M.P. AUDYOGIK KENDRA VIKAS NIGAM (INDORE) LTD., INDORE

M.P. AUDYOGIK KENDRA VIKAS NIGAM (INDORE)
LTD., INDORE
DOCUMENT FOR PERCENTAGE RATE TENDER
FOR
Supply, installation, testing and commissioning of 33/11 KV External electrification
work for new industrial area at Relwa khurd district Barwani
Estimated Cost Rs. 3,73,60,000/-
Earnest
Money
Rs.3,73,600 /-
Managing Director
Madhya Pradesh Audyogik Kendra Vikas Nigam (I) Ltd., Indore
October - 2014
1
Tender Document
Office of the
: MPAKVN (I) Ltd., Indore
NIT number and Date
: 13072 dated 31.10.2014
Agreement number and Date
:
__________________________________________
Name of work
:
Name of the Contractor
:
Supply,
installation,
testing
and
commissioning of 33/11 KV External
electrification work for new industrial
area at Relwa khurd district Barwani
________________________________
__________
Probable Amount of contractor
(Rs. In figure)
(Rs. In words)
: Rs. 3,73,60,000/: Rs. Three crore seventy three lakh
sixty thousand only.
Contract Amount
(Rs. In figure)
:_______________________________________________
(Rs. In words)
:_______________________________________________
Stipulated period of completion : 11(Eleven) months including rainy
season
2
Appendix 2.10
Tender Document
Table of Contents
Section No
Section 1
Section 2
Section 3
Particulars
Page No.
NIT
4-6
Instructions to Bidder (ITB)
7-16
Bid Data Sheet
17-19
Annexure A to M
20-195
Table of Clauses
196-197
Part-I General Condition of Contract (GCC)
198-214
Contract Data
215-219
Annexure N to W
220-245
Part-II Special Condition of Contract (GCC)
Section 4
Bill of Quantities (BOQ)
Section 5
Agreement Form
246-248
249-277
277
3
SECTION 1
Notice Inviting E-tender
M.P. AUDYOGIK KENDRA VIKAS NIGAM(INDORE) LTD.,
INDORE
N.I.T. No. 13072
Dated:
31.10.2014
Online percentage rate bids for the following works are invited from registered contractor
and firms of repute fulfilling registration criteria:
Sr
1
Work
District’s
Probable
Amount (Rs. In
Lakh)
Completion
period
(months)
Supply, installation, testing
and commissioning of 33/11
KV External electrification
work for new industrial
area at Relwa Khurd
district Barwani
Barwani (MP)
373.60 lakhs
11
(Eleven)
Months (including
rainy season)
1. Interested bidders can view the NIT on website http://www.mpeproc.gov.in
2. The Bid Document can be purchased only online from 10:30 on 03/11/2014 to 17:30
on 20/11/2014.
3. Amendments to NIT, if any, would be published on website only, and not in
newspaper.
Managing Director
MPAKVN(I) Ltd., Indore
4
Notice Inviting Tender
M.P. AUDYOGIK KENDRA VIKAS NIGAM (INDORE) LTD.,
INDORE
N.I.T. No. 13072
31.10.2014
Dated:
Online percentage rate bids for the following works are invited from registered contractor
and firms of repute fulfilling registration criteria:
Sr.
No
1
Name of work
District (S)
Supply,
Barwani(
installation,
MP)
testing
and
commissioning
of 33/11 KV
External
electrification
work for new
industrial area
at
Relwa
Khurd district
Barwani
Probable
Amount
of
contract
(Rs. In
lakh)
Earnest
money
deposit
(EMD)
(in Rs.)
Cost of
Bid
docume
nt (in
Rs.)
373.60
lakhs
373600/-
15000/ The
Contractors
(registered
in
appropriate class in
PHED,
PWD,
WRD,
CPWD,
Railways, MES or
any other state
government/ central
government
undertaking/
organizations) who
have got adequate
financial resources,
state of the art
technology, suitable
construction
equipments,
5
Category of contractor
Period of
completion
(in months)
11 Months
(including
rainy
season)
technical manpower
and sufficient past
experience
satisfying
the
technical
and
financial criteria are
eligible to apply.
1. All details relating to the bid document Can be viewed and downloaded free of cost
on the website.
2. Bid Document can be purchased after making online payment of portal fees through
Credit/Debit/Cash Card internet banking.
3. At the time of submission of the bid the eligible shall be required to:
i)
Pay the cost of bid document
ii)
Deposit the Earnest Money
iii)
Submit a check list and
iv)
Submit an affidavit
Details can be seen in the Bid data sheet.
4. Eligibility For Bidders:
(a) At the time of submission of the bid the bidder should have valid registration
with the Government of Madhya Pradesh, PWD /in appropriate class/ PHED,
PWD, WRD, CPWD, Railways, MES or any other state government / central
government undertaking / organizations, who have got adequate financial
resources, state of the art technology, suitable construction equipments, technical
manpower and sufficient past experience satisfying the technical and financial
criteria are eligible to apply. However, such bidders who are not registered with
the Government of Madhya Pradesh and are eligible registration can also submit
their bids after having applied for registration of with appropriate authority.
(b) The bidder would be required to have valid registration at the time of signing of
the contract.
6
(c) Failure to sign the contract by the selected bidder, for whatsoever reason, shall
result in forfeiture of the earnest money deposit.
5. Pre-Qualification – Prequalification conditions, wherever applicable, are given in the
Bid data sheet
6. Special Eligibility – Special Eligibility conditions, if any, are given in the bid data
sheet.
7. The Bid Document can be purchased only online from 10:30 on 03/11/2014 to 17:30
on 20/11/2014.
8. Amendments to NIT, if any would be published on website only, and not in
newspaper.
Managing Director
MPAKVN(I) Ltd., Indore
SECTION 2
INSTRUCTIONS TO BIDDERS (ITB)
1. Scope of Bid
Supply, installation, testing and commissioning of 33/11 KV External electrification
work for new industrial area at Relwa Khurd district Barwani
2. General Quality of Work:
The work shall have to be executed in accordance with the technical specifications
specified in the bid data sheet/ contract data, and shall have to meet high standards
of workmanship, safety and security of workman and works.
3. Procedure for Participation in E-Tendering
The Procedure for Participation in E-Tendering is given in the bid data sheet.
4. One Bid Per Bidder
7
4.1 The bidder can be individual entity or a joint venture (if permitted as per bid data
sheet). In case the J.V. is permitted, the requirement of joint venture shall be as per
the bid data sheet.
4.2 No bidder shall be entitled to submit more than one bid whether jointly or severally.
If he does so, all bids wherein the bidder has participated shall stand disqualified.
5. Cost of bidding
The bidder shall bear all costs associated with the preparation and submission of his
bid, and no claim whatsoever for the same shall lie on the government.
6. Site visit and examination of works
The bidder is advised to visit and inspect the site of works and its surrounding and
obtain for itself on its own responsibility all information that may be necessary for
preparing the bid and entering into a contract for construction of the work. All costs
in this respect shall have to be borne by the bidder.
A. Bid Document
7. Content of bid documents
The bid document comprises of the following document:
1. NIT with all amendments
2. Instructions to Bidders, Bid data Sheet with all annexure
3. Conditions of contract:
i) Part I General Conditions of Contract and the contract data with all
annexure; and
ii) Part II Special Conditions of Contract.
4. Specifications
5. Drawings
6. Priced Bill of Quantities
7. Technical and Financial bid
8. Letter of Acceptance
9. Agreement, and
10. Any other documents, as specified
8. The bidder is expected to examine carefully all instruction, conditions of contract , the
contract data, forms, terms and specifications, bill of quantities, forms and drawing
in the Bid Document. Bidder shall be solely responsible for his failure to do so.
9. Pre-Bid Meeting (Where applicable)
Wherever the bid data sheet provides for pre-bid meeting:
8
9.1 Details of venue, date and time would be mentioned in the Bid Data Sheet. Any
change in the schedule of pre-bid meeting would be communicated on the
website only, and intimation to bidders would not be given separately.
9.2 Any prospective bidder may raise his queries and/or seek clarifications in
writing before or during the pre-bid meeting. The purpose of such meeting is to
clarify issues and answer questions on any matter that may be raised at that
stage. The Employer may, at his option, give such clarifications as are felt
necessary.
9.3 Minutes of the Pre-bid meeting including the gist of the questions raised and the
responses given together with any response prepared after the meeting will be
hosted on the website.
9.4 Pursuant to the pre-bid meeting of the Employer deems it necessary to amend
the Bid Document; it shall be done by issuing amendment to the online NIT.
10. Amendment of Bid Document
10.1 Before the deadline for submission of bids, the Employer may amend or
modify the
10.2 Bid document by publication of the same on the website.
10.3 All amendments shall form part of the Bid document.
10.4 The Employer may, at its discretion, extend the last date for submission of
bids by publication of the same on the website.
B. Preparation of Bid
11. The bidders have to prepare their bids online, encrypt their Bid Data in the Bid Forms
and submit Bid Seals (Hashes) of all the envelopes and documents related to the Bid
required to be uploaded as per the time schedule mentioned in the key dates of the
Notice Inviting e-Tenders after signing of the same by the Digital Signature of their
authorized representative.
12. Documents Comprising the Bid
The bid submitted online by the bidder shall be in the following parts:
Part-1 This shall be known as online Envelope A and would apply for all bids.
Online Envelope A shall contain the following as per details given in the Bid Data
Sheet:
i) Registration number or proof of application for registration and
organizational details in format given in the Bid Data Sheet.
ii) Payment of the cost of Bid Document:
iii) Earnest Money; and
iv) An affidavit duly notarized.
Part 2- This shall be known as online Envelope B and required to be submitted only
in works where pre-qualification conditions and/or special eligibility conditions are
stipulated in the Bid Data Sheet. Online Envelope B shall contain a self- certified
9
sheet duly supported by documents to demonstrate fulfilment of pre-qualification
conditions.
Part 3 This shall be known as online Envelope C and would apply to all bids.
Envelope C shall contain financial offer in the prescribed format enclosed with the
Bid Data Sheet.
13. Language
The bid as well as all correspondence and documents relating to the bid exchanged
by the Bidder and the Employer shall be in English or Hindi. Supporting documents
and printed literature that are part of Bid may be in another language provided they
are accompanied by an accurate translation of the relevant passages in English. In
such case, for the purposes of interpretation of the bid, such translation shall govern.
14. Technical Proposal
14.1
14.2
Only, in case of bids with pre-qualification conditions defined in the Bid Data
Sheet, The Technical Proposal shall comprise of formats and requirements
given in the Bid Data Sheet.
All the documents / information enclosed with the Technical Proposal should
be Self-attested and certified by the bidder. The Bidder shall be liable for
forfeiture of his earnest money deposit, if any document/ information are
found false/ fake untrue before acceptance of bid. If it is found after
acceptance of the bid, the bid sanctioning authority may at his discretion
forfeit his performance security/ guarantee, security deposit, enlistment
deposit and take any other suitable action.
15. Financial Bid
i. The bidder shall have to quote rates in format referred in Bid Data Sheet, in
overall percentage, and not item wise. If the bid is in absolute amount overall
percentage would be arrived at in relation to the probable amount of contract
given in NIT. The overall percentage rate would apply for all items of work.
ii. Percentage shall be quoted in figures as well as in works. If any difference in
figures and words is found, lower of the two shall be taken as valid and correct.
iii. The bidder shall have to quote rates inclusive of all duties, taxes, royalties and
other levies; and the Employer shall not be liable for the same.
iv. The material along with the units and rates, which shall be issued, if any, by the
department to the contractor, is mentioned in the Bid Data Sheet.
16. Period of Validity of Bids
The bids shall remain valid for a period specified in the Bid Data Sheet after the data
of “close for biding” as prescribed by the Employer. The validity of the bid can be
extended by mutual consent in writing.
17. Earnest Money Deposit (EMD)
10
17.1
17.2
17.3
17.4
17.5
17.6
The Bidder shall furnish, as part of the Bid, Earnest Money Deposit (EMD),
in the amount specified in the Bid Data Sheet.
The EMD shall be in the form of Fixed Deposit Receipt of a scheduled
commercial
bank, issued in favor of the name given In the Bid Data Sheet. The Fixed
Deposit Receipt shall be valid for six months or more after the last data of
receipt of bids. However, other form(s) of EMD may be allowed by the
Employer by mentioning it in the Bid Data Sheet.
Bid not accompanied by EMD shall be liable for rejection as non-responsive.
EMD of bidder whose bids are not accepted will be returned within ten
working
days of the decision on the bid.
EMD of the successful bidder will be discharge when the bidder has signed
the agreement after furnishing the required performance security.
Failure to sign the contract by the selected bidder, within the specified
period, for whatsoever reason, shall result in forfeiture of the earnest money
deposit.
C. Submission of Bid
18. The Bidder is required to submit online bid duly signed digitally, and Envelop “A” in
physical form also at the place prescribed in the Bid Data Sheet.
D. Opening and Evaluation of Bid
19. Procedure
19.1
Envelope ‘A’ shall be opened first online at the time and data notified and its
contents shall be checked. In cases where Envelop ‘A’ does not contain all
requisite document, such bid shall be treated as non- responsive, and
Envelop B and /or C of such bid shall not be opened.
19.2
Wherever Envelop ‘B’ (Technical Bid) is required to be submitted, the same
shall be opened online at the time and date notified. The bidder shall have
freedom to witness opening of the Envelop ’B’. Envelop ‘C’ (Financial Bid)
of bidder who are not qualified in Technical Bid (Envelop ‘B’) shall not be
opened.
19.3
Envelope ‘C’ (financial Bid) shall be opened online at the time and date
notified. The bidder shall have freedom to witness opening of the Envelop
‘C’.
19.4
After opening Envelop ‘C’ all responsive bids shall be compared to
determine the
lowest evaluated bid.
11
19.5
The Employer reserves the right to accept or reject any bid, and to annul the
bidding process and reject all the bids at any time prior to contract award,
without incurring any liability. In all such cases reasons shall be recorded.
19.6
The Employer reserves the right of accepting the bid for the whole work or
for a distinct part of it.
19.7
Verification of documents submitted by bidders may be done by employer
whereas required.
20. Confidentiality
E.
Information relating to examination, evaluation, comparison and
recommendation of contract award shall not be disclosed to bidder or any other
person not officially concerned with such process until final decision on the bid.
20.2 Any attempt by a bidder to influence the Employer in the evaluation of the
bids or contract award decisions may result in the rejection of his bid.
Award of Contract
21.
Award of Contract
20.1
The Employer shall notify the successful bidder by issuing a ‘Letter of Acceptance’
(LOA) that his bid has been accepted.
22.
Performance Security
22.1
Prior to signing of the contract the bidder to whom LOA has been issued shall have
to furnish performance security of the amount in the form and for the duration, etc.
as specified in the Bid Data Sheet.
Additional performance security, if applicable, is mentioned in the bid data sheet
and shall be in the form and for the duration, etc. similar to Performance Security.
22.2
23.
23.1
Signing of contract Agreement
23.2
The signing of contract agreement shall be reckoned as intimation tocommencement
of work. No separate work order shall be issued by the employer to the contractor
for commencement of work.
23.3
In the event of failure of the successful bidder to submit Performance Security and
Additional Performance Security, if any or sign the Contract Agreement, his EMD
shall stand forfeited without prejudice to the right of the employer for taking any
other action against the bidder.
24.
Corrupt Practices
The successful bidder shall have to furnish Performance Security and Additional
Performance Security, if any, and sign the contract agreement within 15 days of
issue of LOA.
The Employer requires that bidders observe the highest standard of ethics during the
procurement and execution of contracts. In pursuance of this policy, the Employer :
12
i.
May reject the bid for award if it determines that the bidder recommended for award
has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or
coercive practices in competing for the Contract; and
ii.
May debar the bidder declaring ineligible, either indefinitely or for a stated period of
time, to participate in bid, if it at any time determines that the bidder has, directly or
through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in
competing for, or in executing, a contract.
For the purposes of this provision, the terms set forth above are defined as follows:
a.
“corrupt practice” means the offering, giving, receiving, or soliciting, directly or
indirectly, anything of value to influence improperly the action of another party;
b.
“fraudulent practice” means any Act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;
c.
“coercive practice” means impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of party to influence improperly the
actions of a party’
d.
“Collusive practice” means an arrangement between two or more parties designed to
achieve an improper purpose, including influencing improperly the action of another
party.
25.
guidelines to contractors for implementation of e-procurement system in Madhya
Pradesh Audyogik Kendra Vikas Nigam (Indore) Ltd, GOVERNMENT OF
MADHYA PRADESH
Note: These will over rule the stated in the tender documents, wherever relevant and
applicable.
1. Registration of Bidders on e-procurement System:
All the Bidders (Contractors) registered / intending to register with Madhya Pradesh
Audyogik Kendra Vikas Nigam (Indore) Ltd are required to register on the eprocurement System on the website https://www.mpeproc.gov.in and get
empanelled on https://www.mpeproc.gov.in in order to participate in tenders
processed by Madhya Pradesh Audyogik Kendra Vikas Nigam (Indore) Ltd using
the e-procurement System.
2. The Bidders (Contractors) registered with other departments who are also eligible to
participate in tenders processed by Madhya Pradesh Audyogik Kendra Vikas Nigam
(Indore) Ltd are also required to be registered on the e-procurement System on
https://www.mpeproc.gov.in
3. Digital Certificate:
13
The bids submitted online should be signed electronically with a Class III Digital
Certificate to establish the identity of the Bidder submitting the Bid online. The
bidders may obtain Class III Digital Certificates issued by an approved certifying
Authority authorized by the Controller of Certifying Authorities, Government of
India. A Class III Digital Certificate is issued upon receipt of mandatory identity
proofs along with an Application Form. Only upon the receipt of the required
documents, a Digital Certificate can be issued.
Note: It may take up to 7 working days for issuance of Class III Digital Certificate;
hence the bidders are advised to obtain them at the earliest.
Important Note: Bid for a particular tender can be submitted during the
ONLINE BID SUBMISSION stage only using the Digital Certificate that is
used to encrypt the data and Upload their bids.
In case, during the process of a particular tender, the bidder looses his Digital
Certificate because of any problem (such as misplacement, virus attack,
hardware problem, operating system problem, etc); he may not be able to
submit his bid online.
Hence, the bidders are advised to keep their Digital Certificates in a safe place
under proper security to be used whenever required.
The digital certificate issued to the Authorized User of a Partnership Firm /
Private Limited Company / Public Limited Company / used for online bidding
will be considered as equivalent to a no-objection certificate / power of attorney
to that user.
In case of Partnership Firm, majority of the Partners have to authorize a
specific individual through Authority Letter signed by majority of the Partners
of the Firm.
In case of Private Limited Company, Public Limited Company, the Managing
Director / any other person (having designated authority to authorize a specific
individual) has to authorize a specific individual through Authority Letter.
Unless the certificate is revoked, it will be assumed to represent adequate
authority of the specific individual to bid on behalf of the Organization for
online tenders as per Information Technology Act 2000. This Authorized User
will be required to obtain a Digital Certificate. The Digital Signature executed
through the use of Digital Certificate of this Authorized User will be binding on
14
the firm. It shall be the responsibility of Management / Partners of the
concerned firm to inform the certifying authority, if the authorized User
changes, and apply for a fresh digital certificate for the new authorized User.
4. Set Up of Bidders’ Computer System:
In order for a Bidder to operate on the e-procurement System, the computer system
of the bidder is required to be set up for Latest version of Java, Operating System,
Internet Connectivity, Utilities Fonts, etc. A help file on setting up of the Computer
System can be obtained form the portal..
5. Publishing of NIT
For the tenders processed using the e-procurement system, only a brief
Advertisement related to the tender shall be published in the newspapers and the
Detailed Notice shall be uploaded only on the e-procurement system. The
contractors can view the Detailed Notice and the time schedule for all the tenders
processes
using
the
e-procurement
System
on
the
website
https://www.mpeproc.gov.in
6. Key Dates
The bidders are strictly advised to follow the time schedule (Key Dates) of the
Tender for their side for tasks and responsibilities to participate in the tender, as all
the stages of each Tender are locked before the start time and date and after the end
time and date for the relevant stage of the Tender as set by the concerned
Department Official.
7. Purchase of Tender Documents:
The tender document can be purchased ONLY online. The tender shall be available
for purchase to concerned eligible contractors immediately after online release of the
tender and upto scheduled date and time as set in the key dates. Arrangements have
been made for the Bidders to make payments online via Credit Card / Internet
Banking. In case of online tendering, the application form for the purchase of tender
documents shall not be required.
The bidder can purchase the tender documents online by making online payment of
tender document fees using the service of the secure electronic payments gateway
(see point 7 below for further details), and should print out the system generated
receipt of their reference which can be produced whenever required.
15
8. Electronic Payment Account:
As the tender documents shall be available for purchase only online, bidders are
required to pay the tender document fees online using the Online Payments Gateway
Service integrated into the e-Procurement System. For the list of available modes of
electronic payments that are presently accepted on the Online Payments Gateway
Service, please check the link ‘List of e-payments accepted online’ on
https://www.mpeproc.gov.in
9. Preparation of Bids and Submission of Bid Online by the Bidders:
The Bidders have to prepare their Bids online, encrypt their bid data in the Bid
Forms and submit Bid Seals (Hashes) of all the envelopes and documents required
to be uploaded related to the Tender as per the time schedule mentioned in the key
dates of the Notice Inviting Tenders after signing of the same by the Digital
Signature of their authorized representative.
10. Submission of Earnest Money Deposit:
The Bidders shall submit their Earnest Money Deposit as usual in a physically
sealed Earnest Money Deposit envelope and the same should reach the concerned
Office as stated in the Notice Inviting Tender by post. The bidders have to upload
scanned copy of Earnest Money Deposit instrument along with the reference details.
11. Opening of Tenders:
The concerned Department Official receiving the tenders or his duly authorized
Officer shall first open the online Earnest Money Deposit envelope of all the
Bidders and verify the scanned copy of the Earnest Money Deposit uploaded by the
Bidders. He shall check for the validity of Earnest Money Deposit as required. He
shall also verify the scanned documents uploaded by the bidders, if any, as required.
In case, the requirements are incomplete, the commercial and other envelopes of the
concerned Bidders received online shall not be opened.
The concerned official shall then open the other envelopes submitted online by the
Bidders in the presence of the Bidders or their authorized representatives who
choose to be present in the order of opening. He will match the Bid seal (Hash) of
each envelope and the documents uploaded, during the respective opening, with the
hash submitted by the Bidders during the Bid Preparation stage. In the event of a
mismatch, the Bid data in question shall be liable for a due process of verification by
the Nodal Officer of e-procurement System of Public Works Department. For more
details you may contact
Mr N.S. Rajput, Executive Engineer MP, AKVN (I) Ltd, Indore. Telephone
No 0731-2556111, 4070976.
16
Mr. Amar Singh – Officer Implementation, MPSEDC, State IT Centre, Bhopal
0755– 2462011. Call at 9893421873
******(End of ITB)******
Bid Data Sheet
General
Sr.
Particulars
Date
17
No.
1
Office inviting tender
Managing Director, M.P. Audyogik Kendra Vikas
Nigam (Indore) Ltd.
2
NIT No.
13072
3
Date of NIT
31/10/2014
4
Bid documents download
available from date & time
10:30 on 03/11/2014
5
Website link
http:// www.mpeproc.gov.in
Section 1 – NIT
Clause
Reference
1
2
3
4
5
6
Particulars
Date
Portal fees
As per prevailing rates for E-tendering
Cost of bid document
Rs. 15000/-
Cost of bid document
payable at
Online
Cost of bid document in
favor of
Online
Affidavit format
Annexure B
Pre- qualification required
Yes
If yes, details
Annexure C
Special Eligibility
Yes
If yes, details
Annexure D
Key dates
Annexure A
Section 2 – ITB
Clause
Reference
1
Particulars
Date
Name of work
Supply,
18
installation,
testing
and
Clause
Reference
Particulars
Date
commissioning of 33/11 KV External
electrification work for new industrial area
at Relwa Khurd district Barwani
2
Specifications
Annexure E
3
Procedure for Participation in etendering
Annexure F
Whether joint venture is allowed
4
NO
If yes, requirement for joint
venture
Annexure G ( NOT ALLOWED)
Pre bid meeting to be held
No
Date
5
If yes, date, time & place
Time from
Place
Envelope-A containing:
6
Managing Director, M.P. Audyogik
Kendra Vikas Nigam (Indore) Ltd.
i. Registration number or
proof of application for
registration and organization
details as per Annexure H
ii. Cost of Bid Document
iii. EMD
iv. An affidavit duly notarized
as per annexure – B
v. Should reach in physical
form
Envelope-B Technical Proposal
Annexure – I and
7
Annexure – I (Format I-1 to I-5)
Envelope-C Financial Bid
Annexure – J
8
Materials to be issued by the
department
Annexure – K (Not applicable)
9
Period of validity of Bid
120 days
10
Earnest money deposit
Rs. 373600/-
Forms of earnest money deposit
i. FDR/e-FDR
ii. Demand draft of scheduled
19
Clause
Reference
Particulars
Date
commercial bank
iii.Interest bearing securities of post
office
6 months after the last date of receipt of
bids (in case of i & iii above
EMD valid for a period of
11
FDR must be drawn in favour of
Managing Director, M.P. Audyogik
Kendra Vikas Nigam (Indore) Ltd.
Letter of Acceptance (LOA)
Annexure L
Amount of performance security
5% of contract amount
As per the clause 22.2 of ITB, the
additional performance security shall be
the percent below 10% quoted by bidder
for example, if the rates quoted by
bidder is 18% below then additional
performance security of 8% shall be
deposited by bidder and total
performance security in this case will be
13% which has to be deposited before
execution of agreement. So, Bid data
sheet clause 22 is now revised as above.
Additional performance security,
if any
12
Performance security in the format
Annexure M
Performance security in favour of
Managing Director, M.P. Audyogik
Kendra Vikas Nigam (Indore) Ltd.
Performance security valid up to
Valid contract period including defect
liability period plus three months
20
Annexure –A
(see clause 1, 7 of section 1 NIT)
KEY DATES
Sr.
No
Work
Department
Stage
Bidder’s
Stage
1
Purchase of
tender online
2
Bid
submission
End date –
online
Start
Expiry
Envelopes
Date
Time
Date
Time
03/11/2014
10:30
20/11/2014
17:30
25/11/2014
17:30
3
Mandatory open
(Envelope-A &
B)
28/11/2014
15:30
Envelope-A
&B
4
Financial Bid
open
(Envelope-C)
04/12/2014
15:30
Envelope-C
Original term deposit receipt of earnest money deposit, demand draft for the cost of bid
document and affidavit shall be submitted by the bidder so as to reach the office as
prescribed in bid data sheet as list one calendar day before specified start time and date
in key dates for opening of technical proposal as per key dates in bid data sheet. (The
physical submission as above should be done upto 17:30 hrs on 27/11/2014)
21
Annexure – B
(See clause 3 of section 1 NIT)
‘AFFIDAVIT’
(To be contained in Envelope A)
(On Non judicial Stamp of Rs.100)
I/we
__________________________________________________________________________
who is/ are _______________________________________________________(status in
the firm/company) and competent for submission of the affidavit on behalf of
M/s________________________________ (contractor) do solemnly affirm and oath and
state that:
I/we am/are fully satisfied for the correctness of the certificates / records submitted in
support of the following information in bid document which are submitted in response to
notice inviting e- tender No. ________________________ for M.P. Audyogik Kendra
Vikas Nigam (Indore) Ltd.
1. I/we am/are fully responsible for the correctness of following self-certified
information/documents and certificates:
2. That the self-certified information given in the bid document is fully true and
authentic.
3. That:
a. Term deposit receipt deposited as earnest money, demand draft for cost of bid
document and other relevant document provided by the Bank are authentic.
b. Information regarding financial qualification and annual turnover is correct.
c. Information regarding various technical qualifications is correct.
22
No close relative of the undersigned and our firm/ company is working in the
department.
OR
Following close relatives are working in the department:
Name______________________Post__________________________Present
Posting____________________________
Signature with seal of the Deponent (Bidder)
I/we_______________________________________________________above
deponent do hereby certify that the facts mentioned above para’s 1 to 4 are correct to
the best of my knowledge and belief.
Verified today_________________________________(dated) at
_____________________(place)
Signature with seal of the Deponent (Bidder)
Note: Affidavit duly notarized in original shall reach at least one calendar day before opening of
the bid.
Annexure – C
(See clause 5 of section 1 NIT)
Pre-Qualification Criteria
The bidder should have:
A. Financial
a. Experience of having successfully executed:
b. Three similar works, each costing not less than the amount equal to 20% of the
probable amount of contract during the last 3 financial years; or
c. Two similar works, each costing not less than the amount equal to 30% of the
probable amount of contract during the last 3 financial years; or
d. One similar work of aggregate cost not less than the amount equal to 50% of the
probable amount of contract in any one year during the last 3 financial years;
i.
Average annual construction turnover on the construction works not less than 50%
of the probable amount of contract during the last 3 financial years:
23
ii. Executed similar items of work in any one year during the last 3 financial years
which should not be less than the minimum, physical requirement, if any, fixed for
the work.
iii. Bid Capacity – Bidder shall be allotted work up his available bid capacity which
shall be work out as given in format one I-2 of Annexure I.
B. Physical
Physical qualifications for the work shall be as below
Sr.
No.
Particulars
Quantity
Physical qualification required
Period
Yes
1
Power transformer at least 3.15 MVA,
33/11 KV
1 Nos.
2
33 KV LINE
5 Kms
Annexure – D
(See clause 6 of Section 1 NIT)
Special Eligibility Criteria
24
The bidder should have Experience of:
Two nos Power transformer at least 3.15 MVA, 33/11 KV in a grid with associated
VCB's , outdoor substation, associated civil work including control room for relay
penals etc.
Note: above criteria are indicative, subject to suitable stipulations by the department and
specific Bid
25
Annexure – E
(See clause 2 of section 2 ITB & clause 10 of GCC)
TECHNICAL SPECIFICATION FOR ELECTRICAL WORKS
S.NO
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
PARTICULAR OF SPECIFICATION
Technical Specification for A.C. Distribution Board
Technical Specification for D.C. Distribution Board
Technical Specification for 11 KV and 33 KV Vacuum Circuit
Breaker
Technical Specification for 11 KV and 33 KV Control and Relay
Panel
Technical Specification for 30V, 10 amp. Boost cum Float Battery
Charger Suitable for 30V,100AH lead acid Battery
Technical Specification for 30V, 10 amp Lead acid Battery
Technical Specification for 1200 KVAR 11 KV Capacitor Bank
Technical Specification for 33KV and 11KV Gapless Lightning
Arrestor
Technical Specification for 1.1 KV (LT) PVC Insulated Power
Cable
Technical Specification of 11KV and 33KV oil immersed CT-PT
(Metering) Unit
Technical Specification of Earthing
Technical Specification of 11KV and 33KV Isolator’s
Technical Specification of 11KV and 33KV Air Break Switches
Technical Specification of 11KV and 33KV DO Fuse Unit’s
Technical Specification of Hard Drawn Stranded Aluminium and
Steel Cored Aluminium Conductor for overhead power Line’s
Technical Specification of Three Phase 33/11 KV Step Down Power
Transformer of 5 MVA Ratings
Technical Specification of Distribution Transformer
Technical Specification of 415V Outdoor type Street Light Control
Panel
Technical Specification of 11KV and 33KV Pin Insulator
26
PAGE NO.
25 – 33
33 – 42
42 – 49
49 – 60
60 – 66
66 – 72
72 – 74
74 – 79
79 – 81
82 – 91
91 – 97
97 – 101
102 – 105
106 – 110
110 – 115
115 – 130
131 – 139
139 – 144
144 – 147
20
21
22
Technical Specification of L.T. Distribution Boxes
148 – 158
SCADA Specification for new 33/11 KV Substation
158 – 159
Technical Specification of 11 KV Epoxy Cast Dry type Single 159 – 160
Phase PT’s
Technical Specification of 33 KV Current Transformer
161 – 164
Technical Specification for 11KV and 33 KV MS Cross Arm
164 – 165
Technical Specification of 11/33 KV Nominal voltage HT XLPE 165 – 169
Cable
Technical Specification for Street Light Poles
170 – 170
Technical Specification for Sodium Vapour Lamp
170 – 171
Technical Specification for LED
171 – 175
23
24
25
26
27
28
1.
TECHNICAL SPECIFICATION FOR A. C. DISTRIBUTION BOARD
SCOPE
This specification covers the design, manufacturing, testing at works and supply of
Indoor type A.C. Distribution Boards for Battery charger, 33/11 kV substation & 33
KV SWITCHING GRID equipments, compressors etc. The system shall be AC 3
Phase, 4 Wire, 433 Volts, 50 HZ with effectively grounded neutral.
SERVICE CONDITIONS
Equipment to be supplied against this specification shall be suitable for satisfactory
continuous operation under the following tropical conditions.
1 Maximum ambient temperature
(Degree C) 50
2 Maximum temperature in shade
(Degree C) 45
3 Relative Humidity (Percent) --------10 to 100
4 Moderately Hot and Humid tropical climate conducive to rust and fungus growth
STANDARDS
Components mounted on the ACDB shall confirm to the latest revisions of the
following
Standards of table :
S.NO Standard
1
IS: 13947
2
3
PARTICULAR
Degree of protection provided for enclosure for
low voltage control gear and switchgear & MCCB
IS 5
Painting shade no. 632
C IS: 13947/1993 amended up to date
Part I & Part-III
Switch Fuse Disconnect or unit
4
IS 2705
amended up to date CTs
5
6
7
8
IS 8828/1996
IS 1248
IS 375
IS: 13703/1993 PartI & II
MCB amended up to date
Instruments
Wiring
HRC Fuses
27
GENERAL TECHNICAL PARTICULARS:
The A C Distribution Boards shall be supplied as per this specification.
The A C Distribution Boards shall be supplied as per this Rated voltage:
Rated voltage for the Distribution Board and its constituent items like Switch Fuse
Disconnector unit, MCBs, bus ways etc. shall be 3 phase 4 wire A.C. 433 volts, 50
Hz with solidly grounded neutral. The supply voltage may vary by ± 10% of rated
voltage. All the equipments used in the Board shall operate satisfactorily at this
voltage variation.
The A C Distribution Boards shall be supplied as per this General requirements:
Each Distribution Board shall be floor mounted having compact design and made
from Sheet metal of 1.6 mm. The Board shall be closed, dust protected, weather
proof and shall be made vermin proof with a special type lining e.g. Neoprene
gasket, around the edges of the doors. The distribution board shall comply degree of
protection IP 33 & IP55 . MCBs shall be operating vertically upward for ON/OFF
operation & shall be suitable for providing fork type busbar. The entire distribution
board shall have uniform finish and shall be sturdy.
Each Distribution board shall have 2 compartments namely –
A. Instruments compartment and
B. Feeder compartment.
These compartments shall have doors as described below a. For Instrument compartment, one no. door with indicating instruments,
indicating lamps, selector switches, nameplate mounted on it.
b. For feeders compartment, one no. inner door with one opening for handle to
operate switch fuse unit and five cutouts for outgoing SFUs. One outer door
with out cutouts & non breakable transparent sheet shall be provided.
All doors shall be provided with mechanical interlocking arrangements along with
keys. The distribution board shall have no door on rear side. Danger board ( Caution
Plate) shall be fitted suitably on inner door of the DB. Danger board shall be as per
CSPDCL standard format as per STANDARD.
Detachable gland plates suitable for receiving the cable shall be provided at the
bottom side of Distribution board with glands separate compartment of 450 mm .
The ventilating louvers should be covered on inside by a perforated sheet. All sheet
metal used for DB shall undergo seven tank mechanical / chemical cleaning process
& painting shall be done using powder coating process. Colour of the Paint shall be
admiral gray as per shade no. 632 of IS 5 on exterior and white from interior sides.
Each Distribution Board shall be provided with
a. One no. name plate showing the details such as manufacturer’s name, Sr No.,
rating etc.
b. One no. danger board scripted in English and Hindi ,
c. One no. flush mounted 96x96mm size ammeter with selector switch
28
d. One no. flush mounted 96x96mm size voltmeter with selector switch
e. One no. MCCB of 3 phase, 25 kA, 433 Volts, 200 Amp rating
f. 3 nos. LED phase indicators for incoming feeder
g. 3 nos. single phase LTCTs of 10VA and CT ratio 100/5A.
h. 1 no timer with contactor for lighting circuit
i. 5 Nos. of 32 A TPN Switch Fuse Unit with 16 A HRC Fuses.
The accuracy class for all indicating and integrating meters shall be class 1.
Enclosures:

The enclosure shall be made of 14 SWG (2mm) steel sheets and shall be suitable
for in-door installation, conforming to above degree of protection as per IS:
2147/1962.

The front door shall be having locking facility. The box should be provided with
single door in front and having internal locking arrangement with two keys.
Extra padlock arrangement shall also be provided. The latches provided inside
the door, which are locked in position by the keys, should be such that the door
gets locked just by closing (for opening the door, keys will then be required).
The backside cover shall be screwed type and should be fixed with 4 nos. 8mm
size Allen screws at four corners.

One box spinner of suitable size for the screw fitted in the box should be
provided inside the box with suitable clamps.

Neoprene rubber gasket shall be used on front door as well as back cover.

Painting of Box

All sheet steel surface of the box shall be thoroughly degreased and shall be
followed by antacid cleaning so as to produce smooth and clean surface free
from scale grease and dust. After cleaning, the surface shall be given phosphate
coating followed by two coats of anti rust paint primer (i.e. red zinc chrome
primer). After which, 2 coats of synthetic paint of light grey color (no.631 as
specified in Indian Standard 5 of 1961) shall be applied on internal and external,
surface of the steel structure of the box with a spray gun. The box shall be baked
in the oven so as to give an elegant and durable finish to the box.

Leakage Proof: The box shall be vermin proof and weatherproof.

The assembly, comprising of the enclosure, framework and the circuit breaker
shall be provided with earthing terminals readily accessible and of adequate size
two earthing studs of 12mm dia size shall be welded to the enclosure on either
side as shown in the drawing and shall be provided with locking nuts and
29
washers. All the nuts, bolts and washers should be galvanized iron. The earthing
terminal shall be clearly marked.

Four nos. drainpipes of ½” diameter shall be welded at the bottom of the box at
Four Corners. The bottom plate shall be centrally bent to provide slope for
drainage of water through the drain pipes.

Ventilation louvers with wire mesh shall be provided on both the sides as per
requirements. In addition to this, louvers with wire mesh of suitable sizes and
numbers also required on backside cover of box. Detailed drawing showing size
of openings and size of brass mesh shall be submitted by the bidder for approval
prior to manufacture.

Danger Board: Specifications are shown in Technical Specifications of the
package.

