free from all defects like shrinkage,
inclusion, blowholes, cracks etc. Pressure die-casting shall not be used for casting of
components with thickness more than 5 mm.

5.14.4 Forgings shall be uniform in quality and condition, without sharp edges or corners, free from
cracks, flakes or seams, laps, slag, silvers, scabs, rolled-in scale and fissures.

5.14.5 All current carrying parts shall be so designed and manufactured that contact resistance is
reduced to minimum.

5.14.6 No item shall have sharp ends or edges, abrasions or projections and cause any damage to the
conductor in any way during erection or during continuous operation, which would produce
high electrical and mechanical stresses in normal working. The design of adjacent metal parts
and mating surfaces shall be such as to prevent damage of the contact surface and to maintain
good electrical contact under service conditions.
51

5.14.7 All fasteners shall have suitable corona free locking arrangement and shall not loosen under
vibration conditions.

5.14.8 Welds shall be clean, sound, smooth uniform without overlaps, properly fused and completely
sealed. There shall be no cracks, voids, incomplete penetration, incomplete fusions,
undercutting or inclusions. Porosity shall be minimized so that mechanical properties of the
aluminum alloys are not affected. All welds shall be properly finished as per good engineering
practices.

5.15 MARKINGS :

Each component of hardware shall be marked with the trademark of the manufacturer. Marks
shall be forged or stamped with a steel die before galvanizing. The marks shall be distinct,
durable, and conspicuous.

5.15.1 COMPRESSION MARKINGS:

i) Die compression area shall be clearly marked on components, which are to be pressure
compressed such as mid span compression joints and tension hard ware. The marking shall be
an etched inscription with the words "COMPRESSION FIRST" on components which are
meant for continuous die compression. Where components are designed for intermittent die
compr3ession, the compression and non-compression zones shall bear etched inscription such
as "COMPRESSION ZONE" and "NON COMPRESSION ZONE" distinctly with etched
arrow signs indicating the direction of compression and knurled marks showing the end of the
zones.

ii) All inscriptions etched on metal shall be distinct, legible and shall not wear out in the course of
normal handling.

5.16 TENDER DRAWINGS :

5.16.1 The Bidder shall furnish insulator string drawings along with component drawings in
accordance with specification drawings.

5.16.2 The Bidder shall furnish fabrication drawings with all additional dimensions along with the
critical dimensions specified on the specification drawings.

5.16.3 Material specifications details of applicable standards and heat treatment details shall also be
furnished.

5.16.4 The details of manufacturing process also shall be furnished along with the component
drawings.

5.16.5 The details of trade mark to be provided on the components shall also be furnished.

5.16.6 The Bidder should not deviate from the dimensions and weights given in the General Technical
Requirements of this specification. The Tenders submitted with drawings deviated from the
General Technical Requirements of this specification will be treated as Non-Responsive.
52

5.17 INTERCHANGEBILITY:

All components of like design shall be interchangeable.

6.0 TESTS :

(i) TYPE TESTS :


These are those tests which are to be carried out to prove the design, process of manufacture
and general conformity of the material in accordance with these specifications.

(ii) ACCEPTANCE TESTS :


These are those tests which are to be carried out during inspection prior to despatch for the
purpose of acceptance of that lot.

(iii) ROUTINE TESTS :


These are those tests which are to be carried out on each Hardware fitting and Accessories to
check the requirements which are likely to vary during production.

(iv) STAGE TESTS :


Stage tests during manufacture shall mean those tests which are to be carried out during the
process of manufacture and end inspection by the supplier to ensure the desired quality of the
end product.

6.1 ACCEPTANCE TESTS/SAMPLE TESTS :

6.1.1 On both suspension and tension hardware fittings :

a) Visual examination : IS:2486 (Part-I)


b) Verification of dimensions : IS:2486 (Part-I)

c) Galvanising test / Electroplating


d) Mechanical strength test of welded joint
e) Test on locking device for } IEC:372(2)
ball and socket coupling }

6.1.2 On Suspension Hardware Fittings only :

a) Clamp slip strength Vs torque }


test for suspension clamp }
} As per of annexure-III of the
b) Shore hardness test of } specification
elastomer cushion for AG }
suspension clamp }
c) Bend test for armour rod set }
}
d) Resilience test for armour }
rods set } IS:2121 (Part-I)
}
e) Conductivity test for armour }
rods set }
53

6.1.2.3 On tension Hardware Fittings only :

a) Slip strength test for } IS:2486 (Part-I)


dead-end assembly }

6.1.2.4 On Mid Span Compression Joint For Conductor And Earth Wire:

i) Visual examination IS:2121


ii) Dimensional verification IS:2121
iii) Galvanizing test IS:2633 & IS:6745

6.1.2.5 On Repair Sleeves For Power Conductor:

i) Visual examination IS:2121


ii) Dimensional verification IS:2121

6.1.2.6 On Flexible Steel Bond:


i) Visual examination IS:2121
ii) Dimensional verification
iii) Slip strength test

6.1.2.6 On Vibration Damper For Power Conductor


i) Visual examination IS:9708
ii) Dimensional verification IS:9708
iii) Galvanising test IS:9708
iv) Verification of Resonance frequencies
v) Clamp slip test
vi) Clamp bolt torque test
vii) Strength of the messenger cable
viii) Mass pull off test
ix) Fatigue Test IS-9708

6.1.3 ROUTINE TESTS :


The following common tests shall be carried out on all of the Hard Ware and Accessories.

1) Visual examination as per IS:2121 Part-II & III, IS:2486 (Part-I)


2) Dimensional verification as per IS:2121 Part-II & III
3) Proof Load Test
4) On Neoprene i) Ozone test
ii) Heat Resistance test

6.1.4 STAGE TESTS: Tests during manufacture shall be as follows:

i) CHEMICAL ANALYSIS OF ZINC USED FOR GALVANISING


Sample taken from the zinc ingots shall be chemically analysed as per IS: 209

ii) TESTS ON MALLEABLE CASTINGS, FORGINGS AND FABRICATED ACCESSORIES :


These shall include chemical analysis, mechanical and metallographic tests and magnetic particle
inspection for malleable castings, chemical analysis, hardness test and magnetic particle inspection for
forgings and chemical analysis and mechanical tests for fabricated hardware. These shall be as per
internationally recognised procedures for these tests. The samplings will be based on heat number and
heat treatment batch. The details regarding these tests will be as discussed and mutually agreed to
between the supplier and the purchaser in the quality assurance Programme.
54

6.1.5 TESTS DURING MANUFACTURE :


On all components as applicable
a) Chemical analysis of Zinc used for galvanising
b) Chemical analysis, hardness tests, grain size, inclusion
rating and magnetic particle inspection for forgings/castings
c) Chemical analysis, and proof load test for fabricated hardware

6.1.6 ADDITIONAL TESTS :

6.1.6.1 The Purchaser reserves the right of having at his own expenses any other test(s) of reasonable nature
carried out at Supplier's premises, at site, or in any other place in addition to the aforesaid type,
acceptance and routine tests to satisfy that the material comply with the specifications.

