Академический Документы
Профессиональный Документы
Культура Документы
P.O. Dahej
Dist. Bharuch
Gujarat 392130
India
TECHNICAL SPECIFICATION
FOR
415 V CAPACITOR
October, 2008
SECTION
DESCRIPTION
PART - A
PART B
I.
II.
III.
TECHNICAL SPECIFICATION
IV.
PRICE SCHEDULE
PART - A
SECTION - I
NOTICE INVITING TENDER
For and on behalf of Managing Director, Hindalco Industries Ltd, Dahej sealed tenders are invited
from approved agencies for carrying out design, engineering, manufacture, supply,
supervision(optional) during erection, testing & commissioning of 415 V Capacitor Panel for the
1000 TPD copper containing smelter slag beneficiation plant located at Dahej, Distt. Bharuch,
Gujarat.
Details
1.
K8L06-DOC-E-330-SP-0028
2.
Nature of Work
3.
__________________________.
Hindalco Industries Limited (Unit Birla Copper)
P.O. Dahej, Dist. Bharuch, Gujarat 392130
4.
5.
Validity of Tender
:
_____ weeks from the last date of
submission.
6.
Delivery period
:
_____ weeks from the date of placement
of order.
Managing Director
Hindalco Industries Limited (Unit Birla Copper).
Dahej
*****
SECTION II
INSTRUCTION IN CONNECTION
WITH SUBMISSION OF TENDERS
1. The tender documents are divided into two parts, namely Part-A and Part-B.
Part-A, Technical and Commercial part, comprises the followings:
a.
b.
c.
Technical specification
d.
Part-B, Price part, comprises the Price break up and the Summary of Prices.
Both to be duly filled in by the Tenderer.
2. It will be presumed that the tenderer has carefully examined the terms and conditions, as
contained in the tender documents, thoroughly and carefully, and fully acquainted himself
with all the details of the site, location, materials, weather characteristics, labour conditions
and all other information and data pertaining to and needed for the work.
3. The tendered rates should be typed or written by hand in English in the price schedules in the
tender documents in ink, both in words and figures. The amount against the respective
items of work should be calculated and totaled on each page and grand totaled on last page.
4. The rates should be written in Rupees and Paisa only.
5. The tenderer should quote his rates only for those items of work against which quantities have
been furnished in the price schedules.
6. All pages of the Tender documents including addenda/corrigenda, if any, should be initialed at
the lower left hand corner. The tender document shall be signed by the tenderer. In the
event of the tender being submitted by a firm, it must be signed by each partner thereof, and
in the absence of any partner, it shall be signed on his behalf by a person, holding the power
of attorney from the absenting partner, authorizing him to do so.
7. No alterations or modifications should be made in the contents of the tender document except
filling up the rates to be quoted in the tender document Part-B. Any tender that is not
accompanied with the complete set of tender documents, and/or which does not include
rates of all the items price schedules shall be considered incomplete and shall be rejected.
8. HIL/DCPL reserves the right to extend the date for submission of tenders. HIL/DCPL also
reserves the right to revise and/or amend the tender documents, prior to the date notified for
the receipt of price bids or the extended date for the same, as the case may be. Such
revision, amendments or extensions, if any, shall be intimated to the tenderers in the form of
addenda, letters, fax or e-mails, as may be considered suitable.
9. On receipt of tender documents, the same will be opened by HIL. HIL does not bind itself to
accept the lowest or any tender and will not assign any reason for the rejection of any or all
tenders. Also HIL reserves their right to negotiate with the lowest or any other tenderer.
10. Tenders are to be submitted in sealed envelopes, both for Part A and Part B. Any open offer
received will be rejected. Also any offer received after the due date is likely to be rejected.
11. Any further information required in connection with this tender can be obtained on any working
day, during office hours from:
The Project Manager
Hindalco Industries Limited (Unit Birla Copper),
Dahej.
