<<

Bid Document

NIT NO :- DGM /ED- I/2015-2016/04 Dated: 16/03/2016 Name of Work :- Implementation of R-APDRP (Part-B) Scheme under Agartala Project (Town Pratapgarh Area): Design, Engineering, Manufacturing, Supply, testing ,Delivery, Erection,Testing at site & commissioning of 33/11 KV, 2X7.5 MVA,Indoor Type Sub-Station at NSRCC, Netaji Chowmuhani, Agartala with associated 33KV Underground Rampur Substation- NSRCC S/C Line, 33 KV Bay at Rampur including Control room and boundary wall at NSRCC. (Balance Work).

Estimated Cost :- Rs. 1,55,12,109.00

Earnest Money :- Rs. 3,10,242.00

Time for Completion :- 6(Six) Month.

The document contain 240(Two Hundred Forty) pages excluding cover pages

The document issued to: ______Deputy General Manager. Electrical Division No - I Agartala, West Tripura. TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

SECTION-I Notice Inviting Tender for :Implementation of R-APDRP(Part-B) Scheme under Agartala Project(Pratapgarh Town Area): for the work: “Implementation of R- APDRP (Part-B) Scheme under Agartala Project: Design, Engineering, Manufacturing, Supply, testing, Delivery, Erection, Testing at site & commissioning of 33/11 KV, 2X7.5 MVA, Indoor Type Power Sub-Station at NSRCC, Netaji Chowmuhani, Agartala with associated 33KV underground “Rampur Sub-Station-NSRCC S/C Line”,33KV Bay at Rampur including construction of control room building and boundary wall at NSRCC. (Balance Work) The Ministry of Power, Government of India is providing financial assistance toTSECL under Re-structured Accelerated Power Development and Reforms Programme(R-APDRP). Projects under R-APDRP shall be taken up in two parts. Part – A includes the projects for establishment of Base line Data and IT application for energy accounting /energy auditing and IT based consumer service centers. Part-B of theprogramme includes strengthening of regular distribution systems. Under this PART-B scheme of Agartala project, there is provision and sanction for installation of new 2x7.5 MVA, 33/11 KV Substation including all associated equipment & foundation at Town Pratapgarh under Agartala Project. Land for the Substation in Pratapgarh town could not be made available. However Deptt. Of Sports & Affairs agreed to provide land in its NSRCC Complex for setting up the sub-station where from Pratapgarh town area would be fed. The work involves supply, erection, testing & commissioning on Turn Key basis 33/11 KV Power of 2X7.5 MVA capacity including supply, erection, testing & commissioning of all standard equipment for protection and controls with 33KV XLPE insulated Cable line for sub-transmission connectivity. SCOPE OF WORK Scope of work covered under this package includes design, engineering,manufacture, testing, supply, transportation to site, storage, insurance, handling,Erection, testing & commissioning of 33/11 KV,2x 7.5 MVA power transformer, 33 KV indoor type vacuum circuit breaker and other equipment /devices as required including construction of Transformer foundation, foundation for other equipment and also supply, installation & commissioning of 11 KV indoor type vacuum circuit breakers, power & control cable,Structural Steel, related hardware etc. as required including 110 Volt battery bank with charger as specified inschedule of work as per engineering necessities for full completion and successful commissioning of the Sub- station under Electrical Division No-I. 1.0 Scope of work given above is only indicative. The detailed scope has been described in the Schedule of Work attached with this bidding document. ► Bid sale date & Time : 07.05.2016 up 1.30Pm. ►Bid receipt time & date : 09.05.2016 up to 2.0Pm. ►Bid opening time and date (Pre-qualification) : 10.05.2016 at 11.30am ► Bid opening time and date (Techno-commercial) : 10.05.2016 at 3.30Pm. ► Bid opening time and date (Price Bid) : 16.05.2016 at 11.30 am. ►Cost of Bid document : Rs. 5000.00 ►Estimated Cost : Rs. 15512109.00 ►Earnest Money : Rs. 310242.00 ►Completion Period : 6 (Six) Month

Bidder DGM,ED-I Page-1 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

2.0 QUALIFYING REQUIREMENTS FOR BIDDERS To be qualified to bid for the package, the bidder shall have to meet the following minimum criteria: 2.1 The bidder must have designed, manufactured, type tested and supplied 33 KV or above voltage class power transformer(s), Circuit breaker(s). Instrument Transformers etc. and other equipment(s) related to construction & commissioning of 33 KV sub-station which are in successful operation for at least one year prior to last date of submission of bid as per NIT” Or 2.2 The bidder must have done complete construction & commissioning work of at least 1 (one) no. 33KV or above voltage Sub-station including supply, erection, testing and commissioning of all equipment and design & construction of Control room building on turnkey basis in a single award of work which must be in satisfactory operation for at least 1 (One) year prior to last date of submission of bid as per NIT. 2.3 The minimum average annual turnover of the bidder for the last three years shall be not less than 30% of the estimated cost put to tender. 2.4 Bids may be submitted by an individual firm (proprietorship entity) with relevant experience or registered partnership firm or companies registered under companies act or joint ventures of registered firms/companies/proprietorship entity with two constituents only as one of the following. 2.4.1 A single firm of proprietorship entity or registered partnership firms or companies registered under Companies Act, which meets anyone or both the requirements, indicated in para 2.1, 2.2 above and 2.3(Mandatory). 2.4.2 A joint venture of two registered firms/companies/ proprietorship entity, wherein each registered firm/company/ proprietorship entity shall meet any one or both the requirements of para 2.1, 2.2&2.3 above. 2.4.3 The figures of average annual turnovers for each registered firm/company/proprietorship entity shall be added together to determine the bidder’scompliance with the minimum average annual turnover requirement for the package as given at para 2.3 above. 2.5 In case of joint ventures any of the registered firms/companies/ proprietorshipentities shall be authorized to incur liabilities and receive instructions as prime bidder / lead partner for and on behalf of any and all partners of the joint venture and the entire execution of the contract including receipt of payment shall be done exclusively through him. This authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the partners. 2.6 All partners of Joint Venture shall be liable jointly and individually /severally for the execution of the contract in accordance with the contract terms. A copy of the agreement of joint venture partners having such provision shall be submitted with the bid. 2.7 Notwithstanding anything contained herein above, TSECL reserves theright to assess the “capacity and capability” of the bidder to execute the work. 2.8 In addition to the mandatory requirements as specified in Para 2.1, 2.2 & 2.3(mandatory), the following criteria must need to be fulfilled for the Bidder/Lead Partner for this package. “Those parties already engaged in erstwhile Department of Power,Govt. of Tripura or its successor TSECL’s APDRP, RGGVY-Ph-I&II (under XIth & XIIth Plan) works and or any others works, their eligibility would be judged from the satisfactory performance certificates of the controlling officer of the work (not below the rank of Executive Engineer or Deputy General Manager), submission of which is mandatory. Any unsatisfactory performance report will be treated as disqualification of eligibility.”

Bidder DGM,ED-I Page-2 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

2.9 The bidder shall furnish documentary evidence in support of qualifying requirement stipulated above. 2.10 The bidder’s offer must include the following documents to substantiate the qualifying requirement such as: i) Copies of original documents defining the constitution or legal status, placeof registration and principal place of business, written power of attorney of the signatory of the Bidder to commit the Bid ii) Successful completion certificate issued by an Engineer not below rank of Executive Engineer/Deputy General Manager in charge along with supporting photocopies of work order /LOA for the work executed in any 1(one) year out of last 5 financial years. Bidders shall provide details of work of similar nature executed or under execution during last 3 years in the following format. Sl. Description Client LOA Amount Scheduled Actual Brief No. of Name Value obtained completion Completion Reason work of with (in till date time time of similar LOA ` (in ` delay nature Ref. Lakhs) Lakhs) No. &Date

iii) Experience in work of a similar nature and volume for each of the last three years and details of work under way of contractually committed; and clients who may be contacted for further information on those contract. iv) Major items of construction equipment proposed to carry out the contract. v) Details of proposed manufacturers of material/equipment and erection agencies are to be submitted with the bid. vi) Qualification and experience of key site management and technical personal proposed for the contract. vii) Reports on the financial standing of the bidder, such as Profit and loss account & balance sheets and Auditor’s reports etc. for the financial years 2012-13, 2013-14, 2014-15. viii) Evidence of adequacy of working capital and access to line(s) of credit and availability of other financial resources from the scheduled commercial Bank. ix) Authority to seek reference from the Bidder’s Bankers (as per format enclosed). x) Information regarding any litigation, current or during the last five years, inwhich the bidder is involved; the parties concerned, and disputed amount. xi) Proposals for subcontracting any portion of the work amounting to more than 10 percent of the contract price. xii) Financial Turnover should be as per the published audited annual report of the company/bidder/partners of joint venture along with PAN (individual /organization). xiii) Photocopy of valid Tripura Value Added Tax (VAT)/ CST/ Registration certificate. xiv) Photocopy of Service Tax Registration Certificate. xv) Photocopy of PAN card of bidder / all partners of joint venture.

Bidder DGM,ED-I Page-3 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

xvi) The bidder should also substantiate availability (either owned or leased or by procurement against mobilization advance) of the tools, tackles, spare parts etc. for carrying out the work. xvii) PF registration No. ESI code No., insurance coverage under relevant Acts. xviii) Contractor’s license & supervisory certificate of competency for requisite parts. 2.11 The bidder shall furnish the details of all the orders being executed by them and their partners, if any, in erstwhile Department of Power, Govt. of Tripura or its successor TSECL, other state Electricity Board and other Power Utilities for last five years. 2.12 Photocopies of all documents furnished shall be self-authenticated and duly stamped. 2.13 TSECL reserves the right to check the originals, if required. 2.14 Notwithstanding anything stated above, the owner (TSECL) reserves the right to assess the capacity and capability of the bidder to execute the work, should the circumstances warrant such assessment in the overall interest of the owner. 3.0 The Bid Document complete with general condition of contract, technical specification, schedule of quantities & drawings of equipment foundation & bill of materials for equipment support, galvanized steel lattice structures etc. may be seen in the office of the office of the Additional General Manager, Electrical Circle No. I, Old Building, Bidyut Bhavan, North Banamalipur, Agartala on all working days during office hours up to the date fixed for sale of bid documents. 4.0 The bidder shall bear all cost and expenses associated with purchase and submission of its bid including post bid discussions, technical; & other presentation etc., and TSECL will in no case be responsible or liable for those cost, regardless of the conduct or outcome of the bidding process. 5.0 The bidder shall furnish documentary evidence in support of the qualifying requirements stipulated above along with their bid. Bid received without such documents shall be summarily rejected. 6.0 The bidder shall be required to deposit earnest money @ 2.00 % of the estimated cost put to tender subject to maximum of Rs.5.00 lakh in the shape of Demand Draft or Banker Cheque from any schedule bank guaranteed by Reserve Bank of India favoring TRIPURA STATE ELECTRICITY CORPORATIONLIMITED payable at Agartala along with bid in a separate sealed envelope. The earnest money so required to be deposited is adjustable with Contract Performance Guaranty. The successful bidder on award of work shall have to deposit Contract Performance Guaranty equivalent to @10% the LOA Value in the shape of Demand Draft/Banker Cheque in favour of TRIPURA STATE ELECTRICITY CORPORATION LIMITED from any schedule bank guaranteed by Reserve Bank of India payable at Agartala or in the shape of Bank guarantee from a Public Sector / Scheduled Indian Bank guaranteed by Reserve Bank of India . BID NOT ACCOMPANIED WITH REQUISITE BID EARNEST MONEY IN A SEPARATE SEALED ENVELOPE SHALL NOT BE ENTRTAINED AND SHALL BE RETURNED TO THE BIDDER WITHOUT BEING OPENED. 7.0 The bidding documents are not transferable and cost of bidding document is not refundable under any circumstances. 8.0 The original bidding document shall be signed by the bidder(s) on all pages and will be enclosed with the COMMERCIAL/PRICE bidding schedule. All corrections to rates and items in the Bid(s) should be initialed by bidders. Every Page of the Schedule Price Bidding Shall be signed in full by the Bidder(s). Bidder DGM,ED-I Page-4 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

9.0 The Bidder(s) shall have to give a DECLARATION that he/they have gone through the details of the Bidding Document(s) as per format appended with the Bidding Document. 10.0 Address for Communication. Addl. General Manager, Electrical Circle No-I, Tripura State Electricity Corporation Limited Bidyut Bhavan, North Banamalipur Agartala – 799001, West Tripura.

**************

Bidder DGM,ED-I Page-5 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

SECTION-II INSTRUCTION TO BIDDERS 1.0 GENERAL INSTRUCTIONS “The bidders are to satisfy themselves by visiting to the ‘site of work’ as regards the prevailing condition of proposed site, its approaches, transportation facilities, availability of laborers and other availabilities etc. before submission of bid. No claim or excuse on this account will be entertained at any stage later on. The location of the work falls within the jurisdiction of ElectricalDivision No. I, in Agartala which is situated at a distance of about 10 Km. from the nearest Agartala Railway station. However, the goods train come only up to Kumarghat which is 140 Km. away from Agartala. The materials may be transported by road transport through National Highway – 44 from Kumarghat or as may be convenient” 2. 0 COST OF BIDDING The Bidder shall bear all the costs and expenses associated with preparation and submission of its Bid including pre bid/post-bid discussions, technical and other presentation etc. and the TSECL shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 3.0 THE BIDDING DOCUMENT 3.1 CONTENTS OF BIDDING DOCUMENTS The goods and services required, bidding procedures and contract terms are as prescribed in the Bidding Documents. In addition to the Invitation for Bids, the Bidding Documents is a compilation of the following sections: a. Instructions to Bidders b. General Conditions of Contract c. Erection Conditions of Contract d. Standard Technical Specification & Guaranteed Technical Particulars. e. Price Schedule. 3.2 UNDERSTANDING OF BIDDING DOCUMENTS A prospective Bidder is expected to examine all instructions, forms, terms and specifications in the Bidding Documents and fully inform himself as to all the conditions and matters which may in any way affect the scope of work or the cost thereof. Failure to furnish all information required by the Bidding Documents or submission of a Bid not substantially responsive to the Bidding Documents in every respect shall be at the Bidder’s risk and may result in the rejection of its Bid. 4.0 CLARIFICATIONS ON BIDDING DOCUMENTS 4.1 If prospective Bidder finds discrepancies or omissions in the specifications and documents or is in doubt as to the true meaning of any part or requires any clarification on Bidding Documents should make the request / notify theTender inviting Authority of TSECL in writing. The concerned authority of TSECL shall respond in writing to any request for such clarification of the Bidding Documents, which it receives not later than fifteen (15) days prior to the dead line for submission of bids stipulated in tender notice. Written copies of the response (including an explanation of the query but without identifying it ssource) shall be sent to all prospective bidders who purchased the tender document. 4.2 Verbal clarification and information given from any offices of TSECL or its employee(s) or representative (s) shall not in any way be binding on TSECL.

Bidder DGM,ED-I Page-6 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

5.0 AMENDMENT TO BIDDING DOCUMENTS 5.1. At any time prior to the dead line for submission of bids, TSECL may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by amendment (s). 5.2. The amendment shall be notified in writing or by Fax or Post or Email to all prospective Bidders, who have received the Bidding Documents at the address contained in the letter of request for issue of Bidding Documents from the Bidders. TSECL shall bear no responsibility or liability arising out of non-receipt of the same in time or otherwise. 5.3. In order to afford prospective bidders reasonable time to take the amendment into account in preparing their bids, TSECL may, at its discretion, extend the dead line for submission of bids. 5.4. Such amendments, clarifications, etc. shall be binding on the bidders and shall be given due consideration by the bidders while they submit their bids and invariably enclose such documents as a part of the Bid. 6.0 PREPARATION OF BIDS 6.1. LANGUAGE OF BID The Bid prepared by the Bidders and all correspondence and documents relating there to, exchanged by the Bidder and TSECL, shall be written in English language, provided that any printed literature furnished by the bidder may be written in another language so long as accompanied by an English translation of its pertinent passages. Failure to comply with this may disqualify a bid. For purposes of interpretation of the bid, the English translation shall govern. 7.0 LOCAL CONDITIONS 7.1. It shall be imperative on each bidder to fully inform him of all local conditions and factors, which may have any effects on the execution of the contract covered under these documents and specifications. The Owner shall not entertain any request for clarification from bidders, regarding such local conditions. 7.2. It must be under stood and agreed that such factors as above have properly been investigated and considered while submitting the proposals. No claim for financial adjustment to the Contract awarded under these specifications and documents shall be entertained by TSECL. Neither any change in the time schedule of the Contract nor any financial adjustments arising thereof shall be permitted by TSECL. 8.0 DOCUMENTS COMPRISING THE BID The Bids shall be submitted in 3(three) parts in separate sealed envelopes properly super scribing Tender No, Name of Work, and bid opening date as follows: Part-I: Bid guarantee & Pre-qualification Bid Data 1. Containing Bid earnest money as per the stipulations of the Bid Documents in a separate sealed envelope. 2. Containing Documentary Evidence of the Bidder fulfilling the Qualifying Requirements stipulated in the NIT / Bid Document. The document to be submitted shall include copies of the relevant work order / purchase order /Award letters / Agreements etc. and corresponding completion certificates issued by the concerned clients. The Bidder shall also furnish copies of the audited balance sheet and Profit and Loss Accounts for the last three financial years (wrt the bid opening date) In support of their meeting thefinancial qualifying requirement. The Bidder shall also submit professional tax clearance certificate & sales tax clearance certificate and all such other documents deemed necessary in support of their meeting the stipulated qualifying requirement and its credentials.

Bidder DGM,ED-I Page-7 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

Part-I: Technno-Commercial Bid 3. Containing Bidders Technical Proposal, drawings etc. along with his Commercial Terms, Payment Terms in conformity with the Bid Documents. Part-III: Price Bid The price schedule as per the format indicated in the Bid Price Schedule. The price should be quoted both in figures and words. 9.0 SCOPE OF THE PROPOSAL 9.1. The scope of the proposal shall cover all the equipment, equipment foundationas per drawing in the bidding document, Galvanized Steel lattice structures, insulators and fitting fixtures etc. specified under the accompanying Technical Specification & Bidding Schedule ANNEXURES. It shall include the following: i. Detailed design of the 33/11 KV,2x 7.5 MVA Power Transformers, 33 KV Indoor Vacuum Circuit Breaker with Control & Relay Panel, 33 & 11 KV Power Cable, 33 KV Instrument Transformers, 11KV A.B. Switch , 110 Volt VRLA Battery Bank with Charger, 11 KV Indoor type Vacuum Circuit Breaker, Steel Sections (G.I. Channel, G.I. Flat, G.I. Nuts & Bolts and G.I.Pipe etc. as applicable& required for the proposed 33 KV substation. ii. Complete manufacture including shop testing. iii. Providing engineering drawing, design & schematic Electrical lay-out of 33KV Indoor Type Sub-Station with only Transformer in outside control room including survey of total proposed requirement, equipment foundation drawing / Erection Key Diagram, drawings of all equipment and accessories, Operation Manual etc.for approval by TSECL. iv. Packing and transportation from the Manufacturer’s works to the Site. v. Receipt, storage, preservation and conservation of equipment and materials at the Site. vi. Pre-assembly, if any, Erection, Testing and Commissioning of all the equipment. vii. Reliability & Performance Test on completion of Commissioning. viii. Providing Guaranteed Technical Particulars of Equipment / Materials as per format enclosed. 9.2. Bids containing deviations from provisions relating to the following clauses shall be considered as ‘non-responsive’: a) Price Basis and Payments & Price Adjustment: Clause12.0 (Section-II,) & 31.0 (Section- III,) b) Bid Guarantee: Clause 6.0, Section-I c) Contract Performance Guarantee: Clause 6.0, Section-I d) Liquidated Damages: Clause 13.0, General Condition of Contract (Section-III) e) Guarantee: Clause14.0, Section-III f) Payment: Clause 32.0, Section-III. The determination of a Bid’s responsiveness will be based on the contents of the Bid itself without recourse to extrinsic evidence. 9.3. Bids not covering the above entire Scope of Work shall be treated as in complete and hence rejected. 10.0 BID PRICE 10.1 The Bidder shall quote unit rates in the appropriate schedule of the Bid Form.

Bidder DGM,ED-I Page-8 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

10.2 The Bidder shall also/must furnish the price breakup of quoted price of Supply and Erection Price in separate schedule / Schedule or volume of work per unit of equipment foundation work / Cable Trench and controlroom extension work annexed with Bidding Schedule along with Bid Form to indicate the following: i. Ex-works price of Power transformer/Power cable/equipment / Circuit- Breaker and all other materials / Spares / Tools & Plant including price of civil component & others embedded in erection price. ii. Charges for inland transportation and insurance for delivery of the equipments/ materials up to their final destinations. iii. Lump-sum charges towards unloading, storage, insurance, erection, testingand commissioning. iv. Excise duty, Sale Tax, Octroi duty / entry tax, Service tax and any other levies legally payable on the transactions between the Owner and the Bidder. 11. 0 ALTERNATE PROPOSALS 11.1 Bidder shall submit offers that comply with the requirements of the bidding documents, including the basic technical design as indicated in the drawing and specifications. Alternatives will not be considered. 12. 0 PRICE BASIS AND PAYMENTS The Bidder shall quote in the appropriate schedule of the Bid Form, lump sum firm price “ in Rupees only” for the entire Scope of Work (covered under the Bidding Documents) and also the unit rates of the goods it proposes to supply and the services to be rendered under the contract. The Bidder shall also furnish the price break-up in the appropriate schedules of bid form to indicate the following: a. Ex-works price of the equipment / materials (including tools and tackles etc. if any) b. Charges for inland freight and insurance for delivery of the equipment/materials up to their final destinations. c. Lump-sum charges towards erection, testing and commissioning including unloading, storage and insurance. d. Price break up for spares in line with relevant clauses of this section/Bid documents. e. Sale Tax, Excise duty, Service tax and any other levies legally payable on the transaction between the Owner and the Bidder. f. Any other charges as per the requirement of Bid Document/Technical Specification. Source of Fund: The project shall be funded by TSECL with financial assistance from MOP, GOI through their nodal agency PFC as per Terms & conditions of R-APDRP under 11th Plan. 13.0 TAXES AND DUTIES: 13.1. All custom duties, excise duties, sales taxes and other levies payable by the bidders in respect of the transactions between the bidder and their vendors /subsupplierswhile procuring any components, sub-assemblies, raw materials and equipment shall be included in the bid price and no claim on this behalf shall been pertained by TSECL .The bid price shall also be inclusive of excise duty and central sales tax and other levies in respect of the transactions solely between TSECL and the bidder under the Contract. The local sale tax as admissible shall be reimbursable on production of document of actual payment. 13.2. Concessional Sales Tax declaration forms, as admissible, shall be issued to the Contractor,

Bidder DGM,ED-I Page-9 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

on request, for all items (as identified in the price schedule of the Bid) to be supplied directly by the Contractor as well as for the items to be supplied by the Sub- suppliers as sale-in- transit. 13.3. Sales Tax on goods incorporated in the Works: The bidder shall include the Sales Tax on Works Contract, Turnover Tax or any other similar taxes under the Sales Tax Act, as applicable in their quoted bid price and TSECL shall not bear any liability on this account. TSECL shall, however, deduct such taxes at source as per the rules and issue TDS Certificate to the Contractor. 13.4. As regards the Income Tax surcharge or Income Tax and other corporate taxes, the Bidder shall be responsible for such payment to the concerned authorities. 13.5. Service tax, as applicable on services rendered shall be responsibility of the bidder. TSECL shall not bear any liability on this account. 14.0 TIME SCHEDULE: 14.1. The basic consideration and the essence of the Contract shall be strict adherence to the time schedule for performing the specified works. 14.2. The requirement of completion schedule for the works is mentioned in Clause– 1 (Section – I) of this document. 14.3. The completion schedule as stated in Clause – 1 (Section – I) shall be one of the major factors in consideration of the Bids. 14.4. TSECL reserves the right to request for a change in the work schedule during post-bid discussion with successful bidder. 14.5. The successful Bidder shall be required to submit detailed BAR CHART and finalize the same with TSECL, as per the requirement of completion schedule. 15. 0 CONTRACT QUALITY ASSURANCE: 15.1. The Bidder shall include in his proposal, the quality assurance programme containing the overall quality management and procedures which heproposed to follow in the performance of the works during various phases, asdetailed in relevant clause of the General Technical Conditions. 15.2. At the time of award of Contract, the detailed quality assurance programme to be followed for the execution of the contract shall be mutually discussed and agreed to and such agreed programme shall form part of the contract. 16. 0 INSURANCE: The bidder’s insurance liabilities pertaining to the Scope of Work is detailed out in clauses titled insurance in General Terms & Conditions of Contract and in Erection Conditions of Contract. Bidder’s attention is specifically invited to these clauses. The bid price shall include all the cost in pursuance of fulfilling all the insurance liabilities under the Contract. 17. 0 BRAND NAMES: All the equipments/ materials/ Transformers/Circuit Breakers/Insulators/Lightning Arrestors/ Steel Sections/Power Cable/ACSR/Control & Relaypanel/Power cables/ Hardware & Stay Sets/Spares shall be supplied out ofthe ‘list of the makes / manufacturers’ as stipulated in the attached technical specification. Any deviation in this regard shall not be entertained and bids having such deviation shall be rejected. In case brand names arenot specified in the attached technical specification, standard equipments /materials of reputed manufacturer acceptable to TSECL shall be supplied.

Bidder DGM,ED-I Page-10 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

18.0 BID GUARANTEE: 18.1. The Bidder shall furnish, as part of its Bid, earnest money for an amount as specified in the Notice inviting Tender(NIT) in the shape of demand draft only in favor of Tripura State Electricity Corporation Limited payable at Agartala and West Tripura. 18.2. The earnest money is required to protect TSECL against the risk of Bidder’s conduct, which would warrant the earnest money forfeiture pursuant to Para 18.7. 18.3. The earnest money shall be deposited in Indian rupees only. 18.4. Any bid not secured in accordance with para 18.1 and 18.3 above shall berejected by TSECL as non-responsive. 18.5. The earnest money of the unsuccessful Bidders shall be discharged/returned as promptly as possible as but not later than 60 days after the expiration of the period of bid validity prescribed by the Owner. 18.6. The earnest money of the successful Bidder will be released with the performance guarantee required to be furnished on award of contract as per Clause 6.0 of Section – I. 18.7. The earnest money shall be forfeited: a. If a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the bid form; or b. In case of a successful Bidder fails: i) to sign the contract; or ii) to furnish the ‘Contract Performance Guarantee’. 18.8. No interest shall be payable by TSECL on the above earnest money. 19.0 PERIOD OF VALIDITY OF BIDS: 19.1. Bids shall remain valid for 6 (six) calendar months after the date of bid opening prescribed by TSECL, unless otherwise specified in the accompanying Special Conditions of Contract. A Bid valid for a shorter period shall berejected by TSECL as non-responsive. 19.2. In exceptional circumstances, TSECL may solicit the Bidder’s consent to an extension of the period of Bid validity. The request and the response there to shall be made in writing (including cable or fax). The Earnest money provided under Clause 6.0 of Section – I shall also be retained upto the extended period. No interest shall be payable by TSECL for retaining the earnest money upto the extended period. A Bidder may refuse the request without for feiting the earnest money deposited by him. A Bidder granting the request shall SUBMISSION OF BIDS 20.0 FORMAT OF BID: 20.1. The Bidder shall deposit hard copy of uploaded documents of the Bid to the tendering authority of TSECL during opening of Price Bid. 20.2. The hard copy of uploaded documents of the Bid shall be signed by the Bidder or a person or persons duly authorized by the bidder to sign the bidding document. The letter of authorization shall be indicated by written power-of-attorney accompanying the Bid. All pages of the Bid, except for un-amended printed literature, shall be initialed by the person orpersons signing the Bid. 20.3. The Bid shall be uploaded/submitted in two parts as described in clause no. 8 of Section – II. 21. 0 SIGNATURE OF BIDS: 21.1. The Bid must contain the name, residence and place of business of the person or persons making the Bid and shall be signed and sealed by the Bidder with hisusual signature. The Bidder DGM,ED-I Page-11 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

names of all persons signing shall also be typed or printed below the signature. 21.2. Bid by a partnership must be furnished with full names of all partners and besigned with the partnership name, followed by the signature(s) anddesignation(s) of the authorized partner(s) or other authorized representative(s). 21.3. Bids by Corporation / Company must be signed with the legal name of the Corporation/Company by the President, Managing Director or by the Secretary or other person or persons authorized to Bid on behalf of suchCorporation / Company in the matter. 21.4. A Bid by a person who affixes to his signature the word ‘President’, ‘Managing Director’, ‘Secretary’, ‘Agent’, or other designation without disclosing his principal shall be rejected. 21.5. Satisfactory evidence of authority of the person signing on behalf of the Bidder shall be furnished with the Bid. 21.6. The Bidder’s name stated on the proposal shall be exact legal name of the firm. 21.7. Bids not conforming to all the above requirements of para 21 above may be disqualified. 21.7. The original bidding document shall be signed by the bidder(s) on all pages and will be enclosed with the COMMERCIAL/PRICE bidding schedule and all corrections to rates and items in the bid(s) should be initials by the bidder(s). Every page of the schedule price bidding shall be signed in full by the bidder(s). 22.0 SEALING AND MARKING OF BIDS: 22.1. The Bidders shall sealed the “Original” and “Copy of Bid” in an inner and outer envelope, duly marking the envelopes as “Original” and “Copy”. 22.2 The Inner and Outer envelope shall be: a. Address for Communication. Dy. General Manager, Electrical Division No-I, Tripura State Electricity Corporation Limited Banamalipur ,Agartala – 799001, West Tripura. b. Beer (the NIT NO, Name of Work & Date of opening). The Inner envelope shall indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared ”Late” or Rejected”. 22.3 If the outer envelope is not sealed and marked as required by para 22.2(b), TSECL shall assume no responsibility for the bid’s misplacement or premature opening. 22.4 The earnest money must be submitted in a separate sealed envelope. 23.0 DEADLINE FOR SUBMISSION OF BIDS: 23.1. The Bidders have to option of sending the bid by registered post or submitting Bid in person.. Bids submitted by Telex/Telegram/Fax shall not be accepted. No request from any Bidder to TSECL to collect the Bid from airlines, cargo agents etc. shall be entertained. 23.2. Bids shall be received by TSECL at the address specified under para 22.2(a) of Section - II, not later than the time & date mentioned in the Invitation to Bid. 23.3. TSECL may, at its discretion, extend this deadline for the submission of Bids, in which case all rights and obligations of TSECL and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 24. 0 LATE BIDS: 24.1. Any Bid received by TSECL after the time & date fixed or extended for submission of Bids prescribed by TSECL, shall be rejected and /or returned un opened to the Bidder.

Bidder DGM,ED-I Page-12 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

25. 0 MODIFICATION AND WITHDRAWAL OF BIDS: 25.1. The Bidder may modify or withdraw its Bid after the Bid’s submission provided that written notice of the modification or withdrawal is received by TSECL prior to the deadline prescribed for submission of Bids. 25.2. The Bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions of clause 22 of section– II. 25.3. No Bid shall be modified / withdrawn in the interval between the deadline for submission of Bids and the expiration of the period of Bid validity specified by the Bidder on the Bid Form. Withdrawal/modification of a Bid during this interval shall result forfeiture of the earnest money deposited by the bidder. 26.0 INFORMATION REQUIRED WITH THE PROPOSAL: 26.1. The Bids must clearly indicate the name of the manufacturer, the type of model of each principal item of equipment proposed to be furnished and erected. The Bid shall also contain drawings and descriptive materials indicating general dimensions, principles of operation, the extent of pre-assembly involved, major construction equipment proposed to be deployed, method of erection and theproposed erection organizational structure. 26.2. The above information shall be provided by the Bidder in the form of separate sheets, drawings, catalogues, etc. in five copies. 26.3. Any bid not containing sufficient descriptive material to describe accurately the equipment proposed, shall be treated as incomplete and hence rejected. Such descriptive materials and drawings submitted by the Bidder shall be retained byTSECL. Any major departure from these drawings and descriptive materialsubmitted shall not be permitted during the execution of the Contract without specific written permission of TSECL. 26.4. Oral statements made by the Bidder at any time regarding quality, quantity orarrangement of the equipment or any other matter shall not be considered. 26.5. Standard catalogue pages and other documents of the Bidder may be used in the Bid to provide additional information and data as deemed necessary by the Bidder. 26.6. In case the proposal information contradicts specification requirements; the specification requirements shall govern, unless otherwise brought outclearly in the technical / commercial deviation schedule. BID OPENING AND EVALUATION 27. 0 OPENING OF BIDS BY TSECL: 27.1. First the cover containing Earnest money as per clause 6.0 of Section – I, documents shall be opened and then documents of qualifying requirement as per clause 2.0 of Section-I shall be opened. Only those Bidders whose Bid contains Earnest money and documents of qualifying requirements as per the stipulations of Section - I shall be considered eligible for opening of Part-II of the Bid which shall also be opened on the same day. The Price Bid (Part-III) of the eligible bidders on the basis of evaluation of Part-II. Bid shall be opened on a subsequent date. The date of opening of the price Bid (Part-III) shall be notified in writing or by Fax to all qualified Bidders. In case the above schedule date of opening of Bid is declared holiday by the State / Central Govt. the Bid will be opened on the following working day keeping time unaltered. 27.2. The Bid and its all parts shall be opened in the presence of Bidders’representatives (up to 2 persons) who choose to attend at the date and time for opening of bids indicated in the NIT or in case any extension has been given thereto, on the extended bid opening date and time notified to all the Bidders, who have purchased the Bidding Documents. The Bidders’ representatives who are present shall sign a register evidencing their attendance.No person /

Bidder DGM,ED-I Page-13 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

agent shall be allowed to be present during opening of Bid withoutvalid authorization from the concerned bidder. 27.3. The Bidders names, bid prices, modifications, bid withdrawals and the presence or absence of the requisite earnest money and such other details as TSECL, atits discretion, may consider appropriate shall be announced at the opening. 27.4. No electronic recording devices shall be permitted during bid opening. 28.0 CLARIFICATION OF BIDS: 28.1. To assist in the examination, evaluation and comparison of Bids, TSECL may, at its discretion, ask the Bidder for a clarification of its Bid. The request for clarification and the response shall be in writing and no change in the price orsubstance of the Bid shall be sought, offered or permitted. 29. 0 PRELIMINARY EXAMINATION: 29.1. TSECL shall examine the Bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have beenfurnished, whether the documents have been properly signed and whether theBids are generally in order. 29.2. Arithmetical errors shall be rectified on the following basis: If there is a discrepancy between the unit price and the total price that isobtained by multiplying the unit price and quantity, the unit price shall prevail and total price shall be corrected. If there is a discrepancy between words andfigures, the amount in words shall prevail. If the Bidder does not accept thecorrection of the errors as above, his bid shall be rejected and the amount of earnest money shall be forfeited. The Bidder shall ensure that the prices furnished by him are complete. In thecase of not quoting of rates of any item (supply / erection) in the specifiedprice schedules of the Bid Form, TSECL shall be entitled to consider the highestprice of the tender for the purpose of evaluation and for the purpose of award ofthe Contract, use the lowest prices of the tender. 29.3. Prior to the detailed evaluation, TSECL shall determine the substantial responsiveness of each Bid w.r.t. Bidding Documents. For purpose of theseClauses, a substantially responsive Bid is one which conforms to all the termsand conditions of the Bidding Documents without material deviations. Amaterial deviation is one which affects in any way the prices, quality, quantityor delivery period of the equipment or which limits in any way theresponsibilities or liabilities of the Bidder or any right of TSECL as required inthese specifications and documents. TSECL determination of a Bid’sresponsiveness shall be based on the contents of the Bid itself without recourseto extrinsic evidence. 29.4. A Bid determined as not substantially responsive shall be rejected by TSECLand may not subsequently be made responsive by the Bidder by correction ofthe non-conformity. 29.5. TSECL may waive any minor non-conformity or irregularity in a Bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder. 30.0 DEFINITIONS AND MEANINGS: 30.1. For the purpose of the evaluation and comparison of bids, the following meanings and definition shall apply: - a. ‘Bid Price’ shall mean the base price quoted by each Bidder in his proposal for the complete scope of works. b. “Cost Compensation for Deviations” shall mean the Rupee value of deviations from the Bidding Documents, as determined from the Bidder’sproposal. c. “Evaluated Bid Price” shall be the summation of ‘Bid Price’, ‘Differential Price’ and ‘Cost Compensation for Deviations’.

Bidder DGM,ED-I Page-14 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

30.2. Calculation of Differential Price & Cost Compensation for Deviations. 30.2.1 Deviations from the Bidding Documents in so far as practicable shall beconverted to a Rupee value and added to the Bid Price to compensate forthe deviation from the Bidding Documents while evaluating the Bids. Indetermining the Rupee value of the deviations, TSECL shall useparameters consistent with those specified in the specifications and documents and/or other information as necessary and available to TSECL. 31.0 COMPARISON OF BIDS: 31.1. For comparison purposes all the evaluated bid prices shall be in Indian Rupee asunder:- W = M + D Where, W = Total Comparison Price M = Bid Price including ex-works value of equipment/materials and other taxes & duties excluding local taxes,freight and insurance charges, cost of erection /servicesincluding works contract tax and other components of bidprice, if any. D = Cost compensation for deviations calculated according to para30.2.1. above. 31.2. Evaluated bid prices of all the bidders shall be compared among themselves todetermine the lowest evaluated Bid and, as a result of this comparison, thelowest Bid shall be selected for consideration of award of the Contract. 32. 0 CONTACTING THE OWNER: Bids shall be deemed to be under consideration immediately after they areopened and until such time official intimation of award/rejection is made byTSECL to the Bidders. While the bids are under consideration, Bidders and/ortheir representatives or other interested parties are advised to refrain fromcontacting by any means, the Owner and/or his employees/representatives on matters relating to the bids under consideration. TSECL, if necessary, shallobtain clarifications on the bids by requesting for such information from any or all the Bidders, either in writing or through personal contacts as may benecessary. Bidders shall not be permitted to change the substance of the bidsafter the bids have been opened. AWARD OF CONTRACT 33.0 AWARD CRITERIA: 33.1. TSECL shall award the Contract to the successful Bidder whose bid has been determined to be substantially responsive and has been determined astechnically acceptable and lowest evaluated Bid, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.TSECL shall be the sole judge in this regard. 33.2. Further, TSECL reserves the right to award separate Contracts to two or moreparties in line with the terms and conditions specified in the accompanying Technical Specifications. 34.0 OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY ORALL BIDS: 34.1. TSECL reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for suchaction.

Bidder DGM,ED-I Page-15 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

35.0 NOTIFICATION OF AWARD: 35.1. Prior to the expiration of the period of bid validity and extended validity period,if any, TSECL shall notify the successful Bidder in writing by registered letteror by telex or FAX, to be confirmed in writing by registered letter, that his Bidhas been accepted. 35.2. The Notification of Award / Letter of Award shall constitute the formation of the Contract. 35.3. Upon the successful Bidder’s furnishing of Contract Performance Guarantee pursuant to Clause 6.0 of Section – I. TSECL shall promptly notify each unsuccessful Bidder and will discharge its bid guarantee, pursuant to Clause 18 (Section – II) 36. 0 SIGNING OF CONTRACT: 36.1. At the same time as TSECL notifies the successful Bidder that its bid has been accepted, TSECL shall send the Bidder the detailed Letter of Award. 36.2. Within 15(fifteen) days of receipt of the detailed Letter of Award, the successful Bidder shall convey in writing unconditional acceptance of the Letterof Award and shall attend the respective office of TSECL for signing the contract agreement. 37. 0 CONTRACT PERFORMANCE GUARANTEE: 37.1. As a Contract Performance Security, the successful bidder on award of work shall have to deposit a Contract Performance Guaranty equivalent to @10% of the LOA Value in the shape of Demand Draft/Banker Cheque in favour of TRIPURA STATE ELECTRICITY CORPORATION LIMITED from any schedule bank guaranteed by Reserve Bank of India payable at Agartala or in the shape of Bank guarantee from a Public Sector / Scheduled Indian Bank guaranteed by Reserve Bank of India (the latest annual report of the Bank should support compliance of capital adequacy ratio requirement) in the form attached as Annexure – I in favour of TRIPURA STATE ELECTRICITY CORPORATION LIMITED. The guarantee amount shall be equal to ten percent (10%) of the Contract Price and it shall guarantee the faithful performance of the Contract in accordance with the terms and conditions specified in these documents and specifications. The earnest money deposited at the time of tender shall be adjusted with the contract performance guarantee. The contract performance guarantee submitted in the shape of Bank guarantee shall be valid upto guarantee period as per Clause – 14 of section – III. 37.2. The Performance Guarantee shall cover additionally the following guarantees toTSECL: a. The successful Bidder guarantees the successful and satisfactoryoperation of the equipment supplied and erected under the Contract, asper the specifications and documents. b. The successful Bidder further guarantees that the equipment providedand installed by him shall be free from all defects in design, material and workmanship and shall upon written notice from TSECL fully remedyfree of expenses to TSECL such defects as developed under the normaluse of the said equipment within the period of guarantee specified in therelevant clause of the General Terms and conditions. 37.3. The Contract Performance Guarantee is intended to secure the performance of the entire contract. However, it is not to be construed as limiting the damages under clause entitled “Equipment Performance Guarantee” in Technical Specifications and damages stipulated in other clauses in the Bidding Documents. 37.4. The Contract performance Guarantee submitted in the shape of demand draft shall be returned to the Contractor without any interest at the end of successful completion and commissioning of the work against a Bank Guarantee of equivalent amount from any Public Sector / scheduled Indian Bank valid up tothe Guarantee period. The Bank Guarantee such deposited shall be discharged after expiry of Guarantee period.

Bidder DGM,ED-I Page-16 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

37.5. The contract performance Guarantee shall be forfeited: - a) If the contractor fails to start the work as per approved BAR CHART for reasons solely rest on him. b) If the contractor left / suspends the work without prior written intimation to the owner’s Engineer in charge of the work stating thereasons for such suspension of work. c) If the contractor left / suspends the work for reasons which are not acceptable to TSECL. 38.0 CORRUPT OR FRAUDULENT PRACTICES: 38.1. TSECL expects the bidders / suppliers / contractors to observe the highest standards of ethics during the procurement and execution of such contracts.In pursuance of this policy, TSECL a. defines, for the purpose of this provision, the terms set forth below asfollows; i. “Corrupt practice” means offering, giving, receiving or soliciting of anything of value to influence the action of a official in the procurement process or in contract execution, and ii. “Fraudulent practice” means a misrepresentation of facts in order toinfluence a procurement process or the execution of a contract to thedetriment of the owner, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices atartificial non-competitive levels and to deprive the owner from the benefits of free and open competition. b. Will reject a proposal for award if it determines the bidder recommended for award has engaged a corrupt or fraudulent practice incompeting for the contract in question. c. Will declare a firm ineligible, either indefinitely or for a stated period of time, if TSECL at any time determines that the firm has engaged incorrupt / fraudulent practices in competing for, or in executing the contract.

*****************

Bidder DGM,ED-I Page-17 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

SECTION-III GENERAL TERMS & CONDITIONS OF CONTRACT A. INTRODUCTION: 1.0 DEFINITION OF TERMS: 1.1 ‘The Contract’ means the agreement entered into between Tripura State Electricity Corporation Limited and Contractor as per the Contract Agreement signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein. 1.2 ‘Owner’ shall mean TRIPURA STATE ELECTRICITY CORPORATIONLIMITED (TSECL) and shall include their legal representatives, successors and assigns. 1.3 ‘Contractor’ or ‘Manufacturer’ shall mean the Bidder whose bid shall be accepted by TSECL for award of the Works and shall include such successful Bidder’s legal representatives, successors and permitted assigns. 1.4 ‘Sub-contractor’ shall mean the person named in the Contract for any part of the Works or any person to whom any part of the Contract has been sublet by the Contractor with the consent in writing of the owner’s Engineer in charge of the work and shall include the legal representatives, successors and permitted assigns of such person. 1.5 ‘Consulting Engineer’/’Consultant’ shall mean Power Grid Corporation of India Ltd. or any firm or person duly appointed as such from time to time by TSECL .. 1.6 The terms ‘Equipment’, ‘Stores’ and ‘Materials’ shall mean and include equipment, stores and materials to be provided by the Contractor under theContract. 1.7 ‘Works’ shall mean and include the furnishing of equipment, labour and services, as per the Specifications and complete erection, testing and putting into satisfactory operation including all transportation, handling, unloading and storage at the Site as defined in the Contract. 1.8 ‘Specifications’ shall mean the Specifications and Bidding Documents forming a part of the Contract and such other schedules and drawings as may bemutually agreed upon. 1.9 ‘Site’ shall mean and include the land and other places on, into or through which the works and the related facilities are to be erected or installed and anyadjacent land, paths, street or reservoir which may be allocated or used by TSECL or Contractor in the performance of the Contract. 1.10 The term ‘Contract Price’ shall mean the item wise price / lump-sum pricequoted by the Contractor in his bid with additions and/or deletions as may beagreed and incorporated in the Letter of Award, for the entire scope of theworks. 1.11 The term ‘Equipment Portion’ of the Contract price shall mean the ex-works value of the equipment. 1.12 The term ‘Erection Portion’ of the Contract price shall mean the value of field activities of the works including erection, testing and putting into satisfactory operation including successful completion of performance and guarantee tests to be performed at Site by the Contractor including cost of insurances. 1.13 ‘Manufacturer’s Works’ or ‘Contractor’s Works’, shall mean the place of work used by the manufacturer, the Contractor, their collaborators/associate orsub-contractors for the performance of the Contract. 1.14 ‘Inspector’ shall mean TSECL or any person nominated by TSECL from time to time, to inspect the equipment; stores or Works under the Contract and/or theduly authorized representative of TSECL.

Bidder DGM,ED-I Page-18 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

1.15 ‘Notification of Award of Contract’/Letter of Award’/Telex of Award’ shall mean the official notice issued by TSECL notifying the Contractor that his bid has been accepted. 1.16 ‘Date of Contract’ shall mean the date on which Notification of Award ofContract/Letter of Award/Telex of Award has been issued. 1.17 ‘Month’ shall mean the calendar month. ‘Day or ‘Days’, unless herein otherwise expressly defined, shall mean calendar day or days of 24 hours each. 1.18 A ‘Week’ shall mean continuous period of seven (7) days. 1.19 “Writing” shall include any manuscript, type written or printed statement, underor over signature and/or seal as the case may be. 1.20 When the words ‘Approved’. Subject to Approval’, ‘Satisfactory’, ‘Equal to’,‘Proper’, ‘Requested’, ‘As Directed’, ‘Where Directed’, ‘When ‘Determinedby’, ‘Accepted’, ‘Permitted’, or words and phrases of like importance are used, the approval, judgment, direction etc. is understood to be a function of TSECL. 1.21 “Test on Completion” shall mean such tests as prescribed in the Contract to be performed by the Contractor before the work is Taken Over by TSECL. 1.22 ‘Start Up’ shall mean the time period required to bring the equipment covered under the Contract from an inactive condition, when construction is essentially complete, to the state ready for trial operation. The startup period shall include preliminary inspection and checkout of equipment and supporting sub-system, initial operation of the complete equipment covered under the Contract to obtain necessary pre-trial operation data, perform calibration and corrective action, shut down, inspection and adjustment prior to the trial operation period. 1.23 “Initial Operation” shall mean the first integral operation of the complete equipment covered under the Contract with the sub-system and supporting equipment in service or available for service. 1.24 ‘Trial Operation’, Reliability Test’, ‘Trial Run’, ‘Completion Test’ shall mean the extended period of time after the start up period. During this trial operation period, the unit shall be operated over the full load range. The lengthof Trial Operation shall be as determined by the Engineer of TSECL unless otherwise specified elsewhere in the Contract. 1.25 ‘Performance and Guarantee Test’ shall mean all operational checks and tests required to determine and demonstrate capacity, efficiency and operating characteristics as specified in the Contract Documents. 1.26 The term ‘Final Acceptance / Taking Over’ shall mean written acceptance ofthe Works performed under the Contract by TSECL, after successful commissioning/completion of Performance and Guarantee Tests, as specified inthe accompanying Technical Specification or otherwise agreed in the Contract. 1.27 ”Commercial Operation” shall mean the Conditions of Operation in whichthe complete equipment covered under the Contract is officially declared by TSECL to be available for continuous operation at different loads uptoand including rated capacity. Such declarations by TSECL, however, shall notrelieve or prejudice the Contractor of any of his obligations under the Contract. 1.28 ‘Guarantee period’/’Maintenance Period’ shall mean the period during whichthe Contractor shall remain liable for repair or replacement of any defective part of the works performed under the contract. 1.29 ‘Latent Defects’ shall mean such defects caused by faulty designs, material or workmanship which cannot be detected during inspection, testing etc, based on the technology available for carrying out such tests. 1.30 ‘Drawings’, ‘Plans’ shall mean all:

Bidder DGM,ED-I Page-19 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

a) Drawing furnished by TSECL as a basis for Bid Proposals. b) Supplementary drawings furnished by TSECL to clarify and define ingreater detail the intent of the Contract. c) Drawings submitted by the Contractor with his Bid provided such drawings are acceptable to TSECL. d) Drawings furnished by TSECL to the Contractor during the progress of the Work; and e) Engineering data and drawings submitted by the Contractor during the progress of the Work provided such drawings are acceptable to the Executive Engineer in charge of the work. 1.31 “Codes” shall mean the following including the latest amendments and / orreplacement, if any: a) A.S.M.E. Test Codes. b) A.I.E.E. Test Codes. c) American Society of Testing Materials Codes. d) Standards of the Indian Standards Institutions. e) I.E.E.E. standards. f) I.E.C. standards. g) Other Internationally approved standards and / or Rules and Regulations touching the subject matter of the Contract. 1.32 Words imparting ‘Person’ shall include firms, companies, corporation and association or bodies of individuals. 1.33 Terms and expressions not herein defined shall have the same meaning as are assigned to them in the Indian Sale of Goods Act (1930), failing that in the Indian Contact Act (1872) and failing that in the General Clauses Act (1897)including amendments thereof if any. 1.34 In addition to the above the following definitions shall also apply. a) ‘All equipment and materials’ to be supplied shall also mean ‘Goods’. b) ‘Constructed’ shall also mean ‘erected and installed’ c) ‘Contract Performance Guarantee shall also mean ‘Contact Performance Security’ 2.0 APPLICATION: These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the Contract. 3.0 STANDARDS: The Goods supplied under this Contract shall conform to the standards mentioned in the Various Technical Specifications and when no applicable standard is mentioned to the authoritative standard appropriate to the Goods and such standards shall be the latest issued by the concerned institution. 4.0 LANGUAGE AND MEASURES: All documents pertaining to the Contract including specification, Schedules, notices, correspondence, operating and maintenance instructions, drawings orany other writing shall be written in English language. The Metric System of measurement shall be used exclusively in the Contract. 5.0 CONTRACT DOCUMENTS: 5.1 The term “Contract Documents” shall mean and include the following which shall be deemed to form an integral part of the Contract: Bidder DGM,ED-I Page-20 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

a) Invitation of Bid including letter forwarding the Bidding Documents,Instructions to Bidders, General Terms and Conditions of Contract,Erection Conditions of Contract and all other documents included under the Special Conditions of Contract and various other sections. b) Specifications of the equipment to be furnished and erected under the Contract as brought out in the accompanying Technical Specification. c) Contractor’s Bid proposal and the documents attached there-to including the letter of clarifications thereto between the Contractor and TSECL prior to the Award of Contract. d) All the materials, literature, data and information of any sort given by the Contractor along with his bid, subject to the approval of TSECL. e) Letter of Award and any agreed variations of the conditions of the documents and special terms and conditions of contract if any. 6.0 USE OF THE CONTRACT DOCUMENTS AND INFORMATION: The Contractor shall not communicate or use in advertising, publicity, sales releases or in any other medium, photographs or other reproduction of the Works under this contract, or descriptions of the site, dimensions, quantity, quality, or other information, concerning the Works unless prior written permission has been obtained from TSECL. 7.0 JURISDICTION OF CONTRACT: The laws applicable to the Contract shall be the laws in force in India. The Courts of Agartala shall have exclusive jurisdiction in all matters arising under this Contract. 8.0 MANNER OF EXECUTION OF CONTRACT: 8.1 The contractor should attend the concerned office of TSECL within 15(fifteen) days from the date of issue of the Letter of Award to the Contractor for signing the contract agreement. The Contractor shall provide for signing of the Contract, Performance Guarantee, appropriate power of attorney and other requisite materials. 8.2 The Agreement shall be signed in two originals and the Contractor shall be provided with one signed original and the rest shall be retained by TSECL. 8.3 The Contractor shall provide free of cost to TSECL all the engineering data,drawings, and descriptive materials submitted with the Bid, in at least six (6)copies to form a part of the contract immediately after issue of Letter of Award. 8.4 Subsequent to signing of the Contract, the Contractor, at his own cost, shall provide TSECL with at least seven (7) true copies of Agreement and one softcopy including 3(three) hard copies of the approved drawings within fifteen(15) days after the signing of the Contract. 9.0 ENFORCEMENT OF TERMS: 9.1 The failure of either party to enforce at any time any of the provisions of this Contract or any rights in respect thereto or to exercise any option therein provided, shall in no way be construed to be a waiver of such provisions, rightsor options or in any way to affect the validity of the Contract. The exercise by either party of any of its rights herein shall not prejudice either party from exercising the same or any other right it may have under the Contract. 10.0 COMPLETION OF CONTRACT: 10.1 Unless otherwise terminated under the provisions of any other relevant clause, this Contract shall be deemed to have been completed on the date stipulated inthe NIT.

Bidder DGM,ED-I Page-21 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

GUARANTEE & LIABILITIES 11.0 TIME – THE ESSENCE OF CONTRACT: 11.1 The time and the date of completion of the Contract as stipulated in the Contract by TSECL without or with modifications, if any, and so incorporated in the Letter of Award, shall be deemed to be the essence of the Contract. The Contractor shall so organize his resources and perform his Work as to completeit not later than the date agreed to. 11.2 The Contractor shall submit a detailed BAR CHART / PERT NETWORK consisting of adequate number of activities covering various key phases of the Work such as design, procurement, manufacturing, shipment and field erection activities within fifteen (15) days of the date of Notice of Award of Contract.This Bar Chart shall also indicate the interface facilities to be provided by TSECL and the dates by which such facilities are needed. The Contractor shall discuss with TSECL for finalization and approval of the Bar Chart by TSECL.The agreed Bar Chart shall form part of the contract documents. During the performance of the Contract, if in the opinion of the owner’s Engineer in chargeof the work, proper progress is not maintained, suitable changes shall be made in the Contractor’s operations to ensure proper progress without any costimplication to TSECL. The interface facilities to be provided by TSECL inaccordance with the agreed Bar Chart shall also be reviewed while reviewing the progress of the Contractor. 11.3 Based on the agreed Bar Chart fortnightly reports shall be submitted by the Contractor as directed by the owner’s Engineer in charge of the work. 11.4 Subsequent to the finalization of the Bar Chart, the Contractor shall make available to the owner’s Engineer in charge of the work a detailed manufacturing programmed in line with the agreed Contract Bar Chart. Such manufacturing programmed shall be reviewed, updated and submitted to the owner’s Engineer in charge of the work once in every month thereafter. 11.5 The above Bar Charts/manufacturing programme shall be compatible with TSECL computer environment and furnished to TSECL on such media as may be desired by TSECL. 12.0 EFFECTIVENESS OF CONTRACT: The Contract shall be considered as having come into force from thedate of the Notification of Award, unless otherwise provided in theNotification of Award. 13.0 LIQUIDATED DAMAGES: 13.1 For Equipment Portion (Excluding Spares) 13.1.1 If the Contractor fails to successfully complete the commissioning within the time fixed under the Contract, the Contractor shall pay to TSECL as liquidated damages and not as penalty a sum specified for each specified period of delays. The details of such liquidated damages are brought out in the accompanying Special Conditions of Contract. 13.1.2 Equipment and materials will be deemed to have been delivered only when allits components, parts are also delivered. If certain components are not delivered in time, the equipment and materials will be considered as delayed until such time the missing parts are also delivered. 13.1.3 The total amount of liquidated damages for delay under the Contract will be subject to a maximum of 5% of the Contract price. 13.2 For Spares:- 13.2.1 The liquidated damages for delay in supply of spares, beyond the dates stipulated under clause 35 Section - III shall be 1% (One per cent) of the price of undelivered spares, per week or part thereof.