6.1.6.2 The Purchaser also reserves the right to conduct all the tests mentioned in this specification at his own
expense on the samples drawn from the site at Supplier's premises or at any other test centre. In case of
any failure, it shall be binding on the part of the Supplier to replace that particular lot completely,
without any extra cost to the Purchaser.

6.2 TESTING VALUES :


For all type and acceptance tests, the acceptance values shall be those values guaranteed by the
Supplier in the Guaranteed Technical particulars or the acceptance values specified in the relevant
standard whichever is more stringent for that particular test. The norms and procedures of sampling for
these tests will be as per the Quality Assurance Programme to be mutually agreed to by the Supplier
and the Purchaser. The standards and norms to which these tests will be carried out are listed against
them. Where a particular test is a specific requirement of this specification, the norms and procedures
of these shall be as specified in Annexure-III of this section or as mutually agreed to between the
Supplier and the Purchaser in the Quality Assurance Program.

6.3 TEST SCHEDULE :

6.3.1 ACCEPTANCE AND ROUTINE TESTS :


All acceptance and routine tests as stipulated in the relevant standards shall be carried out by
the Supplier in the presence of Purchaser's representative.

6.3.2 In case of any failure during testing, the cause of failure shall be thoroughly investigated by the
Supplier in association with Purchaser's engineers. In case it is established that the cause of
failure is due to some defect in manufacturing process or in the material itself, then the retesting
shall be carried out by the Supplier without any extra cost to Purchaser. However, if it is
established that the failure is due to deficiency in design itself, then the design will be suitably
modified by the Supplier. After incorporating the modification suggested, retesting is to be
carried out. In the latter case, the retesting charges shall be borne by the supplier. No delivery
extension shall be given for this additional testing. In case of any dispute, the assessment of the
Purchaser as to what is the cause of failure shall be final and binding.

6.3.3 The entire cost of testing for acceptance and routine tests and tests during manufacture
specified herein shall be treated as included in the quoted unit price of hardware fittings, except
for the expenses of the inspector/Purchaser's representative.

6.3.4 Immediately after finalisation of the Programme of acceptance / routine testing, the Supplier
shall give sufficient advance intimation to the Purchaser, to enable him to depute his
representative for witnessing the tests.
55

7.0 INSPECTION :
7.1 The Purchaser’s representative shall, at all times, be entitled to have access to the works and all
other places of manufacture, where the hardware fittings, Accessories and its components are
being manufactured and the Supplier shall provide all facilities for unrestricted inspection of
the Bidder's works, raw materials, process of manufacture of all the accessories and for
conducting necessary tests as detailed herein.

7.2 The Supplier shall keep the Purchaser informed in advance of the time of starting and of the
progress of manufacture of accessories in its various stages so that arrangements could be made
for inspection.

7.3 The supplier shall give 15 days advance, intimation to enable the purchaser to depute his
representative for witnessing acceptance and routine tests.

7.4 No material shall be despatched from its point of manufacture before it has been satisfactorily
inspected and tested, unless the inspection is waived off by the Purchaser in writing. In the later
case also, the Materials shall be dispatched only after satisfactory testing for all tests specified
herein has been completed and approved by the Purchaser.

7.5 The Acceptance tests shall be carried out on all the materials offered, by selecting the samples
as per relevant IS specified, at random. If any sample drawn does not pass the acceptance tests,
the sample will be rejected and another sample of the same material from same lot shall be
selected at random to repeat the “Acceptance tests”. If the second sample also fails in the same
Test, the entire materials of that item in that lot offered for Inspection will be rejected.

7.6 The acceptance of any quantity of accessories shall in no way relieve the Supplier of his
responsibility for meeting all the requirements of this specification and shall not prevent
subsequent rejection if such hardware fittings are later found to be defective.

8.0 DOCUMENTATION:
8.1 i) The Bidder shall furnish along with the Tender the dimensional drawings of all types of
hardware fittings.

ii) These drawings shall include the following information.

a) Dimensions
b) Tolerances on dimensions
c) Material designation used for different components with reference to standards
d) Fabrication details such as welds, finishes and coatings
e) Catalogue or part numbers for each component and the total assembly with bill of
materials
f) Identification marking
g) Weight of individual components and total assembled weight

iii) The assembly drawings shall include the following :


a) Brief installation instructions
b) Design installation torque for the bolt or cap screw
c) Withstand torque that can be applied to the bolt or cap screw without failure of
components or parts thereof
d) Compression die number with recommended compression pressure
e) Relevant technical details of significance
56

9.2 TEST REPORTS :

i) Three copies of acceptance test reports shall be furnished to the purchaser for approval and only
there after shall the materials be dispatched.

ii) All record of routine test reports shall be maintained by the Supplier at his works for periodic
inspection by the Purchaser.

iii) All test reports of tests conducted during manufacture shall be maintained by the Supplier.
These shall be produced for verification as and when requested for by the Purchaser.

10.0 PACKING AND FORWARDING :

i) All hardware fittings shall be packed in suitably sized, strong and weather resistant wooden
cases / crates. The gross weight of the packing shall not normally exceed 200 kg. to avoid handling
problems.

ii) Suitable cushioning, protective padding, or spacers shall be provided to prevent damage to
or deformation of the hardware during transit and handling.

iii) All identical items shall be dispatched to destination duly assembled and packed. Bolts, Nuts,
Washers, Cotter pins, security clips and split pins etc. shall be packed duly installed and
assembled with the respective parts and suitable measures shall be taken to prevent their transit
loss.

iv) Each component part shall be legibly and indelibly marked with the trademark of the
manufacturer and year of manufacture.

v) All packing cases shall be marked legibly and correctly so as to ensure safe arrival at their
destination and avoid the possibility of goods being lost or wrongly dispatched on account of
faulty or illegible markings. Each wooden case/crate shall have all the markings stenciled on it
in indelible ink.

vi) The scope of supply shall include supply of 2.5% extra quantity of bolts, nuts, washers, split
pins, cotter pins and such other small loose items free of cost.
57