SECTION III
TECHNICAL SPECIFICATION
C ONTENTS
SECTION
DESCRIPTION
1.00.00
INTENT OF SPECIFICATION
2.00.00
SCOPE OF WORK
3.00.00
GENERAL REQUIREMENTS
4.00.00
SITE CONDITIONS
5.00.00
DESIGN CRITERIA
6.00.00
SPECIFIC REQUIREMENTS
7.00.00
8.00.00
TESTS
9.00.00
10.00.00
SPARES
11.00.00
ANNEXURE - A
ANNEXURE - B
MANDATORY SPARES
4 1 5
C AP AC I T O R
1.00.00
INTENT OF SPECIFICATION
1.01.00
1.02.00
The scope of work shall also include, at the option of the Owner/Purchaser,
the supervision of erection, testing, commissioning and putting into
successful commercial operation of all equipment furnished under this
specification.
1.03.00
The work is subject to all the terms and conditions detailed in the documents
listed below, which shall form part of this specification as if bound together.
a.
Tender Notice
b.
Instruction to Bidders
1.04.00
In the event of any discrepancy with listed documents, the stipulation of this
specification shall govern.
2.00.00
SCOPE OF WORK
2.01.00
Scope of Supply
Type, rating and connections of the equipment listed below are detailed in
the annexure. The equipment shall be offered in strict compliance with the
same.
2.01.01
One set of 415 V APFC switchboard shall be supplied:415 V, Capacitor switchboard comprising
LT capacitor banks, power & control
switching equipment, breaker and
automatic power factor correction relay etc. : One (1) Set
2.01.02
2.01.03
2.01.04
2.01.05
2.01.06
2.02.00
Scope of Services
2.02.02
2.02.03
2.02.04
2.03.00
2.03.01
2.03.02
2.03.03
Power & control cables for connection with equipment supplied by others.
3.00.00
GENERAL REQUIREMENTS
3.01.00
3.01.01
3.01.02
3.01.03
3.02.00
3.02.01
All drawings(if any) and annexures appended to this specification shall form
part of this specification and supplement the requirements specified herein.
3.02.02
3.02.03
The quantities shown on drawings and annexures are tentative for bidding
purpose only. Any variation arising during detailed engineering stage shall be
taken into account for adjustment of contract price based on unit rates quoted
in the bid.
3.03.00
Completeness of Supply
3.03.01
It is not the intent to specify completely herein all details of the equipment.
Nevertheless, the equipment shall be complete and operative in all aspects
and shall conform to highest standard of engineering, design and
workmanship.
3.03.02
Any material or accessory which may not have been specifically mentioned
but which is necessary or usual for satisfactory and trouble-free operation and
maintenance of the equipment shall be furnished without any extra charge.
3.03.03
The supplier shall supply all brand new equipment and accessories as
specified herein with such modification and alteration as agreed upon in
writing after mutual discussion.
3.03.04
3.04.00
Proposal Data
The proposal data (exihibit) sheets annexed to this document shall be filled in
without any ambiguity by typing in appropriate place on each page. These
pages must be properly signed by authorized representative of the Bidder as
verification of the data and submitted along with the bid to form part of the
bidder's formal proposal.
3.05.00
Guaranteed Performance
The performance figures quoted in Proposal Exhibit sheets shall be
guaranteed within the tolerance permitted by relevant standards. In case of
failure of the equipment to meet the guarantee, the equipment may be liable
for rejection.
3.06.00
Deviation
3.06.01
Should the Bidder wish to deviate from this specification in any way, he shall
draw specific attention to such deviation.
3.06.02
All such deviations shall be clearly mentioned on the Deviation sheet format
enclosed, with reference to the respective clause of the specification.
3.06.03
Unless such deviations are recorded in the deviation sheets and submitted
with the offer, it shall be taken for granted that the offer is made in conformity
to this specification in all respects.
3.07.00
Drawing Approval
3.07.01
Before starting manufacture of any equipment, the supplier shall have to take
approval of relevant drawings and data from purchaser in writing.