Knock-out Holes:
Knockout holes for incoming and outgoing cables will be provided. The holes
shall be suitable to accommodate XLPE aluminium conductor LT cable of
appropriate size. These holes should be provided direct contact with and gets out
by the metal edges.
The holes should be in alignment with the terminals of incomer and outgoing
MCBs so that the cable may be directly crimped with lugs. Bending of cable
inside the box for terminal connection should not be required.
BUS BAR AND CABLING:
(i) The incoming single core cable shall enter from backside (top) of the enclosure.
All outgoing cables shall enter from the sides of the enclosures.
(ii) Electrolytic grade copper shall be used for bus bar and links used interconnection of incoming and outgoing feeders.
(iii) Bimetallic / suitable connectors are required for connecting the SFU and MCCB
terminals to Bus Bar.
WIRING
All wiring shall be carried out with 1100 V grade stranded copper wires. The
minimum size of the stranded conductor used for internal wiring shall be as follows:
All circuits except CT circuits 2.5 sqmm
CT circuits 2.5 sq. mm (minimum number of strands shall be 3 per conductor).
All internal wiring shall be securely supported, neatly arranged readily accessible
and connected to equipment terminals and terminal blocks.
Wire terminations shall be made with Solder less crimping type of tinned copper
lugs which firmly grip the conductor and insulation. Insulated sleeves shall be
provided at all the wire terminations. Engraved core identification plastic ferrules
marked to correspond with the wiring diagram shall be fitted at both ends of each
wire. Ferrules shall fit tightly on the wires shall not fall off when the wires and shall
not fall off when the wire is disconnected from terminal blocks.
30
All wires directly connected to trip circuit breaker shall be distinguished by the
addition of a red coloured unlettered ferrule. Number 6 & 9 shall not be included for
ferrules purposes.
All terminals including spare terminals of auxiliary equipment shall be wired upto
terminal blocks. Each equipment shall have its own central control cabinet in which
all contacts including spare contacts from all poles shall be wired out. Inter-pole
cabling for all equipment’s shall be carried out by the Contractor.
Indicating Lamps
Indicating lamps shall be of low wattage LED cluster type. The lamps shall be
provided with translucent lamp covers which shall diffuse coloured light to give the
specified indications. The lamp covers shall be unbreakable and moulded from heatresistant fast coloured material. Necessary wiring shall be provided accordingly.
Major Components:
Busbars
Bus bar used in ACDB shall be fork type with suitable size of copper strip without
joints. This busbar shall be directly mounted on MCCB. Total 4 nos. of busbars are
to be provided with following details.
I.
One No. 4 Pole fork type touch proof bus bar to connect 3 Ph. TPN MCCBs.
Incoming cable for ACDB shall be terminated on terminal connectors
provided at the bottom. Connection between incomer terminals and MCCB
shall be with 50 sq. mm copper cable. Outgoing of Switch Fuse disconnect or
unit shall be connected with 35 square mm copper cable. For all 32 A rated
MCBs, 16sq.mm. stranded cable shall be used. Earthing arrangement shall be
as per this specifications.
Incoming circuit
Incoming circuit shall have one no. 3 phase, 433 volt MCCB of nominal current
rating of 32 Amps , 4 POLE conforming to IS: 13947/1993 amended up to date and
3 No. LT resin cast CTs having CT ratio of 200/5A with burden 10VA & accuracy
class 1. Switch Fuse Disconnector unit shall be as per CSPDCL standard format as
per STANDARD
To receive incoming cable, one no. 4 way bolted type connector of suitable size
shall be provided. Incoming cable for incomer LT XLPE, suitable size shall be
provided.
Outgoing circuits :
Total 5 Nos. (minimum) 10 amp outgoing circuits shall be provided Breaking
capacity (in KA) 25 KA termination by Tinned copper lugs suitable for size of
cable. SFUs shall comply following specifications as per IS.
II.
a) Rated voltage & freq. shall be 433V & 50 Hz respectively for TPN SFUs.
b) Rated current shall be 32A/16 A as mentioned above.
c) Rated short circuit capacity shall be min. 25 KA.
The enclosure shall be provided with proper earthing arrangement. Earthing
arrangement shall consist of 2 G.I. Bolts of 12 mm (min.) with 2 spring/ plain
washers and 2 check nuts.
31
PVC cable glands of adequate size shall be provided for all incoming and out going
cables.
Indicating Instruments Principal requirements of indicating instruments are as
follows:
Volt Meter.
Voltmeter shall comply the following requirements
Class of accuracy 1
Mounting Flush type
Size 96x 96 mm
Range 0-600 volts
Type Panel Mounting with 3 ½ Digital Display Voltmeter shall be guaranteed for
free replacement for any defects within five years from the date of supply.
Volt Meter selector switch:
Voltmeter Selector switch shall be a seven-position rotary type ( 6 way & off) with 3
phase to phase & 3 phase to neutral position marked clearly on 48 x 48 mm brushed
aluminium plate with black handle. The Switch should be screw mounting type with
finger touch proof terminals. Terminal wire should be inserted from the side of the
switch terminal. Terminal screw must be captive to avoid misplace during
maintenance. The switch shall be of 12 A rating with insulation level of 1100 V.
Indicating Lamps:
Indicating lamps shall be panel mounting type 22.5 mm with rear terminal
connections having LEDs display. Lamps shall have translucent lamp covers to
diffuse lights, coloured red, yellow, green or blue as specified. The amp cover shall
be preferably of screw-on type, unbreakable and moulded from heat resisting
material. All indications shall be bright LEDs having long life. Conventional bulbs
are not acceptable.
Earthing Arrangements
Two nos. Earthing studs of galvanized M.S. 25 X 6 mm shall be provided for
external earth connections at the bottom. These should be complete with plain
washer, spring washer, nuts etc. Earthing Bolts must be welded to prevent removal
of the same from the cabinet.
Type Tests Certificates :
MCBs & other components used in ACDB shall be fully type tested as per relevant
IS and this specification. The successful Bidder shall furnish detailed type test
reports before commencement of supply. The detailed Type Test Reports shall be
furnished with relevant oscillogram and certified Drawings of the equipment tested.
The purchaser reserves the right to demand repetition of some or all the Type tests in
presence of purchaser’s representative at purchaser’s cost.
All the Type Tests shall be carried out from laboratories which are accredited by the
National Board of Testing and Calibration Laboratories (NABL) of Government of
India such as CPRI Bangalore/ Bhopal, ERDA Baroda, to prove that the MCBs &
other components used in ACDB meet requirements of the specification. The
tenderer should also furnish certificate from laboratories that laboratories are having
all the requisite test facility available in house. The type tests reports conducted in
manufacturers own laboratory and certified by testing institute shall not be
acceptable. In case these type tests are conducted beyond 5 years of the date of
opening of the tender, the successful bidder shall carry out these tests at NABL
approved laboratory at their own cost .& submit the same before commencement of
supply. Undertaking to this effect shall be submitted along with the offer without
32
which the offer shall be liable for rejection. The successful bidder have to supply the
complete material as per overall General Arrangement drawing approved by AKVN.
Successful bidder shall submit the following detailed drawings along with
component details/makes etc. for necessary approval.
(i) General Arrangement Drawing for ACDB.
(ii) ii) Wiring Diagram.
(iii)
Name Plate Drawing.
(iv)Danger Board Drawing
(v) Bill of Material
Inspection
All tests and inspection shall be made at the place of manufacturer. The
manufacturer shall provide reasonable testing and inspection facilities and cooperation without any charge to satisfy him that the material is being supplied is in
accordance with this specification. The proto of ACDB shall be inspected &
checked by AKVN. his representative for approval before commencement of supply.
TESTS & TEST CERTIFICATE:
The type test certificates from reputed national level laboratories for the distribution
box complete with suitable MCBs (as indicated in technical specification) for
incoming and outgoing feeders giving the results of sample tests as per relevant
BSS/ISS indicated below are required to be submitted along with the lot offered for
inspection before despatch for approval in support of compliance of material to the
specification and quality. Make of the MCBs to be used should be indicated in the
offer. Acceptable make of MCBs are L&T, Siemens, Crompton Greaves, MAKE
GIVEN IN Technical specification.
a) Type test for Distribution Box as per BS 214/1959.
b) All type & routine tests, except the Short Circuit Breaking Capacity Test
shall be carried out on the MCCBs in accordance with IS:2516(Pt-I&II
Sec.I)/1977 or its latest modification. The short circuit breaking capacity test
shall be carried out.
c) Test Certificate in respect of Type Tests, from standard testing laboratory
like C.P.R.I. etc. should invariably be furnished in support of the quality
LIST OF DEVIATIONS
The Contractor shall state all the deviations from tender specification in his offer, if
any. The offer shall be deemed to be in conformity with tender specification unless
deviations from tender specification are clearly mentioned in this section.
GUARANTEED PERFORMANCE REQUIREMENTS:
The vendor shall guarantee satisfactory performance of the equipment supplied
under all conditions and requirement as laid down by this specification. The
contactor shall warranted the equipment and material will be new and accordance
with the specification. It is free from defect, material, workman ship up to guan teed
period. It is necessary for contactor to replace or the new in defective portion of the
equipment. The repair and new part will be furnished by contactor free of cost.
PACKING, DESIGN, MATERIALS & WORKMANSHIP
PACKING AND MARKING:
33
The material shall be packed as per manufacturers standard. Packing procedure
shall be to the purchasers approval.
The conductor shall be supplied in non-returnable strong Packing provided with
lagging of adequate strength and displacement during transit, storage and
subsequent handling and stringing operation in the field. The Packing shall generally
conform to IS: 1778-1980, amendment No.1, June 1989, except otherwise specified
hereinafter. Each packing shall have the following information stencilled on it in
indelible ink along with other essential data:
a) Manufacturer’s Name
b) Trade mark, if any
c) Identification Number
d) Name of material
e) Number of Packing on each item
f) Gross Mass of the Packing
g) Net Mass of Packing
h) ISI or relevant International Standard specification mark, if any
i) Name and address of the Consignees
PACKING CONDITION
The material Packing shall be of such constructions as to assure delivery. The
material of free from displacement and damage and should be able to withstand all
stresses due to handling and the stringing operation so that the material surface is not
dented, scratched or damaged in any way during manufacture, transport and
erection. The material shall be properly lagged on the vehicles.
The material should be suitable for wheel mounting. Before pad, cardboard or other
suitable material shall be secured to The material inside flanges of the packing After
loading, the exposed surface should be wrapped with suitable soft material e.g.
polythene sheet etc. across the flanges to protect The material from dirt, grit and
damage during transportation and handling and also prevent ingress of rain water
during storage/transport. All wooden / other components shall be manufactured out
of seasoned wood of good quality free from defect that may materially weaken the
component parts of the packing Preservative treatment for anti-termite/anti-fungus
shall be applied to the entire packing with preservatives of a quality which is not
harmful to the conductor.
QUALITY ASSURANCE PLAN
The Bidder/ Supplier/ Vendor must estalish that they are following a proper quality
assurance programme for manufacture of for item . The Bidder/ Supplier/ Vendor
shall invariably furnish following information along with his bid. Information shall
be separately given for item
Statement giving list of important raw-materials, names of sub-suppliers for the rawmaterial, list of standards according to which the raw-material is purchased and
copies of test certificates thereof.
Information and copies of test certificates as in (i) above in respect of bought out
items. List of manufacturing facilities available.
Levels of automation achieved and list of areas where manual processing exists.List
of areas in manufacturing process, where stage inspections are normally carried out
for quality control and details of such tests and inspetions.
34
List of testing equipments available with the Bidder/ Supplier/ Vendor for final
testing of item specified and test plant limitation, if any, vis-a-vis type, special,
acceptance and routine tests specified in the relevant standards. These limitations
shall be very clearly brought out in schedule of deviations from specified test
equipments.
The successful Bidder/ Supplier/ Vendor shall within 30 days of placement of order,
submit following informatuion to the Owner :
List of raw-material as well as bought out accessories and the names of subsuppliers selected from the lists furnished along with Bid.
Type test certificates of the raw-material and bought out accessories.
Quality Assurance Plan (QAP) with hold-up points for owner’s inspection. The
quality assurance plans and hold-up points shall be discussed between the owner and
agency before the QAP is finalized.
The successful Bidder/ Supplier/ Vendor shall submit the routine test certificates of
bought out items and form raw-material at the time of routine testing of item.
The bidder/ Supplier/ Vendor shall invariably furnish following information along
with his offer, failing which his offer shall be rejected.
(i) Statement giving list of important raw materials names of sub suppliers for
the raw materials, list of standards according to which the raw materials are
tested, list of tests normally carried out on raw materials in presence of
supplier's representative and as routine and / or acceptance during production
and on finished goods, copies of test certificates.
(ii) Information and copies of test certificates as in (i) above in respect of bought
out accessories.
(iii)
List of manufacturing facilities available.
(iv)Level of automation achieved and lists of areas where manual processing
exists.
(v) List of areas in manufacturing process, where stage inspections are normally
carried out for quality control and details of such tests and inspections.
(vi)List of testing equipment available with the Supplier for final testing of
Conductor specified. In the case if the suppliers does not possess all the
Routine and Acceptance testing facilities the tender will be rejected.
(vii)
The OWNER reserves the right for factory inspection to verify the
facts quoted in the offer. If any of the facts are found misleading or incorrect
the offer of that SUPPLIER will be out rightly rejected and he may be black
listed.
(viii)
Special features provided to make it maintenance free.
2. TECHNICAL SPECIFICATION FOR D C. DISTRIBUTION
BOARD
SCOPE
This specification covers the design, manufacturing, testing at works and supply of
Indoor type D.C. Distribution Boards for Battery charger, 33/11 kV substation & 33
KV SWITCHING GRID equipments, compressors etc. The system shall be DC 30
V 100 Ah battery set with effectively grounded neutral.
35
SERVICE CONDITIONS
Equipment to be supplied against this specification shall be suitable for satisfactory
continuous operation under the following tropical conditions.
2.1 Maximum ambient temperature
(Degree C) 50
2.2 Maximum temperature in shade
(Degree C) 45
2.3 Relative Humidity (Percent) --------10 to 100
2.4 Moderately Hot and Humid tropical climate conducive to rust and fungus growth
STANDARDS
Components mounted on the DCDB shall confirm to the latest revisions of the
following
Standards of table :
S.NO STANDARD
PARTICULAR
1
IS: 13947
Degree of protection provided for enclosure for
low voltage control gear and switchgear & MCB
2
IS 5
Painting shade no. 632
3
C IS: 13947/1993 Part I amended up to date
& Part-III
Switch Fuse Disconnect or unit
4
5
IS 8828/1996
MCB amended up to date
6
IS 1248
Instruments
7
IS 375
Wiring
8
IS: 13703/1993 Part-I HRC Fuses
&
GENERAL TECHNICAL PARTICULARS:
These D C Distribution Boards shall be supplied as per this specification.
These D C Distribution Boards shall be supplied as per this Rated voltage:
Rated voltage for the Distribution Board and its constituent items like Switch Fuse
Disconnector unit, MCBs, bus ways etc. shall be DC 30 V 100 Ah battery set with
effectively grounded neutral. The supply voltage may vary by ± 10% of rated
voltage. All the equipments used in the Board shall operate satisfactorily at this
voltage variation.
These D C Distribution Boards shall be supplied as per this General requirement:
Each Distribution Board shall be floor mounted having compact design and made
from Sheet metal of 1.6 mm. The Board shall be closed, dust protected, weather
proof and shall be made vermin proof with a special type lining e.g. Neoprene
gasket, around the edges of the doors. The distribution board shall comply degree of
protection IP 33 & IP55 . MCBs shall be operating vertically upward for ON/OFF
operation & shall be suitable for providing fork type busbar. The entire distribution
board shall have uniform finish and shall be sturdy.
Each Distribution board shall have 2 compartments namely –
C.
Instruments compartment and
D.
Outgoing Feeder compartment.
These compartments shall have doors as described below a. For Instrument compartment, one no. door with indicating instruments,
indicating lamps, selector switches, nameplate mounted on it.
36
b. For feeders compartment, one no. inner door with one opening for handle to
operate switch fuse unit and four cutouts for outgoing MCBs. One outer door
without cutouts & non breakable transparent sheet shall be provided.
All doors shall be provided with mechanical interlocking arrangements along with
keys. The distribution board shall have no door on rear side. Danger board (Caution
Plate) shall be fitted suitably on inner door of the DB. Danger board shall be as per
CSPDCL standard format as per STANDRED.
Detachable gland plates suitable for receiving the cable shall be provided at the
bottom side of Distribution board with glands separate compartment of 450 mm .
The ventilating louvers should be covered on inside by a perforated sheet. All sheet
metal used for DB shall undergo seven tank mechanical / chemical cleaning process
&painting shall be done using powder coating process. Colour of the Paint shall be
admiral gray as per shade no. 632 of IS 5 on exterior and white from interior sides.
D.C. Control and Distribution Board
The DC Control and distribution board shall be equipped with MCBs.
The equipment shall be capable of carrying, making and breaking the maximum
possible fault current and details of the make-up of this shall be provided.
Curves of battery current plotted against time under short circuit conditions shall be
supplied.
Outgoing distribution cables shall be connected directly to the relevant MCB/SFU.
Each Distribution Board shall be provided with
a.
One no. name plate showing the details such as manufacturer’s name, Sr No.,
rating etc.
b.
One no. danger board scripted in English and Hindi ,
c.
One no. flush mounted 96x96mm size ammeter with selector switch
d.
One no. flush mounted 96x96mm size voltmeter with selector switch
e.
1 nos. LED phase indicators for incoming feeder
The accuracy class for all indicating and integrating meters shall be class 1.
D.C. Distribution cabinet
f.
The panels shall house all distribution necessary for the station d.c. circuits;
they
g.
shall at least be of protection class IP41 with self cooling, with separate panels
per
h.
battery system. Bottom plate of the D.C.D.B. shall be of detachable type for
entry of
i.
outgoing feeder cables. Twenty percent spare feeders, fully equipped, shall be
provided.
j.
The arrangement shall be as per requirement of AKVN appropriately.
k.
The d.c. panels shall have
l.
- lamp test
m. - supply in feeds off
n.
- D.C. feeder trip (one for all feeders per panel)
o.
In addition, provision for having one general d.c. alarm connected to the alarm
panel in the station control room shall be provided.
p.
D.C. ammeters and voltmeters shall be provided.
37
q.
r.
s.
t.
u.
v.
w.
x.
y.
z.
aa.
bb.
The enclosure shall be made of 14 SWG (2mm) steel sheets and shall be
suitable for in-door installation, conforming to above degree of protection as
per IS: 2147/1962.
The front door shall be having locking facility. The box should be provided
with single door in front and having internal locking arrangement with two
keys. Extra padlock arrangement shall also be provided. The latches provided
inside the door, which are locked in position by the keys, should be such that
the door gets locked just by closing (for opening the door, keys will then be
required). The backside cover shall be screwed type and should be fixed with 4
nos. 8mm size Allen screws at four corners.
One box spinner of suitable size for the screw fitted in the box should be
provided inside the box with suitable clamps.
Neoprene rubber gasket shall be used on front door as well as back cover.
Painting of Box
All sheet steel surface of the box shall be thoroughly degreased and shall be
followed by antacid cleaning so as to produce smooth and clean surface free
from scale grease and dust. After cleaning, the surface shall be given
phosphate coating followed by two coats of anti rust paint primer (i.e. red zinc
chrome primer). After which, 2 coats of synthetic paint of light grey colour
(no.631 as specified in Indian Standard 5 of 1961) shall be applied on internal
and external, surface of the steel structure of the box with a spray gun. The box
shall be baked in the oven so as to give an elegant and durable finish to the
box.
Leakage Proof: The box shall be vermin proof and weatherproof.
The assembly, comprising of the enclosure, framework and the circuit breaker
shall be provided with earthing terminals readily accessible and of adequate
size two earthing studs of 12mm dia size shall be welded to the enclosure on
either side as shown in the drawing and shall be provided with locking nuts
and washers. All the nuts, bolts and washers should be galvanized iron. The
earthing terminal shall be clearly marked.
Four nos. drainpipes of ½” diameter shall be welded at the bottom of the box at
Four Corners. The bottom plate shall be centrally bent to provide slope for
drainage of water through the drain pipes.
Ventilation louvers with wire mesh shall be provided on both the sides as per
requirements. In addition to this, louvers with wire mesh of suitable sizes and
numbers also required on backside cover of box. Detailed drawing showing
size of openings and size of brass mesh shall be submitted by the bidder for
approval prior to manufacture.
Knock-out Holes:
Knockout holes for incoming and outgoing cables will be provided. The holes
shall be suitable to accommodate x.l.p.e aluminium conductor LT cable of
appropriate size. These holes should be provided direct contact with and gets
out by the metal edges.
38
cc.
The holes should be in alignment with the terminals of incomer and outgoing
MCBs so that the cable may be directly crimped with lugs. Bending of cable
inside the box for terminal connection should not be required.
D.C. Bus Bars:
There shall be one charger load bus, one load bus and one emergency load bus. The
charger load bus shall be rated for 200 Amp, 10kA short circuit withstand rating.
Load bus bar shall be rated for 100 Amps, 10 kA short circuits withstand rating. The
emergency load bus shall be rated for 50 Amps, 5 kA short circuits withstand rating.
The charger load bus and load bus shall be connected through 100A MCB
39
BUS BAR AND CABLING:
i)
The incoming single core cable shall enter from backside (top) of the
enclosure. All outgoing cables shall enter from the sides of the enclosures.
ii)
Electrolytic grade copper shall be used for bus bar and links used interconnection of incoming and outgoing MCBs. The minimum size acceptable are
as follows :iii)
Bimetallic / suitable connectors are required for connecting the MCBs
terminals to Bus Bar.
WIRING
All wiring shall be carried out with 1100 V grade stranded copper wires. The
minimum size of the stranded conductor used for internal wiring shall be as follows:
All circuits except CT circuits 2.5 sqmm
CT circuits 2.5 sq. mm (minimum number of strands shall be 3 per conductor).
All internal wiring shall be securely supported, neatly arranged readily accessible
and connected to equipment terminals and terminal blocks.
Wire terminations shall be made with Solder less crimping type of tinned copper
lugs which firmly grip the conductor and insulation. Insulated sleeves shall be
provided at all the wire terminations. Engraved core identification plastic ferrules
marked to correspond with the wiring diagram shall be fitted at both ends of each
wire. Ferrules shall fit tightly on the wires shall not fall off when the wires and shall
not fall off when the wire is disconnected from terminal blocks.
All wires directly connected to trip circuit breaker shall be distinguished by the
addition of a red coloured unlettered ferrule. Number 6 & 9 shall not be included for
ferrules purposes.
All terminals including spare terminals of auxiliary equipment shall be wired upto
terminal blocks.
Each equipment shall have its own central control cabinet in which all contacts
including spare contacts from all poles shall be wired out. Inter-pole cabling for all
equipment’s shall be carried out by the Contractor
INDICATING LAMPS
Indicating lamps shall be of low wattage LED cluster type. The lamps shall be
provided with translucent lamp covers which shall diffuse coloured light to give the
specified indications. The lamp covers shall be unbreakable and moulded from heatresistant fast coloured material. Necessary wiring shall be provided accordingly
Major Components:
Busbars
Bus bar used in DCDB shall be fork type with suitable size of copper strip with out
joints. This busbar shall be directly mounted on MCBs.
Incoming circuit
Incoming circuit shall have one no. 30 V Switch Fuse Disconnector unit of nominal
current rating of 32 Amps DP conforming to IS: 13947/1993 amended up to date
and 3 No. Switch Fuse Disconnector unit shall be as per MPPKVV CO LTD
standard format as per STANDRED
To receive incoming cable, one no. 4 way bolted type connector of suitable size
shall be provided. Incoming cable for incomer LT XLPE, suitable size shall be
provided..
Outgoing Circuits: 10 nos , 16 amp DP MCB.
40
One No. feeder for emergency lighting which will comprise of a emergency load bus
and 3 Nos. outgoing circuits having 16 amps MCB/SFU in each circuit, 2 Nos.
outgoing circuits having 30 amps MCB/SFU in each circuit each housed in D.C.
panel itself. One main lighting feeder shall be connected to emergency load bus
through emergency lighting contactors. The contactor will normally keep D.C.
supply to the mini bus off, but in case A.C. fails it will automatically switch on the
D.C. to emergency lighting.
One no emergency lighting contactor rated for 415/230 V. A.C. and provided with
two sets of contacts controlling D.C. emergency contactor. The DC contactor rated
for 30 Volt controls D.C. emergency supply.
The board shall be complete with wiring, cable glands, cable lugs for termination of
outgoing and incoming circuits ,tenderer is desired to submit his own drawing for
approval of the purchaser.
Total 10 Nos. outgoing circuits shall be provided with MCB/SFU of different rating
Short circuit capacity/ Breaking capacity (in KA) 6 KA at 0.7 P.f. terminations by
Tinned copper lugs suitable for size of cable. MCBs shall comply following
specifications as per IS 8828/1996.
a.
Rated voltage & freq. shall be 30V DC respectively for DP MCBs.
b.
Rated current shall be 32A/16 A as mentioned above.
c.
Rated short circuit capacity shall be min. 6 KA at 0.7 p.f. lag
d.
Service short circuit capacity shall be 6KA as per table 15 of IS: 8828 /1996.
e.
MCBs shall have fixed, un adjustable time / current characteristics.
f.
Under voltage release and shunt-trip release coils are not required. Only
overload release and short circuit release shall be provided.
g.
Tripping time shall be as per (clause No. 8.6.1) table 6 of IS: 8828 /1996.
h.
MCBs shall be capable of carrying out given no. of operation cycles as per
clause No. 9.11 of IS: 8828 /1996.
i.
Limits of temperature rise shall be as per (clause No. 9.8) table 5 of IS:
8828/1996.
j.
Standard range of instantaneous tripping shall be as per (clause No.5.3.5) table
2 of IS: 8828 /1996.
MCB shall be suitable for mounting of fork type busbar of suitable size.
MCBs shall be type tested & of approved make approved by AKVN
All MCB outgoing terminals shall be terminated on terminal connectors provided at
the bottom with suitable size of cable mention in bps.
The enclosure shall be provided with proper earthing arrangement. Earthing
arrangement shall consist of 2 G.I. Bolts of 12 mm (min.) with 2 spring/ plain
washers and 2 check nuts.
PVC cable glands of adequate size shall be provided for all incoming and outgoing
cables.
Indicating Instruments Principal requirements of indicating instruments are as
follows
Volt Meter.
Voltmeter shall comply the following requirements
Class of accuracy 1
Mounting Flush type
Size 96x 96 mm
41
Range 0-600 volts
Type Panel Mounting with 3 ½ Digital Display Voltmeter shall be guaranteed for
free replacement for any defects within five years from the date of supply.
Volt Meter selector switch:
Voltmeter Selector switch shall be a seven-position rotary type ( 6 way & off) with 3
phase to phase & 3 phase to neutral position marked clearly on 48 x 48 mm brushed
aluminium plate with black handle. The Switch should be screw mounting type with
finger touch proof terminals. Terminal wire should be inserted from the side of the
switch terminal. Terminal screw must be captive to avoid misplace during
maintenance. The switch shall be of 12 A rating with insulation level of 1100 V.
Indicating Lamps:
Indicating lamps shall be panel mounting type 22.5 mm with rear terminal
connections having LEDs display. Lamps shall have translucent lamp covers to
diffuse lights, coloured red, yellow, green or blue as specified. The lamp cover shall
be preferably of screw-on type, unbreakable and moulded from heat resisting
material. All indications shall be bright LEDs having long life. Conventional bulbs
are not acceptable.
Earthing Arrangements
Two nos. Earthing studs of galvanized M.S. 25 X 6 mm shall be provided for
external earth connections at the bottom. These should be complete with plain
washer, spring washer, nuts etc. Earthing Bolts must be welded to prevent removal
of the same from the cabinet.
Type Tests Certificates :
MCBs & other components used in DCDB shall be fully type tested as per relevant
IS and this specification. The successful Bidder shall furnish detailed type test
reports before commencement of supply. The detailed Type Test Reports shall be
furnished with relevant oscillogram and certified Drawings of the equipment tested.
The purchaser reserves the right to demand repetition of some or all the Type tests in
presence of purchaser’s representative at purchaser’s cost.
All the Type Tests shall be carried out from laboratories which are accredited by the
National Board of Testing and Calibration Laboratories (NABL) of Government of
India such as CPRI Bangalore/ Bhopal, ERDA Baroda, to prove that the MCBs &
other components used in DCDB meet requirements of the specification. The
renderer should also furnish certificate from laboratories that laboratories are having
all the requisite test facility available in house. The type tests reports conducted in
manufacturers own laboratory and certified by testing institute shall not be
acceptable. In case these type tests are conducted beyond 5 years of the date of
opening of the tender, the successful bidder shall carry out these tests at NABL
approved laboratory at their own cost.& submit the same before commencement of
supply. Undertaking to this effect shall be submitted along with the offer without
which the offer shall be liable for rejection. The successful bidder has to supply the
complete material as per overall General Arrangement drawing approved by AKVN.
Successful bidder shall submit the following detailed drawings along with
component details/makes etc. for necessary approval.
i. General Arrangement Drawing for DCDB.
ii) Wiring Diagram.
iii) Name Plate Drawing.
iv) Danger Board Drawing
42
v) Bill of Material
Inspection
All tests and inspection shall be made at the place of manufacturer. The
manufacturer shall provide reasonable testing and inspection facilities and cooperation without any charge to satisfy him that the material is being supplied is in
accordance with this specification. The proto of DCDB shall be inspected &
checked by AKVN along with his representative for approval before commencement
of supply.
TESTS & TEST CERTIFICATE:
The type test certificates from reputed national level laboratories for the distribution
box complete with suitable MCBs (as indicated in technical specification) for
incoming and outgoing feeders giving the results of sample tests as per relevant
BSS/ISS indicated below are required to be submitted along with the lot offered for
inspection before despatch for approval in support of compliance of material to the
specification and quality. Make of the MCBs to be used should be indicated in the
offer. Acceptable make of MCBs are L&T, Siemens, Crompton Greaves, MAKE
GIVEN IN Technical specification.
a) Type test for Distribution Box as per BS 214/1959.
b) All type & routine tests, except the Short Circuit Breaking Capacity Test
shall be carried out on the MCCBs in accordance with IS:2516(Pt-I&II
Sec.I)/1977 or its latest modification. The short circuit breaking capacity test
shall be carried out.
c) Test Certificate in respect of Type Tests, from standard testing laboratory
like C.P.R.I. etc. should invariably be furnished in support of the quality
LIST OF DEVIATIONS
The Contractor shall state all the deviations from tender specification in his offer, if
any. The offer shall be deemed to be in conformity with tender specification unless
deviations from tender specification are clearly mentioned in this section.
GUARANTEED PERFORMANCE REQUIREMENTS:
The vendor shall guarantee satisfactory performance of the equipment supplied
under all conditions and requirement as laid down by this specification. The
contactor shall warranted the equipment and material will be new and accordance
with the specification. It is free from defect, material, workman ship up to guan teed
period. It is necessary for contactor to replace or the new in defective portion of the
equipment. The repair and new part will be furnished by contactor free of cost.
PACKING, DESIGN, MATERIALS & WORKMANSHIP
PACKING AND MARKING:
The material shall be packed as per manufacturers’ standard. Packing procedure
shall be to the purchasers’ approval.
The conductor shall be supplied in non-returnable strong Packing provided with
lagging of adequate strength and displacement during transit, storage and
subsequent handling and stringing operation in the field. The Packing shall generally
conform to IS: 1778-1980, amendment No.1, June 1989, except otherwise specified
hereinafter. Each packing shall have the following information stencilled on it in
indelible ink along with other essential data:
43
I.
Manufacturer’s Name
II.
Trade mark, if any
III.
Identification Number
IV. Name of material
V. Number of Packing on each item
VI. Gross Mass of the Packing
VII.
Net Mass of Packing
VIII.
ISI or relevant International Standard specification mark, if any
IX. Name and address of the Consignees
PACKING CONDITION
The material Packing shall be of such constructions as to assure delivery. The
material of free from displacement and damage and should be able to withstand all
stresses due to handling and the stringing operation so that the material surface is not
dented, scratched or damaged in any way during manufacture, transport and
erection. The material shall be properly lagged on the vehicles.
The material should be suitable for wheel mounting. Before pad, cardboard or other
suitable material shall be secured to The material inside flanges of the packing After
loading, the exposed surface should be wrapped with suitable soft material e.g.
polythene sheet etc. across the flanges to protect The material from dirt, grit and
damage during transportation and handling and also prevent ingress of rain water
during storage/transport. All wooden / other components shall be manufactured out
of seasoned wood of good quality free from defect that may materially weaken the
component parts of the packing Preservative treatment for anti-termite/anti-fungus
shall be applied to the entire packing with preservatives of a quality which is not
harmful to the conductor.
QUALITY ASSURANCE PLAN
The Bidder/ Supplier/ Vendor must estalish that they are following a proper quality
assurance programme for manufacture of for item . The Bidder/ Supplier/ Vendor
shall invariably furnish following information along with his bid. Information shall
be separately given for item
Statement giving list of important raw-materials, names of sub-suppliers for the rawmaterial, list of standards according to which the raw-material is purchased and
copies of test certificates thereof.
Information and copies of test certificates as in (i) above in respect of bought out
items. List of manufacturing facilities available.
Levels of automation achieved and list of areas where manual processing exists.List
of areas in manufacturing process, where stage inspections are normally carried out
for quality control and details of such tests and inspetions.
List of testing equipments available with the Bidder/ Supplier/ Vendor for final
testing of item specified and test plant limitation, if any, vis-a-vis type, special,
acceptance and routine tests specified in the relevant standards. These limitations
shall be very clearly brought out in schedule of deviations from specified test
equipments.
The successful Bidder/ Supplier/ Vendor shall within 30 days of placement of order,
submit following informatuion to the Owner :
List of raw-material as well as bought out accessories and the names of subsuppliers selected from the lists furnished along with Bid.
Type test certificates of the raw-material and bought out accessories.
44
Quality Assurance Plan (QAP) with hold-up points for owner’s inspection. The
quality assurance plans and hold-up points shall be discussed between the owner and
agency before the QAP is finalized.
The successful Bidder/ Supplier/ Vendor shall submit the routine test certificates of
bought out items and form raw-material at the time of routine testing of item.
The bidder/ Supplier/ Vendor shall invariably furnish following information along
with his offer, failing which his offer shall be rejected.
I. Statement giving list of important raw materials names of sub suppliers for
the raw materials, list of standards according to which the raw materials are
tested, list of tests normally carried out on raw materials in presence of
supplier's representative and as routine and / or acceptance during production
and on finished goods, copies of test certificates.
II.
Information and copies of test certificates as in (i) above in respect of bought
out accessories.
III. List of manufacturing facilities available.
IV. Level of automation achieved and lists of areas where manual processing
exists.
V. List of areas in manufacturing process, where stage inspections are normally
carried out for quality control and details of such tests and inspections.
VI. List of testing equipment available with the Supplier for final testing of
Conductor specified. In the case if the suppliers does not possess all the
Routine and Acceptance testing facilities the tender will be rejected.
VII. The OWNER reserves the right for factory inspection to verify the facts
quoted in the offer. If any of the facts are found misleading or incorrect the
offer of that SUPPLIER will be out rightly rejected and he may be black
listed.
VIII. Special features provided to make it maintenance free.
3.
TECHNICAL SPECIFICATION FOR 11 KV AND 33 KV VACUUM
CIRCUIT BREAKERS
SCOPE
This specification covers design, manufacturing, testing at manufactures works,
supply of 11KV and 33 KV Vacuum Circuit Breakers complete with all accessories
required for their satisfactory operation for the sub-transmission system of
MPPKVVCL. The Breakers shall be used for Transformer protection or Feeder
Control, in the system.
TYPE AND RATING
The circuit breakers shall be suitable for outdoor operation under the climatic
conditions, as specified in Tender specification, without any protection from sun and
rain.
The circuit breakers shall have the following rating:-
45
S.No. PARTICULARS
33 KV
11 KV
i)
Number of Poles
3 Nos.
3 Nos.
ii)
Frequency
50 Cycles
Cycles
iii)
Nominal System Voltage
33 KV
11 KV
iv)
Highest System Voltage
36 KV
12 KV
v)
Interrupting Capacity at nominal system 1500
voltage
350MVA
vi)
Rated Continuous Current
1250 Amps
Amps
vii)
Short-time Current Rating for 3 Secs.
25 KA
KA
viii)
Basic Insulation Level
170 KV
ix)
Power Frequency Withstand Voltage for one 70 KV
Minute
x)
Total Break-time for any Current up to the 5 cycles (max.)
rated breaking current
xi)
Control Circuit Voltage
30 Volt D.C.
xii)
Operating duty for gang operation
O – 0.3 Sec – CO – 3 Min
– CO
xiii)
The VCBs shall be suitable for one reclosing followed by one delayed re- closing
and lock out
50
MVA
630
18.4
75 KV
28 KV
Minimum clearances
a)
Between Phases
430 mm
mm
280
b)
Between Live Parts & Ground
3700 mm
mm
2750
c)
Creepage Distance
900 mm
300
mm
The above are our minimum requirements. The suppliers may offer their standard
design, keeping in view our minimum requirements.
STANDARDS
The circuit breakers shall comply with the requirements of IEC 56 or IS 13118
(1991) with latest amendment thereof, except wherein specified otherwise.
Equipment, meeting any other authoritative standard, which ensures equal or better
quality then the standard mentioned above, would also be acceptable. The bidders
shall clearly indicate the applicable standards to which their equipments complieswith. A copy of such standard may also be enclosed.
46
GENERAL
The circuit breaker shall be of porcelain clad vacuum type. The breaker, complete in
all respect, shall be supplied with all accessories in-place and all internal wiring
installed and terminated in the mechanism housing and the equipment shall be
complete in all respects.
The circuit breakers shall provide rapid and smooth interruption of current under all
conditions, completely suppressing all undesirable phenomena, even under the most
severe and persistent short-circuit conditions or when interrupting small currents or
leading/ lagging reactive currents. The details of any device incorporated to limit or
control the rate of rise of Restriking voltage across the circuit breaker contacts shall
be stated. The over voltage caused by the circuit breaker switching on inductive or
capacitive load shall not exceed 3.2 times the normal phase to neutral voltage. The
total break-time for the circuit breaker, throughout the range of breaker operating
duty, shall be stated in the tender and shall be guaranteed. The breaker shall be fit
for capacitor switching for 5 MVA Bank.
The breakers shall be provided with trip free mechanism.
The circuit breakers shall be suitable for mounting on steel structures. The cost of
necessary frames for mounting the circuit breakers shall be included in the offered
prices. Strongly supported bracket or frame, for mounting associated 3 nos.11 KV /
33 KV CTs, shall also be provided. All the structures shall be hot dip galvanized
with 3 dips. Please note that cantilever type supports for mechanism box are not
acceptable. The mechanism box shall have firm supports from bottom. This is
necessary to minimize vibration of mechanism box, which in turn may disturb
various settings. The agency shall indicate clearly the vibration level of the breaker
during fault / normal ON OFF operations in all three directions.
The owner intends to operate 11 KV and 33 KV feeders with automatic re-closing
scheme, the arrangement envisaged is as under:On the occurrence of a fault the concerned protective relay will open the circuit
breaker as per its own characteristic. Thereafter, the breakers shall re-close but after
pre-set time delay, which shall be adjustable (say range 4 – 10 sec. or near about).
There shall be no further automatic re-closing. A simple type of re-closing relay
(reputed make) for this purpose shall be provided under this kind of operation. It is
also necessary that the breaker shall be suitable for this re-closing duty. The autore-closer relay is to be installed in respective indoor control panels.
SPECIFICATION FOR CIRCUIT BREAKERS
The circuit breakers shall consist of three identical phase units with a common
operating mechanism. While offering the circuit breaker, the following details
should be confirmed and furnished with the tender:i) Complete construction details of the equipment offered. It should be noted that
the breakers should be suitable for out-door duty. Indoor breakers
accommodated in out-door kiosks are not acceptable.
ii) Type, make & source of vacuum bottles with relevant details shall be indicated
in the offer, clearly.
47
iii) The capacity of breaker to interrupt inductive and capacitive currents shall be
indicated in the offer (rating of capacitor bank should be stated and type test
report shall be furnished).
iv) Spare availability of vacuum interrupter should be confirmed by the bidder for
the designed expected life of the breakers being offered.
VACUUM INTERRUPTER
The design of the vacuum interrupter shall be such that it gives trouble free
operation under normal load and fault conditions throughout the life of the
equipment. As the efficiency of the breaker depends on the degree of vacuum inside
the interrupter, manufacturer shall ensure that the same is maintained consistently
during service. To know the residual life of vacuum interrupter, an indicator to
indicate the status of contact erosion shall be provided.
The insulating ceramic body of the interrupter should have high mechanical strength
and it should be capable of withstanding high temperature without any significant
deterioration in its mechanical and electrical properties
The metal/ alloy used for the fixed and moving contacts shall have very low
resistivity and low gas content. They should be resistant to arc erosion and the
contact should have no tendency to get cold-welded under the high vacuum in the
interrupter.
The interrupter design should ensure rapid de-ionization of the gap so that normal
electrical strength of the gap is restored instantaneously.
The metallic bellow or any other similar vacuum sealing arrangement should be
provided at the moving contact and should have a long fatigue life.
Manufacturer’s catalogue on vacuum bottle, indicating all the details shall
essentially be submitted with the tender
MOUNTING OF 11 KV / 33 KV C.Ts
The offered steel structures for breakers to be supplied by the bidders should have
provision and adequate strength to accommodate 3 nos. 11 KV / 33 KV C.Ts on it
after provision of suitable supports from ground. Height of live terminals shall be
3.2 mts above ground.
TEMPERATURE RISE
The maximum temperature attained by any part of the equipment, when in service at
site, under continuous full load conditions, exposed to the direct rays of the sun,
shall not exceed 45° Centigrade, above ambient temperature. The limits of
temperature rise shall be as per relevant standards. The corrections proposed shall be
stated in the tender and shall be subject to approval of the owner.
INSULATION OF THE CIRCUIT BREAKER
The insulation to ground, the insulation between open contacts and the insulation
between phases of the completely assembled circuit breaker shall be capable of
withstanding satisfactorily di-electric test voltage corresponding to specified basic
insulation level in the standard.
INSULATORS
The basic insulation level of the Insulator and insulating porcelains shall be as
specified and porcelain shall be homogenous and free from cavities and other flaws.
They shall be designed to have ample insulation, mechanical strength and rigidity
48
for satisfactory operation under conditions specified above. All insulators of
identical ratings shall be inter-changeable. The puncture strength of the insulators
shall be greater than the flash over value. The insulators shall be type tested from
independent Govt. Laboratory as per relevant standards or at any recognized and
reputed international laboratory or testing institutions.
OPERATING MECHANISM
The circuit breakers shall be designed for remote control from the control room and
in addition there shall be provision for manual operation of circuit breakers during
maintenance and for local tripping and closing by the normal means.
The circuit breakers shall have operation control and mechanical “open” “close”
indicator, in addition to facilities for remote electrical indication.
The operating mechanism shall be of the spring charging type, by electric control
under normal operation. The mechanism shall be trip free electrically and
mechanically. The mechanism shall be capable of performing satisfactorily, the reclosing duty cycles indicated above, within the time specified. All working parts in
the mechanism shall be of corrosion resistant material and all bearings, which
require greasing, shall be equipped with pressured grease fittings. The mechanism
shall be strong positive quick in action and shall be removable without disturbing
the other parts of the circuit breaker. The mechanism and breaker shall be such that
the failure of any spring will not prevent tripping and at the same time will not cause
any false tripping or closing. The operating Mechanism should be motor operated
spring charged type preferably without chain drive. The motor for spring charging
shall be suitable to perform satisfactorily for input supply voltage of 230 Volt A.C.
50 Hz with a variation of plus 10 and minus 20 percent. The A.C. Motor should
have overload protection. Provision should also be made for mounting of
mechanism box at an adequate height and gear ratios shall be so chosen that one
man should be able to charge the spring, without any additional efforts.
CONTROL CUBICLE
A common control cubicle shall be provided to house electrical, controls,
monitoring devices and all other accessories, except those which must be located on
individual poles. The cubicle shall be gasketed and shall have weather-proof
construction, fabricated from sheet steel of minimum 2.5 mm thickness. The type
test report on degree of protection test (IP-55) shall also be furnished.
The cubicle shall have front access door with lock and keys, space heater, internal
illumination lamp, 3 pins 5 Amp socket with individual ON-OFF switches shall be
provided in the cubicle.
For local operation following shall be provided:a) LOCAL / REMOTE selector switch
b) TRIP / NORMAL / CLOSE control switches with pistol grip handle
The control circuits shall be designed to operate on 30 Volt DC, as indicated in the
schedule and it shall be possible to adopt to work on other voltages by simply
changing the operating coils. The shunt tripping coils shall be designed to operate
satisfactorily within 110% and 70% of the rated DC supply voltage and the shunt
closing coils should operate up to 85% of the rated DC voltage. These checks shall
be repeated during pre-commissioning checks at site before putting the breakers in
service.
AC Power supply for auxiliaries will be available at 230 Volt (+/- 10% variation)
single phases 50 C/s at substation. The agency shall be required to extend this
supply, using proper protection, to desired location through cable.
49
Necessary double compression type cable glands for the cables of the operating
mechanism shall be provided. The cables used for operation are all un-armoured 2.5
sq. mm copper control cables of 1100 V grade. The cable glands shall be suitable for
1 no. 8 core and 2 nos. 4 core cables and cables as per site requirements. The gland
plate should be made of non-magnetic materials and suitably drilled at site to suit the
cable entry.
The Circuit breaker shall be provided with trip free Mechanism so that tripping
instructions could over-ride the closing instructions. An additional tripping coil shall
also be provided in the trip circuit. The second coil shall have separate tripping lever
arrangements in the mechanism, so as to avail full advantage of second trip coil.
Also the two trip coils shall have separate fuses in the DC circuit, so that in the event
of any short circuit/damage in any one of the trip coils, the supply is available to the
other one.
The circuit diagram of Control circuit of VCB along with operating instructions
(DOS/ DON’T) shall be embossed on metallic plate duly laminated and the same
shall be fixed on the rear door of the control cubicle from inside.
WIRING
Wiring shall be completed in all respects to ensure proper functioning of the control,
protection, monitoring and interlocking schemes.
All the wiring shall be carried out with 1100 V grade, PVC insulated stranded
copper conductor of 2.5 sq. mm as per IS: 1554.
Each wire shall be identified at both ends with permanent markers bearing wire
numbers as per wiring diagram.
Wire termination shall be done with crimping type connectors with insulating
sleeves. Wires shall not be spliced between terminals.
All spare contacts of auxiliary switches etc. shall be wired up to terminal blocks in
the control cubicle.
TERMINAL BLOCKS
Terminal blocks shall be of 1100 V grade, box clamp type ELMEX 10 sq. mm or
approved equivalent. Not more than two wires shall be connected to any terminal.
Spare terminals, equal in number to 20% of active terminals, shall be provided.
Terminal block shall be such located to allow easy access. Wiring shall be so
arranged that individual wires of an external cable can be connected to consecutive
terminals.
TERMINAL CONNECTORS
6 Nos. Terminal bi-metallic connector suitable for Dog conductors shall be supplied
with each breaker. For ensuring quality and uniformity, the owner may decide to
specify the design of terminal connector, the material of terminal connector and
thickness of clamps. Further compliance of which will have to be done by the
agency without any extra cost. Suitable earth connector for earthing connections
shall also be supplied. The connector drawing shall be got approved from the owner.
AUXILIARY CONTACTS
Eight numbers each of auxiliary contacts both of the normally open and normally
closed types shall be provided in each circuit breaker for use in the remote indication
and control scheme of the circuit breaker and for providing safety interlocking.
Special contacts for use with trip coils, which permit for relative adjustment with
respect to the travel of the circuit breaker contact, shall also be provided, wherever
50
required. There shall be provision to add more auxiliary contacts at a later date, if
required.
ACCESSORIES
The vacuum circuit breaker shall be supplied as a complete unit with internal wiring
installed and terminated in mechanism box and equipped with the following
accessories :1
Motor operated spring charged mechanism
1 No.
(Motor voltage – 230 V AC)
2
Trip coil suitable for 30 V DC
2 Nos.
3
Closing Coil suitable for 30 V DC
1 No.
4
Pistol grip C.B. Control switch having Trip/ Normal/
1 No.
Close position
5
Local/ Remote selector switch
1 No.
6
Spring Charged indicator
1 No.
7
Manual operating handle for maintenance
1 No.
8
Facility for manual charging of spring
1 No.
9
Operation counter
1 No.
10
Auxiliary contacts (8 NO-8 NC)
1 Set
11
Anti-pumping device suitable for 30 V DC
1 No.
12
Terminal connectors suitable for connecting Dog
6 Nos.
Conductor
13
Cubicle illuminating lamp with cage and switch
1 No.
14
Spare terminals connectors
20% of Total
Terminals
15
Mechanical ON/OFF Indicator
1 No.
16
MCB for both AC and DC supply
1 No. each
17
Space heater and ON-OFF switch in the mechanism box
1 No.
18
Power Type 3 Pin Socket with ON-OFF switch
1 Set
19
Earthing Terminals
2 Nos.
20
LED indicating lamps
Complete set
Other standard accessories which are not specifically mentioned above, but are
required for efficient and trouble free operation of breaker, should also be provided,
without any extra cost.
Indicating Bulbs: The indicating lamps should be supplied with Low Voltage
protection Circuit (LVGP) and surge suppressor circuit having LED indication.
Lamp assembly should be of fire – retardant glass epoxy PCB, industrial heat
resistant, fire resistant, non- Hygroscopic DMC material , chrome – plated corrosion
resistant solid brass bezel , polycarbonate lens in desired colour shades of Red ,
Green, Amber, Yellow etc. the intensity of light should be minimum 100 mcd at 20
mA . Indication lamp should be suitable to operate on 30 V Direct Current supply
source. Acceptable make are BINAY Opto Electronic Private Ltd. or equivalent.
TYPE TESTS
Type test certificates on VCB for the following tests, strictly as per IS 13118, with
latest amendment thereof, from any of the independent Govt. Laboratory, or at any
recognized and reputed international laboratory or testing institution, shall invariably
furnished : Short Circuit Duty Tests
51
4.
 Short Time Current Rating Tests
 Mechanical Endurance Test
 Temperature Rise Test
 Lightning Impulse Voltage withstand Test
 Capacitor Switching Duty Test for Single Bank of 5 MVAR capacity
 Power Frequency withstand Voltage Test dry & wet
 Degree of protection IP-55 for control cubicle
The above type test certificates must accompany drawing of type tested equipment,
duly signed by type testing authority.
The above tests must not have been conducted on the equipment earlier than 5 years
from the date of opening of bids.
In case of any change in design/type of Breaker already type tested and the one
offered against this specification, the owner reserves the right to demand repetition
of type tests, without any extra cost.
ACCEPTANCE AND ROUTINE TESTS
All acceptance and routine tests, as stipulated in relevant standards, shall be carried
out by the supplier, in presence of owner’s representative.
Immediately after finalization of the programme of type testing, the suppliers shall
give, fifteen days advance intimation to the owner, to enable him depute his
representative for witnessing the tests.
RATING PLATES
The detailed rating plate shall be as per IS and in addition, shall indicate serial
number of the equipment, manufacturer’s name, our order number and date.
EXPERIENCE
Minimum 3 years experience in the field of design and manufacture of the
equipment offered is essential for the bidder. Details in this regards shall be clearly
stipulated in the offer.
GUARANTEED TECHANICAL PARTICULARS AND TECHNICAL
QUESTIONNAIRE
Proforma of guaranteed technical particulars and Technical Questionnaire are
enclosed with the tender specification. Bidders are required to furnish clear replies
to both the questionnaire and the particulars. In case of incomplete or ambiguous
replies, the offer is liable to be rejected.
TECHNICAL SPECIFICATION FOR INDOOR CONTROL & RELAY
PANELS FOR 11 KV & 33KV VCBs
SCOPE: This section contains the technical specification for the Indoor Control,
indication, relay and metering panels associated with the outdoor switchgear for use
at various sub-stations. The control and relay panels and other requirements
specified under this section shall be complete in themselves with all main and
auxiliary relays, fuses, links, switches, wiring, labels, terminals blocks, earthing
terminals, foundation bolts, illumination, cable glands etc.
PANEL FINISH AND COLOUR: The owner has standardized that the colour
finish of control panel shall be opeline green as per colour no. 275 of BS: 381C
(1948). Equivalent colour as per relevant Indian Standards or any other standard
shall be acceptable. This colour finish shall be applied to all the exterior steel work
of the panels. The exterior finish shall be semi-glossy only and shall not be fully
glossy. The interior of the panels shall be painted with egg shell white.
52
PROTECTIVE RELAYS AND INSTRUMENTS: The protective relays shall be
manufactured, tested and supplied with the guaranteed particulars, as per following
Indian Standard Specifications with latest amendment thereof :i IS-3842 (Part-I) 1967
Application guide for electric relays for A.C.
Systems over-current relays for Feeders and
Transformers
ii IS-3842 (Part-IV) 1967
Application guide for electric relays for A.C.
System thermal protection relays
iii IS-3231 (1965)
Electric Relay for Power System Protection
iv IS-1885 (Part-I & II)
Electro-technical vocabulary Electrical Relays &
Electrical Power System Protection
v All indicating instruments shall conform to IS-722 or BS-89
The equipment meeting any other authoritative standard which ensures equal or
better quality than the standards mentioned above shall also be acceptable.
Equipment for which Indian Standards are not available the relevant British
Standards and IEC recommendations will be applicable.
STATIC/ MICRO-PROCESSOR BASED OVER CURRENT & EARTH
FAULT RELAY:
Static/ Micro Processor based non-directional triple pole IDMT over current and
earth fault relays with 2 over current and 1 earth fault elements. However for
transformer protection control panel the relay shall have all the three over current
elements. Relays shall be suitable for 5 Amp. C.T. secondary current and 30 Volts
DC auxiliary supply with 1.3/0.6 seconds operating time at 10 times current setting
and instantaneous cut off features with setting 4 to 10 times of rated current with
arrangement to by pass the features, when not required. The relay shall conform to
following specifications:CURRENT SETTING RANGE:
 50% to 200% in seven equal steps of 25% for over current elements.
 10% to 40% in seven equal steps of 5% for earth fault element.
However, setting in more than seven steps will be preferred. Further, change of
settings under load condition should be possible without interruption of feeder.
Resetting Current : More than 90% of setting value.
Transient over reach less than 3% on maximum and 5% on minimum setting for
primary source angle upto75degree .Time of operation 30 seconds at times setting.
Over shoot time of maximum 80 secs. at 10 times current.
Pick Up Current:
1.1 times the current rating.
Operating Time:
1.3/0.6 secs at 10 times current with time multiplier 1.0.
The setting should be in 10 times more, fixed calibrated steps from 0.01 to 1.0 and
in between variable separately for over current and earth fault relays.
Resetting Current:
More than 90% of setting value.
Resetting Time:
Less than 5 msec.
Burden:
Less than 1 VA.
Accuracy:
Clause 5
Contacts :Two sets of NO contacts (for Trip and Annunciation) self rest
type suitable for make and break having continuous rating 1250 W/VA and 30
W/VA respectively.
53
Operational Indicator: Should be provided by way of LED for, ON, O/C 1, O/C 2,
E/F, and should fulfill the following requirements:
 Must give permanent visual signal after fault is cleared and relay has been reset.
 Should operate with pulse time of less than 20 m sec.
 Should not give indication until the trip pulse is being executed.
Other: Facility to re-set indicating lamp manually should be provided. During
testing / calibration of relays, facility for blocking tripping should be provided.
Facility for self-monitoring / test should be provided, so that hardware and software
are constantly monitored and irregularities are immediately detected and signalled.
In case of non-draw out type relays test socket along with test prob should be
provided, so that calibrated current and values are checked as also current can be
injected through and adaptor.
Since the static relay are being procured by us to replace existing Electro
Mechanical relays the relays should be provided with a blanking plate of 18 SWB
MS sheet having dimension of 550x250mm and duly painted with gray paint.
TYPE TEST CERTIFICATES FOR RELAYS: The bidders should submit the
following type test certificates in respect of relays offered by them for their control
panels:
 KV Impulse peak voltage test on the relays. This type test report is essential for
over current and earth fault relays.
 Type test report for vibration test to prove the stability of relays under vibration
normally encountered and also vibration under abnormal conditions.
 Type test report for overshoot time for IDMT relays.
NOTE: Regarding testing of the relays, reference may please be made to BS - 142 19. The tenders not accompanied with the above type test reports shall be rejected.
PANEL CUT OUT AND DIMENSIONS
i)
The panels shall be fabricated from 14 SWG steel sheets free from all
surface defects. The panels shall have sufficient structural reinforcement to
ensure a plain surface to limit vibration and to provide rigidity during
dispatch and installation. All control panels and switchgear cubicles shall be
made absolutely vermin-proof and subjected to the approval of the owner.
Pre-treatment & painting of panels shall be done as per the procedure
detailed at Sr. No. 21 of this schedule.
ii) The panels shall have the following dimensions:Height
1475 mm
Width
700 mm
Depth
300 mm
No deviation in height/ depth will be permitted. However, width can be
increased depending upon the actual requirement, which shall be subjected to
approval from the owner.
iii)
The preferred panel cut out dimensions for mounting of the relays
shall be as per Indian Standard Specification IS-4483 (Part – I & II).
iii) The design, material selection and workmanship shall be such as to present a
neat appearance, outside and inside with no works of welds, rivets, screw or
bolt heads apparent from the exterior surface of the Control Panels.
PANEL LIGHTING
54
a) For interior illumination, an incandescent lamp/ 2 feet fluorescent tube
operating at 230 Volt 50 Hz with switch shall be provided in each panel. The
lamp/ tube shall be located at the ceiling and guarded with protective cage.
The switch shall be mounted on one of the side walls and shall be easily
accessible.
b) One 5 Amp. 3 Pin receiptable with plug, switch and fuse shall be provided in
each control panel.
AUXILIARY SUPPLY
a) For each Control Panel, the owner will provide the following:i) 230 V plus 10% minus 20%, 50 Hz neutral grounded A.C. supply.
ii) 30 V ± 10% D.C. Supply.
b) H.R.C. fuses shall be provided by the agency for both the A.C. and D.C.
power supplies.
c) All H.R.C. fuses and links shall be with holder. The base of fuse holder shall
be mounted on slant support and with identification labels.
CONTROL WIRING
a) The agency shall provide complete wiring up to the terminal block for the
equipment, instrument devices mounted in the control panel strictly
according to the wiring diagram prepared by the bidder based on the owner’s
information and schematic diagram and get approved from the owner.
b)
The wiring shall be completed in all respects so as to ensure
proper functioning of the control, protection and metering schemes. Agency
shall supply, lay and terminate all the control cables between VCB panel,
Control panel (Indoor) and CT.
c) All spare contacts of relays and switches shall be wired up to the terminal
block.
d) The Control Panels shall be supplied completely wired ready for owner’s
external connections at the terminal blocks. For CT circuits the wiring shall
be carried out with 1100 V Grade PVC insulated stranded copper conductor
of size 2.5 sq. mm. For PT circuits and also for control circuits, the wiring
shall be carried out with 1100 Volt Grade PVC insulated stranded copper
conductor of size 1.5 sq. mm.
e) Colour coded wires should be used to facilitate easy tracing, as under:I.
Three Phase A.C. Circuit:Red for R Phase
Yellow for Y Phase
Blue for B Phase
Black for Neutral
II.
Single Phase A.C. Circuit:Red for Phase
Green for Earthing
Black for Neutral
III.
D.C. Circuit:Red for Positive
Black for Negative
IV.
Control Wiring:Gray for annunciation and other control circuits.
55
f) Each wire shall be identified at both ends with wire designation number by
plastic ferrules, as per wiring diagram based on latest revision of IS-375 to
denote the different circuit functions. The agency shall take approval for the
system of wire numbering.
g) All wire termination shall be made with solder less compression type
connectors. Wires shall not be tapped or spliced between terminal points. All
wire shall have crimp type termination and direct connection at any place is
not at all required.
h) All series connected devices and equipment shall be wired-up in sequence.
Loop-in/loop-out system of wiring shall be avoided, as far as possible and
the common buses shall normally be made through the terminal block for
better reliability of testing and maintenance.
i) Fuses and links shall be provided for isolation of individual circuit from the
bus wires without disturbing the other circuits’ and equipments.
j) The DC trip and DC voltage supplies and wiring to main protective gear
shall be segregated from these for back up protection and also for protective
apparatus for special purposes. Each such group shall be fed through separate
fuses, either direct from main supply fuses or the bus wires.
k) Since a number of wires will run from one point to another, it is desired that
the support arrangement should be adequate and neat. The conventional
method of bunching of wire should not be adopted, since the same may
create problems in case any wire is required to be removed. The wires should
be accommodated in plastic channel with sliding plastic cover mounted
inside the panel, suitably. Inspection/removal of wires should be possible by
sliding the covers.
l) Blank plastic channels should be provided by the sides of the panel to
accommodate the incoming cables from switchyard through the cable glands.
m) The circuit diagram of control circuit along with operating instructions
(DOS/DON’TS) embossed on metallic plate duly laminated shall be
provided on rear side of the door.
TERMINAL BLOCKS
a) Multi-way terminal blocks complete with necessary binding screws and
washers for wire connections and marking strips for circuit identification
shall be provided for terminating the panel wiring and outgoing cables. The
terminal block shall be suitable for receiving at least 2×7/0.737 mm stranded
copper conductor wire per terminal.
b) Terminal blocks shall have shorting and disconnection facilities. The panelside and outgoing wires should be dis-connectable just by opening the
disconnecting links which slide up or down without dislodging the wires
from their position. Asea-Kirloskar type sliding links shall be provided.
However, dis-connectable type terminal connectors may be limited to CT &
PT circuits only.
c) The terminal blocks shall be grouped according to circuit functions and each
terminal block group shall have at least 20% spare terminals.
CABLE ENTRY
a) The control panel shall have provision of cable entry from the bottom. One
no. cable gland for 8 cores and 2 nos. for 4 core 2.5 sq mm un-armoured
cables duly fitted in gland plate and covered shall also be provided. The
agency will arrange for necessary floor opening, below the panels to suit the
56
requirement. Agency shall also be responsible for laying of control cable in
trench, floor opening below the panel, trench cutting and making the
damages good as per the satisfaction of Engineer in charge inside the control
room.
b) The wiring through terminal blocks shall be such located so that it is
convenient for floor opening.
c) The control panel shall have provisions inside for fixing the multi-core cable
glands which shall be included by the bidder in scope of supply. For fixing
these cable glands, detachable gland plates of 4 mm thickness shall be
mounted at least 200 mm above the floor level.
d) The cable gland plate and rear door shall be properly gasketed.
e) Rigid supports shall be provided along the terminal block for holding plastic
channel. Suitable clamps may also be provided in plastic channel for holding
cables.
GROUNDING
a) 25 mm × 6 mm copper round bus shall be provided extending along with the
entire length of the panel and effectively grounding all metal structures. The
earth bus should be designed for suitable inter connection with adjacent
control panel which are to be placed side by side in the control room.
b) Each continuous length of ground bus shall have provision of two terminals
at two separate points for connection to ground.
c) Potential and Current transformer neutrals shall be grounded only at the
terminal blocks where they enter the control panel from the transformer.
d) Wherever a circuit is shown grounded in the drawings, a single wire for the
circuit shall run independently to the ground bus and connected to it.
DOORS
Each panel shall be completed with end enclosing sheets on both sides and door in
the rear. There shall be one door with handle and also turn twist locks at top and
bottom. Proper gasketing shall be provided on the door. A type test report from the
recognized Govt. Laboratory on degree of protection test (IP-55) shall also be
furnished with the tender. The doors should be grounded with flexible braided
copper conductor of 10 sqmm.
CONTROL AND RELAY PANELS
The control panels required for installation at all the sub-stations shall be of simplex
type. The control and indication apparatus, all meters and relays shall be mounted in
the front. The instruments and relays shall be flush pattern.
The labeling for the circuits shall be provided at the front control panel, as well as
on the inside wall. All indicating instruments, meters and important components
shall have identification labels from inside also, in addition to outside. The terminal
block shall also have identification labels to them, clearly indicating phase’s
identifications and also circuits and instruments identification. For example, the
terminal connector shall have an identification indicating that CT circuit for
metering, for protection etc. Labeling should be provided by using 2 mm thick
aluminium strip embossed with desired information and fitted in the panel sheet by
means of rivets.
PROTECTION SCHEME
The protection schemes to be supplied under this control shall cover the following
equipments:
a) Transformers
57
b) Overhead sub-transmission lines
The protection schemes are described in the following clauses:Transformer Protection :Transformer Control Panel is required for control/ protection on both33KV and 11
KV sides of 33/ 11 KV transformers. This will be in the form of a relay set having 2
Nos. O/C and 1 No. E/F elements in11KV Control Panel. In 33 KV Control Panel
the relay set shall have 3 Nos. O/C elements alongwith numerical differential
protection relay. The current settings of O/C relay elements shall be from 50 to
200% and of E/F relay element from 10 to 40%. They shall be suitable to work on
30 Volt D.C. supply. The secondary rating of C.T. shall be 5 Amps. The over
current and earth fault relays shall have operating time of 1.3 sec. at 10 times of plug
setting current. The relays shall be of draw out type with CT shorting facility.
Further, the relays shall have self re-set contacts and hand re-set flag arrangement.
Besides this provision for alarm and tripping due to Buchholtz relay operation, OTI
and WTI may be kept in the panel.
Tripping on OTI, WTI and Buchholtz operation is also needed for both 33 KV
and 11 KV transformer breakers panels.
Feeder Protection:a) Feeder Control Panel is required for control/ protection of both 33 KV & 11 KV
sub-transmission lines. This will be in the form of a relay having 2 Nos. O/C and
1 No. E/F elements. The current settings of O/C relay element shall be 50 to
200% and of E/F relay element 10 to 40%. They shall be suitable to work on 30
Volt D.C. supply. The secondary rating of C.T. shall be 5 Amps. The over
current and earth fault relays shall have operating time of 0.6 sec. at 10 times of
plug setting current (in case of 11 KV Control Panels) and 1.3 sec. at 10 times of
plug setting current (in case of 33 KV Control Panels). In this case also, the
relays shall be of draw out type with C.T. shorting facility. Further, the relays
shall have self re-set contacts with hand reset flag arrangement.
b) The feeder control panel shall also have auto re-closing scheme. The re-closing
relay time shall be adjustable between 4 to 10 sec. or near about in case of 11
KV Control Panel. In case of 33 KV Control Panel the re-closing relay time shall
be adjustable between 10 sec. to 60 sec. for 1 st shot and 30 to 180 sec. for 2 nd
shot after the repeat of tripping pulse from the protective relay. Suitable
adjustment knob for the same shall be provided on the front of the relay for this
purpose.
CONTROL AND INDICATING CIRCUITS
The control and relay panels shall have the following instruments, relays and
accessories:1 no. - 3 Pole static type / software based relay, flush pattern, having 3 Nos. O/C
element (settings 50 to 200%), suitable for operation on 30 V DC and 5
Amp. CT secondary rating (for 33 KV Transformer Control Panel).The relay
shall have operating time of 1.3 seconds at 10 times of plug setting current,
as mentioned above.
1 no. - 3 Pole static type / software based relay, flush pattern, having 2 Nos. O/C
element (settings 50 to 200%) and 1 No. E/F element (settings 10 to 40%),
suitable for operation on 30 V DC and 5 Amp .CT Secondary rating (for 33
KV Feeder Control Panel, 11KVFeeder Control Panel and 11 KV
Transformer Control Panel). The relay shall have operating time of 1.3/ 0.6
seconds at 10 times of plug setting current, as mentioned in above para.
58
1 Set – provision for alarm and tripping due to Buchholtz relay operation, OTI and
WTI may be kept in the 33 KV transformer control panel.
1 Set - Auto re-closing relay with adjustable time delay between 4 seconds to 10
seconds.
(for 11 KV Feeder Control Panel only).
1 Set - Auto re-closing relay with adjustable time delay between 10 seconds to 60
seconds for 1st shot and 30 to 180 seconds for 2 nd shot (for 33 KV Feeder
Control Panel only).
1 no - Relay for OTI, WTI and Buchholtz operation tripping – both in 33 KV and
11 KV Transformer breaker panel.
1 no - Fully static energy meter for incomer and outgoing feeder energy and system
parameters indication and record.
1 no - Auto/ manual selector switch (for panels with auto re-closing relays).
1 no - Circuit Breaker Control switch (Push Button type) having Trip/ Neutral/
Close positions.
4 nos - Lamps for circuit breaker “ON”, “OFF”, “TRIP CKT HEALTHY” and
“AUTO TRIP” indications. LED indicating lamp complete with static
circuits and features should be supplied with Low voltage protection circuit
(LVGP) and surge suppressor circuit having LED indication. Lamp assembly
should be of fire – retardant glass epoxy PCB , industrial heat resistant, fire
resistant, non hygroscopic DMC material, chrome – plated corrosion
resistant solid brass bezel, polycarbonate lens in desired colour shades of
Red, Green , Amber, Yellow etc. the intensity of light should be minimum
100 mcd at 20 mA . Indication lamp should be suitable to operate on 30 V
direct current supply source. Acceptable make are BINAY Opto Electronic
Private Ltd. or equipment.
1 no- Ammeter 96 sqmm .Square MISC type flush pattern having class 1.0 accuracy.
The ammeter shall have dual scale 0-200/100 Amps. or 0-300/150 Amps as
per requirement.
1 no- Ammeter select or switch to indicate current in three R, Y and B phases.
1 no-Voltmeter 96 sqmm. Square MISC type flush pattern having class 1.0
accuracy with selector switch (for Transformer Control Panel. (The range of
Voltmeter shall be 0-15 KV for 11 KV Control Panel and 0-40 KV for 33
KV Control Panel).
1 no - Alarm bell for circuit breaker trip alarm.
1 no - Alarm cancellation relay for C.B. trip alarm
2 nos - Push Buttons for alarm “ACCEPT” & “RESET”
1 no - DC Failure Visual indication by way of providing a lamp.
2 no - Push Button for testing healthy condition of trip circuit. (Separate circuits for
Supervision of healthiness of two trip coils are required. Accordingly, the
DC circuit complete with fuses etc. shall be separate for the two trip coils).
1 no – Illumination lamp with cage and switch.
1 no - Space heater with associated ON-OFF switch.
1 no - Power type 3 pin 5 Amps plug and socket with ON-OFF switch and fuse.
A trip healthy lamp shall be provided for each circuit breaker and connected in such
a way as to indicate the healthy condition of the trip circuit. The lamp should have
the indication on demand when breaker is on. Such indication is also necessary
when the breaker is off, but it should be possible to check the trip circuit condition
59
before closing the circuit breaker. In brief, pre and post close trip supervision facility
on demand is required and shall be included.
The automatic tripping of the circuit breaker due to operation of protective relays
shall be indicated by a common audible alarm. The audible alarm shall be cancelled
by the flag cancellation of relay, in case of relays of hand-reset type. Space shall be
provided for provision of KWH meter, with proper sealing.
NOTE: - Any other indications which are required for proper protection/ operation
of circuit breaker should be provided in control panel, without any extra cost.
RELAYS
All relays except where otherwise approved ,shall be capable of breaking the
maximum current which shall not be affected by vibration or by external magnetic
fields. The contacts shall be of silver, platinum or other approved materials and shall
be capable of repeated operation, without deterioration.
All relays, which are connected to complete the tripping circuit breaker coil of the
auxiliary tripping relay shall be provided with approved flag indication, which
whenever possible, shall be mechanically operated type. Indicators shall also be
provided on such additional relay elements as it will enable the type and phase of the
fault condition to be identified. Each indicator, whether of the electrically or
mechanically operated type, shall be capable of being reset by hand, without
opening the relay case. Each indicator shall be so designed that it cannot move
before the relay has completed its operation.
It shall not be possible to operate any relay by hand without opening case.
All relays shall be so arranged that on opening the case it shall be impossible for any
dust, which may have collected in or upon the case to fall on the relay mechanism.
Over current relays shall be of static type / software based and shall have inverse
definite minimum time limit characteristics with separately adjustable time and
current settings. Unless otherwise approved, the definite minimum time shall be
continuously variable from 0.2 seconds and current setting range shall be variable
between 50% and 200% in six equal steps of 25% each. The relay rating shall be 5
Amps.
All relays shall be of draw out type and also that O/C and E/F relays shall have
characteristics 1.3 second for protection of transformer on both primary as well as
on secondary sides and 0.6 second characteristics for protection of 11 KV feeders. In
case of 33 KV feeder protection, the characteristics operating time shall be 1.3
seconds. Further, these relays shall have self re-set contacts with hand re-set DC
operated flag arrangement.
All main protection relays shall be numerical and suitable for SCADA connectivity
with IEC 61850 protocol.
Type test certificates for relays shall be submitted.
INSTRUMENTS
All indicating instruments shall conform to IS – 1248 and shall be of types and sizes
specified under Sr. No. 15 above. They shall be capable of carrying their full load
currents continuously without heating. They shall have long clearly divided and
indelibly marked scales of engraved or enamelled metal and the pointers shall be of
clean outline. The pointers and scales shall be subject to approval. The marking on
the dials shall be restricted to the scale marking. All indicating instruments, shall be
provided with non-reflecting glass type fronts. All indicating instruments shall be of
class 1.0 accuracy.
Type test certificate for Ammeter and Voltmeter shall be submitted.
60
The following may be carefully noted :i) The components of alarm scheme shall be strictly in accordance with tender
specification and shall be explained very clearly. The alarm scheme is required
with Transformer Control Panel only.
ii) The scheme incorporated should ensure that flag resetting of relay is “self-hand
operated” type. Thus it should not be necessary to reset the flag at the time
alarm/ annunciation is accepted in case of fault. It should be possible to
separately reset the flag, after the fault is attended.
The automatic tripping of the circuit breakers due to operation of protective relays
shall be indicated by audible alarm. The offered alarm scheme shall be complete in
all respects including one DC bell for trip alarm with a connector/ auxiliary relay
suitable to handle breaking of DC bell current. The contactor/ auxiliary relay will get
energized through the self-reset alarm contact of protective relay and will remain
actuated by its own seal-in contact. A push button shall be provided to accept the
alarm by breaking the seal-in circuit.
TESTS
 Each control panel shall be completely assembled, wired, adjusted and tested at
the factory prior to dispatch.
 The tests shall include wiring continuity tests, insulation tests and functional
tests to ensure operation of the control scheme and individual equipment.
 The test procedures shall have prior approval of the owner.
 All instruments, meters and relays shall be tested and calibrated in accordance
with relevant standards.
 All auxiliary instrument transformers shall be tested in accordance with
procedure as laid down in relevant standards.
TEST WITNESSING
The tests shall be performed in presence of owner’s representative. The agency shall
give at least fifteen (15) days advance notice of the date when the tests are to be
carried out.
TEST CERTIFICATE
Copies of test certificates for all routine and acceptance tests shall be furnished to
the owner for approval before despatch of the equipment from the works. Test
certificates for important components used shall also be furnished along with
drawings.
PRE-TREATMENT AND PAINTING PROCESS
The control panel sheet steel shall be subjected to pre-treatment process before
painting. The process shall be carried out as under.
The procedure can broadly be divided as “Metal Treatment” and “Painting”.
A. METAL TREATMENT
i.
Degreasing
This can be achieved either by immersing in hot alkaline degreasing bath or in
hot dry chlorothelene solution. In case, degreasing is done by alkaline bath,
rinse with cold water thoroughly.
ii.
Pickling
iii.
This is to remove rust and metal scales by immersing in diluted sulphuric acid
(approximately 20%) at nearly 80°C until scale and rust are totally removed.
iv.
Rinse in cold water in two tanks to remove traces of acids.
61
v.
Treat with phosphoric acid base neutralizer, for removal of chlorine from the
above acid pickling and again wash with running water.
vi.
Phosphating
vii.
Immerse in grenadine Zinc phosphate solution for about 20 minutes at 80 to
90°C. The uniform phosphate coating of 4 to 5 gms. per sq. meter shall be
achieved.
viii.
Swill in cold water.
ix.
Rinse in decxy to bath at 70 to 80°C to neutralize any traces of salts.
x.
Seal the above phosphate coating with hot dilute chromate solution.
xi.
Dry with compressed air
B. PAINTING
xii.
Spray one coat wet on wet specially developed, “High Lusture” Zinc
chromate primer and stove at 150 to 160°C for 25 to 30 minutes. Alternatively,
Red-oxide primer with chromate content may be used. However, former
process is preferred.
xiii.
Rubbing and putting :xiv.
Apply putty to fill up the scar, if any, to present smooth surface and stove 15 to
20 minutes. Apply putty several times to get perfectly smooth finish.
xv.
Surfacing :xvi.
Sand down with mechanical abrasive and stove for 20 minutes.
xvii.
Primer :xviii.
Spray second coat of primer as per (i) above or grey primer surface wet on wet
and stove for 30 to 40 minutes at 150°C.
xix.
Finish Paint :xx.
Rub down dry and spray first coat of synthetic enamel finish paint wet on wet
and stove for 30 minutes.
xxi.
Surfacing :xxii.
Sand down or rub dry to prepare for final finish. Spray 2 coats o synthetic
enamel finish paint wet on wet and stove it at 150°C for 30 minutes.
NOTE :(a)
Necessary stiffness may be welded between large cut outs to provide rigidity
before painting process.
(b)
Painting process shall be done within 24 Hrs. of completion of metal
treatment.
(c)
Small coating shall be supplied along with equipment for touching up at site.
5.
TECHNICAL SPECIFICATION OF 30V, 10 AMP BATTERY CHARGER
SUITABLE FOR 30V 100AH LEAD ACID BATTERY
SCOPE
This specification covers design, manufacturing, testing at manufacturer’s
works before dispatch and supply of 30 Volt 10 Ampere Single Phase
62
Manually Controlled ,Battery Charger required for charging of 30 Volt 100
Ampere-Hour Lead Acid Battery and for feeding auxiliary supply to
Switchgear equipments at 33/11 KV substations.
CLIMATIC CONDITIONS
The climatic conditions at site, under which the equipments shall operate
satisfactorily, are mentioned as under:
45oC
4 0C
95%(sometime approaches
saturation point)
iv)
Minimum relative humidity
10%
v)
Average number dust storm days per 40 days
annum
vi)
Average number of rainy days per annum.
90 days
vii)
Number of months of tropical
3 months
Monsoon conditions
viii) Average annual rainfall
1250 mm
ix)
Maximum wind pressure
150 Kg/ Sq.mm
x)
Altitudes not exceeding
1000 meters.
The limit of ambient temperature shall be 450C peak and 350C average over a period of
24 hours.
i)
ii)
iii)
Maximum temperature of air in shed
Minimum temperature of air in shed
Maximum relative humidity:
STANDARDS
Unless otherwise specified, the equipment shall conform to the latest applicable Indian
standards and in particular to the following standards:1
IS:3895 Specification for Rectifier equipments in general
2
IS:13947 Specification for MCB
(Part II)
3
IS:1248 Indication instruments
4
IS:2147 Degree of protection for cubicles
5
IS:375
Specification for wiring
6
IS:4540 Mono crystaline semiconductor rectifiers assemblies and equipment
7
IS:6619 Safety code for semiconductor rectifier equipments
8
IS:2026 Transformers
9
IS:4237 General requirement for switchgear and control gear for
voltage not exceeding 1000 Volt
10 IS:4064 Air Break switches and fuse combination units
11 IS:6005 Code of practice for phosphating of Iron & Steel
12 IS:5
Colour for ready mix paints
13 IS:5921 Printed circuit Board
14 IS:249
Printed circuit Board
15 IS:5578 Guide for making insulated conductor
The supplier shall clearly state the standards to which the equipment offered by
him conforms.
6. DRAWING AND LITERATURE
63
The bidder shall furnish all such drawings, instruction manuals, descriptive
literature etc., as may be necessary for the proper understanding of the
functioning of the charger.
The write-up should include the following:i.
Technical specification of the charger.
ii.
Detailed circuit description of the charger. It should also include the
functions of various components, protection circuits/ cards, relays
along with their individual brief write-ups/ leaflets.
iii.
List of the main components of the charger.
iv.
Following details are to be clearly indicated in the circuit diagram:Make and Rating of components used
v.
All the fuses should be numbered and individual rating should be
indicated.
GENERAL DESCRIPTION
The Charger shall be of simple design so as to ensure its reliable functioning
and ease in maintenance/repairing. Complicated circuitry shall be avoided,
as for as possible. The bidder shall indicate, as to how reliable functioning of
the charger is achieved. He shall also indicate the quality control adopted
for the reliable product.
The battery charging equipment shall comprise of solid state silicon rectifier
suitable for operation on 230/250 Volt Single Phase A.C. system. Associated
transformer, regulatory resistances, switches etc. shall be accommodated in
a sheet steel cubicle arranged for continuous load of 3 Amps, adjustable
from 0 to 3 Amps, trickle charge of the battery and manual provision to
operate at a higher voltage to recharge the battery of 100 Ah capacities
quickly at 10Amp.
The equipment shall comprise of:1. A.C. mains switch/ MCB 230/250 Volt Single Phase with fuses/ MCB.
2. Pilot lamp/ LED to indicate AC supply ON.
3. Ballast choke
4. Single Phase Double Wound Transformer for rectifiers
5. Main transformer single phase variac with rough and fine control to
charge battery in steps of 6-12, 12-18, 18-24, 24-30, 30-36, 36-42
volts.
6. Full wave bridge connected plate/ solid state silicon rectifier.
7. Fuses for rectifier output.
8. (i) Moving Coil/Analog type Ammeter 96 mm sq flush mounting type
(0-15 Amps.)for Total DC current at rectifier DC output.
(ii) Moving Coil/Analog type Centre Zero Ammeter 96 mm sq flush
mounting type (15-0-15 Amps.) for Battery Charge/Discharge DC
current at Battery output Terminals.
9. Moving Coil Analog type Voltmeter 96 mm sq flush mounting type (050 Volts)
10. Voltmeter fuses
11. DC ON/ OFF MCB with fuses.
64
The sheet steel cubicle of the rectifier unit shall also accommodate the
switches for charge rate selection, incoming from battery and various
apparatus for battery control.
CABINET
The charger shall be enclosed in a cabinet made of sheet steel of not less
than 1.5 mm thickness and should be suitable for mounting on a plane
surface/ floor with ventilation louvers on two sides and finish painted
with synthetic enamel paint of white on inside and opeline green on
outside. Two coat of zinc primer shall be applied before finishing
synthetic enamel paint. The cabinet shall have vermin proof
construction. The cabinet legs shall be of adequate height and strength
and should provide minimum clearance of 100 mm from ground.
FRONT PANEL MOUNTINGS
The following provisions conforming to relevant ISS shall be made on the
front panel:a) Voltmeter to indicate battery/ charger DC voltage
b) Voltmeter to indicate incoming AC voltage
c) i. Ammeter to indicate total DC current
ii. Ammeter to indicate Charge/Discharge current of Battery.
d) Indicating LEDS to indicate:(i) Supply of power;
(ii) Charger on;
(iii)
Input voltage less than 180 Volt.
(iv) Battery reverse
e)
Audio/ Visual alarm to indicate:(i)
Power failure;
(ii)
Charger failure;
(iii)
Battery disconnection/ failure; and
(iv)
DC under/Over voltage.
In case of failure of charger on fault, it should give buzzer as well as
LED indication. However, the buzzer alarm should be provided with a
reset switch.
f)
The indicating instruments shall be of class 1.0 accuracy.
65
TRANSFORMER
The power transformer rectifier unit of the battery charger shall be designed for
adequate VA rating but in any case it should not be less than 700 VA and
should be rated for 300 V at factor of safety of 3. The heat dissipation and
power control system should be designed with a factor of safety of 8. Rating of
silicon diode should not be less than 15 A.
Please note that necessary documentary evidence, showing transformer rating
of 700 VA along with test certificate from manufacturer, if bought-out, shall
be enclosed, for approval of the purchaser.
PROTECTION
The charger should have built-in reverse polarity protection with indication
lamp so as to protect the battery from high drains. The charger should also
have MCB in the output circuit for protection from short circuits.
LIGHT EMITTING DIODES
For the purpose of indication LEDs shall be provided.
SWITCHES AND FUSES
Control and instruments switches shall be of toggle type. All fuses of 2Amps
and Higher rating shall be of HRC type and of standard make only.
LABELS
All front panel mounted equipments as well as the equipments mounted inside
the cabinet shall be provided with individual labels with equipment
designation engraved on aluminium plate (stickers are not acceptable).
WIRING
The charger shall be supplied completely wired ready for purchaser’s external
connections at the terminal blocks. All the wiring shall be carried out with
1100 V Grade PVC insulated standard copper conductor of 2.5 Sq mm.
Wiring for Electronic Circuits shall be carried out with 1100 Volts grade
suitable size stranded flexible copper conductor PVC wires. Colour coded
wires should be used to facilitate easy tracing, as under :i) Single Phase A.C. Circuit:Red for Phase
Green for Earthing
Black for Neutral
ii) D.C. Circuit:Red for Positive
Black for Negative
iii) Control Wiring:Gray for annunciation and other control circuits.
FERRULES
Embossed/Engraved core identification ferrules, marked to correspond with
the wiring diagram shall be fitted at both ends of each wire.
EARTHING TERMINALS
The battery charger cabinet shall be provided with two separate suitable earthing
terminals of good quality and adequate size.
66
TESTING
The following tests shall be carried out by the manufacturers on each
battery charger and copy of the test certificate for each charger shall be
submitted:I Checking of wiring and continuity of circuits and visual inspection
I. High voltage test on the equipment with accessories. (All equipments and
wiring should be tested for with-standing the power frequency voltage of
2 KV r.m.s. for 60 seconds.)
II. Checking of charging current and load currents.
III. Checking of relays operation, alarm circuit operation, lamp indication,
charger failure, mains failure, load fuse failure and annunciation
(manufacturer’s test certificate for the instruments shall also be furnished).
IV. Regulation and Ripple tests. (being unregulated type this test is not
required)
V. Efficiency test.
VI. Burn-out/ Heat-run test (for 10 Hrs.)
CIRCUIT DIAGRAM AND WRITE-UP -It is desired that the complete schematic of the charger is provided on a
permanently laminated/engraved plate of suitable thickness which has to be
bolted/riveted at the four corners on the inside face of rear door. In
addition, one more plate of similar type and dimension shall be provided on
the outside of the rear door providing guidelines and instructions for
operation of the charger. The guidelines and schematic to be provided on
the plates shall be as per our approval for which separate drawings shall be
furnished, after award of contract
TERMINALS
18.1 Separate terminals shall be provided for connecting load and battery
leads to the charger. All terminals shall be of M12 size. Suitable copper lugs
shall be provided by the supplier for use of the purchaser for connecting the
load wiring. Two separate 4 core 2.5 Sq. mm cables (two cores twisted
together for reducing voltage drop in cable) shall be used by the purchaser
for connecting battery and load. Thus cable glands shall be of suitable size.
18.2 It would be the bidder’s responsibility to prove the adequacy of its
design by submitting all technical particulars and relevant graphs to show
suitability of charger for supplying load on continuous basis.
PRINTED CIRCUIT BOARD
The printed circuit boards should be made out of glass fiber re-inforced
epoxy boards and should be coated with suitable protective coating for
protection against humidity and corrosion.
POLARITY MARKING:The polarity marking of the terminals shall be marked for identification. The
positive terminal may be identified by “P” or (+) sign or red color mark and
67
the negative terminal may be identified by “N” or (-) or blue color. Terminal
marking shall be permanent and non-deteriorating.
GUARANTEED PARTICULARS
The bidders shall essentially fill up the enclosed Schedule of Guaranteed
Technical Particulars of Charger offered by him.
MANUAL OF INSTRUCTIONS
The manufacturer shall supply a copy of the Instruction Manual for
commissioning and initial testing of the charger and maintenance during
service with every charger ordered.
PACKING
The charger shall be securely packed in wooden crates suitable for handling
during transit by rail/ road so as to avoid any loss or damage during transit
GUARANTEED TECHNICAL PARTICULARS OF 30V 10AMP
BATTERY CHARGER SUITABLE FOR 30 VOLT 100 AH LEAD
ACID BATTERY
S. No
1
2
DESCRIPTION
Name of manufacturer
Type of charger
3
Indicate specification to which the offered charger
conforms
Input supply
Input current
Output voltage range
4
5
6
7
8
9
10.
11
12
13
14
15
16
17
18
19
20
Output current range
Maximum output current
Efficiency at Normal output voltage
100% full load
75% full load
50% full load
25% full load
Whether separate terminals of M-12 size for
connecting load and charger leads to the battery
terminals has been provided.
Provision of LEDs for indication purpose
Provision of Audio/ Visual alarm
Provision of labels for individual components
Provision of ferrules
Provision of separate terminals for connecting
battery and load
Provision of two separate Earthing terminals
Weight of the complete charger
Overall dimensions of battery charger
Thickness of the sheet enclosure
Make and rating of Miniature Circuit Breaker for
68
PARTICULARS
Manually
Controlled
S. No
21
22
23
24
25
26
27
28
29
30
31
32
33.
34
35
DESCRIPTION
AC Input supply
Make & rating of main transformer
Make and type of rectifier diode
Rating of rectifier diode in Amps
PIV value of rectifier diode
Output in Amps of complete rectifier stack
Make, Type & range of Voltmeter
Make, Type & range of Ammeter
Make & rating of Miniature circuit breaker for DC
output
Make and rating of relays
Make of buzzer used
Make & Type of fuses used
Material and size of cable used for internal wiring
Whether list of main components, their make &
ratings enclosed
Whether all the required drawings, instruction
manuals and descriptive literature enclosed with the
offer
Are provision of permanently/ Engraved schematic
diagram and guidelines/ instructions on operation of
the charger for bolting/riveting body is made.
PARTICULARS
NOTE:- Any other accessory which may not be included in the above list, but
may be necessary for satisfactory and trouble free operation of the equipment as per
standard design of the bidder should also be included in the G.T.P. and details of the
same may also be furnished.
6.
TECHNICAL SPECIFICATION OF 30 VOLT 100 AH
LEAD ACID
BATTERY
1. SCOPE
This specification covers design, manufacturing, testing and supply of 30 Volt
100 AH Lead Acid Battery, for use at 33/11 KV substations for feeding auxiliary
supply to Switchgear equipments at the time of interruption in mains supply.
The batteries are to
be supplied along with a wooden stand / rack as per description in clause -17
Below.
2. CLIMATIC CONDITIONS
The climatic conditions at site, under which the equipments shall operate
satisfactorily, are mentioned as under:
i)
ii)
Maximum temperature of air in shed
Minimum temperature of air in shed
69
45oC
4 0C
iii)
Maximum relative humidity:
95%(sometime
approaches
saturation point)
iv)
Minimum relative humidity
10%
v)
Average number dust storm days per annum 40 days
vi)
Average number of rainy days per annum.
90 days
vii)
Number of months of tropical Monsoon 3 months
conditions
viii) Average annual rainfall
1250 mm
ix)
Maximum wind pressure
150 Kg/ Sq. mm
x)
Altitudes not exceeding
1000 meters.
The limit of ambient temperature shall be 45 0C peak and 35 0C average over a
period of 24 hours.
3. APPLICABLE STANDARDS
The cells of Lead Acid Battery shall conform to the requirement of IS:1651: 1991
with latest amendments thereof.
4. STANDARD RATINGS
The standards rating for 30 volt Lead Acid Battery shall be 100 AH.
5. CELL VOLTAGE
The nominal voltage of a single cell shall be 2.1 to 2.2 Volt.
6. CAPACITY AT ROOM TEMPERATURE
The Battery shall comprise of 15 cells with capacity not less than 100 AH at 10
Hours rate of discharge to end voltage of 1.85 volts per cell at room temperature
not exceeding 32 Degree C
GENERAL DESCRIPTION
7.1 Cells shall be supplied in glass containers having ample space provided
below the plate for accumulation of deposit. The glass containers shall be
sufficiently robust transparent and free from flaws. The bidder may also
quote for battery with hard rubber containers which shall conform to IS:
1146:1981
7.2. Lead acid battery, comprising of closed type cells shall be compete with
plain tubular type positive plate assemblies, glass boxes, lids, micro porous
plastic separators, polystyrene dowels and buffers, inter cell connectors of
tinned copper for suitable size carrying current 30 volt 100 AH and
brass/stainless steel bolts & nuts . The battery shall be offered complete with
(i) inter row connectors, acid jars and packing case (ii) stands (iii) stand
insulators (iv) cable sockets for end and tapping connections (v) BATTERY
insulators.
7.3 The sulphuric acid and water used for the preparation and maintenance of
electrolyte shall conform to IS 266:1977 and IS 1069: 1964 respectively.
7.4 The separators used shall be either wooden or synthetic. The wooden
separators when used shall conform to IS 652:1960 and the synthetic
separators to IS 6071:1986.
70
The venting device shall be of anti-splash type with more than one exit hole and
shall allow the gases to escape freely but shall effectively prevent acid particles
or spray from coming out.
A suitable electrolyte level indicator indicating lower and upper limits shall be
fitted to facilitate checking of electrolyte level in opaque containers. The
materials used shall be acid proof and shall not deteriorate during service.
The manufacture’s identification shall be embossed/impressed on the container.
Where it is not possible to bolt the cell terminals directly to assemble a battery,
separate copper lead (with acid resistant protective cover), copper connectors of
suitable size shall be provided to enable connection of the cells.
The material for bolts and nuts shall be brass/stainless steel. Bolts nuts, wisher
and spring wisher for connecting the cells shall be effectively lead-coated to
prevent corrosion & acid effect.
Open cells shall be provided with spray arrestors of adequate area over the
plates. These may be of glass sheet at least 3 mm thick and shall be adequately
supported.
7. TERMINALS
Separate terminals shall be provided for connecting load and charger leads to
the battery terminals. All terminals shall be of M 12 size. Suitable Copper lugs
shall be provided by the supplier, for use of the purchaser for connecting the
load wiring of suitable length 5 Mtr. each.
8. TEMPERATURE RANGE
Battery must be capable of operation at temperatures upto 55 oC for
prolonged period. Minimum capacity at this temperature should not be less than
2 Amps. for 5 hours.
9. ACCESSORIES
The following accessories shall be supplied with each set of battery:i) One Battery log book(one year maintenance)
ii) Two copies of printed instruction sheet.
iii) Cell testing Voltmeter, 3-0-3 volts scale, Industrial Grade “A” to IS:1248.
iv) One no. floating Hydro Meter.
v) One no. Syringe hydro meter
vi) One no. Thermo meter (0 to 100 0 C) with specific gravity correction scale.
vii) One set of suitable insulated spanners.
viii) One no. acid resisting funnel.
ix) One no. acid resisting jar.
x) One pair of rubber gloves.
xi) Eye glass.
xii) Aprin
xiii) Measurement jag 1 Lit.
xiv) Petroleum jelly 200 grm.
xv) Stand for holding all the above equipments in control room.
NOTE :- Any more accessories other than those mentioned above which are
required necessarily for the battery shall be supplied by you with the battery.
71
10. CHARGE RATE
Fully discharged batteries should normally be recharged at 10 Amps. for 10
hours at room temperature. New batteries and old batteries at high temperatures
may need more time. Trickle charge rate shall be about 50 to 100 mA
11. CELL DESIGNATION & MARKING
The practice indicated in relevant IS or latest version shall be followed for cell
designation purpose.
The following information shall be indelibly and durably marked on the outside
of the cell
a)
Manufacturer’s name and/or trade mark;
b)
Month and year of manufacture;
c)
Nominal voltage;
d)
Rated ampere-hour capacity;
e)
Country of origin; and
f)
Cell designation.
h)
Name of purchaser (MPPKVVCL LTD Indore)
12. MANUAL OF INSTRUCTIONS
A copy of the instructions manual for initial treatment and the maintenance on
its service shall be supplied by the manufacturer with every set of battery.
13. POLARITY MARKING
The polarity of the terminals shall be marked for identification. The positive
terminal may be identified by “P” or
(+) sign or Red colour mark and the negative terminal may be
identified by “N” or (-) sign or a Blue colour mark. Marking
shall be permanent and non-deteriorating.
14. WARNING MARKING
The battery/cell shall be furnished with a warning plate located at conspicuous
place specifying the use of “PARTICULAR ELECTROLYTE ONLY” (in block
letters) and specifying the proper fill level of the electrolyte. Marking shall be
permanent and non-deteriorating.
15. PACKING
The batteries shall be suitably packed in wooden crates suitable for handling
during transit by rail/road, and secured to avoid any loss or damage during
transit.
16. MOUNTING STAND
The cells shall be accommodated in double tier stand constructed of selected
timer and painted with 3 coats of acid proof paint. Necessary paint for this
purpose shall be supplied. No metal fastenings shall be used. The stands shall be
supported on insulators to contain necessary insulation from earth and there shall
be insulators between each cell and stand.
17. TESTS
The following tests shall be carried out in accordance with IS: 1651:1991 or the
latest version thereof:
(A) TYPE TESTS:
a) Verification of constructional requirements.
72
b) Verification of marking.
c) Verification of dimensions.
d) Test for capacity Test for voltage during discharge
e) Ampere-hour and Watt-Hour efficiency test.
f) Test for loss of capacity on storage
g) Endurance test
(B) ACCEPTANCE TEST
h) Marking & Packing
i) Verification of Dimensions
j) Test for capacity
k) Test for voltages during discharge.
(C)
ROUTINE TEST
The battery shall be tested after manufacture as per the requirement of IS:
1651-1991 (with latest amendment, if any). Two copies of test certificates
indicating the results obtained during the tests shall be submitted.
Guaranteed technical particulars of 30 volt 100 AH lead acid batteries
S.
No
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
PARTICULARS
DESCRIPTION
Type of Battery
Reference of IS NO
Manufacturer’s Name & place of works.
Normal voltage of battery.
No. of cells in each battery set.
Capacity of battery at 10 hours rate
Voltage per cells.
Type of construction
(i) Positive plate
(ii) Negative plate
Method of connection between cells i.e. whether
bolting or some other methods.
Normal trickle charge rate without load
Normal charge rate
i) At starting
ii) Finishing
Voltage per cell at the end of charge at the quick
charge rate.
Normal charging time after complete discharge
Type of material of separators
Material of container
Watt. hour efficiency at 10 hour rate of discharge.
Voltage across battery terminal when under quick
charge rate.
Ampere hour efficiency at 10 hour rate of discharge
Quantity of dilute acid per cell.
73
S.
No
20
21
22
23
24
25
26
27
28
29
30
31
32.
PARTICULARS
DESCRIPTION
Overall dimension of each cell.
Distance between the centers of cells when erected.
Weight of cell complete with electrolyte
Recommended maximum period of storage before
the first charge
Internal resistance of the cell
Amount and specific gravity of electrolyte per cell
required for first filling.
Expected specific gravity of electrolyte at the end of
full charge
Expected specific gravity of electrolyte at the end of
discharge at 10 hour rate
Whether separate terminals of M-12 size for
connecting load and charger leads to the battery
terminals has been provided.
Whether dimensional drawing of one cell and lay out
drawing of one complete set of battery submitted with
the offer?
Whether manual of erection, commissioning and
maintenance of battery submitted with the offer?
Whether the copy of Type Test certificates carried out
on the battery submitted?
Whether following accessories shall be supplied with
each set of battery:(i) One Battery log book
(ii) Two copies of printed instruction sheet.
(iii) Cell testing Voltmeter, 3-0.3 volts scale,
Industrial Grade “A”.
(iv) One no. floating Hydro Meter.
(v) One no. Syringe hydro meter
(vi) One no. Thermo meter (0 to 100 0 C) with
specific gravity correction scale.
(vii) One set of suitable insulated spanners.
(viii) One no. acid resisting funnel.
(ix) One no. acid resisting jar.
(x) One pair of rubber gloves.
Details of type test certificates of 2 Volt – 100 AH Battery Cell
74
Sr.N
o
Name of test
Claus
e of
IS:
1651
1.
Verification of constructional requirement
12.2
2.
Verification of marking
12.3
3.
Verification of dimensions
12.4
4.
Test for capacity
12.5
5.
Test for voltage during discharge
12.10
6.
Ampere-hour and Watt-hour efficiency test
12.9
7.
Test for loss of capacity on storage
12.7
8.
Endurance test
12.8
7.
Name of
testing
authority
& place
Type test
report
no. &
date
TECHNICAL SPECIFICATION FOR 1200 KVAr, 11 KV CAPACITOR
BANK
This specification covers design, manufacture, testing at manufacturers works,
supply and destination of 11KV Capacitor Banks, Residual Voltage
Transformers, Vacuum Automatic Capacitor Switches their mounting GI
structures and other associated materials.
A) CAPACITOR BANKS
1. 11KV Capacitor Banks: - The rating of the Capacitor Banks will be as
follows :i) 1200 KVAr at 11 KV, 3 Ph 50 HZ neutral solidly grounded systems and to
be controlled with suitable vacuum circuit breaker.
ii) The three phase capacitor banks shall conform to the Indian Standard
13925:98 (Part-I), 13925:94 (Part-II), IEC 871-2-87 with its latest
version/amendments, if any.
iii) The normal system frequency is 50 HZ and may vary between + 3% i.e. 48.5
HZ to 51.5 HZ.
iv) The capacitor shall be connected to the system with nominal voltage for
11KV. The highest voltage of the system shall be 12.1 KV on sustained
basis.
v) The maximum continuous system rms voltage that may be applied to the
capacitor shall be of the order of 10% more than the rated rms voltage of the
75
capacitor. However, the supplier of the equipments, including the breaker
shall ensure that under breaker opening conditions, due to current chopping,
the maximum dynamic over voltage level does not exceed 2.3 PU value of
normal rated rms voltage.
vi) The increase in current or reactive output of capacitor unit & bank over the
rated values may be as per IS: 13925:98 with latest version/amendment, if
any.
vii) The standard basic unit rating of capacitors (single phase) shall be 121 KVAr
at 6.98 KV and will be suitable for outdoor installation.
viii)
1500 KVAr bank shall consist of 15 single phase capacitor units of
121 KVAr. Each phase shall have 5 units in parallel which are connected
then in ungrounded star.
ix) The power loss in capacitor shall not exceed 0.2 Watt/KVAr.
x) Each capacitor unit shall be provided with built in discharge resisters, to
permit the capacitor unit to discharge the capacitor to 50V or less in less than
10 minutes after disconnection from supply.
xi) The container of each capacitor unit shall be provided with suitable earthing
terminals clearly marked as with lifting lugs for ease in handling.
xii) Each capacitor unit shall be built with number of elements comprising of
high quality embossed aluminum foil acting as electrodes separated by
dielectric of biaxial oriented hazy polypropylene film. Capacitor shall be
vacuum impregnated with on PCB oils only.
xiii) Set of three fuse barrels with leaf spring & fuse elements per bank i.e. 36
nos. in case of 1200 KVAr and 18 Nos. in case of 600 KVAr shall be
supplied free of cost with each set of capacitor bank.
xiv)
The capacitor bank shall be designed and capable of withstanding the
following power frequency and impulse test voltage :a) Nominal System Voltage
b) Highest System Voltage
c) Power frequency test Voltage
d) Impulse test Voltage
11 KV (rms)
12.1 KV (rms)
28 KV (rms)
75 KV (Peak)
NOTE - Each of the capacitor units as well as banks shall be provided with a rating
plate and terminal markings as stipulated in IS: 13925:98. Elevating structures made
from suitable solid steel sections should be provided to fix effective height of the
lowest accessible live terminal of the capacitor bank at 3.2 meters above the
grounded level.
8. TECHNICAL SPECIFICATIONS OF 33 KV and 11 KV GAPLESS
LIGHTNING ARRESTORS
SCOPE
76
This specification covers single phase outdoor metal oxide type gapless surge
arresters for use in effectively earthed system with the transformer neutral
effectively earthed with normal voltage of 11KV for 9KV Lightning arrestors
and 33KV for 30KV Lightning Ar
restors. The rated voltage of Arrestors
shall be 9KV (rms) for 11KV system and 30KV (rms) for 33KV system.
SPECIAL CONDITIONS
The atmosphere at places is laden with dust in suspension during the dry
months and subject to fog in cold months. The temperature variation between
the daily minimum and maximum is large. Heavy lightning is usual in the area
during the month of May to November. The area is also subjected to heavy
monsoon rains 80% to 90% of the annual precipitation during the months of
June to October.
SYSTEM CONDITIONS
I
Nominal system voltage
33KV
11KV
ii Highest system voltage
36KV
12KV
iii Frequency
50Hz
50Hz
iv Fault level
1500 MVA 350 MVA
The system is 3-phase 50 Hz solidity grounded system with earth fault
protection .The winding of transformer wherever to be protected is connected
on delta formation in primary and star formation in secondary.
We have provision of placing one set of surge arresters at the entry of the each
line (feeder) in the substation and one set near to the transformers for 33KV
system & only one set each on 11 KV Distribution transformers.
The insulation level provided in our transformer is 170 KV Peak for 33 KV
systems and 75 KV peak in case of 11 KV System.
STANDARD
The surge arresters shall strictly conform to IEC 99-4/IS-3070 Part-3 – 1993
with latest amendment if any in all respects. Maximum residual voltage shall
comply with the requirement given hereunder: The surge arresters meeting any other authoritative standards, which ensure
equal or better performance, than mentioned above shall be acceptable.
The technical requirement has been detailed out below:The agency should offer nearest rating of surge arresters.
The transformers, which are to be protected having BIL 170 KVP for 33 KV
winding & 75 KVP for 11KV winding. We will be installing our LAs at a
distance of 5/10 metres from transformer (another 5 metres be added towards
height of LAs lead length and bushing of transformer. Considering 20% safe
margin as per IEC the impulse voltage of more than 136 KVP should not
appear across the 33 KV side of transformer. Similarly, impulse voltage of
more than 60 KVP should not appear across 11KV winding of transformer.
Required Technical Particulars
No. Particulars
Requirements
1.
Nominal system voltage
33KV
11KV
2.
Type of Arrestor
Metal Oxide
Metal Oxide
3.
Applicable standard
IEC 99/4
IEC 99/4 IS 3070 Part-III
IS 3070 Pt.-III latest latest amendment
amendment
77
No. Particulars
4.
Rated Arrestor voltage IV rms
5.
Maximum
continuous
operating voltage KV rms
6.
Nominal discharge current
rating (8/20 micro set) KA
7.
Minimum discharge capability
(KA/KV)
8.
Long duration discharge class
9.
Maximum residual voltage at
nominal discharge current of
8/20 micro sec. wave, KV
peak
10. Maximum
steep
current
impulse residual voltage at
nominal discharge current, KV
Peak
11. Maximum switching impulse
residual voltage at 500 Amp.
(Peak)
12 Minimum
prospective
symmetrical current (KA)
13 Impulse high current short
duration discharge of 4/10
micro sec. Wave (KAP)
14 Max.
radio
interference
voltage at 1000 Hz (micro
volts)
15 Overall
temporary
over
voltage withstand capacity
(KV rms)
a)
1.0 Sec.
b)
10.0 Sec.
c)
100.0 Sec.
16 Impulse withstand voltage
(KVP)
17 Current impulse withstand
level
Requirements
30
24
9
7.2
10.0
5.0
As per long duration discharge class 2 of IEC
99/4
2
2
85
32
93
38
70
NA
40
15
100
65
1000
-
36
34
32
170
10
9.5
75
As duty prescribed
in line discharge
class-I of IEC TC37/IS 3070 Part-III
Class “A”
N.A.
18 impulse of long
duration current 75 Amp.
Peak for 1000 micro secs.
18
19
Pressure relief device
Disconnecting device
20
Min. Creepage distance of 900
porcelain housing (mm)
Top & Bottom metal cap
Hot Dip Galvanized
21
78
N.A.
As
per
required
specification IS: 3070
(Part-2) 1985
300
No. Particulars
22. Terminal arrangement
23.
Earthing Terminal
Requirements
Built in clamping type can be adjusted
Horizontal & Vertical Power off to
conductor save squirrel to carbon
The base of L.A. shall be provided with
separate terminal / distinctly marked
connection to earth
for
suit
two
for
Residual voltage for 8/20 micro sec. Wave of nominal discharge current KA
are specified above, however, we will prefer still lower residual voltage to
ensure better protection.
The requirement of energy is very specific based on our system. The firms are
requested to supply nearest energy rating of LAs for both single and double
shot.
Current impulse withstand level – The 9 KV arrestors shall withstand 18
impulse of long duration current with a peak level of 75 Amp & duration 1000
micro secs. 30KV arrestors shall meet the duty prescribed in line discharge
Class-I of IEC TC-37.
Disconnecting Device
The arrestor for 11KVsystem to be provided with a suitable disconnecting
device. This shall be connected in series with the ground lead and should not
affect the sealing system of the arrestor. The disconnecting device shall
conform to the requirement specified in IS:3070 (Part-II) 1993 & IEC 99-4
(1991-II) clause 5.12, 7.6.3.
Pressure Relief Device
The arrestor for 33KV system should have a suitable pressure relief system in
order to avoid damage to its porcelain housing.
Each and every individual unit of surge arrestor shall be hermetically sealed
and fully protected against ingress of moisture for which suitable rubber
gaskets with effective sealing system should be used. The hermetic seal shall
be effective for ensure life time service of arresters and under the service
conditions specified. The agency shall furnish sectional view showing details
of sealing employed. Manufacturers should device a suitable routine
production testing to verify the efficiency of sealing.
All the units of arresters of same rating shall be interchangeable type without
adversely affecting the performance.
The lightning (surge) arrestor shall be suitable for pedestal type mounting.
All necessary bolts, nuts clamps etc., required for mounting on support
structure shall be included in the scope for supply.
All porcelain housing shall be free from lamination cavities and other flaws
affecting mechanical and electrical strengths. The porcelain should be nonporous.
All exposed ferrous parts shall be not dip galvanized as per IS: 2633.
Line and ground terminals should be hot dip galvanized.
TERMINAL CONNECTORS
Terminal connectors shall be manufactured and tested as per IS: 5361 &
should be type tested. The terminal connector drawings should be submitted
separately for approval of owner. All casting shall be free from blowholes,
surface blisters, cracks and cavities. All sharp edges and corners shall be
79
blurred and rounded off. All Current carrying parts shall be designed and
manufactured to have minimum contact resistance. The contact surface must
be machined smooth to obviate excessive current density. The terminal
connector for connection of conductor should be suitable for squirrel to
raccoon conductor with Universal take off arrangement (can be adjusted for
both horizontal & vertical take-off) and should have adequate current carrying
capacity. The terminal connector shall be manufactured out of aluminium alloy
grade LM 9 or 25 as per IS and by gravity die casting process only. Terminal
connector should have six bolts to hold the conductor a conductor hold length
shall be 100mm approximately. All nuts, washers, bolts etc. shall be stainless
steel/hot dip galvanized. The top metal gap and the base of the lightning
arrestors shall be galvanized.
The base of the Lightning Arrestor shall be provided with two separate
terminals distinctly marked for connection to earth.
NAME PLATE
The arresters shall be provided with non-corrosive 2 mm thick metal
nameplate embossed and fitted rigidly on arrestor body with indelibly marked
with the following information:
1.
Manufacturer’s name or trademark and Identification (serial) No. of
the arrestor.
2.
Rated voltage
3.
Maximum continuous operating voltage
4.
Type
5.
Rated frequency
6.
Nominal discharge current
7.
Long duration discharge class
8.
Pressure relief current in KA rms.
9.
B.I.L. of the equipment to be protected
10. Year of manufacture
11.The nameplate should be fitted rigidly so that during life of arrestor, there
should not be any possibility of removal of nameplate.
Drawings
The agency shall furnish two sets of following drawings for owner’s approval
before commencing the supplies. General outline drawings of the complete
arrestor with technical parameters. Drawings showing clearance from ground
and other live objects and between adjustment poles of surge arresters required
at various heights of surge arrestors .Drawings showing details of pressure
relief devices. Mounting clamp details of surge arresters. Details of the
terminal and ground terminal .Volt - time characteristics of surge arresters.
The detailed dimensional drawing of porcelain housing shall indicate ID, OD,
thickness and insulator details such as height, profile of petticoats, angle of
inclination and gap between successive petticoats, total creepage distance etc.
TEST & TEST CERTIFICATES
Type Test Certificates
The following type tests shall be made in accordance with Clause 71 of IEC
99/4/IS-3070 Part-III latest amendment.
1. Insulation withstand test
80
9.
2. Residual voltage test
3. Long duration current impulse withstand test
4. Operating duty test
5. Pressure relief test (for 30KV LAs)
6. Test of Arrestor Dis-connectors (for 9KV LAs)
7. Partial discharge test.
The following additional tests are to be made in accordance with IS 3070 (partII) 1985:1. Temperature cycle test on porcelain housing
2. Porosity test for porcelain components
3. Galvanizing test on steel metal parts
Acceptance Tests
The following tests as per clause 8.2 of IEC 99/4 and IS-3070 Part-I/Part/III
shall be done on the lower whole number of the cube root of the number of
arresters to be supplied.
1. Power frequency reference voltage test at reference current on complete
arresters.
2. Lightning impulse residual voltage test at nominal discharge current on
complete arresters.
3. Porosity test on porcelain
4. Partial discharge test
5. Galvanizing test on exposed steel parts
6. Visual / dimensional exam
7. Routine Tests
The following routine tests as per Clause 8.1 of IEC 9/4 / IS-3070 Part-1/PartIII are to be conducted by the manufacturer on offered lot for pre-despatch
inspection. The lot offered without routine test reports shall not be considered
& delay in acceptance of the offer will be on firm’s account: 1. Measurement of the reference voltage on the complete arresters.
2. Residual voltage test at nominal discharge current on the complete
arresters or sections.
3. Test to verify the efficiency of sealing.
INSPECTION
All tests and inspection shall be made at the place of manufacture unless
otherwise specially agreed upon by the manufacturer and the owner. The
manufacturer shall offer the inspector (representing the owner) all reasonable
testing facilities without charges to satisfy him that the material is supplied in
accordance with the Specification.
The owner has the right to have the tests carried out by an independent Agency
subject to recovery of testing expenditure in case of failure, whenever there is
dispute regarding the quality of supply.
SPECIFICATIONS FOR 1.1 KV PVC INSULATED POWER CABLES
1.
SCOPE
Specifications cover the design, manufacture, testing at works, inspection
and delivery at site of 1.1 kV PVC Insulated cable. The material to be offered
81
2.
3.
4.
5.
6.
under the specification shall be of proven design by way of commercial operation
for more than 5 years.
STANDARDS
IS 3975 Mild Steel wires, formed wires and tapes for armouring of cables.
IS 8130 Conductor for insulated electric cables and flexible cords.
IS 5831 PVC insulation and sheath of Electric Cables
IS 1255
Code of Practice for Insulation and maintenance of Power Cable up
to & including 33 kV rating
CONDUCTOR
 All conductor shall be standard
 All conductors shall be of high electrical conductivity Aluminium
conforming to requirement of IS 8130 – 1984 with latest amendments.
 Before stranding, the conductor shall be circular in cross section, uniform in
quality, solid, smooth and free from scale, sharp edges and other defects.
INSULATION
 The conductor shall be provided with Polyvinyl Chloride insulation applied
by extrusion process. PVC insulation shall be strictly as per IS-5831 and its
latest amendments.
 The insulation shall be both heat and moisture resistant and shall be suitable
for continuous operation at conductor temperature of 90 degree C, rising
momentarily to 250 degree C under short circuit conditions.
 It shall fit tightly to the conductor and shall be applied concentrically above
the conductor in thickness, consistent with the voltage classification. No
tolerance on the negative side shall be acceptable.
 The insulation shall be so applied that it shall be possible to remove it
without damaging the conductor.
 The insulating material shall have excellent electrical properties with regard
to resistivity, dielectric constant and loss factor and also shall have high
tensile strength and resistance to abrasion. This shall not deteriorate at
elevated temperatures or when immersed in water. The insulation shall be
preferably fire resistant and also resistant to chemicals like acids, alkalis, oils
and ozone etc.
FILLERS
 Fillers or bedding used in multi-conductor cables shall be non-wicking and
non-moisture-absorbing. Further, the compounds used with fillers shall be
such as to have no deleterious effect on other components of the cable and to
be stable at cable temperatures.
 Fillers shall be so chosen as to be compatible with the temperature ratings of
the cables and shall have no deleterious effect on any other component of the
cable.
INNER SHEATH
 The laid up cores shall be provided with an inner sheath applied by extrusion
process. It shall be ensured that it is as circular as possible.
82