Appendix – I
SYSTEM PARTICULARS

21. Electrical System Data:

a) System Voltage (Kv rms) 220 132


b) Max. voltage (Kv rms) 245 145
c) Lightning impulse withstand 1050 650
voltage (dry & wet) (Kvp)

d) Power frequency withstand 460 280


voltage (wet) (Kvp)

e) Short circuit level 40 Ka for 1 sec 31.5 Ka for 1 sec.


and duration

21. Line Data :

Conductor Particulars :

a) Name : MOOSE ZEBRA PANTHER


ACSR ACSR ACSR
b) Strength and wire diameter :
i) Aluminium : 54/3.53 54/3.53 30/3.00
ii) Steel : 7/3.53 7/3.18 7/3.00

c) Conductor per phase : Single Single Single

d) Configuration : Vertical Vertical Vertical

e) Overall diameter (mm) : 31.77 28.62 21.00

f) Weight (kg/km) : 1998 1621 974

g) Min. ultimate tensile : 159.60 13032 89.67


strength (Kn)

21. Conductor tension at 32 deg.C:


without external load

i) Initial unloaded tension 35% 35% 35%

ii) Final unloaded tension 25% 25% 25%

21. Galvanised Steel Ground wire (Earth wire):

a) Size (strands and wire diameter) (mm) 7/3.15


b) Overall diameter (mm) 9.45
c) Standard weight (kg/km) 432
d) Location of Ground wire One continuous ground wire to run horizontally on
the top of the towers and conductors.
58

21. Tensile load in each Ground wire

i) At min.temp. of Zero deg.C and in still air (kgs.) 1339


ii) At everyday temp of 32 deg.C and still air (kgs.) 1212
iii) At Zero deg.C and 2/3 rds. Of full wind (kgs.) 1524

21. Towers :

a) Span lengths in metres


Towers with Towers with
single Moose/Zebra single Panther

i) Design Span 350 320

ii) Max.Span 400 400

iii) Min Span 100 125

b) Wind on conductor(m/sec) 50 50

LIST OF DRAWINGS

The following outline drawings are attached to this Volume for the information of the Bidders. The
Tender drawings to be furnished by the Bidder shall be distinct and separate from these
specification drawings.

Sl Drawing
No.
1. Single Suspension HW with AGS clamp and fixed AH on both tower & line side
suitable for Moose, Zebra, Panther ACSR Conductor
2. Single Suspension HW with AGS clamp and fixed AH on line side &Adj.AH
on tower side suitable for Moose, Zebra, Panther ACSR Conductor.
3. Double Suspension HW with AGS clamp and fixed AH on both tower & line side
suitable for Moose, Zebra, Panther ACSR Conductor
4. Single Tension HW suitable for Moose, Zebra, Panther ACSR Conductor
5. Double Tension HW suitable for Moose, Zebra, Panther ACSR Conductor
6. Mid Span Compression Joints suitable for Moose, Zebra, Panther ACSR Conductor
7. Repair Sleeves suitable for Moose, Zebra, Panther ACSR Conductor
8. Vibration Dampers suitable for Moose, Zebra, Panther ACSR Conductor
9. Tension Hardware sets suitable for 7/3.15mm HTGS wire.
10. Suspension Hardware sets suitable for 7/3.15mm HTGS wire
11. Mid Span Compression Joints suitable for 7/3.15 mm HTGS wire
59

APPENDIX-II
(To be filled in by the Bidder)

GUARANTEED TECHNICAL PARTICULARS OF HARDWARE FITTINGS


FOR MOOSE,ZEBRA, PANTHER ACSR CONDUCTORS

1. Maker's Name and Address


Hardware components/clamps/PA rods

2. Size and designation of ball and socket with


standard specification to which it conforms

3. Suitable for (Conductor and Size)

4. HARDWARE :
i) Components Material with Minimum breaking strength
Description chemical -------------------------------
Composition Suspension Tension

a) Socket Clevis
b) Ball Clevis
c) Anchor Shackle
d) Clevis Eye
e) Chain Link
f) Yoke Plate
g) Arcing Horn
h) Security Clip
i) Horn Holder Ball Eye
j) Split pin
k) clevis-clevis
l) Ball hook

ii) Whether parts are designed for interchangeability for


different types of string

iii) Standard specifications to which the materials conform

iv) Whether reference detailed drawings with each component


showing tolerances weight, strength etc enclosed.

v) Standard Specification to which galvanizing Confirms

5. SUSPENSION CLAMPS :

i) Components Material with Wt in kg Required No


chemical composition

a) Clamp body
b) Housing
c) Side strap or link
d) Al. Insert of cushion
e) Armour rod
60

f) Slip strength
g) Breaking strength
h) Electrical resistance

6. PREFORMED ARMOUR RODS :

i) Material with chemical composition


ii) Breaking strength
iii) Weight
iv) Conductivity
v) No. of rods per set
vi) Diameter of rod with tolerances
viii) Length of rod with tolerances.
ix) Actual length of each rod long with its helix(mm)
vii) Difference of length between the longest and shortest rod in a set(+/-mm)

7. Elastometer for AGS clamps:


a) Type
b) Moulded on insert
c) Shore hardness
d) Temperature range for which designed (deg.C)

8. TENSION CLAMPS:

i) Components Material with Wt in kg Required No


chemical composition

a) Outer Sleeve
b) Inner Sleeve
c) Jumper
d) Filler plug
f) Bolt, Nuts, & washers.

ii) Dead-end Dimensions . . Length .


Before After Before After
Compression Compression Compression Compression

a) Aluminium
b) Steel

iii) Whether Compression and non-compression zones Yes/No


marked on the sleeves.

iv) Electrical resistances of tension clamp


as a % of equivalent length of conductor.

v) Details of dies and hydraulic compressor


required for compressing sleeves of tension clamp.
61

9. COMPLETE STRING : Suspension Tension


String String
i) Mechanical failing load (kgf)
ii) No deformation load (kgf)

10. Total weight of hardware tested


11. Whether hardware fittings are suitable for hot line
maintenance

12. Whether ball and socket meets the 'GO' and 'NO GO'
gauge test as per IS:2486 (Part-II)
13. Whether the materials covered by this Tender have been fully
type tested and if so, whether the copies of the type test
certificates enclosed to the offer.
14. Packing details of each fitting per package and gross weight.
15. Certification mark(BIS/BS/Any national institution)

Signature of Bidder
With Seal and Date
---------------------------------------------------------------------------------------------------------------------------------------

(To be filled in by the Bidder)

GUARANTEED TECHNICAL PARTICULARS FOR SUSPENSION AND TENSION CLAMPS


FOR GALVANISED STEEL EARTH WIRE
Sl. No. Description Suspension clamp Tension Clamp
(1) (2) (3) (4)
1. Maker's name and Country
2. Type
3. Design as per Drawing No. (give complete
details and dimensions)
4. Manufactured as per ISS
5. Material used
6. Quality of material used
7. make of bolts & nuts, washers used.
8. Ultimate strength of material used
9. Method of manufacture adopted e.g. forging or casting
10. Standard specification to which galvanizing confirms.
11. Minimum slip strength (kg.)
12. Minimum ultimate strength (kg.)
13. Tested to standard specification
14. Total weight of each clamp (kg.)
15. Packing details
16. Certification mark(BIS/BS/Any national institute)
17. Whether the materials covered by this Tender have
been fully type tested and if so, whether the copies
of the type test certificates enclosed to the Tender offer.