3.07.02
3.08.00
3.08.01
3.08.02
The Bidder shall submit along with his bid a list of major contracts for supply of
similar equipment executed/being executed by him during last 5 years giving
detailed particulars such as quantity, equipment rating, contract value, name
of the Owner/Purchaser, year of commissioning etc.
3.08.03
The bidder shall submit the documentary evidence that equipment of similar
rating has been manufactured by him and are in successful operation for more
than two (2) years in two or more projects of similar nature on the date set for
opening of the bid.
3.08.04
3.09.00
Quality Assurance
3.09.01
The Contractor shall follow his standard procedures for quality assurance and
control. A copy of the said standard procedures shall be submitted to the
Owner/Purchaser for his reference. However, Owner/Purchaser reserves the
right to review the same and give his observations, if any, for compliance.
3.09.02
3.09.03
3.09.04
3.09.05
The Owner/Purchaser reserves the right to inspect the equipment at the point
of manufacture and witness factory and other such tests as may be necessary
to ensure conformance to the specification.
3.09.06
3.09.07
The Owner/Purchaser may witness any or all of the tests stipulated in the
relevant standards and this specification.
3.09.08
3.10.00
3.10.01
The equipment complete with its fittings & accessories, spares, special tools
and tackles shall be suitably protected by respective packing for shipment
considering handling during transit, distance and weather conditions
involved. The Contractor shall submit the packaging method for shipment to
be adopted by him, if so desired by the Owner/Purchaser.
3.10.02
3.10.03
4.00.00
4.01.00
SITE CONDITIONS
Location
The plant site is located at Dahej, Dist. Bharuch, Gujarat. Site accessibility
from nearby important places are as below:
a)
Nearest village ( Dahej )
00 Km
b)
Railway station ( Bharuch ) 45 Km
c)
Airport ( Baroda )
75Km
4.02.00
5.00.00
:
:
:
:
:
:
:
:
550 to 700mm
42C during summer
8C during winter
60%(dryseason)&90%(monsoon)
10 to 11m
7.7 to 8.4
90 -150 Km./h
South West
DESIGN CRITERIA
5.01.00
415V capacitors along with its control panels shall be used for power factor
improvement in 415V switchgears. The control panel-board with integrally
housed capacitor banks shall be installed in sub-station to improve the
power factor of 415V system.
5.02.00
to correct the power factor to the required value depending on the actual
kVAR requirement at the bus. Compensation to the lagging kVAR shall be
made having the reference power factor as 0.96. The Tenderer shall supply
the necessary L.T. capacitors and the associated control devices complete
with contactors, relays, switches, lamps etc. to achieve the above objective.
5.03.00
Capacitors shall comply with the general safety regulations for power
installation prescribed in the relevant standard.
5.04.00
5.05.00
5.06.00
5.07.00
Capacitors shall be provided with proper discharge device built into the unit
to reduce the residual voltage to a safe value within the specified time as
recommended in the relevant standard after the capacitor has been
disconnected from the supply. The capacitor unit under any condition should
not discharge through motor windings.
5.08.00
6.00.00
SPECIFIC REQUIREMENT
6.01.00
Construction
6.01.01
The capacitor panel-board shall be indoor, metal-clad, floor mounted, nondraw out type. However, the incoming circuit breaker shall be draw-out type.
The board will be of double-front construction with capacitors accessible
from the back. The maximum depth of the panel allowed is 1000mm.
6.01.02
The enclosure shall conform to the degree of protection IP-4X. The minimum
thickness of CRCA sheet steel used shall be 2 mm. except for gland plate,
for which the same shall be 3 mm. The design shall be such that the
specified degree of protection is achieved even after the breaker has been
taken out of the panel. The panels shall be supplied with removable gland
plates at the top.
6.01.03
External Cable entry to the assembly shall be from top only. There will not
be any provision of cables running below the switchboards in the substation
where the capacitor panel-board will be installed.
6.01.04
6.01.05
6.01.06
6.01.07
All relays, meters, breaker control switches, selector switches and indicating
lamps shall be flush mounted on the respective cubicle door or on control
cabinet built on the front of the cubicle. AC/DC auxiliary supply switches /
isolation switches for cubicle space heater, cubicle lamp, and spring
charging motor circuit shall be located inside metering compartment.