Bidder DGM,ED-I Page-22 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

13.2.2 The total amount of liquidated damages for delay under the Contract shall besubject to a maximum of ten per cent (10%) of the value of spares ordered unless otherwise specifically mentioned in Special Conditions of Contract. 14.0 GUARANTEE: 14.1 The Contractor shall warrant that the equipment shall be new, unused and inaccordance with the contract documents and free from defects in material and workmanship for a period of Twelve (12) calendar months commencing immediately upon the satisfactory commissioning. The Contractor’s liability shall be limited to the replacement of any defective parts in the equipment of his own manufacture or those of his sub-contractors under normal use and arising solely from faulty design, materials and/or workmanship provided always that such defective parts are repairable at the site and are not in the meantime essential in the commercial use of the equipment. Such replaced/defective parts shall be returned to the Contractor unless otherwise arranged. No repairs or replacement shall normally be carried out by owner’s Engineer in charge (Deputy General Manager / Senior Manager) of the work when the equipment is under the supervision of the Contractor’s supervisory engineer. 14.2 In the event of any emergency, where in the judgment of the owner’s Engineer in Charge of work, delay would cause serious loss or damages, repairs oradjustment may be made by him or a third party chosen by him without advance notice to the Contractor and the cost of such work shall be paid by the Contractor. In the event such action is taken by the Deputy General Manager /Senior Manager in Charge of work, the Contractor shall be notified promptly and he shall assist wherever possible in making necessary corrections. This shall not relieve the Contractor of his liabilities under the terms and conditions of the Contract. 14.3 If it becomes necessary for the Contractor to replace or renew any defective portions of the Works, the provision of this clause shall apply to portion of the Works so replaced or renewed until the expiry of Twelve (12) months from the date of such replacement or renewal. If any defects are not remedied within a reasonable time, the Deputy General Manager / Senior Manager in Charge of work may proceed to do the work at the Contractor’s risk and cost, but without prejudice to any other rights which TSECL may have against the Contractor in respect of such defects. 14.4 The repaired or new parts shall be furnished and erected free of cost by the Contractor. If any repair is carried out on his behalf at the site, the Contractor shall bear the cost of such repairs. 14.5 The cost of any special or general overhaul rendered necessary during the maintenance period due to defects in the equipment or defective work carried out by the Contractor shall be borne by the Contractor. 14.6 The acceptance of the equipment by the Deputy General Manager / SeniorManager in Charge of work shall in no way relieve the Contractor of his obligation under this clause. 14.7 In the case of those defective parts, which are not repairable at site but areessential for the commercial operation of the equipment, the Contractor and the Owner’s Engineer in Charge of work shall mutually agree to a programme of replacement or renewal, which shall minimize interruption to the maximumextent in the operation of the equipment. 14.8 At the end of the guarantee period, the Contractor’s liability ceases except for latent defects. For latent defects, the Contractor’s liability as mentioned inclause nos. 14.1 through 14.7 above shall remain till the end of 5 years from the date of commissioning. In respect of goods supplied by sub-contractors to the Contractor, where alonger guarantee (more than 12 months) is provided by such sub-contractor, TSECL shall be entitled to the benefits of such longer guarantee. 14.9 The provisions contained in this clause shall not be applicable: a) If TSECL has not used the equipment according to the generally approved industrial practice and in accordance with the conditions of operations specified and in accordance with operating manuals, if any. Bidder DGM,ED-I Page-23 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

b) In cases of normal wear and tear of the parts to be specifically mentioned by the Contractor in the offer. 15.0 TAXES, PERMITS & LICENCES: The Contractor shall be liable and pay all non-Indian taxes, duties, levies lawfully assessed against TSECL or the Contractor in pursuance of the Contract. In addition, the Contractor shall be responsible for payment of all Indian duties, levies and taxes lawfully assessed against this contract. 16.0 REPLACEMENT OF DEFECTIVE PARTS AND MATERIALS: 16.1 If during the performance of the Contract, owner’s Engineer in charge of the work shall decide and inform in writing to the Contractor that the Contractor has manufactured any equipment, material or part of equipment unsound and imperfect or has furnished any equipment inferior to the quality specified, the Contractor on receiving details of such defects or deficiencies shall at his own expense within Seven (7) days of his receiving the notice, or otherwise, within such time as may be reasonably necessary for making it good, proceed to alter, reconstruct or remove such works and furnish fresh equipment/materials uptothe standards of the specifications. In case, the Contractor fails to do so, the Owner’s Engineer in charge of the work may on giving the Contractor Seven(7) days notice in writing of his intentions to do so, proceed to remove the portion of the works so complained of and at the cost of the Contractor perform all such work or furnish all such equipment/materials. 16.2 The Contractor’s full and extreme liability under this clause shall be satisfied by the payment to TSECL of the extra cost, of such replacement procured including erection as provided for in the Contract, such extra cost being the ascertained difference between the price paid by TSECL for such replacements and the Contract Price by portion for such defective equipment/materials/worksand repayments of any sum paid by TSECL to the Contractor in respect of such defective equipment/material. Should TSECL not so replace the defective equipment/materials, the Contractor’s extreme liability under this clause shall be limited to repayment of all sums paid by TSECL under the Contract for such defective equipment/materials. 17.0 PATENT RIGHTS AND ROYALTIES: Royalties and fees for patents covering materials, articles, apparatus, devices, equipment or processes used in the Works shall be deemed to have been included in the Contract Price. The Contractor shall satisfy all demands that may be made at any time for such royalties or fees and he alone shall be liable for any damages or claims for patent infringements and shall keep TSECL indemnified in that regard. The Contractor shall, at his own cost and expense, defend all suits or proceedings that may be instituted for alleged infringement of any patents involved in the Works, and, in case of an award of damages, the Contractor shall pay for such award. In the event of any suit or other proceedings instituted against TSECL, the same shall be defended at the costand expense of the Contractor who shall also satisfy/comply with any decree, order or award made against TSECL. But it shall be understood that no such machine, plant, work, material or thing has been used by TSECL for any purpose or any manner other than that for which they have been furnished and installed by the Contractor and specified under these specifications. Final payment to the Contractor by TSECL shall not be made while any such suit or claim remains unsettled. In the event any apparatus or equipment, or any part thereof furnished by the Contractor, is in such suit or proceedings held to constitute infringement, and its use is enjoined, the Contractor shall at his optionand at his own expense, either procure for TSECL, the right to continue the use of said apparatus, equipment or part thereof, replace it with non-infringing apparatus or equipment or modify it, so it becomes non-infringing. 18.0 DEFENCE OF SUITS: If any action in court is brought against TSECL for the failure, omission orneglect on the part of the Contractor to perform any acts, matters, or things under the Contract, or for damage or Bidder DGM,ED-I Page-24 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

injury caused by the alleged omission ornegligence on the part of the Contractor, his agents, representatives or his Sub-Contractors, or in connection with any claim based on lawful demands of Sub-Contractors, workmen, suppliers or employees, the Contractor shall in all suchcases indemnify and keep TSECL, from all losses, damages, expenses or decrees arising of such action. 19.0 LIMITATION OF LIABILITIES: The final payment by TSECL in pursuance of the Contract shall mean there lease of the Contractor from all his liabilities under the Contract. Such final payment shall be made only at the end of the Guarantee/Warranty Period, and till such time as the contractual liabilities and responsibilities of the Contractor, shall prevail. All other payments made under the Contract shall be treated as on-account payments. 20.0 POWER TO VARY OR OMIT WORK: 20.1 No alterations, amendments, omissions, suspensions or variations of the Works(hereinafter referred to as ‘variation’) under the Contract as detailed in the Contract Documents, shall be made by the Contractor except as directed in writing by owner’s Engineer in charge of the work, but he shall have full powers subject to the provisions herein after contained, from time to time during the execution of the Contract, by notice in writing to instruct the Contractor to make such variation without prejudice to the Contract. The Contractor shall carry out such variation and be bound by the same conditions as far asapplicable as though the said variations occurred in the Contract Documents. If any suggested variations would, in the opinion of the Contractor, if carried out, prevent him from fulfilling any of his obligations or guarantees under the Contract, he shall notify the Engineer thereof in writing and the Engineer shall decide forthwith whether or not, the same shall be carried out and if the Engineer confirm his instructions, the Contractor’s obligations and guarantees shall be modified to such an extent as may be mutually agreed. Any agreed difference in cost occasioned by any such variation shall be added to or deduced from the Contract Price as the case may be. 20.2 In the event of the Engineer requiring any variation, a reasonable and propernotice shall be given to the Contractor to enable him to work his arrangement accordingly, and in cases where goods or materials are already prepared or any design, drawings or pattern made or work done requires to be altered, a reasonable and agreed sum in respect thereof shall be paid to the Contractor. 20.3 In any case in which the Contractor has received instructions from the DeputyGeneral Manager / Senior Manager in charge of the work as to the requirement of carrying out the alterations or additional or substituted work which either then or later on, shall in the opinion of the Contractor, involve aclaim for additional payment, the Contractor shall immediately and in no case later than Thirty (30) days, after receipt of the instructions aforesaid and before carrying out the instructions, advise the Owner’s Engineer in charge of the workto that effect. But the Owner’s Engineer in charge of the work shall not become liable for the payment of any charges in respect of any such variations, unless the instructions for the performance of the same shall be confirmed in writing by the Deputy General Manager in charge of the work. 20.4 If any variation in the Works results in reduction of Contract Price, the parties shall agree, in writing, to the extent of any change in the price, before the Contractor proceeds with the change. 20.5 In all the above cases, in the event of a disagreement as to the reasonableness of the said sum, the decision of owner’s Engineer in charge of the work shall prevail. 20.6 Notwithstanding anything stated above in this clause, owner’s Engineer incharge of the work shall have the full power to instruct the Contractor, inwriting, during the execution of the Contract to vary the quantities of the items or groups of items in accordance with the provisions of clause entitled ‘Change of Quantity in Section – III’. The Contractor shall carry Bidder DGM,ED-I Page-25 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

out such variations and be bound by the same conditions as though the said variations occurred in the Contract Documents. 21.0 ASSIGNMENT AND SUB-LETTING OF CONTRACT: 21.1 The Contractor may, after informing owner’s Engineer in charge of the work and getting his written approval, assign or sub-let the Contract or any part thereof other than supply of main equipments and any part of the plant for which makes are identified in the Contract. Suppliers of the equipment not identified in the Contract or any change in the identified suppliers shall be subjected to approval by the owner’s Engineer in charge of the work. The experience list of equipment vendors under consideration by the Contractor for this Contract shall be furnished to the owner’s Engineer in charge of the work for approval, prior to procurement of all such items/equipment. Such assignment/sub-letting shall not relieve the Contractor of any obligation, duty or responsibility under the Contract. Any assignment as above, without prior written approval of the owner’s Engineer in charge of the work, shall be void. 21.2 For components/equipment procured by the Contractor for the purposes of the Contract, after obtaining the written approval of TSECL, the Contractor’s purchase specifications and enquiries shall call for quality plan to be submitted by the suppliers along with their proposals. The quality plans called for from the Vendors shall set out, during the various stages of manufacture and installation, the quality practices and procedures followed by the Vendors quality control organization, the relevant reference document/standard used, acceptance level, inspection documentation raised, etc. Such quality plans of the successful vendors shall be discussed and finalized in consultation with the owner’s Engineer in charge (Deputy General Manager / Senior Manager) ofthe work and shall form part of the purchase order/contract between the Contractor and the Vendor. Within three weeks of the release of the purchase orders/contracts for such bought out items/components, a copy of the same without price details but together with detailed purchase specifications, quality plans and delivery conditions shall be furnished to the owner’s Engineer incharge of the work by the Contractor. 22.0 CHANGE OF QUANTITY: 22.1 During the execution of the Contract, TSECL reserves the right to increase ordecrease the quantities of items under the Contract but without any change in unit price or other terms & conditions. Such variations shall not be subjected to any limitation for the individual items but the total variations in all such items including items not covered under the Contract shall be limited to ±25%. 22.2 The Contract price shall accordingly be adjusted based on the unit rates available in the Contract for the change in quantities as above. The base unitrates, as identified in the Contract shall however remain constant during the currency of the Contract, except as provided for in clause 31.0 below. In case, the unit rates are not available in the contract, the same shall be worked out asbelow: - i) If the rates for the additional, altered or substituted work are specified in the contract, the contractor is bound to carry the additional, altered or substituted work at the same rates as are specified in the contract. ii) If the rates for the additional, altered or substituted work are not specifically provided in the contract, the rates will be derived from a similar class of work as are specified in the contract. iii) If the rates for the additional, altered or substituted work includes any work for which no rate is specified in the contract / cannot be derived from the similar class of work in the contract, then such work shall be carried out at the rates which will be determined on the basis of current schedule of rate of TSECL above minus / plus the percentage which the total contract amount bears to the estimated cost put to tender. Provided always if the rate for particular part or parts of the item is not available in the schedule of rates the rate of such part

Bidder DGM,ED-I Page-26 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

or parts will be determined by TSECL of the work on the basis of the prevailing market rate when the work was done. iv) If the rates for the additional, altered or substituted work cannot be determined in the manner specified in sub-clause i, ii & iii above, then the contractor shall within 7(Seven) days of receipt of order to carry out the order, inform the owner’s Engineer in charge of the work of rate which it is his intention to charge for such class of work, supported by analysis of rate or rates claimed, and TSECL shall determine the rate or rates claimed with mutual settlement with the contractor. v) The deviation limit referred to above is the net effect (algebraically sum) of all additions and deductions ordered. vi) Time for the completion for the work shall be extended in the proportion that the altered, additional or substituted work bears to the original contract of the work and the certificate of the owner’s Engineer in charge (DeputyGeneral Manager / Senior Manager) of the work shall be conclusive for approval of the time extension by TSECL. 23.0 PAKCING, FORWARDING AND SHIPMENT: 23.1 The Contractor, wherever applicable, shall after proper painting, pack and crate all equipment in such a manner as to protect them from deterioration and damage during rail and road transportation to the site and storage at the site till the time of erection. The Contractor shall be held responsible for all damages due to improper package. 23.2 The Contractor shall notify the owner’s Engineer in charge of the work of the date of each shipment from his works, and the expected date of arrival at the site. 23.3 The Contractor shall also give all shipping information concerning the weight, size and content of each packing including any other information the owner’s Engineer in charge of the work may require. 23.4 The Contractor shall prepare detailed packing list of all packages andcontainers, bundles and loose materials forming each and every consignment dispatch to Site. The Contractor shall further be responsible for making all necessary arrangements for loading, unloading and other handling, right from his works up to the Site and also till the equipment is erected, tested and commissioned. He shall be solely responsible for proper storage and safe custody of allequipment. 24.0 CO-OPERATION WITH OTHER CONTRACTORS AND CONSULTINGENGINEERS: The Contractor shall agree to cooperate with the TSECL’s Consulting Engineersand freely exchange with them such technical information, as is necessary toobtain the most efficient and economical design and to avoid unnecessary duplication of efforts. The owner’s Engineer in charge (Deputy General Manager / Senior Manager) of the work shall be provided with three copies of all correspondence addressed by the Contractor to the consulting Engineers of TSECL in respect of such exchange of technical information. 25.0 NO WAIVER OF RIGHTS: Neither the inspection by TSECL nor any order by TSECL for payment of money or any payment for or acceptance of, the whole or any part of the Works by the owner’s Engineer in charge of the work, nor any extension of time, norany possession taken by the owner’s Engineer in charge of the work shall operate as a waiver of any provision of the Contract, or of any power herein reserved to TSECL or any right to damages herein provided nor shall any waiver of any breach in the Contract be held to be a waiver of any other or subsequent breach. 26.0 CERTIFICATE NOT TO AFFECT RIGHT OF TSECL AND LIABILITYOF CONTRACTOR: No interim payment certificate of the owner’s Engineer in charge of the work, nor any sum paid on account by TSECL, nor any extension of time for execution of the Works granted by Bidder DGM,ED-I Page-27 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

TSECL shall affect or prejudice the rights of TSECL against the Contractor or relieve the Contractor of his obligation for the due performance of the Contractor, or be interpreted as approval of the Works done or of the equipment furnished and no certificate shall create liability for TSECL to pay for alterations, amendments, variations or additional works not ordered, in writing, by the owner’s Engineer in charge of the work or discharge the liability of the Contractor for the payment of damages whether due, ascertained or certified or not or any sum against the payment of which he is bound to indemnify TSECL, nor shall any such certificate nor the acceptance by him of any sum paid on account or otherwise affect or prejudice the rights of TSECL against the Contractor. 27.0 INSPECTION AND TESTING OF EQUIPMENTS / MATERIALS: 27.1 All major equipment / materials viz. (i) Power Transformer (ii) 33 & 11 KV VCB (iii) 33 KV CT, LA (iv) 33 & 11 KV Power Cable (v) Galvanized Steel Structures (vi) Battery Bank & Charger shall be subjected to pre-dispatch Inspection by TSECL inspecting officer / team of TSECL officials and be dispatched by the contractor only after issuance of ‘Materials Inspection Clearance Certificate (MICC)’ by the such inspecting officer / team of TSECL officials. No Inspection waiver will be considered by TSECL excepting on unavoidable circumstances. For other materials including all loose items the Contractor shall submit routine test certificates of Manufacturer which shall be the basis for acceptance of such materials by TSECL. No such material will be accepted without test certificate. 27.2 After manufacturing or at the stage of dispatch of equipment’s / materials the contractor shall give intimation to the owner’s Engineer in charge of the work for conducting inspection of equipments / materials at manufacture’s works orat recognized testing laboratories to be arranged by the contractor. The intimation shall be made at least 15(fifteen) days before the equipments /materials become ready for dispatch. 27.3. Testing of equipments / materials as specified above shall be conducted at the risk and cost of the contractor. The contractor shall also bear the to and fro traveling, food and lodging charges of the inspecting officer / team of TSECL. The transportation mode should be Air at nearer of manufacturer. 28.0 PROGRESS REPORTS AND PHOTOGRAPHS: During the various stages of the Work in the pursuance of the Contract, the Contractor shall at his own cost submit periodic progress reports as may be reasonably required by the owner’s Engineer in charge of the work with such materials as, charts, Bar Charts, photographs, test certificates, etc. Such progressreports shall be in the form and size as may be required by the owner’s Engineerin charge of the work and shall be submitted in at least Three (3) copies. 29.0 EXTENSION OF TIME: 29.1 TSECL may consider granting time extension for completion of the work if it is felt absolutely essential on fulfillment of following conditions by theContractor:- a) The contractor must apply to the Engineer-In-charge in writing for extension of time so required justifying the necessity. b) Such application must state the grounds which hindered the contractor in the execution of the work within the time as stipulated in the contract document. c) Such application must be made within 30 days of the date on which such hindrance had arisen. d) The Engineer-in charge must be of the opinion that the grounds shown for the extension of time are reasonable and without extension of such time completion of the work is practically impossible. 29.2 The Engineer-In- Charge(Deputy General Manager) will have full powers,but the orders on the application of the Contractor accepted by the Authorities higher than the Engineer-In- Bidder DGM,ED-I Page-28 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

Charge shall be issued by him only after written approval from the concerned authority higher than Engineer-In-Charge. 29.3 The opinion of the Engineer- in- charge (Deputy General Manager), whether the grounds shown for the time are or are not reasonable, is final. If the Engineer- in- charge is of the opinion that the grounds shown by the supplier/contractor are not reasonable and declines to grant extension to time, the supplier/contractor cannot challenge. 30.0 TAKING OVER: Upon successful completion of all the tests to be performed at Site onequipment furnished and erected by the Contractor, the owner’s Engineer incharge of the work shall issue to the Contractor a Taking over Certificate as a proof of the final acceptance of the equipment. Such certificate shall not unreasonably be withheld. CONTRACT SECURITY AND PAYMENTS 31.0 CONTRACT PERFORMANCE GUARANTEE: The Contractor shall furnish Contract Performance Guarantee as specified inClause 6.0 of Section - I for the proper fulfillment of the Contract within Fifteen (15) days of “Notice of Award of Contract.” 32.0 CONTRACT PRICE ADJUSTMENT: “All prices / price components of the contract shall remain firm and no adjustment of price, whatsoever, shall be applicable during the currency of contract” 33.0 PAYMENT: 33.1 The payment to the Contractor for the performance of the Works under the Contract will be made by TSECL as per the guidelines and conditions specifiedherein. All payment made during the Contract shall be on account payments only. The final payment will be made on completion of all Works and oncompletion of Warranty / Guaranty Period including fulfillment by the Contractor of all his liabilities under the Contract. 33.2 Currency of Payment:- All payments under the Contract shall be in Indian Rupees only. 33.3 Due Dates for Payments:- TSECL will make progressive payment as and when the payment is due as per the terms of payment set forth as herein after. 34.0 Mode of Payment:- 34.1 Payment due on supply / erection of Equipment & materials / services shall bemade by the owner’s Engineer in charge of the work through account payee Banker cheque. 34.2 TERMS OF PAYMENT The terms of payments for various activities under the contract are as under. 34.2.1 Price of Supply and Erection:- The terms of payments for price of all equipment / materials and erection are detailed herein after. A) Supply of Equipment / materials excepting Spares, Tools & Plant. i) 70%of the cost of Equipment / materials after: a. Acknowledgement of Letter of Award. b. Submission of contract performance guarantee as perclause 6.0 (Section – I) in the shape of demand draft infavour of Tripura State Electricity Corporation Limited payable at SBI, TLA House Branch, Agartala, WestTripura.. Bidder DGM,ED-I Page-29 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

c. Submission of a detailed Bar Chart based on the workschedule stipulated in the Bid document and its approval by TSECL. d. Signing of contract agreement. e. On production of dispatch documents including thematerial inspection clearance certificate (MICC) issuedby the inspecting officer / team of TSECL. f. Finally, on receipt of materials at site. ii) Balance 20% of the cost of equipment/ Cable/Breakers/ materials etc. after successful erection at site. iii) Balance 10% of the cost of equipment/ Cable/Breakers/ materials etc. after successful commissioning. B) For the Erection Component a. 90% on successful erection of equipment/Cable/Breakers / materials etc. as per lay-out drawing /Erection Schedule / Erection Key Diagram submitted by the bidder and approved by TSECL. b. Balance 10% of the erection cost of equipment / Cable /Breakers / materials etc. after successful commissioning. c. Progressive bill value for erection / laying component shall not be less than Rs.50.00 lakh. C) For the Spares & Tools & Plant a. 100% on receipt of the Spares and T& Plants in full and good condition. 34.2.2 Contract Variations:- All further payments for contract variations in terms of clause 20.0 andSub-clause 22.1 (if any) under the Contract shall be made on submission of invoices with supporting documents by the contractor and on final acceptance by TSECL as stipulated in the Contract document after signing the Contract Agreement.” 34.2.3 Spares 34.2.3.1 The Ex-works price components including packing and forwarding charges of spares shall be paid as indicated below: - a) On receipt and storage at Site and on physical verification by the owner’s Engineer in charge of the work. 35.0 DEDUCTION FROM CONTRACT PRICE: All costs, damages or expenses which TSECL may have paid, for whichunder the Contract, the Contractor is liable, will be deducted from the progressive bill of the contractor. 36.0 SPARES 36.1 All the spares for the equipment under the Contract will, strictly, conform to the specification and documents and will be identical to the corresponding mainequipment / components supplied under the Contract and shall be fully inter changeable. 36.2 All the mandatory spares covered under the Contract shall be produced alongwith the main equipment as a continuous operation and the delivery of the spares will be affected along with the main equipment in a phased mannerand the delivery would be completed by the respective dates for the various categories of equipment as per the agreed Bar chart. In case of recommended spares, the above will be applicable provided the order for the recommended spares has been placed with the Contractor prior to commencement of manufacture of the main equipment 36.3 The quality plan and the inspection requirement finalized for the main equipment will also be applicable for the corresponding spares. Bidder DGM,ED-I Page-30 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

36.4 The Contractor will provide TSECL with the manufacturing drawings, catalogues, assembly drawings and any other documents required by TSECL so as to enable the Owner to identity the recommended spares. Such details will be furnished to TSECL as soon as they are prepared but in any case not later than six months prior to commencement of manufacture of the corresponding main equipment. 36.5 The Contractor will provide TSECL with all the addresses and particulars ofhis sub- suppliers while placing the order on vendors for items /components /equipment covered under the Contract and will further ensure with his vendors that TSECL, if so desires, will have the right to place order (s) for sparesdirectly on them on mutually agreed terms based on offers of such vendors. 36.6 WARRANTY FOR SPARES: The Contractor shall warrant that all spares supplied will be new and in accordance with Contract Documents and will be free from defects in design, materials and workmanship and shall further guarantee as under: 36.6.1 For 3 years operational spares (both mandatory and recommended) a. For any item of spares ordered or to be ordered by TSECL for 3 years operational requirement of the plant which is manufactured as a continuous operation together with the corresponding main equipment/component, the warranty will be 12 months from the scheduled date of commercial operation of the last unit of main equipment under the Contract. In case ofany failure in the original component/equipment due to faulty designs, materialsand workmanship, the corresponding spare parts, if any, supplied will be replaced without any extra cost to TSECL unless a joint examination and analysis by TSECL and the Contractor of such spare parts prove that the defect found in the original part that failed, can safely be assumed not to be present inspare parts. Such replaced spare parts will have the same warranty as applicable to the replacement made for the defective original part/component provided that such replacement for the original equipment and the spare replaced are again manufactured together. The discarded spare parts will become the property of the Contractor as soon as they have been replaced by the Contractor. b. For the item of spares ordered / to be ordered by TSECL for 3 years operational requirement of the equipment, which with the written approval of the Owner, are not manufactured as a continuous operation together with the manufactureof the corresponding main equipment / component, will be warranted for 6000hrs of trouble free operation, if used within a period of 18 months (reckonedfrom the date of delivery at Site). However, if such spare parts are put to useafter 18 months of the delivery at site then the guarantee of such spares willstand valid till the expiry of 36 months from the scheduled date of thecompletion of commissioning of the last unit of equipment or 6000 hrs of trouble free operation after such spares are put in service, whichever is earlier. c. For long Term Requirement. For items of spares that may be ordered by TSECL to cover requirements beyond 3 years of initial operation of the plant, the warranty will be till the expiry of 6000 hrs of trouble free operation if used within a period of 18 months from the date of delivery at Site. For items of spares that may be used after 18months from the date of delivery at Site, the warranty period will be 12 monthsfrom the date they are put to use or 6000 hrs of trouble free operation,whichever is earlier. 36.6.2 The warranty of spares that are not used within 18 months from the respective dates of the delivery at Site covered in Para (b) & (c) above will, however, be subject to the condition that all such spares have been stored / maintained /preserved in accordance with Contractor’s standard recommended practice, if any, and the same have been furnished to TSECL. 36.6.3 To enable TSECL to finalize the requirement of recommended spares which areordered subsequent to placement of order for main equipment in addition tonecessary technical Bidder DGM,ED-I Page-31 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

details, catalogue and such other information brought-outhere-in-above, the Contractor will also provide a justification in support ofreasonableness of the quoted prices of spares which will, inter-alia, includedocumentary evidence that the prices quoted by the Contractor are not higher than those charged by them from other customers in the same period. 36.6.4 In addition to the spares recommended by the Contractor, if TSECL further identifies certain particular items of spares, the Contractor will submit the prices and delivery quotations for such spares within 30 days of receipt of such request with validity period for 6 months for consideration of placement of order for additional spares, if TSECL so desires. 36.6.5 The Contractor shall guarantee the long-term availability of spares to TSECL for the full life of the equipment covered under the Contract. The Contractor shall guarantee that before going out of production of spare parts of theequipment, he shall give at least twelve (12) months advance notice so thatthe latter may order his bulk requirement of spares, if he so desires. Thesame provision will also be applicable to Sub-Contractor of any spares by theContractor or his Sub-Contractors. Further, in case of discontinuance of manufacture of any spares by the Contractor or his Sub-Contractors, the Contractor will provide TSECL, two years in advance, full manufacturing drawings, material specifications and technical information required by TSECLfor the purpose of manufacture of such items. 36.6.6 Further in case of discontinuance of supply of spares by the Contractor or his Sub-contractors, the Contractor will provide TSECL with full information for replacement of such spares with other equivalent makes, if so required by TSECL. 36.6.7 The prices of all future requirements of items of spares beyond 3 years operational requirement will be derived from the corresponding ex-works priceat which the order for such spares have been placed by TSECL as part of mandatory spares or recommended spares. Ex- works order price of future spares shall be computed in accordance with the price adjustment provisions covered under the main Contract excepting that ‘the base indices will becounted from he scheduled date of successful completion of trial operation of the last equipment under the main project and there will be no ceiling on theamount of narration in the prices. The above option for procuring future long term requirement of spares by TSECL shall remain valid for a period of 5 years from successful completion of commissioning of the last unit of equipment. 36.6.8 The Contractor will indicate in advance the delivery period of the items of spares, which TSECL may procure in accordance with above Sub-clause. Incase of emergency requirements of spares, the Contractor would make every effort to expedite the manufacture and delivery of such spares on the basis of mutually agreed time schedule. 36.6.9 In case the Contractor fails to supply the mandatory, recommended or long term spares in accordance with the terms stipulated above, TSECL shall be entitled to purchase the same from alternate sources at the risk and the cost of the Contractor and recover from the Contractor, the excess amount paid by TSECL over the rates worked out on the above basis. In the event of such risk purchase by TSECL, the purchases will be as per the works and procurement policy of TSECL prevalent at the time of such purchases and at his option, may include are presentative of the Contractor in finalizing the purchases. 36.6.10 It is expressly understood that the final settlement between the parties in terms of the relevant clauses of the Bidding Documents shall not relieve the Contractor of any his obligations under the provision of long term availability of spares unless otherwise discharged in writing by TSECL. 37.0 TRANSFER OF THE TITLE: 37.1 This Transfer of Title of equipments / materials shall not be construed tomean the acceptance and the consequent “Taking Over” of equipment andmaterials. The Contractor shall continue to be responsible for the quality and performance of such equipment and materials and for their compliance with the specifications until “Taking Over” and the fulfillment of guarantee provisions of this Contract. Bidder DGM,ED-I Page-32 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

37.2 This Transfer of Title shall not relieve the Contractor from the responsibility for all risks of loss or damage to the equipment and materials as specified under the clause entitled “Insurance” of this Section. 38.0 INSURANCE: 38.1 The Contractor at his cost shall arrange, secure and maintain all insurance as may be pertinent to the Works and obligatory in terms of law to protect his interest and interests of TSECL against all perils detailed herein. The form and the limit of such insurance as defined herein together with the under writer in each case shall be acceptable to TSECL. However, irrespective of such acceptance, the responsibility to maintain adequate insurance coverage at all times during the period of Contract shall be of the Contractor alone. The Contractor’s failure in this regard shall not relieve him of any of his contractual responsibilities and obligations. The insurance covers to betaken by the Contractor shall be in a joint name of TSECL and the Contractor. The Contractor shall, however, be authorized to deal directly with Insurance Company or Companies and shall be responsible in regard to maintenance of all insurance covers. Further the insurance should be in freely convertible currency. 38.2 Any loss or damage to the equipment during handling, transportation, storage, erection, putting into satisfactory operation and all activities to be performed till the successful completion of commissioning of the equipment shall be to the account of the Contractor. The Contractor shall be responsible for preference of all claims and make good the damages or loss by way of repairs and/or replacement of the equipment, damaged or lost. The transfer of title shall not in any way relieve the Contractor of the above responsibilities during the period of Contract. The Contractor shall provide TSECL with copy of all insurance policies and documents taken out by him in pursuance of the Contract. Such copies of documents shall be submitted to TSECL immediately after such insurance coverage. The Contractor shall also inform TSECL 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. 38.3 The perils required to be covered under the insurance shall include, but not be limited to fire and allied risks, miscellaneous accidents (erection risks) workman compensation risks, loss or damage in transit, theft, pilferage, riot,strikes, social unrest and malicious damages, civil commotion, weather conditions, accidents of all kinds, etc. The scope of such insurance shall be adequate to cover the replacement/reinstatement cost of the equipment for all risks upto and including delivery of goods and other costs till the equipment is delivered at Site. The insurance policies to be taken should be on replacement value basis and/or incorporating escalation clause. Notwithstanding the extent of insurance cover and the amount of claim available from the under writers, the Contractor shall be liable to make good the full replacement/rectification value of all equipment/materials and to ensure their availability as per project requirements. 38.4 All costs on account of insurance liabilities covered under the Contract will be to Contractor’s account and will be included in Contract Price, However, TSECL may from time to time, during the pendency of the Contract, ask the Contractor in writing to limit the insurance coverage, risks and in such a case,the parties to the Contract will agree for a mutual settlement, for reduction inContract price to the extent of reduced premium amount. The Contractor, while arranging the insurance shall ensure to obtain all discounts on premium, which may be available for higher volume or for reason of financing arrangement of the project. 38.5 The clause entitled ‘Insurance’ under the Section - IV, covers the additional insurance requirements for the portion of the works to be performed at the Site.

Bidder DGM,ED-I Page-33 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

39.0 LIABILITY FOR ACCIDENTS AND DAMAGES: Under the Contract, the Contractor shall be responsible for loss or damage to the equipment until the successful completion of commissioning as defined else-where in the Bidding Documents. 40.0 DELAYS BY TSECL OR HIS AUTHORISED AGENTS: 40.1 In case the Contractor’s performance is delayed due to any act on the part ofTSECL or his authorized agents, then the Contractor shall be given due extension of time for the completion of the Works, to the extent of such act on the part of TSECL has caused delay in the Contractor’s performance of the Contract. Regarding reasonableness or otherwise of the extension of time, the decision of the TSECL shall be final. 41.0 DEMURRAGE, WHARFAGE, ETC: All demurrage, wharf age and other expenses incurred due to delayed clearance of the material or any other reason shall be to the account of the Contractor. 42.0 FORCE MAJEURE: 42.1 Force majeure is herein defined as any cause which is beyond the control of the Contractor or TSECL as the case may be, which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affects the performance of the Contract, such as: a. Natural phenomena, including but not limited to floods, droughts, earthquakes and epidemics; b. Acts of any Government including but not limited to war, declared or undeclared, quarantines, and embargoes. Provided the contractor shall within Fifteen (15) days from the occurrence of such a cause notify TSECL in writing of such causes, acceptance of which will be given by TSECL after verification. 42.2 The Contractor or TSECL shall not be liable for delays in performing his obligations resulting from any force-majeure cause as referred to and / ordefined above. The date of completion will, subject to hereinafter provided, be extended by areasonable time. 43.0 SUSPENSION OF WORK: 43.1 TSECL reserves the right to suspend and reinstate execution of the wholeor any part of the Works without invalidating the provisions of the Contract. Orders for Suspension or reinstatement of the Works will be issued by TSECL to the Contractor in writing. The time for completion of the works will be extended for a period equal duration of the suspension. 44.0 CONTRACTOR’S DEFAULT: 44.1 If the Contractor shall neglect to execute the Works with due diligence and expertise or shall refuse or neglect to comply with any reasonable order given tohim, in the Contract by the TSECL’s Engineer in charge (Deputy GeneralManager / Senior Manager) of the work in connection with the works or shall contravene the provisions of the Contract, TSECL may give notice in writing to the Contractor to make good the failure, neglect or contravention complained of. Should the Contractor fail to comply with the notice within Thirty (30) days from the date of serving the notice, then and in such case TSECL shall be atliberty to employ other workmen and forth with execute such part of the Works as the Contractor, may have neglected to do or if TSECL shall think fit, without prejudice to any other right he may have under the Contract to take the work wholly or in part out of the Contractor’s hands and re- contract with any other person or persons to complete the works or any part thereof and in that event TSECL shall have free use of all Contractor’s equipment that may have been at the time on the Site in connection with the works without being responsible to the Contractor for

Bidder DGM,ED-I Page-34 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

fair wear and tear thereof and to the exclusion of any right ofthe Contractor over the same, and TSECL shall be entitled to retain and apply any balance which may otherwise be due on the Contract by him to the Contractor, or such part there of as may be necessary, to the payment of the cost of executing the said part of the Work or of completing the Works as the case may be. If the cost of completing of Works or executing a part there of as aforesaid shall exceed the balance due to the Contractor, the Contractor shall pay such excess. Such payment of excess amount shall be independent of the liquidated damages for delay, which the Contractor shall have to pay if the completion of Works is delayed. 44.2 In addition, such action by TSECL as aforesaid shall not relieve the Contractorof his liability to pay liquidated damages for delay in completion of Works as defined in clause 13.0 of this Section. Such action by TSECL as aforesaid, the termination of the Contract under this clause shall neither entitle the Contractor to reduce the value of the Contract Performance Guarantee nor the time thereof. The Contract Performance Guarantee shall be valid for the full valueand for the full period of the Contract including guarantee period. 45.0 TERMINATION OF CONTRACT ON OWNER’S INITIATIVE: 45.1 TSECL reserves the right to terminate the Contract either in part or in full due to reasons stipulated in the clause entitled “Contractor’s Default.” TSECL shall in such an event give Fifteen (15) days notice in writing to the Contractorof his decision to do so. 45.2 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice. 45.3 If the Contractor is an individual or a proprietary concern and the individual orthe proprietor dies and if the Contractor is a partnership concern and one of the partners dies then unless TSECL is satisfied that the legal representatives of the individual contractor or of the proprietor of propriety concern and in the case of partnership, the surviving partners, are capable of carrying out and completing the Contract, TSECL shall be entitled to cancel the Contract asto its uncompleted part without being in any way liable to payment of any compensation to the estate of deceased Contractor and/or to the surviving partners of the Contractor’s firm on account of the cancellation of the Contract. The decision of TSECL that the legal representatives of the deceased Contractor or surviving partners of the Contractor’s firm cannot carry out and complete the Contract shall be final and binding on the parties. RESOLUTION OF DISPUTES 46.0 SETTLEMENT OF DISPUTES: 46.1 Any dispute(s) or difference(s) arising out of or in connection with the Contract shall, to the extent possible, be settled amicably between the parties. 46.2 If any dispute or difference of any kind whatsoever shall arise between Deputy General Manager / Senior Manager in charge of the work and the Contractor, arising out of the Contract for the performance of the Works whether during theprogress of the Works or after its completion or whether before or after thetermination, abandonment or breach of the Contract, it shall, in the first place, be referred to and settled by the Additional General Manager of the concerned circle / General Manager as the case may be , who, within a period of Thirty (30) days after being requested by either party to do so, shall give written notice of his decision to both the parties. 46.3 In the event the Contractor being dissatisfied with any such decision, the matters in dispute shall be referred to arbitration as hereinafter provided. 47.0 ARBITRATION: 47.1 All disputes or differences in respect of which the decision, if any, of the Engineer has not become final or binding as aforesaid shall be settled by arbitration in the manner hereinafter provided. Bidder DGM,ED-I Page-35 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

47.1.1 The arbitration shall be conducted by an arbitrator; to be nominated by TSECL and he will be the sole arbitrator to conduct the arbitration. 47.1.2 The arbitration shall be conducted in accordance with the provisions of the Indian Arbitration & Reconciliation Act, 1996 or any statutory modification thereof. The venue of arbitration shall be at Agartala. 47.2 The arbitrators may, from time to time with the consent of all the parties enlarge the time for making the award. 47.3 The arbitrator shall have full powers to review and / or revise any, decision,opinion, direction, certification or valuation of the Engineer in accordance with the Contract, and neither party shall be limited in the proceedings before such arbitrators to the condense or arguments out before the Engineer for the purpose of obtaining the said decision. 47.4 During settlement of disputes and arbitration proceedings, both parties shall be obliged to carry out their respective obligations under the Contract. 48.0 RECONCILIATION OF ACCOUNTS: The Contractor shall prepare and submit every six months, a statement covering payments claimed and the payments received vis-à-vis the works executed, for reconciliation of accounts with the owner’s Engineer in charge (SeniorManager) of the work. The Contractor shall also prepare and submit a detailed account of Materials received from TSECL and utilized by him for reconciliation purpose.

*************

Bidder DGM,ED-I Page-36 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

ANNEXURE-I PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE (To be stamped in accordance with stamp Act) Ref. …………………………. Bank Guarantee No:. …………………… Date:…………………………… To Tripura State Electricity Corporation Limited Bidyut Bhavan, North Banamalipur, Agartala – 799001, West Tripura. Dear Sir, In consideration of Tripura State Electricity Corporation Limited (hereinafterreferred to as the ‘Owner’, which expression shall unless repugnant to the contest ormeaning thereof include its successors, administrators and assigns) having awarded toM/s ……………………….. with its registered / Head office at…………………………….(hereinafter referred to as ‘Contractor’ which expressionshall unless repugnant to the context or meaning thereof, include its successors,administrators, executors and assigns), a Contract by issued of Owner’s Letter ofAward No……………………..dated………………….and the same having beenacknowledged by the Contractor, resulting in a Contract bearing No.………………dated ………………….valued at ……………for…………………(scope of contract) and the Contactor having agreed to provide aContract Performance Guarantee for the faithful performance of the entire Contractequivalent to …………………………being .(%) per cent) of the said value of theContract to the Owner. We, ……………………………………………………………………… (Name &Address) having its Head Office at…………………………….(hereinafter referred toas the ‘Bank’, which expression shall, unless repugnant to the context or meaningthereof, include its successors, administrators , executors and assigns) do herebyguarantee and undertake to pay the Owner, on demand any or all monies payable by theContractor to the extent of…………………………………………………………………..as aforesaid at any timeup to ………………………… ** (see in note below) …………………………..(days/month/year) without any demur, reservation, contest, recourse or protest and/orwithout any reference to the Contractor.Any such demand made by the Owner on the bank shall be conclusive and bindingnotwithstanding any difference between the Owner and the Contractor or any disputepending before any Court, Tribunal, Arbitrator or any other authority. The Bankundertakes not to revoke this guarantee during its currency without previous consent ofthe Owner and further agrees that the guarantee herein contained shall continue to beenforceable till the Owner discharges this guarantee. The Owner shall have the fullest liberty without affecting in any way the liability of theBank under the guarantee, from time to time to extend the time for performance or theContract by the Contractor. The Owner shall have the fullest liberty, without affectingthis guarantee, to postpone from time to time the exercise of any powers vested in themor of any right which they might have against the Contractor, and to exercise the sameat any time in any manner, and either to enforce or to for bear to enforce any covenants,contained or implied, in the Contact between the Owner and the Contractor or any othercourse or remedy or security available to the Owner. The Bank shall not be released toits obligations under these presents by any exercise by the Owner of its liberty withreference to the matters aforesaid or any of them or by reason of any other act ofomission or commission on the part of the Owner or any other indulgences shown bythe Owner or by any other matter or thing what so ever which under law would, but forthis provision have the effect of relieving the Bank. The bank also agrees that the Owner at its option shall be entitled to enforce thisguarantee against the Bank as a principal debtor, in the first instance withoutproceeding against the Contractor and not

Bidder DGM,ED-I Page-37 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE) withstanding any security or other guaranteethe Owner may have in relation to the Contactor’s liabilities. Notwithstanding anything contained herein above our liability under this guarantee isrestricted to ………..and it shall remain in force upto and including ……………..andshall be extended from time to time for such period (not exceeding one year), as may bedesired M/s …………….on whose behalf this guarantee has been given.Dated this ………………. day of …………………200…………………. At…………… WITNESS …………………………………… …………………………………… (Signature) (Signature) …………………………………… …………………………………… (Name) (Name) …………………………………… …………………………………… (Official Address) (Official Address) Attorney as per Power Of Attorney No. ……………………………. Date ………………………………………. NOTES: ■ This sum shall be ‘ten per cent (10 %)’ of the Contact Price. ** The date will be ninety (90) days after the end of date of ‘Warranty Period’as specified in the Contract. 1. The Stamp Papers of appropriate value shall be purchased in the name ofissuing Bank.

**********************

Bidder DGM,ED-I Page-38 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

SECTION-IV ERECTION CONDITIONS OF CONTRACT 1.0 GENERAL: 1.1 The following shall supplement the conditions already contained in theother parts of these specifications and document and shall govern the portion of the work of this Contract to be performed at Site. 1.2 The Contractor upon signing of the Contract shall, in addition to a Project Coordinator, nominate another responsible officer as his representative at Site suitably designated for the purpose of overall responsibility and co-ordination of the works to be performed at Site. Such person shall function from the Site Office of the Contractor. 2.0 REGULATION OF LOCAL AUTHORITIES: 2.1 The Contractor shall comply with all the rules and regulations of localauthorities during the performance of his field activities. He shall also comply with the Minimum Wages Act, 1948 and the Payment of Wages Act (both of the Government of India) and the rules made there underin respect of any employee or workman employed or engaged by him or his Sub- Contractor. 2.2 All registration and statutory inspection fees, if any, in respect of his work pursuant to this Contract shall be to the account of the Contractor. However, any registration, statutory inspection fees lawfully payable under any statutory laws and its amendments from time to time during erection in respect of the equipment ultimately to be owned by the Owner, shall be to the account of TSECL. Should any such inspection or registration need to be re- arranged due to the fault of the Contractor or his Sub-Contractor, the additional fees to such inspection and/orregistration shall be borne by the Contractor. 3.0 OWNER’S LIEN ON EQUIPMENT: TSECL shall have a lien on all equipment including those of the Contractor brought to the Site for the purpose of erection, testing and commissioning of the equipment to be supplied & erected under the Contract. TSECL shall continue to hold the lien on all such equipment throughout the period of Contract. No material brought to the Site shall be removed from the Site by the Contractor and/or his Sub-Contractors without the prior written approval of the Engineer. 4.0 INSPECTION, TESTING AND INSPECTION CERTIFICATES: The provisions of the clause entitled Inspection, Testing and Inspection Certificates under Technical Specification, General Terms & Conditions (GTC) shall also be applicable to the erection portion of the Works. The Deputy General Manager in charge of the work shall have the right to re-inspect any equipment though previously inspected at the Contractor’sworks, before and after the same are erected at Site. If by the above inspection, the Deputy General Manager in charge of the work rejects any equipment, the Contractor shall make good for such rejections either by replacement or modification / repairs as may be necessary to the satisfaction of TSECL. Such replacements shall also include the replacements or re-execution of such of those works of other Contractors and/or agencies, which might have got damaged or affected by the replacements or re-work done to the Contractor’s work. 5.0 ACCESS TO SITE AND WORKS ON SITE: 5.1 Suitable access to the Site shall be afforded to the Contractor by TSECL in reasonable time. 5.2 In the execution of the works, no person other than the Contractor or his duly appointed representative, Sub-Contractor and workmen, shall be allowed to do work on the Site, except by the special permission, inwriting of the site Engineer (Senior Manager) of TSECL or his representative.

Bidder DGM,ED-I Page-39 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

6.0 CONTRACTOR’S SITE OFFICE ESTABLISHMENT: The Contractor shall establish a Site Office at the Site and keep postedan authorized representative for the purpose of the Contract. Any written order or instruction of the Deputy General Manager / Senior Managerin charge of the work or his duly authorized representative shall be communicated to the said authorized resident representative of the Contractor and the same shall be deemed to have been communicated to the Contractor at his legal address. 7.0 CO-OPERATION WITH OTHER CONTRACTORS: 7.1 The Contractor shall co-operate with all other Contractors or tradesmen of TSECL, who may be performing other works on behalf of TSECL and the workmen who may be employed by TSECL and doing work in the vicinity of the Works under the Contract. The Contractor shall also so arrange to perform his work as to minimize, to the maximum extent possible, interference with the work of other Contractors and their workmen. Any injury or damage that may be sustained by the employees of the other Contractors and TSECL, due to the Contractor’s work shall promptly be made good at the Contractor’s own expense. The site Engineer (Senior Manager) of TSECL shall determine the resolution of any difference or conflict that may arise between the Contractor and other Contractors or between the Contractor and the workmen of TSECL in regard to their work. If the work of the Contractor is delayed because of any acts of omission of another Contractor, the Contractor shall have no claim against TSECL on that account other than an extension of time for completing his Works. 7.2 The Site Engineer of TSECL shall be notified promptly by the Contractor of any defects in the other Contractor’s works that could affect the Contractor’s Works. The Engineer shall determine the corrective measures if any required rectifying this situation after inspection of the works and such decisions by the Engineer shall be binding on the Contractor. 8.0 DISCIPLINE OF WORKMEN: The Contractor shall adhere to the disciplinary procedure set by the site Engineer of TSECL in respect of his employees and workmen at Site. The Engineer shall be at liberty to object to the presence of any representative or employee of the Contractor at the Site, if in the opinion of the Engineer such employee has misconduct himself or is incompetent or negligent or otherwise undesirable and then the Contractor shall remove such a person objected to and provide in his place a competent replacement. 9.0 CONTRACTOR’S FIELD OPERATION: 9.1 The Contractor shall keep the site Engineer of TSECL informed inadvance regarding his field activity plans and schedules for carrying-out each part of the works. Any review of such plan or schedule or methodof work by the site Engineer of TSECL shall not relieve the Contractorof any of his responsibilities towards the field activities. Such reviews shall also not be considered as an assumption of any risk or liability by TSECL or any of his representatives and no claim of the Contractor shallbe entertained because of the failure or inefficiency of any such plan or schedule or method of work reviewed. The Contractor shall be solely responsible for the safety, adequacy and efficiency of plant and equipment and his erection methods. 9.2 The Contractor shall have the complete responsibility for the conditions of the Work-Site including the safety of all persons employed by him or his Sub-Contractor and all the properties under his custody during the performance of the work. This requirement shall apply continuously till the completion of the Contract and shall not be limited to normal working hours. The construction review by the site Engineer of TSECL is not intended to include review of Contractor’s safety measures in, on or near the work Site, and their adequacy or otherwise.

Bidder DGM,ED-I Page-40 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

10.0 PHOTOGRAPHS AND PROGRESS REPORT: 10.1 The Contractor shall furnish Three (3) prints each to the Site Engineerof progress photographs of the work done at Site. Photographs shall be taken as and when indicated by the Site Engineer of TSECL or his representative. Photographs shall be adequate in size and number to indicate various stages of erection. Each photograph shall contain the date, the name of the Contractor and the title of the photograph. 10.2 The above photographs shall accompany the monthly progress report detailing-out the progress achieved on all erection activitiesas compared to the schedules. The report shall also indicate the reasons for the variance between the scheduled and actual progress and the action proposed for corrective measures, wherever necessary. 11.0 MAN-POWER REPORT: 11.1 The Contractor shall submit to the Site Engineer of TSECL, on the firstday of every month, a man hour schedule for the month, detailing theman hours scheduled for the month, skill-wise and area-wise. 11.2 The Contractor shall also submit to the Site Engineer of TSECL, on the first day of every month, a man power report of the previous month detailing the number of persons scheduled to have been employed andactually employed, skill-wise and the areas of employment of such labor. 12.0 PROTECTION OF WORK: The Contractor shall have total responsibility for protecting his works till it is finally taken over by TSECL. No claim shall be entertained by TSECL for any damage or loss to the Contractor’s works and the Contractor shall be responsible for complete restoration of the damaged works to original conditions to comply with the specification and drawings, should any such damage to the Contractor’s works occur because of any other party not being under his supervision or control. The Contractor shall make his claim directly with the party concerned. If disagreement or conflict or dispute develops between the Contractor and the other party or parties concerned regarding the responsibility for damage to the contractor’s works, the same shall be resolved as per the provisions of the Clause 7.0 above entitled “Cooperation with other Contractors”. The Contractor shall not cause any delay in the repair of such damaged works because of any delay in the resolution of such dispute. The Contractor shall proceed to repair the Work immediately and no cause thereof will be assigned pending resolution of such disputes. 13.0 EMPLOYMENT OF LABOUR: 13.1 The Contractor shall be expected to employ on the work only his regular skilled employees with experience of this particular work. No female labour shall be employed after darkness. No person below the age ofeighteen years shall be employed. 13.2 All traveling expenses including provisions of all necessary transport to and from Site, lodging allowances and other payments to the Contractor’s employees shall be the sole responsibility of the Contractor. 13.3 The hours of work on the Site shall be decided by the site Engineer (Senior Manager) of TSECL and the Contractor shall adhere to it.Working hours shall normally be Eight (8) hours per day – Monday through Saturday and may have to be extended in the interest of work. 13.4 The Contractor’s employees shall wear identification badges while on work at Site. 13.5 In case TSECL becomes liable to pay any wages or dues to the labour or any Government agency under any of the provisions of the Minimum Wages Act, Workmen Compensation Act, Contract Labour Regulation Abolition Act or any other law due to act of omission of the Contractor, TSECL may make such payments and shall recover the same from the Contractor’s bills.

Bidder DGM,ED-I Page-41 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

14.0 FACILITIES TO BE PROVIDED: By the Contractor 14.1 Tools, tackles and scaffoldings The Contractor shall provide all the construction equipment, tools, tackles and scaffoldings required for pre-assembly, erection, testing and commissioning of the equipment covered under the Contract. He shall submit a list of all such materials to the site Engineer of TSECL before the commencement of pre-assembly at Site. These tools and tackles shall not be removed from the Site without the written permission of the site Engineer. 14.2 First – aid:- The Contractor shall provide necessary first-aid facilities for all his employees, representatives and workmen working at the Site. Enough number of Contractor’s personnel shall be trained in administering first– aid. 14.3 Cleanliness:- The Contractor shall be responsible for keeping the entire area allotted to him clean and free from rubbish, debris etc. during the period of Contract. The Contractor shall employ enough number of special personnel to thoroughly clean his work-area at least once in a day. All such rubbish and scrap material shall be stacked or disposed in a place to be identified by the site Engineer of TSECL. Materials and stores shall be so arranged to permit easy cleaning of the area. In areas where equipment might drip oil and cause damage to the floor surface, asuitable protective cover of a flame resistant, oil proof sheet shall be provided to protect the floor from such damage. 14.4 Communication:- The contractor shall extend the telephone & telex facilities, if available at Site, for the purposes of interaction with the site office by him and TSECL. 14.5 Space:- a) Land for Contractor’s Office, Store, and Workshop etc. if available shall be provided by TSECL. Otherwise contractor has to arrange at his own cost and responsibilities the accommodation for his site office, store and workshop etc. b) The Site Engineer of TSECL shall at his discretion and for the duration of execution of the Contract make available at site, land for construction of Contractor’s field office, workshop, stores, magazines for explosives in isolated locations, assembling yard, etc. required for execution of the Contract. Any construction of temporary roads, offices, workshop, etc. as approved by the site Engineer of TSECL shall be done by the Contractor at his cost. c) On completion of work, the Contractor shall hand over the land duly cleaned to the site Engineer of TSECL. Until and unless the Contractor has handed over the vacant possession of land allotted to him for the above purpose, the payment of his final bill shall not be made. The Contractor shall be made liable to pay for the use and occupation at the rates to be determined by the Engineer if the Contractor over stays in the land after the Contract is completed. 14.6 Electricity – Power Supply:- Where power supply is available with TSECL for construction purpose, the same shall be provided at the job at one point of the distribution system as may be decided by site Engineer of TSECL. The charge for extension of service line and energy consumption charges shall be borne by the contractor. In case the contractor fails to pay the related charge of extension of service line and energy consumption within due date of the bill raised for the purpose, the amount will be deducted from the progressive bill of the contractor. If adequate power supply is not available necessary Diesel Generator set will be arranged by the Agency at his own cost & risk.

Bidder DGM,ED-I Page-42 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

14.7 Water:- Free supply of water shall be made available for the construction purpose wherever water is available and the same shall be given at an agreed single point at the Site. Any further distribution shall be the responsibility of the Contractor. Free drinking water if available shall also be provided at one agreed point in the Site. Further distribution either to his labour colony or his work Site or to his office shall be the responsibility of the Contractor. 15.0 LINES AND GRADES:- All the works shall be performed on the lines, grades and elevations indicated on the drawings. The Contractor shall be responsible to locate and lay-out the works. Basic horizontal and vertical control points shall be established and marked by the Engineer at Site at suitable points. These points shall be used as datum for the works under the Contract. The Contractor shall inform the site Engineer of TSECL well in advance of the times and places at which he wishes to do work in the area allotted to him so that suitable datum points may be established and checked by the site Engineer to enable the Contractor to proceed with his works. Any work done without being properly located may be removed and/or dismantled at contractor expense. 16.0 FIRE PROTECTION:- 16.1 The work procedures that are to be used during the erection shall be those which minimize fire hazards to the extent practicable. Combustible materials, combustible waste and rubbish shall be collected and removed from the Site at least once each day. Fuels, oils and volatile orinflammable materials shall be stored away from the construction and equipment and materials storage areas in safe containers. Un-treated materials shall not at all be used at Site for any other purpose unless otherwise specified. If any such materials are received with the equipment at the Site, the same shall be removed and replaced with acceptable material before moving into the construction or storage area. 16.2 Similarly corrugated paper fabricated cartons etc. shall not be permitted in the construction area either for storage or for handling of materials. All such materials used shall be of water proof and flame resistant type. All the other materials such as working drawings, plans etc. which are combustible but are essential for the works to be executed shall be protected against combustion resulting from welding sparks, cuttingflames and other similar fire sources. 16.3 All the Contractor’s supervisory personnel and sufficient number of workers shall be trained for fire-fighting and shall be assigned specificfire protection duties. Enough of such trained personnel must beavailable at the Site during the entire period of the Contract. 16.4 The Contractor shall provide enough fire protection equipment of the types and number for the ware-houses, office, temporary structures,labour colony area etc. Access to such fire protection equipment shall beeasy and kept open at all time. 17.0 SECURITY:- The Contractor shall have total responsibility for all equipment and materials in his custody/stores, loose, semi-assembled and/or erected by him at Site. The contractor shall make suitable security arrangements including employment of security personnel to ensure the protection of all materials, equipment and works from theft, fire, pilferage and any other damages and loss. All materials of the Contractor shall enter and leave the project Site only with the written permission of site Engineerof TSECL in the prescribed manner. 18.0 CONTRACTOR’S AREA LIMITS: The site Engineer of TSECL shall mark-out the boundary limits of access roads, parking spaces, storage and construction areas for the Contractor and the Contractor shall not trespass the areas not so markedout for him. The Contractor shall be responsible to ensure that none of his personnel move out of the areas marked out for his operations. Incase of such a need for

Bidder DGM,ED-I Page-43 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

the Contractor’s personnel to work out of the areas marked out for him, the same shall be done only with the written permission of the site Engineer of TSECL. 19.0 CONTRACTOR’S CO-OPERATION: In case where the performance of the erection work by the Contractor affects the operation of the system facilities of TSECL, such erection work of the Contractor shall be scheduled to be performed only in the manner stipulated by the site Engineer and the same shall be acceptable at all times to the Contractor. The site Engineer may impose such restrictions on the facilities provided to the Contractor such aselectricity, water etc. as he may think fit in the interest of TSECL and the Contractor shall strictly adhere to such restrictions and co-operate with the site Engineer of TSECL. It will be the responsibility of the Contractor to provide all necessary temporary instrumentation and other measuring devices required during start-up and operation of the equipment systems which are erected by him. The Contractor shall also be responsible for flushing and initial filling of all the oil and lubricants required for the equipment furnished and erected by him, so as to make such equipment ready for operation. The Contractor shall be responsible for supplying such flushing oil and other lubricants unless otherwise specified elsewhere in the document and specification. 20.0 MATERIALS HANDLING AND STORAGE: 20.1 All the equipment furnished under the Contract and arriving at Site shall be promptly received, unloaded, transported and stored in the storage arrange by the contractor at his risk and cost. 20.2 The Contractor shall be responsible for examining all the shipment and notify the Site Engineer of TSECL immediately of any damage, shortage, discrepancy etc. for the purpose of information only. TheContractor shall submit to the site Engineer of TSECL every week areport detailing all the receipts during the week. However, the Contractor shall be solely responsible for any shortages or damage intransit, handling and/or in storage and erection of the equipment at Site. Any demurrage, wharf age and other such charges claimed by the transporters, railways etc. shall be to the account of the Contractor. 20.3 The Contractor shall maintain an accurate and exhaustive record detailing out the list of all equipment received by him for the purpose of erection and keep such record open for the inspection by the Site Engineers / Higher officials of TSECL. 20.4 All equipment shall be handled very carefully to prevent any damage or loss. No bare wire ropes, slings, etc. shall be used for unloading and/orhandling of the equipment without the specific written permission of the Site Engineer. The equipment stored shall be properly protected to prevent damage either to the equipment or the floor where they are stored. The equipment from the store shall be moved to the actual location at the appropriate time so as to avoid damage of such equipmentat Site. 20.5 All electrical panels, control gears, motors and such other devices shall be properly dried by heating before they are installed and energized. Motor bearings, slip rings, commutators and other exposed parts shall be protected against moisture ingress and corrosion during storage and periodically inspected. 20.6 All the electrical equipment such as motors, generators, etc. shall be tested for insulation resistance at least once in a month from the date of receipt till the date of commissioning and a record of such measured insulation values maintained by the Contractor. Such records shall be made available for inspection by the Site Engineers / Higher officials of TSECL. 20.7 The Contractor shall ensure that all the packing materials and protection devices used for the various equipments during transit and storage are removed before the equipment are installed. 20.8 The consumable and other supplies likely to deteriorate due to storage must be thoroughly protected and stored in a suitable manner to prevent damage or deterioration in quality by storage.