The inner sheath material shall be of polyvinyl chloride (PVC) compound
conforming to the requirements of type ST 2 compound of IS: 5831 with
latest amendments.
 The inner sheath shall be so applied that if fits closely on the laid up cores
and it should be possible to remove it without damage to the insulation. No
tolerance on the negative side shall be acceptable.
7.
ARMOURING
 The armouring shall be of galvanized steel wires for multi core cables. The
galvanized steel wires shall comply with the requirements of IS: 3975 with
latest amendments. No tolerance on the negative side shall be acceptable.
8.
OUTER SHEATH
 The outer sheath material shall be of polyvinyl chloride (PVC) compound
conforming to the requirements of type ST2 compound of IS: 5831 with
latest amendments shall be provided over the armouring to offer a high
degree of mechanical protection against abrasion.
 The outer sheath shall be applied by extrusion process. No tolerance on the
negative side shall be acceptable.
9.
CORE IDENTIFICATION
Individual core of multi-core cables shall be colour coded and/or numbered for
proper identification in accordance with relevant IS / manufacturer’s standard,
subject to specific approval of purchaser.
10.
REELS /DRUMS
Cables shall be supplied in the drums made from eco-friendly material in the
specified length. The Drums shall be strong, weatherproof and non-returnable.
The ends of the cable shall be sealed by means of non-hygroscopic sealing
material.
11.
GENERAL
 All cables shall be suitable for installation in air, conduits, ducts, and open
concrete trenches or for direct burial in either wet or dry locations for normal
operating conditions.
 All cables shall be flexible and easy to bend, pull, handle and install.
12.
TESTS & INSPECTION
Cables shall be subjected to routine & acceptance tests in accordance with the IS
7098 (Part – I, in addition to physical, ageing and electrical tests at the
Manufacturer’s plant in accordance with applicable standards and will be
approved by 3rd party agency.
12.1
Type Test
The successful bidder shall submit the following type test reports
conducted on similar equipments for approval of owner.
a) Annealing test (for copper)
b) Tensile Test (for aluminium)
c) Conductor resistance test
d) Test for Armour wires
e) Test for thickness of insulation check
f) Physical test for insulation
83
g) Physical test for PVC sheath
i. Fire resistance.
ii. Cold-impact
iii. Bleeding and blooming
h) Partial discharge test
i) Bending Test
j) Dielectric power factor tests
k) Heating cycle test
l) Impulse withstand test
m)High voltage test (water immersion test)
All the following routine / acceptance tests specified in relevant standards
shall be witnessed by the owner / consultant.
12.2
Acceptance Test
a) Conductor resistance test
b) Test for thickness of insulation and sheath
c) Partial discharge test (for screened cables only)
d) High voltage test (water immersion test)
e) Annealing test (for copper)
f) Tensile test (for aluminium)
g) Wrapping test (for aluminium)
h) Insulation resistance test
12.3
Routine tests
a) Conductor resistance Test
b) Partial discharge test (for screened cable only)
c) High voltage test.
12.4 Test Certificates
Five (5) copies of routine / acceptance test certificates shall be produced with
the endorsement of the inspecting authority to the purchaser before effecting
dispatch.
84
10.
TECHNICAL SPECIFICATION OF 11KV & 33KV OIL IMMERSED CT:PT
(METERING) UNITS
1. This specification cover the design, manufacture testing, inspection of out door pole
mounting type 11KV and 33KV oil immersed combined CT:PT (Metering)
units.
2. The metering units shall have 3 nos. CT’s to suit the requirement of 3 phase 4 wire
metering.
3. 11KV and 33KV metering units shall comprise of 3 nos. CT’s conforming to IS2705:1992 and 1 No. Three phase PT’s conforming to IS-3156:1992 with latest
amendments and upgraded.
4. The important guaranteed particulars of CT’s and PT’s of the combined CT:PT
(Metering) units and to be offered by the tenderer.
5. The ME shall be supplied complete with first filling of EHV grade transformer oil.
Only best quality of new EHV Grade transformer oil should be used with
minimum BDV of 70 KV. The BDV of oil shall be recorded in the test
certificate. The oil shall comply in all respect with the provision of latest version
of IS-335 or IEC publication No.296 (as amended up to date) and type test
certificates of oil shall be produced at the time of inspection.
6. No fuses either on HT or LT side of PT shall be provided.
7. The metering equipments shall be contained in a weather proof out door pole
mounting type M.S. tank with 6 Nos. of 11KV/33KV weather proof bushings
with Brass stud as per rating of CT:PT (Metering) units. 3 Nos. bushing on
incoming and 3 nos. bushing on outgoing terminals for all three phase R, Y & B
with M and L marking embossed/engraved on the top cover of MS tank to
identity incoming and outgoing terminals of the metering unit respectively.
8. The tank should be given three coats of rust preventing paint and finished with light
grey No. 631-IS-5 on all external surfaces. The internal surface of the tank shall
be painted with two coats of a suitable oil-insoluble paint.
9. A suitable air release valve at the top of the tank cover shall be provided. After
processing and hermetically scaling of ME, the air release value should be
permanently sealed before dispatch of metering equipment.
10. (a) The PT’s shall be 3 phase star connected with HV neutral floating. The primary
winding has to be designed for unearthed neutral i.e. for the highest system
voltage i.e. 36 KV for 33 KV and 12 KV for 11 KV P.T. winding should have
uniform insulation through the binding from terminal to neutral end, not graded
insulation. This should clearly be confirmed in the offer.
(b)The 11KV metering unit should be suitably designed for single phasing
operation.
11. The CT secondary winding will be epoxy cast and the leads brought out through an
epoxy cast terminals.
85
12. The connection between the CT and PT inside the tank will have adequately
reinforced insulation to avoid infringement of clearance in air, or to the tank side
insides the units. Adequate electrostatic & electromagnetic shielding should be
provided to eliminate the effects of electromagnetic insulation/electrostatic
charge on the CT: PT secondary windings.
13. The ME shall be fitted on HV side with outdoor type porcelain bushings of
appropriate voltage & current. These bushings shall conform to IS: 2099. Further
sealing arrangement be such that oil should not leak out from the bushing/ ME
tank. For gasketed joints, whenever used nitric butyl rubber gaskets, neoprene or
any other improved material shall be used. The gasket shall be fitted in properly
machined groove with adequate space for accommodating the gasket under
compression. The tenderer have to submit complete details and justify that the
quality of Gaskets which will be used between the joints and also for mounting
of oil level indicator will be of best quality to avoid leakage of oil. The quality of
gasket should be selected keeping in mind that the ambient temperature 50
degree centigrade.
14. The end turns insulation of PT HV winding towards bushing side should be
reinforced.
15. The dimensions and electrical characteristics of the bushing shall be in accordance
with relevant ISS and its subsequent amendments if any.
16. The minimum electrical clearance between phases and phase to earth as specified in
ISS/IE rules shall be maintained.
17. The conductor in the secondary winding of the CT shall not be less than 14 SWG. It
should not less than 3.24 Sqmm.
18. Normal current density shall not be more than 1.5 Amps/ Sqmm in primary winding
of the CT.
19. The primary winding shall be of adequate cross section to carry continuously the
rated current plus 20% over load continuously.
20. The insulating materials for winding between HV & LV between interlayer of the
winding and for end turn shall be as per relevant ISS. However, end turns have
to be provided with reinforced insulation and lead connecting the bushing shall
be provided extra insulation of fibre glass sleeve.
21. The metering equipment shall have a built is secondary terminal box. Entry of the
cable in to the box on the unit shall be through one no. gland and check nuts,
Metallic cable gland to suit 12 core 2.5 Sqmm armoured cu-cable shall be
supplied with Metering Equipment.
22. Top cover of metering unit should be provided with sealing arrangement at all four
corners.
23. Secondary terminals box cover should have 8 no. nuts & bolts with hole for sealing
arrangement. For these, 8 nos. holes should be provided on the cover & flange of
secondary terminals box at the corner & middle of each faces for fixing nut
bolts. In addition to above 4 number holes (2 nos. on upper side & 2 nos. on
lower side) may also be provided in the flange & top cover.
86
24. (a) The location of the secondary terminal box would be on the top of the metering
unit.
25. The top of the tank will have slope to drain the rain water and avoid collecting
pockets.
26. The metering unit shall be provided with non-detachable anodised aluminium plate
showing position on the terminals, their marking, connecting diagram furnishing
the information as specified in IS:2705 and IS:3156 i.e. type, voltage ratio, CT
ratio, rated burden, class of accuracy. Sr. no. order no. & date, month and year of
dispatch etc. of metering unit.
Further MS plate size 125x125 mm be got welded on width side of metering
unit. On this plate name of firm, order no. and date Sr. no. of the unit and month
and year of dispatch should be engraved/embossed.
27. The ME shall be hermetically sealed. The ME shall be provided with conservator
of adequate Capacity to facilitate expansion and contraction of oil due to
change in temperature. The conservator shall be provided with oil level gauge,
non-return type oil filling valve with metal cap, pressure release device but
without silica gel breather.
The oil level in the conservator before sealing of ME shall be made up to the
required level in the conservator while the ME filled with oil is maintained at a
temperature of 45 degree centigrade. The volume above the oil level in the
conservator tank shall be filled with nitrogen confirming to commercial grade of
IS 1747:72. Nitrogen shall be filled from the cylinder.
Further an explosion diaphragm shall be provided opposite side of ME
secondary terminals box which should operate at a pressure 0.4Kg/Sqcm before
the pressure inside the tank reaches the tank pressure. Thus, pressure of nitrogen
gas, pressure relieving device & an explosion diaphragm shall be properly Co
ordinate and shall be described in the bid.
The oil in the ME shall be filled under vacuum & after processing and thereafter
sealed with nitrogen gas to eliminate breathing and to prevent air and moisture
from entering the tank. Oil drain valve or sampling cock, if provided to facilitate
factory processing and non-return type oil filling valve should be permanently
sealed before dispatching the ME. The method adopted for hermetic sealing shall
be described in the bid.
28. The gaskets used should be best quality having a thickness of 3 mm of more. The
information about the gaskets material used on the metering unit should be
mentioned in the offer.
29. The tank shall be of robust contraction having thickness of sheet enclosure minimum
5 mm. The welded joints of the metering unit shall be strengthened by providing
25x25x3mm angle all along the length and welded properly inside the tank. All
joints of the tank and fitting shall be oil tight and no building shall occur during
service.
30. The tank shall be reinforced by welded angle of size 25x25x3mm on all the outside
wall on the edge of tank to form two equal compartment. One face of
reinforcement angle should be continuous welded with the tank surface such that
other side of the angle forms inverted “L”.
87
31. The mounting of the bushing on the metering equipment should be in oblique plane
particularly in case of single ratio metering unit.
32. The metering unit shall be provided with a non-discharge aluminium plate showing
position of the terminals and their marking furnishing the information’s as
specified in IS: 2705:3156.
33. All the welded joints in the metering equipment tank should be leak proof and
pressure-tested as per relevant IS.
34. On secondary side of PT four terminals shall be marked as R.Y.B. and N.
35. The metering unit shall have the following: i.
Revetted Rating and Diagram plate.
ii. 2 Nos. welded lifting lugs of MS plate 4 mm thick.
iii. 2 Nos. base mounting channels size 75x40 mm across length of metering
unit.
iv. 2 Nos. Earthing terminals with lugs.
v.
Provision of 6 Nos. Bi-metallic clamps suitable for ACSR Dog-Conductor.
The terminal connector shall conform to the latest version of IS: 5561 of
equivalent International standard. The details of current take off as required
by us should be detailed out in drawing and should be submitted alongwith
the bid. In respect of terminal connector following should be ensured.
a. The terminal connector should be made of A6 Aluminium alloy and by
gravity diacaustic only. Sand castled terminal connectors are not
acceptable.
b. All castings shall be free from blow holes, surface blisters, cracks and
cavities. All sharp edges should be rounded off.
c. No Cary of clamps shall be less than 12mm thick.
d. The bimetallic strips/sleeve shall be 2mm thick.
e. All Nut/Bolts/washers shall be of stainless steel only.
f. The conductor should be tightened by min. 4 bolts Conductor hold
must not be less than 50mm.
36. Type tests & Routine Tests: (i) The tendered design of metering unit are type tested for short time current
rating test, temperature rise test, lighting impulse test, accuracy test, high
voltage power frequency voltage withstand test, as per ISS-2705/1992 and IS3156/1992 with latest amendments from any NABL accredited laboratory. The
test certificates should not be more than five years old.
(ii) Before dispatch each of completely assembled metering unit shall be subjected
at the manufacturers work to the following routine tests in accordance with the
details specified in IS: 2705 and IS: 3156:a. Verification of terminals marking and polarity test of CT and PT of metering
unit.
b. Power frequency dry withstand test on primary winding of CT and PT of
metering unit.
88
c. Power frequency dry withstand test on secondary winding of CT and PT of
metering unit.
d. Over voltage inter turn test on CT of metering unit.
e. Determination of errors of other characteristics according to requirements
and class of accuracy of CT and PT of ME.
f. Induced voltage test on PT of metering unit.
g. Break down voltage test of transformer oil.
h. Pressure test on tank of metering unit at 0.8 Kg/Sq. cm.
i. Ratio & phase angle error test of CT’s of metering unit for zero burden i.e.
by shorting the secondary terminals directly and on PT keeping the
secondary terminals open.
SCHEDULE - II – B
GUARANTEED TECHNICAL PARTICULARS FOR OUTDOOR OIL IMMERSED 11
KV & 33 KV CT:PT (METERING) UNITS.
(TO BE KEPT IN THE ENVELOPE PART II "COMMERCIAL TECHNICAL BID")
S.No
PERTICULARS
.
REQUIREMENT
OFFERED
11KV
33KV
11KV
33KV
1
Nominal System Voltage.
11KV
33KV
2
Highest System Voltage.
12KV
36KV
3
Frequency.
50HZ
50HZ
Specification of CT & PT of Metering
4
unit.
(a)
Current Transformer
i
Type
To be Indicated
CT ratio
200/5 A
150/5 A
ii
100/5 A
100/5 A
iii
iv
v
vi
vii
(B)
i
ii
iii
Accuracy Class
Rated output.
Insulation level
0.5
0.5
15VA
15VA
28 KVrsm 70KV rms
75KV pk
170KV pk
a) Short time thermal current rating 18.4 KA
25 KA
for One second.
b) Short time thermal current rating 18.4 KA
25 KA
for two seconds. (for dual ratio
metering unit.)
c) Rated dynamic current As per IS: To be indicated
2705
Saturation factor
To be indicated
Potential Transformer
Type
P.T. Ratio
To be indicated
11KV/ √3 33KV/ √3
110V/ √3 110V/ √3
50
50
Rated output VA/ Phase
89
iv
v
vi
Class of accuracy
Insulation level
0.5
0.5
28 KVrsm 70 KVrms
75KV pk
170 KVpk
Star/Star
Star/Star
1.2 times continuously
& 1.5 times for 30
seconds.
Winding connection
Rated Voltage factor & duration
vii
5
a
b
c
6
A
i
ii
iii
Dimension of MS tank :
Height mm
Breadth mm
Length mm
Weight of core and winding
Current Transformer
Core
Primary Winding
Secondary winding
B
i
ii
iii
7
Potential Transformer
Core
Primary Winding
Secondary winding
Weight of oil
Total weight of complete metering
unit including ass accessories.
Resistance of primary/secondary
winding at 75o C per phase.
CT Winding Primary
CT Winding Secondary
PT Winding Primary
PT Winding Secondary
Maximum winding temp. (Ambient
air temperature shall be taken as 45o C
a) Minimum phase to phase distance
8
9
a
b
10
11
12
13
14
15
16
17
To be Indicated
To be Indicated
To be Indicated
To be Indicated
To be Indicated
To be Indicated
8kg
10kg
1kg
To be Indicated
To be Indicated
To be Indicated
To be Indicated
23kg
3kg
1kg
30kg
To be Indicated
130kg
To be Indicated
To be Indicated
To be Indicated
To be Indicated
To be Indicated
50o C
50o C
255 mm
Min.
b) Shortest distance between metal 190 mm
380 mm
190mm
part & earth
Min.
a) Make & type of HT bushing
To be Indicated
Taijal
b) Creepage distance of HV bushing
300 mm 900 mm 300 mm
(min)
(min)
Gauge of the MS tank
Min. 5mm Min. 5mm 5mm
Bi- metalic terminal connector with a
nut, plain washer spring washer &
6Nos. to be provided.
yes
check nut suitable for DOG ACSR
Conductor (Dia - 14 mm) (Approx.)
Type of core material
To be Indicated
CRGD
Size & capacity of conservator tank
sufficien
To be Indicated
t size
Make & size of silica gel breather
Not required
N.A.
90
255 mm
430 mm
0.05 Ω
0.5 Ω
2.5 kΩ
0.7 Ω
50o C
18
a
b
c
19
Type and thickness of gasket used on:
Top cover and tank
Secondary terminal box
HV and LV bushing
Type of thickness of explosion vent
diaphragma
To be Indicated
To be Indicated
To be Indicated
To be Indicated
20. (A) 1 : KV CT (To be indicated by the tenderer)
S.
Require
200/
No Particulars
------ment
5A
.
Cross section
A
area of each
turn of CT
winding (in
sqmm.)
Primary
i)
73sqmm
winding
Secondary
3.24sqm
ii)
winding
m
B
5 mm
3 mm
5 mm
sufficien
t size
150/
5A
100/
5A
----
----
----
----
150/
5A
100/
5A
----
----
----
----
Nos. of turns
Primary
24
winding
Secondary
ii)
36
winding
Winding
C
Material
Primary
i)
Copper
winding
Secondary
ii)
Copper
winding
(B) 33KV CT (To be indicated by the tenderer)
S.
200/
No Particulars
------5A
.
Cross section
A
area of each
turn of CT
winding (in
sqmm.)
Primary
i)
winding
Secondary
ii)
winding
i)
B
Nos. of turns
91
Primary
winding
Secondary
ii)
winding
Winding
C
Material
Primary
i)
winding
Secondary
ii)
winding
(C) 11KV PT & 33KV PT (To be indicated by the tenderer)
S.
No Particulars
11KV CT:PT Units
.
Cross section area of each turn of
A
PT winding (in sqmm.)
i)
i)
Primary winding
0.029 sqmm
ii)
Secondary winding
1.1 sqmm
B
Nos. of turns
i)
Primary winding
10440
ii)
Secondary winding
105
C
Winding Material
i)
Primary winding
Copper
ii)
Secondary winding
Copper
21.
i.
Method of Identification of
Primary terminals
To be Indicated
ii.
a.
Secondary terminals
CT’s
To be Indicated
To be Indicated
b.
PT’s
To be Indicated
22.
i.
ii.
23.
i.
Size and material of
Primary Studs
To be Indicated
Secondary Studs
To be Indicated
Method of jumpering /connection of:
Primary winding of CT/PT with
primary terminals
Secondary winding if CT/PT with
Secondary terminals
ii.
92
33KV CT:PT Units
AM –BM-CM
AL- BL- CL
as1 –bs1 –cs1
as2 –bs2 –cs2
a –b –c 4n.
20mm Brass
6mm Brass
To be Indicated
To be Indicated
TEST CERTIFICATE FOR 11KV CT:PT UNIT
COSTOMER
NAME
ORDER REF.
S.N
FRE
O.
TYPE
Q
SYSTEM
VOLTAGE/H.S.VOLTAGE
CURRENT
TRANSFORMER
NOMINAL
RATIO
CLASS
BURDEN
PRY,
TH
CURRENT
STC RATING
NO OF CT PER
UNIT
REF. STANDARD
NOMINAL
RATIO
CLASS
BURDEN
0.5
15 VA
120 %OF Ip
13.5 KA FOR 1 SEC
3
I.L.
OVF/TIME
CONNECTION
NO OF PT PER
UNIT
REF.
STANDARD
..
IS : 2705 (1992)
1.2 CON/1.5 FOR 30 SEC
STAR/STAR
1 NO THREE PHASE PT
IS : 3156 (1992)
POTENTIAL TRANSFORMERS ON THIS
UNIT WITHSTOOD FOLLOWING TEST
SATISFACTORILY.
1.
VERIFICATION
OF
TERMINAL
MANKING & POLARITY.
2. HV P.F. TEST INDUCED VOLTAGE
TEST) ON PRY WDG. AT 28KV FOR ONE
MINUTE. WITHSTOOD
3. HV P.F. TEST ON SECONDARY WINDING 3. HV P.F. TEST ON SECONDARY
AT 3 KV FOR ONE MINUTE. WITH STOOD
WINDING AT 3 KV FOR ONE MINUTE.
WITH STOOD
4. OVER VOLTAGE INTER TURN TEST AT 4. HV P.F. TESTON PRIMARY WDG. A 129
EXTENDED RANG SECONDARY CURRENT 6 KV FOR ONE MINUTE.(SEPARATE
AMPS FOR ONE MINUTE. WITH STOOD
SOURCE TEST) WITHSTOOD
5. ACCURACY TEST. (RESULT ARE GIVEN 5. ACCURACY TEST. (RESULT ARE
BELOW)
GIVEN BELOW)
SL.NO.OF UNIT
THE RETIO AND PHASE ERROR FOR
CURRENT TRANSFORMER
CLASS 0.5 BURDEN 15 VA TEST PF 0.8 LAG AT 100% VA/UPF AT 25%
CT OF PHASE A
CT OF PHASE B
CT OF PHASE C
25%
100%
25%
100%
25%
100%
BURDEN
BURDEN
BURDEN
BURDEN
BURDEN
BURDEN
R.Er Ph.Er R.Er Ph.Er R.Er Ph.Er R.Er Ph.Er R.Er Ph.Er R.Er Ph.Er
ror
ror
ror
ror
ror
ror
ror
ror
ror
ror
ror
ror
% OF PRY
CURRENT TRANSFORMERS ON THIS UNIT
WITHSTOOD
FOLLOWING
TEST
SATISFACTORILY.
1. VERIFICATION OF TERMINAL MANKING
& POLARITY.
2. HV P.F. TEST ON PRIMARY WINDING AT
28 KV FOR ONE MINUTE. WITH STOOD
11KV/110V
0.5
50 VA
93
CURRENT
%
(Min.
)
%
(Min.
)
%
(Min.
)
%
(Min.
)
%
(Min.
)
%
12
0
20
2
6
SL.NO.OF UNIT
CURRENT% OF PRY
THE RATIO AND PHASE ERROR FOR POTENTIAL TRANSFORMER
CLASS 0.5 BURDEN 50 VA TEST PF 0.8 LAG.
PHASE AS
PHASE AC
PHASE BC
25%
100%
25%
100%
25%
BURDEN
BURDEN
BURDEN
BURDEN
BURDEN
Ph.Er
Ph.Er
Ph.Er
Ph.Er
Ph.Er
R.Er
R.Er
R.Er
R.Er
R.Er
ror
ror
ror
ror
ror
ror
ror
ror
ror
ror
(Min.
(Min.
(Min.
(Min.
(Min.
%
%
%
%
%
)
)
)
)
)
10
0
TESTED BY :
11.
(Min.
)
100%
BURDEN
Ph.Er
R.Er
ror
ror
(Min.
%
)
WITNESSED BY :
TECHNICAL SPECIFICATIONS OF EARTHING
(AS PER IS 3043-1987)
Earthing shall generally be carried out in accordance with the requirements of Indian
Electricity Rules 1956 amended from time to time and relevant regulations under
Electricity Supply Authority concerned.
In case of high and extra high voltages, the neutral points shall be earthed by not less
than two separate distinct connections with earth, each having its own electrodes substation and will be earthed at any other point provided no interference is caused by such
earthing. If necessary, the neutral may be earthed through suitable impedance.
As far as possible, all earth connections should be visible for inspection. Each earthing
system shall be so designed, that, the testing of individual earth electrodes is possible. It
is recommended that the value of any earth system resistance shall be such as to
conform to the degree of shock protection desired.
It is recommended, that a drawing showing the main earth connections and earth
electrodes be prepared for each installation and submitted to STM Division of
MPPKVVCL in all three circles.
No addition to the current carrying system, either temporary or permanent, shall be
made which will increase the maximum available fault current on its duration until it has
been ascertained that the existing arrangement of earth electrodes, earth bus-bar etc., are
capable of carrying the new value of earth fault current which may be obtained by this
addition.
All materials, fittings etc., used in earthing shall conform to Indian Standard
Specifications, wherever they exist.
94
12
GENERAL REQUIREMENTS AND PROCEDURES FOR EARTHING AT SUBSTATIONS.
The ground resistance for sub-stations should not exceed a value 2(two) ohms. The
joints/connections in the earthling, system shall be welded only, except the connections,
which require opening for testing/maintenance. Such connections should be bolted
tightly, using spring and ring washers for proper contact pressure. The G.S. flats to be
provided for the horizontally laid earth grid should have overlap welded joints, with
length of welding at least twice the width of the flat, e.g., 100 MM for 50x6 MM G.S.
flats. There should not be any dirt, grease, oil, enamel, paint or any such non-conductive
coatings on the surfaces being joined/ connected. Only the finished joints/connections
above ground may be provided with red-oxide or any other protective coating. Under
ground earth electrodes and earth grid elements, when laid, should have a clean metallic
surface, free from paint, enamel, grease or any such non-conductive coatings.
As far as possible, all earth connections should be accessible for visual inspection. No
cut-outs, links or switches, other than linked switches arranged to operate
simultaneously on the earthed or earthed neutral conductor and the live wire shall be
inserted in the supply system. Earth electrodes or mate should not be installed in close
proximity to metal fence to avoid possibility of fence becoming live. Separate earth
electrodes, isolated from the earth grid, are to be provided for grounding the fence
wires.
Pipes or rods used as electrodes should be in one piece, as far as possible, with a
minimum allowable length of 4.5 mtrs. Except where rock or hard stratum is
encountered, the pipe/rod electrodes should be driven into the ground to a minimum
depth of 4.5 mtrs. The strip electrodes, forming the horizontal gild, should be buried
underground to a minimum depth of 0.5 mtrs. The path of earth wire should be out of
normal reach of any person, as far as possible.
For high resistivity soils, above 100 Ohm- Mtrs. attempts should be made to bring the
soil resistivity in the range of 50 to 60 Ohm-mtrs. By digging and treating the soil mass
around the earth grid/electrodes with a mixture of salt and charcoal.
In case of rocky top soil and sub-stratum, having very high resistivity, with no scope of
improvement by other means, the procedure given below should be followed:
1.
At least two bores of diameter little less than 40 mm, with a minimum distance of
10 mtrs. Between them, should be made in the ground at suitable locations inside
the S/S yard. The boring should be done until soil sub-stratum rich in moisture and
low in resistivity is encountered. G.I. pipes of 40 MM dia. should be descended in
each bore, such that, the soil mass around the pipes grips them tightly, Back –
filling of bores, if required, with wet soil/clay may be done to ensure this
condition. The G.I. pipes in these deep bores should be interconnected with the
main earthing grid of the S/S through 50x6 mm G.S. flat, with all the
joints/connections and terminations being either fully welded, or clamped/bolted
and welded simultaneously. The G.I. pipes in the bores should also be
interconnected with each other. In extreme cases, the bores may have to be made
at remote locations i.e. outside the S/S yard, with inter-connections, through 50x6
MM flats, as explained before.
2.
The procedures to be observed stringently for making connections and joints
between various elements of the earthing system are as follows:
95
a. G.S. flat to Structure/flat - The G.S. flat should be welded to the metallic
portion (leg) of the structure after thoroughly cleaning the surfaces to be
welded. The length of the welding should be at least twice the width of the
G.S. flat, e.g.-minimum 100 mm for 50x6 mm G.S. flat. Exactly similar
procedure is to be adopted for joints between two G.S. flats.
b. G.I. wire to structure. The G.I. wire should be bolted to the structure after
making an eye formation and kept tight with the help of spring and ring
washer. Then, the entire arrangement should be welded.
c. G.I. wire to G.S. flat- The G.I. wire should be bolted and then welded to G.S.
flat, as explained above.
d. G.I. rod to G.S. flat- The G.I. rod should be securely clamped to the G.S. flat
with the help of bolts and washers and the entire arrangement should then be
welded.
e. G.I. wire to G.I. pipe – GI wire should be bolted to the G.I. pipe and then
welded, keeping in view the relevant precautions, mentioned before.
f. G.I. flat to G.I pipe – The GI flat should be bolted tightly to the G.I. pipe and
then the connection should be welded.
Before making connections and joints, it should be ensured that, the elements to be
joined have a clean metallic contact surface without any non-conductive coating.
Earth Grid System
Grid system of interconnected conductors forming a closed loop mesh is to be installed
using 50x6 mm GS flat for peripheral and branch conductors. Interconnections are made
by welding them. This earth grid will be laid at a depth of about 0.5 mtr. Bonded to
general mass of the earth by 4.5mtrs.Long earth electrode of solid GI rod (or pipe) of
dia 25mm The G.I. pipe 40 mm. dia 4.5mtrs.Long in the earthing pits, driven vertically.
It is to this earth grid that the transformer neutral, apparatus, frame work and other noncurrent carrying metal work associated like transformer tank, switchgear frame etc. are
to be connected. All these connections should be made in such a way that reliable and
good electrical connection is ensured. Aluminium/ other paint, enamel, grease and scale
should be removed from the point of contact before connections are made. No part of
the ground connection leads should be embedded in concrete.
Arrangement of connection of earth connection shall be as follow:
1. Structures: Structures including frames, metal supports within the substation grid
at least two legs, preferably diagonally opposite (where more than two legs are
provided) on each metal structure shall be connected to earth grid with GI wire of
4mm dia or 6 mm dia.
2.
Isolators/ switches: The operating handle shall be connected to earth grid
independent of the structure earthing or through the steel mounting structure,
through 4 mm dia G.I. wire.
3.
Lightning Arrestor:
The bases of lightning arrestors shall be directly
connected to the earth electrodes (nods) by 4 or 6 SWG G.I. wires as short and as
straight as practicable, to ensure minimum impedance. Separate earth leads should
be used for L.A. in each phase. In addition there shall be as direct connections as
practicable from the earthed side of the lightning arrestors to the frame of the
apparatus being protected. Surge counters, could also be inserted in the circuit
where lightning incidences are high, but in such cases, the lightning arrestor
should be mounted on insulated base. Invariably, earth connections for lightning
96
arrestors should be separate, and in no case should they be joined looped or
meshed with other conductors. For lightning arrestors mounted near transformers,
earthing connections shall be done with the earthing pits and earthing leads shall
be laid clear of the tank and collars in order to avoid possible oil leakage caused
by arcing. The earth connection should not pass through iron pipes, as it would
increase the reactive impedance of the connection.
4.
Power Transformer:
 The tank of the transformer shall be directly connected to the main earth grid. In
addition there shall be a separate and as direct a connection as practicable
from the tank to the earth side of protecting LA using 4 or 6 SWG GI wire.
 The earthing of the neutral shall be by two separate, distinct and direct
connections of 50x6 mm GS flat to earth pits, which form a part of the earth
grid, and shall be run clear of the tank and collars.
 The transformer track rails shall be connected to earth
5.
Out door VCB:
At least two legs, preferably diagonally opposite of the supporting structure frame
work of each circuit breaker unit shall be connected to the earth grid, through 50x6
mm G.S. flats.
6. Fencing:
All metal fencing wire-mesh and fencing poles (if metallic) where provided shall be
separately earthed through earth rods isolated from the main earth grid.
Gates shall have each support post (if metallic) earthed by means of through earth
rods isolated from the main earth grid.
7. Current transformers / potential transformers:
The bases of the current transformers should be directly connected to the earth grid
through 4 or 6 SWG G.I. wires. The base (neutral side) of the P.Ts. should be
directly connected to the earth grid through 4 or 6 SWG G.I. wires. Separate earth
leads should be used for P.Ts. in each phase. The termination of leads on the P.T.
neutral should be bolted/clamped and not welded, to facilitate opening of the earth
connection for testing purposes. In addition, all bolted cover plates to which
bushings are attached, should be connected to the earth grid, both in case of C.Ts.
and P.Ts.
8. Cables and Supports:
9. Armouring of armoured metal-sheathed cables within the station grid area shall be
connected to the earth grid.
10. Substation L.T. Supply Transformer: Same as above except that the neutral earthing
conductor used shall be 4 or 6 SWG G.I. wire.
11. Capacitor Banks: Same as before.
Note for drawing of earthing systems for 33/11 kV Substations:
1. The earth rods (19 nos.) shall be 3 mtrs. long 25 mm dia solid GI rods driven into
the ground (not to be painted, enamelled, greases etc)
2. The earthing pits (3 nos.) shall consist of 4.5 mtrs. long 40 mm GI pipes buried
vertically inside the ground (not to be painted enamelled grease etc.)
97
3. All joints in the earthing grid shall be welded only. The GS flats in the earth mat
should be joined by overlap welded joints, with welding length at least twice the
width (i.e. 100 mm)
4. The fencing/ gates are to be kept isolated from the main earthing grid and metallic
portions of the fences gates (if having metallic support posts) are to be earthed
separately. Separate earth pipe as per scope of work to be provided for fence
Earthing.
Earthing pipe should be made of 40 mm diameter ISI marked B class GI Pipe. 12 mm
dia suitable holes on its circumference shall be made as per approved drawing. The pipe
should be in one piece. No joints or welding would be allowed on its length. Clamps
made of 50x6mm GI flat duly drilled with 12 mm size holes should be welded at the top
end for connection of earth conductor. The Earthing pipe should not contain any joints
in length.
Pipe used shall be 40mm NB diameter, ISI marked Galvanized Mild Steel Tubes
continuously welded Electric Resistance Welded ERW/High Frequency Induction
welded (HFIW)/Hot finished welded (HFW) type, conforming to IS-554-1985 with
latest amendment of MEDIUM quality (Class B).
MANUFACTURE: GI earth pipe (40 mm diameter & 4.5metre long) shall be made of
tubes which shall be made from tested quality steel manufactured by any approved
process as follows:
a) Electric Resistance Welded (ERW).
b) High Frequency Induction Welded (HFIW) and
c) Hot finished Welded (HFW).
Tubes made by manual welding are not acceptable.
DIMENSIONS: The dimensions and weights of tubes shall be in accordance with
Table-I and Table-II of IS: 1239 (Part-I)/1990 with latest amendments, subject to
tolerance permitted therein. Necessary 12 mm diameter holes across the circumference
shall be provided as per approved drawing. Drawings shall be approved by the owner
before start of the manufacturing work. The tube, earthing pipe shall be provided with
50x6mm GS clamps on one end, one clamp is to be welded with the pipe and another is
removable to enable measurement of earth resistance of the pit. Other end of the earth
pipe should be cut half in slop to make it a sharp.
GALVANIZING: Tubes shall be galvanized in accordance with IS-4736-1986 with
latest amendment for not dip zinc coating of Mild Steel Tubes. The minimum mass of
zinc coating on the tubes shall be in accordance with clause 5.1 of IS-4736-1986
(specification for hot dip zinc) and when determined on a 100mm long test piece in
accordance with IS: 6745:1972 shall be 400 g/m2. The zinc coating shall be uniform
adherent reasonably smooth and free from such imperfections as flux, ash and dross
inclusions, bare patches, black spots, pimples, lumpiness, rust, stains, bulky white
deposits and blisters.
HYDRAULIC TEST: (Before applying holes) Each tube shall withstand a test pressure
of 5 M Pa maintained for at least 3 seconds without showing defects of any kind. The
pressure shall be applied by approved means and maintained sufficiently long for proof
and inspection. The testing apparatus shall be fitted with an accurate pressure indicator.
TEST ON FINISHED TUBES AND SOCKETS: The following tests shall be
conducted by the manufacturer of finished tubes and sockets.
98
1. The tensile strength of length of strip cut from selected tubes when tested in
accordance with IS-1894-1972, (Method for tensile testing of steel tubes), shall be at
least 320N/mm2.
2. The elongation percentage on a gauge length of 5.65/so (where so is the original
cross-sectional area of test specimen) shall not be less than 20%.
3. When tested in accordance with IS-2329-1985 (Method for Bend test on Metallic
tubes) the finished tube shall be capable of with standing the bend test without
showing any sign of fracture or failure. Welded tubes shall be bent with the weld at
90 degree to the plane of bending. The tubes shall not be filled for this test.
4. Galvanized tubes shall be capable of being bent cold without cracking of the steel,
through 90 degree round a former having a radius at the bottom of the groove equal
to 8 times the outside diameter of tube.
5. Flattening Test on Tubes above 50 mm Nominal Bore: Rings not less than 40 mm in
length cut from the ends of selected tubes shall be flattered between parallel plates
with the weld, if any, at 90 degree (point of maximum bending) in accordance with
IS-2328-1983. No opening should occur by fracture in the weld unless the distance
between the plate is less than 75 percent of the original outside diameter of the pipe
and no cracks or breaks in the metal elsewhere than in the weld shall occur, unless
the distance between the plates is less than 60% of the original outside diameter. The
test rings may have the inner and outer edges rounded.
6. GALVANISHING TEST:
 Weight of zinc Coating: For tubes thickness upto 6 mm the minimum weight
of zinc coating, when determined on a 100 mm long test piece in accordance
with IS-4736-1986 shall be 400 grm/m2.
 The weight of the coating expressed in gram/m2 shall be calculated by
dividing the total weight of the zinc (inside plus outside) by the total area
(inside plus outside) of the coated surface.
 Test specimen for this test shall be cut approximately 100 mm in length from
opposite ends of the length of tubes selected for testing. Before cutting the
test specimen, 50 mm from both ends of the samples shall be discarded.
7. Free Bore Test: A rod 230mm long and of appropriate diameter shall be passed
through relevant nominal bore of the sample tubes to ensure a free bore.
8. Uniformity of Galvanized Coating: The galvanized coating when determined on a
100 mm long test piece [see V (a) (iii)] in accordance with IS-2633-1986 (Method
for testing uniformity of coating on zinc coated articles) shall with stand 4 one
minute dips.
WORKMANSHIP: The tubes shall be cleanly finished and reasonably free from
injurious defects. They shall be reasonably straight, free from cracks, surface flaws,
laminations, and other defects, both internally and externally. The screw tubes and
sockets shall be clean and well-cut. The ends shall be cut cleanly and square with the
axis of tube.
MARKING
99
The medium class of tubes shall be distinguished by Blue colour bands which shall be
applied before the tubes leaves the manufacturers’ works. Tubes shall be marked with
the standard mark.
12.
TECHNICAL SPECIFICATIONS OF 11 KV / 33 KV ISOLATORS
SCOPE
This specification provides for design, manufacture, testing at manufactures works,
delivery of outdoor station type 11KV and 33KV (Local) manual operating mechanism
isolating without/ with earthing blades and complete in all respect with bi-metallic
connectors. Operating mechanism, fixing details etc. shall be as described herein.
PARTICULARS OF THE SYSTEM
The isolators to be provided under this specification are intended to be used on 3 phase
A.C. 50 cycles, effectively grounded system. The nominal system voltages are 11 kV &
33 kV respectively.
STANDARD
The Isolator shall comply in all respects with IS: 9921 or IEC Publication No.: 129.
Equipment meeting any other authoritative standard which ensures an equal or better
quality than the standard mentioned above will also be accepted.
TYPE & RATING
Isolators shall have three posts per phase, triple pole single throw, gang operated outdoor type silver plated contacts with horizontal operating blade and isolators posts
arranged vertically. The isolators will be double break type. Rotating blade feature with
pressure relieving contacts is necessary i.e. the isolator shall be described in detail
along-with the offer. However, the design of turn & twist arrangement shall be subject
to owner’s approval. (Banging type feature is not acceptable). All isolators shall operate
through 90 degree from their fully closed position to fully open position, so that the
break is distinct and clearly visible from the ground level.
The equipment offered by the tenderer shall be designed for a normal current rating of
600 A for 11 KV & 800 A for 33 KV suitable for continuous service at the system
voltage specified herein. The isolators are not required to operate under load but they
must be called upon to handle magnetization currents of the power transformers and
capacitive currents of bushings, bus-bars connections, very short lengths of cables and
current of voltage transformers.
The rated insulation strength of the equipment shall not be lower than the levels
specified in IS 9921 JEC publication No. 129, which are reproduced below
Standard
Rated
Standard
Impulse
One
minute
power
declared
voltage of withstand
Voltage
frequency
withstand
voltage
the Isolator positive kV polarity
voltage KV (RMS)
kv/rms
(peak)
Across the To earth and Across the To earth and
isolating
between
isolating
between
distance
poles
distance
poles
11 KV
12
85
75
45
35
33 KV
36
195
170
100
75
The 11 KV and 33 KV isolators are required with post insulators but with mounting
structures. The isolators should be suitable for mounting on the Boards standard
100
structures. The isolators shall be supplied with base channels along with fixing nuts,
bolts and washers for mounting on the structured.
TEMPRATURE RISE
The maximum temperature attained by any part of the equipment when in service at site
under continues full load conditions and exposed to the direct rays of Sun shall not
exceed 45 degree centigrade above ambient temperature.
ISOLATOR INSULATION
Isolation to ground, insulation between open contacts and the insulation between phases
of the completely assembled isolating switches shall be capable of withstanding the
dielectric test voltage specified above.
MAIN CONTACTS
All isolators shall have heavy duty self-aligning and high pressure line type fixed
contacts of modern design and made of hard drawn electrolytic copper. The fixed
contact should be of reverse loop type. The various parts shall be accordingly finished to
ensure inter- changeability of similar components.
The fingers of fixed contacts shall be preferably in two pieces and each shall form the
reverse loops to hold fixed contacts. The fixed contacts would be placed in ‘c’ clamp.
The thickness of ‘C’ clamp shall be adequate. This channel shall be placed on a channel
of adequate thickness. This channel shall be welded on an insulator mounting plate of
8mm thickness. The spring of fixed contact shall have housing to hold in place. This
spring shall be made of stainless steel with adequate thickness. The pad for connection
of terminal connector shall be of aluminium with thickness not less than 12 mm.
The switch blades forming the moving contacts shall be made from tubular section of
hard drawn electrolytic copper having outer dia not less than 38 mm and thickness 3
mm. These contacts shall be liberally dimensioned so as to withstand safely the highest
short circuit and over voltage that may be encountered during service. The surfaces of
the contacts shall be rendered smooth and silver plated. The thickness of silver plating
shall not be less than 15 microns for 11 KV and 25 microns for 33 KV. In nut shell, the
male and female contact assemblies shall be of robust construction and design of these
assemblies shall ensure the same.
Electro-dynamic withstands ability during short circuit without any risk of repulsion of
contacts.
The current density in the copper parts shall not be less than 2 Amp/sq.mm and
aluminium parts shall be less than 1 Amp/sq.mm.
Thermal withstand ability during short circuit.
Constant contact pressure even when the live parts of the insulator stacks are subjected
to tensile stresses due to linear expansion of connected bus bar of flexible conductors
either because of temperature verification or strong winds wiping action during closing
and opening.
Self - alignment assuring closing of the switch without minute adjustment.
The earthing switch should be provided with three sets of suitable type of fixed contacts
below the fixed contacts assemblies of the main switch on the incoming supply side and
the sets of moving contacts having ganged operation. These contacts shall be fabricated
out of electrolytic copper for 33 KV isolators with earth switch and designed to
withstand current on the line.
Arcing contacts / Horn:
Arcing contacts are not required.
Auxiliary switches
: Auxiliary switches are not required.
101
CONNECTORS
The connectors for 11KV isolator shall be made of Aluminium alloy LM-9 or LM-25
and shall be suitable for Squirrel, Weasel and Rabbit ACSR Conductors for 11KV and
Raccoon/Dog conductors for 33 KV with horizontal and vertical take-off arrangement.
The details in regard to dimensions, the number of bolts to be provided, material and
manufacture shall be furnished by the bidder for owner approval before manufacturing.
The groove provided in the connection should be able to accommodate conductor size
mentioned above smoothly.
The design of clamps shall be to MPPKVVCL approval. The clamps to be offered
should be manufactured by gravity die-casting method only and not by sand casting
process. It is necessary that suitable clamps are offered along with the isolator and also
it is obligatory to give complete technical particular of clamps along with the drawing,
as per details given above and also as per following detail.
The terminal connector shall be manufactured and tested as per IS: 5561.
All castings shall be free from blow holes, surface blistors, cracks and cavities.
All the sharp edges shall be blurred and rounded off.
No part of the clamp shall be less than 12 mm thick.
All current carrying parts shall be designed and manufactured to have minimum contact
resistance.
Connectors shall be designed to be corona free in accordance with the requirement of
IS: 5561.
All nuts and bolts shall be made of stainless steel only. Bimetallic sleeve/liner shall be 2
mm thick
Wherever necessary, bi-metallic strip of standard quality and adequate dimension shall
be used.
POST INSULATOR
11KV / 33KV insulators shall be of reputed make subject to owner approval. The post
insulators for the above 11 KV isolators shall comprise of three numbers 11 KV
insulators per stack and 9 such stack shall be supplied with each isolator. Similarly, for
33 KV isolators, two numbers 33 KV insulators per stack and 9 stacks shall be supplied
with each isolator. The insulator stack shall conform to the latest applicable Indian or
IEC standard and in particulars to the IS; 2544 specification for porcelain post
insulators. The porcelain used for manufactures of insulators shall be homogeneous, free
from flaws or imperfections that might affect the mechanical or dielectric quality, and
they shall be thoroughly vitrified, tough and impervious to moisture. The glazing of the
porcelain shall be uniform brown colour, free from glisters, burns and other similar
defects. Insulators of the same rating and type shall be interchangeable.
The porcelain and metal parts should be assembled in such a manner that any thermal
expansion differential between the metal and the porcelain parts throughout the range of
temperature variation shall not loosen the parts or create undue internal stresses which
may affect the electrical or mechanical strength and rigidity. Each cap and base shall be
of high-grade cast steel or malleable steel casting and they shall be machine faced and
smoothly galvanised. The cap and base of the insulators shall be interchangeable with
each other.
The tenders shall in variably enclose with the offer, the type test certificate and other
relevant technical guaranteed particulars of insulators offered by them. Please note that
isolators without type test certificates will not be accepted.
Each 11KV / 33KV Post Insulators used in the isolators should have technical
particulars as detailed below:102
11KV
33KV
1. Nominal system voltage KV (rms)
11
33
2. Highest system voltage KV (rms)
12
36
3. Dry P.F. One minute with stand KV (rms)
35
75
4. Wet PF one minute withstand KV (rms)
35
75
5. P.F. Puncture withstands test voltage KV
1.3 time the actual dry flash
over voltage of the unit.
6. Impulse voltage withstand test KV (peak)
75
170
7. Visible discharge test KV voltage
9
27
8. Creepage distance mm (min)
320
580
9. Tensile strength in KN
10KN
16KN
For 33 KV Isolators: In place of 33 KV Post Insulator the composition of 2 units of
22KV Post Insulators per stack complying the following parameters are acceptable:1. Nominal system voltage
:
33 KV
2. Highest system voltage
:
36 KV
3. Impulse voltage withstand
:
170 KV
4. Power frequency wet withstand voltage
:
75 KV
5. Height of stack
:
500 mm
6. Creepage distance (Minimum)
:
840 mm
7. Tensile Strength
:
30KN
8. Bending strength
:
4.5KN
Operating Mechanism for 11KV / 33KV Isolators:All Isolators and earthing switches shall have separate dependent manual operation. The
Isolator should be provided with padlocking arrangements for locking in both end
position to avoid unintentional operation. For this purpose Godrej make 5 lever brass
padlocks having high neck with three keys shall be provided. The isolating distances
should be visible for isolators.
The Isolators and Isolators with earth switch inclusive of their operating mechanism
should be such that they cannot come out of their open or close position by gravity wind
pressure, vibrations reasonable shocks or accidental touching of connecting rods of the
operating mechanism. Isolators should be capable of resisting in closed position, the
dynamic and thermal effects of maximum possible short circuit current at the
installation point. They shall be so constructed that they do not open under the influence
of the short circuit current. The operating mechanism should be of robust construction
and easy to operate by a single person and conveniently located for local operation in
the switchyard. Provision for earthing of operating handle by means of 8 SWG GS wire
must be made.
PIPES
103
Tandem pipes operating handle shall be class B ISI marked type having at least 24mm
internal diameter for 11KV/33KV isolator. The operating pipe shall also be class B ISI
marked with internal diameter of at least 32 mm and 38 mm for 11 KV and 33KV
isolators respectively.
The pipe shall be terminated in to suitable universal type joints between the insulator
bottom bearing and operating mechanism.
BASE CHANNEL
The Isolator shall be mounted on base fabricated from steel channel section of adequate
size not less than 75x40x6 mm for 11KV and 100x50x6 mm for 33KV
To withstand total weight of isolator and insulator and also all the forces that may
encounter by the isolator during services, suitable holes shall be provided on this base
channel to facilitates it’s mounting on our standard structures. The steel channel in each
phase shall be mounted in vertical position and over it two mounting plates at least 8mm
thick with suitable nuts and bolts shall be provided for minor adjustment at site.
CLEARANCES
We have adopted the following minimum clearance for isolators in our system .The
bidder should therefore keep the same in view while submitting their offers: Description
Centre distance between
Poles (Centre to Centre) i.e.
Phase to Phase clearance
75 Cm
120 Cm
11 KV Isolator
33 KV Isolator
Distance between centre
lines of outer posts on same
pole
60 Cm
97 m
13.
TECHNICAL SPECIFICATIONS OF 11 KV & 33 KV AIR BREAK
SWITCHES
SCOPE
This specification provides for manufacture, testing at works and supply of 11KV &
33KV AB switches. The 11KV and 33 KV AB switches shall conform to IS: 9920 (PartI to IV)
AB SWITCHES
The 11KV & 33KV Air Break Switches are required with two poles in each phase. The
AB Switches shall be supplied complete with phase coupling shaft, operating rod and
operating handle. It shall be manually gang operated and vertically break and horizontal
mounting type.
The equipment offered by the bidder shall be designed for a normal current rating of
400 Amps and for continuous service at the system voltage specified as under:
i) 11 KV AB Switch
:
11KV + 10%
:
33 kV + 10%
continuous50C/ssolidly
Gr
ounded
ii)
33KV AB Switch
104
Earthed neutral system
-do-
The length of break in the air shall not be less than 400 mm for 11KV AB Switches and
500 mm for 33 KV AB Switches.
The 11KV & 33KV AB Switches are required with post insulators. The AB switches
should be suitable for mounting on the structure. The mounting structure will be
arranged by the bidder. However, the AB Switches shall be supplied with base channel
for mounting on the structure which will be provided by the owner. The phase to phase
spacing shall be 750mm in case of 11KV AB Switches & 1200mm in case of 33KV AB
Switches.
POST INSULATORS
The complete set of three phase AB Switches shall have stacks of post insulators.
11KV AB Switches
:
3 No. 11KV Post Insulator per stack
33KV AB Switches
:
3 No. 33KV Post Insulator per stack
The post insulators should conform to the latest applicable Indian standards IS: 2544
Specification for Porcelain Post insulator of compact solid core or long rod insulators
are also acceptable. Creepage distance should be adequate for highly polluted outdoor
atmosphere in open atmosphere. The porcelain used for manufacture of AB Switches
should be homogeneous free from flaws or imperfections that might affect the
mechanical dielectric quality. They shall be thoroughly vitrified, tough and impervious
to moisture. The glazing of the porcelain shall be of uniform brown in colour, free from
blisters, burns and other similar defects. Insulators of the same rating and type shall be
interchangeable.
The porcelain and metal parts shall be assembled in such a manner that any thermal
expansion differential between the metal and porcelain parts through the range of
temperature variation shall not lose the parts or create undue internal stresses which may
affect the electrical or mechanical strength. Cap and base of the insulators shall be
interchangeable with each other. The cap and base shall be properly cemented with
insulators to give perfect grip. Excess cementing must be avoided.
Each 11KV & 33KV Post Insulators should have technical particulars as detailed below:
Sr.
Description
11 kV
33 kV
No
i
Nominal system voltage kV (rms)
11
33
ii
Highest system voltage kV (rms.)
12
36
iii
Dry Power Frequency one kV minute withstand 35
75
voltage (rms) in KV
iv
Wet Power frequency one minute withstand voltage 35
75
(rms) in KV
v
Power Frequency puncture kV (rms) voltage
1.3 times the actual
dry flashover voltage
vi
Impulse withstand voltage kV (Peak)
75
170
vii
Visible discharge voltage kV (rms)
9
27
viii
Creepage distance in mm (minimum)
320
580
The rated insulation
specified below:Sl. Standard
No declared
voltage
KV/RMS
level of the AB Switches shall not be lower than the values
Rated
Voltage of
the
AB
Switches
Standard impulse with One Minute power frequency
stand voltage (positive withstand voltage kV (rms)
& negative polarity kV
(Peak)
105
i
ii
11KV
33KV
12KV
36KV
Across the
Isolating
distance
85KV
195KV
To earth & Across
between
Isolating
poles
distance
75KV
32KV
170KV
80KV
the To earth &
between poles
28KV
70KV
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 not
exceed 45 degree above ambient.
MAIN CONTACTS
AB Switches shall have heavy duty self-aligning type contacts made of hard drawn
electrolytic copper/brass. The various parts should be accordingly finished to ensure
interchange ability of similar components. The moving contacts of the switch shall be
made from hard drawn electrolytic copper brass. This contact shall have dimensions as
per drawing attached so as to withstand safely the highest short-circuit currents and over
voltage that may be encountered during service. The surface of the contact shall be
rounded smooth and silver-plated. In nut shell the male and female contact assemblies
shall ensure.
1. Electro-dynamic withstands ability during short circuits without any risk of
repulsion of contacts.
2. Thermal withstands ability during short circuits.
3. Constant contact pressure even when the lower parts of the insulator stacks are
subjected to tensile stresses due to linear expansion of connected bus bar of
flexible conductors either because of temperature variations or strong winds.
4. Wiping action during closing and opening.
5. Fault alignment assuring closing of the switch without minute adjustments.
CONNECTORS
The connectors shall be made of hard drawn electrolytic copper or brass suitable for
Raccoon/Dog ACSR conductor for both 11KV & 33KV AB Switches. The connector
should be 4 -bolt type.
OPERATING MECHANISM
All AB Switches shall have separate independent manual operation. They should be
provided with ON/OFF indicators and padlocking arrangements for locking in both the
end positions to avoid unintentional operation. The isolating distances should also be
visible for the AB Switches.
The AB Switch will be supplied with following accessories:
Sl Item
Size of 11KV AB Size of 33KV AB
No
Switch
Switch
i
Operating Rod (GI dia) ISI Length 5.50 meter Length 5.50 mtrs dia:
mark
25MM
40MM
ii
Phase coupling square rod Length 1800 mm Size Length 2700 mm
(GI) ISI mark
25x25 mm
Size 40 x 40 mm
iii Hot
dip
galvanized 1 No.
1 No.
Operating handle (GI)
106
The AB Switches shall be capable to resist any chance of opening out when in closed
position. The operating Mechanism should be of robust constructions, easy to operate by
single person and to be located conveniently for local operation in the switchyard. The
GI pipe shall conform to ISS: 1239-68 and ISI marked by embossing. The vertical down
rod should be provided with adequate joint in the mid-section to avoid bending or
buckling. Additional leverage should be provided to maintain mechanical force with
minimum efforts.
All iron parts should be hot dip galvanized. All brass parts should be silver plated and
all nuts and bolts should be hot dip galvanized.
ARCING HORNS
It shall be simple and replaceable type. They should be capable of interrupting linecharging current. They shall be of first make and after break type.
BUSH
The design and construction of bush shall embody all the features required to withstand
climatic conditions specified so as to ensure dependable and effective operations
specified even after long periods of inaction of these Air Break Switches. They shall be
made from highly polished Bronze metal with adequate provision for periodic
lubrication through nipples and vent.
DESIGN, MATERIALS AND WORKMANSHIP
All materials used in the construction of the equipment shall be of the appropriate class,
well finished and of approved design and material. All similar parts should be accurately
finished and interchangeable.
Special attention shall be paid to tropical treatment to all the equipment, as it will be
subjected during service to extremely severe exposure to atmospheric moisture and to
long period of high ambient temperature. All current carrying parts shall be of nonferrous metal or alloys and shall be designed to limit sharp points/edges and similar
sharp faces.
The firm should have the following type test certificate. The type test should be from
CPRI or equivalent lab:1. Test to prove capability of rated peak short circuit current and the rated short
time current. The rated short time current should correspond to minimum of 10K
Amp and the peak short circuit current should correspond to minimum of 25K
Amps.
2. Lightning impulse voltage test with positive & negative polarity.
3. Power Frequency voltage dry test and wet test
4. Temperature rise test
5. Mill volt drop tests
The above tests should be performed on the AB Switches, manufactured as per owner
approved drawing with the specification. Along with the type test certificate, the
certified copy of the drawing (from the testing lab) should also be kept for inspection of
our officer. Also the test certificates should not be older than 5 years from the date of
opening of tender.
Dimension of 11 & 33KV AB Switches in (Max.).Tolerance 5%.
Sl.
Particulars
11KV AB Switch
33KV AB Switch
i
MS Channel
450x75x40
675x100x50
ii
Creepage
320mm (Min)
580mm (Min)
distance
of
107
iii
iv
Post Insulator
Highest of Port 254 mm
shell
Fixed contact assembly
i) Base
165x36x8
Ii) Contact
70x30x6
Iii) GI cover
110x44
v) Spring
6 Nos.
Moving Contact Assembly
i
Base Assembly
ii
Moving
iii Bush
iv Thickness of Grooves
Connectors
i
Connector
368 mm
165x36x8
70x30x6
140x44
6 Nos.
135x25x8
180x25x9
Bronze Metal
7
170x40x8
290x25x14
Bronze Metal
11
60x50x8 (Moving & 60x50x8 (Moving & fix both)
fix both)
The bidder should provide AB Switches with terminal connectors, set of insulators,
mechanical inter works and arcing horns sets. The base channel for the mounting of AB
Switches shall also be included in the scope of AB Switches. The operating mechanisms
together with down pipe operating handle etc. are also included in the scope of supply
14.
TECHNICAL SPECIFICATIONS OF 11 KV DO FUSE UNITS
SCOPE
This specification provides for manufacture, testing at works before dispatch and
delivery of 11 KV DO Fuse units. This covers outdoor open, drop-out expulsion type
fuses suitable for installation in 50Hz 11KV distribution system.
APPLICATION
The D.O. Fuses are intended for use on Distribution transformers for
protection/isolation of the same during overload or fault conditions.
APPLICABLE STANDARD
Unless otherwise modified in this specification, the drop out fuse shall conform to IS:
9385 (Part-I) to III) as amended from time to time.
DROP OUT FUSES
The drop-out fuses shall be expulsion type. This shall be ‘D’ type and out-door lift off
type suitable for manual operation by an operating rod from the ground level. The drop
out operation will be angular in vertical plane.
The equipment offered, shall be suitable for 11KV three phase 50 C/S solidly grounded
earthed neutral systems. It shall be designed for a normal current rating of 200 Amps.
108
The drops out fuses are required with Post Insulators. These shall be suitable for
mounting on the structure. The bracket/channel hardware for DO Fuses shall be
provided with adequate sizes of nuts, bolts and washer for mounting on the structures.
POST INSULATORS
Each 11KV DO Fuse shall have two Nos 11 KV Post Insulators. The insulator shall
conform to IS: 2544 of 1973 with latest amendment. The porcelain used for manufacture
of DO Fuse units shall be homogeneous, free from flaws or imperfections that might
affect the mechanical or dielectric strength. They shall be thoroughly vitrified tough and
impervious to moisture. The glazing of the porcelain shall be of uniform brown colour
free from blisters, burns and other similar defects. Insulators of the same rating and type
shall be interchangeable.
The porcelains and metal parts shall be assembled in such a manner that any thermal
expansion differential between the metal and porcelain parts through range of
temperature variation shall not loosen parts or create undue internal stresses which may
affect the electrical or mechanical strength and rigidity. Each cap and base pin shall be
made of high-grade cast steel or malleable steel casting and they shall be machine faced
and smoothly galvanized. The cap and base shall be properly cemented with insulators
to give perfect grip. Excess use of cement shall be avoided.
The agency shall invariably enclose with the offer, the type test certificate of
MPPKVVCL design DO Fuse along with certified copy of the drawing and other
relevant technical guaranteed particulars. Please note that offers without the type test
reports / certificates will not be entertained and may be rejected.
Each 11KV Post Insulators should have technical parameters as detailed below:S.No. Particulars
i
Nominal system voltage KV (rms)
11
ii
Highest system voltage KV (rms)
12
iii
Dry Power Frequency with stand voltage KV 35
(rms)
iv
Power Frequency puncture voltage KV (rms)
1.3 times the
actual
dry
flashover
voltage
v
Impulse withstand voltage KV (rms)
75
vi
Visible discharge voltage KV (rms)
9
vii
Creepage distance in mm (minimum)
320
viii
Cantilever strength (KN)
6.60
As stated above unless otherwise modified in this specification the drop out shall
conform to IS: 9385 (Part-I to III) and as amended from time to time.
RATED VOLTAGE
The rated voltage shall be 11KV for 11KV DO Fuses respectively.
RATED CURRENT
The rated current shall be 200 Amp. For 11KV DO Fuses
RATED LIGHTNING IMPULSE WITHSTAND VOLTAGE VALUES FOR THE
FUSE BASE