Signature of Bidder
With Seal and Date
62

(To be filled in by the Bidder)

GUARANTEED TECHNICAL PARTICULARS FOR MIDSPAN COMPRESSION JOINTS AND


REPAIR SLEEVES FOR ACSR CONDUCTOR AND MIDSPAN COMPRESSION JOINTS FOR
GALVANISED STEEL EARTH WIRE

-----------------------------------------------------------------------------------------------------------------------------------
For MOOSE For ZEBRA For PANTHER For GS
ACSR ACSR ACSR Ground Wire
Conductor Conductor Conductor
Sl.No. Description ---------------------- ---------------------- ---------------------- -----------------

Mid span Repair Mid span Repair Mid span Repair Mid span
Compres- Sleeves compres- Sleeves compres- Sleeves compres-
sion joints sion joints sion joints sion joints
-----------------------------------------------------------------------------------------------------------------------------------------------
(1) (2) (3) (4) (5) (6) (7) (8) (9)
----------------------------------------------------------------------------------------------------------------------------------------
1. Maker's name and Country
2. Type
3. Suitable for (Conductor size)
4. Outer diameter of sleeves (mm)
a) Before Compression
i) Aluminum
ii) Steel
b) After Compression
i) Aluminium
ii) Steel
5. Inner diameter of sleeves Before
Compression (mm)
i) Aluminium
ii) Steel
6. Length of sleeves (mm)
a) Before Compression
i) Aluminium
ii) Steel
b) After Compression
i) Aluminium
ii) Steel
7. Weight of sleeves per joint (kg.)
i) Aluminium
ii) Steel
iii) Total
8. Guaranteed breaking strength of the mid span
joint expressed as percentage of ultimate
tensile strength of conductor/ground wire
given in the specification
9. Conductivity of the compression joint expressed
as percentage of the conductivity of the
conductor/ground wire
10. Full details of the hydraulic compressors
and dies required
11. Guaranteed slip strength of the mid span joints
expressed as percentage of ultimate tensile
strength of conductor/ ground wire
63

-----------------------------------------------------------------------------------------------------------------------------------
For MOOSE For ZEBRA For PANTHER For GS
ACSR ACSR ACSR Ground Wire
Conductor Conductor Conductor
Sl.No. Description ---------------------- ---------------------- ---------------------- -----------------

Mid span Repair Mid span Repair Mid span Repair Mid span
Compres- Sleeves compres- Sleeves compres- Sleeves compres-
sion joints sion joints sion joints sion joints
-----------------------------------------------------------------------------------------------------------------------------------------------
(1) (2) (3) (4) (5) (6) (7) (8) (9)
--------------------------------------------------------------------------------------------------------------------------------------

12. Resistance as percentage of measured resistance


of equivalent length of conductor/Ground wire

13. Standard specification to which the materials


will be manufactured and tested

14. Whether the materials covered by this Tender have


been fully type tested and if so, whether the copies
of the type test certificates enclosed to the Tender offer.

Signature of Bidder
With Seal and Date
--------------------------------------------------------------------------------------------------------------------------------------
64

(To be filled in by the Bidder)

GUARANTEED TECHNICAL PARTICULARS FOR VIBRATION DAMPERS FOR ACSR


CONDUCTOR
--------------------------------------------------------------------------------------------------------------------------------------
Sl. Description For MOOSE ACSR For ZEBRA ACSR ForPANTHER ACSR
No. Conductor Conductor Conductor
-----------------------------------------------------------------------------------------------------------------------------------
(1) (2) (3) (4) (5)
--------------------------------------------------------------------------------------------------------------------------------------
1. Maker's name and Country
2. Type
3. Suitable for (Conductor size)
4. Total weight of each damper (kg.) 6.5 Kg 6.5 Kg 4.5 kg
Diameter of balancing weights (mm) +0.3 or –0 +0.3 or –0 +0.3 or –0
6. Length of balancing weights (mm)
7. Weight of each balancing weight (kg.)
8. Tolerance in balancing weight %
9. Slip strength of steel messenger cable (kg.)
10. Diagram showing power dissipated by the damper
in watts for various frequencies and amplitudes

11. Natural frequency of the damper


a) Upper (Cycles per sec.)
b) Lower (Cycles per sec.)

12. The number of dampers required per span for various span
lengths and their spacing

13. Test reports of the damping characteristics and energy dissipation


14. Whether a write-up explaining the suppression of Aeolian
vibration by vibration dampers is given in the Tender.
15. Damping efficiency of the damper
16. Wind velocity range for which damper will be effective
17. Standards to which materials will be manufactured and tested
18. Packing details
19. Whether the materials covered by this Tender have been fully
type tested and if so, whether the copies of the type test
certificates enclosed to the Tender offer.

Signature of Bidder
With Seal and Date
SECTION – VI

QUALIFICATION REQUIREMENTS FOR BOLTS & NUTS

SPECIFICATION No. EHVT - 44 /2008.

1. The bidder should be a manufacturer who must have designed,


manufactured, tested and supplied at least 40% of the material required as per the
Technical Specification indicated in the “Schedule of Requirement” in one
continuous period of 12 months of the last five years and its financial turnover
during any one year of the last five years should have been equal or more than 100%
value of the material now quoted( lot bidded).

At least 20% of the material required as per “Schedule of Requirements”should be


in successful operation since 2 years as on the date of opening of the Bid.

2. The bidder should furnish the information of all past supplies, satisfactory
performance and turnover particulars in Proforma under Form-9.