6.01.08
A full-height vertical cable alley with cable supports shall be provided in each
section to facilitate unit wiring. The alley shall be liberally sized to
accommodate all cables and shall have removable cover at the front for
access.
6.01.09
6.01.10
6.02.00
Configuration
6.02.01
The capacitor panel board assembly shall house three phase capacitor
banks, all the power & control switching equipment, necessary power/control
equipment and all other accessories as required to complete the assembly
to effect reliable & durable power factor improvement.
6.02.02
The whole assembly will have one incoming ACB (air circuit breaker) to feed
three phase buses. Each capacitor bank will be connected to the bus
through MCCB & power contactor, both of them having been suitably
derated as per recognized standards.
6.02.03
The power supply to the board will be three phase three wire with 415V
nominal voltage and utilisation control voltage shall be 110V AC 1
generated through a control transformer. The control trafo will supply to each
capacitor-bank feeder through curve-C MCB-s.
6.02.04
There shall be incoming voltmeter & ammeter with selector switches and
indicating lamps for all the three phases.
6.02.05
The bank feeders will be switched on & off either manually through operation
of manual/Auto selector switch, timer & On / Off push buttons, or,
automatically through operation of APFR relay, manual/Auto selector
switch & requisite auxiliary contactor-relays. The timer will have provision of
time-delay of one minute to two minutes.
6.02.06
Each bank-feeder module shall have ammeter to indicate currents of all the
three phases and ndicating lamps for bank ON status.
6.02.07
6.03.00
6.03.01
The selected basic unit size shall be 25kVAr or any lower rating as required
to achieve the specified bank sizes. The bank sizes are as mentioned in
Ratings & Requirements. The total capacitor bank shall comprise a
number of the built-up units of different ratings, connected in binary fashion
to the APFC relay through MCCB & capacitor duty contactors.
6.03.02
The automatic power factor relay shall have provisions for output signals
(potential free contacts) in twelve (12) stages to enable achieve the set
power factor at all possible loading conditions. The relay shall also have
provision for selection of maximum number of switching sequences, to
enable from equal value switching to binary value switching. It will be
possible to have both Rotational as well as Linear switching of the banks
to achieve faster response to load changes.
6.03.03
The relay shall be able to indicate if the harmonic content in the power
system crosses a preset value and switch off the capacitor banks to protect
them from premature failure.
6.03.04
The control panel shall have digital display of the set and achieved power
factors and analog display of current in all the three phases of the line.
6.03.05
The relay shall have LCD / LED display. Parameters shall be displayed in
auto mode or manual mode. Necessary membrane key pad shall be
provided for manual scrolling of display parameter. The relay shall be easily
programmable from front panel itself.
6.04.00
6.04.01
The capacitor panel-board shall be provided with three phase bus bars.
6.04.02
6.04.03
90oC
b.
105oC
6.04.04
6.04.05
Bus bars shall be of same size for the entire length of the switchgear.
6.04.06
All bus connections shall be silver plated. Adequate contact pressure shall
be ensured by means of two bolts connection with plain and spring washers
and locknuts. Bimetallic connectors shall be furnished for connections
between dissimilar metals.
6.04.07
Bus bars and connection shall be fully insulated for working voltage with
adequate phase/ground clearances. Insulating sleeves for bus bars and
cast-resin shrouds for joints shall be provided, suitable for maximum
temperature rise of bus bars.
6.04.08
6.04.09
6.04.10
Bus bars shall be color coded for easy identification and so located that the
sequence R-Y-B shall be from left to right, top to bottom or front to rear, when
viewed from front of the switch-gear assembly.
6.05.00
Capacitor
6.05.01
6.05.02
6.05.03
6.05.04
6.05.05
Capacitors shall be of low loss mixed dielectric design (suitable for use in
harmonic conditions & in over voltage imposed by series reactor), loss figure
being maximum 0.5watt / kVAR inclusive of that due to discharge resistor.