The rated lightning impulse withstands voltage both for positive and negative polarities
shall be as given below:109
a
b
To earth and between poles
75KV Peak
Across the isolating distance of 85KV Peak
fuse base
RATED ONE MINUTE POWER FREQUENCY WITHSTAND VOLTAGE (DRY
AND WET) VALUES FOR THE FUSE BASE
a) To earth and between poles
28KV Peak
b) Across the isolating distance of
32KV Peak
fuse base
RATED BREAKING CAPACITY
The rated breaking capacity shall be 8KA (A symmetrical). Submission of type test
certificate of rated breaking capacity in case of 11KV DO FUSE Unit is essential.
MAIN CONTACTS
The main contacts of the D.O. Fuse shall be suitable for heavy duty, properly aligned
and made from Brass material. These shall have good finish and smooth surface and
shall be silver-plated. All the sharp edges shall be rounded off. These contacts shall be
so designed to withstand highest short circuit breaking current that may be encountered
during service. In nutshell the contact assembly shall ensure.
1. Electrodynamics withstands ability during short circuit without any risk of
repulsion of contact.
2. Thermal withstands ability during short circuits.
3. Constant contact pressure even when the lower parts of the insulator stacks are
subjected to tensile stresses due to linear expansion of connected bus bar or
flexible conductors either because of temperature variation or strong winds.
4. Proper alignment to ensure smooth operation of D.O. Fuse without adjustment.
CONNECTORS
The connectors shall be made from Brass suitable for ACSR Squirrel, Weasel, Rabbit
and Raccoon. The connectors should be bolted type having 4 bolts & groove to hold the
conductor. All brass parts should be silver plated for corrosion resistance and efficient
current flow. All ferrous parts should be hot dip galvanized as per the latest version of
IS: 2633. Nuts and bolts shall conform to IS: 1364 and should be hot dip galvanized.
Spring washer should be Electro galvanized.
FLY NUTS
These shall be provided at both the ends of SRBP tube for tightening the fuse elements.
The nut shall be provided with one flat washer of 25mm dia. The arrangement shall be
made to ensure that the fuse wire runs centrally inside the SRBP tube after tightening.
SPRING STRIPS
The spring strips shall be of phosphone bronze multi line brush type having a high
pressure contacts and should retain its tension under minimum continuous service
current of 200 Amps at 90 degree C.
OPERATING HOOKS
The brass operating hook shall be fixed over the SRBP tube in such a way that the barrel
can be removed for replacing the fuse element by operating rod from the ground level.
The drop out fuse units shall operate efficiently; speed of operation shall not depend on
the inclination of the fuse. However, the inclination of the fuse barrel shall be adjusted
in such a way that the barrel does not drop by gravitational force.
110
D.O. BARRELS
The D.O. Fuse Barrels shall be made from SRBP and shall conform to BSS: 1314. The
agency shall furnish the test certificate for the fuse barrels offered for use in the drop out
fuses along with each lot offered for inspection to the inspecting officer. The test
certificates of SRBP barrel should indicate the following test results:i. Dimension
a) External dia
:
b) Wall thickness
:
c) Internal dia
:
ii. Max. wrapping in 12” length of the tube :
iii. Axial electric strength (Proof test in oil :
The barrel should with stand
this test at 90 degree C at 25KV rms 50 C/s)
satisfactorily for one minute
iv. Radial electric strength (Proof test in oil :
-doat 90 degree C at 19KV rms 50 C/s.)
v. Surface electric strength (Proof test in air :
-doat room temp.(32 degree C) at 14KV
rms at 50 C/s.
vi. Water absorption in 14 hours
:
vii. Resistance to Hot Oil
:
viii. Cohesion between layers
:
ix. Machine ability
:
The agency should indicate the name of manufacturers of SRBP roles from where they
will purchase the barrels to make available the test certificate. The barrels should have
the properly to resist fire whenever the fuse is blown off. It should not catch fire easily
during blowing off of fuse element inside the barrel which causes short time high
temperature.
DESIGN, MATERIALS AND WORKMANSHIP
All materials used in the construction of the equipment shall be of the appropriate class,
well finished and of approved design and material. All similar parts should be accurately
finished and interchangeable. The connecting of cap and pin with insulator should be
perfect to avoid any kind of loosening. After cementing the insulator should be cured
adequately in water to attain good gripping.
TESTS
Each D.O. Fuse units shall strictly comply with requirement of all the type tests and
shall be subjected to all routine tests stipulated in the relevant standard. All tests shall be
made prior to despatch in the presence of the representative of the owner. No material
should be despatched without prior approval of the tests certificate by the owner.
Along with the inspection report of D.O. Fuse Units, the agency should invariably
furnish Routine Test Certificate of DO Fuse barrels & Post insulator from their
respective manufacturers.
Each DO Fuse shall be provided with name plate of size 2” x 1” on steel strip in case of
11KV and size 4” x 2” on steel channel in case of 33KV and shall be either riveted
bolted or pasted.
The following shall be indicated on the plate:1. Name of manufacturer
2. Sl. No. of the equipment
3. Rating……………………. Amps………………….Volts
111
Please note paper should not be used for name plate. Aluminium sheet of at least 2 mm
thick embossed with above marking should be provided on the equipment for
identification. The material should be packed in Wooden cartoons.
DIMENSION
S.No. Particulars
Dimension
of
D.O. Fuse Unit
in mm
11KV
1
Drawing No.
2
G.S. Flat
245 x 25 x 6
3
G.S. Channel
4
Fuse Barrels
330x25x14
5
Lower Contact Hinge of
Barrel
i
Connectors
60x60x6
ii
Hinge Contact Length
95
iii
-doWidth
85
iv
Thickness of Hinge
Outer
5
Inner
4
6
Barrel take out hook
i
Width
25
ii
Thickness
4
iii
Length
30
iv
Inner dia meter
25
v
Thickness between inner 3 mm
outer dia
7
Operating Hook
i
Width
18
ii
Thickness
3
iii
Inner Radius
19
iv
Outer Radius
22.5
8
Female contact
i
Main contact width
65
ii
Strip thickness
1.5
iii
Strip Length
100
iv
Width
20
v
Female contact height
75
9
Female contact Holder
i
Length
74
ii
Upper width
34
iii
Lower width
40
10
Creepage of insulator
320
112
15. TECHNICAL SPECIFICATIONS OF HARD DRAWN STRANDED ALUMINUM
AND STEEL-CORED ALUMINUM CONDUCTOR FOR OVERHEAD POWER
LINES
SCOPE: This specification provides for the Manufacture, Testing before dispatch,
supply and delivery of ISI marked Aluminium Conductors Galvanized Steel Reinforced
(ACSR) and All Aluminium Alloy (AAA) conductors.
STANDARD: The conductor shall strictly comply with the Indian Standard
Specification IS: 398 (Part-I & II)/1976 & (Part-IV)/1994 with the latest amendments
unless otherwise stipulated in this specification, or any other International Standards
which ensure equal or better quality material and workmanship.
MATERIAL: The conductors shall be of best quality and workmanship. The steel
reinforced aluminium conductors shall be manufactured of hard drawn EC grade
aluminium wires and high tensile galvanized steel wires of the sizes as specified in
Table-I and with mechanical and electrical properties as specified in Table-II. The
coating on the galvanized steel wires may be applied by the hot process or electrolytic
process in accordance with IS: 4826-1968 (specifications for galvanized coating on
round steel wires). AAA Conductor shall however be constructed of heat-treated
aluminium magnesium silicon alloy wire.
The wires shall be smooth and free from all imperfections such as spills and splits and
rolling and wire drawing defects etc. resulting in reduction in cross-sectional area over
the entire length.
TOLERANCE: The following tolerance shall be permitted:
i) Tolerance on Nominal diameter wires plus/minus 1%.
ii) Tolerance on Nominal diameter of High Tensile Galvanized Steel Wires plus/minus
2%.
MODULUS OF ELASTICITY AND CO-EFFICIENT OF LINEAR EXPANSION
The values of the final modulus of elasticity and co-efficient of linear expansion of
ACSR/AAA Conductor shall be as given hereunder:
Item
No.
of Final modulus Co-efficient
Density at temp. of 20°C
Wires
of
Elasticity linear
GN/mm2
expansion per
(Practical)
O° C
ACSR
6/1
(Al./Steel)
79
ACSR
6/7
(Al./Steel)
76
AAAC 7
0.6324×10-6
kg/cm2
19.1×10-6
for
ACSR
Conductor
19.8×10-6
for
ACSR
Conductor
23.0x10-6 Alu.
Alloy
7.8 gm/cm3 (Steel) 2.703
gm/cm3 (Aluminium)
7.8 gm/cm3 (Steel) 2.703
gm/cm3 (Aluminium)
2.7 kg/cm3 (Al. Alloy)
The wires of Aluminium Alloy Conductor shall be of heat treated aluminium,
magnesium, silicon alloy having composition appropriate to the technical and electrical
properties as specified in Table-I of IS:398 (Pt-IV)/1994.
JOINTS IN WIRES:
a) No two joints shall be permitted in the aluminium stranded closer than 15 metres.
113
b)
No joints shall be permitted in galvanized steel wires.
c) In AAA Conductors there shall be no joint in any wire/stranded conductor
containing wires except those made in the base rod or wire before final drawing.
Item
No. of Wires
Aluminium Steel
6
Total
7
Ratio of Alu. wire Lay ratio for
dia to steel wire dia
aluminium wire
Max.
Min.
14
10
ACSR
Conductor
ACSR
6
13
3
14
10
Conductor
AAA
6
1
7
N.A.
14
10
Conductor
STRANDING
The wires used in the manufacture of a stranded conductor before stranding satisfy all
requirement of IS: 398 (Part-II & IV)/1976 & 1994 with its latest amendments. The lay
ratio of the layer shall be within the limit given above.
In all construction, the successive layers shall have opposite directions of lay. The outer
most layer being right handed. The wires in each layer shall be evenly and closely
stranded.
LAY RATIO: The lay ratio (ratio of the axial length of a complete turn of the helix
formed by an individual wire in a stranded conductor to the external diameter of the
helix) shall be within the limit given above.
PACKING AND MARKING: The conductor shall be wound in non-returnable reels or
drums conforming to IS: 1778-1961 (Specifications for reels and drums for bare wire)
or the latest version thereof. The drums shall be marked with the following details:a) Manufacturer’s Name
b) Trade mark, if any
c) Drum No. & Identification Number
d) Size of Conductor
e) Number & lengths of pieces of Conductor on each Drum
f) Gross Mass of the Packing
g) Net Mass of Conductor
h) ISI or relevant International Standard specification mark, if any
i) Name and address of the Consignees
PACKING CONDITION
The reels/drums shall be of such constructions as to assure delivery of conductors free
from displacement and damage and should be able to withstand all stresses due to
handling and the stringing operation so that the conductor surface is not dented,
scratched or damaged in any way during manufacture, transport and erection. The
conductor shall be properly lagged on the Drums.
The conductor drum should be suitable for wheel mounting. Before reeling, cardboard
or other suitable material shall be secured to the drum and inside flanges of the drums.
After reeling the conductor, the exposed surface should be wrapped with suitable soft
material e.g. polythene sheet etc. across the flanges to protect the conductor from dirt,
grit and damage during transportation and handling and also prevent ingress of rain
water during storage/transport.
All wooden components shall be manufactured out of seasoned wood of good quality
free from defect that may materially weaken the component parts of the Drums.
114
Preservative treatment for anti-termite/anti-fungus shall be applied to the entire drum
with preservatives of a quality which is not harmful to the conductor.
STANDARD LENGTH AND GROSS WEIGHT OF CONDUCTOR: The gross
weight of each package shall not exceed to the following limits subject to a tolerance of
+ 10%.
i) For Steel Reinforced Aluminium Conductor of 50 mm 2 and 1500 Kg
80 mm2 size (& equivalent sizes of 55 mm2 & 80 mm2 of
AAA Conductor) (Code word Rabbit & Raccoon
respectively)
“The standard wire length for ACSR/AAA shall be 2 Kms. Except for 80 mm 2 of ACSR
& equivalent size of AAA Conductor (code word “Raccoon”) and 50 mm 2 of ACSR &
equivalent size of AAA Conductor (code word “Rabbit”), for which it shall be 1.2 Kms.
and 1.5 Kms. respectively. Longer lengths shall be acceptable. Short lengths of not less
than 50% of the standard lengths, as indicated above, shall be acceptable to the max.
extent of 10% of the quantity ordered for each size.”
TESTS
Samples of individual aluminium, aluminium alloy and steel wires for tests shall be
taken before stranding from not less than 10% of the spools/coils. If samples are taken
after stranding they shall be obtained by cutting 1.2 metres from the outer end of the
finished conductor from not more than 10% of the reels. The mechanical tests shall be
carried out on single wires only and not on complete conductor. The following tests
shall be carried out on Aluminium Wires as per detailed procedure given in IS: 398
(Part-II)/1976 and on Aluminium Alloy Wires as per detailed procedure given in IS: 398
(Part-IV)/1994:a) Breaking Load Test (in both i.e. ACSR/AAA Conductors)
b) Elongation Test (in case of AAA Conductors only)
c) Wrapping Test (in case of ACSR Conductors only)
d) Resistance Test (in both i.e. ACSR/AAA Conductors)
The following tests shall be carried out on galvanized steel wires as per detailed
procedure given in IS: 398 (Part-II) 1976:a) Breaking Load Test
b) Ductility Test (by either of the procedures viz. Torsion Test or Elongation Test)
c) Wrapping Test
d) Galvanizing Test (the uniformity of Galvanizing and the weight of coating shall
be in accordance with IS: 4826-1968).
The rejection and re-test procedure shall be followed as stipulated in IS: 398 (PartII)/1976 and IS: 398
(Part-IV)/1994.
CHECKING AND VERIFICATION OF LENGTH OF CONDUCTORS
The supplier/manufacturer of conductor should arrange for the inspection by the
representative of the owner specially authorized for this purpose. At least 5% of the total
number of Drums of conductors taken at random should be checked to ascertain the
lengths of conductor adopting either of the following two methods:a) The drum along with the conductor should be weighed and six empty drums along
with protective laggings & studs etc. normally used for winding the conductor
should also be weighed. Net weight of the conductor should be calculated by
subtracting the average weight of the six empty drums from the gross weight of the
115
conductor and drums. Having known the weight of the conductor, the length of the
conductor can be computed.
In case of empty conductor drums, a check weighment of every one in ten empty
drums shall also be done before the conductors are wound on the drums.
b) Arrangements should be made available in the works of the manufacturer for
transferring the conductor from one reel to another at the same time measuring the
length of the conductor so transferred by means of a meter. Percentage shortage if
any in the length thus obtained and as declared by the agency in the packing list
shall be applied to all the drums.
CHECK MEASUREMENT
Where length of conductor is verified by weighment basis the determining factor will be
length/weight ratio of the sample drums verified at the firm’s premises of the lot of
which the drum under measurement at the consignee’s end forms a part.
Wherever at the end of the consignee, length measurement machines are available,
conductors shall be accepted by verification of lengths only and where the length
measurement machines are not available, conductor shall be accepted on weighment
basis.
In case, where the recorded weight on the drum tallies with the measured weight at
consignee end, then the conductor length shall be accepted as recorded on the drum. In
other cases, the determining factor will be weight/length ratio of the sample(s) inspected
at the firm’s premises of the lot of which the drum under measurement at the consignees
end, forms a part. The factors of weight/length ratio shall however be made available to
the consignees in the dispatch instructions itself. If such factors are not available due to
some reasons, actual measurement of diameter shall be made and weight/length ratio
shall be obtained for the purpose of computing length.
TABLE-I
SIZE AND PROPERTIES OF ACSR/AAA CONDUCTORS
i) For ACSR Conductors (As per IS:398 (Pt-II)/1976)
Code
Nomina Stranding and Section Total App.
App.
Word
l
Wire Area
al Area Sectio Over all Mass
Alumiof
-nal
Diamete
nium
Alumi Area
r
Area
nium
mm2
Mm
mm
mm2
mm2
mm2
Kg/k
m
Rabbit 50
6/3.3 1/3.3 52.88
61.70 10.05
214
5
5
Raccoo 80
6/4.0 1/4.0 78.83
91.97 12.27
319
n
9
9
Dog
100
6/4.7 7/1.5 105.00 118.5 14.15
394
2
7
0
ii) For AAA Conductors (As per IS:398 (Pt-IV)/1994)
Sr. Actual
Stranding & App.
App.
Calculated
No. Area
Wire Dia
overall
Mass
Maximum
116
Calcula
ted
resistance at
20°C
Ohm/k
m
0.5560
App.
Calculate
d
Breaking
load
KN
0.3736
26.91
0.2810
32.41
18.25
App.
Calculated
Dia
mm2
22 mm
34 mm
55 mm
80 mm
100 mm
1
2
3
4
5
Mm
7/2.0
7/2.5
7/3.15
7/3.81
7/4.26
mm
6.0
7.5
9.45
11.43
12.78
resistance
20°C
Ohm/km
1.5410
0.9900
0.6210
0.4250
0.3390
Kg/km
60.16
94.00
149.20
218.26
272.86
at breaking
load
KN
6.45
10.11
16.03
23.41
29.26
TABLE – II
A) PROPERTIES OF ALUMINUM / STEEL WIRES USED IN THE
CONSTRUCTION OF ACSR CONDUCTOR
i) For Aluminium Wires
Size
Diameter
Gross
Mass
Resistance Breaking Load Min.
Sectional
20°C
Area
of
Nominal
Dia. Wire
Nominal Min. Max.
Before
After
standing standing
1
2
3
4
5
6
7
8
9
2
mm
mm mm
mm
Kg/Km Ohm/Km
KN
KN
Rabbit
3.35
3.32 3.38
8.8140
23.82
3.286
1.43
1.36
Raccoon 4.09
4.05 4.13
13.140
35.51
2.208
2.08
1.98
Dog
4.72
4.67 4.77
17.50
47.30
1.661
2.78
2.64
ii) For Steel Wires
Size
1
Rabbit
Raccoon
Dog
Diameter
Gross
Mass
Sectional
Area of
nominal
dia. wire
Nominal Min.
Max.
2
mm
3.35
4.09
1.57
4
mm
3.42
4.17
1.60
3
Mm
3.28
4.01
1.54
5
mm2
8.814
13.140
1.936
6
Kg/Km
68.75
102.48
15.10
B) PROPERTIES OF ALUMINUM ALLOY
CONSTRUCTION OF AAA CONDUCTORS
117
Breaking Load Min.
Before
Stranding
7
KN
11.58
17.27
2.70
WIRES
USED
After
Stranding
8
KN
11.00
16.41
2.57
IN
THE
Size
(Codeword)
Diameter
Gross
Mass
Sectional
Area of
Nominal
Dia. wire
Resistance Breaking Load (Min.)
20°C
Nominal Min.
Max.
1
2
3
4
mm2
55
(Rabbit)
80
(Raccoon)
100 (Dog)
(mm)
3.15
(mm) (mm) (mm2)
3.12 3.18 7.793
(Kg/Km) Ohm/Km
21.04
4.290
KN
2.41
KN
2.29
3.81
3.77
3.85
11.400
30.78
2.938
3.52
3.34
4.26
4.22
4.30
14.250
38.48
2.345
4.40
4.18
16.
5
6
7
Before
After
Stranding Stranding
8
9
TECHNICAL SPECIFICATION FOR THREE PHASE 33/11 KV STEP
DOWN POWER TRANSFORMER OF 5 MVA RATINGS
1.
SCOPE:
The specification covers the design, manufacture testing and inspection before
dispatch and delivery at places anywhere in M.P. as per list of consignee area
stores.
The specification covers oil immersed, naturally air cooled (type ON), outdoors
type, three phase, 50 Hz, 33/11 KV step down power transformers of 5 MVA
capacities.
2. APPLICABLE STANDARDS:
(A) Unless otherwise modified in the specification, the transformers shall comply
with the requirement of ISS: 2026 (latest issue) or any equivalent International
Standards and REC specification 2/1973 and ISS: 2099 (latest issue) or any
equivalent International Standards. The bushings used shall conform to ISS:
2099 (latest issue) or any equivalent International Standards except as modified
herein.
(B) Type: The transformers shall be double wound, three phase oil immersed, oil
natural cooled (type ‘ON’), core type suitable for outdoor installation in tropical
climate and shall be insulated with minimum DPC insulation on HV & LV
windings. Insulation should be of temperature class as per the temperature rise
stipulated in this specification.
Climatic Conditions
i) Peak outdoor temperature:
50oC
ii) Maximum oil temperature:
(50oC + 45oC)
Attainable
95oC under max temperature
& max. Load condition
iii) Maximum relative humidity:
95% (sometime approaches
saturation point)
iv) Minimum relative humidity:
10%
118
v) Average No. Of thunderstorm
40 days
vi) Average number of rainy days per annum
90 days
vii) Number of months of tropical
3 months
Monsoon conditions
viii)
Average annual rainfall
125 cm
ix) Wind pressure
100 Kg/m2
x) Altitudes not exceeding
1000 meters.
(C) Design and standardization:
a. The transformers and accessories shall be designed to facilitate operation,
inspection, maintenance and repairs. All apparatus shall also be designed to
ensure satisfactory operation under such sudden variations of load and voltage as
may be met with under working conditions on the system, including those due to
short circuits.
b. The design shall incorporate every reasonable precaution and provision for the
safety of all those concerned in the operation and maintenance of the equipment
keeping in view the requirement of Indian Electricity Rules.
c. All material including bought out items like bushings, oil radiators, conductor
and insulating materials used shall be of the best quality and of the class most
suitable for working under the conditions specified and shall withstand the
variation of temperature and atmospheric conditions arising under working
conditions without undue distortion or deterioration or 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.
d. Corresponding parts liable to replacement shall be interchangeable.
e. 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 or where
corrosion due to acidity or slugging is likely to occur. 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 valve bodies.
f. All outdoor apparatus, including bushing insulators with their mounting shall be
designed so as to avoid external pockets in which water can collect and
internally air could trap.
g. All taper pins used in any mechanism shall be of the split type complying with
IS: 2593 or any equivalent International Standards for these items.
h. All connections and contacts shall be of ample section and surface for carrying
continuously the specified currents without heating and fixed connection shall be
secured by bolts or set screw of common size adequately locked against
vibration. Lock nuts shall be used on stud connections carrying current.
i. All apparatus shall be designed to minimize the risk of accidental short circuit
caused by animals, birds or vermin.
3. STANDARD RATINGS:
The standard ratings shall be 5000 KVA with off load taps.
119
4. CONTINUOUS MAXIMUM RATING:
The transformers shall have a continuous maximum rating at the specified normal
ratio, frequency and temperature rises.
a. All transformers shall be capable of operation continuously in accordance
with IS loading guide at their continuous maximum rating and at any ratio
without exceeding temperature rise.
b. Transformers with tapping ranges extending more than 9% below normal
voltage shall meet the temperature rise limits specified in IS: 2026 or any
equivalent International Standards. On other tapings, they shall operate
continuously without injurious heating. The loading of the transformers is to
be in accordance with IS: 6600 - guide for loading of oil immersed
transformers natural cooled units or any equivalent International Standards.
c. The transformers shall be capable of operation without danger at other than
rated voltage and frequency in accordance with clause 4.3 and 4.4 of IS:
2026 (Part I) 1977 or any equivalent International Standards.
5. MAXIMUM TEMPERATURE RISE:
The maximum temperature rise in each transformer tested at its continuous
maximum rating shall not exceed the following limit with reference to ambient air
temperature.
i) Temperature of oil by thermometer
: 45oC
ii) Temperature of winding by test resistance
: 50oC
6.
NO LOAD VOLTAGE RATIO:
The no load voltage ratio corresponding to the principal tapping shall be
33,000/11,000 volts.
7. MAXIMUM CURRENT DENSITY: The current density for HV and LV winding should not exceed 2.5 Amps/mm2.
8. FLUX DENSITY: OVER FLUXING: 1. Flux density should not be more than 1.55 Tesla at the rated voltage and
frequency.
2. Over fluxing - Requirement in this regard shall be governed by the provision
contained in clause 3.1.7 of manual on transformer Section ‘A’ (Revised
1987) of CBIP. According to this, over fluxing the transformer continuously
for over
3. Fluxing factor up to 1.1. In addition to this requirement, operation of power
transformer without any danger/damage up to 60 Sec. for over fluxing factor of
1.25.
9. MAXIMUM GUARANTEED NO LOAD AND LOAD LOSSES:
The losses shall not exceed the value given below:
Rating in MVA
No Load losses
Load losses at 75oC
(In KW)
(In KW)
5.0MVA
4.0
21.0
120
The losses specified above are maximum permissible value and no plus tolerance
would be allowed .Both transformer will be required to undergo for loss
measurement by independent agency like ERDA Baroda etc. before commencement
of supply.
10.
OIL:
Transformer oil to be used for first filling shall comply with the specification
indicated hereunder. Generally as per IS: 335-1993 (4th revision) or any equivalent
International Standards & REC specification No.39/1985 except in so far as values
indicated separately as per Board’s specification for EHV Grade Oil.
New oil: Insulating oil for Transformers & Switchgears shall be as per ISS-3351993 (4th revision) or any equivalent International Standards incorporating up to
date amendment and additional characteristics as incorporated below. It will be
pure hydrocarbon mineral oil, clean and sufficiently free from moisture and of
other foreign matter likely to impair its properties.
The test results for the characteristics of the oil when tested in accordance with
ISS 335-1993 (4th revision) or any equivalent International Standards incorporating
up to date amendment and additional characteristic required by us shall be as
hereunder:
Reference to Test methods
as per ISS-335-1993 read
Sr Schedule of Characteristics Requirement
of
with latest amendment or
No. (Clause 5.1 & 9.1 of ISS)
Transformer Oil
any equivalent International
standard
Oil shall be clear
And
transparent A representative & sample of
1
Appearance
Free
from oil shall be examined In 100
suspended Matter mm thick Layer at 27ºC
or sediments.
2
Density at 29.5ºC (Max.)
0.89 g/cm3
IS: 1448-1977
Kinematics Viscosity (Max.) at
3
27 cst
IS: 1448-1976
27ºC
Interfacial tension at 27ºC
4
0.04 N/m
IS: 6104-1971
(Min.)
5
Pour Point (Max.)
(-) 6ºC
IS: 1448-1970
6
Water Content (Max.)
50 ppm
IS: 13567-1992
Flash Point Pensky Marten
7
140ºC
IS: 1448-1970
(Closed)(Min.)
8
Neutralization value
a] Total acidity (Max.)
0.03 mg KOH/GM IS: 1448-1967
b] Inorganic acidity/Alkalinity NIL
IS: 1448-1967
9
10
Corrosive Sulpher
Non-corrosive
Electric Strength (Break down
voltage)
a] New unfiltered oil (Min.)
30 KV (rms)
121
Annexure-B
IS-6972-1972
Reference to Test methods
as per ISS-335-1993 read
Sr Schedule of Characteristics Requirement
of
with latest amendment or
No. (Clause 5.1 & 9.1 of ISS)
Transformer Oil
any equivalent International
standard
b] New oil after filtration
60 KV (rms)
(Min.)
Dielectric dissipation factor
11
0.002
IS-6262-1971
(Tan delta) at 90ºC
12 Specific resistance (resistivity)
IS:6103-1971
12
a] At 90ºC (Min)
35x10 Ohm-cm
b] At 27ºC (Min)
1500x1012 Ohm-cm
13 Oxidation stability
a] Neutralization value after
0.40 mg KOH/gm. Annexure-C of IS-335-1993
oxidation (Max.)
b] Total sludge after Oxidation
0.10% by Weight
(Max.)
14 S.K. Value
under consideration Annexure-C of IS-335-1993
AGEING
CHARACTERISTICS
Ageing characteristics after
IS-12177-1987
15
accelerated
ageing
(open
(Method-A)
breaker method with copper
catalyst)
a]
Specific
Resistance
(resistivity)
i) At 27ºC (Min.)
2.5x1012 Ohm-cm
IS: 6103-1971
12
ii) At 90ºC (Min.)
0.2x10 Ohm-cm
b] Dielectric dissipation factor
0.2
IS: 6262-1971
(Tan Delta) at 90ºC (Max.)
c] Total Acidity (Max.)
0.05 mg.KOH/gm. IS: 1448-1967
d] Total sludge value (Max.)
0.05% by Weight
Annexure-A of IS: 12177
The
oil
shall
16 Presence of oxidation Inhibitor contain anti oxidant IS: 13631:1992
additives
Characteristics of Oil in the Transformer
(i) The important characteristics of the transformer oil after it is filled in the
Transformer (within 3 months of filling) shall be as follows:No.
1
2
3
4
5
6
7
Characteristics
Electric Strength (Breakdown voltage)
Dielectric dissipation factor (Tan Delta at 90ºC)
Specific Resistance (Resistivity) at 27ºC
Flash Point, PM (Closed)
Interfacial Tension at 27ºC
Neutralization value (total acidity)
Water content PPM
122
Specification
40 KV (Min.)
0.01 (Max.)
10x1012 Ohm.cm
140ºC (Min.)
0.03 N/m (Min.)
0.05 mg KOH/g (Max)
35 (Max.)
11.
TAPS
11.1 Off-load tap transformer shall have taps ranging from +3% to -9% in steps of
3.0% each on HV winding for HV variation, to give normal 11 KV on LV
side.
11.2
The tap changing switch shall be located in a convenient position so
that it can be operated from ground level. The switch handle will be
provided with a locking arrangement along with tap position, indication and
direction for operation, thus enabling the switch to be operated and locked in
position. Tap operation shall result in simultaneous positive change on all
three phase, with spring loaded snap action and ensure positive pressure
contact.
12.
WINDING CONNECTIONS & VECTORS:
12.1 The primary winding shall be connected delta and secondary winding star as
per vector symbol Dyn11 (IS: 2026) or any equivalent International
Standards so as to produce positive displacement of 30 o from the primary to
the secondary vector of the same phase (vector rotation assumed counterclock wise).
12.2 The neutral point of the secondary (LV winding) is intended for solidly
earthed system and should be brought out to a separate insulated terminal,
enabling external insertion of a current transformer in the earth lead to be
connected wherever required.
12.3 All windings of transformers shall have uniform insulation when tested in
accordance with ISS: 2026/1977 or any equivalent International Standards.
The minimum basic impulse withstands level of windings for 1.2/50 micro
sec. Full wave shall be as given below: i) 11 KV - 75 KV Peak
ii) 33 KV - 170 KV Peak
13. PERCENTAGE IMPEDANCE AND TOLERANCE (OTHER THAN NO
LOAD AND LOAD LOSSES) SHALL BE AS UNDER:
a) Percentage impedances - Percentages impedance value for power
transformers at 75oC on principal tap shall be as follows:
Rating
Percentage impedance value at 75oC
5000 KVA
7.15
b)Tolerance
ITEM
TOLERANCE
Voltage ratio at no load
the lower of the following values:
On principal tapping
a) ( + / - ) 0.5% of the declared ratio
b) A percentage of the declared ratio
equal to 1/10 of actual percentage
impedance voltage at rated current
Impedance voltage at
governed
Requirement in this regard shall be
by Rated current the provision
indicated
in IS: 2026 (Part-IV) – 1977
123
(Principal tapping)
Para 3.1.4.1 for principal tapping and
as per
Provisions contained in and Para
3.1.4.2
for other tapping or any equivalent
International Standards.
(+) 30% of the declared no load
No load current
current
14. TRANSFORMER TANK
The main tank of the transformer shall be made of good quality steel sheet of
adequate thickness to provide sturdy and robust construction to withstand extreme
pressure conditions.
The internal and external surfaces including oil filled
chambers and structural steel work to be painted shall be shot or sand blasted 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. Steel surfaces exposed to weather shall be given a
primary coat of zinc chromate, second coat of oil and weather resistant varnish of
colour distinct from primary and final two coats of glossy oil and weather resisting
paint in accordance with the colour shade as specified. 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 outside painting of tank shall be 20 microns and the total thickness
shall be minimum 80 microns. The main tank exclusive of all accessories but
with radiators shall be suitable to withstand application of vacuum up to 760
mm of HG for 1 day with drop in vacuum as per IS. Adequate reinforcement
shall be provided for this purpose and to withstand vibration.
14.1 Pressure Test
One transformer tank shall be subjected to a pressure corresponding to twice
the normal head of oil or to the normal pressure plus 35 KN/m2 (5lb/sq.in)
whichever is lower, measured at the base of the tank and will be maintained
for one hour during stage inspection. The permanent deflection of flat
plates, after the excess pressure has been released shall not exceed the figure
specified below:
Horizontal length of flat
Permanent deflection
Plate (in mm)
(in mm.)
Up to and including 750
5
751 to 1250
6.5
1251 to 1750
8
1751 to 2000
9.5
2001 to 2250
11
2251 to 2500
12.5
2501 to 3000
16
Above 3000
19
14.2
Conservator:
A conservator complete with sump and drain valve shall be provided in such
a position so as not to obstruct the electrical connections of the transformer
124
having a capacity between highest and lowest visible levels to meet the
requirement of expansion of the total oil volume in the transformer and
cooling equipment from the minimum ambient temperature of (-) 5oC to
95oC.
The minimum indicated oil level shall be with the feed pipe from the tank
covered with not less than 15 mm depth of oil and the indicated range of oil
level shall be minimum to maximum.
If the sump is formed by extending the feed pipe inside the conservator, this
extension shall be for at least 25 mm.
One oil gauge magnetic type with provision for low levels alarm shall be
mounted on conservator to indicate the minimum normal and maximum level
as given below:
Minimum
(-) 5oC
Normal
30oC
Maximum
100oC
One prismatic type oil indicator should also be provided on the conservator.
One end flange of the conservator shall be bolted into position so that it can
be removed for cleaning purpose.
The oil connection from transformer tank to the conservator vessel shall be
arranged at a rising angle of 3 to 9o to the horizontal up to gas and oil
actuated relay.
Each conservator vessel shall be fitted with a aluminium dial cast breather
in which Silica gel (at least three Kg.) is the dehydrating agent and designed
so that:(a) The passage of air is through silica gel.
(b) The external atmosphere is continuously in contact with silica gel.
(c) The moisture absorption indicated by a change in colour of the tinted
crystals can be observed from distance.
Breathers shall be mounted at approximately 1400 mm. Above ground level.
14.3 RADIATORS:
Arrangement for good quality sufficient number of radiators should be made
to meet out the requirement of temperature rise. Following should also be
given due consideration:
(i) Belting of radiators to avoid vibration
(ii) The gasket should be square in shape with holes for fixing radiators.
Round shape gasket may be avoided.
(iii) Radiator valve must indicate open and close direction clearly.
(iv) Radiators must be supplied in separate packing with serial number of
transformer clearly indicated on packing with paint
(v) Air release valve provided on radiator should not be of PVC material. It
must be of cast iron duly cut in with thread for easy release of air.
14.4 GALVANISING:
a. Galvanizing where specified should be applied by the hot dipped process
or by electro-galvanizing process, for all the parts other than steel, which
shall consist of a thickness of 610 Gms. Zinc per square meter of surface.
The zinc coating shall be smooth, clean and of uniform thickness and
free from defects or sharp edge. The preparation of galvanizing and the
galvanizing itself shall not adversely affect the mechanical properties of
125
the coated material. The quality will be established by tests as per IS:
2633 or any equivalent International Standards.
Alternative to
galvanizing, aluminizing shall also be considered
b. All drilling, punching, cutting and bending and welding of parts shall be
completed and all burrs shall be removed before the galvanizing process
is applied.
c. Surface, which is in contact with oil, shall not be galvanized or Cadmium
plated.
15. FINISH:
a.
Before painting or filling with oil, all un galvanised parts shall be completely
clean and free from rust, scale and grease and all external surface cavities on
castings shall be filled by metal deposition.
b.
The interior of all transformer tanks and other oil filled chambers and
internal structural steel works shall be cleaned and all scale and rust by shot
blasting or other approved methods. This should be read alongwith clause
14 regarding requirement of painting of transformer tank.
c.
Except for nuts, bolts and washers, which may have to be removed for
maintenance purposes, all external surfaces shall receive a minimum of three
coats of paint.
d.
The primary coat shall be applied immediately after cleaning. The second
coat shall be of oil, heat and weather resisting nature and preferable of a
shade or colour easily distinguishable from the primary and final coats shall
be applied after the primary coat has been touched up where necessary. The
final coat shall be of a glossy oil, heat and weather resisting non-fading,
BATTLE SHIP GREY paint of shade No.631 of IS: 5. Primer paint shall
be red oxide zinc chrome as per IS: 104, intermediate and final coats of grey
paint shall be as per IS: 2032 or any equivalent International Standards.
e.
Nuts, bolts and washers, which may have to be removed for maintenance
purposes, shall receive minimum of one coat of paint after erection.
f.
The spacing of the bolt centres on the tank and its cover should be so
designed that the gaskets when pressed after bolting leave no room for either
ingress of moisture or leakage of oil during transportation or normal service
or full load and guaranteed temperature rise conditions.
16.
CORE:
The core shall be constructed from high grade, non-ageing, low loss cold rolled
super grain oriented silicon steel lamination of HI-B grade steel or better.
All stipulations under clause-8 be considered while selecting material of core.
(I) Magnetic circuit
a.
The design of the magnetic circuit shall be such as to avoid static
discharges, development of short circuit paths within itself or of the earth
clamping structure and the production of flux components at right angles
to the plane of the laminations, which may cause local heating.
126
b.
c.
d.
e.
Every care shall be exercised in selection, treatment and handling of core
steel to ensure that so far as is practicable from distortion, burrs or sharp
edge.
Although the oxide/silicate coating given on the core steel is generally
adequate, laminations can be insulated by the manufacturers if
considered necessary.
All ducts shall be provided wherever necessary to ensure adequate
cooling and efficient heat transfer. The winding structure and major
insulation shall not obstruct the free flow of oil through such ducts nor
permit local hot spots. Where the magnetic circuit is divided into
pockets by cooling ducts parallel to the planes of the lamination or by
insulating material above 0.25 mm thick tinned copper strip bridging
pieces shall be inserted to maintain electrical continuity conductivity
between pockets.
The framework and clamping arrangement shall be earthed in accordance
with Clause-19 (II) of this Technical Specification.
(II)Construction of Cores
a.
All parts of the cores shall be of robust design capable of withstanding
any shocks to which they may be subjected to during lifting, transport,
installation and service.
b.
All steel sections used for supporting the core shall be thoroughly sand
blasted and shot blasted after cutting, drilling and welding.
c.
Adequate provision shall be made to prevent movement of the core and
winding relative to the tank during transport and installation or while in
service.
d.
The supporting framework of the cores shall be so designed as to avoid
the pressure of pockets, which would prevent complete emptying of the
tank through the drain valve or cause trappings of air during oil filling.
17.
TERMINAL ARRANGEMENT:
17.1 The transformers shall be fitted with shaded porcelain bushings of outdoor
type suitable for solder less connectors on HV as well as LV side. The
HV/LV bushing shall not be provided with arcing horns. Aluminium
bushing stems and aluminium metal parts will not be accepted.
17.2 The bushings shall be filled with transformer oil, EHV grade, which shall be
of non-oil communicating type with small aperture of 2 mm diameter.
The HV/LV bushings shall have the characteristics as per IS: 2099 (latest
issue) or any equivalent International Standards. LV neutral bushing
requirement is identical to LV line bushing in all respect.
The electrical characteristics of bushing insulators shall be in accordance
with IS: 2099 as amended from time to time. All type and routine tests shall
be carried out in accordance with IS: 2099-1986 or any equivalent
International Standards. The test voltages for various tests as stipulated in
ARE: 2099-1986 are reproduced below:
127
Nominal
Rated
Lightning
System
Voltage
discharge
Voltage
Voltage
Visible
wet & dry
One minute
impulse
KV
KV
KV
KV
KV
-------------------------------------------------------------------------------------------------11
12
9
28
75
33
36
27
70
170
17.3 Dimensions of the LV 12 KV bushings including the neutral (11 KV side)
shall conform to IS: 3347 (Part-III) or any equivalent International Standards
and those of the 36 KV bushing (33KV side) shall conform to IS:3347 (PartV) or any equivalent .International Standards .Requirement of creepage
distance of minimum 23mm. Per KV of rated voltage of bushing as per
provision contained in Para 7 of IS: 2099-1993 or any equivalent
International Standards.
17.4 Terminal connector shall be provided both for HV and LV terminal suitable
for holding Dog Conductor up to capacity of 5 MVA. It should be flat in
shape. Its current capacity should be 600 Amps.
17.5 Bushing studs of 33 & 11KV should be of copper and conforming to IS:
3347 or any equivalent International Standards.
18. VIBRATIONS AND NOISE:
Every care shall be taken to ensure that the design and manufacture of all
transformers and accessories shall be such as to reduce noise and vibration to the
level obtained in good modern practice.
The manufacturers will ensure that the noise level shall not be more than 3 Db
above the NEMA standard publication TR-1.
19.
INTERNAL EARTHING ARRANGEMENT:
(I) General: - All metal parts of the transformer with the exception of the
individual core laminations, core bolts and associated individual clamping
plates shall be maintained at some fixed potential.
(II) Earthing of core clamping structure :- The top main core clamping
structure shall be connected to the tank body by a copper strip. The
bottom clamping structure shall be earthed y one or more of the following
methods.
1. By connection through vertical tie rods to the top structures.
2. By direct metal-to-metal contact with the tank base maintained by the
weight of the core and the windings.
3. By a connection to the top structures on the same side of the core as the
main earth connection to the tank.
(III) Earthing of magnetic circuit: The magnetic circuit shall be earthed to the
clamping structure at one point only through a disconnect cable link placed
in an accessible position beneath an inspection opening in the tank core. The
connection to the link shall be on the same side of that core and the main
128
earth connection. Magnetic circuits having an insulated sectional
construction shall be provided with separate link for each individual section.
When oil ducts or insulating barriers parallel to the plane of the laminations
divide one magnetic circuit into two or more electrically separate parts, the
ducts on barriers shall be bridged in accordance with Clause-16 (ii) and the
magnetic circuit shall not be regarded as being of sectional construction.
(IV) Size of earthing connections: All earthing connections with the exception
of those from the individual cell clamping rings shall have a cross sectional
area of not less than 0.8 sq.mm. Connections inserted between laminations
of different section of core as per above (III) B shall have a cross sectional
area of not les than 0.2 Sq.mm.
(v) Leads from winding to bushing and interlock connection: The leads from
winding to bushing and interlock connection should be rigid enough to
withstand normal vibration and transportation shocks and short circuit
stresses. They should be spaced in such a way that necessary clearances are
maintained not only in air but also with oil medium at the lowest permissive
electrical strength as per relevant ISS over the period of normal service.
20. ELECTRICAL CLEARANCE: -The clearance in air between live conductive
parts and live conductive part in earthed structure shall be as follows:
Voltage Medium
Clearance phase
to phase
Clearance phase
to earth
11000
Air
280 mm
205 mm
33000
Air
350 mm
320 mm
21. PARALLEL OPERATION: The transformers of the same service voltage
shall be suitable for parallel operation, the load being shared in proportion to the
capacities and percentage impedance volts, which will be within that specified in
the ISS.
22. OVER LOAD CAPACITY:
(A) Each transformer shall be capable of carrying sustained over loads as stated
in ISS: 6600 or any equivalent International Standards
(B) Type of load: - The transformer will supply a mixed power and lighting
load with varying power factor from 0.6 lag to 0.8 lead due to capacitors.
23. PERFORMANCE WARRANTY:The manufacturer shall among other things warranty the following: (i) Quality and strength of material used, both electrical and mechanical.
(ii) Satisfactory operation during the warranty period of 30 months from the date
of receipt at Stores or 24 months from the date of commissioning. This
period will be reckoned from the day all accessories are received enabling
assembly testing, commissioning and commercial operation of transformers.
(iii) Performance figures are to be supplied by tenderer in the schedule of
guaranteed particulars. In schedule of GUARANTEED TECHNICAL
PARTICULARS, all details as required in IS: 2026 shall be given.
24. TOLERANCE: The tolerance of guaranteed performance figures shall be as specified in the
Clause 11.1 as per latest version of IS: 2026 or any equivalent International
129
Standards, except for the no load and load losses which is firm and shall not
exceed guaranteed values.
25. WHEELS AND AXLES:
The transformers of 5000 KVA rating shall be provided with 4 Nos. flanged
wheels suitable for use on a 1435 mm gauge Rail track. These wheels shall be
suitable for being turned through an angle of 90o and locked in that position when
the tank is jacked up. Other transformers shall be provided with 4 Nos. Bidirectional flat roller suitable for use on a 1000 mm. Gauge Rail track.
26. FITTINGS & ACCESSORIES:
Unless otherwise specified in the order, the following standard fittings as detailed
in Schedule X attached shall be provided. The fittings shall be in accordance with
the details to the extent these are specified in IS: 2026.
a. Inspection cover is needed to inspect tapping connections of bushings,
tapping connections of tap changer and to inspect core-earthing
connection.
b. Rating plate.
c. Diagram plate with tap position and relative HV/LV voltage.
d. Two earthing terminals.
e. Lifting lugs.
f. 4 jacking pads
g. Conservator with top filled cap and bottom drain valve.
h. Dehydrating breather of required sizes in Aluminium Die. Casting
with minimum three Kg. silica gel.
i. Connecting pipe with valve and Buchholz relay.
j. Radiator with top air release plug and connected valves and bottom for
connection to main tank. Air release valve should not be of PVC
material. It should be of cast iron duly cut in with thread for easy release
of air.
k. HV - 3 bushings
l. LV - 4 bushings
m. Off circuit tap switch with lock and 2 keys.
n. Thermometer (dial type) with one contact for alarm pocket for sensor of
thermometer (dial type) with one contact for alarm complete with
provision for its mounting is needed.
o. Magnetic oil level gauge indicating three position of oil marked as
follows:
p. Minimum - (-50 C)
q. Normal
- ( 300C)
r. Maximum - (1000.C)
s. Oil filling hole and cap.
t. Air release device on tank top.
u. Pressure relief device through explosion vent diaphragm with fresh
equalizer pipe air release plug. Please see foot note indicated in
Schedule X “Schedule of Fittings”.
130
v. Gas and oil actuated relay.
w. 2 filter valves (top valve, lower valve to be used also as drain valve).
Locking arrangement should be provided on each valve to avoid theft of
transformer oil by welding ‘U’ shape flat over each valve.
27. TESTS AND INSPECTION:
27.1 Type test: - The Purchaser intends to procure transformers whose design
is successfully type tested for short circuit, lightning impulse test, loss
measurement test and heat run test from an independent agency of
national/international repute like CPRI, Bhopal/Bangalore, National Test
House, Ghaziabad, ERDA, Baroda or to any recognized and reputed
International Laboratory.
The tenderers are required to carry out type test. The expenses to be incurred
towards the following tests shall be borne by them. This may be kept in mind
while quoting the price.
Type test includes following tests:
i.
Short circuit withstand test as per clause 16.11 Part-I IS: 2026 or any
equivalent International Standards.
The requirement with regard to
ability to withstand short circuit shall be governed by clause-8 and
demonstration of ability to withstand short circuit shall be governed
by clause-9 of IS: 2026(Part-I) 1977 or any equivalent International
Standards. Accordingly, the symmetrical short circuit current to be used
for the design and tests shall be governed by the Table-4 (IS-2026-Part-I
1977) or any equivalent International Standards and shall be 1000 MVA
for the subject power transformers (highest system voltage 36 KV). The
quantity preference would be given to those manufacturers who
have carried out thermal ability test of 2 sec. After the dynamic
withstand test of 9 shots of 0.5 seconds.
ii.
Lightning impulse withstand test as per Clause-13 Part-III IS: 2026 or
any equivalent International Standards.
iii.
Temperature rise test as per Clause-4 Part-II IS: 2026 or any equivalent
International Standards. One transformer of each rating shall be type
tested at some independent laboratory of National/International repute
like CPRI, ERDA etc. for temperature rise as per relevant ISS. However,
the rise shall not be more than 50 0C for winding and 450C for oil above
the ambient temperature.
iv.
Loss Measurement Test – With value of No Load and Load Losses
obtained at 750C.
27.2 Stage inspection:
The purchaser intends to ensure the quality of raw material being used and
workmanship during course of manufacturing of power transformers. At
time of core coil assembly, two representatives of purchaser will be deputed
to carry out stage inspection. Only after clearance of stage inspection
131
manufacturer will proceed further (tanking of core coil etc.) And will be
required to offer transformer for pre-delivery final inspection.
27.3 Routine Test:
The following tests in addition to those listed in IS: 2026 or any equivalent
International Standards shall be carried out for routine tests. These tests are
required to be carried out by the supplier at the supplier’s cost on each and
every unit manufactured by them and report shall be forwarded to O/o Addl
CE (P) MPPKVVCL Indore at the time of offering transformer for predelivery final inspection.
i. Oil leakage test - All the tanks and oil filled compartments shall be
tested for oil tightness by being completely filled with air/oil of a
viscosity not greater than that of insulating oil conforming to IS: 335 or
any equivalent International Standards at an ambient temperature and
subjected to a pressure equal to the normal pressure plus 35 KN/m2
(5lb/sq.in) measured at the base of the tank. This pressure shall be
maintained for a period not less than 10 minutes during which time no
leakage shall occur,
Transformer tank shall be checked for loss of vacuum test as per IS.
ii. Di-electric test on transformer oil.
iii. Checking for pre-shrinkages - The transformer will be dried out for 16
hours at temperature between 80 to 100 0 C. The active parts shall be
tightened and height of assembled unit shall be measured. The difference
between two measurements shall not be less than two percent as
compared to height measured at normal temperature.
iv. Measurement of magnetizing current at low voltage i.e. 440V.
27.4 Acceptance Test: - the Purchaser/Representative at the firm’s works shall
witness the following tests:
1. All the routine tests as mentioned in 27.3 on each and every offered
transformer.
2. Further, the Purchaser’s Inspector reserves the right to carry out any
other test for acceptance of offered transformers as per relevant
specifications.
27.5 Inspection: All tests and inspection shall be carried out at the place of manufacture unless
otherwise specifically agreed upon by the manufacturer and Purchaser at the
time of purchase. The manufacturer shall offer the Inspector representing
the Purchaser all reasonable facilities without charges to satisfy him that the
material is being supplied in accordance with this specification. This will
include Stage Inspection during manufacturing stage as well as Active Part
Inspection during acceptance tests.
The Purchaser has all the rights to conduct the test including type tests at his
own cost by an independent agency whenever there is dispute regarding the
quality of supply or interpretation of test results. In the event of failure of
transformers in such tests, the expenses incurred in testing and cost of
transformer etc. shall be to the Supplier’s account.
28. TEST REPORTS ON THE ANALYSIS OF RAW MATERIALS: 132
The tenderer shall indicate the source(s) of aw materials(s)
called for in
Schedule-VI
and enclose test certificates and report on the analysis of
electrolytic copper used for the winding and the steel used for core insulation
material as also bought out items from sub-suppliers.
The quality of material used in prototype transformer, which has passed the type
tests, shall be the same in all the ordered transformers. In case it is found that
inferior quality of material is used, the transformer shall not be accepted.
17. TECHNICAL SPECIFICATION FOR DISTRIBUTION TRANSFORMER
1.
2.
3.
SCOPE
This specification covers the technical requirements of design, manufacture,
testing at works, supply of 11 KV/433 volts, 50 HZ, 200 KVA outdoor type
distribution transformers complete with all accessories for efficient and troublefree operation.
STANDARDS
The equipment covered by this specification shall, unless otherwise stated, be
designed, constructed and tested in accordance with latest revisions of relevant
Indian Standards and shall confirm to the Regulations of local Statutory
Authorities.
IS: 2026 Power transformers
IS: 10028 Code of practice for selection, installation and maintenance
of transformers.
IS: 2099 Bushings for alternating voltage above 1000V.
IS: 3637 Gas operated relays.
IS: 4257 Dimensions for clamping arrangements for porcelain
transformer bushings.
IS: 335 New insulating oils
IS: 6600 Guide for loading of oil immersed transformer.
IS: 3639 Fittings & accessories for power transformer
The transformer supplied shall satisfy all the requirements of Local Statutory
authorities and modifications if any required at site shall be carried out by the
supplier at his own cost.
GENERAL REQUIREMENTS
The transformer shall be of core type, 2 winding, 3 phase oil immersed having a
rating by natural air cooling and shall be suitable for outdoor installation. The
133
4.
transformer and all its accessories shall be capable of withstanding for 3 seconds
without damage in case of any external short circuit.
3.1 Voltage and Frequency Variations
Transformer shall operate without injurious heating on any Tap under
the following conditions provided increase in voltage is not accompanied by
reduction in frequency.
At rated KVA at any voltage within ± 10% of the rated voltage
At rated current at a voltage equal to 105% of the rated voltage.
A frequency variation of ± 3%.
3.2 Overloads
It shall be possible to operate the transformer satisfactorily upto overloads of
150% of the rated value in confirmation with the loading guide specified in
IS: 6600. There shall be no limitation imposed by bushings, tap changers,
auxiliary equipments to meet this requirement.
3.3 Rated Power and Temperature Rise
The transformer shall be capable of operating at rated power specified in the
technical schedule on a continuous basis and with the cooling classification
given at the most onerous simultaneous climatic conditions specified.
The temperature rises guaranteed shall not be exceeded when the transformer
is operated continuously at the rated power.
3.4 Rated Voltage and Tapping
The principal tapping rated voltage shall be as specified. The tapings shall
provide a variation in the transformation ratio without producing phase
displacement. All tapings shall be full power tapings.
The transformer shall be provided with OFF Load externally hand operated
switch with OFF load Tap sets for + 5% to -7.5 % in steps of 2.5% on HV
side so as to give constant voltage on LV side
3.5 Impedance Voltage and Short Circuit Impedance
The impedance voltage at principal tapings shall be 4%
3.6 Short Circuit Withstand Capability
The transformer shall be designed, and constructed to withstand short circuit
fault level of 50KA for 1 Sec without damaging the thermal and dynamic
effects of external short circuits between phases or between phase and
ground.
3.7 Insulation Levels
The insulation shall withstand the rated lightning impulse voltage and power
frequency withstand voltages.
3.8 Winding Insulation
The insulation class of winding shall be as per class F with temperature rise
restricted to class B insulation.
CONSTRUCTIONAL FEATURES
4.1 General
134
a) Screw, studs, nuts and bolts shall be hot dip galvanized. Exposed parts
shall be designed so that water cannot collect at any point.
b) Materials in contact with oil shall be such as not to contribute to the
formation of acid in oil.
c) All similar parts particularly the removable ones shall be interchangeable.
Porcelain shall not engage directly with hard interposed between the
porcelain and fittings. All porcelain clamping surface in contact with gaskets
shall be accurately grounded and free from glaze.
4.2
Core
a) The core shall be built up, interleaved with high grade, non-ageing, low
loss, high permeability, cold rolled grain oriented, silicon steel
laminations properly treated for core material.
b) The final core assembly shall be rigidly clamped to ensure adequate
mechanical strength and to prevent vibrations during operation.
c) The frame, clamps and core bolts shall be electrically insulated from the
core. Such insulation shall be capable of withstanding maximum
temperature existing in the core. For this purpose, class B or better
insulation shall be used. Core clamps shall be electrically connected to the
tank.
d) The core and windings shall be suitably braced to prevent displacement or
distortion during transportation or abnormal electrical conditions in
service.
e) The core shall be provided with lugs suitable for lifting the complete core
and coil assembly.
f) All metal parts of the transformer core assembly except individual core
laminations, core bolts and side-clamping plates shall be earthed. The
magnetic circuit shall be earthed to the clamping structure through one
removable core insulation test link only, placed in an accessible position
beneath an inspection opening provided in the main tank cover.
4.3 Windings
a) The coils shall be of high conductivity electrolytic aluminium conductor,
properly insulated and stacked.
b) Coil assembly shall be suitably supported between adjacent sections by
insulating spacers and barriers which shall be permanently secured in
place.
c) Windings shall not contain sharp bends which might damage the
insulation or produce high dielectric stresses.
d) Coils shall be so insulated that the effect of impulse and power frequency
voltage stresses are minimum.
135
5.
e) The transformer windings shall be connected in group of vector symbols
specified. All terminal and tap markings shall be in accordance with IS:
2026.
4.4 Bushings
All bushings shall conform to the requirements of the latest revision of IS:
2099. The bushing ratings, impulse withstand levels and creepage distance
shall be in accordance with the technical requirements attached.
All bushings shall be of porcelain and shall be sound, free from defects and
thoroughly vitrified. The glaze shall not depend upon insulation, shall be
smooth, hard, of a uniform shade of brown and shall cover completely all
exposed parts of the insulator.
CONSTRUCTIONAL FEATURES FOR OIL FILLED TRANSFORMERS
5.1 Tank
a) Tanks shall be of arc welded construction and fabricated from good
commercial grade low carbon steel of adequate thickness. All seams shall
be properly welded.
b) The tanks shall have sufficient strength to withstand the following
without any deformation.
I.
The tank together with core and oil can be lifted and transported
without damage or loss of oil .
II. Mechanical shock during transportation.
c) The tank cover shall be bolted into the tank with weatherproof hot oil
resistant, resilient gasket in between for complete oil tightness. Bushings,
turrets, holes and other devices, shall be designed to prevent any leakage
of
water into the tank or oil from the tank.
d) Tank cover shall not distort when lifted. Each tank shall be fitted with
inspection covers of ample size to give easy access to internal
connections of the bushings, current transformers, winding connections
and earth link for testing.
e) The design shall be such that the cover does not support the weight of the
core and windings.
f) Tank cover shall be fitted with pockets for oil temperature indicator
which shall be located in the position of maximum oil temperature at
maximum continuous rating.
g) The under-carriage of the transformer shall be provided with channels to
mount on existing double pole structure
h) Each tank shall be provided with following handling facilities capable of
lifting and / or moving the transformer complete and filled with oil.
i.
Lifting lugs of adequate capacity shall be provided on tank to lift
completely assembled transformer filled with oil.
ii.
Jacking pads in accessible position shall be provided to enable the
transformer to be raised or lowered.
136
iii.
Suitable haulage holes shall be provided to the complete
transformer.
Lifting handle shall be provided on the tank inspection covers.
I) Two numbers body earthing terminals capable of carrying maximum
system earth fault current for a duration of at least equal to the period for
which the main windings are designed shall be provided close to the base
of the tank at diagonally opposite positions.
j) Tank, tank cover, Cable Box, Marshalling Box and other associated
components on the transformers shall have electrical continuity for
earthing with suitable earthing clamp.
5.2 Explosion Vent
The explosion vent shall be of double diaphragm type. An explosion vent of
sufficient size shall be mounted on the tank to protect the tank from damage
and to control the explosion of oil during an internal fault. The explosion
vent shall be mounted such that pressure relief is not invalidated by the
operation of valves and it shall direct the oil downwards and away from tanks
and bushings. It shall be capable of maintaining the oil tightness of the
equipment under all conditions of normal service.
5.3 Conservator Tank
A conservator tank shall be mounted on the top above the highest
point of the oil circulating system of the transformer. It shall be of ample
capacity to accommodate the expansion and contraction of oil in the whole
system over the extreme possible temperature range.
The conservator oil outlet pipe shall be fixed above the base of the
conservator to form a sump to trap condensation and sludge. One end of the
conservator shall be fixed by bolts to enable the tank to be cleaned. Each
conservator shall be fitted with:
I.
At least one oil level indicator of direct reading prismatic glass type
visible from ground level. The oil level indicator shall be marked to
indicate the correct oil level.
II.
Oil filling hole with cover.
III.
The conservator tank shall be vented to atmosphere through a
weather proof-dehydrating breather with activated silica gel as
dehydrating agent.
5.4 Cooling Units
a)
The cooling unit shall consist of detachable type of radiators made of
pressed sheet steel of thickness not less than 1.0mm.
b)
Radiators shall be designed so that all painted surfaces can be
thoroughly cleaned by hand and subsequently painted inside by
suitable brushes. They shall be also so designed to avoid pockets in
which moisture, dust or sand may collect.
137
c)
Radiators shall withstand the pressure tests appropriate to the main
tank. They shall be also capable of withstanding without damage the
full vacuum associated with oil treatment.
d)
The radiators shall be provided with the following accessories.
I.