3. All bids submitted will also include the following information:

i. Copies of original documents defining the constitution or legal status,


place of registration and principle place of business of the company or
firm or partnership, etc.,

ii. The bidder should furnish a brief write-up, backed with adequate data,
explaining his available capacity and experience (both technical and
commercial) for the manufacture and supply of the required material
within the specified time of completion after meeting all their current
commitments.

iii. The bidder should clearly confirm that all the facilities exist in his factory
for inspection and testing and these will be made available to the
purchaser or his representative for inspection.

iv. Reports on financial standing of the Bidder such as profit and loss
statement, balance sheets and auditor’s report for the past FIVE years, in
support of financial turnover and Banker’s certificates regarding Bank
limits.

4. The bidder shall furnish the copies of type test reports conducted on the material
as specified, at any of the laboratory approved by the Govt. The date of tests shall
not be earlier than 2003. The bid received without type test reports will be treated
as non-responsive.
5. Even though the bidder meets the above qualifying criteria, they are subject to be
disqualified if they have…

a. made misleading or false representations in the forms statements and


attachments submitted in proof of qualification requirements and / or

b. record of poor performance such as not properly completing the contract,


inordinate delays in supply completion, litigation history or financial
failure etc.

6. Not withstanding anything stated above the purchaser reserves the right to assess
bidder’s capability and capacity to perform the contract should circumstances
warrant such an assessment in the overall interest of the purchaser.

CHIEF ENGINEER
CONSTRUCTION/400 KV
SAMPLE FORMS

(To be accompanied with PART-I)


1. BID FORM

Date. .......
TO:
Chief Engineer / Construction 400KV
Vidyut Soudha, Khairathabad
Hyderabad-500082

Gentlemen and/or Ladies:


Having examined the Bidding documents, the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to supply and deliver. .........................
(Description of Materials / equipment) in conformity with the said bidding documents for
the sums as may be ascertained in accordance with the schedule of prices mentioned in
Price Bid and made part of this Bid.

We undertake, if our Bid is accepted, to deliver the Materials / equipment in accordance


with the delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to. 10%
of the Contract Price for the due performance of the Contract, in the form prescribed by
the Purchaser.

We agree to abide by this Bid upto …………….days (For the Bid Validity Period)
specified in Clause and it will remain binding upon us and may be accepted at any time
before the expiration of that period.

Until a formal contract is prepared and executed, this Bid, together with your written
acceptance thereof and your notification of award, will constitute a binding Contract
between us.
We understand that you are not bound to accept the lowest or any bid you may receive.

We certify / confirm that we comply with the eligibility requirements as per clause of the
bidding documents.
Dated this. ...........Day of. .............2004
____________________________
____________________________
[Signature] [In the capacity of]

Duly authorized to sign Bid for and on behalf of _____________________________

(To be accompanied with PART-II)


2. PRICE SCHEDULE

please See the Excel Format

Note: i) Column 1 to 17 shall be filled in item wise by the Bidder both in


figures and words.
ii) For Excise Duty, Sales Tax and other taxes, both percentages and
amounts are to be specified.
iii) Prices are FIRM.
iv) Unloading and Stacking of the materials at the destination stores is
the responsibility of the supplier.
v) Conditional discounts are not accepted.
vi) The Delivery schedules indicated are tentative and subject to
variations while placing the detailed orders. The destinations will
be anywhere in the Andhra Pradesh State
vii) The Bidder shall quote for full quantity of all items of the Lot on
‘single responsibility’ basis.
viii) This Price Schedule should be furnished in Excel Format and Soft
copy (floppy/CD) also to be enclosed.
ix) The size wise requirements of GI Bolts & Nuts and washers will be
intimated while placing the detailed order.

Signature of the Bidder


3.CHECK LIST

1 Whether Bid Form enclosed? (Form-1) Yes / No

2 Whether Bid submitted in two parts i.e., Yes / No


i. Technical & Pre-qualification Bid
ii. Price Bid

3 Whether Price Schedule enclosed in Part-II bid? (Form-2) Yes / No

4. Whether Q.R and Performance statement enclosed? Yes / No


(Form-9)
5 Whether all the documents pertaining to the Pre- Yes / No
qualification requirement i.e. supply and satisfactory
certificates from the purchasers, enclosed with attestation?
6 Details to be furnished by a Manufacturer / Supplier Yes / No
enclosed? (Form-8)
7. Whether Bankers certificate enclosed ( Form-10) Yes / No

8. Whether proof of Turnover enclosed? Yes / No

9. Schedule of Deviation enclosed? (Form-11) Yes / No

10 Whether ‘Declaration Form’ enclosed? (Form-12) Yes / No

11. Whether specimen copies of Test Certificates enclosed? Yes / No

12. Whether adequate Bid Security furnished? Yes / No

13. Whether Guaranteed Technical Particulars furnished? Yes / No

14. Whether soft copy of the bid as per cl. 25.1 furnished? Yes / No

The Bidder shall indicate that all the forms and enclosures indicated in the
checklist furnished are compiled with-

SIGNATURE OF THE BIDDER


4. BID SECURITY FORM

Whereas. .............. (Hereinafter called "the Bidder") has submitted its Bid dated (date of
submission of bid) for the supply of. ....................(Name and /or description of the
Materials / equipment) (hereinafter called "the Bid").

KNOW ALL PEOPLE by these presents that WE. .............(Name of bank) having our
registered office at. ...........(address of bank)(hereinafter called "the Bank"), are bound
unto. ...............(Name of Purchaser) (hereinafter called "the Purchaser") in the sum of
for which payment well and truly to be made to the said Purchaser, the Bank binds itself,
its successors, and assigns by these presents. Sealed with the Common Seal of the said
Bank this day of 2008 .

THE CONDITIONS of this obligation are:

1. If the Bidder
a) Withdraws its Bid during the period of bid validity specified by the Bidder on
the Bid Form; or
(b) Does not accept the correction of errors in accordance with the Bid
Specification, or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser
during the period of bid validity;

(a) fails or refuses to furnish the performance security, in accordance with the
Bid Specification.

(b) fails or refuses to execute the Contract Form if required; or

We undertake to pay the Purchaser up to the above amount upon receipt of


its first written demand, without the Purchaser having to substantiate its
demand, provided that in its demand the Purchaser will note that the
amount claimed by it is due to it, owing to the occurrence of one or both
of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including forty five (45) days after.
……………(Specification Date) the period of the bid validity, and any demand in respect
thereof should reach the Bank not later than the above date.