Impregnated paper or equivalent and polypropylene shall be used as
dielectric material.
6.05.06
6.05.07
Metal container of the capacitors shall be provided with two distinct earthing
terminals with nuts, bolts, washers connected to earth continuity conductor.
6.05.08
The capacitors and their control elements like relays, contactors, timers,
protective elements shall be housed in well-ventilated panels. Capacitors
and their control elements shall be installed in different compartments of the
same panel to minimize the space requirement.
6.05.09
6.06.00
6.06.01
6.06.02
Circuit breaker shall be triple pole, single throw and type: ACB.
Circuit breaker shall be horizontal isolation and horizontal draw out type,
having SERVICE, TEST and DISCONNECTED positions with positive
indication for each position.
6.06.03
Breaker operated incomer shall be provided with one(1) TEST-NORMALSWGR selector switch.
6.06.04
Circuit breaker shall have motor wound spring charged trip free mechanism
with anti pumping-feature and shunt trip. In addition facility for manual
charging of spring shall be provided.
6.06.05
For motor wound mechanism, spring charging shall take place automatically
after each breaker closing operation. One open-close-open operation of the
circuit breaker shall be possible after failure of power supply to the motor.
6.06.06
The circuit breaker from being racked in or out of the service position
when the breaker is closed.
b. Racking in the circuit breaker unless the control plug is fully engaged.
6.06.07
Automatic safety shutters shall be provided to fully cover the female primary
disconnects when the breaker is withdrawn.
6.06.08
6.07.00
6.07.01
Power Contactor
6.07.02
a)
b)
MCCB
a)
MCCB shall be triple pole, air break, single throw type having trip
free mechanism with quick make, quick break contacts. The MCCB
shall have current limiting feature.
b)
c)
d)
6.08.00
6.08.01
One (1) TEST-NORMAL selector switch stay put type with pistol grip handle
and key interlock, in the breaker panel.
6.08.02
6.08.03
GREEN
RED
Breaker Closed
AMBER
Two (3) indicating lights on front of each capacitor bank compartment :GREEN
Off
RED
On
6.08.04
6.08.05
6.09.00
Current Transformer
6.09.01
6.09.02
6.09.03
6.10.00
Protection
6.10.01
The incoming circuit breaker shall be provided with integral release having
necessary features for over-current & earth-fault protection.
6.10.02
Overload and short circuit tripping of the circuit breakers shall be fully
coordinated with downstream breakers/fuses/starters to provide satisfactory
discrimination.
6.10.03
The Contractor shall furnish, install & wire relays to suit the requirements of
protection, interlock schemes.
6.11.00Meter
6.11.01Indicating instruments (96x96mm)shall be switchboard type, with 90 degree scale,
anti-glare glass and accuracy class of 2% full scale. Each meter shall have
zero adjuster on the front.
6.12.00
Switch
6.12.01
6.12.02
6.12.03
Meter selector switches shall be maintained contact, stay put type with knob
handle. Ammeter& voltmeter selector switches shall be four position type.
Ammeter selector switches shall have make before break feature to prevent
open circuiting of CT secondary.
6.12.04
Breaker control switch shall be multistage, spring return to normal, with lost
motion device and pistol grip handle.
6.13.00
6.13.01
Fuses shall be HRC, link type, with minimum interrupting capacity equal to
the listed short circuit current. Fuses shall be furnished complete with fuse
bases and fittings. Visible indication shall be provided on blowing of the fuse.
6.13.02
MCB-s shall be double pole, trip free, with manual close / open mechanism.
Automatic tripping provision for over load and short circuit shall also be
provided. MCBs shall be rated for full fault level of the connected system.
MCB shall be provided with required number of auxiliary contacts as per
circuit requirement, if any.
6.14.00
Push Button
Push button shall be heavy duty, shrouded, push to actuate type with
coloured button and inscription plate. Each push button shall have 2 NO + 2
NC contacts, rated 6A min.(AC15 to IS 13947) at their respective AC
operating voltage.