Bolted gasketed flanges connection at each point of
connection to the main tank.
II.
Air release plug on top.
III.
Oil drain plug at bottom at convenient level.
5.5 Transformer Oil
Insulating oil shall conform to IS: 335 and shall be suitable in all respects for
operating the transformer at the ratings and under conditions laid down in the
specification. The transformer shall be supplied with oil for first filling. An extra
10% of the total oil requirement shall be provided in non-returnable containers
suitable for outdoor storage.
5.6 Oil Temperature Indicator
a)
Thermometer pocket and sensing element with dial type thermometer
calibrated in degree Celsius, with a hard reset pointer to register the
highest temperature attained, shall be provided for indicating temperature
of the top layer oil in tank.
b)
The cover shall be equipped with a viewing aperture of adequate size
fitted with clear glass.
5.7 Breathers
a)
Each conservator of the transformers shall be provided with a silica gel
breather complete with oil seal and oil level indication window.
b)
Visual indication of the extent to which the silica gel has absorbed
moisture shall be provided. The unit must allow simple cleaning and
replacement of the desiccant and sealing oil without the use of tools, by
using wing nuts or similar forms of corrosion-resistant hand-tightening
devices.
c)
The breather shall be mounted at approximately 1000mm from bottom
level and connecting pipe to the main tank by means of brackets.
5.8 Valves
Each transformer shall be fitted with the following valves:
I.
One valve at the top and one valve at the bottom of the tank mounted
diagonally opposite to each other for connection to oil circulating and
filtering equipments. The lower valve shall also function as drain valve.
These valves shall be fitted with blank flanges.
II.
Oil sampling valves at top and bottom of the tank with flange.
III.
1 No. Air Release plug.
5.9 MARSHALLING BOX
a)
The box shall be mounted either on the transformer tank or on a separate
mounting frame with brackets and shall conform to IP:55 degree of
protection for the enclosure.
138
b)
6.
7.
This box shall contain all auxiliary devices except those mounted on the
transformer. The control terminals and connectors shall have suitable
current carrying conductors. A removable bottom gland plate shall be
furnished for cable entry. Cable glands and lugs shall also be provided.
2 Nos. brass stud brass to be provided on either side of the box for body
earthing. Stud type terminals shall be provided for terminating control
wires.
5.10 Cable Box
The LV cable box shall be of outdoor type sheet steel construction, selfsupporting, with all standard facilities including the body earth terminal. Cable
box shall be provided on LV side of the transformer and shall be suitable for
PVC aluminium conductor cables. It shall be air-insulated unit. HV side of the
transformer shall be suitable for porcelain bushings. Suitable stud bolt with three
no nuts shall be provided inside the cable brass box for cable armour with
necessary pad for connecting to the main earth bus.
TAP CHANGER
6.1 Off Circuit Tap Changing Gear
a)
The off- load tap changing gear shall be provided on the H.V. windings
for a variation of no load voltage as specified.
b)
It shall be operated by an external three-phase gang operated switch. The
operating shaft shall be brought out of the tank and provided with a hand
wheel so that it can be operated at a standing height from ground level. In
case of linear type tap changer switch, the operating handle should
conveniently be located on the tank body for ease of operation. The tap
switch should have locking facility.
c)
A visual tap changing indicator for the tapping shall be provided and
provision shall be made to padlock the handle in each tap position. The
arrangement shall be such that the padlock cannot be inserted unless
contacts are correctly engaged and suitable pad locking arrangement
shall also be provided.
d)
All contacts of the tapping shall be silver plated and held in position
under strong contact pressure so as to avoid constant pitting of any type
whatsoever. The tapping switches shall be provided with mechanical end
stops, which prevent movement beyond an end position.
ACCESSORIES
The following accessories in addition to specified earlier shall be provided as per
IS: 2026.
Rating plate
Terminal marking plate
Lifting lugs
Earthing terminals with lugs
Thermometer pocket
Jacking pads
139
Undercarriage fitted with ISMC-100 for mounting 0n Four pole str.
8. NOISE AND VIBRATION
Care shall be taken to ensure the design and manufacture so as to reduce
noise and vibration to the level of that obtained in good modern practice.
9.
PAINTING
All accessories and transformer tank shall be sand blasted and grounded to
produce a smooth, clean surface, free from scale, grease and rust.
After cleaning, the surfaces shall be given a phosphate coating followed by a
coat of high quality red oxide or yellow chromate primer.
The transformer shall be finished with two coats of synthetic enamel paint of
shade 631 of IS 5. The color will be furnished later by the purchaser
10.
TESTS
10.1 Factory Tests
a)
Complete tests shall be made at the manufacturer's plant to determine the
performance and operating characteristics of the assembled transformers,
and their respective accessories to determine whether or not the
guarantees have been met. Unless otherwise specified, all tests shall be
carried out in accordance with IS: 2026, and shall include the following.
10.2 Routine Tests
a)
Resistance measurement of all windings on the rated voltage connection
and on all taps.
b)
Ratio tests on the rated voltage connection and on taps.
c)
Polarity and phase relation tests.
d)
Impedance and load loss at rated current on the rated voltage connection
(principal tap) and on all the taps.
e)
No-load loss and current at rated voltage.
f)
Dielectric test.
g)
Power frequency withstand test.
h)
Insulation resistance tests on winding, auxiliary devices, core and tank
I
Test on tap changer
II
Mechanical Operation Test
III
Insulation test on auxiliary circuits
10.3 Type Tests
The Bidder shall furnish copies of type test certificates along with the Bid for
similar rating of transformer already conducted.
a)
Temperature rise test
b)
Zero phase sequence test at all taps.
c)
Audible sound level test.
d)
Impulse voltage withstand test.
e)
However the bidder to furnish the separate rate for above type test
individually as a unit rate.
Bidder shall furnish the calculations for current density, flux density, losses etc
in support of the design for the purchasers review.
-
140
18.
1
10.4 Other Tests - Acceptance test
a)
Pressure tests on the tank and cooling system.
b)
Operational tests to show the correct functioning of all devices associated
with the transformer.
All routine and acceptance tests shall be witnessed by the Purchaser's Engineer.
Purchaser is free to carry out stage inspection of the material / equipment at any
stage during fabrication/manufacture of the material to ascertain the quality and
design of the equipment. Copies of routine / acceptance test certification shall be
produced with the endorsement of inspecting authority to the purchaser before
effecting dispatch.
10.5 Drawings and Manual
The following drawings and manual shall be submitted for the Engineer's
approval after award of contract in quadruplicate.
a)
General arrangement of transformer showing
i.
Details of bushing including electrical and mechanical
characteristics.
ii.
Conservator with its supports.
iii.
Explosion vent.
iv.
Radiator with valves, air release and oil drain plugs.
v.
Marshalling box.
vi.
Disconnection chamber and cable box connection arrangement.
vii.
Marshalling box wiring diagram.
viii.
Rating & Diagram plate drawing.
ix.
Buchholz relay drawing
x.
Indicating meter & Gas & oil operated relay catalogue and test
details.
xi.
Indicating meter & cast oil operated relay.
b)
Manufacturing schedule and test schedule.
c)
Installation, operating and maintenance manual.
10.6 Transformer Losses
The Transformer shall be designed with no load & load losses to be restricted
to the values of losses as prescribed & accepted by MPPKVVCL.
Transformers with higher losses than MPPKVVCL recommended
losses shall not be accepted.
10.7 Installation
The transformer shall be installed as per the manufactures instruction manual
& shall conform to the requirements of IS 10028:1981 transformer & all other
accessories shall be handled carefully in its upright position as indicated on
the packing case.
TECHNICAL SPECIFICATION FOR 415 V OUT DOOR TYPE STREET
LIGHT CONTROL PANEL
SCOPE
141
This section covers the detailed requirements for design, supply, installation,
testing and commissioning of 415 Volts, 3 phase, 50 Hz 4 wire system,
street/ road light feeder panel for road lights to switching ON/ OFF function.
2
TYPE OF BOARD
The medium voltage panel shall comprise of the following type of
switchgears as specified. The panel shall be capable of fault withstand
capacity of 35 KA for duration of one second up to 150 Amp rating.
The Panel shall be metal enclosed, outdoor type having incoming,
sectionalisation and outgoing switchgears as specified. The design shall be
cubicle type. The degree of protection for enclosure shall be IP 55.
3
GENERAL CONSTRUCTION
The Panel shall be floor/ foundation mounted freestanding totally enclosed
and non-extensible type. The switchboard shall be dust & vermin proof with
lockable arrangement with degree of protection IP55 as per IS 2147 and shall
be suitable for the climate conditions as specified. The design shall include all
provisions for safety of operating and maintenance personnel. The general
construction shall conform to IS: 8623 for factory assembled switchboard.
The panel shall be equipped with space heater with thermostat.
3.1 CUBICLE TYPE PANEL
Outdoor type panel shall be fabricated out of CRCA sheet steel 2.5 mm thick with
double door arrangement out of 2 mm thk .Sheet and canopy on all four sides. Wherever
necessary, such sheet steel member shall be stiffened by angle iron framework. The
general arrangement shall be got approved before fabrication. Cable entries for various
feeders shall be from the bottom. All cable entries shall be through gland plates of 3 mm
thick. There shall be separate gland plate for each cable entry so that there will not be
dislocation of already wired circuit when new feeders are added. Cable entry plates shall
therefore be sectionalized.
3.2 INDICATOR LAMPS
On the incomer of L.T Panel, ON phase indicator LED type lamps shall be
provided suitable for operation on AC 230 Volts supply. Necessary filter G/Y/R/A shall
be provided depending upon the function. All lamps shall be protected by proper HRC
fuses
3.3 SMALL WIRING
All small wiring controls, indication etc. shall be with suitable stranded copper
conductor cables PVC insulated conforming to IS: 1554 Part 1. Wiring shall be suitably
protected within the switchboard. Runs of wires shall be neatly bunched and suitably
supported and clamped. Means shall be provided for easy identification of the wires.
Where wires are drawn through PVC conduits, the works shall conform to IS 732.
Identification ferrules shall be used at both ends of the wires. All control wiring meant
for external connection is to be brought out on terminal block. All wiring shall be
minimum 1.5 sq. mm and for CT circuits it shall be 4.00 sq. mm. Brass/ copper
thimbles, insulation tape etc. shall be provided at joints and terminations as required.
142
3.4 BUS BAR & BUS BAR CHAMBERS
3.4.1 BUS BAR AND CONNECTIONS
The bus bar shall be high conductivity Aluminium of IEC 228 grade and of adequate
section having current density not less than 0.8 Amp. / Sq. mm. Set of aluminium bus
bar shall be completed shrouded with acrylic sheet to avoid accidental touch. All
connections to individual circuits from the bus bar shall be with solid connections in
case current exceeds 63 Amp. All bus bars and connections shall be suitably sleeved
with PVC or suitably insulated in an approved manner. The bus bar temperature should
not exceed 85 degree C i.e. 35 degree C temperature rise over 50 degree C ambient. The
bus bar sizes should be furnished along with shop drawing for approval.
3.4.2 BUS BAR SUPPORTS AND ATTACHMENTS
Supports
Bus bar shall be firmly fixed on supports constructed from SMC (glass fibre reinforced
thermosetting plastic). The supports shall be sufficiently robust to effectively withstand
electro-mechanical stresses produced in the event of short circuit.
Connections to Bus Bars
The bolts and nuts used for connections to bus bars shall be of tinned forged brass or
galvanized iron. Suitable precaution shall be taken against heating due to bi-metallic
contact.
Further for tapping off connections from bus bars, VIR/PVC insulated wire may be used
up to current capacities up to 63 amps and for higher current capacities solid conductors/
strips suitably be insulated with PVC sleeves / tape as per requirement.
Clearances
The minimum clearances to be maintained for open and closed indoor air insulated bus
bars/ electrically non-exposed and working at system voltages up to 600 volts shall be as
follows:
Between ……………………………………………. Minimum Clearances
Phase to Earth………………………………………. 22 mm
Phase to Phase ……………………………………… 32 mm
Bus Bar Markings
The colours and letters (or symbols) for bus bars: Main bus bar connections and auxiliary wiring etc. shall conform to relevant Indian
Standard. A brief from IS 375-1963 (revised) is given below: For AC bus bars and Main connections
S.No.
1.
Bus Bar &
Main Connection
Three Phase
Colour
Red,
Letter/ Symbol
R, Y, B
Yellow,
Blue
2.
3.
4.
Single Phase
Neutral Connection
Connection to earth
Red
White
Green
143
R
N
G
PHASE SEQUENCE AND POLARITY
Bus bars and main connections, when marked shall be marked in accordance with the
following table to indicate the order in which the voltage in phases reach their maximum
values.
System
As indicated by
Phase sequence
Colour or letters
as indicated
Vectorially
Three Phase
Red, Yellow, Blue
R, Y, B
Single Phase
Red, Black
R, B
4 ARRANGEMENT OF BUS BAR & MAIN CONNECTIONS:
Bus bars and main connections, which are substantially in one plane, shall be arranged
in order given as follows: 4.1 A.C SYSTEM
The order of phase connections shall be Red, Yellow and Blue.
When the run of the conductors is horizontal, the red shall be on the top or on the left or
farthest away as viewed from the front.
When the run of the conductor is vertical, the red shall be on the left or farthest away as
viewed from the front.
When the system has a neutral connection in the same plane as the phase connections,
the neutral shall occupy an outer position.
Unless the neutral connections can be readily distinguished from the phase connections,
the order shall be red, yellow, blue and black.
4.2 TERMINATIONS
Incomer terminals shall be suitable for receiving cables.
4.3 MOULDED CASE CIRCUIT BREAKERS
Moulded case circuit breakers shall comply with IEC 60947.2 & 13947 part 2. They
shall have the voltage and current ratings of 440 Volt & 63 Amp. respectively whereas
short circuit breaking capacity and rated short – time withstand current should be as
indicated below.
The breaking capacity performance certificates shall be available for category A to the
above mentioned standards. The test shall be carried out under the breaking
performance during the ultimate breaking capacity (Icu), Ics rating=100% Icu.
Certificate for all the sequences (Sequence 1 mandatory) should be available.’
MCCB’s shall be of the independent manual closing air-break type, rated for an
uninterrupted duty.
Auxiliary facilities, including power closing and under voltage releases, shall be
provided as indicated.
Each MCCB shall have a facility for padlocking in the “ OFF” position.
Necessary set of cast resin type CT’s together with an ammeter and selector switch as
specified.
Necessary inter-connections to bus bars.
144
Necessary isolating plugs and sockets for front operated switches to enable withdrawing
the entire unit and replacing with another unit disconnecting the cable for maintenance
operation.
Each MCCB shall provide with a rotary operating mechanism.
4.4 CONTACTOR
3 Pole contactor of 32 Amp. Rating type AC-1 should conform to IEC 60947-4-1,IS
13947
Various parameters shall be as under: Insulation voltage—690 V
Impulse withstand voltage (Uimp)—8 KV
Shock resistance 10/5 gn
Shock pick up @85—110% of control voltage
Should drop @30—60% of control voltage
Operating time—15 to 35 ms
4.5 CURRENT TRANSFORMERS
Cast Resin current transformer shall be provided for main distribution boards
carrying current in excess of 32 amps wherever shown in drawing. All phases shall be
provided with current transformers of accuracy class 0.5 and suitable VA burden to
operate associated metering.
Current transformers shall be in accordance with IS 2705.
4.6 EARTHING
All components, frame etc shall be properly earthed.
GI earth bars of 25 x 5 mm shall be provided for the LT panel for the full length of
the panel and connected to the framework. Provisions shall be made for connection from
this earth bar to the main earthing bar on both sides of LT panel.
The Streetlight Control System will be auto controlled with a solar based real time clock
/Timer with the following features.
Switching of continuous load consisting of HPSV Lamps.
The system should have a provision for remote and local operation with a three-way
selector switch.
Brief detail of material requirement to be provided is as under: 4.7 PAINTING
All sheet steel shall undergo a process of degreasing, pickling in acid, cold rinsing,
phosphating, passivating and then sprayed with a high corrosive resistant primer. The
primer shall be baked in an oven. The finishing treatment shall be by application of two
coats of epoxy paint of approved colour and stoved.
5 TESTS AT MANUFACTURERS WORK
All routine tests specified in IS: 8623:1977 shall be carried out and test certificates
produced to the Engineer-in-charge. Typical type test certificate shall be furnished.
6 INSTALLATIONS AND COMMISIONING OF S L. PANEL
6.1 The installation work shall cover assembly of various sections of the panels, lining
up, grounding the units etc. In the case of multiple panel switchboards after connecting
up the bus bars etc. all joints shall be protected with necessary insulated shrouding. A
145
common earth bar as per IS specifications shall be run at the back of switch board
connecting all the sections for connection to frame earth system. All protections and
other small wirings for indication etc. shall be completed before calibration and
commissioning checks are commended. All equipments, meters etc. shall be mounted
and connected with appropriate wiring.
7 Testing and Commissioning
Commissioning checks and tests shall include all wiring checks and checking up of
connections. Primary/ Secondary injection tests for the relay adjustment/ setting shall be
done before commissioning in addition to routine meggar test. Checks and tests shall
include the following:
Operation checks and lubrication of all moving parts.
Interlock function checks.
Continuity checks of wiring, fuses etc. as required.
Insulation test: when measured with 500 V megger the insulation resistance shall not be
less than 100 mega ohms.
Trip test and protection gear test.
19. TECHNICAL SPECIFICATION OF 11 KV AND 33 KV PIN INSULATORS
SCOPE: This specification covers 11 KV and 33 KV Porcelain Pin insulators for use on 11
KV and 33 KV overhead power lines and substations.
STANDARD:
Except where they conflict with specific requirement in the specification, the Pin Insulator
shall comply with the Indian Standard Specification IS 731/1971 and its amendment from
time to time.
The insulator conforming to any other internationally accepted standard which ensures
equal or better quality than the above standard would also be acceptable.
Where the material is offered according to the international standards, an English version of
the
specifications shall be attached with the tender.
ATMOSPHERIC CONDITIONS:
The material offered shall be suitable for operating under the climatic conditions indicated
in General Terms and Conditions of this tender specification.
Tests for the purpose of this standard shall preferably be carried out under conditions of
temperature and humidity as specified in IS: 196 – 1966.
The thimble for 11 KV Pin Insulator should be suitable for use with Galvanized Steel Pins
conforming to reference S-165 of IS 2486 (Part II) of 1974 with shank length 150mm which
is provided with a small steelhead. Similarly, the thimble of 33 KV Pin Insulator should be
suitable for use with 33 KV Galvanized steel pins conforming to reference I-300-N- of fig.
6 with shank length of 150 mm and with large head of ISS-2486 (Part III) of 1974.
INSULATOR CHARACTERISTICS
The insulator shall have the electrical and mechanical characteristics, which are given
below: No Particulars
11 KV Pin Insulator 33 KV Pin Insulator
1
Highest system voltage
12 KV (rms)
36 KV (rms)
2
Wet power frequency withstand 35 KV (rms)
75 KV (rms)
voltage test for one minute
3
Visible discharge voltage
9 KV (rms)
27 KV (rms)
146
4
5
Power frequency puncture
Impulse withstand voltage
105 KV (rms)
75 KV (peak)
180 KV (rms)
170 KV (peak)
(In the above standards, power frequency voltage is expressed as peak values divided by 2
and impulse voltage is expressed as peak value).
The withstand and flashover voltage are referred to the reference atmospheric conditions.
Mechanical Loads
Minimum Failing Loads
i.
11 KV Pin Insulator
5 KN
ii
33 KV Pin Insulator
10 KN
CREEPAGE DISTANCE
The insulators shall have the following minimum creepage distance for a moderately
polluted atmosphere: i. 11 KV Pin Insulator
230 mm
ii. 33 KV Pin Insulator
580 mm
TESTS
The insulators shall comply with the following tests as per IS-731-1971.
TYPE TESTS
The following constitute the type tests: 1. Visual Examination
2. Verification of dimensions
3. Visible discharge tests
4. Impulse withstand voltage tests
5. Wet Power frequency withstand voltage test
6. Temperature cycle test
7. Mechanical failing load test
8. Puncture test
9. Porosity test
Type test certificates from recognized Govt. Lab for the tests carried out on prototype of
same specifications shall be enclosed with the tender.
ROUTINE TESTS
The following shall be carried out as routine tests: 1. Visual examination
2. Electrical routine tests
3. Mechanical routine tests
ACCEPTANCE TESTS:
The samples after withstood the routine tests shall be subjected to the following acceptance
tests in order indicated below:
1. Verification of dimensions
2. Temperature cycle test
3. Mechanical failing load test
4. Puncture test
5. Porosity test
Tolerance in insulator dimensions shall be as per the relevant Indian Standards.
MARKING
147
Each insulator shall be legibly and indelibly marked to shows the following:
 Name and trade mark of manufacturer
 Month and Year of manufacture
 Minimum failing load in Newton
 Country of manufacture.
Marking on porcelain shall be printed/engraved and shall be applied before firing.
PACKING
All insulators shall be packed in wooden crates suitable for easy but rough handling and
acceptable for rail and road transport.
STANDARDISATION OF DIMENSIONS OF TOP AND NECK OF 11 KV PIN
INSULATORS
Board is using preformed ties for binding conductor with the Pin Insulator instead of
conventional method of binding by aluminium, binding wire and tape. The design of the
preformed ties depends upon the dimensions of top and neck of 11 KV Pin Insulator.
Contractor must provide ties for binding purpose.
45 KN DISC INSULATOR
SCOPE
This specification covers Porcelain Disc Insulator for use on 11 KV and 33 KV overhead
power lines.
STANDARD
Except where they conflict with specific requirement in the specification, the Disc. Insulator
shall comply with the Indian Standard Specification IS 731/1971 and its amendment from
time to time.
The insulator conforming to any other internationally accepted standard which ensures
equal or better quality than the above standard would also be acceptable.
Where the material is offered according to the international standards, an English version of
the specification shall be attached with tender.
GENERAL REQUIREMENTS
The porcelain shall be sound, free from defects, thoroughly vitrified and smoothly glazed.
Unless otherwise specified, the glaze shall be brown in colour. The glaze shall cover all the
porcelain parts of the Insulator except those areas, which serve as supports during firing or
are left unglazed for the purpose of assembly.
The design of insulator 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 engage directly
with hard metal.
Cement used in the construction of the insulator shall not cause fracture by expansion or
loosening by contraction and proper care shall be taken to locate the individual parts
correctly during cementing. The cement shall not give rise to chemical reaction with metal
fittings and its thickness shall be as uniform as possible.
TYPE OF INSULATOR
The insulator shall be of type “B” according to its construction, which is defined
hereunder:Type “B”
An Insulator or an insulator unit in which the length of the shortest puncture path through
solid insulating material is less than half the length of the shortest flashover path through air
outside the insulator.
INSULATOR CHARACTERISTICS
The insulator shall have the electrical and mechanical characteristics which are given
below:148
The test voltage of insulator shall be as under: No.
Particulars
1
Highest system voltage
2
Wet power frequency/withstand voltage for one minute
3
Visible discharge voltage
4
Power frequency puncture withstand voltage
5
Impulse withstand voltage
Disc Insulator
12 KV (rms)
35 KV (rms)
9 KV (rms)
105 KV (rms)
75 KV (peak)
In this standard, power frequency voltage are expressed as peak values divided by 2 and
impulse voltage are expressed as peak values.
The withstand and flashover voltage are referred to the reference atmospheric conditions.
Minimum Failing Load:
45 KN
CREEPAGE DISTANCE : The insulator shall have minimum 230-mm Creepage distance
for a moderately polluted atmosphere.
TESTS
The insulators shall comply with the following tests as per IS 731-1971.
TYPE TESTS
The following constitute the type tests
1. Visual examination
2. Verification of dimensions
3. Visible discharge test
4. Impulse voltage withstand test
5. Wet power frequency withstand test
6. Temperature cycle test
7. Electro-Mechanical failing load test
8. Puncture test
9. Porosity test
10. Galvanizing test
The test certificates from recognized Govt. lab for the tests carried out on prototype of same
specifications shall be enclosed with the tender.
ROUTINE TESTS
1. Visual examination
2. Electrical Routine tests
3. Mechanical Routine tests
ACCEPTANCE TESTS
Acceptance of samples after having withstood the routine tests shall be subjected to the
following acceptance tests in the order indicated below: 1. Verification of dimensions
2. Temperature cycle test
3. Electro Mechanical failing load test
4. Puncture test
5. Porosity test
6.
Galvanizing test
Tolerance in insulator dimensions shall be as per the relevant Indian Standard.
MARKING
Each insulator shall be legibly and indelibly marked to show the followings:  Name and trade mark of manufacturer
 Month and year of manufacture
149
 Minimum failing load in Newton
 Country of manufacture
Marking of porcelain shall be printed / engraved and shall be applied before firing.
PACKING
All insulators shall be packed in wooden crates suitable for easy but rough handling and
acceptable for rail and road transport.
20.
TECHNICAL SPECIFICATIONS OF L.T. DISTRIBUTION
BOXES
The specification provides for design, manufacture, testing before dispatch, supply and
delivery of distribution boxes with three pole moulded case circuit breakers for protection
of distribution transformers and LT feeders.
The MCCBs provided in these boxes shall conform in all respects to the relevant IS: 2516
(Pt-I&II)/1977 and REC specification No.18/1981 (revised) or its latest revision as
applicable.
REQUIREMENT OF MCCBs: The moulded case circuit breakers should comprise of a
switching mechanism, an effective extinguishing device and a tripping unit contained in a
compact moulded case cover made of high strength, heat resistance and flame retardant
thermo-insulating materials. They should comprise of a spring assisted quick make/quick
break type independent manual trip free mechanism rendering it easy to manually operate
the MCCBs and capable of clearly indicating “TRIPPED”, “ON” AND “OFF” positions
from the position of the operating handle. The contact tips should be made of a suitable
alloy having high arc resistance and a long electrical and mechanical life needing no
replacement. The breakers should be designed with a common trip bar to break and make all
the three phase together even when fault occurs on any of the phases. The breakers should
provide protection against sustained overloads and short circuits through thermalmagnetic/fully magnetic releases. These MCCBs along with terminal blocks are intended to
be housed in the distribution boxes made out of sheet steel of 2mm gauge. The assembly of
the MCCBs and the terminal blocks should be compact, reliable from operation point of
view and safe to the operating personnel. As already mentioned earlier, the MCCBs should
be fully maintenance free
TECHNICAL PARTICULARS OF MCCBs: The LT MCCBs should have inverse
current/time characteristics suitable for protection of 200KVA 11/0.4KV Distribution
Transformers against sustained over-loads and short circuits for following operating
conditions:i
Rated Operating Voltage
3 Phase 415 Volts AC 50
cycles with neutral solidly
grounded system
ii
Standard rated current ratings for MCCBs to be used with different
sizes of transformers will be as follows:For 200KVA 11/0.4KV Dist. 315 Amps
Transformer
iii No. of Poles
3
iv
Duty
Un-interrupted
v
Maximum ambient temperature
47oC in shade
vi
Minimum ambient temperature
4oC in shade
vii Average altitude
A maximum of 1000 meter
viii Maximum humidity
Frequently
approaches
150
saturation point
TIME/CURRENT CHARACTERISTICS: The circuit breakers shall have time/current
characteristics suitable for following operating conditions :Multiple of normal current rating
Tripping time
1.1 times
After 4 hours
1.2 times
Less than 50 minutes
Multiple of normal current rating
1.3 times
1.4 times
2.5 times
6 times
12 times
Tripping time
Less than 30 minutes
Less than 10 minutes
Less than 1 minute
Less than 40 mili-seconds
Less than 40 mili-seconds
i)
Time/Current characteristic of the Circuit Breaker (MCCB) shall be tested
in accordance with Clause-7.7.2.3 (b) (2) of IS: 2516-(Pt-I&II) Sec.I/1977 and the
test shall be made with all the three phases loaded.
ii)
For time/current characteristic, the reference calibration temperature of the
MCCBs shall be 40oC and durance, if any; upto 50oC operating temperature in the
enclosure shall not exceed 10% of the value indicated above in Clause (I) above.
iii)The MCCBs shall be calibrated and adjusted in the factory itself for the desired
time/current characteristic
iv)
The MCCB should have the following maximum resetting time under
overload & short circuit conditions :Overload conditions
3 minutes
Short Circuit conditions
Instantaneous
RATED SHORT CIRCUIT BREAKING CAPACITY: The rated short circuit breaking
capacity of the MCCBs shall be as follows: Transformer rating(KVA)
Rated short circuit breaking capacity of
the breaker in Kilo-Amps
200 KVA
A minimum of 25 Kilo-Amps
The short circuit breaking capacity test as specified above shall be based on short circuit
tests carried out at 0.4 Power Factor (lagging). For the purpose of these tests, the following
operating sequence shall be followed: Break-3 minutes itnerval-Make-Break-3 minutes interval-Make-Break.
The Distribution Box shall be provided with two nos. 75x 40mm (ISIC) mounting channels
welded to the top sheet of the Box. The channel shall have 2 nos. holes (13mmx13mm) for
receiving bolts. With such top mounting facility, the Box can be mounted directly under the
base channels supporting the distribution transformer. The mounting holes shall be
maintained at fixed distance of 225 mm irrespective of box size so that necessary provision
of drilled holes can be done.
The Distribution Box shall house a Triple Pole Isolator of adequate ratings at incomer and
Triple pole MCCBs equal to numbers of outgoing feeder circuits on outgoing side. The
ratings of MCCB as incomer and numbers and ratings of MCCBs to be provided at out
going circuits are indicated hereunder:-
151
Light emission diodes shall be provided for all the outgoing phases to indicate the
availability of supply and when switched off due to tripping/manual operation of MCCBs to
indicate that the same is off. LED are to be provided inside the box.
Enclosures:
 The enclosure shall be made of 14 SWG (2mm) steel sheets and shall be suitable for
outdoor installation, conforming to IP-20 degree of protection as per IS: 2147/1962.
 The front door shall be having locking facility. The box should be provided with single
door in front and having internal locking arrangement with two keys. Extra padlock
arrangement shall also be provided. The latches provided inside the door, which are
locked in position by the keys, should be such that the door gets locked just by closing
(for opening the door, keys will then be required). The backside cover shall be screwed
type and should be fixed with 4 nos. 8mm size Allen screws at four corners.
 One box spinner of suitable size for the screw fitted in the box should be provided inside
the box with suitable clamps
 Neoprene rubber gasket shall be used on front door as well as back cover.
 Painting of Box
 All sheet steel surface of the box shall be thoroughly degreased and shall be followed by
antacid cleaning so as to produce smooth and clean surface free from scale grease and
dust. After cleaning, the surface shall be given phosphate coating followed by two coats
of anti rust paint primer (i.e. red zinc chrome primer). After which, 2 coats of synthetic
paint of light grey colour (no.631 as specified in Indian Standard 5 of 1961) shall be
applied on internal and external, surface of the steel structure of the box with a spray
gun. The box shall be baked in the oven so as to give an elegant and durable finish to the
box.
 Leakage Proof: The box shall be vermin proof and weatherproof.
 The assembly, comprising of the enclosure, framework and the circuit breaker shall be
provided with earthing terminals readily accessible and of adequate size two earthing
studs of 12mm dia size shall be welded to the enclosure on either side as shown in the
drawing and shall be provided with locking nuts and washers. All the nuts, bolts and
washers should be galvanized iron. The earthing terminal shall be clearly marked.
 Four nos. drainpipes of ½” diameter shall be welded at the bottom of the box at Four
Corners. The bottom plate shall be centrally bent to provide slope for drainage of water
through the drain pipes.
 Ventilation louvers with wire mesh shall be provided on both the sides as per
requirements. In addition to this, louvers with wire mesh of suitable sizes and numbers
also required on backside cover of box. Detailed drawing showing size of openings and
size of brass mesh shall be submitted by the bidder for approval prior to manufacture.
 Danger Board: Specifications are shown in Technical Specifications of the package.
 Knock-out Holes:
Knockout holes for incoming and outgoing cables will be provided. The holes shall be
suitable to accommodate single core aluminium conductor LT cable of appropriate size.
These holes should be provided direct contact with and gets out by the metal edges.
The holes should be in alignment with the terminals of incomer and outgoing MCCBs
so that the cable may be directly crimped with lugs. Bending of cable inside the box for
terminal connection should not be required.
BUS BAR AND CABLING:
iv) The incoming single core cable shall enter from backside (top) of the enclosure. All
outgoing cables shall enter from the sides of the enclosures.
152
v) Electrolytic grade aluminium shall be used for bus bar and links used interconnection of incoming and outgoing MCCBs. The minimum size acceptable are as
follows :vi) Bimetallic / suitable connectors are required for connecting the MCCBs terminals to
Bus Bar
BUS BAR DETAILS
[All dimensions are in mm]
Item
Main
Bus Feeder
Bar size
Bar size
200KVA
Dist.Box
10x50
5x30
or 6x25
Neutral
Bar
Size
10x50
Remarks
The sizes of main bus and
feeder
can
suitably
changed
for
carrying
capacity upto 2.5 times of
the respective MCCB.
Neutral bus may be
provided separately at the
backside
maintaining
proper clearance duly
isolated from body of
Distribution Box through
cotton impregnated hylem
sheet of 10mm thick.
vii) The Bus Bar/Links shall be covered with casting of through setting compound to
avoid possibility of shorting due to movement of lizards’ etc.
viii) All the bolts used in the bus bar joints shall be provided with check nuts in
addition to spring washers. The size of nut bolts connecting the busses to other
bus etc. should be such that the clearance between phase to phase or phase to
neutral should not be less than prescribed limit.
ix)
Crimping type aluminium lugs of suitable size shall be used for all incoming and
outgoing cable connection. The size of cable used for incoming and outgoing for
various boxes are as follows
Transformer Incoming
Outgoing
capacity
200 KVA
2X300, 3.5 C Sq.mm
3.5CX 150 Sq.mm (4 ckt)
x) All bus bar shall be secured by DMC/SMC, (Fibreglass reinforced polystyrene)
support depending upto their design and arrangements of bus bars. The support
shall have anti tracking barriers between phases.
xi) The minimum clearance of 25mm between phases and 20mm between phase and
Neutral/Earth shall be maintained for the bus bars.
xii) DMC/SMC moulded cable support shall (fixed on sides of enclosures) have
holes of sizes to suit incoming and outgoing cable of recommended size.
TESTS & TEST CERTIFICATE: The type test certificates from reputed national level
laboratories for the distribution box complete with suitable MCCBs (as indicated in
technical specification) for incoming and outgoing feeders giving the results of sample tests
as per relevant BSS/ISS indicated below are required to be submitted along with the lot
153
offered for inspection before despatch for approval in support of compliance of material to
the specification and quality. Make of the MCCBs to be used should be indicated in the
offer. Acceptable make of MCCBs are L&T, Siemens, Crompton Greaves, and Alstom.
(a)
Type test for Distribution Box as per BS 214/1959.
(b)
All type & routine tests, except the Short Circuit Breaking Capacity Test
shall be carried out on the MCCBs in accordance with IS:2516(Pt-I&II
Sec.I)/1977 or its latest modification. The short circuit breaking capacity test
shall be carried out.
(c)
Test Certificate in respect of Type Tests, from standard testing laboratory
like C.P.R.I. etc. should invariably be furnished in support of the quality.
GENERAL:
(i)
The boxes shall be strictly as per technical specification and drawings which
are to be submitted by the bidder and approved by the MBSEB before taking
up the manufacturing.
The specifications of Distribution boxes are detailed below:
Technical Specification Of LT Distribution Boxes for
200 KVA Ratings)
S.No.
Particulars
RATINGS
200 KVA
Design, Manufacture & Testing, Installation, commissioning of L.T.
1 SCOPE
Distribution Boxes
2 SYSTEM
AC 3 Phase 4 Wire 50 C/S
3 MATERIAL SHOULD BE SUITABLE IN THE WEATHER CONDITIONS AS BELOW:
a) Temperature Range
0o to 50oC
b) Relative Humidity
20% to Max. 100%
c) Altitude
0 to 1000 Meters
4 SYSTEM DETAILS
a) K.V.A.
Suitable for use with 200 KVA X’mer
b) Voltage
c) Frequency
Approximate full load
d)
90/140 A
current
e)
No. of Outgoing
Circuit per Phase
415 V AC
50 C/S
2 Nos.
5
APPLICABLE STANDARDS - AMENDED UPTO DATE
Switch Disconnector
IS:13947 (Pt-III)/1993
a)
(Isolator)
IS: 13947 (Pt-II)/1993. The MCCBs provided in these boxes shall
conform in all respects to the relevant IS: 2516 (Pt-I&II)/1977 and
b) L.T. MCCBs
REC specification No.18/1981 (revised) or its latest revision as
applicable.
c) Enclosure Box
IS:2147/1962
General Requirement
IS:4237/1982 & 8623 Part I/1993
d)
of LT Switchgears
6 MANUFACTURING One Triple Pole Switch Disconnector of 450 A rating on Incoming
/ CONTRUCTIONAL side with 6 nos. single pole MCCB (nominal rating 160 Amps, O/L
DETAILS
Current setting (150 Amps) on outgoing side along with necessary
154
S.No.
Technical Specification Of LT Distribution Boxes for
200 KVA Ratings)
Particulars
RATINGS
200 KVA
inter-connection with bus bar & links with other components as per
drawings enclosed
DETAILS OF INCOMING CURCUIT WITH TRIPLE POLE SWITCH DISCONNECTOR
(HANDLE SHOULD BE DETACHABLE)
a) Rated Insulation
Should be more than 660 volts AC
b) Utilization category
AC 23A
Rated Impulse
c)
12
withstand voltage (KV
Rated Thermal current
d)
450 A
(Amps)
Rated Operational
e)
450 Amps
current at 240V (Amp)
Short-withstand
f)
25 KA
current for one second
Rated Making
As per relevant clause of I No.13947 (Pt-III) i.e. 10 times of the rated
g) capacity at 415 VAC
operational current of S.D.
at 0.45 P.F
Rated breaking
As per relevant clause of I No.13947 (Pt-III) i.e. 8 times of the rated
h) capacity 415 VAC at
operational current of S.D.
= 0.45 PF
Mechanical Endurance
i) (Operating Cycles)
As per relevant Clause of IS No.13947 (Pt-III)
(Nos.)
Electrical Endurance
j)
As per relevant Clause of IS No.13947 (Pt-III)
(Operating Cycles)
Cross Section of
terminal strips of
k) switch dis connector 50x10 Sq.mm
in incoming side &
outgoing side (Sq.mm)
Length of terminal on
80mm
l)
incoming side (in mm)
Length of terminal on
60mm
m)
outgoing side (in mm)
Material of the
terminal strips
Tinned Electrolytic Copper
n)
(incoming &
outgoing)
Length of Operating Switch Disconnector should be front operated & length should be at
o) Handle and position of least 80mm
handle
Body Material of
p)
Body of the Switch Disconnector should be made of DMC compound
Switch Disconnector
7
155
Technical Specification Of LT Distribution Boxes for
200 KVA Ratings)
S.No.
Particulars
RATINGS
200 KVA
The Switch Disconnector, to be used in the Distribution Box should
Applicable ISS for
be type tested as per IS: 13947-III)/1993 for Seq. I, II & III. The type
q)
type test
test should have been conducted by CPRI/EREDA only. Type Test
report is to be submitted.
Note: Triple Pole Switch Disconnector to be used in Distribution Box, must possesses type test
design as per IS 13947 – III / 1993 for Seq. I, II & III.
OUTGOING CIRCUIT DETAILS SINGLE POLE MCCB SHALL BE PROVIDED AS
8
PER DETAILS GIVEN BELOW
No. of circuits on
a) Outgoing side per 2 Nos / Phase
phase
b) Nominal Current 100 Amps
Current setting
For 63 KVA-50/50 Amps for 100 KVA 95/95 Amps Two
c)
(Fixed overload) CKT/Phase
d) No. of Pole
Single Pole
Rated Short circuit
breaking capacity
e) in KA as per
5 KA at 0.4 PF (LAG)
IS:13947 (PartIII)/1993
The sequence of
f) operation for
As per Clause 8.3.4 of IS:13947(Pt-II)
MCCB
Utilization
g)
(A)
category
Power factor for
h)
0.4 (LAG)
short CKT Test
i) Colour of MCCB
Grey
Arrangement of
j) terminal strip of To be approved
MCCB
Projections of terminal strips of MCCB
k)
on:
i) Bus-bar
60mm
On out-going
ii)
80mm
(Cable side)
Size of terminal
l)
30 x 3 Sq.mm
strips
Material of the bus Continuous tinned copper strip from the point of contact
m)
bar strips
MCCB to be used in the distribution box must be type tested for SeqDetails of Type
n)
I, Seq-II & Seq.III as per IS:13947 (Pt-II)/1993 done by CPRI
tests for MCCB
Bhopal, Bangalore or EREDA
o)
Type of MCCBs Thermo magnetic/Fully magnetic
156
Technical Specification Of LT Distribution Boxes for
200 KVA Ratings)
S.No.
Particulars
RATINGS
200 KVA
THE LT MCCB SHALL HAVE THE TIME CURRENT CHARACTERISTICS AS
p)
INDICATED BELOW:
SETTING
TRIPPING TIME
1.05 More than 2.5 Hrs.
0.2
More than 10 Minutes & less than 2 Hrs.
1.3
Less than 30 Minutes
1.4
Less than 10 Minutes
2.5
Less than 1 Minute
4
Not less than 2 seconds
6
Less than 5 seconds
12
Instantaneous (less than 40 Milliseconds)
For the above time current characteristics the reference calibration temperature of the breaker
should be 40 degree Variation, if any upto 50oC. The operating time, shall not exceed 10% of the
current setting indicated above.
Note: Single Pole MCCB shall possesses Type Test report of Sequence-I, II & III as per IS:13945
Pt-II.
9 DETAILS OF BUS BAR & LINKS
Electrolytic tinned copper. All bus bar should be made of single strip
a) Material
without joint, burrs and properly drilled.
b) Size of main Bus bar 30 x 3 Sq.mm
c) Size inter-link
30x3 Sq.mm
PVC Insulation of standard Colour code I.e. Red, Yellow, Blue for R,
Insulations over the
d)
Y & B Phase
Bus bar & links
Minimum Clearance
between Bus bar Box
As per IS:4237 amended up-to-date
e) and terminals of
Switch Disconnector
& MCCBs
10 ENCLOSURES
i) Size
(1000x1100x350mm)
ii) Material
CR/MS Sheet
iii) Thickness
2mm
Arrangement for Pad
iv)
Arrangement to be provided for pad lock
lock
Auto lock is to be provided in such & manner that the cover of the
Weather Auto lock is
box cannot be left open and it gets latched automatically when closed
v) to be provided on front
manually. Latch should be provided with master key for opening of
of door
the door
vi) Slopping of Roof
Slopping with 5 degree on back side
An aluminium sheet 2 mm thick engraved with " Station
vii) Front door of the Box
Transformer DP – APDRP Project”
157
Technical Specification Of LT Distribution Boxes for
200 KVA Ratings)
S.No.
Particulars
RATINGS
200 KVA
Size of Bottom plate
11
3 mm dia holes in the plate
perforated
Thickness of Bottom
i)
4 mm of non magnetic material
Plate
Material of the Bottom
ii)
Perforated non magnetic material sheet
Plate
Fixing Arrangement of
iii)
Should be detachable
the Bottom Plate
iv)
Knock out Holes in
the Bottom plate
v)
Additional supports of
the bottom plate
3 Nos. holes with double compression brass glands suitable for the
required size of cable and 2 Nos additional holes of same size with 2
mm thick MS sheet of suitable width to be provided with suitable
hardware to plug the additional holes.
2mm thick perforated sheet
Bottom cleat of 45x110x3mm thick sheet to be provided below the
vi) Bottom Cleats of Box box on both side, so that box does not come in direct contact with
ground when stored
Air Circulation&
vii)
Both side louvers with wire mesh, vermin proof ventilation
Clearance in the Box
Clearance between the
terminals of bus bar
Creepage should be as per IS:4237
viii)
switch Disconnector
and MCCB
Instructions to
Instruction printed in Hindi to be provided as per drawing No.03(B)
x)
Lineman
in side each box
To be provided as per specifications detailed in technical
Danger Board
specifications. each box must have identification plate on the front
x)
Identification Plate
cover a) MPSEB, b) Rating Box, c) Serial No., d) Name of firm and
e) APDRP Work
xi) Hinges
To be approved
Other parts such as
All Nut, Bolts & Washers used in current carrying parts should be of
xii) Nuts, Bolts & Washers
good quality stainless steel
etc.
12 EARTHING BOLTS
a) Required No.
Two (One on each side)
b) Fixing
12 mm diameter bolts are to be fixed by welding on both the sides.
c) Size
12 mm diameter
One spring washer and two plain washers should be provided on the
d) Others
earthing bolt
PAINTING & FIXING ARRANGEMENT
13
FOR BOX
158
Technical Specification Of LT Distribution Boxes for
200 KVA Ratings)
S.No.
Particulars
RATINGS
200 KVA
a) Process No.
5 Tank process
b) Painting
c)
d)
14
With synthetic enamel paint of good quality
Colour (outside)
(inside)
Grey White
Fixing Arrangement
for box
The Distribution Box shall be provided with two nos. 75x 40mm
(ISIC) mounting channels welded to the top sheet of the Box. The
channel shall have 2 nos. holes (13mmx13mm) for receiving bolts.
With such top mounting facility, the Box can be mounted directly
under the base channels supporting the distribution transformer. The
mounting holes shall be maintained at fixed distance of 225 mm
irrespective of box size so that necessary provision of drilled holes
can be done.
NETURAL BUS BAR
a) Size
b) Fixing
c) Lugs
LUGS ON
INCOMING AND
OUTGOING
TERMINALS
15
a)
Size of Incoming side
cable
b)
Size of Outgoing cable
& lugs
16
CABLE HOLDING
CLAMP
17
OTHER
REQUIREMENTS
50 x10 sq.mm or equivalent
To be approved
Double hole bimetallic lugs adequate
Bimetallic lugs on incoming terminals of Cables to Switch
Disconnector and outgoing side from Single pole MCCB are
provided suitable for the required size of 3-1/2 core cable. The
bimetallic lugs should conform to IS:8337(e.g. clause 4.1.1, clause
4.1.3 and clause 4.2)
3.5 Core, 2X300 sq.mm
3.5 Core 150 sq.mm
Cable holding clamp be made of 2mm thick strip with 4mm base to
be provided on incoming side and outgoing side
There should be free circulation of Air between Switch Disconnector
bus bar & SP MCCB at back and front so that the inside temp. does
not exceed beyond permissible limits
A) IS:2147/1962 with latest amendments,
B) IP-20 IS:8623(Pt-II)/1993
APPLICABLE
STANDARDS FOR
BOX
19 TEST & TEST CERTIFICATE
(I) Type Test Certificate A) Temperature rise test as per IS:8623/Pt-I/93
NOTE
B) High Voltage Test should be done at 3.00 KV for one minute
C) Short time withstand current test on Distribution Box. For short
time current test the box should be subjected to a current of 5 KA for
1 Sec. For all the Ckt. Independently, after by passing the MCCBs.
Routine Test
(II)
Certificate
18
159
S.No.
Technical Specification Of LT Distribution Boxes for
200 KVA Ratings)
Particulars
RATINGS
200 KVA
A) Overall dimension, B) Insulation Resistance Test, C) H.V.
withstand test for 3.0KV for one minute, D) Operation test on MCCB
and S.D. separately
Each Distribution Box should be tested for the routine test as
indicated. The routine test report indicating S.No. must be submitted
with the offer at the time of inspection of the material
(III) ACCEPTANCE TEST ON COMPLETE BOX
With the established temperature rise as above the Distribution box
TIME CURENT
MCCB should be tested for time current characteristic at 1.05 and 1.2
IV) CHARACTERISTIC
times of over load release current setting and it should pass the
TEST
requirement given as per Clause-B(P)
INSTRUCTION FOR SUBMISSION OF TYPE TEST
20
CERTIFICATES
I) The type Test Certificate on the name of firm must be furnished along with the offer.
In case firm is supplying the materials for the first time, type testing shall be in their scope of
II)
work. No separate type testing charges shall be paid by MPSEB for their product.
21. SCADA SPECIFICATION FOR NEW 33/11 KV, SUB-STATION
S. No.
PARTICULAR OF EUIPMENT
SCADA PART A - SOFTWARE PORTION
1
Remote terminal unit
2
Multi Function Transducers
3
Contact multiplying relay
Unit
Case-1
QTY
No.
No.
No.
1
9
132
4
Heavy Duty Relays for CB Trip/Close
No.
27
5
6
7
8
Routers
LDMS
Printer
LDMS SOFTWARE
No.
No.
No.
No.
1
1
1
1
TOTAL AMOUNT FOR PART -A
SCADA PART -B- HARWARE EQUIPEMENTS
1
SCADA compatible Differential Relay (for 5 MVA X-mer)
No.
1
2
SCADA Compatible Numerical Relay
No.
9
3
Master Trip Relay
No.
9
4
Aux relay (30 v DC 4 NO + 4 NC)
No.
30
5
contractors
No.
25
6
Transformer Pressure Indicator (TPI)
No.
1
160
7
Winding temperature indicator (WTI)
No.
1
8
Oil Temperature indicator (OTI)
No.
1
9
10
Isolator Contacts
Control cable
No.
19
a 2 Core. 2.5 Sq.mm. (Unarmoured)
Km
0.75
b 4 Core. 2.5 Sq.mm. (Unarmoured)
Km
2.5
c 8 Core. 2.5 Sq.mm. (Unarmoured)
Km
0.3
TOTAL AMOUNT FOR PART -B
TOTAL (Part A+B)
TOTAL
22.
TECHNICAL SPECIFICATION FOR 11 KV EPOXY CAST DRY TYPE
SINGLE PHASE PTs
11 KV Single Phase Potential Transformer shall conform to IS-3156:92 with its latest
amendments if any.
Since epoxy resin are liable to weathering when exposed to atmosphere, the complete unit
shall be contained in a full weather proof outdoor pole mounting type steel tank with one
number of 11 KV weather proof porcelain bushing on the primary side for incoming
connections.
Secondary terminals of the potential transformers shall be brought-out on the side of the
tank to a separate terminal box. Box shall be made suitable for taking out secondary
connections through PVC Cables. Entry of the cables into the box of the unit shall be
through glands and check nuts to be supplied along with epoxy compound.
The transformer tank shall be given three coats of rust preventing paint and finished with
light gray no. 631-IS-S on all external surfaces. The tank shall be provided with lifting
hooks properly welded on the side or top cover plate of the tank.
The dimensions and electrical characteristics of the 11 KV bushing shall be in accordance
with IS: 2099 and its subsequent amendments, if any.
The minimum electrical clearance between phases and phase to earth shall be as per ISS.
The top of the tank will have slope to drain the rain water and avoid collecting pockets.
To prevent moisture entry in the bushing chamber, the nuts on the top of the stem would be
sealed with araldite. Further, the angular space between the stem and the bushing will be
filled with epoxy cast compound or with araldite to prevent ingress of moisture.
The insulating materials for winding between HV and LV between interlayer of the winding
for end turns shall be as per relevant ISS. However, end turns have to be provided with
enforced insulation and lead connecting to the bushing shall be provided extra insulation of
fibre glass sleeves.
Voltage rating, PT ratio, class of accuracy, burden of 11 KV Single Phase PTs shall be
engraved/painted on the body of main tank as well as on name plate.
The potential transformer will be connected phase to neutral with neutral point solidly
earthed. The neutral of the system is also solidly earthed.
161
The potential transformers shall be designed to limit the temperature of winding and other
parts as specified in the standards, when corrected for the difference between the temp.
prevailing at site and temperature specified by the standards. The temperature rise at 1.2
times rated primary voltage when applied continuously at rated frequency and at rated
burden shall not exceed the limits specified above and the temperature rise at 1.5 times rated
primary voltage when applied for 30 seconds starting from previous stable operating
conditions at the rated frequency and rated burden shall not exceed the above temperature
limits by more than 10°C.
TYPE TESTS
The Single Phase PT shall be type tested, as per IS-3156/1992 with latest amendment, if any
from CPRI or from any Govt. Standard Test Laboratories in India or from laboratories of
Inter National repute duly attested by competent testing authority. The type test comprises
of following:1. Temperature Rise Test
2. Lightning Impulse Test
3. Determination of errors or other characteristics according to requirement of the
appropriate designation or accuracy class.
4. HV Power frequency wet withstand voltage test.
ROUTINE TEST
Each 11 KV Single Phase PT shall be subject to routine tests in accordance with IS-3156
(with it latest amendment if any) at firm’s works and shall be witnessed in the presence of
owner’s representatives, if so, desired by the owner. The routine test comprises of
following: Verification of terminal marking and polarity test
 Power Frequency Dry withstand voltage test on Primary winding
 Induced over voltage withstand test
 Power Frequency Dry withstand test on Secondary winding
 Partial Discharge Tests in accordance with IS-11322/1985
 Determination of errors or other characteristics according to requirement of the
appropriate designation or accuracy class.
Routine tests indicating results of all the required tests should be submitted in duplicate by
the firm along with the inspection offer or with inspection report.
23.
TECHNICAL SPECIFICATION FOR 33 KV CURRENT TRANSFORMER
SCOPE: This specification covers design, manufacturing, testing at manufacturers works,
supply and delivery of 33 KV outdoor type epoxy moulded oil immersed, current
transformers for relaying and metering services in 33 KV solidly grounded system.
GENERAL REQUIREMENT: The current transformers shall be of outdoor, epoxy
moulded, single phase, 50 cycle, oil immersed design and suitable for operation in humid
atmospheres and in the tropical direct sun-light with temperature up to 50°C. They should
be suitable for use in areas subjected to heavy lightning storms. The CT should be suitable
for operation under the climatic conditions, prevailing in the State of Madhya Pradesh.
The CTs are required to be mounted on an out door structure in the switchyard. CTs will
therefore, have suitable mounting holes at the base channel, for clamping it on the structure.
This specification does not cover supply of mounting structures for the CTs.
The current transformers shall have the following specification:i
Nominal System Voltage
33 KV
162
ii
iii
iv
Highest System Voltage
Frequency
Earthing of the System
v
vi
vii
viii
ix
x
xi
Insulation Level
Short Circuit Level
Minimum one second short time current rating
One Minute Power Frequency withstand Voltage
Minimum creepage distance
Rated Secondary Current
No. of cores (with the following accuracies)
S.No.
Particular
Core-I
i
Purpose
Relaying/ Protection
ii
Rated Output
30 VA
iii
Accuracy Class 5 P 10
Tank Sheet Thickness
Transformation Ratio
xii
xiii
36 KV
50 Cycles
Effectively
grounded
170 KV
1000 MVA
18.4 KA
70 KV
900 mm
5 Amps
2
Core-II
Metering
30 VA
1.0
Minimum 3 mm
200-100/5-5A and
300-150/5-5 A
DESIGN: As stated, the 33 KV CTs shall be oil immersed epoxy moulded type. Thus, the
CT cores after providing insulation shall be moulded in epoxy compound and thereafter
shall be housed in the steel tank. Thickness of steel tank sheet shall be more than 3 mm.
Complete process of manufacturing shall be clearly described in the offer by the tenderer.
STANDARDS: The current transformers shall comply with the latest issue of Indian
Standard 2705 (Part-I, II, III & IV) or IEC-185 with latest amendment thereof.
GENERAL: The current transformers shall be outdoor single phase, epoxy moulded oil
immersed type suitable for the services indicated, complete in all respect conforming to the
modern practices of design and manufacturing.
The core shall be of high grade, non-ageing electrical silicon laminated steel of low
hysterics loss and high permeability to ensure high accuracy at both normal and over
currents.
Current transformers shall be sealed properly to eliminate and prevent air and moisture from
entering the tank. These shall be provided with oil level gauge and shall be provided with a
pressure relieving device capable of releasing abnormal internal pressures. Design and
manufacturing of mounting of pressure release device and oil level gauge should clearly be
described with the help of suitable drawings.
The maximum temperature attained by any part of the equipment, when in service, under
continuous full load conditions and exposed to direct rays of sun, shall not exceed 45°C
above ambient.
The primary winding, terminals, terminal connectors etc. are required to be designed
considering the continuous over loading of 25%. For the 25% continuous over loading, the
ratio and phase angle error shall be maintained within the specified limit applicable for
normal loading conditions. Further, temperature rise for 125% loading shall be within the
permissible limits specified in the relevant IS.
WINDINGS: The current transformer core to be used for metering and instrumentation
shall be of accuracy class specified above. The primary winding shall be designed
considering current density not exceeding 1.5 Amps/sq. mm. The saturation factor of this
163
core shall be low enough not to cause any damage to measuring instruments in the event of
maximum short circuit current.
Current transformer cores to be used for protective relaying purposes shall be of accuracy
class specified or appropriate class suitable for over current protection. The cores shall be
designed for a minimum saturation factor of 10 for the highest setting. The magnetization
curves for these cores shall be furnished with the tender.
The rating of the secondary windings shall be 5 Ampere. The secondary terminals shall be
brought out in a compartment on side of current transformer for easy access. The secondary
terminals shall be provided with short circuiting arrangement. The secondary taps shall be
adequately re-inforced to with-stand normal handling, without damage.
INSULATION: The quantity of insulating oil for first filling in each current transformer
and the complete specification of the oil shall be stated in the tender. The oil should be
preferably of improved EHV grade type.
The current transformers shall be single phase, multi-core, separately mounted, free
standing type for outdoor installation.
The insulators shall be prepared from wet process porcelain with arrangement for sealing
hermetically to the metallic tank containing the core and the secondary winding.
The primary terminals of current transformer shall be of non-ferrous corrosion-proof
material and shall be provided with suitable terminal connectors to receive ACSR Dog
conductors. Complete design of terminal connector together with aluminium alloy
composition, as per the requirement of IS, shall be decided by the Board at the time of
drawing approval after placement of order and the agency will have to ensure compliance of
the same at no extra cost. Further, the terminal connectors are to be made by gravity diecasing process.
Secondary terminals shall be brought to a suitable weather proof sheet meal terminal box
for termination of multi-core armoured cable (as per IS-2147).
The terminals of primary and secondary winding shall be clearly marked according to
relevant standards.
INSULATION
WITHSTAND
CHARACTERISTICS:
Insulation
withstands
characteristics shall be as per IS 2705 and as shown in the table below :Nominal system
Highest system
Lightning Impulse Power Frequency
voltage
voltage
withstand voltage
withstand voltage
(for 1 minute)
33 KV (rms)
36 KV (rms)
170 KV (peak)
70 KV (rms)
All exposed ferrous parts shall be hot dip galvanized conforming to IS : 2633.
For the secondary connections, threaded stud terminals shall be provided.
Change in CT ratio will be obtained by providing tapings in the secondary windings, while
the primary will have only one winding.
The tenderer should note that the CTs are required only of outdoor type having porcelain
shell, duly epoxy moulded type. Compound filled CTs are not required. Further, CTs with
live tank design or inverted type are not acceptable.
TYPE OF MOUNTING: The 33 KV CTs shall be mounted on CT bracket, provided on 33
KV circuit breaker’s structure.
TERMINAL CONNECTORS: The terminal connectors suitable for ACSR Dog
Conductor and for horizontal take off shall be supplied. Suitable terminal earth connectors
for earthing connection shall also be supplied. The design of clamp shall be subject to our
approval.
164
STUDS: The length of stud available for clamping of terminal connector shall be 80 mm.
Minimum 2 nuts with a check nut and washer should be provided on upper side of stud. The
minimum size of stud should be 12 mm for 200-100/5-5 Amps and 16 mm for 300-150/5-5
Amps CTs. Further, the primary studs shall be so designed as to have current carrying
capacity at least 1.5 times that of the primary winding.
BUSHING: The basic insulation level of the bushing shall be as specified and porcelain
shall be homogeneous and free from cavities and other flaws. This shall be so designed as to
have ample insulation and mechanical strength. All insulators of identical ratings shall be
interchangeable. The insulators shall be type tested from any independent Govt. Lab., as per
relevant standard.
TESTS PARAMETERS
1.
Short time Cu
comply wit
short time c
a.
Thermal Rating
CTs for the
b.
Dynamic Ratin
can withs
mechanicall
not be less t
c.
Temperature R
when carry
current, at
exceed 45°C
TESTS: The outdoor type CTs shall be subjected to the following tests as per IS-2705 of
1992 with latest amendment thereof and the test certificates should be submitted for
approval to the owner.
TYPE TEST:
 Short Time Current Tests
 Temperature Rise Test
 Lightning Impulse Test
 High Voltage Power Frequency wet withstand Voltage Tests
 Determination of errors according to the requirements of the appropriate
accuracy class.
Copy of the Test certificates for the above tests must be furnished along with drawings of
type tested CTs duly authenticated by the type testing authority. The type Test Certificates
should be from independent Govt. Laboratory. The above tests must have been conducted
on the CT during the last 5 years from the date of opening of the bids and not earlier to than
that.
In case of any change in design/type of CT already type tested and the one offered against
this specification, the owner reserves the right to demand repetition of tests, without
payment of any charges by the owner.
ROUTINE TESTS
The following shall constitute the routine tests :165