. ....................
(Signature of the Bank)
NOTE: This will be executed on a Rs.100/- non-judicial stamp paper issued by a
scheduled Bank.
5. PERMANENT BID SECURITY FORM

Whereas the APTRANSCO has afforded a facility to bidders submitting bids in response to
notices of the APTRANSCO calling for bids for supply of materials or rendering of services
permitting bidders who furnish a permanent bid security of Rs.2,50,000/- in the shape of
cash / Govt. securities / Bank Guarantees in lieu of cash to have their bids considered
without separate payment of bid security with each bid; whereas M/s.___________
(company’s name and full address) has offered the guarantee of this _______ bank, the
(name of Bank and full address) towards fixed bid security and the APTRANSCO has
agreed to accept the same and the obligations of the bidder have been incorporated in
agreement dated.___________ which will be read as part of this guarantee; we
____________ bank Ltd., do hereby undertake to indemnify and keep indemnified the
APTRANSCO by reasons of any breach by the bidder afore mentioned of any terms and
conditions of any of the bid quotations or the bids submitted by the bidder which are
considered by the APTRANSCO in accordance with the terms of the agreement dated.____
or the contract entered into pursuant to such bids.

We (Name of the Bank & full address) further agree that the guarantee herein contained will
remain in full force and effect upto and inclusive of the (date of validity) and that it will
continued to be enforceable till all the terms and conditions of the APTRANSCO under or
by virtue of any of the said bid quotations or bids or contracts have been fully complied with
and its claims satisfied or discharged or till all the Chief Engineers of APTRANSCO certify
that the terms and conditions of the said bid quotation have been fully and properly carried
out by the said M/s. (Name of the Bidder & full address) and accordingly discharge the
guarantee subject however that the APTRANSCO will have no right under this bond after
the expiry of three (3) years period from the date of its execution. We the guarantor bank
undertake to pay the amount guaranteed hereunder or such part thereof as required within
one week of the sum being demanded by the APTRANSCO without reference to the
supplier and without questioning the right of the demand. We ____________ bank Ltd.,
lastly undertake not to revoke this guarantee during its currency except with the prior
consent of the APTRANSCO in writing.

Not withstanding anything contained in the foregoing our liability under this guarantee is
restricted to Rs.2,50,000/- (Rupees Two lakh fifty thousand only). Our guarantee will
remain in force until _________. Unless a claim under this guarantee is made against us
within six (6) months from this date all the rights under this guarantee will be forfeited and
we will be relieved and discharged from all liability hereunder.

Dated this the ___ day of (month) (year)


For ___________ Bank Ltd.,

STATION for _

Note :
a. Bank Guarantee should be furnished on Rs.100/- non judicial stamp paper
b. The B.G. should be valid for a period of 3 years in the first instance
c. The date of the agreement will be earlier to or the same as the date of Bank
Guarantee
5(a) Agreement to Permanent Bid Security

Whereas the APTRANSCO has afforded a facility to persons submitting bids in response to
notice of the APTRANSCO calling for bids for supply of materials or rendering of services
permitting bidders who furnish a permanent bid security for Rs.2,50,000/- (Rupees Two
lakhs fifty thousand only) in the shape of cash / Govt. securities / Bank Guarantee in lieu of
cash to have their bids considered without separate payment of bid security with each bid.

Whereas we (name & full address of bidder) hereinafter called the bidder intend to avail of
the said facility and do hereby furnish the fixed permanent bid security of Rs.2,50,000/- in
the shape of Bank Guarantee of the ______(bankers name & address)

IT IS HEREBY AGREED AND DECLARED AS FOLLOWS:

1. The Bank Guarantee furnished herewith will in the first instance be valid for three
(3) years.
2. So long as the Bank Guarantee is in force all bids submitted by the bidder in
response to notices of APTRANSCO inviting bids will be considered by the
APTRANSCO without payment of separate bid security with each bid.
3. If there is any default on the part of the bidder in respect of the bid or the contract
resulting there from the APTRANSCO will have the unilateral right to call upon the
Bank to forthwith pay to the APTRANSCO a sum equivalent to the damages
sustained by the APTRANSCO by reason of such default.
4. Where any such amounts have been claimed from and paid by the Bank, the
APTRANSCO will not be bound to consider any bid of the bidder submits thereafter
unless the Bank Guarantee is restored to the level of Rs.2,50,000/- however, in
special cases the APTRANSCO may consider any bid before the guarantee is
restored to the full amount of Rs.2,50,000/- if a separate bid security is given for the
short fall and the bidder undertakes in writing to make good, the short fall in the
bank guarantee within 2 months of opening of the bids.

Dated this the ___ day of (month) (year)

STATION

Note : The Agreement should be furnished on Rs.50/- non judicial stamp paper
6. CONTRACT FORM

THIS AGREEMENT made the. ....... day of. ............ 200 Between. ..............(Name of
Purchaser) of the one part and. ..........(Name of Supplier) of the other part:

WHEREAS the Purchaser invited bids for certain Materials / equipment and ancillary
services viz.,
.....................(Brief description of Materials / equipment and Services) and has accepted a
bid by the Supplier for the supply of those Materials / equipment and services in the sum
of. .....................(Contract Price in Words and Figures)(hereinafter called "the Contract
Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions will have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.

2. The following documents will be deemed to form and be read and construed as
part of this Agreement, viz.:

(a) the Bid Form and the Price Schedule submitted by the Bidder;
(b) the Schedule of Requirements;
(c) the Technical Specifications;
(d) the General Conditions of Contract;
(e) the Purchaser's Notification of Award.

3. In consideration of the payments to be made by the Purchaser to the Supplier as


hereinafter mentioned, the Supplier hereby covenants with the Purchaser to
provide the Materials / equipment and services and to remedy defects therein in
conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the


provision of the Materials / equipment and services and the remedying of defects
therein, the Contract Price or such other sum as may become payable under the
provisions of the Contract at the times and in the manner prescribed by the
Contract.

Brief particulars of the Materials / equipment and services which will be supplied/
provided by the Supplier are as under:
Sl. Brief Description of Quantity to Unit Price Total Price Delivery
No. Materials / be supplied Rs. Rs. Terms
Equipment &
services

TOTAL VALUE: (Rupees only)

DELIVERY SCHEDULE:

IN WITNESS whereof the parties hereto have caused this Agreement to be executed on
the day and year first above written.

Signed, sealed and Delivered by the


said. ..............................(for the Purchaser)
in the presence of. ................

Signed, Sealed and Delivered by the


said. ..............................(for the Supplier)
in the presence of. ................

NOTE: To be executed on a Rs.100/- Non-judicial stamp paper.