6.15.00
Secondary Wiring
6.15.01
6.15.02
Fuse, links and MCB shall be provided to permit individual circuit isolation
from bus wires without disturbing other circuits. All spare contacts of relays,
switches and other devices shall be wired up to terminal blocks.
6.15.03
Wiring shall be done with flexible, 650V grade, PVC insulated switchboard
wires with stranded copper conductors of 2.5 mm 2 for control and current
circuits and 1.5 mm2 for voltage circuits.
6.15.04
Each wire shall be identified, at both ends, with interlocking type permanent
markers bearing wire numbers as per Contractor's Wiring Diagrams. AC /
DC wiring shall have separate colour-coding.
6.15.05
Wire termination shall be made with crimping type connectors with insulating
sleeves. Wires shall not be spliced between terminals.
6.15.06
6.16.00
Terminal Block
6.16.01
650V grade, multi way terminal block complete with mounting channel,
binding screws and washers for wire connections and marking strip for
circuit identification shall be provided for terminating the panel wiring.
Terminals shall be stud type, suitable for terminating 2 nos. 2.5 mm2
stranded copper conductor and provided with acrylic insulating cover.
Terminals for C.T. secondary leads shall have provision for shorting and
grounding.
6.16.02
Not more than two wires shall be connected to any terminal. Spare terminals
equal in number to 20% active terminals shall be furnished. Separate
terminal blocks shall be used for AC / DC wiring termination. Also, terminal
block for CT secondary wiring shall be separate.
6.16.03
6.16.04
Terminal blocks used for interface with PLC via termination cabinet shall be
suitably sized to facilitate proper termination of interconnecting cables.
6.17.00
Cable Termination
6.17.01
The board shall be designed for cable entry from top, as specified. Sufficient
space shall be provided for ease of termination and connection.
6.17.02
6.17.03
Gland plates shall be minimum 3 mm thick. The gland plate and supporting
arrangement for 1/C power cables shall be of aluminum.
6.17.04
Sufficient space shall be provided between the power cable termination and
gland plate. Core balance CTs wherever specified, shall be accommodated
within this space, inside the cubicle.
6.18.00
Ground Bus
6.18.01
A ground bus, rated to carry maximum fault current, shall extend for the full
length of the board.
6.18.02
The ground bus shall be provided with two-bolt drilling with G.I. bolts and
nuts at each end to receive 75 x 10 mm G.S. flat.
6.18.03
Each stationary unit shall be connected directly to the ground bus. The
frame of each circuit breaker shall be grounded through heavy multiple
contacts at all times except when the primary disconnecting devices are
separated by a safe distance.
6.18.04
6.18.05
6.19.00
Nameplate
6.19.01
6.19.02
6.19.03
6.19.04
Caution notice on suitable metal plate shall be affixed at the back of each
vertical panel.
6.20.00
6.20.01
Each cubicle shall be provided with thermostat controlled space heaters and
6A, 3 pin plug & socket.
6.20.02
Cubicle heater & plug/socket circuits shall have individual switch fuse units.
6.21.00
6.21.01
D.C. supply
6.21.02
6.21.03
A.C. load shall be so distributed as to present a balance loading on threephase supply system.
6.22.00
Tropical Protection
6.22.01
All equipment, accessories and wiring shall have fungus protection, involving
special treatment of insulation and metal against fungus, insects &
corrosion.
6.22.02
7.00.00
7.01.00
7.02.00
7.03.00
The switchgear shall be finished in light gray color with two coats of powder
paint. The coating shall be done electro statically followed by stoving.
7.04.00
8.00.00
TESTS
8.01.00
The board shall be completely assembled, wired, adjusted and tested at the
factory as per the relevant standards.
8.02.00
Routine Test
The tests shall include but not necessarily limited to the following :
8.03.00
a.
b.
All wiring and current carrying part shall be given appropriate High
Voltage test.
c.
d.
e.
Type Test
Following minimum tests shall be performed on the assembly, unless
otherwise mentioned in the Annexure :
a.