Verification of terminal markings and polarity
Power frequency dry withstand tests on primary winding
Power frequency dry withstand tests on secondary windings
Over-Voltage inter-turn test
Determination of errors according to the requirements of the appropriate
accuracy class
Each current transformer shall be subjected to routine tests, as specified in Indian Standard
2705, in the presence of owner’s representative, if so desired by the owner. All test reports
should be submitted and should be got approved from the owner before despatch of the
equipment.
tests for chemical, mechanical, galvanizing tests as per IS-280-1979, IS: 1521-1972,
IS1755-1961, IS: 6745-1972 & 4826-1979 be encrusted. Test certificate towards, chemical
composition (as per S>No.1 above) shall be submitted for each lot offered for inspection.
The below said tests shall be conducted in presence of Board’s representative deputed for
this at firm’s works & cost.
Vital Physical inspection and measurement of specified dimensions.
Coating test as per IS-1755-1961, IS: 2629-1966, IS: 2633-1972, IS: 4826-1969 & 1979 –
IS: 6745-1972.
Adhesion test as per IS: 1755-1961, IS: 2629-1966, IS: 2633-1972, IS: 4826-1969 & 1979 –
IS: 6745-1972.Tensile strength and breaking load and elongation determined as per IS
1521-1972 with up to date amendments.
PACKING - Packing shall be as per IS 280-1979 (Col.3.1) and each coil between 50-100
Kegs.
24.
TECHNICAL SPECIFICATION FOR 11 kV & 33 kV MS CROSS-ARMS
OF OVERHEAD POWER LINES
1.0 ‘V’ SHAPE M.S. CROSS ARM WITH CLAMPS
1.1 X-arms shall be made out of 100 x 50 x 6 mm and 75 x 40 x 6 mm M.S.
Channel for 33KV and 75x40X6mm for 11KV.
1.2 The cross arm shall be hot dipped galvanized generally conforming to IS –
2633/72.
1.3 The X-arm should not be welded/ jointed at any place except as specified.
1.4 The clamps for the X-arm shall be of G.I. & shall be hot dipped galvanized
generally conforming to IS – 2633/72.
1.5 The clamps shall be designed to fit for the specified rail & PSC poles.
2.0 Shape & Size
2.1 The cross arms shall be of MS channel.
2.2 The cross arms shall have two holes of 22 mm dia (for 11kV line) and 26
mm dia (for 33kV line) for fixing of pin insulators. The centre-to-centre
distance between the holes shall be 1070 mm (for 11kV) and 1525 mm (for
33kV) and holes shall be in the middle of the top width of cross arm.
2.3 If required by the owner, holes of specified size and spacing shall also be
provided for fixing of pole back clamp to suit the pole.
3.0 Marking
The following information shall be marked on each cross arm:
a) Manufacturer’s name or trademark.
b) Year of manufacture
166
25.
TECHNICAL SPECIFICATION FOR 11/33 kV NOMINAL VOLTAGE HT
XLPE POWER CABLES
1. SCOPE:
The specification covers design, manufacture, shop testing, packing and delivery of 11 &
33 kV, multi core, cross linked polyethylene insulated power cables. These cables shall
be suitable for the 3 phase AC-50 Hz system with the nominal voltage of 11/33 kV which
may reach maximum of 12/36 kV respectively. These cables shall primarily be designed
for effectively earthed neutral system.
2. SERVICE CONDITIONS:
Equipment to be supplied against this specification shall be suitable for
satisfactory continuous operation under the following tropical conditions.
2.1 Maximum ambient temperature (deg C) 50
2.2 Maximum temperature in shade (deg C) 45
2.3 Minimum temperature in air (deg C) in shade 3.5
2.4 Relative Humidity (%) 10 to 100
2.5 Maximum annual Rainfall (mm) 1450
2.6 Maximum Wind Pressure (kg/mm2) 150
2.7 Maximum altitude above mean sea level (Meters) 1000
2.8 Isoceraunic level (days/year) 50
2.9 Seismic level (Horizontal acceleration) 0.3 g.
2.10 Moderately hot and humid tropical climate, conducive to rust and
fungus growth.
3. STANDARDS:
Unless otherwise specified elsewhere in this specification, the rating as well as
performance and testing of the HT XLPE power cables shall conform to the latest
revisions available at the time of placement of order of all the relevant standards
4. GENERAL TECHNICAL REQUIREMENTS:
4.1
6.35/11 kV , 19/33 kV earthed, multi core power cables shall normally be with
stranded compacted H2/H4 grade aluminium conductor as per IS: 8130 - 1984, provided
with conductor screening (of extruded semi-conducting cross link material) and shall be
insulated with XLPE of natural colour. Identification of cores shall be by colour, as per
provision of clause 13.1 of IS: 7098 (Part 2) - 1985. The insulation (XLPE) screening
shall be provided consisting of extruded semi-conducting cross link material in
combination with a metallic layer of copper tapes. Three such screened cores shall be laid
up together with fillers and/or binder tapes where necessary and provided with extruded
inner sheathing of heat resistant PVC conforming to type ST-2 of IS: 5831 - 1984.
Maximum continuous operating temperature shall be 90 deg C under normal operation
and 250 deg C under short circuit condition.
Armouring shall be provided consisting of single galvanized round steel wires (In case of
Single core cable armouring shall be of Non-magnetic material) conforming to IS: 3975 1988 (amended upto date) and over the armouring a tough outer sheath of PVC
compound shall be extruded. The PVC compound for the outer sheath shall conform to
type ST-2 of IS: 5831 - 1984 (amended upto date). The colour of the outer sheath shall be
black. The cable shall be manufactured strictly conforming to IS:7098 (Part 2) - 1985
amended upto date and shall bear ISI mark.
4.2
SEQUENTIAL MARKING OF LENGTH ON CABLE
167
Non erasable Sequential Marking of length shall be provided by embossing on outer
sheath of the cable for each meter length.
The quality of insulation should be good and insulation should not be deteriorated when
exposed to the climatic conditions.
4.2.1 DISCHARGE FREE CONSTRUCTION:
Inner conductor shielding, XLPE insulation and outer core shielding shall be extruded in
one operation by special process (viz. Triple Extrusion Process) to ensure that the
insulation is free from contamination and voids and perfect bonding of inner and outer
shielding with insulation is achieved. The bidders are requested to elaborate the
manufacturing technique adopted by their manufacturers to achieve this motive.
The Company will order the verification of triple extrusion process at manufacturer’s
works as a pre qualification if it is technically accepting the bid
During verification if it is found that the firm is not manufacturing the cable with triple
extrusion process the offer shall be rejected.
IV.3 CONTINUOUS A.C. CURRENT CAPACITY:
Conductor
sizes in
sq.mm.
Continuous a.c. current capacity in Amps.at
maximum conductor temp. of 90 deg .c.
11 kV
33 kV
When laid When laid When laid When laid
direct in
in air
direct in
in air
the ground
the ground
70 sq.mm
160
190
160
95 sq mm
190
230
190
120 sq mm
220
260
215
150 sq mm
245
295
240
185 sq mm
275
335
270
240 sq mm
315
395
310
300 sq mm
355
450
350
400 sq mm
400
520
395
Continuous a.c. current capacity shall be as per Table given below.
IV.4
190
230
265
300
340
400
455
530
SHORT CIRCUIT CURRENT
Short circuit current of 11 & 33 kV XLPE cable shall be as per
Table given below.
Duration of Area of Al. Short circuit
Short
Conductor current in kA
Circuit in
sec
T
A
I=0.094 x A/sq.rt
(t)
1
70 sq.mm
6.58
1
95 sq.mm
8.93
1
120 sq.mm 11.28
1
150 sq.mm 14.1
1
185 sq.mm. 17.39
168
1
1
1
1
1
240 sq.mm.
300 sq.mm.
400 sq.mm.
500 sq.mm
630 sq.mm
22.56
28.2
37.6
47
59.2
5. TESTS AND TESTING FACILITIES:
5.1 TYPE TESTS:
All the type tests in accordance with IS: 7098 (Part 2) - 1985, amended upto date, shall be
performed on cable samples drawn by purchaser..
Type tests are required to be carried out from the first lot of supply on a sample of any
one size of cable ordered for each voltage grade. In case facilities of any of the type tests
are not available at the works of the supplier, then such type test shall be carried out by
the supplier at the independent laboratory at the cost of supplier. Sample for the type test
will be drawn by the purchaser's representative and the type test will be witnessed by
him.
Supplier, however, can claim exemption from carrying out type test as above, provided
such type test were already conducted for M.P.S.E.B.) in the past within five years and
the test certificates thereof submitted to our C.E.(Dist) . Chief Engineer (Dist) may at his
option grant waival from carrying out type tests if the test certificates are acceptable .In
case of other Government recognized laboratories / Test House valid approved
Government certificate shall be enclosed alongwith test.
5.2 ROUTINE TESTS:
All the Routine tests as per IS:7098 (Part 2) - 1985 amended upto date shall be carried
out on each and every delivery length of cable. The result should be given in test report.
Partial discharge test must be carried out in a fully screened test cell. It is, therefore,
absolutely essential that the manufacturer should have the appropriate type of facility to
conduct this test which is routine test.
The details of facility available in the manufacturer's works in this connection should be
given in the bid.
5.3
ACCEPTANCE TESTS:
All Acceptance tests as per IS:7098 (Part 2) - 1985 as modified upto date including the
optional test as per clause no 18.4 and Flammability Test shall be carried out on sample
taken from the delivery lot.
5.4 SHORT CIRCUIT TEST:
The contractor shall also undertake to arrange for the short circuit test as a type test on
any one size of each voltage grade i.e. on one size of 11 kV, one size of 22 kV and one
size of 33 kV earthed grade shielded XLPE cables ordered at a recognized testing centre
such as Central Power Research Institute at Bangalore/ Bhopal at the cost of supplier. If
facilities for carrying out short circuit tests are available at the works of the supplier, and
provided the certification procedure is approved by the Purchaser, testing at the supplier's
works will be acceptable. Short Circuit test shall be witnessed by the purchaser's
representative.
169
5.4.1
The short circuit test shall be preceded and followed by the following tests
so as to ensure that the characteristics of the cable remain within the permissible limits
even after it is subjected to the required short circuit rating.
a) Partial Discharge Test.
b) Conductor Resistance Test.
c) High Voltage Test.
5.4.2 The manufactured cable will be acceptable only after such a sample test is
successfully carried out at CPRI or at suppliers works and approved by the Purchaser.
5.4.3 The contractor can however claim exemption from carrying out Short Circuit test
provided the S.C.Test was carried out by the supplier on same voltage grade for
M.P.S.E.B.) in the past within five years and the test certificates thereof submitted to our
C. E. (Dist.).Chief Engineer ( Dist.) may at his option grant waiver from carrying out
Short circuit test if the test certificates are acceptable.
5.5 TESTING FACILITIES
The supplier / tenderer shall clearly state as to what testing facilities are available in the
works of manufacturer and whether the facilities are adequate to carry out type, routine
and acceptance tests mentioned in specified IS. The facilities shall be provided by the
bidder to purchaser’s representative for witnessing the tests in the manufacturer’s works.
If any test cannot be carried out at manufacturer’s works reason should be clearly stated
in the tender.
6 PACKING AND MARKING:
6.1 IDENTIFICATION MARKS ON CABLE:
The following particulars shall be properly legible embossed on the cable sheath at the
intervals of not exceeding one meter throughout the length of the cable. The cables with
poor and illegible embossing shall be liable for rejection.
a) Manufactures name and/or Trade name.
b) Voltage grade.
c) Year of manufacture.
d) M.PS.E.B.
e)Successive Length.
f) Size of cable
g) ISI mark
6.2
The cable shall be supplied in continuous standard length of 250 running meters
with plus minus 5% tolerance wound on non-returnable wooden drum of good quality
and non-standard lengths not less than 100 meters upto 5% of the ordered quantity shall
be accepted. Alternately cable can be supplied wound on non-returnable steel drum
without any extra cost to the purchaser. Packing and marking shall be as per clause No.
21 of IS:7098 (Part 2) - 1985 amended up to date.
6.3
Supplier should provide statistical data regarding cables of all sizes viz.1) Weight of one meter of finished product of cable of various sizes and
ratings.
170
2) Weight of one meter of bare conductor used for cables of various sizes
and ratings.
7 QUALITY ASSURANCE PLAN:
A detailed list of bought out items which got into the manufacture of cables should be
furnished indicating the name of the firms from whom these items are procured.. The
bidder shall enclose the quality assurance plan invariably along with offer followed by
him in respect of the bought out items, items manufactured by him & raw materials in
process as well as final inspection, packing & marking. The Company may at its option
order the verification of these plans at manufacturer's works as a pre qualification for
technically accepting the bid. During verification if it is found that the firm is not meeting
with the quality assurance plan submitted by the firm, the offer shall be liable for
rejection.
LIST OF STANDARDS
(All amended upto date)
SR.NO.
STANDARD NO.
TITLE
1.
IS: 8130 – 1984
2.
IS :7098 (Part 2) –
1985
IS: 5831 – 1984
IS: 3975 – 1988
Conductors for insulated electric cables and flexible
cords.
XLPE PVC sheathed cable for working voltages
from 3.3 KV upto and including 33 kV.
PVC insulation and sheath of electric cables.
Mild steel wires, Formed wires and Tapes for
armouring of cables.
Fictitious calculation method for determination of
dimensions of protective coverings of cables.
3.
4.
5.
26.
IS :10462 ( Part I)
–1983
STREET LIGHT POLES: - TECHNICAL SPECIFICATION OF HOT DIP
GALVANISED OCTAGONAL POLES
Pole Design:
The octagonal poles shall be OCTAGONAL in cross section and are continuously tapered
with only one longitudinal welding thereby giving an elegant & sleek look aesthetically.
The welding of pole shafts shall be done by Submerged Arc Welding (SAW) process. The
poles shall be provided with base flange of suitable thickness with a provision for fixing 4
foundations bolts.
Design Criterion:
171
Octagonal Poles shall be designed to withstand maximum wind speed as per IS 875 part III.
The top loading i.e. area and the weight of luminaries are considered to calculate the
maximum deflection of the pole to meet the requirement of BS: 5649 Part VI 1982. The
design life of poles shall be 20 to 25 years under standard working conditions.
Material of Construction :Pole Shaft : High Tensile steel conforming to grade S 355 JO as
per BSEN 10025. Base Plate : Fe 410 conforming to IS 226 / IS 2062.Pole sections: The
Octagonal Poles shall be manufactured in single section upto 14 mtrs without any joint. The
cutting of sheet before bending on press brake shall be by cold shearing method to avoid
development of stresses in steel. Such stresses in steel result in twisting near the top of the
pole. Since these poles shall be installed in areas were aesthetics is of prime importance.
Hence, such cold cutting must be adhered to, Welding: Welding of poles shall be carried out
conforming to approved procedures duly qualified by third party inspection agency. The
welders shall also be qualified for welding the shafts.
Galvanization: The octagonal poles shall be hot dip galvanized (internally & externally) as
per IS 2629 / IS 2633 / IS 4759 standards or equivalent with average coating thickness of 70
microns. The galvanizing shall be done in single dipping. Double/ part dipping shall not be
allowed.
Top Mountings: The luminaries shall be fixed on arms of suitable size. The arms shall be
manufactured from suitable MS pipes which are duly galvanized.
LIGHTING FIXTURES
27.
TECHNICAL SPECIFICATIONS FOR SODIUM VAPOUR LUMINAIRES
General description: Road lighting luminaire suitable for use with High Pressure Sodium
Vapour SON-T PLUS 250 W Lamp.
Features
Housing made of LM6 high pressure die-cast aluminium which does not need painting to
prevent corrosion of the housing. However the luminaries shall be painted with BLUE
EPOXY COLOUR for long life Colour choice may also be changed .
All electrical accessories such as energy efficient, low loss, open construction copper
ballast, ignitor and power factor improvement capacitor, etc are pre-wired upto the terminal
block and mounted on a removable control gear module for ease of maintenance. All
electrical connections of the control gear module with the rest of the luminaire are click fix,
fool proof and require use of no tools. Control gear compartment opens from top
The lamp compartment consists of electrochemically brightened and anodized, high purity
POT reflector with a specially designed ribbed profile for high spacing to mounting height
ratio.! The lamp compartment shall consists of a heat resistant toughened, flat glass (FG)
which shall be sealed to the housing. Lamp replacement is by opening the top compartment.
Luminaries shall be IP 66 classification of ingress protection for the lamp compartment.
172
Specially designed pole mounting arrangement facilitates bottom as well as lateral pole
mounting.
Flexible optics to achieve optimum light distribution to suit different road and installation
parameters
Lamp Compartment shall be IP 66
Gear Compartment shall be IP 54
The Luminaire should have step dimming facility for 250-150 W operation with inbuilt
timer and memory & clock operation. Make:- Philips Velocity SGP 338 / Bajaj Brallo 250
W/ Schnedder AMber 250 W SON/ GE Inaulux 250 W SON.
the fixture should be capable of dimming the light output of the fixture till 50% in two steps
without compromising on the life of the system
28.
No
1
2
3
TECHNICAL SPECIFICATIONS OF LED
Criteria
Luminaire
configuration
technical
requirement
Specification for LED street light fitting
/
Side entry type. Shall consist of separate optical and control
gear compartment. Driver should be early replaceable in the
field condition
High pressure die cast Aluminum LM6 housing with corrosion
Housing / Body of
resistant polyester powder coating with manufacturer
fitting
emblem/logo embossed into the housing.
Aesthetically designed housing with Black / Grey / Cream color
Finish
corrosion resistant polyester powder coating.
4
Cover / glass
5
Glare control details Luminaire should be full cutoff as per IS 1944
6
Protection – IP
Optical and Control gear compartment-IP 66
7
Impact resistance
8
Optical assembly
9
10
11
Operating voltage
Frequency
Power factor
Fixture designed
ambient
Temperature
Operating
temperature
Impact resistance greater than or equal to IK 05
Structured LED array for optimized roadway photometric
distribution with photometric lenses designed to optimize
application efficiency and minimal glare.
140-270 volt universal electronic driver
50 Hz
> 0.9
12
13
Toughened glass
+ 35 degree C
Range 0 to +50 degree C
173
14
15
16
17
18
19
20
21
22
Working Humidity
Storage
Temperature
Total Current
Harmonic distortion
Total system
wattage and lumens
of Fixture including
Driver
LED efficacy
(lumen/watt)
LED Luminaire
efficacy
10% to 90% RH
0 to 50 degree C
Total Current Harmonic Distortion should be lesser than 20 %
Nominal value to be printed in the label and within +/- 10%
variation from the printed value
Efficacy of LED should be greater than 120 lumens / watt.
 88 lumen/watt ( As per LM 79 test report by U/l Lab)
Power efficiency /
The efficiency shall be more than 85 % in all cases at all times
LED driver
during project period.
efficiency
Lumen maintenance L70 @ 50,000 hours at 35 degree C
System Lumen
 12200 Lumens
Output
23
Correlated Color
temperature
Correlated Color Temperature shall be nominal 5700K (with
variation limits of ±355K) per ANSI C78.377A CCT standard.
24
CRI
The value of CRI shall be more than 70.
25
Make of LED
Make of LED: CREEE /Philips Lumileds /Nechea. The LED
shall be of Surface Mounted Design
26
Lens
Lens should be provided for each LED on a lens plate
27
LED Drive Current
Not more than 85% of the rated current carrying capacity of
LED
28
Driver Specification
140-270 Volt universal electronic potted drivers with internal
surge protection of 4kV.
29
30
31
32
Electrical safety as
per IEC.
Conformation
standards of
luminaire
Reports /
certifications
Luminaire
protection
As per IEC safety standards IEC61000, 61547, 61347
The luminaire conform to IEC 60598 / 10322
UL/ ERTL /ERDA or any NABL accredited laboratory for
LED for luminaire and driver
External surge protection of 4KV (DM / CM) and protection
device components should be enclosed in a housing. The fixture
should be capable of dimming the light output of the fixture till
100% in two steps without compromising on the life of the
system.
174
33
Test reports of
luminaire
34
Installation
reference
35
Serial number
36
Approved Makes
(a)The luminaire should be tested as per IEC 60598 standards
and following test reports should be submitted: Heat Resistance
Test, Thermal Test, Ingress Protection Test, Electrical /
Insulation Resistance Test, Endurance Test, Humidity Test. The
luminaire should be tested for 'Drop test' as per IEC 60068-231/IS9000 Part 7 / Sec 3 standards. The luminaire should be
tested for 'Vibration test' as per ANSI/IEC 68-2-6 standards.
(b) Should comply to IESNA LM-79 (Approved method for the
Electrical and Photometric Measurements of Solid-State
Lighting Products)
(c) The LED’ used should comply to LM-80 standards (IESNA:
Approved Method for Measuring Lumen Maintenance of LED
Light Sources and LED lumen depreciation time to L70 based
on LM-80 data)
(d)Copy of above test certificates should be submitted with
tender.
Fixture quoted should have an installation reference of
minimum 1000 nos with any Govt approved authority during the
last three years. Completion certificate signed from appropriate
authority should be attached with the technical bid document.
LED street light fitting should be supplied with serial number
which should be attached to the fitting.
The label should mention: Name of Manufacturer, model name
and number, system lumen pack, nominal CCT, Wattage of
fitting, Date of Manufacture, and other labeling details as per IS.
Kesselec Schnaider Teceo / Bajaj Rudd / Philips Green line
Extra / GE Evolve make only
Mandatory testing equipment available with the LED Street lighting supplier:
To ensure type testing of the products and to have quality control measures the bidder /
manufactures should have following in-house testing facility, R&D facility recognized by
government of India
 GLOW wire test
 HV Tester
 Adequate number of electrical meters for measurement of different electrical
parameter
 Megger (500 Volt)
 Tracking test
 Resistance to heat
 Measuring gauges such as Vernier caliper, Micrometers, Dial gauges
 NON contact IR based digital thermometer
 Harmonic analyzer and THD meter
 Digital Weighting machine
 Power analyzer
 Surge Tester
 Temperature simulation facility to test various temperature parameters
175