7. PERFORMANCE SECURITY FORM

To: (Name of Purchaser)

WHEREAS………………………………………..(Name of Supplier)
(hereinafter called "the Supplier") has undertaken, in pursuance of Contract
No.............dated.............200 to supply. ................(Description of Materials / equipment
and Services)
(hereinafter called "the Contract").

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier will
furnish you with a Bank Guarantee by a recognized Bank for the sum specified therein as
security for compliance with the Supplier's performance obligations in accordance with
the Contract.

AND WHEREAS we have agreed to give the Supplier a Guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on


behalf of the Supplier, up to a total of. ............................ (Amount of the Guarantee in
Words and Figures) and we undertake to pay you, upon your first written demand
declaring the Supplier to be in default under the Contract and without cavil or argument,
any sum or sums within the limit of................ (Amount of Guarantee) as aforesaid,
without your needing to prove or to show grounds or reasons for your demand or the sum
specified therein.

This guarantee is valid until the. ... day of. ..... 20 .

Signature and Seal of Guarantors


..........................................
Date. .......................20 .
..........................................
..........................................
Address:....................…...
..........................................
..........................................

NOTE: This will be executed on a Rs.100/- non-judicial stamp paper by a scheduled


Bank.
8. DETAILS TO BE FURNISHED BY THE MANUFACTURER / SUPPLIER

1 Specification No. :
2 Name of the Material :
3 Bidder’s vendor Registration No. for this item :
4 Quantity to be procured :
5 Last date and time for submission of Bid :
6 Date and time for opening of Bid :
7 State whether Bid Security is enclosed or :
Permanent Bid Security available
8 State whether the quotation is in Two parts :
9 State whether quoted for full quantity of all items of a :
Lot
10 Whether willing to furnish performance Security B.G. :
@ 10 % if order is placed
11 Details of remittance of Specification cost : Rs.
DD No. Date
12 Whether a local SSI Unit/ Local Unit :
13 Whether APTRANSCO delivery schedule accepted? :
14 Prices whether variable / Firm :
15 Whether any other tax / duty payable. If so give :
details and the same is included / not included.
16 State whether APTRANSO terms of payment are :
accepted.
17 Quantity offered for supply :
18 State whether 90 days validity offered :
19 Whether sample is enclosed (if specified) :
20 Whether the material / equipment offered :
Conforms to the relevant APTRANSCO
Specification
21 Whether you have executed orders of the :
APTRANSCO previously for these items. (Please
give details)
22 Similar details in respect of supplies made to other :
utilities
23 Whether Bid Security exemption letter enclosed, if :
exempted.
24 Whether sales tax clearance certificate enclosed :
25 Whether Income-tax clearance certificate :
Enclosed.

SIGNATURE OF THE BIDDER


9. QUALIFICATION & PERFORMANCE STATEMENTS
Bid No: EHVT – 44/2008
Material Description: Supply of Hardware & Acc for Moose, Zebra,
Panther,HTGS Earthwire
I. Qualifying Requirements as per the Specification
Details Unit Qty
Qty as per Schedule of Requirements MT 201
Supply - 40% of the requirement MT 80
Performance - 20% of the requirement MT 40
Turnover - 100 % of the Estimated value of Lot Rs Lakhs 153
II. Bidders past supply details
S No PARTICULARS Name of the Purchaser and quantity
1 2 3
Quantity supplied during the Type of GI Type of GI Type of GI Total
Purchaser Purchase Purchaser
last five years Bolts&Nuts Bolts&Nuts Bolts&Nuts
Name r Name Name
& Quantity & Quantity & Quantity
1. 2003 – 2004
Supply Qty in MT
Turnover in lakhs
2. 2004 – 2005
Supply Qty in MT
Turnover in lakhs
3 2005 – 2006
Supply Qty in MT
Turnover in lakhs
4 2006 – 2007
Supply Qty in MT
Turnover in lakhs
5 2007 - 2008
Supply Qty in MT
Turnover in lakhs
6 Max supply in
continuous 12 months
period in last five years.
From to
7 Performance for similar
material Qty
8 Year of Type Test
Reports enclosed
Signature of the Signature of the Bidder
Auditor with seal Address and Seal
Note: If the orders in a year are more than 3 the columns are to be inserted suitably.
In item no 6. the details of the Maximum Supply period in which the bidder is meeting the
Qualification are to be furnished with supporting documents. For all the above details
the supporting documents should be enclosed.
10. BANKERS CERTIFICATE

TO WHOM SO EVER IT MAY CONCERN

This is to certify that M/s. ____________________________________________,

having their plant at ______________________________________________________is

our customers and have satisfactory record of transactions. They are having the credit

limits of Rs._________________lakhs in our Bank.

Place: Signature of the Manager


Date: Name:
Bank address and Seal.
11. SCHEDULE OF DEVIATION

TECHNICAL

Sl. Requirements / Specification Deviations Remarks


No. Equipment Clause No.

It is hereby conformed that except for deviations mentioned above, the offer
conforms to all the other features specified in Technical Specification Section
____ of this Bid Document

Place: Signature of the Bidder:

Date: Name:

Business address:

SCHEDULE OF DEVIATION

COMMERCIAL

Sl. Requirements / Specification Deviations Remarks


No. Equipment Clause No.

It is hereby conformed that except for deviations mentioned above, the offer
conforms to all the other features specified in Commercial Specification Section
____ of this Bid Document

Place: Signature of the Bidder:

Date: Name:

Business address:
12. DECLARATION FORM

UNDERTAKING TO BE GIVEN BY THE COMPANY / PARTNERSHIP FIRM /


CONTRACTOR ALONG WITH THE BID

I, _________________________________________________________________
representing the Company / Partnership Firm / Contractor responding to the bid invitation
by the APTRANSCO / APEPDCL / APSPDCL / APNPDCL / APCPDCL vide
Specification No. _______________________________ hereby sincerely and solemnly
affirm and state as follows:

(STRIKE OUT THAT WHICH IS NOT APPLICABLE)

(a) that myself or any of the representatives of my company / firm do not have any
relatives as defined in the appended Annexure in the APTRANSCO / DISCOM.
OR
(b) that the following officers / employees of the APTRANSCO / DISCOM are
related to me and to the representatives of my company / firm and their status in
the APTRANSCO / DISCOMS is as under:

Sl.No. Name of the Officer Designation and APTRANSCO / Relationship


Employee Place of DISCOM
working
1.
2.
3.
4.
5.
6.
It is certified that the information furnished above is true to the best of my
knowledge and belief. It is hereby undertaken that in the event of any of the above
information found to be false or incorrect at the later dated the APTRANSCO / DISCOM
is entitled to terminate the contract / agreement entered into besides recovering damages
as may be found necessary, with due notice.