Impulse Test
b.
Test Witness
Tests shall be performed in presence of Owner/Purchaser's representative if
so desired by the Owner/Purchaser. The Contractor shall give at least seven
(7) days' advance notice of the date when the tests are to be carried out.
8.05.00
Test Certificates
8.05.01
Certified reports of all the tests carried out at the works shall be furnished in
six (6) copies for approval of the Owner/Purchaser.
8.05.02
8.05.03
9.00.00
9.01.00
A set of special tools & tackle which are necessary or convenient for
erection, commissioning, maintenance and overhauling of the equipment
shall be supplied.
9.02.00
The tools shall be shipped in separate containers, clearly marked with the
name of the equipment for which they are intended.
10.00.00
SPARES
10.01.00
The Bidder shall submit a list of recommended spare parts for two (2) years
satisfactory and trouble-free operation, indicating the itemized price of each
item of the spares. The final quantity shall be decided during placement of
order.
10.02.00
The Bidder shall quote and supply mandatory spare parts as per list
annexed. The final quantity shall be decided during placement of order.
10.03.00
Each list shall be complete with specification, make, identification number, unit
rate, quantity etc.
11.00.00
11.01.00
Drawings, Data and Manuals shall be submitted with the bid and in
quantities and procedures as specified in General Conditions on Contract
and / or elsewhere in this specification for approval and subsequent
distribution after the issue of Letter of Intent.
11.02.00
11.02.01
11.02.02
Bill of material
11.02.03
11.02.04
Type test certificates of the offered model of the circuit breaker, capacitors
and switchboard. The type test certificates shall not be more than 5 years
old.
11.02.05
11.03.00
11.03.01
11.03.02
11.03.03
11.03.04
11.03.05
11.03.06
11.03.07
11.04.00
The drawings and document marked with (A) above are of Approval
category and are subject to review by Owner / Purchaser. Those marked (R)
are for reference category.
The Owner / Purchaser may also review the documents marked (R) if found
necessary. The contractor shall note that the approval of drawings &
documents by the Owner / Purchaser does not relieve him of his contractual
obligation.
11.05.00
All drawings shall be prepared by using Auto CAD, approved version and
documents shall be generated using MS Office. The paper copy of the
drawings & document shall be submitted for approval & reference. All final
drawings and documents shall be submitted in CD in Auto CAD (approved
version) and MS office format as applicable for Owner / Purchasers future
reference.
11.06.00
The Bidder may note that the drawings, data and manuals listed herein are
minimum requirements only. The Bidder shall ensure that all other
necessary write-ups, curves and information required to fully describe the
equipment are submitted with his bid.
ANNEXURE-A
RATINGS AND REQUIREMENTS
1.0
SWITCHGEAR
1.1
1.2
General
Type
Service
Enclosure
IP 4X
Standard
IS 8623.
415 10%
Phase
Three
Rated Frequency
50 Hz 3%
System grounding
Solidly grounded
Control voltage
45 oC
Bus bar
1000A
Circuit breaker
1000A
50 kA(min.)
Duration
1Sec.
50 kA(min.)
AC 6b (to IS 13947)
Incomer
Outgoing
System
Rated Voltage
1.3
1.4
1.5
1.6
V rms
:-
Swithing Duty
Capacitor feeder
1.7
1.8
Termination details
Painting requirement
a)
Finish paint
Powder coating
b)
Paint base
Epoxy / poly-eurethene
c)
Paint shade
631 to IS-5
2.0
2.1
Type
ACB
2.2
Reference Standard
IS 13947
2.3
No. of poles
Three
2.4
415 V.
2.5
Rated Frequency
50 3%
2.6
1000.
2.7
2.8
1000 V.
2.9
12 kV.
2.10
--
2.11
50 min.
2.12
2.13
Eight Hour.
2.14
Operating mechanism
2.15
Service voltage
Hz
3.0
Power Contactor
3.1
Type
Air-break
3.2
No. of poles
Three
3.3
Rated Frequency
50 3%
3.4
Min. 32 A.
