Luck Now Document 20485
Luck Now Document 20485
Luck Now Document 20485
On
Turnkey Basis as
EPC Contract
Document for
EPC Turnkey Bid
Location :: Lucknow;
Location :: Lucknow;
Annexure I
Substation Details:
Location :: Lucknow;
Location :: Lucknow;
TABLE OF CONTENTS
SECTION I
SECTION II
INSTRUCTIONS TO BIDDERS
SECTION III
SPECIAL CONDITIONS
SECTION IV
SECTION V
SECTION VI
FORM A
DRAWINGS
SECTION
APPENDIX A
APPENDIX B
VII
SECTION VIII
TECHNICAL
MATERIAL
CIVIL WORKS
SPECIFICATIONS
OF
EQUIPMENTS
AND
Location :: Lucknow;
SECTION I
PREQUALIFICATION REQUIREMENT & SCOPE OF WORK
1.0
GENERAL
2.0
WORK DESCRIPTION
3.0
SCOPE OF WORKS
4.0
5.0
COMPLETION PERIOD
6.0
7.0
8.0
ELIGIBLE APPLICANTS
Location :: Lucknow;
GENERAL
Uttar Pradesh Power Transmission Corporation Ltd. (UPPTCL) intends to construct
ONE no 132/33 KV new substation under this tender at Kursato (Varanasi)
All the attached drawings of the Single Line Diagrams are preliminary and for
information only.
2.
WORK DESCRIPTION :
UPPTCL is proceeding with the implementation of construction of 132 KV substation
and the overall scope of works covered in the above tender comprises the following
scope:
i)
Design & Engineering, supply, erection testing and commissioning of
electrical equipments.
ii)
Design & Engineering, supply, erection testing and commissioning of
substation automation system.
iii)
Design & Engineering, Civil works for above works including supply of
materials.
40 MVA, 132/33 MVA class Power Transformer shall be provided by
UPPTCL for substations to construct this package. Approach Road and
Boundary Wall of above substations shall be constructed by UPPTCL hence
same shall not be in the scope of this package.
3.
SCOPE OF WORKS
The package in general includes but not limited to design engineering,
manufacturing, handling, safe storage and supply & erection of transformers
(errection only) , breakers, isolators, LAs, PTs, CTs, control and protection panels,
panels, metering system, main and auxiliary structures, control and power Cables,
station grounding, Lighting system and all associated essential electrical and civil
works including earth filling, foundations, anchor bolts, cable trenches, drainage,
water supply, control room building, fencing and residence, internal roads etc, as per
latest national / international standards and terms and conditions of form A.
The package also includes testing and commissioning of the entire substations in a
time bound schedule and all items / accessories required for completion and
commissioning shall be deemed to be in the Bidders scope whether specifically
covered in this notice and Bid documents or not.
The overall scope of works covers all activities related to design, engineering,
manufacture, testing at works, supply of all required equipments and materials with
accessories and auxiliaries to site, storage at site, insurance, construction including
all civil works, handling, erection, testing, commissioning, putting into successful
operation & handing over as single source responsibility on turnkey basis of the 132
KV substation.
Location :: Lucknow;
All Civil works including leveling, developing and dressing of land, security
wall with gate & guard room, chain link fencing, control room building,
generator room, transformer plinth, main & auxiliary foundations, cable
trenches with racks & covers, roads, drainage system, sump well & sump
house, store shed, water supply, overhead tank, pipe line and pump house,
deep tube well and other required works specified under detailed civil
specifications, hereinafter.
j) Over all co-ordination with internal / external agencies, obtaining approval of
the electrical inspector/ labour inspector and other concerned authorities in
respect of works to be carried out under the contract.
k) The Contractor shall take electricity connection of his own for construction
power from respective distribution company and shall pay the charges for
connection and electricity consumed at prevailing rates. If electricity
connection is not available, the contractor shall arrange the D.G. sets etc. for
construction power without any extra cost to UPPTCL.
4.
Location :: Lucknow;
The UPPTCL may asses the capacity and capability of the bidder, to successfully
execute the scope of work covered under the tender within stipulated completion
period. This assessment shall inter-alia include (i) document verification; (ii) bidders
work/manufacturing facilities visit; (iii) manufacturing capacity, details of works
executed, works in hand, anticipated in future & the balance capacity available for
the present scope of work; (iv) details of plant and machinery, manufacturing and
testing facilities, manpower and financial resources; (v) details of quality systems in
place; (vi) past experience and performance; (vii) customer feedback; (viii) bankers
feedback etc.
UPPTCL reserves the right to waive minor deviations if they do not materially affect
the capability of the Bidder to perform the contract.
4.1 Technical Experience (Applicable for 132/33KV substation)
4.1.1 The bidder must have successfully erected, tested and commissioned one sub-station of
132KV Class or above with power transformer on EPC basis having at least Four (4) circuit
Breaker Bays during last five (5) years as on the date of bid opening which must be in
satisfactory operation for at least one (1) year as on the date of bid opening
provided
The 132kV class Power Transformer and Circuit Breaker being offered are from
manufacturer(s) who have manufactured, type tested and supplied.
a)
b)
Or approved vendors
4.2 Financial Position
(a)
Minimum Average Annual Turnover *(MAAT) for best three years i.e. 36
months out of last five financial years of the bidder should be Rs. 18.75 crore
for this tender.
* Annual total income as incorporated in the profit & loss account except nonrecovery income e.g. Sale of Fixed Assets.
(b)
In case bidder is holding company, MAAT & LA referred to in clause 4.2 (a) and (b)
above shall be that of holding company only (i.e. excluding its subsidiary/ group
companies). In case bidder is a subsidiary of a holding company, MAAT and LA
referred to in clause 4.2 (a) and (b) above shall be that of subsidiary company only
(i.e. excluding its holding company).
Location :: Lucknow;
ii) Each of the other partner(s) shall meet, not less than 25% of the minimum
criteria given at Para 4.2 above.
4.3.2 The joint venture must satisfy collectively the Criteria of Clause 4.2 above for
which purpose the relevant figure of average annual turnover and liquid assets /
credit facilities for each of the partners of the JV shall be added together to arrive
at joint Venture total capacity.
4.3.3 The Lead Partner shall be authorized to incur liabilities and receive instructions
for and on behalf of any and all can also be received by other partner(s) based on
authorization of Lead Partner. Partners of the Joint Venture, and the entire
execution of the Contract shall be done with the Lead Partner and payment under
the contract shall be received by the Lead Partner on behalf of the Joint Venture
as per Power conferred to him in the power of Attorney. The authorization shall
be evidenced by submitting a Power of Attorney signed by legally authorized
signatory of all the partners on required stamp papers.
4.3.4 All partners of the Joint Venture shall be liable jointly and severally for the
execution of the Contract in accordance with the Contract terms and a copy of
agreement entered into by the Joint Venture partners having such a provision
shall be submitted with the bid.
4.3.5 The Bidder shall also furnish following documents / details with its bid:
(i)
A certificate from banker (as per format) indicating SEPRATELY
various fund based and non fund based limits sanctioned to the bidder
and the extent of utilization as on date. Such certificate should have
been issued not earlier than three months prior to the date of bid
opening. Whenever necessary UPPTCL may make queries with the
bidders bankers.
(ii)
The complete annual reports together with Audited statement of
accounts of the company for last five years of its own (separate)
immediately preceding the date of submission of bid.
[Note: I. In the event the bidder is not able to furnish the information of its
own (i.e. separate), being a subsidiary company and its accounts are
being consolidated with its group/holding/parent company, the bidder
should submit the audited balance sheets, income statements, other
information pertaining to it only (not of with its group/holding/parent
company) duly certified by any one of the authority [ (i) Statutory Auditor of
the bidder / (ii) Company Secretary of the bidder or (iii) A certified Public
Accountant] certifying that such information / documents are based on the
audited accounts as the case may be.
II.
Similarly, if the bidder happens to be a Group/Holding/Parent
Company,
the
bidder
should
submit
the
above
documents/information of its own (i.e. exclusive of its subsidiary)
duly certified by any one of the authority mentioned in Note-I
above certifying that these information/ documents are based on
the audited accounts, as the case may be.]
(iii)
Bidder shall have adequate sub-station design infrastructure and
erection facilities and capacity and procedures including quality
control.
(iv)
The bidder shall have a project manager with 15 years experience in
executing such contract of comparable nature including not less than
five years as manager.
Location :: Lucknow;
4.4
QUALIFICATION CRITERION
4.4.1 Prequalification will be based on meeting all the following minimum pass/fail
criteria regarding the Applicants general and particular experience, personnel
and equipment capabilities, and financial position, as established by the
Applicants responses in the forms attached to the Letter of Application (specific
requirements for joint ventures are given specifically).
4.4.2 General Experience: The Applicant shall meet the minimum criteria outlined in
Section I of the Invitation for Prequalification, for the tender.
4.4.3 Personnel Capabilities: The Applicant must have suitably qualified personnel to fill
the following positions. The Applicant will supply information on a prime
candidate and an alternate for each position, each of whom should meet the
experience requirements as specified below:
Position
Total
experience
(years)
In similar
works and
financial
magnitude
As manager of
similar works and
financial
magnitude
(years)
(years)
Project manager
15
10
15
10
4.4.4 Financial Position: The Applicant shall establish that he has access to, or has
available, liquid assets, unencumbered real assets, line of credit, and other
financial means sufficient to meet the contract cash flow for a period of three
months, net of the applicants commitments for other contracts,
4.4.5 The audited balance sheets for the last five fiscal years (of the bidder) shall be
submitted and must establish the soundness of the Applicants (each member of
Joint Venture) financial position, showing long-term profitability. Where necessary,
the Employer will make inquiries with the Applicants bankers.
4.4.6 Quality Assurance: The Applicant (each member of Joint Venture) must have an
ISO 9000-2001 standard Quality Assurance System. For main components to be
subcontracted if the Subcontractors are not ISO 9000-2001 certified, the Applicant
shall implement his own Quality Assurance System in the Subcontractors
Workshops.
4.4.7 Litigation History: The Applicant should provide accurate information on any
litigation or arbitration resulting from contracts completed or under execution by
him over the last five fiscal years. A consistent history of awards against the
Applicant or any partner of a joint venture may result in failure of the application.
4.4.8 Restriction to trade or black listing History: The Applicant should provide accurate
information on any restriction to trade or his black listing resulting from contracts
completed or under execution by him over the last five fiscal years. A consistent
history of restriction or black listing against the Applicant or any partner of a joint
venture may result in failure of the application.
Location :: Lucknow;
4.5
Joint ventures
4.5.1 If the Applicant comprises a number of firms combining their resources in a joint
venture, the legal entity constituting the joint venture and the individual partners in
the joint venture shall be registered in eligible source countries and shall otherwise
meet the requirements of Clause 4.3 of Section-I (Invitation for Pre-Qualification).
The leader of the joint venture and all other partners shall definitely be as per
clause no. 4 (Qualification of the bidder) of section I.
The joint venture must satisfy the criteria of Clause 4.3 of Section-I. For this
purpose the following data of the joint venture to meet the qualifying criteria must
be given with the bid:
a)
b)
c)
d)
e)
f)
g)
Any bid shall be signed so as to legally bind all partners, jointly and severally, and
any bid shall be submitted with a copy of the joint venture agreement providing the
joint and several liability with respect to the contract.
4.5.2 The prequalification of a joint venture does not necessarily prequalify any of its
partners individually or as a partner in any other joint venture or association.
5.
6.
7.
COMPLETION PERIOD:
The substation has to be erected, tested and commissioned within 12 (Twelve)
months from the date of letters of intent or from the date of handing over of land
which ever is later.
On date of letter of intent land shall be available for immediate start of work.
The progress shall be monitored as per approved project implementation
schedule and PERT.
In case individual equipment/material, the date of receipt of goods at UPPTCL
site shall be treated as the date of delivery. In case of part dispatches the
delivery shall be deemed to have been effected when last component/part of
the equipment/material of the serviceable lot / set has been delivered
LIQUIDATED DAMAGES FOR DELAYS IN SUPPLY / COMPLETION PERIOD
In case of delay in completion period/handing over of substation beyond
agreed schedule, liquidated damages @ 0.5% per week subject to maximum of
10% of aggregate contract value shall be deducted from the Bidders bills.
However liquidated damages, if any, shall be adjusted against balance
amount of 20% and 10% available for electrical & civil works respectively, which
are to be released after successful commissioning.
TERMS AND CONDITIONS
The terms & conditions of the contract shall be governed by the General
Conditions for Supply of Plant and Execution of Works FORM A.
Location :: Lucknow;
8.
ELIGIBLE APPLICANTS
1) The Applications of the contractors/firms, who had been debarred to trade by any
other board or corporation of energy sector of any Indian state or any foreign
country, shall not be considered. The Applicants have to declare that they have
not been debarred as detailed above through their own statement duly supported
by a notarized affidavit on a Non Judicial stamp paper of Rs. 100/- in this regard
along with their application.
2) If it comes to the notice of Corporation, that the Applicant has given any fictitious
information/ Performa or he is involved in mafia activities or he has terrorized the
prospective Applicants or he has tried to stop them in participating the tender
process then the tender process can be cancelled and under such circumstances
the losses to the Corporation shall be recovered from the concerned Applicant.
For agreement with successful bidder, the photo of proprietor in case of
proprietor ship firm, the photo of all the partners in case of partnership firm along
with their partnership deed and photo of authorized person along with authority
letter by Board of Director of company, in case of company, registered under
company Act 1956 shall be required.
. 3) The documents could be downloaded from UPPTCL web site at www.upptcl.org
and will require to pay a non-refundable fee of Rs.10,500.00 (Rupees Ten
Thousand Five Hundred only) in the form of Demand Draft, at the time of
submission of application in favour of SE (HQ) to CE (Trans) , UPPTCL,
Lucknow.
4) The Applicant shall also provide an Earnest Money Deposit to the amount of
refundable fee of Rs 25,00,000.00 (Rupees Twenty Five Lacs only) in the form
of bank guarantee valid for one (1) year as per the attached format in favour of
S.E.,E.S.D.C.-II, Uttar Pradesh Power Transmission Corporation Ltd. 13 th
Floor Shakti Bhawan Extn., Lucknow. The Earnest Money Deposit will be
refunded to the unqualified applicants immediately and to the qualified
applicants after award of the contract.
5) Offers without proper earnest money shall not be considered under any
circumstances.
Location :: Lucknow;
SECTION II
INSTRUCTIONS TO BIDDERS
1.
GENERAL
2.
3.
4.
5.
PREPARATION OF BID
6.
7.
SUBMISSION OF BID
8.
VALIDITY
9.
10.
EVALUATION OF BID
11.
AWARD OF CONTRACT
12.
DEVIATIONS
13.
CANVASSING
14.
Location :: Lucknow;
1.
GENERAL
1.1 The Employer, Uttar Pradesh Power Transmission Corporation Ltd. (UPPTCL)
intends to proceed with this tender for which this Invitation for Prequalification is
issued.
1.2 The Employer intends to prequalify firms or joint ventures to tender for the work
outlined in the Prequalification Detail.
1.3 Work completion period is outlined in the Prequalification Detail.
1.4 General information on the location and scope of the works to be covered by the
tender is outlined in annexure-I.
2.
ELIGIBILITY AND QUALIFICATION CRITERIA
2.1 Prequalification will be based on the applicant meeting the minimum pass/fail
criteria regarding the applicants general and particular experience, personnel and
equipment capabilities, and financial position, specified in the Prequalification Data,
as demonstrated by the applicants responses in the forms attached to the Letter of
Application and other requested documentation. Specific requirements for joint
ventures are also set forth in minimum qualification.
2.2 When the applicant intends obtaining highly specialized inputs (essential for
execution of the contract) from specialized subcontractors, application forms shall
be completed for such subcontractors and their inputs.
2.3 Experience of subsidiary companies or holding companies of bidder shall not be
considered as experience of the bidder.
3.
PREQUALIFICATION AND TENDERING
3.1 The employer reserves the right to:
a)
amend the scope and value of contract to be tendered, in which event only
those prequalified applicants who meet the amended requirements will be
invited to tender for the contract.
b)
reject or accept any application without assigning any reason thereof; and
c)
3.2
3.3
Price part of only those firms and joint ventures that have been
prequalified under this procedure will be opened. A firm may apply for
prequalification either individually and as part of a joint venture.
However, a firm or a member of a joint venture may participate as a
tenderer, either individually or as a partner in a joint venture.
Location :: Lucknow;
c)
d)
Location :: Lucknow;
5.
PREPARATION OF BID
5.1
5.2
5.3
The Bid should be prepared and submitted strictly in accordance with the
instruction contained in these specifications. The Bid shall be complete in
all respects. Bid must be submitted in the manner specified on the
attached prescribed schedules and/or copies thereof. To complete the
proposal, the Bidder must fill the Bid form, declaration, all schedules and
data sheets, annexed with the specification item by item in accordance
with the instructions and notes supplementary thereto. The interpolations,
insertion, cutting and corrections made in the Bid offers should be duly
initialed by the Bidder.
Location :: Lucknow;
5.4
Each Bidder shall supply the data required on sheets annexed with the
specifications by typing at appropriate places against each item to
facilitate preparation of comparative statements. These sheets must be
properly signed by authorized representative of the Bidder/manufacturer
testifying the data submitted. All schedules must be duly filled in and shall
be enclosed with each copy of the Bid, In case the Bidder does not supply
any of the required information at the time of Bid, necessary loading may
be made while evaluating the prices of his offer without giving him any
further opportunity to supply or clarify the same. The Bidders are notified
that in case the required information are not furnished in the specified
Performa/schedules attached with the specification, the Purchaser shall
not be responsible for any error in the evaluation of their Bids on this
account, Further the failure to comply with this requirement may result in
the rejection of the Bid at the discretion of the Purchaser.
5.5
6.0
6.1
7.0
SUBMISSION OF BID :
7.1
"The Bidder shall submit his Bid in duplicate in three separate parts. Each
part shall be kept in double cover, inner one being sealed.
I)
Bid Part-I
This part shall contain the earnest money, technical and commercial
particulars, pre qualifying details, details & make of equipments, quantity
and delivery/completion period offered. The cover containing this part of
bid shall be super scribed "Bid Part-I (Earnest Money, Technical and
Commercial details etc.). Two soft copies in MS Word of Schedule of
Guaranteed Technical Particulars (Schedule R) of all the equipments
would also be submitted in this envelope.
Technical and Commercial details of Civil works shall be submitted in
separate folder within this part.
Location :: Lucknow;
II)
Bid Part-IIA
This part shall contain the prices for Civil Works. The cover containing
this part shall be super scribed "Bid Part-II A (Prices for Civil works)".
Two soft copies of Price Schedule prepared in MS Excel would
also be submitted in this envelope.
III)
Bid Part-IIB
This part shall contain the prices for Electrical/Mechanical works covering
all works other than civil works. The cover containing this part shall be
super scribed "Bid Part-IIB (Prices for Electrical/Mechanical works
covering all works other than civil works)." Two soft copies of Price
Schedule prepared in MS Excel (Q1 to Q4) would also be
submitted in this envelope.
The envelopes of above three parts shall be kept in another envelope
which shall also be sealed and super scribed on top as under :"BID FOR CONSTRUCTION OF 01 NO. 132 KV SUBSTATION
KURSATO (VARANASI) ON TURNKEY BASIS AGAINST UPPTCL
SPECIFICATION NO. ESD- 385 DUE FOR OPENING ON 02.03.2015
7.2
7.2.1
7.2.2
7.2.3
Besides the Earnest money, other relevant information and the following
documents, duly filled in must also accompany the Bid part-I.
Location :: Lucknow;
Form (0)
Form (1)
Form (2)
Form (2A)
Form (3)
Form (3A)
Form (5)
Form (5A)
Form (6)
Form (7)
Form (8)
Form (9)
Form (10)
Letter of Application
General Information
General Experience Record
Joint Venture Summary
Particular Experience Record
Details of Contracts of Similar Nature and
Complexity Substations
Summary
Sheet :
Current
Contract
Commitments/Works in Progress
Personnel Capabilities
Candidate Summary
Equipment / System Requirements
Financial Capabilities
Litigation History
Restriction and black listing History
Bank Guarantee format for Earnest Money
Deposit
Location :: Lucknow;
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
7.3.1
7.3.2
Schedule F
Location :: Lucknow;
8.0
VALIDITY:
The Bids shall be valid for a period of six (6) calendar months from the
date of opening of the Part I or any extended date of opening. Bid with
lesser validity are liable to be rejected.
9.0
9.1
Ex-work price
Freight
(b)
(d)
(e)
9.2.1
NATURE OF PRICES:
The prices of all the items including ex-works prices, packing and
forwarding, freight, insurance, erection, testing, & commissioning etc.
shall remain firm in all respects throughout the currency of the contract.
10.0
EVALUATION OF BID:
10.1
In comparing Bids and making awards, the Purchaser may consider such
factors as, compliance with specification, relative quality and adaptability
of suppliers or services, experiences, record of integrity in dealing, ability
to furnish repairs and maintenance service, the time of delivery, capability
to perform, and available facilities such as adequate shops, equipment
plant, technical organization etc.
10.2
In case prices of some items are given in lump-sum, where unit prices are
required, Purchaser reserves the right to evaluate unit price on the basis
of the quoted lump-sump prices.
10.3
In case, where a Bidder does not quote F.O.R. destination price asked
for, their quoted unit prices shall be loaded by appropriate additional
factors on Ex-work prices as below.
Location :: Lucknow;
10.4
10.5
10.6
If the Bidder fails to quote prices for any of the item (s) / component(s) as
asked for or confirm its supply free of cost, the highest prices as quoted
by other Bidder for the same shall be added to arrive at F.O.R destination
computed prices of such Bidder for comparison purpose only.
10.7
The prices shall be compared inclusive of excise duty, Sales Tax/ Trade
Tax any other taxes/duties.
10.8
11.0
AWARD OF CONTRACT :
11.1
The Purchaser is not bound to accept the lowest Bid and may reject any
or all the Bidders, without assigning any reason.
11.2
The successful Bidder shall have to enter into a contract agreement with
the Purchaser as per General conditions of form A and other special
conditions attached with the Bid specifications.
Location :: Lucknow;
12.0
DEVIATIONS :
The offer should be strictly in line with conditions, specification and other
requirements maintained in this Bid specification document.
No
deviations are permitted except under special circumstances. Should the
Bidder wish to depart from the conditions, provisions and specifications of
Bid documents in any way he must draw specific attention to such
departure (s). All such deviations shall specifically be filled up in the
relevant deviation schedule. If deviations are not specifically recorded in
this schedule and submitted along with the Bid document it will be
presumed that there are no deviations and this interpretation will be
binding upon the Bidder.
Purchaser is, however, not bound to accept all or any deviations as
mentioned in such schedule. Bidders are also advised not to enclose their
own standard or printed conditions etc, as the same shall not be
considered.
13.0
CANVASSING:
No Bidder shall canvass any Corporation's official of the Engineer, with
respect to his own or other's Bid. Contravention of this condition will result
in rejection of the Bid. This clause shall not be deemed to prevent the
Bidder from supplying to the Engineer any further information/ clarification
asked for, by the Engineer.
14.0
Location :: Lucknow;
SECTION III
SPECIAL CONDITIONS OF SPECIFICATIONS
INDEX
1.0
SCOPE
2.0
EXCLUSIONS
3.0
NATURE OF CONTRACTS
3.1
CIVIL/ELECTRICAL CONTRACTS
3.2
VETTING OF DOCUMENTS
3.3
3.4
QUANTITY VARIATION
3.5
4.0
5.0
6.0
TECHNICAL SPECIFICATIONS
7.0
PRICES
8.0
9.0
TERMS OF PAYMENT
10.0
DEVIATIONS
11.0
COMPLETION PERIOD
12.0
13.0
14.0
PROGRESS REPORTS
15.0
16.0
17.0
APPROVAL OF DRAWINGS
18.0
19.0
INSTRUCTION MANUALS
20.0
Location :: Lucknow;
21.0
22.0
23.0
MATERIAL QUALITY
24.0
25.0
PACKING
26.0
DESPATCH OF EQUPMENT
27.0
28.0
PERFORMANCE GUARANTEE
29.0
30.0
PATENTS
31.0
INSURANCE
32.0
TRAINING OF ENGINEERS
33.0
SPARE PARTS
34.0
LOCAL CONDITIONS
35.0
CONSTRUCTION MACHINERY
36.0
37.0
38.0
39.0
40.0
41.0
REPLACEMENT OF DEFECTIVE
RECTIFICATION OF DEFECTS
42.0
SURPLUS MATERIALS
43.0
44.0
WITHHOLDING OF PAYMENTS
45.0
NOTICE TO BIDDER
46.0
47.0
JURISDICITON
CRITICAL DEFAULT AND DEBARMENT
PARTS
EQUIPMENTS
WORKS
&
Location :: Lucknow;
SCOPE
1.1
1.2
THE BIDDERS SCOPE OF WORK SHALL INCLUDE BUT NOT BE LIMITED TO THE
FOLLOWING;
(a)
Design & engineering of all systems, subsystems, equipments,
materials and services.
(b)
Manufacturing,, assembly, inspection, testing, packing, forwarding,
loading, unloading, transportation, transit insurance & supply of all required
structures, equipments & materials at site including port & custom
clearance if required
(c)
Receipt, storage, insurance, preservation & conservation of all
structures, equipments & materials at site.
(d)
Fabrication & reassembly (if any), erection, testing & commissioning
of individual equipments, sub systems /systems.
(e)
Commissioning & putting into successful operation.
(f)
Providing engineering data, drawings and O & M manuals for
Purchasers reference & records
(g)
Furnishing T&P and spares on FOR site basis.
(h)
Training to Purchasers personnel.
(i)
All Civil works including leveling, developing & dressing of land,
security wall with gate & guard room, chain link fencing, control room
building, transformer plinth, main & auxiliary foundations, cable trenches
with racks & covers, roads, drainage system, sump well & sump house,
store shed, water supply, overhead tank, pipe line & pump house, deep
tube well and other required works specified under detailed civil
specifications hereinafter.
(j)
Over all co-ordination with internal/ external agencies, obtaining
approval of the electrical inspector and other concerned authorities in
respect of works to be carried out under the contract.
2.0
(a)
(b)
EXCLUSIONS
Termination of incoming lines on the incoming gantry
Transmission lines / towers if any.
Location :: Lucknow;
3.0
3.1
NATURE OF CONTRACTS
The Contract for construction of above 132 KV Substation on single source
responsibility, on turnkey basis shall be awarded in THREE parts.
The first contract shall be called Supply of equipment and material
Contract covering all supplies, other than civil works, required to complete
total scope under these specifications. The second contract shall be called
Handling, Erection, testing, commissioning and handing over other than
civil works. The third contract shall be called Civil Contract covering all
civil works under its scope.
The Bidder shall be fully responsible for the works to be executed
under all the contracts and any breach under one contract shall be
automatically deemed as a breach of other contract giving UPPTCL right to
take appropriate action under any / all the contracts including right to
recover damages from any/ all the contracts or terminate any / all the
contracts.
Notwithstanding executing the separate contracts & breakup of contract
prices the contracts shall all times be construed as a single source
responsibility contract. Complete project management, overall coordination between civil & electrical works for timely commissioning of
Substation shall be Bidders responsibility.
3.2
VETTING OF DOCUMENTS
The Bidder shall bear all the charges in respect of vetting and execution of
contract documents
3.3
3.4
QUANTITY VARIATION
The quantities of individual items/works under any or all the above
contracts may vary to any extent, however the total value of such variations
shall not exceed the 10% of the aggregate contract value.
Such variations in quantities / work, under any of the above contracts,
upto 10 % of the concerned contract value shall be allowed by concerned
Engineer of Contract(Agreement authority) under intimation to other
Engineer of Contract(Authorized field officer by Engineer of contract).
However if such variation is likely to exceed 10% of the contract value of
any contract , the variation shall be allowed by concerned Engineer of
Contract after taking prior concurrence of other Engineer of Contract in
writing.
3.5
Location :: Lucknow;
5.0
5.1
5.2
5.3
5.4.
5.5
6.0
TECHNICAL SPECIFICATIONS
6.1
UPPTCL procures all the equipments & materials for Substations. Keeping
into consideration the interchangeability and future extension of substation,
all equipments and materials to be supplied shall conform to the UPPTCLs
current Bid specifications for similar equipments & materials.
Location :: Lucknow;
6.2
6.3
6.4
6.5
7.0
8.1
8.2
Location :: Lucknow;
8.3
8.4
8.5
8.6
8.7
8.8
8.9
9.0
9.1
Location :: Lucknow;
9.2
Payment
9.2.1
9.2.2
9.2.3
10.0
DEVIATIONS
Unless brought out clearly, the Bidder shall be deemed to conform strictly to
the provisions of the Bid documents. All deviations from the specifications
shall be clearly brought out in respective schedule of deviations. Any
discrepancy between the specification and the catalogue of the Bid, if not
clearly brought out in the schedule, will not be considered as a valid
deviation.
COMPLETION PERIOD
The substation has to be erected, tested and commissioned within 12
(Twelve) months from the date of letter of intent or from the date of handing
over of land whichever is later.
The progress shall be monitored as per approved project implementation
schedule & PERT.
In case of individual equipment/material the date of receipt of goods at
UPPTCL site shall be treated as the date of delivery. In case of part
dispatches the delivery shall be deemed to have been effected when last
component/part of the equipment/material of the serviceable lot/set has
been delivered.
EXPENDITURE UNDER CONTRACT
The Bidder shall furnish a cash flow chart with in 30 days of issue of letter
of intent indicating month wise financial liabilities of the Purchaser during
the execution of the project which is fairly representative of the actuals for
supply, erection, testing and commissioning, individually and collectively.
11.0
12.0
Location :: Lucknow;
13.0
13.1
13.2
13.3
13.4
14.0
14.1
i)
ii)
iii)
iv)
v)
vi)
vii)
Location :: Lucknow;
14.2
i)
ii)
iii)
15.0
15.1
16.0
16.1
16.2
EQUIPMENT/SYSTEM DRAWINGS
The Bidder shall submit drawings / literatures of all the equipments/
materials in duplicate to Engineer of Contract for his review and approval
within a month of issue / acceptance of letter of intent.
The drawings to be submitted are specified under technical
specifications of respective equipments. These shall necessarily include
General arrangement drawing, foundation details, schematic wiring
Location :: Lucknow;
16.3.2
16.3.3
16.3.4
Location :: Lucknow;
16.4
17.0
17.1
17.2
17.3
17.4
17.5
Location :: Lucknow;
17.6
The Bidder shall be responsible for and shall pay for any alterations of the
work due to any discrepancies, errors and omissions in the drawings or
other particulars supplied by him, whether such drawings or particulars have
been approved by Engineer or not..
No extension of delivery periods shall be granted on this account.
18.0
18.1
18.2
18.3
18.4
18.5
18.6
18.7
19.0
19.1
19.2
INSTRUCTION MANUALS
The Bidder shall submit to the Engineer 'Descriptive Manuals', i.e. system
design concept, detailed catalogues of equipment and typical equipment
instructions for this project, for all major systems and equipment, covered
under this contract along with dispatch of equipment. These initial copies of
descriptive manuals shall be in sufficient details, bringing out detailed
internal construction, characteristics, performance parameters, principles of
operation, maintenance requirements, replacement and renewals needed,
erection and overhauling procedure, testing and operation procedure etc. for
various equipment.
The integrated instruction manuals, fully defining the interfaces between
various systems and complete in all respects shall be submitted by the
Bidder one month before scheduled date of commissioning. The instruction
manuals shall contain full details of designation and drawings of all the
equipment furnished, the erection procedure, testing procedure, operation
and maintenance procedure of the equipment, single line diagrams, and
schematics. After the commissioning and initial operation of the plant,
modifications/ additions/changes, wherever required shall be incorporated in
Location :: Lucknow;
19.3
20.0
the instruction manuals and drawings shall be submitted by the Bidder to the
Purchaser.
The manuals shall be specific to the equipment supplied and not of general
nature
DOCUMENTS AND ERECTION DRAWINGS
The Bidder shall submit within a reasonable time but at least four (4) weeks
before dispatch of equipment (as per distribution schedule) the following
drawings/ documents and instruction manuals etc. to the consignee and the
Engineer.
i)
ii)
iii)
iv)
v)
vi)
21.0
(ii)
(iii)
iv)
(v)
(vi)
Single line diagram, Foundation Earth mat and Cable trenches layout,
Electrical layout, Sectional drawing, Control / Relay / Battery / Carrier
room drawings showing positions of panels etc.
Cable schedules and diagrams of cable interconnections
between different equipments clearly showing cable numbers, terminal
numbers, ferrule numbers and the purpose.
Drawings of all equipments as detailed in technical specifications of
respective equipments necessarily including schematic drawings and
terminal block drawing where ever applicable whether mentioned in
respective technical specifications or not.
Switchyard and Control room lighting layout clearly showing different
circuits, position of junction boxes, fuses, MCBs, model number
wattage and make of lighting fixture, routes of cable laid in switchyard
and diagram of wiring carried out in different building mentioning cable
sizes.
Commissioning test results of all the equipments
Erection, testing, commissioning, operation and maintenance manuals
of all equipments/ systems and subsystems.
Any other relevant drawing, layout or/and manual asked for by
Purchaser.
Location :: Lucknow;
23.0
23.1
MATERIAL QUALITY
All materials used in construction of the equipment/plants/works shall be
new and shall comply with the standards and codes specified and shall be
selected from the best available, considering strength, durability and
engineering practices. It will not deteriorate or distort under the prevailing
extremes of atmospheric conditions and under the extreme service
parameters. Where material/ workmanship have not been specifically
described in these specifications the Bidder shall specifically obtain approval
of the Engineer. The proposal for obtaining the approval shall clearly bring
out the merit and demerit.
The workmanship and design shall be in accordance with the best
engineering practice and shall be such as have been proved to be suitable
for the intended purpose and for giving satisfactory performance under the
prevailing climatic conditions and proposed system of supply. Liberal factors
of safety shall be used throughout the design and special consideration shall
be given for part subject to alternative stresses or shocks under
service/operating conditions.
All consumables, lubricants, grease, control fluids etc. required for erection,
operation, testing & commissioning shall have Indian equivalents, which can
also be mixed with original lubricants for make-up purpose.
23.2
23.3
23.4
RAW MATERIAL :
The Bidder shall himself be responsible for timely arrangement/
procurement of all the raw materials required for the manufacture of all
Bided items and shall furnish their test certificates to the Purchaser.
However, depending on the policy of the Govt. of India, Corporation may
issue essentiality certificates, for arrangement of such raw materials through
CEA, DOE, DGTD or other, who may allot the same to the Bidder, at their
discretion directly from any of the producers of such raw materials or other
sources, but without any financial liability to the Corporation of affecting /
linking the delivery of the equipment with the availability of raw material
against such certificates or recommendations.
Location :: Lucknow;
23.5
23.6
24.0
24.1
Bidder shall be wholly responsible for the quality control and quality
assurance for the manufacture, supply, erection, testing and commissioning
etc.
During inspection, destructive testing and non destructive test evaluation
shall be done, wherever applicable, in presence of Purchaser's
representative in accordance with established norms. Directions of
Purchaser shall be rigorously followed.
INSPECTION AND TESTING
The Purchaser reserves the right to inspect any machinery and material to
ensure that approved Q.A.P. is being strictly implemented by the Bidder or
his Sub Bidder / Supplier under this contract, and to reject any item found
defective in workmanship or design, or otherwise unsuitable for the use and
purpose intended or which is not in accordance with the intent of this
contract. The Bidder should, on demand by the Purchaser, rectify or replace
Location :: Lucknow;
24.2
24.3
24.3.1
PENAL CHARGES
In case the equipment is not available for inspection at the time of arrival of
inspection officers, the Bidder shall pay to UPPTCL towards futile journey a
sum decided by Chief Engineer (Projects), UPPTCL and demanded by
"Engineer of Contract". This amount shall be paid within 10 days form the
date of demand, Further action for inspection of the material shall be taken
only after the said amount is deposited
24.4
24.5
24.6
Location :: Lucknow;
24.8
24.9
24.10
24.11
REJECTON :
Purchaser reserves the right to reject any equipment if during the tests at
works or site, the test value achieved do not comply with the respective
standard/ specifications and exceeds that tolerable limits. Rejection of any
equipment will not be held as a valid reason for delay in timely completion of
the work
No equipment, to be furnished or used in connection with this contract shall
be dispatched, until factory inspection and acceptance test have been
carried out satisfactorily and dispatch authorization issued by Engineer of
Contract. Such factory inspection of the equipment or approval of
acceptance tests shall not however, relieve the Bidder from full responsibility
for supplying equipment conforming to the requirements of this contract, nor
prejudice any claim, right or privilege which the Purchaser may have
because of the use of defective or unsatisfactory equipment should
Purchaser waive the right to inspect any equipment, such waiver shall not
relieve the Bidder any way from his obligations under this contract. The
inspection/waiver by Engineer and/ or approval of test certificates shall in no
way limit the liabilities and responsibilities of the Bidder in respect of the
agreed quality assurance program, and the desired performance of the
equipment.
In all cases where the contract provides for tests whether at the premises or
works of the Bidder or of any Sub-Bidder, the Bidder shall provide free of
charge such items as labour, materials, electricity, fuel, water, stores,
apparatus and instruments as may be reasonably required to carry out
effectively, such tests on the equipment in accordance with the contract and
shall give facilities to the Engineer or to his authorized representative to
accomplish inspection.
All the expenses incurred for testing including material consumed in testing
shall be to the Bidder's account
Purchaser will not entertain any request for waiver of inspection on the
ground that sub-vendors are not agreeing for the Purchaser's inspection. It
is the responsibility of the Bidder to ensure that all the requirements of the
Purchaser as envisaged in the technical specifications are incorporated.
The Bidder is required to record the following certificates on the invoices and
challans of each and every consignment:
"Certified that material being dispatched against the above invoices
and challan has been inspected and tested by the representative of
Engineer of the contract on (date) and all the test results were satisfactory,
as per approved test certificate enclosed."
Or
Certified that inspection of material being dispatched against the
above invoice and challan has been waived off by Engineer of Contract vide
letter No......................Dt......................... (Copy enclosed) and all the
acceptance and routine tests as per relevant standards and those provided
in Contract, have been conducted and all the test results were found
satisfactory as per test certificates enclosed."
Location :: Lucknow;
25.0
25.1
25.2
25.3
25.4
25.5
25.6
25.7
25.8
25.9
26.0
26.1
26.2
PACKING
All equipment shall be suitably protected, coated, covered or boxed and
crated to prevent damage or deterioration during transit, handling and
storage at site till the time of erection. While packing all the materials, the
limitations from the point of view of availability of transportation facilities s in
India should be taken into account. The Bidder shall be responsible for any
loss or damage during transportation, handling and storage.
The Bidder shall include and provide for security protection and packing the
plant so as to avoid loss or damage during transport by any mode.
All packing shall allow for easy removal and checking at site. Wherever
necessary, proper arrangement for attaching slings for lifting shall be
provided. All packages shall be clearly marked for with signs showing 'up'
and 'down' side of boxes, and handling and unpacking instructions as
considered necessary. Special precautions shall be taken to prevent rusting
of steel and iron parts during transit and storage. Gas seals or other
methods proposed to be adopted for protection against moisture during
transit shall be to the satisfaction of the engineer.
The cases containing easily damageable material shall be very carefully
packed and marked with appropriate caution symbols i.e. FRAGILE,
HANDLE WITH CARE, USE NO HOOKS etc.
Each package delivered under the contract shall be marked by the Bidder at
his expense and such marking must be distinct (all previous irrelevant
marking being carefully obliterated). Such marking shall show the
description and quantity of contents, the name of consignee and address,
the gross and net weights of the package, the name of Bidder with a
distinctive number of mark sufficient for purpose of identification. All
markings shall be carried out with such materials as to ensure quickness of
drying, fastness and legibility.
Each Package shall contain a note quoting specifically the name of the
Bidder, the number and date of contract or order and the name of office
placing the contract, nomenclature of the stores and include a schedule of
parts for each complete equipment giving the parts number with reference to
the General Arrangement/ Assembly drawing and the quantity of each part,
drawing number and tag numbers.
All equipment/material shall be suitably packed for transport, carriage at site
and outdoor storage during transit. The Bidder shall be responsible for any
damage to the equipment during transit. The contents of each package shall
bear marking that can be readily identified from the package list and packing
shall provide complete protection from moisture, termites and mechanical
shocks etc.
Any material found short inside the packing cases shall be supplied by the
Bidder without any extra cost.
Not withstanding anything stated in this clause the Bidder shall be entirely
responsible for any loss, damage or depreciation to the stores.
DESPATCH OF EQUPMENT
Detailed dispatch instructions will be intimated to the Bidder. All materials
shall be dispatched by road.
The Bidder shall intimate, at least thirty (30) days in advance to the
consignee as well as the concerned Superintending Engineer at site, the
probable date when the equipment will be ready for dispatch from the works.
Notification of delivery or dispatch in regard to each and every consignment
Location :: Lucknow;
26.3
27.0
28.0
PERFORMANCE GUARANTEE
1) The guarantee period of all the equipments (except Transformer) shall
be 12 months from the date of taking over of plant as specified in Form
A. For Transformer the guarantee period shall be 60 months from the
date of taking over of the plant. The date of taking over shall be the date
of commissioning of s/s suitable for commercial use or 100% completion
of electrical and civil works whichever is later.
Damages for not meeting above performance guarantee shall
be assessed and recovered from the Bidder at predetermined rates to
be communicated by Engineer of Contract.
2) Successful bidder shall have to submit a Bank Guarantee for 10% of
value of the contract within days twenty eight (28) days of issuance
of LOI, which should remain valid till one year after commissioning of the
s/s or completion of s/s in all respect whichever is earlier. Further before
release of this bank guarantee, fresh bank guarantee equivalent to 10 %
cost of power transformer shall have to be deposited which shall remain
valid for further period of four years and claim period of six months
thereafter.
29.0
29.1
29.2
29.3
Location :: Lucknow;
29.4
29.5
The equipment offered by the Bidder shall be complete in all respect with all
mountings, fittings, fixtures and standard accessories, terminal connectors
etc normally supplied with such equipments even though not specifically
detailed in the specifications but essential for proper design, efficient
operation and maintenance at no extra cost to the Purchaser unless
specifically mentioned to be excluded in the list of excluded items of the
contract. In the event of any controversy the decision of the Engineer of the
contract shall be final and binding.
The scope of work under this Contract shall also include all such items
which are not specifically mentioned in proposal/ contract but are necessary
for completion of the substation, unless otherwise specifically excluded in
this Contract.
30
PATENTS:
The Bidder shall pay all royalties and license fees and shall have the
Purchaser harmless from loss or annoyance on account of over sight or
claims of any kind, for violation or infringement of any letters of patent rights
by the Bidder or any one directly or indirectly employed by him by reason of
the use by him or them of any part, machine, manufacture and composition
of material on the works in violation or infringement of such letters of rights.
31.0
INSURANCE :
31.1
The Bidder at his cost shall arrange, secure and maintain insurance as may
be necessary and for all such amounts to protect his interests and interest of
the Purchaser, against all risks during transit, storage at site and erection,
testing and commissioning as detailed herein. The form and the limit of such
insurance as defined herein together with the underwriter thereof in each
case shall be as acceptable to the Purchaser. However, irrespective of such
acceptance the responsibility to maintain adequate insurance coverage at
all times during the period of contract shall be that of the Bidders alone. The
Bidder's failure in this regard shall not relieve him of any of his contractual
responsibilities and obligations.
The titles of equipment and material, supplied by Bidder or Sub-Bidder to
UPPTCL, shall pass on to UPPTCL on ex-works dispatch basis. The
transfer of title to UPPTCL shall not in any way relieve the Bidder of his
responsibilities during the period of contract. Any loss or damage to the
equipment during handling, transportation, storage and erection, testing and
commissioning shall be to the account of the Bidder. The Bidder shall be
responsible for preferring of all claims and making good for the damage or
loss by way of repairs and/ or replacement of the portion of the works
damaged or lost. The Bidder shall provide the Purchaser with a copy of all
insurance policies and documents taken out by him in pursuance of the
contract. Such copies of the documents shall be submitted to the Purchaser
immediately after such insurance coverage is taken The Bidder shall also
inform the Purchaser in writing at least sixty (60) days in advance, regarding
the expiry, cancellation and/or change in any of such documents and insure
revalidation/renewal etc. as may be necessary well in time.
The risks that are to be covered under the insurance shall include but not
limited to, the loss or damage in transit, theft, pilferage, riot, civil commotion,
weather conditions, accidents of all kinds, fire, war risk (during ocean
transportation only) etc. The scope of such insurance shall cover the entire
value of the works from time to time.
31.2
31.3
Location :: Lucknow;
31.4
31.5
31.6
31.7
31.8
32.0
All costs on account of insurance liabilities covered under the contract will
be to Bidder's account and are deemed to be included in the contract price.
However, the Purchaser may from time to time during the pendency of the
contract, ask the Bidder in writing to limit the insurance coverage risks and
in such case, the parties to the contract will agree for a mutual settlement,
for reduction in contract price to the extent of reduced premium amounts.
Third Party Risk and Public Liability Insurance
The Bidder shall take necessary insurance to indemnify third party risk
arising out of the work and its operation to be done by him at his own cost.
The Bidder shall also take public liability and property damage liability
insurance cover for the entire period of construction as well as operation &
maintenance period as given below:
Public Liability and Property Damage Liability Insurance covering all
operations under the contract.
a)
Limit for bodily injury or death up to and including Rs.2,00,000/- for
one person and Rs.5,00,000/- for each accident or incident.
b)
Limits for property damage up to and including Rs.5,00,00,000/- (i.e.
Rs. 5 Crores) for each accident or incident.
Automobile Liability Insurance
On all self propelled vehicles used in connection with this contract, whether
owned, non-owned or hired by the Bidder, limits of insurance shall be as
follows:
i)
For public liability up to and including Rs.2,00,000/- for one person and
Rs.5,00,000/- for each accident or incident.
ii)
For property damage up to and including Rs.2,00,000/- for each
accident or incident.
The insurance shall remain valid till 45 days after date of taking over of the
Substation.
TRAINING OF ENGINEERS
It shall be the responsibility of the Bidder to impart training to Purchaser's
engineer without any cost to the Purchaser i.e. free of cost for 50 man
weeks inclusive of all equipment/systems; periods for various equipments to
be mutually agreed between the Bidder and the Purchaser under this job.
Suitable documentation, drawing and spare part details etc. shall be made
available by the Bidder to the trainees so as to fully equip them for
preventive maintenance, capital maintenance and overhaul of various
equipments independently and with precision and speed. The Bidder shall
submit a proposal for training covering a total of 50 man weeks inclusive of
those specified elsewhere, covering recommended man weeks for design,
operation, and maintenance of each type of major equipment/system, for the
approval of Engineer before taking up the Training programme.
All expenditure on travel and stay for the trainees shall be borne by the
Purchaser. The Bidder shall make all suitable arrangements for stay of the
trainees at their works/offices. It is important that during training freeexchange of know-how is provided so that the trainees are made fully
conversant with the design, operation and maintenance of the
plant/systems.
Location :: Lucknow;
33.0
33.1
33.2
34.0
34.1
34.2
34.3
SPARE PARTS
Bidder shall recommend a set of spare parts required for normal
maintenance of each equipment offered for a period of five years along with
price of each spare part which shall remain valid for at least three years from
the complication of guarantee period. The Bidder shall supply the spare
parts promptly as and when required at reasonable prices through-out the
useful life of the equipment.
The Bidder shall further guarantee that, if he goes out of production of
spare parts then he will make available blue prints, manufacturer's drawings
of spare parts and specifications of materials and any other details sufficient
for manufacture of such spare parts at no cost to the Purchaser, to enable
the Purchaser to fabricate or procure spare parts from other sources. Such
fabrication or procurement of spares shall not constitute any infringement to
the patent rights of the Bidder/ Sub-Bidder and shall not subject the
Purchaser to payment of any royalty or other pecuniary benefits etc. The
Bidder will adopt modern and efficient spare parts management system
during the entire period since receipt of the spares at site.
LOCAL CONDITIONS
The Bidder is deemed to have informed himself of all local conditions and
factors which may have any effect on the execution of the works covered
under these documents and specifications. The Bidder is deemed to have
familiarize himself with the Income Tax Act 1961, the Companies Act, 1956,
Customs Act 1962, and other related acts and laws with latest revisions
prevalent in India.
The Bidder shall obtain and pay for all permits and licenses or other
privileges necessary to complete the work, certificate of which shall be
delivered to the Engineer and will become the property of the Purchaser.
The laws, rules and regulations of all Government authorities in India,
having jurisdiction over the work shall govern the work of this contract with
the same force and effect as if incorporated in full into the Contract
Documents. Where such laws, rules and regulations conflict with the
contract documents the more-stringent requirements as interpreted by the
Engineer shall govern. Should such conflict require changes in the contract
documents, the Bidder shall promptly notify the Engineer.
35.0
CONSTRUCTION MACHINERY
The Bidder shall bring his own construction/erection machinery for
construction, erection and commissioning of plant.
36.0
36.1
RESPONSIBILITY OF ERECTION/WORKS
The erection work shall be carried out under the supervision of the engineer
or his authorized representative. The Bidder may obtain technical assistance
from the specialists of the manufacture of plant and equipment for proper
erection but the responsibility for quality of workmanship will rest with the
Bidder.
The Bidder shall keep competent representative(s) constantly in charge of
construction and erection work on the premises during working hours. He
shall arrive at site at least two weeks in advance of start of work to acquaint
himself of the local conditions and to set up his site office and erection
organization. He shall obtain the approval of the Engineer wherever
36.2
Location :: Lucknow;
36.3
36.4
necessary, shall receive and comply with his direction, carry out work
according to approved drawings, specification and supervise the work of all
men employed by the Bidder or his Sub-Bidder. He shall inform the
Engineer of any inconsistency or discrepancy that may appear in drawings,
and specifications and will resolve it to the satisfaction of the Engineer.
The Bidder's representative at site shall not be withdrawn without the
previous consent of the engineer in writing.
If in the opinion of the Engineer the progress of erection work by the Bidder
at any stage needs expedition so as to ensure completion of work within the
stipulated time, the engineer shall have the right to instruct the Bidder to
increase the Bidder's manpower in appropriate categories and/or the
working hour per day and/or erection equipment and the Bidder shall comply
with these instructions forthwith.
37.0
38.0
38.1
38.2
39.0
39.1
39.2
40.0
40.1
40.2
Location :: Lucknow;
40.3
40.4
40.5
41.0
42.0
42.1
writing to the Bidder, shall be deemed to have been given to the Bidder.
The Engineer shall be at liberty to object to the representative or any person
employed by the Bidder in the execution of the works, who shall misconduct
himself or be incompetent or negligent and the Bidder shall remove the
person so objected to, upon the receipt from the engineer, notice in writing
requiring him to do so, and shall provide in his place a competent
representative to be employed for the purpose of the work at site shall be
made available when the Purchaser shall inform the Bidder in writing to that
effect. The service of the Bidder's representative shall be made available for
such period as the Engineer may require and he shall work at all reasonable
times as may be necessary to complete the work within the period specified
in the contract.
Bidder's representatives/employees shall abide by all general regulation, in
force on the site and to any special conditions affecting the local
administration, issued by the Purchaser or his duly authorized
representative. All the employees of the Bidder living on the land belonging
to the Purchaser shall be deemed to be aware of all dangers and risks
incidental to the activities of the Purchaser and other Bidders and the
conditions of the Purchaser's land and work from time to time, and the
Purchaser will not be responsible for any injury arising therefrom. The
Bidder shall discharge all the obligations under the Indian workman's
compensation act and labor laws so far as it will affect the work under his
control.
Employee identification
The Bidder or his representative shall present his employee identification to
the Engineer. Suitable method of identification shall be developed by the
Engineer/ Purchaser and the Bidder shall comply with the same.
REPLACEMENT OF DEFECTIVE PARTS/ EQUIPMENTS/WORKS & RECTIFICATION OF
DEFECTS:
In case any defect is discovered during installation, testing and
commissioning of equipment at site, the Bidder at his own cost shall rectify
the defect/ replace the equipment or material promptly as to achieve the
commissioning schedule.
In case any defect is discovered at site after taking over of the
Substation by the Purchaser in the materials supplied or works done by
Bidder, the Bidder at his own cost shall rectify the defect/ replace the
equipment or material promptly as soon as informed by the Purchaser.
SURPLUS MATERIALS
On completion of work all the material left surplus from those supplied by the
Bidder under the contract for which payment has been claimed shall be
handed over to the Purchaser at site stores in good condition. The Bidder
shall give full details of the materials supplied by him , quantities utilized on
works (based on the applicable drawings) and the balance returned to the
Purchaser and shall obtain a clearance certificate within one month after
completion and taking over of the Substation. The returning of material and
rendering of accounts for the material is a precondition for release of
payment against final bills and also the deposit towards performance at later
date.
In the event of surplus material being lost, destroyed or damaged while
being in Bidders custody before being taken over by the Purchaser, the
Location :: Lucknow;
42.2
43.0.
44.0
44.1
44.2
45.0.
46.0
46.1
Bidder shall be liable to make good the loss. In case the Bidder fails to
return the balance surplus material, the cost shall be recovered from the
Bidders pending bills, bank guarantees or by any other available means.
Any material handed over to the Bidder by Purchaser shall also be returned
by the Bidder to the Purchaser at the time of handing over of the Substation.
The provisions specified at above clause 42.1 shall also be applicable for
such materials.
WITHHOLDING OF PAYMENTS
The Purchaser may withhold the whole of or part of any payment due to the
Bidder, for reasons including but not limited to the following :
i) Non furnishing of drawing, manuals, documents such as project
implementation schedule, progress reports, dispatch intimations,
packing lists, erection, testing. commissioning intimations ,test reports
etc
ii)
Defective work not remedied or guarantees not met.
iii) Claims filed against the Bidder
iv) Failure by the Bidder to make due payments for the material or labor
employed by him.
v)
Damage to another Bidder directly employed by the Purchaser.
vi) Insufficient progress.
vii) Surplus material not returned.
When the grounds for withholding payments are removed, payments of the
amounts due to the Bidder shall be made by the Purchaser.
NOTICE TO BIDDER
Any notice to Bidder as the Purchaser deems fit shall be served through
registered post at registered or present office/ mailing address incorporated
in the contract.
All such postings shall be deemed good service of such notices and the time
mentioned in the conditions for doing any act after the notice shall be
reckoned from the date on which such notice shall reach to the Bidder in
normal course.
JURISDICITON
All disputes arising out of and touching or relating to the subject matter of
contract shall be subject to the jurisdiction of Local Courts at Lucknow under
the High court of Judicature at Allahabad only.
Location :: Lucknow;
ANNEXURE-1
PROFORMA OF GUARANTEE BOND FOR PERFORMANCE GUARANTEE
(To be used by approved Scheduled Bank)
In consideration of the U.P. Power Transmission Corporation Limited, Lucknow
(hereinafter called the Corporation) having agreed to exempt . (herein
after called the The Contractors) from the demand under the term and conditions of agreement
dated..made
between..
and.for . (herein after called the said Agreement) of
security deposit for the due fulfillment by the said Contractor (s) on the terms and conditions contain in the said
agreement, on production of a Bank Guarantee for Rs..
Rupees..only).
We ...Bank Ltd., ( hereinafter referred to as the bank) do hereby
undertake
to
pay
to
the
Corporation
an
amount
not
exceeding
Rs..against any loss or damage caused to or suffered or would be caused
to or suffered by the Corporation by reasons of any breach by the said Contractor (s) of any of the terms or
conditions contained in the said Agreement.
2. We..Bank Ltd., do hereby undertake to pay the amount due and payable
under this guarantee without any demur, merely on a demand from the Corporation stating that the amount
claimed is due by way of loss or damage caused to or would be caused to or suffered by the Corporation by
reason of any breach by the said Contractor (s) of any of the terms or conditions contain in the said agreement or
by reason of the Contractor (s) failure to perform the said agreement any such demand made on the bank shall
be conclusive as regards the amount due and payable by the bank under this guarantee. However, our liability
under this guarantee shall be restricted to an amount not exceeding Rs
3. We .Bank Ltd., further agree that the guarantee herein contained shall
remain in full force and effect during the period that would be taken for the performance of the said Agreement
and that it shall continue to be enforceable till all the dues of the Corporation under or by virtue of the said
Agreement have been fully paid and its claims satisfied or discharged or till the Corporation or their duly
authorized officer certified that the terms and conditions of the said agreement have been fully and properly
carried out by the Contractor (s) and accordingly discharges the guarantee. Unless a demand or claim under this
grantee is made on us in writing on or before. We shall be discharged
from all liability under this guarantee thereafter.
4. We.Bank Ltd., further agree with the Corporation that the Corporation shall have
the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any
of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor (s)
for time to time or to post pone for any time or from time to time any of the powers exercisable by the
Corporation against the said Contractor (s) and to fore bear or enforce any of the terms and conditions relating to
the s aid Agreement and we shall not be relieved from our liability by reason of any such variation, or extension,
or extension being granted to the said Contractor (s) or for any forbearance, act or omission on the part of the
Corporation or any indulgences by the Corporation to the said Contractor (s) or by any such matter or things
whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us.
5. We Bank Ltd., lastly undertake not to revoke this guarantee during its
currency except with the previous consent of the Corporation in writing.
6. Not withstanding anything contained above, the liability of the guarantor hereunder is restricted to the said
sum of Rs. ..and this guarantee shall expire on theday of
20.. . Unless a claim under the guarantee is filed with the guarantor with six months of such date, all claim shall
lapse and the guarantor shall be discharged from the guarantee.
Datedday of...20
For Bank Ltd.,
Location :: Lucknow;
SECTION IV
1.00
SCOPE
2.00
3.00
4.00
STRINGING OF BUSBARS
5.00
ERECTION OF EQUIPMENTS
6.00
7.00
8.00
9.00
10.00
11.00
12.00
AND
Location :: Lucknow;
SCOPE
This specification covers the handling, storage of material at site, erection,
testing, commissioning, operation & handing over of all the equipment/sub
systems/systems and complete sub-station as a whole on turn-key basis.
The Bidder shall receive and store all the equipment at site on behalf of the
Purchaser in storage yard/stores/sheds and transport the material to
erection site and shall carryout erection, testing and commissioning of all
equipment and accessory items as required. The Bidder shall be required
to complete the work as per the completion schedule defined in the contract
and the approved PERT chart.
1.01
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
Control Cable and power cable laying & terminations for complete
sub-station.
(l)
(m)
(n)
(o)
Location :: Lucknow;
(p)
1.02
2.00
2.01
2.02
2.03
2.04
IS: 3072
ii)
Porcelain insulators
IS: 731
IS: 2544
iii)
ACSR conductors
IS: 398
iv)
IS: 2121
v)
Current transformers
IS: 2705
vi)
Voltage transformers
IS: 3156
vii)
Lightning arrestors
IS: 3070
viii)
Power transformers
IS: 2026
IS: 3639
ix)
IS: 10028
x)
Circuit breakers
IS: 13118
xi)
IS: 800
xii)
IS: 3043
xiii)
IS: 2309
xiv)
IEEE: 80
xv)
Location :: Lucknow;
2.05
2.06
2.07
2.08
2.09
2.10
Location :: Lucknow;
2.11
The Bidder shall provide and construct adequate storage shed for proper
storage of equipments, where sensitive equipments shall be stored indoors.
All equipments during storage shall be protected against damage due to
acts of nature or accidents. The storage instructions of the applicable
standards, equipment manufacturer/ Purchaser shall be strictly adhered to.
2.12
The Bidder shall ensure that ;
2.12.1 Modern and best technologies are adopted and latest equipments are used
to ensure least pollution during construction activities.
2.12.2 The equipments are properly stored, transported, handled and placed in
position. to eliminate the chances of damages to the equipment.
2.12.3 All safety measures are taken for ensuring that no accidents occur during
construction activities.
2.12.4 Best construction practices/norms are adopted to ensure safety, reliability
and stability of substation structures.
2.12.5 Due care is taken to prevent erosion and drainage problems due to
construction activities.
2.12.6 First aid kits are kept in order to tackle accidents.
2.12.7 No tree shall be cut until the Bidder has made necessary arrangement with
the authorities concerned and permission is given to the Bidder to fell/cut
such trees. The Bidder shall arrange to remove the obstacle as soon as
possible with prior concurrence of the engineer.
2.12.8 Due care is taken to minimize the noise level (below 75 db) by construction
equipment. Statutory provisions related to noise level shall be complied.
3.0
4.00
4.01
STRINGING OF BUSBARS :
The Erection and Stringing of main, transfer, jack buses and connections
with equipment terminal connectors and feeders shall be done as per the
approved layouts/ drawings wherein the bus-sections, spans, jumpering
arrangements, conductors etc shall also be specified.
Location :: Lucknow;
4.02
Bus/ Feeder
132 kV
Switchyard
33KV
Switchyard
Main Bus
Moose
Moose
Zebra
Zebra
Feeder
Panther
2XPanther
Panther
2XPanther
TBC
Zebra
Zebra
4.03
4.04
4.05
31.775
Panther -
21.0
Zebra -
28.575
Tarantulla -
36.61
10
132KV
Single
String
33 KV string
4
4.06
Moose -
Suspension
The droppers from bus bars and jack buses to connect the equipment
shall be fixed through suitable P.G. clamps as per standard practice.
Location :: Lucknow;
5.00
5.01
ERECTION OF EQUIPMENTS:
Erection, Testing and commissioning of 132 KV and 33 KV equipments
shall be done as per the applicable standards, manufacturers instructions,
technical specifications of respective equipment & the associated
drawings/ manuals. If services of supplier's engineer are required for
erection / commissioning. purposes, same shall be arranged by the
Bidder.
5.02
INTERCONNECTION OF EQUIPMENT :
The interconnections of the equipment in the various bays shall be done
with the jumpers of conductors as per drawings duly approved by the
Purchaser.
All materials required for interconnection (jumpering) viz clamps,
terminal connectors, fittings, sag compensating springs, conductors, disc
insulators, PG clamps and any other required material shall be in the
Bidders scope of supply
5.03
5.04
6.00
6.01
6.02
Location :: Lucknow;
6.03
6.04
The earthmat design shall be made on the basis of actual measured soil
resistivity value, fault level and switchyard area. The earth mat shall be
required to be laid at least 500 mm depth below ground level.
M.S. rods of 36/40 mm dia shall be used for the earth mat, to be laid in
the total area of the switch yard and 3 meter long M.S electrodes of36/40
mm dia shall be fixed on joints all along the boundary of the switch yard
vertically below the earth mat level.
The earthing of all the equipment/ structures placed in the switchyard will
be done through suitable size riser of MS flats.
The general norms for earthing conductors and flats shall be as under
which are subject to change as per approved design / drawings :
S.No.
6.05
Item
Size
Material
(i)
36/40 mm
dia
MS rod
(ii)
75x10 mm
MS flat
(iii)
50x6 mm
MS flat
(iv)
Cable trenches
25x6 mm
MS flat
(v)
Lighting Poles
10 SWG
GS Wire
Location :: Lucknow;
Earthing conductors crossing the road shall be laid 200 mm below road
or at greater depth to suit the site conditions.
Earthing conductors embedded in the concrete shall have
approximately 25 mm concrete cover.
6.06
6.07
JOINTING:
Earthing connections with equipment earthing pads shall be bolted type.
Contact surfaces shall be free from scale, paint, enamel, grease, rust or
dirt. Two bolts shall be provided for making each connection. Equipment
bolted connections, after being checked and tested, shall be painted with
Location :: Lucknow;
7.0
7.1
(i)
(ii)
(iii)
(iv)
7.2
(i)
(ii)
(iii)
7.3
(i)
(ii)
(iii)
All ground connections shall be made by electric arc welding. All welded
joints shall be allowed to cool down gradually to atmospheric temperature
before putting any load on it. Artificial cooling shall not be allowed.
Bending of earthing rod shall be done preferably by gas heating.
All arc welding with large diameter conductors shall be done with low
hydrogen content electrodes.
The GS flat of specified size shall be clamped with the equipment support
structures at 1500 mm interval.
SPECIFIC REQUIREMENT FOR EARTHING SYSTEM:
TRANSFORMER:
The transformer tank shall be earthed at two distinct specified points
provided on the tank with the help of 75x10mm M.S. Flat.
The Marshalling box shall be earthed and connected to the earth
electrode.
The neutral of the transformer shall be solidly earthed, independent of the
transformer tank which shall be connected to 40mm MS electrodes
separately grounded. The neutral bushing shall be connected with
75x10mm MS Flat using two nos. copper flexible bands fastened with GI
nuts & bolts.
Each earthing lead from the neutral of power transformer shall be directly
connected to two rod electrodes separately, which in turn, shall be
connected to the main earth mesh. All accessories associated with
transformer like cooling banks, radiators etc. shall be connected to the
earthing grid at minimum two points.
LIGHTING ARRESTER:
For earthing of LA first of all the 6 nos. electrodes shall be grouted and
connected in rectangular form with the help of 75x10mm M.S. flat laid on
its edge and then this rectangle so formed is connected to main earth grid
at two places in opposite direction.
The earthing of LA is to be done through discharge counter and shall be
connected to earthing electrode.
The structure of LA shall be earthed at two points.
CIRCUIT BREAKER : class 1
The structure of each pole shall be earthed at two diametrically opposite
points which shall be connected to nearest main earth grid with the help of
75x10 mm M.S. flat.
The control box shall be separately earthed and connected to main earth
grid.
Stiffeners of M.S. Angle 50x50x6 mm shall be used wherever required.
Location :: Lucknow;
7.4
i)
(ii)
(iii)
(iv)
7.5
i)
(ii)
(iii)
ISOLATORS :
Each pole structure shall be earth at two places.
Earth switch of Isolator shall be separately earthed with the help of
75x10mm M.S. flat and will be clamped with structure with the help of
cleats provided at 750mm distance.
Isolator base to pie structure shall be connected with help of flexible bond.
Control box for earthing switch shall also be earthed.
INSTRUMENT TRANSFORMER (CT/CVT/PT) :
The secondary windings of instrument transformers shall be earthed at
one point preferably at control panel by 8 SWG galvanized steel wire.
The enclosing case and metal supporting frame work shall be earthed by
75x10mm M.S. Flat at two places.
Earthing terminal of each capacitor voltage transformer shall be directly
connected to rod earth electrode, which in turn, shall be connected to
station earthing grid.
7.6
(i)
POST INSULATOR :
Metal base of each insulator stack and supporting structure steel shall be
earthed using one 75x10mm M.S. Flat.
7.7
(i)
(ii)
(iii)
7.8
7.9.
(i)
7.10
(i)
7.11
(i)
(ii)
EQUIPMENT STRUCTURE:
These will be earthed by 75x10mm M.S. flat at two diametrically opposite
points and shall be connected to main earth grid near to it.
MAIN STRUCTURES WITHOUT LIGHTENING PROTECTION SHIELD
WIRE:
Any two diametrically opposite legs of each main structures with or without
peak in yard shall be earthed by 50x6mm M.S. flat connected at base of
the support which in turn will be connected to main earth grid at two places
in opposite direction.
MAIN STRUCTURES WITH PEAK:
Where peaks is provided on tower and earth wire from line tower inter
connecting tower is connected to peak, the earth wire must be connected
to earth mat using the same conductor as per earth wire.
CABLE TRENCH :
M.S. flat of 25x6mm shall continuously run on cable racks grouted in the
trench. The flat shall be in contact with one wall after trench.
The top rack angle of trench shall be connected with the M.S. flat 25x6mm
already running on the bottom rack angle by another 25x6mm flat at every
Location :: Lucknow;
(iii)
(iv)
7.12
(i)
(ii)
7.13
(i)
(ii)
7.14
(i)
(ii)
(iii)
7.15
8.0
8.1
(i)
(ii)
(iii)
8.2
(i)
(ii)
(iii)
(iv)
Location :: Lucknow;
(v)
(vi)
8.3
i)
(ii)
(iii)
(iv)
(v)
8.4
(i)
(ii)
(iii)
(iv)
8.5
(i)
(ii)
(iii)
(iv)
The MS flat shall be wrapped around the 40 mm round M.S. bar of main
earth grid and shall be welded on both sides and width of flat on top as
shown in relevant drawing no.8/004.
M.S. Flat shall be lap jointed with over lapping being 150 mm. The welding
shall be done along the length and breath in all direction.
HOLES:
(Holes in the M.S. Flat shall be either punched or drilled. However drilled
holes shall be preferred.
All burrs left after drilling or punching shall be removed completely.
Holes adjacent to bends shall be drilled or punched after bending.
Holes shall be invariably circular oval or lobbed forms of hle shall not be
permitted.
The size of the hole shall be according to bolt provided in various
equipments at the place of earthing. But in all cases the diameter of the
hole shall be only 1.5mm more than the diameter of the bolt in place for
earthing of equipment.
CUTTING & BENDING :
The M.S. Flat shall be given bend of 900 over the foundation of structures
while welding it with structure.
While bending the M.S. flat, it should be ensured that fracture of material
does not take place.
Cold bending in case of smaller section such as 25x6 or 50x6mm and hot
bending in case of 75x10mm can be done.
All cuttings of flat should be done either by punch or by hacksaw blade but
in no case there may be any burr on the edge end. It should be properly
filed.
PAINTING :
To avoid rusting all the under ground welds should be cleaned properly
and painted with two coats or black bituminous paint.
All earthing leads above ground level shall be painted with one coat of red
oxide primer and then with two coats of anti corrosive green paint.
The G.I. structure at the place of welding shall be painted with zinc rich
oxide paint.
The M.S. angle wherever used as stiffener shall also be painted with two
coats of anti corrosive paint.
8.6
OTHERS:
The other technical works shall also be carried out as per UPPTCL
practice for 132 KV Substations and as directed by the Engineer.
9.0
9.01
(i)
(ii)
(iii)
Location :: Lucknow;
(iv)
(v)
(vi)
9.02
(i)
(ii)
(iii)
9.03
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(viii)
(ix)
(x)
(xi)
Location :: Lucknow;
(xii)
(xiii)
(xiv)
(xv)
9.04
9.05
(i)
(ii)
(iii)
9.06
(i)
(ii)
(iii)
(iv)
(v)
Location :: Lucknow;
(vi)
12 x OD
Control cable
12 x OD
(xiii)
(xiv)
(xv)
(xvi)
(xvii)
(xviii)
Where cables cross roads, drains and rail tracks, these shall be laid in
reinforced spun concrete or steel pipes buried at not less than one meter
depth.
In each cable run some extra length shall be kept at a suitable point to
enable one (for LT cables)/ two (for H.T. cables) straight through joints to
be made in case the cable develop fault at a later date.
Selection of cable drums for each run shall be so planned as to avoid
using, straight through joints. Cable splices will not be permitted except
where called for, by the drawings, unavoidable or where permitted by the
Purchaser. If straight through joints are unavoidable, the Bidder shall use
the straight through joints kit of reputed make.
Control cable terminations inside equipment enclosures shall have
sufficient lengths so that changing of termination in terminal blocks can be
done without requiring any splicing.
Rollers shall be used at intervals of about two meters while pulling Cables.
All due care shall be taken during unreeling, laying and termination of
cable to avoid damage due to twist, kinks, sharp bends, etc. Cable ends
shall be kept sealed to prevent damage. In cable vault, Fire resistant seal
shall be provided underneath the panels.
Inspection on receipt, unloading and handling of cables shall generally be
in
accordance with IS:1255 and other Indian Standard Codes of
practices.
Location :: Lucknow;
(xix)
(xx)
(xxi)
(xxii)
(xxiii)
(xxiv)
9.07
i)
ii)
a)
b)
10.0
11.0
Location :: Lucknow;
12.00
12.01
(a)
(b)
(c)
Check from nameplate that all items are as per order/ specification.
(d)
Check for tightness of all bolts, clamps and connecting terminals using
torque wrenches.
(e)
For oil filled equipment, check for oil leakage, if any. Also check for oil
level and top up wherever necessary.
(f)
Check ground connections for quality of weld and application of zinc rich
paint over weld joint of galvanized surface.
(g)
(h)
Pressure test on all pneumatic lines at 1.5 times the rated pressure
(i)
(j)
12.02
a)
b)
Check for earth resistance of the entire grid as well as various sections of
of the same.
c)
Check for weld joint and application of zinc rich paint on galvanized
surface.
d)
12.03
a)
b)
c)
d)
e)
12.04
WORK,
BUS
WORK
AND
POWER
Location :: Lucknow;
12.05
a)
TRANSFORMERS:
Dielectric test of oil.
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)
l)
12.06
a)
b)
c)
a)
Any motor operating incorrectly shall be checked to determine the cause & the
conditions corrected.
INSULATION RESISTANCE TEST:
The insulation resistance test shall also be carried out on the following equipment
All Bus installations
by 5000 Volt motor operated meggar
b)
12.07
c)
12.08
12.09
12.10
12.11
12.12
Location :: Lucknow;
SECTION V
GENERAL TECHNICAL REQUIREMENTS OF SPECIFICATIONS
INDEX
1.0
GENERAL
2.0
COMPLETENESS OF EQUIPMENTS
3.0
STANDARDS
4.0
PROJECT DATA
5.0
SYSTEM PARTICULARS
6.0
SYSTEM PARAMETERS
7.0
8.0
TERMINAL CONNECTORS
9.0
SUPPORT STRUCTURES
10.0
11.0
MATERIAL / WORKMANSHIP
12.0
SPACE HEATERS
13.0
FUNGISTATIC VARNISH
14.0
VENTILATION OPENING
15.0
DEGREE OF PROTECTION
16.0
17.0
18.0
PROTECTION
19.0
SURFACE FINISH
20.0
GALVANISING
21.0
PROTECTIVE GUARDS
22.0
23.0
24.0
25.0
BOXES
&
Location :: Lucknow;
GENERAL
This section stipulates the General Technical Requirements under the Contract
and will form an integral part of the Technical Specification / RFP.
The provisions under this section are intended to supplement general
requirements for the materials, equipments and services covered under
respective equipment sections and are not exclusive. However in case of
conflict between the requirement specified in this section and requirements
specified under respective equipment sections, the requirements specified
under respective sections shall hold good.
Every effort will be made to supply all equipment as per the technical details
furnished in the specification. However, due to the standard manufacturing
practice of various equipment suppliers and depending on the selected vendor,
there may be slight variations from indicated values at the contract stage. Such
variations should not affect the quality and performance of the equipment.
It is not the intent to specify completely in technical specifications of
equipments/ materials all details of the design and construction of equipment.