Bidder DGM,ED-I Page-44 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

20.9 All the materials stored in the open or dusty location must be covered with suitable weather- proof and flame proof covering material wherever applicable. 20.10 If the materials belonging to the Contractor are stored in areas other than those earmarked for him, the Site Engineer shall have the right to get it moved to the area earmarked for the Contractor at the Contractor’s cost. 20.11 The Contractor shall be responsible for making suitable indoor storage facilities to store all equipment which require indoor storage. Normally,all the electrical equipment such as motors, control gear, generators,exciters and consumables like electrodes, lubricants etc. shall be stored in the closed storage space. The site Engineer, in addition, may direct the Contractor to move certain other materials, which in his opinion shall require indoor storage, to indoor storage areas, which the Contractor shall strictly comply with. 21.0 CONSTRUCTION MANAGEMENT: 21.1 The field activities of the Contractors working at Site shall be coordinated by the Site Engineer of TSECL and his decision shall be final in resolving any disputes or conflicts between the Contractor and other Contractors and tradesmen regarding scheduling and co- ordination of work. Such decision by Site Engineer of TSECL shall not be a causefor extra compensation or extension of time for the Contractor. 21.2 The Site Engineer of TSECL shall hold weekly meeting with the Site Engineer / Supervisor of the contractor. The Site Engineer / Supervisor of the contractor shall attend such meetings and take notes of the discussions during the meeting and the decision of the Site Engineer of TSECL and shall strictly adhere to those decisions in performing his works. In addition to the above weekly meeting, the Site Engineer /Higher officials of TSECL may call for other meeting with the Site Engineer / Supervisor / any other authorized representative of the contractor and in such a case the personnel of the contractor shall attend such meetings. 21.3 Time is the essence of the Contract and the Contractor shall be responsible for performance of his works in accordance with the specified construction schedule. If at any time, the Contractor is falling behind the schedule, he shall take necessary action to make good for such delays by increasing his work force or by working overtime orotherwise accelerate the progress of the work to comply with the schedule and shall communicate such actions in writing to the Site Engineer (Senior Manager) of TSECL, satisfying that his action shall compensate for the delay. The Contractor shall not be allowed any extra compensation for such action. 21.4 TSECL shall, however, not be responsible for provision of addition all abour and/or materials or supply or any other services to the Contractor. 22.0 FIELD OFFICE RECORDS: The Contractor shall maintain at his Site office up-to-date copies of all drawings, specifications and other Contract Documents and any other supplementary data complete with all the latest revisions thereto. The Contractor shall also maintain in addition the continuous record of all changes to the above Contract Documents, drawings, specifications, supplementary data, etc. effected at the field and oncompletion of his total assignment under the Contract, shall incorporate all such changes on the drawings and other engineering data to indicateas installed conditions of the equipment furnished and erected under the Contract. Such drawings and engineering data shall be submitted to the Deputy General Manager in charge of the work in required number of copies. 23.0 CONTRACTOR’S MATERIALS BROUGHT ON TO SITE: 23.1 The Contractor shall bring to Site all equipment, components, parts, materials, including construction equipment, tools and tackles for the purpose of the works under intimation to the Site Engineer. All such goods shall, from the time of their being brought vest in TSECL, but may be used for the purpose of the Works only and shall not on any account be removed or

Bidder DGM,ED-I Page-45 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

taken away by the Contractor without the written permission of the Site Engineer of TSECL. The Contractor shall never the less be solely liable and responsible for any loss or destruction thereof and damage thereto. 23.2 After the completion of the Works, the Contractor shall remove from the Site under the direction of the Site Engineer of TSECL the materials such as construction equipment, erection tools and tackles, scaffolding etc. with the written permission from him. 24.0 PROTECTION OF PROPERTY AND CONTRACTOR’SLIABILITY: 24.1 The Contractor shall be responsible for any damage resulting from his operations. He shall also be responsible for protection of all persons including members of public and employees of TSECL and the employees of other Contractors and Sub-contractors and all public and private property including structures, building, other plants and equipment and utilities either above or below the ground. 24.2 The Contractor shall ensure provision of necessary safety equipment such as barriers, signboards, warning lights and alarms, etc. to provide adequate protection and safety to persons and property. 25.0 INSURANCE: 25.1 In addition to the conditions covered under the Clause entitled “Insurance” in General Terms and conditions of Contract, the following provisions shall also apply to the portion of works to be done beyond the Contractor’s own or his Sub-contractor’s manufacturing Works. 25.2 Workmen’s Compensation Insurance:- This insurance shall protect the Contractor against all claims applicable under the Workmen’s Compensation Act, 1948. This policy shall also cover the Contractor against claims for injury, disability, disease or death of his or his Sub-Contractor’s employee, which for any reason are not covered under the Workmen’s Compensation Act, 1948. The liabilities shall not be less than :Workmen’s Compensation: As per statutory Provisions Employee’s liability: as per statutory Provisions. 25.3 Comprehensive Automobile Insurance:- This insurance shall be in such a form to protect the Contractor again stall claims for injuries, disability, disease and death to members of public including the employees of TSECL and damage to the property of other arising from the use of motor vehicles during on or off the Site operations, irrespective of the ownership of such vehicles. 25.4 Comprehensive General Liability Insurance:- 25.4.1 This insurance shall protect the Contractor against all claims arising from injuries, disabilities, disease or death of members of public or damage to property of others, due to any act or omission on the part of the Contractor, his agents his employees, his representatives and Subcontractorsor from riots, strikes and civil commotion. This insurance shall also cover all the liabilities of the Contractor arising out of the Clause stipulated in the General Terms and Conditions of Contract. 25.4.2 The hazards to be covered will pertain to all the works and areas where the Contractor, his Sub-contractors, his agents and his employees have to perform work pursuant to the Contract. 25.5 The above are only illustrative list of insurance covers normally requiredand it shall be the responsibility of the Contractors to maintain all necessary insurance coverage to the extent both in time and amount to take care of all his liabilities either direct or indirect, in pursuance of the Contract. 26.0 UNFAVOURABLE WORKING CONDITIONS: The Contractor shall confine all his field operations to those works which can be performed

Bidder DGM,ED-I Page-46 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

without subjecting the equipment and materials to adverse effects during inclement weather conditions, like monsoon, storms, etc. and during other unfavorable construction conditions. Nofield activities shall be performed by the Contractor under conditions which might adversely affect the quality and efficiency thereof, unless special precautions or measures are taken by the Contractor in a proper and satisfactory manner in the performance of such Works and with the concurrence of the Site Engineer of TSECL. Such unfavorable construction conditions shall in no way relieve the Contractor of his responsibility to perform the Works as per the Schedule. 27.0 WORK & SAFETY REGULATION: 27.1 The Contractor shall ensure proper safety of all the workmen, materials plant and equipment belonging to him or to owner or to others, working at the Site. The Contractor shall also be responsible for provision of all safety notices and safety equipment required both by the relevant legislations and also by the Site Engineer as he may deem necessary. 27.2 The Contractor shall notify well in advance to the Site Engineer of his intention to bring to the Site any container filled with liquid or gaseous fuel or explosive or petroleum substance or such chemicals, which may involve hazards. The Site Engineer shall have the right to prescribe the conditions, under which such container is to be stored, handled and used during the performance of the works and the Contractor shall strictly adhere to and comply with such instructions. The Site Engineer shall have the right at his sole discretion to inspect any such container or such construction plant/equipment for which material in the container isrequired to be used and if in his opinion, its use is not safe, he may for bid its use. No claim due to such prohibition shall be entertained by TSECL. 27.3 Further, any such decision of the Site Engineer shall not, in any way, absolve the Contractor of his responsibilities and in case, use of such acontainer or entry thereof into the Site area is for bidden by the Site Engineer, the Contractor shall use alternative methods with the approval of the Deputy General Manager in charge of the work without any cost implication to TSECL or extension of work schedule. 27.4 Where it is necessary to provide and/or store petroleum products orpetroleum mixtures and explosives, the Contractor shall be responsible for carrying-out such provision and/or storage in accordance with the rules and regulations laid down in the Petroleum Act 1934, Explosives Act, 1948, and Petroleum and Carbide of Calcium Manual published by the Chief Inspector of Explosives of India. All such storage shall have prior approval of the Site Engineer of TSECL. In case, any approvals are necessary from the Chief Inspector (Explosives) or any statutory authorities, the Contractor shall be responsible for obtaining the same. 27.5 All equipment used in construction and erection by Contractor shall meet Indian/International Standards and where such standards do not exist, the Contractor shall ensure these to be absolutely safe. All equipment’s shall be strictly operated and maintained by the Contractor in accordance with manufacturer’s operation Manual and safety instructions and as per Guidelines/Rules of TSECL in this regard. 27.6 Periodical Examinations and all tests for all lifting/hoisting equipment & tackles shall be carried-out in accordance with the relevant provisions of Factories Act 1948, Indian Electricity Act 1910 &2003, Indian Electricity Rules 1956 and associated Laws/Rules in force from time to time. A register of such examinations and tests shall be properly maintained by the Contractor and shall be promptly produced as and when desired by the Site Engineer of TSECL or by the person authorized by TSECL. 27.7 The Contractor shall be fully responsible for the safe storage of his and his sub-contractor’s radio-active sources in accordance with BARC/DAE Rules and other applicable provisions. All precautionary measures stipulated by BARC/DAE in connection with use, storage and handling of such material shall be taken by Contractor.

Bidder DGM,ED-I Page-47 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

27.8 The Contractor shall provide suitable safety equipment of prescribed standard to all employees and workmen according to the need, as may be directed by Site Engineer of TSECL who shall also have right to examine these safety equipment to determine their suitability, reliability, acceptability and adaptability. 27.9 Where explosives are to be used, the same shall be used under the direct control and supervision of an expert, experienced, qualified and competent person strictly in accordance with the Code of Practices/Rules framed under the Indian Explosives Act pertaining to handling, storage and use of explosives. 27.10 The Contractor shall provide safe working conditions to all workmen and employees at the Site including safe means of access, railings, stairs, ladders, scaffoldings, etc. The scaffoldings shall be erected under the control and supervision of an experienced and competent person. For erection, good and standard quality material only shall be used by the Contractor. 27.11 The Contractor shall not interfere or disturb electric fuses, wiring and other electrical equipment belonging to TSECL or other contractors under any circumstances, whatsoever, unless expressly permitted in writing by Site Engineer of TSECL to handle such fuses, wiring orelectrical equipment. 27.12 Before the Contractor connects any electrical appliances to any plug or socket belonging to TSECL, he shall : a) Satisfy the Site Engineer of TSECL that the appliance is in good working condition: b) Inform the site Engineer of the maximum current rating, voltage and phases of the appliances; c) Obtain permission of the Site Engineer detailing the sockets to which the appliances may be connected. 27.13 The Site Engineer shall not grant permission to connect until he is satisfied that; a) The appliance is in good condition and is fitted with suitable plug; b) The appliance is fitted with a suitable cable having two earth conductors, one of which shall be an earthed metal sheath surrounding the cores. 27.14 No electric cable in use by the Contractor/TSECL shall be disturbed without prior permission. No weight of any description shall be imposed on any cable and no ladder or similar equipment shall rest against or attached to it. 27.15 No repair work shall be carried out on any live equipment. The equipment must be declared safe by the Site Engineer before any repair work is carried out by the Contractor. While working on electric lines/equipment whether live or dead, suitable type and sufficient quantity of tools shall have to be provided by Contractor to electricians/workmen/officers. 27.16 The Contractors shall employ necessary number of qualified, full time electricians/Electrical Supervisors to maintain his temporary electrical installations. 27.17 In case any accident occurs during the construction/erection or other associated activities undertaken by the Contractor thereby causing any minor or major or fatal injury to his employees due to any reason,whatsoever, it shall be the responsibility of the Contractor to promptly inform the same to the Site Engineer of TSECL and also to all the authorities envisaged under the applicable laws. 27.18 The Site Engineer of TSECL shall have the right at his sole discretion to stop the work, if in his opinion the work is being carried out in such away that it may cause accidents and end anger the safety of the persons and/or property, and/or equipment. In such cases, the Contractor shall be informed in writing about the nature of hazards and possible

Bidder DGM,ED-I Page-48 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

injury/accident and he shall comply to remove short-comings promptly. The Contractor after stopping the specific work can, if felt necessary, appeal against the order of stoppage of work to the Deputy General Manager in charge of the work within 3 days of such stoppage of work and the decision of the Deputy General Manager in charge of the work in this respect shall be conclusive and binding on the Contractor. 27.19 The Contractor shall not be entitled for any damages/compensation for stoppage of work due to safety reasons as provided in para 27.18 above and the period of such stoppage of work shall not be taken as an extension of time for completion of work and shall not be the ground for waiver of levy of liquidated damages. 27.20 It is mandatory for the Contractor to observe during the execution of the works, the requirements of safety rules which would generally include but not limited to the following : Safety Rules: a) Each employee shall be provided with initial indoctrination regarding safety by the Contractor, so as to enable him to conduct his work in a safe manner. b) No employee shall be given a new assignment of work unfamiliar to him without proper introduction as to the hazards incident thereto, both to himself and his fellow employees. c) Under no circumstances shall an employee hurry or take unnecessary chance when working under hazardous conditions. d) Employees must not leave naked fires unattended. Smoking shall not be permitted around fire prone areas and adequate firefighting equipment shall be provided at crucial locations. e) Employees under the influence of any intoxicating beverage, even to the slightest degree shall not be permitted to remain atwork. f) There shall be a suitable arrangement at every work site for rendering prompt and sufficient first aid to the injured. g) The stair cases and passage ways shall be adequately lighted. h) The employees when working around moving machinery must not be permitted to wear loose garments. Safety shoes are recommended when working in shops or places where materials or tools are likely to fall. Only experienced workers shall be permitted to go behind guard rails or to clean around energized or moving equipment. i) The employees must use the standard protection equipment intended for each job. Each piece of equipment shall be inspected before and after it is used. j) Requirements of ventilation in underwater working to licensed and experienced divers, use of gum boots for working in slushyor in inundated conditions are essential requirements to be fulfilled. k) In cases or rock excavation blasting shall invariably be donethrough licensed blasters and other precautions during blastingand storage/transport of charge material shall be observedstrictly. 27.21 The Contractor shall follow and comply with all relevant Safety Rules, relevant provisions of applicable laws pertaining to the safety of workmen, employees, plant and equipment as may be prescribed from time to time without any demur, protest or contest or reservation. In case of any discrepancy between statutory requirement and relevant Safety Rules referred above, the later shall be binding on the Contractor unless the statutory provisions are more stringent. 27.22 If the Contractor does not take all safety precautions and/or fails to comply with the Safety Rules as prescribed by Consortium or under the applicable law for the safety of the equipment and plant and for the safety of personnel and the Contractor does not prevent hazardous conditions which cause injury to his own employees or employees of other contractors, or

Bidder DGM,ED-I Page-49 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

Employees of TSECL or any other person who are at Site or adjacent thereto, the Contractors shall be responsible for payment of compensation to Consortium members as per the compensation order issued by the appropriate authority of Government of Tripura / verdict issued by court.The compensation mentioned above shall be in addition to the compensation payable to the workmen / employees under the relevant provisions of the Workmen’s Compensation Act and rules framed the render or any other applicable laws as applicable from time to time. Incase TSECL is made to pay such compensation then the amount of such compensation shall be deducted from the progressive bills / contract performance guaranty of the contractor. 28.0 CODE REQUIREMENTS: The erection requirements and procedures to be followed during the installation of the equipment shall be in accordance with the relevant Codes and accepted good engineering practice, the Engineering Drawings and Key Erection diagram and other applicable Indian recognized codes and laws and regulations of the Government of India. 29.0 FOUNDATION DRESSING & GROUTING: i. The surfaces of foundations shall be dressed to bring the top surface of the foundations to the required level, prior to placement of equipment / equipment bases on the foundations. ii. All the equipment bases and structural steel base plates shall be grouted and finished as per these specifications unless otherwise ere commended by the equipment manufacturer. iii. The concrete foundation surfaces shall be properly prepared by chipping, grinding as required to bring the type of such foundation to the required level, to provide the necessary roughness for bondage and to assure enough bearing strength. All laitance and surface film shall be removed and cleaned. 30.0 Grouting Mix: 30.1 The Grouting mixture shall be composed of Portland cement, sand and water. The Portland cement to be used shall conform to ISI No. 269 or equivalent. Sand shall conform to ISI No. 383/2386 or equivalent. All grouts shall be thoroughly, mixed for not less than five minutes in an approved mechanicalmixer and shall be used immediately after mixing. 30.2 Placing of Grout: 30.2.1 After the base has been prepared, its alignment and level has been checked and approved and before actually placing the grout a low dam shall be set around the base at a distance that shall permit pouring and manipulation of the grout. The height of such dam shall be at least 25 mm. above the bottom of the base. Suitable size and number of chains shall be introduced under the base before placing the grout, so that such chains can be moved back and forth to push the grout into every part of the space under the base. 30.1.2 The grout shall be poured either through grout holes provided or shall be pouredat one side or at two adjacent sides giving it a pressure head to make the grout move in a solid mass under the base and out in the opposite side. Pouring shall be continued until the entire space below the base is thoroughly filled and the grout stands at least 25 mm. higher all around than the bottom of the base.Enough care should be taken to avoid any air or water pockets beneath thebases. Vibrator shall be used to avoid any air or water pockets. 30.2 Finishing of the Edges of the Grout: The poured grout should be allowed to stand undisturbed until it is well set. Immediately thereafter, the dam shall be removed and grout which extends beyond the edges of the structural or equipment base plates shall be cut off, flushed and removed. The edges of the grout shall then be pointed and finished with 1:4 cement mortar pressed firmly to bond with the body of the grout and smoothened with a tool to present a smooth vertical surface. The work shall be done in a clean and scientific manner and the adjacent floor spaces, exposed edges of the foundations, and structural steel and equipment base plates shall be thoroughly cleaned of any spillage of the grout. Bidder DGM,ED-I Page-50 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

30.3 Checking of Equipment after Grouting: After the grout is set and cured, the Contractor shall check and verify the alignment of equipment’s, alignment of shafts of rotating machinery, the slopes of all bearing pedestals, centering of rotors with respect to their sealing bores, couplings, etc. as applicable and the like items to ensure that no displacement has taken place during grouting. The values recorded prior to grouting shall beused during such post grouting checkup and verifications. Such pre and post grout records of alignment details shall be maintained by the Contractor in amanner acceptable to the site Engineer of TSECL. 31.0 CHECK OUT OF CONTROL SYSTEMS: After completion of wiring, cabling, the contractor shall check out the operation of all control systems for the equipment furnished and installed under these specifications and documents. 32.0 CABLING: 32.1 All cables shall be supported by conduits or cable trays run in air or in cable channels. These shall be installed in exposed runs parallel or perpendicular to dominant surface with right angle turn made of symmetrical bends for fittings.When cables are run on cable trays, they shall be clamped at minimum intervals of 1500 mm. or otherwise as directed by the site Engineer. 32.2 Each cable, whether power or control, shall be provided with a metallic or plastic tag of an approved type, bearing a cable reference number indicated in the cable and conduit list (prepared by the contractor), at every 5 meter run or part thereof and at both ends of the cable adjacent to the terminations. Cable routing is to be done in such a way that cables are accessible for any maintenance and for easy identification. 32.3 Sharp bending and kinking of cables shall be avoided. Installation of cable sigh voltage, coaxial, screened, compensating, mineral insulated shall be in accordance with the cable manufacturer’s recommendations. Wherever cables cross roads and water, oil, sewage or gas lines, special care should be taken for the protection of the cables in designing the cable channels. 32.4 In each cable run some extra length shall be kept at a suitable point to enable one or two straight through joints to be made, should the cable develop fault ata later date. 32.5 Control cable terminations shall be made in accordance with wiring diagrams, using identifying codes subject to approval of Deputy General Manager in charge of the work. Multi-core control cable jackets shall be removed as required to train and terminate the conductors. The cable jacket shall be left on the cable, as far as possible, to the point of the first conductor branch. The insulated conductors from which the jacket is removed shall be neatly twined in bundles and terminated. The bundles shall be firmly but not tightly tied utilizing plastic or nylon ties or specifically treated fungus protected cord made for this purpose. Control cable conductor insulation shall be secure and even. 32.6 The connectors for control cables shall be covered with a transparent insulating sleeve so as to prevent accidental contact with ground or adjacent terminals and shall preferably be terminated at the connecting end of the equipments. The insulating sleeve shall be fire resistant and shall be long enough to over pass the conductor insulation. All control cables shall be fanned out and connection made to terminal blocks and test equipment for proper operation before cables are corded together. 33.0 AVAILABILITY OF SHUTDOWN. Installation & Commissioning of Power Transformers with control & Protection gears at the proposed 33 KV sub-station will require Shut-Down (to be arranged by the Owner). Such shut down will be provided by the Owner asper Owner’s convenience on receiving written requisition informing about his programmed from the contractor at least one week before such requirement. The Contractor shall have to arrange during execution everything necessary for complete installation & Commissioning of all equipment and the entire requirement as specified in the work schedule.

******************** Bidder DGM,ED-I Page-51 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

SECTION- V TECHNICAL SPECIFICATION A. TECHNICAL SPECIFICATION FOR 33/11 KV, “2 x 7.50 MVA” ONAN POWER TRANSFORMER. 1.0 SCOPE: 1.1 These specifications are to cover design, engineering, manufacture, testing/inspection before dispatch, forwarding, packing, transportation to site, insurance (both during transit & storage), storage, erection, supervision, testing and commissioning of three phase, 50 Hz, 2 x 7. 50 MVA, 33/11 KV, Dyn11, Outdoor ONAN Power Transformer complete with all accessories / fittings and spare parts as specified herein, for use in sub-transmission system. The rated capacity of the transformer shall be on ONAN basis. The power transformer shall be equipped with surge arrestors at HV and LV side. The Transformers shall comply with the requirement contained in the following Standard(s). The 2(two) nos. 33/11 KV, Dyn11 each 7.5 MVA rated power transformers, specification of which detailed herein will be operated in parallel and therefore their impedance volt shall be identical and as indicated herein later. ISS 2026 : For Power Transformer. ISS 2099 : For HV . ISS 335 : For Insulating Oil. ISS 3639 : For Fittings & accessories. IEC 76 : For Power Transformer. The particulars about Surge Arrestor(s) are detailed herein later. 1.2 SPECIFIC TECHNICAL REQUIREMENTS (STANDARD CONDITIONS): 1 Rated MVA (ONAN rating) 7.5MVA 2 No. of Phases 3(Three). 3 Type of Installation Outdoor. 4 Frequency 50 Hz. 5 Cooling medium EHV Grade Insulating Oil. 6 Rated voltage a)High voltage 33KV winding Low voltage 11KV winding 7 Highest system a) HV Side 36KV voltage b) LV side 12KV 8 Type of Off-load. 9 Range of tapping +10% to –10% in 9 equal steps each of2.5% on HV winding. 10 Neutral terminal to be brought out On LV Side only. 11 Impedance on rated MVA base at75ºC As per CBIP manual. 12 Type of insulation and insulation level Uniform. 13 One minute power frequency withstand 33KV 11KV test voltage (KVrms) 70 28 14 Impulse withstand test voltage (KV peak) 75 28 15 Winding connection a) HV Side Delta b) LV Side Star 16 Winding material Electrolytic Copper. 17 Vector group Dyn11 Bidder DGM,ED-I Page-52 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

18 Type of cooling ONAN. 19 Neutral earthing LV neutral shall be solidly earthed. 20 Terminal details a. 33KVoutdoor termination 1C, up to 300sqmm, 33 KV, XLPE, HT Cable with appropriate termination Kit b. 11KV outdoor termination 1 runs Single core, 600sqmm, 11 KV XLPE Cable per phase with appropriate termination Kit 21 Winding Temperature Indicator One No 22 Provision for Differential protection As per Engineering requirement arrangement 23 Provision for 2 O/C & 1 E/F Relay As per Engineering requirement. 24 Oil Temperature Indicator One No. . Each of the Transformers shall be provided with accessories as given in ISS 3639 besides the following(s): a) Suitable Under carriage with adjustable Bi-directional flanged wheels. b) Earthing terminals 2 Nos. c) Lifting lugs for the complete transformer and for other components wherever necessary. d) 150mm dia or as per ISS, winding and oil temperature indicators for local and remote indication with maximum pointer , resetting device and two sets of contacts in each indicators with associated CTs. e) Explosion vent with diaphragm f) Magnetic oil level indicators with one set of contact for low oil alarm. g) Off circuit tap switch with locking device. h) Double float gas operated relay with alarm and trip contacts. i) Thermometer pockets. j) Air release hole with plug. k) Filter valves with plug 2 nos. (Top& bottom) l) Sampling valves. m) Jacking lugs and hauling holes. n) Marshaling box with complete wiring. o) Inspection covers. p) Detachable radiators with air release hole with plug, oil drain hole with plug, top and shut off valves and lifting eyes. q) Breather. r) Explosion oil level indicators with locking s) LV bushings brought out suitably for connection. t) HV bushing oil filled condenser type with arcing horns. u) LV neutral: Solid porcelain type for star connection. The Neutral terminal shall be suitably brought out to facilitate star connection. v) Provision for Suitably designed worker friendly ladder. 1.3 Maximum Temperature rise for various types of cooling over an ambient of 50ºC a) Temperature rise of top oil = 50º C(Measured by Thermometer) Bidder DGM,ED-I Page-53 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

b) Temperature rise of winding = 55ºC(Measured by resistance) 1.4 RATING & SERVICES: Over load capacity: As per IS: 6600. 1.5 NOISE LEVEL AT RATED VOLTAGE & FREQUENCY: As per NEMA Pub TR-1 1.6 MARSHALLING BOX: A metal enclosed, weather, vermin and dust proof marshalling box fitted with required glands, locks, glass door, terminal Board, heater with switch, illumination lamp with switch etc. shall be provided with the transformer to accommodate temperature indicators, terminal blocks etc. It shall have a degree of protection of IP 55 as per IS: 2147 (Refer Clause 3.12). 1.7 CAPITALIZATION OF LOSSES AND LIQUIDATED DAMAGES: For the purpose of comparison of bids for transformers, capitalized value of iron and shall be added to the quoted price of each of the transformers FOR site at the following rate: i) Iron loss – 3, 71,577.00/KW. ii) Copper loss - 49,048.00/KW. 1.8 PERFORMANCE: i) Transformers shall be capable of withstanding for three seconds without damage to any external short circuit, with the short circuit MVA available at the terminals. ii) The maximum flux density in any part of the core and yoke at rated MVA, voltage and frequency shall be such that the flux density under 12.5% over voltage condition shall not exceed 1.9 Tesla. iii) Transformers shall, under exceptional circumstances, due to sudden disconnection of the load, be capable of operating at the voltage approximately 25% above normal rated voltage for a period of not exceeding one minute and 40% above normal for a period of 5 seconds. iv) The transformers may be operated continuously without danger on any particular tapping at the rated MVA plus minus 12.5% of the voltage corresponding to the tapping. v) The thermal ability withstand short circuit shall be demonstrated by calculation. vi) With combined voltage variation of +12.5% and frequency variation of-5%, the flux density shall not exceed 1.9 Tesla. vii) Transformers shall be capable of withstanding thermal and mechanical stress caused by any symmetrical and a symmetrical faults on any winding. 1.9 AUXILIARY POWER SUPPLIES: The following power supplies shall be available at site: i) AC, 3 phase, 415 volts, 50 Hz. earthed. ii) AC, 1 phase, 230 volts, 50 Hz. earthed. iii) 110 V DC. 1.10 DRAWINGS/DOCUMENTS INCORPORATING THE FOLLOWING PARTICULARS SHALL BE SUBMITTED WITH THE BID: i. General outline drawing showing shipping dimensions and overall dimensions, net weights and shipping weights, quality of insulating oil, spacing of wheels in either direction of motion, location of coolers,marshalling box and tap changers etc. ii. Height of centre line of HV and LV connectors of transformers from the rail top level. Bidder DGM,ED-I Page-54 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

iii. Dimensions of the largest part to be transported. iv. GA drawings /details of various types of bushing. v. Type test certificates of similar transformers. vi. Illustrative & descriptive literature of the Transformers. vii. Maintenance and Operating Instructions. 1.11 MISCELLANEOUS: i. Padlocks along with duplicate keys as asked for various valves, marshalling box etc., shall be supplied by the contractor, wherever applicable. ii. Foundation bolts for wheel locking devices of the Transformers shall be supplied by the Contractor. 1.12 DELIVERY: The equipment shall be delivered, erected and commissioned at site on turnkey basis. 1.13 SERVICES AND EQUIPMENT: The followings are also in the Contractor’s scope of work for turnkey executions: i) Design of soak pit, cable trenches and foundations for transformers andother ground- mounted equipment. ii) Construction of soak pit and foundations for transformers and other ground mounted equipment. iii) All the civil works including foundation and surface development. 1.14 SCHEDULES: All Schedules annexed to the specification, shall be duly filled by the bidder separately. 1.15 ALTITUDE FACTOR: Though the equipment is to be installed in the Plain area, necessary correction factors as given in the Indian Standard for oil temperature rise, insulation level etc. shall be applied to the Standard Technical Parameters given above. 1.16 NAME PLATE: “The equipment shall be provided with name plate covering, rating and other technical data and also name of the project shall be clearly mentioned ‘RAPDRP(Part-B), Agartala Project’ (33 KV S/S, Cantanment). 2.0 GENERAL TECHNICAL REQUIREMENTS: 2.1 CODES & STANDARDS: (i) The design, material, fabrication, manufacture, inspection, testing before dispatch, erection, testing, commissioning and performance of power transformers at site shall comply with all currently applicable statutory regulations and safety codes in the locality where the equipment will be installed. The equipment shall also conform to the latest applicable standards and codes of practice. Nothing mentioned in this specification shall be construed to relieve the contractor of his responsibility. (ii) Transformers shall conform to the current applicable standards and codes of practice as specified in clause No. 2.2. 2.2 The equipment, materials and service covered by this specification shall conform to the latest applicable provision of the following standards: IS:5 : Color for ready mixed

Bidder DGM,ED-I Page-55 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

IS: 335: New insulating oil for transformers, Switchgears. IS: 1271: Classification of insulating materials for electrical machinery and apparatusin relation to their stability in services. IS: 2026 (Part I to IV): Power Transformer. IS: 2071: Method of high voltage testing. IS: 2099: High voltage porcelain bushings. IS: 2147: Degree of protection. IS: 2705: Current Transformers. IS: 3202: Code of practice for climate proofing of electrical equipment. IS: 3347: Dimensions for porcelain Transformer Bushings. IS: 3637: Gas operated relays. IS: 3639: Fittings and accessories for PowerTransformers. IS: 5561: Electric Power Connectors. IS: 6600/BS: CP”1010: Guide for loading of oil immersed Transformers. IS: 10028: Code of practice for selection, installation and maintenance of transformers, Part I,IIand III. C.B.I.P. Publication: Manual on Transformers. If the standard is not quoted for any item, it shall be presumed that the latest version of ‘Indian Standard’ shall be applicable to that item. The equipment complying with other internationally accepted standards may also be considered if they ensure performance superior to the Indian Standards. 2.3 DRAWINGS: a) The contractor shall furnish, within fifteen days after issuing of Letter of Award, six copies each of the following drawings/documents incorporating name of project and transformer rating for approval. i) Detailed overall general arrangement drawing showing front and side elevations and plan of the transformers and all accessories including radiators and external features with details of dimensions, spacing of wheels in either direction of motion, net weights and shipping weights,crane lift for un-tanking, size of lugs and eyes, bushing lifting dimensions, clearances between HV and LV terminals and ground,quantity of insulating oil etc. ii) Foundation plan showing loading on each wheel and jacking points with respect to centre line of transformer. iii) GA drawings/details of bushing and terminal connectors. iv) Name plate drawing with terminal marking and connection diagrams. v) Wheel locking arrangement drawing. vi) Transportation dimensions drawings. vii) Magnetization characteristic curves of PS class neutral and phase sidecurrent transformers, if applicable. viii) Interconnection diagrams. ix) Over fluxing withstand time characteristic of transformer. x) GA drawing of marshalling box.

Bidder DGM,ED-I Page-56 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

xi) Control scheme/wiring diagram of marshalling box. xii) Technical leaflets of major components and fittings. xiii) Drawings of schematics, wiring diagram etc. xiv) Setting of oil temperature indicator, winding temperature indicator. xv) Completed technical data sheets. xvi) Details including write-up of tap changing gear. xvii) H.V conductor bushing. xviii) Bushing Assembly. xix) Bi- metallic connector for connection to ‘Panther’ ACSR conductor. xx) GA of LV cable Box. xxi) Radiator type Assembly. b) All drawings/documents, technical data sheets and test certificates/results/calculations shall be furnished. 2.4 Any approval given to the detailed drawings by the TSECL shall not relieve the contractor of the responsibility for correctness of the drawing and in the manufacture of the equipment. The approval given by the TSECL shall be general with overall responsibility with the contractor. 3.0 GENERAL CONSTRUCTIONAL FEATURES: i) All material used shall be of best quality and of the class most suitable for working under the conditions specified and shall withstand the variations of temperature and atmospheric conditions without distortion or deterioration or the setting up of undue stresses which may impairsuitability of the various parts for the work which they have to perform. ii) Similar parts, particularly removable ones, shall be interchangeable. iii) Pipes and pipe fittings, screws, studs, nuts and bolts used for external connections shall be as per the relevant standards. Steel bolts and nuts exposed to atmosphere shall be galvanized. iv) Nuts, bolts and pins used inside the transformers and tap changer compartments shall be provided with lock washers or lock nuts. v) Exposed parts shall not have pockets where water can collect. vi) Internal design of transformer shall ensure that air is not trapped in any location. vii) Material in contact with oil shall be such as not to contribute to the formation of acid in oil. Surface in contact with oil shall not be galvanized or cadmium plated. viii) Labels, indelibly marked, shall be provided for all identifiable accessories like relays, switches, current transformers etc. All label plates shall be of in-corrodible material. ix) All internal connections and fastenings shall be capable of operating under overloads and over-excitation, allowed as per specified standards without injury. x) Transformer and accessories shall be designed to facilitate proper operation, inspection, maintenance and repairs. xi) No patching, plugging, shimming or other such means of overcoming defects; discrepancies or errors will be accepted. xii) Schematic Drawing of the wiring, including external cables shall be put under the pros pane sheet on the inside door of the transformer marshalling box.

Bidder DGM,ED-I Page-57 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

3.1 PAINTING i) The interior of transformer tanks and other oil filled chambers and internal structural steel work shall be cleaned (seven tank process) of all scale and rust by sand/shot-blasting. These surfaces shall be painted with not less than two coats of heat resistant, oil insoluble and insulating varnish. Steel surfaces exposed to the weather shall be thoroughly cleaned and have a priming coat of zinc chromate applied. The second coat shall be of a glossy oil and weather resisting non fading, paint of shade No. 631 as per IS:5. ii) Metal parts not accessible for painting shall be made of corrosion resistant material. iii) Interior surfaces of mechanism chambers and marshalling kiosks shall receive three coats of paint after proper cleaning. The final coat shall be of alight colored anti-corrosion paint. iv) All paints shall be carefully selected to withstand heat, rain and extremes of weather. The paint shall not scale off or crinkle or be removed by abrasion due to normal handling. v) In case finish paint chips off or crinkle during transit or installation, the contractor shall arrange for repainting transformer at site at his cost. The paint for repainting shall be supplied by the contractor. vi) The paint used shall be ISI marked. 3.2 DETAILED DESCRIPTION: a) Tank:- i) The Transformer tank and cover shall be fabricated from high grade low carbon plate steel of tested quality. The tank and the cover shall be of welded construction. ii) Tank shall be designed to permit lifting by crane or jacks of the complete transformer assembly filled with oil. Suitable lugs and braces shall be provided for this purpose. iii) All beams, flanges, lifting lugs, braces and permanent parts attached to the tank, shall be welded and where practicable, they shall be double welded. iv) The main tank body of the transformer, excluding tap changing compartments and radiators, shall be capable of withstanding pressure of 760 mm of Hg. v) Inspection hole(s) with welded flange(s) and bolted cover(s) shall be provided on the tank cover. The inspection hole(s) shall be of sufficient size to afford easy access to the lower ends of the bushings, terminals etc. vi) All bolted connections to the tank shall be fitted with suitable oil-tight gaskets which shall give satisfactory service under the operating conditions.Special attention shall be given to the methods of making the hot oil-tight joints between the tank and the cover as also between the tank cover and the bushings and all outlets to ensure that the joint can be remade satisfactorily and with ease, with the help of semi-skilled labor. Where compressible gaskets are used, steps shall be provided to prevent over-compression. vii) Suitable guides shall be provided for positioning the various parts during assembly or dismantling. Adequate space shall be provided between the cores and windings and the bottom of the tank for collection of any sediment. b) Tank Cover:- The transformers top shall be provided with a detachable tank cover with bolted flanged gasket joint. Lifting lugs shall be provided for removing the cover. The surface of the cover shall be suitably sloped so that it does not retain rain water. 3.3 UNDER CARRIAGE: i) The transformer tank shall be supported on steel structure with detachable forged steel flanged wheels suitable for moving the transformer completely filled with oil. Rail gauge Bidder DGM,ED-I Page-58 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

shall be 1462+0mm. in both directions. Flanged wheels shall be spaced accordingly.Wheels shall be provided with suitable bearings, which will resist rustand corrosion and shall be equipped with fittings for lubrication. It shall be possible to swivel the wheels in two directions, at right angle to or parallel to the main axis of the transformers. ii) Jacking pads shall be provided on the transformer. It shall be possible to change the direction of the wheels through 90 degree when the transformer is lifted on jacks to permit movement of the transformer both in longitudinal and transverse directions. iii) Suitable hydraulic jacks (4 Nos.) per transformer for lifting the transformers shall be supplied by the contractor, for each rating of thetransformer. 3.4 CORE: i) The magnetic circuit shall be constructed from high grade, non-aging, super cold rolled, grain oriented silicon steel lamination conforming to grade 28M4 as per BS 601 Part (2)/ M-4 as per AISI. (The maximumflux density in any part of the cores and yoke at normal voltage andfrequency shall be such that the flux density with 12.5 % voltage variation from the voltage shall not exceed 1.9 Tesla) The bidder shall provide saturation curve of the core material proposed to be use and calculations. ii) Stage inspection for 33 KV, 7.5 MVA power Transformer is not required, but the successful bidder is required to submit following documents as a proof towards use of prime core material: a) Invoice of the supplier. b) Mills test certificate. c) Packing list. d) Bill of landing. e) Bill of entry certificate to customs. Before final inspection, the lowest bidder should submit 2 KV DC test report and calculation of losses. iii) The laminations shall be free of all burrs and sharp projections. Each sheet shall have an insulating coating resistant to the action of hot oil. iv) The insulation structure for the core to bolts and core to clamp plates shall be such as to withstand 2000V DC voltage for one minute. v) The completed core and coil shall be so assembled that the axis and the plane of the outer surface of the core stack shall not deviate from the vertical plane by more than 25 mm. vi) All steel sections used for supporting the core shall be thoroughly shot or sand blasted, after cutting, drilling and welding. vii) The finally assembled core with all the clamping structures shall be free from deformation and shall not vibrate during operation. viii) The core clamping structure shall be designed to minimize eddy current loss. ix) The frame work and clamping arrangements shall be securely earthed. x) The core shall be carefully assembled and rigidly clamped to ensure adequate mechanical strength. xi) Oil ducts shall be provided, where necessary, to ensure adequate cooling inside the core. The welding structure and major insulation shall not obstruct the free flow of oil through such ducts. xii) The design of magnetic circuit shall be such as to avoid static discharges, development of short circuit paths within itself or to the earthed clamping structure and production of flux Bidder DGM,ED-I Page-59 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

component at right angle to the plane of the lamination, which may cause local heating. The supporting frame work of the cores shall be so designed as to avoid the presence of pockets, which would prevent complete emptying of the tank through the drain valve or cause trapping of air during filling. xiii) The construction is to be of ‘Core’ type. The core shall be provided with lugs suitable for lifting the complete core and coil assembly. The core and coil assembly shall be so fixed in the tank that shifting will not occur during transport or short circuits. 3.5 INTERNAL EARTHING: i) All internal metal parts of the transformer, with the exception of individual laminations, core bolts and their individual clamping plates shall be earthed. ii) The top clamping structure shall be connected to the tank by a copper strap. The bottom clamping structure shall be earthed by one or more of the following methods: a) By connection through vertical tie-rods to the top structure. b) By direct metal-to-metal contact with the tank base. c) By a connection to the top structure on the same side of the core as the main earth connection to the tank. iii) The magnetic circuit shall be connected to the clamping structure at one point only and this shall be brought out of the top cover of the transformer tank through a suitably rated . A disconnecting link shall be provided on transformer tank to facilitate disconnections from ground for IR measurement purpose. iv) Coil clamping rings of metal at earth potential shall be connected to the adjacent core clamping structure on the same side as the main earth connections. 3.6 WINDING: i) Winding shall be subjected to a shrinking and seasoning process, so that no further shrinkage occurs during service. Adjustable devices shall be provided for taking up possible shrinkage in service. ii) All low voltage windings for use in the circular coil concentric winding shall be wound on a preformed insulating cylinder for mechanical protection of the winding in handling and placing around the core. iii) Winding shall not contain sharp bends, which might damage the insulation or produce high dielectric stresses. No strip conductor wound on edge shall have width exceeding six times the thickness. iv) Materials used in the insulation and assembly of the windings shall be insoluble, non- catalytic and chemically inactive in the hot and shall not soften or the otherwise affected under the operating conditions. v) Varnish application on coil windings may be given only for mechanical protection and not for improvement in dielectric properties. In no case varnish or other adhesive be used which will seal the coil and prevent evacuation of air and moisture and impregnation by oil. vi) Winding and connections shall be braced to withstand shocks during transport or short circuit. vii) Permanent current carrying joints in the windings and leads shall be welded or brazed. Clamping bolts for current carrying parts inside oil shall be madeof oil resistant material which shall not be affected by acidity in the oil steel bolts, if used, shall be suitably treated. viii) Terminals of all windings shall be brought out of the tank through bushings for external connections.

Bidder DGM,ED-I Page-60 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

ix) The completed core and coil assembly shall be dried in vacuum at not morethan 0.5mm of mercury absolute pressure and shall be immediately impregnated with oil after the drying process to ensure the elimination of airand moisture within the insulation. Vacuum may be applied in either vacuum over or in the transformer tank. x) The winding shall be so designed that all coil assemblies of identical voltage ratings shall be inter changeable and field repairs to the winding can be made readily without special equipment. The coils shall have high dielectric strength. Coils shall be made of continuous smooth high-grade electrolytic copper conductor, shaped and braced to provide for expansion and contraction due to temperature changes. Adequate barriers shall be provided between coils and core and between high and low voltage coil. End turns shall have additional protection against abnormal line disturbances. xi) The insulation of winding shall be designed to withstand voltage stressarising from surge in transmission lines due to atmospheric or transient conditions caused by switching etc. xii) Tapings shall not be brought out from inside the coil or from intermediate turns and shall be so arranged as to preserve as far as possible magnetic balance of the transformer at all voltage ratios. xiii) Magnitude of impulse surges transferred from HV to LV windings by electromagnetic induction and capacitance coupling shall be limited to B.I.L. of LV winding. 3.7 INSULATING OIL: i) The insulating oil for the transformers shall be of EHV grade, generally conforming to IS: 335. No inhibitors shall be used in the oil. ii) The quantity of oil required for the first filling of the transformer and its full specification shall be stated in the bid. The bidder shall quote the price of transformer complete with first filling of oil plus 10% extra. However, the rate of transformer oil in Rupee per litre shall be quoted separately also. The transformer oil shall be supplied in non-returnable drums. iii) The design and materials used in the construction of the transformer shall be such as to reduce the risk of the development of acidity in the oil. iv) The contractor shall warrant that oil furnished is in accordance with the following specifications. Sl Characteristic Requirement Method of Test No 1 Appearance The oil shall be clear A sample of oil shall &transparent& free from beexamined in a 100 suspended matter or Sediment m thick layer at ambienttemp 2 Density at 20ºC Max. 0.89 g/cm3 IS: 1448 3 Kinematic Viscosity at 27 27 CST IS: 1448 ºC Max 4 Interfacial at27 ºC Min 0.03 N/m IS: 6104 5 Flash Point 140ºC IS: 1448 6 Pour Point Max. - 6 ºC IS: 1448 7 Neutralisation Value 0.03 mg/KOH/gm IS: 335 (Total Acidity) Max. 8 Electric strength (Break 40 kV IS: 6792 Down Voltage) Min 9 Dielectric dissipation 0.03 IS:6262 factor tan delta at 90º CMax.

Bidder DGM,ED-I Page-61 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

10 Min. specific resistance IS: 6103 35 x 10¹²ohm cm (resistivity) at 90ºC min. 11 Oxidation Stability a. Neutralization 0.40 mg KOH/g valueafter oxidation Max b. Total sludge after 0.10% by weight oxidation Max 12 Presence of oxidation The oil shall not contain anti IS:335 Inhibitor oxidant Additives 13 Water content Max a. Less than 72.5 KV class 25 ppm IS: 2362 3.8 VALVES: i) Valves shall be of forged carbon steel up to 50 mm. size and of gun metal or of cast iron bodies with gun metal fittings for sizes above 50 mm. They shall be of full way type with screwed ends and shall be opened by turning counter clockwise when facing the hand wheel. There shall be no oil leakage when the valves are in closed position. ii) Each valve shall be provided with an indicator to show the open and closed positions and shall be provided with facility for padlocking in either open orclosed position. All screwed valves shall be furnished with pipe plugs for protection. Padlocks with duplicate keys shall be supplied along with the valves. iii) All valves except screwed valves shall be provided with flanges having machined faced drilled to suit the applicable requirements. Oil tight blanking plates shall be provided for each connection for use when any radiator is detached and for all valves opening to atmosphere. If any special radiator valve tools are required, the Contractor shall supply the same. iv) The transformers shall be provided with following valves on the tank: a) Drain valve so located as to completely drain the tank. b) Two filter valves on diagonally opposite corners, of 50 mm. size. c) Oil sampling valves not less than 8 mm. at top and bottom of main tank. d) One 15 mm. air release plug. e) Valves between radiators and tank. Drain and filter valves shall be suitable for applying vacuum as specified in the specifications. 3.9 ACCESSORIES: 3.9.1 Bushing:- i. All porcelain used in bushings shall be homogeneous, non-porous, uniformly glazed to brown colour and free from blisters, burns and other defects. ii. Stress due to expansion and contraction in any part of the bushing shall not lead to deterioration. iii. Bushing shall be designed and tested to comply with the applicable standards. iv. Liquid/oil-filled bushings shall be equipped with liquid level indicators and means for sampling and draining the liquid. The angle of inclination to vertical shall not exceed 30 degree. v. Oil in oil-filled bushings shall meet the requirements of the transformer oil standards. vi. Fittings made of steel or malleable iron shall be galvanized.

Bidder DGM,ED-I Page-62 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

vii. Bushing shall be so located on the transformers that full flashover strength will be utilized. Minimum clearances as required for the BIL shall be realized between live parts and live parts to earthed structures. viii. Bushing shall be supplied with bi-metallic / terminal connector / clamp suitable for fixing to bushing terminal and the PURCHASER’S specified conductors. The connector/clamp shall be rated to carry the bushing rated current without exceeding a temperature rise of 55° C over an ambient of 50° C. The connector/clamp shall be designed to be corona free at the maximum rated line to ground voltage. ix. Bushing of identical voltage rating shall be interchangeable. x. The insulation class of high voltage neutral bushing shall be properly coordinated with the insulation class of the neutral of the low voltage winding. xi. Each bushing shall be so coordinated with the transformer insulation that all flashover will occur outside the tank. 3.9.2 Protection & Measuring Devices:- i) Oil Conservator Tank:- a) The conservator tank shall have adequate capacity between highestand lowest visible levels to meet the requirement of expansion of the total cold oil volume in the transformer and cooling equipment. b) The conservator tank shall be bolted into position so that it can be removed for cleaning purposes. c) The conservator shall be fitted with magnetic oil level gauge with low level electrically insulated alarm contact. ii) Pressure Relief Device: The pressure relief device provided shall be of sufficient size for rapid release of any pressure that may be generated in the tank and which may result in damage of the equipment. The device shall operate at a static pressure of less than the hydraulic test pressure of transformer tank. It shall be mounted direct on the tank. A pair of electrically insulated contacts shall be provided. Port opening dia, operating pressure with tolerance shall be as per manufacturer’s standard based on ISS. Both PRD and explosion vents are required. iii) :- a) A double float type Buchholz relay shall be provided. Any gas evolved in the transformer shall be collected in this relay. The relay shall be provided with a test cock suitable for a flexible pipe connection for checking its operation. A copper tube shall be connected from the gas collector to avalve located about 1200 mm. above ground level to facilitate sampling with the transformer in service. The device shall be provided with two electrically independent potential free contacts, one for alarm on gas accumulation and the other for tripping on sudden rise of pressure. iv) Temperature Indicator:- (a) Oil Temperature Indicator (OTI) The transformer shall be provided with a 150 mm. dial type thermometer for top oil temperature indication. The thermometer shall have adjustable, electrically independent potential free alarm and trip contacts. Maximum reading pointer and resetting device shall be mounted in the local control panel. A temperature-sensing element suitably located in a pocket on top oil shall be furnished. This shall be connected to the OTI by means of capillarytubing. Accuracy class of OTI shall be + 1% or better. (b) Winding Temperature Indicator (WTI)

Bidder DGM,ED-I Page-63 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

A device for measuring the hot spot temperature of the winding shall be provided. It shall comprise the following. i) Temperature sensing element. ii) Image Coil. iii) Auxiliary CTS, if required to match the image coil, shall be furnished and mounted in the local control panel. iv) 150 mm. dial local indicating instrument with maximum reading pointer mounted in local panel and with adjustable electrically independent ungrounded contacts, besides that required for control of cooling equipment, one for high winding temperature alarm and one for trip. v) Calibration device. 3.9.3 Oil Preservation Equipment:- 3.9.3.1 Oil Sealing:- The oil preservation shall be diaphragm type oil sealing in conservator to prevent oxidation and contamination of oil due to contact with atmospheric moisture. The conservator shall be fitted with a dehydrating filter breather. It shall be so designed that, i) Passage of air is through a dust filter & Silica gel. ii) Silica gel is isolated from atmosphere by an oil seal. iii) Moisture absorption indicated by a change in colour of the crystals can be easily observed from a distance. iv) Breather is mounted not more than 1400 mm. above rail top level. 3.10 MARSHALLING BOX: i) Sheet steel, weather, vermin and dust proof marshalling box fitted with required glands, locks, glass door, terminal Board, heater with switch, illumination lamp with switch, water- tight hinged and padlocked door of asuitable construction shall be provided with the transformer to accommodate temperature indicators, terminal blocks etc. The box shall have slopping roof and the interior and exterior painting shall be in accordance with the specification. Padlock along with duplicate keys shall be supplied for marshalling box. The degree of protection shall be IP-55. ii) The schematic diagram of the circuitry inside the marshalling box be prepared and fixed inside the door under a pros pane sheet. iii) The marshalling box shall accommodate the following equipment: a) Temperature indicators b) Terminal blocks and gland plates for incoming and outgoing cables. All the above equipment except (b) shall be mounted on panels and back of panel wiring shall be used for inter-connection. The temperatures indicators shall be so mounted that the dials are not more than 1600 mm. from the ground level and the door(s) of the compartment(s) shall be provided with glazed window of adequate size. To prevent internal condensation, an approved type of metal clad heater with thermostat shall be provided, controlled by a MCB of suitable rating mounted in the box. The ventilation louvers, suitably padded with felt, shall also be provided. The louvers shall be provided with suitable feltpads to prevent ingress of dust. All incoming cables shall enter the kiosk from the bottom and the gland plate shall not be less than 450 mm. from the base of the box. The gland plate and associated compartment shall be sealed in suitable manner to prevent the ingress of moisture from the cable trench. Bidder DGM,ED-I Page-64 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

iv) The control connection, wiring etc. shall be as per Clause 3.13 of this specification. 3.11 OFF LOAD TAP CHANGER: The transformer shall be provided with off- load Taps. The Transformer with off-load tap changing gear shall have taps ranging from+10% to –10% in 9 equal steps of 2.5% each on HV winding for voltage variation. The tap changing switch shall be located in a convenient position so that it can be operated from ground level. The switch handle shall be provided with locking arrangement along with top position indication, thus enabling the switch to be locked in position. Equipment for only local electrical and local hand operation shall be provided. The circuit arrangement shall be flexible to provide for addition of a transformerat a later date. An Out-of-Step device shall be provided for the transformer, which shall be arranged to prevent further tap changing, when transformer in a group operating in parallel control are operated Out-of-Step. 3.12 FITTINGS: The following fittings shall be provided on the transformers: i) Conservator with isolating valves, oil filling hole with cap and drain valve. The conservator vessel shall be filled with constant oil pressure diaphragm oil sealing system ii) Magnetic type oil level gauge (150 mm. dia.) with low oil level alarm contacts. iii) Prismatic / toughened glass oil level gauge. iv) Silica gel breather with oil seal and connecting pipe complete with first fill of activated silica gel or Alumina mounted at a level of 1300 mm. above ground level. A double float type Buchholz relay with isolating valve, bleeding pipe and a testing cock, the test cock shall be suitable for a flexible (pipe connection for checking its operation). A 5 mm. dia. Copper pipe shall be connected from the relay test cock to a valve located at a suitable height above ground level to facilitate sampling of gas with the transformer in service. Inter- connection between gas collection box and relay shall also be provided. The device shall be provided with two electrically independent ungrounded contacts, one for alarm on gas accumulation and the other for tripping on sudden oil surge. These contacts shall be wired upto transformer marshalling box. The relay shall be provided with shut off valve on the conservator side as well ason the tank side. v) Pressure relief devices (including pressure relief valve) and necessary airequalizer connection between this and the conservator with necessary alarm and trip contacts. vi) Air release plugs in the top cover. vii) Inspection cover, access holes with bolted covers for access to inner ends of bushing, etc. viii) Winding temperature (hot spot) indicating device for local mounting complete in all respects. Winding temperature indicator shall have three sets of contacts to operate at different settings: a) To provide winding temperature `high alarm.’ b) To provide temperature too high `trip.’ ix) Dial thermometer with pocket for oil temperature indicator with one set of alarm and one set of trip contacts and maximum reading pointer. x) Lifting eyes or lugs for the top cover, core and coils and for the complete transformer. xi) Jacking pads. Bidder DGM,ED-I Page-65 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

xii) Haulage lugs. xiii) Protected type mercury/alcohol in glass thermometer and a pocket tohouse the same. xiv) Top and bottom filter valves on diagonally opposite ends with padlocking arrangement on both valves. xv) Top and bottom sampling valves. xvi) Drain valve with pad locking arrangement. xvii) Rating and connection diagram plate. xviii) Two numbers tank earthing terminals with associated nuts and bolts for connections to purchaser’s grounding strip. xix) Bi-directional flagged rollers with locking and bolting device. xx) Marshalling Box (MB). xx) Shut off valve on both sides of flexible pipe connections between radiator bank and transformer tank. xxi) Cooling Accessories: Requisite number of radiators provided with: - One shut off valve on top. - One shut off valve at bottom. - Air release device on top. - Drain and sampling device at bottom. - Lifting lugs. xxii) Air release device and oil drain plug on oil pipe connectors. xxiii) Terminal marking plates for and MainTransformer. xxiv) Off-Load Tap Changer. xxv) Oil Preservation Equipment. xxvi) Oil Temperature Indicator. NOTE:- (i) The fittings listed above are indicative and any other fittings which are generally required for satisfactory operation of the transformer are deemed to be included in the quoted price of the transformer. (ii) The contacts of various devices required for alarm and trip shall be potential free and shall be adequately rated for continuous, making and breaking current duties as specified. 3.13 CONTROL CONNECTIONS AND INSTRUMENT AND WIRINGTERMINAL, BOARD AND FUSES: Note: i) Normally no fuses shall be used anywhere and instead of fuses MCB(s) (both in AC & DC circuits) shall be used. Only in cases where a MCB cannot replace a fuse due to system requirements, a HRC fuse can be accepted. All wiring connections, terminal boards, fuses MCB(s) and links shall be suitable for tropical atmosphere. Any wiring liable to be in contact with oil shall have oil resisting insulation and the bare ends of stranded wire shall be sweated together to prevent seepage of oil along the wire.