Ingress protection test facility for dust and water jet
Transportation drop test
Vibration test
Compression test
Humidity test
Electronically controlled rotating mirror Gonio Photometer
Sphere for measuring CCT
Thermal Endurance testing machin
Field testing of Illuminance levels
(Wr)
The field of calculation should be bounded by the edges of the carriageway and by the
transverse lines through two consecutive luminaries. For staggered installations consecutive
luminaries shall be on opposite sides of the road.
S is the spacing between two consecutive luminaries (m),
N is the number of calculation points in the longitudinal direction with following
values;
For S≤30m, N=10
For S>30m, N is the smallest integer giving D≤3m
The first row of calculation points is spaced at a distance of D/2 beyond the first
luminaire.
176
2. Transverse direction:
d=Wr/3, where;
d is the spacing between points in the transverse direction (m);
Wr is the width of the carriageway or relevant area (m).
3. The spacing of points from the edges of the relevant area is D/2 in the longitudinal
direction, and d/2 in transverse direction, as indicated in the figure above.
4. Luminaries which are situated within five times the mounting height from the
calculation point should be included in the calculation.
5. Average Illuminance: It is the arithmetic mean of the Illuminance obtained.
APPROVED VENDOR LIST;- The bidder shall use Public sector manufacturers brand
with ISI mark products only . In case public sector manufacturers products are not
available he should seek approval of any of makes mentioned below from MPAKVN
(I) LTD who shall grant approval for these makes after verification that manufacturer
has relevant type test certificates from NABL accredited laboratories and has past
experience of supply .
S.
No.
1
Name of Vendor
Item Description
33/11 KV, 5 MVA Power
Transformer
2
11 and 33 KV VCB
3
11KV Capacitor Bank
.1) BHEL
2) Areva T & D /Crompton/ABB/Volt amp
3)
MPPKVVCO approved makes like
Transformers/Tesla/Capital Transformers
1) BHEL
2) Schneider Electric
3) ABB India Ltd.
1) Sreem Capacitor
2) C & S Efacec MV Ind. Pvt. Ltd.
3) Areva T & D Ind. Ltd.
4
LT Cable
5
33 & 11 KV Disc / Pin
Insulators
4) BHEL
1) RR Cables
2) Finolex
3) Havell’s
4 )RPG Cables
1) BHEL
2) Rajshree
3) Insulators and Electricals
177
Star Delta
33 and 11 KV Lightening
Arrestor
6
1) BHEL
2) Elpro International ltd.
3) Areva T & D Ind. Ltd
4) MPPKVVCO LTD approved vendors after approval by
MPAKVN
7
11 KV D.O. Fuse/ HRC
Fuse
1) BHEL
2) Areva T & D Ind. Ltd.
3) Mahalaxmi Electricals
4) RUMA
8
Hot Dip galvanized Street
Light Octogonal Poles
1. Bajaj
2. Transrail
9
Street Light Fixtures
1.PHILLIPS
2.WIPRO
3.BAJAJ
8
LT Distribution Boards/
VCB relay penals
1 BHEL
2. ABB
3 Schinder
4. . MPPKVVCO LTD approved vend ors
9
33 and 11 KV CT, PT
10
AAAC/ ACSR Conductor
11
All Misc material
1. BHEL
2 ABB
3. MPPKVVCO LTD approved vendor viz after approval by
MPAKVN
3. MPPKVVCO LTD approved vendor viz after approval by
MPAKVN
MPPKVVCO LTD approved vendor viz after approval by
MPAKVN
NOTE;- Before procurement of material bidder shall submit list of vendors whose material
he intends to us along with following undermentioned documents for the approval by
MPAKVN EIC/Consultant:1. Name of vendor with credentials like past experience in supply of equipments with type
test certificates and past successful performance.
2. Pre delivery inspection at factory shall be done by MPAKVN EIC/Consultant.
APPLICABLE STANDARDS
LIST OF STANDARDS:
following standard with up to date amendment are
applicable for the material.
178
S
No
1
2
3
4
5
6
7
8
9
10
Item
Standard
A.C. Distribution Board
IS: 13947, IS 5, C IS: 13947/1993 Part I & Part-III, IS
2705, IS 8828/1996, IS 1248, IS 375 & IS: 13703/1993
Part-I & II
D.C. Distribution Board
IS: 13947, IS 5, C IS: 13947/1993 Part I & Part-III, IS
8828/1996, IS 1248, IS 375 & IS: 13703/1993 Part-I & II
D.C.
Control
And IS: 2147/1962, no.631 as specified in Indian Standard 5 of
Distribution Board
1961, Disconnector unit of nominal current rating of
100Amps conforming to IS: 13947/1993, MCBs shall
comply following specifications as per IS 8828/1996,
Service short circuit capacity shall be 6KA as per table 15
of IS: 8828 /1996, Tripping time shall be as per (clause
No. 8.6.1) table 6 of IS: 8828 /1996, MCBs shall be
capable of carrying out given no. of operation cycles as
per clause No. 9.11 of IS: 8828 /1996, Limits of
temperature rise shall be as per (clause No. 9.8) table 5 of
IS: 8828/1996, Standard range of instantaneous tripping
shall be as per (clause No.5.3.5) table 2 of IS: 8828 /1996,
& All type & routine tests on the MCCBs in accordance
with IS:2516(Pt-I&II Sec.I)/1977
11 kv and 33 kv vacuum IEC 56 or IS 13118 (1991) with latest amendment thereof,
circuit breakers
except wherein specified otherwise
INDOOR
CONTROL
PANELS FOR 11 KV & 33
KV VCBs
30V 10 AMP BATTERY
CHARGER
SUITABLE
FOR 30V 100AH LEAD
ACID BATTERY
30 VOLT 100 AH LEAD
ACID BATTERY
IS-3842 (Part-I) 1967, IS-3842 (Part-IV) 1967, IS-3231
(1965), IS-1885 (Part-I & II) & All indicating instruments
shall conform to IS-722 or BS-89
IS:3895, IS:13947 (Part II), IS:1248, IS:2147, IS:375,
IS:4540, IS:6619, IS:2026, IS:4237, IS:4064, IS:6005,
IS:5, IS:5921, IS:249 & IS:5578
The cells of Lead Acid Battery shall conform to the
requirement of IS:1651: 1991 with latest amendments
thereof, battery with hard rubber containers which shall
conform to IS: 1146:1981, sulphuric acid and water used
for the preparation and maintenance of electrolyte shall
conform to IS 266:1977 and IS 1069: 1964 respectively,
wooden separators when used shall conform to IS
652:1960 and the synthetic separators to IS 6071:1986,
Cell testing Voltmeter, 3-0-3 volts scale, Industrial Grade
“A” to IS:1248 & battery shall be tested after manufacture
as per the requirement of IS: 1651-1991.
11 KV CAPACITOR Each of the capacitor units as well as banks shall be
BANK
provided with a rating plate and terminal markings as
stipulated in IS: 13925:98
33 KV and 11 KV IEC 99-4/IS-3070 Part-3 – 1993 with latest amendment if
GAPLESS
LIGHTNING any in all respects
ARRESTORS
HT XLPE POWER CABLE IS 7098 Part 2 : 1985 XLPE insulated PVC sheathed
cables For working voltages from 3.3 kV up to and
including 33 kV
IS 5831 : 1984 PVC Insulation and Sheath of electric
Cables
IS 8130:1984 Conductors for insulated electric cables and
flexible cords.
IS 613:1984
179Copper rods and bars for electrical purposes.
IS 3975:1988 Mild steel wires, formed and tapes for
armouring of cable.
IS 10810:1984 Method of tests for cables.
Annexure-F
(See clause 3 of section 2 ITB)
Procedure for Participation in e- tendering
1. Registration of Bidders on e-tendering System:
All the PWD registered bidders are already registered on the new e- procurement
portal http://www.mpeproc.gov.in. The user id will be the contractor ID provided to
them from MP Online. The password for the new portal was been send to the bidder
registered email ID for more details may contact M/s Tata Consultancy Services
Corporate Block, 5th floor, DB city Bhopal-462011 email id:
[email protected]. Helpdesk phone numbers are available on website.
2. Digital Certificate:
The bids submitted online should be signed electronically with a Class III Digital
Certificate to establish the identity of the bidder submitting the bid online. The
bidders may obtain Class III Digital Certificate issued by an approved certifying
authority authorized by controller of certifying authorities, Government of India a
Class III Digital Certificate is issued upon the receipt of mandatory identity proofs
along with an application. Only upon the receipt of the required documents, a digital
certificate can be issued. For details please visit cca.gov.in
Note:
180
i.
It may take upto 7 working days for issuance of Class Iii Digital Certificate;
hence the bidders are advised to obtain the certificate at the earliest. Those
bidders who already have valid Class Iii Digital Certificate need not obtain
another Digital Certificate for the same. The bidder may obtain more
information and the application from required to be submitted for the issuance of
Digital Certificate from cca.gov.in
ii. Bids can be submitted till bid submission end date. Bidder will require digital
signature while bid submission.
iii. The digital certificate issued to the authorized user of a partnership firm private
limited company / public limited company and used for online biding will be
considered as equivalent to a no-objection certificate / power of attorney to that
user.
iv. In case of Partnership firm, majority of the partners have to authorize a specific
individual through authority letter signed by majority of the partners of the firm.
In case of Privet Limited Company, Public Limited Company, the Managing
Director has to authorize a specific individual through authority letter. Unless the
certificate is revoked, it will be assumed to represent adequate authority of the
specific individual to bid on behalf of the organization for online bids as per
information Technology Act 2000. This authorized user will be required to
obtain a digital certificate. The Digital Signature executed through the use of
digital certificate of this authorized user will be binding on the firm. It shall be
the responsibility of Management / Partners of the concerned firm to inform the
certifying authority, if the Authorized user changes, and apply for a fresh Digital
certificate for the new authorized user.
3. Set up of Bidder’s Computer System:
In order for a bidder to operate on the e-tendering System, the Computer System of
the bidder is required to be set up for Operating System, Internet Connectivity,
Utilities, Fonts, etc. The details are available at https://www.mpeproc.gov.in
4. Key Dates:
The Bidders are strictly advised to follow the time schedule (KeyDates) of the bid
on their side for tasks and responsibilities to participate in the bid, as all the stages of
each bid are locked before the start time and date and after the end time and date for
the relevant stage of the bid as set by the department.
5. Preparation and Submission of Bids:
The bidders have to prepare their bids online, encrypt their Bid Data in the Bid
forms and submit Bid of all the envelopes and documents related to the Bid required
to be uploaded as per the time schedule mentioned in the key dates of the notice
inviting e-tendering after signing of the same by the Digital Signature of their
authorized representative.
6. Purchase of Bid Document:
181
For purchasing of the bid document bidders have to pay Service Charge online
ONLY which is Rs(as per Bid Date Sheet). Cost of bid document is separately
mentioned in the detailed NIT. The Bid Document shall be available for purchase to
concerned eligible bidder immediately after online release of the bids and upto
scheduled time and date as set in the key dates. The payment for the cost of bid
document shall be made online through Debit/Credit card, Net Banking or
NeFTChallan through the Payment getaway provided on the portal.
7. Withdrawal, Substitution and notification of bids
Bidder can withdraw and modify the bid till bid submission end date
Annexure-G
(See clause 4 of section 2 ITB)
Joint Venture (J.V)
(NOT ALLOWED)
If J.V. is allowed following condition and requirements must be fulfilled1. Bids submitted by a joint venture of two or more firms as partners shall comply with the
following requirements:
182
a. One of the partners shall be nominated as being Lead Partner, and this authorization
shall be evidenced by submitting a power of attorney signed by legally authorize
signatories of all the partners;
b. The bid and, in case of a successful bid, the agreement, shall be signed so as to
legally binding on all partners;
c. The partners in charges shall be authorized to incur liabilities and receive
instructions for and on behalf of any and all partners of the joint venture and the
entire execution of the contract including payment, shall be done exclusively with
the partner in charge;
d. 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 statement to this effect
shall be included in the authorization mentioned under [c] above, as well as in the
bid and in the agreement [in case of a successful bid];
e. The joint venture Agreement should indicate precisely the role of all members of JV
in respect of planning, design; construction equipment, key personnel, work
execution, and financing of the project. All members of JV should have active
participation in execution during the currency of the contract. This should not be
varied/modified subsequently without prior approval of the employer;
f. The joint venture agreement should be registered, so as to be legally valid and
binding on all partners; and
g. A copy of the joint venture agreement entered into by the partners shall be submitted
with the bid.
h. The figures for each of the partners of a joint venture shall be added together to
determine the bidder’s compliance with the minimum qualifying criteria required for
the bid all the partners collectively must meet the criteria specified in full. Failure to
comply with the requirement will result in rejection of the joint venture’s bid.
2. The performance security of a joint venture shall be in the name of the partner lead
partner/ joint venture.
3. Attach the power of attorney of the partners authorizing the bid signatory (ies) on
behalf of the joint venture
4. Attach the Agreement among all partners of the joint venture [and which is legally
binding on all partners], which shows the requirements as indicated in the
instructions to bidders’.
5. Furnish details of participation proposed in the joint venture as below:
DETAILS OF PARTICIPATION IN THE JOINT VENTURE
Participation Details
Firm ‘A’ (lead
Partner)
Firm ’B’
183
Firm ’C’
Financial
Name of the
Banker(s)
Planning
Construction
Equipment
Key Personnel
Execution of work
(Give details on
contribution of
each)
Annexure- H
184
(See clause 12 of section 2 – ITB & clause 4 of GCC)
Organizational Details
(To be contained in envelope-A)
Sr.
No
1
2
3
Particulars
Details
Registration number issued by centralized
registration system of Govt. of M.P. or Proof of
application for registration.
Valid registration of bidder in appropriate class
through centralized registration of govt. of MP
Name of Organization /Individual/ Proprietary
Firm/Partnership Firm
Entity of Organization
(if applicable, scanned copy of proof of
application for registration to be uploaded
Registration No._________Date (scanned
copy of registration to be uploaded)
Individual/ Proprietary Firm/Partnership Firm
4
5
6
7
8
9
10
11
12
13
14
15
16
(Registered under Partnership Act)/ Limited
company (Registered under the companies Act1956)/Corporation/joint Venture
Address of Communication
Telephone Number with STD code
Fax Number with STD code
Mobile Number
E-mail Address for all communications
Details of Authorized Representative
Name
Designation
Postal Address
Telephone Number with STD code
Fax Number with STD code
Mobile Number
E-mail Address
Note: In case of partnership firm and limited company certified copy of partnership deed/articles of
association and Memorandum of association along with registration certificate of the company
shall have to been closed.
Signature of Bidder with Seal
Date:_________________________
185
Annexure – I
(See clause 14 of section 2 – ITB)
Envelope- B, Technical Proposal
Technical Proposal shall comprise the following documents:
Sr.
No.
Particulars
Details to be Submitted
1
Experience – Financial & Physical
Annexure – I (Format:I-1)
2
Annual Turnover
Annexure – I (Format:I-2)
3
List of technical personnel for the key positions
Annexure – I (Format:I-3)
4
List of key equipments/machines for quality control
labs
Annexure – I (Format:I-4)
5
List of key equipment’s/machines for construction
work
Annexure – I (Format:I-5)
Note:
1. Technical Proposal Should be uploaded duly page numbered and indexed.
2. Technical proposal uploaded otherwise will not be considered.
186
Annexure –I (Format:I-1)
(See clause 14 of section 2- ITB)
Financial & Physical Experience Details
A. Financial Requirement:
The bidder should have completed either of the below:
a. Three similar works, each costing not less than the amount equal to 20% of the
probable amount of contract during the last 3 financial years; or
b. Two similar works, each costing not less than the amount equal to 30% of the
probable amount of contract during the last 3 financial years; or
c. One similar work of aggregate cost not less than the amount equal to 50% of the
probable amount of contract in any one year during the last 3 financial years;
To be filled in by the contractor:
i. Details of successfully completed similar works shall be furnished in the following
format.
ii. Certificate duly signed by the employer shall also be enclosed for each completed
similar work.
Agreement
number &
year
Name of
work
Date of
Work
Order
Date of
Completion
Amount of
contract
Employer’s
name and
Address
Existing commitments – (Value of ‘C’ for Bid Capacity Formula)
Agreement
number &
year
Name
of work
Date of
Work
Order
Date of
Completion
Amount
of
contract
Amount of
balance
work
Employer’s
name and
Address
B. Physical Requirement:
Execution of similar items of work in any one financial year during the last 3 financial years
should not be less than the minimum physical requirement fixed for the work
187
Sr. No.
Particulars
Actual Quantity Executed
Year-1
Year-2
Year-3
Physical qualification required
1
Power transformer at least 3.15
MVA, 33/11 KV
2
33 KV LINE
Note:
1. Certificate duly signed by the employer shall be enclosed for the actual quantity executed
in any one year during the last 3 financial years.
2. Similar works: the similarity shall be based on the physical size, complexity, methods
technology or other characteristics of main items of work.
188
Annexure – I (Format: I-2)
(See clause 14 of section -2 ITB)
Annual Turnover
Requirement:
Average annual construction turnover on the construction works not less than 50% of the
probable amount of contract during the last 5 financial years;
To be filled in by the contractor:
Financial
Year
Payments received for contracts in progress or
completed
1
2
3
4
5
Note:
i.
Annual turnover of construction should be certified by the chartered Accountant.
ii.
Audit balance sheet including all related notes, and income statements for the above
financial years to be enclosed
Bid Capacity
Applicants who meet the minimum qualifying criteria in the evaluation as stated above are
to be evaluated further for bid capacity as under:
Bid Capacity = (1.5 A X B)-C
Where
A=
Maximum value of electrical contracting works executed in any one year
during the last five year (10% weightage per year shall be given to bring the
value of work executed at present price level)
B=
Proposed contract period in years.
C=
Amount of work in hand at present.
189
Annexure – I (Format: I-3)
(See clause 14 of section -2 ITB & clause 6 of GCC)
List of Technical Personnel for the Key Positions
1
PROJECT
ENGINEE
R
1
BE
60
ELECTRICA Yr
L
s
20
YRS
2
SITE
ENGINEE
R(CIVIL)
1
DIPLOMA
CIVIL
15
YRS
3
SITE
1
SUPERVIS
OR
ITI
4
LINE
MEN
ITI
6
THREE
SIMILA
R
JOB
40 TWO
yrs SIMLA
R
JOBS
40 TWO
yrs SIMLA
R
JOBS
40 ONE
yrs SIMILA
R JOB
190
15
YRS
10
YRS
Total work Experience
experience Similar work
Age
Qualification
Key Position
Name of Personnel
Sr. No
Total work Experience
Available with the Bidder
Similar work
experience
Age
Qualification
Minimum requirement
Key Position
Sr. No
Minimum Requirement
Annexure – I (Format: I-4)
(See clause 14 of section -2 ITB)
List of Key Equipment’s/ Machines for Quality Control Labs
Minimum requirement
Sr. No.
1
Name of Equipment /
Machinery
Available with the Bidder
Quantity
HI-POT EQUIPMENT
33KV
MEGGER 5000 VOLTS
1
OIL TEST
EQUIPMENT
EARTH TESTER
1
1
6
INFRA RED
TEMPERATURE
MEASUREMENT
MULTIMETER
7
VOLTEMETER
1
8
TONG TESTER
1
9
PRIMARY INJECTION
TEST UNIT
SECONDARY
INJECTION TEST
UNIT
1
2
3
4
5
10
1
1
1
1
191
Name of
Equipment /
Machinery
Quantity
Annexure – I (Format: I-5)
(See clause 14 of section -2 ITB)
List of Key Equipment’s/ Machines for Construction Work
Minimum requirement
Sr. No.
1
Name of Equipment /
Machinery
Available with the Bidder
Quantity
HYDRA ( ON
RENT/OWNERSHIP
TRIPHER
1
1
5
CRIMPING TOOL 400
SQMM
JCB(ON
HIRE/OWNERSHIP)
WINCH
6
TOOL KIT
2
7
CONCERETE MIXER
(ON
HIRE/OWNNERSHIP)
SAFETY DEVICES
LIKE HELMET,
SAFETY BELT
1
2
3
4
8
1
1
1
LOT
192
Name of
Equipment /
Machinery
Quantity
Annexure – J
(See clause 14 of section – 2 ITB
FINANCIAL BID
(To be contained in Envelope-C)
Name of Work: Supply, installation, testing and commissioning of 33/11 KV External
electrification work for new industrial area at Relwa Khurd district Barwani
I/we hereby bid the for the execution of the above work within the time specified at the rate
(in figure)__________________ (in words)____________________________ percent
below / above or at per based on the Bill of Quantities and item wise rates given therein all
respects and in accordance with the specifications, designs, drawings and instruction in
writing in all respects in accordance with such conditions so far as applicable. I/we have
visited the site of work and am/are fully aware of all the difficulties and conditions likely to
affect carrying out the work. I/we have fully acquainted myself / ourselves about the
conditions in regard to accessibility of site and quarries / kilns, nature and the extent of
ground, working conditions including stacking of materials, installation of tools and plant
conditions effecting accommodation and movement of labour etc. required for the
satisfactory execution of contract .Should this bid be accepted, I/we hereby agree to abide
by and fulfill all the terms and provisions of the said conditions of contract annexure hare to
193
so far as applicable, or in default thereof to forfeit and pay to the Governor of Madhya
Pradesh or his successors in office the sums of money mentioned in the said conditions.
Note:
i.
ii.
iii.
iv.
Only one rate of percentage above or below or at par based on bill of quantities and
item wise rates given therein shall be quoted.
Percentage shall be quoted in figures as well as in words. If any difference in figures
and words is found lower of the two shall be taken as valid and correct rate. If the
bidder is not ready to accept such valid and correct rate and declines to furnish
performance security and sign the agreement his earnest money deposit shall be
forfeited.
In case the percentage “above” or “below” is not given by a bidder, his bid shall be
treated as non-responsive.
All duties, taxes, and other levies payable by the bidder shall be including in the
percentage quoted by the bidder.
Signature of Bidder
Name of Bidder
The above bid is hereby accepted by me behalf of the MPAKVN(I) Ltd., Indore dated the
________ Day of ______________20_____
Signature of Officer by whom accepted
Annexure – K
(See clause 15 of section 2 – ITB)
Material to Be Issued By the Department
(NOT APPLICABLE)
Sr.
No.
Name of Material
Rate (Issue rate)
194
Unit
Remarks
Annexure – L
(See clause 21 of section -2 ITB)
Letter of Acceptance (LOA)
No.______________________
Dated:_________________
To,
M/s_______________________
(Name and address of the contractor)
Subject: Supply, installation, testing and commissioning of 33/11 KV External
electrification work for new industrial area at Relwa Khurd district Barwani
195
Dear Sir (s),
Your bid for the work mentioned above has been accepted on behalf of the governor
of Madhya Pradesh at your bided percentage ______ below/ above or at per the bill
of quantities and item wise rates given therein.
You are requested to submit within 15 (fifteen) days from the date of issue of this
latter:
a. The performance security/ performance guarantee of Rs. _____________ (in
figures) (Rupees______________________________________) in words
only). The performance security shall be in the shape of term deposit
receipt / bank guarantee of any nationalized / schedule commercial bank
valid up to three months after the expiry of defects liability period.
b. Sign the contract agreement.
Please note that the time allowed for carrying out the work as entered in the
bid is ----- months including / excluding rainy season, shall be reckoned from
the date of signing the contract agreement.
Signing the contract agreement shall be reckoned as intimation to commencement of
work and so separate letter for commencement of work is required. Therefore, after
signing of the agreement, you are directed to the Engineer-in-charge for taking the
possession of site and necessary instruction to start the work.
Yours Faithfully
Executive Engineer
Annexure – M
(see clause 22 of section -2 ITB)
Performance Security
To,
______________________(Name of Employer
______________________
______________________(Address of Employer
WHEREAS ________________________[name and address of contractor)
(Hereinafter called "the Contractor") has undertaken, in pursuance of Letter of Acceptance
No.__________ dated ____________ to execute _____________[name of Contract and
brief description of Works] (hereinafter called "the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum
196
specified therein as security for compliance with his obligation in accordance with the
Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
you on behalf of the Contractor, up to a total of ___________ [amount of guarantee]*
___________ ___(in words), such sum being payable in the types and proportions of
currencies in which the contract Price is payable, and we undertake to pay you, upon your
first written demand and without cavil or argument, any sum or sums within the limits of
_________________[amount of guarantee] as aforesaid without your needing to prove or to
show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the contractor
before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of
the Contract of the Works to be performed there under or of any of the Contract documents
which may be made between you and the Contractor shall in any way release us from any
liability under this guarantee, and we hereby waive notice of any such change, addition or
modification. This guarantee shall be valid until 3 (three) months from the date of expiry of
the Defect Liability Period.
Signature, Name and Seal of the guarantor __________________________________________
Name of Bank ________________________________________________________________
Address_______________________________________________________________________
Phone No., Fax No., E-mail Address, of Signing Authority_______________________
Date____________________________________________________________________________
_______
* An amount shall be inserted by the Guarantor, representing the percentage the contract Price specified in
the Contract including additional security for unbalanced Bids, if any and denominated in Indian Rupees.
197
SECTION 3
Conditions of Contract
Part- I General Conditions of Contract (GCC)
Table of Clauses of GCC
Claus
e No.
Particulars
Clause
No.
Particulars
A. General
1
Definitions
21
Payments for Variations and / or
Extra Quantities
22
No compensation for alteration in
or restriction of work to be carried
out
Interpretations and Documents
2
3
Language and Law
23
No interest Payable
4
Communications
24
Recovery from contractors
5
Subcontracting
25
Tax
6
Personnel
26
Check Measurements
7
Force Majeure
27
Termination by Engineer in charge
8
Contractor's Risks
28
Payment upon Termination
9
Liability For Accidents To Person
29
Performance security
10
Contractor to Construct the work
30
Security deposit
11
Discoveries
31
Price Adjustment
32
Mobilization and Construction
Machinery advance
B. Time Control
33
Secured Advance
13
Programme
34
Payments Certificates
14
Extension of Time
15
Compensation for Delay
35
Completion Certificate
16
Contractor’s quoted percentage
36
Final Account
12
Dispute Resolution System
E. Finishing the Contract
C. Quality Control
17
Tests
F. Other Conditions of Contract
37
198
Currencies
18
Correction of Defects noticed
during the Defect Liability Period
D. Cost Control
19
20
Variations- Change in original
Specifications, Designs, Drawings
etc.
Extra Items
38
39
Labour
Compliance with Labour
Regulations
Audit and Technical Examination
40
41
Death or Permanent Invalidity of
Contractor
42
Jurisdiction
199
A. General
1. Definitions
1.1. Bill of Quantities: means the priced and completed Bill of Quantities forming part
of the Bid.
1.2. Chief Engineer: means Chief Engineer of the zone/ basin concerned.
1.3. Completion: means completion of the work as certified by the Engineer-in-charge,
in accordance with provision of agreement.
1.4. Contract: means the contract between the Employer and the contractor to execute,
complete and/or maintain the work. Agreement is synonym of contract and carries
the same meaning wherever used.
1.5. Contract Data: means the documents and other information which comprise of the
contract.
1.6. Contractor: means a person or legal entire whose bid to carry out the work has
been accepted by the Employer
1.7. Contractor’s Bid: means the completed bid document submitted by the contractor
1.8. Contract Amount: means the amount of contract worked out on the basis of
accepted bid.
1.9. Completion of Work: means completion of the entire contracted work. Exhaustion
of quantity of any particular item mentioned in the bid document shall not imply
completion of work or any component thereof.
1.10. Day: means the calendar day.
1.11. Defect: means any part of the work not completed in accordance with the
specifications included in the contract.
1.12. Department: means department of the State Government viz. Water Resources
Department, Public Works Department, Public Health Engineering Department,
Rural Engineering Services and any other organization which adopts this
document.
1.13. Drawing: means drawings including calculation and other information provided or
approved by the Engineer-in-charge.
1.14. Employer: means the party as defined in the contract data, who employs the
contractor to carry out the work. The Employer may delegate any or all functions
200
to a person or body nominated by him for specified functions. The word
employer / Government /Department wherever used denote Employer.
1.15. Engineer: means the person named in the contract data.
1.16. Engineer in charge: means the person named in the contract data.
1.17. Equipment: means the contractor’s machinery and vehicles brought temporarily to
the site for execution of work.
1.18. Government: means Government of Madhya Pradesh.
1.19. In writing: means communicated in written form and delivered against receipt.
1.20. Material: means all supplies, including consumables, used by the contractor for
incorporation in the work.
1.21. Superintending Engineer: means Superintending Engineer-in-Charge of the circle
concerned
1.22. Stipulated period of completion: means the period in which the contractor is
required to complete the work. The stipulated period is specified in the contract
Data.
1.23. Specification: means the specification of the work included in the contract and any
modification or addition made or approved by the Engineer-in-charge.
1.24. Start Date: means the date of signing of agreement for the work.
1.25. Sub-contractor: means a person or corporate body who has a contract with the
contractor, duly authorized to carry out a part of the construction work under the
contract.
1.26. Temporary work: means work designed, constructed, installed, and removed by
the contractor that are needed for construction or installation of the work.
1.27. Tender/Bid, Tendered/Bidder: are the synonyms and carry the same meaning
where ever used.
1.28. Variation: means any change in the work which is instruction or approved as
variation under this contract.
1.29. Work: The expression “work” or “works” where used in these condition shall
unless there be something either in the subject or context repugnant to such
construction, be construed and taken to mean the work by virtue of contract,
contracted to be executed, whether temporary or permanent and whether original,
altered, substituted or additional.
2. INTERPRETATIONS AND DOCUMENT
2.1. Interpretations
In the contract, except where the context requires otherwise:
201
a.words indicating one gender include all genders;
b. words indicating the singular also include the plural and vice versa.
c.Provision including the word “agree”, “agreed” or “Agreement” require the
agreement to be recorded in writing;
d. Written” or “ in writing” means hand-written, type-written, printed or
electronically made, and resulting in a permanent record;
2.2. Document Forming Part of Contract
1. NIT with all amendment.
2. Instructions of Bidders (ITB, Bid Data sheet with all annexures)
3. Conditions of Contract:
i. Part I General Conditions of contract and the contract Data with all annexures
ii. Part II special Conditions of contract.
4. Specifications
5. Drawings
6. Bill of Quantities
7. Technical and Financial Bid
8. Agreement, and
9. Any other document (s), as specified.
3. Language and Law
The language of the Contract and the law governing the Contract are stated in the contract data
4. Communications
All certificates, notice for instruction to be given to the Contractor by
Employer/Engineer shall be sent to the address or contact details given by the
contractor in [Annexure H of ITB]. The address and contact details for communication
with the Employer/Engineer shall be as per the details given in the contract Data.
Communication between parties that are referred to in the conditions shall be in
writing. The notice sent by facsimile (fax) or other electronic means (email) shall also
be effective on confirmation of the transmission. The notice sent by registered post or
speed post shall be effective on delivery or at the expiry of the normal delivery period
as undertaken by the postal service. In case of any change in address for
communication, the same shall be immediately notified to Engineer-in-charge.
5. Subcontracting
Subcontracting shall be permitted for contracts of value more than amount specified in
the Contract Data with following conditions.
202
a. The Contractor may subcontract up to 25 percent of the contract price with the
approval of the Employer in writing, but will not assign the contact. Subcontracting
shall not alter the Contractor's obligations.
b. Following shall not form part of Subcontracting
i.
Hiring of labour through a labour contractor.
ii.
The purchase of Materials to be incorporated in the works.
iii.
Hiring of plant & machinery
c. The sub-contractor will have to be registered in the appropriate category in the
centralized registration system for contractors of the GOMP.
6. Personnel
6.1. The Contractor shall employ for the construction work and routine maintenance the
technical personnel as provided in the Annexure I-3 of Bid Data Sheet, if
applicable. If the Contractor fails to deploy required number of technical staff,
recovery as specified in the Contract Data will be made from the contractor.
6.2. If the Engineer asks the Contractor to remove a person who is a member of the
Contractor's staff or work force, stating the reasons, the Contractor shall ensure that
the person leaves the Site within three days and has no further connection with the
works in the contract.
7. Force Majeure
7.1. The term “Force Majeure” means an exceptional event or circumstance :
(a) Which is beyond a party’s control,
(b) Which such party could not reasonably have provided against before entering
into the contract.
(c) Which, having arisen, such party could not reasonably have avoided or
overcome, and
(d) Which is not substantially attributable to the other party
Force majeure may include, but is not limited to, exceptional events or
circumstance of the kind listed below, so long as conditions (a) to (d) above are
satisfied:
i.
War, hostilities (whether war be declared or not), invasion, act of foreign
enemies,
ii.
Rebellion, terrorism, sabotage by persons other than the contractor’s
personnel, revolution, insurrection, military or usurped power, or civil war,
iii.
Riot, commotion, disorder, strike or lockout by persons other than the
contractor’s personnel,
203
iv.
Munitions of war, explosive materials, ionizing radiation or contamination
by radio-activity, except as may be attributable to the contractor’s use of
such munitions, explosives, radiation or radio-activity, and
v.
Natural catastrophes such as earthquake, hurricane, typhoon or volcanic
activity.
7.2. In the event of either party being rendered unable by force majeure to perform any
duty or discharge any responsibility arising out of the contract, the relative
obligation of the party affected by such force majeure shall upon notification to the
other party be suspended for the period during which force majeure event lasts. The
cost and loss sustained by either party shall be borne by respective parties.
7.3. For the period of extension granted to the Contractor due to Force Majeure the price
adjustment clause shall apply but the penalty clause shall not apply. It is clarified
that this sub clause shall not give eligibility for price adjustment to contracts which
are otherwise not subject to the benefit of price adjustment clause.
7.4. The time for performance of the relative obligation suspended by the force majeure
shall stand extended by the period for which such cause lasts. Should the delay
caused by force majeure exceed twelve months, the parties to the contract shall be
at liberty to foreclose the contract after holding mutual discussions.
8. Contractor’s Risks
8.1. All risks of loss or damage to physical property and of personal injury and death
which arise during and in consequence of the performance of the Contract are the
responsibility of the Contractor.
8.2. All risks and consequences arising from the inaccuracies or falseness of the
documents, drawing, designs, other documents and/or information submitted by the
contractor shall be the responsibility of the Contractor alone, notwithstanding the
fact that the designs/ drawings or other documents have been approved by the
department.
9. Liability for Accidents to Person
The contractor shall be deemed to have indemnified and saved harmless the government
against all action, suits, claims, demands, costs etc. arising in connection with injuries
suffered by any persons employed by the contractor or his subcontractor for the works
whether under the General law or under workman’s compensation Act, or any other
statute in force at the time of dealing with the question of the liability of employees for
the injuries suffered by employees and to have taken steps properly to ensure against
any claim there under.
10. Contractor to Construct the Works
10.1 The Contractor shall construct, install and maintain the Works in accordance with
the Specifications and Drawings as specified in the Contract Data.
204
10.2 In the case of any class of work for which there is no such specification as is
mentioned in Contract Data, such work shall be carried out in accordance with the
instructions and requirement of the Engineer-in-charge.
10.3 The contractor shall supply and take upon himself the entire responsibility of the
sufficiency of the all required electrical equipments for construction, civil work , tools
and implements, and generally of all means used for the fulfillment of this contract
whether such means may or may not be approved or recommended by the Engineer.
11. Discoveries
Anything of historical or other interest or of significant value unexpectedly discovered
on the Site shall be the property of the Employer. The Contractor shall notify the
Engineer of such discoveries and carry out the Engineer's instructions for dealing with
them.
12. Dispute Resolution System
12.1.
No dispute can be raised expect before the competent authority as defined in
contract data in writing giving the full description and ground of dispute. It is
clarify that merely recording protest while accepting measurement and/or
payment shall not be taken as raising a dispute.
12.2.
No dispute can be raised after 45 days of its first occurrence. Any dispute
raised after expiry of 45 days of its first occurrence shall not be entertained
and theemployer shall not be liable for claims arising out of such dispute.
12.3.
The Competent Authority shall decide the matter within 45 days.
12.4.
Appeal against the order of the Appellate Authority can be preferred within
30 days to the Appellate Authority as defined in the Contract Data. The
Appellate Authority shall decide the dispute within 45 days.
12.5.
Appeal against the order of the Appellate Authority can be preferred before
Madhya Pradesh Arbitration Tribunal constituted under Madhya Pradesh
Madhyastham Adhikaran Adhiniyam, 1983.
12.6.
The Contractor shall have to continue execution of the works with due
diligence notwithstanding pendency of a dispute before any authority or
forum.
B. Time Control
13. Programme
13.1.
Within the time stated in the Contract Data, the Contractor shall submit to
the Engineer for approval a Programme showing the general methods,
arrangements, order and timing for all the activities for the construction of
works.
13.2.
The program shall be supported with all the details regarding key personnel,
equipment and machinery proposed to be deployed on the works for its
205
execution. The contractor shall submit the list of equipment and machinery
being brought to site, the list of key personnel being deployed, the list of
machinery/equipment being placed in field laboratory and the location of
field laboratory along with the Programme.
13.3.
An update of the Programme shall be a programme showing the actual
progress achieved on each activity and the effect of the progress achieved on
the timing of the remaining Works, including any changes to the sequence of
the activities.
13.4.
The Contractor shall submit to the Engineer for approval an updated
programme at intervals no longer than the period stated in the Contract Data.
If the Contractor does not submit an updated Programme within this period,
the Engineer may withhold the amount stated in the Contract Data from the
next payment certificate and continue to withhold this amount until the next
payment after the date on which the overdue Programme has been submitted.
13.5.
The Engineer's approval of the Programme shall not alter the Contractor’s
obligations.
14. Extension of Time
14.1.
If the Contractor desires an extension of time for completion of the work on
the ground of his having been unavoidably hindered in its execution or on
any other grounds, he shall apply, in writing, to the Engineer-in-charge, on
account of which he desires such extension. Engineer-in-Charge shall
forward the aforesaid application to the Competent Authority as prescribed.
14.2.
The competent authority shall grant such extension at each such occasion
within a period of 30 days of receipt of application from contractor and shall
not wait for finality of work. Such extensions shall be granted in accordance
with provisions under clause- 15 of this agreement.
14.3.
In case the work is already in progress, the Contractor shall proceed with the
execution of the works, including maintenance thereof, pending receipt of
the decision of the competent authority as aforesaid with all due diligence.
15. Compensation for delay
15.1.
The time allowed for carrying out the work, as entered in the agreement,
shall be strictly observed by the Contractor.
15.2.
The time allowed for execution of the contract shall commence from the date
of signing of the agreement. It is clarified that the need for issue of work
order is dispensed with.
15.3.
In the event milestones are laid down in the Contract Data for execution of
the works, the contractor shall have to ensure strict adherence to the same.
206
15.4.
Failure of the Contractor to adhere to the timelines and/or milestones shall
attract such liquidated damages as is laid down in the Contract Data.
15.5.
In the event of delay in execution of the Works as per the timelines
mentioned in the Contract Data the Engineer-in-charge shall retain from the
bills of the Contractor amount equal to the liquidated damages leviable until
the Contractor makes such delays good. However, the Engineer-in-charge
shall accept bankable security in lieu of retaining such amount.
15.6.
If the Contractor is given extension of time after liquidated damages have
been paid, the Engineer in Charge shall correct any over payment of
liquidated damages by the Contractor in the next payment certificate.
15.7.
In the event the Contractor fails to make good the delay until completion of
the stipulated contract period (including extension of time) the sum so
retained shall be adjusted against the liquidated damages levied.
16. Contractor’s quoted percentage
The Contractor’s quoted percentage rate referred to in the "Bid for works" will be
deducted/ added from/to the net amount of the bill after deducting the cost of material
supplied by the department.
C. Quality Control
17. Tests
17.1.
The Contractor shall be responsible for:
a.
Carrying out the tests prescribed in specifications, and
b.
For the correctness of the test results, whether preformed in his laboratory or
elsewhere.
17.2.
The contractor shall have to establish field laboratory within the time
specified and having such equipment’s as are specified in the Contract Data.
17.3.
Failure of the Contractor to establish laboratory shall attract such penalty as
specified in the Contract Data.
18. Correction of Defects noticed during the defect Liability Period
18.1.
The Defect Liability Period of work in the contract shall be as per the
contract Data.
18.2.
The Contractor shall promptly rectify all defects pointed out by the Engineer
well before the end of the Defect Liability Period. The Defect Liability
Period shall automatically stand extended until the defect is rectified.
18.3.
If the contractor has not corrected a defect pertaining to the defect liability
period to the satisfaction of the engineer, within the time specified by the
Engineer, the Engineer will assess the cost of having the defect corrected,
and the cost of correction of the defect shall be recovered from the
207
performance security or any amount due or that may become due to the
contractor and other available securities.
D. Cost Control
19. Variations - Change in original Specifications, Designs, and Drawings
19.1.
The Engineer-in-charge shall have power to make any alterations, omissions
or additions to or substitutions in the original specifications, drawings,
designs & instructions, that may appear to him to be necessary during the
progress of thework and the contractor shall carry out the work in
accordance with any instructions which may be given to him in writing
signed by the Engineer-in-charge, and such alterations, omission, additions
or substitutions shall not invalidate the contract and any altered, additional or
substituted work, which the contractor may be directed to do in the manner
above specified, as part of the work, shall be carried out by the contractor on
the same conditions in all respects on which he agrees to do the main work.
19.2.
The time for the completion of the work shall be adjusted in the proportion
that the altered, additional or substituted work bears to the original contract
work and the certificate of the Engineer-in-charge shall be conclusive as to
such proportion.
20. Extra Items
20.1.
All such items which are not included in the priced BOQ shall be treated as
extra items.
21. Payments for Variations and / or Extra Quantities
21.1.
The rates for such additional (Extra quantity), altered or substituted
work/extra
items under this clause shall be worked out in accordance
with the following
provisions in their respective order:-
21.2.
The contractor is bound to carry out the additional (Extra quantity), work at
the same rates as are specified in the contract for the work.
a.
If the item is not in the priced BOQ and is included in the SOR of the
department, the rate shall be arrived at by applying the quoted tender
percentage on the SOR rate.
b.
If the rates for the altered or substituted work are not provided in applicable
SOR - such rates will be derived from the rates for a similar class (type) of
work as is provided in the contract (priced BOQ) for the work.
c.
If the rates for the altered, substituted work cannot be determined in the
manner specified in the sub clause (c) above - then the rates for such
composite work item shall be worked out on the basis of the concerned
schedule of Rates minus/plus the percentage quoted by the contractor.
208
d.
If the rates for a particular part or parts of the item is not in the Schedule of
Rates and the rates for the altered, or substituted work item cannot be
determined in the manner specified in sub clause (b) to (d) above, the rate for
such part or parts will be determined by the competent authority as defined
in the contract data on the basis of the rate analysis derived out of prevailing
market rates when the work was done.
e.
But under no circumstances, the contractor shall suspend the work on the plea
of non-acceptability of rates on items falling under sub clause (a) to € in case
the contractor does not accept the rate approved by the Engineer in charge
for a particular item, the contractor shall continue to carry out the item at the
rates determined by the competent authority. The decision on the final rates
payable shall be arrived at through the dispute settlement procedure.
22. No compensation for alterations in or restriction of work to be carried
22.1.
If at any time after the commencement of the work, the Engineer-in-charge,
for any reason whatsoever, not require the whole or any part of the work as
specified in the bid to be carried out; the Engineer-in-charge shall give notice
in writing of the fact to the Contractor and withdraw that whole or any part
of the work.
22.2.
The Contractor shall have no claim to any payments or compensation
whatsoever, on account of any profit or advantage which he might have
derived from the execution of work in full or on account of any loss incurred
for idle men and machinery due to any alteration or restriction of work for
whatsoever reason.
22.3.
The Engineer-in-charge may supplement the work by engaging another
agency to execute such portion of the work, without prejudice to his rights.
23. No Interest Payable
No interest shall be payable to the Contractor on any payment due or awarded by any
authority.
24. Recovery from Contractors
Whenever any claim against the Contractor for the payment arises under the contract,
the department may be entitled to recover such sum by:
(a) Appropriating, in part or whole of the Performance Security and Additional
Performance Security, if any; and/or security deposit and / or any sums payable
under the contract to the contract to the contractor.
(b) If the amount recovered in accordance with (a) above is not sufficient, the balance
sum may be recovered from any payment due to the contractor under any other
contract of the department, including the securities which become due for release.
209
(c) The department shall, further have an additional right to effect recoveries as
arrears of land revenue under the M.P. land revenue code.
25. Tax
25.1.
The rates quoted by the Contractor shall be deemed to be inclusive of the
commercial tax and other levies, duties, cess, toll, taxes of Central and state
Governments, local bodies and authorities.
25.2.
The liability, if any, on account of quarry fees, royalties, octroi and any other
taxes and duties in respect of materials actually consumed on public work,
shall be borne by the Contractor.
25.3.
Any changes in the taxes due to change in legislation or for any other reason
shall not be payable to the contractor.
26. Check Measurements
26.1.
The department reserves to itself the right to prescribe a scale of check
measurement of work in general or specific scale for specific works or by
other special orders.
26.2.
Checking of measurement by superior officer shall supersede measurements
by subordinate officer(s), and the former will become the basis of the
payment.
26.3.
Any over/excess payments detected, as a result of such check measurement
or otherwise at any stage up to the date of completion of the defect liability
period specified in this contract, shall be recoverable from the Contractor, as
per clause 24 above.
27. Termination by Engineer in Charge
27.1.
If the contractor fails to carry out any obligation under the contract, the
Engineer in charge may by notice require the contractor to make good the
failure and to remedy it within a specified reasonable time.
27.2.
The Engineer in Charge shall be entitled to terminate the Contract if the
contractor
a.
Abandons the Works or otherwise plainly demonstrates the intention
not to continue performance of his obligations under the contract;
b.
The Contractor is declared as bankrupt or goes into liquidation other than for
approved reconstruction or amalgamation;
c.
Without reasonable excuse fails to comply with the notice to correct a
particular defect within a reasonable period of time;
d.
The Contractor does not maintain a valid instrument of financial security as
prescribed;
210
e.
The Contractor has delayed the completion of the Works by such
duration for which the maximum amount of liquidated damages is
recoverable;
f.
If the Contractor fails to deploy machinery and equipment or personnel or set
up a field laboratory as specified in the Contract Data;
g.
If the contractor, in the judgment of the Engineer in charge has engaged in
corrupt or fraudulent practices in competing for or in executing the contract;
h.
Any other fundamental breaches as specified in the Contract Data;
27.3.
In any these events or circumstances, the Engineer in charge may, upon
giving 14 days’ notice to the contractor, terminate the contract and expel the
contractor from the site. However, in the case of sub-paragraph (b) or (g) of
clause 27.2 the engineer in charge may terminate the contract immediately.
27.4.
Notwithstanding the above, the Engineer-in-Charge may terminate the
contract for convenience by giving notice to the Contractor.
28. Payment upon Termination
28.1.
If the contract is terminated under clause 27.3, the Engineer shall issue a
certificate for value of the work accepted on final measurements, less advance
Payments and Penalty as indicated in the Contract Data. The amount so
arrived at shall be determined by the Engineer-in-Charge and shall be final
and binding on both the parties.
28.2.
Payment on termination under clause 27. 4 above- If the Contract is
terminated under clause 27.4 above, the Engineer shall issue a certificate for
the value of the work done, the reasonable cost of removal of Equipment,
repatriation of the Contractor's personnel employed solely on the Works, and
the Contractor's costs of protecting and securing the Works and less advance
payments received up to the date of the certificate, less other recoveries due in
terms of the contract and less taxes due to be deducted at source as per
applicable law.
28.3.
If the total amount due to the Employer exceeds any payment due to the
Contractor, the difference shall be recovered as per clause 24 above.
29. Performance Security
The Contractor shall have to submit performance security and additional performance
security, if any, as specified in the Bid Data Sheet at the time of signing of the contract.
The contractor shall have to ensure that such performance security and additional
performance security, if any, remains valid for the period as specified in the Contract
Data.
30. Security Deposit211
30.1.
Security Deposit shall be deducted from each running bill at the rate as
specified in the Contract Data. The total amount of Security Deposit so
deducted shall not exceed the percentage of Contract Price specified in the
Contract Data.
30.2.
The security deposit may be replaced by equivalent amount of bank
guarantee or fixed deposit receipt assigned to the Employer, with validity up
to 3 (three)months beyond the completion of Defect Liability Period/
extended Defect Liability Period.
30.3.
The Security Deposit shall be refunded on completion of Defect Liability
Period.
31. Price Adjustment
31.1.
Applicability
1. Price adjustment shall be applicable only if provided for in the Contract
Data.
2. The price adjustment clause shall apply only for the works executed from
the date of signing of the agreement until the end of the initial intended
completion date or extensions granted for reasons attributed to Employer
by the Engineer.
3. The Contractor shall not be entitled to any benefit arising from the price
adjustment clause for extension in the contract period for reasons
attributed to the contractor.
4. In the Force Majeure event the price escalation clause shall apply.
31.2.
Procedure
1. Contract price shall be adjusted for increase or decrease in rates and price
of labour, materials, fuels and lubricants in accordance with following
principals and procedures and as per formula given in the contract data.
2. The price adjustable shall be determined during each quarter from the
formula given in the contract data.
3. Following expression and meaning are assigned to the work done during
each Quarter:
R= Total value of work during the quarter. It would include the amount of
secured advance granted, if any, during the quarter, less the amount of
secured advance recovered, if any during the quarter, less value of material
issued by the department, if any, during the quarter.
4. Weightages of various components of the work shall be as per the Contract
Data.
31.3.
To the extent that full compensation for any rise or fall in costs to the
contractor is not covered by the provisions of this or other clauses in the
contract, the unit rates and prices included in the contract shall be deemed to
include amounts to cover the contingency of such other rise or fall in costs.
212
31.4.
The index relevant to any quarter, for which such compensation is paid, shall
be the arithmetical average of the indices relevant of the calendar month.
31.5.
For the purpose of clarity it is pointed out that the price adjustment may be
either positive or negative, i.e. if the price adjustment is in favour of the
Employer, the same shall be recovered from the sums payable to the
Contractor.
32. Mobilization and Construction Machinery
32.1.
Payment of advance shall be applicable if provided in the Contract Data.
32.2.
If applicable, the Engineer in charge shall make interest bearing advance
payment to the contractor of the amounts stated in the Contract Data, against
provision by the contractor of an unconditional Bank Guarantee in a form
and by a nationalized/ scheduled banks, in the name as stated in the Contract
Data, in amounts equal to the advance payment. The guarantee shall remain
effective until the advance payment has been repaid, but the amount of the
guarantee shall be progressively reduced by the amounts repaid by the
contractor.
32.3.
The rate of interest chargeable shall be as per Contract Data.
32.4.
The construction machinery advance, if applicable, shall be limited to 80%
of the cost of construction machinery and admissible only for new
construction machinery.
32.5.
The advance payment shall be recovered as stated in the Contract Data by
deducting proportionate amounts from payment otherwise due to the
Contractor. No account shall be taken of the advance payment or its recovery
in assessing valuations of work done, variations, price adjustments,
compensation events, or liquidated damages.
33. Secured Advance
33.1.
Payment of secured advance shall be applicable if provided in the Contract
Data.
33.2.
If applicable, the Engineer shall make advance payment against materials
intended for but not yet incorporated in the Works and against provision by
the contractor of an unconditional Bank Guarantee in a form and by a
nationalized/ scheduled bank, in the name as stated in the Contract Data, in
amounts equal to the advance payment. The guarantee shall remain effective
until the advance payment has been adjusted, but the amount of the
guarantee shall be progressively reduced by the amounts adjusted by the
contractor.
33.3.
The amount of secured advance and conditions to be fulfilled shall be as
stipulated in the Contract Data.
213
33.4.
The Secured Advance paid shall be recovered as stated in the Contract Data.
34. Payment Certificates
The payment to the contractor will be as follows for construction Work:
a) The Contractor shall submit to the Engineer/PMC monthly statements of the
value of the work executed less the cumulative amount certified previously,
supported with detailed measurement of the items of work executed.
b) The Engineer/PMC shall check the Contractor’s monthly statement and certify
the amount to be paid to the contractor.
c) The value of work executed shall be determined, based on the Measurement
approved by the Engineer/ Engineer-in-charge/PMC.
d) The value of work executed shall comprise the value of the quantities of the
items in the Bill of Quantities completed.
e) The value of work executed shall also include the valuation of Variations and
Compensation Events.
f)
All payments shall be adjusted for deductions for advance payment, security
deposit, other recoveries in terms of contract and taxes at source as applicable
under the law.
g) The Engineer/PMC may exclude any item certified in a previous certificate or
reduce the proportion of any item previously certified in any certificate in the
light of later information.
h) Payment of intermediate certificate shall be regarded as payments by way of
advance against the final payment and not as payments for work actually done
and completed.
i) Intermediate payment shall not preclude the requiring of bad, unsound and
imperfect or unskilled work to be removed and taken away and reconstructed or
be considered as an admission of the due performance of the contractor any part
thereof, in any respect or the occurring of any claim.
j)
The payment of final bill shall be governed by the provisions of clause 36 of
GCC.
E. Finishing the Contract
35. Completion Certificate
35.1.
Completion Certificate in the prescribed format in Contract Data shall be
issued by the Engineer-in-Charge after physical completion of the Work.
35.2.
After final payment to the Contractor, a Final Completion Certificate in
theprescribed format in the Contract Data shall be issued by the Engineer-incharge.
214
36. Final Account
36.1.
The Contractor shall supply the Engineer with a detailed account of the total
amount
that the Contractor considers payable for works under the
contract within 21 days
of issue of certificate of physical completion of
works. The Engineer shall issue a
Defects Liability Certificate and certify
any payment that is due to the Contractor within 45 days of receiving the
Contractor’s account if it is correct and complete. If the account is not
correct or complete, the Engineer shall issue within 45 days a
schedule
that states the scope of the corrections or additions that are necessary. If
the Account is still unsatisfactory after it has been resubmitted, the
matter shall be referred to the Competent Authority as defined in the Contract
Data, who shall decide on the amount payable to the contractor after hearing
the Contractor and the Engineer in Charge.
36.2.
In case the account is not received within 21 days of issue of Certificate of
Completion as provided in clause 32.1 above, the Engineer shall proceed to
finalize
the account and issue a payment certificate within 28 days.
F. Other Condition of Contract
37. Currencies
All payments will be made in Indian Rupees.
38. Labour
38.1.
The Contractor shall, unless otherwise provided in the Contract, make his
own arrangements for the engagement of all staff and labour, local or other,
and for their payment, housing, feeding and transport.
38.2.
The Contractor shall, if required by the Engineer, deliver to the Engineer a
retune in detail, in such form and at such intervals as the Engineer may
prescribe showing the staff and the numbers of the several classes of labour
from time to time employed by the Contractor on the Site and such other
information as the Engineer may require.
39. Compliance with Labour Regulations
39.1.
During continuance of the contract, the contractor and his sub-contractors
shall abide at all times by all existing labour enactments and rules made there
under, regulations, notifications and bye laws of the State or Central
Government or local authority and any other labour law (including rules),
regulations, bye laws that may be passed or notification that may be issued
under any labour law in future either by the State or the Central Government
or the local authority. Salient features of some of the major labour laws that
are applicable to construction industry are given in the Contract Data. The
Contractor shall keep the employer indemnified in case any action is taken
against the employer by the competent authority on account of contravention
215
of any of the provision of any Act or rules made their under regulations or
notifications including amendments. If the Employer is caused to pay or
reimburse, such amounts as may be necessary to cause or observe, or for non
observance
of
the
provisions
stipulated
in
the
notifications/byelaws/Acts/Rules/ regulations including amendments, if any,
on the part of the Contractor, the Engineer/Employer shall have the right to
deduct from any money due to the Contractor including his amount of
performance security. The Employer/Engineer shall also have right to
recover from the Contractor any sum required or estimated to be required for
making good the loss or damage suffered by the Employer. The employees
of the Contractor and the Sub-Contractor in no case shall be treated as the
employees of the Employer at any point of time.
40. Audit and Technical Examination
Government shall have the right to cause an audit and technical examination of the
works and the final bill of the contract including all supporting vouchers, abstract etc. to
be made after payment of the final bill and if as a result of such audit and technical
examination any sum is found to have been overpaid in respect of any work done by the
contractor under the contract or any work claimed by him to have been done under the
contract and found not to, have been executed, the Contractor shall be liable to refund
the amount of overpayment and it shall be lawful for Government to recover the same
from him in the manner prescribed in clause 24 above and if it is found that the
Contractor was paid less than what was due to him, under the contract in respect of any
work executed by him under it, the amount of such under payment shall be duly paid by
Government to the Contractor.
41. Death or Permanent Invalidity of Contractor
If the Contractor is an individual or a proprietary concern, partnership concern, dies
during the currency of the contract or becomes permanently incapacitated, where the
surviving partners are only minors, the contract shall be closed without levying any
damages/ compensation as provided for in clause 28.2 of the contract agreement.
However, if the competent authority is satisfied about the competence of the survivors,
then the competent authority shall enter into a fresh agreement for the remaining work
strictly on the same terms and conditions under which the contract was awarded.
42. Jurisdiction
This contract has been entered into the State of Madhya Pradesh and its validity,
construction, interpretation and legal effect shall be subjected to the courts at the place
where this agreement is entered into. No other jurisdiction shall be applicable.
******(End of GCC)******
216
Contract Data
GCC
Clause
Particulars
Data
1.14
Employer
M.P. Audyogik Kendra
Vikas Nigam (Indore) Ltd.
1.15
Engineer
Assistant/Junior Engineer
1.16
Engineer in Charge
Executive Engineer
1.22
Stipulated Period of completion
11 months (including rainy
season)
3
Language & Law of Contract
English & Indian Contract
Act 1872 amended
4
Address & contact details of the Contractor
As per 'Annexure-H'
Address & contact details of the Employer/
Engineer – phone, Fax, e-mail
Executive Engineer
5
Subcontracting permitted for the Contract
Value
Not permitted
6
Technical Personnel to be provided by the
contractor – requirement, &
As per 'Annexure-I' (Format
I-3)
Penalty, if required Technical Personnel not
employed
Rs.50000/-per month
Specifications
As per 'Annexure - E'
Drawing
As per 'Annexure - N'
Competent Authority for deciding dispute
under Dispute Resolution System
Managing Director
Appellate Authority for deciding dispute
under Dispute Resolution System
Chairman, MPAKVN(I)
Ltd., Indore
Period for submission of updated construction
15 days
10
12
13
217
Free Press House , 3/54 Press
Complex, AB Road, Indore
Phone:- 0731-2556111 email:[email protected]
GCC
Clause
Particulars
Data
program
Amount to be withheld for not submitting
construction program in the prescribed period
Rs.1,00,000/-
14
Competent Authority for granting Time
Extension
Managing Director
15
Milestones laid down for the contract
Yes
If yes, details of Milestones
As per 'Annexure - O'
Liquidated Damage
As per 'Annexure - P'
List of equipment for lab
As per 'Annexure - Q'
17
Not Applicable
Time to establish lab
Not Applicable
Penalty for not establishing field Laboratory
Not Applicable
18
Defect Liability Period
36 Months after physical
completion of work
Note:- in accordance with
clause 18.3 GGCC), the
Engineer in Charge shall
intimate the contractor about
the cost assessed, for making
good the defects, and if the
contractor has not corrected
defects, action for correction,
of defects shall be taken by the
Engineer in Charge as below:
(a) deploy departmental labour
and material
Or
(b) engage a contractor by
issuing a work order at contract
rate/SOR rate
Or
(c) sanction supplementary
work in a existing agreement to
a contractor for zpnal works or
similar other work.
Or
(d) invite open tender
Or
(e) combination of above
21
Competent Authority for determining the rate
Managing Director or
218
GCC
Clause
Particulars
Data
officer appointed by him
27
Any other condition for breach of contract
None
28
Penalty
Penalty Shall include :
a. Security deposit as per
clause 30 of General
Conditions of Contract
and
b. Liquidated
Damages
imposed as per clause
15
or Performance
Security
(Guarantee)
including
Additional
Performance Security
(Guarantee), if any, as
per clause 29 of General
Conditions of Contract,
whichever is higher
Till issue of physical
completion certificate as per
clause 35.1
29
Performance guarantee (Security)shall be
valid up to
30
Security Deposit to be deducted from each
running bill
At the rate of 5%
Maximum limit of deduction of Security
Deposit
Up to 5% of final contract
Amount.
Price adjustment formula and procedure to
calculate
NOT APPLICABLE
Price adjustment shall be applicable
Price adjustment shall be
applicable only in case
where the amount in NIT is
more than Rs. 10 (Ten)
crore. This clause shall not
have any bearing with the
contract amount.
Clause 32.1 Mobilization and Construction
Machinery Advance Applicable
No
Mobilization
and
Construction
Machinery
Advance Payable
31
31.1.(1)
32
219
Annexure R
GCC
Clause
33
Particulars
Data
Clause 32.2 If yes, Unconditional Bank
Guarantee
In the format prescribed in
Annexure – S
Clause 32.3 If yes, Rate of interest chargeable
on advances
NA
Clause 32.4 If yes, Type & Amount of
Advance payment that can be paid
NA
Clause 32.5 If yes, Recovery of advance
NA
Clause 33.1 Secured Advance Applicable
Can be paid after partial
installation
but
before
testing and commissioning
Clause 33.2 if yes, Unconditional Bank
Guarantee
In the format prescribed in
Annexure – T
Clause 33.2 if yes, Amount of Secured
Advance
50% value of Material as
determined by the Engineer
in Charge against supply
and partial erection
Clause 33.3 if yes, Conditions for Secured
Advance
a) The material are inaccordance with the
specification for works:
b) Such materials have
been delivered to site,
and are properly stored
and protected against
damage or deterioration
to the satisfaction of the
Engineer.
The
contractor shall store the
bilk
material
in
measurable stacks:
c) The Contractor’s
records of the
requirement, orders,
receipt and use of
materials are kept in a
form approved by the
Engineer and such
records shall be
available for inspection
by the Engineer;
220
GCC
Clause
Particulars
Data
Clause 33.4 if yes, Recovery for Secured
Advance
d) The contractor has
submitted
with his
monthly statement the
estimated value of the
materials
on
site
together
with such
documents as may be
required by the engineer
for the purpose of
valuation
of
the
materials and providing
evidence of ownership
and payment thereof;
e) Ownership
of such
materials
shall
be
deemed to vest in the
employer for which the
contractor has submitted
an indemnity Bond in
an acceptable format;
and
f) The
quantity
of
materials
are
not
exceeding
monthly
payments to the extent
The advance shall be repaid
from
each
succeeding
monthly payments to the
extent materials (for which
advance was previously
paid)
have
been
incorporated into the works.
34
Payment Certificates
Monthly payments shall be
made after completion of
erection but before testing
and commissioning upto 80
% of the work done
35
Completion Certificate – after physical
completion of the Work
As per 'Annexure - U'
Final Completion Certificate – after final
payment on completion of the work
As per 'Annexure - V'
221
GCC
Clause
Particulars
Data
36
Competent Authority
Managing director,
MPAKVN(I) Ltd. Indore
39
Salient features of some of the major labour
laws that are applicable
As per Annexure – W
41
Competent Authority
Managing director,
MPAKVN(I) Ltd. Indore
222
Annexure-N
(See clause 10 of section 3 – GCC)
DRAWINGS
The scope of work is as per BOQ and the drawings mentioned below but not restricted to the
same and shall include all incidental work:-
S.No.
Description of Drawing
1
SLD for (1x5)MVA sub Station grid
Page No.
221
2
Layout of 33-11 KV Sub Station Grid
222
3
Layout of HT & LT distribution system
223
4
Chain Link Mesh Fencing for 33/11 KV Sub Station
224
5
Standard Drawing for Compound Gate
225
6
Standard Drawing for Yard Metalling
226
7
33/11 KV Control Room (6mtr x 5mtr)
227
8
Detail of WBM Road at 33/11 KV Sub Station
228
9
Typical Cross Section for 18 mtr road
229
10
Typical Cross Section for 24 mtr road
230
11
Layout for Signboard
231
223
224
225
226
227
228
229
230
231
232
233
234
235
236
237
238
Annexure-O
(See clause 15 of section 3 – GCC)
Details of Milestones
(1). Milestones to be achieved during the contract period
(1)
1/8th of the value of entire contract work up to 1/4 th of the period allowed for completion
of construction
(2) 3/8th of the value of entire contract work up to 1/2 of the period allowed for completion of
construction
(3) 1/2nd of the value of entire contract work up to 1/4 th of the period allowed for completion
of construction
239
Annexure-P
(See clause 15 of section 3 – GCC)
Compensation for Delay