However, the equipment shall conform in all respects to high standards of
engineering, design and workmanship and shall be capable of performing in
continuous commercial operation. The Purchaser will interpret the meaning of
drawing and specification and shall have the power to reject any work or
material which in his judgement is not in accordance therewith. The equipment
offered shall be complete with all components necessary for its effective and
trouble free operation. Such components shall be deemed to be within the
scope of Bidders supply, irrespective of whether these are specifically brought
out in this specification and/or commercial order or not.
2.0
COMPLETENESS OF EQUIPMENTS
Equipments furnished shall be complete in every respect with all mountings,
fittings, fixtures and standard accessories specified &/or normally provided with
such equipment and/ or needed for erection, completion and safe operation of
the equipment as required by applicable codes though they may not have been
specifically detailed in the technical Specifications. Materials and components
not specifically stated in the specification but which are necessary for
commissioning and satisfactory operation of the Substation unless specifically
excluded shall be deemed to be included in the scope of the specification and
shall be supplied without any extra cost All similar standard components/ parts
of similar standard equipment provided, shall be inter-changeable with one
another.
The Bidder shall supply type tested (including special test as per tech.
specification) equipments and materials. The test reports/details shall be
furnished by the Bidder in the bid In the event of any discrepancy in the test
Location :: Lucknow;
3.0
3.1
3.2
3.3
3.4
3.5
reports i.e. any test report not acceptable due to any design/manufacturing
changes or due to non-compliance with the requirement stipulated in the
Technical Specification and/or IEC/ IS, same, shall be carried out without any
additional cost implication to the Purchaser. The Purchaser reserves the right to
get any or all type tests conducted/ repeated.
STANDARDS
Except as modified by this Bid specification, all material and equipment shall
conform to the requirement of the latest editions of relevant ISS/ IEC and other
applicable standards. The equipments shall be designed, engineered
manufactured, built and commissioned/ works shall be carried out in
accordance with the acts, rules, laws and regulations in force in India.
In addition to meeting the specific requirements called for in the respective
sections of the Technical Specification, the equipment shall also conform to the
general requirement of the relevant standards which shall form an integral part
of the specification. When the specific requirements stipulated in the
specifications exceed or differ than those required by the applicable standards,
the stipulation to the specification shall take precedence.
In the event of the Bidder offering equipment conforming to standards other
than ISS/IES standards, the salient point of comparison between the standards
adopted and relevant ISS/ IEC standards shall be indicated clearly in the
proposal, along with English language version of standard or relevant extract of
the same. The equipment conforming to standards other than IS/IEC shall be
subject to Purchaser approval.
The standards mentioned in the respective equipment specifications are not
mutually exclusive or complete in themselves. The equipment &/or work shall
also conform to any other applicable standard, even if not specifically mentioned
in these specifications.
Should the Bidder wish to depart from the provisions of the specifications, either
on accounts of manufacturing practices or for any other reason, he shall clearly
mention the departure and submit complete justification supported by
information, drawings etc. as will enable to assess the suitability of equipment(s)
offered. In the event of the Bidder's specifications, drawings, forms and tables
etc. being found to disagree with the requirement of the Bid specifications at any
stage, Bid specifications shall be binding, unless the departures have been duly
approved in writing by the Purchaser.
Location :: Lucknow;
3.6
REFERENCE OF STANDARS
Reference/ Abbreviation
IEC
International
Electro
Technical
Commission,
Bureau
Centraldela commission, Electro Technique international, 1,
Rue de vereimbe Geneva, Switzerland
IS
BS
ISO
Institution,
101,
Standardisation, Aurehoegvag 12
4.0
5.0
Dk 2900
Heelprup, Denmark.sss
PROJECT DATA
i.
Location,
UTTAR PRADESH
ii.
Altitude
iii.
Climatic Conditions
(a)
500 C
(b)
00 C
(c)
Relative Humidity
100%Max.
(d)
Wind Load
(e)
Seismic Level
0.3 g
(f)
Isoceraunic Level
50days/ year
(g)
1200 mm
(h)
Hot and humid tropical Climate conductive to rust and fungus growth
SYSTEM PARTICULARS
(i) Rated System voltage
Three
(iv) Neutral
Effectively Earthed
(v) Auxiliary power supply:Auxiliary electrical equipment shall be suitable for operation on the following
supply system.
Location :: Lucknow;
(a)
(b)
400 KV S/S
: 220V DC
(ii)
(iii) Communication
equipment
: 48 V DC
AC
(ii)
DC
a) 220 V may vary between 187& 242 V
b) 110 V may vary between 93 & 121 V
c) 48 V may vary between 41 & 53 V
6.0
SYSTEM PARAMETERS
The following system parameters shall prevail.
Nominal system voltage
Highest system
Frequency
Rated short time current
Dry and wet one minute
power frequency withstand
voltage
Dry
and
wet
impulse
withstand voltage positive
and negative
Minimum total creepage
System Earthing
132 kV
145 kV
50Hz
31.5 kA
for 1 sec
275 kV
33 kV
36 kV
50Hz
25 kA
for 1 sec
95 kV
650 kVp
250 kVp
25mm/kV
(3625 mm)
Effectively Earthed
25mm/kV
(1300 mm)
Un- effectively
Location :: Lucknow;
7.0
8.0
TERMINAL CONNECTORS
8.1
33KV
1.0
FEEDER
PANTHER
2XPANTHER
2.0
PANTHER
2XPANTHER
3.0
BUS COUPLER
ZEBRA
ZEBRA
Change, if any, shall be informed to the Bidder at the time of drawing approval.
8.2
Location :: Lucknow;
The clamps/ connectors shall be designed to carry the same current as the
conductor and the temperature rise shall be equal or less than that of the
conductor at the specified ambient temperature. The rated current for which the
clamp/ connector is designed with respect to specified reference ambient
temperature, shall also be indelibly marked on each component of the
clamp/connector, except on hardware.
All current carrying parts shall be designed and manufactured to have minimum
contact resistant.
9.0
SUPPORT STRUCTURES
The base design of all the equipments, to be installed on auxiliary structures,
shall conform to the standard auxiliary structure designs presently being used in
UPPTCL at 132 KVSubstations. The details of such auxiliary structures are
enclosed at annexure GTR-1.
10.0
11.0
MATERIAL/ WORKMANSHIP
11.1
GENERAL REQUIREMENT
Where the specification does not contain characteristics with reference to
workmanship, equipment, materials and components of the covered equipment
it is understood that the same must be new, of highest grade of the best quality
of their kind conforming to best engineering practice and suitable for the
purpose for which they are intended.
The design of the works shall be such that installation, future expansions,
replacements and general maintenance may be undertaken with a minimum of
time and expenses. Each component shall be designed to be consistent with its
duty and suitable factors of safety, subject to mutual agreements and shall be
used throughout the design. All joints and fastenings shall be devised,
constructed and documented so that the component parts shall be accurately
Location :: Lucknow;
Location :: Lucknow;
12.0
SPACE HEATERS
The heaters shall be suitable for continuous operation at 240 V AC supply. Onoff switch and fuse shall be provided for the heater.
One or more adequately rated thermostatically connected heaters shall be
supplied to prevent condensation in any compartment. The heaters shall be
installed in the lower portion of the compartment and electrical connections shall
be made form below the heaters to minimize deterioration of supply wire
insulation. The heaters shall be suitable to maintain the compartment
temperature to prevent condensation.
The heaters shall be suitably designed to prevent any contact between the
heater wire and the air and shall consist of-coiled resistance wire centered in a
metal sheath and completely encased in a highly compacted powder of
magnesium oxide or other material having equal heat conduction and electrical
insulation properties, or they shall consist of resistance wire wound on a
ceramic and completely covered with a ceramic material to prevent any contact
between the wire and the air. Alternatively, they shall consist of a resistance
wire mounted into a tubular ceramic body built into an envelop of stainless steel
or the resistance wire is wound on a tubular ceramic body and embedded in
glaze. The surface temperature of the heaters shall be restricted to a value
which will not shorten the life of the heater sherns or that of insultor wire or other
component in the compartments.
13.0
FUNGISTATIC VARNISH
Besides the space heaters, special moisture and fungus resistant varnish shall
be applied on parts which may be subjected or predisposed to the formation of
fungi due to the presence or deposit of nutrient substances. The varnish shall
not be applied to any surface or part where the treatment will interface with the
operation or performance of the equipment. Such surfaces or parts shall be
protected against the application to the varnish.
14.0
VENTILATION OPENING
In order to ensure adequate ventilation, compartments shall have ventilation
openings provided with fine wire mesh of brass to prevent the entry of insects
and to reduce to a minimum the entry of dirt and dust. Outdoor compartment
openings shall be provided with shutter type blinds.
15.0
DEGREE OF PROTECTION
The enclosures of the Control Cabinets, junction boxes and Marshalling Boxes,
panels etc to be installed shall be provided with degree of protection as detailed
here under:
a)
b)
c)
d)
e)
Location :: Lucknow;
17.0
18.0
PROTECTION
All coated surfaces shall be protected against abrasion, impact, discolouration
and any other damages. All exposed threaded portions shall be suitably
protected with either a metallic or a non-metallic protection device. All ends of
all valves and pipings and conduit equipment connections shall be properly
sealed with suitable devices to protect them from damage. The parts which are
likely to get rusted, due to exposure to weather should also be property treated
and protected in a suitable manner.
19.0
SURFACE FINISH
All interiors and exteriors of tanks, control cubicles and other metal parts shall
be thoroughly cleaned to remove all rust, scales, corrosion, creases or other
adhering foreign matter. All steel surfaces in contact with insulating oil as far as
accessible shall be painted with not less than two coats of heat resistant, oil
insoluble, insulating paints.
All metal surfaces exposed to atmosphere shall be given two primer coats of
zinc chromate and two coats of epoxy paint with epoxy base thinner. All metal
parts not accessible for painting shall be made of corrosion resisting material.
All machine finished or bright surfaces shall be coated with a suitable preventive
compound and suitably wrapped or other wise protected. All paints shall be
carefully selected to withstand tropical heat and extremes of weather within the
limit specified. The paint shall not scale off or wrinkle or be removed by abrasion
due to normal handling.
All external painting shall be as per shade No. 631 of IS: 5.
Location :: Lucknow;
20.0
GALVANISING
All ferrous parts including all sizes of nuts, bolts, plain and spring washers,
support channels, structures, shall be hot dip galvanized conforming to latest
version of IS:2629 or any other equivalent authoritative standard. However,
hardware less than M12 size shall be electro-galvanized. Minimum weight of
zinc coating shall be 610 gm/ sq.mm and minimum thickness of coating shall be
85 microns for all items thicker than 6 mm. For items lower than 6mm thickness,
requirement of coating shall be as per relevant ASTM.
21.0
PROTECTIVE GUARDS
Suitable guards shall be provided for protection of personnel on all exposed
rotation and/of moving machine parts. All such guards with necessary spares
and accessories shall be designed for easy installation and removal for
maintenance purpose.
22.0
23.0
BOXES
&
All types of boxes, cabinets etc. shall generally conform to & be tested in
accordance with IS-5039/ IS-8623, IEC-439, as applicable, and the clauses
given below.
Control cabinets, junction boxes, marshalling boxes & terminal boxes shall be
made of sheet steel or aluminum enclosure and shall be dust, water and vermin
proof. Sheet steel used shall be at least 2.0 mm thick cold rolled or 2.5 mm hot
rolled. The box shall be properly braces to prevent wobbling. There shall be
sufficient reinforcement to provide level surfaces, resistance to vibrations and
rigidity during transportation and installation. In case of aluminum enclosed box,
the thickness of aluminum shall be such that it provides adequate rigidity and
long life as comparable with sheet steel of specified thickness.
Cabinet/boxes shall be free standing floor mounting type, wall mounting type or
pedestal mounting type as per requirements.
Cabinet/boxes shall be provided with double hinged doors with padlocking
arrangements. The distance between two hinges shall be adequate to ensure
uniform sealing pressure against atmosphere. The quality of the gasket shall be
such that it does not get damaged/cracked during the operation of the
equipment.
All doors, removable covers and plates shall be provided gasket all around with
suitably profiled EPDM gaskets. The gasket shall be tested in accordance with
approved quality plan. The quality of gasket shall be such that it does not get
damaged/cracked during ten years of operation of the equipment or its major
overhaul whichever is earlier. All gasketed surfaces shall be smooth straight
Location :: Lucknow;
23.1
23.2
TESTS
The following routine tests alongwith the routine tests as per IS 5039 shall also
be conducted.
Check for wiring
Visual and dimension check
The enclosure of bay marshalling kiosk, junction box, terminal box shall be type
tested for IP-55 as per IS:13947. After IP-55 test, 2.5 kVrms for 2 (one) minute
insulation resistance and functional test should be conducted.
23.3
AUXILIARY SWITCHES
All the auxiliary switches shall be fully type tested as per relevant IS.
24.0
Location :: Lucknow;
b)
All CT circuits
25.0
25.1
All input and output terminals of each control cubicle shall be tested for surge
withstand capability in accordance with the relevant IEC Publications, in both
longitudinal and transverse modes. The Bidder shall also provide necessary
filtering, surge protection, relays and any other measures necessary to achieve
an impulse withstand level at the cable interfaces of the equipment.
LAMPS AND SOCKETS
LAMPS :
All incandescent lamps shall use a socket base as per IS-1258, except in the
case of signal lamps.
Location :: Lucknow;
25.2
25.3
25.4
SOCKETS :
All Sockets (convenience outlets) shall be suitable to accept both 5 Amp & 15
Amp pin round Standard Indian plugs. They shall be switched sockets with
shutters.
HAND LAMP :
A 240 Volts, single Phase, 50 Hz AC plug point shall be provided in the interior
of each cubicle with ON- OFF Switch for connection of hand lamps.
SWITCHES AND FUSES:
Each control panel shall be provided with necessary arrangements for receiving,
distributing, isolation and fusing of DC and AC supplies for various control,
signaling, lighting and space heater circuits. The incoming and sub-circuits shall
be separately provided with switch fuse units. Selection of the main and Subcircuit fuse ratings shall be such as to ensure selection clearance of sub-circuit
faults. Potential circuits for relaying and metering shall be protected by fuses.
All fuses shall be of HRC cartridge type conforming to IS-9228 mounted on
plug-in type fuse bases. Miniature circuit breakers with thermal protection and
alarm contacts will also be accepted. All accessible live connection to fuse
bases shall be adequately shrouded. Fuses shall have operation indicators for
indicating blown fuse condition. Fuse carrier base shall have imprints to the fuse
rating and voltage. All control switches shall be of rotary type. Toggle piano
switches shall not be accepted.
GTR-1
AUXILLIARY STRUCTURES
Sl
No
Type
Strs.
Drg.
Bill of
material
of
structure
s
Meant for
use for
equipment
Wt. of Structures
( Kg.)
With
anchor
bolts
Without
anchor
Bolts
Anchor
bolts
required
for
structures
( 25 mm)
Height
in
metres
1.
2.
3.
4.
6.
7.
1.
ABL
2 Sheets
33 KV LI & BI
378.62
359.92
2.6
2.
BBL
4 Sheets
132 KV LI & BI
531.122
512.68
2.6
3.
BTI
4 Sheets
132 KV T.I.
639.556
584.23
24
2.6
4.
ALP
2 Sheets
121.03
2.6
BCT
130.246
5.
W04712
W04713
W04722
W04747
W04746
198.352
179.91
2.6
2 Sheets
Location :: Lucknow;
SECTION VI
FORM A
General Conditions for the Supply of Plant and the Execution of Works in
Connection with the Schemes in the UPPTCL
Definition of
terms.
Location :: Lucknow;
Words importing the singular only shall also include the plural and vice versa
where the context requires.
Bidder
to
inform himself
fully.
Contract.
Further, if required by the Purchaser, the Bidder shall deposit with the
Purchaser as security for the due and faithful performance of the Contract such
sums not being less than one per cent of the total value of the Contract as may be
fixed by the Purchaser either in case or in any other form approved by the
Purchaser. The security deposit shall be refunded to the to the Bidder on the
satisfactory completion of tests and the taking over of the plant by the Purchaser.
The charges in respect of vetting and execution of the contract document shall
be borne by the Bidder. The Bidder shall be furnished with an executed stamped
counter-part of the Agreement. The import licence fee will in each case have to be
paid by the Bidder, import licence may have to be taken in the Corporation's name.
After the Bid has been accepted by the Purchaser, all order or instructions to
the Bidder shall, except as in otherwise provided, be given by the Engineer on
behalf of the Purchaser.
4. The Bidder shall submit in duplicate, to the Engineer for his approval,
drawings of the General Arrangement of the works to be carried out and of such
detailed drawings, other than shop drawings as may be reasonably necessary.
Within fourteen days of the receipt of such drawings the Engineer shall signify
his approval or otherwise of the same, and in the event of his disapproving the
drawing, the contactor shall submit further drawings for approval.
Within a reasonable period of the notification by the Engineer to the Bidder of
his approval of such drawings, three sets in ink on tracing cloth or ferrogalic prints
mounted on cloth, of the drawings as approved shall be supplied to him by the
Bidder and be signed by him and by the Bidder respectively and be thereafter
deemed to be the Contract Drawings.
These drawings when so signed shall become the property of the Purchaser
and be deposited with the Engineer, and shall not be departed from in any way
whatso ever except by the written permission of the Engineer as hereinafter
provided. During the execution of the works, one of the sets of drawings shall be
available for reference on the site.
In the event of the Bidder desiring to possess a signed set of drawings he shall
supply four sets instead of three sets and in this case the Engineer shall sign the
fourth set return the same to the Bidder.
The Bidder if required by the Engineer shall supply in addition copies of any
drawings other than shop drawings which may reasonably be required for the
purpose of the Contract and may make a reasonable charge of such copies.
The Engineer, or his duly authorised representative, whose name shall have
previously been communicated in writing to the Bidder, shall have the right, at all
reasonable times, to inspect, at the factory of the Bidder, drawings of any portion of
Contract
drawings.
Location :: Lucknow;
the work.
Mistake
drawings.
in
6. The Bidder shall not, without the consent, in writing of the Engineer or
Purchaser, which shall not be unreasonably withheld assign or sublet his Contract,
or any substantial part thereof other than for raw materials, for minor details, or for
any part of the work of which the makers are named in the Contract, provided that
any such consent shall not relieve the Bidder from any obligation, duty, or
responsibility under the Contract.
Subletting
Contract.
of
7. In the event of any claim or demand being made or action being brought
against the Purchaser for infringement or alleged infringement of letters-patent in
respect of any machine, plant, work or thing used or supplied by the Bidder under
this Contract or in respect of any method of using or working by the Purchaser of
such machine, plant, work or thing, the Bidder will indemnify the Purchaser against
such claim or demand and all costs and expenses arising from or incurred by
reasons of such claim or demand PROVIDED THAT the Purchaser shall notify
that Bidder immediately any claim is made and that the Bidder shall be at liberty if
he so desires with the assistance of the Purchaser if required but at the Bidder's
own expenses, to conduct all negotiations for the settlement of the same or any
litigation that may arise therefrom and PROVIDED THAT no such machine, plant,
work or thing shall be used by Purchaser for any purpose or in any manner other
than for which they have been supplied by the Bidder and specified under this
Contract.
Patent rights.
Training
Engineer.
of
8. The Plant shall be manufactured and constructed in the best and most
substantial and most workmanlike manner and with materials of the best or of
approved qualities for their respective uses.
Quality
material.
of
9. The Bidder shall be responsible for securely protecting and packing the
plant so as to avoid damage under normal conditions of transport.
Packing.
10. The cost of delivering the whole of the material f.o.r. at the railway station
specified or on the site as the specification may define and the cost of packing and
unless otherwise agreed, import duties and customs dues shall be borne by the
Bidder.
Delivery.
Fencing and
lighting
for
works other
than
transmission
5. The Bidder shall be responsible for and shall pay for any alterations of the
work due to any discrepancies, errors and omission in the drawings or other
particulars supplied by him, whether such drawings or particulars have been
approved by the Engineer or not, provided that if such discrepancies, errors or
omissions are due to inaccurate information or particulars furnished to the Bidder
by the Engineer, any alterations in the work necessiated by reason of such
inaccurate information or particulars shall be paid for by the Purchaser.
If any dimensions figured upon a drawing or a plan differ from those obtained
by scaling the drawing or plan, the dimensions as figured upon the drawing or plan
shall be taken as correct.
Location :: Lucknow;
lines.
The Bidder shall at all time provide sufficient fencing, notice boards lights and
watchmen to protect and warn the public and guard the work of transmission lines
and in case the Bidder fail to make such provision or the provision made by him is
considered by the Purchaser to be inadequate, the Purchaser may make such
provisions or further provisions as he may consider necessary and charge the cost
thereof to the Bidder.
For
transmission
lines.
If during the period of erection of a plant the Bidder or his workmen or servants
shall injure or destroy any part of a building or other structure contiguous to the
work in progress or if any damage shall be caused from any cause whatsoever to
other works (whether in progress or completed) forming part of the work for which
the plant is being installed or if any imperfections become apparent in these works
the causes of which imperfections are attributable to the Bidder or his workmen or
servants, the Bidder shall make good such damages and imperfections and if he
fails to do so within a reasonable time, the Purchaser may cause the same to be
made good and may deduct the cost thereof from any sum that may then or at any
time thereafter become due to the Bidder or from his security deposit or the
proceeds of sale thereof or of a sufficient portion thereof or may recover it
otherwise.
Power to vary
or omit work.
In the event of the Engineer requiring any variations, such reasonable and
proper notice shall be given to the Bidder as will enable him make his
arrangements accordingly, and in cases where goods or materials have already
been prepared or any designs, drawings or patterns have been made or work
done that require to be altered, the Engineer shall allow such compensation in
respect thereof as he shall consider reasonable:
Provided that no such variation shall except with the consent in writing of the
Bidder, be such as will involve an increase or decrease of the total price payable
under the Contract by more than 10 per cent thereof.
In every case in which the Bidder shall receive instructions from the Engineer
for carrying out any work which either then or later will in the opinion of the Bidder,
Location :: Lucknow;
involve a claim for additional payment, the Bidder shall, as soon as reasonably
possible after the receipt of such instructions, inform the Engineer of such claim for
additional payment.
13.
If the Bidder shall neglect to execute the work with due deligence and
expedition, or shall refuse or neglect to comply with any reasonable orders given
him in writing by the Engineer in connexion with work, or shall contravene any
provision of Contract the Purchaser may give seven days notice in writing to the
Bidder, to make good the failure, neglect or contravention complained of and if the
Bidder shall fail to comply with the notice within a reasonable time from the date of
service thereof in the case of a failure, neglect, or contravention capable of being
made good within that time, then and in such case the Purchaser shall be at liberty
to employ other workmen and forth with perform such work as the Bidder may
have neglected to do, or if the Purchaser shall think fit, it shall be lawful for him to
take the work wholly, or in part out of the Bidder's hands and give it to another
person on contract at a reasonable price or provided any other materials, tools,
tackle or labour for the purpose of completing the work, or any part thereof, and in
that event the Purchaser shall, without being responsible to the Bidder for fair wear
and tear of the same, have the free use of all the materials, tools, tackle, or other
things which may be on the site, for use at any time in connection with the work to
the exclusion of any right of the Bidder over the same, and the Purchaser shall be
entitled to retain and apply any balance which may be otherwise due on the
Contract by him to the Bidder such part thereof as may be necessary, to the
payment of the cost of executing such work as aforesaid.
Negligence.
If the cost of executing the work as aforesaid shall exceed the balance due to
the Bidder, and the Bidder fails to make good the deficiency the Purchaser may
recover it from the Bidder in any lawful manner or the Purchaser may sell the said
materials, tools, tackle or other things belonging to the Bidder, and the proceeds of
such sale shall be applied towards the payment of such deficiency and the costs of
and incidental to such sale and any balance remaining after crediting the same
shall be paid to the Bidder on the certificate of the Engineer, provided that when all
expenses, cost and charges incurred in the completion of the work are paid by the
Bidder, all such materials, tools, tackle or other things remaining unsold shall be
removed by the Bidder.
14. If the Bidder shall die or commit any act of bankruptcy, or being a
corporation commence to be wound up except for reconstruction purposes or carry
on its business under a Receiver, the executors, successors or other
representative in law of the estate of the Bidder or any such Receiver Liquidator or
any person in whom, the Contract may become vested shall forthwith give notice
thereof in writing to the Purchaser and shall for one month during which he shall
take all reasonable steps to prevent a stoppage of the works, have the option of
carrying out the Contract subject to his or their providing such guarantee as may
be required by the Purchaser but not exceeding the value of the work for the time
being remaining unexecuted. In the event of stoppage of the works the period of
the option under this clause shall be fourteen days only: Provided that should the
above option not be exercised, the Bidder may be determined by the Purchaser by
notice in writing to the Bidder and the Purchaser may exercise the same power
which he could have under the proceeding clause if the work had been taken out of
Bidder's hands under that clause.
Death,
Bankruptcy
etc.
15. The Engineer and his duly authorized representatives shall have and at
all reasonable times access to the Bidder's premises, and shall have the power at
all reasonable times to inspect and examine the materials and workmanship of the
plant during its manufacture there; and if part of the plant is being manufactured on
other premises the Bidder shall obtain for the Engineer and for his duly authorised
representative permission to inspect it as the plant was manufactured on the
Bidder's own premises.
Inspection.
Location :: Lucknow;
The Engineer shall, on giving seven days notice in writing to the Bidder setting
out any grounds of objections which he may have in respect of the work, be at
liberty to reject all or any part or workmanship connected with such work which in
his opinion are not in accordance with the Contract or are in his opinion defective
for any reason whatever : Provided that, if such notice be not sent to the Bidder
within reasonable time after the grounds upon which such notice is based have
come to the knowledge of the Engineer he shall not be entitled to reject the said
plant or workmanship on such grounds Unless specifically provided otherwise all
tests shall be made at the Bidder's work before shipment.
The Bidder shall, if required give the Engineer notice of any materials being
ready for testing, and the Engineer or his said representative if so desired shall, on
giving twenty-four hours previous notice in writing to the Bidder, attend at the
Bidder's premises within seven days of the date on which the material is notified as
being ready, failing which visit the Bidder may proceed with the tests which shall
be deemed to have been made in the Engineers presence, and he shall forthwith
forward to the Engineer duly certified copies of the tests in duplicate.
In all cases where the Bidder provides for tests whether at the premises of the
Bidder or of any Sub-Bidder, the Bidder, except where otherwise specified shall
provide free of charges such labour, materials, electricity, fuel, water stores,
apparatus and instruments as may reasonably be demanded to carry out efficiently
such tests of the plant in accordance with the contract and shall give facilities to
the Engineer or to his authorised representative to accomplish such testing.
Test
Bidder's
premises.
at
If special tests other than those specified in the Contract are required they
shall be paid for by the Purchaser as variations" under clause 12.
When the tests have been satisfactorily completed at the Bidder's works the
Engineer shall issue a certificate to the effect.
In all cases where the Contract provides for test on the site the Purchaser,
except where otherwise specified, shall provide, free of charges, such labour,
materials, electricity, fuel, water, stores apparatus and instruments as may be
required from to time and as may reasonably be demanded efficiently to carry out
such test of the plant or workmanship in accordance with Contract. In the case of
the Bidder requiring electricity for tests on site such electricity shall be supplied to
the Bidder in the most convenient form available.
Test on site.
16. No plant shall be forwarded until shipping instruction shall have been
given to the Bidder.
Delivery
plant.
of
17. The suitable access to and possession of the site shall be afforded to the
Bidder by the Purchaser in reasonable time, and the Purchaser shall have any
foundations to be provided by him ready when required by the Bidder. Where a
crane is available, its safe lifting capacity shall be stated in the Specification, and it
shall be available for free use of the Bidder until the plant is taken over.
Access to site
and work on
site.
Only applicable
to
complete
erection
Location :: Lucknow;
shall give the Bidder all reasonable facilities for carrying out the work.
contract.
No person other than the Bidder, Sub-Bidders, and workmen and the Bidder's
duly authorized agents shall, except with the special permission in writing of the
Engineer or his representative, be allowed to do any work on the site in connection
with the erection of the work, but access to the works shall at all times be accorded
to the Engineer and his representatives and other authorized officials or
representatives of the Purchaser.
The Bidder shall permit the execution of work by other Bidders or tradesmen
whose names shall have been previously communicated in writing to the Bidder by
the Engineer, and afford them every facility for the execution of their several works
simultaneously with his own.
The Purchaser shall provide all the unskilled labour and facilities necessary for
the execution of work included in the Contract unless otherwise specified.
18. All the work shall be carried out under the direction and to the reasonable
satisfaction of the Engineer. If supervision of the erection or complete erection is
included in the Contract, the Bidder shall be responsible for the correctness of the
positions, levels and dimensions, of the work according to the drawings
notwithstanding that he may have been assisted by the Engineer in setting out the
same.
Engineer's
supervision.
19. In respect of all matters which are left to the decision of the Engineer,
including the granting or withholding of certificates, the Engineer shall, if required
so to do by the Bidder, give in writing a decision thereon and his reason for such
decision. If the decision is not accepted by the Bidder the matter will, at the request
of the Bidder, be referred to arbitration under the provision for arbitration
hereinafter contained but subject to this right of reference to arbitration such
decision shall be final and binding on the Bidder.
Engineer's
decision.
Bidder's
representatives
and workmen.
21. The Bidder shall be responsible for loss, damage or depreciation of the
plant until the same is taken over under clause 35 or is deemed under that clause
to have been taken over : Provided always that the Bidder shall not be responsible
for any such loss, damage and depreciation occurring during such period that the
plant is operated by the Purchaser's staff prior to being taken over in accordance
with clause 35.
Liability
for
accidents and
damage.
Location :: Lucknow;
Until the plant is taken over is deemed to have been taken over as aforesaid,
the Bidder shall also be liable for and shall indemnify the Purchaser in respect of
all injury to person or damage to property resulting from the negligence of the
Bidder or his workmen or sub-Bidders or from defective design, or work, but not
from other cause :
Provided that the Bidder shall not be liable for any loss of profit or loss of
Contract or any other claim made against the Purchaser not already provided for in
the Contract, not for any injury or damage caused by or arising from the acts of the
Purchaser or of any other person or due to circumstances over which the Bidder
has no control, nor shall his total liability for loss, damage, or injury in this clause
exceed the total value of Contract.
The Bidder will indemnify and save harmless the Purchaser against all actions,
suits, claims, demands, costs, or expenses arising in connexion with injuries (other
than such as may be attributable to the Purchaser or his employees) suffered prior
to the date when the plant shall have been taken over under clause 35 here of by
persons employed by the Bidder or his sub-Bidder on the work, whether at
Common Law or under the Workmen's Compensation Act, 1923 or any other
statute in force at the date of contract relating to the question of the liability of
employers for injuries suffered by employees, and will if called upon to do so take
out the necessary policy of insurance to cover such indemnity.
In the event of any claim being made, or action brought against the Purchaser
involving the Bidder and arising out of the matters referred to and in respect of
which the Bidder is liable under this clause, the Bidder shall be immediately
notified there of and he shall with the assistance, if he so requires, of the
Purchaser but at the sole expense of the Bidder conduct all negotiations for the
settlement of the same or any litigation that may arise therefrom. In such case, the
Purchaser shall, at the request and expense of the Bidder, afford all reasonable
and available assistance for any such purpose.
Only applicable
complete
erection
Contract.
22. The Bidder shall insure the plant, and shall keep it insured against loss by
theft, destruction or damage by fire, flood, under exposure to the weather, or
through riot, civil commotion, war or rebellion, for the full value of the plant from the
time of delivery of f.o.b. British Port until the plant is taken over under clause 35.
This insurance shall also cover loss by theft on site in the case of Contracts where
the Bidder is responsible for complete erection, but not in other cases,
Insurance.
23. If during the progress of the work the Engineer shall decide and notify in
writing to the Bidder that the Bidder has executed any unsound or imperfect work
or has supplied any plant inferior in quality to that specified the Bidder on receiving
details of such defects or deficiency shall, at his own expense, within such time as
may be reasonably necessary for making it good, proceed to alter, reconstruct or
remove such work, or supply fresh materials up to the standard of the Specification
and in case the Bidder shall fail so to do, the Purchaser may, on giving the Bidder
seven days notice in writing of his intention so to do, proceed to remove the work
complained of, and, at the cost of the Bidder, perform all such work or supply all
such material, provided that nothing in this clause shall be deemed to deprive the
Purchaser of or affect any right under the contract, which he may otherwise have in
respect of such defects or deficiencies.
Replacement
of defective
work
or
materials.
24. All costs, damages expenses which the Purchaser may have paid, for
which under the Contract the Bidder is liable, may be deducted by the Purchaser
from any moneys due or which may become due by him to the Bidder under the
Contract, or may be recovered by suit or otherwise from the Bidder.
Deductions
from contract
price.
Any sum of money due and payable, to the Bidder (including security deposit
returnable to him) under this contract may be appropriated by the Purchaser and
set off against any claim of the Purchaser for the payment of a sum of money
Location :: Lucknow;
arising out of or under any other contract made by the Bidder with the Purchaser.
25 (1) Subject to any deduction which the Purchaser may be authorized to
make under the Contract, or subject to any additions or deductions provided for
under clause 12, the Bidder shall be entitled to payments as follows:
Terms
payment.
(a) Eighty per cent of the f.o.r. Contract value of the plant in rupees on receipt
by the Purchaser of the Bidder's invoice giving the number and date of
railway receipt covering the dispatch of the plant from Indian Port and of
the advice note giving case number and contents, together with a
certificate by the Bidder to the effect that the plant detailed in the said
advice note has actually been dispatched under the said railway receipt
and that the Contract value of the said plant so dispatched is not less than
the amount entered in the invoice.
(b) Ten per cent of the f.o.r. Contract value of the plant on satisfactory
completion of test and taking over of the plant.
(c) Ten percent of the f.o.r. Contract value of the plant at the end of twelve
month from the date of taking over.
(d) For the erection of the plant, in proportion of the progress of the work on
the receipt by the Purchaser of monthly invoices submitted by the Bidder
supported by the certificates of the Engineer.
(2) If the time at which either of the instalments due under sub-clauses (b)
and (c) of clause (1) hereof become payable there are minor defects in the plant
which are not of such importance as to effect the full commercial use of the plant,
then the Purchaser shall be entitled to retain only such part of the instalment then
due as represents the cost of making good such minor defects and any sum so
retained shall, subject to the provisions of clause 36 become due upon such minor
defects being made good.
(3) If the Purchaser desires that the plant or any portion thereof should not be
dispatched by the Bidder when it is due for dispatch, the Bidder shall store such
plant or portion at his works and be responsible for all risk . For such storage the
Purchaser shall pay to the Bidder at a rate to be mutually agreed upon between
the parties but not exceeding 5s (Five shillings) per ton per week, payable
quarterly plus interest at one per cent per annum above the current rate of the
State Bank of India on 80 per cent of the Contract value of the plant or portion
thereof so stored, for the period from the date on which the said plant or portion
become due and is ready for shipment up to the date on which it is actually
shipped.
25. A. In the event of the supplier / Bidder / company not being able to supply
the materials or to carry out works in accordance with the terms of this contract,
the Government / Purchaser / Owner shall have the right to recover any sum
advanced in accordance with the clause 25 from the supplier / Bidder / company
and from his / its assets.
26. In any case where the Contract price includes a provisional sum to be
provided by the Bidder for meeting the expense of extra work or for work to be
done or materials to be supplied by a Sub-Bidder, such sum shall be expended or
used, either wholly or in part, or be not used, at the discretion of the Engineer and
entirely as he may decide and direct. If no part or only a part thereof be used then
the whole or the part not used as the case may be, shall be deducted from the
Contract price. If the sum used is more than such provisional sum the Bidder shall
pay the excess. In the case of materials supplied on work done by a Sub- Bidder
the total of the net sums paid to the Sub-Bidder on account of such materials or
Provisional
sums.
of
Location :: Lucknow;
work and a sum equal to 10 per cent of such net sum allowed as Bidder's profit
shall be deemed to be the sum used. None of the works or articles to which such
sum of money refers shall be done or purchased without the written order of the
Engineer. The Bidders shall allow the Sub-Bidders every facility for the supply of
materials or execution of their several works simultaneously with his own and shall
within fourteen days after the Engineer has requested him in writing so to do, pay
the dues of such Sub-Bidders on account of such materials or work PROVIDED
ALWAYS that the Bidder shall have no responsibility with regard to such work or
articles unless he shall have previously approved the Sub-Bidder and/or the
material or plant to be supplied.
Certificates of
Engineer.
The Engineer may by any certificate make any correction or modification in any
previous certificate which shall have been issued by him and payments shall be
regulated and adjusted accordingly.
28. Payment shall be due and payable by the Purchaser in accordance with
the provisions of clause 25 hereof at the end of the month following that in which
invoices for the amounts due together with necessary documents are received by
the Purchaser, provided that the Purchaser shall not be bound to make any
payment represents at least 8 percent of the total Contract value of the plant.
Due dates of
payment.
29. (1) No certificate of the engineer on account nor any sum paid on account
by the Purchaser, nor any extension of time granted under clause 31 shall effect or
prejudice the rights of the Purchaser against the Bidder either under this
Agreement or under the law or relieve the Bidder of his obligations for the due
performance of the Contract, or be interpreted as approval of the work done or of
the materials supplied.
Certificates
not to affect
rights of the
Purchaser or
Bidder.
(2) No certificate of the Engineer shall create liability in the Purchaser to pay
for any alterations, amendments, variations or additional work not ordered in
writing by the Engineer or absolve the Bidder of his liability for the payment of
damages whether due, ascertained or certified or not of any sum against the
payment of which he is bound to indemnify the Purchaser nor shall any such
certificate nor the acceptance by him of any sum paid on account or otherwise
affect or prejudice the rights of the Bidder against the Purchaser under this
Agreements or under the law.
30. The Purchaser shall pay to the Bidder all reasonable expenses incurred
by the Bidder by reason of suspension of the works of delay in shipment by order
in writing of the Purchaser or the Engineer unless such suspension shall be due to
some default on the part of the Bidder or Sub-Bidder.
Suspension
of works.
31. The time given to the Bidder for despatch, delivery, erection or
completion, as the case may be, shall be reckoned from the date of receipt by the
Bidder of the order, together with all necessary information and drawings to enable
the work to be put in hand.
Extension of
time
for
completion.
Location :: Lucknow;
32. If the Bidder shall fail in the due performance, of his Contract within the
time fixed by the Contract or any extension thereof, the Bidder agrees to accept a
reduction of the Contract price by 1/2 (half) per cent per week reckoned on the
Contract value of such portion only of the plant as can not in consequence of the
delay be used commercially and efficiently during each week between the
appointed or extended time as the case may be and the actual time of acceptance
under clause 35, and such reduction shall be in full satisfaction of the Bidder's
liability for delay but shall not in any case exceed 10 (ten) per cent of the Contract
value of such portion of the plant.
Damages for
delay
in
completion.
33. Whenever possible all tests shall be carried out before shipment. Should,
however, it be necessary for the final tests as to performance and guarantees to
be held over until the plant is erected at site they shall be carried out in the
presence of the Bidder's representative within one month of the completion of
erection. If the result of these tests shall not come within the margin specified, the
tests shall, if required, be repeated within one month from the date the plant is
ready for re-test, and the Bidder shall repay to the Purchaser all reasonable
expenses to which he may be put by such tests.
Tests
on
completion.
34. If the completed plant, or any portion thereof, before it is taken over under
clause 35, be found to be defective, or fail to fulfil the requirements of the Contract,
the Engineer shall give the Bidder notice setting fourth particulars of such defects
or failure, and the Bidder shall forthwith make the defect good, or alter the same to
make it, comply with the requirements of Contract. If the Bidder fails to do so with a
reasonable time, the Purchaser may reject and replace, at the cost of the Bidder,
the whole or any portion of the plant, as the case may be, which is defective or fails
to fulfil the requirements of the Contract, such replacement shall be carried out by
the Purchaser within a reasonable time and at a reasonable price, and where
reasonably possible to the same specification and under competitive conditions. In
case of such replacement by the Purchaser, the Bidder shall be liable to pay to the
Purchaser the extra cost, if any, of such replacement delivered and /or erected as
provided for the original Contract, such extra cost being the ascertained difference
between the price paid by the Purchaser under the provisions above mentioned,
for such replacement and the Contract price for the plant so replaced, and also to
repay any sum paid by the Purchaser to the Bidder in respect of such defective
plant. If the Purchaser does not so replace the rejected plant within a reasonable
time, the Bidder shall be liable only to repay to the Purchaser all money paid by the
Purchaser to him in respect of such plant.
In the event of such rejection, the Purchaser shall be entitled to the use of the
plant in reasonable and proper manner for a time reasonably sufficient to enable
him to obtain other replacement plant. During the period the rejected plant is used
commercially the Bidder shall be entitled to a reasonable sum as payment for such
use.
35. Where the specification calls for performance tests before shipment and
these have been successfully carried out, the plant shall be accepted and taken
over when it has been satisfactorily put into operation on site, or within one month
of its being ready to be put into operation, whichever shall be the earlier and the
Engineer shall forthwith issue a Taking-over Certificate.
In the event of final or any outstanding test being held over until the plant is
erected such, taking-over Certificate shall be issued subject to the results of such
final or outstanding tests shall be carried out in accordance with clause 33.
When the specification calls for tests on site the plant shall be taken over and
the Taking-over Certificate issued immediately after such tests have been
satisfactorily carried out.
If for any reason other than the default of the Bidder such last mentioned tests
on site shall not be carried out within one month of notice by the Bidder to the
Purchaser of the plant being ready for test the plant shall be deemed to have been
taken over as on the last day of the such period and payments due to the Bidder
Rejection
defective
plant.
Taking over.
of
Location :: Lucknow;
Maintenance.
If it becomes necessary for the Bidder to replace or renew any defective parts
of the plant under this clause, the provisions of the first paragraph of this clause
shall apply the parts of the plant so replaced or renewed until the expiration of six
months from the date of such replacement or renewal or until the end of the above
mentioned period of twelve months, whichever may be the later. If any defects be
not remedied within a reasonable time the Purchaser may proceed to do the work
at the Bidder's risk and expense, but without prejudice to any other rights which the
Purchaser may have against the Bidder in respect of such defects.
The repaired or new parts will be delivered in accordance with clause 10. The
Bidder shall bear reasonable cost of minor repairs carried out on his behalf at site.
At the end of the maintenance period the Bidder's liability shall cease. In
respect of goods not covered by the first paragraph of this clause, the Purchaser
shall be entitled to the benefit of any guarantee given to the Bidder by the original
supplier or manufacturer of such goods.
37. The Purchaser shall, throughout the continuance of the Contract and in
respect of all matters arising in the performance thereof, serve all notices and
obtain all consents, way-leaves, approvals, and permission required in connexion
with the regulations and by-laws of any local or other authority which shall be
applicable to the works.
All work shall be executed in accordance with the Indian Electricity Rules 1956,
and any statutory modifications thereof, wherever are applicable, unless otherwise
agreed to in writing by the Engineer.
38. If any dispute, difference or controversy shall at any time arise between
the Bidder on the one hand and the U.P. Power Transmission Corporation Limited
and the Engineer of the Contract on the other touching the Contract, or as the true
construction, meaning and intent of any part or condition of the same, or as to
manner of execution, or as to the quality or description of, or payment for the
same, or as to the true intent, meaning interpretation, construction or effect of the
clauses of the contract, specification or drawings or any of them, or as to any thing
to be done, ommitted or suffered in pursuance of the contract or specification, or
as to the mode of carrying the contract into effect, or as to the breach or alleged
breach of the contract, or as to any claims on account of such breach or alleged
breach, or as to obviating or compensating for the commission of any such breach,
or as to any other matter or thing whatsoever connected with or arising out of the
contract, and whether before or during the progress or after the completion of the
contract, such question, difference or dispute shall be referred for adjudication to
the Chairman U.P. Power Transmission Corporation Limited or to any other person
nominated by him in this behalf and his decision in writing shall be final, binding
and conclusive. This submission shall be deemed to be a submission to arbitration
within the meaning of the Indian Arbitration Act, 1940 or any statutory modification
Regulations
of
local
authorities.
Arbitration.
Location :: Lucknow;
thereof. The arbitrator may from time to time with consent of the parties enlarge the
time for making and publishing the award.
Upon every or any such reference, the costs of and incidental to the reference
and award respectively shall be in the discretion of the arbitration who shall be
competent to determine the amount thereof or direct the same to be taxed as
between solicitor and client or as between party and party and to direct by whom
and to whom in what manner the same shall be borne and paid.
Work under the contract shall, if reasonably possible, continue, during the
arbitration proceedings, and no payment due or payable by the Corporation shall
be withheld on account of such proceedings. In case of refusal / neglect by such
nominee Chairman, U.P. Power Transmission Corporation Limited may nominate
another person in his place.
38 A. Any action taken or proceedings initiated on any of the terms of this
agreements shall be only in the court of competent Jurisdiction under the High
court of Judicature at Allahabad.
Court
of
Competent
Jurisdiction.
Costruction of
Contract.
40. The marginal notes to any clause of this Contract shall not affect or
control the construction of such clause.
Marginal
Notes
Location :: Lucknow;
FORM OF AGREEMENT
( Referred to in Clause 3 )
AND WHEREAS the Purchaser has accepted the Bid of the Bidder for the provision and
executing of the said work for the sum of ......................................... upon the terms and subject to the
conditions hereinafter mentioned NOW THESE PRESENT WITNESS and the parties hereto hereby
agree and declare as follows: that is to say, in consideration of the payments to made to the Bidder
by the Purchaser as hereinafter mentioned the Bidder shall duly provide the plant for the said works
and shall do and perform all other works and things in the Contract mentioned or described or which
are implied therefrom or therein respectively or may be reasonably necessary for the completion of
the said works within and at the times and in the manner and subject to the terms, conditions and
stipulations mentioned in the said Contract.
AND in consideration of the due provision, erection, execution, construction and completion
of the said works and the maintenance thereof as aforesaid the Purchaser will pay to the Bidder the
said sum of ......................................... or such other sums as may become payable to the Bidder
under the provisions of this Contract such payments to be made at such time and in such manner as
is provided by the Contract.
IN WITNESS WHEREOF the parties hereto have signed this deed hereunder on the dates
respectively mentioned against the signature of each:
Signed
Signed
(Bidder)
(date)
and of
and of
by
Location :: Lucknow;
FORM OF AGREEMENT
( Referred into Clause 7-A )
THIS
AGREEMENT
made
the.........................................day
of.........................................
BETWEEN.........................................
son
of.........................................
resident
of
......................................... District......................................... (hereinafter called "the Engineer" of the
first part and the Uttar Pradesh Power Transmission Corporation Limited, India (hereinafter called
the Corporation of the second part and the ......................................... Company / Firm (hereinafter
called the Company) of the third part.
WHEREAS the U.P. Power Transmission Corporation Limited (hereafter called the Corporation)
have selected the Engineer for practical training and the Company / Firm have agreed to give the
said practical training to the Engineer on the conditions herein after appearing
NOW THIS INDENTURE WITNESSES as follows
.
That he shall not absent himself without sanction of Company / Firm for any cause
(f)
That in case of disobedience, insubordination, unsatisfactory work or breach of any
of the conditions herein contained the company / Firm may, for reasons recorded in writing, terminate
the training of the Engineer with the concurrence of the Corporation. In case it does so without such
concurrence it shall be liable to pay all expenses and charges incurred by the Corporation
subsequent to such termination provided that the Corporation considers the ground on which the
training was terminated to be insufficient. After the grounds have been considered to be insufficient, if
the Company / Firm refuses to resume the Engineer's training it shall further be liable to pay the
passage of the Engineer back to India.
(g)
That he shall not hold the Corporation liable for damages or compensation for any
injury suffered by him through an accident or by reason of any wrongful act, neglect or default of the
Company / Firm or its servants or agents or from any other cause while employed as such Engineer.
(h)
That in the event of the period of training being terminated for the reasons specified
in clause (f), the Engineer shall forfeit his claim to the return passage which will be granted only on
satisfactory completion of the period of training in question.
Location :: Lucknow;
IN WITNESS WHEREOF the parties hereto have hereunto set their hands the day and the year first
above written.
Signed by
Signed by
..............................................................
..............................................................
)*
.............................................................**
(Engineer)
and.........................................................
(
In the presence of
)*
1.........................................................
(
)*
1.........................................................
)*
)*
.............................................................**
............................................................**
2.............................................................
2.............................................................
)*
.............................................................**
Nature of traning
Period
Class of Government servant
*
Name in Capital Letters
** Complete Postal address of person signed.
)*
............................................................**
Location :: Lucknow;
Location :: Lucknow;
Location :: Lucknow;
AND WHEREAS the Bidder is required to furnish you a Bank guarantee for the sum of
Rs.as earnest money against the Bidders offer as aforesaid:
AND WHEREAS We .(name of the bank ) , have, at the request of the
Bidder agree to give you his guarantee as hereinafter contained:
NOW THEREFORE, in consideration of the promises We, the undersigned , hereby convenant that the
aforesaid Bid of the Bidder shall remain open for acceptance by you during the period of validity as mentioned
in the Bid or any extension thereof as you and the Bidder may subsequently agree and if the Bidder shall, for
any reason back out, whether expressly or impliedly, from his said Bid during the period of its validity or any
extension thereof as aforesaid we hereby guarantee to you the payment of the sum of Rupees
..on demand , notwithstanding the existence of any dispute between the U.P.P.T.C.L and the
Bidder in this regard AND We hereby further agree as follows:
(a) That you may without affecting this guarantee grant time or other indulgence to or negotiate further with
the Bid in regard to the conditions contained in the said Bid and hereby modify these conditions or add there to
any further conditions as may be mutually agreed upon between you and the Bidder.
(b) That the guarantee herein before contained shall not be affected by any change in the constitution of our
Bank or in the constitution of the Bidder.
(c) That any account settled between you and the Bidder shall be conclusive evidence against us of the
amount due here under and shall not be questioned by us.
(d) That this guarantee commencer from the date hereof and shall remain in force till the Bidder, If his Bid is
accepted by you, furnishes the security as required under the said specifications and executes a formal
agreement as therein provided or (till four months after the period of validity) or the extended period of validity,
as the case may be, of Bid, whichever is earlier.
(e) That the expressions the Bidder and The Bank and the U.P.P.T.C.L.
Herein used shall, unless such inter-pretation is repugnant to the subject or context, include their respective
successors and assigns.
Your faithfully
Location :: Lucknow;
APPENDIX A
APPLICATION PROFORMA
Location :: Lucknow;
GENERAL
The Application Proforma contains the following forms which must be essentially
submitted along with bid, duly filled :
Application Form (0)
Letter of Application
General Information
Personnel Capabilities
Candidate Summary
Financial Capabilities
Litigation History
Location :: Lucknow;
APPENDIX A
APPLICATION FORM (0)
LETTER OF APPLICATION
Location :: Lucknow;
Superintending Engineer,
Electricity Substation Design Circle-II,
Uttar Pradesh Power Transmission Corporation Ltd.
Dear Sirs,
1.
Hereinafter the Applicant, and having reviewed and fully understood all the prequalification
information provided, the undersigned hereby applies to be prequalified by yourselves as a
bidder for the contract:
2.
a)
b)
c)
The place of incorporation (for applicants that are corporations), or the place of
registration and the nationality of the owners (for applicants that are partnerships or
individually owned firms).
d)
Power of Attorney
For application by joint ventures, all the information requested in the prequalification documents is to be
provided for the joint venture, if it already exists and for each party to the joint venture separately. The
lead partner should be clearly identified. Each partner in the joint venture will sign the letter.
Location :: Lucknow;
3.
UPPTCL and its authorized representatives are hereby authorized to conduct any
inquires or investigations to verify the statements, documents, and information
submitted in connection with this application, and to seek clarification from our
bankers and clients regarding any financial and technical aspects. This Letter of
Application will also serve as authorization to any individual or authorized
representative of any institution referred to in the supporting information, to provide
such information deemed necessary and requested by yourselves to verify
statements and information provided in this application, or with regard to the
resources, experience, and competence of the Applicant.
4.
UPPTCL and its authorized representatives may contact the following persons for
further information if required.
Contact 1
Telephone 1
Contact 2
Telephone 2
5.
b)
c)
Amend the scope under this tender ; in such event, bids will be called
only from prequalified bidders that meet the revised requirements; and
UPPTCL will not be liable for any such actions and will be under no obligation
to inform the Applicant of the grounds for them
Applicants that are not joint ventures should delete paras. 6 and 7.
6.
7.
We confirm that in the event that we bid, that bid as well as any resulting contract will
be:
a)
Location :: Lucknow;
b)
Submitted with a joint venture agreement providing the joint and several
liabilities of all partners in the event the contract is awarded to us.
Location :: Lucknow;
8.
The undersigned declare that the statements made and the information provided in
the duly completed application are complete, true, and correct in every detail.
Signed
Signed
Name
Name
For and on behalf of (name of Applicant or For and on behalf of (name of partner)
lead partner of a joint venture)
Signed
Signed
Name
Name
Signed
Signed
Name
Name
Location :: Lucknow;
APPENDIX A
APPLICATION FORM (1)
GENERAL INFORMATION
Location :: Lucknow;
Name of firm
2.
3.
Telephone
Contact
4.
Fax
5.
Place of incorporation/registration
Year of incorporation/registration
Nationality of Owners/Directors2
Name
Nationality
1.
2.
3.
4.
5.
Location :: Lucknow;
APPENDIX A
APPLICATION FORM (2)
GENERAL EXPERIENCE RECORD
Location :: Lucknow;
All individual firms and all partners of a joint venture are requested to complete the
information in this form. The information supplied should be the annual turnover of the
Applicant (or each member of a joint venture), in terms of the amounts billed to clients
for each fiscal year (of the bidder) for work in progress or completed.
Use a separate sheet for each partner of a joint venture.
Applicants are not required to enclose testimonials, certificates, and publicity material
with their applications; they will not be taken into account in the evaluation of
qualifications.
Annual turnover for last five years
Fiscal year
1.
2.
3.
4.
5.
Location :: Lucknow;
Liquid asset
(in Rs.)
1.
Liquid asset shall comprise the following:Banker certificate (to be given by the bank/Charted Accountant) is to be enclosed)
Description
(in Rs.)
Cash
Bank Balance
Fixed Deposit
Credit Facility
Location :: Lucknow;
APPENDIX A
APPLICATION FORM (2A)
JOINT VENTURE SUMMARY
Location :: Lucknow;
Form 2
page no.
1. Lead
Partner
2. Partner
3. Partner
4. Partner
5. Partner
6. Partner
Total:
Year 1
Year 2
Year 3
Year 4
Year 5
Location :: Lucknow;
APPENDIX A
APPLICATION FORM (3)
PARTICULAR EXPERIENCE RECORD
Location :: Lucknow;
All contracts that they have successfully managed of a similar nature and
complexity for a power utility.
All contracts that they have successfully executed, including design, manufacture
installation and commissioning, of a similar nature and complexity for a power
utility.
The Applicant should specify works undertaken during the last five (5) financial years.
The information is to be summarised, using Forms (3A), for each contract completed or
under execution by the Applicant or by each partner of a joint venture.
These declarations shall be required to be certified by owners/users of the tenderers
under their official signature. Such certificates shall accompany the application.
Where the Application proposes to use named subcontractors for critical components of
the work, or for work contents in excess of 10 percent of the value of the whole work, the
information in the following forms should also be supplied for each specialist
subcontractors.
Location :: Lucknow;
APPENDIX A
APPLICATION FORMS (3A )
DETAILS OF CONTRACTS OF SIMILAR NATURE
AND COMPLEXITY
Location :: Lucknow;
Name of contract
2.
Country
3.
Name of employer
4.
Employer address
5.
Nature of works and special features relevant to the contract for which the Applicant
wishes to prequalify
6.
7.
8.
Date of award
9.
Date of completion
Subcontractor
Months
Location :: Lucknow;
APPENDIX A
APPLICATION FORM (4)
SUMMARY SHEET: CURRENT CONTRACT
COMMITMENTS/WORKS IN PROGRESS
Location :: Lucknow;
Applicants and each partner to an application should provide information on their current
commitments on all contracts that have been awarded, or for which a letter of intent or
acceptance has been received, or for contracts approaching completion, but for which
an unqualified, full completion certificate has yet to be issued.
Name of contract
1.
2.
3.
4.
5.
6.
Location :: Lucknow;
APPENDIX A
APPLICATION FORM (5)
PERSONNEL CAPABILITIES
Location :: Lucknow;
For specific position essential to contract implementation, applicants should provide the
names of at least two candidates qualified to meet the specified requirements stated for
each position. The data on their experience should be supplied in separate sheets using
Form 5A for each candidate.
1.
Title of position
Name of prime candidate
Name of alternate candidate
2.
Title of position
Name of prime candidate
Name of alternate candidate
3.
Title of position
Name of prime candidate
Name of alternate candidate
4.
Title of position
Name of prime candidate
Name of alternate candidate
5.
Title of position
Name of prime candidate
Name of alternate candidate
Location :: Lucknow;
APPENDIX A
APPLICATION FORM (5A)
CANDIDATE SUMMARY
Location :: Lucknow;
Position
Candidate
Prime
Alternate
2. Date of birth
3. Professional qualifications
Present employment
4. Name of employer
Address of employer
telephone
Contact (manager/personnel
officer)
Fax
To
Location :: Lucknow;
APPENDIX A
APPLICATION FORM (6)
EQUIPMENT / SYSTEM CAPABILITIES
Location :: Lucknow;
The Applicant shall list the number, type, and capacities of all major construction
equipment and systems at his disposal and expected to be available for the execution of
the contract.
Location :: Lucknow;
APPENDIX A
APPLICATION FORM (7)
FINANCIAL CAPABILITIES
Location :: Lucknow;
Applicant, including each partner of a joint venture, should provide financial information
to demonstrate that they meet the requirements stated in the Instructions to Applications.
Each applicant or partner of a joint venture must fill in this form. If necessary, use
separate sheets to provide complete banker information. A copy of the audited balance
sheets should be attached.
Banker
Name of banker
Address of banker
Telephone
Fax
Summarise actual assets and liabilities for the previous five fiscal years. Based upon
known commitments, summarise packageed assets and liabilities for the next two years.
Location :: Lucknow;
Financial
information
Actual :
Packageed
1. Total assets
2. Current
assets
3. Total
liabilities
4. Current
liabilities
5. Profits before
taxes
6. Profits after
taxes
Specify proposed sources of financing to meet the cash flow demands of the tender, net
of current commitments.
Source of financing
1.
2.
3.
4.
Attach audited financial statements for the last five fiscal years (for the individual
applicant or each partner of a joint venture).
Firms owned by individuals, and partnerships, may submit their balance sheets certified
by a registered accountant, and supported by copies of tax return, if audits are not
required by the laws of their countries of origin.
Location :: Lucknow;
APPENDIX A
Location :: Lucknow;
Location :: Lucknow;
Applicant, including each partner of a joint venture, should provide information on any
history of litigation or arbitration resulting from contracts executed in the last five years or
currently under execution. A separate sheet should be used for each partner of a joint
venture.
Year
Award FOR or
AGAINST applicant
Disputed amount
(in Rs.)
Location :: Lucknow;
APPENDIX A
APPLICATION FORM (9)
RESTRICTION AND BLACK LISTING HISTORY
Location :: Lucknow;
Applicant, including each partner of a joint venture, should provide information on any restriction
and black listing history resulting from contracts executed in the last five years or currently under
execution. A separate sheet should be used for each partner of a joint venture.
Year
Award against
applicant
Name of client
Location :: Lucknow;
Location :: Lucknow;
Lucknow.
Sir,
WHEREAS,
Messers.a
company
incorporated under the Companies Act, its registered office at /a firm
registered under the Partnership Act and having its business office at
..son
of
..resident
of
.carrying on business under the firms name and style of
Messersat../Srison of ..
resident
of..
.at./Sri Son of
. .resident of . ./Sri ..son
of .resident of ofpartners carrying on
business under the firms name and style of Messers at..which is a
registered partnership
( hereinafter called The Applicant) has have in response to
your Invitation for Prequalification against specification number . for prequalifying the tendering of an EPC Contract for Supply, Erection, Testing and
Commissioning of 132 KV Substations under this tender as per annexure-I, offered to
supply and /or execute the works as contained in the Applicants letter No.
.
AND WHEREAS the Applicant is required to furnish you a Bank guarantee for the
sum of Rs..as earnest money against the Applicants
offer as aforesaid:
AND WHEREAS We .(name of the bank ) , have, at the
request of the Applicant agree to give you his guarantee as hereinafter contained:
NOW THEREFORE, in consideration of the promises We, the undersigned , hereby
covenant that the aforesaid application of the Applicant shall remain open for acceptance
by you during the period of validity as mentioned in the Application or any extension
thereof as you and the Applicant may subsequently agree and if the Applicant shall, for
any reason back out, whether expressly or impliedly, from his said application during the
period of its validity or any extension thereof as aforesaid we hereby guarantee to you the
payment of the sum of Rupees ..on demand , notwithstanding the
existence of any dispute between the U.P.P.T.C.L. and the Applicant in this regard AND
We hereby further agree as follows
(a) That you may without affecting this guarantee grant time or other indulgence to
or negotiate further with the application in regard to the conditions contained in the said
application and hereby modify these conditions or add there to any further conditions as
may be mutually agreed upon between you and the Applicant.
(b) That the guarantee herein before contained shall not be affected by any
change in the constitution of our Bank or in the constitution of the Applicant.
(c) That any account settled between you and the Applicant shall be conclusive
evidence against us of the amount due here under and shall not be questioned by us.
(d) That this guarantee commencer from the date hereof and shall remain in force
till the Applicant, If his application is accepted by you, furnishes the security as required
Location :: Lucknow;
under the said specifications and executes a formal agreement as therein provided or (till
four months after the period of validity) or the extended period of validity, as the case may
be, of application, whichever is earlier.
(e) That the expressions the Applicant and The Bank and the U.P.P.T.C.L.
Herein used shall, unless such interpretation is repugnant to the subject or context,
include their respective successors and assigns.
Yours faithfully
Location :: Lucknow;
APPENDIX B
BID SCHEDULES
Location :: Lucknow;
BID SCHEDULES
INDEX
S.N.
SCHEDULE
TITLE
1.
Schedule A
2.
Schedule B
:
:
Bid Form
Qualifying details in following schedules :
Experience details of Equipments of manufacturers on
whom the orders are placed by UPPTCL
Declaration
3.
Schedule C
4.
Schedule D
5.
Schedule E
E-1 :
For Bidder
E-2 :
For Manufacturers
6.
Schedule F
7.
Schedule G
8.
Schedule H
9.
Schedule I
10.
Schedule J
11.
Schedule K
12.
Schedule L
13.
Schedule M
14.
Schedule N
15.
Schedule O
16.
Schedule P
17.
Schedule Q
18.
Schedule R
Location :: Lucknow;
SCHEDULE 'A'
BID FORM
FOR SUPPLY, ERECTION, COMMISSIONING &
OPERATION OF EQUIPMENT FOR SUBSTATIONS
From:
To,
The Superintending Engineer
Electricity Substation Design Circle-II
Shakti Bhawan Extn.,
Lucknow.
Sir,
With reference to your invitation to Bid for the above I/We hereby offer to the Uttar
Pradesh Power Transmission Corporation Ltd. Items in the schedule of prices and
delivery annexed or such potion thereof as you determine in strict accordance with the
anexed conditions of contract Form 'B'/'A', specifications and schedules of Rates to
the Satisfaction of the Purchaser or in default thereof to forefit and pay to the Uttar
Pradesh Power Transmission Corporation Ltd. the sum of money mentioned in the said
conditions.
The rates quoted are inclusive pro-rata and in full satisfaction of all claims.
l/We agree to abide by Bid for the period of six months from the date fixed for receiving
of the same.
A sum Rs..............................................................in the form of.................................is
herewith forwarded duly endrosed in favour of the...................................................
....................................................U.P. Power Transmission Corporation Ltd., Lucknow
as earnest money.
I/We hereby undertake and agree to execute a contract in accordance with the
conditions of the contract:
Encl.: As above
Date .......................................Day of ................................................. 20 ................
Yours faithfully
Witness:
Address
Name............................................
Location :: Lucknow;
SCHEDULE B
DETAILS OF EQUIPMENTS OF SUCH MANUFACTURERS ON WHOM
ORDER FOR RESPECTIVE EQUIPMENTS HAVE BEEN PLACED BY UP
PTCL WITH IN LAST FIVE YEARS
Sl.
No.
Equipment /
Material
Name of
Manufact
urer
( Make)
UPPTCLs
Order No.
& date.
Designatio
n/
Address of
ordering
authorities
Quantity
Order
Ed
Suppli
ed
Date of
Supply/
Commis
s
ioning
Date of
Whether
last
routine /
type
acceptance
test &
test facilities
Agency are available
at
manufacture
rs works or
not
8
9
Transformers
Circuit
Breakers
Control
&
Relay Panels
Current
Transformers
Potential
Transformers
Lightening
Arrestors
Isolators
Capacitor
Bank
Battery,
Battery
Charger and
DCDB
Power
&
control cable
ACDB
Lamps
&
Switches etc.
Note: No supporting documents are required to be submitted with the offer in this case.
Location :: Lucknow;
SCHEDULE C
DECLARATION
( To be executed on a non-judicial stamp paper of Rs.10/- with a revenue stamp of
Re.1/- affixed)
Bid invited by
...................................................
...................................................
Bid for
...................................................
...................................................
Name of Bidder
.....................................................
.....................................................
In Cosideration of of the U.P. Power Transmission Corporation Ltd., having treated the
Bidder to be an eligible person whose Bid may be considered, the Bidder hereby agree
to the condition that the proposal in response to the above invitation shall not be
withdrawn within six months (or any extension thereof) from the date of opening of the
Bid , also to the condition that if thereafter the Bidder does withdraw his proposal with
the said period, the Earnest Money deposited by him may be forfeited to the U.P. Power
Transmission Corporation Ltd. and at the descretion of the Purchaser, the Purchaser
may debar the Bidder from the Bidding for minimum period of one year reckoned from
the date of opening of the Bid.
Signed this........................................................day of...................................20
Place..........................................................Signed by........................................
Witness
Bidder
Full Signature...........................
Name..........................................
Designation..................................
Location :: Lucknow;
SCHEDULE'D'
PROFORMA FOR JOINT UNDER TAKING BY THE
COLLABORATOR/ASSOCIATE AND THE BIDDER
(To be stamped in accordance with U.P. State Act.)
To,
The Superintending Engineer
ESDC-II, 13th Floor, Shakti Bhawan Extn.,
U. P.Power Transmission Corporation Ltd;,
Lucknow.
Dear Sir,
(In terms of "Instruction to Bidder" in the specification No............................................. for the
design, manufacture, testing, delivery erection & commissioning (as specified), of
...................................................................................................................................................
.................................................................................................(Name of the Equipment)
it is a condition that the Bidder as well as their collaborator/associate shall jointly and
severally undertake the responsibility for the successful performance of the Contract (herein
after refered to as Contract) which is qualified for the award on the basis of expertise of
collaborator/ associate.
We ............................having our registered office at ........................................ (hereinafter
referred to as a Collaborator/Associate) which in turn, shall include our successor,
administrator, recriuter and assign and....................................................... we having our
registered office at ..................................................(hereinafter called Bidder/ Bidder) are
held jointly and severally liable and bound upto U.P. Power Transmission Corporation Ltd.
(hereinafter referred to as Purchaser) which expression shall include its successor,
administrator and assign, for the successful performance of the contract including the
overall responsibility for the design, manufacturer, testing delivery, performance etc.
of................................. (Name of the equipment) in accordance with the contract.
The Collaborator/Associate hereby agree to depute their technical experts from time to time
to Bidder's works/project site as mutually agreed upon between the Purchaser and the
Bidder's in order to discharge the Bidder's obligations as stipulated in the Contract. The
Bidder and the Collaborator/Associate hereby agree that this undertaking shall be
irrevocable and it shall form and integral part of the Contract.
In Witness thereof the Collaborator/Associate and the Bidder have through their authorised
representative, set their hands and seal on this ................................................
...........................................day of............................................................................20.
WITNESS:
COLLABORATOR/ASSOCIATE
1..................................................
Full Signature......................................
....................................................
Name...................................................
Location :: Lucknow;
(Official Address)
Designation..........................................
Seal
Seal
WITNESS:
BIDDER
1..................................................
Full Signature......................................
....................................................
Name...................................................
(Official Address)
Designation...........................................
Seal
Seal
Location :: Lucknow;
SCHEDULE - E1
SCHEDULE OF GENERAL PARTICULARS FOR BIDDER
1.
2.
3.
4.
5.
6.
Validity of offer.
(A minimum validity of 6 months from
the date of Bid opening is required)
7.
8.
Yes/No.
9.
Yes/No
10.
Yes/No
11.
12.
Yes/No.
Yes/No
Location :: Lucknow;
14.
Yes/No.
Central
State
15.
Yes/No
16.
Yes/No.
17.
Yes/No.
18.
19.
Excise duties
Applicable
extra/Not
applicable.
Applicable extra/Notapplicable
20.
Completion period
Given/not given
21.
Drawings (Schedule F)
Enclosed/Not enclosed.
22.
Yes/No
Seal of Company
Full Signature-----------------------------Name---------------------------------------Designation--------------------------------Date------------------------------------------
Location :: Lucknow;
SCHEDULE E2
: ------------------------------
Name
a)
b)
a)
:
:
:
:
2.
3.
4.
5.
6.
7.
8.
9.
10:
11.
12
of the manufacturer
Registered Office
Postal address
Telegraphic address
Location :: Lucknow;
13.
14.
15
16.
: Tested/Not Tested
17.
18.
Whether
Certificates
for
Testing Facilities
a)
Type tests
b)
Routine tests
:
: Available/ Not available
: Available/ Not available
20.
21.
22.
Drawings
23.
:
:
24
Seal of Company
Full Signature........................................
Name......................................................
Designation.............................................
Date........................................................
Location :: Lucknow;
SCHEDULE F
DEVIATIONS FROM SPECIAL CONDITION OF SPECIFICATION &ITS PRICE
INCIDENCE
(All deviations from the "Special condition of specification" shall be filled in this
schedule, compliance with the Specifications will be taken as granted if the deviation
are not specifically mentioned in this schedule. In case the Bidder is required to agree to
the standard clause, then he may indicate the amount by which the Bided price will
thereby be increased or decreased).
Sl.No..
Clause No.
Deviation
The Bidder hereby certifies that the above mentioned are the only deviations form the
"Special Conditions of specification"
Seal of Company
Full Signature......................................
Name....................................................
Designation...........................................
Date......................................................
Location :: Lucknow;
SCHEDULE G
DEVIATIONS FROM TECHNICAL SPECIFICATION & ITS PRICE INCIDENCE.
(All deviations from the Technical Specification shall be filled in clause, in this schedule; compliance
with the specification will be taken as granted if the deviation is not specifically mentioned in this
schedule. In case the tenderer is required to agree to the standard clause, then he may indicate the
amount by which the tenderered price will thereby be increased or decreased.
Sl. No.
Clause No.
Deviation
The Tenderer hereby certifies that the above mentioned are the only deviations from the Technical
Specification.
Seal of company
Full Signature..
Name ..
Designation..
Date
Location :: Lucknow;
SCHEDULE 'H'
DEVIATIONS FROM "INSTRUCTIONS TO BIDDERS" & ITS PRICE
INCIDENCE
(All deviations from the "Instruction to Bidders" shall be filled in clause, in this schedule,
compliance with the Specifications will be taken. as granted if the deviation are not
specifically mentioned in this schedule. In case the Bidder is required to agree to the
standard clause, then he may indicate the amount by which the Biddered price will
thereby be increased or decreased).
SI.
No.
Clause No.
Deviation
The Bidder hereby certifies that the above mentioned are the only deviations from the
"Instructions to Bidders"
Seal of Company
Full Signature .................................
Name...............................................
Designation.....................................
Date.................................................
Location :: Lucknow;
SCHEDULE - I
DEVIATIONS FROM GENERAL TECHNICAL REQUIREMENTS OF SPECIFICATION
&ITS PRICE INCIDENCE
(All deviations from the General Technical Requirements Of Specification shall be filled
in this schedule, compliance with the Specifications will be taken as granted if the
deviation are not specifically mentioned in this schedule. In case the Bidder is required
to agree to the standard clause, then he may indicate the amount by which the Bided
price will thereby be increased or decreased).
Sl.No.
Clause
No.
Deviation
The Bidder hereby certifies that the above mentioned are the only deviations form the
"General technical Requirements of specification"
Seal of Company
Full Signature...................................
Name.................................................
Designation........................................
Date...................................................
Location :: Lucknow;
SCHEDULE 'J'
DEVIATIONS FROM "GENERAL CONDITIONS OF CONTRACT FORM
A/B" & ITS PRICE INCIDENCE
(All deviations from the "General Conditions of Contract Form A/B" shall be filled in
clause, in this schedule, compliance with the Specifications will be taken as granted if the
deviation are not specifically mentioned in this schedule. In case the Bidder is required to
agree to the standard clause, then he may indicate the amount by which the Biddered
price will thereby be increased or decreased).
Sl.No.
Clause No.
Deviation
The Bidder hereby certifies that the above mentioned are the only deviations from the
"General conditions of Contract Form A/B".
Seal of Company
Full Signature.........................................
Name......................................................
Designation............................................
Date.......................................................
Location :: Lucknow;
SCHEDULE - K
DEVIATIONS FROM TECHNICAL SPECIFICATIONS FOR HANDLING ERECTION
TESTING AND COMMISSIONING
(All deviations from the Technical Specifications For Handling Erection Testing And
Commissioning shall be filled in this schedule, compliance with the Specifications will
be taken as granted if the deviation are not specifically mentioned in this schedule. In
case the Bidder is required to agree to the standard clause, then he may indicate the
amount by which the Bided price will thereby be increased or decreased).
Sl.No. Clause No.
Deviation
The Bidder hereby certifies that the above mentioned are the only deviations form the
"Technical Specifications For Handling Erection Testing And Commissioning"
Seal of Company
Full Signature.........................................
Name......................................................
Designation............................................
Date.......................................................
Location :: Lucknow;
SCHEDULE 'L'
LIST OF RECOMMENDED SPECIAL TOOLS & TACKLES & ITS
PRICES
(Bidder shall give below a list of special tools and tackles required for erection,
commissioning. operation and maintance of equipment offered by him).
Sl. No.
Particulars
Recommended
Qty. in No.
Unit Prices
Ex-works F.O.R. Destination
The Bidder hereby certifies that the above are the only special tools and tackles
required for erection, commissioning. operation and maintenance of equipment offered
by him.
Seal of Company
Full Signature......................................
Name...................................................
Designation.........................................
Date ....................................................
.
Location :: Lucknow;
SCHEDULE 'M'
LIST OF RECOMMENDED TEST SETS & TESTING INSTRUMENTS
& THEIR PRICES
(Bidder shall give below a list of recommended test sets and testing instruments
required for erection, commissioning. operation and maintance.)