Bidder DGM,ED-I Page-66 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

ii) Panel connections shall be neatly and squarely fixed to the panel. All instruments and panel wiring shall be run in PVC or non-rusting metal cleats of the compression type. All wiring to a panel shall be taken from suitable terminal boards. iii) Where conduits are used, the runs shall be laid with suitable falls, and the lowest parts of the run shall be external to the boxes. All conduit runs shall be adequately drained and ventilated. Conduits shall not berun at or below ground level. iv) When 415 Volt connections are taken through junction boxes or marshalling boxes, they shall be adequately screened and 415 Volts Danger Notice must be affixed to the outside of the junction boxes or marshalling box. Proper colour code for Red, Yellow, Blue wires shall be followed. v) All box wiring shall be in accordance with relevant IS. All wiring shall be of stranded copper (48 strands) of 1100 Volt grade and size not less than 2.5 sq.mm. vi) All wires on panels and all multi-core cables shall have ferrules, for easy identifications, which bear the same number at both ends, as indicated in the relevant drawing. vii) At those points of interconnection between the wiring carried out by separate contractors, where a change of number cannot be avoided double ferrules shall be provided on each wire. The change of numbering shall be shown on the appropriate diagram of the equipment. viii) The same ferrule number shall not be used on wires in different circuits on the same panels. ix) Ferrules shall be of white insulating material and shall be provided with glossy finish to prevent the adhesion of dirt. They shall be clearly and durably marked in black and shall not be affected by dampness or oil. x) Stranded wires shall be terminated with tinned Ross Courtney terminals, claw washers or crimped tubular lugs. Separate washers shall be suited to the size of the wire terminated. Wiring shall, in general, be accommodated on the sides of the box and the wires for each circuit shall be separately grouped. Back of panel wiring shall be arranged so that access to the connecting items of relays and other apparatus is not impeded. xi) All circuits, in which the voltage exceeds 125 Volts, shall be kept physically separated from the remaining wiring. The function of each circuit shall be marked on the associated terminal boards. xii) Where apparatus is mounted on panels, all metal cases shall be separately earthed by means of stranded (48 No.) copper wire of strip having a cross section of not less than 2 sq. mm where strip is used, the joints shall be sweated. The copper wire shall have green colored insulation for earth connections. xiii) All wiring diagram for control and relay panel shall preferably be drawn as viewed from the back and shall show the terminal boards arranged asin services. xiv) Terminal block rows should be spaced adequately not less than 100 mm. apart to permit convenient access to external cables and terminations. xv) Terminal blocks shall be placed with respect to the cable gland (at aminimum distance of 200 mm.) as to permit satisfactory arrangement of multi-core cable tails. xvi) Terminal blocks shall have pairs of terminals for incoming and outgoing wires. Insulating barriers shall be provided between adjacent connections. The height of the barriers and the spacing between terminals shall be such as to give adequate protection while allowing easy access to terminals. The terminals shall be adequately protected with insulating dust proof covers. No live metal shall be exposed at the back of the terminal boards. CT terminals shall have shorting facilities. The terminals for CTs should have provision to insert banana plugs and with isolating links.

Bidder DGM,ED-I Page-67 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

xvii) All interconnecting wiring, as per the final approved scheme, between accessories of transformer and marshalling box is included in the scope of this specification and shall be done by the Transformer supplier. xviii) The schematic diagram shall be drawn and fixed under a transparent propane sheet on the inner side of the marshalling box cover. xix) To avoid condensation in the MB, a space heater shall be provided withan MCB and thermostat. xx) Suitable 11W, CFL light shall be provided in the Marshalling Box for lightning purpose. 4.0 INSPECTION AND TESTING: i) The Contractor shall arrange for carrying out a comprehensive inspection and testing programme during manufacture of the transformer. An indicative of inspection is given under clause No. 4.1. This is, however, not intended to form a comprehensive programme as it is contractor’s responsibility to draw up and carry out such a programme duly approved by the purchaser. ii) The contractor shall carry out routine tests on the transformers. iii) The contractor shall also carry out the pre-shipment checks. iv) The requirements on site tests are as listed in the specifications. v) Certified test report and oscillograms shall be furnished to the Purchaser/Consultants for evaluation as per the schedule of documents. The Contractor shall also evaluate the test results and rectify the defects in the equipment based on his and the Purchaser’s evaluations of the tests without any extra charges to the Purchaser. Manufacturer’s Test Certificates in respect of all associated auxiliary and ancillary equipment shall be furnished. vi) The bidder shall state in his proposal the testing facilities available at his/manufacturer’s works. In case full testing facilities are not available, the bidder shall state the method proposed to be adopted so as to ascertain the transformer characteristics corresponding to full capacity testing. 4.1 INSPECTION: i) Tank and Conservator a) Inspection of major weld. b) Crack detection of major strength weld seams by dye penetration test. c) Check correct dimensions between wheels; demonstrate turning of wheels, through 90º and further dimensional check. d) Leakage test of the conservator. ii) Core. a) Sample testing of core materials for checking specific loss properties, magnetization characteristics and thickness. b) Check on the quality of varnish if used on the stampings. c) Check on the amount of burrs. d) Visual and dimensional check during assembly stage. e) Check on completed core for measurement of iron loss. f) Visual and dimensional checks for straightness and roundness of core, thickness of limbs and suitability of clamps. g) High Voltage DC test (2 kV for one minute) between core and clamps. Bidder DGM,ED-I Page-68 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

iii) Insulating Material. a) Sample check for physical properties of materials. b) Check for dielectric strength. c) Check for the reaction of hot oil on insulating materials. iv) Winding. a) Sample check on winding conductor for mechanical and electrical conductivity. b) Visual and dimensional checks on conductor for scratches, dent mark etc. c) Sample check on insulating paper for PH value, electric strength. d) Check for the bonding of the insulating paper with conductor. e) Check for the reaction of hot oil and insulating paper. f) Check and ensure that physical condition of all materials taken forwindings is satisfactory and free of dust. g) Check for absence of short circuit between parallel strands. v) Checks Before Drying Process a) Check condition of insulation on the conductor and between the windings. b) Check insulation distance between high voltage connections, between high voltage connection cables and earth and other live parts. c) Check insulating distances between low voltage connections and earth and other parts. d) Insulating test for core earthing. vi) Checks During Drying Process a) Measurement and recording of temperature and drying time during vacuum treatment. Check for completeness of drying. Assembled Transformer b) Check completed transformer against approved outline drawing, provision for all fittings, finish level etc. c) Jacking test on the assembled Transformer. vii) Oil All standard tests in accordance with IS: 335 shall be carried out on Transformer oil sample before filling in the transformer. viii) Test Reports for bought out items The contractor shall submit the test reports for all bought out / subcontracted items for approval. a) Bucholz relay. b) Sudden Pressure rise relay in OLTC. c) Sudden Pressure rise relay on Main Tank. d) Winding Temperature Indicators (for TX capacity >10 MVA). e) Oil Temperature Indicators. f) Bushings. g) Bushing Current Transformers in neutral (if provided). h) Marshalling box.

Bidder DGM,ED-I Page-69 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

i) Fans / Air Blowers. j) Off Load tap changer. k) Any other item required for completing the works. l) Porcelain, bushings, bushing current transformers, wherever provided, winding coolers, control devices, insulating oil and other associated equipment shall be tested by the contractor in accordance with relevant IS. If such equipment are purchased by the contractor on a subcontract, he shall have them tested to comply with these requirements. 4.2 FACTORY TESTS: i) All standard routine tests in accordance with IS: 2026 with dielectric tests as per latest amendments to IS: 2026 shall be carried out. ii) All auxiliary equipment shall be tested as per the relevant IS. Test certificates shall be submitted for bought out items. iii) High voltage withstand test shall be performed on auxiliary equipmentand wiring after complete assembly. iv) Following additional routine tests shall also be carried out on each transformer: a) Magnetic Circuit Test. Each core shall be tested for 1 minute at 2000 Volt DC. b) Oil leakage test on transformer. 4.2.1.1 Type Test. The Bidder has to furnish certificate of Type Test on Power transformerof identical capacity confirming the following type tests. The Certificate shall be not older than 5(five) years as on the date of opening of the Bid(s). (1) Tan delta measurement and capacitance of each winding to earth (with all other windings earthed) & between all windings connected together to earth. (2) Measurement of Zero sequence impedance. (3) Temperature Rise Test. (4) Short Circuit Test. (5) Tank Vacuum Test. (6) Tank Pressure Test. (7) Lightning impulse withstand test for line and neutral terminal. 4.2.1.2 Routine Tests. Transformer routine tests shall include tests stated in latest issueof IS: 2026(Part-I). These tests shall also include but shall not be limited to the following: (i) Measurement of winding DC resistance. (ii) Voltage ratio on each tapping and check of voltage vector relationship. (iii) Impedance voltage at all tapings. (iv) Magnetic circuit test. After routine tests, each core shall be tested for 1 minute at 2 kV (DC) between all bolts, side plates and structural steel work. Immediately prior to the dispatch of the transformer, the magnetic circuit shall be pressure tested for 1 minute at 2 kV A.C. between the core and the earth.

Bidder DGM,ED-I Page-70 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

(v) Load losses. (vi) No load losses and no load current. (vii) Absorption index i.e. insulation resistance for 15 seconds and 60seconds (R60/R15) and polarization index i.e. Insulation Resistance for10 minutes and one minute (R10 mt/R1 mt). (viii) Induced over voltage withstand test. (ix) Separate source voltage withstand test (applied potential). (x) Tan delta measurement and capacitance of each winding to earth (with all other windings earthed) & between all windings connected together to earth. (xi) test. (xii) Measurement of acoustic noise level. (xiii) Measurement of Zero sequence impedance. All costs towards routine & type tests should be included in the transformer price and no separate payment shall be made on this account. Six (6) sets of certified test reports and oscillographs shall be submitted for evaluation prior to dispatch of the equipment. The contractor shall also evaluate the test results and shall correct any defect indicated by his and Purchaser’s evaluation of the tests without charge to the Purchaser. 4.3 TANK TESTS: Routine Tests Oil leakage Test: The tank and oil filled compartments shall be tested for oil tightness completely filled with air or oil of viscosity not greater than that of insulating oil conforming to IS: 335 at the ambient temperature and applying a pressure equal to the normal pressure plus 35 KN/m2 measured at the base of the tank. The pressure shall be maintained for a period of not less than 12 hours for oil and one hour for air and during that time no leak shall occur. Pressure Test. Where required by the Purchaser, one transformer tank of each size together with its radiator, conservator vessel and other fittings shall be subjected to apressure corresponding to twice the normal head of oil or to the normal pressure plus 35 KN/m2 whichever is lower, measured at the base of the tank and maintained for one hour. Vacuum Test. One transformer tank of each size shall be subjected to the vacuum pressure of 760 mm of mercury. The tanks designed for full vacuum shall be tested at an internal pressure of 3.33 KN/m2 (25 mm. of mercury) for one hour. The permanent deflection of flat plates after the vacuum has been released shall not exceed the value specified in C.B.I.P. Manual on Transformers (Revised 1999) without affecting the performance of the transformer. 4.4 PRE-SHIPMENT CHECK AT MANUFACTURERS WORKS: i) Check for proper packing and preservation of accessories like radiators, bushings, explosions vent, dehydrating breather, rollers, buchholz relay, fans, control cubicle connecting pipes & conservator etc. ii) Check for proper provision of bracing to arrest the movement of coreand winding assembly inside the tank. iii) Gas tightness test to conform tightness.

Bidder DGM,ED-I Page-71 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

4.5 INSPECTION AND TESTING AT SITE: The contractor shall carry out detailed inspection covering areas right from the receipt of material upto commissioning stage. An indicative programme of inspection as envisaged by the Engineer is given below. This is however not intended to form a comprehensive programme as it is contractor’s responsibility to draw up and carry out such a programme. 4.5.1.1 Receipt and Storage Checks. i) Check and record condition of each package visible parts of the transformers etc. for any damage. ii) Check and record the gas pressure in the transformer tank as well as in the gas cylinder. iii) Visual check of core and coils before filling up with oil and also checkcondition of core and winding in general. 4.5.1.2 Installation Checks. i) Inspection and performance testing of accessories like tap changers, coolings fans, etc. ii) Check the direction of rotation of fans: a) Check the bearing lubrication. b) Check choking of the tubes of heat exchangers. iii) Test on oil samples taken from main tank top and bottom and cooling system. Samples should be taken only after the oil has been allowed to settle for 24hours. iv) Check the whole assembly for tightness, general appearance etc. v) Oil leakage tests. 4.5.1.3 Pre-Commissioning Tests. a) After the transformer is installed, the following pre-commissioning tests and checks shall be done before putting the transformer in service. i) Dry out Test. ii) Megger Test. iii) DC Resistance measurement of windings. iv) Ratio Test on all taps. v) Buchholz relay alarm & surge operation Test. vi) Low oil level (in conservator) alarm. vii) Temperature Indicators. viii) Marshalling kiosk. ix) Protective relays. x) Magnetizing current. b) The following additional checks shall be made: i) All oil valves are in correct position closed or opened as required. ii) All air pockets are cleared. iii) Thermometer pockets are filled with oil. iv) Oil is at correct level in the bushing, conservator, diverter switch & tank etc. v) Earthing connections are made.

Bidder DGM,ED-I Page-72 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

vi) Colour of Silica gel is blue. vii) Bushing arcing horn is set correctly and gap distance is recorded. viii) CT polarity and ratio is correct. 4.6 PERFORMANCE: i) Total cooling system of transformer shall be so designed that, the transformer shall be able to operate at plus 20 percent full load for atleast ten (10) minutes on ONAN rating without the calculated winding hot spot temperature exceeding 150ºC. ii) The transformer shall be capable of being operated without danger on any tapping at the rated KVA/MVA with voltage variations of + 10% corresponding to the voltage of the tapping. iii) The maximum flux density in any part of the cores and yokes at normal voltage and frequency shall be such that the flux density on any tap position with +12.5% voltage variations and –5% frequency variations shall not exceed 1.9 wb/m2. iv) Radio interference and Noise Level. a) The transformer shall be designed with particular attention to the suppression of third and fifth harmonics so as to minimize interference with communication circuits. b) The noise level when energized at normal voltage and frequency with fans running shall not exceed the values specified by NEMA. 4.7 FAULT CONDITIONS: a) The transformer and all its accessories including CTs etc. shall be capable of withstanding for three (3) seconds without damages any external short circuit to earth. b) Transformer shall be capable of withstanding thermal and mechanical stresses conveyed by symmetrical or asymmetrical faults on any winding. c) Transformers shall accept, without injurious heating, combined voltage and frequency fluctuation, which produce the 125% over fluxing condition for one minute. 4.8 TEST WAIVAL, PROCEDURE AND COSTS: (i) The TSECL, at its option, may waive impulse tests provided type test reports of impulse tests carried out on essentially identical units in their factory in India are furnished by the manufacturer. (ii) No load losses and exciting current shall be measured at rated voltage, rated frequency and at 90% and 110% of rated voltage, both before and after the lightning impulse tests. (iii) The method of test loading shall be described in the test report for determination of both average and hot test spot temperature. Where the winding temperature equipment are specified, data shall also be included for calibration of hot test spot temperature indicator. (iv) Resistance of each winding of each phase shall be measured at principal and at all the taps and corrected to 75ºC. (v) Impedance voltage shall be measured at principal and at all taps, (vi) No load Loss Measurement as recommended in ISS. (vii) Certified test report and oscillograms shall be furnished to TSECL for evaluation as per the schedule of distribution of documents. The Contractor shall also evaluate the test results and rectify the defects in the equipment based on his and the TSECL’s evaluations of the tests without any extra charges to TSECL. Manufacturer’s Test Certificates in respect of all associated auxiliary and ancillary equipment shall be furnished. (viii) The bidder shall state in his proposal the testing facilities available at his works.

Bidder DGM,ED-I Page-73 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

4.9 WITNESSING OF TESTS AND EXCESSIVE LOSSES: (i) The TSECL or its representative reserves the right to witness any or all tests, or to accord waiver at its sole discretion. . (ii) The TSECL reserves the right to reject the Transformer if losses exceed the declared losses beyond tolerance limits as per IS or if temperature rise of oil and winding exceed the values specified elsewhere.(See clause 3.5.0) 5.0 LOSSES: Transformers with lower losses shall be preferred. The bidder shall indicate the values of load and no load losses of the transformer in his bid. He shall indicate whether losses are firm or subject to tolerance. If nothing is indicated regarding tolerance on losses, it will be considered that losses are subject to tolerance. In case no ceiling is specified, these will be taken as per IS. 5.1 REJECTION: The TSECL may reject any transformer if during tests or service any of the following conditions rise: i) No load loss exceeds the guaranteed value by 20% or more. ii) Load loss exceeds the guaranteed value by 20% or more. iii) Impedance value exceeds the guaranteed value by + 10% or more. iv) The difference in impedance values of any two phases during single phase short circuit impedance test exceeds 2% of the average value guaranteed by the vendor. v) Oil or winding temperature rise exceeds the specified value. vi) Transformer fails on impulse test. vii) Transformer fails on power frequency voltage withstand test. viii) Transformer is proved to have been manufactured not in accordance withthe agreed specification. 5.2 In any case, the transformer shall be rejected in case any loss value exceeds the maximum loss as per IS. 6.0 SPARE PARTS: In case the manufacturer goes out of production of spare parts, then he shall make available the drawings of spare parts and specification of materials at no extra cost to the Purchaser to fabricate or procure spare parts from other sources. 6.1 INSTRUCTIONS MANUAL: Six sets of the instruction manuals shall be supplied at least four (4) weeks before the actual dispatch of equipment. The manuals shall be in bound volumes and shall contain all the drawings and information required for erection, operation and maintenance of the transformer. The manuals shall include amongst others, the following particulars: a) Marked erection prints identifying the components, parts of the transformeras dispatched with assembly drawings. b) Detailed dimensions, assembly and description of all auxiliaries. c) Detailed views of the core and winding assembly, winding connections and tapings, tap changer construction etc. These drawings are required for carrying out overhauling operation at site. d) Salient technical particulars of the transformer.

Bidder DGM,ED-I Page-74 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

e) Copies of all final approved drawings. f) Detailed O&M instructions with periodical check lists and Proforma etc. 6.2 COMPLETENESS OF EQUIPMENT: (i) All fittings and accessories, which may not be specifically mentioned in the specification but which are necessary for the satisfactory operation of the plant, shall be deemed to be included in the specification and shall be furnished by the contractor without extra charges. The equipment shall be complete in all details, whether such details are mentioned in the specification or not, without any financial liability to the Purchaser under any circumstances. (ii) All deviations from this specification shall be separately listed under the requisite schedules, in the absence of which it will be presumed that all the provisions of the specification are complied with by the bidder. 7.0 TOOLS & TACKLES: All the necessary tools and tackles required for normal operation shall be supplied by the Contractor without extra charges. 8.0 COMMISSIONING: The equipment shall be commissioned as per CBIP manual, IS 10028 and manufacturer’s recommendations. All the as built drawings/manuals shall be pre-requisite for release of payment for final payment.

B. TECHNICAL SPECIFICATION OF 33KV INDOOR VCB: 1.0 SCOPE OF WORK: Design, Manufacture, Testing at works, Supply, Assembly, Installation, testing & commissioning of 33 KV Indoor Vacuum Circuit Breaker Panel containing 4 Nos. (2Nos Incoming & 2Nos Outgoing) of 36 KV, 1250 Amp., 31.5 KA for 3 Sec breaking capacity, 3 pole metal clad indoor vacuum circuit breakers including all relays, meters, annunciations, CTs, PTs, wiring & other accessories with 3 phase copper Bus bars of 1250 Amp rating (high conductivity, electrolytic copper ). The closing and tripping coils shall be rated for 110V DC supply & spring charging motors for the VCB shall be rated for 110V AC. Each panel shall comprise of incoming and outgoing feeders as mentioned below: (A) Incomer Panel: a) 36 KV, 1250 A, 31.5KA VCB b) Dual core Current Transformers - 3 Nos. i) Metering Core: 600-300 / 1-1A, 50VA CL-1 ii) Protection Core: 600-300/1-1A, 50VA, 5P10 c) Potential Transformers 33/ √3 KV/110/√3V- 110 V/ √3 Dual rating - 3 Nos. i) Metering Core: 50VA/ Ph.Class-1 ii) Protection Core: 50VA/Ph. Class 3P d) Voltmeter (0-50) KV, Cl-1, 96 x 96 mm with selector Switch - 1 No. e) Ammeter (0-1000) A, Cl-1, 96 x 96 mm with selector switch - 1 No. f) Frequency meter (0-60 Hz) - 1 No g) Trivector Electronic Energy meter with metering & communication capability. h) Numerical protection relay and electromagnetic relays to provide an integrated protection, continuous measurement and monitoring functions as per specification. i) 12 window Alarm & annunciation system with auxiliary relays: 1 set Bidder DGM,ED-I Page-75 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

It shall be provided with test, accept, silence & reset facility & 110V DC/ 110V AC Electrical hooter. j) Indication lamps LED type for ON, OFF, TRIP, TRIP COIL-1 Supervision, SERVICE position, R, Y, B indications, Spring Charged, Trip Ckt. Healthy. k) Miscellaneous: panel space heater, thermostat, TNC switch, 3 pin socket, CFL lamp, wiring, TBs, control bus etc. (B) Outgoing Panel: a) 36 KV, 1250 A, 31.5 KA VCB-2Nos. b) Current Transformers - 3 Nos. each contain. i) Metering Core: 300-150 / 1-1-1A, 50VA CL-1 ii) Protection Core: 50VA, 5P10 (IS: 15549) iii) Differential core: 300-150/1-1-1A, PS c) Ammeter (0-400) A, Cl-1, 96 x 96 mm with selector switch - 1 No. d) Voltmeter (0-50) KV, Cl-1, 96 x 96 mm with selector Switch - 1 No e) Frequency meter (0-60 Hz) - 1 No f) Numerical protection relay and electromagnetic relays to provide an integrated protection, continuous measurement and monitoring functions as per specification. g) 12 window Alarm & annunciation system with auxiliary relays: 1 set It shall be provided with test, accept, silence & reset facility & 110V DC/ 110V AC Electrical hooter. h) Indication lamps LED type for ON, OFF, TRIP, TRIP COIL-1 Supervision, SERVICE position, R, Y, B indications,Spring Charged, Trip Ckt. Healthy. i) Miscellaneous: panel space heater, thermostat, TNC switch,3 pin socket, CFL lamp, wiring, TBs, control bus etc. Please Note for (A) & (B) above: 1) Routine tests on breaker shall be performed in presence of TSECL engineers/representatives as per relevant IS/BS/IE specifications at works. Type test certificate not older than 5(five) years as on the date of testing shall be submitted before commencement of routine test of panels. 2) Proper labels and ferrule numbers should be affixed alongside various components and control wire, concurrence of TSECL engineers shall be obtained on location, qty etc. 3) The panels including beakers and all associated switchgear shall have a warranty of 12 months from the date of commissioning or 18 months from the date of supply whichever comes earlier and any defect observed during this period due to any manufacturing, design, latent, installation defects or due to lapses on account of poor workmanship shall be repaired/replaced free of cost by the contractor. Also the contractor shall visit the site for routine checks/on breakdown/for trouble shooting to ensure the healthiness of the switchgear during this period. 2.0 STANDARDS AND CODES: Updated and current Indian Standard Specifications and Codes of Practice will apply to the equipment and the work covered by the scope of this contract. In addition the relevant clauses of the Indian Electricity Act 1910, Indian Electricity Rules 1956, National Building Code 1994, National Electric Code 1985, Code of Practice for Fire Safety of Building (general): General Principal and Fire Grading – IS 1641 - 1988 as amended upto date shall also apply.

Bidder DGM,ED-I Page-76 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

Wherever appropriate Indian Standards are not available, relevant British and/or IEC Standards shall be applicable. a) IS 3427; 1969 : Metal enclosed switchgear and control gear for voltages above 1000V but not exceeding 11000 V. b) IS 2516 : AC Circuit Breakers c) IS 3842 : Specification for electrical relays for AC systems d) IS 3231: 1986 : Electrical Relays for Power System Protection e) IS3156: 1978 : Voltage Transformers. f) IS: 2705:1981 : Current Transformers. g) IS5424: 1983 : Rubber mats for Electrical Works. h) IS 2551 : 1982: Danger Notice Plate i) IS: 15110& 3107 : Direct acting Electrical indicating instruments. j) IS2099 : Bushings for alternating voltages above 1000V. k) IS 6875 : Control switches for voltages up to and including 1000 V AC and 1200 V DC. l) IS 2147 : Degree of protection for enclosure m) IS 2208 : Specification for HRC cartridge fuse links up to 650 Volts. n) IS 5082 : Wrought Al. and aluminium alloys, bars, rods, tube and Selection for electrical purposes. o) IEC 129 : AC isolators and earthing switches. p) IEC 298 : AC metal enclosed switchgear and control gear for rates voltages above 1 kV and up to including 72.5 kV. q) IEC 694 : Common clauses for high voltage switchgear and control gear standards. r) IEC 56 : HV alternating current circuit breakers. s) IEC 137 : Bushings for alternating voltages above 1000V. t) IEC 470, IEC : HT AC contactors. 60298, IS 3427 u) IEC 60694, IS 12729 : Busbar IS 5082 v) IS 13118; 1991 : 33KV Circuit Breaker w) VDE 0670 3.0 SPECIFICATION FOR VCB PANELS: i) GENERAL: These specification covers the Design, manufacture, testing at works / factory, supply, installation, testing & commissioning of integrated cubicle type dead front, floor mounted, free standing extendable, 2.5 mm thick, sheet steel enclosed, front operated front and rear accessible indoor type 33 KV switch board as per specifications given below and in conformity with Indian Standard Specification IS : 3427 : 1969., IS : 2516 (Part-I, Sec.3) - suitable for operation in 50 º C ambient temperature, or VDE 0670, part 1000/IEC 60694.The switchboard shall house 4 Nos of 33 kV Vaccum type circuit breakers and shall be suitable for the following:

Bidder DGM,ED-I Page-77 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

a) Normal System Voltage : 33 KV, 3Phase (RMS) (Earthed System) b) Highest System Voltage : 36 KV (RMS) c) No. of Poles : 3 d) Rated Current : 1250 Amps e) Rated frequency : 50 Cycles/ Sec f) Rated lightning impulse withstand voltage : 170 KV (P) g) Rated power frequency withstand voltage : 70 kV h) Rated Operating Duty : O-0.3 sec-CO-3 min-CO i) Total break time for any current upto rated current : 3 Cycles max (60ms) j) Continuous current rating at : 50 º C ambient temperature k) Rated Short Circuit breaking current (Symmetrical) : 31.5 KA l) Rated Short Circuit breaking current (Asymmetrical) : 27.3 KA m) Rated Short Circuit making current (Peak) : 63 KA n) Rated short circuit duration : 3 sec. o) Make: ABB / AREVA / CROMPTON GREAVES / SIEMENS/ELECTROTEKNIKA The equipment shall be of type tested design at CPRI / Independent test house for short circuit, temperature rise, dielectric tests and all other test as required for the ratings as indicated in the BOQ / Drawings etc. Vendor shall not restrict to the tests mentioned in the specifications. All necessary tests as per code / Client requirement shall be conducted. The panel shall be provided with necessary base frames, cut-outs and other items required for complete functioning of the panel. The breaker panel shall be provided with potential free contacts and shall be suitable for local operation through TNC switch. All necessary interlocking arrangements to be provided as per standards. ii) SWITCHBOARD: The Switchboard shall be fabricated from 2.5 mm thick CRCA sheet steel, 3.15mm for load bearing members and shall be folded and braced as necessary to provide a rigid support for all components. The Switchboard shall comprise of two incomer CB and two outgoing CB to supply 2 no.s of 33kV/11kV, 7.5 MVA power transformers. Joints of any kind in sheet steel shall be seam welded, all welding slag grounded off and welding pits wiped smooth with plumber metal. All panels and covers shall be properly fitted and square with the frame and shall be completely dust and vermin proof with lockable arrangement with degree of protection as per IS : 2147. Fixing screws shall enter into holes tapped into an adequate thickness of metal or provided with nuts. Self-threading screws shall be of totally enclosed design. Gaskets between all adjacent and beneath all covers shall be used to render the joints effectively dust tight. Soft compressible gaskets shall be used between all metal joints, doors and covers to prevent ingress of dust. A horizontal wire way with screwed cover shall be provided at the top to take interconnecting control wiring between different vertical sections. Separate and adequate compartments shall be provided for accommodating instruments, indicating lamps, control contractors and control fuses etc. These shall be accessible for testing and maintenance without any danger of accidental contact with live parts of the circuit breaker or bus bar connections. The switchgear shall have separate compartments for the following components:- a) Set of 3 phase bus bars. b) Each of main switching devices.

Bidder DGM,ED-I Page-78 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

c) Instrument transformers. d) Cable termination. e) Metering & relaying devices. f) Degree of protection shall be IP- 55 or better iii) 33KV CIRCUIT BREAKERS: Each panel of 33 KV switch board shall be provided with triple pole 33 KV, 1250 amps indoor type 110VAC motor operated VCB with symmetrical breaking capacity of 31.5 KA at 33 KV. All breakers shall be flush front, metal clad, draw out type and shall be provided with trip free manual closing mechanism with mechanical 'ON' 'OFF' indication. The operating handle and mechanical trip shrouded push button shall be at the front of the breaker and integrated with the breaker. CB's shall conform to IEC-298, IS-3427, BS-5227, VDE-0670 standards. Each circuit breaker shall be housed in a separate compartment and shall be enclosed on all sides. All the components of the circuit breaker shall be suitable to withstand the extreme thermal and dynamic stresses of a 3-phase earth fault. Fiberglass reinforced epoxy resin partition panels shall be used between individual compartments. CB's shall be mounted on trucks for easy replacement of vacuum bulbs. CB's shall have spring charged mechanism for OFF-ON-OFF cycle. The spring charging shall be by a motor as well as manual. The closing spring of the CB's recharged automatically after each ON operation. The spring charging motor shall operate on 110 Volts AC supply. The CB's shall be suitable for switching duty of transformers & Feeder’s .The breaker shall have one closing coil and two tripping coils. The closing and tipping coils shall operate on 110V D.C supply. The following safety interlocks shall be provided: a) The breaker cannot be plugged in unless it is 'OFF' b) The breaker cannot be removed when the breaker is 'ON' c) The access to bus bar is prevented by automatic shutters when breaker is removed. d) Operation of circuit breaker shall not be possible unless it is fully in service position, or withdrawn to test position or fully drawn out. It shall not be possible to close electrically the circuit breaker in service position, without completing the auxiliary circuit between the fixed and moving portion. e) The breaker carriage shall be earthed before the circuit breaker controls are plugged in the stationary contacts, i.e. before the control circuit is completed. Positive earthing of circuit breaker shall be maintained in the connected position. f) Circuit breaker cubicle shall be provided with safety shutters operated automatically by the movement of the carriage. The cradle shall be designed and constructed to permit smooth withdrawal and insertion of breaker. The movements shall be free of jerks, easy to operate and shall preferably be on steel balls/rollers and not on flat surface. There shall be three distinct and separate positions of the circuit breaker on the cradle. 'Service', 'Test', 'Isolated' or ‘maintenance’. Sheet steel barriers shall be provided between: a) Instrument panel and potential transformer. b) Instrument panel and current transformer. c) Bus bar chamber and circuit breaker compartments. d) Cable alley and circuit breaker compartment. Isolating plug and sockets for power circuits shall be silver faced and insulated, separate limit switches each having '4 NO' + '4 NC' contacts shall be provided for both 'service' & 'Test' positions of the circuit breaker. Spring charge/discharge indication shall be provided.

Bidder DGM,ED-I Page-79 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

It shall be possible to isolate easily the Vacuum circuit bottle unit from the breaker operating mechanism for mechanical testing of the interrupter to check leakage of gas. Electrical antipumping feature shall be obtained by means of an auxiliary relay. Auxiliary switches mounted on the fixed portion of the cubicle and directly operated from the breaker operating mechanism, having 6 'NO' & 6 'NC' potential free contacts shall be provided. Both mechanical ON & OFF push buttons and TNC switch shall be provided for local operation. iv) BUS BAR CONNECTIONS: The bus bars shall be electrolytic tinned high grade, copper and of rectangular cross section suitable for 1250 amp capacities and insulated with flame retardant heat shrinkable sleeves. All joints shall be provided with removable shrouds. The phase to phase and phase to earth clearances in air, of the busbars and live parts shall be as per parts relevant standards and shall be supported by impulse voltage withstand test. The main horizontal busbars shall be run the entire length of the board and shall be of 1250 amp capacity throughout. The bus bar shall be supported with proper insulators at suitable intervals to withstand the forces arising from short circuit on the system. The busbar chamber shall be provided with proper ventilation and space heater (with thermostat). The busbar supports shall be as per IS : 2544.The bus bars shall be amply sized to carry the rated continues current under the specified ambient temperature. Busbars shall be colour coded. The bus bars and their connections shall be capable of withstanding, without damage, the thermal and mechanical effects of through fault currents equivalent to the short time rating of the switchgear. v) TERMINATION: The incoming breaker shall be suitable to receive 33 KV, 3C/1C x 400sqmm XLPE Aluminium conductor cables in incomer and outgoing. All the cable boxes shall be suitable for bottom entry and shall be properly supported. Minimum 600 mm clearance should be available between gland plate and cable termination. This clearance shall be adequate for any make of heat shrinkable termination kit. Bi-metallic strips shall be provided between the copper and aluminum joints. vi) METERING AND PROTECTION: i) 33 KV incoming and outgoing breaker shall be provided with following meters and indications: a) Incomer Breaker i) Incoming Voltmeter (0-50) KV,Cl-1, 96 x 96 mm with selector Switch - 1 No., Incoming Ammeter (0-1000) A ,Cl-1, 96 x 96 mm with selector switch - 1 No., Frequency meter ( 0-60 Hz) - 1 No ii) Trivector Electronic energy meter displaying KW, kVAr, KWH & Run Hour etc. iii) Breaker ON, OFF, TRIP and IN TEST, IN SERVICE position LEDs. iv) Breaker Trip-2 ckt. Healthiness LED with Push button. b) Outgoing Breakers i) Ammeter (0-400) A ,Cl-1, 96 x 96 mm with selector switch - 1 No., Frequency meter ( 0-60 Hz) - 1 No. ii) Breaker ON, OFF, TRIP and IN TEST, IN SERVICE position LEDs. iii) Breaker Trip-2 ckt. Healthiness LED with Push button. ii) Trivector Energy Meters/instruments like voltmeter, Ampere meter with selection switches on the circuit breaker control panel shall be provided in accordance with the relevant ISI standards Bidder DGM,ED-I Page-80 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

iii) All relays shall be of switchboard pattern, back connected, draw out type suitable for flush mounting and fitted with dust tight cases and provided with flag indicators and hand reset devices. The relays shall conform to IS 3231 or BS 3950 and BS 142. A set of test block and test lead for necessary secondary injection tests shall be included. All relays in draw out cases shall have suitable spring-loaded contacts for inserting test block. iv) Relays shall be provided with hand/ auto reset type contacts. The flag indication shall be suitable for external hand resetting and mechanically interlocked to prevent falling when relays are subjected to vibrations. The rating of the auxiliary contacts shall not be less than10A at 110Volts AC. and 15A for 110 Volts DC. v) Numerical protection relays incorporating the following protections shall be provided for the feeders: a) Incomer feeder : IDMT Over current, Instantaneous Over current relay, under voltage protection & earth fault relays and Master relay. b) Outgoing transformer feeders: IDMT Over current, Instantaneous Over current relay, Differential protection relay, under voltage protection and earth fault relays &restricted earth fault vi) Following electromagnetic relays shall be used for all the feeders: a) Master Trip lockout relay b) Trip-1 and close circuit supervision relay (95T, 95C) c) DC supervision relay d) Auxiliary relays (as required to meet the logic and interlocks like contact multiplication relay 52X,Service and test position relays 75S,75T,relays for protection of transformers from high winding temperature, high oil level temperature and low oil level, etc.) vii) All relays shall have the following features: a) Shall be suitable for 110 volts DC auxiliary supply. b) Shall be of draw out type suitable for flush mounting. c) All auxiliary relays shall be of semi-flush or surface mounting type. d) All protective relays shall be provided with adequate number of self reset contacts and hand reset flag indicators. e) Master tripping relay shall be high – speed relay with hand – reset contacts and hand reset flag indicators viii) All auxiliary equipment such as shunts, transducers, interposing CT/PT etc that are required shall be included in the scope of supply. ix) INSTRUMENT TRANSFORMERS: These shall be of cast resin type. a) POTENTIAL TRANSFORMERS: The Incoming line shall be provided with 3 No.s of 50 VA burden potential transformer of ratio 33000/√3)/(110/√3)V)/(110/√3) Volts for instruments and relays as per IS: 3516/IEC- 186. The PTs shall be drawout type. They shall be protected on primary and secondary side by current limiting fuses. Separate cores shall be provided for metering and protection with metering core having Cl-I accuracy and protection class .The accuracy class & VA burden of the cores shall be as mentioned under: i) Metering Core : 50VA/ Ph.Class-1 Bidder DGM,ED-I Page-81 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

ii) Protection Core : 50VA/Ph. Class 3P The voltage transformers shall be insulated for full voltage rating. The PTs shall have synthetic resin insulation. The PTs can be integrated with incomer cubicles. Incomer PT’s shall be have draw out type for 33KV Panels. All primary and secondary connections shall be clearly marked. The fuses shall be so located that they can be replaced with safety while the main circuit is alive. b) CURRENT TRANSFORMERS: The current transformer shall have synthetic cast resin insulation and be of the single phase type, with separate cores for metering, protection and differential protection. All current transformers shall confirm to IS- 2705/IEC- 185, as amended to date. The Incoming & Outgoing circuit breakers shall be provided with 3 Nos of current transformers of following ratings Current transformers shall be suitable for 33 KV. Separate core shall be provided for metering, protection and differential protection. All control circuits shall be provided with proper and adequate protective fuses. Instrument testing plugs shall be provided for testing and meters. Facility shall be provided for short circuiting and earthing the C.T. secondary at the terminal blocks. x) AUXILIARY SUPPLY: Following power supplies will be made available at one point to the panels: AC supply: 110V, 1 phase, 50Hz & DC supply: 110V DC i) Control supply power at 110V DC shall be supplied at one point. Separate DC insulated wire buses shall be provided. DC supply required for protection / indication / hooter / trip supervision / tripping shall be taken from the above bus bars through protective fuses. Two separate circuits shall be provided one for tripping and other for closing and indication. The indication lamps shall be connected to DC supply. The spring charging motor shall be rated for 110 V AC. ii) Suitable fuses and links shall be provided for individual circuits for protection and also for isolation from bus wire without disturbing the other circuit. Bus wires from panel to panel shall be wired through necessary control terminals. iii) Alarm relays shall be provided to annunciate failure for incoming AC and DC power supplies to switchgear panel. iv) CFL lamps working on 240W AC operated by ON/OFF switches shall be provided for internal panel illuminations. v) A 240V 1-phase, 15/5A, 3 pin socket shall be provided in the panel interior of each cubicle with on-off switch for connection of hand lamps. This sockets shall be of preferred make of equipment decorative type. vi) Panel heaters and thermostats shall be provided in all the panels. The panel heaters shall be rated at 110V AC, which shall be available at one point in the board. A separate switch with adequately rated fuses shall be provided at every panel for AC supplies. xi) ANNUNCIATOR: i) Facia type Electronic annunciations shall be provided on the switchgear panels. The annunciator shall be of dynamic window type. There shall be one translucent window for each alarm point with engraved inscription. No. of windows shall be as per specific requirement. There shall be LEDs provided for each window. ii) They shall be suitable for operation for the voltage specified above. The annunciator shall have dual supply with provision of monitoring failure of 110 V DC supply through a separate dedicated window. Bidder DGM,ED-I Page-82 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

iii) Distinct alarm, acknowledge push button, reset push button and “lamp test” push button etc. shall be provided as standard. xii) CONTROL WIRING: i) Stud type terminals with identification ferrules numbered shall be used. Both source and destination terminal details shall be printed on the ferrules. Sleeve type printed ferrules shall be used, All wires carried within the switchgear enclosure shall be FRLS PVC insulated and neatly arranged /bunched properly and taken with proper insulated supports so as to be readily accessible and to be easily replaceable. Wherever necessary the wires should be run in flexible conduits and the wiring should be routed so that the same remains away from areas where electrical flame or flashover may occur. No conduit or cables shall be carried through the bus bar chamber or near to the live sockets even when the breaker is drawn out. ii) The wiring shall be done by FRLS PVC insulated, 1100 V grade multi stranded flexible copper conductor of size 2.5 sq.mm and all the current transformer and DC control wiring shall be of the same type of cable as specified above with conductor size of 2.5 sq.mm. The colour coding shall be as per IS:375. iii) AC and DC wiring are to be distinguishable function size, AC and DC terminals are to be separated by shrouded terminal separators. Colours of wires shall be as per IS. iv) All spare contacts of switches / relays shall be wired up to the terminals blocks. v) 20% extra space terminals shall be provided. All terminals shall be suitable for terminating 2 wires from front & rear side of the terminal block. However not more than one wire shall be terminated from either side on any terminal. vi) All CT wiring shall be terminated on shorting type terminals. All CT wiring shall be terminated by ring type lugs. vii) Fuse links to neutral link in the same control current path shall be fixed side by side with supply on top and load side and load on bottom side. viii) Terminal blocks shall be colour coded 650 V grade, 10 amps rated, one piece moulded, complete with insulated barriers, stud type terminals, washers, nuts and lock nuts and identification strips. Terminal blocks for CT and PT secondary leads shall be provided with test links and isolating facilities. Also CT secondary leads shall be provided with short circuiting and earthing facilities. PT secondary leads shall also be earthed. At least 10% spare terminals shall be provided on each panel and these spare terminals shall be uniformly distributed on all terminal blocks. This shall include 10% spare terminals for inter cubicle wiring also. All spare contacts and terminals of the panel mounted equipment and devices shall be wired to terminal blocks. Protective covers of transparent plastic for placing over live parts of the terminal blocks shall be provided. There shall be a minimum clearance of 250 mm between the first row of terminal blocks and the associated cable gland plate. Also the clearance between two rows of terminal blocks shall be a minimum of 150 mm. Moulding terminals shall be self extinguishing or resistant to flame propagations, substantially non- hydroscopic and shall not carbonise when tested for tracking. The insulation between any terminal & framework or between adjacent terminals shall withstand a test of 2 KV for one minute. The mouldings shall be mechanically robust to withstand handling while making terminations. xiii) EARTHING: All components frame etc. shall be properly earthed. Main GI earth bus bar shall be 2 runs of 25 mm x 6 mm or 1 Run of 50 mm x 6mm for the full length of switch board. It shall be bolted /brazed to the framework of each unit and each breaker earthing contact bar. Provision shall be made for connections from the earth bar to the sub-station earth on both sides of the switchboard. It shall be possible to connect each circuit or set of 3 phase busbars of the switchgear to earth, through truck mounted earthing devices.

Bidder DGM,ED-I Page-83 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

Earthing devices shall be mechanically interlocked with the associated breakers/isolators to prevent earthing of live circuit or busbars. In case the earthing facility comprises earthing trucks to be inserted in place of circuit breakers, separate earthing trucks shall be supplied for each type/size of breaker. xii) WARRANTY AND MAINTENANCE: The panels including breakers and all associated switchgear shall have a warranty of 12months from the date of commissioning or 18 months from the date of supply whichever comes earlier and any defect observed during this one year due to any manufacturing, design, latent, installation defects or due to lapses on account of poor workmanship shall be repaired/replaced free of cost by the contractor. Also the contractor shall visit the site for routine checks/on breakdown/for trouble shooting to ensure the healthiness of the switchgear during this period. The supplier shall submit a performance bank guarantee for the above- mentioned period. The same shall be released after completion of 12 months from the date of successful completion & commissioning of the job and charging of the panels, if the performances of the panels are found satisfactory. xiv) PAINTING: All metal surfaces shall be thoroughly cleaned and degreased to remove mill scale, rust, grease and dirt. Fabricated structure shall be pickled and then rinsed to remove any trace of acid. The under surface shall be prepared by applying a coat of phosphate paint and a coat of yellow zinc chromate primer. The under surface shall be made free from all imperfections before undertaking finishing coat. After preparation of the under surface, the switchgear panel shall be spray painted with two coats of final paint. Colour shade of final paint shall be Grey shade. The finished panel shall be dried in stoving oven in dust free atmosphere. Panel finish shall be free from imperfections like pin holes, orange peels, run off paint etc. All unpainted steel parts shall be cadmium plated or suitably treated to prevent rust corrosion. If these parts are on moving element, then these shall be greases. 4.0 TESTS AND TEST REPORTS: The Contractor shall completely assemble, with all the associated equipment including bought out items mounted and wired and test each cubicle as per relevant standards. Routine tests shall be carried out on completely assembled equipment as per relevant Standards in the presence of TSECL ENGINEERS. Copies of the test certificates for all bought out items and Type test reports shall be submitted to TSECL ENGINEERS representative for approval before dispatch of the switchgear. 3 sets of bound copies of complete test results as specified in the specification shall be furnished with the switchgear. These shall include complete reports and results of the routine tests as also certified copies of type tests carried out on equipment of identical design. The Type test report of following tests carried out in accordance with IS – 13118/ IEC – 56 shall be available:- i) Insulation resistance test between phases and phase to earth. ii) Impulse with stand voltage tests. iii) Power frequency voltage dry and wet test on main circuit. iv) Short circuit with stand capability test (making & breaking) v) Mechanical endurance test. vi) Temperature rise test vii) Phantom load lists for all relays and meters for accuracy and operation. Authorized test certificates of some independent recognized testing authority to prove compliance of the equipment on making and breaking capacities and short time rating of circuit breaker and for cubicle short time rating and temperature rise shall be submitted. Type test reports of the other switchgear equipment like CTs, PTs etc offered will also have to be submitted. Bidder DGM,ED-I Page-84 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

4.1 Acceptance & Routine Test: All acceptance and routine test as specified here reader shall be carried out by the Bidder in the presence of TSECL ENGINEERS representative. i) IR, Dry Power frequency voltage with stand test on the main circuit. ii) Voltage with stand test on control and auxiliary switch. iii) Measurement of resistance and timing of the main circuit. iv) Mechanical operation test v) Design & Visual check. vi) Resistance, IR, Ratio, polarity, magnetizing current and Knee point voltage checks for CTs. vi) Resistance, IR, ratio, polarity checks for PTs. 4.2 Additional Test: The Purchaser reserves the right to be carrying out any other type test of a reasonable nature at the works of the supplier/ Laboratory or at any other recognized Laboratory/ research institutes in addition to the above mentioned type. 4.3 Commissioning & pre charging checks: After successful installation at site all routine acceptance tests on circuit breakers, busbars, instrument transformers and panel wiring shall be carried out prior to charging. The supplier shall submit a commissioning procedure before the start of the commissioning activities. After satisfactory test results obtained in these pre-commissioning checks, the clearance for charging of the panels can be given. The supplier shall submit 3 copies of well-bound commissioning test report along with panel GA, drawings, Cable schedules, wiring diagrams. Following tests will be performed at site: I) GENERAL: a. Verification for completion of equipment, physical damage / deformities. b. Alignment of panel, interconnection of busbars, MVDT & tightness of bolts & connection etc. c. Interconnection of panel earth busbar with plant earthing grid. d. Interpanel wiring between transport sections. e. Meggering of power and control cables. f. Insulation testing of Control wiring. g. Cleanliness of insulators and general cleanliness of panel to remove traces of dust, water etc. II) CIRCUIT BREAKER & PANEL: a. Opening and closing time of CB shall be checked. b. Check for free movement of circuit breaker, lubrication of moving part & other parts as per manufacturers manual. c. Manual / Electrical operations of the breaker and Functional test as per drawings. d. Checking of vacuum bottles to ensure leak tightness e. Meggar before Hi Pot test by 5kV Meggar. f. HT test – Hi Pot test. At site Hi Pot test is to be carried out at 80% of 70 kV RMS value for 5 minutes. The tests is to be carried out as per IEC/IS standards.

Bidder DGM,ED-I Page-85 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

g. Meggar test after the Hi Pot test by 5 kV meggar for 33 KV panels. h. CT/PT ratio/polarity primary injection test. i. Secondary injection test on relays to practical characteristics. j. Checking of earth continuity. k. All interlocking checks. l. Wiring and functional checks. m. Relay testing and setting checks. n. Any other tests as mutually decided between supplier and NPCIL to check the healthiness of the system. 5.0 LIST OF APPROVED MAKES FOR ELECTRICAL SYSTEM: Contractor shall use the material of approved make as indicated below unless specified otherwise in BOQ or as approved by the Engineer in charge. The Contractor shall ensure the correct selection of the approved make meeting the specifications and application duties. The Contractor shall quote the rate for material and equipment as per the list of approved makes. In the event of the Contractor wants to use alternate makes other than those stipulated for any reason, the Contractor can send a proposal after ensuring that what he proposes at the least meets both the quality, and safety standard of the stipulated makes, and the financial benefit that will accrue to the Employer. He shall also stand full guarantee to his alternate proposal. The alternate makes can be used only after an approval accorded by the employer, whose decision will be final in the matter. i) 33 KV VCB Circuit Breaker & Panel - ABB / AREVA / CROMPTON GREAVES / SIEMENS . ii) Cast resin current transformers - AE, Kappa, Control & Switchgear, L&T, Prayog Electricals/Other reputed make having credentials of supplying to State/Central power utilities iii) Control / Potential Transformer- Precise, AE, Control & Switchgear, L&T, Prayog Electricals iv) Electromagnetic relays- Areva, ABB, L&T, Siemens, v) Numerical relays: AREVA/MICOM vi) Selector switches L&T, SALZER, KAYCEE, SIEMENS, BCH vii) Push Buttons, Indicating lamps LED -L & T (Esbee), Siemens, Schneider, BCH, Teknik, viii) Double Compression glands- Peeco, Comet, Dowells, Seimens ix) Copper/Aluminium [Crimping type] Cablelugs: Dowells x) Cable Joint (Heat Shrinkable) HT Cable Termination :Raychem xi) Cable Trays: Steelways, Bharti, Unitech xii) Galvanised Raceways and raceway accessories. Steelways, Bharti, Schneider xiii) Light fittings Philips, Wipro, Bajaj, GE xiv) Lamps Philips, Osram, GE xv) GI conduit pipes ISI marked BEC, AKG, Steelkraft xvi) Copper conductor FRLS PVC insulated ISI marked flexible wires -National, Polycab, Finolex, Havells, Q-Flex, L&T , Lapp Kabel xvii) Metal clad Socket Outlets with boxes L&T Hager, Siemens, Merlin Gerin, ABB

Bidder DGM,ED-I Page-86 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

xviii) Anchor Fastener Hilti, Fisher, Hitech Support xix) Instruments (Analogue) L&T, AE, MECO xx) Digital Energy Meters-Enercon, AE, SecureMeco, AllanBradley, L&T, Motwane, xxi) Switch Fuse Units with HRC fuses -L&T, GE, Siemens, Control&Switchgear, ABB, Merlin Gerin, 6.0 SCHEDULE OF DELIVERY AND WORK COMPLETION: After placement of purchase order, the supplier shall complete the supply, installation, commissioning and charging of the 33kV VCB panels within 7 months. The payment shall be made only after successful supply, installation, commissioning and charging of the panels. The contractor should preferably visit the site to get acquainted with the nature and scope of work & the contractor shall submit their time schedule for the completion of all activities after receipt of the P.O. 7.0 TECHNICAL SPECIFICATION: I) Circuit Breakers: a) Service : Indoor b) Type of breaker : VCB, Draw out type c) Design Ambient : 50º C d) Type of switchgear : Metal enclosed e) Degree of protection : IP55 or better f) Bus bar material : High conductivity, electrolytic grade copper g) Clearances (Phase to phase and Phase to earth) : Sufficient to withstand fault level specified for 1 min and impulse voltage in line with IEC 60298, IEC 60694, IS 3427 h) Temperature rise at rated normal current above 50 deg.C ambient temperature i) bus bars : 40 deg. C ii) Silver plated joints : 45 deg. C i) Impulse withstand voltage : 170 KVP j) One minute power frequency withstand voltage : 70 kV RMS k) Support insulators : Epoxy cast resin (IEC6 for testing & IEC 73 for overall dimensions) (i) Voltage Class of insulators : 36KV (ii) Min creepage distance : 475mm (iii) Automatic shutters : Epoxy l) Panel seal-off bushings for bus bars : Epoxy m) Mechanism: (i) Trip free : Yes (ii) Anti-pumping : Both mechanical and electrical Bidder DGM,ED-I Page-87 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

(iii) Operation : Stored energy type n) Contact position indicator : In white and black colors o) Stored energy indicator : The following colours shall be used: i) Yellow background with black lettering to indicate that the closing mechanism is charged. ii) White background with black lettering to indicate that the closing mechanism is discharged. II) Breaker and panel construction: a) Individual truck mounted or common trolley : Individual truck mounted. b) Positions of CB truck / (Door closed with positive CB indication) : SERVICE (Power and control module within panel contacts) : TEST (Power isolated control connected) : ISOLATED (Power and control isolated) c) Number of potential free auxiliary contacts on Service / Test position monitoring switches : 4NO + 4NC (minimum) d) Number of potential free : 18NO + 18NC in case this is not possible, aux. contacts for circuit breaker (directly 6NO + 6NC shall be on operated by breaker mechanism) the breaker and the remaining may be provided on the stationary equipment. e) Type of closing : Stored energy spring changed f) Operating Duty : O-0.3 sec-CO-3 min-CO g) Feeder link ratings : Equal to breaker continuous rating at ambient temperature, as specified. h) Control Voltage For spring charging motor / space heater, Cubical illumination : 110V 1Ph. AC For closing and opening coil of CB, Window annunciator, indicating lamp : 110 V DC i) Panel sheet thickness : Minimum 2.5 mm for non-load bearing members & min 3.15 mm for load bearing members. k) Continuity of control contacts between service and test positions. : Required m) Space heater : Required n) Circuit Mimic diagram : Required

Bidder DGM,ED-I Page-88 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

o) Fault level : 31.5 kA for 3 sec. p) Safety interlocks and features i) Truck can be moved within panel only when CB is OFF ii) Can be plugged-in only when Breaker is OFF iii) Can be closed only when service/test position limit switches are ON iv) Breaker compartment door cannot be opened when the breaker is in Service/Test position.(Door interlock shall be provided.) v) Breaker cannot be put into Service position with compartment door open. vi) Mechanical trip emergency PB at the front of panel. vii) Safety shutters operate automatically when CB is withdrawn. viii) Locking of the breaker in the draw out position q) Inbuilt earthing system shall be provided on load side. r) Low voltage plug and socket cannot be disconnected with ON position except in TEST / ISOLATED position. s) Bus bar and jumpering shall be enclosed and compartmentalized t) Trip circuit supervision relays shall be provided. u) No operation of switches or fresh connections shall be needed when the truck is moved from service to test position for making test position controls operational. v) Mechanical operations counter. (5 Digits) III) Earthing: a) Size of earth bus running throughout panel - Not less than 40mm x 10mm Cu. Flat. b) The panel earth bus must be connected at two different points to nearest earth pits. IV) Wiring, Relays, Metering and control switches: a) CT wiring (colour as per IS5578) : 2.5 sq.mm Cu. (All CT wires be brought to terminal block before formation of Star / Delta connections). Star/delta connection shall be made only at terminal block and not at CT itself. Shorting type terminals shall be provided. b) PT wiring (colour as per IS 375 Table II/IS 5578) : FRLS PVC, 2.5 sq.mm Cu. c) DC wiring (colour as per IS 375 Table II) : FRLS PVC, 2.5 sq.mm Cu. d) Type of terminals : Stud type terminals with shrouding between AC and DC. e) Terminal marking and identification of ferruling : both source and destination terminal details with wire numbers f) Mechanical lock out feature : Lost motion feature in control switch required (No two successive closing signals can be issued unless reset by a trip command in between)

Bidder DGM,ED-I Page-89 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

g) Type of control switch : TRIP / NEUTRAL /CLOSE h) Indication lamps : Breaker ON :Breaker OFF :Breaker TRIP :Breaker in TEST position :Breaker in SERVICE position :Trip Circuit Healthy i) Type of Meters : Electronic energy meter /Trivector Energy Meter j) Type of relays Numerical relays : IDMT O/C, U/V& E/F, Differential Protection& restricted earth fault relay Electro-mechanical relays : Trip circuit supervision relays, DC supervision relay, Auxiliary relays for OTI, WTI, Bucholz trips, service& test position. k) Light point with in panel : Required l) Internal component identification label : Anodised Aluminium label. m) Front mounted component identification : Anodised Aluminium label. n) Thermostats and power heaters : 110V AC rating o) Inter panel wiring diagram : Required p) Separate switch with fuses for AC and DC ckt. : Required. q) Name plates for individual panel and switchboard : Required r) Annunciator : 110V AC operated C. TECHNICAL SPECIFCATION FOR 11KV INDOOR VACUUM SWITCHGEAR (INCOMING & OUTGOING): 1.0 SCOPE: 1.1. This specification covers the manufacture, testing at manufactures works, transport to site, insurance, storage, erection and commissioning of indoor 11 KV, 7(2ICP+5OGP) unit Panel switch boards which includes 11KV circuit breakers with current transformers, voltage transformers, protective devices, protective relays measuring instruments and meters etc. and wired complete with all accessories as specified. 1.2. It may be noted that the 11 KV Indoor Vacuum Switchgear must meet the following minimum criteria. Failure to comply with the requirements may results in rejection of the BID as non-responsive: 1.2.1. The Manufacturer must have designed, manufactured, type tested and supplied 11 KV Indoor Vacuum Switchgear in at least two power utilities of similar rating which are in successful operation for at least 5 (Five) years as on the date of bid opening. 2.0 STANDARD : 2.1. Latest issues of the following standards shall be applicable.