Signature of the Authorised Representative


DECLARATION TO BE GIVEN BY THE COMPANY / PARTNERSHIP FIRM /
CONTRACTOR AT THE TIME OF ENTERING INTO AGREEMENT WITH
APTRANSCO / DISCOMS:

(STRIKE OUT THAT WHICH IS NOT APPLICABLE)

(a) I declare that myself or any one of the representative of my company / firm do not
have any relatives as defined in the appended annexure in the APTRANSCO /
DISCOM.
OR
(b) that the following officers / employees of the APTRANSCO / DISCOM are
related to me and to the representatives of my company / firm as mentioned
hereunder:

Sl.No. Name of the Officer Designation and APTRANSCO / Relationship


Employee Place of DISCOM
working
1.
2.
3.
4.
5.
6.

It is certified that the information furnished above is true to the best of my


knowledge and belief. It is hereby undertaken that in the event of any of the above
information found to be false at the later dated the APTRANSCO / DISCOM is entitled
to terminate the contract / agreement entered into besides recovering damages as may be
found necessary, with due notice.

Signature of the Authorized Representative


ANNEXURE

LIST OF RELATIVES:

1. Father 14. Daughter’s Husband

2. Mother (including step mother) 15. Daughter’s Son

3. Son (including step son) 16. Daughter’s Son’s Wife

4. Son’s Wife 17. Daughter’s Daughter

5. Daughter (including step daughter) 18. Daughter’s Daughter’s Husband

6. Father’s Father 19. Brother (including step brother)

7. Father’s Mother 20. Brother’s Wife

8. Mother’s Mother 21. Sister (including step sister)

9. Mother’s Father 22. Sister’s Husband

10. Son’s son 23. Son’s Wife’s Father

11. Son’s Son’s Wife 24. Son’s Wife’s Mother


and their

siblings
12. Son’s Daughter 25. Daughter’s Husband’s Father

13. Son’s Daughter’s Husband 26. Daughter’s Husband’s Mother


13. BANK ACCOUNT DETAILS FOR RTGS

1. Name of the Bank :

2. Name of the Branch :

3. Branch code :

2. City
:
4.. Account No.

5. MICR No.

6. IFSC No.

7. Income Tax PAN Number :

8. VAT Registration Number :

9. Date of VAT Registration :

10. Place of VAT Registration :

Signature of the Bidder

$$$
SECTION-VII

PRICE SCHEDULES
PRICE SCHEDULE FOR LOT-1: HARDWARE & ACCESSORIES FOR MOOSE ACSR CONDUCTOR

Price in Rupees

Delivery Quantity Any other taxes Unit Total


Sl. Quantity Ex-Works price Packing & Freight and Excise Educatio APVAT/ Sales Discount
Description of Material Schedule offered by / duties FADS Price Remarks
No. (Nos) per unit Forwarding. Insurance Duty n Cess Tax if any
offered the Bidder (Specify) Price (Rs.)
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
Single Suspension H/w(AGS with FAH
1 type) Suitable for Moose ACSR 4277
Single Suspension H/w(AGS with AAH
2 type) Suitable for Moose ACSR 367
Single Suspension H/w suitable for Moose
3 ( Pilot Type) 1500
Double Suspension H/w (AGS ) suitable
4 for Moose ACSR 90
Single Tension H/w suitable for Moose
5 ACSR 4849
Double Tension H/w suitable for Moose
6 ACSR 201
Mid Span Compression joints suitable for
7 Moose ACSR 1598
TOTAL
PRICE SCHEDULE FOR LOT-2: HARDWARE & ACCESSORIES FOR ZEBRA ACSR CONDUCTOR
Price in Rupees

Delivery Quantity Any other


Sl. Quantity Ex-Works price Packing & Freight and Excise Education APVAT/ Unit FADS Discount Total Price
Description of Material Schedule offered by taxes / duties Remarks
No. (Nos) per unit Forwarding. Insurance Duty Cess Sales Tax Price if any (Rs.)
offered the Bidder (Specify)
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
Single Suspension H/w(AGS with FAH
1 type) suitable for Zebra ACSR 300
Single Suspension H/w(AGS with AAH
2 type) suitable for Zebra ACSR 100
Single Suspension H/w suitable for Zebra
3 (Pilot Type) 600
Single Tension H/w suitable for Zebra
4 ACSR 200
Double Tension H/w suitable for Zebra
5 ACSR 150
Mid Span Compression joints suitable for
6 Zebra ACSR 400
Vibration Dampers suitable for Zebra
7 ACSR 4430
TOTAL
PRICE SCHEDULE FOR LOT-3: HARDWARE & ACCESSORIES FOR PANTHER ACSR CONDUCTOR
Price in Rupees

Delivery Quantity Any other taxes


Sl. Quantity Ex-Works Packing & Freight and Excise Education APVAT/ Unit FADS Discount if Total Price
Description of Material Schedule offered by the / duties Remarks
No. (Nos) price per unit Forwarding. Insurance Duty Cess Sales Tax Price any (Rs.)
offered Bidder (Specify)
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
Single Suspension H/w (AGS with FAH
1 2496
type) suitable for Panther ACSR
Single Suspension H/w (AGS with AAH
2 400
type) suitable for Panther ACSR
Single Suspension H/w suitable for
3 1500
panther (Pilot Type)
Single Tension H/w suitable for Panther
4 4705
ACSR
Double Tension H/w suitable for Panther
5 200
ACSR
Mid Span Compression joints suitable
6 400
for Panther ACSR
Vibration Dampers suitable for Panther
7 26000
ACSR
TOTAL
PRICE SCHEDULE FOR LOT-4: HARDWARE & ACCESSORIES SUITABLE FOR EARTHWIRE
Price in Rupees

Any other
Delivery Quantity Unit
Sl. Quantity Ex-Works Packing & Freight and Excise Education APVAT/ taxes / Discount Total Price
Description of Material Schedule offered by the FADS Remarks
No. (Nos) price per unit Forwarding. Insurance Duty Cess Sales Tax duties if any (Rs.)
offered Bidder Price
(Specify)
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
Tension H/W.with E.B suitable for 7/3.15
1 2472
mm HTGS E/W
Suspension H/W with EB suitable for
2 450
7.13.5 MM HTGS E/W
Midspan Compression Joints Suitable for
3 1454
7/3.15 MM HTGS E/W
TOTAL

You might also like