Sl. No.
Particulars
Quantity
Unit Prices
Ex-works F.O.R. Destination
The Bidder hereby certifies that the above are the only recommended test sets and
testing instruments required for erection, commissioning. operation and maintenance of
equipment offered by him.
Seal of Company
Full Signature......................................
Name...................................................
Designation.........................................
Date ....................................................
Location :: Lucknow;
SCHEDULE-N
LIST OF RECOMMENDED SPARE PARTS & THEIR PRICES
(Bidder shall give below equipment wise list of spare parts recommended for five year trouble
free operation of equipment offered by them and its prices).
Sl.No
Name of
. Equipment
Name of
Component
Part/catalogue No.
Recommended
Qty. in nos.
Ex-works
Seal of Company
Full Signature.............................................
Name...........................................................
Designation.................................................
Date............................................................
Location :: Lucknow;
SCHEDULE-O
LIST OF DRAWINGS & LITERATURES ENCLOSED WITH THE BID
Sl. No.
Drawings/Literature No.
Title
Seal of Company
Full Signature.......................................
Name.....................................................
Designation...........................................
Date......................................................
Location :: Lucknow;
SCHEDULE P
SCHEDULE
PERIOD
OF
GUARANTEED
COMPLETION / DELIVERY
Item
1.0
2.0
3.0
4.0
5.0
Earthmat material
Anchor Bolts
Main Structures
Auxiliary Structures
Bus bar material for
main, transfer, jack
buses
&
inter
connections
with
equipments etc
250
KVA
transformers
145
KV
Circuit
Breakers
33
KV Vaccum
Circuit Breakers
145 KV C.T.s &
C.V.T.s
33KV CT & PT
145 KV Isolators
36 KV Isolators
120
KV
Surge
Arrestors
30KV Surge Arrestor
All Contol & Relay
Panels
All Batteries & Battery
Chargers
6.0
7.0
8.0
9.0
10.0
11.0
12.0
13.0
14.0
Quantity
Location :: Lucknow;
15.0
16.0
17.0
18.0
19.0
20.0
21.0
AC & DC Distribution
Boards
0.2 accuracy ABT
Energy meters
Control
&
Power
Cables
Fire
fighting
equipments
Lighting Fixtures &
associated materials
20 SAS System
DG Set
NoteBidder shall delivery schedule of leftover items, if any.
also furnish the
Activity
1.
2.
3.
4.
5.
5.1
5.2
Laying of Earthmat
Boundary Wall and gate
Main Store
Control Room Building
Main Structure foundations
132 kV switch yard
33 KV Switchyard
6.
6.1
6.2
7.
7.1
7.2
8.
8.1
8.2
9.
9.1
9.2
9.3
9.4
9.5
9.6
Location :: Lucknow;
10.
10.1
10.2
10.3
10.4
11.
11.1
11.2
11.3
12.0
13.0
14.0
Cable laying, termination, testing and commissioning of132 kV feeders and bus coupler bays with SAS
I 20/40 MVA Transformer bay including 132/33 k V equipments with SAS
II 20/40 MVA Transformer bay including 132/33 kV equipments with SAS
33 KV feeders and bus transfer bay with SAS
Installation and commissioning of
Store lighting
Switch Yard and outdoor lighting
Control Room building lighting.
Installation and commissioning of Fire fighting system.
Installation and commissioning of 10 MVAR Cap Bank with all
associated equipment and material
Installation and commissioning of DG set
Note- Bidder shall also ftunish the completion schedule of leftover activities, if any.
Seal of Company
Full Signature .............................
Name...........................................
Designation...................................
Date .............................................
Location :: Lucknow;
SCHEDULE - Q
Location :: Lucknow;
SCHEDULE-Q
2.
3.
4.
5.
6.
7.
8.
9.
10.
The Schedule of Quantities shall be read in conjunction with all other sections of
these Bid documents. The brief descriptions of equipments/items given in price
schedule shall not be construed to limit the scope of work, and the same shall
be read in conjunction with corresponding sections of specifications including
amendments/ errata if any, thereto. Reference to the all sections of the Bid
document shall be made before entering prices against each items in the
Schedule of Quantities
The quantities given in the Schedule of Quantities are estimated and provisional
and are given to provide a common basis for bidding. The basis of payment will
be the actual quantities of works ordered and carried out, as measured by the
Bidder and verified by the Purchaser and valued at the unit/lump sum rate
mentioned in the price schedule where applicable and otherwise at such rates
and prices as the Purchaser may fix within the terms of the Contract.
The rates and prices shall include all constructional plant, labour, supervision,
materials, erection, maintenance, insurance, profit, taxes and duties, together
with all general risks, liabilities and obligations set out or implied in the contract.
The erection charges shall include supply of all non-consumable/ consumable
items for handling, erection, testing &commissioning of equipments/ structures
etc. without any extra liability on UPPTCL. Where ever applicable the
equipments shall be supplied with suitable terminal connectors, first fill of oil &
10% extra oil and all other required accessory items to make the equipment
complete whether specified or not
The Bidder shall be entirely responsible for completeness of work in all respects
irrespective of whether any item is specifically mentioned in price schedule. The
Bidder shall quote for all such items or works, which in Bidders view have not
been included in price schedule but are necessary for completion of work, either
on lump sum basis or by indicating their estimated quantities & their unit/ lot
rates, otherwise these shall be deemed to have been included in Bidder's
scope without any extra liability to UPPTCL. the cost shall be deemed to be
distributed among the rates and prices entered for the related items of supply &
work.
The method of measurement of completed work of payment shall be in
accordance with relevant I.S.S. Codes.
Rate and price shall be quoted by the bidder in Indian rupee.
Where there is a discrepancy between the amounts in figures and words, the
amounts in words will govern.
Where there is discrepancy between the unit and line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted will govern.
In case prices for any items are found left blank or against which '__ is
indicated, the prices of such items shall be deemed to be included in associated
items or in grand total of price schedule.
No Excise duty & sales tax shall be payable by UPPTCL on bought-out items
which shall be dispatched by Bidders Sub-venders directly to UPPTCL project
site on sale-in-transit basis, these shall be paid extra in case of direct
transaction items between Bidder & UPPTCL.
Location :: Lucknow;
Description
1.
2.
3.
6.
7.
8.
9.
10.
11.
12.1
12.2.
13.0
Amount
in Rs.
Location :: Lucknow;
SCHEDULE Q-1
SCHEDULE OF QUANTITIES & PRICE for 132KV SUBSTATION Kursato (Varanasi)
A
SUPPLY PRICES
Sl. No.
1
1
2
2.1
2.2
3
4
5
5.1
5.2
5.3
6
6.1
6.2
6.3
7
7.1
8
8.1
(in Rupees)
2
40 MVA, 132/33 KV
Transformer
(to be provided by
UPPTCL)
Unit
Qty.
9.2
9.3
10
Units
exworks
prices
Unit
Freight &
Transit
insurance
charges
Total
FOR
destinati
on
prices
ED
CST
Any
other
10
11
-----
-----
-----
-----
-----
-----
---
-----
-----
Nos
Nos
Nos
10
Nos
12
Nos
Nos
Nos
24
Nos
36 KV Junction Boxes
145 KV Potential
Transformers
145 KV PT Junction
Boxes
36 KV Potential
Transformers
Nos
10
Nos
12
Nos
Nos
36 KV PT Junction Boxes
Nos
Nos
Nos
10
Nos
9.1
Direct
supply or
bought out
Sale in
Transit
145 KV Isolators
(MOTORISED) without
Post Insulators
145 KV Line Isolators
with earth switch
MOTORISED
145 KV Bus Isolators
without earth switch
MOTORISED
145 KV Tandem Isolators
without earth switch
MOTORISED
36 KV Isolators with
Post Insulators
Location :: Lucknow;
10.1
10.2
10.3
11a
b
12
13
14
15
16
17
18
19
20
21
21.1
21.2
22
23
24
25
26
36 KV Line Isolators
with one earth switch
Nos
36 KV Bus Isolators
without earth switch
Nos
20
Nos
Nos
150
33 KV Post Insulators
Nos
Nos
12
30 KV Surge Arrestors
Simplex type Control &
Relay Panels as per
Technical Specification of
SAS for 40 MVA
Transformer
Simplex type Control &
Relay Panels as per
Technical Specification of
SAS for 132 KV Transfer
Bus Coupler
Simplex type Control &
Relay Panels as per
Technical Specification of
SAS for 132 KV Bus
Coupler
Simplex type Control &
Relay Panels as per
Technical Specification of
SAS for 132 KV Feeder
Triple Simplex type
Control & Relay Panels
as per Technical
Specification of SAS for
33 KV Feeders
Simplex type Control &
Relay Panels as per
Technical Specification of
SAS for Substation
Automaton Panel
Optical fibre required for
SAS as per specn
Nos
12
Nos
Nos
Nos
Nos
Nos
Nos
Lot
1
1
Nos
Nos
Nos
Nos
Nos
Set
Location :: Lucknow;
26.1
26.2
26.3
27
27.1
27.2
27.3
28
28.1
28.2
29
29.1
29.2
30
31
32
32.1
32.2
32.3
33
34
34.1
34.2
35
35.1
35.2
36
36
37
38
38.1
38.2
38.3
39
KM
KM
14
KM
KM
0.5
KM
1.0
KM
1.0
MT
80
MT
50
28 mm x 900 mm
Nos
900
25 mm x 500 mm
32/36 /40mm MS Rod for
Main Earthmat
40mm dia MS electrodes
(3 M long)
Nos
1000
MT
40
Nos
200
75*10 mm
MT
50*6 mm
MT
11
25*6 mm
0.2s accuracy class ABT
Energy Meters(Main &
check) with panel
MT
Set
ACSR Moose
KM
1.0
ACSR Panther
Single Tension Fittings
Suitable for
KM
4.0
ACSR Moose
Nos
45
ACSR Panther
Nos
70
Nos
20
Nos
1000
Moose / Moose
Nos
35
Moose / Panther
Nos
270
Panther / Panther
Bus Post Clamps suitable
for-
Nos
200
Conductors
Single Suspension
Fittings Suitable for
ACSR Panther
70 KN antifog disc
insulators
PG clamps suitable for -
Location :: Lucknow;
39.1
39.2
40
40.1
(a)
(b)
40.2
(a)
(b)
40.3
40.4
40.5
40.6
40.7
40.8
40.9
40.10
41
I
II
a)
b)
c)
III
42
43
44
Panther
Nos
15
Twin Panther
Nos
25
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
120 kV LA
Nos
30 kV LA
Nos
Nos
22.5 kg
Nos
9 kg
Nos
4.5 kg
Nos
Nos
28
Nos
LS
Nos
SPARES
145 KV Circuit Breakers
36 KV Circuit Breakers
TOTAL
Location :: Lucknow;
SCHEDULE-Q-2
HANDLING ERECTION TESTING COMMISSIONING OPERATION AND MAINTENANCE
CHARGES 132KV SUBSTATION KURSATO (VARANASI)
SI.
No.
Item/Equipments along
with all accessories as
per specification
Unit
Qty.
40 MVA, 132/33 KV
Transformer
Nos
Nos.
Nos.
36 KV SF6/Vacuum
Circuit Breakers
Nos.
10
145 KV Current
Transformers
Nos
18
Nos.
36 KV Current
Transformers
Nos
30
36 KV Junction Boxes
Nos
10
145 KV Potential
Transformers
Nos.
12
10
145 KV PT Junction
Boxes
36 KV Potential
Transformers
36 KV PT Junction
Boxes
145 KV Line Isolator with
post insulators
Nos.
Nos.
Nos.
Nos
14
Nos.
10
15
145 KV Tandem
Isolators with post
insulators
36 KV Line Isolator with
post insulators
Nos.
Nos.
17
36 KV Bus Isolators
with post insulators
Nos.
20
18 a)
Nos.
150
b)
33 KV Post Insulators
Nos
19
Nos.
12
20
30 KV Surge Arrestors
Nos.
12
11
12
13
16
Unit Handling,
Erection,
Testing &
Commissioning
Charges (Rs.)
Total Handling,
Erection
testing &
Commissioning
Charges ( Rs.)
Taxes, if
any
%
applicable
& amount
in Rs.
7
Location :: Lucknow;
21
22
23
24
25
26
27
28
(i)
Nos
Nos
Nos
Nos
Nos
Nos
Lot
1
1
Set
Nos.
(ii)
29.1
415 V AC Distribution
Board
415 V AC Lighting
Distribution Board
110 V DC Distribution
Board
1.1 KV Copper Control
Cable laying
Nos
Nos
Nos.
1
1
(i)
KM
(ii)
KM
14
(iii)
Km
30.1
Control cable
terminations
( per core both ends)
Nos.
1000
31
(i)
KM
0.5
(ii)
KM
(iii)
KM
31.1
Power cable
terminations (per cable
both ends )
29.2
29.3
30
Location :: Lucknow;
(i)
Lot
(ii)
95 sq mm Power cable
terminations
50 sq mm power cable
terminations
Main & Aux Structures
Lot
Lot
MT
80
MT
50
33
Nos
34
Earthing
34.1
MT
40
34.2
Laying of 36 mm dia 3
mt long MS electrodes
Nos
200
34.3
Earthing by 75 X 10 mm
MS Flat
MT
34.4
MT
11
MT
Set
36.1
Earthing by 50 X 6 mm
MS Flat
Earthing by 25 X 6 mm
MS Flat
0.2 class accuracy ABT
Energy
Meters(main+check)
with panel
Stringing of Bus bars
comprising of
Conductors Tension &
Suspension stings
complete with anti fog
type disc insulators,
tension & suspension
clamps, PG clamps, Bus
post clamps,
connectors, earth wires
and all other required
material for
132 KV Main bus
L.S.
Lot
36.2
L.S.
Lot
36.3
(a)
Feeder
L.S.
Lot
(b)
40 MVA Transformer
L.S.
Lot
(c)
L.S.
Lot
36.4
L.S.
Lot
36.5
33 KV Auxilliary Bus
L.S.
Lot
37
Baywise interconnection
of equipments with
specified conductors (
jumpering )
40 MVA Transformer
bay including 132 KV &
No of
Bays
No of
Bays
No of
Bays
No of
(iii)
32
32.1
32.2
34.5
35
36
37.1
33 KV sides
37.2
37.3
37.4
1
1
Location :: Lucknow;
Coupler Bay
Bays
37.5
33 KV Feeder Bay
37.6
37.7
No of
Bays
No of
Bays
No of
Bays
38
L.S.
Lot
Set
Nos.
Nos
Nos
39
40
41
42
Erection of 63 kVA DG
set
Erection of Bay
marshalling kiosk for
132 kV switchyard
1
1
Total
Location :: Lucknow;
Q-3
Sl.
No.
Unit
Qty.
1.
Nos
.
40
Nos
.
45
Nos
.
Nos
.
Nos
.
12
Nos
.
Nos
.
Nos
.
Nos
.
Nos
.
Nos
.
15
Nos
.
2.
6
7
8
9
10
11
12
50
50
50
5
5
Direct
supply
or
bought
out Sale
in
Transit
Units
exworks
prices
Unit
Freight
& Transit
insurance
charges
Total
FOR
destin
ation
prices
CST
Any
other
10
11
Location :: Lucknow;
Q-4
(Erection , testing and commissioning of Complete Lighting System including all works such as
cable laying & terminations, cable route marking, installation of distribution boards, junction
boxes, lighting fixtures etc and supply of all accessory items)
1.0
OUTDOOR LIGHTING
S.No.
Particulars
(A)
1.
(B)
1
SWITCHYARD LIGHTING
Supply of junction box of size
280x225x150mm made of 16 SWG
sheet with grey painting suitable for
Unit
Qty
No.
10
No.
10
No.
10
No.
10
No.
10
No.
10
No.
30
Unit
Rate
(Rs)
Total
Amount
(Rs)
Taxes,
if any
%
applica
ble &
amount
in Rs.
Location :: Lucknow;
(C)
1
3
4
5
(D)
1
No.
30
No.
30
No.
30
No.
5
No.
No.
No.
No.
No.
No.
Location :: Lucknow;
(E)
1
3.
4.
No.
100
500
500
500
No.
60
4.1
PARTICULARS
Wiring for light point/fan point/
Exhaust Fan point/Call bell point with
3/22, 1.5mm2 PVC insulated copper
conductor in PVC conduit concealed in
wall with 2.24mm dia bare copper earth
continuity wire & piano type switches
etc. complete in all respect.
Wiring for 3 Pin 5A light plug point
socked outlet on existing switch board
with 3/22, 1.5mm2 PVC insulated
copper conductor in PVC conduit
concealed in wall with 2.24mm dia bare
copper earth wire continuity along with
piano type switch complete in all
respect.
Supply and fixing of metal box of size
180x100x80mm deep in recess with
suitable size of white laminated sheet
cover in front including providing &
fixing 3 pin 15 A socket & switch
connection piano type with 7/22,
4.0mm2 PVC insulated copper
conductor concealed in wall with
2.24mm dia bare copper earth wire
continuity complete in all respect.
Supply & wiring of sub main with PVC
insulated copper wire of size & no. as
detailed below along with 2.24mm dia
bare copper earth wire continuity in
PVC conduit concealed in wall complete
in all respect.
2x4mm2 with 1 No. earth wire
Unit
Nos.
Qty.
70
Nos.
12
Nos.
40
Rate
Amount
Location :: Lucknow;
4.2
4.3
4.4
5
6
10
11
12
13
14
15
16
17
18
M
M
M
Nos.
30
40
50
8
Nos.
Nos.
10
Nos.
Nos.
10
Nos.
12
Nos.
Nos.
10
Nos.
Nos.
Nos.
No.
No.
Nos.
Location :: Lucknow;
19
20
Nos.
Nos.
Location :: Lucknow;
SCHEDULE
R-1(A)
R-l (B)
R-2
R-3 (i, ii, iii)
R-4 (i, ii, iii)
R-5 (i, ii)
R-6
R-7
9
10
11
12
13
14
14
R-8 (i to viii)
R-9
R-10 (A)
R-10 (B)
R-11
R-12
R-13(A)
15
17
18
19
20
21
22
23
24
R-13 (B)
R-14
R-15
R-16
R-17
R-18
R-19
R-20
R-21
ITEM
40 MVA 132/33 KV TRANSFORMERS (Not in scope )
250 KVA STATION TRANSFORMERS
CIRCUIT BREAKERS (145 KV & 36 KV)
CURRENT TRANSFORMERS (145 &36 KV)
POTENTIAL TRANSFORMERS (145 &36KV)
ISOLATORS (145 KV & 36 KV )
POST INSULATORS (145 & 36KV)
METAL OXIDE GAPLESS SURGE ARRESTORS (120 KV &
30KV)
CONTROL & RELAY PANEL AND SAS
0.2S ABT ENERGY METERS
110 V 200 AH BATTERY
BATTERY CHARGERS WITH DC DISTRIBUTION BOARD
L T DISTRIBUTION BOARD
33 KV 10 MVAR Cap Bank with associated equipments
1.1 KV FRLS PVC
UNARMOURED
COPPER CABLE
CONTROL
1.1 KV FRLS PVC UNARMOURED POWER CABLE
FABRICATION OF GALVANISED STRUCTURE
EARTHMAT
CLAMPS & FITTINGS.
BUSBAR CONDUCTORS
ANTI FOG DISC INSULATORS
FIRE FIGHTING EQUIPMENTS
LIGHTING SYSTEM
DG SET
Location :: Lucknow;
SCHEDULE-R-1(B)
Sl.No
1.
2.
6.
i)
ii)
iii)
iv)
v)
7.
Particulars
250KVA,33/0.4KV Transformer
Type and make of transformer
Continuous maximum rating for the maximum
ambient
Temperature of 50C and the temperature rise
condition specified.
Polarity
Vector group reference No. and symbol (according
to ISS)
Details of tank(approximate values)
Length
Breadth
Height
Thickness of plate used
Weight
Details of core
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
8.
i)
ii)
iii)
iv)
v)
vi)
Form of core
Material and thickness of laminations
Material used for insulating and laminations
Diameter of core(approx)
Area of Cross section of Core(approx)
Flux density
Total weight of core
Width of core
Type of paint between core link and yoke
Details of the HV windings
Type of winding
Conductor used
Insulation of conductor
No. of coils per limb
Volts per coil
No. to turns per coil
vii)
viii)
ix)
x)
9.
i)
Type of windings
ii)
Conductor used
iii)
Insulation of conductor
iv)
v)
vi)
vii)
3.
4.
5.
Location :: Lucknow;
viii)
ix)
x)
10.
Insulation details
i)
ii)
iii)
iv)
11.
Clearance
i)
ii)
iii)
iv)
v)
12.
i)
a)
b)
ii)
LV Winding - LV crest
Impulse Chopped wave(withstand values)
HV Winding - HV crest
a)
b)
iii)
LV Winding - LV crest
Power frequency high voltage test
a)
HV and ground
b)
LV and ground
iv)
13.
HV Bushings
i)
Name of manufacturer
ii)
Type of bushing
iii)
Rates voltage
iv)
14.
i)
HV winding
ii)
LV winding
15.
i)
ii)
iii)
Location :: Lucknow;
17. i)
ii)
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
30.
31 i)
29.
ii)
iii)
32.
33.
34.
35.
Location :: Lucknow;
SCHEDULE R-2
SCHEDULE OF GUARANTEED TECHNICAL
PARTICULARS FOR 145 & 36 KV CIRCUIT BREAKERS
S.No. Particulars
145 KV
36 KV
1.
Name of Manufacturer
2.
Manufacturer's type/designation
3.
Applicable Standards
4.
Rated voltage (kV)
5.
Rated continuous voltage for rated mVA
(a) Minimum kV
(b) Maximum kV
6.
Principle of operation of Circuit Breaker.
7.
Type of circuit breaker(indoor/outdoor )
8.
Ambient temperature used for designing
(a) Maximum Deg. C.
(b) Maximum daily average Deg. C.
9.
Continuous current under normal conditions.
10.
Short time current rating for 1 sec. & 3 sec. r.m.s.
KA
11.
Maximum rise of temperature over ambient for
current rating under clause 10 above .0C
12.
Rated operating duty
12.1 Rated transient recovery voltage.
12.2 (a) Opening time (in milli. sec).
(b) Arcing time (in milli. sec.) at :
i) Rated breaking current
ii) 50% of rated breaking current.
iii) 25% of rated breaking current.
iv) 10% of rated breaking current.
13.
Interrupting capacity based on duty cycle in 12
above.
a)
Symmetrical at rated voltage, in KA & MVA
b)
Asymmetrical at rated voltage, in KA &
MVA
c)
Symmetrical at service voltage in KA
14.
Rated restriking voltage 100%, 60%, 30%
a)
Amplitude factor
b)
Rate of rise at natural frequency
15.
Making capacity, KA peak
a)
At higher rated voltage
b)
At lower rated voltage
16.
Number of breaks in series per pole.
17.
Length of contact travel, mm.
18.
Total length of break/pole, mm.
19.
Rate of contact travel :
a)
At tripping, metres/sec.
b)
At closing, metres/sec.
20.
Type of devices if any used to obtain uniform
voltage distribution between breaks.
20.1 Rated line charging (capacitive) current (Amps.)
20.2 Rated small inductive breaking current (Amps.)
Location :: Lucknow;
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
Location :: Lucknow;
b)
36.
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
Location :: Lucknow;
47.
48.
49.
50.
51.
Type unit
Manufacturer's type designation.
Air compressor
Type
Make
Capacity in litres/min.
Rated pressure Kg./cm2
Compressor motor
H.P. Rating
Location :: Lucknow;
ii)
iii)
iv)
v)
vi)
e)
Number of phases
Speed (R.P.M.)
Class of insulation
Safety valve opens on local receiver at
Kg./cm2
Safety valve opens on control air receiver
at Kg./cm2
Compressor starts at Kg./cm2
Compressor stops at Kg./cm2
Alarm switching closes on local/remote end
air receiver at Kg./cm2
f)
g)
h)
i)
j)
52.
Location :: Lucknow;
53.
Location :: Lucknow;
SCHEDULE-R-3(I)
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
Name of Manufacturer
i)
Manufacturer's Type and
Designation
ii)
Applicable Standards.
Type of Current Transformers
(whether "Dead Tank" or "Live
Tank "design)
Rated voltage (KV)
Maximum operating voltage (KV)
Rated Frequency (Hz)
a)
No. of Cores
b)
No. of Primary Turns
Rated Primary thermal
current (A)
Continuous thermal current rating
(In % of the rated primary current
(Amps.)
Temperature rise at rated thermal
current 0C over ambient temp 0C
at site for :
a)
Winding.
b)
Oil at Top
c)
Exposed current carrying
parts.
Short time thermal current for one
sec. (kA r.m.s.)
Dynamic current withstand value
of CT (kA Peak)
Core Details :
(C-core)
i)
Transformation Ratio
ii)
Rated output (VA)
iii)
Class of Accuracy
iv)
Rated P.F. of Burden
v)
Minimum
Knee
point
voltage at maximum Tap.
vi)
Max.
exciting
current
corresponding to specified
knee point voltage at Max.
Tap.
vii)
Accuracy
limit
Factor/
Saturation Factor
400-200-100/1-1-1 A (T/F )
800-400-200/11-1 A (132kV
Feeders)
C-1 C-2
C-1 C-2
C-3
C-3
Location :: Lucknow;
viii)
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
Location :: Lucknow;
SCHEDULE-R-3(ii)
SCHEDULE OF TECHNICAL AND GUARANTEED PARTICULARS FOR
TERMINAL CONNECTORS
S.No.
1.
2.
3.
4.
5.
6.
(a)
(b)
7.
8.
Particulars
Material of connector
Name of manufacturer
Drawings of connectors
Weight of connector
Testing facility available at manufacturers
Works and list of apparatus available
What tests will be carried out on each piece
What tests will be carried out on some selected pieces
Make of bolts, nuts and checknuts
(Preferably GKW make)
Make of washers
SCHEDULE-R-3(iii)
Location :: Lucknow;
SCHEDULE-R-4(I)
SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR POTENTIAL
TRANSFORMER
Applicable Particulars to be filled in separately for 145 KV PT
S.No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
14.1
14.2
15.
16.
17.
18.
19.
Particulars
Name of Manufacturer
i)
Manufacturer's type and
Designation.
ii)
Applicable standards.
Type of voltage transformer.
Type of insulation used.
Rated primary voltage (KV)
Maximum
primary
operating
voltage (KV)
No. of secondary windings
Rated secondary voltage (Volts)
Rated transformation ratio.
Rated frequency (Hz).
Rated secondary burden for
various cores (VA)
Accuracy class at rated burden
for metering and protection core
respectively.
Rated total thermal burden (VA)
Temperature rise of winding over
ambient (0C).
Temperature rise at 1.1 times
rated voltage with rated burden
Temperature rise at 1.5 times
rated voltage when applied for 30
sec with rated burden
Primary winding and bushing one
minute
power
frequency
withstand voltage for wet and dry
both (KV r.m.s.)
VT primary winding and bushing
1.2/50 micro second full wave
positive and negative impulse
withstand voltage (KV peak).
Limits of phase displacement and
voltage error.
One minute power frequency
withstand voltage of secondary
winding (KV)
Radio
interference
voltage
at............... KV (in micro volts)
145 KV PT
C-1
C-2
36 KV PT
C-3
C1
C2
C3
Location :: Lucknow;
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
Location :: Lucknow;
SCHEDULE-R-4(ii)
SCHEDULE OF TECHNICAL AND GUARANTEED PARTICULARS FOR
TERMINAL CONNECTORS
S.No.
1.
2.
3.
4.
5.
6.
(a)
(b)
7.
8.
Particulars
Material of connector
Name of manufacturer
Drawings of connectors
Weight of connector
Testing facility available at manufacturers
Works and list of apparatus available
What tests will be carried out on each piece
What tests will be carried out on some selected pieces
Make of bolts, nuts and checknuts
(Preferably GKW make)
Make of washers
SCHEDULE-R-4(iii)
SCHEDULE OF TECHNICAL AND GUARANTEED PARTICULARS FOR
JUNCTION BOXES
S.No. Particulars
1.
Material of Junction Box
(State Gauge of the sheet metal)
2.
Name of manufacturer
3.
Overall dimensions (mm)
(Furnish G.A. drawing)
4.
Mounting Details
(Furnish Drawings)
5.
Weight of Junction Box (Kg.)
6.
Testing facility available at manufacturers
7.
Works and list of apparatus available
(a) What tests will be carried out on each Jn. Box
(b) What tests will be carried out on some selected
Junction Box
8.
Make of bolts, nuts and check nuts
(Preferably GKW make)
9.
Make of washers
10. Type of Paint
11. Grade of Terminal Block
12. Type of Terminals
13. Type of Fuse Links
14. Type of Fuses with rating
Location :: Lucknow;
SCHEDULE-R-5 (i)
SCHEDULE- R
SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS OF 145KV Motor Operated
ISOLATORS
(to be filled in by the tenderer for each type of Isolators)
1.
2.
3.
4.
5.
6.
7.
8.
9.
a)
i)
ii)
b)
i)
ii)
c)
i)
ii)
d)
10.
11.
i)
ii)
12.
i)
ii)
13.
a)
b)
c)
d)
e)
f)
g)
h)
i)
14.
15.
Make of Isolators
Type and catalogue number of Isolators
Standard according to which the Isolators
are manufactured.
Rated current
Rated voltage
Maximum permissible voltage
Short time current rating
for one second duration
Rated peak short circuit current
Insulation data:
Dry withstand value (1 minute) KV (rms)
Across isolating distance
To earth and between poles
WeT withstand value (30sec.) KV (rms)
Across Isolating distance
To earth and between poles
Impulse withstand value 1/50
Micro second wave KV(peak)
Across Isolating distance
To earth and between poles
Switching surge withstand value KV(peak)
Earthing device:
Short time current rating, its duration
and initial peak
Minimum clearance in air:
Between poles (phase to phase)
Between live parts and earth
Number of contacts in auxiliary
switch of operating mechanism
Main switch
Earthing switch
Construction data:
Number of breaks per circuit per pole
Number of Insulators Pedestals on one phase
Type of contacts
Type of bearing for rotating insulator
Materials of rotating blades
Material of main contacts
Area of contact
Pressure of contact
Type of interlocks
Weight of the Isolators per pole
(without insulators, supporting structure &
terminal connectors)
Total weight of one complete triple
pole Isolator (without Insulators)
Location :: Lucknow;
a.
b.
16.
Location :: Lucknow;
SCHEDULE-R-5 (ii)
GUARANTEED TECHNICAL PARTICULARS FOR 36 kV ISOLATORS
S.No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Particulars
Make of Isolators
Type of Isolators
Standard according to which the
Isolators are manufactured.
Rated current.
Rated Voltage.
Maximum permissible voltage.
Short time current rating :
i)
1 Second (KA)
ii)
3 Second (KA)
Rated peak short circuit current (KA)
Maximum
magnetizing
and/or
charging
current
interrupting
capacity.
Construction Data
a) Number of Breaks per circuit
per pole.
b) Number of Insulator pedestals
on one phase.
c)
Type of contacts.
d) Type of bearing for rotating
insulator.
e) Material of rotating blades.
f)
Materials of main contacts.
g) Area of contacts.
h) Pressure of contact.
i)
Type of interlocks.
Minimum clearance in air.
i)
Between poles (phase to phase)
ii)
Between live parts and earth
Insulation data
a) Dry withstand value to earth
(1 minute, KV rms)
i)
Across isolating distance.
ii)
To earth and between poles.
b) Wet withstand value to earth (30
seconds)
i)
Across isolating distance.
ii)
To earth and between poles.
c)
Impulse withstand value to earth
(1.2/50 micro sec. wave)
i)
Across isolating distance.
ii)
To earth and between poles.
d) Switching surge withstand value
KV (Peak)
36 KV
Location :: Lucknow;
13.
14.
15.
16.
17.
18,
19.
20.
21.
22.
Location :: Lucknow;
SCHEDULE R6
SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR POST INSULATORS
To be filled in separately for 145 KV & 36 KV Insulators
S.No. Particulars
145 KV
36 KV
1.
Name of Manufacturer
2.
Description and type of the Insulator
3.
Standard to which insulator conform
4.
Normal working voltage KV
5.
Highest System Voltage.
6.
Basic Insulation Level (KV)
7.
Glazing Colour
8.
Surface.
9.
No. of units in stack
10.
Voltage of each unit KV
11.
i)
Total creepage distance mm
ii) Protected creepage dist. mm
iii) Creepage factor
iv) Profile factor
12.
Dry arcing distance mm
13.
With stand test voltage
a) Dry 50 C/S KV
b) Wet 50 C/S KV
c) Impulse 1.2/50 Micro sec. full wave crest
14.
Flashover voltage.
a) Dry 50 C/S KV
b) Wet 50 C/S KV
c) Impulse 1.2 Micro sec. full wave.
i)
+ve wave (KV) crest
ii) -ve wave (KV)crest
15.
Power frequency puncture voltage (KV)
16.
Ultimate bending strength Kg.
17.
Ultimate Torsional strength KgM
18.
Compression strength Kg.
19.
Ultimate Tensile strength Kg.
20.
Weight of one Insulator of unit / Kg.
21.
Weight of one stack comprising of---- units.
22.
Height of stack mm.
23.
Diameter of the top plate (mm.)
24.
Diameter of Bottom Plate (mm)
25.
Diameter of pitch circle of cap of the insulator stack
(mm)
26.
Pitch circle diameter of the bottom of the insulator stack
(mm)
27.
Number of hole, their spacing & dia. in top end cap of
the insulator.
28.
Number of hole, their spacing & dia. in bottom end cap
of the insulator.
29.
Visual discharge test voltage.
30.
Material& technical specification of the bolts & nuts for
top, bottom and intermediate joints.
i)
Top Joint
ii)
Intermediate Joint
iii)
Bottom fixture.
Location :: Lucknow;
SCHEDULE R7
SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS FOR METAL
OXIDE GAPLESS SURGE ARRESTERS (LA)
To be filled in separately for 120 & 30 KV surge arresters
S.No.
1.
2.
3.
4.
5.
6.
7.
8.
(A)
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
Particulars
Name of Manufacturer
Type and model
Applicable Standard.
Rated voltage (KV)
Service voltage (KV)
Rated frequency (Hz)
Number of stacks per arrestor and their
identification col.
Number of ZnO discs per arrester pole
their size & designation code No.
Details of ZnO Blocks
1.
Manufacturer's Name
2.
No. of ZnO discs per lightning
Arrester
3.
Height/Thickness of ZnO discs
4.
Diameter of ZnO discs
5.
Rated Voltage of ZnO discs kV Ur.
6.
MCOV of ZnO discs kV, Uc
7.
Nominal Discharge Current of ZnO
discs.
8.
Long Duration Discharge Class
9.
Residual voltage at 10 kA discharge
current
10. Max. watt loss of discs
11. Manufacturers catalogue No.
Power frequency withstand voltage of
arrester insulation (KV)
Impulse lightning withstand voltage (KVp)
Switching impulse withstand voltage
(KVp)
Maximum continuous operation voltage
(KV)
Cross over voltage.
Power frequency reference voltage (KV
rms Min.)
Power frequency reference current
(M Amp.)
Nominal discharge current of 8/20,
microsecond wave.
Discharge current of 8/20 micro second
wave at which insulation coordination
done.
Long duration discharge class.
a) Discharge class.
120 KV
30 KV
Location :: Lucknow;
b)
c)
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
(B)
35.
Discharge capability.
Energy discharge capability test
procedure.
Low current long duration test value.
Pressure release class.
Residual voltage for discharge current of
8/20 micro second wave KVp
a) 5 KA
b) 10 KA
c)
20 KA
One micro second discharged voltage at
10 KA (Steep impulse KVp)
Maximum switching surge protective level
1 K Amp. with current wave having virtual
front time over 30 microsecond KVp.
Peak value of high current impulse of
4/10 microsecond wave KVp.
Temporary over voltage withstand
capability KV
a)
For 3 peaks
b)
For 0.1 second
c)
For 1 second
d)
For 10 seconds
e)
For 100 seconds
Over voltage test value of 10 cycles.
Protection margin available for :
a) Lightening Discharge
b) Switching Surge Discharge
c)
High
current
short
duration
discharge.
Minimum creepage distance.
Minimum prospective fault current KA
Radio interference voltage (micro volts)
Current from pressure relief KA
Partial discharge test at 1.05 MCOV P.C.
Continuous current drawn by the arrester
at MCOV and ambient temperature MAP
a) Resistive component
b) Capacitive component.
Power frequency voltage vs. time
characteristics.
Details of Insulating Base :
1.
Height of Insulating Base
2.
Weight of Insulating Base
3.
Colour of Insulating Base
4.
Dimensions and other mounting
details.
a) Weight of complete arrester with
insulating base Kg. (Approx.)
b) Shipping weight and dimension of
largest package.
c)
Weight of complete unit with
insulating base.
Location :: Lucknow;
36.
37.
38.
39.
40.
41.
42.
43.
44.
45.
Location :: Lucknow;
SCHEDULE-R-8(i)
Sl.
No
1
3
4
Item Description
Simplex Panel, Panel Dimension : 800(W) x
800(D) x 2315(H), Powder coated
Metering:
ABT Compliant Trivector meter, polyphase
meter, 3 Phase, 4 wire, 3 element, suitable for
unbalanced loads, Accuracy: 0.2, with KWH
(Import & Export), KVARH (Import & Export),
Lead & Lagging VAR
SCADA Compatible and with standard
parameter.
Test terminal block
Control & Indication
Control Switch for CB Type: Spring Return with
LMD, Pistol Grip Handle, 3 Pos, 10Ways
Protection
Numerical Bay Control unit with MIMIC with the
following functions:
- Synchrocheck & Energising
Check(RSYN,25)
- Monitoring
- Metering
- Tripping Logic(PTRC,94)
- Disturbance Recorder(RDRE)
- Event Recorder (RDRE)
Qty
( No)
MAKE
TYPE
Location :: Lucknow;
6.
7.
8.
9.
10.
11.
12.
Protection(PTOV,59)
- Fuse fail supervision(RFUF)
- Single Phase Tripping
-Scheme
Communication(PSCH,78)
- Tripping Logic(PTRC,94)
- Disturbance Recorder(RDRE)
- Fault Locator(RFLO)
- Event Recorder (RDRE)
Numerical relay relay type as per IEC 61850
protocol with following functions:
Directional O/C & E/F protection
RAICA for Breaker failure protection
DC Supply supervision relay
Trip circuit supervision relay
Three phase trip relay with Supervision and
Reset push button
Auxiliary flag relays.
Contact multiplication & lock out relay
13.
14.
Panel Accessories
Mounted inside:
1 no. Illumination lamp with
ON/OFF switch
1 no. Space heater with switch
1 no. 3 pin 15A socket with
ON/OFF switch
1 no. Earth Bus
1 set Terminal Blocks
Location :: Lucknow;
3.
SCHEDULE-R-8 (II)
Sl.
No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
Item Description
Simplex Panels , Panel Dimension :
800(W) x 800(D) x 2315(H), Powder
Coated.
Metering
ABT compliant Trivector meter, polyphase
meter, 3 Phase, 4 wire, 3 element, suitable
for unbalanced loads, Accuracy: 0.2, with
KWH (Import & Export), KVARH (Import &
Export), Lead & Lagging VAR
SCADA Compatible and with standard
parameter.
Test terminal block
Control & Indication
Control Switch for CB Type: Spring Return
with LMD, Pistol Grip Handle, 3 Pos,
10Ways
Protection
Numerical Bay Control unit with MIMIC
with the following functions:
Synchrocheck
&
Energising
Check(RSYN,25)
- Monitoring
- Metering
- Tripping Logic(PTRC,94)
Disturbance
Recorder(RDRE)
- Event Recorder (RDRE)
Numerical relay with following features:
differential protection(87T)
- Over load Protection
(PTOC,51)
- Over Excitation Protection
(PVPH,24)
- Tripping Logic(PTRC,94)
- Disturbance Recorder
(RDRE)
Static relay for REF Protection for HV &
LV
Numerical relay with following functions:
Directional O/C & E/F
protection
RAICA for Breaker failure protection
Auxiliary relays for bucholtz trip/alarm,
winding temp, high trip/ alarm etc., for HV
& LV other annunciation relay
Trip circuit supervision relay
Qty (No)
MAKE
TYPE
Location :: Lucknow;
12.
13.
14.
Location :: Lucknow;
SCHEDULE-R-8 (iii)
GUARANTEED TECHNICAL PARTICULARS FOR 132 KV BUS COUPLER BAY
Sl.
No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
Item Description
Simplex Panels,, Panel Dimension :
800(W) x 800(D) x 2315(H), Powder
Coated.
Metering:
ABT
compliant
Trivector
meter,
polyphase meter, 3 Phase, 4 wire, 3
element, suitable for unbalanced loads,
Accuracy: 0.2, with KWH (Import &
Export), KVARH (Import & Export), Lead
& Lagging VAR
SCADA Compatible and with standard
parameter.
Test terminal block
Control & Indication
Control Switch for CB Type: Spring
Return with LMD, Pistol Grip Handle, 3
Pos, 10Ways
Protection
Numerical Bay Control unit with MIMIC
with the following functions:
Synchrocheck
&
Energising
Check(RSYN,25)
- Monitoring
- Metering
- Tripping Logic(PTRC,94)
Disturbance
Recorder(RDRE)
- Event Recorder (RDRE)
Numerical relay for Non directional O/C &
E/F protection.
RAICA for Breaker failure protection
Trip circuit supervision relay
DC supply supervision relay
Trip lock out relays
high speed tripping
Panel Accessories
Qty (No)
MAKE
TYPE
Location :: Lucknow;
12.
Mounted inside:
1 no. Illumination lamp with
ON/OFF switch
1 no. Space heater with
switch
1 no. 3 pin 15A socket with
ON/OFF switch
1 no. Earth Bus
1 set Terminal Blocks
Location :: Lucknow;
SCHEDULE-R-8 (iv)
GUARANTEED TECHNICAL PARTICULARS FOR 132 KV SPARE FEEDER BAY
Sl.
No
1.
2.
3.
4.
5.
Item Description
Simplex Panel, Panel Dimension :
800(W) x 800(D) x 2315(H), Powder
coated
Metering:
ABT
compliant
Trivector
meter,
polyphase meter, 3 Phase, 4 wire, 3
element, suitable for unbalanced loads,
Accuracy: 0.2, with KWH (Import &
Export), KVARH (Import & Export), Lead
& Lagging VAR
SCADA Compatible and with standard
parameter.
Test terminal block
Control & Indication
Control Switch for CB Type: Spring
Return with LMD, Pistol Grip Handle, 3
Pos, 10Ways
Protection
Numerical Bay Control unit with MIMIC
with the following functions:
Synchrocheck
&
Energising
Check(RSYN,25)
- Monitoring
- Metering
- Tripping Logic(PTRC,94)
Disturbance
Recorder(RDRE)
- Event Recorder (RDRE)
Qty (Set /
No)
Location :: Lucknow;
6.
7.
8.
9.
10.
11.
12.
13.
14.
Protection(PTOV,59)
Fuse
fail
supervision(RFUF)
- Single Phase Tripping
Scheme
Communication(PSCH,78)
- Tripping Logic(PTRC,94)
Disturbance
Recorder(RDRE)
- Fault Locator(RFLO)
- Event Recorder (RDRE)
Numerical relay with following functions:
Directional O/C & E/F
protection
RAICA for Breaker failure protection
DC Supply supervision relay type
Trip circuit supervision relay
Three phase trip relay with Supervision
and Reset push button
Auxiliary flag relays
Contact multiplication & lock out relay.
Panel Accessories
Mounted inside:
1 no. Illumination lamp with
ON/OFF switch
1 no. Space heater with
switch
1 no. 3 pin 15A socket with
ON/OFF switch
1 no. Earth Bus
1 set Terminal Blocks
Location :: Lucknow;
4.
SCHEDULE-R-8 (V)
Sl.
No
1.
2.
3.
4.
5.
Item Description
Simplex Panel, Panel Dimension :
800(W) x 800(D) x 2315(H), Powder
coated
Metering:
ABT
compliant
Trivector
meter,
polyphase meter, 3 Phase, 4 wire, 3
element, suitable for unbalanced loads,
Accuracy: 0.2, with KWH (Import &
Export), KVARH (Import & Export), Lead
& Lagging VAR
SCADA Compatible and with standard
parameter.
Test terminal block
Control & Indication
Control Switch for CB Type: Spring
Return with LMD, Pistol Grip Handle, 3
Pos, 10Ways
Protection
Numerical Bay Control unit with MIMIC
with the following functions:
Synchrocheck
&
Energising
Check(RSYN,25)
- Monitoring
- Metering
- Tripping Logic(PTRC,94)
Disturbance
Recorder(RDRE)
- Event Recorder (RDRE)
Qty (No)
MAKE
TYPE
Location :: Lucknow;
6.
7.
8.
9.
10.
11.
12.
13.
14.
Protection(PTOV,59)
Fuse
fail
supervision(RFUF)
- Single Phase Tripping
Scheme
Communication(PSCH,78)
- Tripping Logic(PTRC,94)
Disturbance
Recorder(RDRE)
- Fault Locator(RFLO)
- Event Recorder (RDRE)
Numerical relay type with following
functions:
Directional O/C & E/F
protection
RAICA for Breaker failure protection
DC Supply supervision relay type
Trip circuit supervision relay
Three phase trip relay with Supervision
and Reset push button
Auxiliary flag relays
Contact multiplication & lock out relay.
Panel Accessories
Mounted inside:
1 no. Illumination lamp with
ON/OFF switch
1 no. Space heater with
switch
1 no. 3 pin 15A socket with
ON/OFF switch
1 no. Earth Bus
1 set Terminal Blocks
Location :: Lucknow;
5.
SCHEDULE-R-8 (VI)
Sl.
No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Item Description
Simplex Panels,Type : Panel Dimension :
800(W) x 800(D) x 2315(H), Powder
Coated.
Metering:
ABT compliant Trivector meter polyphase
meter, 3 Phase, 4 wire, 3 element,
suitable for unbalanced loads, Accuracy:
0.2, with KWH (Import & Export), KVARH
(Import & Export), Lead & Lagging VAR
SCADA Compatible and with standard
parameter.
Test terminal block
Control & Indication
Switron make Control Switch for CB
Type: Spring Return with LMD, Pistol
Grip Handle, 3 Pos, 10Ways
Protection
Numerical Bay Control unit with MIMIC
with the following functions:
Synchrocheck
&
Energising
Check(RSYN,25)
- Monitoring
- Metering
- Tripping Logic(PTRC,94)
-Disturbance
Recorder(RDRE)
- Event Recorder (RDRE)
Numerical relay for Non directional O/C &
E/F protection.
RAICA for Breaker failure protection
Trip circuit supervision relay
DC supply supervision relay
Trip lock out relays
High speed tripping relays
Panel Accessories
Mounted inside:
1 no. Illumination lamp with
ON/OFF switch
1 no. Space heater with
switch
1 no. 3 pin 15A socket with
ON/OFF switch
1 no. Earth Bus
1 set Terminal Blocks
Qty (No)
MAKE
TYPE
Location :: Lucknow;
5.1
SCHEDULER-8(vii)
Sl.
No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Item Description
Simplex Panels,Type ,Panel Dimension :
800(W) x 800(D) x 2315(H), Powder
Coated.
Metering:
ABT
Compliant
Trivector
meter,
polyphase meter, 3 Phase, 4 wire, 3
element, suitable for unbalanced loads,
Accuracy: 0.2, with KWH (Import &
Export), KVARH (Import & Export), Lead
& Lagging VAR
SCADA Compatible and with standard
parameter.
Test terminal block
Control & Indication
Control Switch for CB Type: Spring
Return with LMD, Pistol Grip Handle, 3
Pos, 10Ways
Protection
Numerical Bay Control unit with MIMIC
with the following functions:
-Synchrocheck
&
Energising
-Check(RSYN,25)
- Monitoring
- Metering
- Tripping Logic(PTRC,94)
Disturbance
Recorder(RDRE)
- Event Recorder (RDRE)
Numerical O/C & E/F relay
Numerical relay for neutral unbalance &
over/under voltage protection.
Trip circuit supervision relay
DC supply supervision relay
Trip lock out relays module
High speed tripping Module
Panel Accessories
Mounted inside:
1 no. Illumination lamp with
ON/OFF switch
1 no. Space heater with
switch
1 no. 3 pin 15A socket with
ON/OFF switch
1 no. Earth Bus
1 set Terminal Blocks
Qty (No)
MAKE
TYPE
Location :: Lucknow;
SCHEDULE-R (viii)
GUARANTEED TECHNICAL PARTICULARS FOR Substation Automation System
Sl No
Item Description
1.
1no DR workstation.
1no. Remote HMI.
1 no. APC/equivalent UPS with
30 mins battery back up
(1x1000VA)
1 no: 80 column Dot Matrix
Printer incl. cable
1 no A4 size Laser Printer for
Graphics & reports
Functionality
All Basic Monitoring functions
All Basic Control functions
Advanced monitoring functions:
Measuring reports and trends
Remote parameter setting and
reading
Uploading
disturbance
fault
record files
Disturbance record analysis
Communication
with
RLDC
integrated gateway on IEC101/104
protocol.
Communication with DCS
of Power plant.
2.
3.
Qty
No.
MAKE
TYPE
Location :: Lucknow;
SCHEDULE-R-9
GUARANTEED TECHNICAL PARTICULARS FOR ENERGY METERS
Sl.No.
1.
Description
Maker's Name & Country
2.
3.
Conforms
4.
Accuracy class
5.
Parameters measured
6.
P.F. range
7.
8.
9.
10.
MD Reset provisions
11.
Reset count
12.
13.
14.
15.
Memory capacity
system
Of Metering System
16.
17.
18.
19.
Communication Capability
On
i) Local port
ii) Remote port
20.
Location :: Lucknow;
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
Security features
access
33.
34.
35.
36.
37.
38.
39.
to block
unauthorized
Location :: Lucknow;
SCHEDULE-R-10 (A)
SCHEDULE OF GTP OF 110V 200AH BATTERY
S.N
o
1.
2.
3.
Particulars
Manufacturer's Name
Capacity of battery at 270C at 10 hrs. rate of discharge.
(AH)
PLATES
a)
b)
4.
5.
6.
a)
Overall dimensions of cell (wxhxt) (mm)
b)
Method of connection between cells.
c)
Cell designation
Type and material of cover.
CONTAINERS
a)
b)
c)
i)
ii)
7.
8.
9.
10.
11.
Material of container.
Whether container is moulded or blow type.
Thickness of container (mm)
Minimum.
Maximum.
SEPARATORS
a)
Type of material.
b)
Thickness of separator.
CLEARANCE :
a)
Between top of plate & top of container (mm)
b)
Between bottom of plate & bottom of container
(mm)
ELECTROLYTE :
a)
Quantity of electrolyte required for each cell.
b)
Sp. Gravity of electrolyte required for first filling at
270C.
c)
Max. electrolyte temp. that the cell can withstand
without any injurious effect.
i)
Continuously (0C)
ii)
For a short while.
d)
Sp. gravity of electrolyte.
i)
At the end of full charges at 270C.
ii)
At the end of discharge at 10 hrs. rate at 270C.
Open circuit voltage of each cell at the end of discharge
of 10 hrs. rate.
Capacity of the battery in Amp. hrs. at 270C.
a)
At 10 hr. rate of discharge (Ah)
110V 200AH
Location :: Lucknow;
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
b)
At 5 hrs. rate of discharge (Ah)
c)
At 1 hrs. rate of discharge (Ah)
d)
At 1/2 hr. rate of discharge (Ah)
e)
At 1 minute rate of discharge (Ah)
Voltage per cell of the battery at the end of discharge.
a)
At 10 hr. rate of discharge (Volt)
b)
At 5 hrs. rate of discharge (Volt)
c)
At 1 hrs. rate of discharge (Volt)
d)
At 1/2 hr. rate of discharge (Volt)
e)
At 1 minute rate of discharge (Volt)
How long the battery can remain uncharged without
deterioration of the active material before first charge is
given.
Max. discharge current of the battery
Time for which max. current (as referred above) can be
continuously drawn such that end voltage does not fall
below 95/44 volts.
Normal amp. hours efficiency of the battery at 10 hr. rate.
Nominal watt hour efficiency of the battery at 10 hr. rate.
Max. boost charge current of the battery.
Whether the list and quantity of items required with each
battery set is enclosed or not.
Percentage of manganese and arsenic in electrolyte.
Internal resistance of each cell.
WOODEN STAND :
i)
Frame thickness (should not be less than 65
mm).
ii)
Height from the floor of the lowest frame.
iii)
Insulator height.
iv)
Insulator diameter.
v)
Type of wood.
INTER CELL CONNECTOR :
i)
Metal used
ii)
Size
iii)
Weight of each connector.
iv)
Drg. of connector (to be enclosed).
v)
Total no. of connectors.
vi)
Metal of bolts, nuts & its size.
INTERTIER CONNECTOR. :
i)
Metal used
ii)
Size
iii)
Weight
iv)
Drg. of connector (to be enclosed).
STORAGE LIFE OF BATTERIES :
i)
Without any electrolyte filling.
ii)
After electrolyte filling.
Location :: Lucknow;
Particulars
Manufacturers Name
Type
3.
Rated Voltage:
i) Input
Volts.
ii) Out put Volts.
Charging Current:
4.
i) Float Charger
ii) Boost Charger
iii) Permanent station Load
5.
6.
7.
8.
CHARACTERISTICS OF RECTIFIER
a) Diodes :
i) Forward Voltage drop at rated current.
ii) Reverse leakage current at rated voltage
iii) Type of Diode used.
b) Thyristor
i) Forward voltage drop at rated current.
ii) Reverse leakage current at rated voltage
iii) Type of thyristor used.
9.
a)
i) For rectifier
ii) For transformer
0 C
0 C
Location :: Lucknow;
0 C
0 C
10.
11.
12.
13.
14.
15.
mm
mm
mm
Location :: Lucknow;
SCHEDULE R-11
TECHNICAL PARTICULARS OF L.T. DISTRIBUTION BOARD
Sr.N
o.
1.0
1.1
1.2
1.3
1.4
1.5
Particular
Air Circuit Breaker :
Make
Rating
a. Number of pole
b. Service voltage
c. Normal current
d. Frequency
e. Making capacity in peak
i) Symmetrical
ii) Asymmetrical
f. Short time current (1 second or
3 second as
applicable)
g. Whether ACB is of indoor type.
Constructional features
a. No. of breaks in circuit per pole
b. Total length of break per pole
c. Type of main contacts
d. Type of arcing contacts and or
arc control device
e. Minimum clearance in air
i) Between pole
ii) Between live parts & earth
f. Method of closing
i) Whether hand or power
ii) Whether the circuit breaker
is designed to
Close and latch on making
or is fitted with
making current release.
iii) Whether the Circuit breaker
is trip free.
g. Power required at designed
normal voltage to
close circuit breakers.
h.
Normal voltage of shunt trip
coils.
i.
Power required at normal
voltage for shunt trip
coils.
Operating particulars :
a. Opening time
b. Make time
Unit
Volts
Amps.
Hz
kilo-amps.
KA
&
MVA
KA
KA
Nos.
mm
mm
mm
mm
Sec.
Value
Location :: Lucknow;
1.6
1.7
2.0
2.1
2.2
No. of pole
Service voltage
Normal current
Frequency
Rupturing capacity symmetrical
2.3
Protection devices
2.4
2.5
2.6
2.7
2.8
2.9
3.0
3.1
3.2
3.3
3.4
3.5
3.6
3.7
4.0
4.1
4.2
4.3
4.4
4.5
4.6
4.7
4.8
CURRENT TRANSFORMER
Make
Type
Rated voltage
Rated primary current
Rated secondary current
Rated continuous thermal current
temperature rise over ambient
Mounting details
Overall dimensions
Volts
Amps.
C/s
MVA
at
433
volts.
Over load/
short circuit
protection.
Location :: Lucknow;
SCHEDULE R-12
Technical Particulars of 33 KV 10 MVAR Cap Bank with associated equipments
33 KV 10 MVAR Cap Bank with associated equipments
1
Name of the manufacturer
2
Manufacturers
type
and
designation
3
i) Description of dielectric
system and materials used
and details of construction
ii) Thickness of dielectric
Micron
Description
of
the
impregnant material used
i) Name of the impregnating
liquid
ii) LD-50 (Ledhal 9 Kg
Desa-50) value of
the impregnant
iii) Increase in value
of tan delta with
1000 over voltage
of 1 sec. Duration
at 2.25 times the
rated voltage
iv)Tan
delta /
KVAR at 30 Degree
C
v) Ratio of C.Amb
and /C-20 degree
C.AmbCapacitance
at
(ambient temp. C20 Capacitance at
20 degree C)
(furnish applicable
standard)
Guaranteed
capacitor losses in
watts per KVAR at
rated voltage and
frequency without
any tolerance
Rated Voltage of individual KV
unit
Max. voltage KV
of individual
unit
6x2.5 sq.
mm.
10x2.5 sq.
mm
Location :: Lucknow;
10
11
12
13
14
Max. voltage KV
(rms) which
the capacitor
unit
can
withstand
continuously
Power
KV
frequency
test voltage
Impulse test KV(peak)
voltage
KVAR Capacity of individual KVAR
unit at rated voltage of the
unit
Details of bushing
i) Number
of bushing
per unit
ii) Type of
bushing
iii)
Mm
Creepage
distance of
bushing
iv) B.I.L of KV
bushing
v)
Rated KV
voltage of
bushing
i) Number
of parallel
connection
in
each
capacitor
unit
ii) Number
of
series
elements in
each
parallel
connection
iii) Overall
dimensions
of capacitor
unit
iv) Material
and
brief
details of
containers
of capacitor
unit
i) Type of fuse on individual
capacitor units & its current
rating
Location :: Lucknow;
15
16
17
18
19
20
Location :: Lucknow;
21
22
23
24
25.
i)
Rated
MVAR
output
of MVAR
each bank
a)
at
38KV
b)
at
33KV
ii)
Output of MVAR
each
MVAR
double star
a)
at
38KV
b)
at
33KV
iii)
Output of each star at
a)
at 38KV
b)
at 33KV
Height of complete
bank
including support
insulators
i) Weight of each capacitor
unit
ii) Weight of mounting racks
without insulators
iii) Total weight of one
complete bank including
units,
interconnectors,
connectors, mounting rack
and insulators
Mounting arrangement
i) Reference of GA drawing
furnished
ii) Number
of
tier
arrangeme
nt
iii)
Mounting
steel rack
galvnised
or painted
iv) Without Yes/No
elevating
structures,
suitable for
mounting
on plinth or
not
Provision
of
sun-shade
during hot part of the year is
required or not
Reference to standard in
respect of cables.
MVAR
MVAR
Mm
Yes/N
o
Location :: Lucknow;
26.
B. CIRCUIT BREKAER
1
Name of manufacturer
2
Manufactures type and designation
3
Rated voltage
4
Maximum(continuous) rated service voltage
5
Nominal current rating
i) Under normal conditions
ii) Under site conditions specified
6
Short time current rating
i) 1 sec. rms
ii) 3 sec. rms
7
Maximum temperature rise over ambient
8
Breaking capacity at rated service voltage
i) Symmetrical ( in KA )
ii) Symmetrical ( in MVA )
iii) Assymetrical ( in KA )
9
Making capacity at rated service voltage
10
Total break time
i) at 10% rated interrupting capacity
ii) at rated interrupting capacity
11
Arcing time ( maximum )
i) 100% rated breaking current
ii) 50% rated breaking current
iii) 25% rated breaking current
iv) 10% rated breaking current
v) Critical current (current giving largest arcing
time)
a) ms
KV
KV
Amps
Amps
Amps
KA
KA
Degree C
KA
MVA
KA
KA(peak)
Ms
Ms
Ms
Ms
Ms
Ms
Location :: Lucknow;
b)
KA
12
13
Make timer
Ms
Minimum reclosing time at full rated interruption Ms
from the instant of trip coil energisation
14
15
16
Ms
100%
Rated
capacity
i) Amplitude factor
ii) Phase factor
iii) Natural frequency
iv)R.R.R.V / Micro second
No. of operations the circuit breaker can perform
without inspection, replacement of contacts or any
other parts
i) 50% rated current
ii) 100% rated current
17
18
19
20
21
22
23
24
25
KV rms
KV rms
KV(peak)
KV(peak)
KV rms
KV rms
KV rms
KV(peak)
mm
mm
Mm
Mm
Mm
Mm
60%
Rated capacity
Location :: Lucknow;
26
27
28
29
30
31
32
33
34
35
36
37
38
39
Overall dimensions
i) Reference of GA drawing
ii)Total height including mounting structure
Details of mounting
i) Reference of GA drawing
ii)Weight of mounting structure
40
Volts
Watts
Volts
Mm
42
43
44
45
Amps
i) Current rating
ii)ACSR conductor for which suitable
Panther
46
Location :: Lucknow;
Rated current
Amps
Rated voltage
Volts
KA rms
ii) 3 seconds
KA rms
Construction data
i)Number of poles per isolator
ii) Number of breaks per circuit per pole
iii) Number of insulator pedestal in one phase
iv) Number of insulators in each pedestal
v) Type of contacts
vi) Material of contacts
vii) Type of interlock
a) Between Isolator & Breaker
b) Between main & earthing switch
Insulation data
i) Power frequency dry withstand value (1 minute)
a) Across insolating distance
b) To earth and between poles
KV(rms)
KV(rms)
KV(rms)
KV(rms)
KV(peak)
KV(peak)
Location :: Lucknow;
10
11
12
13
14
15
Mounting details
i) Reference of GA drawing
ii) Total height
Kg
Kg
Location :: Lucknow;
16
17
Amps
Panther
18
19
20
21
22
D. CURRENT TRANSFORMERS
1
Name of manufacturer
2
Manufacturers type & designation
3
Rated voltage
4
Maximum operating voltage
5
Rated frequency
6
Rated primary current
7
8
9
10
11
12
13
14
KV
KV
Hz
Amps
Amps
VA
VA
Volts
Volts
KA(rms)
Location :: Lucknow;
15
16
17
18
19
20
21
22
23
24
25
26
27
28.
29
30
31
32
33
34
35
KA(peak)
KA(rms)
ELMAX/TOSHA
Yes/NO
KA(rms)
KA(peak)
KA(rms)
Kg
Kg
Mm
Mm
Mm
Yes/No
Amps
Panther
E. VOLTAGE TRANSFORMER
1
Name of manufacturer
2
Manufacturers type & designation
3
Rated primary voltage
Volts
4
Rated secondary voltage
Volts
5
Rated frequency
VA
6
Rated burden
7
Accuracy class
8
No. of winding
9.
Rated voltage factor
a. Continuous 1.2
b. 30 sec. 1.5
10
Temp. rise at 1.25 times rated voltage with
Location :: Lucknow;
rated burden
F. NEUTRAL CURRENT TRANSFORMER
11
Temp. rise for (10) above
Degree C
12
1 min. power frequency withstand test (dry) KV(rms)
voltage
13
1 min. power frequency withstand test (wet) KV(rms)
voltage
14
1.2/50 impulse wave withstand test voltage
KV(peak)
15
1 min. power frequency withstand voltage on KV(rms)
secondary
16
Creepage distance of bushing
i) Total
ii) Protected
17
Weight of oil
Kg
18
Total weight
Kg
19
Overall dimensions
i)Reference of GA drawing
ii) Total height
Mm
20
Mounting details
i) Reference of GA drawing
ii) Suitable for mounting on UPPCL structure as Yes/No
per Drg.No.W-04747
21
Applicable standard (IEC/IS)
22
Make of junction box
23
Dimension of junction box
(furnish GA drawing)
24
Make of terminal blocks
ELMAX/TOSHA
25
Secondary terminals disconnecting type with Yes/NO
shorting links or not
26
Bi-metallic terminal connectors
i) Current rating
Amps
ii) Suitable for ACSR conductor
Panther
1
Name of manufacturer
2
Manufacturers type & designation
3
Rated voltage
KV
4
Maximum operating voltage
KV
5
Rated frequency
Hz
6
Transformation ratio
7
Rated burden
VA
8
Class of accuracy
9
Saturation factor
10
Knee point voltage
Volts
11
Maximum excitation current corresponding to Ma
knee point voltage
12
13
14
Ohms
KA (rms)
Location :: Lucknow;
15
16
17
18
19
20
21
22
23
24
25
i) Dry
ii) Wet
1.2/50 micro second impulse voltage withstand
test voltage
1 min. power frequency withstand voltage on
secondary
Total weight
Weight of oil
Overall dimensions
i)Reference of GA drawing
ii) Total height
Mounting details
i) Reference of GA drawing
ii) Suitable for mounting on UPPCL structure as
per Drg.No.W-04747
Creepage distance of bushing
i) Total
ii) Protected
Accuracy limit factor
Instrument security factor
Applicable standard (IES/IS)
Bi-metallic terminal connectors
i) Current rating
ii)ACSR conductor for which suitable
KV(rms)
KV(rms)
KV(peak)
KV(peak)
Kg
Kg
Mm
Yes/No
Mm
Mm
Panther
Location :: Lucknow;
Relay details
c)
a) Unbalanced
Over currentprotection
and earth fault protections
i)
Type
i) Type and
and make
make of
of relays
relays offered
offered
ii)
Setting
range
available
relays
ii) Setting range in currentinand
time available
iii)
Calculations
to
show
thefault
number
for over current relays and earth
relay of
capacitor units which when fail shall produce
b) Overover
voltage
protection
105%
voltage
on other capacitor units
i) Type
makerange
of relays
offeredin the relay
and
thatand
setting
available
ii)
Setting
range
in
voltage
and
time
available
offered suits the same, has to be
enclosed.
iv) How has provision of alarm in the cases of
failure of one or two capacitor units been
achieved
v) Details ( type and make and setting range)
of time delay relay provided with the
unbalanced protection
vi) Calculations to show that co-ordinations
between the operation of individual fuses to
isolate faulty units and the unbalanced
protection exists should be appended.
10
11
12
Note:a)
A complete schematic diagram shoeing the protection scheme along with alarms and
indications must be enclosed with the tender.
b) Four sets of technical literatures and pamphlets of the relays used must be enclosed with
tender.
c) A write- up explaining the step by step operation of all the protections must be enclosed with
the tender.
d) General arrangement drawing showing dimensions and mounting details of all equipments
should be furnished with the tender.
Location :: Lucknow;
Name of manufacturer
Manufacturers type & designation
Number of phases (1 ph or 3 ph)
Current rating
Voltage rating
% reactance
Rated frequency
KVAR rating
Whether oil or air cooled
Whether copper or Aluminium wound
Reference to dimensional drawing which
should also give cross-sectional details of the
coils and conductor size used.
12
13
Amps
KV
Hz
KVAR
14
15
16
17
18
19
20
21
Location :: Lucknow;
SCHEDULE-R-13 (A)
GUARANTEED TECHNICAL PARTICULARS OF 1.1 KV FRLS PVC
UNARMOURED COPPER CONTROL CABLE
S.No.
Particulars
2x2.5
sq.
mm.
1.
2.
3.
Name of manufacturer/make
Type of cable.
Cable Type
a)
b)
c)
Size.
Standard applicable.
Voltage rating.
Size of Cable
4x2.5
6x2.5
sq.
sq.
mm.
mm.
Location :: Lucknow;
d)
4.
Permissible variation in
voltage & frequency.
e)
Suitable
for
earthed/
unearthed system.
Details of conductor
a)
b)
c)
5.
6.
Material.
Size of conductor in mm.
Shape of conductor.
Maximum DC resistance
per core of the cable at 20
Deg. C. in Ohm/Km.
Number of core.
Details of insulation
a)
b)
c)
7.
7.1
Type of insulation.
Composition of insulation.
Thickness of insulation
(mm)
d)
Tolerance of thickness of
insulation.
e)
Min. volume resistivity in
ohm/cm.
i)
At 27 Deg. C.
ii)
At 70 Deg. C.
f)
Minimum tensile strength
of
insulation
material
(Kg./sq.cm.)
g)
Minimum
elongation
percentage.
Sheathing details.
Inner sheath
a)
b)
7.2
8.
9.
10.
11.
Material of sheathing.
Type
of
sheathing
(Extruded or wrapped)
c)
Calculated diameter over
stranded core (mm)
d)
Thickness of sheath (mm)
Outer sheath
a)
Material of sheathing.
b)
Type
of
sheathing
(extruded or wrapped)
c)
Calculated dia meter under
the sheath (mm)
d)
Thickness of sheath (mm)
min.
e)
Tolerance on thickness of
sheath (mm)
Nominal
overall
diameter
(approx.)
Weight of cable in Kg./Km.
(approx.)
Weight of copper in Kg./Km.
Weight of PVC in Kg./Km.
Location :: Lucknow;
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
Location :: Lucknow;
SCHEDULE-R-13 (B)
GUARANTEED TECHNICAL PARTICULARS OF 1.1 KV, PVC, FRLS,
UNARMOURED POWER CABLE
S.No.
1.
2.
3.
4.
5.
6.
Particulars
Size of Cable
3x400 3x300 3x95
sq.mm. sq.mm. sq.mm.
7.
Name of manufacturer
Make/Trade mark
Type of cable
Standard applicable.
Voltage rating.
Permissible variation in voltage &
frequency.
Conductor
7.1
7.2
7.3
Shape of conductor.
Aluminium grade.
3x50
sq.mm.
Location :: Lucknow;
7.4
7.5
7.6
8.0
8.1
8.2
8.3
8.4
8.5
8.6
8.7
9.0
9.1
9.2
9.3
9.4
9.5
10
10.1
10.2
10.3
10.4
10.5
11.0
Location :: Lucknow;
12.0
13.0
14.0
15.0
16.0
17.0
18.0
19.0
20.0
21.0
22.0
23.0
24.0
25.0
26.0
Location :: Lucknow;
SCHEDULE -R-14
GURANTEED TECHNICAL PARTICULARS FOR FABRICATION OF GALVANISED STRUCTURE
Description
l.No.
Bid requirement
SS
reference
id fill in
yes/no if
no specify
the
deviation
Location :: Lucknow;
support of 3(ii)
furnished
Structural Steel
(Angle, Section,
Plates, Flats etc.)
Material
.1
.2
Mild steel
S:2062
Chemical
composition(%)
Element
do-
(Manufacturers test
certificate is to be
submittd with the
Bid offer & at the
time of inspection
at firms works)
r.A
r.B
Carbon
,23
,22
.5
.5
.050
.045
.050
.045
.4
.4
.42
.41
Maganese
Sulpher
Phosphorus
Silicon
Carbon equiv.
Variation of above constituents over
maximum specified limit should be
as per ISS.
.3
Mechanical
priperties
Test
do-
r.A
r.B
10
10
50
50
40
40
30
30
Tensile strength
(min) N/mm2
Yield strength
(min) N/mm2
< 20 mm thick
20 mm to 40 mm
40 mm
Location :: Lucknow;
in. elongation:
end to withstand
bending through
1800 (internal dia)
t
or less
than or
equal to
25 mm
thickne
ss
t
or more
than 25
mm
thickne
ss
Rollin
.4
g and Cutting
Tolerence
(i) Leg
length
l. no. 4.3
Location :: Lucknow;
(iv) Weight
of
l.no.4.3.5
(v) Thickness
tolerence of Plates
.5
Fabrication of
structures
l.no.7.3
S:802
(Part-II),
IS:7215,
Approved
Drawings
Location :: Lucknow;
above 75x75(-do) to
110x110(upto8mm)
50
cold
all other angles sections and bend
angles not covered above shall be
bent hot
(j) Bending of m.s. plates
upto 12mm
150
cold
greater bends and other thickness
shall be bent hot
Zinc
Purity99.95%
S:209
Galvanising
Proceess
.1
S:2629
-hot dip
Mass of zinc coating:
S:4759
5mm thick and over
S:6745
610gm/m2
Under 5mm but not
S:2633
Less than 2mm
S:2629
460gm/m2
Under 2mm but not
Less than 1.2mm
340gm/m2
Uniformity of zinc
coatingshall be as per IS:2633
Note: (1)
applicable.
(2)
In case above ISS have been revised, the latest values / provisions shall
apply for which Bidders should indicate against particular item supported
with copy of latest ISS for purpose of verification of revised values.
Location :: Lucknow;
SCHEDULE -R-15
Particulars
1.
Manufacturer's Name.
2.
Dia of MS rounds
3.
4.
Size of MS flats.
a)
b)
c)
5.
6.
Material composition.
7.
Electrical resistivity.
Location :: Lucknow;
8.
Modules of elasticity.
9.
Tolerance on dimension.
10.
SCHEDULE-R-16
S.No. Particulars
1.
Name of Manufacturer.
2.
Manufacturer's type.
3.
4.
Material of Clamps/Fittings.
5.
Location :: Lucknow;
6.
7.
Continuous
Current
clamps/fittings.
8.
9.
10.
11.
12.
13.
Packing details.
rating
of
the
SCHEDULE-R-17
GUARANTEED TECHNICAL PARTICULARS FOR BUS BAR CONDUCTOR
S.No.
Particulars
1.
2.
Individual wires :
(i) Aluminum
(a)
(b)
(c)
(d)
(e)
Location :: Lucknow;
(f)
(g)
Maximum
(Ohm/km)
DC
resistance
at
200C
(ii) Steel
(a)
(b)
(c)
(d)
(e)
(f)
(g)
3.
Maximum DC
(Ohm/km.)
resistance
at
200C
(b)
Before stranding
After stranding
4.
Conductors :
(a)
(b)
(c)
(d)
(e)
Location :: Lucknow;
200C (Ohm/km.)
(f)
(g)
(h)
5.
Lay Ratio.
6.
7.
Drum details.
8.
Standard length.
9.
Applicable standard.
SCHEDULE-R-18
GUARANTEED TECHNICAL PARTICULARS FOR ANTI FOG DISC
INSULATORS
S.No
Description
Single
Single
strain strings with
Anti-fog Insulators
suspension
strings with
Anti-fog
Insulators
2
Manufacturer Name
.
Type of Insulator.
.
Electromechanical
strength of single Disc Kg.
14 Nos.
9 Nos.
16
Nos.
10
Nos.
3 Nos.
Location :: Lucknow;
Breaking strength of
single Disc Kg.
Power Frequency
flashover voltage of single Disc.
Dry KV
)
Wet KV
)
Power frequency with
stand test voltage.
Dry KV
)
Wet KV
)
.
Breaking strength of
complete string (kg.)
2.
Power frequency
flashover voltage of complete
string without corona control rings.
Dry KV
)
Wet KV
)
Location :: Lucknow;
3.
Power frequency
flashover voltage of complete
string with corona ring.
Dry KV
)
Wet KV
)
4.
Power frequency
withstand voltage.
Dry KV
)
Wet KV
)
5.