Bidder DGM,ED-I Page-90 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

IS: 13118 Circuit Breakers IS: 2705 Current transformers IS: 3156 Voltage transformers IS: 2099 Porcelain Bushing, High Voltage IS: 335 Insulating oil IS: 1554 Cables IS: 3231 Electrical relays for power system protection IS: 1248 Electrical indicating instruments. 3.0 DRAWINGS, MANUALS, LITERATURES ETC: 3.1. The successful tenderer shall be required to submit to the purchaser for his approval five copies of drawings and other details which include but not limited to the following:- a) General out line drawings with full dimensions. b) Detailed drawings showing the mounting arrangement of the switchboards, provisions for cable entries etc. c) Detailed drawings showing the provisions kept for extension of the switchboards. d) List of all component parts, fittings and accessories of the switchboards with maker’s name, type, ratings etc. e) A.C. and D.C. schematic and wiring diagrams. 3.2. After approval of drawings the tenderer shall submit to the purchaser for the reference and record five copies of the above drawings including the following leaflets / manuals (in sic copies): a) Instruction books / operation and maintenance manuals for circuit breaker and other component parts. b) Descriptive literature/leaflets on construction and other details of circuit breakers and other component parts. 3.3. In addition to the above successful tenderer shall supply three sets of all the above final drawings, literatures, manuals etc under a common cover with each and every sets of switchboard. All the above drawings, literatures, manuals etc. shall from a part of the contract. 4.0 TECHNICAL SPECIFICATION: 4.1. The switchboard shall be metal enclosed, floor mounting, single front self supporting cubical type suitable for indoor. The switchgear shall be easily extendable in future. 4.2. The switchgear assembly shall be designed for the power system having the following parameters. a). Nominal system voltage : 11KV b). Highest system voltage : 12KV c). Frequency : 50 Hz. d). System earthing :Solidly earthed neutral e). System fault level : 350 MVA f). Degree of protection of switchgear assembly : 1PH3 as per IS: 3427 5.0 CONSTRUCTIONAL FEATURES:

Bidder DGM,ED-I Page-91 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

5.1. The 11 KV switchgear panels shall be made of stretched leveled steel plates of thickness not less than 3 mm and structural steel having light sections. 5.2. The steel panel and frame work shall have rigorous surface treatment before application of suitable primer and two coats of paints, painting shall be a anti-corrosive and anti-condensive type. 5.3. Each panel shall be divided into independent compartment completely isolated from one another to house the circuit breaker, instruments, relay, bus bar, cable boxes etc. The front compartment housing the breaker shall be such that the breaker can be taken out only when it is in open condition. 5.4. The switchgear boards shall have a single front, single tier, fully compartmentalized, metal enclosed construction, comprising of row of freestanding floor mounted panels. Each circuit shall have a separate vertical panel with distinct compartments for circuit breaker, cable termination, main busbar and auxiliary control devices. The adjacent panels shall be completely separated by steel sheets except in busbar compartments where insulated barriers shall be provided to segregate adjacent panels. However, manufacturer’s standard switchgear design without internal barriers in busbar compartment may also be considered. 5.5. The circuit breakers and bus PTs shall be mounted on withdrawable trucks, which shall roll out horizontally from service position to isolated position. The breaker truck shall be floor mounted so that it can easily be pulled out on the control room floor and the help of trolly etc. are not to be utilized. 5.6. The switchgear assembly shall be dust, moisture, rodent and vermin proof, with the truck in any position SERVICE, ISOLATED, TEST or removed, and all doors and covers closed. All doors, removable covers and glass windows shall be gasketted all round with synthetic rubber or neoprene gaskets. 5.7. The bus VT/relay compartments shall have degree of protection not less than IP: 52 in accordance with IS: 2147. However, remaining compartments can have a degree of protection of IP: 42. All louvers if provided shall have very fine brass or GI mesh screen, IPH-2 degree of protection as per IS: 3427 to all live parts shall (whether isolated or removed from panel) even when the breaker compartment door is open. Tight fitting garments / gaskets are to be provided at all openings in rely compartment. 5.8. Circuit breaker shall be vacuum; draw out type housed in a separate cubicle of the switchboard and shall be enclosed from all sides. A sheet steel hinged lockable door shall be at the front. It shall be possible to withdraw the circuit breaker to “Test” and “Isolated” position with the door closed. Door interlock shall be provided such that the door can only be opened after withdrawing the breaker to “Isolated” position and the breaker cannot be racked into the “Service” position unless the door is closed. A visual indication as to show when the breaker is in “Service”, “Test” of “Isolated” position shall be provided in front of the door. 5.9. The switchgear shall be cooled by natural airflow and cooling by any other method shall not be accepted. 5.10. Total height of the switchgear panels shall not exceed 1800 mm. The height of switches, pushbuttons and other hand-operated devices shall not exceed 1600 mm and shall not be less than 700mm. 5.11. Switchgear construction shall have a bushing or other sealing arrangement between the circuit breaker compartment and the busbar / cable compartments, so that there is no air communication around the isolating contacts in the shutter area with the truck in service position. 5.12. The breaker and the auxiliary compartments provided on the front side shall have strong hinged doors, busbar and cabling compartments provided on the rear side have bolted

Bidder DGM,ED-I Page-92 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

compartment covers with self retaining bolts. Breaker compartment doors shall have locking facility. 5.13. In the service position, the truck shall be so secured that it is not displaced by short circuit. Busbars, jumpers and other components of the switchgear shall also be properly supported to withstand all possible short circuit forces corresponding to the short circuit rating specified. 5.14. Suitable base frames made out of steel channels shall be supplied along with necessary anchor bolts and other hardware, for mounting of the switchgear panels. These shall be dispatched in advance so that they may be installed and leveled when the flooring is being done, welding of base frame to the insert plates as per approval installation drawings. 5.15. The switchboard shall have the facility of extension on the both sides Adopter panels and dummy panels required to meet the various busbar 6.0 CURRENT TRANSFORMER RATING 6.1. FOR TRANSFORMER INCOMING (i) Accuracy class : a) Core -I : 0.5 with ISF less than 5 b) Core –II : 5 P with ALF 10 c) Core –III : PS (for 3 core CT only) (ii) Rated Burden a) Core –I : 30 VA b) Core –II : 15 VA (iii) Knee point voltage : 100 volts (for core –III ) (iv) Ratio: : 900-450/1-1-0.577A 6.2. Current Transformers for outgoing (feeders) (i) Ratio : 600-300/1-1A (ii) Accuracy class : a) Core -I : 0.5 with ISF less than 5 b) Core –II : 5 P with ALF 10 (iii) Rated Burden : a) Core –I : 30 VA b) Core –I : 15 VA 7.0 POTENTIAL TRANSFORMERS 7.1. The tenderer shall quote for oil immersed or cast-resin type having the following particulars for the purpose of metering: 1. Rated voltage ratio : 11000/110 2. No. of phases : 3 Phases / star - star connected 3. Rated Burden : 100 VA per phase 4. Class of accuracy : 0.5 5 Primary wiring of the PTs shall be protected by suitable H.R.C. fuse. 7.2. Two sets of 11 KV/110 V PTs shall be provided 8.0 PROTECTIVE RELAYS: 8.1. All the incoming and outgoing switchgear units shall be provided protective relays to disconnect the faulty circuits with speed and certainty without interfering with healthy circuits.

Bidder DGM,ED-I Page-93 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

8.2. The protective relays mounted on the panels shall be of the draw out type. The relays must be capable of resetting without necessity of opening the case. The relays shall be provided with flag indicates to enable the type of fault conditions to be identified. 8.3. Incoming and outing feeders units and the bus coupler panel shall be provided with combined over current and earth fault relay with current range of 50-200% for O/C with inverse characteristics and 20-80% for E/F relay of time range 0.3 secs at 10 times current. 9.0 MEASURING INSTRUMENTS: 9.1. All instruments shall be switchboard type, back connected, suitable for flush mounting and shall comply with the requirements of latest issues of relevant Indian Standards. The instrument cases shall be dust proof, water tight, vermin proof and specially constructed to adequately protect the instruments against damage or deterioration due to high ambient temperature and humidity. 9.2. All instruments shall be access adjustable and calibrated before dispatch and shall have means for calibration check and adjustment at site. 9.3. All ammeters shall be digital type with direct reading scales. The scale value of ammeters shall be as per the primary current ratings of the associated current transformers. The rated current of ammeter elements shall be 1 ampere and accuracy class 1.0 as per IS: 1248. 9.4. All voltmeters shall be of digital type with direct reading scales. The maximum scale value of voltmeters shall be 50% in access of the primary voltage of associated PT. The rated voltage of the voltmeters shall be 110 volts A.C. and accuracy class shall be 1.0 as per IS: 1248. 9.5. Indicating wattmeter’s shall be of digital type of accuracy class 1. 9.6. Energy meters shall be digital type of accuracy class 0.5.and of Secure make or L&T make preferably as per TSECL Specification.

10.0 SMALL WIRING AND TERMINAL BLOCKS: 10.1. All panels shall be furnished completely factory wired up to terminal blocks ready for external connections. All wiring shall be switchboards type, with annealed copper wires with PVC insulation for 1100 volts complying with requirements of latest issue of IS: 1554 (Part- I). The sizes of the wiring for different circuits shall be go chosen as to provide ample margin for the purposes intended and shall be subjected to approval of the purchaser. However minimum cross section of wires t be used shall not be less than 1.5. sq.m. All the operating coils and small wires shall withstand a power frequency ten voltage of 2 KV for one minute. 11.0 SAFETY EARTHING: 11.1. Earthing of current free metallic parts of metallic bodies of the equipment on the panel and the switchboards shall be done with soft drawn single conductor bare cooper. A copper ground bus extending the entire length of the panels shall be provided. Suitable clamp type terminals shall be provided for connecting both ends of the bus to the station earth system. The earth connection of instrument transformers wherever necessary shall be connected with the main earth wire of the panel earthing system. Multiple earthing of any circuit shall be avoided. 12.0 CABLE BOXES AND CABLE GLANDS: 12.1. Cable boxes with cable glands shall be supplied with each of the panel. It should be of adequate dimension for terminals of 11 KV cables of sizes 400 sqmm. 12.2. The 11 KV cable boxes shall preferably be located at the back of the switchboards and shall be suitably mounted for cables rising from cable trenches running at floor of the control room. The cable glands provided at the entrance shall facility for earthing of a mounting.

Bidder DGM,ED-I Page-94 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

12.3. All control/Wire entries should be by means of suitable cable glands such glands should be of brass and tinned. 13.0 DETAILS OF FITTING AND ACCESSORIES 13.1. The 11 KV switchboards shall consist of the following equipments for each incoming outgoing panels. 13.2. Incoming panel: I. Circuit Breaker: Triple pole circuit breaker with continuous current rating of 800A. manually, charged independent spring closing, mechanism fitted with mechanical “ON” and “OFF” indications. 1 No. : Hand trip device. 1 No. : Shunt trip coil suitable for 110 Volt D.C. II. Meters and Instrument: 1 No. : Ammeter with selector switch. 1 No. : Voltmeter with selector switch. 1 No. : Electronic Tri-vector Meter 1 No. : Test terminal block for meters. III. Relays: 1 Set : Over current and earth fault relay. 1 Set : Testing links and terminals for relays. Indication 2 No. : Indicating lamps for indication of „ON‟ and „OFF‟ position of breaker. 1 No. : Indicating lamp labeled “trip Circuit healthy” with push button. IV. Annunciation: Annunciation: No annunciation facia shall be provided for Outgoing panel V. Other Equipments and fitting: Same as for incoming panel but cable box shall be suitable for following size of cable: 1 No. : 1or 3 core 11 KV cable of size up to 630 sq.mm. 14.4. COMMON ALARM AND ANNUNCIATION: I. Each switchboard shall be provided with a suitable common alarm system for: a). D.C. Power supply failure. b). A.C. Power supply failure. c). Auto trip alarm. II. An AC operated relay with AC buzzer and AC indicating lamp shall be provided for annunciation of DC failure. III. A DC operated relay with DC buzzer and DC lamp shall be provided for AC failure. IV. Alarm and annunciation scheme shall be provided completed with horns, buzzers, relays, alarm connection push buttons, alarm test push buttons etc. 15.0 CIRCUIT LABELING: 15.1. Each switchgear shall be appropriately such as “INCOMING TRANSFORMER, OUTGOING – FEEDER associated Circuit breaker ratings, CT & PT ratio and any other information, manufacturer feels necessary shall also be included in the label. Bidder DGM,ED-I Page-95 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

16.0 PERFORMANCE GUARANTEE: 16.1. The bidder shall offer equipment performance guarantee for a minimum period of 1 year from the date of commissioning. 17.0 . SPECIAL TECHNICAL SPECIFICATIONS OF SWITCHGEAR: 17.1. Switchgear shall be installed on finished surfaces, concrete or steel sills. Contractor shall be required to install and align any channels sills, which form part of foundations. Circuit breaker trolley wheels shall move on channels, which shall form part of floor. The channel length shall be minimum of 1-meter form the door of switchgear panel. Power bus enclosure, ground and control splices of conventional nature shall be cleaned and bolted together with torque wrench of proper size or by other approved means. Tape or compound shall be spilled where called for in drawing Contractor shall take utmost care in handling instruments, relays and other delicate mechanism. Wherever the instruments and relays are supplied loose along with switchgear, they shall be mounted only after the associated switchgear panels have been erected and aligned. The blocking materials, employed for safe transit of instrument and relays shall be removed after ensuring that panels have been completely installed and no further movement of the same would be necessary. Any damage shall be immediately reported to Engineer. 17.2. Circuit breaker may be provided with inter pole barriers of insulting materials, if the same is standard design of the manufacture. But use of inflammable materials like Hylam shall not be acceptable. 17.3. The control switch located on the switchgear would normally be used for operation of circuit breaker in service/isolated position, and for tripping it in an emergency. 17.4. Facilities shall be provided for mechanical tripping of the breaker. 17.5. Auxiliary contacts of breaker may be mounted in the fixed portion or in withdraw able truck as per the standard practice of the manufacture, and shall be directly operated by the breaker operating mechanism. 17.6. Auxiliary contacts mounted in the portion shall not be operable by the operating mechanism, once the truck is withdrawn from the service position, but remain in the position corresponding to breaker open position. Auxiliary contacts mounted on the truck portion and dedicated for use shall be wired out in series with a contact denoting breakers service position. With truck withdrawn, the auxiliary contacts shall be operable by hand for testing. 17.7. For Employer’s use six (6) normally opened (NO) and six (6) normally closed (NC) auxiliary contacts shall be wired out to the terminal blocks. Contact multiplication, if necessary to meet the above contact requirement, shall be done through suitable latch relay of English Electric type VAJC-11 or equivalent. 17.8. It shall be possible to easily insert breaker contractor of one feeder into any one of the panel meant for same rating but at the same time shall be prevented from inserting it into panels meant for a different type of rating. 17.9. All bus bar and jumper corrections shall be of high conductivity copper or aluminium alloy. They shall be adequately supported on insulators to withstand electrical and mechanical stresses due to specified short circuit currents. 17.10. Busbar joints shall be bolted type. 17.11. Busbar cross-section shall be uniform throughout the length of switchgear. Busbar and other high voltage connection shall be sufficiently corona free at maximum working voltage. 17.12. Contact surfaces at all joints shall be silver plated or properly cleaned and no oxide grease applied to ensure an efficient and trouble free connection. All bolted joints shall have necessary plain and spring washers. All connection hardware shall have high corrosion resistance. Suitable bimetallic connectors shall be used for aluminium to copper connections.

Bidder DGM,ED-I Page-96 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

17.13. Busbar insulators shall be of arc and track resistant high strength, non-hygroscopic, non- combustible type and shall be suitable to withstand stresses due to over-voltages, and short circuit current. Busbar shall be supported on the insulators such that the conductor expansion and contraction are allowed without straining the insulators. In case of organic insulator partial discharge shall be limited to 100 pico coulomb at rated voltage x1.1/ 3. Use of insulators and barriers of inflammable material such as Hylem shall not be accepted. 17.14. All busbur shall be colour coded. 17.15. The temperature of the busbars and all other equipment, when carrying the rated current continuously shall be limited as per the stipulations of relevant India Standards, duly considering the specified ambient temperature (50 deg. C). The temperature rise of the horizontal and vertical busbars when carrying the rated current shall be in no case exceed 55 deg.C for silver plated joints and 35 deg.C for all other type of joints. The temperature rise at the switchgear terminals intended for external cable termination shall not exceed 35 deg.C. Further the switchgear parts handled by the operator shall not exceed a rise of 5deg.C. 18.0 PAINTING: 18.1. Al sheet steel work shall be pretreated in tanks in accordance with IS: 6005. Degreasing shall be done by alkaline cleaning. Rust and scale shall be removed by pickling with acid. After pickling, the parts shall be washed in running water. Then these shall be rinsed in slightly alkaline hot water and dried. The phosphated coating shall be Class “C” as specified in IS: 6008. The phosphated surface shall the rinsed and passivated prior to application of stoved lead oxide primer coating. After primer application, two coats of finishing synthetic enamel paint on panels shall be applied. Finishing paint on panels shall be shade 692 (smoke grey) of IS: 5 unless specified otherwise by the Owner. The inside of the panels shall preferably be glossily white. Each coat finishing shall be properly stoved. The paint thickness shall not be less than 50 microns. Finished surfaces from scratches, grease dirt’s and oily spots during testing, transporation, handling and erection. 19.0 SWITCHGEAR WIRING: 19.1. All switchgear panels shall be supplied completely wired internally upto the terminal block ready to receive external cabling. All inter cubicle wiring and connections between panels of same switchboard including all bus wiring for AC and DC supplies shall be provided by the Contractor. All internal wiring shall be carried out 650 grade, single core, 1.5 sq.mm, stranded copper wires having minimum of seven strands per conductor and colour coded, PVC insulation. CT circuits shall be wired with 2.5 sq.mm. wires which otherwise are similar to the above. Extra flexible wires shall be used for wiring between fixed and moving parts such as hinged doors. All wiring shall be properly supported neatly, readily accessible and securely connected to equipment, terminals and termenal blocks. Wiring troughs or gutters be used for this purpose. 102 19.2. Internal wire terminals shall be made with solder less crimping type tinned copper lugs, which shall firmly grip the conductor. Insulation sleeves shall be provided over the exposed parts of lugs. The lugs related to CT secondary circuit wiring shall be hole type. 19.3. Engraved core identification plastic ferrules marked to correspond with panel wiring diagrams be fitted at both ends of each wire number 6 and 9 shall not be used for wire identification. Ferrules shall fit tightly on wires and shall not fall off when wire is, disconnected from terminal. All wires directly connected to trip the circuit breaker shall be distinguished by the addition of a red coloured unlettered ferrule. 19.4. Inter connection to adjacent panels shall be brought out to a separate set of terminal blocks located near the slots or holes, meant for the interconnecting wires. Arrangement shall permit neat layout and easy inter connections to adjacent panels at site and wires for this purpose shall be provided by Contractor looped and bunched properly inside the panels. The inter

Bidder DGM,ED-I Page-97 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

panel wires shall be cross ferruled i.e. it shall have details of emanating terminal and also where it is terminated. 19.5. Manufacturer shall be fully responsible for the completeness and correctness of the internal wiring and for the proper functioning of the connected equipment. 19.6. The Manufacturer shall provided the necessary clamps wiring troughs etc. for all wiring in side the switchgear enclosed including the power and control cables. 20.0 POWER CABLE TERMINATION: 20.1. The cable termination compartment shall receive the stranded aluminium conductor, XLPE insulated, shielded, armoured / unarmoured, PVC jacketed, single core / three core unearthed / earthed grade power cable (s). 20.2. A minimum clearance of about 600 mm shall be kept between the cable lug bottom ends and gland plates for stress cone formation for XLPE Cable. Inter phase clearance in the cable termination compartment shall be adequate to meet electrical and mechanical requirement besides facilitating easy connections and disconnections of cables. Dimensional drawing of cable connected compartment showing the location of lug, glands, CTS, gland plates etc. and the electrical clearances available shall be submitted Employer approval during detailed engineering. 20.3. Cable termination compartment shall be complete with power terminals, power lugs and associated hardware and removable undrilled gland plates. For all single core cables grand plates shall be of nonmagnetic material. 20.4. Supply of the cable termination kit and cable termination shall be in scope of contractor. 21.0 TESTS: 21.1. The Contractor shall submit the type test reports of following type tests for approval of the Employer for circuit breaker, circuit breaker panels, of each voltage class and current rating: i). Short circuit duty test on circuit breaker, mounted inside the panel offered along with CTs, bushing and separator. ii). Short time withstand test – on circuit breaker, mount inside panel offered together with CTs, bushing and separator. iii). Power frequency withstand test on breaker and panel. iv). Lighting impulse withstand test on breaker and panel. v)The indoor VCB switchgear should have internal arc test conducted at CPRI 21.2. Temperature rise test on breaker and panel together. For this test, the test set up shall include three panels with breakers, the test breaker and panel being placed in the center. The adjacent panels shall also be loaded to their current capacity. Alternatively the test panel may be suitably insulated at the sides, which will be adjoining to other panels in actual site configuration. 21.3. Switching over-voltage test as per clause 3.2(b) on each rating of breaker. a. Measurement of resistance of main circuit. b. Mechanical endurance test on breaker. c. Mechanical operation test. d). Short circuit withstand test of earthing device (Truck / Switch). 21.4. For all the important components like instrument transformers, relays, instruments, switches, bushing, wires, insulators, timers, annunciation, terminal blocks and fuses etc. the contractor shall furnish satisfactory type test reports for Employer’s approval. Such reports cover all

Bidder DGM,ED-I Page-98 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

applicable type test listed in relevant Indian Standards, for all components of type and rating being supplied.

22.0 COMMISSIONING CHECKS / TESTS: 22.1. After installation of panels, power and control wiring and connect contractor shall perform commissioning checks as listed below to proper operation of switchgear / panels and correctness of all respects. 22.2. GENERAL: a). Check name plate details according to specification. b). Check for physical damage. c). Check tightens of all bolts, clamps and connecting terminal. d). Check earth connections. e). Check cleanliness of insulators and bushings. f). Check heaters are provided. g). H.V. test on complete switchboard with CT & breaker / contractor lubricated in position. h). Check all moving parts are properly lubricated. i). Check all alignment of bus bars with the insulators to ensure alignment and fitness of insulators. j). Check for inter changeability of breakers. k). Check continuity and IR value of space heater. l). Check earth continuity of the complete switchgear board. 22.3. CIRCUIT BREAKER: a). Check alignment of trucks for free movement . b). Check correct operation of shutters. c). Check show closing operation (if provided). d). Check control wiring for correctness of corrections, continuity and IR values. e). Manual operation of breakers completely assembled. f). Power closing / opening operation manually and electrically at extreme condition of control supply voltage. g). Closing and tripping time. h). Trip free and anti-pumping operation. i). IR values, resistance and minimum pick up voltage of coils. j). Simultaneous closing of all the three phases. k). Check electrical and mechanical inter locks provided. l). Checks on spring charging motor, correct operation of limit switches and time of charging. m). Check vacuum (as applicable). n). All functional checks

Bidder DGM,ED-I Page-99 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

D. TECHNICAL SPECIFICATION FOR 6.35/11KV(E) AND 19/33KV(E) NOMINAL VOLTAGE HT FRLS XLPE INSULATED ARMOURED POWER CABLES (SINGLE/MULTICORE): 1.0 SCOPE: The specification covers engineering, design, manufacture, shop testing, packing and delivery at site/store, transportation, insurance, laying and commissioning of 11& 33 KV , single/multi core , cross linked polyethylene insulated FRLS(fire retardant Low Smoke) power cables. These cables shall be suitable for the 1/3 phase, AC-50 Hz system with the nominal voltage of 11&33 kV which may reach maximum of 12&36 kV respectively. These cables shall primarily be designed for effectively earthed neutral system. 2.0 SERVICE CONDITIONS: Cables to be supplied against this specification shall be suitable for satisfactory continuous operation under the following tropical conditions. a. Maximum ambient temperature (deg C) : 50 b. Maximum temperature in shade (deg C) : 45 c. Minimum temperature in air (deg C) in shade : 3.5 d. Relative Humidity (%) : 10 to 100 e. Maximum annual Rainfall (mm) : 1450 f. Maximum Wind Pressure (kg/mm2) : 150 g. Maximum altitude above mean sea level (Meters) : 1000 h. Isoceraunic level (days/year) : 50 i. Seismic level (Horizontal acceleration) : 0.3 g. j. Moderately hot and humid tropical climate, conducive to rust and fungus growth. 3.0 STANDARDS: 3.1 Unless otherwise specified elsewhere in this specification, the rating as well as performance and testing of the HT XLPE power cables shall conform to the latest revisions available at the time of placement of order of all the relevant standards as listed, but not limited to specified. 1. Conductor : Stranded Class 2 - Annealed Plain / Tinned Copper / Aluminium – IS:8130 / IEC 60228/ BS 6360. 2. Conductor Screen : Extruded semi-conducting compound – IS:7098 Part 2, IEC:60502 Part – 2, BS:6622, BS:7835. 3. Insulation : XLPE – IS : 7098 Part 2, IEC:60502 Part – 2, BS:6622, BS:7835. 4. Insulation Non-metallic Screen : Extruded semi-conducting compound – IS:7098 Part 2, IEC:60502 Part – 2, BS:6622, BS:7835. 5. Insulation Metallic Screen : Copper Wire / Tape or Aluminium Wire / Strip – IS:7098 Part 2, IEC:60502 Part – 2, BS:6622, BS:7835. 6. Fillers : Non Hygroscopic PVC * / Polypropelene Fiber to maintain roundness of cable. 7. Inner sheath/Bedding : PVC ST 2 as per IS:7098 Part 2, IEC:60502 Part – 2, BS:6622, LSOH to BS:7835. Bidder DGM,ED-I Page-100 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

8. Armour : IS:7098 Part 2, IS: 3975, IEC:60502 Part – 2, BS:6622, BS:7835. 9. Outer Sheath : PVC ST 2, FR, FRLS as per IS:7098 Part 2, IEC:60502 Part – 2, BS:6622, LSOH to BS:7835. Flame Retardant (FR), Flame Retardant Low Smoke (FRLS) and Low Smoke Zero Halogen & Flame Retardant (LSOH) Sheathed HT XLPE cables are also manufactured. 4.0 GENERAL TECHNICAL REQUIREMENTS: 4.1 6.35/11 kV & 19/33 kV earthed, single/multi core power cables shall normally be with stranded compacted H2/H4 grade aluminium conductor as per IS: 8130 - 1984, provided with conductor screening (of extruded semi-conducting cross link material) and shall be insulated with XLPE of natural colour. Identification of cores shall be by colour, as per provision of clause 13.1 of IS: 7098 (Part 2) - 1985. The insulation (XLPE) screening shall be provided consisting of extruded semi-conducting cross link material in combination with a metallic layer of copper tapes. Such screened cores shall be laid up together with fillers and/or binder tapes where necessary and provided with extruded inner sheathing of heat resistant PVC conforming to type ST-2 of PVC ST 2 as per IS:7098 Part 2, IEC:60502 Part – 2, BS:6622, LSOH to BS:7835. Maximum continuous operating temperature shall be 90 deg C under normal operation and 250 deg C under short circuit condition Armouring shall be provided consisting of single galvanized strip steel wires (In the case of Single core cable armouring shall be of Non-magnetic material) conforming to IS: IS:7098 Part 2, IS: 3975, IEC:60502 Part – 2, BS:6622, BS:7835. (amended upto date) and over the armouring a tough outer sheath of PVC compound shall be extruded. The PVC compound for the outer sheath shall conform to type ST-2, FRLS as per IS:7098 Part 2, IEC:60502 Part – 2, BS:6622, LSOH to BS:7835. (amended upto date). The colour of the outer sheath shall be black. The cable shall be manufactured strictly conforming to IS:7098 (Part 2) - 1985 amended upto date and shall bear ISI mark.

FRLS Properties - All cable shall be Flame Retardant, Low Smoke (FRLS) type. Outer sheath shall have the following properties – Acid Gas Generation – Max 20% ( as per IEC 754-1) Smoke density rating: 60% (As per ASTMD 2843) Flammability test - As per Swedish chimney test F3 as per SEN 4241475 As per IEC 332 part-3 (Category B) Minimum bending radius shall be 10 D Repaired cables shall not be acceptable. 4.2 SEQUENTIAL MARKING OF LENGTH ON CABLE Non erasable Sequential Marking of length shall be provided by embossing on outer sheath of the cable for each meter length. The quality of insulation should be good and insulation should not be deteriorated when exposed to the climatic conditions. 4.2.1 DISCHARGE FREE CONSTRUCTION: Inner conductor shielding, XLPE insulation and outer core shielding shall be extruded in one operation by special process (viz. Triple Extrusion Process) to ensure that the insulation is free from contamination and voids and perfect bonding of inner and outer shielding with insulation is achieved. The bidders are requested to elaborate the manufacturing technique adopted by their manufacturers to achieve this motive.

Bidder DGM,ED-I Page-101 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

5.0 CONTINUOUS A.C. CURRENT CAPACITY: Continuous A.C current capacity shall be as per Table given below.

Continuous A.C. current capacity in Amps. at maximum conductor temp. of 90 deg. C. Sizes of When laid direct in When laid in airat 40 deg. When laid in Ductat 30 deg. Cables theground at 30 deg. C C C (sqmm) 11KV 33KV 11KV 33KV 11KV 33KV

1C 3C 1C 3C 1C 3C 1C 3C 1C 3C 1C 3C

95 265 250 200 190 340 295 270 230 235 215 180 170

120 300 280 230 215 390 335 310 265 265 240 200 190

150 335 310 260 240 440 380 350 300 295 270 225 215

185 380 350 290 270 510 430 400 340 330 305 255 240

240 435 400 335 310 600 500 470 400 380 350 290 275

300 490 445 380 350 680 570 540 455 425 390 325 310

400 550 500 430 395 790 650 630 530 480 440 370 355

6.0 SHORT CIRCUIT CURRENT Short circuit current of 11 & 33 KV XLPE cable shall be as per Table given below.

Area of Al. Conductor Duration of Short Short circuit current in (A) Circuit in sec (t) kA “I=0.094 x A/sq.rt (t)”

95Sqmm. 1 9.0

120Sqmm. 1 11.3

150Sqmm. 1 14.2

185Sqmm. 1 17.5

240Sqmm. 1 22.6

300Sqmm. 1 28.3

400Sqmm. 1 37.7

7.0 TESTS AND TESTING FACILITIES: 7.1 TYPE TESTS:

Bidder DGM,ED-I Page-102 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

All the type tests in accordance with IS: 7098 Part 2, IEC: 60502, BS: 6622, BS: 7835andamended upto date, shall be performed on cable samples drawn by purchaser. Type tests are required to be carried out from the lot of supply on a sample of any one size of cable ordered for each voltage grade. In case facilities of any of the type tests are not available at the works of the supplier, then such type test shall be carried out by the supplier at the independent laboratory at the cost of supplier. Sample for the type test will be drawn by the purchaser's representative and the type test will be witnessed by him. The following shall constitute type tests: a) Tests of Conductor: i) Annealing test (for copper) ii) Tensile test (for aluminium) ii) Wrapping test (for aluminium) iii) Conductor Resistance test b) Tests for armouring wires/strips. c) Tests for thickness of insulation and sheath. d) Physical tests for insulation: i) Tensile strength and elongation at break. ii) Ageing in air oven. iii) Hot test. iv) Shrinkage test. v) Water absorption (gravimetric). e) Physical test for outer sheath: i) Tensile strength and elongation at break. ii) Ageing in air oven. iii) Shrinkage test. iv) Hot deformation, f) Partial discharge test. g) Bending test. h) Dielectric power factor test: i) As a function of voltage. ii) As a function of temperature. i) Insulation resistance (volume resistivity test). j) Heating cycle test. k) Impulse withstand test. l) High voltage test. m) Flammability test. 7.2 ROUTINE TESTS: All the Routine tests as per IS:7098 (Part 2) - 1985 and amended upto date shall be carried out on each and every delivery length of cable. The result should be given in test report. Partial discharge test must be carried out in a fully screened test cell. It is, therefore, absolutely Bidder DGM,ED-I Page-103 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

essential that the manufacturer should have the appropriate type of facility to conduct this test which is routine test. The details of facility available in the manufacturer's works in this connection should be given in the bid. The following shall constitute routine tests: a) Conductor resistance test b) Partial discharge test c) High voltage test. 7.3 ACCEPTANCE TESTS: All Acceptance tests as per IS:7098 (Part 2) - 1985 as modified upto date including the optional test and Flammability Test shall be carried out on sample taken from the delivery lot. 7.4 SHORT CIRCUIT TEST: The contractor shall also undertake to arrange for the short circuit test as a type test on any one size of each voltage grade i.e on one size of 11 kV and one size of 33 kV earthed grade shielded XLPE cables ordered at a recognized testing center such as Central Power Research Institute at Bangalore/ Bhopal at the cost of supplier. If facilities for carrying out short circuit tests are available at the works of the supplier, and provided the certification procedure is approved by the Purchaser, testing at the supplier's works will be acceptable. Short Circuit test shall be witnessed by the purchaser's representative. 7.4.1 The short circuit test shall be preceded and followed by the following tests so as to ensure that the characteristics of the cable remain within the permissible limits even after it is subjected to the required short circuit rating. a) Partial Discharge Test. b) Conductor Resistance Test. c) High Voltage Test. 7.4.2 The manufactured cable will be acceptable only after such a sample test is successfully carried out at CPRI or at suppliers works and approved by the Purchaser. 7.5 TESTING FACILITIES: The supplier / tenderer shall clearly state as to what testing facilities are available in the works of manufacturer and whether the facilities are adequate to carry out type, routine and acceptance tests mentioned in specified IS. The facilities shall be provided by the bidder to purchaser’s representative for witnessing the tests in the manufacturer’s works. If any test cannot be carried out at manufacturer’s works reason should be clearly stated in the tender. 8.0 PACKING AND MARKING: 8.1 IDENTIFICATION MARKS ON CABLE: The following particulars shall be properly legible embossed on the cable sheath at the intervals of not exceeding one meter through out the length of the cable. The cables with poor and illegible embossing shall be liable for rejection. a) Manufactures name and/or Trade name. b) Voltage grade. c) Year of manufacture. d) TSECL e) Successive Length.

Bidder DGM,ED-I Page-104 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

f) Size of cable g) ISI mark 8.2 The cable shall be supplied in continuous standard length of 250 running meters for 3core and 500 running meters with plus minus 5% tolerance wound on non returnable wooden drum of good quality and non-standard lengths not less than 100 meters upto 5% of the ordered quantity shall be accepted. Alternately cable can be supplied wound on non-returnable steel drum without any extra cost to the purchaser. Packing and marking shall be as per clause No. 21 of IS:7098 (Part 2) - 1985 amended up to date. 8.3 Supplier should provide statistical data regarding cables of all sizes viz.- 1) Weight of one meter of finished product of cable of various sizes and ratings. 2) Weight of one meter of bare conductor used for cables of various sizes and ratings. 9.0 QUALITY ASSURANCE PLAN: A detailed list of bought out items which got into the manufacture of cables should be furnished indicating the name of the firms from whom these items are procured. The bidder shall enclose the quality assurance plan invariably along with offer followed by him in respect of the bought out items, items manufactured by him & raw materials in process as well as final inspection, packing & marking. The Company may at its option order the verification of these plans at manufacturer's works as a pre qualification for technically accepting the bid. During verification if it is found that the firm is not meeting with the quality assurance plan submitted by the firm, the offer shall be liable for rejection. 10.0 INSPECTION (TEST BEFORE DISPATCH): 10.1 The inspection may be carried out by the Owner at any stage of manufacturer. The Inspection & Testing shall be governed by Section-II (General Conditions OfContract). Acceptance of any equipment / material under this specification by the Owner shall not relieve the supplier of his obligation of furnishing equipment in accordance with the specification and shall not prevent subsequent rejection if the equipment/material is found to be defective. The following Acceptance tests as per Clause No.18.2 of IS:7098(Part-II)/1985 shall be conducted in presence of the Owner's authorized representative / agency on each lot of offered cables: i) Tensile Test. ii) Wrapping Test. iii) Conductor Resistance Test. iv) Test for thickness of insulation & sheath. v) Hot Set Test for insulation. vi) Tensile strength& elongation at break test for insulation and sheath. vii) Partial Discharge Test (for screened cables only). viii) High voltage test and ix) Insulation resistance (Volume resistivity) Test. x) Test for Armour: a) Verification of Dimension of Strip. b) Tensile Strength & elongation at break. c) Uniformity of Zinc Coating. Bidder DGM,ED-I Page-105 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

d) Weight of Zinc Coating. e) Winding Test on Armour. f) Resistivity Test on Armour. Cold impact test for outer sheath (IS:5831/1984) shall constitute the optional test and shall be conducted on lot of the offered cables of each size as per Clause No.18.4 of IS:7098(Part- II)/1985. 11.0 TEST CERTIFICATE: 11.1 Certified copies of all routine tests carried out at Works shall be furnished in Six (6) copies for approval of the purchaser. 11.2 The cables shall be dispatched from Works only after receipt of Purchaser’s written approval of shop test reports. 11.3 Type Test Certificates of the Cable offered shall be furnished. Otherwise the cable shall have to be type tested on similar rating as per Clause – 10 free of any charges to prove the design. 12.0 DRAWINGS & DOCUMENTATIONS: The bidder is required to furnish the detailed constructional drawing of cable clearly showing shape of core, type, size of fillers/ interstices along with Center Filler etc. Thecalculations of weights of different components of the cable along with weight ofarmouring and calculation of number of armour strips indicating Lay Ratio & LayFactor shall also be furnished. In absence of this, the bids are likely to be ignored.The drawing of drums shall also be furnished as per relevant applicable ISS. 13.0 GUARANTEED TECHNICAL PARTICULARS: The bidder shall furnish guaranteed technical particulars along with the bid . GUARANTEED TECHNICAL PARTICULARS ( To be filled in by the Bidder ) 1. Manufacturer’s Name & Address :: 2. Voltage Grade. :: 19/33 KV 6.35/11 KV (For 33 KV Sys.) ( For 11 KV Sys.) 3. Core & Cross Section :: 4. Type &Designation(as per ISS) :: 5. List of Standards applicable :: 6. Suitable for system with (a) Service Voltage :: (b) Neutral Earthing :: 7. Maximum Conductor temperature :: (a) Continuous (in Deg. C) :: (b) Short time (in Deg.C ) :: 8. Conductor: (a) Material to IS-8130(Class/Grade) :: (b) Size (Sq.mm.) :: Bidder DGM,ED-I Page-106 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

(c ) No./Nominal diameter of wires in each Conductor (no./mm.) :: (d) Form of Conductor (Circular/shaped) :: 9. Shielding/screening on Conductor : (a) Material. :: (b) Type. :: (c ) Whether thermosetting ? :: (Yes/No.) 10. Insulation : (a) Material. :: (b) Type :: (c ) Minimum Thickness (mm) :: (d) Whether tripple co-extrusion :: (Yes/No) With radiant curing process ? 11. Shielding / screening on insulation : (a) Material :: (b) Type :: (c ) Thickness (mm) :: i) Non-metallic :: ii) Metallic :: 12. Inner – sheath :: (a) Material :: (b) Type :: (c ) Thickness (mm.) :: (d) Extruded/Wrapped. :: (e) Approx. outside diameter :: over sheath (mm.) 13. Armouring :: (a) Material. :: (b) Size :: (c ) D.C. resistance at 20 deg.C :: (Ohm/Km.) (d) A.C. resistance at 20 deg.C :: 14. Overall Sheath :: (a) Material :: (b) Type :: (c ) Thickness (mm.) :: 15. Approx.overall diameter of the :: Cable (mm.)

Bidder DGM,ED-I Page-107 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

16. Standard Drum length with :: tolerance (Mtr.) 17. Net Weight of Cable(approx.)Kg/Km :: 18. Continuous current rating for :: standard condition, laid direct (a) In ground at temp. 30 deg.C :: (b) In duct at temp. 30 deg.C :: (c ) In air at temp. 40 deg.C :: 19. Charging current at rated system voltage :: 20. Short Circuit Current (Maxm.) :: (a) for 1 sec. :: (b) for 0.5 sec. :: 21. Electrical Parameters :: (a) Maxm. D.C. resistance/km of conductor at 20 deg.C :: (b) AC resistance/kilometer of conductor at 90 deg.C(approx.) :: (c ) Reactance/kilometer(approx.) :: (d) Capacitance/Kilometer(approx.) :: (e) Di-electric losses at rated (Uo/U) system KV, 50 cycles/sec. in Watts/KV/Phase) ::

(f) i) tan-delta at 0.5 Uo :: ii) tan-Delta at Uo :: iii) tan-Delta at 1.5 Uo :: iv) tan-Delta at 2 Uo :: 22. Vol. Resistivity at 27 deg.C(ohm/Cm) :: 23. Recommended minimum bending radius :: 24. Derating factor for following ambient temperature in Air/Ground.: (a) at 30 deg. C :: (b) at 35 deg. C :: (c ) at 45 deg. C :: (d) at 50 deg. C :: 25. Type test results of the similar Cable to be furnished with Tender (as specified under Clause-10 of the Spec.): (a) Tests on Conductor : (i) Tensile test (for aluminium) :: (ii) Wrapping test (for aluminium) :: Bidder DGM,ED-I Page-108 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

(iii) Resistance test :: (b) Test for armouring wires/strips :: (c) Test for thickness of insulation &steath : (i) Tensile strength & elongation at break :: (ii) Ageing in air oven :: (iii) Hot test :: (iv) Shrinkage test :: (v) Water absorption (Gravimetric) :: (d) Physical : (i) Tensile strength and elongation at break:: (ii) Ageing in air oven :: (iii) Shrinkage test :: (iv) Hot deformation :: (v) Loss of mass in air oven :: (vi) Heat shock :: (vii) Thermal stability :: (e) Partial discharge test :: (f) Banding test :: (g) Di-electric power factor test : (i) As a function of Voltage :: (ii) As a function of temperature :: (h) Insulation Resistance (Volume resistivity)*Test: (i) Heating Cycle test :: (j) Impulse with stand test :: (k) High Voltage test :: (l) Flammability test :: 26. Cable Drums : (a) Length/Drum (Kg) :: (b) Dimension of Drum :: (c) Shipping weight (Kg) :: 27. Safe pulling force (Kg.) :: 28. Partial discharge value :: 29. Details of the protective measures against attack by white ante, vermins etc. to be XLPE’s outer sheath during manufacture. :: 30. Type of curing of XLPE insulations :: 31. Cut ends of the Cable shall be sealed with ……………….. :: 32. Cable identification shall be made as per per class 8.10 (Yes/No). :: 33. Cable Drums shall be marked with the with the information’s of conspicuously (Yes/No):: Bidder DGM,ED-I Page-109 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

E. TECHNICAL SPECIFICATION FOR 110V BATTERY BANK AND BATTERY CHARGER: 1.0 GENERAL TECHNICAL REQUIREMENTS: 1.1 All materials/components used in battery chargers and batteries shall be freefrom flaws and defects and shall conform to the relevant Indian standards andgood engineering practice. 1.2 The contractor shall submit the drawings and get the owner’s approval beforeproceeding. 2.0 BATTERY BANK: 2.1 The Bank shall be consisting of 55 nos. each 2 Volt capacity ‘Standby’‘Sealed & Maintenance Free’ (SMF) Valve Regulated ‘Lead Acid’ Cells. These Batteries shall be leak proof & there shall be no possibility of Electrolytespillage i.e. the construction shall be spill proof and suitable for a long lifeunder continuous operations at 2.15 to 2.21 volts per cell, and occasionaldischarges. The 110V DC system is - veearth system. Heat sealing method tobe employed shall be ‘Double Sealing’ to avoid leakage. 2.2 Cell Terminals: Terminal shall be of High Conductive Copper Inserts.Terminal welding shall maintain high integrity bonding with more depth ofweld. All cell terminals shall have adequate current carrying capacity and shallbe of lead alloy or lead alloy reinforced with copper core inserts. Cell terminalposts shall be equipped with connection bolts having acid resisting bolts andnuts. 2.3 Container: The Battery / Cell shall work on ‘Oxygen recombination reactionprinciple resulting in no water loss and therefore will not arise any maintenanceproblems such as breakage or jamming up of floats. The batteries shall be fittedwith explosion proof safety Valves and shall have arrangement for opening by aspecial Tool (to be supplied by the Manufacturer) only. The batteries shallcome in filled and factory charged condition. Containers shall be made ofPoly –propylene co polymer robust with neat finish and leak proof. 2.4 Vent Plugs: Vent plugs shall be provided in sealed type cells. They shall be ofLow pressure self releasable explosion proof Safety valve. 2.5 Plates: The plates shall be designed for maximum durability of 20 yearslifetime during all service conditions including high rate of discharge and rapidfluctuations of load. The construction of plates shall conform to latest revisionsof ISS as applicable. The Positive Plate shall be of ‘Hybrid Alloy’ usingCadmium for withstanding deep discharge as well as float application. TheNegative Plates shall be of ‘Lead-Calcium’ alloy and shall be of low gas (H2)evolving alloy. The separators shall be of Microporous, highly absorbent spunglass matrix separator and maintain the electrical insulation between the plates.The positive and negative terminal posts shall be clearly marked. The Gridthickness shall be high enough to take care of long life. The capacity of Platesshall be optimized as high up to 240 AH @ C10. The orientation of plates shallbe such that no abnormal load on any individual plate after installation and veryless stratification effect. Compression of Groups shall be such to ensure goodelectrolyte contact to avoid thermal runaway. 2.7 Cell Insulator: Each cell shall be separately supported on porcelain or hardrubber insulators fixed on to the racks with adequate clearance between adjacentcells. 2.8 Electrolyte: The electrolyte shall be prepared from battery grade sulphuricacidconforming to IS: 226 and distilled water conforming to IS: 1069. The Acidquantity shall be maximum because of multi layer to avoid dry out / thermal runaway. Bidder DGM,ED-I Page-110 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

2.9 Manufacturer’s Identification System: The following information shall be indelibly marked on outside of each cell : a.Manufacturer’s name and trade mark. b.Country and year of manufacture. c.Manufacturer’s type designation. d.AH capacity at 10 Hr. discharge rate. e.Serial Number. 2.10 Connectors and Fasteners: Heavy duty Lead or lead plated copper connectors shall be used for connectingup adjacent cells, rows and end takes off. Bolts, nuts and washers shall beeffectively lead plated to prevent corrosion. End take off connectors shall beprovided for end connections from positive and negative poles of the batteriesto the Power cables. More than one cable may be required to be connected tothe battery terminals. Suitable arrangement for termination of multiple cablesshall be provided so as to avoid extra load on the battery terminals. The cablewill be single core having stranded aluminum conductor and PVC insulationwhich will be arranged by the Owner separately. 2.11 Battery Racks: The Batteries shall be housed in Steel Trays. These batteries shall have ‘verylow self discharge’ of around 1.0% of capacity per week. The Batteries shallhave very good discharge regulation, the average discharge voltage at C10 rateshall be 1.95 VPC.The Batteries shall have no possibility of ground currents. 3.0 TESTS: 3.1 Batteries shall conform to all type tests as per the latest issue of IS: 1651 or IS:1652 (whichever is applicable depending on type of Battery being offered).TheBidder is to produce ‘type test’ certificate for tests carried out on identical unitnot older than 5 years to TSECL. 3.2 All Acceptance tests as required by the relevant Indian Standards shall becarried out at site after completion of installation. The capacity tests shall becarried out for 10 hr. discharge rating. The Contractor shall arrange for allnecessary equipment, including the variable resistor, tools, tackles andinstruments. If a Battery fails to meet the guaranteed requirements the OWNERshall have the option for asking the contractor to replace the same withappropriate batteries at no extra cost and without affecting the commissioningschedule of the Owner. 3.3 If successful Contractor has not manufactured & commissioned the specifiedcell size, they must manufacture & test the prototype in advance and obtainOwner’s approval for the same. 3.4 Following document as to type test on identical unit shall be furnished by theContractor for particular type of cell to TSECL’s representative during routinetest. i. Capacity tests. ii. Watt hour and AH efficiency tests. The Contractor shall give at least three (3) weeks advance notice of the date whenthe tests are to be carried out. Three (3) copies of Type test certificates shall befurnished to the TSECL for approval before the dispatch of the equipment fromworks. 4.0 ACCESSORIES: 4.1 The following information shall be given on the instruction cards supplied withthe Battery: a) Manufacturer’s instruction. b) Maintenance instructions. Bidder DGM,ED-I Page-111 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

c) Designation of cell in accordance with IS: 1651 or IS: 1652 (whicheverapplicable). d) Storing conditions of cells. 4.2 A complete Set of all the accessories and devices for maintenance of Batteriesshall be supplied along with each type of battery bank. The following items comprise the complete set of accessories: i) 2 Nos. of Cell testing voltmeter (3-0-3V) conforming to IS: 1248. ii) 2 nos. Instructions cards. 5.0 TECHNICAL SPECIFICATION FOR BATTERY CHARGER: i. The DC system shall be of 110 Volt DC having -ve earthed. The BatteryChargers as well as their automatic regulators shall be of static type. All batterychargers shall be capable of continuous operation at the respective rated load infloat charging mode, i.e. Float charging the associated DC Lead-Acid Batteriesat 2.15 VPC to 2.23 (Charging Parameters at 27 degree Celsius.) VPC Voltsper cell while supplying the DC load. The chargers shall also be capable ofBoost charging the associated DC Battery at 2.30-2.7 volts per cell at the desiredrate(C is the rated capacity @ 10 hour.

AC Input Voltage 4 1 5 V o l t w i t h ± 1 0 % tolerance (3 ph 4wire, 50 Hz ± 5%).

DC Output Voltage 110 V.

Regulation ± 1%, Digitally Controlled.

Current Limit 105% continuous of rated load(40A),Digitally Controlled.

Ripple Content Less than 2% rms (Standard), 1%optional.

Charger Efficiency Above 85%.

Protections Battery U/V & O/V, Battery Over charge& Over load, Short circuit, Bridgeprotection fast acting fuses, Surgesuppresser, AC & DC Circuit Protections,Filter Capacitor Fuse, Battery Input Fusesetc. as per Standard practice.

Cooling Natural.

Ambient Temperature of Operation 0 - 50°C.

Cabinet Free standing Steel Cabinet of 2.0 mm.gauge sheet steel. IP- 4X in accordancewith IS : 2147

ii. All Battery Chargers shall be provided with facility for both automatic andmanual control of output voltage and current. A selector switch shall beprovided for selecting the mode of output voltage / current control, whetherautomatic or manual. When on automatic control mode during Float charging,the Charger output voltage shall remain within +1% of the set value, for ACinput voltage variation of +10%, frequency variation of +5%, a combinedvoltage and frequency variation of +10%, and a DC load variation from zero tofull load.

Bidder DGM,ED-I Page-112 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

iii. All battery chargers shall have constant voltage/potential characteristicsthroughout the range (from zero to full load) at the floating value of the voltageso as to keep the battery fully charged but without harmful overcharge. iv. All chargers shall have load limiters having drooping characteristic, which shallcause, when the voltage control is in automatic mode, a gradual lowering of theoutput voltage when the DC load current exceeds the Load limiter setting of theCharger. The Load-limiter characteristics shall be such that any sustainedoverload or short circuit in DC System shall not damage the Charger, nor shall itcause blowing of any of the Charger fuses. The Charger shall not trip onoverload or external short circuit. v. Uniform and step less adjustments of voltage setting (in both manual andautomatic modes) shall be provided on the front of the Charger panel coveringthe entire float charging output range specified. Step less adjustments of theLoad-limiter setting shall also be possible from 80% to 100% of the rated outputcurrent for Charging mode. vi. During Boost Charging, the Battery Charger shall operate on constant currentmode (when automatic regulator is in service). It shall be possible to adjustthe Boost charging current continuously over a range of 50 to 100% of the ratedoutput current for Boost charging mode. vii. The Charger output voltage shall automatically go on rising, when it is operatingon Boost mode, as the Battery charges up. For limiting the output voltage of theCharger, a potentiometer shall be provided on the front of the panel, whereby itshall be possible to set the upper limit of this voltage any where in the outputrange specified for Boost charging mode. viii. The Charger manufacturer may offer an arrangement in which the voltage settingdevice for Float charging mode is also used as output voltage limit setting devicefor Boost charging mode and the Load-limiter of Float charging mode is used ascurrent setting device in boost charging mode. ix. Suitable filter circuits shall be provided in all the chargers to limit the ripplecontent (Peak to Peak) in the output voltage to 1%, irrespective of the DC loadlevel, when they are not connected to a Battery. 6.0 MCCB: All Battery Chargers shall have 1 no. MCCB on the input side to receive cablesfrom one source. It shall be suitable for continuous duty. MCCBs should haveauxiliary contacts for annunciation/hooter. 7.0 RECTIFIER TRANSFORMER: The rectifier transformer shall be continuously rated, dry air cooled (A.N) and ofclass F insulation type. The rating of the rectifier transformer shall have 10%overload capacity. 8.0 Rectifier Assembly: The rectifier assembly shall be fully/half controlled bridge type and shall bedesigned to meet the duty as required by the respective Charger. The rectifiershall be provided with heat sink having their own heat dissipation arrangementswith natural air-cooling. Necessary surge protection devices and rectifier typefast acting HRC fuses shall be provided in each arm of the rectifier connections. 9.0 INSTRUMENTS: One AC voltmeter and one AC ammeter along with selector switches shall beprovided for all chargers. One DC voltmeter and DC ammeter (with shunt) shallalso be provided for all Chargers. The instruments shall be flush type, dust proofand moisture resistant. The instruments shall have easily accessible means forzero adjustment. The instruments shall be of 1.5 accuracy classes.

Bidder DGM,ED-I Page-113 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

10.0 AIR BREAK SWITCHES: One DC output switch shall be provided in all chargers. They shall be air breaktype suitable for 500 Volts AC/250 Volt DC. The contacts of the switches shallopen and close with a snap action.The operating handle of the switch shall befully insulated from circuit. `ON’ and `OFF’ position on the switch shall beclearly indicated. Rating of switches shall be suitable for their continuous load. Alternatively, MCCBs of suitable ratings shall also acceptable in place of AirBreak Switch. 11.0 FUSES: All fuses shall be HRC Link type. Fuses shall be mounted on fuse carriers,which are in turn mounted on fuse bases. Wherever it is not possible to mountfuses on carriers, fuses shall be directly mounted on plug-in type base. In suchcase one insulated fuse pulling handle shall be supplied for each charger. TheContractor depending on the circuit requirement shall choose fuse rating. Allfuses in the chargers shall be monitored. Fuse failure annunciation shall beprovided on the failure of any fuse. 12.0 BLOCKING DIODE: Blocking diode shall be provided in the positive pole of the output circuit ofeach charger to prevent current flow from the DC Battery into the Charger. 13.0 ANNUNCIATION SYSTEM: Audio-visual indications through bright LED(s) shall be provided in all Chargersfor the following abnormalities: a) AC power failure. b) Rectifier/chargers fuse blown. c) Over voltage across the battery when boost charging. d) Abnormal voltage (High/Low). e) Any other annunciation if required. Potential free NO Contacts of above abnormal conditions shall also be providedfor common remote indication “CHARGER TROUBLE” in TSECL’s ControlBoard. Indication for charger in float mode and boost mode through indicationlamps shall be provided for chargers. A potential free contact for float/boostmode shall be provided for external interlocks. 14.0 NAME PLATES AND MARKING: The name plates shall be white with black engraved letters. On top of eachCharger, on front as well as rear sides, larger and bold name plates shall beprovided to identify the Charger. Name plates with full and clear inscriptionsshall also be provided on and inside of the panels for identification of the variousequipments and ease of operation and maintenance. 15.0 CHARGER CONSTRUCTION: a) The Chargers shall be indoor, floor-mounted, self-supporting sheet metalenclosed cubicle type. The Contractor shall supply all necessary base frames,anchor bolts and hardware. The Chargers shall be fabricated from 2.0mm. coldrolled sheet steel and shall have folded type of construction. Removable glandplates for all cables and lugs for power cables shall be supplied by theContractor. The lugs for power cables shall be made of electrolytic copper withtin coat. Power cable sizes shall be advised to the Contractor at a later date forprovision of suitable lugs and drilling of gland plates. The Charger shall betropicalised and vermin proof. Ventilation louvers, if provided shall be backedwith screens. All doors and covers shall be fitted with synthetic rubber gaskets.