3.5
AC 6b
Hz
3.6
Reference Standard
IEC-60947 Part 4.
4.0
Shunt Capacitor
4.1
Type
Self-healing
4.2
Rated Voltage
415V 10%
4.3
No. of phases
Three
4.4
Rated Frequency
50 3%
4.5
Dielectric
Mixed di-electric
(combination of paper &
polypropylene)
4.6
Maximum loss
(inclusive of discharge resist. loss)
4.7
Discharge device
External resistor
4.8
Bank rating
1 x 10 kVAR
1 x 20 kVAR
1 x 40 kVAR
7 x 50 kVAR
4.9
Reference Standard
IS 13340
5.0
APFC Relay
5.1
Type
Microprocessor based.
5.2
No. of stage
12
5.3
Type of switching
Rotational / Linear
5.4
Display
5.5
Harmonic annunciation
Yes.
Hz
ANNEXURE-B
MANDATORY SPARES
Bidder shall quote for the mandatory spares indicated below. In case, the bidder does not
consider any item, the Bidder shall indicate it.
Sl. no.
Item
Quantity ( nos.)
1.
Capacitor unit
2.
One no.
3.
One no.
4.
MCCB
5.
Discharge resistor
6.
2 nos.
7.
8.
MCB
SECTION - IV
PROPOSAL EXHIBIT SHEETS
CONTENTS
Schedule No.
Description
I.
Key Information
II.
III.
List of spares
IV.
V.
Deviations
VI.
Experience List
SECTION-IV
PROPOSAL EXHIBIT SHEETS
SCHEDULE - I
2.
3.
Telephone number
Fax number
E-mail address
:
:
:
4.
5.
6.
7.
yes/no
yes/no
yes/no
yes/no
8.
9.
10.
SCEDULE - II
DATA SHEET
(separate for each board)
Make.
1.2
Service
1.3
Type
1.4
1.5
1.6
1.7
Rated KVAR
(kVAR)
1.8
Rated current
(Amps)
1.9
Rated capacitance
(F)
1.10
Guaranteed Tolerance
1.11
1.12
1.13
Capacitor loss
1.14
1.15
1.16
1.17
1.18
1.19
(kV)
1.20
Rating of fuses
(Amp)
1.21
1.22
1.23
(V %)
(kVAR)
1.24
1.25
1.26
1.27
Method of mounting
1.28
1.29
2.0
CAPACITOR PANEL-BOARD
2.1
Make
2.2
Type
2.3
2.5
Range of setting
2.6
2.4
2.7
2.8
(kg)
(kg)
SCHEDULE - III
LIST OF RECOMMENDED SPARES
Sl.No.
Description
Identification Code
SCHEDULE - IV
LIST OF SPECIAL TOOLS AND TACKLES
Sl.No.
Description
Identification Code
SCHEDULE - V
DEVIATIONS
The Tenderer shall furnish an exhaustive list of deviations if there is any, in his
proposal as per the following format. The Price implication column shall be filled up
only with yes or no, not with any price figures.
Sl.No.
Reference from
Specification document
Description of Deviation
Price implication
(yes/no)
SCHEDULE - VI
EXPERIENCE LIST
The Tenderer shall tabulate below a list of jobs already executed by him as regards
to the supply and/or turnkey execution of similar packages/projects. The list shall
contain all relevant information on type, capacity, client, project/order values,
scheduled and actual time of execution and any other pertinent information as may
be considered worth mentioning for the purpose of assessing his capability.
Sl.
No.
Construction
Schedule
Actual time
of
Completion
Type of Work
&
Capacity
Location
Name of
Project &
Order value
Name of
Client /
Owner
Supervising
Consultant
PART - B
PRICE PART
Price Break up
PART - B
PRICE PART
Price Break up
(2)
(3)
(4)
(5)
(6)
(7)
(Figures in Rs)
(8)
RECOMMENDED SPARES
Sl.No.
Description
Identification Code
Unit price
Description
Identification Code
Unit Price