6.
7.
8.
Corona formation
voltage with normal fittings KV
9.
Radio Interference
voltage micro volts.
0.
Voltage distribution
with normal fittings without corona
rings.
1st Unit from line
conductor.
Location :: Lucknow;
Voltage distribution
with normal fittings and corona
rings.
1st Unit from line
conductor.
2nd Unit from line
conductor.
3rd Unit from line
conductor.
Standard to which
insulators conform.
22
Outside diameter of
the insulator mm.
Distance between
centres of Discs mm.
Creepage distance of
single Disc. mm.
Total mm.
)
Protected
)
mm.
Weight of single Disc.
kg.
Creepage distance of
complete string.
Total mm.
)
Protected
)
mm.
Weight of complete
string kg.
Location :: Lucknow;
Standards to which
hardware fittings conform.
Whether drawings of
each type of insulator strings
attached : Yes/No.
SCHEDULE-R-19
SCHEDULE OF GUARANTEED TECHNICAL PARTICULARS OF
FIRE EXTINGUISHER
S.NO.
Particulars
1.0
1.1
Manufacturers name
1.2
Applicable IS:
1.3
Capacity
(i) Trolley mounted
(ii) Wall mounted
(iii) Filling ratio
1.4
1.5
Test pressure
Location :: Lucknow;
1.6
1.7
2.0
2.1
Manufacturer / make
2.2
Applicable IS:
2.3
Capacity
(i) Wall mounted
(ii) Trolley mounted
2.4
Composition of powder
2.5
Material of body
2.6
Thickness of sheet.
2.7
SCHEDULE-R-20
GUARANTEED TECHNICAL PARTICULARS OF LIGHTING SYSTEM
LIGHTING SYSTEM
A.
A.
1.
1.
a)
b)
a)
b)
2.
3.
4.
Fixtures
Accessories
2.
a)
b)
a)
b)
Fixtures
Accessories
3.
a)
b)
a)
b)
Fixtures
Accessories
4.
Location :: Lucknow;
a)
b)
Fixtures
Accessories
a)
b)
B.
B.
1.
2.
3.
1.
2.
3.
C.
Junction Boxes
(For each type & size)
C.
1.
2.
3.
1.
2.
3.
D.
Lighting Panels
(For each type & size)
D.
1.
2.
3.
1.
2.
3.
E.
Lighting Transformer
E.
1.
2.
3.
4.
5.
1.
2.
3.
4.
5.
F.
Lighting Poles
F.
1.
2.
3.
1.
2.
3.
G.
Lighting Wires
G.
1.
2.
3.
4
1.
2.
3.
4
Location :: Lucknow;
SCHEDULE-R-21
SCHEDULE OF TECHNICAL DATA FOR GENERATOR
DG SET (To be filled by the Bidder)
a. Engine make
b. Alternator Make
c. KVA Rating
d. KW rating
e. BHP Rating
f. Physical Dimensions
i. Length (mm)
ii. Width (mm)
iii. Height (mm)
g. Shipping Weight (Kg)
h. No. of Cylinder / Stroke
i.Efficiency (%)
j. Engine Lube Capacity (Ltrs)
k. Fuel Consumption at NTP
i. 100% loading (Ltrs / hr)
ii. 75% loading (Ltrs / hr)
iii. 50% loading (Ltrs / hr)
l. Power Factor
m. System back Pressure (KPA)
n. Exhaust Flange
o. Exhaust Gas Flow Rate (CFM)
p. Compression Ratio
q. Heat Rejection to Exhaust System (KW)
r. Heat Rejection to Cooling System (KW)
s. Total Radiated Heat (KW)
t. Exhaust Temperature (C)
Location :: Lucknow;
INSULATION
a. Manufacturer
b. Acoustic lining material/density
VIBRATION ISOLATION SYSTEM
a. Manufacturer
b. Type
c. Deflection
PANEL
a. ACB
b. Controller
c. Meters
d. Fuses
e. Load Manager
SECTION-VII
TECHNICAL SPECIFICATIONS OF
Location :: Lucknow;
Tech
Specn.
No.
ITEM
1.
TS-1 A
2.
TS-1 B
3.
TS-2 A
4.
TS-2 B
5.
TS-3
6.
TS-4A
7.
TS-4B
36 KV POTENTIAL TRANSFORMERS
8.
TS-5 A
9.
TS-5 B
36 KV Isolators
10.
TS-6
11.
TS-7
12.
TS-8
13.
TS-9
14.
TS-10 A
15.
TS-10 B
16.
TS-11
L T DISTRIBUTION BOARD
17.
TS-12
18.
TS-13
Location :: Lucknow;
19.
TS-14
20.
TS-15
ANCHOR BOLTS
21.
TS-16
22.
TS-17
23.
TS-18
24.
TS-19
LIGHTING SYSTEM
25.
TS-20
DG Set 63 KVA
TS-1 A
3.1
SCOPE
This specification covers the design, manufacture, shop testing, delivery and, if
desired by the purchaser supervision of commissioning of 40 MVA, 132/33 KV power
transformers as detailed in these specification.
3.2
STANDARDS
3.2.1 The transformers shall conform in all respects to IS-2026 / 1977 or latest amendment
thereof, and CBIP specification except where specified otherwise. Equipment meeting
any other authoritative standard, which ensure an equal or better quality than the
standard mentioned above could also be considered.
3.3
CLIMATIC CONDITIONS
The transformer shall be suitable for operation under climatic conditions given in
Instructions to tenderer
3.4
3.5
3.5.1 PARTICULRS
(i)
Continuous capacity (MVA)
(ii)
Rated HT voltage (KV)
(iii)
Rated LT voltage (KV)
(iv)
Frequency (C/S)
40
132
33
50
Location :: Lucknow;
(v)
(vi)
(vii)
a)
b)
(viii)
(ix)
(x)
(xi)
(xii)
No. of phases
Percentage impedance at 75C
Connections
HV winding
Three
13.75%
LV winding
Vector Group
On Load Tap Changer
Type of cooling
Quantity
Earthing
Star
YN-yn0
Minm 300 Amp.
ONAN/ONAF
28 Nos.
Both
sides
earthed.
Star
effectively
3.5.2 All the transformers shall be oil immersed weather proof and suitable for outdoor
installation in lightning areas.
3.5.3 The transformers shall be capable of withstanding thermal, transient and mechanical
effects of a short circuit on the terminals of any winding with full voltage maintained on
all other windings for a duration of 2 seconds as per IS:2026-1977.
3.5.4 Technical and guaranteed particulars of the transformers offered shall be furnished as
per SCHEDULE-R enclosed.
3.6
INSULATION
3.6.1 The dielectric strength of the winding insulation of the bushings shall conform to the
values given in IS:2026
3.6.2 For rated system voltage of 132 KV and 33 KV following minimum impulse test
voltages of 1.2/50 micro second full wave will be offered:System voltage Impulse
test
voltage
132 KV
550 KVP
33 KV
170 KVP
3.6.3 The HV winding shall have graded insulation, the neutral end insulation being of 95
KVP (impulse) and 38 KV (power frequency) withstand value. The LV windings of the
transformer shall have uniform insulation.
3.7
TEMPERATURE RISE
3.7.1 Each transformer shall be capable of operating continuously at their normal rating
without exceeding temperature rise limits as specified below:7.
TEMPERATUR
i)
Winding
E RISE
ii)
3.8
FREQUENCY
50C
by
resistance
measurement
45C by the thermometer
measurement
Location :: Lucknow;
3.8.1 The transformer shall be suitable for continuous operation with a frequency variation
of plus-minus 5% from normal of 50 Hz without exceeding the specified temperature
rise.
3.9
PARALLEL OPERATION
3.9.1 The 40 MVA, 132/33 kV transformers to be procured against this specification shall
have to operate, satisfactorily in parallel among themselves and with existing
63/40&20 MVA Transformer units already in system.
3.10
IMPEDANCE
The guaranteed impedance with tolerance shall be as required for parallel operation
as per details given in cl.3.9. Impedances shall include positive and zero sequence
and shall be expressed in terms of the branches of the star connected equivalent
diagram, all on the same MVA basis. Impedance percentage volts at normal tap, and
75C winding temp. shall be subject to I.S. tolerances, and as indicated in cl.3.5.1(vi)
7.1.1.1
Impedance values at normal (Tap-5) and extreme (Tap-1&17) at 750C for 63,40 &
20MVA
132/33KV Transformers already running in system grid of UPPTCL along with
the tolerances
are given below :
At Tap-1
At Tap-5
At Tap-17
clause
For 63MVA
16.80 to 14.78
14.70 to 13.26
10.27 to 9.29
For 40MVA
15.818 to 14.0
13.76 to 12.72
11.68 to 8.78
For 20MVA
16.04 to 14.71
14.12 to 13.04
10.34 to 9.48
Location :: Lucknow;
3.11
Guaranteed No load loss at normal ratio, rated frequency and without any
plus tolerance should not be more than 18.0 KW.
ii. Guaranteed Copper loss (Load Loss) at normal ratio, rated output rated
voltage and rated frequency at 75C average winding temperature without
plus tolerance should not be more than 124.0 KW.
Firm should quote losses as mentioned above only. However firm may quote
less loss as per their design which will be appreciated. Computation of
capitalization will be done on the basis of losses fixed by UPPTCL as mentioned
above. The offer of those firms, whose losses are more than the losses
mentioned by UPPTCL, is likely to be rejected.
The rates of computation shall be :i)
Rs. 2,12,500.00 per KW of guaranteed no load loss
ii)
Rs. 86,700.00 per KW of guaranteed copper loss
iii) Rs. 85,000.00 per KW of guaranteed auxiliary losses.
The rates mentioned above may be revised as per current provision in CBIP
and REC
manual.
3.12.2 The penalties shall be separately evaluated from (i) the excess of the test figures of
the no load loss over the corresponding guaranteed values @ Rs. 2,12,500.00 per KW, (ii)
the excess of the test values of copper loss, over the corresponding guaranteed values @ Rs.
86700.00 per KW, (iii) the excess of test value of guaranteed auxiliary loss @ Rs. 85000.00
per KW.
It shall be at the discretion of purchaser to reject the transformers having
losses in excess of guaranteed quoted value or accept them after having
penalty as the above.
3.12.3 The contractor shall submit calculations along with relevant documents for no load
losses, load losses and auxiliary losses.
3.13
3.13.1
COOLING
The transformers shall have ONAN and ONAF cooling. The transformers shall be
capable of giving a continuous output of at least 80% of their rating with only natural
air (ONAN) cooling without exceeding the specified temperature rise limits.
3.13.2 The cooling arrangement shall consist of detachable radiators which should be
directly mounted on the transformers. Connections between the radiators and tank shall be
made with flanges provided with gaskets and an indicating shutoff valve provided at both
connection ends, which can be fastened in open or closed position. Separate oil tight blank
flange shall be provided for each tank connection for use when the radiator unit is detached.
Location :: Lucknow;
COOLER CONTROL
3.14.1 Cooler scheme shall be suitable to operate with 440 volts 3 phase, 4 wire, 50
Hz external power supply with a voltage variation of + 10%.
3.14.2 A marshalling box cum cooler control cabinet of weather proof construction shall
be provided for housing the control equipment of cooler scheme. This unit shall be provided
with doors in the front as well as on the back. All the fittings, switches fuses and contactors
etc. would be mounted on the front side of the marshalling box and the wiring shall be done
from the back side.
The terminal blocks shall be provided in the side. The marshalling box shall be
mounted on the transformers tank in such a manner that both the doors could
be opened for operation or repairs etc. without any difficulty.
3.14.3 The cables between this unit and fans, W.T.I, O.T.I., buchholz relay etc. shall be
provided by the tenderer. Cables should be of copper and 1.1 KV grade. It shall be complete
with hinged doors, padlock arrangement, thermostatically controlled space heaters to
prevent condensation, cubicle light and the terminal glands for the cables.
3.14.4
Location :: Lucknow;
ii)
iii)
iv)
v)
vi)
vii)
A three phase motor starter with each fan (Max. 10 nos.) to start
the fans manually, as well as in the auto mode. Auto operation of
fans will be initiated through 2 nos. of W.T.I, contacts, such that the
starting of fan is through a contactset on a higher temperature and
the switching off of fans is through another W.T.I. contact set on a
temperature lower than required for the starting of fans.
Individual fan starting in manual operation on the transformer is
also required. However a remote emergency manual starting switch
for fans shall also be provided on the RTCC panel. Only cam
operated rotary switches shall be used wherever required.
Cartridge fuse units for each fan motor
Provision for an alarm be made in case, the WTI contact has
operated, and any one or more fan(s) have not started.
All the terminal nos. and device code to be adopted will be as
finalized by this office. One standard drawing for cooler control
scheme is being attached with the specn. for guidance (AnnexureIV).
The marshalling box cum cooler control cubicle shall be mounted
on the transformer and no separate foundation shall be required for
the same.
3.14.5
The terminal blocks to be provided with the marshalling box shall be rated for
15 amps and will be suitable for uninterrupted duty. The terminal blocks shall be of 440
volts grade complete with insulated barriers, terminal studs, washers, nuts, lock nuts and
identification, strips and shall also have disconnecting and shorting links. These should be
suitable to receive at least two cores of 2.5 mm sq. copper conductor cables. The terminal
blocks should be catalogue No. TK-45 Elmex make or equivalent reputed make. Similar
terminal blocks shall also be provided for RTCC and driving mechanism units.
3.14.6
Provision for the fan working remote indication on OLTC panel shall be made.
Fan trip annunciation for each fan shall also be provided through the contacts of starters.
3.14.7
The fan motors shall be automatically controlled by the winding temperature
indicator (WTI), which shall have at least four sets of contacts, which could be set
independently for desired temperatures. The first two contacts will be used for starting the
fans. The third contact will be used to initiate an alarm and the last contact will be used for
tripping the transformer.
3.14.7.1
The WTI and OTI shall be suitable for local as well as remote indication
(on RTCC panel) of temperature.
3.14.8
A manual auto changeover switch shall be provided in the marshalling box for
operation of cooler fans, for testing as and when needed. An indication for
manual / auto mode be provided on RTCC panel.
3.14.9
Engraved single line diagram on non rusting steel plate will be provided
on RTCC/Marshalling Box on back of front door.T
3.15
CORE
269
Location :: Lucknow;
3.15.1
The core shall be built up with high-grade cold rolled non-aging, low loss, and
high permeability grain oriented silicon steel laminations specially suitable, for transformer
cores. The successful bidder shall have to produce the relevant documents towards use of
proposed input materials of prime quality of CRGO as per the following details:
(a) Invoice of supplier;
(b) Mills test certificate:
(c) Packing list;
(d) Certificate of origin:
(e) Bill of lading;
(f) Bill of entry certified by Custom Deportment;
Further, these materials shall be directly procured either from the mill or
through their accredited marketing organization of repute and not through any
agent.
3.15.2 After being sheared the lamination shall be treated to remove all burrs and
shall be re- annealed to remove all residual stresses. At least one side of each
lamination shall be coated with an insulating coating as may be approved by
the ISS and as per the modern manufacturing practice, which shall be inert to
the action of hot transformer oil. The nature of insulation on core should be
specified, in the tender.
3.15.3.1 The core shall be rigidly clamped or bolted to ensure adequate mechanical
strength and to prevent vibration during operation. The bolts used in the
assembly of core shall be suitably insulated and clamping structure shall be so
constructed that eddy currents will be minimum.
3.15.4
The core shall be provided with lugs suitable for lifting the complete core and
coil assembly of the transformer.
3.15.5
The core and the coil shall be so fixed in the tank that shifting does not occur
when the transformer is moved or during a short circuit.
3.16
3.16.1
3.16.2
WINDING
The winding shall be so designed that all coil assemblies of identical voltage
ratings shall be interchangeable and field repairs to the windings can be made
readily without special equipment. The coil shall be supported between
adjacent sections by insulating spacers and the barriers/ bracings etc.
Insulation used in the assembly of the windings shall be arranged to ensure a
free circulation of the oil and to reduce hot spot in the windings.
The coil shall be dried under vacuum and submerged in dried insulating oil to develop the
full electrical strength of the windings. All materials used in the insulation and assembly of
the windings shall be insoluble, non catalytic, chemically inactive in the hot transformer oil,
and shall not soften or otherwise be adversely affected under the operating conditions.
3.16.3 All threaded connections shall be provided with locking facilities. All leads from the winding to
the terminal board and bushings shall be rigidly supported to prevent injury from vibration.
Guide tubes shall be used where practical.
270
Location :: Lucknow;
3.16.4
The winding shall be clamped securely in place so that they will not be displaced or
deformed during short circuits. The copper conductor used in the construction shall be best
suited to the requirements and all permanent current carrying joints in the windings and the
leads, shall be welded, or brazed as far as possible.
3.17
INSULATION OIL
3.17.1 Oil for first filling together with ten percent extra oil shall be supplied with each transformer.
The oil shall comply in all respects with the insulations of IS:335. Particular attention shall
be paid to deliver the oil free from moisture having uniform quality through out in nonreturnable steel drums. Also firm has to supply good quality, one no. oil sampling Bottle
free of cost.
3.17.2
The quantity of oil for first filling of each transformer shall be stated in the tender and in G.A.
drawing and same should as appear in Name Plate also.
3.17.3
Following tests will be required to be performed on a sample of oil from each transformer
and witnessed by UPPTCLs representative and the test certificates shall be furnished with
the routine test reports of the transformer.
a)
b)
c)
d)
e)
f)
g)
h)
i)
3.17.3.1
3.18
3.18.1
Density at 29.5C
Kinematic viscosity at 27C
Interfacial tension
Flash point
Neutralization value (total acidity)
Dielectric strength (Break down voltage)
Dielectric dissipation factor (Tan delta)
Specific resistance ohm-cm
Water content, PPM (Karit Fisher
Method)
The test certificates of oil suppliers shall not be accepted in this respect.
Dissolved gas analysis of the oil for the transformer in respect of the gases
named below shall be performed on the one transformer on which impulse
and heat run test have been performed.
1.
Hydrogen (H2)
2.
Carbon di-oxide (CO2)
3.
Carbon Monoxide (CO)
4.
Methane (CH4)
5.
Ehylene (C2 H4)
6.
Acetylene (C2 H2)
7.
Ethane (C2 H6)
TANK
The transformer tank and cover shall be fabricated from good commercial
grade low carbon steel suitable for welding and of adequate thickness. The
tank and the cover / shall be of welded construction. All seams shall be
welded and where practicable they shall be double welded. The tank shall
have sufficient strength to withstand without permanent distortion (i) filling by
vacuum and (ii) continuous internal gas pressure of 0.7 atmospheres with oil
at operating level. The tank cover shall be bolted to the tank and the
271
Location :: Lucknow;
transformer design shall be such that the tank will not be splitted between
the lower and upper cooler connection for untanking.
3.18.2
A manhole with a welded flange and a bolted cover shall be provided on the
tank cover. The manhole shall be of sufficient size to afford easy access to
the lower ends of the bushings terminals etc.
3.18.3
All bolted connection 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 cover and the bushings.
All other outlets to ensure that the joints can be remade satisfactorily and with
ease, with the help of semi-skilled labour. Where-ever compressible gaskets
are used stoppers shall be provided to prevent over compression.
3.18.4
Suitable guides shall be provided for positioning the various parts during
assembly or dismantling. Adequate space shall be provided between the core
and winding and the bottom of tank for collection of any sediment or sludge.
3.18.5
Lifting eyes or lugs shall be provided on all parts of the transformer, requiring
independent handling during assembly or dismantling. In addition, the
transformer tank shall be provided with lifting lugs and bosses properly
secured to the sides of the tank, for lifting the transformer either by crane or
by jacks.
3.18.6
The design of the tank, the lifting lugs and bosses shall be such that the
complete transformer assembly filled with oil can be lifted with the use of
these lugs without any damage or distortions.
3.18.7
The tank shall be provided with two suitable copper alloy size100x100mm
pads
for the purpose of grounding, where the G.I. earthing strip of size
75x10 mm shall be clamped either in horizontal direction or in vertical
direction with 4 no. studs without drilling any hole in the G.I. earthing strip.
3.18.8
Each tank shall be equipped with the following valves with standard flange
connection for external piping.
i)
One drain and lower filter valve placed to completely drain the
tank. At the opinion of the contractor a large valve may be
furnished with an accentric reducer. This valve shall be equipped
with a small sampling cock.
ii)
One upper filter valve located at the top of the tank. The opening
of this valve shall be baffled to prevent aeration of the oil.
Alternatively, this valve can be located at any convenient position
to suit connection, to the filter machine but may be connected to
upper part of the tank by means of internal piping. The upper filter
valve shall be on the side opposite to the side of lower filter valve.
iii)
Pressure relief valve should operate at a pressure below the test
pressure for the tank. This device shall be mounted so that oil
from the device should fall on the ground.
iv)
One oil filling cum filter valve in the oil conservator.
272
Location :: Lucknow;
3.18.9
There should be provision on PRV with dome on top on tank with tripping
arrangement
instead of explosion vent.
3.18.9.1
Air cell of best quality rubber (having no reaction with T/F oil) should be
provided inside
conservator tank to avoid oil contamination.
3.18.9.2
Supporting plate-form is to be provided for attending the Buchholz Relay,
for its easy
accessibility.
3.19
3.19.1
UNDERCARRIAGE
The transformer tank shall be supported on a structural steel base
equipment with forged steel or cast steel single flanged wheels suitable for
moving the transformer completely filled with oil.
3.19.2
3.19.3
Pulling eyes shall be provided to facilitate moving the transformer and they
shall be suitably braced in a vertical direction so that bending does not
occur when the pull has a vertical component.
3.20
3.20.1
The transformer shall be provided with full capacity speed non inductive
transition resistance type On load pattern taps on HV neutral end to vary
voltage on LV side from 5% to + 15% in equal steps of 1.25% each i.e. 17
taps including one normal tap position. The tested ratios shall not have
more than + 0.50% error from rated ratios on any of the 17 nos. of taps.
3.20.2
Tap changing mechanism shall be suitable for remote operation from RTCC
panel in the control room in addition to being capable of local manual as
well as local electrical operation. OLTC gear shall be suitable for bidirectional flow of full power. Once the tap changing operation has been
initiated it must be completed even if the supply to the driving mechanism
interrupts. A 440 volt 3-phase 50 cycles external supply will be available for
the operation of the changer. The supplier will provide an auxiliary 440
volts/55-0-55 volts transformer in the driving mechanism of the OLTC to
operate the control scheme for the OLTC.
Suitable audio as well as visual alarm shall be provided in case of failure of
A.C. supply to OLTC cubicle.
3.20.3
iii)
273
Location :: Lucknow;
iv)
v)
vi)
vii)
3.20.3.1
3.20.4
The on load tap changer shall be so designed that the contacts of tap
selector switch do not interrupt the arc. The diverter switch shall be
located on separate oil filled compartment. The compartment shall be
provided with means of releasing the gas produced by the arcing.
It shall be designed so as to prevent the oil in the diverter switch
compartment from mixing with the oil in the main tank or the tap selector.
3.20.5
3.20.6
The transformers shall give full load output on all taps. The manual
operating device shall be so located on the transformer that it can be
operated by a man standing at the level of the transformer track. It shall
be strong and robust in construction, and all rotating parts and shafts
shall be covered by protective caging or covering.
The control scheme for the tap changer shall be provided independent
control of the tap changer when the transformers are in independent
service. In addition, provision shall be made to enable parallel control
also so that the tap changer will be operated simultaneously when one or
more units are in parallel, so that under normal conditions the tap
changer will not become out of step. For this each of the seventeen taps
shall be matched with the taps of the follower transformer, and the odd
and even tap matching scheme shall not be acceptable. Additional
feature like master and follower as well as an audio visual indication
during the operation of motor shall also be incorporated.
3.20.7
3.20.8
3.20.9
3.20.10
The contactors and associated gear for the tap change driving motors
shall be housed in a local kiosk mounted on the transformer.
All devices except the OLTC motor shall operate on 55-0-55 volts A.C.
supply only.
274
Location :: Lucknow;
3.20.11
3.20.12
3.20.13
3.21
3.21.1
3.21.2
3.21.3
3.21.4
3.21.5
Location :: Lucknow;
vi)
Tap
change
in progress(Amber
colour
with
one
independent buzzer)
vii)
Tap position of transformer (digital indication)
viii) Winding temp. indicator
ix)
Oil temp. indicator
3.21.5.1
Following non trip flag indications with alarm shall be provided i)
Fan trip (separate flag for each fan)
ii)
M.C.B. for cooler control trip
iii)
A.C. supply to fans and tap changer fail
iv)
Main conservator oil level low
v)
OLTC conservator oil level low
vi) W.T.I. operated fans not started
vii) Tap changer motor stuck
viii)Taps not in synchronism (out of step)
ix) 55-0-55 A.C. voltage low.
x) Winding Temp.Alarm
xi) OTI Alarm
xii) Main Bucholz Alarm
3.21.5.2
ii)
iii)
3.21.6.1
The alarm scheme should be such that it will be possible to silence the
alarm after its receipt and immediately after receipt; it shall be available
for next operation. It should not however be possible to reset the flag
unless the cause of the fault is removed.
3.21.6.2
3.22
3.22.1
3.22.2
The conservator shall have two filter valves, one at the bottom at one
end, the other at the top at opposite end and in addition to the valves
specified in the accessories for the main tank. The conservator shall also
have a shut off valve and a sump with a small drain valve and sampling
276
Location :: Lucknow;
cock, the later so arranged as not to interfere with oil lines. The
magnetic oil level gauge shall be mounted on the conservator.
3.22.3
There shall also be an oil conservator for the OLTC which could either be
provided separately or a partition in the main conservator, with an
independent M.O.L.G.
3.23.0
BUSHINGS
The following type of bushing shall be provided on the 40 MVA; 132/33
KV transformers.
(i)
HV 145 KV oil impregnated condenser type bushing of 800 Amps
(ii)
LV 36 KV plain porcelain oil communicating type bushings of 1000
Amps
3.23.1
The bushings shall be suitable for heavily polluted atmosphere (anti fog
type) and shall have high factors of safety against leakage to ground and
shall be so located as to provide adequate electrical clearance between
bushings and between the bushings and grounded parts. Bushings of
identical voltage shall be interchangeable. All bushings shall be equipped
with suitable terminals of approved type and size and all external current
carrying contact surface shall be silver plated, adequately. The insulation
class of the neutral bushing shall be properly coordinated with insulation
class of the neutral end of the winding.
i)
Each bushing shall be so coordinated with the transformer insulation that
all flashovers will occur outside the tank.
ii)
The porcelain used in bushings shall be of the wet process homogenous
and free from cavities or other flaws. The glazing shall be uniform in
colour and free from blisters burs and other defects.
iii)
All bushings shall have puncture strength greater than, the dry flashover
value. Special adjustable arcing horns are also to be provided for all
bushings. All bushings shall comply with I.S. 2099.
iv) The tenderers are required to give the guaranteed withstand voltages for the above
bushings and also furnish a calibration curve with different settings of the coordination, gap
to the purchaser to decide the actual gap setting. Tenderers recommendations are also
invited in this respect.
v)
vi)
vii)
3.24
Location :: Lucknow;
ACCESSORIES
Each transformer shall be provided with the following accessories:i)
A dial type indicating thermometer of robust pattern mounted
inside the marshalling kiosk at a convenient height to read the
temperature in the hottest part of the oil and fitted with the alarm
and trip contacts with a repeater on RTCC panel to give oil
temperature.
ii)
A winding temperature indicator with repeater and alarm / trip fan
starting contacts (08 nos.)
iii)
Two magnetic type oil level gauge with low level alarm contact
and a dial showing minimum; max. and normal oil level. The
gauge shall be readable from the transformer base level.
iv)
Two oil filling valve (in let) one for main conservator tank and one
for OLTC conservator tank.
v)
Two oil drain valves one from main conservator and other from
OLTC conservator.
vi)
One filter valve located at the top of the tank on one side
vii)
One filter valve located near the bottom of the tank on the other
side of transformer
viii) Oil sampling valves for top, middle and bottom oil sample
ix)
Pressure release device of a safety valve of the chimney type with
an equalizer pipe interconnecting the top of the conservator and
upper most part of the safety valve should be provided to permit
rise of oil in the pipe. A stop cock should also be provided in the
interconnecting pipe. An air release cock shall also be fitted in a
convenient position.
The safety valve pipe shall preferably take off from the side of the
transformer tank near to the tank cover and not from the top of
tank cover. In case if the pipe is taking off from the top of tank
cover, arrangements shall be made to prevent, the gases forming
in the tank from rising into the safety valve pipe and thereby bypassing the buchholz relay.
xvi)
x)
One double float English Electric or equivalent make type OBG M3 E gas detector relay (buchholz relay) with alarm and tripping
contacts to detect accumulation of gas and sudden change of
pressure, complete with shut off valves on both the ends and
flange couplings to permit easy removal without lowering oil level
in the main tank or conservator, a bleed valve for gas venting, and
a test valve.
xi)
xii)
An oil conservator for main tank as well as OLTC
xiii) Cooling fans supported on the main tank or the radiators
xiv) Eye bolts and lugs on all parts for ease of handling
xv)
Oil surge relay for the OLTC diverter switch compartment.
Two grounding pads suitable for 75x10 mm G.I. flat with four studs.
278
Location :: Lucknow;
3.25.1.1
Diagram and rating plate (for ease of identification at site and stores). It
is desired that in addition to diagram and rating plate all equipments shall
carry a metallic plate giving following information got marked by the
manufacturers itself.
i)
Name of equipment with specification No.
ii)
S.No. as per the bill of material
iii)
Year of order
iv)
Sl. No. of transformer
Guaranteed as well as measured values of percentage impedances and
No load / Load losses / and Auxiliary losses without any plus tolerance at
75C shall also be inscribed on the diagram and rating plate.
3.25.1.2
TERMINAL CLAMPS
Bimetallic terminal connectors for HV & LV: shall be suitable for ACSR
PANTHER for 132 KV bushing and for 33 KV bushings the connectors
shall be suitable for twin Moose ACSR conductor. All connectors should
be suitable for horizontal as well vertical take off.
Information shall be furnished by the tenderers for following items:
i)
Material of clamps
ii)
Name of manufacturer
iii)
Drawings of clamp
iv)
Weight of clamp
v) Metal of clamp
vi) Testing facility for terminal connectors available at manufacturers work as per
relevant I.S.
vii) Make of bolts, nuts and check nuts
viii)Make of washers.
3.25.1.3
3.25.2
Location :: Lucknow;
be provided with a level plate in the front as well as in the back side for
identification. The terminal blocks shall be provided in the side.
3.25.2.1
Necessary cable glands shall also be provided at the base of this kiosk. It
shall be complete with hinges and padlock arrangement, space heater,
cubicle light, fuses etc. The necessary cables between transformer and
the marshalling box shall also be provided by the tenderer.
3.25.3
3.25.4
3.25.5
3.25.6
3.26
3.26.1
PAINTING
Before dispatch, all steel surfaces, not under oil, shall be painted with a
primary coat of anti-corrosive paint of durable nature and final two coats
of light grey shade corresponding to IS: 631 paint of best quality. The
interior surface shall be painted according to the contractors standard
practice/ provision in ISS.
3.27
3.27.1
PACKING
The packing may be in accordance with the tenderers standard practice
so as to ensure safe transit by goods train or road. Special arrangements
should be made to facilitate handling and to protect the projecting parts
against damage in transit.
The transformer shall be dispatched filled with oil or if necessary with
insert gas with a pressure gauge and a spare gas cylinder to replenish
the gas pressure in transit or during its storage at the destination until it is
filled up with oil.
All parts shall be adequately marked to facilitate identification and
erection. Boxes and crates shall be marked with the tender specns. No.
and shall have a packing list enclosed showing the parts contained
therein.
Bill of Material:
The supplier shall make available a consolidated bill of material for one
transformer unit complete in all respects required as per cl.2.6.3 of
3.27.2
3.27.3
3.27.4
280
Location :: Lucknow;
3.28
3.28.1
(b)
Final inspection:
The transformers shall be completely assembled and tested at the factory. If the
purchaser selects to send a representative, all tests shall be witnessed by him. Tests shall be
performed in compliance with I S 2026-1977 or latest amendment thereof.
3.28.2
Location :: Lucknow;
viii)
ix)
x)
xi)
xii)
3.29
3.29.1
TEST AT SITE
After erection at site, the purchaser shall carry out the following tests on
transformers:i)
Insulation resistance test
ii)
Ratio and polarity test
iii)
Di-electric test on oil.
3.30
FURTHER TESTS
3.30.1
3.30.2
3.31
After all tests have been completed, six certified copies of each test
report shall be
furnished. Each report shall have following information:i)
Complete identification data including serial no. of the transformer
ii)
Method of application, where applied, duration, and interpretation
of results for each test.
iii)
Losses / Impedance corrected to 75C
3.32
3.32.1
Drawings
282
Location :: Lucknow;
All the drawings are required to be furnished in A-3 size only, for proper
filing and making folders having card paper covers of the same size. In
case some of the drgs., cannot be prepared directly in A-3 size, these
could be prepared on larger sheets and submitted for approval. These
large size drgs., after approval (made in ink) shall be photographically
reduced and printed in A-3 size on a plastic film only to be used as a
master copy. Additional prints on ammonia paper or photo copies on
white sheets of A-3 size shall be made out from the master copy.
3.32.2
The size of letters and the numerical figures on the reduced drg., shall be
of 2 mm, size or more.
3.32.3
3.32.4
3.32.5
3.32.6
3.32.6.1
283
Location :: Lucknow;
6.
7.
3.32.6.2
3.33
Location :: Lucknow;
to be ordered on the basis of the list and the item-wise prices of spare
parts.
3.34
Replacement parts
In the event of an order being placed, the successful tenderer will be
required to supply all damaged, short supplied parts within the period of
one month from the date of notifying them the list of all damages /
shortages by the consignees. In case the firm is unable to supply the
replacement within the above period, then they should agree to refund
any payment that might have been paid for the entire equipment which
cannot be used as a result of loss, damages or short supplies. If this is
not done, the necessary amount would be deducted either from the
security or bank guarantee or their other pending bills with the
Corporation.
3.35
3.36
3.37
3.38.1
3.38.2
3.38.3
3.38.4
3.38.5
3.38.6
285
Location :: Lucknow;
The unloading of the transformer and its accessories at site shall be the
responsibility of the tenderer/supplier. The site of unloading shall be
decided by the concerned consignee. Firm may quote the rates for
unloading at site in the price schedule-Q separately.
286
Location :: Lucknow;
TS-1 B
TECHNICAL SPECIFICATION
TRANSFORMERS
1.0
FOR
250
KVA
11/0.4
kV
CLASS
POWER
STANDARDS
The materials shall conform in all respects to the relevant Indian Standard
Specifications with latest amendments indicated below:
Indian Standard
Title
ISS 2026
Specification
Transformer
for
Power
ISS 3347/1967
Specification
Transformers
Bushings
ISS 335
Specification
Transformer Oil
IS-4237
ISS-6600/1972
ISS 1271
Insulating Material
ISS-2099/1973
Specification
voltage
Bushings.
ISS-2393/1980
Cylindrical pins
ISS-2633/1986
Methods
of
testing
uniformity of zinc coated
articles
ISS 5
for
Porcelain
for
for high
Porcelain
IEC 76
DIN 42531,2,3
IEC 76
BS 148
IEC 36 A
PRINCIPAL PARAMETERS
2.1
The transformer shall be suitable for outdoor installation with three phase, 50 Hz,
conventional type copper wound distribution transformer ,Core type, Oil
immersed and naturally cooled (Type ON), 11 kV system in which Neutral is
Location :: Lucknow;
effectively earthed and they should be suitable for service under fluctuation in
supply voltage from +10% to - 15%. The transformer shall conform to the
following specific parameters.
1. Continuous rated capacity
250 kVA
2. Rated Voltage HV
11 kV
3. Rated Voltage LV
0.4 kV
4. Frequency
50 Hz 5%
5. No. of phase
Three
6. Method of connection HV
Delta
LV
Star
7. Vector Group
Dyll
8. Type of cooling
ONAN
temperature
rise
over
40 deg. C.
50 deg. C
Type
Off Load
ii. Provided on
HV winding
-5% to + 10%
2.5%
11 kV
13. Bushings
(i)
Voltage rating (amps)
(ii)
Current rating (amps)
(iii)
Insulation Level
(a) Lightening impulse
(kVp)
288
12
As per required
withstand 75
Location :: Lucknow;
TECHNICAL REQUIREMENTS
3.1
3.1.1.
3.1.2.
The design shall incorporate every reasonable precautions and provision for
the safety of all those concerned in the operation and maintenance of the
equipment keeping in view the requirements of Indian Electricity Rules.
3.1.3.
All materials used shall be of the best quality and of the class most suitable
for working under the conditions specified and shall withstand the variations
of temperature and atmospheric conditions arising under working conditions
without undue distortion or deterioration or the setting up of undue stresses in
any part and also without affecting the strength and suitability of the various
parts for the work which they have to perform.
3.1.4.
3.1.5.
Cast iron shall not be used for chambers of oil filled apparatus or for any part
of the equipment, which is in tension or subject to impact stresses. This
clause is not intended to prohibit the use of suitable grades of cast iron for
parts where service experience has shown it to be satisfactory, e.g. large
value bodies.
3.1.6
All out door apparatus, including bushing insulators with their mounting, shall
be designed so as to avoid pockets in which water can collect.
3.1.7
Where necessary, means shall be provided for the easy lubrication of all
bearings for any mechanism or moving part, that is not oil immersed.
3.1.8
3.1.9
All taper pins used in any mechanism shall be of the split type complying with
the relevant Standards.
3.1.10
All connection and contacts shall be of ample section and surface for carrying
continuously the specified currents without undue heating and fixed
connections shall be secured by bolts or set screws of ample size,
adequately locked. Lock nuts shall be used on stud connections carrying
current.
3.1.11
All apparatus shall be designed to minimize the risk of accidental short circuit
caused by animal, birds of vermin.
289
Location :: Lucknow;
4.0.0
GALVANIZING
4.0.1
4.0.2
All drilling, punching, cutting, bending and welding of parts shall be completed
and all burrs shall be removed before the galvanizing process is applied.
4.0.3
Surfaces which are in contract with oil shall not be galvanized or cadmium
plated.
5.0
6.0
PAINTING
The internal and external surfaces including oil filled chambers and structural
steel work to be painted shall be shot or sandblasted to remove all rust and
scale of foreign adhering matter or grease. All steel surfaces in contact with
insulating oil shall be painted with two coats of heat resistant, oil insoluble,
insulating varnish.
All steel surface exposed to weather shall be given a primary coat of Zinc
chromate, second coat of oil and weather resistant varnish of a colour distinct
from primary and final two coat of glossy oil and epoxy light gray paint in
accordance with shade No.631 of IS:5. All paints shall be carefully selected
to withstand extremes of weather. The paint shall not scale off or crinkle or
be removed by abrasion due to normal handling.
The minimum thickness of each coat of outside painting of tank shall be 20
microns and the total thickness shall be minimum 80 microns.
290
Location :: Lucknow;
7.0
TRANSFORMER LOSSES
The Bidder shall indicate values of iron losses and copper losses at normal
tap. He shall indicate whether losses are firm or subject to tolerance .Ceiling
for tolerance shall be indicated. If ceiling is not specified it will be taken as
+10 % as per IS-2026.
For the purpose cost evaluation, the following standard UPPTCL rates for
capitalization the losses will be used :
Iron losses :
Rs 2,12,500.00 per kW
Copper Loss:
Rs. 86,700.00
per kW
Purchaser reserves the right to reject the transformer if the losses exceed
declared losses beyond tolerance limit.
On testing if it is found that actual losses are more than the values of
guaranteed losses indicated by him, the Purchaser shall deduct penalty
charges for each kW above the guaranteed value at double the rate indicated
above.
8.0
TEMPERATURE RISE
The transformers shall be capable of carrying out its full load normal rated
current continuously under the highest temperature and at any tapings.
The temperature rise of hottest layer of
measured by thermometer and temperature
500C as measured by resistance method,
maximum ambient temperature 50 0C, when
OIL
The transformers& all associated oil filled equipment shall be supplied
complete with the first filling of transformer oil. The oil to be used shall
conform to ISS:335.
10.0
LOADING OF TRANSFORMERS
The transformers shall be capable of operating continuously in accordance
with IS 6600, or loading guide at their continuous maximum rating and at any
ratio irrespective of the direction of flow of power and with the voltage of the
untapped winding .
11.0
VOLTAGE RATIO
The voltage between phases on the higher and lower voltage windings of
each transformer measured at no load and corresponding to normal ratio
shall be 11 kV and 0.4 kV.
12.0
ELECTRICAL CONNECTIONS
Transformers shall be connected in Delta /Star in accordance with vector
group symbol DY 11 . The star point on LV side is to be brought out to a fully
insulated terminals , one in LV cable box and other on the transformer tank.
291
Location :: Lucknow;
13.0
FREQUENCY
The transformers shall be suitable for continuous operation with frequency
variation of 5% from normal 50 c/s without exceeding specified temperature
rise.
14.0
15.0
FLUX DENSITY
The maximum flux density in any part of the core and yoke , at rated kVA
voltage and frequency at any tap shall not exceed 1.5 Tesla . The bidder
shall provide saturation curve of core material proposed to be used and
calculation to demonstrate thr core is not over fluxed in any worst condition of
transformer operation.
16.0
CORE
The core shall be constructed from high grade low loss, high permeability
cold rolled ,non aging grain oriented silicon steel lamination , M4 or superior
grade. Transformers with amorphous core material shall also be acceptable.
17.0
MAGNETIC CIRCUIT
The design of the magnetic circuit shall be such as to avoid static discharges,
development of short circuit paths within itself or to the earthed clamping
structure and the production of flux components at the right angles to the
plane of the laminations which may cause local heating.
Every care shall be exercised in the selection, treatment and handling of core
steel to ensure that as far as is practicable, the laminations are plain and the
finally assembled core is free from distortion, burrs and beads..
292
Location :: Lucknow;
7.2
TS-1B
1.0
STANDARDS
The materials shall conform in all respects to the relevant Indian Standard
Specifications with latest amendments indicated below:
Indian Standard
Title
ISS 2026
IEC 76
ISS 3347/1967
Specification for
Transformers Porcelain
Bushings
DIN 42531,2,3
ISS 335
Specification for
Transformer Oil
IS-4237
ISS-6600/1972
ISS 1271
Insulating Material
ISS-2099/1973
ISS-2393/1980
Cylindrical pins
ISS-2633/1986
Methods of testing
uniformity of zinc coated
articles
ISS 5
IEC 76
BS 148
IEC 36 A
Location :: Lucknow;
2.0
PRINCIPAL PARAMETERS
2.1
The transformer shall be suitable for outdoor installation with three phase, 50 Hz,
conventional type copper wound distribution transformer ,Core type, Oil
immersed and naturally cooled (Type ON), 33 kV system in which Neutral is
effectively earthed and they should be suitable for service under fluctuation in
supply voltage from +10% to - 15%. The transformer shall conform to the
following specific parameters.
14. Continuous rated capacity
250 kVA
33 kV
0.4 kV
17. Frequency
50 Hz 5%
Three
Delta
LV
Star
Dyll
ONAN
50 deg. C
Off Load
vi. Provided on
HV winding
-5% to + 10%
2.5%
33 kV
d)
170
e)
70
f)
36
294
Location :: Lucknow;
26. Bushings
(iv)
Voltage rating (amps)
(v)
Current rating (amps)
(vi)
Insulation Level
(c) Lightening impulse withstand
(kVp)
(d) One minute power frequency
withstand voltage (kV rms)
36
As per required
170
70
3.0
TECHNICAL REQUIREMENTS
3.1
3.1.6.
3.1.7.
The design shall incorporate every reasonable precautions and provision for
the safety of all those concerned in the operation and maintenance of the
equipment keeping in view the requirements of Indian Electricity Rules.
3.1.8.
All materials used shall be of the best quality and of the class most suitable
for working under the conditions specified and shall withstand the variations
of temperature and atmospheric conditions arising under working conditions
without undue distortion or deterioration or the setting up of undue stresses in
any part and also without affecting the strength and suitability of the various
parts for the work which they have to perform.
3.1.9.
3.1.10.
Cast iron shall not be used for chambers of oil filled apparatus or for any part
of the equipment, which is in tension or subject to impact stresses. This
clause is not intended to prohibit the use of suitable grades of cast iron for
parts where service experience has shown it to be satisfactory, e.g. large
value bodies.
3.1.12
All out door apparatus, including bushing insulators with their mounting, shall
be designed so as to avoid pockets in which water can collect.
3.1.13
Where necessary, means shall be provided for the easy lubrication of all
bearings for any mechanism or moving part, that is not oil immersed.
3.1.14
3.1.15
All taper pins used in any mechanism shall be of the split type complying with
the relevant Standards.
295
Location :: Lucknow;
3.1.16
All connection and contacts shall be of ample section and surface for carrying
continuously the specified currents without undue heating and fixed
connections shall be secured by bolts or set screws of ample size,
adequately locked. Lock nuts shall be used on stud connections carrying
current.
3.1.17
All apparatus shall be designed to minimize the risk of accidental short circuit
caused by animal, birds of vermin.
4.0.4
GALVANIZING
4.0.5
4.0.6
All drilling, punching, cutting, bending and welding of parts shall be completed
and all burrs shall be removed before the galvanizing process is applied.
4.0.7
Surfaces which are in contract with oil shall not be galvanized or cadmium
plated.
6.0
Steel bolts and nuts exposed to atmosphere with suitable finish like cadmium
plated or zinc plated shall be used for diameters above 6mm.
All Nuts and Bolts shall be locked in position with the exception of those
external to the transformer. Bolts and Nuts external to the transformer shall
be provided with double flat washer and one spring washer.
On out door equipment, all bolts, nuts and washers in contact with non
ferrous parts which carry current shall be of phosphor bronze where the
transfer of current is through the bolt.
If bolts and nuts are placed so that they are inaccessible by means of
ordinary spanners, suitable special spanners shall be provided by the
supplier.
296
Location :: Lucknow;
6.0
PAINTING
The internal and external surfaces including oil filled chambers and structural
steel work to be painted shall be shot or sandblasted to remove all rust and
scale of foreign adhering matter or grease. All steel surfaces in contact with
insulating oil shall be painted with two coats of heat resistant, oil insoluble,
insulating varnish.
All steel surface exposed to weather shall be given a primary coat of Zinc
chromate, second coat of oil and weather resistant varnish of a colour distinct
from primary and final two coat of glossy oil and epoxy light gray paint in
accordance with shade No.631 of IS:5. All paints shall be carefully selected
to withstand extremes of weather. The paint shall not scale off or crinkle or
be removed by abrasion due to normal handling.
The minimum thickness of each coat of outside painting of tank shall be 20
microns and the total thickness shall be minimum 80 microns.
7.0
TRANSFORMER LOSSES
The Bidder shall indicate values of iron losses and copper losses at normal
tap. He shall indicate whether losses are firm or subject to tolerance .Ceiling
for tolerance shall be indicated. If ceiling is not specified it will be taken as
+10 % as per IS-2026.
For the purpose cost evaluation, the following standard UPPTCL rates for
capitalization the losses will be used :
Iron losses :
Rs 2,12,500.00 per kW
Copper Loss:
Rs. 86,700.00 per kW
Purchaser reserves the right to reject the transformer if the losses exceed
declared losses beyond tolerance limit.
8.0
On testing if it is found that actual losses are more than the values of
guaranteed losses indicated by him, the Purchaser shall deduct penalty
charges for each kW above the guaranteed value at double the rate indicated
above.
TEMPERATURE RISE
The transformers shall be capable of carrying out its full load normal rated
current continuously under the highest temperature and at any tapings.
The temperature rise of hottest layer of
measured by thermometer and temperature
500C as measured by resistance method,
maximum ambient temperature 50 0C, when
297
Location :: Lucknow;
9.0
OIL
9.1
10.0
LOADING OF TRANSFORMERS
11.0
12.0
ELECTRICAL CONNECTIONS
Transformers shall be connected in Delta /Star in accordance with vector
group symbol DY 11 . The star point on LV side is to be brought out to a fully
insulated terminals , one in LV cable box and other on the transformer tank.
13.0
FREQUENCY
The transformers shall be suitable for continuous operation with frequency
variation of 5% from normal 50 c/s without exceeding specified temperature
rise.
14.0
15.0
FLUX DENSITY
The maximum flux density in any part of the core and yoke , at rated kVA
voltage and frequency at any tap shall not exceed 1.5 Tesla . The bidder
shall provide saturation curve of core material proposed to be used and
calculation to demonstrate thr core is not over fluxed in any worst condition of
transformer operation.
16.0
CORE
The core shall be constructed from high grade low loss, high permeability
cold rolled ,non aging grain oriented silicon steel lamination , M4 or superior
grade. Transformers with amorphous core material shall also be acceptable.
298
Location :: Lucknow;
17.0
MAGNETIC CIRCUIT
The design of the magnetic circuit shall be such as to avoid static discharges,
development of short circuit paths within itself or to the earthed clamping
structure and the production of flux components at the right angles to the
plane of the laminations which may cause local heating.
Every care shall be exercised in the selection, treatment and handling of core
steel to ensure that as far as is practicable, the laminations are plain and the
finally assembled core is free from distortion, burrs and beads..
Every lamination shall be insulated so as it will not deteriorate due to
mechanical pressure and the action of hot transformer oil.
Oil ducts shall be provided where necessary to ensure adequate cooling.
The winding structure and major insulation shall not obstruct the free flow of
oil through such ducts. Where the magnetic circuit is divided into pockets by
cooling. Ducts parallel to the plane of the laminations or by insulation
material above 0.25 mm thick, tinned copper strip bridging pieces shall be
inserted to maintain electrical continuity between pockets.
The framework and clamping arrangements shall be earthed.
The class and type of in insulation used on the core bolts and under the nuts
and side places shall be stated in ordering schedule.
18.0
SUPPRESSION OF HARMONICS
The transformers shall be designed with particular attention to the
suppression of harmonic voltages, especially the third and fifth. So as to
eliminate wave from distortion and any possibility of high frequency
disturbances, inductive effect or of circulating currents between the neutral
points at different transforming stations reaching such a magnitude as to
cause interference with communication circuits. For achieving this, delta
connected stabilizing winding should be avoided.
19.0
20.0
299
Location :: Lucknow;
21.0
3.
4.
5.
6.
WINDINGS
i)
ii)
The windings shall also be designed such that all coil assemblies of
identical voltage rating shall be interchangeable and repairing of the
winding can be made readily without special equipments.
iii)
iv)
v)
vi)
The winding shall be compact and symmetrical about the centre line of
core and shall be framed on suitable synthetic resin bonded paper
sheets type I, Conforming to the relevant standards.
vii)
Kraft paper used for inter layer insulation of H.V. shall be of uniform
density and thickness free from pin holes and free from any foreign
particles. The Kraft paper shall have a minimum thickness of 4 mils.
The end turns of each layer shall be properly and fully covered to
avoid inter layer flashover. The kraft paper used for this purpose shall
be in conformity with relevant standard (paper for Electrical purpose).
Ordinary paper or Bamboo paper should not be used in any case.
The insulation of coils shall be treated with suitable insulating varnish
or equivalent compound or impregnated in transformer oil to develop
the full Electrical Strength in the windings. All the materials used in
the insulation and assembly of the windings shall be insoluble, non
catalytic and chemically inactive in the hot transformer oil and shall not
soften or otherwise be adversely affected under the operating
condition.
300
Location :: Lucknow;
22.0
viii)
ix)
x)
xi)
TANK
The transformer tank and cover shall be fabricated from good commercial
grade low carbon steel suitable for welding and of adequate thickness. The
tank and the cover shall be welded construction. All seems shall be welded
and where practicable shall be double welded. The tank shall have sufficient
strength to withstand without permanent distortion (I) filling by vacuum (II)
continuous internal gas pressure of 0.7 Atm with oil at operating level. The
tank cover shall be bolted to the tank and the transformer design shall be
such that the tank will not be split between the lower and upper cooler
connection for untanking.
All bolted connections to the tank shall be fitted with suitable oil tight synthetic
rubber and cork composition 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 cover as also
the between the cover, the bushings and all other out lets to ensure that the
joints can be remade
satisfactorily and with case, with the help of
semiskilled labour. Where compressible gaskets are used, steps shall be
provided to prevent over compression.
Suitable guides shall be provided for positioning various parts during
assembly or dismantling. Adequate space shall be provided between the
cores and windings and the bottom of the tank for collection for any sediment.
Lifting eyes or lugs shall be provided on all parts of transformers requiring
independent handling during assembly or dismantling. In addition, the
transformer tanks shall be provided with lifting lugs and basses properly
secured to the side of the tank for lifting the transformer either by crane or by
jacks. The design of the tank, the lifting lugs and bosses shall be such that
the complete transformer assembly filled with oil can be lifted with the use of
these lugs without any damage or distortions.
The tank shall be provided with 2 suitable copper alloy pads for the purpose
of grounding suitably for 50 x 6 mm G.I strip. The G.I earthing strip shall be
clamped without drilling any hole into it, between two surfaces of the pads.
Each tank shall be equipped with the following values with flanges for
external connection.
301
Location :: Lucknow;
23.0
i)
One drain cum lower filter valve fitted on the transformer and placed to
completely drain the tank. This valve shall be equipped with a small
sampling cock.
ii)
One filter valve shall be located at the top of the tank on the side
opposite to this lower value. The opening of this valve shall be baffled
to prevents deration of the oil.
UNDER CARRIAGE
The transformer tank shall be support on a structural steel base equipped
with cast iron flat wheels suitable for moving the transformer complete (with
oil)
The gauge of wheels shall be 1000 mm.
Pulling eyes shall be provided to facilitate moving of the transformer and they
shall be suitably dragged in a vertical direction so that bending does not occur
when the pull has vertical component.
24.0
25.0
All metal parts of the transformer with the exception of the individual core
laminations, core bolts and associated clamping plates shall be maintained at
some fixed potential and core should be earthed at points.
26.0
COOLING METHOD
Transformers shall have ONAN cooling only.
27.0
PARALLEL OPERATION
The transformers shall operate satisfactorily in parallel among them selves
when connected across the same H.V. and L.V. Bus Bars.
28.0
302
Location :: Lucknow;
Shut off value in inter connecting pipe between conservator and main
tank.
iii)
iv)
7.3.1.1.1.1.1.1
v)
vi)
vii)
viii)
Dehydrating breather.
ix)
Air release plug on the transformer tank to release trapped air inside
the tank when filling oil through conservator.
x)
One drain cum sampling value having narrow orifice with locking
arrangement on the bottom of tank.
xi)
xii)
xiii)
Inspection hole.
xiv)
4 dia dial type thermometer for oil temp. with max. pointer and set of
contact for alarm.
xv)
One winding temp. indicator with max. pointer and two sets of contacts
for alarm and trip purpose.
xvi)
xvii)
Location :: Lucknow;
xviii)
xix)
xx)
30.0
TESTS
30.1
T YPE TESTS
(a)
All the equipment offered shall be fully type tested by the bidder as per
the relevant standards. The date of type test conducted shall be the
latest and not earlier than 5 years as on the date of bid opening. The
bidder shall furnish following type test reports along with the offer. The
offer received without these type test reports shall be treated as Nonresponsive and rejected.
a)
b)
c)
d)
e)
f)
Dielectric tests.
g)
Temperature rise
h)
The Bidder shall also give an undertaking that all the balance type tests as
per relevant standard have also been conducted on the equipment offered.
However, if any, of the remaining type tests have not yet been conducted, the
supplier shall get them conducted within 8 weeks of placement of order and
before start of manufacture, without any additional cost to Purchaser. No time
extension shall be granted for these tests. The test reports for successful
conduct of the tests shall be sent for approval to the Purchaser, immediately
on conducting the tests, based on which clearance for manufacture shall be
given.
b)
(i)
(ii)
(iii)
304
Location :: Lucknow;
30.2
30.3
ROUTINE TEST
All standard routine test in accordance with IS:2026 shall be carried out on
each transformer.
SITE TEST
After erection at site, transformer shall be subject to following tests:
i)
ii)
30.4
iii)
Dielectric test
The Purchaser reserves the right of having other reasonable test carried out
at his own expense either before dispatch or at site to ensure that the
transformer complies with the requirement of this specification.
30.5
1.
31.0
32.0
(ii)
(iii)
(iv)
General outline drawing showing front and side elevations and plan
views of the transformer and all accessories and external features with
detailed dimensions, net and shipping weights, cranes lift for
untanking, size of lifting lugs & eyes, bushing lifting dimensions,
clearances between HV & LV terminals and ground, quantity of
insulating oil etc.
ii)
iii)
SPARE PARTS
The supplier shall indicate in its proposal a detailed list of spares parts for five
year satisfactory operation. The Prices of spares and gasket shall be quoted
separately
305
Location :: Lucknow;
TS-2 A
STANDARDS
S.No.
Standard
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
IEC 62271-100
13118
Title
and
IEC - 376
IEC - 137
IEC - 71
Electrical Clearances.
IEC - 694
IS - 2147
IS - 2516
IS - 2629
IS - 2099
IS - 4379
IS - 7285
306
hot
dip
Location :: Lucknow;
1.2
PRINCIPAL PARAMETERS
FOR 145 kV SF6 Circuit Breakers
1.
132KV
2.
Rated voltage
145KV
3.
Rating of C.B.
7900 MVA
4.
Rated frequency
50 Hz
5.
Effectively earthed
6.
Type of C.B.
SF 6
7.
No. of poles
3 - (gang operated)
8.
Installation
Outdoor
9.
1250 Amp.
10.
as
per
IEC-
11.
1 Sec.
12.
13.
Terminal faults
14.
As per IEC
15.
16.
0-t-co-t1 -co
t
= 0.3 Sec.
t1 = 3 min.
17.
3 cycles
18.
1.2/50
microsecond
lightning 650 KV (min.)
impulse withstand voltage to earth
19.
20.
Temperature rise
21.
Operating mechanism
Mechanical
307
spring/Electro
Location :: Lucknow;
pneumatic.
22.
Type of tripping
Trip free
23.
24.
2 Nos.
25.
1 No.
26.
50 Amps. at 145KV
27.
Interrupting capacity
kilometric faults
28.
29.
300 milliseconds.
30.
One
31.
1.3
i)
ii)
The local air receiver, pipes and fittings shall have adequate mechanical
strength and shall remain air tight. Each breaker shall also be provided
with space heater (thermostatically controlled), operation counter, pressure
gauges, and gas density detectors (Temperature compensated gas
pressure switch).
iii)
The circuit breaker units shall be suitable for mounting at ground level with
concrete plinth including standard supporting frame.
Suitable steel
structures, supporting column for mounting the circuit breaker shall also be
supplied along with the breaker.
2.0
2.1
in
KA
2.2
RESTRIKING VOLTAGES
The breaker shall be re-strike free. The breaker shall conform to the
requirements of latest edition of IEC-62271-100 for re-striking voltage, rate
of rise of re-striking voltage, natural frequency etc. The design of the
breaker shall be such that even without using any shunt resistance across
contacts, it shall break the currents up to guaranteed values without
exceeding the over voltage as indicated in IEC-62271-100
308
Location :: Lucknow;
2.3
2.4
2.5
2.6
2.7
2.8
TEMPERATURE RISE
The maximum temperature attained by any part of the equipment when in
service at site under continuous full load conditions and exposed to the
direct rays of sun, shall be within the limits of concerned IEC.
2.9
3.0
OPERATING MECHANISM
3.1
GENERAL REQUIREMENTS
3.1.1.1
The circuit breaker operating mechanism shall be highly reliable and will
have sufficient energy to provide full making and latching current ability of
80 KA on all the poles, simultaneously.
3.1.2.1
309
Location :: Lucknow;
3.1.3.1
3.1.4.1
Operating mechanism shall be suitable for high speed re-closing and shall
be trip free and with anti-pumping device (as per definition of clause-5, IEC62271-100) for closing of breaker electrically and either mechanically or
pneumatically. It shall be strong, rigid, positive and fast in operation. There
shall be no objectionable rebound and the operating mechanism shall not
require any critical adjustment.
3.1.5.1
3.1.6.1
3.1.7
CONTROL
3.1.7.2
3.1.7.3
3.1.7.4
The closing coil shall operate correctly at all values of voltage between 85%
and 110% of the rated DC voltage. The shunt trip coil shall operate
correctly under all operating conditions of the circuit breaker and all values
of supply voltage between 70% and 110% of voltage.
3.2.0
310
Location :: Lucknow;
3.2.1
3.2.2
3.2.3
3.2.4
After failure of supply the local air receiver and operating mechanism shall
be capable of two closing and two opening operations at rated fault
currents.
3.3.0
3.3.1
3.3.2
3.3.3
After failure of power supply to the motor one close open operation shall be
possible with the energy contained in the operating mechanism.
3.3.4
Closing action of circuit breaker shall compress the opening spring ready
for tripping.
3.3.5
311
Location :: Lucknow;
3.3.6
3.3.7
The spring operating mechanism shall have adequate energy stored in the
operating spring to close and latch the circuit breaker against the rated
making current and also to provide the required energy for the tripping
mechanism if case the tripping energy is derived from the operating
mechanism.
3.3
3.3.1
3.3.2
3.3.3
312
Location :: Lucknow;
3.3.4
4.0
4.1
4.2
4.3
SCREW LOCKING
All the screws shall be secured by reaction principals against unintentional
self loosening.
4.4
4.5
THREADING
The threading parts shall be such that if the screws are adequately
tightened for checking purposes it shall not break or become free. For
studs and screws female threads shall be provided by using flawless taps
to get strong threads.
CLAMPING OF CONDUCTORS
Terminal connector shall be such that the conductor can be fixed with
adequate contact pressure and without undue damage to the conductor.
While tightening the screws/nuts the terminal connectors shall not move or
get displaced.
For easy connections of even the thinnest conductor and providing rigid
connections without any damage, the bottom of the terminal body shall be
flat. The terminal connector shall also be suitable for accommodating at
least 3 crores of 2.5 sq. mm., copper conductor cable without any
preparation viz. lugs, clamping soldering etc. The contact pressure shall
not be transferred through insulating material. Gripping of conductor shall
be made effective by a pressure pad between metal surfaces only.
313
Location :: Lucknow;
4.6
4.7
TERMINAL BLOCKS
Terminal blocks shall be of disconnecting type.
4.8
SHORTING LINKS
MOUNTING DEVICE
The terminals shall be mounted by clipping action at two points on the
aluminum/steel channel as per DIN 46277/1 and these shall be easily
removable without affecting the mounting of adjacent terminals.
4.10
4.11
The marking labels on each side of ends shall be fitted permanently with
duly engraved descriptions. The embossing shall be of permanent type
scratch proof and suited to tropical climatic condition. The size shall be
such that these may easily be inserted on the P.V. C. insulation 2.5mm2,
copper conductor cable and shall not come out itself.
MOUNTING FOR TERMINALS
4.12
4.13
To avoid side ward movement and to hold the terminals closely together,
the end clamps shall be provided at both the ends of the terminal.
TESTING BUSH AND SCHEMATIC DIAGRAM
The testing bushes shall be provided on the top and bottom of each
terminal of terminal block. A schematic diagram shown on a PVC plate with
screen printing of permanent nature (non-scratch able, clearly visible) shall
be riveted / affixed on the side of control cubicle door. Similarly the
terminal block arrangement on separate plate shall be riveted on the
control/cubicle door.
314
Location :: Lucknow;
4.14
B) FOR
D.C.
TERMINAL BLOCK
4.15
CIRCUIT
CONVENTIO
NAL COLOUR
4.16
ELECTRICAL TRENCH
Terminal connector housing shall be provided with a through and through
running recess i.e. electrical trench on both sides of terminal for removing
dust with blower.
5.0
A.C. CIRCUITS
5.1
HEATERS
The controlling fuse/MCB, link and switch/MCB for the heater shall be
provided in its own pole cabinet. The thermostat at a preset of 50 deg C
permanently shall be provided in the cubicle to control the individual heater.
5.2
D.C. CIRCUIT
No local fuse and links shall be provided in the circuit breakers cubicle for
the D.C. circuits. Suitable rotary switch/MCB shall be provided in such
cases.
5.3
5.4
Black
D.C. circuit
Grey
Earthing
: Green
315
Location :: Lucknow;
6.0
6.1
6.2
Glazing of the porcelain shall be uniform and brown in colour, free from
blisters, bums and other defects. Bushing shall be designed to have ample
insulation, mechanical strength and rigidity for the conditions under which
they will be used all bushings of identical rating shall be interchangeable.
6.3
6.4
All iron parts shall be given zinc chrome coating hot dip galvanized and all
joints shall be airtight. Surfaces of the joints shall be airtight. Surface of the
porcelain parts shall be made smooth by grinding and metal parts by
machining. Bushing design shall be such as to ensure a uniform
compression on the joints.
6.5
The basic insulation level of the bushings, insulating porcelains and the
external insulator supports etc. shall be 1050KV (peak) and shall be
suitable for insulation in heavily polluted atmosphere with minimum total
creepage distance of 6125mm as per relevant IEC. The minimum
clearance in air between phases and live parts to earth shall be as per
relevant IEC.
6.6
The high pressure air passage in the hollow insulator should be protected
by suitable insulating tube which should withstand static. Air pressure equal
to twice the normal working pressure.
6.7
Oil filled bushing should be free from oil leakage and should be designed to
prevent accumulation of explosive gases and to provide adequate oil
circulation to remove internal heat. Adequate means should be provided to
accommodate conductor expansion and there should not be any undue
stressing of any part due to temperature changes. They should be
equipped with liquid level indicators and means for sampling and draining
oil from the nushings.
7.0
CONTACTS :
7.1
Main contacts shall have ample area and contact pressure for carrying the
rated current and the short time rated current of the breaker without
excessive temperature rise which may cause pitting or welding. Contacts
shall be easily replaceable and shall have a minimum of movable parts and
adjustments to accomplish these results. Main contacts shall be the first to
open and the last to close so that there will be little contact burning and
wearing.
316
Location :: Lucknow;
7.2
Arcing contacts, if provided, shall be the first to close and last to open and
shall be easily accessible for inspection and replacement. Tips of arcing
and main contacts shall be silver plated or have a tungsten alloy tipping.
8.0
INTERLOCKS
8.1
8.2
The following air / gas pressure alarm / inter lock shall be provided on the
circuit breaker each with 2 contacts :
9.0
9.1
9.2
10.0
i.
ii.
iii.
AUXILIARY SWITCHES
Each circuit breaker shall be provided with10 normally open & 10 normally
closed cotacts on each pole and 12 normally open and 12 normally closed
contacts common for all three pole operations. All switches shall be
positively driven (not by spring) in both directions.
Normal position of auxiliary switches refers to contact position when circuit
breaker is open.
PNEUMATIC SYSTEM
All compressed air cabin connections specially between ceramic and
metallic components shall be completely tight for pressures up to twice the
rated pressure for breaker operation. The gaskets used for these joints
shall have a long life under climatic conditions as already specified in this
specification. Necessary arrangement for draining the condensed moisture
from the lower points in the pneumatic system should be incorporated.
11.0
11.1
11.2
Location :: Lucknow;
11.3
11.4
11.5
11.6
a.
The complete details of compressor unit air receivers, the automatic control
equipment and other accessories included in the plant shall also be
supplied along with the breaker and compressor units. The complete
system scheme and layout of automatic control equipment and air
compressor equipment shall be furnished with circuit breaker/compressor
plant.
A clock / counter shall be provided in the control cubicle of the compressor
unit for registering the total nos. of operations / cumulative operation time of
the compressor unit.
The Unit compressed air system shall meet the following requirements:a)
The compressed air system shall be provided with necessary piping,
piping accessories, control valves, safety valves, filters, reducing
valves, isolating valves, drain ports etc. Also the unit compressed air
system shall be provided with suitable anti-vibration pads.
b)
The compressors shall be of air cooled type and mounted within the
operating mechanism housing OR on civil foundation with
canopy(cover).
c)
The air receiver shall have stored energy for 2 CO operations of the
breaker at the blocking pressure for auto re closing duty without
refilling. The unit compressor shall be capable of building up
required pressure for another 2 CO operations within 30 minutes.
Air Compressor
The air compressor shall be of air cooled type complete with cylinder
fabrication, drive motor etc. The compressor shall be rated for the following
duty :
i.
Total running time of Compressor to
Not exceeding 80 minutes
build up the Rated pressure from
Atmospheric pressure.
ii.
iii.
Air changing time after one Closeopen operation from Rated pressure
b.
c.
11.7
a.
Air Receivers
Air receiver shall be designed in accordance with the latest edition of the
ASME Code for Pressure Vessel Section VIII of BS 5179 A corrosion
allowance of 3.0 mm shall be provided for shell and dished ends.
Receivers shall be hot dip galvanized.
b.
c.
Connections for air inlet and outlet, drain and relief valves shall be flanged
type or screwed type only.
Accessories such as suitable sized safety valve to relieve full compressor
discharge at a set pressure equal to 1.1 times the maximum operating
318
Location :: Lucknow;
pressure, blow off valve, auto drain tap with isolating and by-pass valve,
dial type pressure gauge and drain valve and test connection shall be
provided.
d.
11.8
Air receiver shall have at least 50% spare capacity, calculated on the basis
of total air requirement for 2 CO operations.
Quality of Air
Compressed air used shall be dry and free of dust particle and fully
compatible with the materials used in the pneumatic operating mechanism.
Arrangement for conditioning the compressed air if required shall be
provided as an integral part of air compressor system.
11.9
a.
b.
c.
11.10
a.
b.
c.
d.
e.
f.
11.11
12.0
12.1
TERMINAL CONNECTORS
6 nos. terminal connectors shall be provided with each circuit breaker.
These shall be suitable for ACSR ZEBRA conductor. The terminal pad of
equipment and terminal connector shall be manufactured from same
materials i.e., Aluminum alloy. The temperature of the clamps shall not
exceed 80 deg C Corona rings shall be provided at the breaker terminal, if
required.
319
Location :: Lucknow;
12.2
12.3
13.0
a.
b.
Two clamp type grounding terminals, each suitable for clamping the
grounding conductor, shall be provided on each circuit breaker.
Terminal connector should be designed for current ratings and shall comply
in all respects including temperature rise, resistance, tensile strength and
short circuit current withstand capacity tests as specified in IS:5561-1970 or
latest revision thereof.
SULPHUR HEXAFLUORIDE GAS (SF6)
The SF6 gas shall comply with IEC-376, 376A and 376B and shall be
suitable in all respects for use in the switchgear under the operating
conditions.
The high pressure cylinders in which the SF6 gas is shipped and stored at
site shall comply with requirements of the following standards and
regulations:
IS:4379
IS:7311
c.
14.0
14.1
14.2
14.3
14.4
14.5
14.6
14.7
14.8
The SF6 gas shall, be tested for purity, dew point air hydrolysable fluorides
and water contents as per IEC-376, 376-A and 376-B and test certificates
shall be furnished to Purchaser.
SPECIFIC REQUIREMENT OF SF6 C.B.
Circuit breakers shall be of single pressure type with two air compressor for
pneumatic operations. Circuit breakers shall be so designed that upon loss
of pressure the gap between open contacts shall be suitable to withstand at
least the rated voltage at zero gauge pressure of gas.
Design and construction of the circuit breaker shall be such that there shall
be no possibility of gas leakage and moisture content.
In the interrupter assembly there shall be an absorbing product box to
eliminate SF6 decomposition products and moisture.
When pole unit (interrupter) is removed SF6 gas shall not drain out from the
pole. Facility shall be available so that a complete pole unit can readily be
replaced by another pole unit without disturbing the other poles.
Material used in the construction of circuit breakers shall be such as to fully
compatible with SF6.
Each pole shall form an enclosure filled with SF6 gas. The pressure of pole
shall be monitored and regulated by individual pressure switches. Adequate
O-ring seals with test hole for leakage test of the internal seal shall be
provided on each static joint.
Sufficient SF6 gas shall be provided to fill all the breakers installed at a
substation. Rate of leakage of SF6 gas shall not be more than 1% per year.
The circuit breaker shall have facilities as to reduce the gas pressure within
the circuit breaker to a value not exceeding 8 mill bars within 4 hours or
less. The breaker shall be capable of withstanding this degree vacuum
without distortion or failure of any part.
320
Location :: Lucknow;
14.9
14.10
14.11
14.12
15.0
15.1
16.0
The Circuit Breakers shall be designed for pressure withstand values, much
higher than the rated operating pressures to minimize damages to
operators in the event of gas or vapors escaping under pressure.
SF6 gas shall comply with IEC-376 and be suitable in all respects for use in
circuit breakers under the operating conditions.
The high pressure cylinders, in which the SF6 gas is dispatched and stored
at site, shall comply with the requirements of the local regulation and bylaws.
Sufficient SF6 gas shall be provided to fill all the circuit breakers installed
plus an additional 20% of the quantity to compensate for losses during
future operations.
MOUNTING STRUCTURE
The circuit breaker shall be suitable for mounting directly on plinth. Suitable
steel structures, supporting column for mounting the circuit breakers shall
also be supplied along with the breaker. The steel structures shall be
pillar/lattice type and galvanized as per relevant IS. The drawing of the
offered steel structure should be sent with each breaker along with other
technical details etc.
INTERPOLE WIRING
Necessary electrical wires/air pipes required or inter pole connections shall
also be in the scope of supply. All cables to be used by Bidder shall be
armored and shall be as per IS-1544 (1100 volts grade) only copper
conductor shall be used. Minimum size of conductor shall be 2.5 sq. mm
(copper).
17.0
321
Location :: Lucknow;
18.0
19.0
i.
ii.
iii.
Two unit compressors with common air receiver for 245 KV Breaker &
One unit compressor with air receiver for 145 KV Breaker
iv.
Operation counter
v.
Pressure gauges
vi.
vii.
viii.
ix.
Control switch to cut off control power supply (A.C. supply only).
x.
Fuses as required
xi.
xii.
xiii.
xiv.
xv.
xvi.
NAME PLATE
Each circuit breaker shall be provided with a name plate and following
information shall be provided :
i.
ii.
iii.
iv.
v.
Location :: Lucknow;
vi.
vii.
viii.
ix.
x.
xi.
xii.
xiii.
xiv.
20.0
TYPE TESTS
The Bidder shall furnish the certified copies of type tests already carried out on
offered 145 KV SF-6 circuit breaker. They shall include but not limited to the
following testsa) Making capacity breaking capacity and short time current rating tests.
b) Operation tests and mechanical endurance tests.
c) Temperature rise tests of the main and auxiliary circuits and measurement
of the resistance of the main circuit.
d) Impulse voltage dry and wet withstand tests and one minute power
frequency voltage dry and wet withstand test.
e) Line charging breaking current test.
f) Tests to prove the rated transient recovery voltage and RRRV of the circuit
breaker.
g) Short line fault tests.