Bidder DGM,ED-I Page-114 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

The chargers shall have hinged double leaf doors provided on front and on backside for adequate access to the Charger’s internals. All the charger cubicle doorsshall be properly earthed. The degree of protection of Charger enclosure shall beat least IP-42 as per IS: 2147. b) All indicating instruments, control switches and indicating lamps shall bemounted on the front side of the Charger. c) Each Charger shall be furnished completely wired upto power cable lugs andterminal blocks and ready for external connections. The control wiring shall becarried out with PVC insulated, 1.5 sq.mm. Stranded copper wires. Controlterminals shall be suitable for connecting two wires, with 2.5 sq.mm. strandedcopper conductors. All terminals shall be numbered for ease of connections andidentification. Each wire shall bear a ferrule or tag on each end foridentification. At least 20% spare terminals shall be provided for control circuits. d) The insulation of all circuits, except the low voltage electronic circuits shallwithstand test voltage of 2 KV AC for one minute. An air clearance of at leastten (10) mm shall be maintained throughout for such circuits, right up to theterminal lugs. Whenever this clearance is not available, the live parts shall beinsulated or shrouded. 16.0 PAINTING: All sheet steel work shall be pretreated, in tanks, in accordance with IS: 6005.Degreasing shall be done by alkaline cleaning. Rust and scale shall be removedby pickling with acid. After pickling, the parts shall be washed in running water.Then these shall be rinsed in slightly alkaline hot water and dried. The phosphatecoating shall be `Class-C’ as specified in IS: 6005. Welding shall not be doneafterphosphating. The phosphating surfaces shall be rinsed and passivatedpriorto application of stoved lead oxide primer coating. After primer application, twocoats of finishing synthetic enamel paint of shade-692 (smoke grey) of IS: 5shall be applied, unless required otherwise by the Employer. The inside of thechargers shall be glossy white. Each coat of finishing synthetic enamel paintshall be properly staved. The paint thickness shall not be less than fifty (50)microns. 17.0 TESTS: a) Battery chargers shall conform to all type tests as per relevant Indian Standard. Performance test on Charger as per Specification shall be carried by the Contractor. Rectifier transformer shall conform to all type tests specified in IS:4540 and short circuit test as per IS: 2026. Following type tests shall be carried for compliance of specification requirements: i) Voltage regulation test. ii) Load limiter characteristics test. iii) Efficiency tests. iv) High voltage tests. v) Temperature rise test. vi) Short circuit test at no load and full load at rated voltage for sustained short- circuit. vii) Degree of protection test. viii) Measurement of ripple by oscilloscope. b) The Contractor may be required to demonstrate to the TSECL that the Chargers conform to the specification particularly regarding continuous rating, ripple free output, voltage regulation and load limiting characteristic, before dispatch as well as after installation at site. At site the following tests shall be carried out: i) Insulation resistance test. ii) Checking of proper annunciation system operation.

Bidder DGM,ED-I Page-115 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

c) If the Charger fails to meet the specified requirements, the Contractor shall replace the same with appropriate Charger without affecting the commissioning schedule of the Sub- station, and without any extra cost to the owner. d) The Contractor shall present for inspection, the type and routine test certificates for the following components whenever required by the OWNER. (i) Switches. (ii) Relays/MCCBs. (iii) Instruments. (iv) DC fuses. (v) SCR. (vi) Diodes. (vii) Condensers. (viii) Potentiometers. (ix) Semiconductor. (x) Annunciator. (xi) Control wiring. (xii) Push buttons for contactors. d) “The equipment shall be provided with name plate covering, rating and other technical data and also name of the project shall be clearly mentioned‘R- APDRP (Part-B),Agartala Project. ( 33 KV S/S, Cantonment).”

F. TECHNICAL SPECIFICATION FOR D.C. DISTRIBUTION BOARD & LT. A.C. DISTRIBUTION BOARD: (I) D.C. DISTRIBUTION BOARD: 1.0 SCOPE: 1.1 This section of the specification covers the design, manufacture, testingat works, transport to site, insurance, erection and commissioning of D.C.Distribution Boards complete with all equipments and accessories as describedbelow. 2.0 CONSTRUCTIONAL FEATURES: 2.1 The D.C. Distribution Boards shall be indoor, floor mounting of self-supporting, sheet metal clad, and cubicle type. The panels / boards shall be totally enclosed, dust tight and vermin proof. The boards shall have double leaf hinged doors atthe back. All doors and covers shall be filled with rubber gaskets. The doorsshall be provided with locks and duplicated keys. The boards shall be made of3.0 mm. cold rolled sheet steel. 2.2 All incoming and outgoing cables shall enter from bottom. Suitable cableterminal boards with cable lugs shall be provided inside each panel forincoming and outgoing cables. Suitable compression type cable glands shallprovided to hold the cable so as to avoid any pressure or tension at the terminalboard connection. The terminal boards shall be easily accessible for inspectionand checking. 3.0 AIR BREAK SWITCHES AND FUSES: 3.1 The series combination air break rotary switches and fuses shall conform to theprovisions of IS – 4064, IS – 4047 and IS – 2208. Fuses shall be HRC type.The rating of each unit shall be as specified later in this section. 3.2 All switches shall be of rotary type double pole, double throw make before typewith snap action and ‘OFF’ position. 4.0 BUS BARS

Bidder DGM,ED-I Page-116 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

4.1. The bus bars shall be of electrolytic copper of ample cross section. The busbars shall be insulated from the structure by means of durable non-hydroscopic,non-combustible and non-tracking material. 5.0 TYPE OF D.C.DISTRIBUTION BOARD: 5.1. 110 Volts D.C. Distribution Board: The 110 volts D.C. distribution boards shall comprise the following :- (i) One mains failure alarm relay. (ii) One earth fault alarm relay. (iii) One 110 volts D.C. bell to be operated by the mains failure alarm relay. (iv) One 110 volts D.C. buzzer to be operated by the earth fault alarm relay. (v) One double pole Air-break Circuit Breaker of 100 Amp. Capacity withthermal overload tripping arrangement to act as incoming breaker of the loadbus. (vi) One 0-150 volts D.C. moving coil voltmeter to measure the bus barvoltage. (vii) One pilot lamp to indicate D.C. ON conditions. (viii) 250 volts, double pole, double throw make before break switch withHRC fuses of following ratings for outgoing feeders : (a) 30 Amps. ------Two numbers. (b) 15 Amps. ------Four numbers. (c) 10 Amps. ------Eight numbers. (ix) One terminal board/block for all feeder outlets including cable glands. (x) A.C. / D.C. change over contacts – Emergency Lighting Circuit shallbe provided by the Contractor such that the lights normally burn on A.C.240 Volts, 50 Hz but in case of failure of A.C. these come up on D.C.with the help of automatic change over contactors and again change overto A.C. with the restoration of A.C. supply. There shall be two numbersdouble pole ON/OFF switch with HRC fuses one each for A.C. and D.C. 6.0 Name Plate The equipments shall be provided with name plate covering, rating and othertechnical data and also name of the project shall be clearly mentioned. “R-APDRP (Part-B), Agartala Project.( 33 KV S/S, Cantonment)” (II) L.T A.C. DISTRIBUTION BOARD: 1.0 SCOPE This section of the specification covers the design, manufacture, testing atworks, transport to site, insurance, storage, erection and commissioning of 415Volts, A.C. 50 Hz A.C. Distribution Board complete with all equipments andaccessories as described in subsequent clauses. 2.0 COSTRUCTIONAL FEATURES The L.T.A.C. panels shall be indoor, floor mounting, sheet metal clad typecomprising of combination switch fuse units and busbar chambers and equippedwith the circuits and equipments as specified later. The different circuits shallbe mounted above and below the busbar chamber to form a suitablearrangement, except that the incomings will be located at the front and mountedbelow the busbar chambers. All equipments shall be suitable for the reception ofthe cables rising from the ground level. The switch boards shall be so designedas to be readily extensible. Bidder DGM,ED-I Page-117 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

3.0 COMBINATION SWITCH FUSE UNIT: 3.1 Air-break switches shall be of double / triple pole rotary operated type and shallopen and close with snap action. The fuses shall be of HRC type. The seriescombination air break rotary switches and HRC fuses shall conform to theprovisions of latest issue of IS – 4064, IS – 4047 and IS-2208. 3.2 The air break switches and fuses shall be suitable for rated voltage of 415 voltsA.C., 50 Hz. The rated current of each unit shall be as specified later. 4.0 BUS BARS: The phase and neutral bus bars shall be of high conductivity (as per IS – 5082)aluminumof adequate uniform cross section. The bus bars shall be insulatedfrom the structure by means of durable non-hygroscopic, non-combustible andnon-tracking materials. Bus bar joints shall be bolted type. The 415 Volts, L.T.A.C. switchgear shall have following circuits andequipment: a. INCOMING :- One number fitted with following : i. One 300 Amps. Triple and neutral switch fuse unit fitted with HRCfuses and cable glands suitable for 4 core PVC cable labeled “Incoming”. ii. One Voltmeter, 0-500 Volts. iii. One Ammeter, 0-500 Amps. iv. One KWH meter with connected CTs. b. OUTGOING :- Nos. 1 and 2 each comprising of:One 60 Amps. triple pole and neutral switch fuse unit fitted with 60 Amps.HRC fuses and complete with direct connected round protecting patternammeter, scaled 0-75 Amps. and cable gland suitable for 4 core PVC cablelabelled as “Transformer and Circuit Breaker Heaters”. c. OUTGOING : Nos. 3 and 4 each comprising of :One 100 Amps, triple pole and neutral switch fuse unit, fitted with 100Amps HRC fuses and cable gland suitable for 4 core PVC cable labeled as“Spare and Filtration Sets”. d. OUTGOING : No. 5 comprising ofOne 60 Amps. Double pole switch fuse unit fitted with 20 Amps HRC fusesand cable gland suitable for 2 core PVC cable labelled as “CarrierTelephone”. e. OUTGOING :- Nos. 6,7 & 8 each comprising of :One 60 Amps D.P. switch fuse units, fitted with 15 Amps. and cable boxsuitable for 2 core PVC cable labeled as : No. 6 ----- Indoor lights & indicating lamps. No. 7 ----- Spare. No.8 ----- Emergency lights. f. OUTGOING :- Nos. 9.10 & 11 each comprising of :One 60 Amps. T.P. and neutral switch fuse units, fitted with 30 Amps, HRCfuses and cable box suitable for 4 core PVC cables labeled as : No. 9 ----- Outdoor lights. No. 10 ----- Battery charger. No. 11 ----- Spare.

Bidder DGM,ED-I Page-118 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

g. OUTGOING :- Nos. 12 and 13 each comprising of :One 60 Amps. T.P. and neutral switch fuse units fitted with 20 Amps. HRCfuses and cable box suitable for 4 core PVC cable labeled as : No. 12 ----- Water supply. No. 13 ----- Spare. h. OUTGOING :- No. 14 comprising of : One 60 Amps D.P. switch fuse unit fitted with 10 Amps HRC fuses andcable box suitable for 2 core PVC cable labeled as “Station Power”. 5.0 Name Plate The board shall be provided with nameplate covering all technical data andalso name of the project shall be clearly mentioned “ RAPDRP(Part-B) , Agartala Project. .( 33 KV S/S, Cantonment” G. SPECIFICATION FOR 1.1 KV GRADE, ARMOURED, STRANDED COPPER, PVC INSULATED AND SHEATHED CONTROL CABLE: 1.0 Scope: This work covers supply , transportation , storing laying, termination ,testing and commissioning of 2.5 sq.mm 1.1KV grade stranded copper PVCinsulated and sheathed , armoured control cable of different cores as stipulatedin the schedule of works conforming to ISS 1554 ( part I ) 1976 . 2.0 Installations: All control cable shall be laid on cable supports of galvanizedangle /M.S. channel from the wall of the cable channel to be executed by thesuccessful bidder in the new bay of the switchyard. The top of the cable channelwherever necessary shall be covered by a precast RCC slab. The dimensionsshall have to suit as per the site requirement. Each cable shall be provided withAluminum tag bearing cable reference number as per the cable schedule to beprepared before laying by the bidder. Cable routing shall be done in such a waythat all cables are accessible to maintenance and for easy identification. Cablesare to be arranged neatly and properly dressed. Sharp bending of cables shallhave to be avoided. Metal sheath/ Armour of the cable shall be bonded to theearthing system of the station. H. HEAT SHRINKABLE TYPE END TERMINATIONS & STRAIGHT THROUGH FOR XLPE CABLES: (I) HEAT SHRINKABLE TYPE END TERMINATIONS: 1.0 SCOPE:

This section covers the standard technical requirements of design, manufacturing, testing at works, and transportation to site, insurance, storage, erection and commissioning of heat shrinkable type terminations suitable for 11 KV 3-core XLPE insulated, screened, armored, with aluminum conductor cables suitable for earthed system and conforming to IS:7098 (Part- II)-1985 with latest amendment or the equivalent International Standards.

2.0 STANDARD:

The performance as well as type test requirements of all type of kits referred under scope shall conform to stipulations of IS:13573/1992 or the equivalent International Standards with latest amendments. All the electrical & physical parameters of terminations should also conform to the corresponding parameters of XLPE cables referred under ‘SCOPE’ of this

Bidder DGM,ED-I Page-119 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

specification, as per IS: 7098 (Part-II)-1985 (with latest amendments, if any) or equivalent international standards

3.0 CLIMATIC CONDITIONS :

a. Maximum ambient temperature in open ai(°C) : 50 b. Maximum ambient temperature in shade (°C) : 45 c. Minimum temperature in shade(°C) : 3 d. Relative humidity (%) : 10 to 100 e. Maximum annual rainfall (mm) : 1450 f. Maximum wind pressure (Kg/ Sqmtr.) : 150 g. Maximum altitude above mean sea level (Mtrs) : 1000 h. Isoceraunic level (days/year) : 50 i. Seismic level (Horizontal acceleration) : 0.3 g. j. General nature of climate : Moderately hot and humid tropical climate, conducive to rust and fungus growth. 4.0 REQUIREMENT:

The heat shrinkable / push on type terminations offered shall be of proven design and make, which have already been extensively used and fully type tested.

5.0 GENERAL REQUIREMENT:

The purpose of this specification is to specify the performance requirements of termination kits for the use on 50 c/s 3 phase system with earthed neutral for working voltage of 11 kV. Earthing arrangement shall be as per relevant standard and details of earthing arrangement offered shall be submitted along with the inspection offer. The material to be used should be inert and capable of resisting degradation during the service of cable system. The kit shall be provided with protection against rodents and termite attack.

5.1 Heat Shrinkable Type (Terminations) :

The term heat shrinkable refers to extruded or moulded polymeric materials which are cross- linked to develop elastic memory and supplied in expanded or otherwise deformed size / shape, subsequently heated in an un-constrained state to a temperature above the shrink temperature resulting in the material recovering or shrinking to its original shape.

5.1.1 Since the sealant or adhesives (to be used for environment sealing) between the heat shrinkable materials and XLPE cables shall be exposed to high electrical stresses, they must be track resistant. 5.1.2 The heat shrinkable polymer materials being used for external leakage insulation between the high voltage of conductors and grounds should be weather resistant. 5.1.3 All cuts/nicks inadvertently occurred to XLPE insulation must be rendered discharge free by using suitable discharge suppression compound. 5.1.4 The heat shrinkable tubing may be either extruded or moulded type.

Bidder DGM,ED-I Page-120 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

5.1.5 Higher thickness of heat shrinkable sleeves shall be preferable to counter erosion due to pollution. 5.2 Other Requirements :

5.2.1 Proper stress control, stress grading and non tracking arrangement in the terminations shall be offered by means of proven methods, details of which shall be elaborated in the bid. Detailed sectional view of assemblies shall be submitted along with the bid. 5.2.2 The kits offered shall provide the total environment sealing, the details of which shall be offered along with the bid. 5.2.3 Provision for effective screening over each core be made and contractors shall categorically conform this aspect in their bid. 5.2.4 The material and components not specifically stated in the specification, but which are essential for satisfactory operation of the equipments shall be included without any extra cost. 5.2.5 The terminations shall be of good tracking resistant properties and fully reliable earthing system to maintain continuous contact with screening / armouring as the case may be. 5.2.6 The armourearthing arrangement shall form part of the termination. 5.2.7 Terminations shall have provision for shield connections and earthing. 5.2.8 The kits shall be suitable for storage without deterioration at a temperature up to 50oC for more than 5 years. 5.2.9 The fault level (as well as duration) withstand capability of terminations should be strictly matching with these parameters of cables for which the kits are intended to be used. 5.2.10 The words ‘TSECL’ along with trade name of manufacturer, month/year of manufacturer, size etc. shall be embossed/engraved or suitably marked with indelible ink/paint for the purpose of identification. 5.2.11 Suitable creepage extension/rain protection sheds for outdoor termination shall be provided. 5.2.12 The adequate provisions for eliminating the chances of entrapment of air at the steps formed by semicon screen shall be made. 5.2.13 The gripping tubing (termination boot) for the cable where trifurcation takes place, shall also be part of kit and covered under scope of supply of this specification. 5.2.14 Name of sub-supplier for the raw material and standard according to which their raw material are tested, must be furnished along with the bid. 5.2.15 Detailed kit contents, whether manufactured by the contractor or bought from outside (with name of sub Contractor) for each component must be indicated in the bid. 5.2.16 The terminations shall be supplied in kit forms. All insulating and sealing materials, consumable items, conductor fittings, earthing arrangements and lugs etc. shall be included in the individual kit. 5.2.17 An instruction manual in English indicating the complete method/procedure to be adopted for installation of kits, preferably with more and more diagrams/pictorial presentation shall be supplied with each kit. Various items/ quantity thereof against each kit must be indicated in the instruction manual. 6.0 GUARANTEED TECHNICAL PARTICULARS:

The terminations shall have same electrical and thermal characteristics as those of cables with which these are intended to be used. The bidders must furnish the guaranteed technical particulars for each type/size of kit in Annexure-‘C’.

Bidder DGM,ED-I Page-121 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

7. DRAWINGS: Complete detailed dimensional drawings showing all details of kit contents/bill of material for each size type. 8.0 TESTS :- 8.1 Type tests: The termination kits offered shall be fully type tested as per the standards certified by an accredited laboratory 8.2 Acceptance Tests: Initially the following tests shall constitute as acceptance tests :- i) Dimensional checking as per approved drawings. ii) Volume resistivity test for various components. iii) AC High voltage test after installation of terminations (as per IS : 13573/1992 or VDE- 0278) on appropriate cable. iv) Dielectric strength of major components. v) D.C. High voltage test. vi) Tracking resistance. vii) Ultimate elongation. The scope to include more type tests as acceptance tests shall be decided after processing the offers of various contractors/after knowing the details of testing facilities for type tests available with various bids 8.3 ROUTINE TESTS :-The following tests shall constitute routine test : i) Dielectric strength. ii) Density. iii) Heat shock. iv) Shrinkage ratio. The contractor must specify the details of routine tests (being conducted at their works ) along with the standard applicable, in their offer. The routine test certificates shall be furnished along with the inspection call for each offered lot. 9.0 INSPECTION: 9.1 All test and inspection shall be made at the place of manufacture unless otherwise especially agreed upon by the manufacturer and purchaser at the time of purchase. The manufacturer shall afford the inspector representing the purchaser all reasonable facilities without charge to satisfy him that the material is being furnished in accordance with specification. 9.2 The purchaser reserves the right to have the test carried at the cost of the supplier by an independent agency whenever there is dispute regarding the quality of supply. 10.0 PACKING AND TRANSPORT: The supplier shall be responsible for suitable packing of all the kits of material and marking on the consignment, so as to avoid any damage during transport and storage and to ensure correct dispatch to the destination. ANNEXURE-‘C’ GUARANTEED TECHNICAL PARTICULARS FOR TERMINATIONS FOT OUTDOOR / INDOOR 1. Manufacturer’s name & Address. 2. Sr. No. & name and country of origin. 3. Voltage grade.

Bidder DGM,ED-I Page-122 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

4. Type of kit offered. 5. Applicable standards. 6. Size. 7. Material of tubing/moulded part/self amalgamating tape etc. 8. Insulation time. 9. Curing time. 10. Time required for energization after completion of termination. 11. Special devices required, if any. 12. Kit storage temperature (Degree centigrade). 13. (a) Shelf life of kit. (b) Design life of kit. 14. List of contents of kit (to be furnished separately) 15. Material used for stress control. 16. Dielectric strength of insulation material (kV/mm). 17. Materials used in encapsulating compound and environmental sealing. 18. Class of kit. 19. Whether test reports, drawings land instruction leaf lets are enclosed. 20. Volume resistivity. i) Stress control tubing. ii) Non tracking tubing. 21. Relative permitivity. i) Stress control tubing. ii) Non tracking tubing. 22. Water absorption. i) Stress control tubing. ii) Non tracking tube. 23. Tracking resistance. i) Stress control tube. ii) Non tracking tube. 24. Tensile strength. i) Stress control tube. ii) Non tracking tube. 25. Ultimate elongation (a) Stress control tube. (b) Non tracking tube. Note :While giving details of technical parameters under Sr. No. 20 to 25 above, the reference of applicable relevant ISS/international standard must be indicated (II) HEAT SHRINKABLE TYPE STRAIGHT THROUGH JOINTS : Bidder DGM,ED-I Page-123 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

1 .0 Scope: This section covers the standard technical requirements of design, manufacturing, testing at works, and transportation to site, insurance, storage, erection and commissioning of heat shrinkable type straight through joints suitable for 11 kv 3-core XLPE insulated, screened, armoured, with aluminium conductor cables suitable for earthed system. 2.0 Standard: The performance as well as type test requirements of all type of kits referred under scope shall conform to stipulations of IS:13573/1993 or VDE-0278 with latest amendments, if any. All the electrical 7 & physical parameters of straight through joints should also conform to the corresponding parameters of XLPE cables referred under ‘SCOPE’ of this specification, as per IS:7098(Part-II)-1985 (with latest amendments, ifany). 3.0 Climatic Conditions: a. Maximum ambient temperature in open ai(°C) : 50 b. Maximum ambient temperature in shade (°C) : 45 c. Minimum temperature in shade(°C) : 3 d. Relative humidity (%) : 10 to 100 e. Maximum annual rainfall (mm) : 1450 f. Maximum wind pressure (Kg/ Sqmtr.) : 150 g. Maximum altitude above mean sea level (Mtrs) : 1000 h. Isoceraunic level (days/year) : 50 i. Seismic level (Horizontal acceleration) : 0.3 g. j. General nature of climate : Moderately hot and humid tropical climate, conducive to rust and fungus growth. 4.0 Requirement:- The heat shrinkable straight through joints offered shall be of proven design and make, which have already been extensively used and fully type tested. 5.0 General Requirement:- The purpose of this specification is to specify the performance requirements of straight through joints for the use on 50 C/S 3 phase system with earthed neutral for working voltage of 11 KV. Earthing arrangement shall be as per relevant standard and details of earthing arrangement offered shall be submitted alongwith the tender. 5.1.0 The material to be used should be inert and capable of resisting degradation during the service of cable system. The kite shall be provided with protection against rodents and termite attack. 5.2.0 Heat shrinkable type straight through joints. 5.2.1 The term heat shrinkable refers to extruded or moulded polymeric materials which are cross- linked to develop elastic memory and supplied in expanded or otherwise deformed size/shape, subsequently heating in anun-constrained state to a temperature above the shrink temperature resulting in the material recovering or shrinking to its original shape. 5.2.2 Since the sealant or adhesives (to be used for environment sealing) between the heat shrinkable materials and XLPE cables shall be exposed to high electrical stresses, they must be track resistant. Bidder DGM,ED-I Page-124 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

5.2.3. The heat shrinkable polymer materials being used for external leakage insulation between the high voltage of conductors and grounds should be weather resistant. 5.2.4. All cust/nicks inadvertently occurred to XLPE insulation must be rendered discharge free by using suitable discharge suppression compound. 5.2.5. The heat shrinkable tubing may be either extruded or moulded type. 5.2.6. Armourearthign shall be by means of tinned copper earth braid affixed to the armour with jubilee clips. Binding wire connections are not acceptable. Support ring of the armour should be self locking type so that no pressure of tightening can come on the cable within it. 5.2.7. Insulation over the ferrule area shall be in one or more layers. In case co-extruded tubing is offered, the same should be provided both for the inner tubing of Stress-control inside and insulation outside, as well as for the outer tubing of insulation inside and conductive outside. Details of test method for acceptance testing of properties of each layer whether co-extruded or not should be clearly brought out in the offer. 5.2.8. Recovered insulation thickness over the ferrule shall be not less than that of the original cable. 5.2.9. Mechanical protection of the joint shall be by means of a rigid armour case, and not a flexible one. 5.3.0 Other Requirements: 5.3.1. Proper stress control, stress grading and non tracking arrangement in the terminations shall be offered by means of proven methods, details of which shall be elaborated in the offer. Detailed sectional view of assemblies shall be submitted alongwith the offer. 5.3.2. The kits offered shall provide the total environment sealing, the details of which shall be offered alongwith the offer. 5.3.3. Provision for effective screening over each core be made and bidders shall categorically conform this aspect in their offer. 5.3.4. The material and components not specifically stated in the specification, but which are essential for satisfactory operation of the equipments shall be included without any extra cost. 5.3.5. The straight through joints shall be better tracking resistant properties and fully reliable earthing system to maintain continuous contact with screening / armouring as the case my be. 5.3.6. The armourearthing arrangement shall form part of the straight through joints. 5.3.7. Straight through joints shall have provision for shield connections and earthing. 5.3.8. The kit shall be suitable for storage without deterioration at as temperature upto 500 C for more than 5 years. 5.3.9. The fault level (as well as duration) withstand capability of terminations should be strictly matching with these parameters of cables for which the kits are intended to be used. 5.3.10. The words ‘TSECL’ along with trade name of manufacturer, month/year of manufacturer, size etc. shall be embossed/engraved or suitably marked with indelible ink/paint for the purpose of identification. 5.3.11. The adequate provisions for eliminating the chances of entrapment of air at the steps formed by semicon screen shall be made. 5.3.12. Name of sub-contractor for the raw material and standard according to which their raw material are tested, must be furnished along with the offer. 5.3.13. Detailed kit contents, whether manufactured by the bidder or bought from outside (with name of sub Contractor) for each component must be indicated in the offer.

Bidder DGM,ED-I Page-125 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

5.3.14. The straight through joints shall be supplied in kit forms. All insulating and sealing materials, consumable items, conductor fittings, earthing arrangements and lugs etc. shall be included in the individual kit. 5.3.15. An instruction manual in English as well as Hindi script, indicating the complete method/procedure to be adopted for installation of kits, preferably with more and more diagrams / pictorial presentation shall be supplied with each kit. Various items quantity there of against each kit must be indicated in the instruction manual. 6.0 Drawings:- Complete detailed dimensional drawings showing all details of kit contents / bill of material for each size type. Note: Any tender without complete guaranteed technical particulars and dimensional drawings shall be liable for rejection. 7.0 Training:- In case of placement of and order against this tender enquiry, the tender shall have to impart free of cost demonstration to selected number of TSECL personnel by installing few kits any where in Agartala, place of Owner’s discretion. If required contractor may have to give free of cost practical training regarding installation of their product in work site also. The training for installation of kits to field staff shall be given by the contractor within two weeks of receipt of first lot of material. 8.0 Tests:- 8.1. Type tests: The straight through joints kits o offered design should have been got tested at CPRI or some other recognized test house of equal repute as per IS: 13573/1992 or VDE- 0278 read with latest amendments/ revision. The type test certificates, in duplicate, for any size of straight through joints of offered design / material issue by CPRI, Banglore or any other recognized test house of equal repute conforming to IS: 13573/1992 or VDE- 0278 (with latest amendments/revisions) must be annexured with the offer. The offer without type test certificates are liable to be ignored. 8.2.0 Acceptance Tests: 8.2.1. Initially the following tests shall constitute as acceptance tests:- 8.2.1.1. Dimensional checking as per approved drawings. 8.2.1.2. Volume resistivity test for various components. 8.2.1.3. AC High voltage test after installation of terminations (as per IS: 13573/1992 or VDE-0278) on appropriate cable. 8.2.1.4. Dielectric strength of major components. 8.2.1.5. D.C. High Voltage test. 8.2.1.6. Tracking resistance 8.2.1.7. Tensile strength 8.2.1.8. Ultimatic Elongation. 8.2.2. The scope to include more type tests as acceptance tests shall be decided after processing the offers of various bidders/after knowing the details of testing facilities for type test available with various tenders. Important: The tenderers must specifically mention in their offer about the details of testing facilities for various type tests as per IS:13573/1992 and or VDE-0278, available at their works, failing to do so, the offer is liable to be rejected on the presumption that adequate testing facilities are not available with them.

Bidder DGM,ED-I Page-126 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

8.3.0 Routine Tests: The following tests shall constitute routine test. 8.3.1. Dielectric strength 8.3.2. Density 8.3.3. Heat shock 8.3.4. Shrinkage ratio The tenderer must specify the details of routine tests (being conducted at their works) alongwith the standard applicable, in their offer. The routine test certificates shall be furnished alongwith the inspection call for each offered lot. 9.0 Inspection: The material shall be made, inspected and tested in the presence of the authorized representative of the Corpo. at the manufacturer’s / contractors works at the cost of the contractors. In case the contractor is not position to get these tests carried out at his works, them the material should be got tested in the presence of authorized inspecting officer of TSECL from any other testing agency or his from the Govt. recognized testing agency. All the expenses incurred to this effect shall be borne by the contractor. The owner or his authorized representative shall have access at all reasonable times to the manufacturer’s works to inspect and witness the tests. The owner have the right to have the test carried out at the cost of the contractor by an independent agency wherever there is dispute regarding the quality of the material supplied. 10.0 Packing and transport: The contractor shall be responsible for suitable packing of all the kits of material and marking on the consignment, so as to avoid any damage during transport and storage and to ensure correct dispatch to the destination. ANNEXURE ‘D’ Guaranteed technical particulars for Straight Through Joint 1. Manufacturer’s name & address 2. Sr. No. & name and country of original 3. Voltage grade 4. Type of kit offered 5. Applicable standards 6. Size 7. Material of tubing / moulded part/self amaigemating tape etc. 8. Insulation time 9. Curing time 10. Time required for energisation after completion of termination 11. Special devices required if any 12. Kit storage temperature (Degree centigrade) 13. (a) Shelf life of kit (b) Design life of kit 14. List of contents of kit (to be furnished separately) 15. Material used for stress control 16. Dielectric strength of insulation material (KV/mm) Bidder DGM,ED-I Page-127 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

17. Material used in encapsulating compound and environmental sealing 18. Class of kit 19. Whether test reports, drawings and instruction leaf lets are enclosed 20. Volume resistivity: 20.1. Stress control tubing 20.2. Non tracking tubing 21. Relative permittivity 21.1. Stress control tubing 21.2. Non tracking tubing 22. Water absorption 22.1. Stress control tubing 22.2. Non tracking tube 23. Tracking resistance 23.1. Stress control tube 23.2. Non tracking tube 24. Tensile strength 24.1. Stress control tube 24.2. Non tracking tube 25. Ultimate elongation 25.1. Stress control tube 25.2. Non tracking tube Note: While giving details of technical parameters under Sr. No. 20 to 25 above the reference of applicable relevant ISS/international standard must be indicated. I. GALVANISED STEEL STRUCTURES: 1.0 SCOPE: The materials shall conform to relevant Indian Standard Specification for Steel &Galvanisation 2.0 STANDARDS: Materials shall conform to the latest applicable Indian standards. In case bidders offer Steel Section and supports conforming to any other international specifications which shall be equivalent or better than IS, the same is also acceptable. S No Standard No. Title 1 IS: 2062 Grade ‘A’ Quality Specification for M.S. Angles, M.S. Channel and M.S. Flat 2 IS: 2062 Chemical and Physical composition of material 3 IS: 1852 Rolling and Cutting

Bidder DGM,ED-I Page-128 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

Tolerances for Hot Rolled Steel products Name of Item Type to be used as per IS For channel 100x50 ISMC 100 Grade A For angle 50x50x5 ISA 5050 Grade A For angle 65x65x6 ISA 6565 Grade A 3.0 CLIMATE CONDITION: As mentioned in the General Climatic Conditions in clause 9 of Sec-IV. 4.0 ACCEPTANCE OF OTHER AUTHORITATIVE STANDARDS: All relevant Indian standards specifications have been mentioned. However, the material meeting any other authoritative international standards, which ensures equal or better quality than the standards, mentioned shall also be acceptable. Material for which Indian Standards are not available, the relevant British standards and IEC recommendations will be applicable. Please attach photocopy of all such standards according to which the materials have been offered. 5.0 RAW MATERIAL: The Steel Sections shall be re-rolled from the BILLETS/INGOTS of tested quality as per latest version of IS: 2830 or to any equivalent International Standard and shall be arranged by the bidder from their own sources. The Chemical composition and Physical properties of the finished materials shall be as per the relevant standards. 6.0 TEST: Steel Sections shall be tested in IS approved Laboratory or standard Laboratory of the Bidder country having all facilities available for conducting all the tests as prescribed in relevant IS or IEC or to any equivalent International Standard or from any recognized and reputable International laboratory or Institutions. The Bidders are required to specifically indicate that; (i) They hold valid IS (or equivalent IEC) License. (ii) Steel Sections offered are bearing requisite IS certification or equivalent IEC marks. The Bidders are required to submit a copy of the valid IS (or equivalent IEC) License clearly indicating size and range of product against respective ISS or any equivalent International Standards along with their offer. 7.0 CHEMICAL COMPOSITION AND PHYSICAL PROPERTIES OF M.S. ANGLES, M.S. CHANNELS AND M.S. FLAT CONFORMING TO IS: 2062/84 A. Chemical composition:

Sl CHEMICAL COMPOSITION FOR Fe 410 WA GRADE No

1 C 0.23% Max.

2 Mn 1.5% Max.

3 S 0.050% Max.

4 P 0.050% Max.

5 SI 0.40% Max. Bidder DGM,ED-I Page-129 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

6 CE(Carbon Equivalent) 0.42% Max.

B. Mechanical properties: (i) Tensile strength Kfg/mm2 – 42, N/Min, : 410 (ii) Yield stress Min. for thickness/diameter

< 20 mm 26 kgf/m2 OR 250 N/mm2

20 – 40 mm 24 Kgf/mm2 OR 240 N/mm2

> 40 mm 23 kgf/mm2 OR 230 N/mm2

(iii) Elongation % : 23% (iv) Bend Test (Internal Dia) : Min-3t (t – is the thickness of the material) 8.0 TOLERANCE: Rolling and weight tolerances shall be as per latest version of IS: 1852 or to any equivalent International Standard. 9.0 MARKING: It is desirable that the Bidder should put his identification marks on the finished materials. The mark shall be in “legible English letters” given with marking dies of minimum 18 mm size. 10.0 INSPECTION AND TEST CERTIFICATES: The materials to be supplied will be subject to inspection and approval by the owner’s representative before dispatch and / or on arrival at the destination. Inspection before dispatch shall not, however, relieve the bidder of his responsibility to supply the Steel Sections strictly in accordance with the specification. i) The owner’s representative shall be entitled at all reasonable time during manufacture to inspect, examine and test at the bidder’s premises the materials and workmanship of the Steel Sections to be supplied. ii) As soon as the Steel Sections are ready for testing, the bidder shall intimate the owner well in advance, so that action may be taken for getting the material inspected. The materials shall not be dispatched unless waiver of inspection is obtained or inspected by the owner’s authorized representative. iii) Test certificates shall be in accordance with latest version of the relevant Indian Standards or any equivalent International Standards. iv) The acceptance of any batch/lot shall in no way relieve the bidder of any of his responsibilities for meeting all the requirements of the specification and shall not prevent subsequent rejection of any item if the same is later found defective. 11.0 QUALITY ASSURANCE PLAN: The Bidders must establish that he is following a proper quality assurance programme for manufacture of Steel Sections. The Bidders shall invariably furnish following information along with his bid. i) Statement giving list of important raw materials, names if sub-contractors for the raw material, list of standards according to which the raw material is purchased and copies of test certificates thereof.

Bidder DGM,ED-I Page-130 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

ii) Information and copies of test certificates as in (i) above in respect of bought out items. iii) List of machines and manufacturing facilities available. iv) Levels of automation achieved and list of areas where manual processing exists. v) List of areas in manufacturing process, where stage inspections are normally carried out for quality control and details of such tests and inspections. vi) List of testing equipment available with the Bidder for final testing of materials specified and test plant limitation, if any, via-a-vis type, special, acceptance and routine tests specified in the relevant standards. These limitations shall be very clearly brought out in schedule of deviations from specified test equipments. J. HEXAGONAL MS BOLTS & NUTS: 1.0 SCOPE: This specification covers the details of black hexagonal MS Bolts & Nuts of various sizes. 2.0 APPLICABLE STANDARDS: Unless otherwise modified in this specification, the bolts and nuts shall comply with Indian Standard Specifications IS: 1363 - 1967 as amended from time to time or equivalent international standards. 3.0 CLIMATIC CONDITIONS: As mentioned in the General Climatic Conditions in clause 9 of Sec-IV. 4.0 WORKMANSHIP: Full threaded bolts shall not be used. The bolts and nuts shall have hexagonal heads, which shall be neatly finished concentric and square with the shank and free from burrs, scale and other defects. Threads in nuts shall not be torn or ragged and shall be of proper contour. The fits of the nuts shall be such that there will be no locking of the nuts. Nuts and bolts of the same size shall be interchangeable. The thread of nuts & bolts shall have coarse pitch screw threads as per IS:1363 - 1967 or relevant International Standards and shall meet with all applicable technical supply conditions covered under this standard. 5.0 PARTICULARS OF MATERIAL : 5.1 MECHANICAL PROPERTIES : The mechanical properties of bolts covered in this standard shall conform to the property clause 4.6 and those for nuts shall conform to the property clause 4 specified in IS: 1363-1967 or its latest edition. 6.0 GRADE : Bolts & nuts covered in this specification shall conform to Black Grade B, specified in IS: 1363-1967. 7.0 DESIGNATION : Black Bolts & Nuts covered in this specification shall be designated as per table I of IS : 1363-1967. 8.0 DIMENSIONS : The dimensions for black bolts & nuts shall be as given in table 2 & 3 of IS : 1363-1967. The bolts and nuts shall have coarse pitch screw threads conforming to IS : 4218-1967 (ISO Metric screw threads) or the relevant International Standards. Preferred length diameter combinations for black hexagonal bolts are given in table-4 IS : 1363-1967.

Bidder DGM,ED-I Page-131 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

9.0 REQUIREMENTS : 9.1 The method of sampling and acceptance criteria of black hexagonal bolts and nuts shall be in accordance with IS: 2614-1964. 9.2 The bolts & nuts conforming to this standard shall comply with the requirements of IS: 1367- 1967 in regard to requirements not specified in this standard. 10.0 TESTS : All types of tests including routine tests shall be carried out according to relevant standards. 11.0 INSPECTION : Inspection and testing shall be carried out in accordance with the general instructions. 12.0 PLACE OF MANUFACTURE: The contractor shall state the place of manufacture, testing and name of the manufacturer of the various items included in his inspection offer. 13.0 PACKING AND TRANSPORT : The contractor shall be responsible for suitable packing of all the material and marking on the consignment, so as to avoid any damage during transport and storage and to ensure correct dispatch. The packing shall be conforming to the requirement laid down in IS: 3256-1965 or its latest amendment. 14.0 DRAWING AND LITERATURE : Illustrated and descriptive literature on the material must be submitted along with the offer for inspection. 15.0 RAW MATERIAL : No assistance whatsoever for arranging the raw material for manufacture of bolts & nuts shall be provided by the employer. The delivery shall not be dependent upon availability of raw material. 16.0 MARKING : The sealed container of bolts & nuts shall be marked with: a) Manufacturer’s name & trade mark. b) Place of manufacture. c) The marking shall be stenciled indelible ink on gunny bags. d) Net weight with description of material. K. 11KV AIR BREAK SWITCH (GO SWITCH): 1.0 SCOPE: This specification covers details of design, engineering, manufacturing, testing, transportation at site, insurance, storage, supply, commissioning and erection of 11 KV, 50 Hz Air Break Switches for outdoor installation. The switches are suitable for operation under off-load conditions only and are intended for use on distribution sub-stations and tapping/sectionalizing points of 11 KV lines. 2.0 APPLICABLE STANDARD: Unless otherwise stipulated in this specification, the AB switches shall conform to IS : 9920 (Part I to IV) or equivalent international standards. 3.0 CLIMATIC CONDITIONS: - a. Maximum ambient temperature in open ai(°C) : 50 Bidder DGM,ED-I Page-132 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

b. Maximum ambient temperature in shade (°C) : 45 c. Minimum temperature in shade(°C) : 3 d. Relative humidity (%) : 10 to 100 e. Maximum annual rainfall (mm) : 1450 f. Maximum wind pressure (Kg/ Sqmtr.) : 150 g. Maximum altitude above mean sea level (Mtrs) : 1000 h. Isoceraunic level (days/year) : 50 i. Seismic level (Horizontal acceleration) : 0.3 g. j. General nature of climate : Moderately hot and humid tropical climate, conducive to rust and fungus growth. 4.0 RATED VOLTAGE: The rated voltage shall be 12 KV. 5.0 RATED NORMAL CURRENT: The rated normal current shall be 600 Amps. 6.0 RATED LIGHTNING IMPULSE WITHSTAND VOLTAGE KV (PEAK) i) To earth and between poles 75 KV ii) Across the terminals of open switch 85 KV 7.0 RATED ONE-MINUTE POWER FREQUENCY WITHSTAND VOLTAGE KV (rms) i) To earth and between poles 28 KV ii) Across the terminals of open switch 32 KV Note :The withstand values in Clauses 5 & 6 shall apply at the standard reference atmosphere (temperature, pressure and humidity) specified in IS:2071 (Part-I) –1974. 8.0 TEMPERATURE RISE: The temperature rise shall not exceed the maximum limits specified below:

Temperature rise limit at ambient temperature not exceeding 50ºC

Copper contacts (Silver faced) in air 65ºC

Terminals of the switch intended to be connected to 50ºC external conductors by bolts

9.0 RATED SHORT TIME CURRENT: The rated short time current shall be 16 KA 10.0 RATED PEAK WITHSTAND CURRENT: The value of peak current that the switch can withstand in the closed position shall be 40 KA. 11.0 RATED MAINLY ACTIVE LOAD BREAKING CAPACITY: The rated mainly active load breaking capacity shall be 10 A. 12.0 RATED TRANSFORMER OFF-LOAD BREAKING CAPACITY:

Bidder DGM,ED-I Page-133 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

The rated transformer off-load breaking capacity shall be 6.3 A (rms). 13.0 RATED LINE CHARGING BREAKING CAPACITY: The rated line-charging breaking capacity shall be 2.5 A (rms). 14.0 RATED CABLE-CHARGING BREAKING CAPACITY: The rated cable charging breaking capacity shall be 10 (rms). 15.0 CONSTRUCTIONAL FEATURES: 15.1 The AB switch shall have triple-pole construction and shall be suitable for horizontal or vertical mounting as required by the employer. The switch shall have two 11 kV post insulators per phase suitably mounted on angle irons to enable easy movement of insulators. The angle supports shall be mounted on a 70 mm2 hollow beam suitable for fixing on the double pole structure. Alternatively, the angles shall be mounted on a steel frame made of two angle/channel supports. The switch shall be manually operated with a rocking type arrangement through a 30 mm2 G.I. coupling rod. 15.2 All current carrying parts shall be made of silver or nickel-plated 90% electrolytic copper. The arcing horns shall be made of phosphor bronze and shall have spring-assisted operation. The switch shall have a spring mechanism so as to ensure that the speed of opening of contacts is independent of the speed of manual operation. 15.3 The spacing between the phases shall be adjustable between 600mm to 760mm. Total length of the square beam/base frame shall be kept as 2650mm. The switch assembly shall be suitable for mounting on a H-pole structure with center-to-centre distance between poles upto 2440mm. 15.4 The vertical operating rod shall comprise of 25mm (nominal bore) galvanized steel tube (medium class) as per IS: 1161-1979. Length of the operating tube shall vary from 4800 mm to 6000 mm depending upon the mounting position of the switch on the structure. 15.5 Suitable arrangement shall be provided to pad-lock the operating handle in ‘ON’ and ‘OFF’ positions. 15.6 The switch shall be provided with bimetallic connectors on the incoming side to accommodate ACSR of sizes 20, 30 and 50mm2. On the outgoing side, about 1 metre long flexible coil type cable jumper of not less than 50mm2 aluminium section shall be provided. 15.7 All iron parts shall be hot dip galvanised. The tubes shall be galvanised in accordance with IS:4736-1968. 16.0 TYPE TESTS: The AB Switch shall be subjected to the following type tests in accordance with relevant standards: 1. Dielectric test (impulse and one minute wet power frequency withstand voltage tests). 2. Temperature rise test (for contacts and terminals) 3. Short time current and peak withstand current tests. 4. Mainly active load breaking capacity test. 5. Transformer off-load breaking capacity test. 6. Line charging breaking capacity test. 7. Cable charging breaking capacity test. 8. Operation and mechanical endurance test 17.0 ROUTINE TESTS: The AB Switches shall be subjected to the following routine tests: Bidder DGM,ED-I Page-134 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

i) Power frequency voltage dry test. ii) Measurement of the resistance of main circuit. iii) Operating test. 18.0 INSPECTION: Inspection and testing shall be carried out in accordance with the GENERAL TERMS & CONDITIONS OF CONTRACT in Bid. 19.0 DESIGN, MATERIALS AND WORKMANSHIP: The successful tenderers shall assume full responsibility for co-ordination and adequate design. All materials used in the construction of the equipment shall be of the appropriate class, well finished and of approved design and material. All similar parts should be accurately finished and interchangeable. The connecting of cap and pin with insulator should be perfect to avoid any kind of loosening. After cementing the insulator should be cured adequately in water to attain good gripping.

20.0 GUARANTEED DATA AND OTHER TECHNICAL PARTICULARS: Please ensure that the guaranteed data and other technical particulars as asked for are submitted duly filled in. Any other particulars considered necessary by the contractor may also be given in addition to those listed in the schedule. 21.0 PACKING & MARKING: (i) All the accessories of G.O. switch should be listed out clearly. (ii) Each GO Switch shall be provided with name plate of size 2”x1” on steel strip on steel channel and shall be riveted or bolted. The following shall be indicated on the plate:- a. Name of manufacturer : b. Order no. & date : c. Sl. No. of the equipment : d. Rating : ………… Amps…… KV e. Name of purchaser : TSECL(RAPDRP, Pt-B,Agt) Please note that paper should not be used for name plate. The material should be packed in wooden cartoons in set. It may be ensured that GO Switch with similar markings shall not be sold to any other agency other than TSECL.

Bidder DGM,ED-I Page-135 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

Bidder DGM,ED-I Page-136 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

L. PIPE EARTHING AND 40mm Dia. G.I PIPE: 1.0 Scope GI earthing pipe should be made of 40 mm diameter ISI marked Heavy duty ‘C’ class GI Pipe. 12 mm dia suitable holes on its circumference shall be made as per approved drawing. The pipe should be in one piece. No joints or welding would be allowed on its length. Clamps made of 50x6mm GI flat duly drilled with 12 mm size holes should be welded at the top end for connection of earth conductor. Pipe used shall be 40mm NB diameter, ISI marked Bidder DGM,ED-I Page-137 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

Galvanized Mild Steel Tubes continuously welded Electric Resistance Welded ERW/High Frequency Induction welded (HFIW)/Hot finished welded (HFW) type, conforming to IS- 554-1985 with latest amendment of Heavy duty quality (Class C). 2.0 MANUFACTURE GI earth pipe (40 mm diameter & 3 metre long) shall be made of tubes which shall be made from tested quality steel manufactured by any approved process as follows: a) Electric Resistance Welded (ERW). b) High Frequency Induction Welded (HFIW) and c) Hot finished Welded (HFW). Tubes made by manual welding are not acceptable. 3.0 DIMENSIONS: The dimensions and weights of tubes shall be in accordance with Table-I and Table-II of IS: 1239 (Part-I)/1990 with latest amendments, subject to tolerance permitted therein. Necessary 12 mm diameter holes across the circumference shall be provided as per approved drawing. Drawings shall be approved by the owner before start of the manufacturing work. The tube, earthing pipe shall be provided with 50x6mm GS clamps on one end, one clamp is to be welded with the pipe and another is removable to enable measurement of earth resistance of the pit. Other end of the earth pipe should be cut half in slop to make it a sharp. 4.0 GALVANIZING: Tubes shall be galvanized in accordance with IS-4736-1986 with latest amendment for not dip zinc coating of Mild Steel Tubes. The minimum mass of zinc coating on the tubes shall be in accordance with clause 5.1 of IS-4736-1986 (specification for hot dip zinc) and when determined on a 100mm long test piece in accordance with IS: 6745:1972 shall be 400 g/m2. The zinc coating shall be uniform adherent reasonably smooth and free from such imperfections as flux, ash and dross inclusions, bare patches, black spots, pimples, lumpiness, rust, stains, bulky white deposits and blisters. 5.0 HYDRAULIC TEST: (Before applying holes) Each tube shall withstand a test pressure of 5 M Pa maintained for at least 3 seconds without showing defects of any kind. The pressure shall be applied by approved means and maintained sufficiently long for proof and inspection. The testing apparatus shall be fitted with an accurate pressure indicator. 6.0 TEST ON FINISHED TUBES AND SOCKETS: The following tests shall be conducted by the manufacturer of finished tubes and sockets. i. The tensile strength of length of strip cut from selected tubes when tested in accordance with IS-1894-1972, (Method for tensile testing of steel tubes), shall be at least 320N/mm2. ii. The elongation percentage on a gauge length of 5.65/so (where so is the original cross sectional area of test specimen) shall not be less than 20%. iii. When tested in accordance with IS-2329-1985 (Method for Bend test on Metallic tubes) the finished tube shall be capable of with standing the bend test without showing any sign of fracture or failure. Welded tubes shall be bent with the weld at 90 degree to the planeof bending. The tubes shall not be filled for this test. iv. Galvanized tubes shall be capable of being bent cold without cracking of the steel, through 90 degree round a former having a radius at the bottom of the groove equal to 8 times the outside diameter of tube. v. Flattening Test on Tubes above 50 mm Nominal Bore: Rings not less than 40 mm in length cut from the ends of selected tubes shall be flattered between parallel plates with the weld, if Bidder DGM,ED-I Page-138 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

any, at 90 degree (point of maximum bending) in accordance with IS-2328- 1983. No opening should occur by fracture in the weld unless the distance between the plate is less than 75 percent of the original outside diameter of the pipe and no cracks or breaks in the metal elsewhere than in the weld shall occur, unless the distance between the plates is less than 60% of the original outside diameter. The test rings may have the inner and outer edges rounded. 7.0 GALVANIZING TEST: i. Weight of zinc Coating: For tubes thickness upto 6 mm the minimum weight of zinc coating, when determined on a 100 mm long test piece in accordance with IS-4736-1986 shall be 400 grm/m2. ii. The weight of the coating expressed in gram/m2 shall be calculated by dividing the total weight of the zinc (inside plus outside) by the total area (inside plus outside) of the coated surface. iii. Test specimen for this test shall be cut approximately 100 mm in length from opposite ends of the length of tubes selected for testing. Before cutting the test specimen, 50 mm from both ends of the samples shall be discarded. iv. Free Bore Test: A rod 230mm long and of appropriate diameter shall be passed through relevant nominal bore of the sample tubes to ensure a free bore. v. Uniformity of Galvanized Coating: The galvanized coating when determined on a 100 mm long test piece [see V (a) (iii)] in accordance with IS-2633-1986 (Method for testing uniformity of coating on zinc coated articles) shall with stand 4 one minute dips. 8.0 WORKMANSHIP: The tubes shall be cleanly finished and reasonably free from injurious defects. They shall be reasonably straight, free from cracks, surface flaws, laminations, and other defects, both internally and externally. The screw tubes and sockets shall be clean and well-cut. The ends shall be cut cleanly and square with the axis of tube. 9.0 MARKING: i. The medium class of tubes shall be distinguished by Blue colour bands which shall be applied before the tubes leaves the manufacturers’ works. ii. Tubes shall be marked with the standard mark. 10.0 EARTHING ARRANGEMENT OF DISTRIBUTION TRANSFORMERS: 10.1 The earth pits should be located as per REC Construction Standard F-5 (Annexure VI). 10.2 Pipe earth electrodes should be provided in each earth pit as per REC construction standard J- 1 and J-2 (Annexure VII & VIII). 10.3 4 mm (8 S.W.G), G.I. wire should be used for earth leads. 10.4 One of the earth electrodes on either side of D.P. structure should be connected with; (a) On direct connection from the L.T. Lightning arresters and cross-arm. (b) One direct connection with Lightning arrester on H.T. side (11KV) and cross-arm. 10.5 To each of the remaining two earth electrodes, the following should be connected:- (a) One separate connection from the neutral (on medium voltage side) of the transformer. (b) One separate connection from the transformer body and the handle of 11KV A.B. switch. (c) One separate connection from the earthing terminal of the poles.

Bidder DGM,ED-I Page-139 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

M. GALVANIZED IRON PIPES: 1.0 SCOPE: The Specification covers the requirements for G.I. Pipes Heavy grade / duty. Unless modified by this specification, requirement of IS 1239 (part-1) -1990 shall be valid. 2.0 MATERIAL: The material used for manufacturing of G.I. Pipes shall confirm to IS 1239 (part-1) -1990. 3.0 DIAMENSIONS AND DIMENSIONAL TOLERANCES: The dimensions and nominal mass of tubes shall be in accordance with Table 2 subject to the tolerances permitted in CL 8.1 and 9 of IS 1239 (Part -1) 4.0 THREADS: ♦ Unless specified otherwise, tubes shall be supplied as plain ends. ♦ External threads shall be tapered and confirmed to ASME B1.20.1 or BS 21.