If the contractor fails to achieve the milestones, and the delay in execution of work is attributable to
the contractor, the Employer shall retain an amount from the sums payable and due to the contractor
as per following scale –
i.
Slippage up to 25% in financial target during the milestone under consideration — 2.5% of
the work remained unexecuted in the related time span.
ii.
Slippage exceeding 25% but up to 50% in financial target during the milestone under
consideration — 5% of the work remained unexecuted in the related time span.
iii.
Slippage exceeding 50% but up to 75% in financial target during the milestone under
consideration— 7.5% of the work remained unexecuted in the related time span.
iv.
Slippage exceeding 75% in financial target during the milestone under consideration— 10%
of the work remained unexecuted in the related time span.
Note:
For arriving at the dates of completion of time span related to different milestones,
delays which are not attributable to the Contractor shall be considered. The slippage
on any milestone is if made good in subsequent milestones or at the time of
stipulated period of completion, the amount retained as above shall be refunded. In
case the work is not completed within the stipulated period of completion along with
all such extensions which are granted to the Contractor for either employer default
240
or Force Majeure, the compensation shall be levied on the contractor at the rate of
0.05% per day of delay limited to a maximum of 10% of contract price.
The decision of MANAGING DIRECTOR, MPAKVN(I) Ltd., Indore shall be final and
binding upon both the parties.
Annexure-Q
(See clause 17 of section 3 – GCC)
List of Equipment for Quality Control Lab
SAME AS MENTIONED IN TESTING EQUIPMENT LIST
241
Annexure-R
(See clause 31 of section 3 – GCC)
Price Adjustment
(NOT APPLICABLE)
The formulas for adjustment of price are as follow:
R= Value of work as defined in Clause 31.2(3) of General Conditions of Contract
Weightages* of component in the work
Sr.
No
Component
1
Cement – Pc
2
Steel – Ps
3
Bitumen- Pb
4
POL - Pf
Percentage of
component in the work
* Weightages of various components of the work shall be as determined by competent technical
sanction authority.
Adjustment for cement component
(ii) Price adjustment for increase or decrease in the cost of Cement procured by the
contractor shall be paid in accordance with the following formula:
Vc =
0.85x Pc/100 x R x (C1-C0)/C0
Vc=
Increase or decrease in the cost of work during the month under consideration due to
changes in rates for cement.
Co=
The all India wholesale price index for Grey cement on the date of opening of Bids
as published by the Ministry of Industrial Development, Government of India, New
Delhi. (www.eaindustry.nic.in)
242
C1=
The all India average wholesale price index for Grey cement for the month under
consideration as published by the Ministry of Industrial Development, Government
of India, New Delhi. (www.eaindustry.nic.in)
Pc=
Percentage of cement component of the work
Note: For the application of this clause, index of Grey Cement has been chosen to represent
Cement group.
Adjustment for Steel component
(iii) Price adjustment for increase or decrease in the cost of Steel procured by the contractor
shall be paid in accordance with the following formula:
Vs =
0.85x Ps/100 x R x (S1-S0)/S0
Vs=
Increase or decrease in the cost of work during the month under consideration due to
changes in rates for steel.
So=
The all India wholesale price index for Grey steel (Bars and Roads) on the date of
opening of Bids as published by the Ministry of Industrial Development,
Government of India, New Delhi. (www.eaindustry.nic.in)
Si =
The all India average wholesale price index for Grey steel (Bars and Roads) for the
month under consideration as published by the Ministry of Industrial Development,
Government of India, New Delhi. (www.eaindustry.nic.in)
Pc=
Percentage of steel component of the work
Note: For the application of this clause, index of Bars and Roads has been chosen to
represent steel group.
Adjustment for bitumen component
(iv)Price adjustment for increase or decrease in the cost of bitumen shall be paid in
accordance with the following formula:
Vb =
0.85x Pb/100 x R x (B1-B0)/B0
Vb=
Increase or decrease in the cost of work during the month under consideration due to
changes in rates for bitumen.
Bo=
The Official retail price of bitumen at the IOC depot at nearest centre on the data of
opening of Bids.
Bi =
The Official retail price of bitumen at the IOC depot at nearest centre for the 15th day
of the month under consideration.
Pb=
Percentage of bitumen component of the work
Adjustment for POL (fuel and lubricant) component
(v)Price adjustment for increase or decrease in the cost of POL (fuel and lubricant)shall be
paid in accordance with the following formula:
Vf =
0.85x Pf/100 x R x (Fi-F0)/F0
Vf=
Increase or decrease in the cost of work during the month under consideration due to
changes in rates for fuel and lubricants.
243
Fo=
The Official retail price of High Speed Diesel at the existing consumer pumps of
IOC at nearest centre on the data of opening of Bids.
Fi =
the Official retail price of HSD at the existing consumer pumps of IOC at nearest
centre for the 15th day of the month under consideration.
Pb=
Percentage of fuel and lubricant component of the work.
Note: For the application of this clause, the price of High Speed Diesel has been chosen to
represent fuel and lubricant group.
Annexure-S
(See clause 32 of section 3 – GCC)
Bank Guarantee Form for Mobilization and Construction Machinery
(NOT APPLICABLE)
To
______________________(Name of Employer)
_______________________(Address of Employer)
_______________________(Name of Contractor)
In accordance with the provisions of the General Conditions of Contract, clause 31 ("Mobilization
and
Construction
Machinery
Advance")
of
the
above-mentioned
contract
__________________[name and address of Contractor] (hereinafter called “the Contractor") shall
deposit with ______________ [name of Employer] a bank guarantee to guarantee his proper and
faithful performance under the said Clause of the Contract in an amount of
_______________[amount of Guarantee]*_________________(in words).
We, the _______________[bank of financial institution], as instructed by the Contractor, agree
unconditionally and irrevocably to guarantee as primary obligator and not as surety merely, the
payment to _________________[name of Employer] on his first demand without whatsoever right
of obligation on our part and without his first claim to the Contractor, in the amount not exceeding
____________[amount of guarantee]* ___________________________[in words].
We further agree that no change or addition to or other modification of the terms of the Contractor
or Works to be performed there under or of any of the Contract documents which may be made
between __________________[name of Employer] and the contractor, shall in any way release us
from any liability under this guarantee, and we hereby waive notice of any such change, addition or
modification.
This guarantee shall remain valid and in full effect from the date of the advance payment under the
Contract until _________________ [name of Employer] receives full repayment of the same
amount from the Contractor.
Yours truly,
Signature and seal :_______________________________________
Name of Bank/Financial Institution:______________________
244
Address:____________________________________
Data:_____________________________________
* An amount shall be inserted by the bank or financial institution representing the amount of the
advance payment, and denominated Indian Rupees.
Annexure-T
(See clause 33 of section 3 – GCC)
Indenture for Secured Advance
(NOT APPLICABLE)
This
indenture
made
the
____________________________day
of
20___
Between____________(hereinafter called the contractor which expression shall where the context
so admits or implies be deemed to include his executors, administrators and assigns) or the one part
and
the
Employer
of
the
other
part.
Whereas
by
an
agreement
dated__________________(hereinafter called the said agreement) the contractor has agreed.
AND WHEREAS the contractor has applied to the employer that he may be allowed advance on
the security of materials absolutely belonging to him and brought by him to the site of the works
the subject of the said agreement for use in the construction of such of the works as he has
undertaken to executive at rates fixed for the finished work (inclusive of the cost of materials and
labour and other charges)
AND WHEREAS the employer has agreed to advance to the contractor the sum of rupees
_____________
On the security of materials the quantities and other particular of which are details in account of
secured advance attached to the running account bill for the said works signed by the contractor
on_______________and the employer has reserved to himself the option of making any further
advance or advance on the security of other materials brought by the contractor to the site of the
said works.
Now THIS INDENTURE WITNESSETH that in pursuance of the said agreement and in
consideration of the sum of rupees__________________on or before the execution of these present
paid to the contractor by the employer (the receipt where of the contractor doth hereby
acknowledge) and of such further advance (if any) as may be made to him as a for said the
contractor doth hereby covenant and agree with the president and declare as follows:
That the said sum of Rupees______________ so advance by the employer to
1) The contractor as aforesaid and all or any further sum of sum advance as aforesaid shall be employer
by the contractor in or towards expending the execution of the said works and for no other purpose
whatsoever.
2) That the materials details in the said account of secured advance which have been offered to and
accepted by the employer as security are absolutely the contractor’s own propriety and free from
encumbrance of any kind and the contractor will not make any application for or receive a further
245
advance on the security of materials which are not absolutely his own property and free from
encumbrances of any kind and the contractor indemnified the employer against all claims to any
materials in respect of which an advance has be made to him as aforesaid.
3) That the materials detailed in the said account of secured advance and all other materials on the
security of which any further advance or advance may hereafter be made as aforesaid (Hereafter
called the said materials) shall be used by the contractor solely in the execution of the said works in
accordance with the directions of the Engineer.
4) That the contractor shall make at his own cost all necessary and adequate arrangement for the proper
watch, safe custody and protection against all risks of the said materials and that until used in
construction as aforesaid the said materials shall remain at the site of the said works in the
contractor’s custody and on his own responsibility and shall at all times be open to inspection by
the engineer or any officer authorized by him. In the event of the said materials or any part thereof
being stolen, destroyed or damaged or becoming deteriorated in a greater degree than is due to
reasonable use and wear thereof the contractor will forthwith replace the same with other materials
of like quality or repaid and make good the same required by the Engineer.
5) That the said materials shall not be removed from the site of the said works except with the written
permission of the engineer or an officer authorized by him on that behalf.
6) That the advance shall be repayable in full when or before the contract receives payment from the
employer of the employer of the price payable to him for he said works under the terms and
provision of the said agreement. Provided that if any intermediate payments are made to the
contractor on account of work done than on the occasion of each such payment the employer will
be at liberty to make a recovery from the contractor’s bill for such payment by deducting there
from the value of the said materials than actually used in the construction and in respect of which
recovery has not been made previously, the value for this purpose being determined in respect of
each description of materials at the rates at which the amounts of the advances made under these
presents were calculated.
7) That if the contractor shall at any time make any default in the performance or observance in any
respect of any of the terms and provisions of the said agreement or of these presents the total
amount of the advance or advances that may still be owing of the employer shall immediately on
the happening of such default be repayable by the contractor to be the employer together with
interest thereon at twelve percent per annum from the date or respective dates of such advance or
advances to the date of repayment and with all costs, charges, damages and expenses incurred by
the employer in or for the recovery thereof or the enforcement of this security or otherwise by
reason of the default of the contractor and the contractor hereby covenants and agrees with the
employer to reply and pay the same respectively to him accordingly.
8) That the contractor hereby charges all the said materials with the repayment to the employer of the
said sum of rupees_____________________and any further sum of sum advance as aforesaid and
all costs, charges, damages and expenses payable under these presents PROVIDED ALWAYS and
it is hereby agreed and declared that notwithstanding anything in the said agreement and without
prejudice to the power contained therein if and whenever the covenant for payment and repayment
here-in-before contained shall become enforceable and the money owing shall not be paid in
accordance there with the employer may at any time thereafter adopt all or any of the following
courses as he may deem best:
246
a. Seize and utilize the said materials or any part thereof in the completion of the said works on behalf
of the contractor in accordance with the provision in that behalf contained in the said agreement
debiting the contractor with the actual cost of effecting such completion and the amount due to the
contractor with the value of work done as if he had carried it out in accordance with the said
agreement and at the rates thereby provided. If the balance is against the contractor, he is to pay
same to the employer on demand.
b. Remove and sell by public auction the seized materials or any part thereof and out of the money
arising from the sale retain all the sums aforesaid repayable or payable to the employer under these
presents and pay over the surplus (if any) to the contractor.
c. Deduct all or any part of the moneys owing out of the security deposit or any sum due to the
contractor under the said agreement.
9) That expect in the event of such default on the part of the contractor as aforesaid interest on the said
advance shall not be payable.
10) That in the event of any conflict between the provisions of the these presents and the said
agreement the provisions of these presents shall prevail and in the event of any dispute or
difference arising over the construction or effect of these presents the settlement of which has been
here-in-before expressly provided for the same shall be referred to the employer whose decision
shall be final and the provision of the Indian Arbitration Act for the time being in force shall apply
to any such reference.
Annexure –U
(See clause 35 of section 3-GCC)
Physical Completion Certificate
247
Name of Works:
Agreement
No._______________________________________________________Date___________________
______________
Amount of Contract Rs._________________________________________________
Name of
Agency:_________________________________________________________________________
____________________
Used MB No.____________________________________________________________________
Last measurement recorded
a. Page No. & MB No.___________________________________
b. Data___________________________________________________
Certified that the above mentioned work was physically completed
on___________________________(date)
And taken over on _____________________(date) and that I have satisfied myself to best of my
ability that the work has been done properly.
Date of issue
Executive Engineer
Annexure –V
(See clause 35 of section 3-GCC)
Final Completion Certificate
248
Name of Works:
Agreement
No._______________________________________________________Date___________________
______________
Amount of Contract Rs._________________________________________________
Name of
Agency:_________________________________________________________________________
____________________
Used MB No.____________________________________________________________________
Last measurement recorded
a. Page No. & MB No.___________________________________
b. Data___________________________________________________
Certified that the above mentioned work was physically completed
on___________________________(date)
And taken over on _____________________(date)
Agreement amount Rs.___________________________
Final Amount paid to contractor Rs___________________
Incumbency officers for the work
I have satisfied myself to best of my ability that the work has been done properly
Date of issue
Executive Engineer
249
Annexure –W
(See clause 39 of section 3-GCC)
Salient Features of Some Major Labour Laws Applicable
a. Workman Compensation Act 1923:- The Act provided for compensation in case of injury
by accident arising out of and during the course of employment.
b. Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on
satisfaction of certain conditions on separation if an employee has completed the prescribed
minimum years (say, five years) of services or more or on death the rate of prescribed
minimum days’ (say, 15 days) wages for every completed year of service. The Act is
applicable to all establishments employing the prescribed minimum number (say, 10) or
more employees.
c. Employee P.F. and Miscellaneous Provision Act 1952: The Act Provides for monthly
contributions by the employer plus workers at the prescribed (say. 10% or 8.33%). The
benefits payable under the Act are:
i.
Pension or family pension on retirement or death as the case may b.
ii.
Deposit linked insurance on the death in harness of the worker.
iii.
Payment of P.F. accumulation on retirement/ death etc.
d. Maternity Benefit Act 1951:The Act Provides for leave and some other benefits to woman
employees in case of confinement or miscarriage etc.
e. Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain
welfare measures to be provided by the contractor to contract labour and in case the
contractor fails to provide, the same are required to be provided, by the principal employer
by law. The principal employer is required to take certificate of registration and the
contractor is required to take license from the designated officer. The Act is applicable to
the establishments or contractor of principal employer if they employ prescribed minimum
(say 20) or more contract labour.
f.
Minimum Wages Act 1948: The Employer is to pay not less than the minimum wages
fixed by appropriate Government as per provisions of the Act if the employment is a
scheduled employment. Construction of building, roads, runways is scheduled employment.
g. Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid,
when it will be paid and what deductions can be made from the wages of the workers.
h. Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of
equal nature to male and female workers and for not making discrimination against female
employees in the matters of transfers, training and promotions etc.
i.
Payment of Bonus Act 1965: The Act applicable to all establishments employing
prescribed minimum (say, 20) or more workman. The Act provided for payments of annual
bonus within the prescribed range of percentage of wages to employees drawing up to the
prescribed amount of wages, calculated in the prescribed manner. The Act does not apply to
certain establishments. The newly set-up establishments are exempted for five years in
certain circumstances. States may have different number of employment size.
250
j.
Industrial Disputes Act 1947: The Act lays down the machinery and procedure for
resolution of industrial disputes, in what situations a strike or lock-out becomes illegal and
what are the requirements for laying off or retrenching the employees or closing down the
establishment.
k. Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishment
employing prescribed minimum (say, 100 or 50). The Act provides for laying down rules
governing the conditions of employment by the employer on matters provided in the Act
and gets these certified by the designated Authority.
l.
Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions
of workmen and employers. The Trade Unions registered under the Act have been given
certain immunities from civil and criminal liabilities.
m. Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of
children below 14 years of age in certain occupations and processes and provides for
regulation of employment of children in all other occupations and processes. Employment
of child labour is prohibited in building and construction industry.
n. Inter-State Migrant Workmen’s (Regulation of Employment & Condition of Services)
Act 1979: The Act is applicable to an establishment which employs prescribed minimum
(say, five) or more inter-state migrant workmen through an intermediary (who has recruited
workmen in one state for employment in the establishment situated in another state). The
inter-state migrant workmen, in an establishment to which this Act becomes applicable, are
required to be provided certain facilities such as housing, Medical-Aid, Travelling expenses
from home upto the establishment and back etc.
o. The Building and Other Construction Workers (Regulation of Employment and
Conditions of Services) Act 1996 and the cess Act of 1996: All the establishments who
carry on any building or other construction work and employs the prescribed minimum
(say,10) or more workers are covered under this Act. All such establishment are required to
pay cess at the rate not exceeding 2% of the cost of construction as may be modified by the
Government. The Employer of the establishment is required to provide safety measures at
the building or construction work and other welfare measure, such as canteens, first-aid
facilities, ambulance, housing accommodation for workers near the work place etc. the
employer to whom the Act applies has to obtain a registration certificate from the
registering officer appointed by the Government.
p. Factories Act 1948: The Act lays down the procedure for approval of plans before setting
up a factory, health and safety provisions, welfare provisions, working hours, annual earned
leave and rendering information regarding accidents or dangerous occurrences to designated
authorities. It is applicable to premises employing the prescribed minimum (say, 10) persons
or more with aid of power another prescribed minimum (say,20) or more persons without
the aid power engaged in manufacturing process.
251
SECTION 3
Condition of Contract
Part-II Special Condition of Contract [SCC]
1.
The department reserves the right to change the key dates of the tender process.
2.
Payment will be made on satisfactory execution of work.
3.
The validity period of tenders shall be 120 days.
4.
Being labour work tender and as per the section 35(1) of MP commercial tax
act deduction for commercial tax shall be made from bill of the contractor @ 2.30%
and as per corrigendum issued from time to time and certificate shall be issued on
form 42.
5.
In case of any accident entire liability shall be with the contractor and no
payment/compensation shall be paid by the department.
6.
The basis of item rates in form B
7.
Interested tenderers may contact Executive Engineer MPAKVN (I) Ltd., Indore
for obtaining details of work proposals or for inspection of works site.
8.
All the terms and condition mentioned in MPPKVVCO LTD schedule of rates/
manual shall be binding on the contractor.
9.
Cost of work mentioned in the tender is estimated cost and this amount and
quantity of items of work mentioned in the schedule may be reduced or increased as
per requirement of site.
10. The payment of final bill of the contractor shall be made after submission of no
royalty due certificate issued by the District Collector
11.
In case of requirement, dewatering work in road work it shall have to be done
by the contractor at his own cost.
12.
All material to be provided by the contractor shall be ISI marked and as per the
enclosed vendor’s list. The sample of all the materials shall have to be approved
from the Engineer-in-Charge /Consultant before placing orders for their supply.
13.
The machineries/ equipment related to these items required at site shall be
brought to the site within 30 days from the date of issue of work order or as directed
by Engineer-in-charge.
252
14.
The contractor shall be responsible for the performance of the contract and
maintenance of the work carried out by him for a period of 2 (TWO) years which
shall be counted form the date of actual completion of work as per requirement of
MPAKVN(I) LTD. after handing over of the entire distribution system.
15.
Department has engaged the services of a Project Management Consultant for
supervision and quality control of the proposed works. The contractor shall make
available to the consultant full access to the site of work, quarries and the site testing
laboratory for supervision and testing. All views and opinion as given by the
consultant shall be followed in full. The consultant may also independently carry out
testing of materials and finished items at the cost of the contractor, which shall be
binding to the contractor. In case of any difference of opinion the decision of the
Engineer-in-Charge shall be final.
16.
Since the work is for SEZ
the provisions of SEZ Act 2005 and Indore SEZ
Act 2003 (amended) are applicable for tax and duties concessions and contractor
while bidding financial bid shall consider all such tax exemptions .It would be the
sole responsibility of the contractor to obtain such tax exemptions on material and
services from the competent authority and AKVN will only facilitate the same,
however AKVN shall not be responsible or pay any extra amount in case the
contractor is unable to avail such concessions.
17.
After completion of work entire work is to be handed over to O&M agency of
MPAKVN(I) LTD. with joint handing over report
as per requirement of
MPAKVN(I) LTD.
18.
Central Electricity Authority (Technical Standards for construction operation
and maintenance of Electrical Plants and Electrical Lines) Regulations No 2010
CEA/TETD/MP/02/2011 are binding on the selected contractor.
19.
Central Electricity Authority (Safety requirements of construction operation and
maintenance of Electrical Plants and Electrical Lines) Regulations 2011 no
CEA/TETD/MP/R/2010 are binding on the selected contractor.
253
20.
Provisions of The Electricity Act 2003 are binding on the Contractor.
21.
A class electrical contractors test report and all permissions from MP Licensing
board is mandatory before commencing work at site and for commissioning of the
HT/LT system.
22.
Coordination with MPAKVN(I) LTD. and approval of all
drawings ,
specifications, pre dispatch inspection of material at manufacturers works by
MPAKVN(I) Ltd. representative and approval of all material used in the scope of
work of the contractor. All testing charges and such arrangements for inspection
shall be made by contractor.
23.
Interested bidders are advised to visit site before bidding as this is addition to
existing system.
254
SECTION 4
BILL OF QUANTITES (BOQ)
General Description of Work:
Supply, installation, testing and commissioning of 33/11 KV External electrification
work for new industrial area at Relwa Khurd district Barwani
Probable Amount of Contract: (Rs.In Figure) Rs. 3,73,60,000/(Rs. In Words) Rupees Three Crore seventy three lakh sixty thousand only.
SUMMARY OF
33/11 KV External electrification work for new industrial area at Relwa Khurd district Barwani
SR
.
NO
.
1
PAR
T
UNI
T
QT
Y.
RATE
AMOUN
T
CIVIL AND LAND (SUBSTATION GRID
AREA)
A
JOB
1
3120078
3120078
2
1x5 MVA SUBSTATION GRID
B
JOB
1
1255191
2
1255191
2
3
33 KV AND 11 KV LINE (WHOLE
DOUBLE CIRCUIT & SINGLE CIRCUIT
LINE)
C
JOB
1
1578676
0
1578676
0
4
COMPOSITE AND LT LINE
D
JOB
1
5901915
5901915
DESCRIPTION OF WORK
3736066
5
TOTAL AMOUNT (Part A+B+C+D)
255
AMOUNT in word
Thirty one lakh
twenty thousand
seventy eight
One crore twenty
five lakh fifty one
thousand nine
hundred twelve
One crore fifty
seven lakh eighty
six thousand
seven hundred
sixty
Fifty nine lakh one
thousand nine
hundred fifteen
Three crore
seventy three
lakh sixty
thousand six
hundred sixty
five
PART-A
BOQ FOR 33/11KV EXTERNAL ELECTRIFICATION WORK FOR NEW INDUSTRIAL
AREA AT RELWA KHURD DISTRICT BARWANI
LAND AND CIVIL WORKS
SR.
NO
.
1
2
UNIT
QT
Y
Land
Fencing of S/s land with barbed wire using PCC
Pole of 2000mm length..Erection of pole on
concreting foundation with ratio 1:3:6(pit size
450x450x500).Distance between pole to pole
2000mm.
Yard fencing with chain link mesh of size (75x75x8
SWG) over RCC beam of 200mm size (as per
drawing no. Misc.-5)
LS
Rm
LS
145
0
802
0
116290
0
One lakh sixteen
thousand two
hundred ninety
Rm
175
4811
841925
4
MS Main and wicket gate on RCC column, using ms
pipe of size 50x50x2mm and 25x25x2mm including
all necessary arrangement (as per drawing no. Misc.6)
job.
1
66825
66825
Eight lakh forty
one thousand
nine hundred
twenty five
Sixty six
thousand eight
hundred twenty
five
5
Yard leveling and metalling of substation area
including one layer of 6mm down crushed stone
40mm below of ground level ,one layer of sand
crusher dust with cement of ratio 1:2:17 above 75mm
from ground level and above this layer 80mm thick
layer of 63mmMetal (as per drawing no. Misc.-10)
Toilet for staff and consumers of 2000x1600mm size
including with septic tank and all associated work
complete
job.
1
529254
529254
Five lakh twenty
nine thousand
two hundred fifty
four
Nos.
1
104247
104247
7
MS sheet sign board, bay indication board & RYB
Phase indication board (as per drawing no. Misc.-7)
Nos.
1
15370
15370
One lakh four
thousand two
hundred forty
seven
Fifteen thousand
three hundred
seventy
8
Approach road with hume pipe culvert (as per
drawing no. Misc. -13)
Nos.
1
80190
80190
Eighty thousand
one hundred
ninety
9
Control room of size (5 mtr x 6mtr) and internal
electrification work of control room (as per drawing
no. 3)
Nos.
1
735075
735075
Seven lakh thirty
five thousand
seventy five
10
60 Mtr. Deep 150 mm Dia Tube well including all
associated work, complete
Nos.
1
173745
173745
One lakh
seventy three
thousand seven
hundred forty
five
11
1000 Ltr P/F Sintex overhead tank & GI pipe fitting
for water supply including providing water tap near
transformer neutral earthing
Nos.
1
100238
100238
One lakh two
hundred thirty
eight
3
6
PARTICULARS
256
RATE
AMOUN
T
AMOUNT in
word
12
13
14
15
Providing & fixing 2HP submersible pump with
pipe’s, clamp , cable and all necessary fittings for
60mtr. Deep And 150mm dia. Tube well
Nos.
1
106920
106920
One lakh six
thousand nine
hundred twenty
Providing & fixing perforated cable tray 300mm
width & 2mm thick fixed on 45x45x5mm MS angle
grouted in C.C. 1:24 pit of size 600x600mm below
450mm from yard level and above 150mm from yard
level, pit to pit distance for laying of tray 2500mm
Fire fighting Arrangement and equipment fixed on
MS stand of size 1100x1500 with 65x65x6mm angle
including hanging arrangement for GI bucket of 16
ltr. Capacity, grouted in pit of size 400x400mm,on
area of 2500x2000mm including brick masonry
work(100mm thick) up to 300mm above ground level
and 300mm below ground level with sand filling
Construction of RCC Cable Trench with cover in
yard approximate 750x650mm size with angle of
65x65x5mm at one meter distance each as decided by
Engineer-in-charge of MPPKVVCL and consultant
Mtr.
50
1778
88900
Eighty eight
thousand nine
hundred
Job.
1
27399
27399
Twenty seven
thousand three
hundred ninety
nine
Mtr.
100
1337
133700
One lakh thirty
three thousand
seven hundred
TOTAL AMOUNT PART-A
3120078
257
Thirty one lakh
twenty
thousand
seventy eight
PART-B
BOQ FOR 33/11KV EXTERNAL ELECTRIFICATION WORK FOR NEW INDUSTRIAL AREA AT
RELWA KHURD (M.P.)
(1X5) MVA SUBSTATION GRID (PART-B)
SR.
NO
.
1
PARTICULARS
Supply, installation, testing &
commissioning of 33/11 KV, 5 MVA
Power Transformer with OFF LOAD
TAP CHANGER of manufacture
design to be approved from consultant
with all necessary arrangement of
clamp, connector, interconnection,
earthing, operating, fixing,
arrangement for neutral support on
existing structure and concreting (with
ratio 1:3:6) of foundation of
Transformer @15cmt per foundation
as decided by Engineer-in-charge of
MPPKVVCL and consultant)
Including (a)Approval of estimate
from MPPKVVCO LTD, Comparison
of the BOQ in the tender with
sanctioned estimate , approval by
MPAKVN (I) Ltd authority and final
(b)Testing of entries installation as per
IE rule 1956(amended) HI-Pot Testing
and IR testing of cable/wire
/conductor through MPAKVN
approved agency and final approved
from electrical inspector for
charging(c) Handing over the system
to MPPKVVCO with as built drags
UNIT
Nos.
QUANTITY
SUBS
TATI
SUBS
ON
TATI
DP
STRU
ON
STR
CTUR
EQU
UCT
E&
IPM
URE
BUSB
ENT
FOR
AR
5MV
33/11
ARRA
A XKV
NGE
mer
MEN
T
1
0
0
258
TOTAL
QTY.
1
RATE
325844
0
AMOUNT
3258440
AMOUNT
in word
Thirty two
lakh fifty
eight
thousand
four
hundred
forty
2
3
4
5
Supply, installation, testing &
commissioning of 33KV VCB (for
incomer) with CT having ratio 300150/5 with 0.5 class accuracy and
concreting (with 1:3:6) of foundation
for VCB @3.5cmt per foundation and
Control & relay panel comprising of
combined O/C & EFR aux relay for
Bucholze transformer diff protection,
annunciation and alarm system
I.L.P.B with required structure &
arrangement for control & relay cable
etc. as per manufacturer design as
decided by Engineer-in-charge of
MPPKVVCL and consultant
Supply, installation, testing &
commissioning of 33KV VCB with
CTs having ratio 200-150/5 with 0.5
class accuracy and concreting (with
1:3:6) of foundation for VCB
@3.5cmt per foundation and Control
& relay panel comprising of combined
O/C & EFR aux relay for Bucholze
transformer diff protection,
annunciation and alarm system
I.L.P.B with required structure &
arrangement for control & relay cable
etc. capable for full requirement for
parallel operation with all necessary
arrangement of clamp, connector,
interconnection, earthing, operating
handle fixing arrangement on existing
structure as decided by Engineer-incharge of MPPKVVCL and consultant
Supply, installation, testing &
commissioning of 11KV VCB (for
transformer protection with 2 core oil
immersed CTs having ratio 300-150/5
with 0.5 class accuracy) and
concreting (with 1:3:6) of foundation
for VCB @3.5cmt per foundation and
Control & relay panel with required
structure & arrangement as per
manufacture design as decided by
Engineer-in-charge of MPPKVVCL
and consultant.
Supply, installation, testing &
commissioning of 11KV VCB (for
feeder protection with oil immersed
CTs having ratio 200/100/5) with auto
re-closure and 2 nos. Control & relay
panel with required structure &
arrangement on R.C.C Foundation
@3.50cmt as per manufacturer design
as directed/decided by Engineer-incharge of MPPKVVCL and
consultant.
Nos.
1
0
0
1
340848
340848
Three lakh
forty
thousand
eight
hundred
forty eight
Nos.
1
0
0
1
334005
334005
Three lakh
thirty four
thousand
five
Nos.
1
0
0
1
216700
216700
Two lakh
sixteen
thousand
seven
hundred
Nos.
3
0
0
3
274277
822831
Eight lakh
twenty two
thousand
eight
hundred
thirty one
259
Supply, installation, testing &
commissioning of 11/0.433 KV 100
KVA Transformer (conventional
type) for Station X'mer at 33/11 KV
GRID, D.T.R Metering as per
specification of LT 3phase 4 wire
3x240 volts Ib=5Amps Imax x
10Amps trivectore meter class of
accuracy 0.5 sec.DLMS compliant
category A meters along with GSM
(GPRS compatible) modems with box
on pole mounting S/s of as per
MPPKVVCL drawing with all
necessary arrangement of clamp,
connector, interconnection, earthing,
operating handle fixing arrangement
on existing structure as decided by
Engineer-in-charge of MPPKVVCL
and consultant
Supply, installation, testing &
commissioning of ACDB one no. &
DCDB one no. with I/c & O/g M.C.B.
for 33/11 KV (1 x 5) MVA grid
substation & all the connecting D.B.
for meter with stand and all necessary
arrangement of clamp, connector
,interconnection , earthing etc.
Nos.
1
0
0
1
164069
164069
One lakh
sixty four
thousand
sixty nine
Set
1
0
0
1
24658
24658
Twenty four
thousand
six hundred
fifty eight
8
Supply, Installation, Testing and
Commissioning of H.T. Electronic
Meter with TTB (Test Terminal
Block) for S/s metering 3-phase 4wire 3x63.5 Volts Ib=5amps
Imax=10amps, HT trivector meter
class of accuracy 0.5s DLMS
Compliant category A meters along
with GSM (GPRS compatible)
modems, as decided by Engineer-incharge of MPPKVVCL and consultant
Nos.
6
0
0
6
19152
114912
One lakh
fourteen
thousand
nine
hundred
twelve
9
Supply, Installation, Testing and
Commissioning of 11KV Capacitor
Bank 1500 KVAR with all associated
equipment i.e. Cap. Unit , CT, RVT,
LA, Isolator & structure (foundation
of 3.50cmt) for equipment type I/c
protection (auto type) as decided by
Engineer-in-charge of MPPKVVCL
and consultant
Supply, Installation, Testing and
Commissioning of 30 Volts 100AH
Lead acid Battery with charger,
required stand and all necessary
arrangement of clamp, connector,
interconnection, earthing as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Nos.
1
0
0
1
104566
4
1045664
Ten lakh
forty five
thousand
six hundred
sixty four
Nos.
1
0
0
1
48475
48475
Forty eight
thousand
four
hundred
seventy
five
6
7
10
260
11
12
13
14
15
16
Supply, Installation, Testing and
Commissioning of 33KV Isolator
(600A) switch without earth switch
complete with all necessary
arrangement of clamp, connector
,interconnection , earthing, operating
handle fixing arrangement as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing and
Commissioning of 11KV Isolator
(800A) switch without earth switch
complete with all necessary
arrangement of clamp, connector
,interconnection , earthing, operating
handle fixing arrangement as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing and
Commissioning of 27KV Gapless
type (30KA) Polymer Lightning
Arrestors (L.A.) for 33/11 KV S/s
complete with all necessary
arrangement of clamp, connector
,interconnection , earthing as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing and
Commissioning of 9KV Gapless type
(10KA) Polymer Lightning Arrestors
(L.A.) for 33/11 KV S/s complete
with all necessary arrangement of
clamp, connector ,interconnection ,
earthing etc.
Supply, Installation, Testing and
Commissioning of 33KV oil
immersed 3 phase 4wire CT-PT
Metering units having ratio
400/200/5 with 0.5 class accuracy
with control & relay cable and all
necessary arrangement of clamp,
connector ,interconnection , earthing
as decided by Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing and
Commissioning of 3-phase 11KV CTPT Metering unit with control &
relay cable and all necessary
arrangement of clamp, connector
,interconnection , earthing as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Set
5
0
0
5
32998
164990
One lakh
sixty four
thousand
nine
hundred
ninety
Set
8
0
0
8
19580
156640
One lakh
fifty six
thousand
six hundred
forty
Nos.
12
0
0
12
4210
50520
Fifty
thousand
five
hundred
twenty
Nos.
12
0
0
12
1724
20688
Twenty
thousand
six hundred
eighty eight
Nos.
3
0
0
3
85376
256128
Two lakh
fifty six
thousand
one
hundred
twenty
eight
Nos.
4
0
0
4
60116
240464
Two lakh
forty
thousand
four
hundred
sixty four
261
17
18
19
20
21
22
23
24
25
Supply, Installation, Testing and
Commissioning of Outdoor type
33KV/110V single phase potential
transformer (PT) for all three phase
used as per MPPKVVCL's
specifications with all necessary
arrangement of clamp, connector,
interconnection, earthing, as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing and
Commissioning of Outdoor type
11KV/110V single phase potential
transformer (PT) as per
MPPKVVCL's specifications with all
necessary arrangement of clamp,
connector, interconnection , earthing
Supply, Installation, Testing and
Commissioning of 70Sqmm single
core XLPE insulated un-armoured
aluminium conductor cable
Supply, Installation, Testing and
Commissioning of 4-core 16Sqmm
PVC cable
Nos.
3
0
0
3
21451
64353
Sixty four
thousand
three
hundred
fifty two
Nos.
3
0
0
3
11013
33039
Thirty three
thousand
thirty nine
Nineteen
thousand
two
hundred
Sixteen
thousand
four
hundred
Seven
thousand
Mtr.
0
0
300
300
64
19200
Mtr.
0
0
200
200
82
16400
Supply, Installation, Testing and
Commissioning of 2-core 2.5Sqmm
PVC cable
SITC of control cable :(a) 2.5sqmm 8 core Un-armoured
Mtr.
0
0
200
200
35
7000
Mtr.
800
0
0
800
164
131200
(b) 2.5sqmm 4 core Un-armoured
Mtr.
400
0
0
400
84
33600
(c) 2.5sqmm 2 core Un-armoured
Mtr.
200
0
0
200
48
9600
Supply and Installation of Tee clamps
& P.G. Clamps as decided by
Engineer-in-charge of MPPKVVCL
and consultant
Supply and Installation of Bi- metallic
clamps as decided by Engineer-incharge of MPPKVVCL and consultant
Nos.
100
0
0
100
588
58800
Nos.
100
0
0
100
588
58800
Supply, Installation, Testing and
Commissioning of Sodium Vapour
Lamp with 250 watt Lamp complete
with all necessary arrangement
Nos.
5
0
0
5
10010
50050
262
One lakh
thirty one
thousand
two
hundred
thirty three
thousand
six hundred
Nine
thousand
six hundred
Fifty eight
thousand
eight
hundred
Fifty eight
thousand
eight
hundred
Fifty
thousand
fifty
26
27
28
Supply, Installation, Testing and
Commissioning of H-Beam
152x152mm 37.1Kg/mtr 11mtr long
including concreting and excavation
work for erection of H-Beam pole
(including digging and muffing) with
base padding of 1:3:6 concrete mix
and back filling with boulder and
concrete mix (@0.65cmt minimum
concrete quantity per pole separately)
with two coats of red oxide and
aluminium paint & all necessary
arrangement as decided by Engineerin-charge of MPPKVVCL and
consultant
Supply, Installation, Testing and
Commissioning of H-Beam
152x152mm 37.1Kg/mtr 9.1mtr long
including concreting and excavation
work for erection of H-Beam pole
(including digging and muffing) with
base padding of 1:3:6 concrete mix
and back filling with boulder and
concrete mix (@0.65cmt minimum
concrete quantity per pole separately)
with two coats of red oxide and
aluminium paint & all necessary
arrangement as decided by Engineerin-charge of MPPKVVCL and
consultant
Supply, Installation, Testing and
Commissioning of H-Beam
152x152mm 37.1Kg/mtr 9 mtr long
including concreting and excavation
work for erection of H-Beam pole
(including digging and muffing) with
base padding of 1:3:6 concrete mix
and back filling with boulder and
concrete mix (@0.65cmt minimum
concrete quantity per pole separately)
with two coats of red oxide and
aluminium paint & all necessary
arrangement as decided by Engineerin-charge of MPPKVVCL and
consultant
Nos.
0
Nos.
0
Nos.
0
0
8
23
0
0
263
5
8
33373
266984
Two lakh
sixty six
thousand
nine
hundred
eighty four
23
29258
672934
Six lakh
seventy
two
thousand
nine
hundred
thirty four
5
28213
141065
One lakh
forty one
thousand
sixty five
Supply, Installation, Testing &
Commissioning of H-Beam
152x152mm, 37.1KG/meter, 8mtr
long for support of Isolator operating
handle(2.9mtr long/ handle for 11KV
and 33KV side, total nos. of handle is
22 ) including concreting and
excavation work for erection of HBeam 2.9 mtr piece (including digging
and muffing) with base padding of
1:3:6 concrete mix and back filling
with boulder and concrete mix
(@0.65cmt minimum concrete
quantity per piece separately) with
two coats of red oxide and aluminium
paint & all necessary arrangement as
decided by Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing and
Commissioning of H-Beam
152x152mm 37.1Kg/mtr 7mtr long
including concreting and excavation
work for erection of H-Beam pole
(including digging and muffing) with
base padding of 1:3:6 concrete mix
and back filling with boulder and
concrete mix (@0.65cmt minimum
concrete quantity per pole separately)
with two coats of red oxide and
aluminium paint & all necessary
arrangement
Supply, Installation, Testing and
Commissioning of Rail pole 2mtr
long for Transformer plinth
construction
Nos.
0
5
0
5
24785
123925
One lakh
twenty
three
thousand
nine
hundred
twenty five
Nos.
0
4
0
4
33819
135276
Two lakh
sixty six
thousand
nine
hundred
eighty two
Nos.
0
0
2
2
8166
16332
32
Supply, Installation, Testing and
Commissioning of Stay Set 20mm
complete with back clamp, stay wire
7/4.0mm (8.5Kg stay wire per stay
set) & buckles including excavation
and concreting work for erection of
stay @0.3cmt minimum concrete
quantity per stay)
Nos.
0
0
8
8
3331
26648
Sixteen
thousand
three
hundred
thirty two
Twenty six
thousand
six hundred
forty eight
33
Supply, Installation, Testing and
Commissioning of Back Clamps
(65x8mm flat) for H-Beam pole with
all accessories like, nuts and bolts for
a separate H-Beam pole and two coats
of red oxide and aluminium paint
Pair
0
13
1003
13039
29
30
31
13
0
264
Thirteen
thousand
thirty nine
Supply, Installation, Testing and
Commissioning of MS DC cross arm
100x50mm 5.2 meter long for two
on each set for top cross arm, middle
cross arm, lower cross arm, with
Tension Patti & other necessary
material ( nuts and bolts and two coat
of red oxide & aluminium paint ) as
decided by Engineer-in-charge of
MPPKVVCL and consultant. (For
both 11KV & 33KV side)
Supply, Installation, Testing and
Commissioning of MS D.C. cross
arm 2.7 meter long for isolator
structure at top of supports for 33KV
and 11KV side (53.5Kg for each set)
with all necessary arrangements
Set
0
52
0
52
4380
227760
two lakh
twenty
seven
thousand
seven
hundred
sixty
Set
0
2
0
2
3802
7604
Seven
thousand
six hundred
four
Supply, Installation, Testing and
Commissioning of MS cross bracings
of MS angle of size 50x50x6mm for
5' centre (51.67Kg for each set) as
decided by Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing and
Commissioning of DC cross arm of
ISMC channel 100x50mm suitable
for 10' centre DP with 2 pair of
clamps suitable for each beam (14 set
for O/g feeder +3 set for S/s X-mer)
with all nessecry arrangement (nuts
and bolts and two coat of red oxide &
aluminium paint)
Supply, Installation, Testing and
Commissioning of support for
Isolator operating handle
100x50mm MS channel of 6' length (7
nos. for 33KV side and 15 nos. for
11KV side ) with all necessary
arrangement (nuts and bolts and two
coat of red oxide & aluminium paint )
Supply, Installation, Testing and
Commissioning of 33KV (10KN)
polymer Pin insulator with top
clamp 75x75x6mm angle type
Set
0
2
0
2
4680
9360
Nine
thousand
three
hundred
sixty
Set
0
10
7287
72870
Seventy
two
thousand
eight
hundred
seventy
Nos.
0
13
0
13
2205
28665
Twenty
eight
thousand
six hundred
sixty five
Nos.
0
12
0
12
874
10488
40
Supply, Installation, Testing and
Commissioning of 11KV (5KN)
Polymer Pin insulator with top
clamp 65x65x6mm angle type
Nos.
0
18
0
18
474
8532
41
Supply, Installation, Testing and
Commissioning of 33KV (45KN)
polymer Disc insulator with strain
hardware suitable for Panther
conductor
Nos.
0
42
0
42
1283
53886
Ten
thousand
four
hundred
eighty eight
Eight
thousand
five
hundred
thirty two
Fifty three
thousand
eight
hundred
eighty six
34
35
36
37
38
39
0
265
10
69
1122
77418
4
4
7244
28976
1
1
15650
15650
0
1000
278
278000
1
0
1
133650
133650
1
0
1
41699
41699
Forty one
thousand
six hundred
ninety nine
0
0
1
432037
432037
12
0
0
12
9694
116328
175
0
0
175
414
72450
Four lakh
thirty two
thousand
thirty seven
One lakh
sixteen
thousand
three
hundred
twenty
eight
Seventy
two
thousand
four
hundred
fifty
42
Supply, Installation, Testing and
Commissioning of 11KV (45KN)
polymer Disc insulator with strain
hardware suitable for Panther
conductor
Nos.
0
43
Supply, Installation, Testing and
Commissioning of 11KV (Polymer)
AB switch with complete fittings as
decided by Engineer-in-charge of
MPPKVVCL and consultant
Nos.
0
0
44
Supply, Installation, Testing and
Commissioning of 33KV AB switch
porcelain type with complete fitting
as decided by Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing and
Commissioning of AAA Panther
Conductor for jumper
Nos.
0
0
Mtr.
0
1000
Job
0
Job
0
48
Supply, Installation, Testing and
Commissioning of Pipe Earthing in
S/S as per IS:3043 for transformer and
DTR transformer LA, CT/PT ME,
Pole structure, equipments, metal part
of electrical enclose and mesh
earthing as decided by Engineer-incharge of MPPKVVCL and consultant
Supply, Installation, Testing and
Commissioning of Earthing of
Transformer neutral with 2 nos.
50x5mm copper strip, 3 nos. 11KV
pin insulators mounted on 100x50mm
MS channel support and aluminium
pad clamp with 2 nos. bi-metallic
strips for twin Panther conductor and
AAA conductor as decided by
Engineer-in-charge of MPPKVVCL
and consultant
SCADA SOFTWARE
SITC of Remote Terminal Unit
No.
1
49
SITC of Multifunction Transducer
No.
50
SITC of Contact Multiplying Relay
No.
45
46
47
69
0
266
Seventy
seven
thousand
four
hundred
eighteen
Twenty
eight
thousand
nine
hundred
seventy six
Fifteen
thousand
six hundred
fifty
Two lakh
seventy
eight
thousand
One lakh
thirty three
thousand
six hundred
fifty
51
SITC of Heavy Duty Relays for CB
Trip/Close
No.
25
0
0
25
589
14725
52
SITC of Routers
No.
1
0
0
1
81919
81919
53
SITC of LDMS
No.
1
0
0
1
127447
127447
54
SITC of Printer
No.
1
0
0
1
31519
31519
55
SITC of LDMS Software
No.
1
0
0
1
6683
6683
56
SCADA HARDWARE
SITC of Compatible Differential
Relay (for power transformer)
No.
2
0
0
2
66825
133650
57
SITC of Compatible Numerical Relay
No.
12
0
0
12
42768
513216
58
SITC of Master Trip Relay
No.
12
0
0
12
6683
80196
59
SITC of Auxiliary Relay (30V DC
4N.O.+4N.C.)
No.
25
0
0
25
9730
243250
60
SITC of Contactors
No.
25
0
0
25
3649
91225
61
SITC of Transformer Pressure
Indicator (TPI)
No.
2
0
0
2
6683
13366
267
Fourteen
thousand
seven
hundred
twenty five
Eighty one
thousand
nine
hundred
nineteen
One lakh
twenty
seven
thousand
four
hundred
forty seven
Thirty one
thousand
five
hundred
nineteen
Six
thousand
six hundred
eighty three
One lakh
thirty three
thousand
six hundred
fifty
Five lakh
thirteen
thousand
two
hundred
sixteen
Eighty
thousand
one
hundred
ninety six
Two lakh
forty three
thousand
two
hundred
fifty
Ninety one
thousand
two
hundred
twenty five
thirteen
thousand
three
hundred
sixty six
62
SITC of Winding Temperature
Indicator
No.
2
0
0
2
7351
14702
63
SITC of Oil Temperature Indicator
(OTI)
No.
2
0
0
2
7351
14702
64
SITC of Isolator Contacts
No.
26
0
0
26
3041
79066
65
SITC of control cable :a) 2.5 Sqmm, 2-Core (Unarmoured)
Mtr.
1000
0
0
1000
48
48000
b) 2.5 Sqmm, 4-Core (Unarmoured)
Mtr.
3000
0
0
3000
84
252000
c) 2.5 Sqmm, 8-Core (Unarmoured)
Mtr.
300
0
0
300
165
49500
66
Supply and Installation of
33KV/11KV/0.433KV Danger Board
complete set with all necessary
arrangement
Nos.
0
0
8
8
80
640
67
Supply and Installation of Anti
Climbing devices (Barbed wire
2.24mm Dia (14 SWG) (3.5Kg wire
per pole) complete with all necessary
arrangement
Nos.
0
0
8
8
307
2456
TOTAL AMOUNT
12551912
268
Fourteen
thousand
seven
hundred
two
Fourteen
thousand
seven
hundred
two
Seventy
nine
thousand
sixty six
Forty eight
thousand
Two lakh
fifty two
thousand
Forty nine
thousand
five
hundred
seventeen
Six
hundred
forty
Two
thousand
four
hundred
fifty six
One crore
twenty five
lakh fifty
one
thousand
nine
hundred
twelve
PART-C
BOQ FOR 33/11KV EXTERNAL ELECTRIFICATION WORK FOR NEW INDUSTRIAL AREA AT
RELWA KHURD (M.P.)
33 KV & 11 KV LINE (WHOLE D/C & S/C) (PART-C)
QUANTITY
SR.
NO
.
1
PARTICULARS
Supply, Installation, Testing and
Commissioning of H-Beam
152x152mm 37.1Kg/mtr 15mtr
long including excavation and
concreting work for erection of
H-Beam pole (including digging
and muffing) with base padding
of 1:3:6 concrete mix and back
filling with boulder and concrete
mix (@0.70cmt minimum
concrete quantity per pole
separately) with two coats of red
oxide and aluminium paint & all
necessary arrangement as decided
by Engineer-in-charge of
MPPKVVCL and consultant
UNIT
33KV
LINE
(DC)
11KV
LINE
(DC)
11KV
LINE
(DC)
TP
Nos.
20
0
0
269
11K
V
LIN
E
(SC)
0
33K
V
LIN
E
(SC)
0
TO
TAL
QT
Y.
RATE
AMOUNT
20
44359
887180
AMOUN
T in
word
Eight
lakh
eighty
seven
thousan
d one
hundred
sixty
2
3
4
Supply, Installation, Testing and
Commissioning of H-Beam
152x152mm 37.1Kg/mtr 13mtr
long including excavation and
concreting work for erection of
H-Beam pole (including digging
and muffing) with base padding
of 1:3:6 concrete mix and back
filling with boulder and concrete
mix (@0.70cmt minimum
concrete quantity per pole
separately) with two coats of red
oxide and aluminium paint & all
necessary arrangement as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing and
Commissioning of H-Beam
152x152mm 37.1Kg/mtr 11mtr
long and concreting and
excavation work for erection of
H-Beam pole (including digging
and muffing) with base padding
of 1:3:6 concrete mix and back
filling with boulder and concrete
mix (@0.65cmt minimum
concrete quantity per pole
separately) with two coats of red
oxide and aluminium paint & all
necessary arrangement as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing and
Commissioning of H-Beam
152x152mm 37.1Kg/mtr 9.1mtr
long and concreting and
excavation work for erection of
H-Beam pole (including digging
and muffing) with base padding
of 1:3:6 concrete mix and back
filling with boulder and concrete
mix (@0.65cmt minimum
concrete quantity per pole
separately) with two coats of red
oxide and aluminium paint & all
necessary arrangement as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Nos.
121
12
12
0
19
164
39138
6418632
Sixty
four
lakh
eighteen
thousan
d six
hundred
thirty
two
Nos.
10
0
0
12
2
24
36551
877224
Eight
lakh
seventy
seven
thousan
d two
hundred
twenty
four
Nos.
0
0
0
3
0
3
27801
83403
Eighty
three
thousan
d four
hundred
three
270
5
6
7
8
9
Supply, Installation, Testing and
Commissioning of Stay Set
20mm complete with back clamp,
stay wire 7/4.0mm (8.5Kg stay
wire per stay set) & buckles and
concreting and excavation work
for erection of stay @0.3cmt
minimum concrete quantity per
stay) as decided by Engineer-incharge of MPPKVVCL and
consultants decided by Engineerin-charge of MPPKVVCL and
consultant
Supply, Installation, Testing and
Commissioning of Stay Set
16mm complete with back clamp,
stay wire 7/3.15mm (5.5Kg stay
wire per stay set) & buckles and
concreting and excavation work
for erection of stay @0.3cmt
minimum concrete quantity per
stay)
Supply, Installation, Testing and
Commissioning of 33KV 'V'
Cross arm angle type
(75x75x6mm angle) with all
accessories (nuts & bolts ) which
are necessary to installed 'V'
Cross arm like, nuts and bolts &
binding wire and tape etc for a
separate H-Beam pole and two
coats of red oxide and aluminium
paint as decided by Engineer-incharge of MPPKVVCL and
consultant
Supply, Installation, Testing and
Commissioning of 11KV 'V'
Cross arm angle type
(65x65x6mm angle) with all
accessories which are necessary
to installed 'V' Cross arm like,
nuts and bolts for a separate HBeam pole and two coats of red
oxide and aluminium paint as
decided by Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing and
Commissioning of 11KV &
33KV Back Clamps (65x8mm
flat) for H-Beam pole with all
accessories like, nuts and bolts for
a separate H-Beam pole and two
coats of red oxide and aluminium
paint as decided by Engineer-incharge of MPPKVVCL and
consultant
Nos.
134
0
0
0
19
153
3331
509643
Five
lakh
nine
thousan
d six
hundred
forty
three
Nos.
0
12
16
12
0
40
2742
109680
One
lakh
nine
thousan
d six
hundred
eighty
Nos.
312
0
0
0
19
331
2128
704368
Seven
lakh four
thousan
d three
hundred
sixty
eight
Nos.
0
36
0
12
0
48
1537
73776
Seventy
three
thousan
d seven
hundred
seventy
six
Pair
312
36
0
12
19
379
272
103088
one lakh
three
thousan
d eighty
eight
271
Supply, Installation, Testing and
Commissioning of 33KV Top
Clamps angle type 75x75x6mm
for H-Beam pole with all
accessories like, nuts and bolts for
a separate H-Beam pole and two
coats of red oxide and aluminium
paint
Supply, Installation, Testing and
Commissioning of 11KV Top
Clamps angle type 65x65x6mm
for H-Beam pole with all
accessories like, nuts and bolts for
a separate H-Beam pole and two
coats of red oxide and aluminium
paint
Supply, Installation, Testing and
Commissioning of Single pole
cut point fitting channel of size
100x50mm
Nos.
0
0
0
0
19
19
299
5681
Five
thousan
d six
hundred
eighty
one
Nos.
0
0
0
12
0
12
260
3120
Three
thousan
d one
hundred
twenty
Set
0
0
0
0
10
10
2545
25450
13
Supply, Installation, Testing and
Commissioning of 11 KV DC
Cross arm of ISMC channel of
100x50mm suitable for 5' centre
DP with 2 pair of clamps suitable
for H-Beam
Set
0
0
24
0
0
24
5456
130944
14
Supply, Installation, Testing and
Commissioning of 33 KV DC
Cross arm of ISMC channel of
100x50mm suitable for 5' centre
DP with 2 pair of clamps suitable
for H-Beam including nuts &
bolts
Set
64
0
0
0
0
64
6019
385216
15
Supply, Installation, Testing and
Commissioning of Horizontal
cross Bracing 5' centre (45.02
kg) with set of back clamp
suitable for H-Beam as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing and
Commissioning of Horizontal
cross Bracing 5' centre(51.67
kg) with set of back clamp
suitable for H-Beam as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Nos.
0
0
8
0
0
8
4681
37448
Nos.
24
0
0
0
0
24
5536
132864
Twenty
five
thousan
d four
hundred
fifty
One
lakh
thirty
thousan
d nine
hundred
forty
four
Three
lakh
eighty
five
thousan
d two
hundred
sixteen
Thirty
seven
thousan
d four
hundred
forty
eight
One
lakh
thirty
two
thousan
d eight
hundred
sixty
four
10
11
12
16
272
17
Supply, Installation, Testing and
Commissioning of 33KV 'V'
Guarding channel type
(75x40x6mm) as decided by
Engineer-in-charge of
MPPKVVCL and consultant
Set
6
0
0
0
0
6
3792
22752
Twenty
two
thousan
d seven
hundred
fifty two
18
Supply, Installation, Testing and
Commissioning of 33KV
Polymer Pin insulator including
nuts & bolts
Nos.
720
0
0
0
57
777
603
468531
19
Supply, Installation, Testing and
Commissioning of 11KV
Polymer Pin insulator including
nuts & bolts
Nos.
0
72
0
36
0
108
420
45360
20
Supply, Installation, Testing and
Commissioning of 11KV (5KN)
Polymer Pin insulator with top
clamp 65x65x6mm angle type
complete
Nos.
0
0
24
0
0
24
474
11376
Four
lakh
sixty
eight
thousan
d five
hundred
thirty
one
Forty
five
thousan
d three
hundred
sixty
Eleven
thousan
d three
hundred
seventy
six
21
Supply, Installation, Testing and
Commissioning of 33KV Disc
insulator (Polymer) with strain
hardware fitting as decided by
Engineer-in-charge of
MPPKVVCL and consultant
Nos.
192
0
0
0
0
192
611
117312
one lakh
sevente
en
thousan
d three
hundred
twelve
22
Supply, Installation, Testing and
Commissioning of 11KV Disc
insulator (Polymer) with strain
hardware fitting as decided by
Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing and
Commissioning of AAA Dog
Conductor with 3% sag and
binding wire ,para tape as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Nos.
0
0
48
0
0
48
321
15408
Fifteen
thousan
d four
hundred
eight
Km
31.84
0
0
0
4.9
36.7
4
71497
2626800
Supply, Installation, Testing and
Commissioning of AAA Raccoon
Conductor with 3% sag and
binding wire ,para tape as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Km
0
3.8
0
2.53
0
6.33
55880
353720
Twenty
six lakh
twenty
six
thousan
d eight
hundred
Three
lakh
Fifty
three
thousan
d seven
hundred
twenty
23
24
273
SITC of 33KV 300sqmm 3-core
underground XLPE HT cable
including binding wire and para
tape as decided by Engineer-incharge of MPPKVVCL
SITC of Cable jointing kit (heat
shrinkable) with lugs for 33KV
grade as decided by Engineer-incharge of MPPKVVCL
Mtr
400
0
0
0
0
400
2090
836000
Set
8
0
0
0
0
8
34268
274144
Supply, Installation, Testing and
Commissioning of Jointing
sleeves suitable for 80 Sqmm
Aluminium conductor equivalent
to AAAC with all necessary
arrangement as decided by
Engineer-in-charge of
MPPKVVCL and consultant
SITC of 33KV AB cable
200sqmm for jumper as decided
by Engineer-in-charge of
MPPKVVCL
Nos.
70
6
0
5
8
89
187
16643
Mtr
20
0
0
0
0
20
1493
29860
29
SITC of GI pipe 150mm dia Bgrade along DP as decided by
Engineer-in-charge of
MPPKVVCL
Mtr
80
0
0
0
0
80
1537
122960
30
SITC of RCC Hume pipe 300mm
inner dia 30mm thick for
underground cabling as decided
by Engineer-in-charge of
MPPKVVCL
Mtr
200
0
0
0
0
200
1069
213800
31
SITC of Cable chamber with
cement cover for inspection and
cable pulling of size
750x750x1000mm
Nos.
3
0
0
0
0
3
3341
10023
32
SITC of Bi-metallic Clamp as
decided by Engineer-in-charge of
MPPKVVCL
Nos.
24
0
0
0
0
24
588
14112
33
Supply, Installation, Testing and
Commissioning of Earthing Coil
(coil of 115 turns of 50mm dia
and 2.5mtr lead of 4.0mm G.I.
wire) as decided by Engineer-incharge of MPPKVVCL and
Nos.
131
12
12
12
19
186
173
32162
25
26
27
28
274
Eight
lakh
thirty six
thousan
d
Two
lakh
seventy
four
thousan
d one
hundred
forty
four
Sixteen
thousan
d six
hundred
forty
three
Twenty
nine
thousan
d eight
hundred
sixty
One
lakh
twenty
two
thousan
d nine
hundred
sixty
Two
lakh
thirteen
thousan
d eight
hundred
Ten
thousan
d twenty
three
Fourtee
n
thousan
d one
hundred
twelve
Thirty
two
thousan
d one
hundred
sixty two
consultant
34
Supply and Installation of
33KV/11KV/0.433KV Danger
Board complete set with all
necessary arrangement
Nos.
125
12
4
12
19
172
79
13588
35
Supply and Installation of GI
wire 6 SWG (8mtr/kg)
Kg
100
0
0
0
0
100
76
7600
36
Supply and Installation of GI
wire 8 SWG (9.8mtr/kg)
Kg
80
0
0
0
0
80
84
6720
37
Supply and Installation of Anti
Climbing devices (Barbed wire
2.24mm Dia (14 SWG) (3.5Kg
wire per pole) complete with all
necessary arrangement
Nos.
141
12
12
12
19
196
307
60172
TOTAL AMOUNT
15786760
275
Thirteen
thousan
d five
hundred
eighty
eight
Seven
thousan
d six
hundred
Six
thousan
d seven
hundred
twenty
Sixty
thousan
d one
hundred
seventy
two
One
crore
fifty
seven
lakh
eighty
six
thousan
d seven
hundre
d sixty
PART-D
BOQ FOR 33/11KV EXTERNAL ELECTRIFICATION WORK FOR NEW INDUSTRIAL AREA AT
RELWA KHURD (M.P.)
COMPOSITE 11 KV AND LT LINE (PART-D)
TOTA
L QTY.
QUANTITY
SR.
NO
.
1
2
3
4
5
PARTICULARS
Supply, Installation, Testing
and Commissioning of
11/0.433KV 200KVA
Transformer (conventional
type) as decided by Engineerin-charge of MPPKVVCL and
consultant
Supply, Installation, Testing
and Commissioning of LT
Distribution Box suitable for
200KVA Transformer with
Isolator on Incoming with HRC
fuse as decided by Engineer-incharge of MPPKVVCL and
consultant
Supply, Installation, Testing
and Commissioning of Static
Energy Meter (3-phase 4-wire
with CT and Modem) as
decided by Engineer-in-charge
of MPPKVVCL and consultant
Supply, Installation, Testing
and Commissioning of
150Sqmm single core XLPE
insulated un armoured
aluminium conductor cable as
decided by Engineer-in-charge
of MPPKVVCL and consultant
Supply, Installation, Testing
and Commissioning of
70Sqmm single core XLPE
insulated un-armoured
aluminium conductor cable
RATE
AMOUN
T
AMOUNT
(in word)
Nine lakh
twenty
three
thousand
eight
hundred
fifty five
Ninety
thousand
six
hundred
fifteen
11KV
DP
STRUC
-TURE
W/O
X-MER
COMPOSITE
LINE
LT
LINE
Nos.
200
KVA
11/
0.433
KV
O/D
S/S
5
0
0
0
5
184771
923855
Nos.
5
0
0
0
5
18123
90615
Nos.
5
0
0
0
5
3208
16040
Sixteen
thousand
forty
Mtr.
200
0
0
0
200
126
25200
Twenty
five
thousand
two
hundred
Mtr.
400
0
0
0
400
64
25600
twenty five
thousand
six
hundred
UNIT
276
Km
0
0
2.25
0
2.25
495467
1114765
Km
0
0
0
1.2
1.2
34025
40830
Km
0
0
0
1.2
1.2
26646
31975
SITC of Spring loaded CP
multi connection Bus-bar in
insulated box for fixing on pole
suitable for AB XLPE cable as
decided by Engineer-in-charge
of MPPKVVCL and consultant
a) Single phase 1 in 6 out
Nos.
0
0
20
0
20
1203
24060
b) Three phase 1 in 3 out
Nos.
0
0
20
0
20
1671
33420
10
Supply and Installation of AB
cable hanging clamps/tension
clamps (Galvanized) as
decided by Engineer-in-charge
of MPPKVVCL and consultant
Nos.
0
0
40
0
40
708
28320
11
Supply and Installation of
Suspension clamps with
attachment as decided by
Engineer-in-charge of
MPPKVVCL and consultant
Supply and Installation of
Tension clamps (dead end
clamp) with attachment as
decided by Engineer-in-charge
of MPPKVVCL and consultant
Supply and Installation of
Clamp for neutral as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Nos.
0
0
40
0
40
481
19240
Nos.
0
0
40
0
40
601
24040
Nos.
0
0
40
0
40
33
1320
Supply and Installation of
Piercing connector type-I for
single phase/ three phase as
decided by Engineer-in-charge
Nos.
0
0
120
0
120
100
12000
6
7
8
9
12
13
14
Supply, Installation, Testing
and Commissioning of AB
cable XLPE cable of size
3x150 +1x35 +1x95 Sqmm
(insulated neutral) as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing
and Commissioning of
35Sqmm PVC arm cable as
decided by Engineer-in-charge
of MPPKVVCL and consultant
Supply, Installation, Testing
and Commissioning of
25Sqmm PVC arm cable as
decided by Engineer-in-charge
of MPPKVVCL and consultant
277
Eleven
lakh
fourteen
thousand
seven
hundred
sixty five
Forty
thousand
eight
hundred
thirty
Thirty one
thousand
nine
hundred
seventy
five
Twenty
four
thousand
sixty
thirty three
thousand
four
hundred
twenty
Twenty
eight
thousand
three
hundred
twenty
Nineteen
thousand
two
hundred
forty
Twenty
four
thousand
forty
One
thousand
three
hundred
twenty
Twelve
thousand
of MPPKVVCL and consultant
15
Supply and Installation of Jhook for laying of AB cable as
decided by Engineer-in-charge
of MPPKVVCL and consultant
Nos.
0
0
40
0
40
107
4280
16
Supply, Installation, Testing
and Commissioning of High
Mast Fitting 16mtr complete
as per design and specifications
as decided by Engineer-incharge of A.K.V.N and
consultant
Supply, Installation, Testing
and Commissioning of Sodium
Vapor Lamp with 250 watt
Lamp complete with all
necessary arrangement as
decided by Engineer-in-charge
of MPPKVVCL and consultant
Supply, Installation, Testing
and Commissioning of
140Watt LED luminaries with
IP-66 degree of protection as
per detailed specifications on
decorative brackets all
necessary required material
(including copper cable from
pole to light fitting etc) as
decided by Engineer-in-charge
of MPPKVVCL and consultant
Supply, Installation, Testing
and Commissioning of HBeam 152x152mm 37.1Kg/mtr
11mtr long including
excavation and concreting work
for erection of H-Beam pole
(including digging and
muffing) with base padding of
1:3:6 concrete mix and back
filling with boulder and
concrete mix (@0.65cmt
minimum concrete quantity per
pole separately) with two coats
of red oxide and aluminium
paint & all necessary
arrangement as decided by
Engineer-in-charge of
MPPKVVCL and consultant
Job
0
0
2
0
2
160380
320760
Nos.
0
0
45
0
45
13786
620370
Six lakh
twenty
thousand
three
hundred
seventy
Nos.
0
0
5
0
5
49451
247255
Two lakh
forty
seven
thousand
two
hundred
fifty five
Nos.
10
10
0
0
20
36413
728260
Seven
lakh
twenty
eight
thousand
two
hundred
sixty
17
18
19
278
Four
thousand
two
hundred
eighty
Three lakh
twenty
thousand
seven
hundred
sixty
20
21
22
23
24
Supply, Installation, Testing
and Commissioning of
175x85mm 19.6 Kg/ Mtr, 9.3
Mtr long RSJ support
including excavation and
concreting work for erection of
H-Beam pole (including
digging and muffing) with base
padding of 1:3:6 concrete mix
and back filling with boulder
and concrete mix (@0.30cmt
minimum concrete quantity per
pole separately) with two coats
of red oxide and aluminium
paint & all necessary
arrangement as decided by
Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing
and Commissioning of Stay Set
20mm complete with back
clamp, stay wire 7/3.15mm
(5.5Kg stay wire per stay set) &
buckles including excavation
and concreting work for
erection of stay @0.3cmt
minimum concrete quantity per
stay) as decided by Engineerin-charge of MPPKVVCL and
consultant
Supply, Installation, Testing
and Commissioning of Stay Set
16mm complete with back
clamp, stay wire 7/3.15mm
(5.5Kg stay wire per stay set) &
buckles including excavation
and concreting work for
erection of stay @0.3cmt
minimum concrete quantity per
stay) as decided by Engineerin-charge of MPPKVVCL and
consultant
Supply, Installation, Testing
and Commissioning of
Distribution Box mounting
channel of size 75x40x6mm
including all necessary
arrangement ( nuts & bolts)
Nos.
0
0
40
20
60
14615
876900
Eight lakh
seventy
six
thousand
nine
Nos.
20
10
0
0
30
3331
99930
Ninety
nine
thousand
nine
hundred
thirty
Nos.
0
0
0
10
10
2589
25890
Twenty
five
thousand
eight
hundred
ninety
Nos.
10
10
0
0
20
507
10140
Ten
thousand
one
hundred
forty
Supply, Installation, Testing
and Commissioning of DC
cross arm of size
100x50x6mm 8' centre with 2pair of clamps (for LA, AB
switch, Pin and DO fuse)
suitable for H-Beam including
all necessary arrangement
( nuts & bolts ) as decided by
Engineer-in-charge of
Set
15
15
0
0
30
4856
145680
One lakh
forty five
thousand
six
hundred
eighty
279
MPPKVVCL and consultant
Supply, Installation, Testing
and Commissioning of
Transformer mounting DC
cross arm of size
100x50x6mm with complete
arrangement (belting angle of
size 50x50x6mm with 2-cross
fixing channel, clamping angle
of size (50x50x6mm) nuts and
bolts suitable for H-Beam as
decided by Engineer-in-charge
of MPPKVVCL and consultant
Supply, Installation, Testing
and Commissioning of 11KV
(5KN) Polymer Pin insulator
with top clamp 65x65x6mm
angle type complete
Set
5
5
0
0
10
10839
108390
One lakh
eight
thousand
three
hundred
ninety
Nos.
15
15
0
0
30
474
14220
Fourteen
thousand
two
hundred
twenty
27
Supply, Installation, Testing
and Commissioning of 11KV
Disc insulator (Polymer) with
strain hardware fitting
Nos.
15
15
0
0
30
321
9630
Nine
thousand
six
hundred
thirty
28
Supply, Installation, Testing
and Commissioning of 11KV
Lightning Arrestor as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing
and Commissioning of 11KV
(Polymer) AB switch with
complete fittings as decided by
Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing
and Commissioning of 11KV
(Polymer) DO fuse unit as
decided by Engineer-in-charge
of MPPKVVCL and consultant
Supply, Installation, Testing
and Commissioning of LT 5pin Bracket as decided by
Engineer-in-charge of
MPPKVVCL and consultant
Supply, Installation, Testing
and Commissioning of Shackle
Insulator 90x75mm as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Nos.
15
15
0
0
30
495
14850
Nos.
5
5
0
0
10
7244
72440
Nos.
5
5
0
0
10
1818
18180
Nos.
0
0
0
30
30
2301
69030
Fourteen
thousand
eight
hundred
fifty
Seventy
two
thousand
four
hundred
Forty
Eighteen
thousand
one
hundred
eighty
Sixty nine
thousand
Thirty
Nos.
0
0
0
120
120
12
1440
25
26
29
30
31
32
280
One
thousand
Four
hundred
forty
Supply, Installation, Testing
and Commissioning of Shackle
hardware 90x75mm as
decided by Engineer-in-charge
of MPPKVVCL and consultant
Supply, Installation, Testing
and Commissioning of Earth
Knob as decided by Engineerin-charge of MPPKVVCL and
consultant
Supply, Installation, Testing
and Commissioning of AAA
Rabbit Conductor for jumper
Nos.
0
0
0
30
30
56
1680
Nos.
0
0
0
30
30
48
1440
Mtr.
200
200
0
0
400
38
15200
Supply, Installation, Testing
and Commissioning of
Earthing Coil (coil of 115
turns of 50mm dia and 2.5mtr
lead of 4.0mm G.I. wire) as
decided by Engineer-in-charge
of MPPKVVCL and consultant
Supply, Installation, Testing
and Commissioning of
Earthing set (DTR earthing)
set of three pits including all
necessary arrangement ( nuts &
bolts ) as decided by Engineerin-charge of MPPKVVCL and
consultant
Supply and Installation of GI
wire for Guarding as decided
by Engineer-in-charge of
MPPKVVCL and consultant
Nos.
0
10
0
20
30
174
5220
Nos.
5
5
0
0
10
6423
64230
Sixty four
thousand
two
hundred
thirty
Kg
0
0
0
30
30
76
2280
39
Supply and Installation of HT
tape for covering LT bushing
Mtr.
150
0
0
0
150
40
6000
Two
thousand
two
hundred
eighty
Six
thousand
40
Supply and Installation of
33KV/11KV/0.433KV Danger
Board complete set with all
necessary arrangement
Nos.
5
5
0
0
10
80
800
Eight
hundred
41
Supply and Installation of Anti
Climbing devices (Barbed wire
2.24mm Dia (14 SWG) (3.5Kg
wire per pole) complete with all
necessary arrangement as
decided by Engineer-in-charge
of MPPKVVCL and consultant
Nos.
10
10
0
0
20
307
6140
Six
thousand
one
hundred
forty
33
34
35
36
37
38
TOTAL AMOUNT
5901915
281
One
thousand
six
hundred
eighty
One
thousand
Four
hundred
forty
Fifteen
thousand
Two
hundred
Five
thousand
Two
hundred
twenty
Fifty nine
lakh one
thousand
nine
hundred
fifteen
Total Amount of Part (A+B+C+D) (Rs. in words) Rupees Three crore seventy three lakh
sixty thousand six hundred sixty five
Executive Engineer
SECTION 5
AGREEMENT FORM
This agreement, made on the ______________________________ day of
_______________ between ___________________ (name and address of employer)
(hereinafter called “the Employer) and ____________________________ (name and
address of contractor) hereinafter called “the contractor” of the other part.
Whereas
the
Employer
is
desirous
that
the
Contractor
execute
__________________________ (name and identification number of contractor for the
execution and completion of such works and the remedying of any defects therein, at a cost
of Rs.______________
NOW THIS AGREEMENT WITNESSED as follows:
1. In this Agreement, words and expression shall have the same meanings as per respectively
assigned to them in the conditions of contract hereinafter referred to and they shall be
deemed to form and be read and construed as part of this agreement.
2. In consideration of the payments to be made by the Employer to the Contractor as
hereinafter mentioned, the contractor hereby covenants with the Employer to execute and
complete the works and remedy any defects therein in conformity in all aspects with the
provisions of the contract.
3. The employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the works and remedying the defects wherein Contract Price or such other
282
sum as may become payable under the previous of the contract at the times and in the
manner prescribed by the Contract.
4. The following documents shall be deemed to form and be ready and construed as part of this
Agreement viz.
i.
Letter of Acceptance
ii.
Contractor’s Bid
iii.
Condition of Contract : General and Special
iv.
Contract Data
v.
Bid Data
vi.
Drawings
vii. Bill of Quantities and
viii. Any other documents listed in the Contract Data as forming part of the Contract.
In witnessed whereof the parties here to have caused this Agreement to be executed
the day and year first before written.
The
Common
Seal
of
_______________________________________________ was hereunto affixed in
the presence of:
Signed, Sealed and Delivered by the said
__________________________________
_____________________________________________ in the presence of:
Binding Signature of Employee______________________________
Binding Signature of Contractor______________________________
283