H) Out of phase switching tests
I) Braking small, inductive current test.
j) Switching impulse voltage test.
k) Measurement of RIV level.
l) Partial discharge test.
m) Corona extinction voltage tests.
ROUTINE TESTS
20.1
The Bidder shall completely assemble and test each SF6 circuit breaker in
accordance with IEC-62271-100 amendment there of to ensure satisfactory
working of all the component parts and assembled breaker as a whole.
20.2
20.2.1
One minute power frequency voltage dry withstand test as per IEC-62271-100
323
Location :: Lucknow;
(i)
(ii)
(iii)
(iv)
20.2.2
20.2.3
Speed curves for each circuit breaker shall be obtained with the help of suitable
operation analyzer to determine breaker contact movement during opening,
closing auto-re closing and trip free operation under normal as well as limiting
operating conditions (control voltage) pneumatic pressure etc. The test shall
show the speed of contact at various stages of operation, travel of contact
opening, opening time, closing time, shortest time between separation and
meeting of contact at break/make operation etc.
20.2.4
20.2.5
20.2.6
Routine test reports of compressor unit associated with the circuit breaker shall
be furnished.
20.2.7
21.0
21.1
21.2
SITE TESTS
The test mentioned under clause nos.20.2.2, 20.2.3 and 20.2.4 shall be
conducted on the completely assembled breaker at site
All vessels / accessories which operate under pressure shall be tested according
to relevant standards and six copies of the test certificate incorporating the
following minimum information shall be submitted for each breaker.
Description of item, Bidder/manufacturer sl. no., date of manufacture and test,
drawings number, material composition, working and design pressure, details
of test carried out and reference standards, test results identification, mark,
name and seal of approval of testing authority shall be furnished by the Bidder.
324
Location :: Lucknow;
TS-2 B
TECHNICAL SPECIFICATIONS OF 36 KV VACUUM CIRCUIT
BREAKERS
1.0
STANDARD
The 36KV Vacuum circuit breaker shall comply with the requirements of
latest issue of IEC-62210 except where specified otherwise in this
specification.
Equipment having better quality than the standards
mentioned may also be considered provided documentary evidences are
furnished.
2.0
PRINCIPLE PARAMETERS
The 36KV Vacuum circuit breaker shall be suitable for outdoor operation in
solidly grounded system under climatic conditions specified and should
have the following ratings:i)
33 KV
ii)
36 KV
iii)
Rates voltage
36 KV
iv)
Interrupting capacity
1000 MVA
v)
1250 A
vi)
Rated frequency
50 c/s
vii)
170 KV
viii)
25 KA
ix)
35 KA
x)
xi)
5-6 c/s
xii)
110 VDC
3.0
GENERAL
3.1
The 36KV Vacuum circuit breaker shall be supplied as a complete unit in all
respects.
3.2
The Vacuum circuit breakers shall provide for rapid and smooth interruption
of current under all conditions, completely suppressing all undesirable
phenomenons, even under the most severe conditions or while interrupting
small currents, loading or logging reactive currents. The rate of rise of
restriking voltage across the circuit breaker, switching on inductive or
capacitive load, should not exceed 2,5 times the normal phase to neutral
325
Location :: Lucknow;
voltage. The total break time for the circuit breaker throughout the range of
their operating duly shall be stated in the Bid and guaranteed particulars of
the breaker.
3.3
MOUNTING
The circuit breaker shall be suitable for mounting on galvanized steel
structures. The prices of necessary structures for mounting the circuit
breakers shall be included in the cost of circuit breakers.
3.4
CONSTRUCTION
3.4.1
The circuit breaker shall consist of three identical phases used with a
common operating mechanism
3.4.2
Circuit breaker should include the prices of necessary special tools for the
erection & maintenance. List of such tools should be furnished with the Bid.
3.5
OPERATING DUTY
Operating duty of the breaker should be 0-0.4 Sec. CO-3 min-CO.
3.6
TEMPERATURE RISE
The maximum temperature attained by any part of the equipment, when in
service at site under continuous full load condition and exposed to the direct
rays of sun, shall not exceed the permissible limit specified in the relevant
standard. When the standards specify limits of temperature rise, these shall
not exceed when corrected for the difference between ambient temperature
at site and the ambient temperature specified in the approved specification.
3.7
3.8
OPERATING MECHANISM
3.8.1
General
3.8.2
The circuit breaker operating mechanism shall be highly reliable and will
have sufficient energy to provide full making and latching current ability of all
the poles simultaneously.
3.8.3
3.8.4
Location :: Lucknow;
3.8.6
3.8.7
3.8.8
3.8.9
3.8.10
3.8.11
Power supply for auxiliaries will be available at 415 volts 3 phases 50 hertz,
230 volts, single phase, 50 Hertz or 110 volts D.C.
4.0
4.1
Location :: Lucknow;
for each other. Terminal for the control and other circuits shall be suitable
for accommodating 2.5 sq.mm. stranded copper conductor cable leads.
Spare terminals for control wiring in the housing shall be provided.
Insulation material shall be such that it shall not support combustion,
suitable rated switches for A.C. supply shall be provided in the mechanism
to enable control supply of the breaker to be cut off. A 5A, 3 pin plug point
with a control switch shall be provided.
5.0
5.1
5.2
Glazing of the porcelain shall be uniform and brown in colour, free from
blisters, burns and other defects. Bushing shall be designed to have ample
insulation, mechanical strength and rigidity for the conditions under which
they will be used. All bushing of identical rating shall be interchangeable.
5.3
5.4
All iron parts shall be given hot dip zinc/chrome coating and all joints shall
be air tight. Porcelain parts shall be designed by grinding and metal parts by
machining.
Bushing design shall be such as to ensure a uniform
compression on the joints.
5.5
5.6
The minimum clearance in air between phase and live parts to earth shall be
as per IEC.
5.7
Necessary cable glands for the cables of the operating mechanism shall be
provided along with a large common gland plate. Total requirement and
size of the cable glands will be as below: 1.
4 nos.
2.
5 nos.
3.
3 nos.
4.
1 no.
328
Location :: Lucknow;
6.0
CONTACTS
Main contacts shall have ample area and contact pressure for carrying the
rated current and the short time rated current of the breaker without
excessive temperature rise which may cause pitting or welding.
7.0
INTERLOCKS
7.1
7.2
7.2.1
7.2.2
All the three poles of the breaker shall trip simultaneously on an electrical
command.
8.0
AUXILIARY SWITCHES
8.1
Circuit breaker shall be provided with 6 normally open and 6 normally closed
contacts. All switches shall be driven positively i.e. (not by spring) in both
directions.
8.2
9.0
TERMINAL CONNECTORS
6 nos. rigid type aluminum terminal connectors each suitable for ACSR Twin
Panther/ Twin Moose conductor with 90 mm, centre to centre spacing shall
be provided with each circuit breaker.
The temperature at the clamp shall not exceed 800C. Two number
grounding terminals suitable for clamping the ground conductor shall be
provided on breaker. The terminal connector shall conform in respect of
temperature rise, tensile strength and short circuit breaking current
withstanding capacity tests etc. as per IS 5561-1970 or its latest revision
thereof.
10.0
10.1
Terminal connection in the terminal block shall have the following features
and must be provided with shorting links.
10.2
For the safe contact conditions and tightness of screws, the terminals, body
bridge, pressure pad and the screws shall be of high strength brass. The
outer surface of all metal parts shall be nickel plated for protection against
atmospheric effects.
329
Location :: Lucknow;
10.3
10.4
SCREW LOCKING
All the screw shall be secured by reaction principle against unintentional self
loosening.
10.5
THREADING
The threading parts shall be such that if the screws are adequately
tightened for checking purposes shall not break or become free. For studs
and screws, female threads shall be produced by using flaw less taps to get
strong threads.
10.6
CLAMPING OF CONDUCTORS
Terminal connector shall be such that the conductors can be fixed with
adequate contact pressure and without undue damage to the conductor,
while tightening the screw or nuts, the terminals connectors shall not move
or get displaced.
For the easy connections even the cheapest conductor and providing rigid
connections without any damage, the bottom of the terminal body shall be
flat.
The terminal connector shall also to suitable for accommodating at least 2
cores of 2.5 sq. mm. copper conductor cable without any pre-operation vis
lugs, clamping, soldering etc.
10.7
TERMINAL BLOCKS
These shall be made from high grade melamine thermosetting molding
power having the highest unit tracking property. The impact strength shall
be between 0017-0019 tested in accordance with clause no. 3.2 table-1 of
IS 3669 B-1966. Testing method must be adopted as per clause-II of IS
2221 of 1962. Terminal blocks shall be snap on type to facilitate easy
removal of terminal from the channel and thus the dust may be removed
from the terminal block housing.
10.8
SHORTING LINKS
The provision of permanent (removable) shorting links in each terminal
connector shall be provided (where over required so that any two adjacent
terminals can be shorted effectively.
10.9
MOUNTING DEVICE
The terminal shall be mounted by clipping action at two points on the
aluminum/steel channel as per DIN 46277 and these shall be easily
removable without affecting the mounting of adjacent terminal.
330
Location :: Lucknow;
10.10
MARKING LABLES
The marking labels on each side of ends shall be fitted permanently duly
engraved descriptions. The embossing shall be of permanent type scratch
proof and suited to tropical climatic condition. The size shall be such that
these may easily as inserted on the P.V.C. insulation of 2.5 mm, copper
conductor cable and shall not come out itself.
10.11
10.12
10.13
END CLAMPS
To avoid side ward movement and to hold the terminals closely together, the
end clamps shall be provided at both the ends of the terminals.
10.14
11.0
Red colour.
Conventional colour.
FITTING AND ACCESSORIES :Following fittings and accessories shall be provided as an integral part of the
equipment.
Sl.No.
Description of fitments
Quantity
1.
Vacuum interrupters
2.
3.
4.
5.
ii.
Location :: Lucknow;
6.
iii.
iv.
Operation counter
v.
vi.
ii.
iii.
iv.
v.
Antipumping contactor.
vi.
vii.
7.
8.
9.
24
10.
Earthing terminals
12.0
NAME PLATE
12.1
The firm shall affix a name plate on each vacuum circuit breaker having
following informations:
i.
ii.
Sr. Number
iii.
Rated Voltage
iv.
v.
Rated frequency
vi.
vii.
viii.
Weight
ix.
x.
Year of supply
332
Location :: Lucknow;
12.2
13.0
A.C. CIRCUITS
13.1
HEATERS
The controlling M.C.B. for the heater circuit of the control cabinet shall be
provided.
13.2
D.C. CIRCUITS
No local fuse and links shall be provided to the circuit breaker's cubicles in
the D.C. circuits.
13.3
13.4
COLOUR OF WIRING
A.C. Circuit
Black
b.
D.C. Circuit
Grey
c.
Earthing
Green
12.0
MOUNTING STRUCTURES
12.1
Suitable mounting frames for installing the circuit breaker shall be supplied
alongwith the breaker. The mounting structures shall be made of steel,
suitable treated and galvanized for outdoor duty as per relevant ISS. The
drawing of the steel structures shall also be furnished for approval.
13.0
TESTS
13.1
TYPE TEST
Each circuit breaker shall comply with the type tests and test reports shall be
furnished alongwith the Bid.
333
Location :: Lucknow;
13.2
ROUTINE TEST :
13.2.1
Routine tests as per IEC-66 shall be carried out in each circuit breaker in the
presence of Purchasers representative if so desired. All test reports shall
be submitted and get approved from the before the dispatch of the
equipment.
13.2.2
13.2.2.
1
One minute power frequency voltage dry withstand tests as per IEC 62210
13.2.2.
2
Routine tests of breaker operating mechanism as per IEC 62210 or its latest
version.
13.2.2.
3
13.2.2.
4
13.2.2.
5
14.0
SITE TESTS
The tests mentioned under clause 14.2.2.2 to 14.2.2.5 shall be conducted
on the completely assembled breaker at site provided that testing
equipments are made available at site by the Purchaser.
15.0
COMPLETENESS OF CONTRACT
Any fittings, accessories or apparatus which might not have been mentioned
in the specn, but which are usually necessary for the equipment of similar
nature, are to be provided by the Bidder without extra cost. All apparatus
must be complete in all detail whether mentioned in the specification. or not.
334
Location :: Lucknow;
TS - 3
TECHNICAL SPECIFICATION OF
145KV/36KV CURRENT TRANSFORMERS
1.0
STANDARDS:
1.1
1.
: Current Transformers
2.
4.
IS : 2099
5.
IS : 3347
6.
IEC : 60-1973
7.
IS : 335
8.
IS : 3202
9.
IEC-270-1968
10.
IEC-44(4)-1980
: Instrument transformers
measurement of partial discharge.
11.
1.2
3.
335
Location :: Lucknow;
1.2.1
The CTs should be of the outdoor type, single phase, 50 c/s, oil immersed,
self cooled, hermetically sealed, suitable for operation in humid
atmosphere in the tropical sun with climatic conditions as indicated in
Clause 4.0 of General Technical Requirements. The CTs should also be
suitable for use in area subject to heavy lightning storms.
1.3
S.No.
Particulars
145 KV CTs
1.
Nominal
system voltage
132 KV (r.m.s.)
33 KV (r.m.s.)
2.
Highest
system voltage
145 KV (r.m.s.)
36 KV (r.m.s.)
3.
Frequency
50 Hz
50 Hz
4.
Earthing of
system
Effective
Effective
5.
Insulation level
(BIL)
650 KV (peak)
170 KV (peak)
6.
Transformation
ratio
400-200-100/1A
Three Cores
36 KV CTs
800-400-200/1A
Three Cores
(For Feeders)
7.
No. of cores
Three
Two /Three
8.
Short time
current rating
(Correspondin
g to 6500
MVA-fault
level)
25 KA for 1 sec.
336
Location :: Lucknow;
9.
Creepage
distance of
bushing.
3625 mm (min.)
900 mm (min)
10.
Ratio selection
Primary
reconnection &
secondary
tapings
11.
Continuous
primary current
120% of rated
Primary current.
12.
Short time
primary
current.
13.
Continuous
secondary
current rating.
2 Amps.
2 Amps. (min.)
14.
Rated
withstand
dynamic
current (2.5)
times of short
time current
rating.
78.75 KA (peak)
62.5 KA (peak)
15.
One minute
power
frequency
withstand
voltage (KV)
275 KV
70 KV
1.4.0
CONSTRUCTION:
1.4.1
1.4.2
337
Location :: Lucknow;
1.4.3
1.4.4
1.4.5
1.4.6
1.4.7
CT shall be provided with name plate showing the particulars and diagram
of the current transformer in line with the relevant IEC.
1.4.8
CTs shall be hermetically sealed to eliminate breathing and prevent air and
moisture from entering the tank. These shall be provided with oil level
gauge and pressure relieving device capable of releasing abnormal
pressure.
1.4.9
338
Location :: Lucknow;
1.4.10
1.4.11
The secondary terminal box and junction box should be partitioned in two
compartments comprising two hinged doors so as to house the metering &
metering terminals separately with locking and sealing arrangement.
METERING & PROTECTION should be clearly indicated on each
compartment door respectively by engraving or by providing the metallic
plate.
1.5.0
BUSHINGS :
1.5.1
1.5.2
1.5.3
Cast metal end caps for the bushings shall be of high strength, hot dip
galvanised malleable iron. They shall have smooth surface to prevent
discharge taking place between the metal parts and porcelain as a result of
ionisation.
1.6.0
TERMINAL CONNECTORS
1.6.1
1.6.2
339
Location :: Lucknow;
1.6.3
MATERIAL:
For non-current carrying parts, the bolts, nuts, washer and check nuts up
to 10 mm size should be of stainless steel and 12 mm size or above should
be hot dip galvanized marked with ISI certification mark. Nuts, washers,
bolt for current carrying parts should be tinned copper. These should be
manufactured by a reputed concern and conform to IS-1363-1967 and IS1367-1967 or latest amendment thereof
1.6.4
DESIGN:
1.7.0
GENERAL:
1.7.1
1.7.2
INSULATING OIL:
A sufficient quantity of oil for the base top and porcelain housing shall be
furnished with each CT. Insulating oil shall meet requirements of IS-335 for
use in electrical apparatus. The Bidder shall submit 4 sets of test reports of
oil being filled in CT covering in all the tests specified in IS besides giving
complete dissolved gas analysis of oil prior to filling. This test report shall
be based on the basis of previous job executed by the bidder or on the
prototype.
340
Location :: Lucknow;
1.7.3
1.8.0
TESTS:
1.8.1
Type Tests:
All the equipments offered shall be fully type tested as per the relevant
standard. Reports of following type tests are to be submitted with offer.
1.8.1.1
1.8.1.2
1.8.1.3
1.8.1.4
1.8.1.5
1.8.1.6
All other type tests shall be in accordance with the latest rev. of IS/IEC.
1.8.2
ROUTINE TEST:
1.8.2.1
1.8.2.4
High voltage power frequency tests on secondary windings. (As per IS:
2705)
1.8.2.5
Over voltage inter turn test. (As per IS: 2705) for cores 1 and 2 i.e. on
which distance protection is to be installed.
341
Location :: Lucknow;
1.8.2.6
Partial discharge test (in accordance with IEC-44(4)-1980). The test circuit
for the measurement of partial discharge shall be in accordance with SubClause 4.2 of IEC-270-1968. The partial discharge test shall be carried out
after all tests are completed. The partial discharge level shall not exceed
10 Pico-coulombs.
i)
ii)
1.9.0
DRAWINGS:
1.9.1
1.9.2
a)
b)
342
Location :: Lucknow;
a)
General outline drawings showing front and side elevations, top and
bottom plan views, all accessories and external features, with
complete detailed dimensions, net and shipping weights, size of
lifting lugs, quantity of insulations oil etc.
b)
1.10.0
JUNCTION BOX:
1.10.2
a)
One junction box shall be provided for each set of three nos. single
phase 145 kV CTs as per drawing shown in fig. 1(a). Each junction
box shall be equipped as below:
b)
1.10.3
a)
For the outgoing 33 kV feeders one junction box shall be provided for
three nos. single phase 36 kV CTs as per drawing shown in fig. 1(b).
Each junction box shall be equipped as below:
343
Location :: Lucknow;
b)
c)
d)
e)
1.11.0
Quantity
3 nos.
3 nos.
The junction box shall be of sheet steel construction not less than 3.0
mm thick sheet on all sides suitable for mounting on and shall be hot
dip galvanized or painted inside and outside as mentioned in 1.10.1
e).
344
Location :: Lucknow;
Annexure (B)
145 KV C.Ts REQUIREMENTS
Core
No.
1
I
II
III
Application
2
Distance
Protection
Over Current
& E/F
Protection
Metering*
Current
Output
Burden
Ratio
(A/A)
(VA)
Accuracy
Class as
per IEC185
Minimum
Knee
point
Voltage
(Volts)
Max.Exciting
current at
half knee
point voltage
( mA)
Maximum
CT
secondary
winding
Resistanc
e at 75
deg C
(Ohms)
800/1
PS
1100
20 at VK/2
400 /1
PS
1100
20 at VK/2
200/1
PS
550
40 at VK/2
2.5
800/1
PS
1100
20 at VK/2
400 /1
PS
1100
20 at VK/2
200/1
PS
550
40 at VK/2
2.5
800/1
20
0.2
400/1
20
0.2
200/ 1
20
0.2
345
Location :: Lucknow;
Differential Protection
400/1
PS
1100
20 at VK/2
200 /1
PS
550
40 at VK/2
2.5
100/1
PS
550
40 at VK/2
2.5
400/1
PS
1100
20 VK/2
200 /1
PS
550
40 VK/2
2.5
100/1
PS
550
40 VK/2
2.5
400/1
20
0.2
200/1
20
0.2
100/ 1
20
0.2
II
III
Metering*
346
Location :: Lucknow;
Annexure (C)
36 KV C.T.
REQUIREMENTS
Metering*
800/1
10
0.2
400/1
10
0.2
800/1
PS
400
30
400 /1
PS
400
30
800/1
PS
400
30
400 /1
PS
400
30
II
III
Protection
Protection
Metering*
400/1
10
0.2
200/1
10
0.2
400/1
20
5P10
200 /1
20
5P10
II
Protection
347
Location :: Lucknow;
TS-4A
STANDARDS:
Unless otherwise specified elsewhere in this specification, the rating as well as
performance and testing of the 145 KV Potential Transformers along with
associated accessories shall conform but not limited to the latest issues/
amendments of standards available at the time of placement of order of all the
relevant standards as listed hereunder.
Standard No.
Title
IS:3156:1992)
Transformers
IS:2099
IS:335
IS:3202
IS:4146: 1983
IS: 2629
2.0
Sl. No
1.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Parameters
Specification 145 kV
2
Type of installation
3
Single phase, Oil immersed, self
cooled, Hermetically sealed, Outdoor
type.
Type of mounting
Mounting on steel structures
Suitable for system frequency
50 Hz 5%
Highest system voltage
145 kV
Transformation ratio on all windings
132,000 / 110
3 / 3
Method of earthing
Solidly Grounded
1.2/50 micro second lightning impulse 650
withstand voltage kV (peak)
1 minute dry power frequency withstand 275
voltage kV (rms)
One minute power frequency withstand 3 kV
voltage on secondary
Min. Creepage Distance mm.
3625
Voltage ratios and other requirements of the Voltage Transformers shall comply
with the requirement indicated in Annexure-I (B) for 145kV PTs respectively.
Maximum permissible temperature rise of windings of voltage transformers shall
be 45 0C over an ambient of 500C.
348
Location :: Lucknow;
3.0
3.1
GENERAL:
(a)
The PTs shall be single phase, oil immersed and self cooled type suitable for
outdoor direct in Sun service, complete in all respects confirming to the modern
practice of design and manufacture.
(b)
The core of PTs should be of high grade, non-aging, electrical silicon laminated
steel of low hysteresis loss and high permeability to ensure high accuracy at
both normal and over voltage.
(c)
(d)
(e)
All potential transformers shall be paper insulated oil filled type. The potential
transformers unit after providing paper insulation shall be housed in the tank
containing oil. Please note that epoxy casting in primary & secondary core is not
acceptable.
(f)
The insulation as per the latest version of IS: 4800 or equivalent International
Standard of the potential transformers shall be so designed that the internal
insulation shall have higher electrical withstand capability than the external
insulation. The designed dielectric values of external & internal insulations shall
be clearly brought out in the guaranteed technical particulars. The dielectric
withstand values specified in this specification are meant for fully assembled
potential transformers.
3.2
PORCELAIN HOUSING:
The equipment should be designed using single porcelain housing. No joints
shall be provided in the porcelain. The housing shall be made of homogeneous,
vitreous porcelain of high mechanical and electric strength. Glazing of porcelain
shall be of uniform brown or dark brown colour with a smooth surface arranged
to shed away rain water or condensed water particles (fog). The profile of
porcelain shall be aerodynamic type as per the latest version of IEC: 815.
3.3
(a)
Material for main tank which should be minimum 3 mm thick mild steel / stainless
steel / aluminium alloy.
349
Location :: Lucknow;
(b)
The practice of providing inserts of non-magnetic material in the body of the tank
with suitable welding to reduce eddy current shall not be acceptable. This
problem should be avoided by selection of tank of suitable material.
(c)
(d)
The slot / hole cutting in the bottom tank should be done smoothly to avoid any
sharp edges within the tank. All welded surfaces need to be smoothening and
shall be covered with pressboard or other insulating material of good mechanical
properties.
(e)
The bottom tank should not have any dents and pitting to ensure proper
tightening of gasket and to avoid any oil leakage. Fabrication of bottom tank shall
be done by utilizing fresh sheet steel only.
(f)
The top & bottom tanks should be painted with two coats of zinc chromate primer
both inside and outside after proper cleaning and pickling. Finally the inside of
tanks should be painted with two coats of white enameled paint or any other
paint which is non-reactive to oil.
4.0
WINDINGS:
4.1
PRIMARY WINDING:
All primaries of PTs shall be connected in phase to neutral with the neutral
solidly earthed. The neutral of the system is also solidly earthed.
4.2
SECONDARY WINDINGS:
All PTs shall be provided with 3 separate secondary windings each rated for110 /
3 volts for connection in star and delta separately. The star winding to be used
for metering, relaying (distance relays) and synchronizing should be of accuracy
class specified. The rated burden of all 3 windings shall not be less than the
specified VA burden. The secondary of the PTs should be capable of
simultaneous loading at their individual rated capacities.
The secondary terminal box should be partitioned so as to house the
metering terminals separately with locking and sealing arrangement of
metering terminals. METERING & PROTECTION should be clearly
indicated on each compartment door respectively by engraving or by
providing the metallic plate.
5.0
INSULATION:
The equipment shall withstand satisfactorily dielectric voltage corresponding to
basic insulation level of 650 KV.
6.0
TEMPERATURE RISE:
The PTs shall be designed to limit the temperature of windings and other parts
as specified in the Indian Standard but owing the maximum ambient temperature
being 50C instead of 40C. The corresponding temperature rise should be
reduced by 10C as specified in 7.2.1.2 of IS: 3156 (Part-I) 1992.
350
Location :: Lucknow;
The maximum attainable temperature of the windings cores etc. therefore, shall
not exceed 90C while the maximum temperature of oil at the top should be
limited to 85C. The temperature rise at 1.2 times rated primary voltage when
applied continuously at rated frequency and simultaneous rated burden on both
the secondaries shall not exceed the above specified limits and the temperature
rise at 1.5 times rated voltage when applied for 30 seconds starting from
previous stable operating condition at rated frequency and simultaneous rated
burden on both secondaries should not exceed the above temperature limits by
more than 10C.
7.0
INSULATING OIL:
The quantity of insulating oil in each transformer and complete specifications of
the oil shall be stated in the Bid. The oil shall confirm to the requirements of IS:
335. The PTs shall be supplied completely filled with oil. The supplier shall
submit the test reports of oil being filled in PTs covering in all the tests specified
in IS besides giving complete dissolved gas analysis of oil prior to filling.
8.0
TYPE OF MOUNTING:
The PTs shall be suitable for mounting on steel structures as per drawing
enclosed with specification. Foundation details of the equipment must invariably
match the provisions as shown in the above drawing. The necessary flanges,
bolts etc. for the base of the PTs shall be supplied and these shall be hot-dip
galvanized.
9.0
TERMINAL CONNECTORS:
Bi-metallic terminal connectors for connecting "ACSR Panther" conductor to the
PT terminals must be supplied along with the PT.
9.1
MATERIAL:
All the steel bolts, nuts, washers and checknuts shall be hot dip galvanized
marked with ISI certification mark. All steel bolts and nuts shall confirm to IS:
1363-1967 and IS: 1367-1961 or amendment thereof. Bolts and nuts should be
manufactured by a reputed concern.
9.2
DESIGN:
The design of the connectors shall be such as to give firm and full contact
between connector, the conductor and terminal and offer protection to the design
of the connectors shall be such as to give firm and full contact surface against
effects of electrolytic (between two dissimilar metals) and atmospheric corrosion.
The connector shall have sufficient mechanical strength and shall completely
enclose the conductor and terminal. The connector shall hold the conductor and
terminal very tightly so that the connector withstands mechanical stresses setup
by vibration, wind and short circuit current. The conductivity of connectors shall
be high enough to minimize power loss.
The connectors shall be designed with large factor of safety and shall comply in
all respects of temperature rise resistance and tensile strength withstand
capacity as per IS: 5561-1970 or amendment thereof, as mentioned below:TEMPERATURE RISE TEST:
The temperature rise of terminal connectors above a reference ambient
temperature of 400C when carrying rated current shall not exceed 450C. If the
ambient temperature exceeds 400C the permissible temperature rise shall be
reduced by an amount equal to the excess ambient temperature. So with the
ambient of 500C in our climatic conditions, the allowable maximum temperature
rise is 350C only.
(a)
351
Location :: Lucknow;
(b)
RESISTANCE TEST:
The resistance of 1.25 m of a conductor including one terminal connector such
as splices or elbows shall not exceed the resistance of 1.25 m of the identical
conductor without connector, by more than 10%.
(c)
TENSILE TEST:
The test will be carried out in tensile testing machine and test load will be applied
in direction of the conductor as below:
(i)
A tensile load of about 5% of the breaking load of the conductor shall be applied
and the conductor shall be marked in such a way that movement relative to the
conductor can easily be detected without any subsequent adjustment of terminal
connector. The load shall be steadily increased to 10% of the breaking load. This
load shall be maintained for 1 minute. There will be no movement of the
conductor relative to the terminal connector due to slip during this1minute period
and no failure of the connector will take place.
(ii)
Connector shall have at least 4 nos. of bolts and these should be located as
close to the conductor as possible and should be opposite to each other. Bolt
diameter should be such as to give desired clamping and contact pressure.
(iii)
A check nut shall be provided on each bolt nut to avoid loosening nuts due to
vibration.
(iv)
The contact surface shall be ground finished to the required diameter of the
conductor. The edges of the connectors shall be adequately round so as to
minimize the corona effect.
(v)
All casting shall be free from blowholes, cracks & other casting defects.
(vi)
All current carrying parts shall be designed and manufactured to have minimum
contact resistance.
10.0
10.1
IDENTIFICATION PLATES:
The Supplier is required to affix a plate on the PT inscribed with the following
information:1. Specification No.
2. Year of Order
3. Property of UPPTCL
11.0
Location :: Lucknow;
12.0
PT JUNCTION BOX:
12.1
12.2
The junction boxes should be of cast iron or fabricated construction. In the case
of fabricated construction the gauge used should at least be 16 SWG and not
less than this gauge. The junction boxes should be painted with one coat of Zinc
Chromate primer and two coats of light Grey Enamel paint or any other approved
paint both inside and outside after proper cleaning and phosphatising. These
should be dust and vermin proof, water tight and suitable for mounting in outdoor
substations either on supporting structures of the equipment or on concrete
pedestals. Each junction box shall have slanting top and shall be provided with
front hinged covers and with suitable water tight cable glands as per approved
drawings. The cover and the flanges shall be provided with suitable packing and
gaskets so as to make these junction boxes completely water tight. Blanking
washers should be provided in the cable glands.
12.3
The terminal blocks provided with these junction boxes shall be rated for 15
Amps. and will be suitable for uninterrupted duty. The terminal blocks shall
be400 volt grade complete with insulated barriers, terminal studs, washers, nuts
and identification strips and shall have also disconnecting and shorting links.
These should be suitable to receive at least 2 cores of 2.5 mm sq. copper
conductor cables. The terminal blocks should preferably be made of KirloskarAsea type OTFA-46, Essan, Elmax make terminals or equivalent. The fuse links
employed should be of high rupturing capacity non deteriorating, International
Standard make mounted in such a fashion that these can be easily taken out
and replaced without removing any wiring. The NS type fuse links should be
provided with fuse carrier and base assembly such that visual indication of blown
fuses may be possible from the inspection window without removing the cover of
fuse fittings. Necessary internal connections between the terminal block and
other apparatus such as fuses, miniature circuit breakers etc. are shown as in
sketches enclosed.
12.4
12.5
The miniature Circuit Breakers should be single pole 5 Amps. , 110 V A.C.
continuous rating having thermal over load protection LVPAS or MORARJI
DORMAN or equivalent make and with one normally closed and one normally
open set of auxiliary contacts and should confirm with the relevant ISS.
12.6
Location :: Lucknow;
12.7
DETAILED SPECIFICATIONS:
132 KV 3-PHASE PT JUNCTION BOXES (MULTI CIRCUIT)
Terminal blocks with 65 nos. OTFA-46 terminal or equivalent to International
accessories as specified above. Standard make terminals and associated
33 nos. HRC-ND-cartridge fuse link type NS-10 with carrier and base assembly
(International Standard make).
Watertight brass cable glands suitable for 4 core, 10 mm sq. PVC copper cable 14 nos.
Watertight brass cable glands suitable for 2 core, 2.5 mm sq. PVC copper cable
- 2 nos.
Each junction box shall be provided with glass windows on the front cover for
inspecting the fuses periodically from outside.
13.0
TESTING OF PTs:
13.1
TYPE TESTS:
The Bidder must have got the following type tests carried out on their offered
PTs as per latest edition of IS: 3156:
(a)
(b)
(c)
High voltage power frequency wet withstand voltage test on outdoor voltage
transformers.
(d)
(e)
All other type tests shall be in accordance with the latest revision of IS: 3156.
13.2
ROUTINE TESTS:
The following tests shall be performed on each PT unless otherwise specified:
(i)
(ii)
(iii)
(iv)
(v)
354
Location :: Lucknow;
(vi)
The PT shall be tested for leakage and strength by applying to complete PT and
Porcelain housing filled with oil at a pressure not less than 0.7 Kg. /cm2 above
the maximum operating pressure for a period of 24 hours or not less than 1
Kg/cm2 for a period of 6.0 hours. If leakage occurs the PT shall be re-tested
after all leakage has been stopped.
(vii)
Temperature rise test with terminal connector at least once against the order.
14.0
DESIGN DATA:
The following information for PT shall be submitted:
14.1
14.2
14.3
Outline dimensions of assembled PT (drawing and dimensions sheet may be
(a) submitted).
(b)
14.4
14.5
(a)
(b)
(c)
(d)
PT with oil.
Core, coils, cover and porcelain housing.
Tank & fittings.
Oil.
14.6
14.7
14.8
355
Location :: Lucknow;
ANNEXURE-I (B)
REQUIREMENT OF 145 KV PT
S.No.
DETAILS
PARTICULARS
1.
2.
Supply frequency
50 Hz.
3.
Type
4.
cooled,
Application
Winding
Protection
6.
Accuracy
3P
7.
As per relevant IS
8.
Output burden
50 VA
9.
Creepage
bushing
10.
11.
One
minute
power 3 KV (r.m.s.)
frequency
withstand
voltage on secondary.
12.
13.
Class of
windings
distance
insulation
I Winding II Winding
Protection
Metering
3P
50 VA
of 3625 mm (minimum).
100 VA
0.8
in A
356
III
50 VA
Location :: Lucknow;
TS-4 B
SCOPE :
This Specification covers the design, manufacture, assembling, testing at
manufacturers works, supply and delivery of single phase Potential
Transformers with terminal connectors and junction boxes for service in 33 KV,
three phase system..
Type & Rating :
1.1
The potential transformers shall be outdoor type, single phase, oil immersed,
self cooled, suitable for operation on three phase, 50 c/s, 33 KV Solidly
Grounded system where the short circuit level of the system is of the order of
1000 MVA under the tropical climate conditions specified under General
Requirement of Specification.
The potential transformers should have the following ratings:1.
2.
3.
4.
5.
6.
7.
8.
Rated Voltage
Nominal System Voltage
Highest System Voltage
Type of Supply
Frequency
Earthing
No. of Secondary Windings
Transformation Ratio:
33 KV
33 KV
36 KV
3- Phase A.C.
50 Cycles/sec.
Solidly Grounded
Two
Winding I & II 33 KV/3 / 110
Volt/3
9. Rated Burden:
Winding I 50 VA each
Winding II 50 VA each
10. Accuracy Class:
Winding I
Winding II
11. Basic Insulation Level (Impulse)
12. Creepage distance
13. Rated Voltage Factor:
STANDARDS:
The potential transformers should confirm in all respects to latest edition of ISS:
3156/1965 except wherein specified otherwise.
357
Location :: Lucknow;
1.3
GENERAL:
(a)
The PTs shall be single phase, oil immersed, self cooled type suitable for
outdoor direct in Sun service complete in all respects confirming to the modern
practice of design and manufacture.
(b)
hysteresis loss and high permeability to ensure high accuracy at both normal
and over voltages.
1.4
(a)
WINDINGS:
PRIMARY WINDING:
All primaries of PTs should be connected in phase to neutral with the neutral
point solidly earthed. The neutral of the system is also solidly earthed.
(b)
SECONDARY WINDINGS:
All PTs shall be provided with two separate secondary windings each rated for
110 / 3 volts for connection in star and delta separately. The star connection is
to be used for metering and shall be of accuracy class specified. The rated
burden of this winding shall not be less than the values specified. The delta
connection is to be used for protection relaying (directional relays) should be of
accuracy class specified. The two secondary of the PTs should be capable of
simultaneous loading at their individual rated capacities.
The secondary terminal box should be partitioned so as to house the
metering terminals separately with the provision of sealing & locking of
the metering terminals. METERING & PROTECTION should be clearly
indicated on each compartment cover respectively by engraving or by
providing the metallic plate.
1.5
INSULATION:
The potential transformers should withstand satisfactorily dielectric test voltage
corresponding to basic insulation level of 170 KV for 36 KV PTs.
1.6 TEMPERATURE RISE:
The PTs should be designed to limit the temperature of windings and other parts
as specified in the Indian Standard but owing to maximum ambient temperature
o
o
being 50 C, instead of 40 C specified in Note 1 of Table-3 of IS: 3156(Part-I)
o
1965 the corresponding temperature rise should be reduced by 10 C.
The maximum attainable temperature of the windings, cores etc. thereof should
not exceed 95oC while the maximum temperature of oil at the top should be
o
limited to 85 C.
358
Location :: Lucknow;
The temperature rise at 1.1 times rated primary voltage when applied
continuously at rated frequency and simultaneous rated burden on both the
secondaries shall not exceed the above specified limits and the temperature rise
at 1.5 times rated voltage when applied for 30 seconds starting from previous
stable operating condition at rated frequency and simultaneous rated burden on
both secondaries should not exceed the above temperature limits by more than
o
10 C.
1.7
INSULATING OIL:
The quantity of insulating oil in each transformer and complete specifications of
the oil should be stated in the Bid. The oil should confirm to the requirements of
IS -335. The PTs shall be supplied completely filled with oil.
1.8
TYPE OF MOUNTING:
The PTs shall be suitable for mounting on steel structures. The necessary
flanges, bolts etc. for the base of the PTs should be supplied and these should
be hot-dip 359uthorized. 4 nos. mounting holes (15 mm) are required at
rectangular spacing of 370x250 mm.
1.9
TERMINAL CONNECTORS:
Bi-metallic terminal connectors suitable for connecting ACSR Panther
conductor to the PT terminals should be supplied.
1.9.1
MATERIAL:
All the steel bolts and nuts, washers, checknuts should be hot dip 359uthorized
marked with ISI certification mark. Steel bolts and nuts shall confirm to IS: 13631967 and IS: 1367-1961 or amendment thereof. Bolts and nuts should be
manufactured by a reputed concern.
1.9.2
DESIGN:
The design of the connectors shall be such as to give intimate contact between
connector, the conductor and terminal and offer protection to the contact surface
against effects of electrolytic (between two dissimilar metals) and atmospheric
corrosion. The connector shall have sufficient mechanical strength and shall
completely enclose the conductor and terminal. The connector shall hold the
conductor and terminal very tightly so that the connector withstands mechanical
stresses setup by vibration, wind and short circuit current. The conductivity of
connectors shall be high enough to minimize power loss.
The connectors should be designed with large factor of safety and should
comply in all respects of temperature rise, resistance and tensile strength
withstand capacity as per ISS: 5556-1970 or amendment thereof.
The Bidder is required to fill up Annexure-I and should also furnish copy of
routine and type tests of the terminal connectors carried in. Drawing of the
connector shall also be submitted with the Bid.
Suitable terminal earth connector for earthing connections shall also be
supplied.
359
Location :: Lucknow;
1.10
BUSHING / INSULATORS:
The basic impulse level of the bushings and insulators should be as specified
and they should be suitable for installation in heavily polluted atmosphere. The
minimum total creepage distance of the bushing / insulator shall be as per
clause 7.0 of latest edition of IS: 13134-1992 i.e. its minimum value shall be
36x25xKD where KD is the correction factor for average diameter of insulator.
The porcelain used should be homogenous and free from cavities or other flaws.
Bushing should be designed to have ample insulation mechanical strength and
rigidity for satisfactory operation under the conditions specified. The puncture
strength of bushing should be greater than the flashover value. The bushing
shall be entirely free from external and internal corona.
1.11
JUNCTION BOX:
Location :: Lucknow;
1.11.4 The junction boxes should be as far as possible in accordance with sketches
enclosed
with the specification, however, it is at the discretion of the Bidder to improve
and alter the dimensions slightly to suit his designs subject to approval of the
Engineer ofthe contract. The wiring should be provided as shown in the sketch.
1.11.5 36 KV PT junction boxes (Three Phase) shall be equipped as follows:
1.
Terminal blocks with 12 nos. OTEA-46 Essan or Elmax or Tosha make terminals
or equivalent and associated accessories as specified.
2.
3 nos. HRC-ND-cartridge fuse link type NS-10 with carrier and base
assembly(International Standard Make).
3.
Watertight brass cable glands suitable for 4 core, 2.5 mm sq. PVC copper cable2 nos.
4.
Watertight brass cable glands suitable for 2 core, 2.5 mm sq. PVC copper cable4 nos.
Each junction box shall be provided with glass window on the front cover for
inspecting the fuses periodically from outside.
The Bidder is required to fill up the schedule of technical and guaranteed
particulars for junction boxes enclosed at Schedule-R and also furnish the
copies of type and outine tests reports carried out by them or their sub-Bidders
in the past as per relevant ISS. The test reports shall be submitted in the
proforma enclosed at Schedule-R. The drawings of the Junction Box shall also
be submitted with the Bid.
1.12
TESTS:
Reports of all type tests as stipulated in ISS: 3156 should be supplied.
Each PT should be subjected to routine tests as specified in IS: 3156 in the
presence of Purchasers representative, if so, desired by the purchaser. All test
reports should be submitted and got approved by the purchaser before
361uthoriz of the equipment.
1.13
1.14
SPARE PARTS:
A list of spare parts recommended for five years operation for each PT along
with itemized prices should be furnished with the Bid. The Purchaser will decide
the actual quantities of spare parts to be ordered on the basis of the list and the
itemized prices of spare parts.
361
Location :: Lucknow;
1.15
1.16
IDENTIFICATION PLATES:
The Bidder is required to affix a plate on the PT inscribed with the following
information:1. Specification number
2. Year of order
3. U.P. Power Transmission Corporation Ltd.
1.17
MODE OF DESPATCH:
1.18.1 PTs shall be depatched by Road Transport only. In this case the date of receipt
of equipment at site shall be deemed as the date of delivery.
1.18.2 In the event of despatches made by Rails, date of RR (Railway Receipt) shall be
deemed as the date of delivery. This will be applicable only when the Firm is
specifically 362uthorized by the purchaser to deliver the PTs by Rail instead by
Road.
362
Location :: Lucknow;
ANNEXURE-I I
REQUIREMENTOF 36KV PT
S.No.
DETAILS
1.
PARTICULARS
33,000 / 110
3
Supply frequency
50 Hz.
3.
Type
4.
1.1 continuou
1.5 for 30 seconds.
5.
Application
Winding I Metering
Winding II
Protection
6.
Accuracy
3P
7.
8.
Output burden
9.
75 VA
10.
3 KV (r.m.s.)
11.
0.8
12.
Class of insulation in
windings
13.
As per relevant IS
50 VA
363
50 VA
Location :: Lucknow;
TS-5(A)
1.0
SCOPE:
This specification covers Design, Manufacture, Performance, Testing, Inspection,
Packing and Delivery of following outdoor type 145KV Isolators with/without earthing switches
(wherever mentioned) complete in all respects with terminal connectors and motor operating
mechanism etc. suitable for double main and transfer bus arrangement
I T E M-I :
Three pole, 1250 Amps., A.C. Motor operated 145KV Isolators without earthing
switch suitable for Tandem operation.
I T E M-II: (Line Isolator)
Three pole, 1250 Amps. A.C. Motor operated 145KV Isolators with suitably rated
A.C. Motor operated 01No. earthing switche.
I T E M-III: (Bus Isolator)
Three pole, 1250 Amps. A.C. Motor operated 145KV Isolators without earth switch.
2.0
STANDARDS:
Except where modified by this specification, the single central break isolators and
accessories shall conform to the requirements of the latest edition of the following
standards:
IS: 1818
IS: 3202
IEC: 129
IS: 2544
364
Location :: Lucknow;
3.1
TECHNICAL PARTICULARS:
3.1.1
3.1.2
3.1.3
3.1.4
3.1.5
3.1.6
145 KV
50 HZ
Effectively Earth
Outdoor, Horizontal
single
central
break, suitable for
upright mounting
1250 Amps.
A.C.
Motor
3000 mm
3000 mm
3.2.15
3.2.16
3.2.17
3.2.18
Type of contacts
Location :: Lucknow;
3.2.20
i)
ii)
3.2.21
3.2.22
3.2.23
3.2.24
4.0
5.0
6.0
6.1
6.2
7.0
SUPPORTING STRICTIRES :
Isolator shall be sutaible for mounting on standerd structures drawing for which
shall be provided by purchasure.
TERMINAL CONNECTORS :
Terminal connectors for all type of Isolators shall be as per site requirement.
The type of connectors to be provided by the contractor shall be as per IS-5561
(1970) & subject to Purchasers approval
EARTHING SWITCHES:
7.1
8.2.1
The AC motor operating mechanism shall actuate individual drive switches with
controls. The operating mechanism shall be capable of providing a quick, simple
and effective operation. The design shall be such that a minimum of energy is
required for the operation and one man shall be above to operate the isolator
without undue effort.
The isolator shall be provided with positive continuous control through out the
entire circle of operation. The operating pipes and rods shall be sufficiently rigid
366
Location :: Lucknow;
8.3
Motor shall conform to IS: 325. The insulated winding conductor shall be of copper
and insulation shall be given fungicidal and tropical treatment as per IS 3202 Gear
drive assembly shall be suitable for operating the isolator with minimum of energy.
The motor enclosure shall conform to IP-55. For manual operation operating handle
shall be directly coupled to gear drive having 1/33 ratio.
8.4 A weather proof control cabinet conforming to IP: 55 shall be provided to house the
driving mechanism and other accessories. The control cabinet shall be fitted with 1100
volt grade barrier type of terminal blocks. The terminal blocks shall be properly
identified. The control wiring shall be carried out with a minimum of 2.5 mm cu wire of
1100V grade insulation. The auxiliary wiring with auxiliary device shall be cable of
withstanding a test voltage of 2 KV for one minute.
8.5 Fail safe, solenoid type, interlocking feature shall be provided.
8.6 The control shall be so arranged that the desired operation shall be completed when
corresponding push button is pressed even momentarily.
8.7 The auxiliary contacts shall be actuated from the isolator shaft, so as to provide true
indication of the position of isolator whether operated manually or with power driven
devices.
8.8 The operating handle shall be mounted on the base supporting structure, Guide
bearings shall be provided if necessary. Rust proof parts will be protected by grease
retainers and covers. All bearings should have first filling of grease and provided with
nipples for servicing.
8.9
An out of step relay for the three poles shall be provided to give remote pole
discrepancy alarm in the purchasers control panel.
8.10
8.11
A local/remote selector switch with a set of open/close push buttons (for local
operation) shall be provided on the control cabinet of the isolator. The push buttons
for remote operation will be mounted on the purchasers control panel.
8.12
There shall be one operating drive for all the three poles of the isolators which shall
be GANG operated.
Similarly there shall be separate GANG OPERATED drives for the earth switches i.e.:
i)
ii)
iii)
367
Location :: Lucknow;
8.13
There should be two numbers phase coupling pipes one on each side of the
insulator base plate for Gang operation of isolators.
For adjusting the coupling pipe lengths there should be a turn buckle type
arrangement.
8.15
9.0
9.1
The operating mechanism should be placed directly and centrally below one of the
post insulators on which the two numbers phase coupling pipes are connected and
the operating mechanism should directly rotate the rod placed below the centre line
of the post insulator. No eccentric connection of the operating mechanism with the
phase coupling pipes should be made.
CONSTRUCTIONAL FEATURES:
The isolator arms should be mechanically strong. It is preferable if the current
carrying parts of the isolator arms are separately fastened to a galvanized steel
arm, so that the mechanical strength is ensured.
9.2 The operating mechanism/lever arrangement of the isolator should be such that the
isolator shall not open out in service (nor close from the open position) without a
positive impulse.
10.0
ACCESSORIES:
10.1
Contacts:
10.1.1 The isolator poles shall be so designed that the contacts in service (closed position)
do not open out or cause loose contact, due to wind pressure or due to short circuit
forces etc.
10.1.2 The contacts should be protected by a rain hood to avoid direct exposure to rain
water.
10.1.3 The contact head where the bus bar jumper is connected to the isolator arm should
be provided with a suitable contact bearing to avoid external flexible (braided)
connections.
10.1.4 The ground terminal pads with studs each suitable for connecting to the earth mat
through M.S. Flat of size 75x10 mm shall be provided on each isolator.
10.1.5 The isolators shall be provided with high pressure current carrying contacts on the
hinge and jaw ends and all contact surfaces shall be silver plated.
10.2
All the contact joints for centre break type isolators shall be maintenance free type
if possible, otherwise the tenderers may quote for contact joints requiring very little
maintenance. Isolators and earth switches shall be capable of withstanding the
dynamic and thermic effects of the maximum possible short circuit current of the
system in their closed position. They shall be so constructed that they do not open
under influence of short circuit current.
BASE :
Each pole of the isolators shall be provided with a completely galvanized steel base
designed for mounting on a supporting structure to be provided by the Purchaser.
The base shall be rigid and self supporting. They shall also be capable of
withstanding all terminal and bending stresses due to operation of the isolator.
368
Location :: Lucknow;
Isolators :
- Name of manufacturer.
- Designation type.
- Specification Number.
- Serial Number.
- Rated Voltage.
- Impulse withstand voltage to earth.
- Rated current.
- Rated short time current.
- Rated maximum duration of short time current.
- Rated mechanical terminal load.
- Weight.
b)
Earthing Switch:
- Name of manufacturer.
- Designation type.
- Specification Number.
- Serial Number.
- Rated Voltage.
- Impulse withstand voltage to earth.
- Rated short time current.
- Rated maximum duration of short time current.
- Rated mechanical terminal load.
- Weight.
c)
Operating Devices :
- Name of manufacturer.
- Designation type.
- Rated A.C. Voltage and H.P.
- Weight.
369
Location :: Lucknow;
11.0
11.1
Type test certificates for the Isolators, for all the test performed in accordance with
the relevant
IS/IEC recommendation of the IEC-129 titled 'Alternating Current'
isolators (line connector) and earthing switches including the draft revision of Feb.
1971 and ISS 9921 shall be furnished alongwith the proposal.
11.2
Any offer which does not include type test report is liable to be rejected summarily.
11.3
11.4
i)
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)
xi)
One pole complete with insulators shall be tested in the works, of remaining,
10% of insulators will be subject to test.
i)
Voltage test of auxiliary circuits (Clause-46)
ii)
Mechanical operating test (Clause-46).
iii)
Measurement of the resistance of the main circuit (Clause-47)
The following type tests as per relevant IS/IEC shall be performed on one unit and
report be submitted with the tender:Dielectric Test
Lightning Impulse Voltage tests
Switching impulse voltage tests
Power frequency voltage tests
Artificial pollution tests
Test of auxiliary and control circuit
Temperature rise tests
Short time withstand current & peak withstand
Operating and mechanical endurance test
Tests for measuring radio interference level
Corona extinction voltage tests:-
12.0
DRAWNGS :
11.5
Drawing incorporating the following particulars shall be submitted with the offer for
the purpose of preliminary study :i)
ii)
a)
b)
c)
d)
e)
Location :: Lucknow;
f)
g)
h)
i)
iii)
iv)
a)
b)
c)
d)
e)
f)
371
Location :: Lucknow;
TS-5(B)
TECHNICAL SPECIFICATIONS FOR 36 kV ISOLATORS
1.0
STANDARDS
For standards please refer the specifications for 145 kV isolators.
2.0
3.0
TYPE OF ISOLATORS
a)
b)
PRINCIPAL PARAMETERS
Sl. No.
DETAILS
36 kV Isolator
Rated Voltage
36 kV
System frequency
50 Hz
System Earthing
Effectively earthed
Type of Isolator
1250 A
Operating mechanism
Manual
1500 mm
25 kA (rms)
62.5 kA (peak)
10
Temperature rise
11
Seismic co-efficient
0.3 g.
12.
13.
14.
Auxiliary Contacts
15
break
Location :: Lucknow;
17
900 mm
ii) Protected
450 mm
Minimum strength :
i) Torsional
ii) Cantilever
18
19
Type of contacts
20
Horizontal/vertical
according
actual requirement.
21.
Phase-to phase
4.0
TERMINAL CONNECTORS
4.1
5.0
INTERLOCKS
clearance
to
1500 mm
7.0
CONSTRUCTION FEATURES:
As per 145 kV isolators.
8.0
ACCESSORIES:
As per 145 kV isolators
9.0
NAME PLATES:
373
Location :: Lucknow;
Isolators shall be provided with the name plates. The name plates shall be
weatherproof and corrosion proof. It shall be mounted in such a position
that it shall be visible in the position of normal service and installation. It
shall carry the following informations:
10.0
(a)
(b)
Designation type
(c)
Serial number
(d)
Rated voltage
(e)
(f)
Rated current
(g)
(h)
INSULATORS
The Bus post insulators will have a top housing pitch circle Dia. of 127
mm. The insulators will confirm to IEC-168.
11.0
TESTS
For details of test certificates, routine and type tests to be performed, as
mentioned in the 145 kV isolators.
12.0
13.0
SUPPORTING STRUCTURES
The isolators shall be suitable to be mounted on auxiliary structures as per
general technical requirements.
374
Location :: Lucknow;
TS-6
1.0
STANDARDS
Insulators should conform to the latest publications of IS 2544 & IEC in all
respects except BIL which should be 650 kVp for 145 kV withstand.
Equipment meeting any other authoritative standards which ensures equal
or better quality than the IS mentioned above, is also acceptable.
2.0
2.1
(1)
Nominal voltage
145 kV
(2)
145 kV
(3)
Sytem frequency
50 Hz.
(4)
Number of phases
3 (Three)
(5)
Neutral
Effectively earthed
(6)
31.5 KA
(7)
3.0 meters
(8)
2750 mm
(9)
127 mm
(10)
184+ .2 mm
(11)
BIL
650 mm
(12)
Height of insulator
1460 mm
375
Location :: Lucknow;
2.2
FOR 36 KV POSTINSULATORS
: 36 KV
: 36 KV
: 50Hz.
: 3 (Three)
(5) Neutral
: Effectively earthed.
: 25.0 KA
: 1.5 meters
3.0
: 127 mm.
(10) BIL
: 250 KV
508.00 mm
The total fittings for the insulated material made from reliable cast iron or
grey iron and galvanised thereafter. Cementing between metal to
porcelain should be carried out by high grade port land cement with
special filler to check the expansion and contraction problem.
The metal cement porcelain joints should be painted with suitable paints to
offer protection against different thermal expansions.
The insulator units shall be such that the length of shortest breakdown
path through valid insulating material is at least equal to half the length of
the short break down path through air outside the insulator.
376
Location :: Lucknow;
4.0
Metallic Flange
4.1
Top Flange Co-ordination- Top metallic flange holes are to be coordination with respective UPPTCL drawings.
4.2
Bottom Flange Co-ordination - Bottom metallic flange are to be cocoordinated with respective UPPTCL drawings.
5.0
MECHANICAL STRENGTH
6.0
i)
Banding strength
420 Kg. F
ii)
Torsion strength
450 Kg. M
CREEPAGE DISTANCE
The minimum nominal specific creep age distance should not be less than
6125 mm as applicable for heavily polluted atmosphere as per latest
edition of IS-2544/IEC 815 as per provisions made in IEO-815, in order to
apply the specific creep age distance concept certain dimensional
parameters characterizing the insulator should be taken into account,
which relates to the shed/shape to the profile of the insulator. The Bidder
should therefore give full detail of shed/shape/profile of the insulator (for
vertically used insulators) to safeguard the requirement of projected
profile/protected creep age distance. As per above provisions the insulator
may be type tested for heavy polluted atmosphere conditions and the type
test report may be submitted with the offer. This requirement is very vital,
and equipments not meeting the minimum requirements shall not be
acceptable.
7.0
377
Location :: Lucknow;
8.0
GALVANISING :
All metal parts of insulators shall be made of forged steel and shall be hot
dip galvanized after all machining work in accordance with the latest
edition of IS 2639-1964 and shall satisfy the test mentioned in IS
2633:1964. The galvanized material shall be guaranteed to withstand at
least six dips under the standard test galvanizing. The zinc operating shall
be adherent, smooth, reasonably bright continuous and free from such
imperfections such as flux, ash, rust, strains, bulky, white deposit and
blisters etc. All surface of the metal parts shall be relatively smooth with no
projecting points or irregularities. Insulators units after assembly shall be
concentric and coaxial within limits as may be permissible by the relevant
1SS/IEC.
9.0
Bidder shall quota their price including the prices of nuts and bolts but will
give technical specification of the recommended size of bolts and nuts for
fixing top and bottom and any intermediate point if any in schedule item27.
10.0
10.1
T YPE TEST :
The test for the offered insulators shall be performed in accordance with
mentioned standards or any other relevant IS or IEC and test certificates
shall be furnished along with the proposal standards to which these tests
will conform.
a)
b)
c)
d)
e)
378
Location :: Lucknow;
10.2
10.3
a)
b)
c)
d)
e)
RIV test.
f)
Puncture test.
g)
Porosity test.
h)
i)
k)
Galvanizing test.
l)
(a)
Verification of dimensions.
(b)
(c)
(f)
Puncture test.
(g)
Galvanizing test.
(g)
379
Location :: Lucknow;
i)
10.4
ROUTINE TESTS
a)
b)
c)
d)
i)
380
Location :: Lucknow;
ii)
11.0
381
Location :: Lucknow;
TS-7
1.0
1.1
Standard
Title
1.
IEC 99 - 4
2.
IS: 3070
3.
IS: 2629
4.
IS: 2633
5.
IS: 5621
6.
IS: 2174
7.
8.
IEC: 71
IS: 12063
PRINCIPAL PARAMETERS
a)
b)
c)
Installation
d)
120 KV
30 KV
e)
102 KV
24 KV
f)
145 KV
Effectively earthed
Outdoor
10 KA (8/20 microwave)
g)
Rated frequency
h)
i)
36 KV
50 Hz
382
2 KJ / KV
Not less than MCOV
Location :: Lucknow;
j)
k)
l)
Creepage distance
400 KVP
100 KVP
100 KA
25 mm/KV
m)
n)
275 KV
70 KV
o)
650 KVP
170 KVP
p)
q)
r)
s)
40 KA
t)
Seismic acceleration
0.3 g.
u)
40 KA
Not more than 500 micro volts.
Class-A
1.2
SERVICE REQUIREMENT
1.2.1
The duty cycle of the circuit breakers installed in the 132KV/33 KV system
of UPPTCL is 0-0.3 sec-CO-3 min-CO. The surge arresters shall be
suitable for this circuit breaker duty in system.
The Bidder shall verify and establish by preliminary study, the parameters
of the arresters indicated in this specification and confirm their suitability
for the system and duty requirements as specified herein.
1.3
ARRESTER DUTY
1.3.1
The surge arrester shall be single pole, self supporting heavy duty station
class zinc oxide gapless type without any series or shunt spark gaps. The
nonlinear resisters shall be connected in series or in parallel.
1.3.2
1.3.3
The reference current of the arrestors shall be of the order of 5mA. High
enough to eliminate the influence of grading stray capacitance on the
measured reference voltage.
1.3.4
Location :: Lucknow;
Equipment
i)
ii)
1.4
1.4.1
1.4.2
1.4.3
1.4.4
1.4.5
CONSTRUCTIONAL FEATURES
The non-linear blocks shall be sintered metal oxide material. These shall
be so arranged in the final assembly as to provide excellent mechanical
and electrical properties, even after repeated operations.
The surge arresters shall be fitted with pressure relief devices and
diverting posts, suitable for preventing violent shuttering of porcelain
housing and providing path for the flow of rated fault currents in the event
of arrester failure.
Arresters shall incorporate adequate creepage distance (25mm/KV) in
order to prevent arrester failure due to uneven voltage gradient across the
stacks in the event of contamination of the arrester porcelain.
The arresters shall be fully stabilized thermally to give a life expectancy of
20 years under site conditions, and shall take care of the effect of solar
radiation etc.
Seals shall be provided in such a way that these are always effectively
maintained, even when discharging the maximum lightning current.
1.4.6
1.5.0
MATERIAL
1.5.1
1.5.2
1.6.0
1.6.1
384
Location :: Lucknow;
1.7
METAL PARTS
1.7.1
All iron parts shall be hot dip, galvanised. Joints shall be made air tight
surfaces of joints shall be turned up porcelain parts by grinding and metal
parts by machining to ensure a uniform compressive pressure.
1.7.2
Steel bolts, nuts, washers and check nuts should be hot dip galvanised
conforming to IS:1363-1967, IS:1367-1961 and latest amendment thereof.
This should be of reputed manufacturer and should bear ISI mark.
1.8
1.8.1
INSULATION BASE
Insulating base offered for the surge arrester, shall be manufactured from
the best available porcelain. One number insulating base shall be supplied
by the Bidder with each surge arrester.
1.8.2
SURGE COUNTER
Self containing discharge counter, enclosed suitably for outdoor use &
requiring no auxiliary or battery supply for operation, shall be provided for
each single pole unit. The surge counters on cyclometric dial shall be
robust and of adequate size. These shall be so located that incoming and
outgoing connections are made with minimum possible blend and
incoming & outgoing connections shall be provided with at least 2 nos.
bolts each. The discharge counters shall be suitably mounted on the
support structure of the surge arresters so that the counter shall be visible
through an inspection window and should be readable from ground level.
The internal connections of surge counters shall be provided to carry large
surge currents as per surge arrester specifications.
The cubicle housing the surge counters shall be made of 12 SWG sheet
and it should be water tight and vermin proof.
1.8.3
MILLI AMMETERS
Suitable milli ammeters (without push buttons) on each pole of the
arrester, with appropriate connections, shall be supplied to measure the
leakage currents. The milli ammeter shall be suitably mounted on the
support structure of the arrester, suitable means to differentiate between
the internal grading currents and external leakage currents shall be
indicated.
1.8.4
1.9
1.9.1
Location :: Lucknow;
1.9.2
1.9.3
1.9.4
1.9.5
1.9.6
The connectors shall have at least 4 nos. of 12mm dia bolts and nuts with
washers and check nuts and should be located as close to the conductor
as possible.
1.9.7
The contact surface should be neat, clean, smooth and should be such
that the corona effect is minimum as far as possible.
1.9.8
All castings shall be free from blow holes, tracks sharp edges and other
casting defects.
1.9.9
All current carrying parts shall be designed and manufactured for the
minimum contact resistance.
1.9.10
The Bidder shall submit the detail drawing of the terminal connectors and
their test certificates.
1.10
TYPE OF MOUNTING
The surge arresters together with insulating case and surge monitors
should be suitable for upright mounting on auxiliary steel structure as per
UPPTCL standard drawing. Electro galvanized steel bolts, nuts, washers
and check nuts for mounting the lightning arresters shall be supplied by
the Bidder along with arresters. The PCD and no. of holes in the base
mounting flange shall be in accordance with the Purchaser's requirement
to suit the auxiliary structure.
1.11
TESTS
The surge arresters shall conform to type tests and shall be subjected to
routine and acceptance tests in accordance with IEC 99.4 (1991) and
other relevant standards.
386
Location :: Lucknow;
1.11.1
TYPE TESTS
The type test reports as per IEC 99-4 its latest amendment or any other
relevant IEC/ISS along with the Bid. The reports shall be duly
authenticated by the laboratory/agency by whom these tests have been
performed and shall include full identification detail of the equipments as
well as of the manufacturer:
1.12
1.12.1
1.12.2
1.12.3
1.13
1.14
Location :: Lucknow;
388
Location :: Lucknow;
TS-8
TECHNICAL SPECIFICATION
GENERAL
1.0
TYPE OF PANELS:
1.1
Simplex Panels:
Control Board and Relay Panels shall consist of separate vertical stationary
front panels with equipment mounted thereon and having wiring access from
the rear. Each cubicle assembly shall be provided with doors on the rear
having handles with built in locking facility. It shall have double leaf doors
with lift off hinges at the back for panels of width more than 800 mm.
These panels shall be of the following approximate dimensions: Height: 2250mm + 15mm ant vibration pad + 50 mm (base)
Depth: 800mm to 1000mm
Width: 800 mm to 1000 mm
2.0
2.1
2.2
2.3
2.4
2.5
2.6
CONSTRUCTIONAL FEATURES:
The Control and Relay Board shall be of panels of simplex at up coming
132KV substation specified in UPPTCL. It is the responsibility of the bidder
to ensure that the equipment
specified and such unspecified
complementary, equipment required for completeness of the
Protection/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.
The panels shall be completely metal enclosed to ensure a dust, moisture
and vermin proof atmosphere. The enclosure shall provide a degree of
protection not less than IP 31 in accordance with IS-2147.
Panels shall be rigid free standing and floor mounting type and comprise
of structural frames enclosed completely with specially selected texture
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 not less than 2.0 mm for sides, door top and bottom portions.
There shall be sufficient reinforcement to provide level surfaces, resistance
to vibration and rigidity during transportation and installation.
All joints shall be made flush and all edges shall be bent at right angles and
rounded.
All structural members shall be bolted or welded together.
Necessary arrangement shall be
provided for bolting together the
adjacent panels as well as for fastening them to the floor. The opening
required for mounting the equipment shall be punched or cut and filed
smooth.
All doors, removable covers and panels shall be gasketed all around with
synthetic rubber gaskets Neoprene/EPDM generally conforming to provision
of IS 11149. However, XLPE gaskets can also be used for fixing protective
toughened glass doors. Ventilating louvers, if provided shall have screens
and filters. The screens shall be made of either brass or GI wire mesh.
Metal sills in the form of metal channels properly drilled shall be furnished by
the Bidder along with anchor bolts and necessary hardware for mounting the
389
Location :: Lucknow;
All control cables shall be laid in a cable gallery or trench under the control
room/Bay Kiosk/ PRR. Cable entries to the panels shall be from the bottom.
The bottom plates of the panels shall be
fitted with removable gland
plates for fixing the cable glands, the size of which shall suit the
purchaser's external cables to the panels. Cable gland plates shall be
fitted without glands. Cable gland plate fitted in the bottom of the panel shall
be connected to the earthing of panel/station through a flexible braided
copper conductor rigidly. Entry holes in concrete floor shall be provided by
the purchaser.
Necessary foundation drawings showing cables entry
positions and foundation belt locations shall be supplied by the Bidder.
All necessary arrangements shall be made inside the control panel to hold
the cables so that no load comes on terminals due to the weight of hanging
cable. Purchaser's external cable connections will be terminated on the
terminal blocks to be provided by the Bidder.
2.8
Design, material 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.
2.9
The dimensions of the panels shall be as mentioned in Clause-1.1 of this
section.
2.10 Relay panels of modern, modular construction of standard 19" 483 mm)
width in accordance with IEC 297 shall also be acceptable.
3.0
3.1
PAINTING:
I
Prior to painting the Bidder has to ensure that all sheet steel work
shall be pretreated by as per the following seven tank cleaning
procedure.
Immerse the components in the Degreasing solution tank. The
immersion time shall be 20-30 minutes. Rinse the components while
taking out.
Transfer the components to the next water-rinsing tank. Rinse
thoroughly and ensure that the surface is clean without any oil, dirt,
grease contamination.
Immerse the components in Derusting solution tank, the immersion
time shall be 15-20 minutes. The immersion time shall be extended
depends on the extent of rust/scale contaminant. But once rust/scale
removed the components should not be over pickled.
Transfer the components to the next water-rinsing tank (running
water). Rinse thoroughly and the surface should be clean without
any contaminant.
Then immerse the components in the Hot Phosphate solution tank.
The immersion time shall be 4-5minutes.
After Phosphating the components shall be rinsed in water (running)
tank thoroughly.
Immerse the Phosphated and rinsed components (wet condition) in
Passivation tank. The immersion time shall be 30-40 seconds.
390
Location :: Lucknow;
II
3.2
Power coating shall be done with light grey (shade-631) colour. The
inside of the chargers shall be glossy white. Each coat of finishing
synthetic enamel paint shall be properly stoved. The paint thickness
shall not be less than fifty (50) microns.
Note: The Phosphate coating shall be Class-C, as specified in IS: 6005. Welding
shall not be done after Phosphating the Phosphated surfaces shall be rinsed
and passivated prior to application of stoved red oxide primer coating. After
primer application, two coats of power coating with light grey (shade 631 of
IS: 5 shall be applied, unless required otherwise by the owner).
4.0
MOUNTING:
4.1
All equipment on and in panels shall be mounted and completely wired to the
terminals blocks ready for external connection. The equipment on front of panel
shall be mounted flush.
4.2
4.3
The Bidder shall carry out cutout, mounting and wiring of the Purchasers issue
items supplied by others which are to be mounted in his panel in accordance with
the corresponding equipment manufacturer's drawings. Cutouts if any, provided for
future mounting of equipment shall be properly blanked off with blanking plate.
4.4
The Centre lines of switches, push buttons and indicating lamps shall be not less
than 750 mm from the bottom of the panel. The Centre lines of relays, meters and
recorders shall be not less than 450 mm from the bottom of the panel.
4.5
The Centre 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.
391
Location :: Lucknow;
4.6
4.7
All the equipment connections and cabling shall be designed and arranged to
minimise the risk of fire and damage which may be caused by fire.
5.0
5.1
5.2
All wiring shall be carried out with 650V grade, single core, stranded copper
conductor wires with PVC insulation and shall be low smoke flame retardant
grade and vermin and rodent proof, which shall have oxygen index not less than
29 and temperature index not less than 250 deg. C. The minimum size of the
stranded copper conductor used for internal wiring shall be as follows
a)
b)
c)
5.3
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.
5.4
5.5
Wire termination shall be made with solder less crimping type and tinned copper
lugs which firmly grip the conductor and insulation. Insulated sleeves shall be
provided on 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 coloured unlettered ferrule. Numbers 6 and 9 shall not be
included for ferrule purposes. The wire numbers shown in the wiring diagram shall
be as per IS 305.
5.6
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. Arrangements shall permit easy inter-connections
392
Location :: Lucknow;
to adjacent panels at site and wires for this purposes provided by Bidder shall be
looped and bunched properly inside the panel.
5.7
6.0
6.1
6.2
Bidder shall be solely responsible for the completeness and correctness of the
internal wiring and for the proper functioning of the connected equipment.
TERMINAL BLOCKS:
All internal wiring to be connected to the external equipment shall terminate on
terminal blocks, preferably vertically mounted on the side of each panel. Terminal
blocks shall be 650 V grade and have 10 amps continuous rating, moulded piece,
complete with insulated barriers, stud type terminals, washers, nuts and lock nuts.
Terminal block design shall include a white fibre markings strip with clear plastic,
slipon/clipon terminal covers. Markings on the terminal strips shall correspond to
wire number and terminal numbers on the wiring diagrams.
Not more than 2 wires shall be connected to any terminal. Suitable supports shall
be provided for the incoming cables. The terminal blocks shall be arranged to
provide maximum accessibility to all conductor terminations. The terminal blocks
shall be fully enclosed with easily removable covers and made of moulded, non
inflammable plastic material with bases and barriers moulded integrally.
6.3
Terminal blocks for current transformer and voltage transformer secondary leads
shall be provided with test links and isolating facilities. Also current transformer
secondary leads shall be provided with short circuiting and earthing facilities.
6.4
At least 20% spare terminals shall be provided on each panel and these spare
terminals shall be uniformly distributed on all terminal blocks.
6.5
In case of duplex panels separate set of terminal blocks shall be provided with
separate internal cable entries for the front and rear sections. Wiring gutters,
troughs shall be provided at the top for interconnecting wiring between front and
rear section of duplex panels.
6.6
Unless otherwise specified, terminal blocks shall be suitable for connecting the
following conductor's of purchaser's cables:
i)
All circuits expect CT and voltage circuits one 2.5 Sqmm. copper
ii) All CT and PT circuits minimum of two of 2.5 mm sq. copper.
iii) AC/DC power supply circuits one of 6 mm sq. aluminum.
6.7
There shall be a minimum clearance of 250 mm between the first row of terminal
blocks and the associated cable gland plate or panel side wall as per the terminal
block mounting arrangement adopted. Also, the clearance between two rows of
terminal blocks shall be a minimum of 150 mm.
6.8
Arrangement of the terminal block assemblies and the wiring channel within the
enclosure shall be such that a row of terminal blocks is run parallel and in 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 purchaser's external cable connection. An
adjacent terminal block shall also share this field wiring corridor. A steel strip shall
be connected between adjacent terminal block rows at 450 mm intervals for
support of incoming cables. 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 to terminals.
393
Location :: Lucknow;
6.9
7.0
All number and sizes of the purchaser's multicore incoming cable will be furnished
to the Bidder after placement of the order. All necessary cable terminating
accessories such as gland plates, packing glands, crimp type tinned copper lugs
supporting clamps and brackets, wiring troughs and gutters etc.
for
purchaser's cable shall be included in the Bidder's scope of supply
NAME PLATES AND MARKINGS:
7.1
All equipment mounted on front and rear side as well as equipment mounted
inside the panels shall be provided with individual name plates with equipment
designation engraved. Also on the top of each panel on front as well as rear side
large and bold name plates shall be provided for circuit/feeder designation.
These circuit labels shall be larger than the other name plates.
7.2
All front mounted equipment shall also be provided at the rear with individual name
plates engraved with tag numbers corresponding to the one shown in the panel
internal wiring to facilitate easy tracing of the wiring. The name plates shall be
mounted directly by the side of the respective equipment and shall not be hidden by
the equipment wiring.
Name plates shall be made of non-rusting metal or 3 ply lamicoid. Name plates
shall be black with white engraving lettering. The name plate inscription and size of
name plates and letters shall be submitted to the Purchaser for approval.
7.3
7.4
Each instrument and meter shall be prominently marked with the quantity
measured (e.g. kV, A, MW etc.). All relays and other devices shall be clearly
marked with manufacturer's name and type, serial numbers and electrical rating
data.
7.5
Each switch shall bear clear inscription identifying its function e.g. 'BREAKER'
'52A', "SYNCHRONISING" etc. Similar inscription shall also be provided on each
device whose function is not other wise identified. If any switch device does not
bear this inscription separate name plate giving its function shall be provided for it.
Switch shall also have clear
inscription for each position indication e.g.
"Trip-Neutral-Close", "ON-OFF", "R-Y-B-OFF" etc.
7.6
All relays and other devices shall be clearly marked with manufacturer's name,
manufacturer's type, serial number and electrical rating data.
8.0
SUPPORTING STEEL:
All necessary embedded levelling steel, sills, anchor bolts, channels and other
parts for supporting and fastenings the panels and vibration damper shall be
supplied
by the Bidder. Embedded parts with detailed instructions shall be
delivered in time to meet the schedule for insertion in the building structure.