Bidder DGM,ED-I Page-140 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

♦ For checking conformity of threads gauging practice in accordance with ASME B1.20.1 or BS 21 5.0 FREEDOM FROM DEFECTS: On visual examination the outside and inside surfaces of pipes shall smooth and f ree from defects such as cracks etc. 6.0 GALVANISING: Pipes shall be galvanised to meet the requirement of IS 4736:1986. ♦ Zinc confirming to any grade specified in IS 4736:1986 shall be used for the purpose of galvanising. ♦ Galvanising Bath: The molten metal in the galvanising bath shall contain not less than 98.5% by mass of zinc. ♦ Coating Requirement: minimum Mass of Zinc coating determined as per IS 6745 - 1972 shall be 400 gms/m2. ♦ Freedom from Defect: The zinc coating shall be uniform adhered, reasonably smooth and free from such imperfections as flux, ash bore patches, black spots, pimples, lumpiness runs, rust strains, bulky white deposits, and blisters. ♦ Criteria for Samplings: All materials of same type in coating bath having uniform coating characteristics shall be grouped together to continue a lot. Each lot shall be tested separately for the various requirements of the specifications. The number of units to be selected from each lot for the testing purpose shall be as per IS:4736:1986 ♦ The sample selected according to clause 6.1 and 6.2 of IS 4736 – 1986. ♦ The sample found confirming to above requirements shall then be tested mass of zinc coating in accordance with clause no 5.1 of IS 4736 -1986. ♦ Criteria for conformity: AS per IS 4736 -1986. ♦ Test procedure as per IS 4736-1986. ♦ Specification for painting of GI pipes The entire length of the pipeline is to be painted at Contractor works as per following: a) One coat of Primer application (Appropriate Zinc based primer) b) Two coats of synthetic enamel paint – canary yellow of minimum of 30 microns per coat of reputed make like Asian, Berger and Nerolac. 7.0 PRESSURE TEST: Hydrostatic pressure test shall be carried out at pressure of 5 Mpa. (50Kgf/ Cm2). Contractor to submit the internal pressure test certificate for the same. If required, TSECL representative or Third Party Inspection agency appointed by TSECL shall witness finished goods testing as per the sample procedure specified in clause no 14 of IS 1239 (part – 1). 8.0 MARKING: Each pipe shall be EMBOSSED with manufacturers name or trade mark and the size designation at the interval of not more than 2 meters. Pipe shall be supplied in random length of 4 to 7 meters only. Each packing containing pipes shall carry the following stamped or written by indelible ink. a) Manufacturer name and trade mark. b) Designation of pipe. c) Lot number. Bidder DGM,ED-I Page-141 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

d) ISI Monogram Each pipe confirming to this standard shall also be marked with BIS standard mark. 9.0 INSPECTION/ DOCUMENTS: Inspection shall be carried out as per TSECL specifications. The manufacturer will engage the Third Party Inspection agency approved by TSECL and the cost of the same will be included in the quoted rates. TSECL representative or Third Party Inspection agency appointed by TSECL may carry out stage wise inspection during manufacturing / final inspection. Contractor shall furnish all the material test certificates, proof of approval, licence from specified authority as per specified standard, if relevant internal test / inspection reports as per TSECL technical specifications and specified code for 100% material, at the time of final inspection of each supply of each lot. Even after Third Party Inspection TSECL reserves the rights to select a sample of fittings/ pipes randomly from each manufacturing batch and have these independently tested. Should the result of these testes fall outside the limits specified in TSECL technical specifications. Then TSECL reserves the rights to reject all production supplied from the same batch. SL Description Bidder offer No 1 Contractor is the manufacturer of Heavy Class GI Pipes as per IS 1239 ( part - I) 2 Raw Material used for manufacturing of GI pipes should be as per IS - 1239 ( Part - I) 3 GI Pipes should be supplied as Plain Ends 4 Out side and Inside Surface of GI pipes should be Free from defects 5 Zinc as per IS 4736:1986 used for galvanising 6 The molten metal in galvanising bath shall contain not less than 98.5% by mass of zinc 7 Mass of Zinc Coating as per IS 6745 - 1972 shall be 400 gms/m2 8 Painting shall be done as per TSECL specifications with Minimum 30 microns per coat 9 Selection of sample will be as per IS 4736 - 1986 10 Hydrostatic Test pressure will be carried out at 5 Mpa 11 Marking will be done as per TSECL Specifications TSECL/R-APDRP/Pt-B N. TECHNICAL SPECIFICATION OF 33 KV AIR BREAK SWITCH 1. SCOPE: This specification covers 33 KV, 50 Hz alternating current Load-Break Switches for outdoor installation for use at sectionalizing/tapping points of 33 kV lines. 2. APPLICABLE STANDARD: Unless otherwise stipulated in this specification, the Load-Break Switch shall conform to IS: 9920 (Pt-I to IV). 3. RATED VOLTAGE: The rated voltage shall be 36 KV. 4. RATED NORMAL CURRENT: Bidder DGM,ED-I Page-142 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

The rated normal current shall be 600 A. 5. RATED LIGHTNING IMPULSE WITHSTAND VOLTAGE (KV) i) To earth and between poles 170 KV (rms). ii) Across the isolating distance 195 KV (rms). 6. RATED ONE MINUTE POWER FREQUENCY WITHSTAND VOLTAGE: i) To earth and between poles 70 KV (rms). ii) Across the isolating distance 80 KV (rms). 7. TEMPERATURE RISE: The temperature rise shall not exceed the maximum limits specified below: Temperature rise limit at Ambient Air Temp. not exceeding 40°C. Copper contacts (Silver faced in air) 65°C. Terminals of switches to be connected to 50°C. external conductors by bolts 8. RATED MAINL ACTIVE LOAD BREAKING CAPACITY: The rated mainly active load breaking capacity shall be 400A. 9. TRANSFORMER OFF-LOAD CURRENT BREAKING CAPACITY: The rated transformer off-load current breaking capacity shall be 10A. 10. RATED LINE CHARGING BREAKING CAPACITY: The rated line charging breaking capacity shall be 6.3 A (rms). 11. RATED CABLE CHARGING BREAKING CAPACITY: The rated cable charging breaking capacity shall be 40A. 12. RATED SHORT-TIME CURRENT: The rated short-time current shall be 10 KA for 1 sec. 13. RATED PEAK WITHSTAND CURRENT: The rated peak withstand current shall be 25 KA (peak). 14. MECHANICAL & ELECTRICAL ENDURANCE: Mechanical Endurance 1000 Operations. Electrical Endurance 20 operations at 400A at 33 KV. 200 operations at 200 A at 33 KV. 15. CONSTRUCTIONAL FEATURES: The load break switch shall be manually – operated triple-pole type with double-break operation. The operation of the switch shall be through rotating motion of the post insulators. ii) The switch shall be fitted with a special interrupter unit to absorb the arc energy in an insulated chamber. The interrupter unit shall be easily replaceable. iii) The contacts shall be made of silver-faced bronze/copper. iv) The speed of breaking of load shall be independent of the speed of operation.

Bidder DGM,ED-I Page-143 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

i) The incoming and outgoing terminals shall be such as to directly receive ACSR sizes 10-15 mm diameter without the use of lugs. The terminals shall be suitable for current ratings stipulated in clauses 4 and 12 of this specification and shall conform to all the test requirements of IS: 5561. The terminals shall be so designed as to avoid bimetallic corrosion. vi) The frame of each of switch shall be provided with a separate earthing terminal/for each phase for connection to an earthing conductor having a clamping bolt of not less than 12 mm dia. The terminal shall be marked with ‘Earth’ symbol. vii) The switch shall have pad lock arrangement both for ‘ON’ and ‘OFF’ positions. i) The vertical operating rod shall comprise of not less than 40 mm. (nominal bore) Galvanized Steel tube (medium class) as per IS: 1161-1979. The length of the operating rod shall depend upon the mounting position of the switch (exact length of the rod to be specified by purchaser). ix) Provision shall be made for earthing of the operating handle. ii) Tubes shall be galvanized in accordance with IS: 4736-1968 and other metal parts shall be hot dip galvanized. iii) “Phase clearance” i.e. center-to-centre distance between the insulators of adjacent phase in the assembled position of the switch shall not be less than 1200 mm. xii) The center-to-centre distance between insulators of the adjacent poles of the same phase in the assembled position of the switch shall not be less than 400 mm. i) All similar materials and removable parts of similar equipment shall be interchangeable with each other. 16. TYPE TESTS: The Switches must have following type tests passed certificate(not older than 5 years as on date of opening of tender) in accordance with IS: 9920: i) Dielectric test (Impulse and one minute wet power frequency withstand voltages). ii) Temperature rise test (for contacts and terminals). iii) Rated mainly Active Load Breaking Capacity. iv) Rated transformer off-loads current breaking capacity. v) Rated line charging breaking capacity. vi) Rated cable charging breaking capacity. vii) Rated short-time current. viii) Rated peak withstand current. ix) Mechanical and Electrical Endurance. 17. ROUTINE TESTS: The equipment shall be subjected to the following routine tests: i) Power-frequency voltage dry test. ii) Measurement of resistance of the main circuit. iii) Operating test. 18. INSPECTION: i. All tests and inspection shall be made at the place of manufacture unless otherwise especially agreed upon by the manufacturer and the TSECL at the time of purchase. The manufacturer shall afford the inspector representing the TSECL all reasonable facilities, Bidder DGM,ED-I Page-144 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

without charge, to satisfy him that the material is being furnished in accordance with this specification. ii. The TSECL has right to have the test carried out at his own cost by an independent agency whenever there is dispute regarding the quality of supply. O. 33KV & 11 KV VOLTAGE CLASS LIGHTNING ARRESTORS: A. 33 KV LA: 1.0 SCOPE: The specification covers the design, manufacture, shop & laboratory testing before dispatch, supply, delivery, erection, testing & commissioning of 30KV, 10 KA, Station class(class 3) heavy duty, gapless metal (zinc) oxide Surge Arrestors complete with insulating bases, Surge Monitor, clamps, complete fittings & accessories suitable for 33KV transformers/feeders, including arrestor’s electrode earthing. In case of power transformer, the surge arrestors shall be mounted on the HV & LV sides of transformers which are without cable boxes. Suitable brackets shall be fabricated and mounted on the transformers for installing the surge arrestors. 2.0 STANDARDS: The design, manufacture and performance of Surge/Lightning Arrestors shall comply with IS: 3070 Part-3 and other specific requirements stipulated in the specification. Unless otherwise specified, the equipment, material and processes shall conform to the latest applicable Indian/International Standards as listed hereunder: IS: 2071-1993 : Methods of High Voltage Testing General Definitions & (Part-1) Test Requirements. IS: 2071-1974 : Test Procedures. (Part-2) IS: 2629-1985 : Recommended Practice for hot dip galvanizing on Iron & Steel. IS: 2633-1986 : Method for Testing uniformity of coating of zinc coated Articles. IS 3070-1993 : Specification for surge arrestor for alternating current (Part – 3) systems Metal-Oxide Lightening Arrestors without gaps. IS: 4759-1996 : Specification for hot dip zinc coating on Structural Steel and Other allied products. IS: 5621-1980 : Hollow Insulators for use in Electrical Equipment. IS: 6209-1982 : Methods of Partial discharge measurement. IS: 6745 : Method for determination of mass of zinc coating on zinc coated iron and steel articles. ANSI/IEEE-C.62.11 : Metal oxide, Surge Arrestor for AC Power Circuits. (1982) IEE –99-4 : Surge Arrestors. The equipment complying with any other internationally accepted standards shall also be considered if it ensures performance equivalent to or superior to the Indian Standards. 3.0 GENERAL REQUIREMENT: 3.1 The metal oxide gap less Surge Arrestor without any series or shunt gap shall be suitable for protection of 33 KV power transformers, associated equipment and 33 KV lines from

Bidder DGM,ED-I Page-145 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

voltage surges resulting from natural disturbance like lightning as well as system disturbances. 3.2 The surge arrestor shall draw negligible current at operating voltage and at the same time offer least resistance during the flow of surge current. 3.3 The surge arrestor shall consist of non-linear resistor elements placed in series and housed in electrical grade porcelain housing /silicon polymeric of specified creepage distance. 3.4 The assembly shall be hermetically sealed with suitable rubber gaskets with effective sealing system arrangement to prevent ingress of moisture. 3.5 The surge arrestor shall be provided with line and earth terminals of suitable size. The ground side terminal of surge arrestor shall be connected with 25x6 mm. Galvanized strip, one end connected to the surge arrestor and second end to a separate ground electrode (Electrode type of earthing). The contractor shall also recommend the procedure which shall be followed in providing the earthing/system to the Surge Arrestor. 3.6 The surge arrestor shall not operate under power frequency and temporary over voltage conditions but under surge conditions, the surge arrestor shall change over to the conducting mode. 3.7 The surge arrestor shall be suitable for circuit breaker performing 0-0.3sec.-CO-3min-CO- duty in the system. 3.8 Surge arrestors shall have a suitable pressure relief system to avoid damage to the porcelain / silicon polymeric housing and providing path for flow of rated fault currents in the event of arrestor failure. 3.9 The reference current of the arrestor shall be high enough to eliminate the influence of grading and stray capacitance on the measured reference voltage. 3.10 The Surge Arrestor shall be thermally stable and the contractor shall furnish a copy of thermal stability test with the bid. 3.11 The arrestors for 33 KV systems shall be suitable for mounting on transformers as well as in the yardfor 33KV incoming / outgoing feeder. The supplier shall furnish the drawing indicating the dimensions, weights etc. of the surge arrestors for the design of mountingbrackets. 3.12 The arrestor shall be capable of handling terminal energy for high surges, external pollution and transient over voltage and have low losses at operating voltages. 4.0 ARRESTOR HOUSING: 4.1 The arrestor housing shall be made up of porcelain/silicon polymeric housing and shall be homogenous, free from laminations, cavities and other flaws of imperfections that might affect the mechanical and dielectric quality. The housing shall be of uniform brown color, free from blisters, burrs and other similar defects. Arrestors shall be complete with insulating bases, fasteners for stacking units together, “surge counters” with leakage current meters and terminal connectors. 4.2 The housing shall be so coordinated that external flashover shall not occur due to application of any impulse or switching surge voltage up to the maximum design value for arrestor. The arrestors shall not fail due to contamination. The 33 KV arrestors housing shall be designed for pressure relief class as given in Technical Parameters of the specification. 4.3 Sealed housings shall exhibit no measurable leakage. 4.4 The arrestors shall be suitable for mounting on 4 pole/2 pole/gantry (incoming/outgoing) structure used for pole/plinth mounted transformer and for incoming and outgoing lines. The

Bidder DGM,ED-I Page-146 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

arrestor shall be capable of handling energy from 33 KV lines of length ranging from 1 Km to 30 Km. 5.0 FITTINGS & ACCESSORIES: 5.1 The surge arrestor shall be complete with insulating bases, fasteners for stacking units together, surge counters with leakage current meters and terminal connectors. 5.2 The terminals shall be non-magnetic, corrosion proof, robust and of adequate size and shall be so located that incoming and outgoing connections are made with minimum possible bends. The top metal cap and base of surge arrestor shall be galvanized. The line terminal shall have a built in clamping device which can be adjusted for both horizontal and vertical take off. 5.3 Grading corona control rings if necessary shall be provided on each complete arrestor pole for proper stress distribution. 6.0 TESTS: 6.1 Test on Surge Arrestors The Surge Arrestors offered shall betype tested for tests on identical unit and shall be subjected to routine and acceptance tests in accordance with IS : 3070 (Part-3)-1993. In addition, the suitability of the Surge Arrestors shall also be established for the following: . Residual voltage test. . Reference voltage test. . Leakage current at M.C.O.V. . P.D. test. . Sealing test. . Thermal stability test. . Aging and Energy capability test. . Watt loss test. Each metal oxide block shall be tested for guaranteed specific energy capability in addition to routine/acceptance test as per IEC / IS. 6.2 The maximum residual voltages corresponding to nominal discharge current of 10 KA for steep current, impulse residual voltage test, lightning impulse protection level and switching impulse level shall generally conform to Annex-K of IEC-99-4. 6.3 The contractor shall furnish the copies of the type tests and the characteristics curves between the residual voltage and nominal discharge current of the offered surge arrestor and power frequency voltage v/s time characteristic of the surge arrestor subsequent to impulse energy consumption as per clause 6.6 of IS:3070 (Part-3) offered along with the bid. 6.4 All Ferrous parts exposed to atmospheric condition shall have passed the type tests and be subjected to routine and acceptance tests in accordance with IS:2633 & IS:6745. 7.0 NAME PLATE: 7.1 The name plate attached to the arrestor shall carry the following information: . Rated Voltage. . Continuous Operation Voltage. . Normal discharge current. . Pressure relief rated current. . Manufacturers Trade Mark.

Bidder DGM,ED-I Page-147 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

. Name of Sub-station. . Year of Manufacture. . Name of the manufacturer. . Name of the scheme: “R-APDRP(Pt-B) Agt. project”. . Name of Client. . Purchase Order Number along with date. 8.0 INSPECTION 8.1 All tests and inspection shall be made at the manufacturer's works unless otherwise specifically agreed upon by the manufacturer and TSECL at the time of placement of purchase order. The manufacturer shall afford to the inspector representing the TSECL, all reasonable facilities, without charge to satisfy him that the material being furnished is in accordance with these specifications. The purchaser reserves the right to get any component/material being used by the manufacturer of the Surge Arrestor tested from any recognized test house. 8.2 The inspection by the purchaser or his authorized representative shall not relieve the contractor of his obligation of furnishing equipment in accordance with the specification. 1.0 DRAWINGS AND INSTRUCTION MANUALS : Within 15 days of receipt of the order, the successful tenderer shall furnish to the purchaser the following drawings and literature for approval: (i) Outline dimensional drawings of Surge Arrestor and all accessories. (ii) Assembly drawings and weights of main component parts. (iii) Drawings of terminal clamps. (iv) Arrangement of earthing lead. (v) Minimum air clearance to be maintained of line components to ground. (vi) Name plate. (vii) Insulating base. (viii) Instructions manual. (ix) Drawing showing details of pressure relief valve. (x) Volt-time characteristics of surge arrestors. (xi) Detailed dimensional drawing of porcelain housing/Silicon polymeric i.e. internal diameter, external diameter, thickness, height, profile, creepage distance, dry arcing distance etc. 2.0 TECHNICAL PARTICULARS: The surge arrestors shall conform to the following standard technical requirements. The Insulation values shall be enhanced considering the altitude of operation & other atmospheric conditions. 10.1 System Parameters i) Nominal system voltage 33 KV. ii) Highest system voltage 36 KV. iii) System earthing Effectively earthed system. iv) Frequency (Hz) 50.

Bidder DGM,ED-I Page-148 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

v) Lightning Impulse withstand 170. Voltage (KVP) vi) Power frequency withstand 70. Voltage (KV rms) vii) Arrestor duty -- Connection to system Phase to earth. -- Type of equipment to be protected 33 KV Transformers/Feeders. 10.2 Surge Arrestors i) Type Gapless Metal oxide outdoor. ii) Arrestor rating (KV rms) 30. iii) Continuous Operating voltage (KV rms) 25. iv) Nominal Discharge Current 10. Rating (KA) (8x20 micro second impulse shape) v) Long Duration discharge class 2. vi) Degree of protection IP 55 vii) Maximum residual voltage (KV peak) a) at 5 KA 95. b) at 10 KA 95. viii) Maximum switching surge residual voltage (KVp) at 1kA 85. ix) Energy capability corresponding to -- Arrestor rating (Kj/Kv) 4.5 -- COV (Kj/Kv) 4.9 x) High current impulse withstand voltage at 10 KA (KVp) 100. 10.3 Insulator Housing i) Power frequency withstand test voltage 70. (wet) (KV rms) ii) Lightning impulse withstand/tests voltage (KVP) 170. iii) Pressure Relief Class 40. iv) Creepage distance not less than 900 mm. 10.4 Galvanization i) Fabricated Steel Articles -- 5 mm thick cover 610 g/m2 -- Under 5 mm but not less than 2 mm thickness 460 g/m2 -- Under 2 mm but not less than 1.2 mm thickness 340 g/m2 ii) Castings -- Grey Iron, malleable iron 610 g/m2 iii) Threaded works other than tubes & tube fittings -- Under 10 mm dia 300 g/m2 -- 10 mm dia& above 270 g/m2

Bidder DGM,ED-I Page-149 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

P. SPECIFICATION FOR CURRENT TRANSFORMER 33KV CURRENT TRANSFORMER 1.0 SCOPE 1.1 The scope of this specification covers design, manufacturing, supply, and transportation, erection testing & commissioning of 33 KV Current Transformer suitable for outdoor service. Any other parts not specifically mentioned in this specification but otherwise required for proper functioning of the equipment should be included by the Bidder in the offer. 1.2 APPLICABLE STANDARDS Unless otherwise modified in this specification, the Current Transformer shall comply with the latest version of relevant standards (IS 2165, IS 2705(I-IV), IS 2099, IS 3347, IS 2071, IS 335, IS 13947(part I), IEC 185, IEC 270, IEC 44(4), IEC 171, IEC 60, IEC 8263, IEC 815) or better international standards. This list of standards is for guidance only. The contractor shall be solely responsible to design & manufacture the CT suitable for 33KV systems. 1.3 AMBIENT CONDITIONS The CT(s) to be supplied against these specifications shall be suitable forsatisfactory continuous operation under the following tropical conditions: Max. ambient temp.(deg C) : 50 Relative Humidity : 10-100 % Max. Annual Rainfall (mm) : 1450 Max. Wind Pressure (Kg/Sq. Mt.) : 150 Max. Altitude above MSL (Mtr.) : 2200 Seismic Level (Horizontal acceleration) : 0.3 gms In general the climate shall be moderately hot & humid tropical climate conducive to rust & fungus growth 1.4 SYSTEM PARTICULARS a) Nominal System Voltage 33KV. b) Highest system Voltage 36KV. c) Rated Frequency 50Hz. d) No of phases Three. e) System neutral earthing Solidly Earthed. f) One minute Power Freq. 70KV/28KV. withstand voltage (rms) g) Lighting Impulse withstand Voltage 170KVp/75KVp. h) System fault level 25KA for 3 sec. 1.5 TECHNICAL PARAMETERS OF CT (33KV) i) Type Single phase, dead tank, outdoor, oil filled & hermetically sealed. j) Type of mounting Pedestal type k) Rated primary current As per BPS l) Rated Continuous thermal current 120 % of rated Primary current m) Rated short time withstand As per IS 2705 Pt.I Bidder DGM,ED-I Page-150 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

Requirement for sec. Winding n) Rated short time withstand 25 Current for 3 sec (KA rms) o) Rated dynamic withstand 62.5 Current (KA rms) p) Max temp rise As per IEC-185/ IS 2705 q) Minimum creepage distance 25 mm /KV of porcelain housing(mm) r) One minute power frequency 3 kV Withstand voltage between Secondary terminal & earth s) Detail of Secondary Cores Metering Protection Differential protection i) Current ratio (for 33kV) 300/1 300/1 ii) Current ratio (for 33 KV) 300/1 300/1 Accuracy class 0.5 5P10 Burden (VA) 30 30 Instrument security Factor ≤ 5 ≤ 5 Note: The ratings indicated for instrument transformer are tentative only and may be changed to meet the requirements. 1.6 PORCELAIN HOUSING It shall be single piece of homogeneous. Vitreous porcelain of high mechanical & dielectric strength. It will be glazed with uniform Brown or Dark brown color with smooth surface finish. The clear height of porcelain housing shall be at least 430 mm. The contractor shall clearly detail in his bid the details of attaching the metallic flange to porcelain, pressure release valve and also how primary & secondary terminals shall be brought out. 1.7 WINDING PRIMARY WINDING: It shall be made of high conductivity rigid Copper Wire. The primary winding current density shall not exceed the limit of 1.6 Amp per sq. mm. for normal rating. The design current density for short circuit current as well as conductivity of metal used for primary winding shall be as per IS 2705. The calculation for the selection of winding cross section shall be furnished by contractor. The primary terminal shall be of standard size of 30 mm. dia x 80 mm. length of heavily tinned (min. thickness 15 micron) electrolytic copper of 99.9 % conductivity. SECONDARY WINDING: It shall be made of insulated copper wire of electrolytic grade. Type of insulation used shall be described in the offer. For dual ratio design, the dual ratio will be achieved by reconnection of the primary winding or secondary winding but preferably primary winding. The excitation current of the CT shall be as low as possible. The contractor shall furnish the magnetization curves for all the cores.

Bidder DGM,ED-I Page-151 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

The terminal box shall be dust free & vermin proof. The size of the terminal box shall be big enough to enable easy access and working space with the use of normal tools. The secondary terminals studs shall be provided with at least 3 nuts and two plain washers. These shall be made of brass duly nickeled. The min. stud outer dia shall be 6 mm & length 15 mm. The min spacing between the centers of the adjacent studs shall be 1.5 time the outer dia of the stud. 1.8 POLARITY The polarity shall be marked on each CT at the secondary terminals in the terminal box. 1.9 TANK & HARDWARES The CT(s) will be dead tank type. The tank shall be fabricated of MS steel sheet of min. 3.15 mm. for sides & 5 mm. for top & bottom. The tank will be finished with min. 2 coats of zinc rich epoxy paint externally. The inner surface shall be painted with oil resistance white enamel paint. All ferrous hardware, exposed to atmosphere shall be hot dipped galvanized. 1.10 INSULATING OIL The first filling of oil in CT(s) shall be in contractor’s scope. The oil shall be as per IS 335. The contractor will give the following details supported by drawings: 1. Location of emergence of Primary & Secondary terminals 2. Interface between porcelain & metal tanks 3. Cover of the secondary terminal box Any nut & bolt and screw used for fixation of the interfacing porcelain bushing for taking out the terminals shall be provided on flanges cemented to the bushings & not on the porcelain. If gasket joints are used, Nitrite Butyl Rubber gasket shall be used. The grooves shall be machined with adequate space for accommodating gasket under pressure. The CT(s) shall be vacuum filled with oil after processing. It will be properly sealed to eliminate breathing & to prevent air & moisture from entering the tank. The sealing methods/arrangement shall be described by the contractor & be approved by the purchaser. 1.11 OIL LEVEL INDICATOR The CT(s) shall be fitted with prismatic type oil sight window at suitable location so that the oil level is clearly visible with naked eye to an observer standing at ground level. To compensate oil volume variation due to temperature variation, Nitrogen cushion or the stainless steel bellows shall be used. Rubber diaphragms are not permitted for this purpose. 1.12 EARTHING Two earthing terminals per CT shall be provided on the metallic tank of size 16 mm dia & 30 mm length each with one plain washer & one nut for connection to the station earth mat. 1.13 LIFTING & MOUNTING ARRANGEMENT The CT(s) shall be provided with two lifting eyes to lift the CT. This shall be so positioned so as to avoid any damage to the CT during lifting for instillation or transportation purpose. This shall be detailed in General Arrangement drawing. The CT(s) shall be of pedestal mounting type suitable for outdoor installation on steel / cement concrete structures. All the clamps, bolts, nut and washers etc. required for mounting the CT on the structure shall be supplied along with the CT and shall be galvanized. The contractor shall supply all the terminal connectors etc. required for connection to the CT. 1.14 TESTING The following test shall be conducted on CT 1. Megger between winding & winding terminals to body. 2. Polarity test.

Bidder DGM,ED-I Page-152 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

a. Ratio identification checking of all ratios on all cores by primary injection of current./Ratio Meter. b. Magnetization characteristics & secondary winding resistance. 1.15 Rating and general data ;- a) Type : - outdoor, oil immersed, 3 cores wound primary, single Phase Single ratio. b) Rated voltage :- 33 KV c) Rated primary current :- 300/1-1 & 300/1-1 d) Rated secondary current :- CoreI : 1A for Metering & CoreII :1A for Protection e) Accuracy class :- Core I :5P Core II :1.0 f) Accuracy limit factor :- Core 1-10 g) Rated short time current : - 25 KA for 1 / 3 sec. h) Standard :- As per IS 2705 For differential protection, Knee point voltage of core III shall have to match with 11KV CT(S). 1.16 Scope:-The work covers, supply, testing, transportation, storing, erection and commissioning of equipments at site. 1.17 NAME PLATE “The equipments shall be provided with name plate covering, rating and other technical data and also name of the project shall be clearly mentioned ‘Implementation of R-APDRP (Part-B) Scheme under Agartala Project (Phase – I)’. Q. 33 KV CONTROL & RELAY PANEL i. TYPE OF PANELS Simplex Panel Simplex panel shall consist of a vertical front panel with equipment mounted thereon and having wiring access from rear. In case of panel having width more than 800mm, double leaf-doors shall be provided. Doors shall have handles with either built-in locking facility or will be provided with pad-lock. ii. CONSTRUCTIONAL FEATURES a. All Control and Relay panels shall be of simplex type design. It is the responsibility of the Contractor to ensure that the equipment specified and such unspecified complementary equipment required for completeness of the protective/control schemes be properly accommodated in the panels without congestion and if necessary, provide panels with larger dimensions. No price increase at a later date on this account shall be allowed. However, the width of panels that are being offered to be placed in existing switchyard control rooms, should be in conformity with the space availability in the control room. b. Panels shall be completely metal clad and shall be dust, moisture and vermin proof. The enclosure shall provide a degree of protection not less than IP-4X in accordance with IS: 2147. c. Panels shall be free standing, floor mounting type and shall comprise structural frames completely enclosed with specially selected smooth finished, cold rolled sheet steel of thickness not less than 3 mm. for weight bearing members of the panels such as base frame, front sheet and door frames, and 2.0mm. for sides, door, top and bottom portions. There shall be sufficient reinforcement to provide level transportation and installation.

Bidder DGM,ED-I Page-153 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

d. All doors, removable covers and panels shall be gasketed all around with neoprene gaskets. Ventilating louvers, if provided shall have screens and filters. The screens shall be made of either brass or GI wire mesh. e. Design, materials selection and workmanship shall be such as to result in neat appearance, inside and outside with no welds, rivets or bolt head apparent from outside, with all exterior surfaces tune and smooth. f. Panels shall have base frame with smooth bearing surface, which shall be fixed on the embedded foundation channels/insert plates. Anti vibration strips made of shock absorbing materials that shall be supplied by the contractor, shall be placed between panel & base frame. g. Cable entries to the panels shall be from the bottom. Cable gland plate fitted on the bottom of the panel shall be connected to earthing of the panel/station through a flexible braided copper conductor rigidly. iii. MOUNTING a. All equipment on and in panels shall be mounted and completely wired to the terminal blocks ready for external connections. The equipment on front of panel shall be flush mounted. No equipment shall be mounted on the doors. b. Equipment shall be mounted such that removal and replacement can be accomplished individually without interruption of service to adjacent devices and are readily accessible without use of special tools. Terminal marking on the equipment shall be clearly visible. c. Contractor shall carry out cut out, mounting and wiring of the items supplied by others, which are to be mounted in his panel in accordance with the corresponding equipment manufacturer's drawings. Cut outs if any, provided for future mounting of equipment shall be properly blanked off with blanking plate. d. The centre lines of switches, push buttons and indicating lamps shall be not less than 750mm. from the bottom of the panel. The centre lines of relays, meters andrecorders shall be not less than 450mm. from the bottom of the panel e. The center lines of switches, push buttons and indicating lamps shall be matched to give a neat and uniform appearance. Like wise the top lines of all meters, relays and recorders etc. shall be matched. iv. PANEL INTERNAL WIRING a. Panels shall be supplied complete with interconnecting wiring provided between all electrical devices mounted and wired in the panels and between the devices and terminal blocks for the devices to be connected to equipment outside the panels. When panels are arranged to be located adjacent to each other all inter panel wiring and connections between the panels shall be furnished and the wiring shall be carried out internally b. All wiring shall be carried out with 1100V grade, single core, stranded FRLS tinned copper conductor wires with PVC insulation. The minimum size of the multistranded copper conductor used for internal wiring shall be as follows:  All circuits except current transformer circuits and voltage transformer circuits meant for energy metering - one no 1.5mm. sq. per lead.  All current transformer circuits one no 2.5 sqmm. per lead.  Voltage transformer circuit (for energy meters): Two 2.5 sqmm. Per lead. c. All internal wiring shall be securely supported, neatly arranged, readily accessible and connected to equipment terminals and terminal blocks. Wiring gutters & troughs shall be used for this purpose. d. Auxiliary bus wiring for AC and DC supplies, voltage transformer circuits, annunciation circuits and other common services shall be provided near the top of the panels running throughout the entire length of the panels.

Bidder DGM,ED-I Page-154 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

e. Wire termination shall be made with solder- less crimping type and tinned copper lugs, which firmly grip the conductor. Insulated sleeves shall be provided at all the wire terminations. Engraved core identification plastic ferrules marked to correspond with panel wiring diagram shall be fitted at both ends of each wire. Ferrules shall fit tightly on the wire and shall not fall off when the wire is disconnected from terminal blocks. All wires directly connected to trip circuit breaker or device shall be distinguished by the addition of red colored unlettered ferrule. f. Longitudinal troughs extending throughout the full length of the panel shall be preferred for inter panel wiring. Inter-connections to adjacent panel shall be brought out to a separate set of terminal blocks located near the slots of holes meant for taking the inter-connecting wires. g. Contractor shall be solely responsible for the completeness and correctness of the internal wiring and for the proper functioning of the connected equipments v. TERMINAL BLOCKS (a) All internal wiring to be connected to external equipment shall terminate on terminal blocks. Terminal blocks shall be 1100 V grade and have 10 Amps continuous rating, moulded piece, complete with insulated barriers, stud type terminals, washers, nuts and lock nuts. Markings on the terminal blocks shall correspond to wire number and terminal numbers on the wiring diagrams. All terminal blocks shall have shrouding with transparent unbreakable material. (b) Disconnecting type terminal blocks for current transformer and voltage transformer secondary leads shall be provided. Also current transformer secondary leads shall be provided with short circuiting and earthing facilities. (c) At least 20% spare terminals shall be provided on each panel and these spare terminals shall be uniformly distributed on all terminal blocks. (d) Unless otherwise specified, terminal blocks shall be suitable for connecting the mfollowing conductors of external cable on each side  All CT & PT circuits: minimum of two of 2.5mm. Sq. copper.  AC/DC Power Supply Circuits: One of 6mm. Sq. Aluminum.  All other circuits: minimum of one of 2.5mm. Sq. Copper. (e) There shall be a minimum clearance of 250mm. between the first row of terminal blocks and the associated cable gland plate or panel side wall. Also the clearance between two rows of terminal blocks edges shall be minimum of 150mm. (f) Arrangement of the terminal block assemblies and the wiring channel within the enclosure shall be such that a row of terminal blocks is run in parallel and close proximity along each side of the wiring-duct to provide for convenient attachment of internal panel wiring. The side of the terminal block opposite the wiring duct shall be reserved for the Owner's external cable connections. All adjacent terminal blocks shall also share this field wiring corridor. All wiring shall be provided with adequate support inside the panels to hold them firmly and to enable free and flexible termination without causing strain on terminals. (g) All necessary cable terminating accessories such as gland plates, supporting clamps & brackets, wiring troughs and gutters etc. for external cables shall be included in the scope of supply. vi. PAINTING a. All sheet steel work shall be phosphated in accordance with the IS: 6005 "Code of practice for phosphating iron and steel". b. Oil, grease, dirt and swarf shall be thoroughly removed by emulsion cleaning. c. Rust and scale shall be removed by pickling with dilute acid followed by washing with running water rinsing with a slightly alkaline hot water and drying. d. After phosphating, thorough rinsing shall be carried out with clean water followed by final rinsing with dilute dichromate solution and oven drying.

Bidder DGM,ED-I Page-155 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

e. The phosphate coating shall be sealed with application of two coats of ready mixed, stoved type zinc chromate primer. The first coat may be "flash dried" while the second coat shall be stoved. f. After application of the primer, two coats of finishing synthetic enamel paint shall be applied, each coat followed by stoving. The second finishing coat shall be applied after inspection of first coat of painting. The exterior colour of paint shall be of a slightly different shade to enable inspection of the painting. g. A small quantity of finished paint shall be supplied for minor touching up required at site after installation of the panels. h. In case the bidder proposes to follow any other established painting procedure like electrostatic painting, the procedure shall be submitted for TSECL’s review and approval. vii. MIMIC DIAGRAM a. Coloured mimic diagram and symbols showing the exact representation of the system shall be provided in the front of control panels. b. Mimic diagram shall be made preferably of anodised aluminium or plastic of approved fast colour material, which shall be screwed on to the panel and can be easily cleaned. Painted overlaid mimic is also acceptable. The mimic bus shall be 2 mm thick. The width of the mimic bus shall be 10mm for bus bars and 7 mm for other connections. c. Mimic bus colour will be decided by the TSECL and shall be furnished to the successful Bidder during Engineering. d. When semaphore indicators are used for equipment position they shall be so mounted in the mimic that the equipment close position shall complete the continuity of mimic. viii. NAME PLATES AND MARKINGS “The equipments shall be provided with name plate covering, rating and other technical data and also name of the project shall be clearly mentioned ‘Implementation of R-APDRP (Part-B) Scheme under Agartala Project (Phase – I)’:” ix. MISCELLANEOUS ACCESSORIES a. Plug Point: 240V, Single phase 50Hz, AC socket with switch suitable to accept 5 Amps and 15 Amps pin round standard Indian plug, shall be provided in the interior of each cubicle with ON-OFF switch. b. Interior Lighting: Each panel shall be provided with a fluorescent lighting fixture rated for 240 Volts, single phase, 50 Hz supply for the interior illumination of the panel controlled by the respective panel door switch. c. Switches and Fuses: Each panel shall be provided with necessary arrangements for receiving, distributing and isolating of DC and AC supplies for various control, signaling, lighting and space heater circuits. The incoming and sub-circuits shall be separately provided with miniature circuit breakers (MCB). Selection of the main and sub-circuit MCB rating shall be such as to ensure selective clearance of sub-circuit faults. MCBs shall confirm to IS: 13947. Each MCB shall be provided with one potential free contact and the same shall be wired for annunciation purpose. However voltage transformer circuits for relaying and metering shall be protected by fuses. All fuses shall be HRC cartridge type conforming to IS: 13703 mounted on plug-in type fuse bases. Fuse carrier base as well as MCBs shall have imprints of the fuse 'rating' and 'voltage'. d. Space Heater : Each panel shall be provided with a space heater rated for 240V, single phase, 50 Hz Ac supply for the internal heating of the panel to prevent condensation of moisture. The fittings shall be complete with switch unit.

Bidder DGM,ED-I Page-156 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

x. EARTHING a. All panels shall be equipped with an earth bus securely fixed. Location of earth bus shall ensure no radiation interference for earth systems under various switching conditions of isolators and breakers. The material and the sizes of the bus bar shall be at least 25 X 6 sq.mm perforated copper with threadedholes at a gap of 50mm. with a provision of bolts and nuts for connection with cable armours and mounted equipment etc for effective earthing. Provision shall be made for extending the earth bus bars to future adjoining panels on either side. b. All metallic cases of relays, instruments and other panel mounted equipment including gland plate, shall be connected to the earth bus by copper wires of size not less than 2.5 sq. mm. The colour code of earthing wires shall be green. c. PT and CT secondary neutral or common lead shall be earthed at one place only at the terminal blocks where they enter the panel. Such earthing shall be made through links so that earthing may be removed from one group without disturbing continuity of earthing system for other groups. xi. INDICATING INSTRUMENTS 1. INSTRUMENTS i. All instruments and meters shall be enclosed in dust proof, moisture resistant, black finished cases and shall be suitable for tropical use. All Bus voltage and frequency indicating instruments shall be provided with individual transducers and these shall be calibrated along with transducers to read directly the primary quantities. They shall be accurately adjusted and calibrated at works and shall have means of calibration check and adjustment at site. The supplier shall submit calibration certificates at the time of delivery. However no separate transducers are envisaged for digital bus voltmeters and digital frequency meters and the indicating meters provided in the synchronising equipment. Unless otherwise specified, all electrical indicating instruments shall have circular 240 degree scale and with a dial of 96mm. x 96mm. They shall be suitable for flush mounting. ii. Instruments dial shall be with white circular scale and black pointer and with black numerals and lettering. The dial shall be free from warping, fading, and decolouring. The dial shall also be free from parallax error. iii. Instruments shall conform to IS: 1248 and shall have accuracy class of 1.5 or better. The design of the scales shall be such as to have resolution suitable for the application. iv. Digital voltage and frequency meters shall be of class: 0.5 and shall have digital display of 5 and 4 digits respectively, with display size, not less than 25mm. (height). 2. TRANSDUCERS a. Transducers (for use with Indicating Instruments) shall in general be conforming to IEC: 688-1 b. The energy meter shall be capable for measurement of active power, reactive power, voltage, current and frequency in three phase four wire unbalanced system. c. 33 KV C&R panel to be installed for 33 KV side of transformer shall consist of energy meter, protection schemes, indication and control etc. d. Voltage signal for voltmeter, PF meter, frequency meter, KW meter etc to be provided in the C&R panel shall be tapped from the respective PT(S) through a separate / independent copper cable. 3. ENERGY METER Contractor shall provide Static Tri Vector Meter (energy meter) Accuracy Class-0.5 as per I S Specification. 4. ANNUNCIATION SYSTEM a. Alarm annunciation system shall be provided in the control board by means of visual and audible alarm in order to draw the attention of the operator to the abnormal operating conditions or the operation of some protective devices. The annunciation equipment shall be suitable for operation on the voltages specified in this specification i.e. 110 Volt DC.

Bidder DGM,ED-I Page-157 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

b. The visual annunciation shall be provided by annunciation facia, mounted flush on the top of the control panels. c. The annunciator facia shall be provided with translucent plastic window for alarm point with approximate size of 35mm. x 50mm. The facia plates shall be engraved in black lettering with respective inscriptions. Alarm inscriptions shall be engraved on each window in not more than three lines and size of the lettering shall not be less than 5 mm. d. Each annunciation window shall be provided with two white lamps in parallel to provide safety against lamp failure. Long life lamps shall be used. The transparency of cover plates and wattage of the lamps provided in the facia windows shall be adequate to ensure clear visibility of the inscriptions in the control room having high illumination intensity (350 Lux), from the location of the operator's desk. e. All Trip facia shall have red colour and all Non-trip facia shall have white colour. f. Sequence of operation of the annunciator shall be as follows: Sl. No. Alarm Fault Visual Audible condition contact Annunciation Annunciation (by Hooter) 1 Normal Open Off OFF 2 Abnormal Close Flashing ON 3 Accept Close Steady on OFF Push button pressed Open Steady on OFF 4 Reset push Close On OFF button is pressed Open Off OFF 5 Lamp test Open Steady On OFF push button pressed g. Audible annunciation for the failure of DC supply to the annunciation system shall be provided and this annunciation shall operate on 240 Volts AC supply. On failure of the DC to the annunciation system for more than 2 or 3 seconds. (adjustable setting), a bell shall sound. A separate push button shall be provided for the cancellation of this audible alarm alone but the facia window shall remain steadily lighted till the supply to annunciation system is restored. h. A separate voltage check relay shall be provided to monitor the failure of supply (240V AC) to the scheme mentioned in Clause above. If the failure of supply exists for more than 2 to 3 seconds, this relay shall initiate visual and audible annunciation. This annunciation shall operate on Annunciation DC and buzzer shall sound. 5. SWITCHES i. Control and instrument switches shall be rotary operated type for flush mounting with only switch front plate and operating handle projecting out. ii. The selection of operating handles for the different types of switches shall be as follows : Breaker, Isolator control switches : Pistol grip, black Selector switches : Oval or knob, black Instrument switches : Round, knurled, black

Bidder DGM,ED-I Page-158 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

iii. The control switch of breaker and isolator shall be of spring return to neutral type. The switch shall have spring return from close and trip positions to "after close" and "after trip" positions respectively. iv. Instrument selection switches shall be of maintained contact (stay put) type. Voltmeter transfer switches for AC shall be suitable for reading all line- to-line and line-to-neutral voltages for non effectively earthed systems and for reading all line to line voltages for effectively earthed systems. v. The contacts of all switches shall preferably open and close with snap action to minimise arcing. Contacts of switches shall be spring assisted and contact faces shall be with rivets of pure silver or silver alloy. vi. The contact combination and their operation shall be such as to give completeness to the interlock and function of the scheme. vii. The contact rating of the switches shall be as follows : Description Contact rating in Amps Continuous 110V DC, 10 Amp Make and carry 110V DC,30 Amp. Break for Resistive load 110V DC, 20 Amp. viii. LAMPS a) Indicating lamps shall be of multiple LED panel mounting type with rear terminal connections. Lamps shall have translucent lamp covers to diffuse lights coloured red, green, amber, clear white or blue as specified. The lamp cover shall be preferably of screwed type, unbreakable and molded from heat resisting material. b) Lamps and its parts shall be interchangeable and easily replaceable from the front of the panel. Tools, if required for replacing the bulbs and lenses shall also be included in the scope of supply. c) The indicating lamps shall withstand 120% of rated voltage on a continuous basis. ix. POSITION INDICATORS a. Position indicators of "SEMAPHORE" type shall be provided when specified as part of the mimic diagrams on panels for indicating the position of circuit breakers, isolating/earthing switches etc. The indicator shall be suitable for semi-flush mounting with only the front disc projecting out and with terminal connection from the rear. Their strips shall be of the same colour as the associated mimic. b. Position indicator shall be suitable for 110V DC Voltage as specified. When the supervised object is in the closed position, the pointer of the indicator shall take up a position in line with the mimic busbars, and at right angles to them when the object is in the open position. When the supply failure to the indicator occurs, the pointer shall take up an intermediate position to indicate the supply failure. c. The rating of the indicator shall not exceed 2.5 W. d. The position indicators shall withstand 120% of rated voltage on a continuous basis. 6. RELAYS i. All relays shall conform to the requirements of IS: 3231/IEC-60255 or other applicable standards. Relays shall be suitable for flush or semi-flush mounting on the front with connections from the rear. Relays could be of electromechanical type. ii. All protective relays shall be in draw out or plug-in type / modular cases with proper testing facilities. Necessary test plugs / test handles shall be supplied loose and shall be included in contractor's scope of supply. iii. All AC operated relays shall be suitable for operation at 50 Hz. AC Voltage operated relays shall be suitable for 110 Volts PT secondary and current operated relays for 1 amp CT secondary.

Bidder DGM,ED-I Page-159 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

All DC operated relays and timers shall be designed for 110V DC voltage specified, and shall operate satisfactorily between 80% and 110% of rated voltage. Voltage operated relays shall have adequate thermal capacity for continuous operation. iv. The protective relays shall be suitable for efficient and reliable operation of the protection scheme described in the specification. Necessary auxiliary relays and timers required for interlocking schemes for multiplying of contacts suiting contact duties of protective relays and monitoring of control supplies and circuits, lockout relay monitoring circuits etc. also required for the complete protection schemes described in the specification shall be provided. All protective relays shall be provided with at least two pairs of potential free isolated output contacts. Auxiliary relays and timers shall have pairs of contacts as required to complete the scheme; contacts shall be silver faced with spring action. Relay case shall have adequate number of terminals for making potential free external connections to the relay coils and contacts, including spare contacts. v. All protective relays, auxiliary relays and timers except the lock out relays and interlocking relays specified shall be provided with self-reset type contacts. vi. No control relay which shall trip the power circuit breaker when the relay is de-energised shall be employed in the circuits. vii. Provision shall be made for easy isolation of trip circuits of each relay for the purpose of testing and maintenance. viii. Auxiliary seal-in-units provided on the protective relays shall preferably be of shunt reinforcement type. If series relays are used the following shall be strictly ensured : (a) The operating time of the series seal-in-unit shall be sufficiently shorter than that of the trip coil or trip relay in series with which it operates to ensure definite operation of the flag indicator of the relay. (b) Seal-in-unit shall obtain adequate current for operation when one or more relays operate simultaneously. (c) Impedance of the seal-in-unit shall be small enough to permit satisfactory operation of the trip coil on trip relays when the D.C. Supply Voltage is minimum. ix. All protective relays and alarm relays shall be provided with one extra isolated pair of contacts wired to terminals exclusively for future use. x. The setting ranges of the relays offered, if different from the ones specified shall also be acceptable if they meet the functional requirements. xi. Any alternative/additional protections or relays considered necessary for providing complete effective and reliable protection should also be offered separately. The acceptance of this alternative/ additional equipment shall lie with the TSECL. The bidder shall include in his bid a list of installations where the relays quoted have been in satisfactory operation. All relays and their drawings shall have phase indications as R-Red, Y-yellow, and B-blue. 7. PROTECTION: a. Transformer protection panel: I. There shall be three over current (IDMT characteristic with a definite minimum time of 3.0 seconds at 10 times setting and have a variable setting range of 50-200% of rated current) and one earth fault element. Contractor may offer a composite unit also having these features. II. 1 Unit of Differential Protection Relay. III. There shall be high speed master trip hand reset lock out relay which shall receive inputs from all transformer protections and send command to trip coil of the circuit breaker directly. b. SUPERVISION RELAY a. Trip circuit supervision shall also be provided having adequate contacts for providing connection to alarm.

Bidder DGM,ED-I Page-160 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

b. DC supply supervision shall also be provided having adequate contacts for providing connection to alarm. c. TYPE TESTS The Protective relays shall have following type tested certificates not older than 3 years as on the date of opening of tender: Insulation tests as per IEC 60255-5. i. High frequency disturbance test as per IEC 60255-4 (Appendix -E) – Class III (not applicable for electromechanical relays). ii. Fast transient test as per IEC 1000-4, Level III (not applicable for electromechanical relays). iii. Relay characteristics, performance and accuracy test as per IEC 60255 a)Steady state Characteristics and operating time. b) Dynamic Characteristics and operating time for distance protection relays and current differential protection relays. iv. Tests for thermal and mechanical requirements as per IEC 60255-6. v. Tests for rated burden as per IEC 60255-6. vi. Contact performance test as per IEC 60255-0-20 (not applicable for Event logger, Distance to fault locator and Disturbance recorder). d. CONFIGURATION OF EACH C&R PANELS (33KV) Each panel shall consist of the following: i. Ammeter 3 nos. for each bay ii Volt meter (3 ph) 1 no. iii. Wattmeter 1 no. for each line, transformer iv. Varmeter 1 no. for each bay, transformer, v. CB control switch 1no. for each breaker vi. Red indicating lamp 1 no. for each Circuit breaker vii Red indicating lamp 1 no. for each isolator viii. Green indicating lamp 1 no. for each Circuit breaker ix. Green indicating lamp 1 no. for each isolator x. White indicating lamp 1 no. for each feeder (DC healthy lamp) xi. Annunciation windows 1 Set For Each Transformer, Feeder with associated annunciation relays xii. Push button for alarm 3 nos for each control panel Accept/reset/lamp test xiii. Mimic to represent SLD Lot in all control panels xiv. Voltmeter with selector 1 no. for each new feeder/BUS Switch xv. Cut out, mounting and Lot for transformers wiring for WTI and selector switch xvi. Trip circuit 1 set for each CB control panel supervision relays xvii. DC supply 2 nos. As per scheme requirement Supervision relay xviii. Flag relays, aux. 1 Set As per scheme requirement relays, timers, trip relays etc. as per scheme requirements xix. Bus frequency meter 1 no. for each main bus (Digital)

Bidder DGM,ED-I Page-161 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

Note: 1 The above list of equipments mentioned for control panel is generally applicable unless it is defined elsewhere. 2 Each line/HV side of transformer/LV side of transformer /TBC shall be considered as one feeder for above purpose.Q. 33KV CONTROL & RELAY PANEL: R. TECHNICAL SPECIFICATION OF 33KV OUTDOOR VACUUM CIRCUIT BREAKER: 1.1 SCOPE This specifications covers the design, engineering, manufacture, shop testing, transportation to site, installation, testing and commissioning of 33KV voltage level outdoor Vacuum Circuit Breaker complete with all accessories, special tools and spare parts as herein specified in detail. The bidder in the offer should include any other parts not specifically mentioned in this specification but otherwise required for proper functioning of the equipment. 1.2 S TANDARDS The design, manufacture and performance of all the equipment and material provided under these specifications shall generally conform to the following Indian Standards: (i) IS-5 - Colours For Ready Mixed Paints. (ii) IS-375 - Marking And Arrangement For Switching, Bus-Bars, Main Connection & Auxiliary Wiring. (iii) IS-1248 - Indicating Instruments. (iv) IS-1554 - PVC Insulated Cables Upto And Including 1100 Volts. (v) IS-2147 - Degree of Protection of Provided By Enclosures For LV Switchgear And Control Gear. (vi) IS-2705 - Current Transformers. (vii) IS-3156 - Voltage Transformers. (viii) IS-3231 - Electrical Relays For Power System Protection. (ix) IS-3842 - Application Guide For Protection Relays (Part I To Part VIII). (x) IS-6005 - Code Of Practice For Phosphating Iron & Steel. (xi) IS-6867 - Control Switches. (xii) IS-8686 - Specification For Static Protection Relays. (xiii) IS-13010 - Energy Meters. (xiv) IS-13118 - Vacuum Circuit Breaker. Unless otherwise specified, all equipment and material shall conform to the latest applicable Indian Standards. Equipment complying with any other International Standards will also be considered if it ensures performance of equipment equal to or superior to Indian Standards. 1.3 33KV OUT DOOR VACUUM CIRCUIT BREAKER Vacuum circuit breaker, with three identical single pole units linked together for simultaneous operation, complete with supporting frames and tie-rods, conforming to IS: 13118 shall be offered. The interrupter of each phase shall be housed in separate porcelain insulator. The three identical poles shall be mounted on common base frame and the contact system of the three poles should be mechanically linked to provide three pole gang opening/closing for all type of faults. Vacuum circuit breakers shall be designed with low switching over voltage level and long switching life. The interrupter shall be leak free with a target value of vacuum life meeting the stipulations as specified in relevant Standards of specification of Electricity Rules.

Bidder DGM,ED-I Page-162 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

i. Breaker Contacts Main contacts shall have ample area and contact pressure for carrying continuous rated and short circuit current without excessive temperature rise, which may cause pitting or wielding. ii. Operating Mechanism The breakers shall be provided with AC/DC motor operated spring charged mechanism. It shall be possible to charge the springs manually, if required. In case the limit switch fails to cut out the spring charging motor when the springs are fully charged, an annunciation for this shall be provided; Breakers shall be trip free and shall have an anti-pumping device. iii. Breaker Auxiliary Contacts The breakers shall have at least 10 normally open and 10 normally closed spare auxiliary contacts. All auxiliary contacts shall be wired to the terminal block. Auxiliary contacts and limit switches shall be in dust tight enclosures. The breaker shall be provided with closing solenoid/coil, tripping solenoid/coil and mechanical operation counter. Mechanical trip push buttons shall be provided for all breakers. Complete breaker assembly should have interchange- ability with identical rating of breaker. Each breaker shall be provided with an operation counter. iv. GENERAL DESIGN AND CONSTRUCTION REQUIRMENTS This section specifies the general requirement of the switchgear for outdoor 33 KV Sub-Stations.  The details of the components of panels are given as under:  One ammeter in each phase having accuracy of 1% or better of appropriate scale suitable for connection to CTs for incoming, outgoing feeders and station transformer.  The following meters shall be provided in addition to one indicated above. All indicating meters shall be of 1% accuracy or better.  One volt meter of suitable range for operation with 110/3 V, PT secondary and volt meter selector switch marked with R-Y, Y-B, B-R and OFF position on 33 kV incoming panels on the transformer.  One painted mimic bus equipped with symbols and indicators. The colour shall be as per IS specifications.  One control switch for circuit breaker operation.  Indication lamps for circuit breaker and isolator close & open position in red and green colour.  Indication lamp for auto-trip in amber colour.  Alarm and indication lamp for DC control supply failure of ‘white’ in colour.  Indication lamp blue colored for circuit breaker spring charged condition.  Two O/C and one earth fault IDMTL (non-directional), electromechanical Relay and Differential Relay for Transformer panel on the 33 kV switchgear. The over current relays shall have high set instantaneous units also.  Trip circuit healthy for ON/OFF position, using trip supervision relays.  Test terminal block for testing of meters.  Set of auxiliary relays and tripping relays required for completing the scheme and for interring tripping of 33 KV Transformer breakers with 11 KV side transformer breakers.  Push buttons for alarm accept, auto trip alarm accept, auto trip reset & D.C. failure test etc.  Necessary indicators for motor spring charging, breaker service/test etc. shall be provided.

Bidder DGM,ED-I Page-163 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

 230 Volt A.C. Operated spring charging motors for breaker closing shall be provided with necessary indicators.  Trip coil supervision relay (pre closing and post closing).  Any other indication, relay, alarm not indicated above, but required for completeness of scheme shall be provided. Note: Annunciation scheme for the board shall be approved during detailed engineering. v. Accessibility In case of outdoor switchgear, all the equipments shall be accessible easily from all sides and layout of the equipments shall be such that the T&P needed for carrying out maintenance shall have access to all equipments. Unused CT secondary terminals must be short-circuited. All terminals shall be covered with plastic covers to prevent accidental contact. vi. Bus bars Connections, Supports and Bus bar Sizing In case of outdoor switchgear, the strung conductor bus bar shall be erected. All bus bars, jumpers and droppers shall be so placed that the statutory clearances shall be maintained. The design of bus bar shall take care of the worst forces, which might occur including short circuit forces. vii. Power Connections In case of outdoor switchgear, all the connections shall be through aluminum conductor. All jumpers and droppers shall be so arranged so as to minimize the risk of fire and other accidents. viii. Auxiliary Wiring and Terminals In case of outdoor switchgear, the necessary auxiliary wiring shall be donefrom each equipment to a common junction box. All interface connection between outdoor equipments and control panels in the control room shall be routed through the junction box and wiring shall be of 1.1 KV grade. 20 % spare terminal blocks shall be kept in the junction box. Each wire shall be identified at both the ends by correctly sized PVC ferrules. Shorting links shall be provided for all CT terminals. For CT circuits, 2.5 mm2 tinned copper conductor FRLS cables shall be used. All other control wiring shall be with 1.5 mm 2 copper conductor stranded (48 strands) cables. Control cables shall enter the switchgear from the bottom. It shall be possible to have the control cable entry from both the left and right side corners at the front portion of the switchgear without cutting any standard part of the switchgear. Cable lugs and requisite cable glands for these cables are also included in the scope of supply of the switchboard. The cable glands shall be compression type, supporting facilities shall be provided for clamping the control cables. All internal control wiring/inter panel wiring shall be taken through PVC sleeves or suitable grommets. All the CT terminals shall have socket type terminals, which can short and Isolate the CTs without disturbing the external CT leads. ix. Control and Indication Breaker tripping and closing devices offered shall be suitable for operation at 110 V DC, (or as existing at the Sub-station) 230V AC may be needed for feeding space heater, lamps & internal panel lighting and spring charging motor. Breaker/Isolators positions (ON/OFF, spring charged/test position/service position) shall be indicated mechanically. Electrical indications with colours as below shall also be provided. Breaker/Isolator ‘ON/Closed’ - Red Lamp. Breaker/Isolator ‘OFF/Open’ - Green Lamp. Breaker ‘Auto Trip’ - Amber Lamp. Trip ckt healthy - Yellow Lamp.