9.0
MISCELLANEOUS ACCESSORIES:
9.1
Plug Point: 240 Volts, Single Phase, 50 Hz AC socket with switch suitable to accept
5 amps and 15 amps pin round standard plug, shall be provided in the interior of
each cubicle with ON-OFF switch for connection of hand lamps.
Interior Lighting : Each panel shall be provided with a energy saving fluorescent
lighting fixture rated for 240 Volts, single phase, 50Hz supply for the interior
illumination of the panel during maintenance. The fittings shall be complete with
9.2
394
Location :: Lucknow;
9.3
9.4
9.5
9.6
10.0
EARTHING:
10.1
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 50 x 6 mm GI flat or equivalent copper unless specified otherwise.
When several panels are mounted adjoining each other, the earth bus shall be
made continuous and necessary connectors and clamps for this purpose shall be
included in the scope of supply of Bidder. Provision shall be made for extending
the earth bus bars to future adjoining panels on either side.
10.2
Provision shall be made on each earth bus bars of the end panels for
connecting Owner's earthing grid. Necessary terminal clamps and connectors
for the purpose shall be included in the scope of supply of Bidder. The size of
Owner's earthing grid connections will be furnished later to the Bidder. The earth
wire or screens should be clearly bonded and earthed at the gland plate. The
earthing scheme shall be got approved.
All metallic cases of relays, instruments and other panel mounted equipment
shall be connected to the earth bus by independent copper wires of size not
less than 2.5 sq.mm. The colour code of earthing wires shall be green. Earthing
wire shall be connected on terminals with suitable clamp connectors and soldering
shall not be permitted.
10.3
395
Location :: Lucknow;
10.4
10.5
10.6
11.0
11.1
11.2
b)
c)
d)
e)
f)
g)
h)
396
Location :: Lucknow;
Location :: Lucknow;
11.4.3
Disturbance recorder shall have minimum 8 analog and 40 digital channels for
each feeder for distance protection.
11.4.4 Acquisition units shall acquire the fault data for the pre fault and post fault period
and transfer them to Evaluation unit automatically to store in the hard disk. The
acquisition units shall be located in the protection panels of the respective feeders.
11.4.5 The acquisition unit shall be suitable for inputs from Current Transformers with 1A
rated secondary Current and Capacitive/Electromagnetic Voltage Transformers
with 63.5V (phase to neutral voltage) rated secondary. Any device required for
processing of input signals in order to make the signals compatible to the
Disturbance recorder equipment shall form an integral part of it. However, such
processing of input signals shall in no way distort it waveform.
11.4.6 The equipment shall be carefully screened, shielded, earthed and protected as
may be required for its safe functioning. Also, the disturbance recorder shall have
stable software, reliable hardware, simplicity of maintenance and immunity from the
effects of the hostile environment of EHV switchyard which are prone to various
interference signals typically from large switching transients.
11.4.7 The Evaluation unit shall consist of a desktop personal computer (including VGA
colour monitor, mouse and key board) and printer. The desktop PC shall have
Pentium-IV processor or better and having a clock speed 2GHz or better. The hard
disk capacity of PC shall not be less than 40 GB and RAM capacity shall not be
less than 256 MB.
11.4.8
Evaluation software shall be provided for the analysis and evaluation of the
recorded data made available in the PC under WINDOWS environment. The
Software features shall include repositioning of analog and digital signals selection
and amplification of time and amplitude scales of each analog and digital channel,
calculation of MAX/MIN frequency, phase difference values, recording of MAX/MIN
values etc. of analog channel, group of signal to be drawn on the same axis etc.
listing and numbering of all analog and digital channels and current, voltage,
frequency and phase difference values at the time of fault/tripping. Also, the
software should be capable of carrying out Fourier/Harmonic analysis of the current
and voltage wave forms. The Disturbance recorder shall have a facility to Transfer
the Analog values during pre fault, during fault and post fault and time taken for
each digital values activated after fault occurred. It shall have a facility to calculate
the fault locator and Transfer the data. The disturbance records shall also be
available in COMTRADE format (IEEE standard Common Format for Transient
data Exchange for Power System).
11.4.9
The Evaluation unit shall be connected to the printer to obtain the graphic form of
disturbances whenever desired by the operator.
11.4.10 Disturbance recorder acquisition units shall be suitable to operate from 220V DC
as available at Sub-Station Evaluation unit along with the printer shall normally be
connected to 230V, single phase AC supply. In case of failure of AC supply,
Evaluation unit and printer shall be switched automatically to the station DC
through Inverter of adequate capacity which shall form a part of Disturbance
recorder system.
11.4.11 The acquisition unit shall have the following features.
a) Facility shall exist to alarm operator in case of any internal faults in the acquisition
units such as power supply fail, processor/memory fail etc and same shall be wired
to annunciation system.
b) The open delta voltage and neutral current shall be derived either through software
or externally by providing necessary auxiliary transformers.
c) The acquisition unit shall be typically used to record the following digital channels:
398
Location :: Lucknow;
In Case of Line
1. HV MAIN CB OPEN
2. HV TIE
TIE CB OPEN
3. 21 MAIN1 RELAY OPERATED
4. 21 MAIN2 RELAY OPERATED
5. 87 BUSBAR RELAY OPERATED
6. MAIN CB A/R OPERATED
7. TIE CB A/R OPERATED
8. PSB OPERATED
9. SOTF OPERATED
10. 27 O/V STG-1 OPERATED
11. 27 O/V STG-2 OPERATED
12. 51 STUB-1/2 OPERATED
13. 87HZ / LZ TEED-1/2 OPERATED
14. MAIN CB LBB OPERATED
15. TIE CB LBB OPERATED
16. DIRECT TRIP CH-1/2 RECEIVEDTRIP
17. 21M1 CARRIER RECEIVE
18. 21M2 CARRIER RECEIVE
19. 86 GR-A/B RELAY OPERATED
20. 67N DEF/TEF RLY OPERATED
21. DF/DT RELAY OPERATED
In Case of Transformer
1. HV MAIN CB OPEN
2. HV TIE
TIE CB OPEN
3. LV 33 kV CB OPEN
4. 87 T1 LZ DIFF RLY OPERATED
5. 87 T2 HZ DIFF RLY OPERATED
6. HV 67 ABCN OPERATED
7. LV 67 ABCN OPERATED
8. 51 O/L RLY OPERATED
9. NDR RLY OPERATED
10. HV 86 GR-A/B RELAY OPTD
11. LV 86 GR-A/B RELAY OPTD
12. OIL TEMP HIGH TRIP
13. WNDG TEMP HV/IV/LV TRIP
14. BUCHHOLZ MAIN/OLTC TRIP
15. PRD 1/ 2 TRIP
16. AT/F NEUTRAL CURRENT TRIP
d)
If offered as inbuilt feature of Line Distance Relays, it should be quoted for both
Main and backup (for 100% redundancy). Similarly for Transformer 87 T1 and 87
T2,
e)
In case the disturbance recorder is in-built part of Bay protection Unit, above digital
channels may be interfaced either externally or internally.
f)
Any digital signal can be programmed to act as trigger for the acquisition unit.
Analog channels should have programmable threshold levels for triggers and
selection for over or under levels should be possible.
399
Location :: Lucknow;
11.4.12 The printer shall be compatible with the desktop PC and shall use Plain paper.
The print out shall contain the Feeder identity, Date and time (in hour, minute and
second up to 100th of a second), identity of trigger source and Graphic form of
analog and digital signals of all the channels. Ten packets of Z-fold paper (500
sheets in each packet) suitable for printer shall be supplied.
11.4.13 Each disturbance recorder shall have its own time generator. The clock of the
time
generator shall be such that the drift is limited to +/- 0.5 seconds/day, if allowed to
run with out synchronisation. Further, Disturbance recorder shall have facility to
synchronise its time generator from Time Synchronisation Equipment having output
of following types.
Voltage signal :
Potential free contact
The recorder shall give annunciation in case of absence of synchronising pulse
within a specified time. In case DR is inbuilt function of Bay Protection units (BPU)
and the SAS is implementing in IEC 61850 Time Synchronization achieved through
SNTP network protocol.
11.4.14 Sub-Stations where Time Synchronisation Equipment is not available, time
generator of any one of the disturbance recorders can be taken as master and
time generators of other disturbance recorders and Event loggers in that station
shall be synchronized to follow the master.
11.4.15 The disturbance recorder shall be capable of being triggered by the following user
specified quantities :
(a) overvoltage and undervoltage
(b) overcurrent
(c) negative sequence voltage
(d) zero sequence voltage
(e) overfrequency or underfrequency
(f) power swing
11.4.16 The transformer relay panel shall have a disturbance recording feature to record
graphic form of instantaneous values of current in all three windings in 6 analogue
channels for lower voltage transformers, during faults and disturbances for the pre
fault and post fault period.The disturbance recorder shall have the facility to record
the following external digital channel signals apart from the digital signals pertaining
to differential relay.
1. 87 T2 protection operated
2. HV breaker status (Main)
3. LV breaker status ((Main)
4. Bucholz /OLTC Bucholz alarm / trip
5. WTI/OTI/PRD alarm/trip of transformer
11.4.17 Necessary hardware and software for down loading the data captured by
disturbance
Recorder to the personal computer available in the substation shall be included in
the scope.
11.5 Fault Locator:
i)
ii)
iii)
iv)
v)
vi)
Location :: Lucknow;
12.0
12.1
12.2
12.3
12.4
401
Location :: Lucknow;
12.5
All protective relays, auxiliary relays and timers except the lock out relays and
interlocking relays specified shall be provided with self-reset type contacts. All
protective relays and timers shall be provided with externally hand reset positive
action operation indicators, provided with inscription, subject to Owner's approval.
All protective relays which do not have built-in-hand reset operation indicators
shall have additional auxiliary relays with operating indicators for this purpose.
Similar separate operating indicator (auxiliary relays) shall also be provided in the
trip circuits of protections located outside the board such as bucholz relays,
temperature protection, fire protection etc.
12.6 Timers shall be of the electromagnetic or solid state type. Pneumatic timers are
not acceptable. Short time delays in terms of milli seconds may be obtained by
using copper slugs on auxiliary relays. In such case it shall be ensured that the
continuous rating of the relay is not affected. Time delay in terms of milli
seconds obtained by the external capacitor resistor combination is not
acceptable.
12.7 No control relay which shall trip the power circuits breaker when the relay is
de-energised shall be employed in the circuits. All relays shall be self reset
type unless otherwise specified.
12.8 Provision shall be made for easy isolation of trip circuits of each relay for the
purpose oftesting and maintenance.
12.9 All relays shall withstand a test voltage of 2.5 KV, 50 Hz, rms voltage for one
second. In case of static relays the Clause 13.12 shall be applicable.
12.10 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. 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.
12.11 All protective relays and alarm relays shall be provided with one extra isolated pair
of contacts wired to terminals exclusively for Owner's use.
12.12 Wherever solid state relays are used the following requirements shall be met
with:
a)
The printed circuit cards shall be of fibreglass type and the contact shall be
gold plated. All connections with the connector pegs shall be through
wire wrapping. All solder joints on the printed circuit boards shall be
encapsulated or covered with varnish.
b)
The components shall be "adequately rated to carry twice the normal
expected loads". The resistors shall be of carbon composition or metal
oxide type and the capacitors shall be plastic film or tantalum type.
Stringent measures including shielding of long internal wiring should be
taken to make relays immune to voltage spikes. The relays must withstand
the requirements of IEC 255-4 appendix-E Class III regarding H.F.
disturbance tests, IEC 255-4 regarding impulse test at 5 KV and fast
transient test as per IEC 801-4. Insulation barriers shall be provided to
ensure that transients present, in CT & VT connections due to extraneous
sources do not cause damage to static circuits.
c)
All relays shall be designed for satisfactory performance under tropical and
humid conditions specified under Volume-II Annexure - C. Special mention
shall be made in the technical deviations schedule of the bid for those
relays, if any, that Bidder proposes to use which differ from specified
requirements.
402
Location :: Lucknow;
d)
e)
f)
g)
h)
i)
j)
k)
l)
All devices required for correct operation of each relay shall be provided by
Bidder without any extra cost.
The Bidder shall ensure that the terminals of the contacts of the relays are
readily brought out for connections as required in the final approved
scheme. The type of relay case size offered shall not create any restrictions
on the availability of the contact terminals for wiring connections. All relay
contacts used for remote annunciation shall be making type i.e. contacts
should close to initiate annunciations.
DC/DC converter shall be provided in the solid state protective relay
wherever necessary in order to provide a stable auxiliary supply for relay
operation. Provision of DC cells in the protective relays as reliable
standby power supply will however not be acceptable.
The solid state relays shall be stable and suitably protected against
transient/induced over voltages and noise signals. The Bidder shall state
clearly in his bid, special requirements, if any, for DC input arrangement
or cabling considered necessary for satisfactory operation of solid state
relays quoted by him.
All equipment shall be of modular construction and the modules as a
subunits shall be of plug in type for easy replacement. Equipment shall use
solid state components and integrated circuits of latest design/techniques.
The design shall permit rapid and positive recognition of defects and
facilitate easy repair. Appropriate indications shall be available to enable
speedy internal fault location. All components shall be readily accessible for
easy disassembly and replacement.
All components shall be clearly and unambiguously marked and
complete wiring shall be column coded and tagged wires only in flat ribbon
cable will be exempt from tagging.
Readily accessible and clearly marked test prints shall be provided at all
important points in the circuit.
Screw clamp terminals shall be provided for interconnection with
relaying equipment. It shall be possible to test the protection channels
with the equipment fully operational without rendering the equipment
ineffective for genuine signals. Safety equipment such as protection
cover and interlocks shall be provided. Ground terminals with isolating
links shall be provided where required.
The Bidder shall include in the bid a list of installations where the
relays quoted have been in satisfactory operation.
12.13
i)
Location :: Lucknow;
ii)
iii)
iv)
13.0
13.1.1 Self reset auxiliary/monitoring voltages relays for specified D.C. Voltage shall be
provided for use in the interlocking schemes for multiplication of contacts, and for
monitoring of control supplied and circuit. Monitoring relays for lockout relay circuit
shall be connected in series with lockout relay coils. The Bidder shall be
responsible to ensure that the monitoring relay ratings are such that they shall
positively pick-up through the breaker coils/lockout relay coils monitored, but
the breakers/lockout relays shall not operate with such a connection.
13.1.2 The supply and circuit monitoring relay shall be connected to initiate an alarm upon
failure of respective supply circuit. They shall preferably have reverse flags, which
drop when the relay is de-energized. Otherwise, an indicating lamp shall be
provided with each monitoring relay for indication of its operation.
13.2
13.3
Location :: Lucknow;
13.5
FLAG REALAYS:
They shall have
a)
Hand reset flag indication
b)
Two elements
c)
Have necessary NO/NC contacts for each element/coil to meet scheme
requirements and other functions like event logger, disturbance recorders
etc.
13.6 DETAILED DESCRIPTION OF PROTECTIONS:
The protection, auxiliary relay and timers that are required to be provided and
included in the list of equipment and the detailed description of each protection and
the associated equipment are described below:
The setting ranges of the equipment offered, if different from the ones specified
shall also be acceptable if they meet the functional requirements. The Bidder
shall quote the protection equipment meeting the following requirements.
The Bidder may also quote any alternative/additional protections or relays
considered necessary by him for providing complete effective and reliable
protection. These equipment
shall
be
quoted
separately
as
an
alternative/addition to the main offer stating the price separately. The
acceptance of this alternative/additional equipment shall lie with the Owner.
14.0 TRANSMISSION LINE PROTECTION:
The Line Protection Relays are required to protect the line and clear the faults on
line within shortest possible time with reliability, selectivity and full sensitivity to all
type of faults on lines. The general concept is to have primary & back up
protection having equal performance requirement specially in respect of time
as provided by Main protection called Main and Backup Protection.
The maximum fault current could be high as 31.5 KA near power station but the
minimum fault current could be as low as 20% of rated current.
The starting & measuring relays characteristics should work satisfactorily under
these extremely varying conditions.
The Protective Relays shall be suitable for use with capacitor voltage transformers
having non-electronic damping and transient response as per IEC. It should be
ensured that there is no additional delay in relay operating time created
intentionally to have stable operation. The power supply unit if provided as an
integral part of relay scheme shall be fully rated with liberal design in capacity.
The DC supply for solid state relay shall be from DC/DC converters and these
shall be amply & fully rated for all operating conditions in service.
Insulation barriers shall be provided to ensure that transients present in CT &
VT connections due to extraneous sources do not cause damage to static circuits.
The circuits must comply with IEC recommendation for impulse withstand values.
Adequate measures shall be taken to ensure that equipment is protected
against voltage spikes occurring in Aux. DC supply.
Disturbance recorder, event recorder , and distance to fault locator relay function as
an integral part of line protection relay and meeting the specification requirements
as per relevant clauses of these equipment shall also be acceptable.
The following protections shall be provided for each of the 132 KV Transmission
Lines.
14. 1 Line protection for 132 KV Lines.
21 Main:
Numerical Distance Protection Scheme (with backup IDMT Earth
Fault Protection)
Backup:
Numerical Directional O/C & E/F Scheme
Suitable for use with permissive under-reach and over reach transfer tripping.
Relay shall have continuous self monitoring & diagnostic feature in both Main &
Backup Distance Protection relays.
405
Location :: Lucknow;
Directional earth fault feature shall be available in both Main and backup protection
relays.
A1)
Numerical protection:
i)
The numerical distance protection shall have all the functional and
operational requirements as given for the distance protection scheme
specified hereinafter.
ii)
The scheme shall have input transformation modules, analogue and
digital filters, processing units A/D and D/A converters, DC supply
modules etc. The sampling rate of analogue inputs, the processing
speed and processing cycle of digital values shall be selected so as
to achieve the operating time specified. Display on demand of
various measured parameters, alarms, clock, relay identification,
settings etc. during normal as well as fault conditions on individual
phase basis shall be provided.
iii)
The offered scheme shall have continuous self monitoring and
cyclical test facilities. The clock of this system shall be synchronised
through time synchronising system wherever it is available.
iv)
The Bidder shall be responsible for complete engineering of the
carrier aided protection scheme, and all the relays, devices etc. shall
be provided.
A2)
Distance Protection Scheme:
i)
be modular in construction.
ii)
have high speed non switched distance relays for three phase
systems to clear all type of line faults within the set reach of the relay.
Have 6 non-switched measuring elements for each zone of
protection (3 for Phase/ Phase faults and 3 for Phase /E faults).
iii)
Have at least 3 starting directional impedance relays for multi-phase
faults and for phase to ground faults.
iv)
The relay equipments shall measure all type of faults without the
need to switch the measuring elements to the faulty phase or
phases. Zone switching to extend the reach of the measuring
elements is not allowed. The reach of each zone shall be
independently & individually adjustable and shall have setting in
steps of 1%. Memory circuits with defined characteristics shall be
provided in all three phases to ensure correct operation during
close-up 3 phase faults and other adverse conditions.
v)
a) Have stepped time distance characteristics and shall have at
least
two directional and one non-directional independently variable
time graded distance protection zones to cover two adjacent line
sections.
b) The reach of the relay for zones 1, 2 & 3, should be able to cover
line lengths as per Clause (iii) above. The relay shall have an
adjustable characteristic angle setting range of 30 deg. to 85 deg.
(or) shall have independent resistance (R) and reactance (X) setting.
c) Accuracy of better than or equal to 5% of set value for reach
measurement in Zone-I and better than or equal to 10% of set value
for Zone II & Zone - III.
d) Accuracy of better than or equal to 5 % of set value for time
measurement of zone-II & zone III.
vi)
Shall ensure that this long coverage is consistent with limitations
imposed by heavy loading and sound phase component of fault
current. If so characterised by system requirements, it shall be
possible to have polygonal/circular characteristics or offset mho
406
Location :: Lucknow;
vii)
viii)
ix)
x)
xi)
xii)
xiii)
xiv)
xv)
xvi)
xvii)
15.0
15.1
Location :: Lucknow;
vi)
Numerical Back up Directional over current and Earth Fault Protection Relay
with high set feature:
I. 67 T HV (P+N)
i)
Shall have three over current and one earth fault element(s) which shall be
either independent or composite unit(s).
ii)
Shall have necessary VT fuse fail relay for alarm purpose.
iii)
3 Nos. Directional O/C relays for HV side and 3 Nos. Directional O/C relays
for IV side shall be provided.
iv)
Directional over current relay shall -be triple pole type
have IDMT characteristic with a definite minimum time of 3 sec. at10 times
setting.
have a variable setting range of 50-200% of rated current with adjustable
time multiplier settings.
have a characteristic angle of 45 deg., with lead feature a directional
controlled, low transient over reach, high set instantaneous unit of
continuously variable setting range500-2000% of rated current. Both the
inverse and high set relays shall be directional.
include hand reset flag indicators or LEDs per phase.
Shall be numerical type.
v)
Directional Earth Fault relay shall -a)
One No. Directional E/F relay for H.V. side & one no. Directional
E/F relay for I.V. side shall be provided.
b)
have IDMT characteristic with a definite minimum time of 3
seconds at 10times setting
c)
have an adjustable setting range of 20-80% of rated current with
adjustable time multiplier settings
d)
have a characteristic angle of 45/60 deg., lag a directional
controlled, low transient over reach, high set instantaneous unit of
continuously variable setting range 200-800% of rated current.
Both the inverse and high set relays shall be directional
e)
include hand reset flag indicators or LEDs.
f)
Shall be numerical type.
408
Location :: Lucknow;
15.3
15.4
16.0
TIME SYNCHRONISATION
i)
The Time synchronisation equipment shall receive the coordinated Universal
Time (UTC) transmitted through Geo Positioning Satellite System (GPS)
and synchronise equipments to the Indian Standard Time in a substation.
ii)
Time synchronisation equipment shall include antenna, all special cables
and processing equipment etc.
iii)
It shall be compatible for synchronisation of Event Loggers, Disturbance
recorders and SCADA at a substation through individual port or through
Ethernet realised through optic fibre bus.
iv)
Equipment shall operate up to the ambient temperature of 50 degree
centigrade and 100% humidity.
v)
The synchronisation equipment shall have 2 micro second accuracy.
Equipment shall give real time corresponding to IST (taking into
consideration all factors like voltage, & temperature variations, propagation
& processing delays etc). including communication time for satellite link to
achieve real time signal.
vi)
Equipment shall meet the requirement of IEC 60255 for storage & operation.
vii)
The equipment shall have a periodic time correction facility of one second
periodicity.
viii)
Time synchronisation equipment shall be suitable to operate from 220V DC
supply available at the sub-station with voltage variation of + 10% and -15%.
ix)
Equipment shall have real time digital display in hour, minute, second (24
hour mode) & have a separate time display unit to be mounted on the top of
control panels having display size of approx. 100 mm height.
x)
The cable connecting Antenna and Time Synchronising unit should be run
through HDPE pipe or GI pipe from the location of Antenna fixing to Time
Synchronising panel with suitable fixtures and no provision to enter rain
water and should not be affected by atmospheric conditions.
xi)
The equipment shall also have real time display in hour, minute, second, mili
seconds. (24 hours mode) and shall have a separate time display unit to be
mounted on the top of control panels having display size of approximately
144 mm height. The equipment shall have periodic time correction facility of
one second periodicity.
409
Location :: Lucknow;
17.0
TESTING INSTRUMENTS:
A list of all instruments and equipments recommended for testing and of the
meters and those required for commissioning of C&R Panels specified other than
those specified in Clause No.21.2 of this Section shall be submitted along with
the Bid. The prices of individual items shall be given. The details of each
equipment and instrument shall also be furnished. This will not be considered for
evaluation. However purchaser reserves the right to order for the items and
quantities at his discretion at the rates quoted in the bid.
18.0
LIST OF EQUIPMENTS:
The detailed Bill of Materials to be provided in the various Control, Relay &
Protection panels is listed in Annexures. The detailed Bill of Materials for
Mandatory spares are also given. The Bidder shall give a complete list of
equipment provided in each panel as called for in Schedule-G, Schedule of Bill of
Materials. Unit price of all equipment as listed in separate Annexure shall also be
furnished along with the bid. The Bidder shall clearly state any additional equipment
found necessary to give a complete and comprehensive offer. He shall however
substantiate his reasons for such additional equipment in his bid proposal.
19.0
20.0
TESTS:
The equipment offered shall be fully type tested as per the relevant standards.
Type testing of the relays shall be carried out based on general guide lines
specified in CIGRE committee 34 report on simulator/Network Analyser /PTL for all
relays offered including disturbance recorder, fault locator and event logger shall
meet fast transmit level-III as per IEC-255-22-4 & IEC-1000.
The control and relay panels shall be completely assembled and subjected to the
various type and routine and acceptance tests as per the relevant standards and
respective equipment sections in the presence of the purchaser's representative if
desired by the purchaser.
The Bidder shall, in his proposal, specifically state the details of testing facilities
available at his own at his principals works.
410
Location :: Lucknow;
21.0
22.0
23.0
Bidder shall carry out H.F. Disturbance test, Impulse test and fast transient
test (as per IEC 801-4) on principal numerical/static relays (of each type).
Bidder shall carry out type tests on all principal relays fault locators,
Disturbance recorder & event logger etc. as per relevant standards
besides others as specified elsewhere in this specification.
3
Bidder shall carry out Burn out test at the variable voltages to prove the
performance of Event logger/Disturbance recorder.
4
Six (6) certified copies of tests reports of the type and routine tests on
the Relay panels as per the relevant standards shall be submitted by
the Bidder along with the Bid.
FIRE PROTECTION:
All equipment connections and cabling should be designed and arranged to
minimise the risk of fire and damage which may be caused by fire.
TROPICALISATION:
Control room will be normally air-cooled/air-conditioned. All equipments shall
however be suitable for installation in a tropical monsoon area having hot,
humid climate and dry and dusty seasons with ambient conditions specified in the
specification. All control wiring, equipment and accessories shall be protected
against fungus growth, condensation, varmin and other harmful effects due to
tropical environment.
TYPE TESTS
24.1 The reports for following type tests shall be submitted by the bidder for the
Protective relays, Fault locator, Disturbance recorder and Event Logger.
a)
Insulation tests as per IEC 60255-5
b)
High frequency disturbance test as per IEC 60255-4 (Appendix -E) Class III (not applicable for electromechanical relays)
c)
Fast transient test as per IEC 1000-4, Level III(not applicable for
electromechanical relays)
d)
Relay characteristics, performance and accuracy test as per IEC
60255
*
Steady state Characteristics and operating time
*
Dynamic Characteristics and operating time for distance
protection relays and current differential protection relays
*
For Disturbance recorder and Event logger only performance
tests are intended under this item.
e)
Tests for thermal and mechanical requirements as per IEC 60255-6
f)
Tests for rated burden as per IEC 60255-6
g)
Contact performance test as per IEC 60255-0-20 (not applicable for
Event logger, Distance to fault locator and Disturbance recorder)
24.2 Steady state & Dynamic characteristics test reports on the distance
protection relays, as type test, shall be based on test programme on
simulator/network analyser/PTL. Alternatively, the files generated using
Electromagnetic transient Programme (EMTP) can also be used for carrying
out the above tests. Single source dynamic tests on transformer differential
relay shall be/ should have been conducted based on general guidelines
specified in CIGRE committee 34 report on Evaluation of characteristics and
performance of Power system protection relays and protective systems.
411
Location :: Lucknow;
24.0
STANDARDS:
The design, manufacture and performance of all the equipment and material
provided under this specification shall generally conform to the latest issues
of the following:Indian
Standard
IS: 3231
Title
International
&
Internationally
Recognized standards
Electrical Relays for Power system IEC-255
Protection
Part 1 to 3, BS:142
Indicating Instruments
BS: 89
BS: 90
BS: 37/IEC-521
IEC: 185
IEC-186
BS: 142
IEC-255 Part-V
& VI, IEC-801-4
Location :: Lucknow;
CBIP
Pub
No.274
CBIP
Pub
No:
296
IEC 60870
IEC 61850
413
Location :: Lucknow;
Check(RSYN,25)
- Monitoring
- Metering
- Tripping Logic(PTRC,94)
- Disturbance Recorder(RDRE)
- Event Recorder (RDRE)
6.
Line Distance protection relay as per IEC 61850 protocol with Quadrilateral
characteristics with following features:
- Power Swing Detection
-Week end infeed
-Broken Conductor check
- Automatic Switch on to fault
- Residual O/C protection
- Two Step Over voltage
Protection
- Fuse fail supervision
- THREE Phase Tripping
- Scheme Communication
- Tripping Logic
- Disturbance Recorder
- Fault Locator
- Event Recorder
-LBB (Breaker failure protection)
7.
Numerical relay type as per IEC 61850 protocol with following functions:
Directional O/C & E/F protection
8.
DC Supply supervision relay
9.
Trip circuit supervision relay
10.
Three phase trip relay with its Supervision relay and Reset push button
11.
Auxiliary flag relays.
12.
Contact multiplication & lock out relay
Panel Accessories
13.
Mounted inside:
1 no. Illumination lamp with ON/OFF switch
1 no. Space heater with switch
1 no. 3 pin 15A socket with ON/OFF switch
1 no. Earth Bus
1 set Terminal Blocks
414
1
1
1
1
Lot
2
1 set
1 Set
1
Location :: Lucknow;
Sl.
No
1.
2.
3.
4.
5.
Item Description
Qty (Set /
No)
Simplex Panel (Powder coated), Panel Dimension : As per design of 1
original Manufacturer
Metering
ABT compliant Trivector meter, polyphase meter, 3 Phase, 4 wire, 3 2
element, suitable for unbalanced loads, Accuracy: 0.2, with KWH
(Import & Export), KVARH (Import & Export), Lead & Lagging VAR
SCADA Compatible and with standard parameter.
Test terminal block
2
Control & Indication
Control Switch for CB Type: Spring Return with LMD, Pistol Grip 1
Handle, 3 Pos, 10Ways
Protection
Numerical Bay Control unit with MIMIC with the following functions:
2(one each
for HV & MV)
- Synchrocheck & Energising
Check(RSYN,25)
- Monitoring
- Metering
- Tripping Logic(PTRC,94)
- Disturbance Recorder(RDRE)
- Event Recorder (RDRE)
6.
Numerical relay relay type as per IEC 61850 protocol with following 1
features:
Two winding differential
- Over load Protection
- Tripping Logic
- Disturbance Recorder
-LBB(Breaker failure protection)
7.
Numerical relay relay type as per IEC 61850 protocol with following
functions:
Directional O/C & E/F protection
Auxiliary relays for bucholtz trip/alarm, winding temp, high trip/ alarm
etc., for HV & LV other annunciation relay
Trip circuit supervision relay
DC supply supervision relay
High Speed trip relays
Panel Accessories
Mounted inside:
1 no. Illumination lamp with ON/OFF switch
1 no. Space heater with switch
1 no. 3 pin 15A socket with ON/OFF switch
1 no. Earth Bus
1 set Terminal Blocks
8.
9.
10.
11.
12.
415
1 set
Lot
Lot
1
3
1
Location :: Lucknow;
Sl.
No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
Item Description
Qty (Set
No)
Simplex Panel (Powder coated), Panel Dimension : As per design of 1
original Manufacturer
Metering:
ABT compliant Trivector meter, polyphase meter, 3 Phase, 4 wire, 3 1
element, suitable for unbalanced loads, Accuracy: 0.2, with KWH
(Import & Export), KVARH (Import & Export), Lead & Lagging VAR
SCADA Compatible and with standard parameter.
Test terminal block
1
Control & Indication
Control Switch for CB Type: Spring Return with LMD, Pistol Grip 1
Handle, 3 Pos, 10Ways
Protection
Numerical Bay Control unit with MIMIC with the following functions:
1
- Synchrocheck & Energising
Check(RSYN,25)
- Monitoring
- Metering
- Tripping Logic(PTRC,94)
- Disturbance Recorder(RDRE)
- Event Recorder (RDRE)
Numerical relay relay type as per IEC 61850 protocol for Non 1
directional O/C & E/F protection with built in breaker failure protection.(
LBB)
Trip circuit supervision relay
2
DC supply supervision relay
1
Trip lock out relays
1
High speed tripping
1Set
Panel Accessories
Mounted inside:
1
1 no. Illumination lamp with ON/OFF switch
1 no. Space heater with switch
1 no. 3 pin 15A socket with ON/OFF switch
1 no. Earth Bus
1 set Terminal Blocks
416
Location :: Lucknow;
Sl.
No
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
Item Description
Qty (Set
No)
Simplex Panel (Powder coated), Panel Dimension : As per design of 1
original Manufacturer
Metering:
ABT compliant Trivector meter, polyphase meter, 3 Phase, 4 wire, 3 1
element, suitable for unbalanced loads, Accuracy: 0.2, with KWH
(Import & Export), KVARH (Import & Export), Lead & Lagging VAR
SCADA Compatible and with standard parameter.
Test terminal block
1
Control & Indication
Control Switch for CB Type: Spring Return with LMD, Pistol Grip 1
Handle, 3 Pos, 10Ways
Protection
Numerical Bay Control unit with MIMIC with the following functions:
1
- Synchrocheck & Energising
Check(RSYN,25)
- Monitoring
- Metering
- Tripping Logic(PTRC,94)
- Disturbance Recorder(RDRE)
- Event Recorder (RDRE)
Numerical relay relay type as per IEC 61850 protocol for Non 1
directional O/C & E/F protection with built in breaker failure protection.(
LBB)
Trip circuit supervision relay
2
DC supply supervision relay
1
Trip lock out relays
1
High speed tripping
1Set
Panel Accessories
Mounted inside:
1
1 no. Illumination lamp with ON/OFF switch
1 no. Space heater with switch
1 no. 3 pin 15A socket with ON/OFF switch
1 no. Earth Bus
1 set Terminal Blocks
417
Location :: Lucknow;
Sl.
No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Item Description
Qty
No)
Simplex Panel (Powder coated), Panel Dimension : As per design of 1
original Manufacturer
Metering:
ABT compliant Trivector meter, polyphase meter, 3 Phase, 4 wire, 3 1
element, suitable for unbalanced loads, Accuracy: 0.2, with KWH
(Import & Export), KVARH (Import & Export), Lead & Lagging VAR
SCADA Compatible and with standard parameter.
Test terminal block
1
Control & Indication
Control Switch for CB Type: Spring Return with LMD, Pistol Grip 1
Handle, 3 Pos, 10Ways
Protection
Numerical Bay Control Unit with MIMIC with the following functions:
1
- Monitoring
- Metering
- Tripping Logic
- Disturbance Recorder
- Event Recorder
418
1set
Lot
2
2
1Set
1
(Set
Location :: Lucknow;
2.
3.
4.
5.
Item Description
Simplex Panel (Powder coated), Panel Dimension : As per design of
original Manufacturer
Metering:
ABT Compliant Trivector meter, polyphase meter, 3 Phase, 4 wire, 3
element, suitable for unbalanced loads, Accuracy: 0.2, with KWH
(Import & Export), KVARH (Import & Export), Lead & Lagging VAR
SCADA Compatible and with standard parameter.
Test terminal block
Control & Indication
Control Switch for CB Type: Spring Return with LMD, Pistol Grip
Handle, 3 Pos, 10Ways
Protection
Numerical Bay Control unit with MIMIC with the following functions:
1
1
- Control
Monitoring
- Metering
- Tripping Logic
- Disturbance Recorder
- Event Recorder
6.
7.
8.
9.
10.
11.
12.
Qty (Set /
No)
1
419
1
1 set
As per
requirement
1 set
1set
2
1
Location :: Lucknow;
Sl No
Item Description
1.
Simplex type panels equipped with the following:
icro SCADA Pro based Control and monitoring system, including system configuration,
database engineering, IEC 61850 communication system. The following
hardware is included:
2 nos. : of HP/Dell/Compaq/Laxsons/equivalent make PC
with Latest Processor, 1GB RAM, 1 x 320 GB HDD, 1x 24x
DVD Combo Drive, OS: Latest for station servers.
Managed IEC 61850 compliant 16/8 port Ethernet switches
1 no. switch for 3 nos. 132 KV bay & 2 no. for all 33 KV
bays interbay bus LAN connected in fault tolerant ring
configuration, including fiber optic cable.
1no DR workstation.
1no. Remote HMI.
1 no. APC/equivalent UPS with 30 mins battery back up
(1x1000VA)
1 no: 80 column Dot Matrix Printer incl. cable
1 no A4 size Black Laser Printer for Graphics & reports
Qty
No.
1 set
Functionality
All Basic Monitoring functions
All Basic Control functions
Advanced monitoring functions:
Measuring reports and trends
Remote parameter setting and reading
Uploading disturbance fault record files
Disturbance record analysis
Communication with RLDC
IEC101/104 protocol.
2.
3.
integrated gateway on
GPS receiver on SNTP protocol including antenna and cable with 1 set
following ports for time synchronization:
RJ45
- 2 nos.
RS232 port - 1 no
FO Cables for connecting IEDs to Switches
420
1set
Location :: Lucknow;
GENERAL
1.1.
The substation automation system shall be offered from a manufacturer who must
have designed, manufactured, tested, installed and commissioned substation
automation system which must be in satisfactory operation on 132 kV system or
higher voltage. KEMA certificate/ equivalent certificate from development center
authorized by UCA working group for having products including all IEDs and
Ethernet switches conforming to IEC 61850 is to be furnished .
1.2.
Location :: Lucknow;
Peripheral equipment like printers, display units, key boards, Mouse etc.
1.3.
It shall enable local station control via a PC by means of human machine interface
(HMI) and control software package, which shall contain an extensive range of
supervisory control and data acquisition (SCADA) functions.
1.4.
It shall include communication gateway, intelligent electronic devices (IED) for bay
control and inter IED communication infrastructure
1.5.
The communication gateway shall facilitate the information flow with remote control
centers. The bay level intelligent electronic devices (IED) for protection and control
shall provide the direct connection to the switchgear without the need of interposing
components and perform control, protection, and monitoring functions.
1.6
1.7
Bay level intelligent electronic devices (IED) for protection and control shall be
provided near each bay. Each IED will be directly connected to the Hot-standby
Server PC of the Station Automation System through a Single Fault Tolerant
Ethernet LAN on fiber optic medium and shall communicate as per the IEC61850
standard. The SAS shall be equipped with Gateway for remote communication as
detailed further in the specification.
1.8
All the numerical IEDs must be fully IEC 61850 compliant and must have the
following features.
2.0
2.1
Location :: Lucknow;
The systems shall be of the state-of-the art suitable based on IEC61850 under
electrical environment present in Extra high voltage substations, follow the latest
engineering practice, ensure long-term compatibility requirements and continuity of
equipment supply and the safety of the operating staff.
The offered SAS shall support remote control and monitoring from Remote Control
centers via gateways.
The system shall be designed such that personnel without any background
knowledge in Microprocessor-based technology are able to operate the system.
The operator interface shall be intuitive such that operating personnel shall be able
to operate the system easily after having received some basic training.
The system shall incorporate the control, monitoring and protection functions
specified, self-monitoring, signaling and testing facilities, measuring as well as
memory functions, event recording and evaluation of disturbance records.
Maintenance, modification or extension of components may not cause a shutdown
of the whole substation automation system. Self-monitoring of components,
modules and communication shall be incorporated to increase the availability and
the reliability of the equipment and minimize maintenance.
Bidder shall offer the Bay level unit (a bay comprises of one circuit breaker
and associated disconnector, earth switches and instrument transformer),
bay mimic along with relay and protection panels housed in air-conditioned
Kiosks/Portable Relay Rooms suitably located in switchyard and Station HMI
in Control Room building for overall optimization in respect of cabling and
control room building.
Ethernet Topology
The Ethernet communication infrastructure to ensure a certain level of quality,
performance and availability at least the following described criterias have to be
fulfilled concerning the Ethernet switches and the topology.
Ethernet Switches
Ethernet switches that fulfill the hardened requirements concerning temperature,
EMC, power supply (110 V DC from the Station Battery) and complying to 61850
part 3 of the specification suitable to be installed in substations shall be provided,
i.e. the same data as common for numerical protection. The use of Ethernet Hubs
is not permitted as they do not provide collision free transmission. The switches
shall support priority tagging and open standards for ring management like fast
scanning tree to ensure that e.g. for later system extension utility has not to rely on
one switch supplier only. External switches are preferred as they have the
advantage that there is no interruption or reconfiguration of the Ethernet ring if one
or several bay devices are taken out of service.
2.2
System architecture
The SAS shall be based on a decentralized architecture and on a concept of bayoriented, distributed intelligence.
Functions shall be decentralized, object-oriented and located as close as possible
to the process.
The main process information of the station shall be stored in distributed
databases. The typical SAS architecture shall be structured in two levels, i.e. in a
station and a bay level.
423
Location :: Lucknow;
At bay level, the IEDs shall provide all bay level functions regarding control,
monitoring and protection, inputs for status indication and outputs for commands.
The IEDs should be directly connected to the switchgear without any need for
additional interposition or transducers. But incase of Circuit Breaker SF6 Gas
Pressure, Operating Mechanism Pressure (i.e. Air/ Pneumatic, Hydraulic and SF6
Pressures), if SF6 CTs are Utilizing the Pressure of SF6 Gas, Transformer /
Reactor Oil/ Winding temperatures, OLTC Tap Position & Operation (not AVR) can
be interfaced with BCU or any Other device interface through Transducers. These
parameters shall appear in Substation Automation System at Local and RCC and
should be monitored regularly.
Each bay control IED shall be independent from each other and its functioning shall
not be affected by any fault occurring in any of the other bay control units of the
station.
The data exchange between the electronic devices on bay and station level shall
take place via the communication infrastructure. This shall be realized using fiber
optic cables, thereby guaranteeing disturbance free communication. The fiber optic
cables shall be run in G.I conduit pipes. Data exchange is to be realized using IEC
61850 protocol with a redundant managed switched Ethernet communication
infrastructure.
The communication shall be made in 1+1 mode, excluding the links between
individual bay IEDs to switch, such that failure of one set of fiber shall not affect the
normal operation of the SAS. However it shall be alarmed in SAS. Each fibre optic
cable shall have four (4) spare fibres.
At station level, the entire station shall be controlled and supervised from the
station HMI. It shall also be possible to control and monitor the bay from the bay
level equipment at all times.
Clear control priorities shall prevent operation of a single switch at the same time
from more than one of the various control levels, i.e. RCC, station HMI, bay level or
apparatus level. The priority shall always be on the lowest enabled control level.
The station level contains the station-oriented functions, which cannot be realised
at bay level, e.g. alarm list or event list related to the entire substation, gateway for
the communication with remote control centers. The GPS time synchronizing signal
(as specified in the section relay & protection) for the synchronization of the entire
system shall be provided.
The SAS shall contain the functional parts as described in para 1.2 above.
2.3
FUNCTIONAL REQUIREMENTS
The high-voltage apparatus within the station shall be operated from different
places:
Remote control centres
Station HMI.
Local Bay controller IED (in the bays)
Operation shall be possible by only one operator at a time.
The operation shall depend on the conditions of other functions, such as
interlocking, synchrocheck, etc. (see description in Bay level control functions).
424
Location :: Lucknow;
2.3.1 Select-before-execute
For security reasons the command is always to be given in two stages: selection of
the object and command for operation under all mode of operation except
emergency operation. Final execution shall take place only when selection and
command are actuated.
2.3.2 Command supervision
Bay/station interlocking and blocking
Software Interlocking is to be provided to ensure that inadvertent incorrect
operation of switchgear causing damage and accidents in case of false operation
does not take place.
In addition to software interlocking hardwired interlocking are to be provided for:
(a) Bus Earth switch Interlocking
(b) Transfer Bus interlocking (if applicable)
It shall be a simple layout, easy to test and simple to handle when upgrading the
station with future bays. For software interlocking the bidder shall describe the
scenario while an IED of another bay is switched off or fails.
A software interlock override function shall be provided which can be enabled to
bypass the interlocking function.
2.3.3 Run Time Command cancellation
Command execution timer (configurable) must be available for each control level
connection. If the control action is not completed within a specified time, the
command should get cancelled.
2.3.4 Self-supervision
Continuous self-supervision function with self-diagnostic feature shall be included.
2.3.5 User configuration
The monitoring, controlling and configuration of all input and output logical signals
and binary inputs and relay outputs for all built-in functions and signals shall be
possible both locally and remotely.
It shall also be possible to interconnect and derive input and output signals, logic
functions, using built-In functions, complex voltage and currents, additional logics
(AND-gates, OR gates and timers). (Multiactivation of these additional functions
should be possible).
The Functional requirement shall be divided into following levels:
3.1.
a.
b.
Location :: Lucknow;
For 132 KV backup protection & bay control function may be combined in one IED
And for 33 KV One IED shall cater for both Bay Control function (BCU) and Bay
Protection function (BPU).
3.1.1. Bay control functions
3.1.1.1. Overview
Functions
Select-before-execute principle
Command supervision:
Double command
Alarm annunciation
Extension possibilities with additional I/O's inside the unit or via fiber optic
communication and process bus
3.1.1.2. Control mode selection
Bay level Operation:
As soon as the operator receives the operation access at bay level the operation is
normally performed via bay control IED. During normal operation bay control unit
allows the safe operation of all switching devices via the bay control IED.
EMERGENCY Operation
It shall be possible to close or open the selected Circuit Breaker with ON or OFF
push buttons even during the outage of bay IED.
REMOTE mode
Control authority in this mode is given to a higher level (Remote Control Centre)
and the installation can be controlled only remotely. Control operation from lower
levels shall not be possible in this operating mode.
3.1.1.3. Synchronism and energizing check
The synchronism and energizing check functions shall be bay-oriented and
distributed to the bay control and/or protection devices. These features are:
Settable voltage, phase angle, and frequency difference.
426
Location :: Lucknow;
Energizing for dead line - live bus, live line - dead bus or dead line dead bus
with no synchro-check function.
Synchronizing between live line and live bus with synchro-check function
Voltage selection
The voltages relevant for the Synchro-check functions are dependent on the station
topology, i.e. on the positions of the circuit breakers and/or the isolators. The
correct voltage for synchronizing and energizing is derived from the auxiliary
switches of the circuit breakers, the isolator, and earthing switch and shall be
selected automatically by the bay control and protection IEDs.
3.1.1.4. Transformer Tap Changer control
Raise and lower operation of OLTC taps of Transformer shall be facilitated through
Bay controller IED.
3.1.2. Bay Protection functions
3.1.2.1. General
The Protection functions are independent of Bay Control function. The Protection
shall be provided by Protection IEDs (numerical relays) and other Protection
devices as per section Relay & Protection.
IEDs, shall be connected to the communication infrastructure for data sharing and
meet the real-time communication requirements for automatic functions. The data
presentation and the configuration of the various IEDs shall be compatible with the
overall system communication and data exchange requirements.
Event and disturbance recording function
Each IED should contain an event recorder capable of storing at least 200 timetagged events. This shall give alarm if 70% memory is full. The disturbance
recorder function shall be as per detailed in section C&R.
3.2.
Location :: Lucknow;
Incase of Circuit Breaker SF6 Gas Pressure, Operating Mechanism Pressure (i.e.
Air/ Pneumatic, Hydraulic and SF6 Pressures), if SF6 CTs are Utilizing the
Pressure of SF6 Gas, Transformer / Reactor Oil/ Winding temperatures, OLTC Tap
Position can be interfaced with BCU or any Other device interface through
Transducers. Max / Min values for the above parameters shall be calculated. These
parameters shall be appear in Substation Automation System at Local and RCC
and can monitor regularly.
The measured values shall be displayed locally on the station HMI and in the
control centre. The abnormal values must be discarded. The analogue values shall
be updated every 2 seconds.
Threshold limit values shall be selectable for alarm indications.
3.2.3. Event and alarm handling
Events and alarms are generated either by the switchgear, by the control IEDs, or
by the station level unit. They shall be recorded in an event list in the station HMI.
Alarms shall be recorded in a separate alarm list and appear on the screen. All, or
a freely selectable group of events and alarms shall also be printed out on an event
printer. The alarms and events shall be time-tagged with a time resolution of 1 ms.
3.2.4. Station HMI
3.2.4.1. Substation HMI Operation:
On the HMI the object has to be selected first. In case of a blocking or interlocking
conditions are not met, the selection shall not be possible and an appropriate alarm
annunciation shall occur. If a selection is valid the position indication will show the
possible direction, and the appropriate control execution button shall be pressed in
order to close or open the corresponding object.
Control operation from other places (e.g. REMOTE) shall not be possible in this
operating mode.
3.2.4.2. Presentation and dialogues
General
The operator station HMI shall be a redundant with hot standby and shall provide
basic functions for supervision and control of the substation. The operator shall give
commands to the switchgear on the screen via mouse clicks or keyboard
commands.
The HMI shall give the operator access to alarms and events displayed on the
screen. Aside from these lists on the screen, there shall be a printout of alarms or
events in an event log.
An acoustic alarm shall indicate abnormalities, and all unacknowledged alarms
shall be accessible from any screen selected by the operator.
The following standard pictures shall be available from the HMI:
Single-line diagram showing the switchgear status, Pressure values (wherever
required) and measured values including OLTC Tap Position, WTI, OTI, Hydran
DGA & Analog set values.
Control dialogues with interlocking and blocking details. This control dialogue
shall tell the operator whether the device operation is permitted or blocked and
Tap changer operation & Select before Execute.
Measurement dialogues, Statistics & Trends
Alarm list, station / bay-oriented
428
Location :: Lucknow;
Warning or blocked
Control blocked
Normal state
3.2.4.4. Process status displays and command procedures
The process status of the substation in terms of actual values of currents, voltages,
frequency, active and reactive powers as well as the positions of circuit breakers,
isolators and transformer tap-changers shall be displayed in the station single-line
diagram.
In addition to above Transformer WTIs, OTI, SF6 gas Pressures of Circuit
breakers , CTs and CB Operating mechanism Pressures shall also be displayed.
In order to ensure a high degree of security against undesired operation, a "selectbefore-execute" command procedure shall be provided. After the "selection" of a
switch, the operator shall be able to recognize the selected device on the screen,
and all other switchgear shall be blocked. As communication between control
centre and device to be controlled is established, the operator shall be prompted to
confirm the control action and only then final execute command shall be accepted.
After the execution of the command the operated switching symbol shall flash
until the switch has reached its new position.
The operator shall be in a position to execute a command only, if the switch is not
blocked and if no interlocking condition is going to be violated. The interlocking
statements shall be checked by the interlocking scheme implemented at bay and
station level.
After command execution the operator shall receive a confirmation that the new
switching position has been reached or an indication that the switching procedure
was unsuccessful with the indication of the reason for non-functioning.
3.2.4.5. System supervision & display
The SAS system shall be comprehensively self-monitored such that faults are
immediately indicated to the operator, possibly before they develop into serious
situations. Such faults are recorded as a faulty status in a system supervision
display. This display shall cover the status of the entire substation including all
switchgear, IEDs, communication infrastructure and remote communication links,
and printers at the station level, etc.
429
Location :: Lucknow;
Loss of communication.
Bay
Device
Alarm class
3.2.4.7. Alarm list
Faults and errors occurring in the substation shall be listed in an alarm list and shall
be immediately transmitted to the control centre. The alarm list shall substitute a
conventional alarm tableau, and shall constitute an evaluation of all station alarms.
It shall contain unacknowledged alarms and persisting faults. The date and time of
occurrence shall be indicated.
The alarm list shall consist of a summary display of the present alarm situation.
Each alarm shall be reported on one line that contains:
A descriptive text
Location :: Lucknow;
After acknowledgement of the alarm, it should appear in a steady (i.e. not flashing)
state and the audible alarm shall stop. The alarm should disappear only if the alarm
condition has physically cleared and the operator has reset the alarm with a reset
command. The state of the alarms shall be shown in the alarm list
(Unacknowledged and persistent, Unacknowledged and cleared, Acknowledged
and persistent).
Filters for selection of a certain type or group of alarms shall be available as for
events.
3.2.4.8. Object picture
When selecting an object such as a circuit breaker or isolator in the single line
diagram, the associated bay picture shall be presented first. In the selected object
picture, all attributes like
Type of blocking
Authority
Errors
etc.,
Shall be displayed.
3.2.4.9. Control dialogues
The operator shall give commands to the system by means of mouse click located
on the single-line diagram. It shall also be possible to use the keyboard for
command activation. Data entry is performed with the keyboard. Dedicated control
dialogues for controlling at least the following devices shall be available:
Display only
System administrator
For maintenance and engineering purposes of the station HMI, the following
authorization levels shall be available:
No engineering allowed
Engineering/configuration allowed
Reports
The reports shall provide time-related follow-ups of measured and calculated
values. The data displayed shall comprise:
431
Location :: Lucknow;
Trend reports:
Week
Month
Year
It shall be possible to select displayed values from the database in the process
display on-line. Scrolling between e.g. days shall be possible. Unsure values shall
be indicated. It shall be possible to select the time period for which the specific data
are kept in the memory.
Following printouts shall be available from the printer and shall be printed on
demand:
i.
Daily voltage and frequency curves depicting time on X-axis and the appropriate
parameters on the Y-axis. The time duration of the curve is 24 hours.
ii. Weekly trend curves for real and derived analogue values.
iii. Printouts of the maximum and minimum values and frequency of occurrence
and duration of maximum and minimum values for each analogue parameter for
each circuit in 24 hr period.
iv. Provision shall be made for logging information about breaker status like
number of operation with date and time indications.
v. Equipment operation details shift wise and during 24 hours.
vi. Printout on adjustable time period as well as on demand for MW, MVAR,
Current, Voltage on each feeder and transformer as well as Tap Positions,
temperatures (WTIs, OTI) and status of pumps and fans for transformers.
vii. Printout on adjustable time period as well as on demand system frequency and
average frequency.
viii. Reports in specified formats which shall be handed over to successful bidder.
3.2.7.
3.2.8.
Location :: Lucknow;
3.2.9.
Disturbance analysis
The PC-based work station shall have necessary software to evaluate all the
required information for proper fault analysis.
Gateway
Location :: Lucknow;
System hardware:
4.1
Redundant Station HMI, HMI View Node, Remote HMI and Disturbance
Recorder Work station(Laptop):
The Bidder shall provide redundant station HMI in hot standby mode.
It shall be capable to perform all functions for entire substation including future
requirements as indicated in the SLD. It shall use industrial grade components.
Processor and RAM shall be selected in such a manner that during normal
operation not more than 30% capacity of processing and memory are used.
Supplier shall demonstrate these features. The RAM, Hard Disk and Bus should
latest and with maximum Values.
The capacity of hard disk shall be selected such that the following requirement
should occupy less than 50% of disk space:
1. Storage of all analogue data (at 15 Minutes interval) and digital data including
alarm, event and trend data for thirty (30) days,
2. Storage of all necessary software,
3. 100GB space for OWNER'S use.
Supplier shall demonstrate that the capacity of hard disk is sufficient to meet the
above requirement.
434
Location :: Lucknow;
435
Location :: Lucknow;
level IEDs and one spare port for connecting station bus. The necessary switches
are provided for yard to communication infrastructure as follows.
One switch shall be provided to connect all IEDs for 2 Bays of 132 kV Switch
yard Kiosk .
One switch shall be provided to connect all IEDs for Bus coupler, Transfer Bus
Coupler, Bus Sectionaliser and Bus bar for 132 kV Switch yard Kiosk
accommodating .
4.2
436
Location :: Lucknow;
4.3
Air-conditioned kiosk
The Air-conditioned Kiosk offered shall house Bay level units, bay mimic, relay and
protection panels etc. for two bays in 132 kV Level and Four bays in 33KV level.
The layout of equipment/panel shall be subject to Owners approval. The Kiosk
shall be provided with fire alarm system with at least two detectors and it shall be
wired to SAS. The air conditioner provided in Kiosk shall be controlled and
monitored from substation automation system. One additional Kiosk for each
voltage level, if required, shall be provided for housing Bus bar Protection panels at
suitable location in switchyard.100 % stand by air conditioners shall be provided in
each kiosk.
4.4
Extendibility in future
Offered substation automation system shall be suitable for extension in future for
additional bays. During such requirement, all the drawings and configurations,
alarm/event list etc. displayed shall be designed in such a manner that its extension
shall be easily performed by the employer. During such event, normal operation of
the existing substation shall be unaffected and system shall not require a
shutdown. The Bidder shall provide all necessary software tools along with source
codes to perform addition of bays in future and complete integration with SAS by
the user. These software tools shall be able to configure IED, add additional
analogue variable, alarm list, event list, modify interlocking logics etc. for additional
bays/equipment which shall be added in future.
5.0
Software structure
The software package shall be structured according to the SAS architecture and
strictly divided in various levels. Necessary firewall shall be provided at suitable
points in software to protect the system. An extension of the station shall be
possible with lowest possible efforts. Maintenance, modification or an extension of
components of any feeder may not force a shut-down of the parts of the system
which are not affected by the system adaptation.
Location :: Lucknow;
TESTS
The substation automation system offered by the bidder shall be subjected to
following tests to establish compliance with IEC 61850 for EHV substation
equipment installed in sheltered area in the outdoor switchyard and specified
ambient conditions:
6.1
Type Tests:
Location :: Lucknow;
c. Insulation Tests:
i. Dielectric Tests
ii. Impulse Voltage withstand Test
d. Influencing Quantities
i. Limits of operation
ii. Permissible ripples
iii. Interruption of input voltage
e. Electromagnetic Compatibility Test:
i. 1 MHZ. burst disturbance test
ii. Electrostatic Discharge Test
iii. Radiated Electromagnetic Field Disturbance Test
iv. Electrical Fast transient Disturbance Test
v. Conducted Disturbances Tests induced by Radio Frequency Field
vi. Magnetic Field Test
vii. Emission (Radio interference level) Test.
viii. Conducted Interference Test
f. Function Tests:
i. Indication
ii. Commands
iii. Measured value Acquisition
iv. Display Indications
g. Environmental tests:
i. Cold Temperature
ii. Dry Heat
iii. Wet heat
iv. Humidity (Damp heat Cycle)
v. Vibration
vi. Bump
vii. Shock
6.2
Location :: Lucknow;
configuration contains at least one unit of each and every type of equipment
incorporated in the delivered system.
If the complete system consists of parts from various suppliers or some parts are
already installed on site, the FAT shall be limited to sub-system tests. In such a
case, the complete system test shall be performed on site together with the site
acceptance test (SAT).
6.3
Integrated Testing;
The integrated system tests shall be performed as detailed in subsequent clauses
as per following configuration:
Redundant Station HMI, DR work station, two switches ( i.e. for two diameter)
along with all IEDs for the Dia and printers.
All other switches for complete sub-station as detailed in section project shall be
simulated as needed.
Field Tests:
The field tests shall completely verify all the features of SAS hardware and
software.
7.0
SYSTEM OPERATION
7.1
Substation Operation
7.1.1
NORMAL OPERATION
Operation of the system by the operator from the remote RCC or at the substation
shall take place via industry standard HMI(Human Machine interface) subsystem
consisting of graphic colour VDU , a standard keyboard and a cursor positioning
device (mouse). The coloured screen shall be divided into 3 fields :
i) Message field with display of present time and date
ii) Display field for single line diagrams
iii) Navigation bar with alarm/condition indication
For display of alarm annunciation, lists of events etc a separate HMI View node.
shall be provided.
All operations shall be performed with mouse and/or a minimum number of function
keys and cursor keys. The function keys shall have different meanings depending
on the operation. The operator shall see the relevant meanings as function tests
440
Location :: Lucknow;
displayed in the command field (i.e. operator prompting). For control actions, the
switchgear (i.e. circuit breaker etc.) requested shall be selectable on the display by
means of the cursor keys. The switching element selected shall then appear on the
background that shall be flashing in a different color. The operator prompting shall
distinguish between:- Prompting of indications e.g. fault indications in the switchgear, and
- Prompting of operational sequences e.g. execution of switching operations
The summary information displayed in the message field shall give a rapid display
of alarm/message of the system in which a fault has occurred and alarm
annunciation lists in which the fault is described more fully.
Each operational sequence shall be divided into single operation steps which are
initiated by means of the function keys/WINDOW command by mouse. Operator
prompting shall be designed in such a manner that only the permissible keys are
available in the command field related to the specific operation step. Only those
switching elements shall be accessed for which control actions are possible. If the
operation step is rejected by the system, the operator prompting shall be supported
by additional comments in the message field. The operation status shall be reset to
the corresponding preceding step in the operation sequence by pressing one of the
function keys. All operations shall be verified. Incorrect operations shall be
indicated by comments in the message field and must not be executed.
The offer shall include a comprehensive description of the system. The above
operation shall also be possible via WINDOWS based system by mouse.
8.0
POWER SUPPLY
Power for the substation automation system shall be derived from substation 110V
DC system.
Inverter of suitable capacity shall be provided for station HMI and its peripheral
devices e.g. printer etc. In the event of Power failure, necessary safeguard software
shall be built for proper shutdown and restart.
9.0
DOCUMENTATION
The following documents shall be submitted for employers approval during detailed
engineering:
(a) System Architecture Drawing
(b) Hardware Specification
(c) Sizing Calculations of various components
(d) Response Time Calculation
(e) Functional Design Document
The following documentation to be provided for the system in the course of the
project shall be consistent, CAD supported, and of similar look / feel. All CAD
drawings to be provide in dxf format and also acrobat format.
List of Drawings
Substation Automation System Architecture
Block Diagram
Guaranteed Technical parameters, Functional Design Specification and
Guaranteed availability and reliability
Calculation for power supply dimensioning
441
Location :: Lucknow;
10.1
Training
Bidder personnel who are experienced instructors and who speak understandable
English shall conduct training. The Bidder shall arrange on its own cost all
hardware training platform required for successful training and understanding in
India. The Bidder shall provide all necessary training material. Each trainee shall
receive individual copies of all technical manuals and all other documents used for
training. These materials shall be sent to Employer at least two months before the
scheduled commencement of the particular training course. Class materials,
including the documents sent before the training courses as well as class handouts,
shall become the property of Employer. Employer reserves the right to copy such
materials, but for in-house training and use only. Hands-on training shall utilize
equipment identical to that being supplied to Employer.
For all training courses, the travel and per-diem expenses will be borne by the
participants. Lodging, boarding, local transport and such other charges for the
engineers sent for such training shall be borne by the bidder. The bid price offered is
deemed to have included this. Training offered shall be free of cost to the owner.
The schedule, location, and detailed contents of each course will be finalized during
Employer and Bidder discussions.
10.2
442
Location :: Lucknow;
10.3
10.4
Location :: Lucknow;
Requirement of training:
The Bidder shall provide training for two batches for two weeks each for following
courses.
S. No. Name of Course
11.0
1
Computer System Hardware
2
Computer System Software
3
Application Software
Maintenance
11.1
Process know-how
444
Location :: Lucknow;
Guarantees Required
The availability for the complete SAS shall be guaranteed by the Bidder. Bidder
shall include in their offer the detailed calculation for the availability. The Bidder
shall demonstrate their availability guaranteed by conducting the availability test on
the total sub-station automation system as a whole after commissioning of total
Sub-station Automation system. The test shall verify the reliability and integrity of all
sub-systems. Under these conditions the test shall establish an overall availability
of 99.98%. After the lapse of 1000 Hours of cumulative test time, test records shall
be examined to determine the conformance with availability criterion. In case of any
outage during the availability test, the Bidder shall rectify the problem and after
rectification, the 1000 Hours period start after such rectification. If test object has
not been met the test shall continue until the specified availability is achieved.
The Bidder has to establish the availability in a maximum period of three months
from the date of commencement of the availability test.
After the satisfactory conclusion of test both Bidder and employer shall mutually
agree to the test results and if these results satisfy the availability criterion, the test
is considered to be completed successfully. After that the system shall be taken
over by the employer and then the guarantee period shall start.
13.0
Spares
13.1
Consumables:
All consumables such as paper, cartridges shall be supplied by the Bidder till the
SAS is taken over by the owner. .
445
Location :: Lucknow;
13.2
Availability of Spares:
In addition to mandatory spares as listed in section project for SAS, the bidder is
required to list the spares, which may be required for ensuring the guaranteed
availability during the guaranteed availability period. The final list of spares shall
form part of scope of supply and accordingly the price thereof shall be quoted by
the bidder and shall be considered in the evaluation of the bids. During the
guaranteed availability period, the spare parts supplied by the Bidder shall be made
available to the Bidder for usage subject to replenishment at the earliest. Thus, at
the end of availability period the inventory of spares with the Employer shall be fully
replenished by the Bidder. However, any additional spares required to meet the
availability of the system (which are not a part of the above spares supplied by the
Bidder) would have to be supplied immediately by the Bidder free of cost to the
Employer.
14.0
LIST OF EQUIPMENTS
Quantity of equipments shall be decided by bidder in order to achieve guaranteed
reliability and availability as declared by bidder.
i)
Station HMI (in Hot-stand by mode) of Latest Configuration and Latest OS
Software with CD & DVD Multilayer Read, write, Rewrite with Possible all
types of formats, Hard disk capacity of 320GB, Key Board, Optical Mouse,
integrated VGA, Integrated LAN, 25 or More TFT Monitor (4:3 Screen).
ii)
Disturbance Recorder Work Station (Maintenance HMI/Laptop)
iii)
List of Printers with / without Printer server
1. Black & white Laser Printer (A4) with MFD 1 No. (Print, Scan, Fax &
Photocopy) (For Reports & Disturbance records),
2. Dot matrix printer Multi sheet paper Model preferably TVS 5 in 1
Printer (For log sheets, regular parameters at 15 min duration, alarms
and sequence of events).
3. Necessary Furniture.
iv)
All interface equipment for 2 Nos gateway to RCC and ALDC/SLDC 2 parts
for RCC 7 2 ports for ALDC/SLDC at each gateway.
v)
Communication infrastructure between Bay level units, Station HMI,
Printers, gateways, redundant LAN etc. as required.(FO Cables) as
required.
vi)
BCUs/RTUs for Sub Station Auxiliaries.
vii)
2 pair of modem for IEC-101 protocol.
viii)
Any other equipment required to monitor and control the parameter of all the
transformer through SCADA..
ix)
All other equipmentsas necessary.
446
Location :: Lucknow;
Appendix-I
Part-III
Multipoint-star
Location :: Lucknow;
64 000 bit/s
Transmission speed (monitor direction) :
Unbalanced interchange
Unbalanced interchange
Balanced interchange
circuit V.24/V.28
circuit V.24/V.28
circuit X.24/X.27
Standard
Recommended if >1 200 bit/s
100 bit/s
2 400 bit/s
2 400 bit/s
200 bit/s
4 800 bit/s
4 800 bit/s
300 bit/s
9 600 bit/s
9 600 bit/s
600 bit/s
19 200 bit/s
1 200 bit/s
38 400 bit/s
(for unbalanced transmission only)
56 000 bit/s
64 000 bit/s
1.4 LINK LAYER (Network-specific parameter)
Frame format FT 1.2, single character 1 and the fixed time out interval are
used exclusively in this companion standard.
Link transmission procedure
Balanced transmission
Unbalanced transmission
Frame length
255 Maximum length L (number of octets)
1.5 APPLICATION LAYER
Transmission mode for application data
Mode 1 (Least significant octet first), as defined in clause 4.10 of IEC 870-5-4, is
used exclusively in this companion standard.
Common address of ASDU
(system-specific parameter)
One octet
Two octets
Information object address
(system-specific parameter)
One octet
Structured
Two octets
Unstructured
Three octets
Cause of transmission
(system-specific parameter)
One octet
448
Location :: Lucknow;
C_IC_NA_1
C_CI_NA_1
C_RD_NA_1
C_CS_NA_1
C_TS_NA_1
C_CD_NA_1
Location :: Lucknow;
File transfer (for downloading of database from RLDC, may not be required)*
(station-specific parameter)
F_FR_NA_1
F_SR_NA_1
F_SC_NA_1
F_LS_NA_1
F_AF_NA_1
F_SG_NA_1
F_DR_TA_1
Global
Group 1
Group 2
Group 3
Group 4
Group 5
Group 6
Group 7
Group 8
Group 9
Group 10
Group 11
Group 12
Group 13
Group 14
Group 15
Group 16
Clock synchronization
(station-specific parameter)
Clock synchronization (optional, if GPS is used for time synch. of the RTU)*
Command transmission (Required only when control command is envisaged)*
(object-specific parameter)
Direct command transmission
Direct set point command transmission
No additional definition
Short pulse duration (duration determined by a system parameter in the outstation)
Long pulse duration (duration determined by a system parameter in the outstation)
Persistent output
450
Location :: Lucknow;
Counter request
Counter freeze without reset
Counter freeze with reset
Counter reset
Threshold value
Smoothing factor
Low limit for transmission of measured value
High limit for transmission of measured value
Parameter activation
(object-specific parameter)
Act/deact of persistent cyclic or periodic transmission of the addressed object
File transfer
(station-specific parameter)
File transfer in monitor direction
File transfer in control direction (For downloading of database from RLDC,
May not
be required)*
ADDITIONAL INFORMATION ON IEC 60870-5-101 FOR WRLDC
451
Location :: Lucknow;
Info Obj.
Address
range
Measured
value
normalized
value
Single
point
informatio
n
3001-4000
Single
status
(Isolators,
Protection
Signals)
ASDU- 2 Single
(for
point
SOE)
informatio
n with time
tag
Digital inputs ASDU 3 Double
Double
point
status (Circuit
informatio
breaker)
n
ASDU-4
Transmitte
d
after
ClassX
request
By periodic Group-3 Class 2
Group scan
By exception Group 2
(spontaneous
)
and on
periodic
Group scan
By exception
(spontaneous
)
Pulse
accumulators
ASDU15
Analog
Outputs
(Setpoint)
ASDU48
Digital
Control
command
(CB
Trip/Close)
Digital
Control
command
(CB
Trip/Close)
ASDU45
Double
point
informatio
n with time
tag
Integrated By periodic Group-1 Class 2
totals
counter
(counter
interrogation interrog
ation)
Set point
command
Normalize
d value
Single
command
ASDU46
Double
command
452
5001-6000
Location :: Lucknow;
The RTU shall respond to the Master stations request for the at least the
following commands as per the protocol:
- Status of Link
- Reset of Link
- Delay acquisition command *
- Clock synchronization command *
- General interrogation command
- Interrogation of Scan group 1 command (all single status digital data)
- Interrogation of Scan group 2 command (all double status digital data analog
data)
- Interrogation of Scan group 3 command (all analog data)
- Class 1/2 data polling
If supervisory control commands are envisaged, then SBO procedure is to be used.
2. Normal data polling is by Scan groups
3. All single digital inputs are assigned to Scan group-1, all double digital inputs are assigned to
Scan group-2 and all Analog values are assigned to Scan group-3
4. Analog values are acquired periodically by using the Scan group-3 polling. This periodicity is
ranging from 10-15 seconds based on the quantity of analogs and the communication channel
bandwidth.
5. Digital input state changes are reported spontaneously by RTU as class 1 data and a
integrity scan is performed for all the digital inputs using Scan group-1 and Scan
group-2 at every 10 minutes interval.
* These features may not be required
Appendix-I
Part-IV Sub-station Automation System
Rev 03
Sub-station Automation System
Rev 03
Sub-station Automation System
Rev 03
Sub-station Automation System
Rev 03
Sub-station Automation System
Rev 03
Sub-station Automation System
Rev 03
Sub-station Automation System
Rev 03
Sub-station Automation System
Rev 03
Appendix-II
Technical Specification - Sub-station Automation System
Rev 03 Page 1 of 1
List of IO Points to be transmitted to RSCC
a) MW and MVAR for all lines , transformers ,reactors and Capacitors
b) Voltage of all buses
c) Frequency of all 400Kv and 765kV Buses
d) Frequency of one 220Kv Bus
e) All Breakers
f) All isolators
g) Tap Position for all transformers
h) Master protection signal for all feeders, transformers Units and Bus Bar
i) Loss of Voltage signal for Bus bar
j) All the points identified in point (e),(h) and (i) above as GPS Time
stamped.
k) Temperature value per substation.
l) Any other point decided during detailed engineering
453
Location :: Lucknow;
TS-9
TECHNICAL SPECIFICATIONS FOR MICROPROCESSOR BASED THREE
PHASE FOUR WIRE 0.2s ACCURACY CLASS STATIC ELECTRONIC ABT
TYPE TRIVECTOR ENERGY METERS
1.0
SCOPE
This specification covers the design, engineering, manufacturing, assembly,
and testing before supply and delivery at site supply, installation, testing at
site and successful commissioning CT and VT operated microprocessor
based 3-phase 4-wire metering system with 0.2s accuracy class energy
meters , associated essential equipments, along with accessories, and
associated Base Computer Software (as detailed in this specification) One
static type composite meter along with one check meter shall be installed for
each circuit, as a self-contained device for measurement of power
transmittals, as described herein, in each successive 15 minute block, and
certain other functions, detailed in the following paragraphs.
All meters shall be capable for implementing the Availability Based Tariff
(ABT) on user configurable data.
The metering system shall be capable for transferring all the required
metering data of each sub station to remote computers on line and on real
time basis, (supply of computers is not under the scope of this specification)
to a central location, as per requirements of Meter Polling Software enclosed
herein.
The metering system shall include a MODEM also for transferring all the
relevant metering data of each sub station to remote computers. (Supply of
computers is not under the scope of this specification and shall be arranged
by the purchaser) via GPRS/Optical fibre, using standard protocols.
1.1
The material shall, however, conform in all respects to the best industry
standards of engineering, design and workmanship and shall be capable of
performing for continuous commercial operation in a manner acceptable to
the purchaser, who will interpret the meanings of drawings and specification
and shall have the power to reject any work or material which in his judgment
is not in accordance therewith. The offered equipment shall be complete in all
respects including all components, accessories and devices for effective and
trouble free operation according to the specifications. Such components,
devices, software, time correction utility etc., shall be deemed to be within the
scope of contractors supply irrespective of whether they are specifically
brought out in the scope of supplies, or not.
If desired, the supplier may be required to coordinate with the prospective
SCADA vendor to ensure that the supplied meters are successfully
integrated with the purchasers communication system.
2.0
APPLICABLE STANDARDS
2.1
Location :: Lucknow;
IEC: 687-1992
- Alternating Current Static watt-hour meters for
measurement of active energy, class 0.2.
CBIP Technical Report No. 88 (read with latest amendments issued)
specifications for AC Static Electricity Energy Meters.
IEC:1268 (1995) Alternating Current Static VAr hour meters for reactive
energy.
IS:14697 (1999) AC static transformer operated Watt-hour and VAR-hour
meters for class 0.2s and 0.5s.
IS:15959:2011 Indian standard for Data exchange for Electricity Meter
Reading, Tariff and Load control- Companion specification.
Degree of Protection IS :12063
Climatic Proofing of Electrical Equipment IS: 3202.
Color for ready mixed paints IS:5 (For Metering Cubicles)
3.0
SERVICE CONDITIONS
The meters to be supplied against this specification shall be required to
operate satisfactorily, accurately and continuously under the following tropical
conditions of hot, humid , dusty, rust and fungus prone environment .
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
x.
4.0
Location
At 400/220/132kV
Sub
Stations
in
Pradesh
Max. ambient air temperature ( C )
Min. ambient air temperature ( C )
Average daily ambient air temp. ( C )
Max. Relative Humidity (% )
Max. Altitude above mean sea level (m)
Average Annual Rainfall (mm)
Max. wind pressure ( Kg / Sq.m)
Isoceraunic level ( days per year)
Seismic level (Horizontal Accn.)
Uttar
50
2
32
74
1000
1200
195
50
0.3 g
PRINCIPAL PARAMETERS
The energy meters shall be indoor/outdoor type connected with the
secondary side of out door current and voltage transformers.
Sl.No.
i.
ii.
iii.
iv.
v.
Item
Type of Installation
CT secondary
VT secondary
System frequency
Earthing System
Specification
Indoor
1A
110 V/ 3 Volts
50HZ + 5%
Solidly Grounded
455
Location :: Lucknow;
5.0
TECHNICAL REQUIREMENTS
5.1
The meters shall be suitable for being connected directly through its terminal
block to voltage transformers (VTs) having a rated secondary line- to- line
voltage of 110 V, and to current transformers (CTs) having a rated secondary
current of 1A. Any further transformers/transducers required for their
functioning shall be in-built in the meters. Necessary isolation and/or
suppression shall also be built-in, for protecting the meters from surges and
voltage spikes that occur in the VT and CT circuits in extra high voltage
switchyards.
5.2
The active energy (Wh) measurement shall be carried out on 3 phase, 4 wire
principle with an accuracy as per class 0.2 of IEC 687 1992-06 (Second
edition). The energy shall be computed directly in CT and VT secondary
quantities, and indicated in watt-hours. The meters shall compute the active
energy and load import (W & Wh), active energy and load export (W & Wh)
from the substation bus bars during each successive 15 minute block, and
store it in its memory. It shall also display on demand the 15 - minute energy
(Wh) (Import and Export Shall be displayed in separate registers, or with a +/sign) for the previous 15-minute block. Additionally, the meter shall also
display cumulative active energy import (Wh) and active energy export (Wh)
using same option.
Meters shall be suitable for working under balanced / unbalanced loads at full
power factor range i.e. Zero lag-Unity-Zero lead. The display shall preferably
indicate direct values without having to apply any multiplying factor.
The meters shall also be able to work correctly on railway traction feeders,
which has a provision of only two phases. No. of meters, to be allotted for
railway traction feeders, shall be intimated at a time of allotment.
5.3
The meter shall continuously compute the average of the RMS values
(fundamental only) of the three line-to-neutral VT secondary voltage as a
percentage of 63.51 V, and display the same on demand.
5.4
The meter shall also compute the reactive power (VAR) on 3-phase, 4-wire
principle, with an accuracy as specified in clause 5.6, and integrate the
reactive energy (VARh) algebraically into two separate registers, one for the
period for which the average RMS voltage is 103% or higher, and the other
for the period for which the average RMS voltage is below 97.0%. The
current reactive power (VAR), with a minus sign if negative, and cumulative
reactive energy (VARh) readings of the two registers shall be displayed on
demand. The readings of the two registers at each midnight shall also be
stored in the meters memory.
The reactive power and reactive energy transmittals shall be computed in
VAR/VARh directly calculated in CT and VT secondary quantities. Lagging &
Leading reactive power flow on both export and import events shall either be
recorded through a +/- sign or on separate registers.
456
Location :: Lucknow;
5.5
The meters shall fully comply with all stipulations in IEC Publication 687
1992-06 (Second Edition) for 0.2s class Static watt-hour meters, except those
specifically modified by this specification. The reference ambient temperature
shall be 27+/-02 C.
5.6
Errors shall comply with CBIP recommendations for all power factor angles
from 0 to 360 degrees. For reactive power (VAR) and reactive energy (VARh)
measurement limits of errors for both active as well as reactive energy in all
the four quadrants shall be in accordance to IEC 687, as detailed herein
separately.
5.7
The meter display shall be of dot matrix format Alfa numeric LCD (with backlit) or LED type. Suitable, protected and sealable enclosure shall be provided
for conveniently accessing all the metering data using soft keypad/push
buttons.
5.8
5.9
The meters shall normally operate with the power drawn through the VT
supply. The total burden imposed by a meter for measurement or operation
shall not exceed 10 VA on any of the phases. An automatic backup for
continued operation of the meters calendar& clock, and for retaining all data
stored in its memory, shall be provided through a long life battery, which shall
be capable of supplying the required power for at least two years. The meters
shall be supplied duly fitted with the batteries, which shall not require to be
changed for at least ten years, as long as total VT supply interruption does
not exceed two years. All the metering data shall be stored in non-volatile
memory, which shall not be affected in the event of battery failure.
5.10
5.11
The meters shall be of self powered type and back up shall be provided
through internal recharge - able battery which allows data downloading/data
communication to a remote terminal through optical port/remote
communication port in the event of supply failure.
Each meter shall have a built in calendar and clock, having an accuracy of +/02 minutes per year or better. The calendar and clock shall be correctly set at
the manufacturers works. The date (day-month-year) and time (hour-minsec) shall be displayed on the meter front on demand. Only limited clock
adjustment by authorized users, after password authentication shall be
possible at site, using the MRI or remotely using time synchronization signal
through remote network. All clock corrections shall be registered in the
meters memory and suitably shown on print out of collected data.
Each meter shall have a unique identification code, which shall be marked
permanently on its front, as well as in its memory. All meters supplied to
UPPTCL as per this specification shall have their identification code starting
with UP, which shall not be used for any other supplies. UP shall be
followed by a dash and a four digit running serial number, further followed by
a dash and A. (A being adopted to indicate 1Amp CT secondary).
457
Location :: Lucknow;
5.12
Each of the metering system shall measure and display the following
quantities/parameters as required:
a)
Processors identification code and model: UP1234A.
b)
LED/LCD segment check
c)
Real Time
d)
Date dd-mm-yy
e)
Cumulative active energy import (kWh)
f)
Last 15 minutes block average of the active power / load import.
g)
Cumulative active energy export (kWh).
h)
Last 15 minutes block average of the active power / load export.
i)
Cumulative Reactive energy for the voltage high condition. (ie. Net
kVarh when RMS voltage >103%Vn.
j)
Cumulative Reactive energy for voltage low condition. (ie. Net kVarh
when RMS voltage <97%Vn.
k)
Instantaneous three phase average power factor with
sign/display/legend for lag/lead.
l)
Instantaneous Phase Voltage.
i) R Phase
ii) Y Phase
iii) B Phase
m)
n)
o)
Instantaneous Frequency.
Phase Sequence of voltages (alternatively, this may be provided at
MRI/BCS end.
Instantaneous Active Load in Watt (kW).
Instantaneous Reactive Load in kVar.
p)
q)
5.13
Other display on selection through key pada) Cumulative active energy import reading (kWh) of predefined date & time
for monthly billing purpose.
b) Cumulative active energy export reading (kWh) of predefined date & time
for monthly billing purpose.
5.14
Each meter shall have a non-volatile memory in which the following shall be
automatically stored in each successive 15 minutes block:
1.
Active Energy Import
2.
Active Energy Export
3.
Average frequency
4.
Average load (kW)
5.
Average system voltage
6.
Reactive Energy lag (when Active Energy Import).
7.
Reactive Energy lead (when Active Energy Import).
8.
Reactive Energy lag (when Active Energy Export).
9.
Reactive Energy lead (when Active Energy Export).
10.
Power off time.
15-minute average of the above parameters shall be available for last
at least 35 days. The load survey data should be available in the form of bar
charts as well as in spreadsheets. The BCS shall have the facility to give
complete time synchronized load survey data both in numeric and graphic
form.
458
Location :: Lucknow;
The offered metering system shall store the midnight values of the
following electrical parameters:
1.
Active energy import in 6 digits.
2.
Active energy export in 6 digits.
5.15
BILLING PARAMETERS
The metering system shall store following parameters corresponding to
defined bill dates1.
Active energy import,
2.
Active energy export,
3.
Reactive high energy register
4.
Reactive low energy register
5.
Maximum Demand (Import and Export).
The meters shall store all the above listed data in their memories for a period
of minimum thirty five (35) days.
5.16
Each meter shall have an optical port on its front for tapping all data stored in
its memory. Portable or hand held Common Meter Reading Instruments
(CMRI) shall be used for this purpose to serve as the interface between the
meters specified above and the local personal computers (PC). The overall
intention is to transmit the desired data on line in real time and also tap the
data stored in the meters memories once a week/month, and dump the same
via CMRI to a PC running the BCS software, via an independent
communication bus architecture. It shall also be possible to obtain a print out
(hard copy) of all data collected from the meters, using the local PC.
The whole system shall be such as to provide a print out (both from
the local PC, and from remote central computer) in a user defined format to
be informed later on. The BCS software shall be programmed to get
customized outputs.
Each meter shall also have a visual test output device having either a
single switch able output device or two separate output devices for checking
the accuracy of active energy (Wh) as well as reactive energy (Varh).
Suitable pulsing rate shall be adopted for wh and varh measurements.
5.17
The meters shall safely withstand the usual fluctuations arising during faults
etc. In particular, VT secondary voltage 115% of rated voltage applied
continuously and 190% of rated voltage applied for 3.0 seconds, and CT
secondary current 150% of rated current applied continuously and 30 times
of rated applied for 0.5 seconds shall not cause any damage to or maloperation of the meters. The immunity to external magnetic field shall be
strictly as per latest CBIP recommendations.
5.18
In addition to optical port & RS-232 port for data communication, the ABT
meter should also have RS-485(in & out) port. Also all the communication
ports should work & communicate simultaneously.
5.19
The meters shall also withstand without any damage or mal operation,
reasonable mechanical shocks, earthquake forces, ambient temperature
variations, relative humidity etc. They shall have not less than an IP-51
category of construction, and shall be capable of satisfactory operation in an
indoor/outdoor, non-air-conditioned installation.
459
Location :: Lucknow;
5.20
5.21
The harmonics shall be filtered out while measuring Wh, VAR and VARh, and
only fundamental qualities shall be measured/computed.
5.23
5.24
6.0
a)
b)
Location :: Lucknow;
7.0
8.0
8.1
8.2
8.3
All meters within one cubicle shall be connected to a common data highway
through a standard RS232 link. A suitable AC powered MODEM to
communicate via GPRS/Optical fibre at a minimum speed of 512 kbps should
be provided for data exchange with purchasers remote computer, via an
arrangement using separate MODEM for main meters and check meters.
8.4 The MODEM and the power supplies as described shall be suitably partitioned
from the main & check meters.
461
Location :: Lucknow;
8.5
8.6
A total of eight nos. Test Terminal blocks (TTB), one for each meter, are to
be provided in each metering cubicle. The TTB are to be provided with
sealable top covers screws and these are to be mounted inside the metering
cubicle in such a way that they are accessible only when the door of the
metering cubicle is in open condition. The cables coming from the outdoor
CTs/PTs for each of the eight nos. meters are to be connected to the
Terminal blocks, suitable nos. of which are to be provided inside the metering
cubicle. Necessary wiring is to be provided between the Terminal blocks and
each of the TTBs and between the TTBs & location where each meter is to
be housed inside the metering cubicle.
The front side of the meter shall be clearly accessible for accessing the data
directly or through the MRI.
8.7
8.8
The bidder has to provide the detailed drawings of the metering cubicle,
alongwith its all accessories.
8.9
8.10
The metering cubicle of the ABT metering system shall be its integral part
and the bidders are intimated that the price evaluation shall be carried out
after including the prices of the ABT meters and the metering cubicle. The
successful bidder shall have to supply the ABT meters alongwith the
metering cubicle.
9.0
SEALING ARRANGEMENT
Each meter, shall be able to be sealed individually, including the optical
communication port.
Suitable arrangement shall be provided for frequent access to meter
readings only, without requiring to fiddle the meter seals and that of the
metering cubicle.
10.0
462
Location :: Lucknow;
vi)
vii)
viii)
ix)
x)
xi)
xii)
463
Location :: Lucknow;
Location :: Lucknow;
Primarily, the meter data includes, but not limited to, following:
a)
22.1.1
465
Location :: Lucknow;
Type Tests
Acceptance
Routine
Sub
Clause
Yes
Yes
Yes
Yes
5.4.6
5.4.6.2
5.6.3
5.6.4
Yes
Yes
Yes
Yes
-
Yes
Yes
Yes
Yes
Yes
-
Yes
-
5.4
5.4.1
5.4.2
5.4.4
5.4.5
5.5
5.5.5
5.5.4
-
5.5.3
Yes
Yes
-
466
5.6
5.6.8
5.6.6
5.6.5
5.6.4
5.6.9
5.6.3
5.6.2
6.6.2
(
Refer
Note)*
5.3
5.3.1
5.3.2
5.2
5.2.3
5.2.2
5.2.1
5.2.5
5.2.4
Location :: Lucknow;
Notes:
1.
For type testing all the above tests are to be carried out except test 2.8 for
which refer note 2.
2.
*However, test 2.8 is valid only for meters having additional features as per
clause 6.6 (Of CBIP Recommendations), which, in this case, is not applicable
11.1
If desired by the purchaser, one (1) out of the ordered quantity of meters may
be subjected to the complete range of type tests as per CBIP
recommendations and IEC-687 1992-06(Second Edition), after final
assembly. In case of any failure to pass all specified tests, the contractor
shall arrange to carry out the requisite modifications/replacements in the
entire lot of meters at his own cost. After any such modifications and final
assembly, two (2) meters selected out of the lot by the owners
representative shall be subjected to the full range of type tests. The
manufacturer shall further commence manufacturing only after these are
successfully tested.
11.2
Shock Test
ii)
Vibration Test
iii)
iv)
(v)
ii)
iii)
467
Location :: Lucknow;
TS-10(A)
TECHNICAL SPECIFICATION FOR TUBULAR TYPE LEAD-ACID
STATIONARY BATTERIES IN TRANSPARENT SAN CONTAINER.
1.00.0 SCOPE
1.00.01 This specification covers design, manufacture, assembly of
components, testing at manufacturers works, packing, supply and
delivery to site, Tubular type lead-acid stationary batteries in
Transparent SAN container and associated accessories for
indoor installation.
1.00.02 Supervision of erection and commissioning of the battery bank shall
have to be
undertaken.
2.00.0 APPLICABLE STANDARDS (LATEST REVISION)
IS-1885 :
Electrical vocabulary, secondary cells and batteries
IS-1069 :
Water for storage batteries
IS-266 :
Sulphuric acid for storage batteries
IS-8320 :
General requirements for methods of tests for leadacid Storage batteries.
IS-1146 :
Specification for rubber and plastics container for
lead acid storage
batteries
IS-6071 :
Synthetic separator for lead acid batteries
IEEE-485 :
IEEE Recommended practice for sizing of large lead
acid Storage
batteries for generating stations and
substations.
IEEE-484 :
Recommended practice for design and installation
of Storage batteries.
IEC896-1 :
Stationary Lead-acid Batteries
DIN40736:
Stationery cells with positive Tubular plates in
transparent plastic
containers.
3.00.0 DESIGN AND CONSTRUCTIONAL FEATURES OF BATTERY
3.01.01 Type
The battery shall be lead acid Tubular type in Transparent SAN
container (OpzS). Sealed Maintenance Free VRLA type/ Nickel
Cadmium type batteries are not acceptable. The batteries should
preferably be of 2 volts units for 300 AH capacity for compactness
and lower foot-print.
3.01.02 Positive Plates :
The plates shall be of first class material and workmanship and shall
be free from blowholes, cracks and other imperfections. The tubular
positive plates shall consist of a suitable bar with spines cast of
suitably alloyed lead to give adequate mechanical strength
and minimum electrical resistance.
The tubular spines shall be cast of an alloy of Pb and
Antimony with Antimony content not greater than 3% by weight. The
casting shall be done using proper controlled procedure preferably
sing high pressure casting machine with an operating pressure not
less than 90- 100 Bars. Low antimony alloy (not greater than 3%)
468
Location :: Lucknow;
469
Location :: Lucknow;
470
Location :: Lucknow;
3.01.13 Tests:
3.01.13.01 Test for Capacity:
The cell shall be tested for its rated capacity output. The
fundamental requirement shall be a discharge for 10 hours whilst
discharge at other rates, as decided mutually between the
manufacturer and purchaser, may also be performed. A fully
charged cell shall be allowed to stand idle for a period of 12- 24
hours before performing this test. The cell shall be discharged at a
constant current of I10 = C/10 where C is the rated 10 hour discharge
capacity of the subject cell till the voltage of the cell reaches 1.80
volts per cell. In case of more than one cell being tested at a time (in
most of the cases), the discharge to be discontinued at a time when
the voltage of the group has reached 1.80 x n volts where n is the
number of cells in the group.The capacity of the cell thus
established shall have to be corrected for temperature variation
during the test if the temperature is different from 27 deg. C. The
temperature correction shall be as per the relevant IS for the type of
the cell in question. The capacity output, at the first discharge,
corrected to 27C shall not be less than 85% of the rated capacity of
the cell. The cell shall reach 100% of its rated capacity within 5
charge-discharge cycles.
3.01.13.02 Test for Charging Efficiency:
Since the cells are expected to operate at various state of charge
(SOC), the charging efficiencies at various depth of discharge needs
to be measured and standardized for this application. Typically,
charge efficiencies at 80%, and 10% SOCs are to be notified.
Charge Efficiency at 80% SOC :
A fully charged cell shall be discharged at a constant current of I10
for 2 hours. The voltage at the end of 2 hours (V1) to be very
meticulously noted. The cell, then, shall be charged at a constant
current of I10 for 2 hours and after a rest period of 2-4 hours shall
again be discharged at a constant current of I10. The time taken to
reach the voltage V1 is to be noted during this discharge. The ratio of
these two times would be designated as the charge efficiency of the
cell. The time of discharge shall change to 9 hours for 90% SOC.
The rest procedure being similar to the one explained. The cell
appropriate for this application should have the following charging
efficiencies:
80% SOC
80%
10% SOC
90%
3.01.13.03 Retention of Charge
The charge retention of a cell is the capability of the cell to retain its
capacity during the period of no charge, i.e. when not connected to
the system, during transportation or storage. A fully charged cell
shall be discharged for capacity appreciation and recharged to full
state of charge. The capacity output shall be noted as C1. After
recharge the cell shall lie in open circuit condition for a period of 28
days. During this period, the temperature of the cell shall be kept
close to 27 deg. C as much as practically possible. After completion
of 28 days of idle standing, a second capacity discharge is to be
performed. The capacity, corrected to 27 deg. C thus obtained,
shall not be lower than 95% of the earlier actual capacity C1.
471
Location :: Lucknow;
Battery Racks :
The battery racks shall be constructed from good quality wood or of
high strength good quality mild steel sections. These battery racks
shall be painted by the bidder with two coats of acid/ alkali resistant
paint of approved make. When steel stands are used, they should
either be epoxy painted or epoxy powder coated with acid resistant
grade of pigment as per approved coating process to provide a nonpeelable protective coat. Theracks shall be of single tier/ two tier
construction depending on the final layout based on space
availability.
3.01.15 Marking :
Each cell shall be marked to meet the requirements of relevant
Indian standards. In addition, each cell shall be legibly numbered
serially to identify the cell during manufacture, testing, installation
and operation of battery to identify after having assembled into
battery bank in battery racks.
Following marking however, shall be provided
a) Manufacturers type and trade name
b) Electrolyte level (min & max)
c) Type of container and standard AH capacity as per IS
d) Polarity marking as per relevant IS
A set of loose stickers shall be provided to mark the cells
position in the assembled battery bank at site so that a cell removed for
maintenance can be put back in original
472
Location :: Lucknow;
Appendix-II(A)
LIST OF ACCESSORIES TO BE SUPPLIED WITH EACH SET
Sl. No
Description of Item
Quantity
1.
1 Set
As Required
-do-do-
Rubber Apron
Rubber Gloves
Knee height Rubber Boots
Cell Lifting Straps
Vent Plugs
Float Plugs
2 Nos.
4 Sets
2 Pairs
1 No.
55 nos.
-do-
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
473
55 nos.
1 No.
1 No.
1 No.
1 No.
1 No.
2 Nos.
2 Nos.
1 No.
3 Nos.
Location :: Lucknow;
TS-10(B)
TECHNICAL
SPECIFICATIONS FOR 110/30A BATTERY
CHARGERS AND 110V/ 30A DC DISTRIBUTION BOARDS
1.0
1.1
1.2
TECHNICAL REQUIREMENTS
1.2.1
Annunciation
Following state of battery when the charger is in the must be suitably
displayed as follows:
i.
ii.
iii.
474
Location :: Lucknow;
iv.
v.
vi.
vii.
1.2.2
1.2.3
The output of boost charger shall be manual, step less type with charge
current of 30A (max. limit 40 A) plus station load or 20 A. The output
current shall remain constant ( 30A 1%) on varying station load conditions
and supply input variations as per 1.3.2 above. The batteries shall
automatically be placed on trickle mode upon full charge. During this
change over, station D.C. load on charger shall not be interrupted. One N/o
and one N/C contact ( potential free rated not more than 5A shall be
provided for remote annunciation. ( Not in the scope of supplier). Additional
switch and socket shall be provided for emergency D.C. light inside the
control room.
1.2.4
The internal wiring of charger shall be carried out with PVC insulated multi
strand flexible copper cable or suitable size of 650V grade. Both ends of
wiring shall have the numbered plastic ferrules for identification. The
cubicle wiring shall be suitably branched and neatly tied up.
The cubicle should be equipped with necessary links and HRC fuses of
approved make as per annexure-II which shall be mounted on sheet steel
brackets. Each fuse shall be identified with a suitable engraved label as per item
2.2 above.
1.2.5
The dimension of the charger cubical should preferably match with the D.C.
distribution boards.
The inside surface of charger shall be painted with white synthetic paint
after properly treating the same with suitable anti rusting treatment, The
outer surface of charger shall be light gray as per shade no. 631 of ISS.
Only powder coating paint will be accepted.
PROTECTIONS
Following minimum protections will be provided.
i.
Out put overload protection both in float and boost mode.
ii.
Output over voltage protection.
iii.
Input/Output under voltage protection ( 93 V D.C. for output )
iv.
Phase failure protection ( single phase prevention).
v.
Output earth fault protection .
vi.
Trickle charging system failure. The battery if under full charge
should be prevented from connecting with the boost charger in case
of failure of trickle charging circuit.
475
Location :: Lucknow;
Sufficient louvers shall be provided on the top side of the battery charger
panel and on the back door of the panel. No louvers shall be provided on
sides of battery charger. Fine steel wire mesh of 16 SWG which can not be
locked by the dust shall also be provided under the louvers so that any
undesirable element/insects may not enter into the charger through louvers.
1.2.7
b)
Height & width shall be so kept that all the components of the
charger which has to be mounted on the sides of the charger
panels, may be accommodated suitably & nicely so that no problem
arises during maintenance and removal/replacement. However,
height & width shall not be in any case less than 1500 mm
respectively .
1.2.8
Any scratch in the paint even during transit shall be attended at site.
therefore, packing should be made in such a way that panel may reach the
destination without scratches/ damages in the paint.
1.2.9
1.2.10
All internal wiring of the charging unit shall be carried out with PVC
insulated Multistoried/ single strand cable of 650 V grade. Both ends of
each wire shall be, marked with good quality ferrules. All wires should be
suitably bunched and clamped on suitable metallic support to give straight
line /90 turning appearance.
1.3
Fuse
Each semi-conductor and thyristor shell be supervised by separate fuse
and relays in addition to this all circuits shall also be supervised with
individual fuses. All fuses may be numbered on metallic sheet ( not with
sticker etc. ) and number should be so clearly put under each fuse, so that
it may be easily readable by a skilled man and their annunciation LED &
relay should also be given same number duly marked on it ( refer drawing
enclosed at annexure-I) in a similar fashion. The size & rating of the fuse
strip ( auxiliary fuse) shall be fixed by UPPTCL later on the
recommendation of successful bidder.
1.3.1
1.4
1.5
All annunciation fuses ( auxiliary fuses ) shall be placed in side the panel.
Aesthetic view may also be kept in mind while placing the switches, meters
on front panel or inside the panel.
476
Location :: Lucknow;
1.6
The dimensions of the charger cubicle should match with that of D.C.
distribution board. The outside surface of the cubicle shall be synthetic
enamel painted in light grey as per shade no. 631 of ISS. The inside
surface of the cubicle shall be painted with white synthetic enamel paint.
Before paining the cubicle surface should be properly treated to make it
rust resistant.
1.7
The charger cubicle shall be delivered complete with all relays, instruments,
switches, indicating lamps and other equipments duly mounted.
1.8
In order to keep battery available to meet any heavy load condition when
boost charging is on, a suitably selected no. of the cells of the battery ( 42nd
cell ) should under all conditions be connected to the load through 4 nos.
blocking diodes, connected in series and parallel combinations. Each of
these diodes should independently provide necessary blocking.
1.9
Under the normal operation the boost charging and float charging of the
battery should be done by the boast charger and float charger circuits
respectively. However, a provision should be made for an emergency
operation under which it should be made for an emergency operation under
which it should be possible to use the boost charger circuit for the purpose
of trickle charging of battery and also supplying simultaneously the
continuous load of the substation equipment.
2.0
The drawings for plate No. 1,2,3& 4 with a proposed list of Dos and Dont
shall be submitted along with drawing referred under clause 7.20 for
approval, UPPCTL decision shall be final.
2.1
2.2
2.3
For 30A charger, provision shall be such that during the period when either
of the battery is in boost charging, other battery should be on trickle charge
and also should be in the circuit through suitable D.C. contactor to meet
any load demand to the load circuit beyond the rated capacity of the Float
charger unit.
2.4
2.5
477
Location :: Lucknow;
3.0
3.1
TRANSFORMERS
Charger should be suitable for working on 3 phase A.C, supply where
phase to phase voltage may vary from 310 V to 720 V and frequency
variation may be up to 3% which may occur simultaneously or separately
but charger should give constant D.C. output voltage of 119 1% during
float charging, station load may vary from zero to 120% of rated current.
3.1.1
3.1.2
3.1.3
3.1.4
There will be separate and individual transformer for float charging and
boost charging section.
3.1.5
3.1.6
3.1.7
The capacity of the transformer shall be suitable for 120% of rated load.
Necessary calculation for driving the capacity of the transformer showing
wire size, no. of turns, flux density core size, total weight etc, has also be
enclosed along with the Bid positively.
3.2
SEMI CONDUCTORS
3.2.1
There will be two separate, full wave bridge i.e. for float charging and boost
charging.
478
Location :: Lucknow;
3.2.2
3.2.3
3.2.4
Calculation for selection of rating and type of heat sink shall also be
submitted along with the other details.
3.3
3.4
3.5
3.5.1
RIPPLE CONTENTS
Float and boost unit of each charger should give smooth D.C. output with
ripple content not more that 3% without connecting any load or Battery at
full rated current and A.C. Voltage of 520 Volts.
3.5.2
Choke provided in the filter circuit, it necessary, shall be of copper wire, iron
core type and shell also be supervised and protected with separate fuse
and annunciation.
3.6
CURRENT LIMITING
Float charging unit and boost charging unit of charger should be provided
with proper electronic current limiting features.
3.7
3.7.1
VOLTAGE REGULATION
Battery chargers float unit should be rated for 119 volts D.C. output with a
variation of not more than 1% charger scheme should be so designed
that boost charging, unit and float charging unit both will remain
simultaneously and continuously.
3.7.2
3.7.3
The boost charging unit shall be so suitably rated that with the help of
coarse and fine adjustment the voltage of each cell may be achieved from
1.8 V to 2.8 volts.
3.7.4
Normally D.C. load and batteries shell always be connected with the
charger unit. The load shall be supplied by the float charging unit only and
rated trickle charging current to the battery shall also be fed by the float
charger unit. For a short failure of A.C. supply, D.C, load shall be fed by the
batteries and after restoring the A.C. power supply battery charging shall be
done by the float/boast battery charger.
479
Location :: Lucknow;
3.7.5
3.7.6
Float and boost charger unit should be so designed that in the event of any
damage to the float charger unit, the battery shall be charged through boost
charger manually and to adjust the voltage for load from battery , which
may be higher then 120 V, parallel and series combination of dropping
diodes may be provided, if necessary so that voltage may be adjusted
accurately with course and fine arrangement ,nearest 119 V D.C. if not
necessary than proposed method may be explained to achieve this
requirement UPPTCL decision be final
3.7.7
3.7.8
The range of voltage adjustment through dropping diodes may be from 148
V D.C. 115 V D.C.
3.7.9
A tap for connecting 42nd cell shall provided to the load point through four
number blocking diodes in series parallel combination.
3.7.10
D.C. volt meter ( moving coil type 144 X 144 mm) shall be provided on
load side with a rotator switch capable of showing the voltages of float,
boost 42 nd position, dropping diodes position and off position. The least
count of the voltmeter should be 1.0 volt.
3.7.11
A.C. Supply for both the transformers shall be connected through separate
A.C. contactor with over load protection along with a main switch.
3.7.12
Moving coil type A.C. Voltmeter ( 144 x 144 mm ) shall also be provided
with a rotary switch capable of showing input voltage .Least count of the
voltmeter should be 1.0 volt.
3.7.13
2 Nos. separate suitable moving coil type D.C, Ammeter (141X 144 mm )
shall also be provided on float and boost charger unit with a least count of
1.0 Amp. with D.C. center zero type amp. meter in the boost charging
circuit.
3.7.14
3.7.15
Pilot lamp showing A.C, supply shall be provided with glass lens. Color of
the lens should be red.
3.8
LED
All lamps for annunciation circuit shall be infrared red colour LEDs of high
illumination only, not less than 2.5 mm at 20 mill amp or less with a wide
angle lens ( not less than 150 ) The size of the LED, if round should not
be less than 5 mm and if rectangular than illuminated area should not be
less than 12.7x 6.35 mm.
480
Location :: Lucknow;
3.9
RELAY
3.9.1
For audio alarm PLA/ OEN ( plug in type) relay should be used shall submit
his Recommendations with manufacture technical data, catalogue for
finalization of rating of relays . Each thyristor/ semi-conductor of the rectifier
must have individual relay for annunciation.
3.10
PUSH BUTTON
All push buttons used shall be of approved make.
4.0
PROTECTION
4.1
CURRENT LIMITING
The circuit of the charger unit should be so designed the connected load
may not draw the current beyond 110% of rated current of the charger.
Float charger unit should have automatic control while boost charger unit
should have audio- visual indication on 110% and tripping arrangement on
120% of rated load.
4.2
OVER VOLTAGE
Over voltage protection should be provided and individual audio- visual
indication should come on each unit. The over voltage setting for float
charger should be at 120 V D.C. and for boost charger 150 Volts.
4.3
UNDER VOLTAGE
Under voltage protection should be provided and individual audio- visual
indication should come on both units and the setting should be 118.0 Volts
D.C
5.0
5.1.1
5.1.2
P.C.B. of each electronic control & power supply shall be separate & shall
be mounted with Suitable edge connectors.
5.1.3
5.1.4
Sensing for under voltage/ over voltage shall also be done with any of the
above IC ( Metal pack only).
481
Location :: Lucknow;
5.1.5
5.1.6
6.0
ANNUNCIATION CIRCUIT
6.1
6.2
All annunciation should operate on110V D.C. output taken from output
terminal of the float charger.
6.3
7.0
DRAWINGS
7.1
7.2
5.
6.
7.
3.
4.
7.3
The supplier shall submit the layout and component details of P.C.B. within
15 days of the finalization of drawings referred under para 7.2.
7.4
Any amendment suggested by the Purchaser in the layout of P.C.B and the
components shall be acceptable to the Bidder.
482
Location :: Lucknow;
7.5
The Bidder shall submit the service diagram of electronic circuit showing all
the important parameters viz currents and voltage within 10 days from the
approval of the drawing of layout. Otherwise delivery shall not be accepted.
7.6
The Bidder shall also submit 1 set of drawing in the form of plastic
reproducible of capable of producing clear legible prints to this office
(Engineer of contract).
7.7
7.8
The Bidder shall submit ,the detailed drawing of equipment showing the
rating and make of each component (Annexure-II) including connected
electronic circuit.
7.9
7.10
7.11
The list of DOs and DONts shall be submitted along with drawings.
All LEDs should also be mounted on anodised plate separately giving all
details of indication, indicated by each LED (Para 7.2 of item 5).
7.12
Rating of all fuses used, should also be printed on separate plate showing
fuse number and 1no.fuse cartage rating to facilitate at the time of
replacement of blown fuse. Drawing showing the format of this plate shall
also be submitted along with the other relevant drawings.
8.0
8.1
9.0
CHARACTER OF LOAD
Bidders attention is also drawn against clause 4.3 of IS:4540:1968 character of
load is counter emf load.
10.0
Location :: Lucknow;
12.0
TYPE TEST
Type test shall be conducted on minimum 10% chargers or two chargers
which ever is higher at different interval and following tests shall be
conducted during type tests.
i.
ii.
iii.
Conversion efficiency.
A.C. component on D.C. side.
iv
v.
vi
vii
viii
ix
13.0
Temperature rise.
High voltage test(2KV test)
Inspection Charger shall be subject to general inspection for the
quality of work-man ship and finish.
Auxiliary devices:-Such as contactors ,relays electronic circuits.
In addition to above if any additional test is required by any relevant
ISS shall also be conducted. Type test shall also be conducted on
transformer as per IS:2026(Part-I)1977.
ROUTINE TESTS
Routine tests listed below shall be conducted on each and every charger
and DCDB along with acceptance test at manufacturers works at his cost
as per latest ISS such as IS 3136-1965.
i.
ii.
iii.
iv
12.2.2
The battery charger capacity test may also be carried out at site at the time
of commissioning of each set.
484
Location :: Lucknow;
GENERAL
The D.C. distribution board shall be similar in construction to the charger
having preferably the same height using 14SWG sheet steel. The DCDB
shall have single aluminum bus bar arrangement and arrangement for
connecting the out put of charger. Automatic switching of D.C.emergency
light circuit in the event of A.C. failure shall also be provided.
2.0
1no. A.C. single phase fuse protected circuit for A.C. supply
monitoring emergency light switching and space heater.
iii)
iv)
Audio and visual indications shall be provided for tripping and under
voltage D.C. (below 85% of 110V) conditions.
v)
vi)
Two series bulbs with center tap earthed and other ends connected
to the battery shall also be provided.
3.0
3.1
3.2
Distribution board shall be provided with the following circuits with suitable
rated Switches, protection, alarm and indication etc.
3.3
One number circuit through suitably rated change over switch with HRC
fuses for connecting respective battery charger.
3.4
1No. 230V single phase supply for connecting A.C. contactor for switching
on D.C. emergency light in the event of A.C. supply failure.
3.5
1no. D.C. emergency light for 25Amps. load with suitable rated rotary
switch HRC fuses.
3.6
3.7
3.8
3.9
Two bulbs connected in series with center point earthed and the other ends
of the two bulbs connected with the positive and negative bus bars shall
also be provided.
485
set of
Location :: Lucknow;
TS-11
TECHNICAL SPECIFICATION FOR 630 AMP 20KA 433 VOLTS
L.T. SWITCH BOARD
1.0
STANDARDS
The switchboard shall
amendments thereof:-
conform
to
following
specifications
latest
(a)
(b)
IS-4237
(c)
IS-6875
(d)
IS-2705(Pt-II)
(e)
IS-1248
(f)
IS-8623
(g)
IS-8623(Pt.-II)
(h)
IS-375
2.0
2.1
2.2
Front operated L.T. switchboard shall be operative on 433 10% volts, 3phase, 4 wire, 50 5%Hz grounded A.C. system having a rupturing
capacity of not less than 20KA at rated operating voltage.
2.3
The board shall be made of MS sheet steel clad totally enclosed ,dust and
vermin proof,
2.4
Cubicle suitable for indoor floor mounting with separate compartments for
individual feeders.
486
Location :: Lucknow;
2.5
2.6
The switchboard shall be of sheet steel construction with M.S. sheet not
less than 3mm, thickness. Frame work shall be rigid without using any
external bracings.
2.7
2.8
All equipments, bus bars with covers removed and other connections shall
be easily accessible from the back or front. No live parts of switch shall be
accessible unless it has been put in OFF position.
2.9
All switches shall be suitable for front on board operation and interlocked
with the doors.
2.10
The design of switchboard shall be such that it covers minimum floor space,
however, ample space shall be provided in the cable duct for
accommodating PVC insulated aluminum conductor cables with enough
space for carrying out jointing works etc.
2.11
Brass cable glands, suitable for PVC aluminium conductor cable of sizes,
as per table A&B shall be provided for all feeders.
2.12
2.13
BUS BARS
i)
The bus bars shall be made of copper with PVC sleeving having
rectangular cross sectional area of one square inch. These shall be
adequately designed and supported to withstand the electrodynamic forces
arising from a short circuit in the system.
ii)
Vertical bus bars shall feed the outgoing feeders. These shall be completely
enclosed and adequately ventilated. It should be possible to work on the
circuit outgoing connections with out any danger of accidental contacts with
the live connections between vertical bus bar and circuit terminal.
iii)
The bus bar chamber shall be adequately ventilated and shall be provided
with removable covers for easy access. The bus bars shall be PVC sleeved
/taped except at T-off joints. At T-off joints sticking tape /molded tape shall
be used. Connections between vertical bus bars and circuit terminals shall
preferably be fully insulated or enclosed so as not to leave any exposed live
parts. However these shall not be considered for any uprating of the bus
bar current rating due to sleeving / taping.
iv)
The bus bar should be taped with suitable colour code for ready
identification of phases.
487
Location :: Lucknow;
3.0
3.1
Tripple pole air circuit breakers shall be trip free manually operated
horizontal
draw out type fitted with mechanical ON and OFF indicator.
3.2
The A.C.B. should be designed for quick make and quick break operations
and shall be fitted with C.T. operated thermo magnetic release for over load
and short circuit protections.
3.3
Breaking capacity shall not be less than 20KA at rated operating voltage
and breaker shall be rated for 630Amp.continuous.
II
III
IV
VI
3nos. C.T. 400/5A for metering having accuracy class 1 and instrument
security factor 5.
VII
VIII
IX
XI
XII
Suitable for 3 cores, 400sq.mm. PVC cable split type cable terminal box.
XIII
XIV
Location :: Lucknow;
4.0
4.1
The MOCB / isolator shall be suitable for flush mounted sheet steel clad,
totally enclosed, cubicle type switchboard. It shall be possible to remove the
switch for inspection or replacement from the face of the switch board such
that connecting wirings are not disturbed.
4.2
The rupturing capacity of each MCCB/ Isolator shall not be less than 20KA
at rated operating voltage.
4.3
Making current capacity of MOCB shall be twice the short circuit rating
4.4
4.5
The MOCB shall be provided with tripping device with inverse time current
characteristics for overload protection and device for instantaneous
protection against short circuits.
4.6
5.0
5.1
5.2
5.3
MOCB
Rating
5.4
No.
of
fdrs.
200Amp.
Thermal
setting of
MOCB of
Fdrs.
125 Amp.
95sq.mm.
100Amp.
100Amp.
063Amp.
040Amp.
6
2
50sq.mm.
50sq.mm.
Neutral termination of each incoming and out going feeder from L.T.
Switchboard should be done through a link provided adjacent to respective
ACB/ MOCB.
489
Location :: Lucknow;
6.0
ALARM SCHEME
6.1
6.2
ii.
iii.
TESTS
The successful Bidder shall be required to carry out the following tests at
their works free of cost.
7.1
(1)
CIRCUIT BREAKERS
Type test certificates on one breaker of each type i.e. ACB and MOCB of
different rating shall be supplied. Routine tests shall be carried out on all
the breakers which are to be supplied.
490
Location :: Lucknow;
(2)
SWITCH BOARD
Each component parts of the L.T. switchboard and other associated
equipments shall be assembled and tested for accurate assembly and
satisfactory operation at manufacturers works before dispatch.
(3)
INSTRUMENT TRANSFORMERS
All instruments transformers shall be subjected to tests at manufacturers
works in accordance with relevant Indian Standard Specifications. Ratio
and phase angle calibration curves shall be submitted for each type. Copy
of test certificate from manufacturer of these instrument transformers shall
be supplied.
(4)
METERING INSTRUMENTS
High voltage tests shall be carried out on all meters. Accuracy tests and
calibration curves shall be submitted for one instrument of each type.
(5)
TEST AT SITE
The Purchaser reserves the right of carrying out at site such tests as he
may decide upon, provided the test levels are within the limit laid down in
Indian Standard Specifications. Such test shall be carried out in
consultation with the Bidder and shall be at the expenses of the Purchaser.
8.0
LABELLING
The equipment shall be dispatched fully labeled describing type ,make,
rated voltage ,frequency ,current rupturing capacity, this office Bid
specification no, year of order and substation for which purchased etc.
9.0
INTERCHANGEABILITY
All parts shall be made to standard gauge wherever possible so as to
facilitate replacement and repair. All corresponding parts of similar
apparatus shall be interchangeable.
10.0
PAINTING
The switch board shall be synthetic enamel painted in light grey as per shade
no.631 of ISS. To achieve a durable finish, careful surface pretreatment shall be
carried out at per following process:
i.
Removing of rust and corrosion by treating all sheet metal with acid.
ii.
After acid treatment rinsing with cold water for removing traces of
acid.
iii.
iv.
Location :: Lucknow;
v.
vi.
vii.
Removing minor surface flaws by rubbing and applying putty after first
coat has air dried.
viii.
Spraying of one coat of air drying synthetic enamel paint light gray
colour as per shade no.631 of ISS of best quality ICC make.
ix.
x.
xi
xii
Half liter paint of the same shade shall also be supplied with each board
for final touch of boards or any minor scratches caused during
transportation.
492
Location :: Lucknow;
TS 12
TECHNICAL SPECIFICATION OF 33 KV 10 MVAR CAPACITOR B ANK
1.0
TECHNICAL SPECIFICATIONS
1.1
1.1.1
1.1.2 Capacitor Bank alongwith mounting racks shall be suitable for mounting on
plinth in outdoor switchyard. Switching Reactors shall also be suitable for
mounting on plinth. However, elevating steel structures for these, duly hot
galvanized and complete with bolts and nuts and foundation bolts and nuts be
also quoted as OPTIONAL ITEM. Circuit breakers shall be offered complete
with mounting structures. Other required associated equipments like be CTs/
NCTs/ VTs/ Isolators etc. are to be offered without mounting structure but these
shall be suitable for mounting on UPPTCL structure as per applicable drawings
enclosed.
1.1.3 Required inter-connecting materials, insulators& support insulators, requisite
number of bi-metallic terminal connectors, junction boxes, bolts and nuts,
foundation and fixing bolts & nuts and other auxliaries and accessories etc.
shall form a part supply and prices of such items and auxliaries and accessories
shall included in the prices offered for the equipments .
1.1.4
1.1.5
Capacitor banks shall be in two double star formation each double star
protected through separate one number Neutral Current Transformer (NCT)..
1.1.6
In UPPTCL system, height of gantry as well as width of bay for 33KV bus-bars
are 6.0 meters. Tenderers are advised to keep this aspect in mind while offering
so that no problem is faced in electrical clearances and carrying out jumpring
work and electrical connections. The height of supporting structures may be
considered 2.75 meters from the ground level as per enclosed drawings.
1.1.7
Detailed dimensioned layout plan and sectional elevation drawings showing the
arrangement of capacitor bank along- with associated equipments is necessary
for submission with the tender. If such drawings are not submitted with the
tender, the offer is liable to be rejected.
493
Location :: Lucknow;
2.0
CAPACITOR BANKS
2.1
Main Components
2.1.1
Capacitor banks detailed above shall be complete with the Capacitor unit
controlling breaker, manually operated OFF load isolators without earthing
switch at bus bar side and with earthing switch at capacitor side, CT, NCT, VT,
switching reactors, control & relay panel, necessary mounting racks, insulators,
interconnecting materials, bi-metallic terminal connectors, junction boxes and
any other material required for satisfactory operation and installation. As per
system condition, switching reactor for harmonic suppression are not required.
Only offers of the firm quoting for the complete equipment will be considered.
General arrangements
The capacitor banks shall be out door type suitable for operation in the climatic
conditions as detailed on page S-2 Mounting steel racks to be supplied by the tenderer
shall be suitable for mounting on plinth. The Tenderers should offer compact design to
occupy minimum ground area with least possible height. The bank shall suitable for
mounting under the bus bars drawn on ganturies having height as mentioned in clause
3.1.6 of technical specification with due consideration for required clearances. The tender
shall be complete with drawing showings the arrangements.
Each capacitor bank shall be in two double star groups of 5MVAR each with separate
one number manually operated, OFF load type isolator with earthing switch for each
group. Each group of 5MVAR shall be connected in double star formation with their neutral
point ungrounded and protected through separate one number NCT. Each star formation
shall be of 2.5 MVAR rating at 33KV. Each bank shall be controlled by a suitable circuit
breaker and other equipment as per scheme enclosed at Annexure-I. The capacitor bank
switching control shall be manual.
Each capacitor bank shall be complete with all auxiliaries accessories and the following
associated equipments:Sl.
No.
1
2
3
4
5
6
7
8
The number of parallel units in each series group shall be such that failure of one unit
shall not preferable create.
i)
More than 5% voltage rise with internal fuse on other units in the bank.
494
Location :: Lucknow;
Location :: Lucknow;
The rack shall comply with the requirement of para 3.2.2 above.
3.0
3.1
3.1.1
Protection
The capacitor banks shall be provided with the following protections:
a)
Over current and earth fault protection to cover bus faults between the
capacitor banks and its controlling circuit breaker.
b)
c)
Unbalance protection.
d)
b)
c)
Unbalanced protection
Shall be provided with current operated relay with separated one number
NCT for each group of 5 MVAR.
The relays used should be provided with time delay device to prevent
operation under transients and to allow individual fuses to isolate the
faulty units. Inverse time delay relays may be used. The minimum,
setting available on the relay should not be more than the voltage
available to the relay when one or more fail, causing 105% over voltage
on the remaining units.
Calculations to show the number of capacitor units which when fail shall
produce 105% over voltage on other units and settings to operate the
relay on such failure of capacitor units should be appended failing which
the tender shall be considered incomplete and is the relays used shall
preferably able to provide an alarm in the event of failure one or two
units before tripping is initiated for 105% over voltage on either units as
above. Number of units on failure of which alarm shall come and tripping
is initiated, be clearly mentioned in the offer.
496
Location :: Lucknow;
d)
3.1.2 The maximum fault current applicable for the calculation of protective relay
setting may be considered as 25 KA on highest system voltage of 36 KV.
3.1.3 The under voltage protection should not operate in the event of the fault on
`33KV lines to which may dip the bus bar voltage to 50%. There should be
provision for adjustments in setting of voltage and time to co-ordinate the
33KV line protection with the under voltage protection to avoid maloperation of under- voltage relay under line fault conditions.
3.2
Associated equipments
The associated equipments as mentioned in clause 3.2.2.3 above of these
Technical specification having detailed specification described hereinafter, shall
be supplied along- with the capacitor banks. The tender without offering
associated equipments shall be out rightly rejected. The general arrangements
of equipments is shown in the single line diagram appended with this
specification.
3.2.1
3.2.2.1
Circuit Breaker
The circuit breaker offered shall be suitable for capacitor bank switching
duties indicated below in the technical particulars. An authentic copy of the test
certificate establishing the capacitor bank switching capability must accompany
the tender, without which the tender will be rejected. However the test certificate
from the same design of equipment made overseas shall not be acceptable
except the test for which facility is not available in India.
497
Location :: Lucknow;
3.2.2.2
33KV
36KV
1250A
SF6/Vacuum
Effectively earthed
Installation
Outdoor
Rated frequency
50 Hz
2
5
1
6
o
9r
I
10
E
11
C
12
13
r
14
e
c
15
o
m
16
m
e
n
d
17
a
18
t
i
o
19
n
20
N
o
.
21
5
22
i)
ii)
rms value of AC
component of the
rated short circuit
breaking current 25
KA
DC component as
per clause-6 IEC-562
20MVAR
Circuit breaker
Air clearance
a) Phase to phase
b) Phase to ground
Be re-strike free
As per IS
Do
do
110 VDC
170 KV (peak)
230 V single phase
3
There second for rated short
circuit breaking current (25KA)
One minute power frequency test 70/80 KV
voltage dry and wet
Creepage distance
a) Total
25mm/ KV
b) Protected
50% of total (minimum)
Safety clearance
Suitability
Do (sectional clearance)
Breaker shall be suitable for
frequent switching On/ OFF of
10 MVAR, 33 KV (13.26
MVAR, 38 KV) Capacitor bank
Rated short time breaking current 25 KA for three secs.
Making capacitor
The circuit
breaker shall conform in all35
respects
to the latest edition of IS:2516 or IEC reco
Making
capacitor
KA
498
Location :: Lucknow;
3.2.2.3
General
i)
The circuit breaker shall be outdoor type suitable for rapid and smooth
interruption of current under all condition, completely suppressing all
undesirable phenomenon under the most severe and persistent short
circuit conditions or when interrupting mall current or leading or lagging
reactive currents.
ii)
iii)
3.2.2.4
Mounting
The circuit breaker shall be offered with necessary galvanized supporting steel
structures along with nuts and bolts. The prices of necessary structure should
be included in the price of circuit breaker.
3.2.2.6
3.2.2.7
Operating Mechanism
i)
The circuit breaker should be suitable for remote control from the control
room and in addition there should be provision for local electrical and
manual operation of circuit breaker.
ii)
iii)
Location :: Lucknow;
iv)
v)
vi)
A heater along with switch should be provided in the cubicle for connection
to single phase 230 V AC supply to prevent moisture condensation.
vii)
viii) Power supply for auxiliaries will be available at 415V, 3-ph, 50 cycles.
ix)
3.2.2.8
Necessary cable glands for the cable of the operating mechanism should
be provided along with a large common gland plate.
Auxiliary switches
Adequate number of silver coated auxiliary switches (contact) both of the
normally open and normally closed types (along-with 6 NO and 6 NC as spare)
should be provided in each circuit breaker for use in the remote indication and
control scheme of the circuit breaker and for providing safety inter locking.
There should be provision to add a few auxiliary switches at a later date, if
required.
3.2.2.9
Interlocks
Provision should be made to enable suitable interlocking with the opening or
closing of the isolator when the breaker is closed.
3.2.2.10
Terminal connectors
Requisite number of suitable and matching bi-metallic terminal connectors shall
also be supplied along with the breaker and accordingly, the prices may be
quoted.
500
Location :: Lucknow;
3.3.1
3.3.2.1
The isolators (with and without earthing switch both) shall be outdoor, manually
gang operated, double break, OFF load type, 36kV, 800 amps, 1000MVA, 3
phase, 50 Hz triple pole complying in all respects with the requirements of the
latest edition of IS: 9921-1981 and complete with insulators, mechanical and
electrical inter locks, bi-metallic terminal connectors suitable for ACSR panther
conductor all auxiliaries and accessories.
3.3.2.2
The isolators shall be suitable for satisfactory operation with capacitors covered
by this order. The isolators are not required to operate on load, but these shall
be capable of handling satisfactorily capacitive and charging current of the
capacitor banks.
3.3.2.3
For position indication of isolator on the indoor control panel and for electrical
inter locking of isolator with circuit breakers and or / or other associated
equipments, auxiliary supply shall be available at 110V DC.
3.3.2.4
The isolator shall be suitable for upright mounting only with the movement of
blades in a horizontal plane with supporting insulator arranged vertically. These
shall be suitable for mounting and fixing on UPPTCL structure a drawing no. W04712. Necessary bolts and nuts for fixing the isolators on structure shall be
supplied with the isolators.
3.3.2.5
The isolator shall have rotating blades and high pressure contacts. The blades
shall rotated by 90 degree from their fully closed position so that the break in
distinct and clearly visible from the ground level. All clearance shall be as per
latest edition of BS: 162 or corresponding IS.
3.3.2.6
The rated insulation strength of isolators and earthing switches shall not be
lower than the levels specified in Table-2 of IS: 1818-1972 with maximum
temperature rise of various part of the isolators shall be as per IS: 1818-1972
with ambient temperature not exceeding 50 degree C.
3.3.2.7
The isolators shall have heavy duty, self aligning and high pressure contacts of
modern design and made out of silver plated hard-drawn electrolytic copper. All
non-ferrous contact parts are to be silver plated. The blade and contacts shall
be liberally designed to withstand safely the highest short circuit currents of the
system.
3.3.2.8
The male and female contacts assembly and blades shall ensure the following:A)
B)
C)
D)
E)
501
Location :: Lucknow;
3.3.2.9
3.3.2.10
3.3.2.11
3.3.2.12
Isolators with earthing switch shall be provided with earthing blades for earthing
capacitors. The earthing blades shall be provided at the base with suitable
counter weight and shall have sturdy operating mechanism with mechanical
arrangement to interlock with main operating mechanism of the isolator so that
earthing is possible only when main blades are in open condition.
3.3.2.13
All isolators shall be provided with auxiliary switches suitable for interrupting 5
amps. DC at 110 Volts. Auxiliary switches shall have 6 normally open (NO) and
6 nos. closed (NC) contacts. In case of isolators with earthing switches 2 NO
and 2NC contacts shall also be provided for remote indication of earthing
switch position.
3.3.2.14
3.3.2.15
Suitable electrical interlock with breaker shall be provided. The interlocks shall
be of robust design, suitable for 110 VDC and enclosed in weather proof and
dust tight housing. Detailed schematic drawing incorporating all necessary
interlocking features shall be submitted.
3.3.2.16
Suitable cable glands for terminating the multi core cables shall be provided
wherever required. Information regarding the size and number of cables to be
used may be obtained from the Engineer of the contract.
3.3.2.17
Each isolator (with & without earthing switch) shall be provided with appropriate
numbers of rigid type tinned copper bimetallic terminal connectors suitable for
ACSR panther conductor. Check nuts shall be provided on each bolts and nut
to avoid loosing of nuts. The terminal connectors shall have a minimum rating
502
Location :: Lucknow;
All non-ferrous contact part shall be adequately silver plated. All current
carrying part shall be designed to limit sharp point edges. All nuts and bolts
used in current carrying parts shall be of stainless steel. Min.10 mm dia, other
bolts and nuts, checks, washers and spring washers shall be hot dip galvanized
as per applicable IS. Bearing of rotating post shall be of tappered roller bearing
type. Bearing shall be filled with first filling of grease and provided with grease
nipples.
3.3.2.19
Isolators, earthing switches and their operating device shall be provided with a
weather proof and corrosion proof name plate containing the mandatory
information in accordance with clause- 10 of IS: 1818-1972.
3.3.3
Current Transformers
3.3.3.1
The current transformers shall be of the outdoor dead tank type single phase,
50Hz, oil immersed self cooled and suitable for operating in the climatic
conditions as detailed on page G-2. They should be suitable for use in areas
subject to heavy lightning storms.
The current transformers shall have following ratings:-
3.3.3.2
a
b
c
d
e
f
g
h
i
j
k
l
m
n
3.3.3.3
3.3.3.4
33 KV
36 KV
Two
Effective
400-200/1/1/A
170 KV (peak)
25 KA
1000 MVA
15 VA
5-P for protection,
1for metering
5 ohms
10
5
900 mm (Min)
450 mm (min)
The core shall be of high grade, non- ageing electrical silicon laminated steel of
low hystereisis loss and high permeability to ensure high accuracy at both
normal and over current.
The current transformer shall conform to the latest edition of IS: 2705 and IS:
3202. The bushing shall comply with the latest edition of IS: 2099 and 3347.
The current transformer shall be complete in all respects, including oil, junction
box, bi- metallic terminal connectors, required number of cable glands fixing
bolts and nuts and other accessories. The base plate size shall match with
enclosed supporting structure Drawing No. W-04747.
503
Location :: Lucknow;
3.3.3.5
3.3.3.6
Requisite number of junction boxes (one junction box per set of 3 single phase
CTs) and suitable and matching bimetallic terminal connectors shall also be
supplied along- with the current transformers. The terminal block should be
ELMAX/TOSHA make and terminals shall be disconnecting type with shorting
links.
3.3.4
Voltage Transformers
3.3.4.1
The voltage transformer shall be of outdoor type, three phase / single phase, 50
Hz, oil immersed, self cooled and suitable for operating in the climatic
conditions as indicated on page G-2. They should be suitable for use in areas
subject to heavy lightning storms.
3.3.4.2
a
b
c
d
e
f
g
h
i
j
k
l
33 KV
36 KV
50 Hz
Effective
one
33000/110 volts 3 / 3
170KV (peak)
100 VA
1.1.
1.5
3.p
900 mm (min)
450 mm (min)
3.3.4.3
The VTs shall conform to the latest edition of IS: 3156. The bushing shall
comply with the latest edition of IS: 2099 and IS: 5347.
3.3.4.4
The core should be of high grade, non- ageing, silicon laminated steel of low
hysteresis loss and high permeability to ensure high accuracy at both normal
and over voltage.
3.3.4.5
504
Location :: Lucknow;
3.3.4.6
The voltage transformer shall be complete in all respects including oil, bimetallic
terminal connectors, fixing bolts and nuts and other accessories. The base plate
size shall match with the enclosed supporting structure drawing no. W-04747.
The primary winding of the voltage Transformer shall be connected in star with
neutral point solidly earthed.
3.3.4.7
The VT shall be suitable for protection as well as for metering. The secondary
shall be connected in star with neutral point solidly earthed.
3.3.4.8
3.3.5.1
3.3.5.2
3.3.5.3
Required number of suitable and matching bimetallic terminal connectors alongwith required number of cable glands shall be supplied along- with the NCTs.
And accordingly the prices may be quoted.
3.3.5.4
The mounting details shall match with the supporting structure drawing No. W04747.
3.3.6
3.3.6.1
The control and relay panels shall conform in all respects to relevant Indian
standards. Equipment meeting any other authoritative standard which ensures
an equal or better standard than mentioned above may also be considered.
3.3.6.2
The control and relay panel shall be of floor mounted, indoor free, standing
cubicle type. The panels shall consist of fabricated sheet enclosures on the
sides, front, rear and top.
The rear of the panels shall be in the form of lockable hinged flap door. The
front and rear sheets shall be of folded construction for providing rigidity and
strength without using any frame work or screwed or bolted sheet steel
sections. The front of the panels which accommodates most of the mountings
shall be fabricated with sheet steel of thickness not less than 10 SWG. For the
rest of the panel which carries no weight of the mountings, sheet steel of
thickness not less than 14 SWG should be used.
3.3.6.3
The panels shall be 2250 mm high, 750 mm wide and 600 mm deep with
door lock and complete with wiring, earthing bar, fuses links, vermin proof
fitments, internal panel lighting arrangement operated by a door switch, a
space heater rated 100 Watt, 230 V AC with a switch, un-drilled cable gland
plate, 75 mm channel iron plinth 100 mm high and accommodating following
equipments suitable for 10 MVAR, 33 KV Banks as applicable:a)
b)
c)
d)
e)
Location :: Lucknow;
f)
g)
h)
i)
j)
k)
l)
m)
n)
o)
p)
q)
r)
s)
t)
u)
v)
w)
x)
y)
z)
Alarm bell
Alarm cancellation relay
MVAR meter
PF Meter
Push buttons and switches
Relays and auxiliary relay
Facia type annunciation scheme
Semaphore indicator CB
Semaphore indicator for isolator
DC control switch ON/ OFF
Test terminal block
Hooter DC 110 V
Hooter AC 230 V
HCR fuse fittings/ links (as required)
Space heater 100 watts, 230 VAC with switch
Panel illuminating lamp
Door limit switch
Disconnecting type terminal
Non disconnecting type terminal
Earth bus copper
Any other item required to make the panel complete.
3.3.6.4
All the relay should be accommodated suitable in the control panel complete
with necessary indicating instruments control switches, indicating lamps, wiring
fuses links etc.
3.3.6.5
The panel shall be equipped with necessary links and HRC type fuses of good
quality which shall be mounted on sheet brackets. Each fuse shall be identified
with the suitable engraved plastic lable.
3.3.6.6
The control and relay panels shall be delivered with all relay, instruments,
switches, indicating lamps etc. duly mounted.
3.3.6.7
The internal wiring of the panels shall be carried out with PVC insulated
multistrand, copper, flexible cables of 650 V grade. Both ends of wire shall
have the numbered plastic ferrules for identification. Panel wiring shall be
suitably bunched and clamped to present a neat appearance. All panel wiring
should with stand 2KV, AC,50 Hz, RMS for 1 Min. between conductors and
earth.
3.3.6.8
All panel wiring terminations (but for CT and VT) for connecting
external
apparatus circuit shall be neatly terminated on ordinary terminal blocks. For CT
& VT termination, links terminal blocks to be used shall have links for
disconnection and plugging in facility for testing purposes. The terminal shall be
suitably labeled to readily identify the outgoing/ incoming wires, 20% terminal of
each type shall be provided as spare in each panel for future use. The terminal
block shall be ELMEX/TOSHAS make.
3.3.6.9
3.3.6.10
The outside surface of the panels shall be synthetic enamel painted in light
grey as per shade no. 631 of IS. The inside surface shall be painted with white
synthetic enamel paint.
506
Location :: Lucknow;
3.3.6.11
3.3.6.12
Mimic diagram and symbols showing the exact representation of the system
complete with symbols and colour strips to represent the buses, semaphore
indicator etc. shall be provided in front of the control panels. The control
switches shall be mounted alongwith the mimic diagram. Specific number shall
be assigned to various isolators and circuit breakers on the MIMIC diagram.
3.3.6.13
3.3.6.14
3.3.6.15
a) Red
For indicating close position of breaker
b) Green
For indicating open position of breaker
c) Blue
For control supply monitoring
d) White & amber
For miscellaneous indications
All colour covers shall be similar and inter changeable and all lamps be of same
type and rating. Lamps shall be furnished 20% in excess of the actual number
required and caps shall be furnished 10% in excess of actual number used for
each colour. The indicating lamps and resistors shall withstand 120% of rated
voltage on a continuous basis.
Alarm annunciation system shall be provided for 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 device. The
annunciation equipment shall be suitable for operation on DC supply. When the
breaker is tripped automatically audible annunciation shall be provided along
with visual annunciation which shall be by flickering of a respective facia
window provided on the panels. The tripped breaker shall be identified by the
flickering the corresponding position indicating lamps.
In case of other annunciation, to draw the attention of the operator to the
occurrence of an abnormal operating condition and then the tripping of the
circuit breaker, an audible annunciation shall be provided. The visual
annunciation shall be by flickering of the respective facia window. Certain
number of alarms under this category have to be time delayed with the time
delay adjustment. The visual annunciation shall be provided by an annunciation
facia flush mounted on the top row of the control panels. Necessary switching
relay for the same shall be mounted inside the panel. The annunciator facia
shall be provided with translucent glass or plastic cover plates of white colour
with inscription in block letters. Alarm inscription shall be engraved on each
window. Each annunciation window shall be provided with two lamps in parallel
to provided safety against lamp failure. The lamps circuit shall include series
resistor of adequate rating.
507
Location :: Lucknow;
Acknowledge Reset and Lamp Test push buttons for the annunciation shall
be provided.
3.3.6.16
Visual and audible annunciation for the failure of DC supply tro the panel shall
also be provided and this annunciation shall operate on 240 volts AC supply
with separate fuses. A separate voltage check relays (adjustable setting for the
failure of supply shall be provided and if the failure of supply exists for more
than 2 to 3 secs.) facia shall light up and the bell shall sound. A separate push
button shall be provided for cancellation of this along but the facia window shall
remain steadily lighted till the supply to the annunciation system is restored.
3.3.6.17
The trip circuit shall be supervised by means of relays. The scheme shall
continuously monitor the trip circuit before closing and after closing of breaker.
The scheme shall detect (I) failure of trip supply (ii) open circuit of trip wiring
and (iii) failure of mechanism to complete the tripping operation. The relays
shall have necessary contacts to be connected to either the alarm bell or to the
annunciator available in the control panel for visual and audible indication of the
trip circuit.
3.3.7
Switching Reactors
3.3.7.1
The series reactor of small size is required for limiting the inrush due to parallel
switching of capacitor bank on the same bus.
3.3.7.2
The series reactors shall be of outdoor type, 15 Hz, oil cooled non-magnetically
shielded, air cooled and suitable for operation in climatic conditions as
indicated in page G-2. They should be suitable for use in arias subjected to
heavy lightning storms.
3.3.7.3
The tenderer should offer neutral side series reactor and it must be ensured
that series reactors are capable of withstanding the short circuit currents.
3.3.7.4
Series reactor may be installed on the plinth as such foundation bolts are also
to be supplied.
3.3.7.5
The series reactor shall be complete in all respects including oil, clamps, fixing
bolts and nuts, bimetallic terminal connectors and other accessories and shall
conform to the latest edition of IS: 5553.
3.4
3.5
Terminal connectors
Requisite number of suitable and matching bimetallic connectors shall be
supplied for all the equipments offered for supply. The connectors shall be
complete with matching bolts nuts, spring washers etc. and shall be suitable for
ACSR panther conductor. All ferrous parts shall be duly galvanized. For
equipments requiring both horizontal as well as vertical take off, provision shall
be made for both.
508
Location :: Lucknow;
3.6
Make Components
The make of components, such as switches, relays, instruments auxiliary
transformers, fuses etc. to be used in the various equipments tendered, should
invariably be given.
3.7
3.8
Applicable standards
The capacitor bank and the associated equipments shall conform the standards
detailed below in accordance with their latest amendments if any.
a
b
c
d
e
f
g
h
i
j
k
Capacitor banks
Circuit breaker
Isolator
CT & NCT
VT
Reactor
Bushings & insulators
Transformer oil
Terminal connectors
Nuts & bolts
Relays
3.9
Capitalization of losses
The guaranteed quoted losses of capacitors and series reactors shall be without
any positive tolerance and shall be capitalized as follows and accordingly for
evaluating different tenders, the loading shall be made by the purchaser:i)
The dielectric losses in capacitors shall be loaded by Rs.89000/-per KW.
ii)
The iron losses in series reactors shall be loaded by Rs.89000/-per KW.
iii)
The copper losses in series reactors shall be loaded by Rs.89000/-per
KW.
If during testing the guaranteed dielectric losses in capacitors, iron and copper
losses in series reactors are found to exceed the guaranteed quoted values
then the price reduction in accordance with the prices would be made from
invoices of the successful tenderer.
3.10
Identification plate
The successful tenderer is required to affix a plate on the capacitor bank and
associated equipment with the following information in addition to the rating
plate:a)
Specification no.
b)
Year of order/manufacture
c)
Name of manufacture.
509
Location :: Lucknow;
TS-13
TECHNICAL SPECIFICATION OF 1.1 KV, PVC FRLS,
UNARMOURED COPPER CONROL CABLES AND ALLUMINUM
POWER CABLES
1.0
STANDARDS
The design, manufacture and testing of cables covered under this
specification shall comply with following standards (with subsequent
amendments thereof) unless otherwise specified :-
1.
IS:1554 (Part-I)
2.
IS:1554 (Part-II)
3.
IS:5831
4.
IS:8130
5.
IS:3961
6.
IS:502
7.
8.
IEEE 383
9.
10.
Swedish
Standard
4241475 Class F-3
IEC 332-I
11.
ASTMD-2843
12.
IEC 754-I
13.
BICC hand book for cables in fire regarding temperature index- Chapter-6.
14.
ASTMD-2863
15.
NEMA-WC-5
Flammability Test
Test on electric cables under fire conditions.
Standard test method for density of smoke
from burning/decomposition of plastics.
Test method for acid gas generation.
ii)
510
Location :: Lucknow;
2.0
PRINCIPAL PARAMERERS
S.No. Particulars
4x2.5
mm2
6x2.5
mm2
10x2.5
mm2
1.
Type of cable
2.
Standard applicable
3.
CONDUCTOR
4.
5.
6.
FRLS,
(a)
Material
conductivity
(b)
Shape of conductor
(c)
1.78
(d)
INSULATION
(a)
Type
(b)
INNER SHEATH
(a)
Type
(b)
OUTER SHEATH
(a)
Type
(b)
(10x2.5
mm2)
7.
8.
511
Location :: Lucknow;
2.1
2.2
Two distinct sheaths i.e., inner and outer should be provided in two separate
operations. Single operation sheathing shall not be accepted. The outer
sheathing shall be designed to afford a high degree of mechanical
protection against fire and also shall be oil, chemicals and weather resistant.
Common acids, alkalies and saline solutions should not have any adverse
effect on PVC sheathing materials used. The outer sheathing shall be of
PVC having FRLS properties.
2.3
2.4
CONDUCTOR
The conductor shall be made from plain annealed high conductivity solid
copper having resistance and diameter specified in the technical particulars
(on page TS-9).
2.5
INSULATION
The PVC insulation shall be Type-A, extruded PVC 1.1 KV grade and free
from voids. The insulation shall withstand mechanical and thermal stresses
under steady state and transient operating conditions. It shall be of
consistent quality and free from all defects.
2.6
INNER SHEATH
The inner sheath shall be of extruded PVC (Type-ST1). The sheath shall be
suitable to withstand the site conditions and the desired temperature. It shall
be of min.m thickness as per technical particulars (page TS-9) and applied
by a continuous process to produce a sheath of consistent quality and free
from all defects.
2.7
OUTER SHEATH
It should be of extruded PVC (Type ST2) having min.m thickness as per
technical particulars (page TS-9). Outer sheath shall be applied in distinct
separate extrusion. It should be of consistent quality and free from all
defects. Suitable additives are also applied to prevent attack by rodent and
termites. The outer sheathing must be fire retardant and low smoke type.
2.8
512
Location :: Lucknow;
2.9
CONSTRUCTION
2.9.1
The cable shall have PVC fillers to provide a uniform circular cross section
before the inner sheath is applied. The PVC fillers should be suitable for the
operating temperature of the cable compatible with the insulating material.
2.9.2
2.9.3
2.9.4
CURRENT RATINGS
2.9.5
2.9.6
2.9.7
LENGTHS
The control cables should be supplied in standard drum lengths of 500
metres for all the sizes with a tolerance of + 5%. Only 5% of ordered
quantity may be accepted in non standard drum lengths but not less than
100 metres.
However, in case allotted quantity for 6x2.5 sq.mm. & 10x2.5 sq.mm. cable
is less than 500 metre for particular s/s, the drum length shall be as per
allotment issued by Purchaser, without any extra cost, which may be
beyond 5% limit specified above.
513
Location :: Lucknow;
3.0
S.No.
1.
2.
Conductor
3x9
5
sq.m
m
3x5
0
sq.m
m
300
95
50
185
150
50
25
Number of cores
4.
Insulation
6.
3x400 3x30
sq.mm
0
sq.mm
5.
Neutral
----------- H4--------------
(a) Type
As per IS:5831/1984
As per IS:1554(I)
Inner Sheath
(a) Type
Extruded PVC
IS:5831/1984
(b) Thickness
As per IS:1554(I)
Type-ST1
of
Outer Sheath
(a) Type
(b) Thickness
As per IS:1554(I)
7.
8.
9.
10.
12 x O.D.
11.
514
Location :: Lucknow;
3.1
CONDUCTOR
The cable conductor shall be made from stranded aluminium to form
compact sector shaped conductor having resistance within the limits
specified.
3.2
INSULATION
Insulation of the cable shall be designed and manufactured for the specified
system voltage. The manufacturing process shall ensure that insulation shall
be free from voids. The insulation shall withstand mechanical and thermal
stresses under steady state and transient operating conditions. The
insulation of the cables shall be in conformity with IS:5831-1984.
3.3
INNER SHEATH
The inner sheath shall be of extruded PVC Type ST-1 as per IS:5831-1984.
The sheath shall be suitable to withstand the site conditions and the desired
temperature. It shall be of adequate thickness and applied by the continuous
process to produce a sheath of consistent quality and free from all defects.
3.4
OUTER SHEATH
Extruded PVC serving Type ST-2 of IS:5831/1984 shall be applied with
suitable additives to prevent attack by rodents and termites. All servings must
be given anti-termite treatment. The outer sheathing must be fire retardant
and low smoke type.
3.5
CONSTRUCTION
3.5.1
Cables shall have fillers of PVC to provide substantially circular cross section
before the inner sheath is applied. The fillers should be suitable for the
operating temperature of the cable and compatible with the insulating
material.
3.5.2
All materials used in the manufacture of cable shall be new, unused and of
finest quality. All materials should comply with the applicable provisions of
the test mentioned in this specification, Indian Standard specification, Indian
Electricity Rules, Indian Electricity Act and any other applicable statutory
provisions, rules and regulations. The PVC material used in the
manufactures of cable should be of reputed manufacturer. No recycling of
the PVC is permissible. The Purchaser reserves the right to ask for the
documentary proof of the purchase of the material to be used for the
manufacture of the cables and to check that the manufacture is complying
with quality control as per this specification.
3.5.3
3.6
3.6.1
CURRENT RATINGS
Rating factors of the cables under normal conditions of installation as per
IS:3961 Part-II-1967 and subsequent amendments thereof should be
mentioned. The rating factors for different conditions of laying installations
should be furnished. The 1 sec. and 3 se. short circuit current rating should
also be furnished.
515
Location :: Lucknow;
3.7
LENGTHS
The cable shall normally be supplied in standard drum lengths as given
below:-
S.No.
1.
2.
3.
4.
3 x 400
3 x 300
3 x 95
3 x 50
Drum lengths
(mtrs.)
150 or 200
400
150
300 or 400
Tolerance
+ 5%
- do - do - do -
4.0
PACKING
4.1
The cables will be supplied duly packed in standard non returnable wooden
drums in conformity to relevant ISS, suitable for transport by goods train or
truck and for storage at site.
4.2
The wood used for construction of drum shall be properly seasoned and
sound. All ferrous parts shall be treated with a suitable rust preventive finish.
5.0
IDENTIFICATION
5.1
5.2
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
(l)
5.3
5.4
Cables shall be suitable for installation in tropical monsoon areas and hot,
humid climatic conditions of U.P.
516
Location :: Lucknow;
5.5
Cables shall be capable for being laid horizontally, inclined or even vertically.
6.0
7.0
7.1
7.2
The Purchaser reserves the right to witness all tests and the supplier shall
provide all facilities, to the Purchaser in this regard and shall inform the
Purchaser to depute his representative to witness the same.
7.3
Bidder shall submit routine test reports of cables for each drum and packing
lists of drum along with his offer of inspection. During inspection, acceptance
tests as per sampling plan specified in IS:1554 (Part-I) separately for each
size of cable, shall be performed in presence of Purchaser's representative.