Bidder DGM,ED-I Page-164 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

DC fail - White Lamp. Spring charge - Blue Lamp. x. NAME PLATES A nameplate with the switchgear designation shall be fixed at the bottom of control panel of outdoor switchgear. A separate nameplate giving details shall be provided at front and rear of panel also. The nameplates should be bold and large in size especially at the rear. Nameplates shall be provided for each equipment mounted on the switchboard. Special warning plates shall be provided on all removable covers or doors giving access to high voltage cables/busbars. Special warning labels shall be provided inside the switchboard also, wherever considered necessary. Identification tags shall be provided inside the panels matching with those shown on the circuit diagram. Engraved nameplates shall preferably be of 2-ply (Red-White-Red or Black- White-Black) lamicold sheets or anodized aluminum. However, blackengraved Perspex sheet nameplates will also be acceptable. Engraving shall be done with square groove cutters. Hard paper nameplates will not be acceptable. Nameplates shall be fastened by ‘Screws’ and not by adhesives. The label designation and size of the lettering on the labels shall be typically with letter height of 4mm. and lying 0.3 mm. thick shall be subjected to approval of the TSECL. Further the switchgear shall have inscription of Implementation of R-APDRP (Part-B) Scheme under Agartala Project (Phase – I)’. . xi. PAINTING All sheet steel work shall be phosphated in accordance with IS: 6005 ‘Code of practice for phosphating iron and steel, through seven tank process. Oil, grease, dirt shall be thoroughly removed by emulsion cleaning. Rust and scale shall be removed by pickling with dilute acid followed by washing with running water, rinsing with slightly alkaline hot water and drying. After phosphating, thorough rinsing shall be carried out with clean water followed by final rinsing with dilute dichromate solution and oven drying. The phosphate coating shall be sealed with the application of two coats of ready mixed stoving type zinc chromate primer. The first coat may be air dried while the second coat shall be stove dried. After application of the primer, two coats of finishing synthetic enamel, paints shall be applied, each coat followed by stoving. The second finishing coat shall be applied after completion of tests. The colour for finishing paint shall be light grey as per shade no. 631 of IS: 5. Unless otherwise desired by the TSECL and the same shall be got confirmed from the owner before taking up painting. Each coat of primer and finishing paint shall be of slightly different shade to enable inspection of the painting. The finished painted surface of panels shall present aesthetically pleasing appearance free form dents and uneven surfaces. A small quantity (one litre per board) of finishing paint shall be supplied for minor touching up required at site after installation of the panel. xii. SPACE HEATERS All junction boxes and cubicles shall be provided with space heaters to prevent moisture condensation and maintain cubical temperature 5oC above the ambient. The space heaters shall be located at the bottom of the panels and shall be controlled through a thermostat with an adjustable setting and a MCB. xiii. BASE FRAME For outdoor equipments, the base frame can be of pipe support or lattice structure. Bidder DGM,ED-I Page-165 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

xiv.MIMIC DIAGRAM Painted mimic diagram shall be provided on panels. The width of the mimic bus shall preferably be 10 mm. for bus bars and 7 mm. for other connections. The colour scheme of the mimic diagram shall be got approved from the TSECL before taking up fabrication of panels. xv. MEASURING INSTRUMENTS In case of outdoor switchgear, all measuring instruments shall be installed in the control room. The cabling from the individual equipment to the control room shall be routed through junction box. xvi. Ammeters, Voltmeters, KW, KVA, Power factor meters & KWH meter, Ammeters & Voltmeters shall be of moving iron type, however for KW, KVA, P.F, these shall be of Electronic type. There shall be Static TRIVECTOR meter for the purpose of Energy Parameters and all other related parameters as per relevant provisions of IS Specifications and as per engineering requirement. The accuracy class especially of KW and KWH meters shall be 0.5 as per IS: 1248. The range for the ratings for which instruments required shall be indicated in the bid. The meter should have provision to measure power factor of load. The KW meter shall be suitable to measure unbalanced loads on a 3 phase, 3- wire system, The KW and the voltmeter shall be suitable for operation on voltages given in the technical parameters. Test terminals blocks shall be provided so that the meters can be calibrated without disconnecting the CT/PT wires. xvii. AUXILIARY EQUIPMENT (a) Auxiliary Contactors Auxiliary contactor shall generally be used for interlocking and multiplying contacts. Auxiliary contacts shall be capable of carrying the maximum estimated current. In any case their rating must not be less than 5A-for 230V A.C. at a power factor between 0.3 and 1, and 5A for 110V DC (Inductive load). (b) Switches & Fuses Each control panel shall be provided with necessary arrangement for receiving, distribution & isolation of DC and AC supplies for various control, signaling, lighting and space heater circuits. The incoming and sub circuit shall be separately provided with the separate MCB. Selection of the main and sub circuit MCB rating shall be such as to ensure selective clearance of sub-circuit faults. Potential circuits for relaying and metering shall be protected by MCB. (c) Terminal Blocks Terminal blocks shall be 1100V, grade 10 Amps. rated, one piece moulded complete with insulated barriers stud type terminals, washers, nuts and lock nuts and identifications strips. Separate stud shall be provided for incoming and outgoing wires. Marking on the terminal strip shall correspond to wire number on the wiring diagrams. Terminal blocks for CT and PT secondary leads shall be provided with test links and isolating facilities providing additional terminal for each CT core shall also provide CT secondary leads with short-circuiting and earthing facilities. The terminal blocks shall have marking strips and all terminals shall be clearly marked with identifications numbers or letters to facilitate connection to the external wiring. At least 20% spare terminals shall be provided on each panel and these spare terminals shall be uniformly distributed on all terminal blocks. All spare contacts and terminals of the panel shall be wired to terminal blocks. Unless otherwise specified terminal blocks shall be suitable for connecting the following cables on each side: - (a) All circuit except CT circuit of 1.5 mm. sq. copper stranded with not less than 48 strands.

Bidder DGM,ED-I Page-166 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

(b) CT circuit-minimum of 2.5 mm.sq. copper. There shall be a minimum clearance of 250 mm. between the first row of terminal blocks and associated cable gland plate. Also the clearance between two rows of terminal blocks shall be a minimum of 150 mm. (d) Push Buttons Push button colours shall be as follows: Stop, Open, Emergency - Red. Start-Close - Green. Trip circuit ’Healthy’ check - Black. Red push buttons shall be on the left side and Green push buttons on the right side. Push button ratings shall be ‘5A at 230V AC’ & 0.25 pf and 5A at 110V DC (Inductive Load). (e) Control switches All control switches shall be rotary, back connected type having a cam operated contact mechanism, and phosphorus bronze contacts shall be used on the control switches. Unless otherwise stated, circuit breaker control switches shall be 3-position spring return to ‘neutral’ from both ‘ON’ and ‘OFF’ positions. They shall have ‘Pistol Grip’ handle. Number of ways, locking system, lost motion device, if required etc. shall be shown on the relevant schematic drawings. Two ‘Spare’ ways shall be provided on these switches. The voltmeter selector switch shall also have four positions. Three shall be used to measure phase to phase voltages and the fourth shall be ‘OFF’ position. (f) Indicating Lamps Switchboard type low power consumption indicating lamps (LED type) shall be used. Indicating lamps shall be suitable for the voltage indicated in technical parameters. Lamps shall be provided with translucent lamp covers to diffuse light and duly tested for its rating. Bulbs and lenses shall be interchangeable and easily replaceable from the front of the panel. Tools if any required for replacing the bulbs and lenses shall supply with the panels and included in the scope of supply. (g) Annunciation System The annunciators of visual and audible type shall be provided on the panels to draw the attention of the operator to abnormal operating condition or the operation of some protective devices to indicate emergency and or warning situation. The annunciators shall be suitable for operation from DC specified. Annunciator shall be of facia type translucent plastic window for each alarm point. Annunciator facia plates shall be engraved in block lettering with respective alarm inscriptions which will be furnished to the tenderer by the purchaser. Alarm inscriptions shall be engraved on each window, in not more than 3 lines and the size of the lettering shall not be less than 5 mm. The annunciator shall be suitable for normally open fault contacts which shall close on a fault. However, where required some of the annunciator points shall be suitable for operation with normally closed fault contacts which open on a fault. It shall be possible to change the contact if required later. Annunciators shall be compact self contained units with associated relays mounted behind the facia units. Alarm relays and facia units shall be interchangeable. Annunciator facia units shall be suitable for flush mounting on panels. Replacement of individual facia inscription plates and lamps shall be possible from the front of the panels without any special tools.

Bidder DGM,ED-I Page-167 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

One alarm buzzer and push buttons for sound cancel, acknowledge and test common to annunciators of all the panels shall be provided. Lamp test push buttons shall be provided on each panel. The annunciation scheme shall be provided for operation of the required number of signals simultaneously as required. Suitable monitoring of annunciation supply shall be incorporated with testing facility. Also monitoring of the annunciation supply failure circuit shall be provided with testing facility. Provision shall also be made to monitor the failure of associated annunciator relays. Trip and non-trip facia shall be differentiated. All the trip facia shall preferably have red colour and all non-trip facia shall have white colour. In case of static annunciator scheme, precaution shall be taken to ensure that spurious alarm conditions do not appear due to influence of external electromagnetic / electrostatic interference. Different annunciator window shall be provided with two lamps in parallel to provide safety against lamps failure. Lamp circuit shall include series resistor of adequate ratings. Sequences of operation of annunciator shall be as follows: Condition Audible alarm Visual alarm Normal Off Off Abnormal On Flashing Sound Cancel Off Flashing Acknowledge Off Steady on Back to normal Off Off Lamp test Off Steady on (h) RELAYS All relays shall be mounted in a separate chamber & totally segregated from the high voltage chamber in case of metal clad switchgear panel. All relays shall be mounted at a convenient height preferable not exceeding 2000 mm. All relays shall conform to the requirement of IS: 3231 or equivalent. Relays shall be suitable for semi flush mounting with only flanges projection on the front with connections from the rear. Relays shall be rectangular in shape and have dust tight transparent covers removable from the front. All protective relays shall be in draw out cases or plug in type/modular cases with proper testing facilities. Necessary test plugs shall be provided and shall be supplied loose and included in scope of supply. Test plug and switches shall be located immediately below each relay for testing. Unless otherwise specified auxiliary relays and timers shall be supplied in non-draw out cases/plus type. All AC relays shall be suitable for operation on 50 cycles AC. Voltage operated relay shall be suitable for 110/ 3 Volts secondaries and auxiliary relays and timer shall be designed for 110V DC and current operated relays 1A CT secondaries as specified in this specification. DC auxiliary relays and timer shall be designed for 110V DC and shall operate satisfactorily between 70% and 110% of the rated voltage. Voltage operated relays shall have adequate thermal capacity for continuous operation. Any other mounting arrangement can also be offered. All protective relays shall be provided with at east two pairs of potential free contacts. Auxiliary relays and timers shall have pairs of contacts as required to complete the scheme. Contacts shall be silver faced with spring action on the silver contact with wiping action. Relays cases shall have adequate no. of terminals for making potential free connections to the relay coils and contacts including spare contacts. Relay limitation on the use of available contacts of the relay due to inadequacy of terminals, paralleling of contacts, if any shall be done at the terminals on the casing of relay.

Bidder DGM,ED-I Page-168 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

All protective relays, trip relays and timer shall be provided with externally hand re-set positive action operation indicators. Inscription of the operation indicator shall be subject to purchaser approval. Timer shall be electro magnetic/electronic/digital or software base. Pneumatic timers are not acceptable. No control relay shall trip the power circuit breaker when the relay is deenergised. Cooper slug on auxiliary relays may be used for obtaining short time delays. Use of external capacitor resistor combination is not preferred and shall be avoided. All relays shall be self reset type unless otherwise specified as electrically/handreset type in the respective cases. Provision shall be made for easy isolation of the trip circuit for each relay for the purpose of testing and maintenance. All relays shall withstand a voltage of 3.0 KV, 50 Hz voltages dry for one Minute. Auxiliary seal in units provided on the protective relays shall be shuntreinforcement type. All protective relays and alarm relays shall be provided with extra contact wired to terminate exclusively for purchaser use. All devices required for correct operation of each relay shall be provided. The supplier shall ensure that all terminals and the contacts of the relays are readily brought out for connections as required in the final approval scheme. The type of the relay case size offered shall not create any restrictions on the availability of contact terminals for wiring connections. (i) PROTECTIVE SCHEME PERFORMANCE The protective devices shall be fast in operation so as to maintain system stability under fault conditions. The scheme shall provide suitable protection for line and individual equipment and ensure proper operation of the entire protective system as a co-ordinate unit. The various protective schemes shall be designed to isolate only the faulty circuit and to avoid indiscriminate tripping of healthy circuit. The scheme shall not be susceptible to incorrect operation as a result of a transient phenomenon, which may arise during disturbances in the system. The scheme shall provide for a reliable and high speed earth fault protection and the phase faults should also be cleared in the minimum possible time in order to minimize fault damage and maintain system stability. (j) IDMT type over current protection The over current protection scheme shall use induction type relays with inverse definite minimum time characteristics and shall:- (a) Be single pole or three poles type and suitable for 1 amp CT secondary having high set element for transformer incomer feeders. (b) Have IDMT characteristics with a definite minimum time of 3 seconds at 10 times setting. (c) Over current relay shall have a setting range of 50% to 200% of the rated current and the earth fault relay shall have a setting range of 20% to 80%. (d) Have a time setting multiplier with a continuously variable setting range of 0 to 1. (k) Static Differential Protection Relay for Power Transformer (Secondary CT Rating 1 Amp) (l) Trip Supervisions The trip circuit shall be supervised by means of relays. The scheme shall continuously monitor the trip circuit before closing and after closing of the breaker. The scheme shall detect (i) Failure of trip supply. (ii) Open circuit in the trip coil or trip circuit wiring and

Bidder DGM,ED-I Page-169 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

(iii) Failure of mechanism to complete the tripping operation. The required number of contacts for alarm bell and annunciation shall be provided. (m) Earthing (i) All panels shall be equipped with an earth bus securely fixed along inside base of the panel. The material and the size of the bus bar shall be at least 25x6 mm. copper strip when several panels are mounted adjoining each other. The earth bus bar shall also be suitable for connection to future adjoining panels on either side. Provisions shall be made on the earth bus bar on end panels for connecting purchaser’s earthing grid. Necessary terminal clamps and connectors of adequate size and current carrying capacity for this purpose shall be included in the scope of supply. (ii) All outdoors switchgear’s metallic bases shall be connected to the switchyard earthing through suitable size earthing strips. (iii) It should be possible to earth the connected cables by putting the VCB in the test position. (iv) All metallic cases of relays, instruments and other panels mounted equipment shall be connected to earth bus by independent copper wires of size not less than 2.5 sq. mm. The colour code of the earth wire shall be green. Earthing wire shall be connected on terminals with suitable clamp connectors and soldering shall not be permitted. The PT and CT secondary neutrals or common lead shall be earthed at one place only at the terminals blocks where they enter the panels. Such earthing shall be made through links so that earthing may be removed from one group without disturbing continuity of earth to other groups. (n) TECHNICAL PARTICULARS 33 KV Switchgear Panels (i) Highest system voltage (KV) 36 (ii) Basic Insulation level - Lightning Impulse withstand voltage(KVp) 170 - Power Frequency 1 minute withstand voltage (KVrms) 70 (iii) Frequency (Hz) 50 (iv) Rated normal current (A) 1000 (v) Rated short time current (KA) 25 (vi) Rated & peak short time making current (KA) 62.5 (vii) Degree of Protection IP 55 (viii) Operating duty (O-0.3 Sec-CO-3 min-CO) (ix) Number of Break per phase (x) Nameplate material Anodised Aluminum (xi) Paint thickness Not less than 60 Micron (xii) Total break time for current up to the rated breaking current(in cycle) Not more than 3 cycles. (xiii) Closing time Not more than Not more than 10 cycles (xiv) Rated duration of short circuit current 3 sec. only Note: The above values are for standard altitude of 1000 m. If the equipment isused at higher altitude above values shall be increased as per IEC. (o) TESTS The Contractor shall submit the type test reports of following type tests for approval of the TSECL for circuit breaker, circuit breaker panels.

Bidder DGM,ED-I Page-170 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

1 Short circuit duty test on circuit breaker. 2 Short time withstand test- on circuit breaker. 3 Power frequency withstand test. 4 Lightning impulse withstand. 5 Temperature rise test on breaker and panel together for indoor panel. 6 Test to verify pressure relief devices operation of the panel. This shall be done on one indoor panel of each voltage class. 7 Switching over-voltage test on each rating of breaker 8 Measurement of resistance of main circuit. 9 Mechanical endurance test on breaker. 10 Mechanical operation test. 11 Test of degree of protection for enclosures. For all important components like instrument transformers, relays, instruments, switches, bushings, wires, insulators, timers, annunciations, terminal blocks and fuses etc. the contractor shall furnish satisfactory type test reports for TSECL’s approval. Such reports shall cover all applicable type tests listed in relevant Indian Standards, for all components of type and rating being supplied. (p) COMMISSIONING CHECKS/TESTS After installation of panels, power and Control wiring and connection, Contractor shall perform commissioning checks as listed below to proper operation of switchgear/panels and correctness of all respects. In addition the Contractor shall carry out all other checks and tests recommended by the manufacturers. i. General 1. Check nameplate details according to specification. 2. Check for physical damage 3. Check tightness of all bolts, clamps and connecting terminal 4. Check earth connections. 5. Check cleanliness of insulators and bushings. 6. Check heaters are provided. 7. Check all moving Parts are properly lubricated. 8. Check for alignment of bus bars with the insulators to ensure alignment and fitness of insulators. 9. Checks for inter changeability of breakers. 10. Check continuity and IR value of space heater. 11. Check earth continuity of the complete switchgear board. ii. Circuit Breaker 1. Check alignment of trucks for free movement. 2. Check correct operation of shutters. 3. Check control wiring for correctness of connections, continuity and IR values. 4. Manual operation of breakers completely assembled. Power closing/opening operation, manually and electrically at extreme condition of control supply voltage.

Bidder DGM,ED-I Page-171 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

1. Closing and tripping time. 2. Trip free and anti-pumping operation. 3. IR values, resistance and minimum pick up voltage of coils. 4. Simultaneous closing of all the three phases. 5. Check electrical and mechanical inter locks provided. 6. Checks on spring charging motor, correct operation of limit switches and time of charging. 7. Check vacuum (as applicable). 8. All functional checks. iii. Current Transformers 1. Megger between windings and winding terminals to body. 2. Polarity tests. 3. Ratio identification checking of all ratios on all cores by primary injection of current. 4. Magnetization characteristics & secondary winding resistance. 5. Spare CT cores, if any to be shorted and earthed. iv. Voltage Transformers 1. Insulation resistance 2. Ratio test on all cores. 3. Polarity test 4. Line connections as per connection diagram. v. Cubicle Wiring 1. Check all switch developments. 2. It should be ensured that the wiring is as per relevant drawings. All interconnections between panels shall similarly be checked. 3. All the wires shall be meggered to earth. 4. Functional checking of all control circuit e.g. closing, tripping, interlock, supervision and alarm circuit including proper functioning of component/ equipment . 5. Check terminations and connections. To check wiring related to CT and PT circuits, carryout primary injection and then check for secondary value at relay and metering instrument terminals. 6. Wire ducting. 7. Gap sealing and cable bunching. vi. Relays 1. Check internal wiring. 2. Megger all terminal body. 3. Megger AC to DC terminals 4. Check operating characteristics by secondary injection. 5. Check minimum pick up voltage of DC coils. 6. Check operation of electrical/ mechanical targets. 7. Check CT connections with particular reference to their polarities for differential type relays. 8. Relay settings.

Bidder DGM,ED-I Page-172 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

vii. Meters Megger all insulated portions. Check CT & PT connections with particular reference to their polarities for power type meter. (n) GURANTEED TECHNICAL AND OTHER PARTICULARS OF SWITCHGEAR (TO BE FILLD BY TENDERER) 33 KV VOLTAGE LEVEL OUTDOOR SWITCHGEAR (Note: All technical particulars must be at the altitude of operation) 1. 36 KV OUTDOOR SWITCHGEAR FOR 33KVVOLTAGE LEVEL : 33 KV 1.1 Tenderer’s name and address: 1.2 Manufacturer’s name & address for i) Switchgear ii) Circuit Breakers iv) Current Transformers iv) Voltage Transformers v) Relays vi) Instruments vii) D.C. Timers viii) Wires ix) Other accessories 1.3 Tenderer’s proposal no. & date: 1.4 Name and address of Tenderer’s representative from whom technical clarifications can be obtained: 1.5 Altitude Operation 1.6 Guaranteed delivery schedule: 2. BUS-BARS i) Conductor material ii) Conductor cross-section iv) Bare/Painted/PVC sleeves/Epoxy encapsulated iv) Rated short time current and its duration v) One minute power frequency withstand voltage vi) Impulse withstand voltage vii) Rated continuous current at specified ambient temperature. vii) Maximum temperature rise over ambient temperature for current rating as per 3 (vii). ix) Minimum clearances in air a) Between phases b) Phases to earth x) Applicable standard xi) Calculation establishing adequacy of cross section and supports for short circuit and t hermal currents. xii) Bus joints silver plated: Yes/No Bidder DGM,ED-I Page-173 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

xiii) Material for phase barrier xiv) Material for busbar supports. xv) Voltage class of support and through bushing xvi) Standard to which busbar supports conforms 3. CIRCUIT BREAKERS i) Type of circuit breaker ii) Rated voltage and frequency iii) Rated short time withstand current and its duration with breaker as housed in the panel. iv) Making current (Peak) v) One minute power frequency withstand voltage vi) Impulse withstand voltage vii) Maximum temperature rise over ambient specified. viii) Interchangeability of similar equipment ix) Duty cycle x) Whether horizontal drawout Yes/No xi) Standard applicable xii) Whether anti pumping device provided Yes/No xiii) Whether control circuitry suitable for monitoring of closing and tripping circuit (Yes No) xiv) Maximum design voltage xv) a) Symmerical breaking capacity for various breakers (in KA) b) Asymmeterical breaking capacity for various breakers (in KA). xvi) a) Rated continuous current rating for various breakers & corresponding temperature b) Rated continuous current rating for various breakers at the specified ambient temperature. xvii) Number of breaks/phases xviii) Type of material of contacts: a) Main b) Arcing xix) Whether contacts silver are plated and thickness of plating xx) Whether breaker designed to close and latch on making or fitted with making current release? xxi) Whether trip free or fixed trip mechanically and electrically. xxii) Type of closing xxiii) Type of tripping xxiv) Normal voltage of a) Closing/tripping mechanism b) Spring charging motor. xxv) Allowable variation of voltage for above xxvi) Power required at normal voltage for Bidder DGM,ED-I Page-174 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

a) Trip coil b) Closing coil c) Spring charging motor xxvii) Weight of circuit breaker with arc extinguishing medium xxviii) Opening time in cycles xxix) Making time in cycles xxx) Opening time at: a) 10% of rated short circuit current. b) 50% of rated short circuit current. c) 100% of rated short circuit current. xxxi) Heat dissipation at normal current (KW) xxxii) Whether 12 Nos. adjustable (either in ‘NO’ or ‘NC’) auxiliary contacts over and above those required for breaker operation/annunciation have been provided or not. xxxiii) Current carrying capacity of auxiliary switches. xxxiv) No. of breaker operations necessary (before inspection and maintenance) of : a) Switching at rated load b) Faults of 100% capacity c) Faults of 50% capacity d) Making under fault conditions xxxv) Accessibility of line connection (Front/rear) xxxvi) Whether terminals suitable for XLPE cable (Yes/No) xxxvii) Minimum value of pick up current for a) Closing coil b) Tripping coil xxxviii) Schematic control diagram of circuit breaker enclosed(Yes/No) xxxix) Vacuum circuit breaker (make) a) Make of interrupter xxxx) Vacuum Breakers (Technical details) a) Pressure inside the interrupter( Mm Hg) b) Contact wear indication provided (Yes/No) c) Mechanical facility for checking loss of vacuum provided (Yes/No) d) Vacuum monitoring relay provided Yes/No e) Adequate shielding against X-Ray radiations provided (Yes/No) xxxxi) Switching over voltages generated by the circuit breakers with and without surge suppressors. 4. CURRENT TRANSFORMERS i) Type ii) Manufacturer iii) Destination Bidder DGM,ED-I Page-175 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

iii) Rated voltage and frequency iv) Rated short time current and its duration v) Dynamic current rating (Peak) vi) Rated primary current vii) Rated secondary current viii) No. of cores ix) Rated thermal primary current x) Ratio correction factor curve enclosed(Yes/No) a) Ratio & phase angle curve enclosed (Yes/No) b) Magnetisation curve enclosed (Yes/No) c) Reactive correction factor curve xi) One minute power frequency withstand voltage of primary and secondary winding(Dry & wet both) xii) Impulse withstand voltage xiii) Maximum temperature rise over ambient xiv) Class of insulation xv) Standard applicable xvi) Metering core(core-1) a) Ratios in line with BPS b) Rated VA burden c) Accuracy class d) Instrument security factor. xvii) Protection core(core-2) a) Ratios in line with b) Rated VA burden c) Accuracy class d) Accuracy limit factor xviii) Max CT secondary winding resistance at 750 C Core 1 Core 2 xix) Maxm. Excitation current Core 1 Core 2 Knee point voltage Core I Core II Secondary limiting voltage Core I

Bidder DGM,ED-I Page-176 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

Core II 7. RELAYS (CURRENT/VOLTAGE RELAYS) i) Type ii) a) Rated current/voltage b) Current/voltage settings range in percentage of rated current voltage at taps provided c) Continuous rating d) Error on different setting e) Sensitivity iii) Resetting ratio iv) Rated short-time thermal current/voltage for 1 sec. at different taps. v) One minute power frequency withstands test voltage. vi) a) No. of type of contacts (normally closed or normally open) b) Rating of contacts vii) Operating time of instantaneous / current voltage relays. viii) Time settings of inverse or definite time current / voltage relays ix) Current time characteristics for inverse or definite time current voltage relays. x) Resetting time xi) Rated burden at lowest and highest settings xii) Details of series or shunt seal in units if provided. xiii) Hand reset flag indicating provided or not xiv) Detailed literature furnished with reference xv) Details of testing facilities 8. D.C. TIMERS i) Type ii) Rated operating voltage iii) Permissible operation voltage a) Minimum b) Maximum c) Error on the time to (iii) (a)(iii) (b) iv) Rated burden v) Setting range and taps vi) One minute power frequency withstand voltage vii) No. and type of contacts viii) Rating of contacts (current and voltage) ix) Detailed literature furnished with reference (Yes/No) x) Details of testing facilities provided. 9. AUXILIARY RELAYS i) Type ii) Rated current/voltage and permissible variation Bidder DGM,ED-I Page-177 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

iii) Rated burden iv) No. and type of contacts (whether ‘NO’ or ‘NC’) v) Rating of contacts vi) Total operating time of relays vii) One minute power frequency withstand voltage viii) Detailed literature furnished with reference(Yes/No) ix) Details of testing facilities provided. 10. INDICATING LAMP i) Make ii) Type iii) Rated voltage iv) Rated power consumption (watts) v) Series resistor provided Yes/No 11. INDICATING METERS a) Ammeter i) Make ii) Type of movement iii) Size (square mm) iv) Scale size in degree v) Accuracy vi) Range offered in line with specification vii) VA burden viii) Applicable standard (b) Voltmeter i) Make ii) Type of movement iii) Size (square mm) iv) Scale size in degree v) Accuracy vi) Range offered in line with specification vii) VA burden viii) Applicable standard (c) MW-Meter i) Make ii) Type iii) Range iv) Detailed literature furnished Yes/No v) Standard to which it conform to vi) Rated current Bidder DGM,ED-I Page-178 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

vii) Rated voltage and frequency viii) Draw out/non draw out ix) Class of accuracy x) Rated VA burden a) current coil VA b) voltage coil VA xi) Test plug/test blocks/testing terminals with links. (d) MVA-Meter i) Make ii) Type iii) Range iv) Detailed literature furnished Yes/No v) Standard to which it conform to vi) Rated current vii) Rated voltage and frequency viii) Draw out/non draw out ix) Class of accuracy x) Rated VA burden a) current coil VA b) voltage coil VA xi) Test plug/test blocks/testing terminals with links. (e) Power Factor Meter i) Make ii) Type iii) Range iv) Detailed literature furnished Yes/No v) Standard to which it conform to vi) Rated current vii) Rated voltage and frequency viii) Draw out/non draw out ix) Class of accuracy x) Rated VA burden a) current coil VA b) voltage coil VA xi) Test plug/test blocks/testing terminals with links. (f) Frequency Meter i) Make & type ii) Rating iii) Range Bidder DGM,ED-I Page-179 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

iv) Scale v) Size 12. ENERGY METERS i) Make ii) Type iii) Range iv) Detailed literature furnished Yes/No v) Standard to which it conform to vi) Rated current vii) Rated voltage and frequency viii) Drawout/non-drawout ix) Class of accuracy x) Rated VA burden a) current coil VA b) voltage coil VA xi) Test plug/test blocks/testing terminals with links. 13. ANNUNCIATION SYSTEM i) Size of facia ii) Background of facia iii) Number of window per facia iv) Size of each window v) Size of character on each window vi) Number of lines per window vii) Number of characters of above sizes that can be accommodated per line viii) Colour of characters on facia ix) Two lamps per facia provided. x) Test facility for annunciation system provided xi) The sequence of annunciation system type to be furnished 14. MINIATURE CIRCUIT BREAKERS i) Make ii) Rated voltage iii) Rated current iv) Rupturing capacity v) Setting for short circuit vi) Setting range for overload vii) Operating time viii) Number of auxiliary contacts ix) Rating for auxiliary contacts x) Operating characteristics furnished Yes/No Bidder DGM,ED-I Page-180 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

15. CONTROL WIRING i) Material and size of conductor a) For CT circuit b) For other circuit ii) Number of stranded in conductor iii) Tinned/untinned iv) Material of insulation and sheath v) Voltage grade of control wiring vi) Colour coding of wires a) For AC metering circuit b) For DC control circuit c) AC auxiliary power circuit like panel space heater d) Earthing vii) Numbered ferrules at both ends (Yes/No) viii) Insulator sleeves provided at both ends (Yes/No) ix) Terminals Make Current rating Clamp type or bolt type Maximum conductor size and number of conductor which it can receive. Disconnecting type of CT circuit. Terminal making facility provided Crimp type connectors provided at the terminals Spare terminals S. FEEDER PILLAR(11KV ONLY) 1.0 SCOPE: 1.1 This specification covers design manufacture testing and inspection at manufacturer’s works packing and delivery at owner’s stores/sites of 11 KV HT feeder pillar of 4 way type, suitable for 11kV,3 PH, 50 Hz, 630 Amps, AC system. 11 KV HT feeder pillar shall be floor mounted type suitable for outdoor type installation,. 1.2 It is not the intent to specify herein complete details of design and construction. The equipment offered shall conform to relevant standard and high quality and workmanship capable to perform continuous and satisfactory operations in the actual service conditions at site. 2.0 SERVICE CONDITIONS: 2.1 Maximum ambient temperature (deg C): 50

2.2 Minimum ambient temperature (deg C): 3.5

2.3 Relative humidity (%): 10 to 100

2.4 Maximum rainfall (mm): 1450

Bidder DGM,ED-I Page-181 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

2.5 Maximum wind pressure (kg/sq m): 150

2.6 Maximum altitude above mean sea level (Meters): 1000

2.7 Isoceraunic level (days/year): 50

2.8 Seismic level (Horizontal acceleration) (g): 0.3

2.9 Climate Moderately hot and humid tropical climate, conducive to rust and fungus growth. 3.0 STANDARDS: All components used in the manufacture of the pillars shall confirm to the relevant Indian standard specification and especially to the followings: a IS: 12063/1987 Classification for Degrees of Protection provided by enclosures of electrical Equipments (IP-54 Out door type Construction)

b IS: 5082/1998 Wrought aluminium and aluminium alloy bars, rods, tubes and sections for electrical purposes.

c IS:613/2000 Copper Rods and Bars for Electrical Purposes - Specification

d IS:1897/1983 Copper strip for electrical purposes

e IS: 6005/1998 Code of practice for phosphating iron and steel

f IS: 5/2004 Colour for ready mixed paints and enamel

g IS: 732/1989 Code of Practice for Electrical Wiring Installations

h IS: 8588: Part-1/1977 Thermostatic bimetals: General requirements and methods of tests

i Clearances as per Indian Electricity Act 2003

4.0 PRINCIPAL TECHNICAL PARAMETERS: 4.1 Rated voltage : 3 ph 11 KV 50 Hz 4.2 Current rating : 630 Amps continuous type. 4.3 Insulation level :11KV AC 50 Hz Phase to phase : 18KV AC 5 Hz (1 Min withstand ) Phase to earth : 19KV DC 4.4 Temperature rise : Shall not exceed delivery operating temperature of components conforming to relevant standards limited to 30°C above ambient. 5.0 GENERAL TECHNICAL REQUIREMENTS: 5.1 CUBICLE: 5.1.1 The cubicle of HT feeder pillars shall be made out of 10 SWG (3.25 mm thick) cold rolled M.S sheet steel, plates and shaped sections. All panel edges and door edges shall be reinforced against

Bidder DGM,ED-I Page-182 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

distortion by rolling, bending etc. The complete cubical shall be rigid self supporting and free standing and shall have following dimensions in mm.: Dimensions Over all Width : 1400 MM Overall Height : 1800 MM Overall Depth : 850 MM The above dimensions shall be without rain hood and are subject to maximum of – 2%to + 2% tolerances. 5.1.2 The HT feeder pillars shall have front and rear compartments. Front compartment shall be suitable for connecting the terminals of cables, and the rear for cable terminations. Backelite sheet 12mm thick shall be provided for separation cable termination at front side . 5.1.3 The cubicles shall have centre lift up type slanting roof rain hood made up of 10 SWG MS sheets plates. The depth and width of the rain hood shall be at least 120% of the depth and width pillars. 5.1.4 The cubicles shall be provided with waterproof non-detachable hinged doors with suitable grip for opening and closing .as below: Two nos of doors for front and for back side along with 3 Nos of Hinges on each door 5.1.5 The hinges shall be made up of heavy-duty M.S. rod with male having at least 45mm long head and 25 mm long 9.5 mm OD pin and female at least 45mm long with 10mm dia. ID brass bush. The hinges shall be welded on both sides to the pillar and grease lubricated for life. The doors shall not be detachable after fixing the rain hood. 5.1.6 A centrally operated three position locking arrangement (Godrej type) shall be provided for the doors. Two keys shall be supplied for each pillar. In addition, angle cleats shall be provided for putting two Nos. of padlocks for each size of doors. 5.1.7 Adequate ventilation by means of louvers with wire mesh shall be provided on both sides of the pillars and also at the top and bottom of pillars. 5.1.8 Asbestos sheets of at least 6 mm thick shall be provided on all doors inside. 5.1.9 The cubicles shall be provided with rigid M.S. foundation & bottom holes for grouting bolts on all four corners. The pedestal shall be covered from all sides with 10 SWG MS sheets. 5.1.10 Detachable gland plates made up of 10 SWG M.S. sheets. Size of the glands will be intimated to the successful tenderer along with approval of drawings. 5.1.12 Enameled name plate of the suppliers and TSECL. mentioning Tender Number & date shall be displayed on front door. 5.1.13 Enameled danger board with “DANGER 11000 VOLTS” mark shall be displayed on the left hand side of front and back doors. 5.1.14 Earthing Bolt: Two nos of earthing bolts shall be provided with the cubical . One each at front and rear side of Pillar. The same shall be easily accessible. 5.1.15 Cable Entry: The cable entry shall be from rear side of the pillar. Removable gland plate of 10 SWG. M.S. sheet shall be provided. Cable chamber shall be provided with perforated metal sheet separate for each chamber. 5.1.16 Additional Inner Door:

Bidder DGM,ED-I Page-183 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

Additional door on front side, with 14 swg G.I wire, shall be provided. Also the detatchable frame with 14 swg GI wire mesh shall be provided at rear side. There shall be firm stop for these wire mesh doors and frame that it shall not move towards inside of Pillar/Live connections. 5.2 PAINTING: 5.2.1 The cubicles shall be provided with anti corrosive high quality post office red colour paint conforming to shade No 538 of IS.5 from inside and outside to withstand the corrosive and humid atmosphere. 5.2.2 All interiors and exteriors of the cubicle shall be degreased in 5% solution at 75°C for 15 minutes. They shall then be washed in hot water bath at 65°C to remove all rust, scale corrosion, grease and other adhering foreign material and shall be rinsed in cold running water. 5.2.3 The cubicles shall then be pickled in 25% hot sulphuric acid at 65°C for 5 minutes. Care shall be taken to avoid over pickling by addition of adequate quantities of inhibitor and avoid loss of tensile strength. The cubicle shall then be rinsed in clod running water and put in alkaline solution at 65°C for 1 to 2 minutes. The cubicle shall then be immersed in cold water swill agitated) to remover all traces of alkali and unreacted salt. The cubicle shall then be dipped in deoxidize chamber to ensure complete removal of moisture. 5.2.4 Zinc oxide primer shall be applied and the cubicle stoved at 150°C for 10 to 12 minutes. It shall then be cooled, filled with putty to get smooth and flawless surface. Enameled paint shall then be sprayed and towed at 150°C for about 12 minutes. 5.3 BUS BAR: 5.3.1 The bus bars shall be made up of electrolytic grade copper confirming to latest grade of IS 5.3.2 The contacts shall be made up of electrolytic grade copper alloy with corrugated terminal pad and spring action to yield high contact pressure. G. I. spring ring shall be made out of at least 6 mm dia. Spring steel round. The spring action shall not get affected by operations and variations in operating temperatures in service. 5.3.3 Thermostatic bimetal device shall be provided between terminal pad and bus bars and between terminal pad and cable terminals to prevent bimetallic deterioration. 5.3.4 The complete assembly shall be so fixed and secured that there shall be no turn, fall out displacement and vibration of any part during any fault feeding conditions. 5.3.5 Maximum rated current: Maximum rated current shall be 630 Amps continuous rating. The current rating adopted shall generally not exceed the current density limit of 1.6 Amps/sqmm. And shall be subject to successful temperature rise tests carried out in reputed laboratory. 5.4 INSULATING MATERIAL: 5.4.1 The insulating material used shall be Epoxy type Insulator, with uniform equally spaced rings, suitable for 18 KV Class insulation. 5.4.2 Mounting of these insulators, with 4 Nos of threaded holes on the central vertical, 10 SWG M.S. plate. 5.5 DISCHARGE ROD: 5.5.1 The Insulated discharge rods shall be with 11 KV Post Insulator and with zinc passivated chain of 2 met Length. One end shall be connected with the earthing terminal on front side. 6.0 TESTS:

Bidder DGM,ED-I Page-184 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

A. TYPE TESTS: The type tests mentioned below should be carried out on H. T. Pillar offered by the tenderer. 1. Verification of the Degree of protection (IP- 54) of H.T. Pillar as per IS:13947/1993 or the latest version thereof. 2. Verification of dielectric properties. 3. Verification of clearance and creepage distances. 4. Verification of short circuits strength. B. ROUTINE TEST: Test for verification of dielectric properties shall be carried out as routine test. C. TEST CERTIFICATE: The tenderer shall furnish detailed type test reports of the offered H.T. Pillar as per clause of the Technical Specifications at the NABL approved laboratories to prove that the H.T. Pillar offered meet the requirements of the specification. These Type Tests should have been carried out within five years prior to the date of opening of this tender. However, the tenderers who have supplied the H.T. Pillars to the Board against order from Central Store Division of TSECL. shall be exempted from submission of Type Test Report against this tender provided. i) The offered H.T. Pillars are already fully type tested at approved Laboratory within five years prior to the date of opening of this tender. ii) There is no change in the design of type-tested H.T. Pillar and those offered against this tender. Following test certificates and documents shall be furnished at the time of inspection. a) Chemical analysis certificate and documents showing genuine source of procurement of electrolytic grade conductivity Copper Sections. b) Document showing genuine source of procurement of steel sheet and sections. c) Certificate of temperature rise test. d) Certificate of painting with degreasing, pickling phosphate, and painting and oven treatment by seven-tank oven process. The supplier shall conduct voltage withstand test and operations tests at the time of inspection. 7.0 INSPECTION: 7.1 The supplier shall prepare a prototype and offer the same for inspection and approval before taking up mass production 7.2 The supplier shall offer inspection of the material at his works before dispatch. If required the supplier shall also offer inspection of manufacturing painting and assembly processes and quality control system. If any material is not found in line with relevant specification the supplier shall carry out the modification and offer for re-inspection. 7.3 Inspection and acceptance shall not absolve the supplier of his responsibility to supply the material in accordance with the specifications. The owner reserves the right to reject the material not confirming the relevant specifications. 8.0 DRAWINGS AND DOCUMENTATION: 8.1 The following information shall be clearly and indelibly be marked on all the pillars or on a label permanently attached to it.

Bidder DGM,ED-I Page-185 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

a) ‘TSECL.’ marking. b) Rated Voltage of pillar. c) Manufacturer’s name or Trademark d) TSECL’s Order No. e) Year of Manufacture. f) Short circuit strength. g) Degree of protection. 8.2 The tenderer shall furnish all details and clarifications required if any for scrutiny and evaluation of the offer. 8.3 Manufacture of material to be supplied shall be done strictly as per approved drawing. 8.4 Approval of drawing shall not absolve the supplier of his liability for ensuring correctness according to applicable standards & regulations. 8.5 The tenderer shall fill-in the following schedules which form part of the specification if any schedule is not filled or incompletely filled the offer is liable to be treated as incomplete and rejected. 9.0 DESPATCH: 9.1 The material to be supplied shall be packed and dispatched only after inspection and approval. 9.2 Supplier shall be responsible for packing, transporting and delivery to the consignee. 9.3 Copies of packing list and inspection report duly approved shall be sent along with each consignment. T. CIVIL WORKS: Civil works covers the followings: - i) Construction of foundation bases for electrical equipments with R.C.C. / Cement Concrete work etc. as per approved drawing and design. ii) Construction of cable trench wherever necessary for laying of cables for electrical equipments and providing R.C.C. slabs on cable trenches as required. iii) Providing grouting of steel tubular poles and yard light support in R.C.C. work 1: 3: 6 (1 Cement: 3 river sand: 6 First class jhama brick aggregate). iv) Painting on Steel tubular pole/Steel works etc., earth excavation wherever necessary and as applicable according to Bidding Schedule as per design of TSECL & specification of PWD.

********************

Bidder DGM,ED-I Page-186 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

SECTION VI SPECIAL INSTRUCTIONS TO BIDDER(S) i) The Bidder(s), before submitting of Bid(s), are advised to invariably visit the sites of the works and satisfy himself about physical volume of works to be carried out, acquaint him with the environment, take into consideration details of all minor & major Technical requirements so as to ensure successful design, drawing, manufacturing ,testing & commissioning of Substation and construction of control room building and boundary wall i.e. total completion of the work with ease & comfort on award. ii) The work is a Turnkey assignment in Nature. The Contractor shall be fully responsible for total commissioning of all Equipment & associated controls as per standard & requirement of TSECL. Therefore the Contractor shall give due importance to each & every details of the work. He shall be liable to take care of and arrange for even any petty but integral component (not considered in the scope of the work) for total completion of the work. iii) The Bidder(s) shall have to furnish “Guaranteed Technical Particulars” of each item of Equipment/Switchgear/Spares/others as per “TechnicalParticulars” sought in FORMAT(s)/SPECIFICATIONS appended in the Bidding Document. Furnishing of” Technical Particulars” of such item(s), which have not been sought through formal FORMAT in the Document, shall be the responsibility of the Bidder(s) as per guaranteed particulars of the related Manufacturer(s). iv) The Bidder(s) shall have to furnish Manufacturer’s “Literature on product Specification” of all Major equipment with Bidding Document. v) The Bidder(s) shall also furnish “Technical Particulars” of all sub-item(s) of Main Item, for example, “Tri-vector” Energy meter of VCBs. vi) Listof MAKE for Equipment / Switchgear and all other items have been furnished in the Bidding Document. For any Left-Out item, the Bidder(s) shall have to supply item of such MAKE acceptable as Standard Product and to be authenticated by supporting Document as to utilization by any State Electricityboard/Power utility/Power corporation of the Country. vii) The Successful Bidder shall have to submit “Design, drawing and dimensional details” of all equipments, equipment foundation, Steel Structure supportsof Equipment, Transformer foundation lay out, Erection Key Diagram etc.as required, Switchgears, Structures, Construction Standards and Bill ofmaterials for all components etc. including design & drawing(Plan and Elevation) of Control room building, boundary wall and equipment foundation within 15 days as per requirement and stipulations in the Bidding document from the date of issue of L.O.A. for approval of the Owner. The work shall be based strictly on such approved drawing.

Bidder DGM,ED-I Page-187 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE) viii) The Spares and Tools & Plants as specified in the Schedule shall be of the particular MAKE. All such spares and T & P shall be supplied along with related Literature / Manual / Catalogue of concerned Manufacturer. ix) Specification of All Civil Works shall be guided by the Standards of TRIPURA PWD (Public Works Department).The Successful Bidder shall have to submit “Design and drawing of Sub-station layout, Foundation of Equipments and Structures, Cable Trench Details, Repair to Boundary Wall and Internal wiring of Control Room Building etc.” within 15 days as per requirement andstipulations in the Bidding document from the date of issue of L.O.A. for approval of the Owner. The work shall be based strictly on such approved drawing. x) In the erection component of the Schedule of the work of the Bid, the components relating to civil works are embedded. Details of Foundation Drawing and per unit volume of work with quantity are annexed with the Bid. The bidder is required to indicate rates incorporated for such items in the quoted price in the annexure appended with the bidding schedule. Any variation of civil works during execution below or less the quantity stipulated in the bidding document the quoted price will accommodate the variations accordingly. xi.) The equipments shall be provided with name plate covering, rating and other technical data and also name of the project shall be clearly mentioned ‘R- APDRP (Pt-B), Agartala Project (33 KV S/S, Cantonment). xii.) This proposal is for “Balance Work” of terminated contract(Agartala Project) Agreement No. DGM/ED-I/2014-15/02 Dated. 03.06.2014. Many equipment’s foundation including and control room building already done. The bidders are to assess quantum of schedule of works for civil items after site inspection and quote rates taking into consideration volume of works per unit of foundation and trench as well as works left out for control room in conformity with the particulars of items necessary for completing works as per related in the documents.

******************

Bidder DGM,ED-I Page-188 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

LIST OF NAME(S) OF PREFERABLE MANUFACTURER

SL.N ITEM MANUFACTURER O. 1. 33/11 KV7.5 MVA POWER CROMPTON / AREVA T&D / NGEF / BHARAT BIJLEE TRANSFORMER / TELK /PROLEC-GE. 2. 11 KV DISC INSULATORS, 11 KV / BHEL / BIRALA NGK (FORMERLY JSI) / AGARWAL 33 KV PIN INSULATOR, SALT / BIKANER SALT. 3. G.I. WIRE 8 S.W.G., 7/3.15 mm. CEEBUILD / NIRMAL WIRES / MANUFACTURER STRANDED STAY WIRE. HAVING EXPERIENCE OF SUPPLYING TO DIFFERENT POWER UTILITIES OR SIMILAR ORGANISATIONS. 4. 33 KV & 11 KV LIGHTNING OBLUM / ALSTHOM / IGE / CGL / ELPRO. ARRESTER 5. STRUCTURAL STEEL SAIL /TISCO / ESSAR / BHUSAN / SRMB 6. 33 KV & 11 KV XLPE CABLE / PVC NICCO / HAVELS/ CRYSTAL / CCI / KEI/POLYCAB / INSULATED ARMOURED CONTROL RALLISION. CABLE. 7. 33 KV & 11 KV G.O. & 11 KV D.O. PROJECT ELECTRICAL INDUSTRIES, FUSE UNITS KOLKATA/ULTIMA SWITCHGEARS, ROORKY/UNIVERSAL ISOLATOR, INDOOR/ADCO ELECTRICAL, KOLKATA/ REPUTED MANUFACTURER HAVING EXPERIENCE OF SUPPLYING TO DIFFERENT POWER UTILITIES. 8. 40 mm. / 100 mm. DIA G.I. PIPE TATA / BANSAL / BMW / JINDAL. 9. NUTS & BOLTS AND OTHER ASP PRIVATE LTD, KOLKATA/LAWRENCE HARDWARES. ENTERPRISE, KOLKATA/GKW / OTHER REPUTED MANUFACTURER HAVING CREDENTIAL. 10. 33 KV OUTDOOR & 11 KV INDOOR SCHNEIDER ELECTRIC / CROMPTON / ABB / VACCUM CIRCUIT BREAKER. SIEMENS /VIJAY ELECTRICALS/ KIRLOSKAR /PASCAL SWITCHGEAR. 11. 33 KV&11 KV CT& PT AREVA T&D / CROMPTON / ABB / SIEMENS/MEHRU/PERFECT/BHEL / LAKSHMI ELELCTRIC. 12. 33 KV CONTROL & RELAY PANEL AREVA T&D / CROMPTON / ABB / SIEMENS / COMPLETE. MEHRU / PERFECT/BHEL/ BIECCO LAWRIE. 13. TRI-VECTOR ENERGY METER. SECURE / L&T/GENUS/ LANDIS & GYRS / OTHER REPUTED MANUFACTURE. 14. ACSR / AASC. LOCAL SSI UNITS / OTHER MANUFACTURER HAVING CREDENTIALS OF SUPPLYING TO STATE / CENTRAL SECTOR POWER UTILITY. 15. 110 VOLT BATTERY BANK. EXIDE / STANDARD / AMARA RAJA / AMCO. 16. 110 VOLT BATTERY CHARGERS. AUXILIARY UNITS OF AMARA RAJA / EXIDE / STANDARD / CALDYNE. 17. STEEL TUBULAR POLE LOCAL SSI UNITS / UTKARSH / BANSAL / BHUSAN / OTHER MANUFACTURER HAVING CREDENTIALS OF SUPPLYING TO STATE / CENTRAL SECTOR POWER UTILITY. 18. STAY SET FOR 11 & 33 KV LINE LOCAL SSI UNITS / OTHER MANUFACTURER HAVING CREDENTIALS OF SUPPLYING TO STATE / CENTRAL SECTOR POWER UTILITY. Bidder DGM,ED-I Page-189 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

ANNEXURE-II PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE (To be stamped in accordance with stamp Act)

Ref. …………………………. Bank Guarantee No. …………………… Date ……………………………

To Tripura State Electricity Corporation Limited Bidyut Bhavan, North Banamalipur, Agartala – 799001, West Tripura.

Dear Sir,

In consideration of Tripura State Electricity Corporation Limited (hereinafter referred to as the ‘Owner’, which expression shall unless repugnant to the contest or meaning thereof include its successors, administrators and assigns) having awarded to M/s ……………………….. with its registered / Head office at …………………………….(hereinafter referred to as ‘Contractor’ which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), a Contract by issued of Owner’s Letter of Award No……………………..dated………………….and the same having been acknowledged by the Contractor, resulting in a Contract bearing No. ………………dated ………………….valued at ……………for …………………(scope of contract) and the Contactor having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent to …………………………being .(%) per cent) of the said value of the Contract to the Owner. We, ……………………………………………………………………… (Name & Address) having its Head Office at…………………………….(hereinafter referred to as the ‘Bank’, which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators , executors and assigns) do hereby guarantee and undertake to pay the Owner, on demand any or all monies payable by the Contractor to the extent of …………………………………………………………………..as aforesaid at any time up to ………………………… ** (see in note below) ………………………….. (days/month/year) without any demur, reservation, contest, recourse or protest and/or without any reference to the Contractor. Any such demand made by the Owner on the bank shall be conclusive and binding notwithstanding any difference between the Owner and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Owner and further agrees that the guarantee herein contained shall continue to be enforceable till the Owner discharges this guarantee. The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under the guarantee, from time to time to extend the time for performance or the Contract by the Contractor. The Owner shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Contractor, and to exercise the same at any time in any manner, and either to enforce or to for bear to enforce any covenants, contained or implied, in the Contact between the Owner and the Contractor or any other course or remedy or security available to the Owner. The Bank shall not be released to its obligations under these presents by any exercise by the Owner of its liberty with reference to the matters aforesaid or any of them or by reason of any other act of omission or commission on the part of the Owner or any other indulgences shown by the Owner or by any other matter or thing what so ever which under law would, but for this provision have the effect of relieving the Bank. Bidder DGM,ED-I Page-190 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

The bank also agrees that the Owner at its option shall be entitled to enforce this guarantee against the Bank as a principal debtor, in the first instance without proceeding against the Contractor and not withstanding any security or other guarantee the Owner may have in relation to the Contactor’s liabilities. Notwithstanding anything contained herein above our liability under this guarantee is restricted to ………..and it shall remain in force upto and including ……………..and shall be extended from time to time for such period (not exceeding one year), as may be desired M/s …………….on whose behalf this guarantee has been given.

Dated this ………………. day of …………………200…………………. At ……………

WITNESS

…………………………………… …………………………………… (Signature) (Signature)

…………………………………… …………………………………… (Name) (Name)

…………………………………… …………………………………… (Official Address) (Official Address)

Attorney as per Power Of Attorney No. …………………………….

Date ……………………………………….

NOTES:  The sum shall be ‘ten per cent (10 %)’ of the Contact Price.  The claim date will be ninety (90) days after the end of date of ‘Warranty Period’ as specified in the Contract.  The Stamp Papers of appropriate value shall be purchased in the name of issuing Bank.

********************

Bidder DGM,ED-I Page-191 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

ANNEXURE – III

APPLICATION FOR EXTENSION OF TIME (Part – I) 1. Name of Contractor ______2. Name of work (as given in the contract) ______3. Agreement no. ______4. Contract amount ______5. Date of Commencement of work as per agreement ______6. Period allowed for completion of work (as per agreement) ______7. Date of completion stipulated in the agreement ______8. Actual date of completion ______9. Period for which extension of time has been given previously if any ______a) 1st extension vide No. ______b) 2nd extension vide No.______c) 3rd extension vide No. ______d) 4th extension vide No. ______10. Period for which extension have been previously given (Copies of the previous application should be attached). 11. Hindrances on account of which extension is applied for with date on which hindrances occurred. Sl. Nature of Date of Period of Extension Overlapping Period Remarks as to No. hindrances occurrence which of time period, if for which why the hindrances applied any, giving extension hindrances is likely to for by the reference to is applied occurred and last contracto items which for. justification for r overlap extension of time

12. Total period for which extension is now applied for on account of hindrances mentioned above. 13. Extension of time required for extra work: - ______Months. ______days. 14. Detailed for extra work and the amount involved: - 15. a) Total value of extra work: - b) Proportionate period of extension of time based on estimated amount put to tender on account of extra work: - 16. Total extension of time required for 11 & 12: -

Signature of Contractor

Bidder DGM,ED-I Page-192 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

APPLICATION FOR EXTENSION OF TIME (Part – II) (To be filled in by TSECL)

1. Date of receipt of application from ______contractor

for the work of ______

in the Sub-Divisional ______.

2. Acknowledgement issued by the Sr. Manager, vide his No. ______

______Dated ______.

3. Recommendation of Sr. Manager, in – charge of the Sub-Division is to whether the reasons given by the Contractor are correct and what extension, if any, recommended by him, if he does not recommended the extension, reasons for rejection should be given

Dated ………………….. Signature of the Sr. Manager in-charge of Sub-Division.

Bidder DGM,ED-I Page-193 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

APPLICATION FOR EXTENSION OF TIME (Part – III) (To be filled in by TSECL) 1. Date of receipt in the Divisional office: ______2. Report of DGM, in-charge of the Division regarding hindrances mentioned by the contractor ______

Sl. Nature of Date of Period for Extension Overlapping Net Remarks as No. hindrances occurrence which of time period, if extensio to why the hindrances is applied for any, giving n hindrances likely to last by the reference to applied occurred contractor items which for and overlap justificatio n for extension recommend ed

3. Recommendation / Approval of the DGM, in-charge of the Division: - (The present progress of work should be stated and whether the work is likely to be completed by the date upto which extension is applied for, if extension of time is not recommended, what compensation is proposed to be levied under clause 13 of section - III.

Signature of DGM

4. Recommendation / Approval of the AGM, in-charge of the Circle: -

Signature of AGM

5. Recommendation / Approval of the GM (Technical): -

Signature of GM (Technical)

6. Recommendation / Approval of the CMD: - Signature of CMD

(N.J. Stamp of Rs.30/-) Bidder DGM,ED-I Page-194 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

BEFORE THE NOTARY TRIPURA. INDEMNITY BOND

THIS INDEMNITY BOND IS EXECUTED ON THE______DAY OF______2010 A. D. By Shri ______, S/O. Shri / Late ______, Vill.______P.S. ______, District ______, aged about ______years, a citizen of India (Here-in-after called the Contractor indemnifier) in favour of Tripura State Electricity Corporation Ltd. (TSECL) (Here-in-after called the Corporation) under the terms and conditions here-in-after mentioned : - WHEREAS, I am a Class __Government Contractor and the Corporation awarded me to execute the work namely ______I agree to indemnify the corporation that in the event of any accident of any workman, arising out of and in course of employment, during execution of the work I shall be liable to pay full compensation to the workmen employed by me for execution of the work. I also agree to indemnify and save harmless the corporation that, the lives &bodies of my workmen(s), employed by me for execution of this work, are duly insured with the ______Insurance Company ______Branch under Act / Scheme. I further agree to indemnify and save harmless the corporation that the corporation or any of its Director (s) or Officer(s) or Manager(s) shall not be made liable to pay any compensation to any workmen in the event of death or bodily injury, arising out of thein course of employment under me, employed by me for execution of the work namely ______IN WITNESS WHERE OF I SIGN THIS INDEMNITY BOND TODAY, THE DAY, MONTH, YEAR FIRST ABOVE WRITTEN IN PRESENCE OF FOLLOWING WITNESSES.

Witnesses 1.

2. ______Identified by me Full Signature of Contractor ______(INDEMNIFIER) Advocate

***************

**** Continue for Schedule of work****

Bidder DGM,ED-I Page-195 TRIPURA STATE ELECTRICITY CORPORATION LIMITED (A GOVT. OF TRIPURA ENTERPRIZE)

WORK SCHEDULE

Implementation of R-APDRP(Part-B) Scheme under Agartala Project(Pratapgarh Town Area): for the work: “Implementation of R-APDRP (Part-B) Scheme under Agartala Project: Design, Engineering, Manufacturing, Supply, testing, Delivery, Erection, Testing at site & commissioning of 33/11 KV, 2X7.5 MVA, Indoor Type Power Sub-Station at NSRCC, Netaji Chowmuhani, Agartala with associated 33KV underground “Rampur Sub-Station-NSRCC S/C Line”,33KV Bay at Rampur including construction of control room building and boundary wall at NSRCC. (Balance Work)

Bidder DGM,ED-I Page-196