Apart from above, conductor examination, check of dimensions & physical
conditions of cable and drum shall also be carried out as routine and
acceptance tests.
7.4
TYPE TESTS
Following tests shall constitute type tests:(1)
(2)
(3)
(4)
(5)
(6)
Location :: Lucknow;
(7)
(8)
(9)
(10)
(11)
(12)
(13)
(14)
(15)
502.
Shrinkage test for insulation and sheath as per IS: 5831.
Hot deformation test for insulation and sheath as per IS: 5831.
Cold impact/cold bend test as per IS: 5831.
Heat shock test for insulation and sheath as per IEC-540 and IEC502.
Thermal stability test for insulation and sheath as per IEC-540A.
Test for bleeding and blooming of pigments for insulation and sheath
as per IS: 5831.
Flammability test on completed cables as per IS: 1554.
Measurement of insulation resistance as per IS: 5831.
High voltage test as per IS: 1554 including water immersion test (AC
& DC).
SPECIAL TESTS
Following shall constitute special tests :(1)
(2)
(3)
(4)
(5)
(6)
During inspection the special tests shall be performed on one drum of each
size of cable in each lot. The tests shall be conducted as per methods
elaborated in applicable standards and the results shall be in conformity with
Schedule-S whether specified by standard or not.
7.6
All expenditure incurred on such acceptance, Type & special tests as well as
cost of cable consumed during testing shall be to the supplier's account.
Dispatch lengths shall be taken after deducting the length of the cable
consumed in above tests.
All expenses regarding testing charges including cost of cable sample &
transportation there of etc. in respect of type tests to be got conducted from
Govt. laboratories shall also be borne by the Bidder.
518
Location :: Lucknow;
7.7
The Purchaser reserves the right to modify/ delete or add any test. The
Bidders shall confirm that all test equipments and testing facilities are
available at their works for carrying out all above tests by them. The
compliance to the above test clause is pre qualifying condition for this Bid
and the bidder shall confirm to carryout the specified tests.
519
Location :: Lucknow;
SCHEDULE-S
COMPARATIVE PROPERTIES
S.No.
Particulars
Requirement
Standard
1.
Tensile
strength
elongation
(A)
Before ageing
(B)
and
Insulation
Type-A
Inner
Outer
sheath
sheath
Type ST- Type-ST-2
1
IS:5831
(a)
Tensile
strength
(Kg/Cm2) Min.
125
125
125
(b)
Elongation
break(%) Min.
150
150
150
+ 20
+ 20
+ 25
+ 20
+ 20
+ 25
at
After
ageing
at
800C/1000C For 168 hrs.
Variation.
(a)
In tensile
(%) (Max.)
strength
(b)
In
elongation
break (%) (Max.)
at
2.
IS:5831
3.
IEC-540
4.
IEC540A
80
40
80
5.
IS:5831
6.
Hot
deformation
thickness retained
Min.
test
(%)
IS:5831
50
50
50
7.
Bleeding
test
blooming
IS:5831
8.
IS:5831
9.
IS:5831
- do-
10.
ASTMD
2863
--
and
520of583
--
29
not
Location :: Lucknow;
11.
Rodent
and
termite
repulsion property
12.
Flammability Test
13.
--
--
--
shall have
repulsion
property
a) Unaffected
(uncharred)
portion
from the lower edge of
the top clamp (mm.)
min.
IS:1554
--
--
50
IS:1534
--
--
60
Volume
Resistivity
of
Insulation
(Ohm.
cm.)
(Min.)
i)
At 270C
1x1013
--
--
ii)
At 700C
1x1010
--
--
Swedish -Standar
d
SS4241475
and
class F3
--
Should
pass
14.1
IEEE
383
Should
pass
14.2
IEE332-I
14.
Flammability tests:
Should
pass
15.
Smoke
(Min.)
Generation Test
ASTMD
3843
--
--
40% (Light
Transmission)
16.
ASTMD
2863
--
--
2500C
17.
IEC754-I
--
--
20
18.
As per IS:1554(I)
521of583
Location :: Lucknow;
TS-13
TECHNICAL SPECIFICATION FOR11 KV HT XLPE CABLE
1.0
SCOPE:
The specification covers design, engineering, manufacture, stage testing, inspection and testing
before supply, delivery at site, laying & jointing of 11 KV XLPE cables for use with effectively earthed
distribution system.
2.0
STANDARDS:
2.1
The materials shall conform in all respects to the relevant Indian Standards Specification with latest
amendments thereto.
Title
IS-7098 Part-II/1985
Specification
for
Cross
Linked
Polyethylene Insulated PVC Sheathed
Cables for working Voltages from 33 KV
up to and including 33 KV
PVC insulation and sheath of Electric IEC 502 (1983)
cables
Conductors for insulated electric Cables IEC 228 (1978)
and Flexible cords
Specification for cable drum
IS-5831/1984
IS-8130/1984
IS-10418/1982
3.0
TECHNICAL REQUIREMENTS:
1.1
MAIN FEATURES:
Internationally
Recognized
Standard
The Power Cable shall be 11 KV grade, high conductivity, stranded compacted circular Aluminium Conductor,
XLPE insulated, extruded inner PVC sheathed, galvanized steel strip armoured with overall separate extruded PVC
outer sheathed, conforming to relevant standards suitable for 11 KV three phase 50 cycle second earthed system.
1.2
3.2.1
The cable conductor shall be made from stranded aluminium to form compacted circular conductor having
resistance within the specified limits as per relevant standards.
3.2.2
CONDUCTOR SHIELD:
The conductor shall have a non-magnetic semi-conducting screen, which will ensure perfectly
smooth profile and avoid concentration. The Conductor screen shall be extruded in the same
operation, as the insulation.
522of583
Location :: Lucknow;
3.2.3
3.2.4
3.2.5
3.2.6
3.2.7
3.2.8
3.2.9
INSULATION:
The XLPE insulation shall be suitable for specified system voltage. The manufacturing process
shall ensure that insulation is free from voids. The insulation shall withstand mechanical thermal
stresses under steady state and transient operating condition. The extrusion method shall give
smooth interface between semi-conducting screen and insulation.
INSULATION SHIELD:
To confine electrical field to the insulation, insulation screening consisting of two parts, namely
metallic (non-magnetic) and non-metallic (semi-conducting) shall be provided over the insulation
of each core. The non-metallic insulation shield shall be extruded in the same operation as the
conductor shield and the insulation by the triple extrusion process. The insulation shield shall be
of bonded type and strippable on adequate heating. Metallic screening of copper tape shall be
provided over non-metallic shield as per relevant ISS.
INNER SHEATH:
An extruded PVC inner sheath shall be provided over laid up cores. The sheath shall be suitable
to withstand the site conditions and the desired temperature. It shall be of thickness as per the
relevant standards, consistent quality and free from all defects. The binding tape used over the
laid up cores shall not be constructed as a part of the inner sheath
ARMOUR:
Armouring shall be applied over inner sheath with galvanized steel strip complying with the
requirements of relevant standards. The armour strips shall be applied as closely as possible.
The joints in armour strip shall be made by brazing or welding and the surface irregularities shall
be removed A joint in any strip shall be at least 300 mm from the nearest joint in any other
armour strip in the completed cable.
OUTER SHEATH:
Extrude PVC outer sheath (Dark brown colour for 11 KV cables) shall be applied over armouring
with suitable additives to prevent attack by rodents and termites. Outer sheathing shall be
designed to offer high degree of mechanical protection and shall also be heat, oils, chemicals,
abrasion and weather relevant. Common acids, alkalies, saline solutions etc., shall not have
adverse effects on the PVC sheathing material used.
CONSTRUCTION:
1) The cable shall have suitable PVC fillers laid up with insulation cores to provide substantially
circular cross section before the inner sheath is applied. The fillers shall be suitable for the
operating temperature of the cable and compatible with the insulating material.
2) All materials used in the manufacture of cable shall be new, unused and of finest quality. All
materials shall comply with the applicable provisions of the tests of the relevant standards.
3) The PVC material used in the manufacture of cable shall be of reputed make. No recycling of
the PVC is permissible. The purchaser reserves the right to ask for documentary proof of the
purchase of various materials to be used for the manufacture of cable and to check that the
conductor is complying with quality control.
4) The cable shall be suitable for laying in covered trenches and/or buried underground to meet
the out door application purposes.
CURRENT RATING:
The cables shall have current ratings and derating factors as per relevant Indian Standards. The
current ratings shall be based on maximum conductor temperature of 90 deg. C with ambient site
condition specified for continuous operation at the rated current. The one-second short circuit
current rating shall be as per table given below at maximum temperature of 250 deg.C.
Nominal Area
Short Circuit Current Rating
(mm2)
(KA)
120
11.30
185
17.40
240
22.60
523of583
Location :: Lucknow;
300
28.20
1000
94.00
3.2.10
OPERATION:
Cables shall be capable of satisfactory operation, under a power supply system frequency variation of +/- 5 c/s.
voltage variation of +10% to 15%. Cable shall be suitable for laying in ducts or under ground. Cables shall have
heat and moisture resistance properties. These shall be of type and design with proven record on Distribution
Network service.
3.2.11
3.2.12
3.2.13
3.2.14
4.0
LENGTH:
The cable shall be supplied in wooden drums and the standard drum length shall be as follows: 1) 11 KV XLPE cable of size
a) 3 x 120 Sq. mm.
250 meter
b) 3 x 185 Sq. mm.
250 meter
c) 3 x 300 Sq. mm.
250 meter
d) 3 x 400 Sq. mm.
250 meter
Non standard lengths of not less than 100 meters shall be accepted. Total non standard length
should not exceed 5% of the ordered quantity for each size of cable.
IDENTIFICATION:
For identification of individual cores, coloured strips of red, yellow and blue colours respectively
shall be used on the cores to identify phase conductors as per relevant ISS.
EMBOSSING:
The cable shall be embossed through out the length with the name of the manufacturer or trade
mark. Voltage grade with cable size and the year of manufacture. The embossing shall be done
only on the outer sheath, the distance between any two consecutive embossing shall not be
more than 1 Meter The cable shall be embossed for the verification of its length at intervals of 1
Meter say 1, 2, 3, up to full length.
GUARANTEED TECHNICAL PARTICULARS:
The guaranteed technical particulars as detailed in the specification annexure 1(A) shall be
guaranteed and a statement of guaranteed technical particulars shall be furnished in the format
along with the bid without which the bid shall be treated as Non-Responsive.
TEST:
4.1 Type Test: The material offered shall be fully type tested at some recognized test laboratories by the
Bidder as per the relevant standards but test repots shall not be more than five year old from the date of
opening of bid. The bidder shall furnish four sets of complete type test reports as per relevant IS along with
the bid. The bids received without these type test reports shall be treated as Non-responsive.
4.2 Acceptance and routine test: All acceptance and routine tests as stipulated in the relevant standards shall
be carried out by the supplier in presence of purchasers representative at the works of the contractor or the
actual manufacturer as the case may be.
524of583
Location :: Lucknow;
5.0
5.1
6.0
6.1 The equipment shall be packed in drum suitable for vertical / horizontal transport as the case may be and
suitable to withstand handling during transport and outdoor storage during transit. The supplier shall be
responsible for any damage to the equipment during transit, due to improper and inadequate packing. The
easily damageable material shall be carefully packed and marked with the appropriate caution symbol.
Wherever necessary, proper arrangement for lifting such as lifting hooks etc. shall be provided. Any material
found short inside the packing shall be supplied immediately by supplier without any extra cost.
6.2
6.3
6.4
6.5
6.6
Each consignment shall be accompanied with a detailed packing list containing the following
information:
a. Name of the consignment
b. Details of consignment
c. Destination
d. Total weight of consignment
e. Handling and packing instruction.
f. Bill of material and contents of each package.
The supplier shall ensure that the packing list and bill of material are approved by the purchaser
before dispatch.
The packing shall be done as per the manufacturers standard practice. However, he should
ensure the packing is such that the material should not get damaged during transit by Rail/Road.
The marking on each package shall be as per the relevant standards and shall also contain
APDRP/DVVNL.
Cable shall be supplied on non-returnable wooden drums as per relevant standards and shall be
suitable for any mode of transport and for storage at site. Wood used for drums shall be
seasoned and wood preservative shall be applied to entire drum. All ferrous parts shall have anti
rusting coating. Each drum shall be marked on it with following information by indelible ink.
(a)
Specification No.
(b)
Consignee and Destination Station
(c)
Name of manufacturer and trademark.
(d)
Size of cable (No. of cores/area of conductor of one core)
(e)
Type of cable and rated voltage
(f)
Gross weight of drum (Approx.)
(g)
Length of cable in the drum with individual length if more than one.
525of583
Location :: Lucknow;
6.7
6.8
6.9
6.10
(h)
Net weight of cable.
(i)
ISI/ISO certification mark, if available.
A layer of waterproof paper shall be applied to the surface of the drum and outer layer of cable.
Clear space of 40 mm shall be left between the cable and the lagging.
Packing shall be robust enough for rough handling during transportation.
The ends of all the cables, should be capped & suitably scaled by means of non-hygroscopic
material.
526of583
Location :: Lucknow;
TS-14
TECHNICAL SPECIFICATION OF LATTICE TYPE MAIN/ AUXILIARY STRUCTURES
1.0
STANDARDS
The finished structure shall conform to the latest revisions with amendments
available of relevant standards rules and codes, some of which are listed
herein for reference.
Sl.No.
1
2
3
4
Standard
IS-2062
IS-6639,1363
IS-1367,2614
IS-2016
IS-5258
Title
Steel for general Structural purposes
Specification for Hexagonal bolts, nuts for structures
5
6
7
8
9
10
IS-7215
IS-2629
IS-2633
IS-209
IS-800
IS-4759
2.0
PRINCIPAL PARAMETERS
The Bidder shall be fully and solely responsible for the procurement of all the
raw material for fabrication of main / auxiliary structures. The drawings for
individual structures shall be made available by this office on demand of the
bidder.
a)
STEEL
i)
ii)
The bidder should take into account any fabrication wastage while
quoting rates and Employer shall not accept any liability in connection
with wastage of steel during fabrication or otherwise.
iii)
The steel shall be procured exclusively from the main steel Producers.
However angle sections below 110x110x10 mm. required for fabrication
can be procured from Reroller provided the Bidder certifies with
sufficient documents that :
a)
Location :: Lucknow;
iv)
b)
c)
b)
c)
If a particular section is not available in the market then Bidder shall use
next available higher section with specific approval of the employer,
and, additional cost on account of using higher section shall not be
payable to the Bidder.
ZINC
i)
Zinc of purity not less than 99.95% shall be used, Zinc shall conform to
IS 209/1979 or its latest revisions.
ii)
3.0
4.0
FABRICATION
Based on the drawings of the employer and his own detailed shop drawings
the Bidder shall prepare the model assembly of each structure within one
528of583
Location :: Lucknow;
month and send a call for inspection of the model assembly and also to verify
the bill of material.
The Engineer shall check in detail such model assemblies and verify the bills
of material of each. Any modification, rectification, corrections required in the
structures to make it conform to the approved drawings and requirements to
this specification or standards, shall be made by the Bidder and get approved
from the Engineer, Any approval of the model assemblies shall not relieve
the Bidder in any way of his responsibility to supply correctly fabricated /
galvanised structure in conformity with approved designs, Standards
Specification.
After approval of each model assembly, the mass fabrication of the structures
shall be started by the Bidder as soon as employers approval is received by
him and complete as per the approved delivery schedule. During mass
fabrication, the Bidder shall ensure that complete structures of different types
are made available to the employer @ 150 MT Per month, and, the
fabrication shall be so programmed so as to make this possible on a regular
basis . Mass fabrication of one type of structure may be required to be done
at more than one time, depending upon the site requirement of the employer.
Following points relevant to the fabrication work shall be complied by the
Bidder. The employer, however, reserves the right at all times to inspect the
fabrication of structures at Bidder's or his sub - Bidder's works.
b)
c)
d)
e)
f)
Location :: Lucknow;
g)
All sections, plates and bars, before any work is done on them, shall
be straightened, made free from twists, carefully levelled and made
true to detailed drawings by methods, which will not injure the
materials, so that when assembled, the adjacent surfaces are in close
contact throughout. Hammering will not be permitted for straightening
or flattening of members.
h)
i)
Holes in the members shall be either punched or drilled with the help
of jigs and fixtures. Drilled holes will be preferred. However, members
up to 12 mm thickness may be punched. Members over 12 mm
thickness shall be drilled. All burrs left after drilling or punching shall
be removed completely. Holes adjacent to the bends shall to drilled or
punched after bending.
j)
Holes for bolts shall be circular or oval, lobbed forms of holes shall not
be permitted. The diameter of hole shall be 1.5 mm more than the
diameter of bolts.
k)
l)
The accuracy of location of holes shall be such that for any group
when assembled, it shall admit the bolt at right angles to the planes of
connection.
m)
n)
When members are spliced by a lap joint, heel of inside angle shall be
rounded to the minimum possible radius, consistent with proper fit with
the fillet of the outside angle. The thickness of the ground heel shall
not be less than that of the leg. Flat heeling will not be allowed. Detail
of joints is available in structure drawings.
o)
TolerancesI)
II)
III)
Location :: Lucknow;
IV)
o)
p)
Minimum Spacing
12 mm
16 mm
20 mm
32
40
48
The minimum distance from center to center of any hole to any edge
should be as shown below:-
Bolt dia
(mm)
Hole dia
(mm)
Rolled
Edge Sheared
Edge
Distance (mm)
Distance (mm)
12
16
20
13.5
17.5
21.5
16
20
25
20
23
28
WELDING
a)
b)
c)
All welds shall be free from defects like blow holes, slag inclusions,
lack of penetration etc. Welds shall show uniform sections, and, .weld
size need not exceed thickness of thinner part joined.
All fillet welds shall be inspected for flaws by the following methods.
i)
ii)
6.0
CONNECTIONS
a)
531of583
Location :: Lucknow;
b)
7.0
MARKINGS
All pieces covered under supply of the structures shall have distinct erection
marks as given on the drawings and approved bills of materials, made with a
steel punch and sufficiently indented with letters and figures, not less than
12mm x 18mm. in sizes, so that these are clearly visible after galvanising.
The letters shall indicate the type of structure (ATM, BTM, CTM or other) for
which the member is meant and numeral shall indicate the member mark as
per drawing and approved bills of materials. These erection marks shall be
stamped near one end, and, in the same relative position on each piece, in
such a way that the mechanical properties of members are not affected.
Special care must be taken to stamp the correct erection mark. The Bidder
shall be entirely responsible for any disruption of work, or delay in completion
of work of delay in payment of Bidder's bills on account of wrong erection
marks.
8.0
GALVANISING
i)
All members of the structures and special structures along with its
cleats, bolts, nuts & washers, fixing attachments, if any, shall be hot dip
galvanised.,
ii)
iii)
Location :: Lucknow;
iv)
9.0
TESTS
All materials offered shall be fully tested by the bidder as per the relevant
standards.
All acceptance and routine tests as stipulated in the relevant standards shall
be carried out by the supplier in the presence of employers representative.
10.0
INSPECTION
In addition to the provisions in clause no. 2.4.0 of General conditions, the
following shall also apply:a)
Should any member of the structure be found not to comply with the
approved designs/ drawings or with the provisions of the
specifications, it shall be liable to rejection. No member, once rejected
shall be resubmitted for inspection, except in cases where the
employer or his authorized representative considers the defect as
rectifiable.
b)
Defects which may appear during fabrication shall be made good with
the consent of, and, according to the procedure laid down by the
employer.
c)
d)
The correct grade and quality of steel and zinc shall be used by the
manufacturer. To ascertain the quality of steel / zinc used, the
inspector may at his discretion, get the material tested at an approved
laboratory.
e)
The Bidder will offer his material for inspection in following two
stages.
1.
2.
f)
g)
Location :: Lucknow;
12.0
13.0
Light angle sections shall be wire bundled and heavy angle sections
may be sent loose.
ii)
iii)
iv)
v)
Location :: Lucknow;
Section Cutting:
Is there any facility for section cutting? If yes intimate the type of machine;
also intimate the maximum of thickness of angle flanges and diameter of
round, which can be cut by above machine. Capacity of machine may also be
intimated.
2.
3.
Cropping:
i)
ii)
Intimate the type of machine and the thickness and width it can be crop.
Punching / Drilling:
i)
ii)
5.
B:
GALVANIZING:
Is there any facility for hot dip galvanizing of structures available at your
works? If yes then furnish the following information:
a)
Location :: Lucknow;
b)
The dimensions of the galvanizing tank to assess the maximum size of the
members that can be galvanized.
c)
d)
e)
f)
g)
h)
536of583
Location :: Lucknow;
TS-15
TECHNICAL SPECIFICATION OF FOUNDATION ANCHOR BOLTS
1.0
STANDARDS :
The finished foundation anchor bolts shall conform to the latest revisions with
amendments available of relevant standards rules and codes, some of which
are listed herein for reference.
Sl.No
Standard
IS-2062
IS-1608
IS-5624
IS-4218
IS-2614
IS-2629
IS-2633
IS-209
2.0
PRINCIPAL PATRAMETERS
2.1
All the raw material required for fabrication and partial galvanizing of the
anchor bolts shall be procured by the Bidder. The MS rounds and MS plates
used for manufacturing the anchor bolts shall be free from all rust, pitting,
greasing etc. They should conform to technical parameters for Grade A steel
of IS-2062. M/S GKW make nuts, or equivalent quality approved by the
employer, shall be supplied with anchor bolts. In case galvanized nuts are not
available, the Bidder may purchase black nuts from M/S GKW and galvanize
them as per relevant IS.
2.2
All the above anchor bolts shall be fitted and supplied with GKW make double
nuts duly galvanized.
3.0
4.0
Title
Location :: Lucknow;
3.
The anchor bolts shall be supplied fitted with double nuts of M/S GKW
make, or equivalent approved quality, duly galvanized. The top portion
of anchor bolts including threads shall be galvanized as indicated in the
drawing.
4.
5.
5.0
GALVANIZING
The anchor bolts as well as nuts shall be galvanized by hot dip process
conforming to latest revisions of IS-2629 and 2633. Minimum weight of
coating of zinc during galvanizing shall be 305 gms. per sq.m. for threaded
portion and 610 gms. per sq.m. for the other surfaces. The galvanized
external threads shall not be recut. The zinc used shall be not less than
99.5% pure conforming to IS-209 and shall be free from sulfur, carbon or
silica. The galvanizing shall be done at correct temperatures and shall provide
for substantial diffusion of Hydrogen, maintaining the molten zinc bath free
from impurities. The nuts and bolts shall be meticulously cleaned before
galvanizing. The galvanized surfaces shall be free from defects like strain,
dross , excessive projections or other imperfections, metals etc. which would
impair serviceability ,quality, strength or finish of the anchor bolts. There
should not be any clogging of threads due to staying of zinc on them during
galvanizing. The threads must fit properly and freely throughout the threaded
portion. This shall be specifically ensured before dispatch of the material.
6.0
TESTS:
All materials offered shall be fully tested by the bidder as per the relevant
standards. The sampling and acceptance criteria of foundation bolts shall be
in accordance with IS-2614 and test results shall conform to parameters as
specified for Grade- A steel in IS 2062.
7.0
INSPECTION
In addition to the provisions of General conditions, the following shall also
apply :a)
On successful inspection, the Bidder will submit to the employer
manufacturer's test certificates for each lot purchased
inspection report etc.and will request for issue of dispatch Clearance
from the employer.
8.0
ii)
Location :: Lucknow;
iii)
9.0
PRICE :
The price shall include cost of all raw materials including MS Rounds, nuts,
plates ,zinc and including fabrication ,partial galvanizing, delivery at site,
unloading and stacking and inclusive of wastage. Price shall be quoted per
number as indicated in schedule.
Section Cutting:
Is there any facility for section cutting? If yes intimate the type of machine;
also intimate the maximum of thickness of angle flanges and diameter of
round, which can be cut by above machine. Capacity of machine may also be
intimated.
2.
3.
Cropping:
i)
ii)
Intimate the type of machine and the thickness and width it can be crop.
Punching / Drilling:
i)
ii)
5.
Location :: Lucknow;
B:
GALVANIZING:
Is there any facility for hot dip galvanizing of structures available at your works? If yes
then furnish the following information:
b)
c)
The dimensions of the galvanizing tank to assess the maximum size of the
members that can be galvanized.
d)
e)
f)
g)
h)
i)
540of583
Location :: Lucknow;
TS-16
STANDARDS
The supply of items covered by this specification shall comply with the latest
editions of the Indian Standards / IEC and codes of practice. Some of the
applicable standards are given below.
Sl.
No.
1.
Indian Standards
2.
IS:209
IS:398
( Part II )
( Part V )
IS:617
4.
IS:731
IS:731
6.
IS:1327
7.
IS:1521
8.
IS:1548
9.
IS:1573
10.
IS:2004
11.
IS:2107
12.
IS:2108
13.
IS:2121
Part ( I )
Title
International Standards
Specification
for
Zinc
Aluminium
Conductor
for
overhead
purposes.
Aluminium
conductors, Galvanised Steel
Reinforced
Aluminium
Conductor
Galvanised Steel
Reinforced (Moose ).
Aluminium and Aluminium
alloy ingots and castings for
general engineering purposes.
Porcelain
insulators
for
Overhead power lines with a
nominal voltage greater than
1000 V.
Wrought
aluminium
and
aluminium alloy drawn tube
for
general
engineering
purposes.
Method of determination of
mass of tin coating on tin
plate.
Method of tensile testing of
steel wire.
Manual on basic principles of
lot sampling.
Electroplated coatings of Zinc
on iron and steel.
Specification for carbon steel
forgings
for
general
engineering purposes.
White Heart Malleable iron
casting.
Black Heart Malleable iron
casting
Specification for conductors
and earthwire accessories for
overhead power lines.
Armourods rods, binding wires
and tapes for conductors.
541of583
BS:343
IEC:209
BS 137(Part 2)
BS:3288
Location :: Lucknow;
Part ( II )
15.
Part ( II )
Part ( III )
IS:2629
16.
IS:2633
17.
IS:3063
18.
IS 3138
19.
IS:4218
20.
IS:1826
21.
IS:6745
22.
IS:9708
23.
IS:10162
24.
IS:8263
25.
26.
IS : 5561
IS:5082
27.
IS:6639
14.
Part ( III )
IS:2486
Part ( I )
28.
542of583
IEC-120
IEC - 120
ISO/R947 &
ISO/R272.
ISO/R68
ISO/R261
ISO/R262
ISO/R965
ASTMA:272-72a
BS-443
BS:1473
BS:1490
BS:1452
NEMA :107
CISPR , IEC:437
IEC-575
Location :: Lucknow;
2.0
PRINCIPAL PARAMETERS
2.1.1
The surface of the equipment shall be smooth and free from sharp edges,
burrs and other projections, which may be a cause for increasing corona
losses and radio interference above acceptable levels.
2.1.2
All castings shall be free from blow holes, surface blisters, cracks or any
other casting defects. All sharp edges and corners shall be blurred and
rounded off.
2.1.3
2.1.4
2.1.5
Clamp shall be designed to carry the same current as the conductor and the
temperature rise shall be equal or less than that of the conductor at the
specified ambient temperature. The rated current for which the clamp or
connector is designed with respect to the specified reference ambient
temperature shall also be indelibly marked on each component of the clamp
and connector except on the hardware.
2.1.6
2.1.7
2.1.8
Size of the terminal/ conductor for which the clamp/ connector is suitable
shall be embossed/punched (i.e. indelibly marked) on each components of
the clamp/ connector, except on the hardware.
2.2.0
INTERCHANGEABILITY :
2.2.1
2.3.0
2.3.1
Insulator fitting assembly normally consists of : I) Clamp (ii) Yoke plate (iii)
Corona control rings (wherever required) (iv) Shackles (v) turn buckles
(wherever required) (vi) Required no. of nuts & bolts (vii) Any other item if
required.
2.3.2
Insulator fittings components other than plates, angles and flats, shall be
forged steel. Malleable cast iron components shall not be accepted.
2.3.3
Insulator hardware assembly shall be designed for a 4000 kg. Tensile load per
string for the switchyard with a factor of safety two(2).
543of583
of
Location :: Lucknow;
2.3.4
The insulators fitting shall have to be matched with the insulators. P.G.
clamps shall be suitably designed according to requirements.
2.4.0
GALVANISING:
2.4.1
All ferrous parts including bolts and nuts shall be hot dip galvanized and shall
be evenly and uniformly coated with zinc complying with IS: 2629. The
uniformity of zinc coating shall be tested as per IS: 2633. The zinc coating
shall be uniform; adherent, smooth, reasonably bright, continuous and free
from imperfections such as flux, ash, rust, stains, bulky white deposits and
blisters. The zinc used for galvanizing will have to be arranged by the
fabricator and purity shall be of grade Zn 99.5 as per IS: 209.
2.4.2
All ferrous parts including structural steel works and single pipe. supports
shall also be galvanized after fabrication.
2.4.3
All bolts, nuts, locknuts, washers etc. shall be hot dip galvanized. Excess
spelter from bolts, nuts etc. shall be removed by centrifugal spinning. From
bolt or nut. Threading after galvanizing, shall not be permitted. Nuts,
however, may be tapped, but not to cause appreciable racking of the nuts on
the bolts. Springs washers shall be electro- galvanized.
3.0
TECHNICAL PARTICULARS:
3.1
INSULATORS FITTINGS :
3.1.1
Material
3.1.2
Suitable for
3.1.3
Tensile strength
3.1.4
i)Maximum
current
33 Kv
220 Kv
132 Kv
Mild steel forged Mild steel forged Mild steel forged
steel etc.
steel etc.
steel etc.
AAC
(a)I )ACSR Zebra (a)I)
AAC (a)I)
Tarantulla
Tarantulla
conductor
conductor
conductor
II)
II) AAC Tarantulla
II)
ACSR
Zebra
conductor
ACSR Zebra
III) ACSR Panther
III) ACSR Panther
Conductor
Conductor
b) Fog type disc
b) Fog type
b)Fog type
disc
insulator disc
insulator insulator 280x146
mm)
(280x146 mm)
(280x146 mm)
7000 kg(70 Kn)
7000kg(70 Kn)
7000kg(70 Kn)
1250 A
3.15
1250 A
1250 A
31.5 Ka
25 Ka
General criteria for using the conductor: refer clause 4.02 of Technical
specification for Handling, Erection, testing and commissioning.
544of583
Location :: Lucknow;
3.2
- Mild steel
c)
-do-
Angle plate
d) Corona
rings
3.3
or
Al. tube
e) Turn buckle
- Forged steel
f)
- Aluminum Alloy
Tension clamp
545of583
Location :: Lucknow;
3.4
3.4.1
Material
132/33 KV
Aluminum
alloy
casting
conforming to designation A6 of
IS:617 and shall be tested for
all tests as per IS:617
c)
Electrogalvanised-suitable for at
least 3 service conditions as per
IS:3063 & IS:1573
f)
Mild steel.
Misc.
3.4.2
132 kV
--
3.4.3
31.5 kA
3.4.4
3.4.5
Other Details
33kV
-
25 kA
10 mm
1)
2)
546of583
Location :: Lucknow;
3)
4)
Clamp shall be designed to carry the same current as the conductor and
the temperature rise shall be equal or less than that of the conductor at
the specified ambient temperature. The rated current for which the
clamp / connector is designed with respect to the specified reference
ambient temperature shall also be indelibly marked on each component
of one clamp / connector except on the insulator fittings.
4.0
4.1
4.2
Test for corona inception and extinction voltages with and without
corona rings to be performed on completely assembled strings.
Radio Interference voltage test.
Corrosion and Galvanising test.
Dynamic High current withstand test.
Tension Test.
Slip Test
Electrical Resistance test.
Heating cycle test.
The reports of following type tests, on the complete insulators string with
hardware fitting, shall need to be furnished.
a)
b)
c)
d)
e)
f)
g)
BS:137
BS:137
IEC-383
)
)
)As per clause7.0
Location :: Lucknow;
h)
i)
j)
4.3
)
)
4.4
Visual Examination ( A )
Verification of dimensions ( A )
Electrical Resistance test for tension clamp.
Heating cycle test on tension clamps.
Magnetic Power Loss for suspension assembly.
Corona Extinction Voltage
RIV performance test.
Slip Strength test for suspension and tension
assembly.
Microscopic test for grain size of forgings ( A ).
Tensile strength test of components. ( A ).
Magnetic particle inspection for forgings ( A ).
Tests on locking devices for ball and socket
coupling.(A)
Hardness Test. ( A ).
Galvanizing ( A ).
)
)
)IS:2486
)
As per clause 7.0
As per clause 7.0
IS:8263
IS:2486
IS:4748
As per clause 7.0
IS:3703& IS:7743
IEC:372
IS:2108
IS:2633 & IS:2629
Acceptance Tests
( A ) marked tests shall be done as acceptance tests also.
5.0
TESTING PROCEDURE
5.1. 0
5.1.1
Power frequency voltage flashover tests without corona control rings and
arcing horns (i) Dry ( ii ) Wet The procedure for this test will be the same as
specified in BS137 except that the insulator string shall be tested without the
corona control rings and arcing horns.
5.1.2.
Location :: Lucknow;
sphere gap connected across all the discs in the string successfully. The
values of the voltages E1, E2, E3 .. En across the entire string when the
sphere gap is connected successively across the 1,2,3 . nth disc shall be
noted . The voltage Vn across the nth disc as a percentage of the voltage
across the string is given by the relation.
Vn = Vs / En x 100 percent
Max. potential across any disc of the string shall not exceed 9% of the
voltage applied across the string. The total of the voltage distribution of all
discs so computed shall be within 95% and 105%. If not, the test shall be
repeated. The proportionate correction shall be made on the value so as to
give a total of 100% distribution.
In addition to above, voltage across the two max. stressed insulators so
tested above, shall be rechecked by applying 242 5% kV across the entire
string and varying the sphere gap distance to determine the percentage
voltage distribution.
5.1.6.
The load shall be so applied that the component is stressed in the same way as it
would be in actual service and the procedure as given in clause no 7.1.5 above
should be followed.
5.1.7.
5.1.8.
5.1.9.
549of583
Location :: Lucknow;
TS-17
TECHNICAL SPECIFICATION
CONDUCTORS ETC.
1.0
OF
DISC
INSULATORS
AND
STANDARDS
The supply of accessory items covered by this specification shall comply with
the latest editions of the Indian standards / IEC and codes of practice. Some
of the applicable standards are given below :-
I.S.S No.
Particulars
Remarks
IS.731
Disc insulators
IS. 2544
Porcelain Insulators
- do -
IS. 6005
Code
of
practice
phosphating Iron & Steel
IS. 398
ACSR Conductor
- do -
IS. 226
M. S. Bars
- do -
for - do -
2.0
PRINCIPAL PARAMETERS
2.1
2.2
The Porcelain shall be sound, free from defects, thoroughly verified smoothly
glazed and have brown colour.
2.3
The design of the insulators shall be such that stresses due to expansion
and contraction in any part of the Insulator shall not lead to deterioration. The
porcelain shall not directly engage with hard metal.
2.4
2.5
550of583
Location :: Lucknow;
2.6
The security clips shall be made of suitable material of copper alloy. The
clips shall provide positive locking of the coupling.
2.7
A)
132 kV SWITCHYARD
2.8
(i)
(ii)
Single strain string shall be complete with 10 nos. anti-fog type disc
insulators & without strain clamps & fittings.
i)
Types of insulator
Anti-fog type
ii)
70
iii)
280 x 146
iv)
Creepage distance
a) Total mm
b) protected mm
v)
vii)
vii)
430
290
100
60
85
50
175
170
551of583
Location :: Lucknow;
viii)
155
ix)
140
x)
16
xi)
18
xii)
50 micro Volt
3.0
3.1
Aluminum strands for ACSR and all aluminum conductors shall be hard
drawn from 99.5% pure electrolytic aluminum rods with 61% conductivity.
The bidder shall specify the guaranteed minimum and average values of
conductivity.
3.2
The steel wire for ACSR conductor shall be manufactured from high tensile
steel of 134 to 143 kg. / Sq. mm. quality produced either by the acid or basic
open hearth process or by electric process. It shall not contain sulphur or
phosphorous exceeding 0.05 percent and total of sulphur or phosphorous
shall not exceed 0.085 percent. No wires drawn from Bessemer process
steel shall be used.
3.3
The surface of the conductor shall be clear and dry . The surface strands
shall be smooth and free from burrs and other projections which may cause
in creasing corona losses above those occurring on perfectly smooth
conductor when used on extra high voltage lines. The successful bidder shall
submit all relevant test certificates to the Purchaser.
3.4
General criteria for using the conductors shall be as per clause 4.02 of
technical specifications for Handling, Erection, Testing and Commissioning.
4.0
4.1
The earth mat required shall be laid at 700 /500 mm depth below ground
level.
4.2
The earth resistivity of the soil will be intimated to the successful bidder who
will lay the earth mats as per drawings duly approved by the Purchaser.
4.3
M.S. rods of 36/40 mm dia shall be used for the earth mat, to be laid in the
total area of the switch yard and 3 metre long M.S electrodes of 36mm/40
mm dia shall be fixed all along the boundary of the switch yard below the
earth mat level.
4.4
The earthing of all the equipment/ structures placed in the switchyard will be
done through suitable size riser of MS flats.
552of583
Location :: Lucknow;
5.0
6.0
TESTS
All the equipment offered shall be fully Type tested by the bidder as per the
relevant standards
All acceptance and routine test as stipulated in the relevant standards shall
be carried out by the supplier in the presence of Purchasers representative
553of583
Location :: Lucknow;
TS-18
TECHNICAL SPECIFICATION OF FIRE EXTINGUISHERS
A.
3.
CAPACITY :-
1.1
1.2
The capacity of extinguisher shall be the mass of carbon dioxide when it is filled in
the container to the filling ratio of not more than 0.667.
4.
CONTENTS :-
4.1
The Carbon di oxide gas shall confirm to IS 307/1996 (2nd Revision). The
extinguisher should be cleared internally & be filled with liquefied carbon di oxide
to the filling ratio of not more than 0.667.
4.2
The filling ratio is the ratio of mass of liquefied gas in the container to the mass of
water required to fill the container at 150C.
5.
CONSTRUCTION :-
5.1
Body :The typical shape showing cylinder with other components shall be furnished by
Bidder with his bid. The extinguisher of capacity mentained above shall have flat
base.
5.2
5.3
Discharge Fitting
5.2.1
The nos. of not less than 100 mm dia shall be provided for 11 Kg. 22.5 Kg.
Capacity extinguishers. The length of hose shall not be less than 2 m for 11 Kg.
And 5 m for 22.5 Kg.
5.2.2
Location :: Lucknow;
5.2.3
5.3
Trolley :
The trolley wheel shall be 300x50x25mm with rubber covered over it.
6.
PAINTING :-
6.1
Each extinguisher shall be painted fire red confirming to shade No.536 of IS5/1978 (3rd Rev.).
6.2
6.3
The extinguisher shall be marked with letters 'B' & 'C' fires as laid down in IS :
2190/1979 (2nd Ref.). The letters 'B' & 'C' shall be 2.5 cm size, printed in white
colour centrally contained in a square of 4 cm size and a circle of 2 cm
respectively & shall be coloured black.
6.4
7.
PERFORMANCE REQUIREMENTS :-
7.1
Discharge Duration :The design & construction of the extinguisher shall be such that when operated at
an angle of not more than 450C from vertical and at a temperature of 270 + 20C it
shall not less than 95% of the contents in the form of continuous discharge with in
the following period from the time of operating the value.
Size of Extinguisher
11 Kg.
22.5 Kg.
7.2
Max.
24
60
Intermittent Operation :An extinguisher shall be capable of being operated intermittently with out freeze up
of the valve seat and causing any leak when conditioned at 270C + 20C. The valve
shall be opened for 3 sec. & closed for 10 sec. & the cycle shall be repeated &
shall discharge at least 95% of the contents.
7.3
Leakage Test :The extinguisher without its attachment shall be shelved for 7 days after filling &
shall be checked for weight at the end of the period. There shall be no loss of
mass.
8.
8MARKING :-
8.1
Every extinguisher without its attachment shall be shelved for 7 days after filling &
555of583
Location :: Lucknow;
shall be checked for weight at the end of the period. There shall be no loss of
mass.
8.1.1
8.1.2
(b)
(c)
(d)
Capacity.
(e)
(f)
(b)
8.1.3
9.
(B)
1.
ISS:
2171/1985 (3rd Rev) Ammendment No.1
2.
SCOPE :
This specification covers the requirement regarding material shape,
construction & performance test of Dry Chemical Powder (cardige) type.
3.
CAPACITY :1X10 Kg. capacity extinguisher are in the form of portable (wall mounted) and
22.5 Kg. 45 Kg. Capacity extinguisher in trolly mounted.
Various composition of dry powder such as Sodium & Potassium carbonates
and bicarbonates, chlorides Ammonium Phosphate & borates etc. The latest
powder developed on a reaction product of urea & potassium bicarbonate.
The gas cartridge shall confirm to IS 4947/ 1977.
5.
PRINCIPAL :The dry chemical powder extinguisher extinguishes fire by beating displacement of
air and decomposition of dry powder in to carbonate dioxide.
556of583
Location :: Lucknow;
6.
CONSTRUCTION :Body :
The typical shape showing cylinder with other components in shown in the fig. 3
enclosed. The extinguisher mentioned above shall have flat base. The outer
cylinder dia shall be 175+5mm.
6.1
Discharge Vave :
The valve shall be eithersqueez grip type or wheel type.
6.2
Discharge Fitting :
6.3.1
The neck ring dia of 75mm & length 16mm shall be provided.
6.3.2
6.3.3
Cartridge holder shall have female left handed threads corresponding to those of
cartridge, with port holes.
6.3.4
6.4
Trolley :The details of trolley shall be submitted by the Bidder with his bid. The trolley
wheel shall be 300x50x25mm with rubber covered over it.
7.
Component
Material
Body
Inner Container
Brass sheet.
Neck Ring
Syphon tube
Hose
6
7
Piercer/Spindle
Spring
8.
PAINTING :-
8.1
Each extinguisher shall be painted fire red confirming to shade No.536 of IS5/1978 (3rd Rev.).
557of583
Location :: Lucknow;
8.2
8.3
The extinguisher shall be marked with letters 'B' & 'C' indicating their suitability for
respective classes of fires as laid down in IS: 2190/1979 (2nd Rev.) The letters 'B'
& 'C' shall be 2.5 cm size printed in white colour centrally contained in a square of
4 cm size and a circle of 2 cm respectively & shall be coloured black.
8.4
9.
EXPANSION SPACE :An air space shall be provided in the body above the specified liquid level & shall
be of sufficient volume to ensure that when the discharge nozzle is temporarily
closed and the extinguisher is put in to separation at a temp of (270 + 50C, the
pressure exerted shall not exceed 1.5MN/M (15 Kgs/Cm)2.
10.
ANTI CORROSION TREATMENT :The body shall have all the internal surfaces completely coated with lead tin alloy
having tin not less than 10% applied by hot dipping process. The external surface
shall be subjected to this anti corrosive treatment which shall be applied to a
uniform thickness.
11.
TEST REQUIREMENT :-
11.1
Under normal condition operation (270 + 50C,) the jet should maintain a flow of 4m
for 5 Kg Capacity & 6m for 10 kg capacity) extinguisher.
11.2
There should be 85% discharge with in a maximum period of 22 Sec. For 5 Kg.
Capacity & 30 sec. For 10 Kgs. Capacity 45 Sec. for 25 Kgs.
11.3
In case of hydraulic burst test, mechanical failure should not occur at a pressure
not less then 4.5 MN/M2 (45Kg/Cm2).
11.4
The extinguisher body & the cap assembly shall be tested to an internal hydraulic
test pressure of 3 MN/M2 (30Kg/Cm2).
11.4
12.
MARKING :
The following marking shall be marked on the extinguisher
12.1
12.2
12.3
12.4
12.5
558of583
Location :: Lucknow;
STANDARD
ISS shall confirm to IS 2546/1974 1st Revision amendment No.1 Galvanized mild
steel fire bucket.
MATERIAL
Galvanized mild steel shall be used.
CONSTRUCTION
The fire bucket shall be round type i.e. its bottom portion shall be round & not flat
type as in case of ordinary bucket. The upper diameter & length shall be 250mm
& 300mm respectively.
PAINTING
The bucket shall be first painted with one coat of red Oxide primer and then with
two coats of synthetic enameled post office red paint from outside. Inside partition
shall be painted with two coats of synthetic enameled white paint. The handle and
out side bottom portion shall be painted with black paint Only BRITISH, ASIAN,
SHALIMAR paint shall be used.
1.1
FIRE:On one side the "FIRE in 100mm height shall be written & on other side the word
^^vkx^* in same height, shall be written. The thickness of each alphabet in English
as well as in Hindi shall be 050 mm. Only Capital letters shall be used.
559of583
Location :: Lucknow;
TS-19
TECHNICAL SPECIFICATIONS OF LIGHTING
1.0
SCOPE
1.1
Periphery lighting by erection of steel tubular pole of 9 meter long and fixing
light fixtures on these.
1.2
1.3
1.4
1.5
1.6
1.7
Supply of all the required equipments/ material and any other work required
to complete the work satisfactorily.
The quantities of various items specified in Schedule of Quantities and prices
are tentative.The detailed layout & drawings for lighting work shall be issued
by Executive Engineer of concerned Electricity Transmission Division and the
quantities shall be finalized & paid for accordingly.
1.8
1.1
1.2
1.3
2.0
Location :: Lucknow;
should also be welded with pipe for earthing purpose at a place near the hole
at same height.
2.1
3.
The bend should be smooth and the pipe in no case develop crack. In case
of any crack, the same shall be rejected.
G.I. BEND FOR CABLE FOR LAWN LIGHTING
This will be made of25mm dia GI pipe of'B' class having total length of
600mm with bend at 200mm at 30 and other end threaded & fitted with a
chuck nut.
4.
5.
This will be made of35mm dia G.I. pipe of 'B' class length being 2.5M with
bend at one end at 30 in 0.5 m length & other end having thread & fitted with
a chuck nut for taking cable to junction box fitted on steel tubular pole for
periphery lighting.
G.I. BEND FOR JUNCTION BOX FITTED ON COLUMN
This will be made of 35mm dia GI pipe of'B' class length being 2.0M with
bend at one end at 30 of 0.5m length & other end threaded & fitted with a
chuck nut for fixing it with Junction box fitted on 220/132/33 KV columns for
yard lighting.
6.
6.1
6.2
The Junction box shall be finished with smoke gray paint shade 631-ISS.
6.3
The door complete with rubber gasket shall be hinged type provided with 2
No. fixed screws .
Arrangement shall be made in JB for it's mounting on pole.
6.4
6.5
6.6
6.7
Location :: Lucknow;
CONCRETING
7.1
8
8.1
Steel Tubular Pole shall be grouted in 1:4:8 ratio with cement, coarse sand &
40mm brick ballast in size 450x450x 190mm.
The Plinth shall be 300mm above ground level and shall be properly
plastered in1:4 cement concrete ratio and shall be tapered from all four
corners in 75mm.
The light pole of 2.5m long shall be grouted in 1:2:4 cement sand coarse
sand and 20mm granite with 225mm plinth above ground ..
The Junction Box for Lawn Light shall be embedded in the Plinth above
ground level with top surface of JB in level with plinth well.
GI pipe for cable entry shall also be fitted with Light Pole before concreting is
done.
Junction Box on steel Tubular Pole shall be fitted at 1.5M height from ground
level.
CABLE LAYING & TERMINATIONS
The cable shall be laid 500mm below the ground in excavated trenches.
8.2
75mm thick ganga sand shall be laid first as pad for laying of cable over it.
8.3
Bricks on it's 75mm edge shall be laid continuously on both side of excavated
trench after ganga sand is placed 75mm thick over the excavated trench.
Then cable shall be laid over the sand bed between bricks and filled with
sand and then brick in placed on its l25mm surface. Thereafter the earth is
filled in layer of 20cm. and properly rammed and finally leveled.
8.4
When more than one cable is running in same trench then each cable shall
be segregated with ganga sand filled between two cables.
8.5
All termination of cable & connection shall be done strictly as per drawing .
8.6
Only AI. lug of Dowell or Jainson make shall be used for termination.
8.7
Crimping of Al lug shall be done with the help of hydraulic crimping tool
suitable
for lug. Size.
8.8
Any civil work damaged by the Bidder during the course of cable laying shall
be made good.
8.9
No wastage is allowed in cable length only length required for termination &
that
too bare minimum required is allowed as wastage. The cable drum should
not be damaged.
9.
9.1
PAINTING
3 Nos.450mm strips of Post Office red colour shall be made in 9M long street
light pole with one strip of white colour in between.
9.2
9.3
7.2
7.3
7.4
7.5
7.6
562of583
Location :: Lucknow;
9.5
Strict cleanliness of the work site shall be observed during the erection
work.:-
(B)
1.
2.
3.
Type of Wiring: The wiring shall be carried out in conduit on surface with
P.V.C. insulated wire.
The wiring whether concealed or on surface, shall be easily accessible for
inspection. The wiring shall be done 225mm below the ceiling as possible
and shall be straight. Open type wiring shall not be done in air conditioned
space and above the false ceiling or lofts under any circumstances.
4.
Layout of Wiring: The wiring shall be done on distribution system with main
and branch distribution boards at convenient physical and electrical load
centre and without isolated fuses.
"Power" and "Heating" sub-circuits shall be kept separate and distinct
from"Lighting" and "Fan" subcircuits.
"Lights" and "Fans" shall be wired on separate circuits.
5.
6.
Position of wiring run and points: The position of runs of wiring and the exact
positions of all points and switch boxes shall be marked on the building plan
or the building itself and approved by the Engineer-Incharge.
7.
8.
Cables and Flexible Cords: The conductors of cables, except flexible cables
or cords, shall be of copper or aluminium as specified. The mininimum crosssectional area of conductor for final sub-circuit and for light and fan subcircuit shall be 1.50 sq.mm aluminium. The cross-sectional area of conductor
563of583
Location :: Lucknow;
for the wiring of high pressure mercury/sodium vapour lamp and exhaust fan
shall be 2.5sq.mm aluminium. The minimum cross-sectional area of
conductor for power wiring shall be 4 sq .mm. aluminium or 2.5 sq.mm
copper.
9.
Rating of lamps and Fans: As far as possible, actual current carried by any
conductor should be estimated. Unless the actual value of load is known, a
light point shall be rated at 100 W in non-residential buildings and 60 W in
residential buildings table fans and ceilings fans at 60 W, 5 A socket outlet at
60 W and 15 A power outlet at 100 W. Exhaust fans shall be rated according
to their capacity.
10.
Looping back : The wiring shall be done in looping back system without any
connector or junction box on the line. The looping back of phase or live
conductor shall be done at the switch box and that of neutral at the light, fan
or socket outlet. In no case, joint shall be made bare or by twisting the
conductors in through runs of' cables. If the length of final sub-circuit,
sub~main or main is more than the length of standard coil and joint becomes
unavoidable, such joints shall be made by means of proper connector. No
junction box shall be provided specific difficulties should be referred to
Engineer-In-charge for decision.
11.
12.
Metal Boxes: Metal boxes made of cast iron shall be 3mm thick. The sheet
steel boxes shall be made of 1.5mm (16 SWG) thick mild steel sheet. These
boxes shall have not less than four screwed holes for fixing the top cover and
a earthing stud. These boxes shall be provided with a cover of phenolic
laminated sheet, not less than 3 mm thick, fastened to the box with not less
than four number brass screws and washers. These boxes shall be painted
both inside and outside, with two coats of antirust paint.
13.
14.
Conduit Wiring System: This type of wiring can be used both for low voltage
and medium voltage installation. Single core PVC insulated (without sheath)
cable shall be used. This cable shall be drawn in heavy gauge rigid steel
conduit. The conduits shall be fixed on surface.
(I) Surface conduit wiring system - Heavy gauge rigid steel conduit, solid
drawn or lapwelded, with galvanized or stove enameled surface, not less
than 19mm in diameter, shall be used. The gauge of conduits shall be not
less than 1.5mm (16 SWG). for conduit of size upto 32mm diameter and not
564of583
Location :: Lucknow;
less than 2mm (14 SWG) for conduit of size above 32mm diameter. Only
threaded type conduit accessories shall be used. Pin grip or clamp type
accessories shall not be used under any circumstances. The maximum
number of PVC insulated 1100 volt grade aluminium conductor cables that
can be drawn in conduit shall be specified.
In case of cables carrying alternating current the outgoing and return cables
shall be drawn in the same conduit.
The conduit pipe shall be joined by means of screwed socket, couples, or
accessories only. Inspection boxes and inspection type couplers shall be
provided at intervals not exceeding 6meters. Threads on the conduit pipe
shall be long enough to accommodate the pipe to full threaded portion of the
couplers and accessories. No burrs or sharp edges shall be left at the curt
end of the conduit pipes to avoid damages to the insulation of the conductors
while pulling.
The layout of the conduit shall be such that condensation or sweating inside
the conduit, if occurs, is drained out. In order to minimize it all outlets of the
conduit system shall be ventilated, keeping covers of the inspection boxes
exposed but flushed in level.
The conduit pipe for each circuit shall be erected before any cable is drawn
in. The conduit pipes shall be fixed by heavy gauge steel saddles, secured
over 12mm thick spacers of well seasoned teakwood/approved MDF, at
intervals not exceeding 60cm. The spacer shall be fixed to wall plug by flat
headed wood screws. A saddle shall be fixed within 10cm. on both sides of
couplers, bends or similar other fittings. The saddle shall be not less than 24
gauge thick for conduit pipe up to 15mm diameter and not less than 10
gauge thick for conduits of larger diameter.
When conduits have to be attached to irons or steel joints or pillars, suitable
girder clips at intervals of 60cm shall be secured by means of ordinary clips
or girders clips, as required. Where it is not possible to drill holes, suitable
clamps with bolts and nuts shall be linked. The clips shall be not less than
19mm wide and 0.90mm thick for conduit pipe up to 25mm diameter. For all
sizes of clamping rod shall be 4.45 mm (7SWG) diameter).
All necessary bends in the system including diversion shall be done by
bending pipe, or by inserting suitable solid inspection type normal bends,
elbows or similar fittings or by fixing cast iron or sheet inspection boxes as
directed by Engineer-Incharge. Conduit fittings shall be avoided, as far as
possible, on conduit system exposed to weather, where necessary, solid type
fittings shall be used, radius of such bends in conduit pipes shall be not less
than 7.5cm. No length of conduit shall have more than the equivalent of four
quarter bends from outlet to outlet.
The conduit of each circuit or section shall be completed before conductors
are drawn in. The entire conduit system shall be electrically and mechanically
continuous and shall be tested for the same. The entire system shall be
permanently connected to earth in general conformity to the requirement of
earthing G.I. earth continuity wire of 8SWG size shall run along the full-length
565of583
Location :: Lucknow;
of the conduit and shall be fastened,to conduit between each wire and
conduit, and terminated in the box with stud. Gas or water pipes shall not be
used as earthing medium. If conduit pipes are liable to mechanical damage,
they shall be adequately protected. When passing through walls or floors,
conduit pipes shall be continuous. The metal box shall be efficiently earthed
with the conduit by means of approved couplers. Only a portion of the box
shall be sunk in the wall, the remaining portion shall project out of entry of
conduit pipe into the box. The clear depth of the box shall be not less than
6cm. Where fan regulator is also be accommodated, the depth shall be
increased to accommodate the fan regulator in flush pattern. Standard
conductors shall be preferred in conduit wiring.
After completion of erection, the portion of the building damaged during the
erection of the installation shall be repaired properly to meet the original
finish and colour of the walls and ceiling etc.
15.
Capacity of Sub-Circuits: Light and fans shall be wired on separate subcircuits. Not more than a total often light plug points or four to six fan points
shall be provided in a sub-circuit.The load on a sub-circuit shall be restricted
to 800 watts.
The power sub-circuit shall be designed according to the said requirement of
the subcircuit..
16.
Passing through walls and floors : (I) When the conductors pass through
walls, they shall be taken through one piece of heavy gauge rigid steel
conduit or porcelain pipe or corrugated or solid P.V.C. pipe extending through
the whole thickness of the wall. The ends shall be bushed properly. the pipe
or conduit shall be of adequate six so that the wires pass through a straight
line without any twist of cross in wires.
(II) When the pipe extends outside the building, the portion exposed to
weather shall be well mouthed, turned downwards and properly bushed on
the open ends.
17.
Fittings and accessories: (I) Ceiling roses and similar attachments: A ceiling
rose shall not embody fuse terminals as integral part of it. A ceiling rose or
similar attachments shall be used in low voltage installations only. (II) Socket
outlet and plugs: Every socket outlet shall be controlled by a switch which
shall be on the live side of the line and shall preferably by located
immediately adjacent there to or combined therewith. A socket outlet shall
not embody fuse terminal as an integral part of it but the fuse may be
embodied in plug.
In an earthed system of supply, three pin type socket outlet, with the third pin
connected to earth, shall be used. The connection from such outlet to any
current consuming device shall be done by means of 3 core flexible cords,
one end of the earthing core of which shall be connected to the earthing pin
and the other to earthing point of the current consuming device. Every plug
containing a fuse shall be nonreversible and shall be so arranged and
connected that the fuse controls an outer phase conductor or the nonearthed conductor of the circuit.
566of583
Location :: Lucknow;
18.
Main switches and switch boards : (1) All main switchgears shall be metal
clad and shall be installed in dry situation, as near as practicable to the point
of supply.
18.1
The main switch will have a fuse on each live conductor of supply mains. No
fuse shall be provided in the earthed neutral. The neutral wire shall be
continuous except at the linked switch gear.
18.2
The bottom of switch board shall be more than 1.25 metres above the floor
level unless the front of switch board is completely enclosed by a door or the
switch board is located in a position to which only authorized persons have
access.
18.3
18.4
The switches shall be so arranged that fuses are not "alive" when the switch
is in the ... OFF .... position.
18.5
19.
19.1
The main and branch distribution fuse boards shall be of metalclad type.
These shall be of weather proof type for exposed to whether or damp
situation and flame proof type for situations exposed to explosive dust,
vapour or gas.
19.2
19.3
19.4
The distribution fuse boards shall be installed as near the centre of load as
possible, in dry opened at a time and the metal case is marked "DANGER"
"415 Volts" or installed in a room or enclosure accessible to authorized
persons only.
20.
20.1
Location :: Lucknow;
20.2
20.3
20.4
All the conductors shall be rigidly fixed in such a manner that clearance of at
least 25mm is maintained between conductors of opposite polarity or phases
and between the conductors and any other materials other than insulating
material.
20.5
The incoming and outgoing cables shall be neatly bunched and fixed properly
permitting the board to swing back fully.
20.6
The current rating of fuse shall not exceed the current rating of the fuse
carrier or the current rating of the smallest cable in the circuit protected by
the fuse.
20.7
Boards for mounting switch gear: One of the following types of boards shall
be used for mounting metal clad switch gear.
20.8
Hinged type metal boards: These types of boards shall be used for low
voltage installation for mounting metal clad switchgear consisting of not more
than one switch fuse and one single phase and neutral distribution fuse
board. These boards shall consist of a box made of sheet steel not less than
3mm thick. Alternatively, a frame of angle iron of minimum size 35mm x 6mm
or channel of minimum size 35mm X 25mm X 6mm for these boards shall be
made and mild steel plate of 3mm thickness mounted on the front and 1.6mm
thickness on the back. The joints shall be substantially welded. The boards
shall be provided with locking arrangement and earthing stud. If so required
in any work atleast 6mm thick wooden board of well seasoned polished
M.D.F. exterior grades board shall be provided at the back. There shall be a
clearance of 30mm minimum between the front and back covers.
No apparatus shall project beyond the edge of the board. No fuse shall be
mounted within 5mm of the board edge.
The boards shall be painted with synthetic enamel paint over anti-rust
priming coat.
The boards shall be securely fixed to the wall by means of rag bolts or wood
plugs.
21
Lighting fittings
Lights, fans and socket outlets shall be so located as to provide, maximum
comfort to the occupant and to enable him to utilize the electricity in the most
economical manner. Every fitting shall be controlled by a switch which shall
be in live conductor of the circuit. Where control of the fitting at more than
one point is necessary .it shall be done by as many two way and intermediate
switches as there are control points.
568of583
Location :: Lucknow;
Fittings Wire: These wires shall be of copper and shall be used only for
internal wiring of fittings and shall be carried up to the termination of the light
point.
Fluorescent tube fittings: These fittings shall be high power factor type i.e.
shall consist of necessary power factor improvement capacitor. The capacitor
shall be of 2.4 mfd for fittings suitable for single tube and 3.15 mfd. for fittings
suitable for double tubes. The fittings shall be of standard models complete
with necessary number of tubes and not economical models. These shall be
complete with all components supplied as original components with standard
models and shall be assembled and wired by the manufactures at the
factory. The fluorescent tube shall be of the same make as the fitting. In
cases where tubes are not manufactured by the fittings manufacturers the
fluorescent tube of any approved make as directed by the Engineer In charge
shall be used.
Lamp Holders: All lamp holders shall be bayonet cap type and shall be
provided with shade carrier.
Height of fittings : Unless desired otherwise, all wall mounting and pendent
fittings inside the building shall be kept at a height of 2.5 metres above the
floor level. All fittings outside the building and on roads shall be fixed at the
height as directed by the Engineer-in charge.
Rod pendent fittings shall be suspended with heavy gauge rigid steel conduit
pipe duly painted of appropriate size electroplated steel chains of required
length as directed by the Engineer in charge.
22
EARTHING
General-Earthing shall confirm to the following specifications. For other
details not covered in these specifications, relevant Indian Standards shall be
referred to I.S.: 3043,1965 (Code of Practice for Earthing).
Earthing shall generally be carried out in accordance with the requirements of
Indian Electricity Rules, 1956 as amended from time to time and the relevant
regulations of the Electricity supply authority concerned. The following
clauses of the Indian Electricity Rules, 1956 are particularly applicable 32,
51, 61, 61 A, 62, 67,69,88(2) & 90.
All earth connections shall be visible for inspection.
All materials, fittings etc. used in earthing shall confirm to the Indian
standards specifications wherever these exist. In the case of materials for
which I.S.S. do not exist, the same will be approved by the Engineer-incharge
No earth electrode shall have a ohmic resistance greater than five ohms as
measured by an approved earth testing apparatus. In rocky soils, the
resistance may be upto eight ohms.
Normally, an earth electrode shall not be situated less than 1.5m away from
any building.
569of583
Location :: Lucknow;
The location of the earth electrode will be such where the soil has reasonable
chance of remaining moist, as far as possible. Entrances, pavements and
roadways, are to be definitely avoided for location of the earth electrode.
TYPE OF EARTH ELECTRODES
a)
b)
c)
Earthing lead:
Main earthing lead: The main earthing lead shall be of G.I. wire or G.I. strip in
case of G.I. plate earth electrode. For all electrical installations, except sub-stations and generating stations,
the earthing lead shall be not less than one-half of cross-sectional area of the
largest conductor to be protected. A conductor larger than 100sq.rnm
nominal crosssectional area (2/0 SWG) in case of copper conductor and 150
sq.mm in case of G.I. conductor need not be used.
The minimum size of main earthing, lead shall not be less than 8 SWG
copper or G.I. wire, or 12mm x 3mm copper or G.I. strip.
d)
Location :: Lucknow;
Protection of earthing lead. The earthing of main board and other metal clad
switches and distribution fuse boards with not less than 14 SWG copper or
12 SWG GI or 4sqmm aluminium wire lead from electrode onwards shall be
suitably protected from mechanical injury by a 15mm dia G.I. pipe in case of
wire.
23.
COMPLETION REPORT
After completion of the installation the test results and completion report of
the installation work shall be submitted
24.
TESTING OF INSTALLATION:
24.1
General
The following tests in sequence shall be carried out on completion and the
defects revealed shall be made good:
Polarity test.
Insulation resistance test. Earth continuity test.
Earth electrode resistance test.
Where ever any addition is made to the fixed wiring of an earthing
installation, both the addition and that part of existing installation relating
thereto should be tested. Polarity test of non-linked single pole switch
In a low voltage installation a test shall be made to that all non-linked, single
pole switches have been in the same conductor throughout and that such
conductor has been connected to an outer or phase conductor or conductor
or to the non-earthed conductor of the...............
Insulation resistance test : (1) The insulation resistance shall be measured by
applying between earth and the whole of conductor or any section thereof
with all fuses and all switches closed and except in earthed electric wiring, all
lamps in position or both poles of installation otherwise electrically connected
together a voltage of not less than twice the working voltage. It shall not
exceed 500 volts for medium circuit.
Insulation resistance in meg-ohms of an installation (1) shall be not less than
50 divided by number of points on the circuit, provided that the installation
need not be required to have insulation greater than one meg-ohm.
Insulation of an electric installation (or an extension installation) a certificate
shall be furnished by Bidder, countersigned by the certified supervisor, in
direct supervision of whom the installation was carried. The certificate shall
be in a prescribed form as specified by the local electric supply authority
Earth continuity path : The earth continuity of metal conduits and metallic
envelopes of cables shall be tested for electric continuity and resistance of
the same along with earthing including any added resistance or earth
leakage measured from, the connection with the earth at any point in the
earth continuity conductor in the installation shall not exceed 10 ohm.
571of583
Location :: Lucknow;
TS 20
GENRAL
This specification covers the turnkey installation of 1 x 63kVA standby
diesel generating system covering the diesel engine, alternator,
engine control panel, associated accessories, cooling system,
ventilation system, fuel and exhaust system, acoustic enclosure and
switchgear etc.
The contractor shall assume full responsibility of co-coordinating the
work with various sub-vendors and other contracting agencies at site
and execute the work to the total satisfaction of the clients and
statutory agencies.
2.0
SITE CONDITIONS:
Location
: Various substation in Uttar
Pradesh
Design Maximum Ambient Temperature
: 50 deg C
Minimum Ambient Air Temperature in shade
: 0 deg C
Relative Humidity
: 100% Max.
Wind Load
: 195 Kg/sq.m.
Slismic Level
: 0.3g
Isoceraunic Level
: 50 days/Year
Average Annual Rainfall
: 1200mm
Altitude
: Not exceeding
1000 m.
Hot and humid tropical climate conductive to rust and fungus growth.
3.0
4.0
: 415V 10%
: 3 + Neutral
: 50Hz 5%
: Solidly Grounded
: 12 / 24V, 2-wire DC
572of583
Location :: Lucknow;
The scope of work shall include but not be limited to the supply,
installation, testing and commissioning of the following items. The
supplier shall study the requirements stipulated in the specification
and also to suit the site conditions and offer a complete system with
guaranteed performance under the severest operating conditions
specified.
a. 415V, 3-phase + Neutral, 63kVA 1500 RPM, DG set with
accessories as specified.
b. Set mounted microprocessor based engine control panel.
c. Radiator cooling system.
d.Exhaust piping including supports.
e.Thermal insulation for exhaust piping.
f. Exhaust stacks with steel supporting system.
g. Preparation of related schematic and GA drawings for DG
installation, exhaust piping, ventilation system, etc.
h. Obtaining Diesel Engine manufacturers approval of the installation
with specific emphasis on alignment, exhaust & fuel piping and
ventilation before commissioning.
i. Testing and commissioning of the installation.
j. House keeping during the installation work and removal of debris
and unwanted materials on a day to day basis and clearing the site on
completion.
k.Any related work covering supply of installation materials,
consumables, etc. whether specified for not, to render the system fully
functional and conforming to the best engineering standards. This
shall include battery charging.
5.0 DIESEL ENGINE & ACCESSORIES
5.1 ENGINE
a.
The diesel engines shall be of approved make, direct injection, four
stroke, multi cylinder, water cooled radiator type, turbo charged,
operating at a nominal speed of 1500 R.P.M and capable of
developing requisite Brake Horse Power (BHP).
b.
The engine and the governing system shall be suitable for standby
and Automatic Mains Failure (AMF) duty power generating application
and shall conform to BS5514 / relevant ISS / IEC / ISO3046. The unit
shall be suitable for operation on high speed diesel oil available in the
Indian market.
c.
The engine shall be electric start and shall be suitable for battery
assisted manual / auto starting.
d.
The governing system of the engine shall be electronic type and
suitable to control frequency variation within 5% whenever the load
is switched in or thrown off.
e.
The engine fittings shall include but not be limited to the following:
i) Closed coupling and flywheel with guard.
ii) Dry type air filter with clogged condition indicator.
iii) Cooling radiator.
573of583
Location :: Lucknow;
ACCESSORIES
Location :: Lucknow;
The batteries shall be of heavy duty, high performance lead acid type
of Exide make or equivalent. Each battery shall be rated 12 / 24V. The
number and AH capacity shall be selected to suit the engine
requirements.
Battery shall be suitable for six successive starting attempts each of
10 seconds duration with a gap of 5 seconds between successive
starts. The battery shall be supplied complete with electrolyte and
accessories. The accessories shall include battery stand, battery
leads with terminal Tends acrylic top cover and inter battery
connectors. The charger shall allow the battery to be charged when
the set is not running. The charger shall get disconnected from the
mains when the generator set is running.
i. Control Panel
The DG shall be supplied with an engine mounted Microprocessor
based control panel. The control panel shall display all the engine,
alternator & battery parameters. It shall not only display faults but also
keep a record of faults. An emergency stop push button will be
provided to stop the DG during emergency. For Engine faults, the set
will be stopped in emergency mode & for electrical faults it shall be
stopped with a time delay for cooling down. An audible alarm shall be
provided in the main panel to announce tripping of DG.
j. Alarms :The following alarms shall be provided in the DG control
Panel to indicate & protect against abnormal operations.
Condition Status Function Low Oil Pressure 2 stage Alarm Engine
Stop High Water Temperature 2 stage Alarm Engine Stop Over Speed
Alarm Engine Stop Low Fuel Level Day tank Alarm High Fuel Level
Day tank Alarm Earth fault on Alternator Alarm Engine Stop Fail to
start Alarm Battery charger fault Alarm
6.0
ALTERNATOR
1500 RPM, 415V, 3-Phase, 150 kVA, star-connected, 50Hz, 0.8 P.F,
horizontal foot mounted, double bearing, self excited, self-regulated,
brushless, screen protected drip proof, continuous duty alternator with
class TH. insulation in IP22 enclosure incorporating the following.
a. Continuous damper winding.
b. One anti-condensation heater wired to a separate terminal box.
c. Pilot exciter.
d. 3 Phase sensing AVR with + 0.5% voltage regulation.
e. A neutral CT of adequate ratio and class for REF relay for DG
Protection.
6.1
Location :: Lucknow;
Performance
Under normal operating conditions, the sound pressure levels when
measured Tat a distance of one (1) metre outside the DG building
shall be not more than 70 dB.
6.3
Painting'
The entire system shall be coated with grey oxide paint.
After erection rust preventive painting must be essential.
After erection one coat of Dark Green color synthetic enamel must be
applied.
7.0
DIMENSIONS
As per drawing of Generator room to be developed by tenerder
8.0
SPARES
The DG set will be supplied with the following spares, which shall be
handed over at the time of commissioning.
2 sets of renewable parts of oil, fuel & air filters 2 Nos. fan belts 5 Nos.
spare fuses of each type & size used 5 spare relays of each type 1 set
of fuel injectors 1 No. Operators manual 1 No. Service manual
9.0 INSTALLATION
The bidder shall undertake the installation work at site. The general
scope of installation work shall include but not be limited to the
following:
9.1
Diesel Generator Set
a.The assembled DG set shall be installed on anti-vibration mounts.
The unit shall be visually inspected for any transit damage.
b.The contractor shall arrange for the inspection of the set by the
diesel engine manufacturer.s authorized representative and obtain
This approval before rolling the set.
c.The fuel oil day tank shall be installed over the drip tray at the
location indicated.
d. The batteries shall be fully charged, installed, and connected.
e. The battery charger shall be heavy duty.
9.2
Exhaust Piping'
a.The exhaust piping shall be fabricated from 1.5-3mm thick mild steel
Tpipes.
b.The exhaust piping and the silencers shall be insulated using 50mm
thick mineral wool inside the container &up to the exhaust stack. The
insulation shall be cladded with 24G aluminium sheet.
576of583
Location :: Lucknow;
At Manufacturer.s works the routine tests and full load test on Engine,
and Alternator shall be carried out at the manufacturer.s work in
accordance with applicable Indian standards.
10.2
Site Testing'
Following tests shall be conducted at site in the presence of the
Engineer of Contracts.s representative before energisation. The
contractor shall provide all testing equipment, labour and
consumables required for the testing.
Location :: Lucknow;
g.Full load running for 8 hours continuously. All the readings shall be
logged to evaluate the fuel consumption, lube oil pressure, water & oil
temperature vis--vis the electrical load.
h.One hour overload testing at 110% load shall be carried out at the
end of the full load trial.
i.The guaranteed specific fuel consumption shall not exceed 150
grams / BHP. HR with a tolerance of + 2.5 %. The same shall be
proved during the load trial.
j.The noise level at 1m from the enclosure and the temperature rise
inside the enclosure shall be measured.
k.Any deviation from the guaranteed parameters shall be made good
and these performance parameters should be measured once again
till the required results are achieved.
11.0
11.1
12.0
MAINTENANCE
The bidder shall be required to maintain the installation at no extra
cost to the owner for a period of two year from the date of
commissioning. During this period, the contractor shall make good any
defects caused due to faulty design, bad workmanship and poor
quality of materials.
13.0
DOCUMENTATION
Location :: Lucknow;
15.0 STANDARDS
IS : 9537 1981 Rigid Steel Conduits for electrical wiring (Second
Revisions)
IS : 10810 1988 Methods of test for cables.
IS : 13947 1993 Degree of protection provided by enclosures for LV
switchgear and control gear.
IS : 13947 1993 General requirement for switchgear and control
gear for voltage not
exceeding 1000 Volts.
IEC60034 BS 5000 Alternator
IS : 694 -1990 PVC insulated Electric cable for working voltage upto
and
including 1100 volts.
IS : 732 -1989 Code of practice for electrical wiring and installation
IS : 1554 -1988 ( Part PVC insulated ( Heavy Duty) electric cables for
working voltages-I ) upto and including 1100 volts.
IS : 1651 & 1652 1991 Stationary cell & batteries, lead acid type.
IS : 1885 1971 Glossary of items for electrical cables and
conductors
IS : 2551-1982 Danger notice plates.
IS : 3043 1987 Code of practice for earthing.
IS : 3480 -1966 Flexible steel conduits for electrical wiring.
IS : 5133 1969 (Part -I) Boxes for the enclosure of electrical
accessories.
IS : 5578 & 1984 Guide for marking of insulated conductors
IS : 8130 -1984 Conductors for insulated electric cables and flexible
cords
579of583
Location :: Lucknow;
TS 21
b.
580of583